+ All Categories
Home > Documents > Tendering Procedures - Independent Development Trust

Tendering Procedures - Independent Development Trust

Date post: 28-Oct-2021
Category:
Upload: others
View: 3 times
Download: 0 times
Share this document with a friend
374
INDEPENDENT DEVELOPMENT TRUST VOLUME 1 TENDERING PROCEDURES, RETURNABLE DOCUMENTS, AGREEMENT AND CONTRACT DATA, SCOPE OF WORK AND SITE INFORMATION TSHILWAVHUSIKU ONE STOP CENTRE FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE BID NO: LDSD NOA-2/20-1 CLOSING DATE AND TIME : 24 th March 2020 @ 10h00 Independent Development Trust SCM / Technical Enquiries P.O Box 55386, Polokwane, 0700 22 Hans van Rensburg Street Polokwane 0699 Tel No.: (015) 295 0000 E-mail: [email protected] / [email protected] / [email protected] Bidder: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . CIDB Registration Number: . . . . . . . . . . . . . . . . . . . . . . . GENERAL BUILDING 7GB OR HIGHER CSD Registration Number: . . . . . . . . . . . . . . . . . . . . . . . COIDA / FEMA Certificate Number: . . . . . . . . . . . . . . . . . . . . . . . Contact Person: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Contact Details: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Transcript
Page 1: Tendering Procedures - Independent Development Trust

INDEPENDENT DEVELOPMENT TRUST

VOLUME 1

TENDERING PROCEDURES, RETURNABLE DOCUMENTS, AGREEMENT AND

CONTRACT DATA, SCOPE OF WORK AND SITE INFORMATION

TSHILWAVHUSIKU ONE STOP CENTRE FOR THE DEPARTMENT OF SOCIAL

DEVELOPMENT IN LIMPOPO PROVINCE

BID NO: LDSD NOA-2/20-1

CLOSING DATE AND TIME : 24th March 2020 @ 10h00

Independent Development Trust SCM / Technical Enquiries P.O Box 55386, Polokwane, 0700 22 Hans van Rensburg Street Polokwane 0699 Tel No.: (015) 295 0000 E-mail: [email protected] / [email protected] / [email protected]

Bidder: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

CIDB Registration Number: . . . . . . . . . . . . . . . . . . . . . . . GENERAL BUILDING 7GB OR HIGHER

CSD Registration Number: . . . . . . . . . . . . . . . . . . . . . . .

COIDA / FEMA Certificate Number: . . . . . . . . . . . . . . . . . . . . . . .

Contact Person: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Contact Details: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 2: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 2

Contents Number Heading Page Colour

The Bid

Part T1: Bidding procedures

T1.1 Bid Notice and Invitation to Bid 4 – 6 Blue

T1.2 Bid Data 8 – 39 Blue

Part T2: Returnable documents

T2.1 List of Returnable Documents 41 Blue

T2.2 Returnable Schedules 43-98 Blue

The Contract

Part C1: Agreement and Contract Data

C1.1 Form of Offer and Acceptance 101 – 104 Green

C1.2 Contract Data 106 – 121 Yellow

C1.3 Form of Guarantee 123 – 124 Yellow

C1.4 Adjudicators Agreement NIL Yellow

C1.5 Agreement in terms of Occupational Health and Safety 126 – 127 Yellow

C1.6 Waiver of Lien 129 Yellow

C1.7 Subcontracting NIL Yellow

Part C2: Pricing Data

C2.1 Pricing Instructions 132 Yellow

C2.2 Bill of Quantities 134 Yellow

Part C3: Scope of Work

C3 Scope of Work 334 Pink

Part C4: Site information

C4 Site Information 372 Pink

Part C5: Drawings

C5 Drawings 374 Pink

Page 3: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 3

T1.1 BID NOTICE AND INVITATION TO BID

Page 4: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 4

INDEPENDENT DEVELOPMENT TRUST

TSHILWAVHUSIKU ONE STOP CENTRE FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE

T1.1 Bid Notice and Invitation to Bid

On behalf of the Department of Social Development, the Independent Development Trust, invites bidders for the CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE

Mandatory Requirements Only bidders, who meet the following requirements will be eligible for futher evaluation;

• Proof of CIDB registration – Grade 7GB or higher

• Valid COIDA or FEMA certificate number

• Attendance of Compulsory Site Briefing Mandatory Returnable Documents

• Completion of SBD 1, 4, 6.1, 6.2, 8 and 9 in full

• Completion of form of offer in the tender document in full

• Copy of the Joint Venture (JV) agreement signed by all parties (where JV in use)

• Acknowledgement of Addenda with Financial implications (where applicable)

Note: (i) Failure to submit any of the above documents / requirements shall result in

disqualification of the bid. (ii) If any of the Directors are in the Employment of the State shall result in disqualification of

the bid. (iii) If any of its Directors are Listed on the Register of Defaulters shall result in

disqualification of the bid. (iv) In the case of a Bidder, who during the last ten (10) years has been Terminated on

Previous Contracts with the IDT shall result in disqualification of the bid. The IDT will assess all bids received based on its procurement policy in the event that information is required from the bidder/s, the IDT reserves its rights to request the information which shall be submitted within seven (7) calendar days from request and failure to submit will result in disqualification. Returnable documents required to Bid Award -

• Proof of Central Supplier Database (CSD) registration

• Tax Compliance Letter with a unique pin

Only bidders who are competent in the advertised work and who have achieved the minimum functionality threshold will be evaluated on a 80/20 (Price / B-BBEE) points based on the Treasury Regulations of 2017, where functionality will be evaluated as follows:

Page 5: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 5

Stage 1:

Criteria Points Allocation

Relevant Previous Experience on completed projects of a similar nature and value in the last ten (10) years

20 points

Relevant Previous Experience on above Projects completed within the contractual period

25 points

Signed and stamped client references on the same projects listed above (both Client & Client Representative).

20 points

Qualifications, Skills and Experience of project key resources 35 points

Total 100 points

NB: Minimum qualifying functionality threshold is 70 points out 100

Similar Nature of work for evaluation (No points will be allocated for similar nature and value of works for Civil Engineering projects, Water projects, Transport Projects, Traffic Engineering Projects and all Electrical & Mechanical Engineering projects) Example of Similar Nature of Work : Construction and Renovation of Hospitals, Clinics, Schools, Libraries, Hotels, Malls, Shopping Complex, Courts, Office blocks, Town Houses Stage 2: The 80/20 Preferential Point System will be applied, where 80 points will be allocated for price and 20 points for B-BBEE Status. In order to claim and be awarded B-BBEE points bidders must submit an original or an original certified copy of B-BBEE certificate issued by a SANAS accredited agency or an Original Sworn Affidavit signed by a Commissioner of Oaths (see criteria below) (Note - An incomplete sworn affidavit will not be acceptable and will not be awarded any points).

Only bidders who obtain 70 points or higher on the functionality threshold will be evaluated further.

Bidders bidding as Joint Ventures are required to submit an original consolidated B-BBEE certificate from a SANAS accredited verification agency in order to qualify for points for the B-BBEE status level as one entity. Sworn Affidavits are for EME’s (Turnover of R10 million or less) must be originals. No copies of affidavits will be accepted for claiming B-BBEE points: B-BBEE points are allocated as follows for the 80/20 and 90/10 points system:

B-BBEE Status Level of Contributor

Points Allocation

Tenders up to and including

R50 million

Tenders exceeding R50 million

1 20 10

2 18 9

3 14 7

4 12 6

5 8 4

6 6 3

7 4 2

8 2 1

Non-Contributor 0 0

Page 6: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 6

A compulsory site briefing / clarification meeting will be held on: 04th March 2020 @ 11H00 Site Address / Location of Meeting: Tshilwavhusiku Clinic (GPS Coordinates: 23°5’49” S, 29°44’23” E) Note: Bidders are requested and encouraged to arrive early before the commencement of the briefing session. No late arrivals will be allowed in the briefing meeting. (i.e later than 11H00 on 04th March 2020). An inspection of the site will follow after the aforementioned compulsory briefing meeting as will be directed in the briefing meeting (site is Tshilwavhusiku Clinic, GPS Coordinates: 23°5’49” S, 29°44’23”

E) The IDT will conduct a risk assessment on recommended bidder/s. Bidders are requested to price each line item of the Bills of Quantities (BOQ) in black ink. Should the bidder/s be deemed too risky to complete the project based on the IDT’s risk assessment report, they will be subjected for further clarification. Tender Documents may be downloaded from the IDT’s website as follows: www.idt.org.za as well as on the e-tenders portal, www.etenders.gov.za from 25th February 2020. Tenders must only be submitted on the tender documentation that is downloaded from the stipulated websites. The retyping of the tender document is not permitted.

All SCM and Technical enquiries relating to this bid must be directed to [email protected] during office hours (08h30 – 17h00) weekdays. On submission of Tender documents, the bidder must submit a signed original bid document in hard copy (Ring Bonded) and one softcopy of the bid document using USB-memory stick / Disc (read only). The bid document softcopy on the USB-memory stick should be indexed the same way as the original bid hard copy document, which can be returned back to the bidder after the evaluation process is completed. Requirements for sealing, addressing, delivery, opening and assessment of bids are stated in the Tender Data. (Refer to Section T1.2)

The bid closing date is 24th March 2020 by no later than 10H00 and bids shall be submitted in the tender box at: IDT Polokwane Regional Office 22 Hans van Rensburg Street Polokwane, 0699 Telegraphic, telephonic, telex, facsimile, e-mail and late bids WILL NOT be accepted.

The Independent Development Trust does not bind itself to accept the lowest or any of the bids and reserves the right to accept the whole or any part of the bid.

Page 7: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 7

T1.2 BID DATA

Page 8: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 8

INDEPENDENT DEVELOPMENT TRUST

TSHILWAVHUSIKU ONE STOP CENTRE FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE

T1.2 Bid Data The conditions of tender are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity in Construction Procurement. (See www.cidb.org.za) which are reproduced without amendment or alteration for the convenience of tenderers as an Annexure to this Tender Data. The Standard Conditions of Tender make several references to the Tender Data for details that apply specifically to this tender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the standard conditions of tender. Each item of data given below is cross-referenced to the clause in the Standard Conditions of Tender to which it mainly applies.

Page 9: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 9

The additional conditions of bid are:

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

F.1.1

The employer is the Independent Development Trust on behalf of the Department of Social Development

F.1.2

The bid documents issued by the employer comprises: THE BID

Part T1: Bidding procedures T1.1 Bid notice and invitation to bid T1.2 Bid data T1.3 Specifications for the Employment of SMME Subcontractors Part T2: Returnable documents T2.1 List of returnable documents T2.2 Returnable schedules

THE CONTRACT

Part C1: Agreements and contract data C1.1 Form of offer and acceptance C1.2 Contract data C1.3 Form of Guarantee C1.4 Adjudicator’s appointment

C1.5 Agreement in terms of Occupational Health and Safety

C1.6 Waiver of Lien Part C2: Pricing data C2.1 Pricing instructions C2.2 Bills of quantities Part C3: Scope of work C3 Scope of work Part C4: Site information C4 Site information

Annexures

F.1.4

The employer’s agent is:

KMS Architects (Pty) Ltd Mr. Rendani Masia Kruger Office Park, Unit No. 7 100 Marshall Street, Polokwane, 0699 Tel No.: (015) 590 0995 E- mail: [email protected]

Page 10: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 10

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

F.2.1

F.2.1.1

F.2.1.1.1

F.2.1.1.2

Eligibility Only those bidders who satisfy the following eligibility criteria are eligible to submit tenders: CIDB Grading In order to be considered for an appointment in terms of this bid, the bidder must be registered with the CIDB, in a contractor grading designation in accordance with the sum tendered for a Grade 7GB class of construction work. Joint ventures are eligible and preferred with particular reference to local participation and as such submit tenders provided that:

1. every member of the joint venture is registered with the CIDB; 2. the lead partner has a contractor grading designation in the Grade 7GB or above class of

construction work; and 3. the combined contractor grading designation calculated in accordance with the Construction

Industry Development Regulations is equal to 7GB contractor grading designation determined in accordance with the sum tendered for a (GB) General Building class of construction work

Key Personnel In order to be considered for an appointment in terms of this bid, the bidder must have the following key personnel in its permanent employment at the close of the bid. Alternatively, a signed undertaking from an organisation having the required personnel, stating that they will undertake the necessary work on behalf of the bidder in terms of a sub-consultant agreement, will be acceptable. Such undertaking must be attached to the “Key Personnel” schedule, Part T2.2: Returnable Schedules. Individuals must be identified for each of the key personnel listed on the “Key Personnel” schedule, Part T2.2: Returnable Schedules. Where the key personnel are no longer accessible to undertake the necessary work after the award of the tender, the contractor shall within a period of 5 working days replace the key personnel listed on the “Key Personnel” schedule, Part T2.2: Returnable Schedules with a person with equivalent competencies and subject to approval by the employer. A suitably qualified and experienced construction manager who will be the single-point of accountability and responsibility for the management of the construction works, and who is a fully registered member with

SACPCMP and/or ACPM (Pr CPM and/or Pr CM), will be required.

F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the bid documents, which the employer may issue, and if necessary apply for an extension to the closing time. If the Addenda has financial implications, failure to acknowledge the addenda may eliminate your bid form evaluation. This is due to incomparability of offers with the rest of the bidders.

F.2.7 Clarification Meeting A compulsory clarification meeting with representatives of the Employer will take place on the 04th March 2020 at 11H00 The briefing meeting will take place at Tshilwavhusiku Clinic (GPS Coordinates: 23°5’49” S, 29°44’23” E)

Bidders shall sign the attendance register in the name of the bidding entity. Addenda if any will be

issued to bidders appearing on the attendance register.

Note: Bidders are advised to allow enough travelling time to the briefing meeting.

Page 11: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 11

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

F.2.8 Seek clarification Bidders can request clarification of the bid documents, if necessary, by notifying the employer at least 5 (five) working days before the closing time date stated in F.2.15.

F2.9 Insurances Refer to contract data for insurance requirements. (Refer to Section C1.2)

F.2.11 Alterations to documents Do not make any alterations or additions to the bid documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the bidder. All signatories to the bid offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited.

F.2.12

Alternative Bid Offers No alternative tender offers will be considered.

F.2.13 Submitting a Bid Offer

F.2.13.4

F2.13.5

F.2.13.6

F.2.13.7

F.2.13.9

The bidder will sign the original of the bid offer. The bidder must submit tender offer in a sealed envelope. (Clearly marked)“Tshilwavhusiku One Stop Centre at Tshilwavhusiku Clinic, Limpopo Province”: Bid No.: LDSD NOA-2/20-1 On submission of Tender documents, the bidder must submit a signed original bid document in hard copy and one softcopy of the bid document using USB-memory stick / Disc (read only). The bid document softcopy on the USB-memory stick should be indexed the same way as the original bid hard copy document, which can be returned back to the bidder after the evaluation process is completed. Two-envelope system – not applicable The employer’s details and address for delivery of tender offers and identification details that are to be shown on each tender offer package are: Employer’s address: IDT Polokwane Regional Office 22 Hans van Rensburg Street Polokwane 0699 Identification details: Tender No: LDSD NOA-2/20-1 Description: Tshilwavhusiku One Stop Centre at Tshilwavhusiku Clinic For The Department Of Social Development, Limpopo Province Accept that tender offers submitted by facsimile, e-mail or reproduced will be rejected by the employer. Tender documents must be submitted in an original format as issued by the employer.

F.2.15

F.2.15.1

Closing Time of Tender The closing time for submission of tender offers is by no later than 10H00 on 24th March 2020. Location of tender box: IDT Polokwane Regional Office 22 Hans van Rensburg Street Polokwane 0699 Telephonic, telegraphic, telex, facsimile or e-mailed tender offers will not be accepted.

Page 12: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 12

Quality Formula

WQ=W2 x So/Ms Formula used to calculate Functionality points

W2 =Total evaluation points for functionality as per Scorecard

F.2.16

F.2.16.1

Tender Offer Validity The bidder is required to hold the bid offer valid for a period of 90 calendar days (from the bid closing date)

F.2.19 Inspections, Tests and Analysis Access shall be provided for inspections, tests and analysis as may be required by the employer.

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

F.2.23 Certificates The bidder is required to submit with his tender a Certificate of Contractor Registration issued by the Construction Industry Development Board and proof of Registration on the Central Supplier Database (CSD) with a Compliant Tax Status; copy of the tax clearance with Tax Compliance Pin issued by the South African Revenue Services. Where a bidder bids through joint venture formation, such bidder should include a joint venture agreement duly signed by each partner of such joint venture and an original consolidated B-BBEE certificate. Each partner / member of the joint venture shall submit a Tax Compliance Pin.

F3.5 Two-envelope system – not applicable

F.3.1 Evaluation of Tender Offers The procedure for the evaluation of a responsive tender will be in terms of the Preferential Procurement Regulations 2017 on a 80/20 or 90/10 preference point system.

F.3.11.3 The procedure for the evaluation of responsive bids is the Preferential Procurement Regulations 2017 on an 80/20 or 90/10 preference point system. The financial offer will be scored using Formula 2 (option 1) in Table F.1 where the value of W1 is: 1) 90 where the financial value inclusive of VAT of all responsive bids received have a value in excess of R50 000 000 or 2) 80 where the financial value inclusive of VAT of one or more responsive bids offers have a value that equals or is less than R50 000 000 Up to 100 minus W1 tender evaluation points will be awarded to bidders who complete the preferencing schedule and who are found to be eligible for the preference claimed.

F.3.11.8 Scoring Preference Score the preference claimed of the remaining responsive bid offers in terms of Regulation 5(2) and 6(2) of the Preferential Procurement Regulations, in accordance with the table below:

B-BBEE Status Level

of Contribution

Number of points

(90/10 system)

Number of points

(80/20 system)

1 10 20

2 9 18

3 7 14

4 6 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

F.3.11.9 The quality criteria and maximum score in respect of each of the criteria are as follows:

Page 13: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 13

So = Functionality points allocated to the bidder under consideration

Ms =Maximum possible score for functionality in respect of a submission

Minimum points to be scored for Functionality is 70%

FINANCIAL OFFER/PRICE

80/90

Formula 2 Option 1,A=(1- {p-pm/pm})

Formula used to calculate Financial Offer/Price points

pm =The comparative Price offer of the mean/average qualifying tenderer

p =The comparative offer of the tender under consideration

Notes: 1. Bidders are required to score minimum points of 70% for Functionality stated in tender data 2. Bidders who fail to meet the required minimum number of points for functionality stated in the tender data shall be rejected 3. Bidders who fail to disclose mandatory required information as per the returnable schedules shall be disqualified 4. Bidders to submit the following for means of verification: a) Project list of similar completed projects b) Performance and quality reports from clients / consultants c) Certified certificates of qualification of key staff and CV’s including references d) Traceable References for projects completed e) Traceable references for suppliers

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

Page 14: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 14

VARIABLES TOTAL POINTS

CRITERIA DESCRIPTION OF CRITERIA POINTS

1. FUNCTIONALITY POINTS (100 Points)

Relevant Previous Experience on completed projects of a similar nature and value

20

Similar completed projects (R 26 Million and Above)

Points allocated for proven track record based on previous projects executed to completion by the bidder in consideration. The scoring on this item will be carried out as follows: (i) Five (5) Similar Completed Projects are required (ii)The bidder shall submit signed appointment letter(s) in the relevant official Client letterhead clearly showing the project value / amount (iii) The bidder shall submit signed proof of project completion (JBCC Completion certtificate etc) NOTE: Failure to submit any of the above requirements will results in no points being awarded to the bidder.

20

Similar completed projects (R 20.1 Million – R 25 Million)

18

Similar completed projects (R 17.6 Million – R 20 Million)

16

Similar completed projects (R 15.1 Million – R 17.5 Million)

14

Similar completed projects (R 12.6 Million– R 15 Million)

12

Similar completed projects (R 10.1 Million – R 12.5 Million)

10

Similar completed projects (R 7.6 Million – R 10 Million)

8

Similar completed projects (R 5.1 Million – R 7.5 Million)

6

Similar completed projects (R 2.6 Million – R 5 Million

4

Similar completed projects (R 0.1 Million – R 2.5 Million)

2

Non-Submission, Irrelevant Evidence, Incomplete Evidence

0

Relevant Previous Experience on above projects completed within the contractual period

20

Five (5) Similar projects completed before time

Points allocated for proven track record based on previous projects completed within the contractual period by the bidder in consideration. The scoring on this item will be carried out as follows: (i) The bidder shall submit signed proof of project completion (JBCC Completion certificate and Client Reference etc) NOTE: Failure to submit any of the above requirements will results in no points being awarded to the bidder.

20

Five (5) Similar projects completed on time

18

Four (4) Similar projects completed before time

16

Four (4) Similar projects completed on time

14

Three (3) Similar projects completed before time

12

Page 15: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 15

VARIABLES TOTAL POINTS

CRITERIA DESCRIPTION OF CRITERIA POINTS

Three (3) Similar projects completed on time

10

Two (2) Similar projects completed before time

8

Two (2) Similar projects completed on time

6

One (1) Similar projects completed before time

4

One (1) Similar projects completed on time

2

Non-Submission, Irrelevant Evidence, Incomplete Evidence

0

Client Reference Letters of Similar Completed Projects (Letters to match the above submitted previous experience)

25

Very Good Points allocated for client reference based on previous completed projects as above executed by the bidder in consideration: Points will be allocated based on; (i) Receipt of signed and/or stamped client references in the forms supplied in this document (ii) Completion of Client references forms which are contained in this document NOTE: Failure to submit any of the above requirements will results in no points being awarded to the bidder.

25

Good 18

Satisfactory 10

Poor 5

Non-Submission, Irrelevant Evidence, Incomplete Evidence

0

Qualifications, Skills and Experience of Key Project Resources (with relevant experience on completed projects)

35

Points allocated for required (i) compentencies, (ii) qualifications (i.e degree or diploma) (iii) submission of CV's (iv) submission of relevant certified (not older than 6 months) evidence of qualifications and certificates of allocated Required Key Project Resources; (v) Professional registration of Construction / Contracts Manager. (NB: Points allocation with submission of all required documentation and will be rounded off to the nearest lowest number)

1. PROFESSIONAL REGISTRATION = 5 A - Construction / Contracts Manager (Pr CM / Pr CPM): (i) Pr CPM and / or Pr CM (5) (ii) None (0)

Page 16: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 16

VARIABLES TOTAL POINTS

CRITERIA DESCRIPTION OF CRITERIA POINTS

2. QUALIFICATIONS = 12 A - Construction / Contracts Manager (Pr CM / Pr CPM): (i) Degree or Higher (4) (ii) Diploma (2) (iii) None (0) B - Site Agent (i) Degree or Higher (4) (ii) Diploma (2) (iii) None (0 C - Site Foreman: (i) Degree or Higher (4) (ii) Diploma (2) (iii) None (0

3. EXPERIENCE = 18 A - Construction / Contracts Manager (Pr CM / Pr CPM): (i) 10 or more years experience on projects in relevant category (10) (ii) 5 -10 years experience on projects in relevant category (5) (iii) less than 5 years experience on projects in relevant category (0) B - Site Agent (i) 10 or more years experience on projects in relevant category (5) (ii) 5 - 10 years experience on projects in relevant category (3) (iii) less than 5 years experience on projects in relevant category(0) C - Site Foreman: (i) 5 or more years experience on projects in relevant category (3) (ii) 3 -5 years experience on projects in relevant category (1) (iii) less than 3 years experience on projects in relevant category (0)

Minimum points to be scored for Functionality is 70 of the total Points

Page 17: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 17

Clause number

BID DATA FOR CONSTRUCTION OF TSHILWAVHUSIKU ONE STOP CENTRE AT VHEMBE DISTRICT FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE. BID NUMBER: LDSD NOA-2/20-1

F.3.13 F.3.13.1

Acceptance of Bid Offers Bid offers will only be accepted if: a) the bidder has submitted an original valid Tax Clearance Certificate issued by the

South African Revenue Services; b) the bidder is registered with the Construction Industry Development Board in an

appropriate contractor grading designation; c) the bidder or any of its directors is not listed on the Register of Tender Defaulters in

terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;

d) the bidder has not:

i) abused the Employer’s Supply Chain Management System; or ii) failed to perform on any previous contract and has been given a written notice to this effect; e) the bidder has completed the Declaration of Interest and there are no conflicts of

interest which may impact on the bidder’s ability to perform the contract in the best interests of the employer or potentially compromise the bid process and persons in the employ of the state are not permitted to submit tenders or participate in the contract;

f) has completed the Compulsory Supplier Questionnaire (optional) - Contractors and

there are no conflicts of interest which may impact on the bidder’s ability to perform the contract in the best interests of the employer or potentially compromise the bid process

. g) the bidder has submitted the CIPRO documentation and certified copies of ID’s for

all directors; h) the bidder completed, signed and witnessed form of offer;

i) the tendered is in good standing with Compensation for Occupational Injuries and

Disease Act (COIDA); j) the bidder has submitted a fully priced Bill of Quantities;

k) The bidder attended a compulsory briefing session and completed attendance

register or certificate of attendance is signed by the representative of the Employer. l) The bidder is required to submit with his bid a Certificate of Contractor Registration

issued by the Construction Industry Development Board and proof of Registration on the Central Supplier Database (CSD) with a Compliant Tax Status; copy of the tax clearance with Tax Compliance Pin issued by the South African Revenue Services.

m) The bidder has a B-BBEE Level

n) The bidder and all its directors are South African Citizens.

Page 18: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 18

F.3.14

Notice to Unsuccessful Bidders Should bidders not hear from the IDT within ninety (90) calendar days of closure, they should consider their submission unsuccessful. Award will be posted on I-tender within CIDB website within 21 days of award otherwise. No written notification directed to each bidder will be issued by the Employer to unsuccessful bidders.

F.2.8 Seek clarification Request clarification of the bid documents if necessary by notifying the employer at least five (5) working days before the closing Date stated in the bid data

F.3.18

Provide Copies of the Contract The number of paper copies of the signed contract to be provided by the employer is one.

The additional conditions of bid are: 1 The employer is not obliged to accept the lowest or any bid.

Page 19: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 19

ANNEXURE F: STANDARD CONDITIONS OF BID

(As contained in ADDENDUM F of the CIDB Standard for Uniformity in Construction Procurement)

Page 20: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 20

Standard Conditions of Tender

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.

2) 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 Documents

The 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. F.1.3.3 For the purposes of these conditions for the calling for expressions of interest, 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 fulfil 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 tenderer’s financial offer after all tendered parameters that will affect the value of the financial offer have been taken into consideration in order to enable comparisons to be made between offers on a comparative basis

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; and

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) Quality (functionality) means the totality of features and characteristics of a product or service that bear on its ability to satisfy stated or implied needs

Page 21: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 21

F.1.4 Communication and employer’s agent

Each communication between the employer and a tenderer shall be to or from the employer's agent only (i.e post contract award and signing), and in a form that can be read, copied and recorded. Writing 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 The employer’s right to accept or reject any tender offer F.1.5.1 The employer may accept or reject any variation, deviation, tender offer, or alternative tender offer, and

may cancel the tender process and reject all tender offers at any time before the formation of a contract. The employer shall not accept or incur any liability to a tenderer for such cancellation and rejection, but will give written reasons for such action upon written request to do so.

F.1.5.2 The employer may not subsequent to the cancellation or abandonment of a tender process or the rejection

of all responsive tender offers re-issue a tender covering substantially the same scope of work within a period of six months unless only one tender was received and such tender was returned unopened to the tenderer.

F.1.6 Procurement procedures

F.1.6.1 General

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 (Not Applicable for this Bid) F.1.6.3.1 Option 1

Tenderers 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.

Page 22: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 22

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.

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 and/or the Register of Tender Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector;

F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the bidding 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 bidding

Accept that 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 satisfy requirements.

F.2.3 Check documents

Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents

Treat 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 documents

Obtain, 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 addenda

Acknowledge 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 meeting

Attend, 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. In line with the provisions of F.2.3, the tenderer is to ensure that all contents of this bid are well understood for the provision of an accurate and honest bid. If not the tenderer is encouraged to adhere to the provisions of F.2.8. No additional funds shall be provided to the tenderer for errors arising out of this bid document.

F.2.8 Seek clarification

Page 23: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 23

Request 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. The tenderer is encouraged to go through all contents of the tender document as seek clarification where applicable. Any assumptions made by the bidder without prior confirmation by the Employer and his agent shall be at the tenderers own risk.

F.2.9 Insurance

Be aware that the extent of insurance to be provided by the employer (if any) may 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 documents

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. Erasures and the use of masking fluid are prohibited.

F.2.12 Alternative bid 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.2.13 Submitting a bid offer F.2.13.1 Submit one bid offer only, either as a single bidding 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 in black 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.

Page 24: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 24

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 shall 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 respects

Accept 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 and as such be disqualified.

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 submission

Provide 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. F.2.19 Inspections, tests and analysis

Page 25: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 25

Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.

F.2.20 Submit securities, bonds, policies, etc.

If 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 draft

Check 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 documents

If 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 Certificates

Include 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 bidding 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.

F.3.2 Issue Addenda

If 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 offers

Return 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 by the IDT’s SCM Unit.

Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened publicly.

F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions the name of each

tenderer whose tender offer is opened and, where applicable, the total of his prices for the main tender offer only.

Page 26: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 26

F.3.4.3 Make available the record outlined in F.3.4.2 on the IDT’s website. F.3.5 Two-envelope system (Not Applicable for this bid) 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 the quality 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 quality evaluation more than the minimum number of points for quality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any preferences claimed. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for quality.

F.3.6 Non-disclosure

Not 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. F.3.7 Grounds for rejection and disqualification

Determine 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 responsive tenders for discrepancies between amounts in words and amounts in figures. Where

there is a discrepancy between the amounts in figures and the amount in words, the amount in words shall govern.

F.3.9.2 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.

Page 27: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 27

F.3.9.3 Notify the tenderer of all errors or omissions that are identified in the tender offer and either confirm the tender offer as tendered or accept the corrected total of prices.

F.3.9.4 Where the tenderer elects to confirm the tender offer as tendered, correct the errors as follows:

a) 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.

b) 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.

F.3.10 Clarification of a tender offer

Obtain 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 F3.11.1 General

Appoint 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: Financial offer

In the case of a financial offer:

a) Rank tender offers from the most favourable to the least favourable comparative offer. b) Recommend the highest ranked tenderer for the award of the contract, unless there

are compelling and justifiable reasons not to do so. c) Re-rank all tenderers should there be compelling and justifiable reasons not to

recommend the highest ranked tenderer and recommend the highest ranked tenderer, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated.

F.3.11.3 Method 2: Financial offer and preferences

In the case of a financial offer and preferences:

a) Score each tender in respect of the financial offer made and preferences claimed, if any, in accordance with the provisions of F.3.11.7 and F.3.11.8.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula:

TEV = NFO + NP

where: NFO is the number of tender evaluation points awarded for the financial offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8.

c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend the tenderer with the highest number of tender evaluation points for the

award of the contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated

Page 28: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 28

F.3.11.4 Method 3: Financial offer and quality

In the case of a financial offer and quality: a) Score each tender in respect of the financial offer made and the quality offered in

accordance with the provisions of F.3.11.7 and F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula: TEV = NFO + NQ where: NFO is the number of tender evaluation points awarded for the financial

offer made in accordance with F.3.11.7; NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9.

c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend the tenderer with the highest number of tender evaluation points for the

award of the contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated

F.3.11.5 Method 4: Financial offer, quality and preferences

In the case of a financial offer, quality and preferences:

a) Score each tender in respect of the financial offer made, preference claimed, if any, and the quality offered in accordance with the provisions of F.3.11.7 to F.3.11.9, rejecting all tender offers that fail to score the minimum number of points for quality stated in the tender data, if any.

b) Calculate the total number of tender evaluation points (TEV) in accordance with the following formula, unless otherwise stated in the Tender Data: TEV = NFO + NP + NQ where: NFO is the number of tender evaluation points awarded for the financial

offer made in accordance with F.3.11.7; NP is the number of tender evaluation points awarded for preferences claimed in accordance with F.3.11.8. NQ is the number of tender evaluation points awarded for quality offered in accordance with F.3.11.9..

c) Rank tender offers from the highest number of tender evaluation points to the lowest. d) Recommend the tenderer with the highest number of tender evaluation points for the

award of the contract, unless there are compelling and justifiable reasons not to do so.

e) Rescore and re-rank all tenderers should there be compelling and justifiable reasons not to recommend the tenderer with the highest number of tender evaluation points, and recommend the tenderer with the highest number of tender evaluation points, unless there are compelling and justifiable reasons not to do so and the process set out in this sub-clause is repeated.

F.3.11.6 Decimal places Score financial offers, preferences and quality, as relevant, to two decimal places. F.3.11.7 Scoring Financial Offers Score the financial offers of remaining responsive tender offers using the following formula: NFO = W1 x A where: NFO = the number of tender evaluation points awarded for the financial offer. W1 = the maximum possible number of tender evaluation points awarded for the financial offer as stated in the

Tender Data. A = a number calculated using either formulas 1 or 2 below as stated in the Tender Data.

Page 29: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 29

Table F.1: Formulae for calculating the value of A

Formula Basis for comparison Option 1a Option 2a

1 Highest price or discount )m

)m((1

P

PP −+ P/Pm

2 Lowest price or percentage commission/fee )m

)m((1

P

PP −− 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

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 quality

Score each of the criteria and subcriteria 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 employer

If 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 offer

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 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, 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.

F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any.

Page 30: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 30

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 contracts

Provide 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 taken

Provide 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.

Page 31: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 31

SPECIAL CONDITIONS OF TENDER

F.4 Special Conditions of Tender F.4.1 General

The Special Conditions of Principal Contract Tender generally contain clauses that are either deemed to be additions, elaborations or variations to the Standard Conditions of Principal Contract Tender. Accordingly, the Special Conditions of Principal Contract Tender be read in conjunction with the Standard Conditions of Principal Contract Tender and it shall be deemed that the amended meanings and intentions of the clauses shall apply, if applicable.

F.4.2 Tender Offers

Tenderers are advised that it is compulsory to submit offers for all Tender Options as set - out below and where indicated by a tick. Subject To Escalation Price Offer Tenderers are advised that this offer shall be subject to Contract Price Adjustment Formulae based on the Haylett Formulae. Fixed Price Offer Tenderers are advised that all rates, amounts, overhead and profit percentage mark-ups and amounts, profit and attendance amounts, prices, etc. submitted, shall not be subject to any form of Contract Price Adjustment Formulae e.g. Haylett Formulae. In this regard, it is deemed that the Tenderer has allowed for any potential increases (except any variation in the rate of Value Added Tax) in cost of labour, materials, transport, etc. in the Tender amounts, rates, etc. submitted. This will only be applicable to the measured work priced by the main contractor and will not apply to the provisional sums or budgetary allowances. Key: √ - Tender Option Applicable X - Not Required For This Tender

F.4.3 Market Related Wage Rates When pricing this document, respondents are to allow for wages, which are not less than the greater of:

The statutory wage rates in any labour category; and, The SAFCEC recommended minimum rates applicable at any time during the duration of the contract.

In this regard, a Tenderer may be called upon to demonstrate the wage rates utilised in calculating its

Tender price. F.4.4 Letter of Intent

Tenderers are required to furnish with their tender documents, a letter of intent from a Bank or approved Insurance Company, to indicate that in the event of their tender being successful that a surety / guarantee as required will be provided when asked to do so.

F.4.5 Information to be Submitted by Tenderers

All Tenderers are instructed to acknowledge that the information to be submitted must be strictly in accordance with the requirements stipulated in 2.3. Therefore, separate brochures, information other than which is specified in 2.3 must not be incorporated in the submission documents. Failure to comply with this instruction may render the submission liable for disqualification.

X

Page 32: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 32

If the spaces in the Tender Returnables are insufficient, the relevant particulars should be documented on a separate sheet (s) with proper reference to the specific information requested.

F.4.6 Interviews

All Tenderers are advised that they may be required to attend interviews and / or submit further information; including making their premises, plant, equipment and details of works in progress, available for inspection after the receipt of Tender submissions.

F.4.7 Detailed Construction Programme

The Principal Contract for the project Commencement and Completion dates and any other relevant dates for this contract are stated in the Preliminaries. The Contractor is referred to Clause B 4.2 Programme for the works on Page 22 & 23.

Time and quality are to be considered the essence of this Contract. Accordingly, it shall be deemed that

the Project Programme detailing each activity and duration as well as a detailed Method Statement be submitted by the Tenderer as part of the Tender submission, and shall be the basis of monitoring progress on the project.

The programme should be a detailed double-linked critical path programme preferably in CCS format in both hard copy and electronic format and take into consideration the following; Dividing the programme into convenient construction zones both horizontally and vertically; Linking all activities as ‘open ended’ or ‘open start’ activities are not acceptable; Detailing all holidays, Christmas/New Year break, etc.; Showing both the Date of Practical Completion and the Date of Works Completion given that the Employer will take Occupation of the facility once the Works Completion Certificate has been issued. Penalties will apply for Milestone, Practical and Works Completion dates not being achieved as detailed in the Preliminaries. The programme must be a fully resourced “double linked” critical path programme clearly showing Start, Finish and any Interim completion dates as well as any Milestone dates for critical activities including;

• Dates for Practical Completion Inspections to be carried out;

• Date of Practical Completion

• Period required for attendance on and completion of the Completion List issued at Practical Completion

• Date of Works Completion ;

The successful tenderer’s program is subject to review and mutual acceptance. Any Queries / clarifications relative to the Programme can be directed to the Employer.

F.4.8 Detailed Cash-flow

Tenderers are advised that a fully detailed cash-flow based on the tenderers programme is required to be submitted together with their tender document. In this regard, tenderers are advised that the financial year start and end dates are 01 April to 31 March respectively and therefore tenderers are requested to keep sub-totals for each financial year during the duration of the construction programme.

Tenders are advised that the targeted annual maximum percentages per financial year end for the contract duration are as follows and are not to be exceeded:

FINANCIAL YEAR

01 APRIL 2020 TO 31 MARCH 2021

01 APRIL 2021 TO 31 MARCH 2022

01 APRIL 2022 TO 31 MARCH 2023

F.4.9 Detailed Resourcing Schedule

Tenderers are advised that a detailed resourcing schedule including skilled, unskilled and sub-contractor’s staffing histograms is required to be submitted together with their tender document.

Page 33: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 33

F.4.10 Proposed Domestic Sub-Contracts

The Tenderer shall submit in writing, when requested, a list of proposed domestic sub-contractors that is intended to be utilised on the project, should its offer to be accepted. Proposed domestic sub-contractors shall not take part in the work set aside for 30% Local Participation in line with National Treasury’s PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2017

F.4.11 Adjudication and Independent Development Trust’s Rights F.4.11.1 Independent Development Trust reserves the right to visit any Tenderer (without prior notice), to

interview any shareholder of the Tenderer and to evaluate such Tenderer in accordance with the criteria as set out in the paragraph 1.11.3 below;

F.4.11.2 All information obtained at such evaluation shall at all times be treated as confidential by Independent

Development Trust;

F.4.11.3 Adjudication of a Tender shall be in the discretion of Independent Development Trust and may take into account the following:

(i) Tender Price; (ii) Ability to perform, which may take into account previous experience in the relevant industry; (iii) Suitability of employees and suitability of equipment and materials to be used; (iv) Black Economic Empowerment;

(v) Financial viability of the Tenderer; (vi) Ownership of the Tenderer; (vii) Compliance with all relevant laws; and

(viii) SCM policy and procedures.

F.4.12 Form of Contract

The JBCC Series 2000 Principal Building Agreement (Edition 5.0 Reprint 1 July 2007) as

amended in the IDT’s SPECIAL CONDITIONS OF PRINCIPAL CONTRACT, shall be applicable to

this contract.

F.4.13 Specialist Selected Sub-contract Procurement Process

Due to the nature of the project, the procurement process of the following envisaged selected sub-contracts will be done upon appointment of the Principal Building Contractor:

• Demolitions

• Ceilings, Partitions and Access Flooring

• Ironmongery

• Plumbing & Drainage

• Paintwork

• Electrical works

• Roadworks

Upon the appointment of a Principal Contractor, the Principal Contractor is to subsequently appoint the selected sub-contractors as instructed by the Principal Agent and The Employer. This is a material condition of appointment and should the Tenderer have any objection to this condition the tenderer is to raise this in their tender submission. The appointment of the selected sub-contractor will be done in consultation with the appointed contractor.

F.4.14 Damage to the Work

Care shall be taken not to cause any damage to any part of the existing or new work or any adjoining property, if applicable. The Contractor will be held responsible for damage caused to the works by his

Page 34: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 34

negligence and shall be liable for all costs incurred in making good any such damage to the satisfaction of the Principal Agent.

F.4.15 Communication, Media Releases, Etc.

The Contractor shall not in any way communicate with the press, or any representative of the written or electronic media, on a question affecting this contract unless prior approval in writing is received from the Principal Agent as authorised by the Employer.

All rights of publication of articles in the media, together with any advertising relating to, or in any way

concerned with this project shall vest in the Employer. The Contractor shall not, without the written consent of the Employer, cause any statement or

advertisement to be printed, screened or aired by the media.

F.4.16 Copyright

No part of this document and any document forming part of the contract documents may be copied, photographed or repeated in any manner or by any process without the written consent of the Principal Agent. Copyright is reserved on all designs, specifications, patents and patentable designs, systems and processes contained in documents pertaining to this contract. The person, firm, body, supplier, contractor, sub-contractor and any other contracting party is to be responsible jointly and severally, in their personal and corporate capacities for any contravention of this requirement.

F.4.17 Workmanship and Quality Control

The onus to produce work that conforms in quality and accuracy of detail, to the requirements of the specifications, rests with the Contractor, and the Contractor shall, at his own expense, institute a quality control system and provide other technical staff, together with all transport, instruments and equipment to ensure adequate supervision and positive control of the works at all times.

The cost of supervision and process control, including testing carried out by the Contractor shall be

deemed to be included in the amount quoted for the works. The Contractor's attention is drawn to the normal standards regarding the minimum frequency of testing

required for materials. The Contractor shall, at his own discretion increase this frequency where necessary to ensure adequate control.

The Contractor shall remain solely responsible for the work as defined in this contract document, up to

the end of the Defects Liability Period. The Contractor needs to ensure that daily site diaries are kept on site at all times. These may be required

for submission to the Employer as and when needed. The end-user client and the NDPW may from time to time inspect the quality / workmanship on site and

make the necessary comments and/or requirements for correction.

F.4.18 Occupational Health and Safety Act The Contractor shall comply with the requirements set out in the Construction Regulations, 2014 issued

under the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993)

F.4.19 Co-Operation of Contractor for Cost Control

It is deemed that the Contractor accepts the obligation of assisting the Professional Consultants in implementing proper cost control in ensuring that the final building cost does not exceed the budget.

F.4.20 Application for Payment

Page 35: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 35

The Contractor shall submit the following information on a monthly basis to the Quantity Surveyor in order to assist with the processing of the Payment Certificate and the preparation of the empowerment report:

• A detailed breakdown of the work done. (The work breakdown must be referenced strictly in accordance with the Contract Document or the detailed priced bills of quantities, as applicable.)

• A detailed breakdown of all Variation Order costs claimed (With specific reference to work done by the Nominated/Selected Subcontractor) in the certificate concerned, together with copies of the relevant Contract instructions.

• An empowerment report which shall contain an affidavit certifying that all information contained in the report as being true and correct and must be authenticated by the sub-contractor and a commissioner of oaths

• EPWP Labour Report showing total work opportunities created on site

• Tax Invoice: The contractor shall attach a tax invoice as prescribed in the Value Added Tax legislation to each payment certificate when presenting the certificate to the Employer for payment. Such tax invoices shall correctly reflect the prescribed information and the amounts shall match precisely the amounts included in the Payment Certificate. Should the contractor fail to comply with these requirements, the date of presentation of the certificate shall be deemed to be delayed at the contractor’s default until such time as the requirements are met.

Should anyone or any combination of the above requirements not be complied with, the Principal Agent and/or Contractor reserves the right to exclude any amounts that may have been due for certification from the Payment Certificate concerned and/or delay the issue of Payment Certificates and/or, revise the contractual payment date, as applicable, until such time compliance is achieved.

F.4.21 Identification of Personnel

All permanent staff that are utilised on the project by the Contractor, Domestic and Selected Sub-contractors are at all times whilst on site, be clad with clothing that clearly identifies each staff member together with an identification document which includes, but not limited to the following:

A photograph of the staff member concerned; The identification numbers of the staff member concerned; and, The name of company concerned

In addition, to that stated above, the Contractor shall adhere to the premise’s security rules and regulations. No staff member will be permitted to execute the Works if this condition is not adhered to.

F.4.22 Intervention at Manufacture and / or Supplier and / or Contract Level

The Employer and its Agents reserve the right to discuss and liaise on any issue pertaining to this Contract with the Contractor’s service providers i.e. manufacturers and / or suppliers and / or sub- contractors concerned. This right shall not create privity of contract between the Employer and / or its Agents and the said manufacturer and / or supplier and / or sub-contractors.

F.4.23 Cession of Materials Supplied to the Site

It shall be deemed that the Contractor and its service providers upon delivery of each batch of materials to site, has ceded the said materials to the Employer.

F.4.24 Alterations in the Quantity and Value of Work

The Employer and / or its Agents shall be permitted to either increase or decrease the quantity and value of work contracted for. In this regard, the Contractor including its service providers shall not be entitled to claim for any additional expense incurred, or for any change in the rates for work done and / or any materials and services supplied. It shall be deemed that all costs associated with this item are included in the Tender Price.

F.4.25 Change in the Scope of Work

The Contractor acknowledges that whilst drawings have been prepared for the Works, the scope of work and value of the Contract may be substantially altered and that no claims for loss and expense shall be

Page 36: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 36

due by the Employer for implementing any changes that may become necessary. It shall be deemed that the Tender Price includes for all costs that may arise due to compliance with this clause.

F.4.26 Treasures, Relics, Etc.

Any relics, treasure, articles of value or of potential historical or archaeological interest found on the site must be brought to the attention of the Principal Agent. All work at the specific area of the discovery shall stop for a reasonable time period until such time that the Principal Agent instructs continuation of the Works.

Any relics, treasure, articles of value or of potential historical or archaeological interest found on the site

shall remain the property of the Employer and shall be handed over to the Principal Agent who shall be the sole arbitrator of what is an article of value.

F.4.27 Priced Bills of Quantities

The Tenderer shall submit a fully priced Bills of Quantities as well as a detailed breakdown and build-up of all items measured as lump sum items with the Tender Price. Lump sum items shall be measured in accordance with the Standard System of Measuring Building Work (Sixth Edition, including any subsequent amendments thereto), and shall form part of the Contract and shall be used for the purposes of preparing valuations, Payment Certificates, determining the value of Variation Orders, preparation of Final Accounts, etc.

Neither the Employer, not its Agents shall be liable for any cost incurred for the award and subsequent

withdrawal of the award of the Tender in terms of this clause.

F.4.28 Prices and Net Measurements

Prices throughout these Bills of Quantities shall be deemed to include for all obligations arising out of the Contract and unless otherwise specified, be held to include for making, conveying and delivering, unloading, storing, unpacking, hoisting, setting, fitting and fixing in position, cutting and waste, patterns, models and templates, plant, temporary works and return of packaging.

Prices for all items contained in these Bills of Quantities and any additional authorised variations, shall

be deemed to exclude all amounts due in terms of the Value Added Taxation legislation. A provision for the addition of VAT shall be made on the Final Summary page of the Bills of Quantities and Final Statement of Accounts, as applicable.

F.4.29 Value Added Tax (V.A.T)

All prices and or rates tendered shall be deemed to be exclusive of Value Added Tax. Value Added Tax shall be added as a lump sum where provided on the Final Summary page of the Bills

of Quantities, and the Tender Price inclusive of Value Added Tax will be shown on the Form of Tender. Value Addedd Tax shall be calculated at the National going rate at the time of submission of bids.

F.4.30 Site and Information

Tenderers must acquaint themselves with the conditions of the Site and generally obtain their own information on all matters affecting the submission of Tenders for the Works. Tenderers will be held responsible for any misunderstanding or incorrect information obtained, except information which may have been given in writing over the signature of the Principal Agent.

The contractor is expected to establish a construction camp, office and workshop facility, for the fulfilment

of the contract. Site establishment facilities to be removed after the completion of the project.

The contractor must strictly use the working area provided by the Employer.

F.4.31 Noise

Page 37: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 37

Tenderers must take note that the site is within the SA Navy Base (Durban). As such high noise level shall be restricted to times that will not disrupt the operations of the Navy.. Tenderers are to ensure that they acquaint themselves with these conditions and adequately price for it accordingly as no additional time will be allowed for any delays that may be attributed to such.

The Conractor will be restricted from working evening shifts but may be allowed to work weekend shifts

with prior 1 week’s notice. Such shall be included in the contractor’s pricing as no additional allowance for weekend shifts will be allowed for by the Employer, post tender award.

F.4.32 Water and Electricity

The contractor is expected to make means for the provision of water and electricity for construction purposes. The use of such services from the site shall be at the discretion and on agreement with the end user department (i.e Department of Defence)

F.4.33 Preliminaries Costs

The Tenderer must allow in his pricing, or where provided for in the Tender Document, for all preliminaries costs deemed necessary for the proper execution and completion of the Works, as no late claims whatsoever for additional costs in this respect will be considered.

F.4.34 Protection of Existing Work

The Tenderer shall allow for the protection of all existing work that is liable to be damaged during the execution of this Contract and work that is liable to be damaged once the Contractor completes its Section of the Works.

F.4.35 Mock-Up / Samples, etc.

Samples, mock-ups, etc. will be called for by the Principal Agent for approval and shall be provided at no extra cost as rates will be deemed to include for this.

F.4.36 Substitution of Materials

No substitution of the articles or materials specified in this Tender Document will be permitted unless the

authority of the Principal Agent has been obtained, in writing, before Tender closing. The Tenderer will otherwise be required to provide / or use the specified articles or materials. Approval of any request for the substitution of any article or materials will only be considered when the Principal Agent is satisfied that if the substitution is approved, there is sufficient time remaining before Tender closing to advise all other Tenderers accordingly.

F.4.37 Restriction on Site Access

Tenderers are to price any items related to this under Clause 3.1 in the Preliminaries bill. The Principal Agent and /or the Compulsory Tender Briefing will provide further details of the restrictions, if any that will affect the Contractor.

F.4.38 Security

The Tenderers are to note that upon award of the contract, they are to furnish the Employer (within 21 days of award), the following:

Construction Guarantee equal in value to 10% of the Contract Sum valid for the duration of the contract.

F.4.39 Safety Requirements The Contractor is referred to the safety requirements associated with the project. It is of utmost

importance that the successful contracting entity abides by the. The Contractor will comply with all Health and Safety Regulations and the Health and Safety Plan. Management of safety on site shall remain the sole responsibility of the Contractor.

Page 38: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 38

Disposal of all rubble material and asbestos roof sheetings / materials, to suitable legal dump sites, shall be carried out on a weekly basis. All costs for this exercise shall be included in the bid price (for the duration of the project plus a further 6 months in the event of project overrunning its duration)

The safety on site, agreement and general information forms included in the Tender Returnables

must be agreed and fully completed and submitted with the Tender Submission. F.4.40 Budgetary Allowances / Provisional Sums

Where applicable, these amounts have been included in the Tender Price where the work has not been defined at the date of Tender. It is intended that once the scope is defined, Tenders will be invited with a view to these Works being awarded as Nominated / Selected Subcontract works.

• The Specialist Consultant responsible for the specific work package will prepare documentation which is to include drawings, specification and schedule of quantities that define the scope of works all in accordance with the Nominated / Selected Subcontract Agreement.

• The Quantity Surveyor will prepare the necessary Tender documents.

• The Principal Agent will arrange for inviting / advertising of tenders subject to the payment of a non-refundable document fee, if applicable.

• The Employer will arrange to issue the tender documents from their offices and take receipt of amounts paid.

• The Tenders for the Works will be submitted to the Employer’s office in terms of the tender closing times stipulated. Tenders will be opened and tender amounts read out at the time.

• The Quantity Surveyor will make copies of the returned Tender documents for distribution to the Principal Agent.

• The Quantity Surveyor will prepare an initial financial evaluation report of the Tenders, Principal Agent and Engineer will evaluate the Tenderer’s technical compliance and capability and circulate to the Employer.

• The Principal Agent will prepare a draft report, discuss with the Contractor to get their approval and finally circulate the draft to the other Consultants for final comment. Thereafter the Tender Report with Recommendations will be finalised by the Principal Agent and circulated to the Employer for approval. On approval, the recommendation together with any instructions of award

will be issued to the Contractor who will be responsible for appointing the relevant party as a Sub-contractor.

F.4.41 Community Liaison Officer (CLO)

The Tenderer shall allow for a CLO who is to be appointed and remunerated by the Contractor following identification and selection by the Ward Councillor. Purpose of the Job: The primary role of the CLO shall be liaison and facilitation of communication between the Contractor, the Local community and the Ward Councilor. Job title: Community Liaison Officer (CLO) Reporting to: The Contracts Manager or other delegated representative of the Contractor. The CLO must report to the Contractor and remain on site on a daily. Experience: Relevant experience and knowledge of building construction, community facilitation and relevant labour legislation. Remuneration: Rate payable for the CLO will be …..% of the Civil Engineering Industry minimum wage for unskilled labour. Minimum Skills: 1. Ability to work with others; 2. Ability to communicate in local language of the project location and English; 3. Ability to communicate in writing; 4. Sound Interpretation skill.

The Ward Councillor in whose wards work is to be done will collectively identify 3 (three) CLO candidates for the project and make such persons known to the Contractor within five days of being requested to do so. The Contractor will be required to enter a written contract with the CLO that specifies:

Page 39: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 39

(a) The hours of work and the wage rate of the CLO which could include: (b) The duration of the appointment (c) The duties to be undertaken by the CLO which could include:

• Assisting in all respects relating to the recruitment of local labour and advising them of their rights

• Acting as a source of information for the community and councilors on issues related to the contract

• Keeping the contractor advised on community issues and issues pertaining to local security

• Assisting in setting up any meeting or negotiations with affected parties

• Keeping a written record of any labour or community issues that may arise

• The CLO needs to be seen to be neutral by all parties and therefore should endeavour not to take sides should conflict arise.

• Should the CLO function not involve a full days work, the CLO will be expected to undertake other work allocated by the Contractor for the balance of each day Procedures for local labour recruitment:

• The Contractor submits a list of his/her requirements to the CLO, stating the numbers required in each labour category (general worker, bricklayer, etc.) and a programme that shows when these resources will be required.

• During the construction period, the CLO uses the list to identify candidates for employment, who are interviewed and if successful employed by the contractor.

• The Contractor keeps the CLO informed by providing him/her with employee’s details at the start of their employment (name, residential address, ID number, wage, employment, start and finish date, task, etc.) and notify the CLO when their employment ends.

F.4.42 Historical Disadvantaged Individuals or groups Participation Targets F.4.42.1 Local participation / sub-contracting shall be 30% of the contract value in line with the PREFERENTIAL

PROCUREMENT POLICY FRAMEWORK ACT, 2000: PREFERENTIAL PROCUREMENT REGULATIONS, 2017

F.4.42.2 Penalties:

In the event that the contractor fails to substantiate that any failure to achieve the above condition was due to quantitative under runs, the elimination of items contracted to HDI’s, or any other reason beyond the contractors control which may be acceptable to the Employer, the Contractor shall pay to the Employer penalties for an amount equal to one and half times the difference between the minimum and achieved Contract Participation Goal, expressed as a percentage and multiplied by the Award Value. The Employer will not be liable for any increase in labour costs arising out of the use of selected local domestic sub-contractors and local labour. No Extension of time claims with cost will be entertained due to default by any of the selected domestic sub-contractor or the use of local labour

F.4.43 Skills Development and Training

The contractor will be expected to make use of the end user client’s artisan in the project, manage as well as ensure their development accordingly. 22 Artisan shall be expected to e utilized in the project through its lifecycle. They include the following disciplines, Electrical, plumbing, roof, tiling, painting and carpentry

Page 40: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 40

T2.1 LIST OF RETURNABLE DOCUMENTS

Page 41: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 41

T2.1 List of Returnable Documents List of returnable documents are for ensuring that everything the employer requires a tenderer to submit with his tender is included in, or returned with, his tender submission. Tick below if returnable document is attached or completed properly.

#

LIST OF RETURNABLE DOCUMENTS

TICK IF ATTACHED

T2.1.1 Preference Points Claim Form in Terms of The Preferential Procurement Regulations 2011

T2.1.2 B-BBEE Certificate (Original or Originally Certified Copy)

T2.1.3 Tax Clearance Certificate or unique pin

T2.1.4 Joint Venture Agreement Between Parties

T2.1.5 Parties Cancelled Cheque or Original Letter From Bank

T2.1.6 Letter from the Bank Stating All Signatories

T2.1.7 CIDB Registration Certificate

T2.1.8 Copy of a Letter of Goodstanding with Compansation For Occupational And Injuries Dieses Act (COIDA) Registration Certificate

T2.1.9 Declaration of Interest

T2.1.10 Certificate of Independent Bid Determination

T2.1.11 Declaration of Bidder’s Past Supply Chain Management Practices

T2.1.12 Attendance At Compulsory Briefing

T2.1.13 Certificate of Authority For Signatory

T2.1.14 Record of Addenda to The Tender Documents

T2.1.15 Project Experience

T2.1.16 Letters of Appointment, and Relevant Completion Certificates (Practical Completion, Work Completion & Final Completion)

T2.1.17 Client References

T2.1.18 Key Personnel

T2.1.19 Fully Priced Bill of Quantities

Page 42: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 42

T2.2 RETURNABLE SCHEDULES (ALL COMPULSORY)

Page 43: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 43

T2.2 RETURNABLE SCHEDULES

Contains documents that the tenderer is required to complete for the purpose of evaluating tenders and other schedules which upon acceptance become part of the subsequent contract.

# QUALITY EVALUATION SCHEDULES

T2.1.20 Project Experience

T2.1.21 Client References

T2.1.22 Letters of Appointment, and Relevant Completion Certificates (Practical Completion, Work Completion & Final Completion)

T2.1.23 Key Personnel

RETURNABLE SCHEDULES THAT WILL BE INCORPORATED INTO

THE CONTRACT (to be attached with submission)

Record of Addenda to Tender Documents

Declaration Concerning Fulfillment of the Construction Regulations, 2003

First Programme and Method Statement

Preliminary Health and Safety Plan

Form of offer and acceptance

Contract data

Forms of securities

Page 44: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 44

SBD 6.1

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 claim form for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level of Contribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL

CONDITIONS, DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED IN THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS

1.1 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 applicable taxes included); and

- the 90/10 system for requirements with a Rand value above R50 000 000 (all applicable taxes included).

1.2

a) The value of this bid is estimated to exceed/not exceed R50 000 000 (all applicable taxes included) and therefore the 90/10 preference point system shall be applicable; or

b) Either the 80/20 or 90/10 preference point system will be applicable to this tender (delete whichever is not applicable for 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 80

B-BBEE STATUS LEVEL OF CONTRIBUTOR 20

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 the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.

1.6 The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard to preferences, in any manner required by the purchaser.

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 of good practice on black economic empowerment, issued in terms of section 9(1) of the Broad-Based Black Economic Empowerment Act;

Page 45: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 45

(c) “bid” means a written offer in a prescribed or stipulated form in response to an invitation by an organ of state for the provision of goods or services, through price quotations, advertised competitive bidding processes or proposals;

(d) “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic Empowerment Act, 2003 (Act No. 53 of 2003);

(e) “EME” means an Exempted Micro Enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance with specifications 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 level certificate issued by an authorized body or person;

2) A sworn affidavit as prescribed by the B-BBEE Codes of Good Practice;

3) Any other requirement prescribed in terms of the B-BBEE Act;

(i) “QSE” means a qualifying small business enterprise in terms of a code of good practice on black economic empowerment issued in terms of section 9 (1) of the Broad-Based Black Economic Empowerment Act;

(j) “rand value” means the total estimated value of a contract in Rand, calculated at the time of bid invitation, and includes all applicable taxes;

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMS

A 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

Page 46: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 46

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR

4.1 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 the table below:

B-BBEE Status Level of Contributor

Number of points

(80/20 system)

Number of points

(90/10 system)

1 20 10

2 18 9

3 14 6

4 12 5

5 8 4

6 6 3

7 4 2

8 2 1

Non-compliant contributor 0 0

5. BID DECLARATION

5.1 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 4.1

6.1 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 in paragraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING

7.1 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 of Preferential Procurement Regulations,2017:

Designated Group: An EME or QSE which is at last 51% owned by: EME

QSE

Black people

Page 47: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 47

Designated Group: An EME or QSE which is at last 51% owned by: EME

QSE

Black people who are youth

Black people who are women

Black people with disabilities

Black people living in rural or underdeveloped areas or townships

Cooperative owned by black people

Black people who are military veterans

OR

Any EME

Any QSE

8. DECLARATION WITH REGARD TO COMPANY/FIRM

8.1 Name of company/firm:…………………………………………………………………………….

8.2 VAT registration number:……………………………………….…………………………………

8.3 Company registration number:…………….……………………….…………………………….

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / Consortium

One person business/sole propriety

Close corporation

Company

(Pty) Limited [TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………………………

…………………………………………………………………………………………..

8.6 COMPANY CLASSIFICATION

Manufacturer

Supplier

Professional service provider

Other service providers, e.g. transporter, etc. [TICK APPLICABLE BOX]

8.7 Total number of years the company/firm has been in business:……………………………

8.8 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm,

certify that the points claimed, based on the B-BBE status level of contributor indicated in

paragraphs 1.4 and 6.1 of the foregoing certificate, qualifies the company/ firm for the

preference(s) shown and I / we acknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated

Page 48: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 48

in paragraph 1 of this form;

iii) In the event of a contract being awarded as a result of points claimed as shown in paragraphs 1.4 and 6.1, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;

iv) If the B-BBEE status level of contributor has been claimed or obtained on a fraudulent basis or any of the conditions of contract have not been fulfilled, the purchaser may, in addition to any other remedy it may have –

(a) disqualify the person from the bidding process;

(b) recover costs, losses or damages it has incurred or suffered as a result of that person’s conduct;

(c) cancel the contract and claim any damages which it has suffered as a result of having to make less favourable arrangements due to such cancellation;

(d) recommend that the bidder or contractor, its shareholders and directors, or only the shareholders and directors who acted on a fraudulent basis, be restricted by the National Treasury from obtaining business from any organ of state for a period not exceeding 10 years, after the audi alteram partem (hear the other side) rule has been applied; and

(e) forward the matter for criminal prosecution.

……………………………………….

SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES

1. ……………………………………..

2. …………………………………….

Page 49: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 49

2.1.2 B-BBEE CERTIFICATE

Attached hereto is my / our original (certified copy?) B-BBEE Certificate issued by a verification agency accredited by SANAS. My failure to submit the certificate with my / our tender document will lead to the conclusion that I am / we do not wish to claim preference points in terms of my / our B-BBEE status.

Page 50: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 50

T2.1.3 VALID VAT CERTIFICATE

Attached hereto is my / our original valid certified copy of my / our VAT registration certificate. My / our failure to submit the certificate with my / our tender document will lead to the conclusion that my / our company is not registered for VAT.

Page 51: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 51

T2.1.4 TAX CLEARANCE CERTIFICATE

IMPORTANT NOTES: 1. The following is an abstract from the Preferential Procurement Regulations 2001 promulgated

with the Preferential Policy Framework Act No 5 of 2000:

"Tax clearance certificate

16. No contract may be awarded to a person who has failed to submit an original Tax Clearance Certificate from the South African Revenue Service (“SARS”) certifying the taxes of that person to be in order or that suitable arrangement have been made with SARS."

2. The ST 5.1 form: Application for Tax Clearance Certificate (in respect of tenders), must be

completed by the tenderer in every detail and submitted to the Receiver of Revenue where the tenderer is registered for income tax purposes. The Receiver of Revenue will then furnish the tenderer with a Tax Clearance Certificate that will be valid for 6 months from date of issue, unless otherwise indicated on the certificate issued by SARS. This Tax Clearance Certificate must be submitted in the original as an integral part of the tender.

Each party to a Consortium / Joint Venture / Sub-contractors must complete a separate Tax Clearance Certificate.

3. An example of the Application for Tax Clearance Certificate which Tenderers may use to apply

for the Tax Clearance Certificate is included hereafter and is available at any Receiver's Office.

Page 52: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 52

T2.1.4 TAX CLEARANCE CERITFICATE

[Tax Clearance Certificate obtained from SARS to be inserted here]

Page 53: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 53

T2.1.5 JOINT VENTURE AGREEMENT BETWEEN PARTIES

Attached hereto is our duly signed, notarised Joint Venture Agreement. Our failure to submit the agreement with our tender document will lead to the conclusion that the joint venture has not been formally formed and all parties were not involved in the tender process.

Page 54: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 54

T2.1.6 CANCELLED CHEQUE OR ORIGINAL LETTER FROM BANK

Attached hereto are my / our original cancelled cheques or an original letter from my / our bank confirming our banking details. My / our failure to submit the cheque or letter with my / our tender document will lead to the conclusion that the banking details could not be confirmed with the bank.

Page 55: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 55

T2.1.7 LETTER FROM THE BANK STATING ALL SIGNATORIES

Attached hereto is my / our letter from my / our bank stating all signatories on our account. My / our failure to submit the letter with my / our tender document will lead to the conclusion that any one person within my entity can sign all official documents at the bank.

Page 56: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 56

T2.1.8 IDENTITY DOCUMENTS

Attached hereto are my / our original certified copies not older thatn 3 months of my / all owners / directors / members / shareholders identity documents.

Page 57: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 57

T2.1.9 CONTRACTOR'S COPY OF REGISTRATION OF INCORPORATION OR COMPANY REGISTRATION DOCUMENTS Attached hereto is my / our original certified copies of company registration of incorporation or company registration documents. My failure to submit the copy with my / our tender document will lead to the conclusion that I am / we are not registered as claimed.

Page 58: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 58

T2.1.10 CIDB REGISTRATION CERTIFICATE Attached hereto is my / our registration certificate with the Construction Industry Development Board. My / our failure to submit the certificate with my / our tender document will lead to the conclusion that my / our company is not registered with CIDB.

NOTE: The CIDB can be contacted or visited on www.cidb.org.za for more information and registration. Obtain a “Code of Conduct for all parties engaged in construction procurement” for you information.

Page 59: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 59

T2.1.11 COPY OF A LETTER OF GOODSTANDING WITH COMPANSATION FOR OCCUPATIONAL AND INJURIES DIESES ACT (COIDA / FEMA) REGISTRATION CERTIFICATE Attached hereto is my / our certified copy of A LETTER OF goodstanding with the Compensation for Occupational Injuries and Diseases, e.g. letter of good standing. My / our failure to submit the certificate with your tender offer will lead to the conclusion that your entity/ company is not registered with COIDA / FEMA.

Page 60: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 60

T2.1.12 COMPULSORY ENTERPRISE QUESTIONNAIRE

Note: Compulsory Enterprise Questionnaire must be completed by each member of a JV or consortium

Section 3: CIDB registration number, if any: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 4: Particulars of sole proprietors and partners in partnerships

Name* Identity number* Personal income tax number*

* Complete only if sole proprietor or partnership and attach separate page if more than 3 partners

Section 5: Particulars of companies and close corporations

Company registration number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Close corporation number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Tax reference number . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Section 6: Record in the service of the state

Indicate by marking the relevant boxes with a cross, if any sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

a member of the board of directors of any municipal entity

an official of any municipality or municipal entity

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance Management Act, 1999 (Act 1 of 1999)

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

If any of the above boxes are marked, disclose the following:

Name of sole proprietor, partner, director, manager, principal shareholder or stakeholder

Name of institution, public office, board or organ of state and position held

Status of service (tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

Section 7: Record of spouses, children and parents in the service of the state

Indicate by marking the relevant boxes with a cross, if any spouse, child or parent of a sole proprietor, partner in a partnership or director, manager, principal shareholder or stakeholder in a company or close corporation is currently or has been within the last 12 months been in the service of any of the following:

a member of any municipal council

a member of any provincial legislature

a member of the National Assembly or the National Council of Province

an employee of any provincial department, national or provincial public entity or constitutional institution within the meaning of the Public Finance

Management Act, 1999 (Act 1 of 1999)

Page 61: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 61

Signed

Date

Name Position

Enterprise name

a member of the board of directors of any municipal entity

an official of any municipality or municipal entity

a member of an accounting authority of any national or provincial public entity

an employee of Parliament or a provincial legislature

Name of spouse, child or parent

Name of institution, public office, board or organ of state and position held

Status of service (tick appropriate column)

Current Within last 12 months

*insert separate page if necessary

The undersigned, who warrants that he / she is duly authorised to do so on behalf of the enterprise: i) authorizes the Employer to obtain a tax clearance certificate from the South African Revenue Services that

my / our tax matters are in order; ii) confirms that the neither the name of the enterprise or the name of any partner, manager, director or other

person, who wholly or partly exercises, or may exercise, control over the enterprise appears on the Register of Tender Defaulters established in terms of the Prevention and Combating of Corrupt Activities Act of 2004;

iii) confirms that no partner, member, director or other person, who wholly or partly exercises, or may exercise, control over the enterprise appears, has within the last five years been convicted of fraud or corruption;

iv) confirms that I / we are not associated, linked or involved with any other bidding entities submitting tender offers and have no other relationship with any of the tenderers or those responsible for compiling the scope of work that could cause or be interpreted as a conflict of interest; and

iv) confirms that the contents of this questionnaire are within my personal knowledge and are to the best of my belief both true and correct.

Page 62: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 62

T2.1.13 SBD 4

DECLARATION OF INTEREST

1. Any legal person, including persons employed by the state¹, or persons having a kinship with

persons employed by the state, including a blood relationship, may make an offer or offers in terms of

this invitation to bid (includes a price quotation, advertised competitive bid, limited bid or proposal). In

view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to

persons employed by the state, or to persons connected with or related to them, it is required that the

bidder or his/her authorised representative declare his/her position in relation to the

evaluating/adjudicating authority where-

- the bidder is employed by the state; and/or

- the legal person on whose behalf the bidding document is signed, has a relationship with

persons/a person who are/is involved in the evaluation and or adjudication of the bid(s), or where it is

known that such a relationship exists between the person or persons for or on whose behalf the

declarant acts and persons who are involved with the evaluation and or adjudication of the bid.

2. In order to give effect to the above, the following questionnaire must be completed and

submitted with the bid.

2.1 Full Name of bidder or his or her representative: ………………………………………………………….

2.2 Identity Number: ……………………………………………………………………………………………

2.3 Position occupied in the Company (director, trustee, shareholder²): ……………………………………

2.4 Company Registration Number: ………………………………………………………………………..…

2.5 Tax Reference Number: ………………………………………………………………………………….…

2.6 VAT Registration Number: ………………………………………………………………………………....

2.6.1 The names of all directors / trustees / shareholders / members, their individual identity numbers,

tax reference numbers and, if applicable, employee / persal numbers must be indicated in paragraph 3

below.

¹“State” means –

(a) 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);

Page 63: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 63

(b) any municipality or municipal entity;

(c) provincial legislature;

(d) national Assembly or the national Council of provinces; or

(e) Parliament.

²”Shareholder” means a person who owns shares in the company and is actively involved in the

management of the enterprise or business and exercises control over the enterprise.

2.7 Are you or any person connected with the bidder YES / NO

presently employed by the state?

2.7.1 If so, furnish the following particulars:

Name of person / director / trustee / shareholder/ member: ……....………………………………

Name of state institution at which you or the person

connected to the bidder is employed : ………………………………………

Position occupied in the state institution: ………………………………………

Any other particulars:

………………………………………………………………

………………………………………………………………

………………………………………………………………

2.7.2 If you are presently employed by the state, did you obtain YES / NO

the appropriate authority to undertake remunerative

work outside employment in the public sector?

2.7.2.1 If yes, did you attached proof of such authority to the bid YES / NO

document?

(Note: Failure to submit proof of such authority, where applicable, may result in the disqualification of

the bid.

2.7.2.2 If no, furnish reasons for non-submission of such proof:

…………………………………………………………………….

…………………………………………………………………….

…………………………………………………………………….

Page 64: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 64

2.8 Did you or your spouse, or any of the company’s directors / YES / NO

trustees / shareholders / members or their spouses conduct

business with the state in the previous twelve months?

2.8.1 If so, furnish particulars:

…………………………………………………………………..

…………………………………………………………………..

…………………………………………………………………...

2.9 Do you, or any person connected with the bidder, have YES / NO

any relationship (family, friend, other) with a person

employed by the state and who may be involved with

the evaluation and or adjudication of this bid?

2.9.1If so, furnish particulars.

……………………………………………………………...

…………………………………………………………..….

………………………………………………………………

2.10 Are you, or any person connected with the bidder, YES/NO

aware of any relationship (family, friend, other) between

any other bidder and any person employed by the state

who may be involved with the evaluation and or adjudication

of this bid?

2.10.1 If so, furnish particulars.

………………………………………………………………

………………………………………………………………

………………………………………………………………

2.11 Do you or any of the directors / trustees / shareholders / members YES/NO

of the company have any interest in any other related companies

whether or not they are bidding for this contract?

2.11.1 If so, furnish particulars:

…………………………………………………………………………….

…………………………………………………………………………….

…………………………………………………………………………….

Page 65: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 65

3 Full details of directors / trustees / members / shareholders.

Full Name Identity

Number

Personal Tax

Reference Number

State Employee

Number / Persal

Number

4 DECLARATION

I, THE UNDERSIGNED (NAME)………………………………………………………………………

CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 2 and 3 ABOVE IS CORRECT.

I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN TERMS OF

PARAGRAPH 23 OF THE GENERAL CONDITIONS OF CONTRACT SHOULD THIS DECLARATION

PROVE TO BE FALSE.

………………………………….. ..……………………………………………

Signature Date

…………………………………. ………………………………………………

Page 66: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 66

T2.1.14 DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS (SBD 6.2)

This Standard Bidding Document (SBD) must form part of all bids invited. It contains general information and serves as a declaration form for local content (local production and local content are used interchangeably).

Before completing this declaration, bidders must study the General Conditions, Definitions, Directives applicable in respect of Local Content as prescribed in the Preferential Procurement Regulations, 2011, the South African Bureau of Standards (SABS) approved technical specification number SATS 1286:2011 (Edition 1) and the Guidance on the Calculation of Local Content together with the Local Content Declaration Templates [Annex C (Local Content Declaration: Summary Schedule), D (Imported Content Declaration: Supporting Schedule to Annex C) and E (Local Content Declaration: Supporting Schedule to Annex C)].

1. General Conditions

1.1. Preferential Procurement Regulations, 2011 (Regulation 9) makes provision for the promotion of

local production and content.

1.2. Regulation 9.(1) prescribes that in the case of designated sectors, where in the award of bids local production and content is of critical importance, such bids must be advertised with the specific bidding condition that only locally produced goods, services or works or locally manufactured goods, with a stipulated minimum threshold for local production and content will be considered.

1.3. Where necessary, for bids referred to in paragraph 1.2 above, a two stage bidding process may

be followed, where the first stage involves a minimum threshold for local production and content and the second stage price and B-BBEE.

1.4. A person awarded a contract in relation to a designated sector, may not sub-contract in such a

manner that the local production and content of the overall value of the contract is reduced to below the stipulated minimum threshold.

1.5. The local content (LC) expressed as a percentage of the bid price must be calculated in

accordance with the SABS approved technical specification number SATS 1286: 2011 as follows: LC = [1 - x / y] * 100

Where

x is the imported content in Rand y is the bid bid price in Rand excluding value added tax (VAT)

Prices referred to in the determination of x must be converted to Rand (ZAR) by using the exchange rate published by South African Reserve Bank (SARB) at 12:00 on the date of advertisement of the bid as indicated in paragraph 4.1 below. The SABS approved technical specification number SATS 1286:2011 is accessible on http:/www.thedti.gov.za/industrial development/ip.jsp at no cost.

1.6 A bid may be disqualified if – (a) this Declaration Certificate and the Annex C (Local Content Declaration: Summary

Schedule) are not submitted as part of the bid documentation; and

(b) the bidder fails to declare that the Local Content Declaration Templates (Annex C, D and E) have been audited and certified as correct.

2. Definitions

Page 67: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 67

2.1. “bid” includes written price quotations, advertised competitive bids or proposals;

2.2. “bid price” price offered by the bidder, excluding value added tax (VAT);

2.3. “contract” means the agreement that results from the acceptance of a bid by an organ of state;

2.4. “designated sector” means a sector, sub-sector or industry that has been designated by the Department of Trade and Industry in line with national development and industrial policies for local production, where only locally produced services, works or goods or locally manufactured goods meet the stipulated minimum threshold for local production and content;

2.5. “duly sign” means a Declaration Certificate for Local Content that has been signed by the Chief

Financial Officer or other legally responsible person nominated in writing by the Chief Executive, or senior member / person with management responsibility(close corporation, partnership or individual).

2.6. “imported content” means that portion of the bid price represented by the cost of components,

parts or materials which have been or are still to be imported (whether by the supplier or its subcontractors) and which costs are inclusive of the costs abroad (this includes labour or intellectual property costs), plus freight and other direct importation costs, such as landing costs, dock duties, import duty, sales duty or other similar tax or duty at the South African port of entry;

2.7. “local content” means that portion of the bid price which is not included in the imported content,

provided that local manufacture does take place;

2.8. “stipulated minimum threshold” means that portion of local production and content as determined by the Department of Trade and Industry; and

2.9. “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or

employing another person to support such primary contractor in the execution of part of a project in terms of the contract.

3. The stipulated minimum threshold(s) for local production and content (refer to Annex A of

SATS 1286:2011) for this bid is/are as follows:

Description of services, works or goods Stipulated minimum threshold

_______________________________ _______%

_______________________________ _______% _______________________________ _______%

4. Does any portion of the services, works or goods offered have any imported content? (Tick applicable box)

YES NO

4.1 If yes, the rate(s) of exchange to be used in this bid to calculate the local content as

prescribed in paragraph 1.5 of the general conditions must be the rate(s) published by SARB for the specific currency at 12:00 on the date of advertisement of the bid.

The relevant rates of exchange information is accessible on www.reservebank.co.za. Indicate the rate(s) of exchange against the appropriate currency in the table below (refer to Annex A of SATS 1286:2011):

Page 68: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 68

Currency Rates of exchange

US Dollar

Pound Sterling

Euro

Yen

Other

NB: Bidders must submit proof of the SARB rate (s) of exchange used. 5. Were the Local Content Declaration Templates (Annex C, D and E) audited and certified as

correct? (Tick applicable box)

YES NO

5.1. If yes, provide the following particulars:

(a) Full name of auditor: ……………………………………………………… (b) Practice number: ……………………………………………………………………….. (c) Telephone and cell number: ………………………………………………………………. (d) Email address: ………………………………………………………………………..

(Documentary proof regarding the declaration will, when required, be submitted to the satisfaction of the Accounting Officer / Accounting Authority)

6. Where, after the award of a bid, challenges are experienced in meeting the stipulated minimum threshold for local content the dti must be informed accordingly in order for the dti to verify and in consultation with the AO/AA provide directives in this regard.

LOCAL CONTENT DECLARATION (REFER TO ANNEX B OF SATS 1286:2011)

LOCAL CONTENT DECLARATION BY CHIEF FINANCIAL OFFICER OR OTHER LEGALLY RESPONSIBLE PERSON NOMINATED IN WRITING BY THE CHIEF EXECUTIVE OR SENIOR MEMBER/PERSON WITH MANAGEMENT RESPONSIBILITY (CLOSE CORPORATION, PARTNERSHIP OR INDIVIDUAL)

IN RESPECT OF BID NO. ................................................................................. ISSUED BY: (Procurement Authority / Name of Institution): ......................................................................................................................... NB 1 The obligation to complete, duly sign and submit this declaration cannot be transferred to an external authorized representative, auditor or any other third party acting on behalf of the bidder. 2 Guidance on the Calculation of Local Content together with Local Content Declaration Templates (Annex C, D and E) is accessible on http://www.thdti.gov.za/industrial development/ip.jsp. Bidders should first complete Declaration D. After completing Declaration D, bidders should complete Declaration E and then consolidate the information on Declaration C. Declaration C should be submitted with the bid documentation at the closing date and time of the bid in order to substantiate the declaration made in paragraph (c) below. Declarations D and E should be kept by the bidders for verification purposes for a period of at least 5 years. The successful bidder is required to continuously update Declarations C, D and E with the actual values for the duration of the contract. I, the undersigned, …………………………….................................................... (full names),

Page 69: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 69

do hereby declare, in my capacity as ……………………………………… ……….. of ...............................................................................................................(name of bidder entity), the following:

(a) The facts contained herein are within my own personal knowledge. (b) I have satisfied myself that:

(i) the goods/services/works to be delivered in terms of the above-specified bid comply with the minimum local content requirements as specified in the bid, and as measured in terms of SATS 1286:2011; and

(ii) the declaration templates have been audited and certified to be correct.

(c) The local content percentage (%) indicated below has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E which has been consolidated in Declaration C:

Bid price, excluding VAT (y) R

Imported content (x), as calculated in terms of SATS 1286:2011 R

Stipulated minimum threshold for local content (paragraph 3 above)

Local content %, as calculated in terms of SATS 1286:2011

If the bid is for more than one product, the local content percentages for each product contained in Declaration C shall be used instead of the table above. The local content percentages for each product has been calculated using the formula given in clause 3 of SATS 1286:2011, the rates of exchange indicated in paragraph 4.1 above and the information contained in Declaration D and E.

(d) I accept that the Procurement Authority / Institution has the right to request that the local content be verified in terms of the requirements of SATS 1286:2011. (e) I understand that the awarding of the bid is dependent on the accuracy of the information furnished in this application. I also understand that the submission of incorrect data, or data that are not verifiable as described in SATS 1286:2011, may result in the Procurement Authority / Institution imposing any or all of the remedies as provided for in Regulation 13 of the Preferential Procurement Regulations, 2011 promulgated under the Preferential Policy Framework Act (PPPFA), 2000 (Act No. 5 of 2000). SIGNATURE: DATE: ___________ WITNESS No. 1 DATE: ___________ WITNESS No. 2 DATE: ___________

Page 70: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 70

T2.1.14 CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD9)

1 This Standard Bidding Document (SBD) 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 Treasury Regulation 16A9 prescribes that accounting officers and accounting authorities must take all reasonable steps to prevent abuse of the supply chain management system and authorizes accounting officers and accounting authorities to:

a. disregard the bid of any bidder if that bidder, or any of its directors have abused

the institution’s supply chain management system and or committed fraud or any other improper conduct in relation to such system.

b. cancel a contract awarded to a supplier of goods and services if the supplier

committed any corrupt or fraudulent act during the bidding process or the execution of that contract.

4 This SBD 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 (SBD

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.

Page 71: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 71

CERTIFICATE OF INDEPENDENT BID DETERMINATION (SBD9)

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

___________________________________________________________________________

(Name of Institution)

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

Page 72: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 72

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;

(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 their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

Page 73: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 73

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

Page 74: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 74

T2.1.15 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES (SDB8)

1 This Standard Bidding Document must form part of all bids invited. 2 It serves as a declaration to be used by institutions in ensuring that when

goods and services are being procured, all reasonable steps are taken to combat the abuse of the supply chain management system.

3 The bid of any bidder may be disregarded if that bidder, or any of its directors

have-

a. abused the institution’s supply chain management system; b. committed fraud or any other improper conduct in relation to such

system; or c. failed to perform on any previous contract.

4 In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.

Item Question Yes No

4.1 Is the bidder or any of its directors listed on the National Treasury’s Database of Restricted Suppliers as companies or persons prohibited from doing business with the public sector? (Companies or persons who are listed on this Database were informed in writing of this restriction by the Accounting Officer/Authority of the institution that imposed the restriction after the audi alteram partem rule was applied). The Database of Restricted Suppliers now resides on the National Treasury’s website(www.treasury.gov.za) and can be accessed by clicking on 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 Defaulters in terms of section 29 of the Prevention and Combating of Corrupt Activities Act (No 12 of 2004)? The Register for Tender Defaulters can be accessed on the National Treasury’s website (www.treasury.gov.za) by clicking on its link at the bottom 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 a court outside of the Republic of South Africa) for fraud or corruption during the past five years?

Yes

No

4.3.1 If so, furnish particulars:

Page 75: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 75

4.4 Was any contract between the bidder and any organ of state terminated during the past five years on account of failure to perform on or comply with the contract?

Yes

No

4.4.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME)………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION

FORM IS TRUE AND CORRECT. I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION

MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

………………………………………... ………………………….. Signature Date

………………………………………. ………………………….. Position Name of Bidder

Page 76: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 76

T2.1.16 CERTIFICATE OF ATTENDANCE AT COMPULSORY BRIEFING

This is to certify that (tenderer) ...............................................................................................................

of (address) ............................................................................................................................................

........................................................................................................... was represented by the person(s)

named below at the compulsory meeting held for all tenderers at (location) ..........................................

................................................ on (date).................................... starting at (time) ...............................

I / We acknowledge that the purpose of the meeting was to acquaint myself / ourselves with the site of the works and / or matters incidental to doing the work specified in the tender documents in order for me / us to take account of everything necessary when compiling our rates and prices included in the tender.

Particulars of person(s) attending the meeting: Name: .... ....................................................... Signature: .................................................................. Capacity: ....................................................... Identity number: ………………………………………...

Attendance of the above person(s) at the meeting is confirmed by the Employer's representative, namely: Name: .... ....................................................... Signature: .................................................................. Capacity: ....................................................... Date and Time: ..........................................................

Page 77: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 77

T2.1.17CERTIFICATE OF AUTHORITY FOR SIGNATORY

Indicate the status of the tenderer by ticking the appropriate box hereunder. The tenderer must complete

the certificate set out below for the relevant category, and attach their Registration Certificates for

Companies, Close Corporations and Partnerships, or Agreements and Powers of Attorney for

Joint Ventures, or ID documents to the page provided at the end of this form.

(I)

COMPANY

(II)

CLOSE

CORPORATION

(III)

PARTNERSHIP

(IV)

JOINT VENTURE

(V)

SOLE

PROPRIETOR

(I) CERTIFICATE FOR COMPANY I, ………………………………………………………, Id number ………………………………. chairperson

of the Board of Directors of ……………………………………………… hereby confirm that by resolution

of the Board (copy attached) taken on ................................... 20......, Mr/Ms ……………………..acting

in the capacity of …………………………………….., was authorised to sign all documents in connection

with the tender for Contract No ……………… and any contract resulting from it, on behalf of the

company.

Chairman: ......................................................................................

As Witnesses: 1. ....................................................................................

2. ..................................................................................... Date: …………………..

(II) CERTIFICATE FOR CLOSE CORPORATION

We, the undersigned, being the key members in the business trading as ……………………………. hereby authorise Mr/Ms ...................... …………., acting in the capacity of ………………………….. , to sign all documents in connection with the tender for Contract No ......... and any contract resulting from it, on our behalf.

NAME ADDRESS SIGNATURE DATE

ID No………………..

ID No………………...

ID No………………..

ID No………………..

Note : This certificate is to be completed and signed by all of the key members upon whom rests

the direction of the affairs of the Close Corporation as a whole.

Page 78: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 78

(III). CERTIFICATE FOR PARTNERSHIP We, the undersigned, being the key partners in the business trading as, .................................................

............................................................. hereby authorize Mr/Ms .............................................................

acting in the capacity of ......................................................................................... , to sign all

documents in connection with the tender for Contract No .................................... and any contract resulting from it, on our behalf.

NAME ADDRESS SIGNATURE DATE

Note : This certificate is to be completed and signed by all of the key partners upon whom rests

the direction of the affairs of the Partnership as a whole.

(IV) CERTIFICATE FOR JOINT VENTURE

We, the undersigned, are submitting this tender offer in Joint Venture and hereby authorize Mr/Ms

…………………………………………… , authorized signatory of the company, .........................................

acting in the capacity of lead partner, to sign all documents in connection with the tender offer for

Contract No ....................................... and any contract resulting from it, on our behalf.

This authorization is evidenced by the attached power of attorney signed by legally authorized signatories of all the partners to the Joint Venture.

NAME OF FIRM ADDRESS AUTHORISING SIGNATURE,

NAME AND CAPACITY

Lead partner

Page 79: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 79

Note : This certificate is to be completed and signed by all of the key partners upon whom rests

the direction of the affairs of the Partnership as a whole.

(V) CERTIFICATE FOR SOLE PROPRIETOR I, …………………………………………….., hereby confirm that I am the sole owner of the business trading as ………………………………………………………. Signature of Sole owner: ……………………………… As Witnesses: 1. ……………………………… 2. ……………………………… Date: ………………………………

Page 80: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 80

T2.1.18 RECORD OF ADDENDA TO THE TENDER DOCUMENTS

We confirm that the following communications received from the Employer before the submission of this tender offer, amending the tender documents, have been taken into account in this tender offer

Date Title or Details

1.

2.

3.

4.

5.

6.

7.

8.

Attach additional pages if more space is required.

Signed

Date

Name

ID number

Position

Tenderer

Page 81: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 81

T2.1.19 TENDERER’S FINANCIAL STANDING

The Tenderer shall provide information about his commercial position, which includes information necessary for the Employer to evaluate the Tenderer's financial standing.

To that end the Tenderer must provide with his tender a bank rating, certified by his banker, to the effect that he will be able to successfully complete the contract at the tendered amount within the specified time for completion.

However, should the Tenderer be unable to provide a bank rating with his tender, he shall state the reasons as to why he is unable to do so, and in addition provide the following details of his banker and bank account that he intends to use for project:

Name of account holder: Name of Bank : Branch : Account number : Type of account : Telephone number : Facsimile number : Name of contact person (at bank : Failure to provide either the required bank details or a certified bank rating with his tender, will lead to the conclusion that the Tenderer does not have the necessary financial resources at his disposal to complete the contract successfully within the specified time for completion. The Employer undertakes to treat the information thus obtained as confidential, strictly for the use of evaluation of the tender submitted by the Tenderer. SIGNATURE: IDENTITY NUMBER: __________________ (of person authorised to sign on behalf of the Tenderer) DATE:______________________________

Page 82: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 82

T2.1.20 AMENDMENTS, QUALIFICATIONS AND ALTERNATIVES

(This is not an invitation for amendments, deviations or alternatives but should the Tenderer desire to make any departures from the provisions of this contract he shall set out his proposals clearly hereunder. The Employer will not consider any amendment, alternative offers or discounts unless forms (a), (b) and (c) have been completed to the satisfaction of the Employer). I / We herewith propose amendments, alternatives and discounts as set out in the tables below: (a) AMENDMENTS

PAGE, CLAUSE OR

ITEM NO

PROPOSED AMENDMENT

[Notes: (1) Proposals for amendments to the General and Special Conditions of Contract are not acceptable, and will be ignored;

(2) The Tenderer must give full details of all the financial implications of the amendments and qualifications in a covering letter attached to his tender.

(b) ALTERNATIVES

PROPOSED ALTERNATIVE

DESCRIPTION OF ALTERNATIVE

[Notes: (1) Individual alternative items that do not justify an alternative tender, and an alternative offer for time for completion should be listed here.

(2) In the case of a major alternative to any part of the work, a separate Bill of Quantities, programme, etc, and a detailed statement setting out the salient features of the proposed alternatives must accompany the tender.

(3) Alternative tenders involving technical modifications to the design of the works and methods of construction shall be treated separately from the main tender offer.]

Page 83: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 83

(c) DISCOUNTS

ITEM ON WHICH DISCOUNT IS OFFERED

DESCRIPTION OF DISCOUNT OFFERED

[Note: The Tenderer must give full details of the discounts offered in a covering letter attached to his tender, failing which, the offer for a discount may have to be disregarded. Only unconditional discounts will be considered]

SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………

Page 84: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 84

T2.1.23 CONTRACTOR'S HEALTH AND SAFETY DECLARATION

In terms of Clause 5(1)(h) of the OHSA 1993 Construction Regulations 2014 (referred to as "the Regulations" hereafter), a Contractor may only be appointed to perform construction work if the Employer is satisfied that the Contractor has the necessary competencies and resources to carry out the work safely in accordance with the Occupational Health and Safety Act No 85 of 1993 and the OHSA 1993 Construction Regulations 2014. To that effect a person duly authorized by the tenderer must complete and sign the declaration hereafter in detail. Declaration by Tenderer 1. I the undersigned hereby declare and confirm that I am fully conversant with the Occupational

Health and Safety Act No 85 of 1993 (as amended by the Occupational Health and Safety Amendment Act No 181 of 1993), and the OHSA 1993 Construction Regulations 2014.

2. I hereby declare that my company / enterprise has the competence and the necessary resources to safely carry out the construction work under this contract in compliance with the Construction Regulations and the Employer's Health and Safety Specifications.

3. I hereby undertake, if my tender is accepted, to provide a sufficiently documented Health and Safety Plan in accordance with Regulation 5(1) of the Construction Regulations, approved by the Employer or his representative, before I could be allowed to commence with construction work under the contract. I hereby agree that my company/enterprise will not have a claim for compensation for delay or extension of time because of my failure to obtain the necessary approval for the said safety plan.

4. I confirm that copies of my company's approved Health and Safety Plan, the Employer's Safety

Specifications as well as the OHSA 1993 Construction Regulations 2014 will be provided on site and will at all times be available for inspection by the Contractor's personnel, the Employer's personnel, the Engineer, visitors, and officials and inspectors of the Department of Labour.

5. I hereby confirm that adequate provision has been made in my tendered rates and prices in the

bill of quantities to cover the cost of all resources, actions, training and all health and safety measures envisaged in the OHSA 1993 Construction Regulations 2014, including the cost for specific items that may be scheduled in the bill of quantities.

6. I hereby confirm that I will be liable for any penalties that may be applied by the Employer in terms

of the said Regulations for failure on my part to comply with the provisions of the Act and the Regulations as set out in Regulation 33 of the Regulations.

7. I agree that my failure to complete and execute this declaration to the satisfaction of the Employer

will mean that I am unable to comply with the requirements of the OHSA 1993 Construction Regulations 2014, and accept that my tender will be prejudiced and may be rejected at the discretion of the Employer.

8. I am aware of the fact that, should I be awarded the contract, I must submit the notification

required in terms of Regulation 4 of the OHSA 1993 Construction Regulations 2014 (example attached hereafter) before I could be allowed to proceed with any work under the contract.

SIGNATURE: IDENTITY NUMBER: __________________ (of person authorised to sign on behalf of the Tenderer) DATE:______________________________

Page 85: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 85

T2.1.25 EVALUATION SCHEDULE: PROJECT EXPERIENCE

The Tenderer shall provide details of his relevant experience on similar large-scale projects completed in the past 10 years. In support tendreres are to complete the “Project Experience” schedule below and attach thereto copies of (a) Letters of Appointment, and (b) all the relevant Completion Certificates (practical completion, work completion & final completion)

PROJECT NAME and CLIENT BRIEF PROJECT DESCRIPTION PROJECT VALUE

(Incl VAT) START DATE COMPLETION DATE

A.

B.

C.

Page 86: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 86

PROJECT NAME and CLIENT BRIEF PROJECT DESCRIPTION PROJECT VALUE

(Incl VAT) START DATE COMPLETION DATE

D.

E.

F.

Page 87: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 87

T2.1.26 EVALUATION SCHEDULE: LETTERS OF APPOINTMENT, AND RELEVANT COMPLETION CERTIFICATES (PRACTICAL COMPLETION, WORK COMPLETION & FINAL COMPLETION)

Tenderer is to attach all letter of appointment and completion certificate corresponding to the project listed in T1.2

Page 88: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 88

T2.1.26 EVALUATION SCHEDULE: CLIENT REFERENCES The Tenderer shall provide details of his performance on each of the previous projects listed in the “Relevant Experience” returnable schedule. “Client Reference Scorecards” will be completed by each of the respective Clients for the projects listed in the “Relevant Experience” returnable schedule.

REPORT ON CONTRACTOR’S COMPETANCE & PERFORMANCE ON A SIMILAR PROJECT FOR

TENDER RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME A:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

Principal Agent Firm: ..........................................................................................................

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 89: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 89

T2.1.26 EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S

COMPETANCE & PERFORMANCE ON A SIMILAR PROJECT FOR TENDER

RECOMMENDATION PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME B:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:………………………………………………………………………….

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

....................................................................................................................................................................

Principal Agent Firm: ..........................................................................................................

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 90: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 90

EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &

PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION

PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME C:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:…………………………………………………………………………

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

....................................................................................................................................................................

Principal Agent Firm: .......................................................................................................... ...

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 91: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 91

EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &

PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION

PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME C:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:…………………………………………………………………………

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

....................................................................................................................................................................

Principal Agent Firm: .......................................................................................................... ...

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 92: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 92

EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &

PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION

PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME C:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:…………………………………………………………………………

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

....................................................................................................................................................................

Principal Agent Firm: .......................................................................................................... ...

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 93: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 93

EVALUATION SCHEDULE: REPORT ON CONTRACTOR’S COMPETANCE &

PERFORMANCE ON A SIMILAR PROJECT FOR TENDER RECOMMENDATION

PURPOSES

The following are to be completed by the Client and Principal Agent and is to be supported in each case

by a letter of award and the works completion certificate. (Only completed Projects shall be considered)

PROJECT NAME C:

Principal agent: ....................................................................................................................

Client: . ..................................................................................................................................

Contract Amount: ................................................................................................................

Contract Duration: ...............................................................................................................

Actual Contract Duration:…………………………………………………………………………

Description / Performance

Not

Acceptable

(0)

Poor (5) Satisfactory

(10)

Good

(18)

Very

Good

(25)

Quality of office administration

Quality of site management

Competence of foreman

Co-operation during contract

Quality of workmanship

Quality of materials

Programme management

Rectification of condemned work

Tidiness of site

Adequacy of equipment

Adequacy of labour force

Procurement of materials

Labour relations

Any other remarks considered necessary to assist in evaluation of the contractor?

....................................................................................................................................................................

....................................................................................................................................................................

Principal Agent Firm: .......................................................................................................... ...

Telephone: ............................................................................................................................

PA / Client Signature: .................................. Date: ...............................................

Stamp

Page 94: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 94

T2.1.27 EVALUATION SCHEDULE: KEY PERSONNEL

In terms of the Project Specification and the Conditions of Tender, unskilled workers may only be brought in from outside the local community if such personnel are not available locally. The Tenderer shall list below the personnel that he intends to utilize on the Works, including key personnel that may have to be brought in from outside if not available locally. (definition of local)

CATEGORY OF EMPLOYEE

NUMBER OF PERSONS

KEY PERSONNEL, PART OF THE

CONTRACTOR'S ORGANISATION

KEY PERSONNEL TO BE IMPORTED IF NOT AVAILABLE LOCALLY

UNSKILLED PERSONNEL TO BE RECRUITED FROM

LOCAL COMMUNITY

HDI NON-HDI HDI NON-HDI HDI NON-HDI

Construction Manager, Site Agent, Project Managers

Foremen, Quality Control and Safety Personnel

Technicians, Surveyors, etc

Artisans and other Skilled workers

Plant Operators

Others:.........................

.....................................

.....................................

.....................................

...

The Tenderer is referred to Clause F.2.1.1.2 of the Tender Data and shall insert in the spaces provided on the following pages details of the key personnel required to be in the employment of the tenderer or other organization, in order for the tenderer to be eligible to submit a tender for this project. Proof of professional registration must be appended to these schedules, together with the Curriculum Vitae of each individual. SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:………………………………

Page 95: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 95

EVALUATION SCHEDULE: CURRICULUM VITAE OF KEY PERSONNEL (COMPULSORY)

(CVs are required only for site agent, contract or project manager and technician and foreman)

CV FOR CONTRACTS OR PROJECT MANAGER

Name: Date of birth:

Profession: Nationality:

Qualifications:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Name of Employer (firm):

Current position: Years of Experience:

Employment Record:

Experience Record Pertinent to Required Service:

Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. SIGNATURE: ..............................................……… IDENTITY NUMBER: …………………………….. (of person authorised to sign on behalf of the Tenderer) DATE:……………………………… (OWNER OF THE CV)

Page 96: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 96

EVALUATION SCHEDULE: CV FOR SITE AGENT

Name: Date of birth:

Profession: Nationality:

Qualifications:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Name of Employer (firm):

Current position: Years of Experience:

Employment Record:

Experience Record Pertinent to Required Service:

Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE

…………………………………………………….

INCUMBANT’S IDENTITY NUMBER (why different from the above)

Page 97: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 97

EVALUATION SCHEDULE: CV FOR TECHNICIAN / ARTISAN/SURVEYOR

Name: Date of birth:

Profession: Nationality:

Qualifications:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Name of Employer (firm):

Current position: Years of Experience:

Employment Record:

Experience Record Pertinent to Required Service:

Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE

…………………………………………………….

INCUMBANT’S IDENTITY NUMBER

Page 98: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 98

EVALUATION SCHEDULE: CV FOR FOREMAN

Name: Date of birth:

Profession: Nationality:

Qualifications:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Professional Body:

Category of Registration:

Registration Number:

Name of Employer (firm):

Current position: Years of Experience:

Employment Record:

Experience Record Pertinent to Required Service:

Certification: I, the undersigned, certify that, to the best of my knowledge and belief, this data correctly describes me, my qualifications and my experience. ........................................................…………………......... ……..…………………. SIGNATURE OF THE INCUMBANT IN THE SCHEDULE DATE

…………………………………………………….

INCUMBANT’S IDENTITY NUMBER

Page 99: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 99

PART C1 : AGREEMENT AND CONTRACT DATA

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Form of Guarantee (Pro Forma as per specific contract)

C1.4 Adjudicators Agreement

Page 100: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 100

C1.1 FORM OF OFFER AND ACCEPTANCE

Page 101: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 101

C1.1 Form of Offer and Acceptance

A. Offer [Failure of a Tenderer to sign this form will invalidate the tender]

The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract for the procurement :

TSHILWAVHUSIKU ONE STOP CENTRE AT THE TSHILWAVHUSIKU CLINIC FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT, LIMPOPO PROVINCE

The Tenderer, identified in the Offer signature block below, has examined the documents listed in the Tender Data and addenda thereto as listed in the Tender Schedules, and by submitting this Offer has accepted the Conditions of Tender. By the representative of the Tenderer, deemed to be duly authorised, 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:………………………………………

Amount in Words:

…………………………………………………………………………………………………………………….…

………………………………………………………………………………………………………………………. 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) OF AUTHORISED BIDDERS(S)

NAME: …………………………………..

CAPACITY: ………………………………….

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

…………………………………..

CONTACT:: …………………………………. …………………………………..

…………………………………..

WITNESSES

3. ……………………………………..

4. …………………………………….

Page 102: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 102

B. ACCEPTANCE

By signing this part of the Form of Offer and Acceptance, the Employer identified below accepts the Tenderer’s Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the Conditions of Contract identified in the Contract Data. Acceptance of the Tenderer’s Offer shall form an agreement between the Employer and the Tenderer upon the terms and conditions contained 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 Data, including the Schedule of Quantities Part C3 Scope of Work

and the schedules, forms, drawings and documents or parts thereof, which may be incorporated by reference into Parts 1 to 4 above.

Deviations from and amendments to the documents listed in the Tender Data and any addenda thereto listed in the Tender Schedules as well as any changes to the terms of the Offer agreed by the Tenderer and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Agreement. No amendments to or deviations from said documents are valid unless contained in this Schedule, which must be duly signed by the authorised representatives of both parties.

The Tenderer shall deliver the Guarantee in terms of Clause 7 of the General Conditions of Contract 2004 within the period stated in the Contract Data, and he shall, immediately after receiving a completed copy of this Agreement, including the Schedule of Deviations (if any), contact the Employer’s agent (whose details are given in the Contract Data) to arrange the delivery of any other bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the Conditions of Contract identified in the Contract Data, within 14 days of the date on which this Agreement comes into effect. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this Agreement.

Notwithstanding anything contained herein, this Agreement comes into effect on the date when the Tenderer receives one fully completed original copy of this document, including the Schedule of Deviations (if any). Unless the Tenderer (now Contractor) within five days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this Agreement, this Agreement shall constitute a binding contract between the parties.

Signature . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Name . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Capacity . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

for the Employer Independent Development trust P.O Box 55386 Polokwane 0700 22 Hans van Rensburg Street, Polokwane, 0699

Name and Signature Of witness . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Date . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

Page 103: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 103

C. SCHEDULE OF DEVIATIONS

By the duly authorised representatives signing this agreement, the employer and the tenderer agree to and accept the foregoing schedule of deviations as the only deviations from and amendments to the documents listed in the tender data and addenda thereto as listed in the tender schedules, as well as any confirmation, clarification or changes to the terms of the offer agreed by the tenderer and the employer during this process of offer and acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the tender documents and the receipt by the tenderer of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this

agreement.

1 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

2 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

3 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Page 104: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 104

4 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

5 Subject . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Details . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

.

Page 105: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 105

C1.2 CONTRACT DATA

Page 106: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 106

INDEPENDENT DEVELOPMENT TRUST

TSHILWAVHUSIKU ONE STOP CENTRE AT THE TSHILWAVHUSIKU CLINIC FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT, LIMPOPO PROVINCE

C1.2 Contract Data for BID NO: LDSD NOA-2/20-1 The Conditions of Contract are clauses 1 to 41 of the JBCC Series 2000 Principal Building Agreement (Edition 5.0 Reprint 1 July 2007) published by the Joint Building Contracts Committee together with IDT’s Special Conditions of Contract. Copies of these conditions of contract may be obtained from the Association of South African Quantity Surveyors (011 315-4140), Master Builders Association (011 205-9000; 057 352-6269) South African Association of Consulting Engineers (011 463-2022) or South African Institute of Architects (051 447-4909; 011 486-0684; 053 831-2003;) The JBCC Principal Building Agreement makes 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 JBCC Principal Building Agreement. (Check item 1.0 below) Each item of data given below is cross-referenced to the clause in the JBCC Principal Building Agreement to which it mainly applies. The additions, deletions and alterations to the JBCC Principal Agreement are:

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

1.0

DEFINITIONS AND INTERPRETATION Clause 1.1 is deemed to be amended by the addition and amendments of the following: Change the Definition of "AGREEMENT" to read as follows: This JBCC Principal Building Agreement, the contractor’s tender document accepted by the employer, the form of offer signed by the contractor, special conditions of contract and other contract documents. Change the Definition of "BILLS OF QUANTITES" to read as follows: The document drawn up in accordance with the pricing instructions contained in the pricing data. Change the Definition of "CONSTRUCTION PERIOD" to read as follows: The period commencing on the date of site hand over and ending on the date of practical completion. Change the Definition of "CONTRACT DOCUMENTS" to read as follows: The agreement and all documents referenced therein. The contract documents shall be taken to be mutually explanatory of one another but in the event of ambiguity, discrepancy, divergence or inconsistency in or between them, the JBCC Principal Building Agreement as amended by Preliminaries Section A of these bills of quantities shall prevail over all other contract documents.(see C1.2 above) Change the Definition of "PRACTICAL COMPLETION" to read as follows: The stage of completion where the works or a section thereof, in the opinion of the principal agent, has been reached in accordance with C28 & C29 of the specific preliminaries and where the work on the practical completion list (and tenant's list if applicable) has been completed and certified as complete by the principal agent. Change the Definition of "CONTRACT DRAWINGS" to read as follows: The drawings listed in the Scope of Works.

Page 107: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 107

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

Change the Definition of "CONTRACT SUM" to read as follows: The total of prices in the Form of Offer and Acceptance. Change the Definition of "INTEREST" to read as follows: The interest rates applicable to this contract, whether specifically indicated in the relevant clauses or not, will be the rate as determined by the Minister of Finance, from time to time, in terms of section 80(1)(b) of the Public Finance Management Act, 1999 (Act No. 1 of 1999). Change the Definition of "SECURITY" to read as follows: The form of security provided by the employer or contractor, as stated in the schedule, from which the contractor or employer may recover expense or loss. Add the following to the list of definitions: SCHEDULE means the variables listed in the Contract Data. EXCEPTIONALLY INCLEMENT WEATHER means weather which is not only extreme or severe but exceeding that which, on the evidence of the past ten years, could reasonably been expected. TENANT LIST means a list compiled by the tenant or in his absence the principal agent defining the incomplete or defective work to be rectified to achieve practical completion. Such list shall be scrutinised and endorsed by the principal agent and shall not be unreasonable in the context of his contract. CORRUPT PRACTICE means the offering, giving, receiving and soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution FRAUDULENT PRACTICE means a mispresentation of facts in order to influence a procurement process or the execution of a contract to the detriment of any tenderer, and includes collusive practice among tenderers (prior to or after the tender submission) designed to establish tender prices at artificial non-competitive levels and to deprive the tenderer of the benefits of free and open competition.

3.0

DOCUMENTS Clause 3.1 is deleted. Clause 3.2.1 is deleted and replaced with the following:

3.2.1 “A construction guarantee in terms of sub-clause 14.3 as elected in the contract data” Clause 3.3 is deleted and replaced with the following: 3.3 The contractor hereby, waives his lien or right of continuing possession of the works. Clause 3.5 is amended by deleting the following:

"Formal signatures are not required to render this agreement binding"

Clause 3.6 is amended by deleting the last sentence and replace it with the following: “The original signed set of contract documents shall be held by the employer or such other party as stated in the contract data” Clause 3.7 is amended by adding the following to the end thereof:

The contractor shall supply and keep a copy of the JBCC Series 2000 Edition 5.0 Principal Building Agreement and Preliminaries applicable to this contract on the site, to which the employer, principal agent and agents shall have access at all times.

The contractor is to note that no hard copy drawings will be provided and as such suitable printing facilities are to be provided for.

Page 108: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 108

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

Clause 3.10 is amended by replacing the reference to “principal agent” with the word “employer”. Clause 3.11 is deleted and replaced with the following: 3.11 For details of changes made to the provisions of the JBCC standard documentation refer to

Preliminaries, Section A of the Bills of Quantities which shall be deemed to have been identified and notified to the contractor by the principal agent thereby fully complying with clause 6.0 of the Contract data EC

4.0

DESIGN RESPONSIBILITY Clause 4.0 is amended by the addition of the following clauses to the end thereof: 4.4 Notwithstanding the provisions of clause 4.2, the contractor is to ensure that nominated or

selected subcontractor shall simultaneously with the signing of the relevant nominated or selected sub-contract sign and deliver to the employer a design materials and workmanship warranty and undertaking in favour of the employer in accordance with the annexure attached hereto.

4.5 Any subcontractor whose subcontract involves design work will be required to provide to the

employer evidence of "professional indemnity" insurance for such design work. If the contractor fails to obtain the necessary design warranties and / or indemnities from the

subcontractors, the design responsibility shall be deemed to devolve upon the contractor"

5.0

EMPLOYER’S AGENTS

Clause 5.4 is deleted and replaced with the following:

5.4 “Should the principal agent or any agent be unable to act or cease to be an agent, the employer

shall inform the contractor of the new principal agent or agent appointed.

Clause 5.6 is deleted.

6.0

CONTRACTOR’S SITE REPRESENTATIVE

Clause 6.0 is amended by the addition of the following clauses to the end thereof:

6.3 The contractor should identify a suitably qualified and experienced construction manager who will be the single-point accountability and responsibility for the management of the construction works, and who is registered with The South African Council for Project and Construction Management Professionals (SACPCMP).

6.4 Where the key personnel are no longer accessible to undertake the necessary work after the award

of the tender, the contractor shall within a period of 5 working days replace the key personnel listed

in Schedule with a person with equivalent competencies and subject to approval by the employer.

6.5 The contractor shall submit a full organogram of the site personnel with the names of the management team which will be allocated to the project for the construction of the works,

6.6 The contractor's representative shall not be a person against whom the principal agent shall make a reasonable objection.

Page 109: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 109

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

6.7 On instruction from the principal agent the contractor's representative shall be replaced by a

person approved by the principal agent.

6.8 The contractor shall not make any changes to the management and site personnel relative to the

project without prior approval of the principal agent.

7.0

COMPLIANCE WITH LAWS AND REGULATIONS

Clause 7.0 is amended by the addition of the following clause to the end thereof:

7.2 The employer reserves the right to pay direct (i.e. not through the contractor ) for all or any permanent connections to local or other authority services for which provisional amounts have been included within these bills of quantities or within any selected sub-contract documents. In the event of the employer paying direct for these charges, the contractor will not be entitled to the applicable and agreed mark-up in terms of clause 32.4. All such provisional amounts included in the contract sum will be omitted.

9.0

INDEMNITIES

Clause 9.1 is amended by the addition of the following clause to the end thereof:

9.1.4 The contractor indemnifies and holds harmless the employer against all liability, losses, claims,

damages, penalties, actions, proceedings or judgments (collectively referred to as “Losses”) arising

from any infringement of letters, patent design, trademark, name, copyright or other protected rights

in respect of any machine, plant, work, materials, thing, system or method of using, fixing, working

or arrangement used or fixed or supplied by the contractor, but such indemnity shall not cover any

use of the equipment of part thereof otherwise than in accordance with the provisions of the

specification. All payments and royalties payable in one sum or by instalments or otherwise shall

be included by the contractor in the price and shall be paid by him to those to whom they may be

payable. The contractor shall reimburse the employer for all legal and other costs and expenses,

including without limitation attorney’s fees on attorney-client scale incurred by the employer in

connection with investigation, defending or settling any Losses in connection with pending or

threatening litigation in which the employer is a party.

10.0

GENERAL INSURANCE

Clause 10 is amended by the addition of the following clauses to the end thereof:

10.5 Damage to the works

(a) Without any way limiting the contractor’s obligations in terms of the contract, the contractor

shall bear the full risk of damage to and/or destruction of the works by whatever cause during

construction of the works and hereby indemnifies and holds harmless the employer against

any such damage. The contractor shall take such precautions and security measures and

other steps for the protection and security of the works as the contractor may deem

necessary.

(a) The contractor shall at all times proceed immediately to remove or dispose of any debris arising from damage or destruction of the works and to rebuild, restore, replace and/or repair the works.

Page 110: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 110

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

(c) Where the employer bears the risk in terms of this contract, the contractor shall, if requested

to do so, reinstate any damage or destroyed portions of the works and the costs of such

reinstatement shall be measured and valued in terms of 32.0 hereof.

10.6 Injury to Persons or loss of or damage to Properties

(a) The contractor shall be liable for and hereby indemnifies the employer against any liability,

loss, claim or proceeding whether arising in common law or by statute, consequent upon

personal injuries to or the death of any person whomsoever arising out of or in the course of

or caused by the execution of the works unless due to any act or negligence of any person for

whose actions the employer is legally liable

(b) The contractor shall be liable for and hereby indemnifies the employer against any liability,

loss, claim or proceeding consequent upon loss of or damage or to any moveable, or immoveable property or personal property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person, arising out of or in the course of or by reason of the execution of the works unless due to any act or negligence of any person for whose actions the employer is legally liable.

(c) The contractor shall upon receiving a contract instruction from the principal agent cause

the same to be made good in a perfect and workmanlike manner at his own cost and in default thereof the employer shall be entitled to cause it to be made good and to recover the cost therefore from the contractor or to deduct the same from amounts due to the contractor.

(d) The contractor shall be responsible for the protection and safety of such portions of the

premises placed under his control by the employer for the purpose of executing the works until the issue of the certificate of practical completion.

(e) Where the execution of the works involves the risk of removal of or interference with support

to adjoining properties including land or structures or any structures to be altered or added to, the contractor shall obtain adequate insurance and will remain adequately insured or insured to the specific limit stated in the contract against the death of or injury to persons or damage to such property consequent on such removal or interference with the support until such portion of the works has been completed.

(f) The contractor shall at all times proceed immediately at his own cost to remove or dispose of

any debris and to rebuild, restore, replace and / or repair such property and to execute the works.

10.7 High Risk Insurance

In the event of the project being executed in a geological area classified as a “High Risk Area”, that is an area which is subject to highly unstable subsurface conditions which might result in catastrophic ground movement evident by sinkhole or doline formation the following will apply:

10.7.1 Damage to the works

The contractor shall, from the commencement date of the works until the date of the certificate of practical completion, bear the full risk of and hereby indemnifies and hold harmless the employer against any damage to and/or destruction of the works consequent upon a catastrophic ground movement as mentioned above. The contractor shall take such precautions and security measures and other steps for the protection of the works as he may deem necessary.

When so instructed to do so by the principal agent, the contractor shall proceed immediately to remove and/or dispose of any debris arising from damage to or destruction of the works and to rebuild, replace and/or repair the works, at the contractor’s own costs.

Page 111: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 111

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

10.7.2 Injury to persons or loss of or damage to property

The contractor shall be liable for and hereby indemnifies and holds harmless the employer against any liability, loss, claim or proceeding arising at any time during the period of the contract whether arising in common law or by statute, consequent upon personal injuries to or the death of any person whomsoever resulting from, arising out of or caused by a catastrophic ground movement as mentioned above.

The contractor shall be liable for and hereby indemnifies the employer against any and all liability, loss, claim or proceeding consequent upon loss of or damage to any moveable, or immovable property or property contiguous to the site, whether belonging to or under the control of the employer or any other body or person whomsoever arising out of or caused by a catastrophic ground movement, as mentioned above, which occurred during the period of construction.

10.7.3 It is the responsibility of the contractor to ensure that he has adequate insurance to cover his risk and liability as mentioned in 10.7.1 and 10.7.2. Without limiting the contractor’s obligations in terms of the contract, the contractor shall, within twenty one (21) calendar days of the commencement date, but before commencement of the works submit to the employer proof of such insurance policy, if requested to do so.

10.7.4 The employer shall be entitled to recover any and all losses and/or damages of whatever nature suffered or incurred subsequent upon the contractor’s default of his obligations as set out in 10.7.1, 10.7.2 and 10.7.3. Such losses or damages may be recovered from the contractor or by deducting the same from any amounts still due under this contract or under any other contract presently or hereafter existing between the employer and the contractor and for this purpose all these contracts shall be considered on indivisible whole.

14.0

SECURITY Clause 14.3 is deleted and replaced with the following clauses: 14.3 The employer has selected the security in terms of clause 14.0, which is a variable construction

guarantee. This guarantee is to be issued by the contractor:

14.3.1 The contractor shall furnish the employer with a variable contruction guarantee equal in value to ten per cent (10%) of the contract sum within twenty-one (21) calendar days from the offer of appointment date.

14.3.2 Within twenty-one (21) calendar days of the date of practical completion of the works the

employer shall reduce the variable contruction guarantee to an amount equal to two per cent (2%) of the contract value

14.3.3 Within twenty-one (21) calendar days of the date of final completion of the works the

employer shall release the variable contruction guarantee to the contractor.

14.3.4 Where the employer has a right of recovery against the contractor [33.0], the employer may issue a written demand in terms of the variable construction guarantee.

14.3.5 A variable contruction guarantee shall only expire at final completion date. 14.3.5 In the event that the value of the works were to increase during the course of the contract

by an amount of 15% or more of the contract sum, upon written request from the principal agent, the contractor shall immediately arrange to have the construction guarantee guaranteed sum increased accordingly, the verified cost of which shall be added to the contract sum.

Clause 14.4 is deleted.

Clause 14.5 is deleted.

Page 112: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 112

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

Clause 14.6 is deleted.

15.0 PREPARATION FOR AND EXECUTION OF THE WORKS

Clause 15.1 is amended by the following:

15.1.2 is replaced by the following: 15.1.2 The fully signed Contract document and its Addendums with all applicable returnables and

annexures 15.1.3 is added: 15.1.3 An acceptable health and safety plan, required in terms of the Occupational Health and Safety Act,

1993 (Act 85 of 1993), within twenty-one (21) calendar days of date of acceptance of the tender. (add environmental management plan)

Clause 15.2 is amended by deleting 15.2.1 and replacing with the following clause:

15.2.1 Give the contractor possession of the site within ten (10) working days of the contractor

complying with the terms of 15.1. Clause 15.2.2 is deleted. Clause 15.2.3 is deleted. Clause 15.5 is amended by the addition of the following clauses to the end thereof: 15.5.1 The contractor shall furnish samples of materials and specimens of finishes as may be called for

by the principal agent for his approval. 15.5.2 The principal agent may instruct the contractor to furnish samples of workmanship for his

approval. Where the principal agent requires an assembly of various elements of the building or installation which is not incorporated in the works, the contractor shall arrange such an assembly at the employer's expense and the contract value shall be adjusted accordingly.

Clause 15.6 is deleted and replaced with the following clauses: 15.6 The contractor shall: 15.6.1 Immediately on award of the contract and prior to the commencement on site, the contractor

shall prepare a working programme covering the first month of the construction period. This working programme shall be prepared in conjunction with the principal agent and shall be subject to his approval.

During the first month of the construction period the contractor shall prepare and draw up the programme for the balance of the works in accordance with the conditions of this clause 15.6.

15.6.2 This programme shall be drawn up in accordance with the dates in the agreement for

possession, sectional completion and practical completion and shall be in sufficient and approved detail to ensure control over the works.

15.6.3 The programme shall be compiled based on the Critical Path Method of Programming with the

critical activities clearly highlighted. It shall be compiled in such a way that logic is not constrained by resource limitations unless specifically approved by the principal agent.

15.6.4 Documentation will not be available in complete detail at the commencement stage. However the contractor, in conjunction with the principal agent, shall progressively plan the works on provisional information available and with sufficient scope to include future detail without disrupting the basic logic initially approved by the principal agent.

Page 113: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 113

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

The quantities contained in these bills of quantities are provisional and shall be utilized as a guide only for the drawing up of the programme.

Where assumptions are made in regard to programming aspects, such assumptions shall be

recorded in the programme. 15.6.5 The programme shall be updated and modified to accommodate a material change in

circumstances or whenever reasonably required by the principal agent.

Any acceleration and/or special measures sanctioned by the principal agent together with associated effects shall be incorporated in a revision to the programme.

15.6.6 The programme (including each revision thereof) shall be prepared in conjunction with the

principal agent and shall be subject to his approval. The approval of the principal agent shall be deemed to be given on the basis that the contractor represents that the programme complies with the requirements of clause 15.6.

The contractor shall be responsible at all times for maintaining the accuracy, validity and reasonableness of the programme and the implementation thereof. The fact that a programme has been prepared in conjunction with the principal agent or approved by him shall not release or relieve the contractor from any of his obligation or responsibilities under this agreement. Without derogating from the foregoing, the contractor shall at all times bear the onus to demonstrate that the programme complies with the requirement of this agreement and, where applicable constitute an appropriate baseline programme for any purpose in connection with this agreement.

15.6.7 The contractor and the principal agent shall, at regular intervals not exceeding one month, assess

the state of progress of the works relative to the latest agreed revision of the programme. Such agreement shall include the recording of actual commencement and completion dates for each activity and shall constitute the official record of the progress at such point in time.

16.0

SITE AND ACCESS Clause 16.4 is deleted in its entirety and replaced with the following: 16.4 The geotechnical report is available for inspection at the office of the structural engineer. Clause 16.7 is amended by the addition of the following:

The contractor shall be deemed to have familiarized himself with all known services, servitudes, etc. Any queries relating to information regarding all known existing services, servitudes, etc. should be directed to the principal agent.

The contractor shall be held responsible for damage to existing services caused or arising out of the contractor's operations. Wherever a service is damaged it shall be replaced at the expense of the contractor.

17.0

CONTRACT INSTRUCTIONS Clause 17.0 is amended by the addition of the following clause: 17.1.21 Acceleration

18.0

SETTING OUT OF THE WORKS Clause 18.1 is amended by replacing "employer" in the first sentence with "contractor". Cause 18.0 is amended by the addition of the following clauses at the end thereof:

Page 114: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 114

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

18.5 The contractor shall continuously perform tolerance control checks throughout the contract period and report on these at regular intervals to the principal agent in a format approved by the principal agent.

Should the contractor fail to comply with this requirement to the satisfaction of the principal agent, progressively as the structure is constructed, the employer shall be entitled to commission a registered land surveyor to do so on the contractor’s behalf and at the contractor’s expense.

18.6 The contractor shall provide general attendance and all reasonable assistance to the

abovementioned or any other land surveyor who may be appointed by the employer.

19.0

TEMPORARY WORKS AND PLANT Clause 19.0 is amended by the addition of the following clauses: 19.3 ...including but not limited to fencing off the site 19.4 The contractor shall provide air conditioned office accommodation for meetings suitable for 20

persons as well as additional air conditioned office space for four workstations complete with desks, telephone and internet data connection and chairs. The office accommodation is to be kept clean and fit for use at all times by the contractor.

19.5 The contractor shall provide 1No main notice board of an approved design with the title of the

project and the names of the employer, the principal agent, the agents and the contractor sign written thereon. The principal agent shall instruct the contractor where the board is to be erected".

24.0

PRACTICAL COMPLETION Clause 24.1 is amended by the addition of the following clauses to the end thereof: 24.1.4 In order to achieve practical completion of the various sections of works and without derogating

from the generality of the term practical completion, the contractor shall, as a minimum comply with the basic criteria as defined in clauses C28 & C29 in the Preliminaries, Section C.

Clause 24.4 is amended by replacement of seven (7) calender days with fourteen (14) calender days. Clause 24.0 is amended by replacing the word list with lists. Clause 24.0 is amended by the addition of the following clauses to the end thereof: 24.11 Without derogating from the generality of the requirements for practical completion the following

specific requirements shall apply:

24.11.1 Defects occurring after the issue of the practical completion list requiring remedial work that will in the opinion of the principal agent cause disruption, will cause the issue of the certificate of practical completion to be withheld until such defects have been rectified to the satisfaction of the principal agent.

24.11.2 The following certificates of compliance shall be required (excluding others that may be

required by the local/national authority) from the contractor to achieve practical completion:

a) A certificate from the contractor that all aspects of the construction regulations of

2003 have been complied with.

Page 115: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 115

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

a) A certificate from the contractor that the National Building Regulations have been complied with

c) A certificate of compliance with respect to plumbing and drainage d) An electrical certificate of compliance e) A certificate of compliance with respect to all glazing f) A certificate of compliance and fire clearance certificate from the contractor and fire

chief respectively. g) A galvanizing and painting guarantee. h) A mechanical certificate of compliance. i) A structural certificate of compliance.

j) A palisade certificate of compliance.

k) A smoke extraction certificate of compliance.

l) A fire signage certificate of compliance.

m) A tiling certificate of compliance.

n) A waterproofing certificate of compliance. o) A generator guarantee.

p) Any other applicable guarantees.

24.11.3 A complete set of maintenance and operating manuals together with all workmanship and material warranties and guarantees are to be compiled and issued to the principal agent prior to practical completion being granted. In addition to the abovementioned documentation a formal "on site" handover will be required to be conducted with every discipline in the presence of the contractor as well as the applicable services subcontractor.

24.12 Notwithstanding anything to the contrary contained in the contract, should the contractor in the

opinion of the principal agent not have achieved practical completion of any area of the works, the employer may, notwithstanding the contractor’s ongoing responsibilities, take possession of any such area and such possession by the employer shall not in any way be construed that practical completion has been achieved.

In such event, the principal agent shall give written notice to the contractor that the employer is taking immediate possession of any particular area/s without practical completion having been achieved in order to mitigate the employer’s damages and exposure to loss or expense. 24.12.1 In the event of the Employer taking occupation of the works or part thereof prior to

practical completion being achieved, but on or after the date for practical completion, the employer shall:

(a) Have the principal agent issue a practical completion list(s) prior to such

occupation (b) Grant the contractor thereafter all reasonable access to expeditiously attend to the

items on the practical completion list(s) 24.13 After the issue of the certificate of practical completion, entry upon the works to make good

defects shall be at such reasonable times as shall be agreed by the principal agent.

Page 116: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 116

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

The contractor shall not receive any mark-up for overheads and profit on any omission of tenant installation work or tenant installation work by others. Claims of loss of profit shall not be entertained. For the works as a whole: The date for practical completion is 15 months after contractual commencement date exclusive of Builder’s Holidays which will be from the 16th December 2020 to 17th January 2021. The penalty per calendar day is 0.05 per R100 of the contract value

25.0

WORKS COMPLETION Clause 25.0 is amended by changing the word list to lists. Clause 25.0 is amended by adding the following clauses to the end thereof: 25.6 The contractor shall generally attend to defects during the defects liability period on a progressive

basis and will not be permitted to wait until the end of the patent defects liability period or until the amount of defects accumulates in order to attend to a comprehensive list of defects.

25.7 Should the defect be deemed by the principal agent to be urgent he shall notify the contractor in

writing to attend to such defect. The contractor shall immediately on receipt of this notice give the principal agent a definite time and date on which he will start the rectification of the said defect.

Should the time and date be unacceptable in the opinion of the principal agent or should the contractor not start at this agreed time and date and complete the rectification in a diligent manner, the employer reserves the right to complete the outstanding works and deduct the cost of such work as certified by the principal agent from amounts owing to the contractor.

29.0

REVISION OF DATE OF PRACTICAL COMPLETION Clause 29.0 is amended by replacing “principal agent” with “employer” Clause 29.1.1 shall be deleted and replaced with the following: 29.1.1 Exceptionally inclement weather

"Exceptionally inclement weather" shall be defined as weather conditions in excess of the monthly average recorded for the past 10 (ten) years by the nearest commonly recognised weather bureau in the region of the project. The contractor shall be deemed to have allowed in his programme for the works and opposite this item or in his rates, for the cost of all delays as a result of weather conditions which are average.

Clause 29.2 Replace Principal Agent for Employer. Clause 29.3 is amended as follows – principal agent recommends (refer 32.1) Clause 29.0 is amended by the addition of the following clauses to the end thereof: 29.9 Revision to the date for practical completion shall only be considered when work on the critical

path of the agreed programme for the works is delayed. 29.9 The Revision to the date for practical completion and the adjustment of the contract value (if

applicable) shall be managed by the Principal Agent and only approved by the Employer. 29.10 Acceleration of the works 29.10.1 Irrespective of whether or not the principal agent rules that the contractor is entitled to a revision of the date for practical completion, the principal agent shall nevertheless at any time, be entitled to instruct the contractor, in writing, to accelerate the progress of the remaining works, to ensure that the works are completed by the original date for practical completion or revised date as the case may be.

Page 117: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 117

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

29.10.2 Upon receipt of such instruction, the contractor shall take all necessary steps to ensure that the works are completed timeously, including the provision by him of additional resources, plant, manpower, etc. and the working of overtime or additional overtime beyond that contemplated at the time of tender (at all times adhering to the regulations and requirements of all authorities) and by all other adequate and proper means and methods. The contractor shall prove that such steps are being taken if called upon to do so.

29.10.3 Should the principal agent instruct the contractor to accelerate, the contractor’s

entitlement shall be calculated by adding to the entitlement to which he would otherwise have become due should the contract period have been extended, a further 30% to the value thereof.

For the purpose of this calculation the 30% acceleration entitlement relating to an extension of contract period granted in terms of clause 29.1, shall be calculated as if the extension was granted in terms of 29.2.

The above amounts shall be deemed to fully reimburse the contractor for any additional expenses and loss beyond that contemplated by the contractor at time of tender including the under utilisation of any resources and the like due to the contractor having been instructed by the principal agent to accelerate.

29.11 It is recorded that the bulk of the information required for tenant installation and fit out will not be

available on the commencement of the contract. This information will be available progressively during the course of the contract. The contractor is to take cognisance of this fact and is to allow in his programme for the flow of the majority of the tenant information in the latter part of the contract.

No claim by the contractor for a revision of the practical completion date as defined above will be considered due to the contractor not having provided for the above in his programme.

31.0

INTERIM PAYMENT Clause 31.1 is amended by the addition of the following:

The contractor is to issue his claim to the quantity surveyor by the 20th of each month in preparation for the quantity surveyor to issue a valuation to the principal agent by the 30th of each month, failure to submit a claim will entitle the quantity surveyor to submit a reasonable value for the works done.

Clause 31.6 is amended by the deletion of the first sentence and replaced with the following:

Materials and goods shall not, as a general rule, be included in the value certified. Should the principal agent agree, such materials and goods shall be included in the value certified only where, to the satisfaction of the principal agent, the contractor has issued a bank guarantee to the employer in a format to be approved by the principal agent. The Client reserves the right to reject the payment certificates that are deemed to be incorrectly calculated.

Clause 31.9 is deleted and replaced with the following: 31.9 The employer shall pay to the contractor the amount certified in an interim payment certificate

within thirty (30) calendar days of the date of receipt(check 34.10) of the contractor’s tax invoice for the amount certified.

32.0

ADJUSTMENT OF THE CONTRACT VALUE

Clause 32.1 is deleted and replaced with the following clause:

Page 118: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 118

Clause Number

Contract Data for BID NO: LDSD NOA-2/20-1

32.1 The employer in consultation with the principal agent shall determine the value of adjustments to the contract value according to the priced document. Where items of additional work are required the employer in consultation with the principal agent and the contractor may agree on the adjustment before the commencement of such work. Clause 32.2.3 is amended by the replacement of ten percent (10%) mark up with five point five percent (5.5%) mark up. Clause 32.4 is amended by the replacement of ten percent (10%) mark up with five point five percent (5.5%) mark up. Clause 32.12 Delete this clause.

34.0

FINAL ACCOUNT AND FINAL PAYMENT Clause 34.1 is deleted and replaced with the following clause: 34.1 The contractor shall cooperate with and assist the principal agent in the preparation of the final

account by timeously providing all relevant documents on request. The principal agent shall

issue the final account to the contractor within ninety (90) calendar days of the date of practical

completion.

Clause 34.3 is deleted and replaced with the following clause: 34.3 The contractor shall accept or object to the final account within forty-five (45) calendar days of

receipt thereof. On acceptance, or should the contractor not object with reasons to the final

account within such period, the principal agent shall issue the final payment certificate [34.5].

Clause 34.10 is deleted and replaced with the following clause:

34.10 The employer shall pay the contractor the amount certified in the final payment certificate within thirty (30) calendar days of the date of issue (check 31.9) of the final payment certificate subject to the contractor giving the employer a tax invoice for the amount due.

36.0

TERMINATION BY THE EMPLOYER – CONTRACTOR’S DEFAULT Clause 36.1 is amended by the addition of the following clauses to the end thereof: 36.1.3 The contractor’s refusal or neglect to comply strictly with any of the conditions of contract. 36.1.4 The contractor’s estate being sequestrated, liquidated or surrendered in terms of the insolvency

laws in force with the Republic of South Africa. 36.1.5 The contractor, in the judgment of the employer, has engaged in corrupt or fraudulent practices

in competing for or in executing the contract. 36.1.6 The contractor fails to perform in terms of the agreement or the employer on reasonable ground

believe that the contractor my not be able to comply with his obligation.

40.0

SETTLEMENT OF DISPUTES Clause 40.2.1 is deleted. Clause 40.3 is deleted.

Page 119: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 119

Contract Agreement

Clause Number

Contract Agreement

41.0 41.0 POST TENDER PROVISIONS

41.1 All information provided in this section requires consultation with the parties to the

agreement. 41.2 The completed Contract Data - Employer and Contractor data -

Contractor addenda and such other pertinent documents as listed below shall form part of this agreement:

41.3 The dispute resolution body selected by the parties is: THE ASSOCIATION OF SOUTH AFRICAN ARBITRATORS 41.4 The employer shall provide a Payment Guarantee

(amount) N/A

41.5 An annual building industry holiday period is applicable

(yes/no) YES

41.6 Further provisions and information agreed by the parties:

42.0 42.0 CONTRACTUAL AGREEMENT

42.1 This agreement is the entire (special conditions?) contract between the parties regarding the matters addressed herein. No representations, terms, conditions or warranties not contained in this agreement shall be binding on the parties. No agreement or addendum varying, adding to, deleting or terminating this agreement including this clause shall be effective unless reduced to writing and signed by the parties.

42.2 Contracting Parties (1) Employer : THE INDEPENDENT DEVELOPMENT TRUST Physical Address : Polokwane Regional Office 22 Hans van Rensburg Street Polokwane 0699

Telephone : (015) 295 0000 Fax : (015) 295 6559 E-mail : [email protected] TAX / Vat Registration no : 458 014 7876

Clause Number

Page 120: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 120

Contract Agreement

(2) Contractor : Physical Address :

Telephone : Fax : E-mail : TAX / Vat Registration no : 42.3 The accepted contract sum (inclusive of tax)

(amount)

(In words) ________________________________________________________ ________________________________________________________ ________________________________________________________ 42.4 Signature of the contracting parties: Thus done and signed at ___________________________on __________________ __________________________ _______________________________ Name of signatory For and on behalf of the employer who

by signature hereof warrants authorisation hereto

__________________________ _______________________________ Capacity of signatory As Witness (1) Thus done and signed at ___________________________on __________________ __________________________ _______________________________ Name of signatory For and on behalf of the contractor who

by signature hereof warrants authorisation hereto

__________________________ _______________________________ Capacity of signatory As Witness (2)

Page 121: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 121

Clause Number

Contract Agreement

Details of Witness (1) Details of Witness (2) Name: _____________________________ Name: _____________________________ Address: _____________________________ Address: _____________________________ _____________________________ _____________________________ _____________________________ _____________________________

Page 122: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 122

C1.3 FORM OF GUARANTEE

Refer Overleaf:

Page 123: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 123

C1.3 FORM OF GUARANTEE

PRO FORMA TSHILWAVHUSIKU ONE STOP CENTREAT THE TSHILWAVHUSIKU CLINIC FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT, LIMPOPO PROVINCE

Contract No.: LDSD NOA-2/20-1

WHEREAS INDEPENDENT DEVELOPMENT TRUST (hereinafter referred to as "the Employer") entered into, a Contract with _________________________________________________________ (hereinafter called "the Contractor") on the ____________ day of ___________________________ 20____ for the construction of____________________________________________________________________ at

________________________________________________________________________

AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security byway of a guarantee for the due and faithful fulfilment of such Contract by the Contractor;

AND WHEREAS _________________________________________________________________________

has/have at the request of the Contractor, agreed to give such guarantee;

NOW THEREFORE WE, ___________________________________________________________________

do hereby guarantee and bind ourselves jointly and severally as Guarantor and Co-principal Debtors to the Employer under renunciation of the benefits of division and excussion for the due and faithful performance by the Contractor of all the terms and conditions of the said Contract, subject to the following conditions:

1. The Employer shall, without reference and/or notice to us, have complete liberty of action to act in any manner authorized and/or contemplated by the terms of the said Contract, and/or to agree to any modifications, variations, alterations, directions or extensions of the Completion Date of the Works under the said Contract, and that its rights under this guarantee shall in no way be prejudiced nor our liability hereunder be affected by reason of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of the Completion Date which the Employer may make, give, concede or agree to under the said Contract.

2. This guarantee shall be limited to the payment of a sum of money

3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to give time to or compound or make any other arrangement with the Contractor.

4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms of the Contract, unless we are advised in writing by the Employer before the issue of the said

Page 124: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 124

Certificate of his intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force and effect until all such claims have been paid or liquidated.

5. Our total liability hereunder shall not exceed the sum of (not exceeding 10% of the Contract Sum) in

____________________________________________ (R________________________)

The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed Sum with the beneficiary, whereupon the Guarantor's liability hereunder shall cease.

We hereby choose our address for the serving of all notices for all purposes arising here from as

_________________________________________________________________________

IN WITNESS WHEREOF this guarantee has been executed by us at ________________________________

on this __________________________ day of ________________________________ 20______

As witnesses:

1. ____________________________ Signature _____________________________________

2. ____________________________ Signature _____________________________________

Duly authorized to sign on behalf of _______________________________________________________

Address _______________________________________________________

______________________________________________________

Page 125: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 125

C1.5: AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND SAFETY ACT No 85 OF 1993

Refer Overleaf:

Page 126: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 126

C.1.5 AGREEMENT IN TERMS OF SECTION 37(2) OF THE OCCUPATIONAL HEALTH AND

SAFETY ACT No 85 OF 1993 THIS AGREEMENT is made between Independent Development trust represented by the Supply Chain

Management.

(hereinafter called the EMPLOYER) of the one part, herein represented by:

............................... ...........................................................................................................................................

in his capacity as: .. ........................................................................................................................................... ;

AND: ..................... ...........................................................................................................................................

(hereinafter called the CONTRACTOR) of the other part, herein represented by ............................................

............................... ...........................................................................................................................................

in his capacity as: .. ...........................................................................................................................................

duly authorised to sign on behalf of the Contractor.

WHEREAS the CONTRACTOR is the Mandatary of the EMPLOYER in consequence of an agreement between

the CONTRACTOR and the EMPLOYER in respect of: TENDER : TSHILWAVHUSIKU ONE STOP CENTRE AT TSHILWAVHUSIKU CLINIC FOR THE DEPARTMENT OF SOCIAL DEVELOPEMNT, LIMPOPO PROVINCE

AND WHEREAS the EMPLOYER and the CONTRACTOR have agreed to enter into an agreement in terms of the provisions of Section 37(2) of the Occupational Health and Safety Act No 85 of 1993, as amended by OHSA Amendment Act No 181/1993 (hereinafter referred to as the ACT);

NOW THEREFORE the parties agree as follows:

1. The CONTRACTOR undertakes to acquaint the appropriate officials and employees of the CONTRACTOR with all relevant provisions of the ACT and the regulations promulgated in terms thereof.

2. The CONTRACTOR undertakes to fully comply with all relevant duties, obligations and prohibitions

imposed in terms of the ACT and Regulations: Provided that should the EMPLOYER have prescribed

certain arrangements and procedures that same shall be observed and adhered to by the CONTRACTOR,

his officials and employees. The CONTRACTOR shall bear the onus of acquainting

himself/herself/itself with such arrangements and procedures.

3. The CONTRACTOR hereby accepts sole liability for such due compliance with the relevant duties,

obligations, prohibitions, arrangements and procedures, if any, imposed by the ACT and Regulations,

and the CONTRACTOR expressly absolves the EMPLOYER and the Employer’s CONSULTING

ENGINEERS from being obliged to comply with any of the aforesaid duties, obligations, prohibitions,

arrangements and procedures in respect of the work included in the contract.

4. The CONTRACTOR agrees that any duly authorised officials of the EMPLOYER shall be entitled,

although not obliged, to take such steps as may be necessary to ensure that the CONTRACTOR has

complied with his undertakings as more fully set out in paragraphs 1 and 2 above, which steps may

include, but shall not be limited to, the right to inspect any appropriate site or premises occupied by the

CONTRACTOR, or to take such steps the EMPLOYER may deem necessary to remedy the default of

the CONTRACTOR at the cost of the CONTRACTOR.

5. The CONTRACTOR shall be obliged to report forthwith to the EMPLOYER any investigation,

complaint or criminal charge which may arise as a consequence of the provisions of the ACT and

Page 127: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 127

Regulations, pursuant to work performed in terms of this agreement, and shall, on written demand,

provide full details in writing of such investigation, complaint or criminal charge.

Thus signed at ..………..……….....……………………....…….. for and on behalf of the CONTRACTOR

on this the ……………… day of ……......………..……… 20………

SIGNATURE: ....................................................................................................................................................

NAME AND SURNAME: ...............................................................................................................................

CAPACITY: .....................................................................................................................................................

WITNESSES: 1. ...............................................................................................

2. ................................................................................................

Thus signed at ……………………………………………. for and on behalf of the EMPLOYER on this

the …………………………... day of ……………..……… 20………

SIGNATURE: ....................................................................................................................................................

NAME AND SURNAME: ...............................................................................................................................

CAPACITY: .....................................................................................................................................................

WITNESSES: 1. ...............................................................................................

2. ................................................................................................

Page 128: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 128

C1.6: Waiver of Lien

Refer Overleaf:

Page 129: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 129

Waiver of Contractor’s Lien for use with the JBCC Principal Building

Agreement

or JBCC Minor Works Agreements

DEFINITIONS

Contractor

Employer

Agreement (Principal Building Agreement or Minor Works Agreement) Works (description)

Site

(property title deed description)

AGREEMENT

The Contractor waives, in favour of the Employer, any lien or right of retention that is or may be held in

respect of the Works to be executed on the Site

This waiver shall only come into effect on provision by the Employer of a Payment Guarantee for fulfilment

of his obligations in terms of the identified Agreement

Thus done and signed at on

Name of signatory Capacity of signatory

As witness For and on behalf of the Contractor who by

signature hereof warrants authorisation hereto

JBCC Series 2000 Code 2121 July 2007

JBCC

C

THE JOINT BUILDING CONTRACTS COMMITTEE

S E R I E S 2000

Page 130: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 130

C2: PRICING DATA

Refer Overleaf:

Page 131: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 131

C2.1: PRICING INSTRUCTIONS

Page 132: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 132

C2: PRICING DATA

C2.1 Pricing Instructions

C2.1.1 FIXED PRICE – CPAP APPLICABLE

Adjustment to the contract value as clause 32.

Nothwithstanding the provisions of Clause 32.13 or any other clause, no adjustment to

the contract sum will be made in terms of the Contract Price Adjustment provisions or

any other fluctuation provisions and all such costs shall be for the account of the

Contractor.

Where the value of additional work cannot be valued in terms of clause 32.2.1 and 32.2.2

such work shall be priced “net” plus the tendered “mark up” thereon.

C2.1.2 GENERAL

The Schedule of Quantities forms part of the Contract Documents and must be read and priced

in conjunction with all the other documents comprising the Contract Document, which include

the Conditions of Tender, Conditions of Contract, the Specifications and Drawings.

The document comprises of annexure bills. The main tenderer is to elect a subcontractor

from the list provided by the client and issue them with the annexure bill to price and

sign. The tenderer is therefore obliged to transfer the price to the main bill and add profit

& attendance.

C2.1.3 QUANTITIES REFLECTED IN THE SCHEDULE

The quantities given in the Bill of Quantities will be subject to re-measuring during the

execution of work.

The validity of Contract will in no way be effected by difference between the quantities in the

Bill of Quantities and quantities finally certified for payment.

C2.1.4 PROVISIONAL SUMS (PS)

Provisional sums are provided for some items in the Schedule of Quantities. Work done under

these items will be at the written direction of the Employer. The Employer reserves the right,

during the execution of the works, to adjust the stated amounts upwards or downwards

according to the work actually done under the item, or the item may be omitted altogether,

without affecting the validity of the Contract.

The Tenderer shall not under any circumstances whatsoever delete or amend any of the sums

inserted in the “Amount” column of the Bill of Quantities and in the Summary of the Bill of

Quantities unless ordered or authorized in writing by the Employer before closure of tenders.

Any authorized changes made by the Tenderer to provisional items in the schedule, or to the

provisional percentages and sums in the Summary of the Bill of Quantities, will be treated as

arithmetical errors.

C2.1.5 PRICING

All rates in the bills must exclude Value Added Tax (VAT), which the bidder must allow for in

the final summary of the Bills of Quantities.

Page 133: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 133

C2.2: BILL OF QUANTITIES

Page 134: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity

SECTION 1

BILL NO 1

PRELIMINARIES (WORK GROUP 190)

The Conditions of Contract are the JBCC Series 2000 Principal Building Agreement inclusive of the Contract Data Addenda EC and CE (Edition 5.0 (reprint 1) of July 2007) prepared by the Joint Building Contracts Committee Inc amended as hereinafter described

CONDITIONS OF CONTRACT AND PRELIMINARIES

The ASAQS Preliminaries (August 2010 edition) published by the Association of South African Quantity Surveyors for use with the said JBCC Principal Building Agreement inclusive of the Contract Data Addenda EC and CE shall be deemed to be incorporated hereinafter

Contractors are referred to the above mentioned documents for the full intent and meaning of each clause thereof

These clauses are hereinafter referred to by clause number and heading only. Where standard clauses or alternatives are not entirely applicable to this agreement such modifications, corrections or supplements as will apply are given under each relevant clause heading and such modifications, corrections or supplements shall take precedence notwithstanding anything contrary contained in the above mentioned documents

Where any item is not relevant to this specific agreement such item is marked not applicable

Should the contractor select Option A in terms of sub-clause 3.2.1 in the Contract Data (Part two: Data provided by the Contractor - CE) for the purpose of adjustment of these preliminaries, the amount entered into the amount column in these preliminaries is to be divided into one or more of the three categories provided namely Fixed (F), Value Related (V) and Time Related (T)

PRICING OF PRELIMINARIES

134

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 135: Tendering Procedures - Independent Development Trust

Section A - Principal Building Agreement

Clause 1.0 - Definitions and interpretation

Replace the definitions with the following wording:

AGREEMENT: The agreement arising from the signing of the Form of Offer and Acceptance by the parties

1

Definitions (A1)

BILLS OF QUANTITIES: The document drawn up in accordance with the measuring system as stated in the Pricing Data. The contractor shall have priced the document to reflect the contract sum

CONTRACT DOCUMENTS: The documents listed in the Form of Offer and Acceptance

Item

CONTRACT DRAWINGS: The drawings stated in Part C5: Drawings upon which the accepted tender or negotiated amount was based

CONTRACT SUM: The total of prices inclusive of VAT as stated in the Form of Offer and Acceptance

Add the following definitions:

SCOPE OF WORK: As per contract data

SITE INFORMATION: As per contract data

F:............................. V:............................ T:............................

Item

Clause 2.0 - Offer, acceptance and performance obligations

F:............................. V:............................ T:............................

2

Objective and preparation (A2 - A14)

135

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 136: Tendering Procedures - Independent Development Trust

Item

Clause 3.0 - Documents

The contract drawings are as listed in Part C5: Drawings

The principal agent shall decide which portion of the priced document may be used as a specification of materials and goods or methods, if any [3.9]

F:............................. V:............................ T:............................

3

Item

Clause 4.0 - Design responsibility

F:............................. V:............................ T:............................

4

Item

Clause 5.0 - Employer's agents

F:............................. V:............................ T:............................

5

Item

Clause 6.0 - Contractor's site representative

F:............................. V:............................ T:............................

6

Clause 7.0 - Compliance with laws and regulations 7

Item

Without limiting the generality of the provisions of clause 7.0, the contractor's attention is drawn to the provisions of the Construction Regulations, 2003 issued in terms of the Occupational Health and Safety Act, 1993. It is specifically stated that the employer shall prepare a documented health and safety specification for the works and that the employer shall ensure that the contractor has made provision for the cost of health and safety measures during the execution of the works. The contractor shall price opposite this item for compliance with the act and the regulations and the reasonable provisions of the aforementioned health and safety specifications [7.1]

F:............................. V:............................ T:............................

Item

Clause 8.0 - Works risk

F:............................. V:............................ T:............................

8

Item

Clause 9.0 - Indemnities

F:............................. V:............................ T:............................

9

136

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 137: Tendering Procedures - Independent Development Trust

Item

Clause 10.0 - General insurances

F:........................... V:............................T:...........................

10

Item

Clause 11.0 - Special insurances

F:............................. V:............................ T:...........................

11

Item

Clause 12.0 - Effecting insurances

F:............................ V:............................T:..........................

12

Item

Clause 13.0 - Assignment

F:............................. V:............................ T:............................

13

Item

Clause 14.0 - Security

F:............................. V:............................ T:............................

14

Item

Clause 15.0 - Preparation for and execution of the works

The possession of the site is to be given in stages as described in Part C3: Scope of Work [15.2.1]

F:..................... V:............................ T:........................

15

Execution (A15 - A23)

Item

Clause 16.0 - Site and access

Defined restrictions to the site are described in Part C4: Site Information [16.1]

Geotechnical investigation of the site has been undertaken and is available on request.

Existing premises will be occupied during the execution of the works as described in Part C3: Scope of Work [16.6]

All known services annotated for the execution of the works are described in Part C3: Scope of Work [16.7]

Protection of existing trees and shrubs is described in Part C3: Scope of Work [16.8]

F:............................. V:............................ T:............................

16

137

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 138: Tendering Procedures - Independent Development Trust

Item

Clause 17.0 - Contract instructions

F:............................. V:............................ T:............................

17

Item

Clause 18.0 - Setting out of the works

The contractor shall notify the principal agent if any encroachments of adjoining foundations, buildings, structures, pavements, boundaries, etc. exist in order that the necessary arrangements may be made for the rectification of any such encroachments [18.1]

The contractor shall allow for a Registered Professional Land Surveyor to do all setting out on site.

F: ........................... V:............................T:...........................

18

138

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 139: Tendering Procedures - Independent Development Trust

Item

Clause 19.0 - Temporary works and plant

Enclosure of the works is described in Part C1: Scope of Work [19.1.1]Specific requirements:The contractor shall provide, maintain and remove on completion of the works fencing (1.8m high above the ground level with posts and two vehicles gates) to areas where work is taking place and that all the works that requires protection during construction must be adequately protected up to practical completion by the contractor

Office accommodation for meetings is described in Part C3: Scope of Work [19.1.2] Specific requirements:

The contractor shall provide, maintain and remove on completion of the works a mobile container site office for the exclusive use of the principal agent, approximately 6.1 x 2.44 x 2.59m high internally by approved service provider with suitably insulated and air conditioning unit, providedwith electric lighting and fitted with desk, chair, drawing stool, drawing board and lock-up drawers for drawings.The office should be able to accommodate 20 persons and shall be kept clean and fit for use at all times.

Advertising rights and notice boards are described in Part C3: Scope of Work [19.2] Specific requirements:

The contractor shall provide, erect where directed, maintain and remove on completion of the works a notice board size 3 x 3m constructed of suitable boarding with flat smooth surface and with edging bead 19mm thick round outer edges and projecting 12mm from face of boarding and rounded on front edge. The board shall be securely fixed to hoarding, where hoarding is provided, or fixed to and including a suitable supporting structure of timber or tubular posts and braces. The board is to be painted ivory white and the bead and 12mm wide dividing lines dark green. All wording shall be inscribed in dark green as per the coat of arms for SA. All wording shall be inscribed in dark green painted sans serif lettering.

F:............................. V:............................ T:............................

19

Item

Clause 20.0 - Nominated subcontractors

Refer to the provisions on general attendance hereinafter

F:............................. V:............................ T:............................

20

139

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 140: Tendering Procedures - Independent Development Trust

Item

Clause 21.0 - Selected subcontractors

General attendance of n/s subcontractors for pricing by the contractor shall be in accordance with the n/s agreement. Notwithstanding this provision, general attendance shall be deemed to include for the contractor to provide free of charge to any n/s subcontractor such scaffolding as may reasonably be required by such n/s subcontractor for the execution of the relevant subcontract work

F:............................. V:............................ T:............................

21

Item

Clause 22.0 - Employer's direct contractors

F:............................. V:............................ T:............................

22

Item

Clause 23.0 - Contractor's domestic subcontractors

F:............................. V:............................ T:............................

23

Item

Clause 24.0 - Practical completion

F:............................. V:............................ T:............................

24

Completion (A24 - A30)

Item

Clause 25.0 - Works completion

F:............................. V:............................ T:............................

25

Item

Clause 26.0 - Final completion

F:............................. V:............................ T:............................

26

Item

Clause 27.0 - Latent defects liability period

F:............................. V:............................ T:............................

27

Item

Clause 28.0 - Sectional completion

The various sections applicable to the works are described in Part C2: Scope of Work [28.1, 28.2]

F:............................. V:............................ T:............................

28

140

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 141: Tendering Procedures - Independent Development Trust

Item

Clause 29.0 - Revision of date for practical completion

The removal and replacement of materials and/or workmanship which do not conform to specification or the contract drawings shall not constitute grounds for the extension of the construction period nor for the adjustment of the contract value [29.3]

F:............................. V:............................ T:............................

29

Item

Clause 30.0 - Penalty for late or noncompletion

F:............................. V:............................ T:............................

30

Clause 31.0 - Interim payment

The inclusion of materials and goods stored off site in the amount authorised for payment in terms of clause 31.4 shall be at the sole discretion of the principal agent and such inclusion shall only be considered upon the provision, by the contractor, of an approved guarantee issued by a registered commercial bank. Clause 31.6.5 is therefore not applicable [31.4.2, 31.6.5]

31

Payment (A31 - A35)

Item

Materials and goods stored off site shall not be included in the amount authorised for payment [31.6.5]

F:............................. V:............................ T:............................

Item

Clause 32.0 - Adjustment to the contract value

All fluctuations in costs, with the exception of fluctuations in the rate of Value Added Tax, shall be for the account of the contractor [32.13]

Where prices are submitted by the contractor or n/s subcontractor during the progress of the works in respect of contract instructions or in regard to a claim under the terms of the agreement and notwithstanding the fact that such prices may be used in an interim payment certificate, there is to be no presumption of acceptance. Should the principal agent wish to accept any such prices prior to the issue of the certificate of final completion, it shall be in writing

The contractor shall not receive any mark-up for overheads and profit on any omission of tenant installation work or tenant installation work by others. Claims for loss of profit shall not be entertained [32.2]

F:............................. V:............................ T:............................

32

141

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 142: Tendering Procedures - Independent Development Trust

Item

Clause 33.0 - Recovery of expense and loss

F:............................. V:............................ T:............................

33

Item

Clause 34.0 - Final account and final payment

F:............................. V:............................ T:............................

34

Item

Clause 35.0 - Payment to other parties

F:............................. V:............................ T:............................

35

Item

Clause 36.0 - Termination by employer - contractor's default

F:............................. V:............................ T:............................

36

Termination (A36 - A39)

Item

Clause 37.0 - Termination by employer - loss and damage

F:............................. V:............................ T:............................

37

Item

Clause 38.0 - Termination by contractor - employer's default

F:............................. V:............................ T:............................

38

Item

Clause 39.0 - Termination - cessation of the works

F:............................. V:............................ T:............................

39

Item

Clause 40.0 - Settlement of disputes

F:............................. V:............................ T:............................

40

Dispute (A40)

Section B - Preliminaries

Item

Clause 1.0 - Definitions and interpretation

F:............................. V:............................ T:............................

41

Definitions and interpretation (B1)

142

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 143: Tendering Procedures - Independent Development Trust

Item

Clause 2.1 - Checking of documents

F:............................. V:............................ T:............................

42

Documents (B2)

Clause 2.2 - Bills of quantities

The quantities are provisional Yes

43

Item

These bills of quantities are in multiple procurement format: Earthworks, Concrete, Formwork and Reinforcement, Masonry, Plumbing and Drainage, Electrical Work, Mechanical Work and all External works - and is provisionally measured and the subsequent trades are budgetary allowances and/or nominated subcontract amounts

F:............................. V:............................ T:............................

Item

Clause 2.3 - Availability of construction documentation

Construction documentation is complete Yes

The budgetary allowances and nominated subcontract amounts allocated for subsequent trades included in this agreement will be separately procured, based on multiple procurement of nominated subcontractors during the construction period

F:............................. V:............................ T:............................

44

Item

Clause 3.1 - Previous work - dimensional accuracy

F:............................. V:............................ T:............................

45

Previous work and adjoining properties (B3)

Item

Clause 3.2 - Previous work - defects

F:............................. V:............................ T:............................

46

Item

Clause 3.3 - Inspection of adjoining properties

F:............................. V:............................ T:............................

47

143

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 144: Tendering Procedures - Independent Development Trust

Item

Clause 4.1 - Samples of materials

F:............................. V:............................ T:............................

48

Samples, shop drawings and manufacturer's instructions (B4)

Item

Clause 4.2 - Workmanship samples

F:............................. V:............................ T:............................

49

Item

Clause 4.3 - Shop drawings

F:............................. V:............................ T:............................

50

Item

Clause 4.4 - Compliance with manufacturer's instructions

F:............................. V:............................ T:............................

51

Item

Clause 5.1 - Deposits and fees

F:............................. V:............................ T:............................

52

Deposits and fees (B5)

Item

Clause 6.1 - Water

Water for the works is described in Part C3: Scope of Work

F:............................. V:............................ T:...........................

53

Temporary services (B6)

Item

Clause 6.2 - Electricity

Electricity for the works is described in Part C3: Scope of Work

F:............................. V:............................ T:..........................

54

Item

Clause 6.3 - Telecommunication facilities

Telecommunication facilities are described in Part C3: Scope of Work

F:............................. V:............................ T:..........................

55

144

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 145: Tendering Procedures - Independent Development Trust

Item

Clause 6.4 - Ablution facilities

Ablution facilities are described in Part C3: Scope of Work

F:............................. V:............................ T:...........................

56

Item

Clause 7.1 - Responsibility for prime cost amounts

F:............................. V:............................ T:............................

57

Prime cost amounts (B7)

Item

Clause 8.1 - Special attendance

F:............................. V:............................ T:............................

58

Special attendance on n/s subcontractors (B8)

Item

Clause 9.1 - Protection of the works

Specific requirements for protection of the works are described in Part C3: Scope of Work

F:............................. V:............................ T:............................

59

General (B9)

Item

Clause 9.2 - Protection/isolation of existing/sectionally occupied works

Specific requirements for protection/isolation of existing/sectionally occupied works are described in Part C3: Scope of Work

F:............................. V:............................ T:............................

60

Item

Clause 9.3 - Security of the works

F:............................. V:............................ T:............................

61

Item

Clause 9.4 - Notice before covering work

F:............................. V:............................ T:............................

62

145

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 146: Tendering Procedures - Independent Development Trust

Item

Clause 9.5 - Disturbance

Specific requirements for disturbance to adjoining premises or any parts of the works already handed over are described in Part C3: Scope of Work

Specific requirements:The contractor shall keep the site, structures, etc well watered during operations to prevent dust and shall provide and erect and remove on completion of the works all necessary temporary dust screens all to the satisfaction of the principal agent

F:............................. V:............................ T:............................

63

Item

Clause 9.6 - Works cleaning and clearing

F:............................. V:............................ T:............................

64

Item

Clause 9.7 - Vermin

F:............................. V:............................ T:............................

65

Item

Clause 9.8 - Overhand work

F:............................. V:............................ T:............................

66

Item

Site instructions

Contract Instructions issued on site are to be recorded in triplicate in a site instruction book which is to be maintained on site by the contractor

F:............................. V:............................ T:............................

67

Section C - Specific Preliminaries

146

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 147: Tendering Procedures - Independent Development Trust

Item

Warranties for material and workmanship

Where warranties for materials and/or workmanship are called for, the contractor shall obtain a written warranty, addressed to the employer, from the firm supplying the materials and/or doing the work and shall deliver same to the principal agent on the final completion of the contract. The warranty shall state that workmanship, materials and installation are warranted for a specified period from the date of final completion and that any defects that may arise during the specified period shall be made good at the expense of the firm supplying the materials and/or doing the work, upon written notice to do so. The warranty will not be enforced if the work is damaged by defects in the construction of the building in which case the responsibility for replacement shall rest entirely with the contractor

F:.......................V:.........................T:............................

68

Item

Co-operation of the contractor for cost management

It is specifically agreed that the contractor accepts the obligation of assisting the principal agent in implementing proper cost management. The contractor will be advised by the principal agent of all cost management procedures which will be implemented to ensure that the final building cost does not exceed the budget. The principal agent undertakes to make available to the contractor all budgetary allowances and cost assessments/reports to enable the proper procedure to be implemented and the contractor shall attend all cost plan review and cost management meetings. The contractor undertakes to extend these procedures, as necessary, to all subcontractors

F:...........................V:.........................T:.........................

69

Item

Propping of floors below

The contractor is advised that propping of floors below may be required if he wishes to use any areas of completed suspended reinforced concrete slabs for vehicle access, storage of materials and goods and location of plant, scaffolding, etc. The location of these areas and any necessary propping shall be approved by the principal agent and the cost thereof shall be borne by the contractor

F:......................... V:........................... T:..........................

70

147

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 148: Tendering Procedures - Independent Development Trust

Item

Testing of windows for watertightness

Each window shall be tested for watertightness with water sprayed on using adequate pressure. If in the opinion of the principal agent, the pressure proves to be inadequate, then the pressure shall be boosted by means of compressed air or other approved means

F:....................... V:......................... T:.........................

71

Item

Testing of flat roof waterproofing for watertightness

Flat roof waterproof areas shall be prepared with small sand dykes around them of a size and enclosing an area approved by the principal agent, flooded with water and kept "ponded" for at least 36 hours as a test to ensure the watertightness of the waterproofing and before any further construction work is carried out above the waterproofing

F:....................... V:........................... T:............................

72

148

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 149: Tendering Procedures - Independent Development Trust

PRELIMINARIES AND GENERAL

Section No 1

Bill No 1

AmountPageNo

PRELIMINARIES AND GENERAL

COLLECTION

148

147

146

145

144

143

142

141

140

139

138

137

136

135

134Total Brought Forward from Page No

149

PRELIMINARIES AND GENERALBill No 1Section No 1

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Final Summary R

Page 150: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 1

EARTHWORKS (PROVISIONAL) (WORK GROUP 104)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

For nature of ground see "Notes to Tenderers"

Nature of ground

It will be, at all times, required from the Contractor to apply and execute strict quality control on all filling material used

Filling (General)

Samples of potential fill material obtained from excavations, trench excavations, etc.are to be submitted to and approved by the Principal Agent prior the re-use thereof as "filling"

All filling obtained from a commercial source should comply to minimum G6 standard

Should any material be found unsuitable and the use thereof be disapproved, such material shall be disposed and approved material must be sourced and imported from an approved commercial source

150

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 151: Tendering Procedures - Independent Development Trust

Filling in general shall be compacted to the prescribed percentage Mod AASHTO density

Back filling described as:

- "filling in pipe trenches, etc.", all backfilling shall be done with approved backfilling compacted to 93%Mod. AASHTO density, unless otherwise described

- "filling behind retaining walls, etc.", all backfilling shall be done with approved backfilling compacted to 93 Mod. AASHTO density, unless otherwise described

All filling in layers under surface beds, in sub-layers, to form earth mattresses, etc. shall be done with materials specified and according to methods prescribed by the SABS 1200ME Sub-base Specification

Filling in sub-layers, under floors, etc

The aforesaid specification was drawn up to cover activities normally encountered on civil engineering work, which is equally applicable on the filling details and requirements prescribed for this project

The said specification, although not issued with, shall be regarded to form part of these Bills of Quantities. The Contractor shall obtain a copy of the said specification from the South African Bureau of Standards and be kept on site at all times

Density tests for monitoring filling shall be done at the minimum prescribed frequencies per each 150mm thick layer of filling placed

CBR and indicator tests

The Contractor is to note that all necessary tests (i.e. CBR and indicator tests, etc.) are to be conducted for all filling material, whether obtained from the excavations or to be imported from an approved commercial source

151

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 152: Tendering Procedures - Independent Development Trust

Results of these tests are to be submitted to and approved by the Principal Agent prior commencement of any placement thereof and/or filling done therewith

It will be required from the Contractor to execute density tests for monitoring filling at the following minimum frequencies per each filling layer placed:

Density tests

- Filling under surface beds, aprons, channels, etc:1 Test per 125m² plan area per each 150mm thick layer

- Filling behind retaining walls:1 Tests per each 150mm thick layer per each 15m length of retaining wall

Results of density tests executed are to be submitted to and approval obtained from the Principal Agent prior commencement of any subsequent fill layers and/or other work

Tendered rates for all filling in this Bill are to cater for these tests as no separate provision has been made for measurement and payment thereof

No additional claims in this regard will afterwards be entertained

Descriptions for "carting away excessive or unsuitable excavated material from site" shall, unless specifically otherwise described, be deemed to include the loading and hauling of excessive or unsuitable excavated material to a suitable dumping site, which has to be located by the Contractor, off the construction site

Carting away of excessive and/or unsuitable excavated material

The location of the intended dumping site will be subjected to the prior written approval of the Principal Agent

152

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 153: Tendering Procedures - Independent Development Trust

The Contractor will also be liable to, upon completion, rehabilitate all those areas of the dumping site used dumping/spoiling by grading the area to follow the adjacent ground contours and afterwards compacted to 80% Mod AASHTO density, all to the full satisfaction of the Principal Agent

Tendered rates must make provision for the above-mentioned as no additional claims in this regard will afterwards be entertained

All soil poisoning and insecticide to be applied under a five year guarantee by an approved firm of Specialists

Soil poisoning and insecticide

Measurement and payment clauses as described in the above-mentioned specification, Standardized Specification for Civil Engineering Construction, shall notapply to the work as set out in this Bill

Measurement and payment

The Contractor is referred to the next Bill No 2, Concrete, Formwork and Reinforcement, and Bill No 3, Masonry, for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

-------------------------

EXCAVATIONS ETC

985m3Trenches1

Excavation in earth not exceeding 2m deep:

40m3Holes for pits, bases etc2

153

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 154: Tendering Procedures - Independent Development Trust

101m3Soft rock3

Extra over trench and hole excavations in earth for excavation in:

50m3Hard rock4

1 025m3In prescribed stock piles on site5

Earth filling obtained from the excavations (not compacted):

319m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor

6

Extra over all excavations for carting away:

2 209m2Sides of trench and hole excavations not exceeding 1,5m deep

7

Risk of collapse of excavations:

219m2Sides of trench and hole excavations exceeding 1,5m deep

8

ItemKeeping excavations free of water9

Keeping excavations free of water:

FILLING ETC

381m3Backfilling to trenches, holes, etc10

Earth filling obtained from the excavations and/or prescribed stock piles on site, compacted to 93% Mod AASHTO density:

279m3Backfilling to trenches, holes, etc11

Earth filling (G5) supplied by the contractor, compacted to 98% Mod AASHTO density:

364m3Under floors, steps, pavings, etc12

154

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 155: Tendering Procedures - Independent Development Trust

626m2

Compaction of ground surface in trenches including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

13

Compaction of surfaces:

1 209m2

Compaction of ground surface under floors etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

14

49No"Modified AASHTO Density" test15

Prescribed density tests on filling:

WEED KILLERS, INSECTICIDES, ETC

2 397m2To bottoms and sides of trenches etc16

Soil insecticide in accordance with SANS 5859

1 209m2

Under floors etc, including forming and poisoning shallow furrows against foundation walls etc, filling in furrows and ramming

17

SUNDRY BUILDING WORK

150 000.00Item

Provide the amount of R150 000.00 (One Hundred and Fifty Thousand Rand) for structural modifications to foundations

18

Structural modifications to foundations:

155

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 156: Tendering Procedures - Independent Development Trust

EARTHWORKS

Section No 2

Bill No 1

AmountPageNo

BUILDING WORKS

COLLECTION

155

154

153

152

151

150Total Brought Forward from Page No

156

EARTHWORKSBill No 1Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 157: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 2

CONCRETE, FORMWORK AND REINFORCEMENT

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Descriptions and tendered rates for concrete strength test cubes, as required under clause 7, "Tests" of SABS 1200 G, shall be deemed to cater for all the costs of providing cube moulds necessary for the purpose, making, storing and sending thereof to an approved accredited laboratory for testing, paying all charges in connection therewith and for submitting test result reports to Principal Agent

Concrete test cubes

All concrete strength test cubes, each size 150 x 150 x 150mm, shall be prepared in a set of three

It will be required from the Contractor to prepare concrete strength test cube sets for each building at the following minimum frequencies:

- One set of three cubes for every 15m³, or part thereof, of concrete cast per day, or:

- One set of three cubes for each batch of concrete cast per event

157

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 158: Tendering Procedures - Independent Development Trust

All concrete strength test cubes shall be labelled and the identity thereof (ie. date, concrete strength type, position where batch was cast relative to the building and building identity) shall be properly recoded for future reference

Descriptions of formwork shall be deemed to include use and waste only (except where described as "left in" or "permanent"), for fitting together in the required forms, wedging, plumbing and fixing to true angles and surfaces as necessary to ensure easy release during stripping and for reconditioning as necessary before re-use

Formwork

The vertical strutting shall be carried down to such construction as is sufficiently strong to afford the required support without damage and shall remain in position until the newly constructed work is able to support itself

Formwork to sides of bases, pile caps, ground beams, etc. will only be measured where it is prescribed by the Principal Agent for design reasons. Formwork necessitated by irregularities or collapse of excavated faces will not be measured and the cost thereof shall be deemed to be included in the allowance for taking the risk of collapse of the sides of the excavations, provision which is made for in "Earthworks"

-------------------------

CONCRETE WORKS

UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES(WORK GROUP 110)

31m3Surface blinding under footings and bases1

15MPa/19mm concrete, in:

158

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 159: Tendering Procedures - Independent Development Trust

REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES (WORK GROUP 110)

7m3Bases2

25MPa/19mm concrete, in:

8m3Beams in foundations3

179m3Strip footings4

158m3Surface beds cast in panels on waterproofing5

19m

Extra over concrete for thickening size 125mm deep, 500mm wide including all excavation to 100mm, backfilling, etc.

6

REINFORCED CONCRETE CAST ON/IN FORMWORK (WORK GROUP 110)

38m3Slabs, including beams and inverted beams7

25MPa/19mm concrete, in:

3m3Columns in foundations (Provisional)8

2m3Columns9

7m3Concrete fill between two one brick skin10

11.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

11

TEST CUBES (WORK GROUP 110)

CONCRETE SUNDRIES

1 361m2Surface beds, slabs, etc 12

Finishing top surfaces of concrete smooth with a wooden float whilst concrete is still green:

159

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 160: Tendering Procedures - Independent Development Trust

FORMWORK, ETC. TO CONCRETE(WORK GROUP 111)

ROUGH FORMWORK (DEGREE OF ACCURACY II)

93mEdges, risers, ends and reveals not exceeding 300mm high or wide

13

Rough formwork to sides:

5m2Rectangular-shaped columns in foundations (Provisional)

14

12m2Square-shaped stub columns in foundations (Provisional)

15

6No300mm Diameter column 1275mm high16

Rough formwork to circular and partly circular columns

SMOOTH FORMWORK (DEGREE OF ACCURACY II)

38mEdges, risers, ends and reveals not exceeding 300mm high or wide

17

Smooth formwork to sides:

56m2Inverted beams above concrete18

4m2Sides of beams propped up to a height exceeding 1,5m and not exceeding 3,5m high

19

52m2Sides of beams propped up to a height exceeding 3,5m and not exceeding 5m high

20

6No300mm Diameter column 3400mm high 21

107m2

Slabs exceeding 250mm and not exceeding 500mm thick propped up exceeding 1,5m and not exceeding 3,5m high

22

Smooth formwork to soffits:

1m2Soffits of beams over openings, etc. propped to a height exceeding 1,5m and not exceeding 3,5m high

23

160

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 161: Tendering Procedures - Independent Development Trust

MOVEMENT, EXPANSION JOINTS, ETC.

54m3 x 40mm Deep saw cut joint cut in top of concrete surface bed (Provisional)

24

Saw cut joints:

1 001m

12mm Bitumen impregnated softboard vertical expansion joint not exceeding 300mm high or wide, including all cutting and waste (Provisional)

25

Expansion joints with bitumen impregnated softboard between vertical concrete and brick surfaces:

REINFORCEMENT (PROVISIONAL) (WORK GROUP 114)

Rate Onlyt10mm Diameter bars 26

Mild steel reinforcement to structural concrete work:

1.00t10mm Diameter bars27

High tensile steel reinforcement to structural concrete work:

27.51t12mm Diameter bars28

1.96t16mm Diameter bars29

0.56t20mm Diameter bars30

Rate Onlym2

Ref 193 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

31

Mesh reinforcement:

1 224m2

Ref 245 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

32

161

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 162: Tendering Procedures - Independent Development Trust

CONCRETE, FORMWORK AND REINFORCEMENT

Section No 2

Bill No 2

AmountPageNo

BUILDING WORKS

COLLECTION

161

160

159

158

157Total Brought Forward from Page No

162

CONCRETE, FORMWORK AND REINFORCEMENTBill No 2Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 163: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 3

MASONRY (WORK GROUP 116)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Where sizes in descriptions are given in brick units, "one-brick" shall represent the length and "halfbrick" the width of a brick

Sizes in descriptions

Bricks shall be ordered timeously to obtain uniformity in size and colour

Face bricks

Wall ties shall be polypropylene ties complying with BS 76377. Ties for hollow walls shall be of sufficient length to allow not less than 75mm of each end to be built into the brickwork. Ties are to be spaced at intervals of not more than 1m in the horizontal direction and not more than 400mm staggered in the vertical direction except at openings, vertical joints or ends of walls where they are to be placed vertically above each other

Wall ties for brickwork

163

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 164: Tendering Procedures - Independent Development Trust

Descriptions of recessed pointing to fair face brickwork and face brickwork shall be deemed to include square recessed, hollow recessed, weathered pointing, etc. as described

Pointing

-------------------------

BRICKWORK

FOUNDATIONS (PROVISIONAL)

903m2Hafl-brick walls1

Brickwork of NFX bricks (14 MPa nominal compressive strength) in class 1 mortar:

47m2345mm Hollow walls of two half brick skins, cavity filled with concrete (measured elsewhere)

2

SUPERSTRUCTURE

364m2Half-brick walls3

Brickwork of approved NFP bricks in class II mortar:

29m2Half-brick walls in beamfilling4

725m2One-brick walls 5

62m2One-brick walls in beamfilling6

239m2One-brick walls in firewall7

78m2Half-brick walls in firewall8

618m2280mm Hollow walls of two half brick skins, including type butterfly wall ties

9

171m2345mm Hollow walls of two half brick skins, including type butterfly wall ties

10

28m2345mm Hollow walls of two half brick skins, cavity filled with concrete (measured elsewhere)

11

164

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 165: Tendering Procedures - Independent Development Trust

100mHorizontal projecting bands 4 courses high x 50mm projection

12

9mHorizontal projecting bands 11 courses high x 50mm projection

13

52mHorizontal projecting bands 16 courses high x 50mm projection

14

20mHorizontal projecting bands 20 courses high x 50mm projection

15

BRICKWORK SUNDRIES

4m2

12mm Thick bitumen impregnated softboard built in vertically between between brick skins, including all cutting and waste

16

Joint forming material in movement joints:

2 702m75mm Wide reinforcement built in horizontally in foundations

17

Brickwork reinforcement:

8 853mDitto, but 150mm wide18

1 823m75mm Wide reinforcement built in horizontally19

7 551m150mm Wide reinforcement built in horizontally20

33m110mm Wide turning piece to lintels, etc21

Turning pieces:

150mDitto, but 220mm wide22

226m100 x 70mm Lintels in lengths not exceeding 3m long23

"Fabcon" pre-stressed fabricated lintels:

20mDitto, exceeding 3m and not exceeding 4,5m long24

5mDitto, exceeding 4,5m and not exceeding 6m long25

165

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 166: Tendering Procedures - Independent Development Trust

160No

32 x 1,60mm Pre-punched galvanised roof tie 900mm girth with bottom end bent to right angle and built seven courses into brickwork and top end eight times nailed to truss (Provisional)

26

Galvanised roof ties, etc:

746m2

50mm Thick laminated polyisocyanurate core board with minimum density of 34kg/m3, faced with kraft, laminated both sides, to be fixed on inner leaf of cavity wall using cavity ties

27

"Lambdaboard" wall insulation boards:

FACE BRICKWORK

213m2Extra over brickwork for face brickwork28

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

3mOne-brick wide brick-on-edge coping29

Face-brick-on-edge header course copings, sills, etc. of approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

4NoExtra over last for solid facebricks to ends30

201m2Extra over brickwork for face brickwork in foundations31

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

829m2Extra over brickwork for face brickwork32

11NoFair cutting and fitting around pipe not exceeding 100mm diameter (Provisional)

33

14NoDitto, but exceeding 100mm and not exceeding 200mm diameter (Provisional)

34

166

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 167: Tendering Procedures - Independent Development Trust

59mOne-brick wide brick-on-edge coping35

Face-brick-on-edge header course copings, sills, etc. of approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

99mOne-brick wide lintel36

91mOne-brick wide cut sill set sloping and slightly protecting,fair and pointed on one side and sloping top

37

152NoExtra over last for solid facebricks to ends38

46m2Extra over brickwork for face brickwork in foundations39

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

243m2Extra over brickwork for face brickwork40

55mOne-brick wide brick-on-edge coping41

Face-brick-on-edge header course copings, sills, etc. of approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

3mOne-brick wide lintel42

20NoExtra over last for solid facebricks to ends43

167

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 168: Tendering Procedures - Independent Development Trust

MASONRY

Section No 2

Bill No 3

AmountPageNo

BUILDING WORKS

COLLECTION

167

166

165

164

163Total Brought Forward from Page No

168

MASONRYBill No 3Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 169: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 4

WATERPROOFING (WORK GROUP 120)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Damp-proofing and waterproofing are measured net and descriptions shall be deemed to include for laps, cutting and waste, dressing in and sealing with a suitable sealant where necessary

General

Waterproofing to flat concrete roofs shall be laid under a ten year guarantee by an approved firm of Specialists, all in accordance with the materials supplied and methods employed by the Manufacturer

Waterproofing to flat concrete roofs

-------------------------

DAMP-PROOFING OF WALLS AND FLOORS

218m2On walls1

One layer of 375 micron embossed black polyethylene damp proof course:

169

WATERPROOFINGBill No 4Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 170: Tendering Procedures - Independent Development Trust

1 235m2On earth filling under surface beds2

One layer of 250 micron USB green medium density waterproof sheeting sealed at laps with pressure sensitive tape, all in accordance to the Manufacturer's instructions:

WATERPROOFING TO ROOFS, BASEMENTS, ETC.

87m2Screeded flat floors to slight falls to outlets not exceeding 10° from the horizontal

3

"Derbigum SP4" fully bonded waterproofing with two coats bituminous aluminium paint finish to:

31m2Tops and sides of brickwork or concrete4

74mSealing edges against beams, walls, etc.5

11NoDressing edges into outlets or gutters and leave watertight

6

JOINT SEALANTS, ETC.

54m3 x 40mm Horizontal saw-cut joint in floors7

"Sikaflex-35SL" polyurethane elastomer joint sealing compound, bond breaker, primer, etc., in:

93m6 x 40mm Horizontal expansion joint in floors8

1 022m

12 x 15mm Horizontal expansion joint in floors, including raking out softboard for a depth of 15mm (Softboard elsewhere)

9

11m

12 x 15mm Vertical expansion joint in walls, including raking out softboard for a depth of 15mm (Softboard elsewhere) (Provisional)

10

170

WATERPROOFINGBill No 4Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 171: Tendering Procedures - Independent Development Trust

WATERPROOFING

Section No 2

Bill No 4

AmountPageNo

BUILDING WORKS

COLLECTION

170

169Total Brought Forward from Page No

171

WATERPROOFINGBill No 4Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 172: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 5

ROOF COVERINGS, ETC (WORK GROUP 124)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

All roof coverings, etc., to be with a covering of Z275 galvanising. All holes to be drilled and not punched

General

All items are measured net unless otherwise described

Sizes

Prices to include for all cutting and waste and relevant fixing material, unless otherwise described

Flashings, trimming plates, etc

All rates for flashings, trimmings, etc., to include for forming drips and closed ends to troughs of sheet steel roof covering where applicable

All items are unless otherwise described measured net

-------------------------

172

ROOF COVERINGS, ETCBill No 5Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 173: Tendering Procedures - Independent Development Trust

PROFILED METAL SHEETING AND ACCESSORIES

1 090m2Roof covering with pitch not exceeding 25° fixed to timber purlins

1

Global Roofing Solutions 700mm cover Klip-Tite™ profile roll-formed in continuous lengths from 0.58mm thick Galvanised steel, Z200 spelter ISQ550 Chromadek® (colour to Architects specifications) finish top coat and Pebble Grey backing coat roof sheeting, fixed to timber intermediate purlins at MAX 1200mm centres and eaves and ridge purlins at MAX 1200mm centres using KL700 plus clips fixed with 10No.11 x 45mm long self-drilling wafer head PH2 screws, type 17 drill point fasteners, all in accordance with the manufacturer's specifications by a GRS approved contractor:

495m2Roof covering with pitch not exceeding 25° fixed to steel purlins

2

Global Roofing Solutions 700mm cover Klip-Tite™ profile roll-formed in continuous lengths from 0.58mm thick Galvanised steel, Z200 spelter ISQ550 Chromadek® (colour to Architect specification) finish top coat and Pebble Grey backing coat roof sheeting, fixed to steel intermediate purlins at MAX 2500mm centres and eaves and ridge purlins at MAX 2100mm centres using KL700 plus clips fixed with 10No.16 x 16mm long self-drilling wafer head PH2 screws, No. 3 drill point fasteners, all in accordance with the manufacturer's specifications by a GRS approved contractor:

ItemExtra over for mill on site3

28mHead wall flashing 370mm girth, two times bent along girth

4

Global Roofing Solutions 0.58mm thick Galvanised steel Z200 spelter ISQ550 Chromadek® (colour to Architect specifications) finish top coat and Pebble Grey backing coat flashings, fixed in accordance with manufacturer's specifications:

54mSide wall flashing 462mm girth, two times bent along girth

5

173

ROOF COVERINGS, ETCBill No 5Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 174: Tendering Procedures - Independent Development Trust

82mCounter flashing 154mm girth, two times bent along girth

6

28mNarrow and broad flute closers7

ROOF AND WALL INSULATION

Rate Onlym2

Insulation laid taut over steel or timber purlins complying with SANS 428, and fixed concurrently with roof covering, all in accordance to the manufacturer's recommendations

8

"Sisalation GR420" heavy industrial grade aluminium foil based insulation

1 090m2

135mm Thick insulation complying with SANS 428, laid between purlins and over trusses in accordance with manufacturers specifications

9

"Factorylite" insulation with 3.46m2.K/W boards

174

ROOF COVERINGS, ETCBill No 5Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 175: Tendering Procedures - Independent Development Trust

ROOF COVERINGS, ETC

Section No 2

Bill No 5

AmountPageNo

BUILDING WORKS

COLLECTION

174

173

172Total Brought Forward from Page No

175

ROOF COVERINGS, ETCBill No 5Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 176: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 6

CARPENTRY AND JOINERY (WORK GROUP 126)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Items described as "nailed" shall be deemed to be fixed with hardened steel nails or shot pins to brickwork or concrete

Fixing

Items described as "plugged" shall be deemed to include screwing to fibre, plastic or metal plugs at maximum 600mm centres, and where described as "bolted" the bolts have been given elsewhere

Descriptions of frames shall be deemed to include frames, transoms, mullions, rails, etc

Joinery

Descriptions of hardwood joinery shall be deemed to include pelleting of bolt holes

176

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 177: Tendering Procedures - Independent Development Trust

Particle board shall comply with the following specifications:a) SABS 1300 Particle board: exterior and flooring typeb) SABS 1301 Particle board: interior type

Particle board

Decorative laminate finishes shall be glued under pressure

Decorative laminate finish

All edge strips shall be butt jointed at junctions with adjacent similar finish

All cupboards, counter tops, shelves, etc. abutting walls, tiled surfaces, etc. to be sealed watertight with an approved silicon sealant along all joints

Sealing of all abutments

Tendered rates must make provision for this as no additional claims in this regard will afterwards be entertained

PRE-FABRICATED TIMBER ROOF TRUSSES

All trusses shall be fabricated by an approved truss manufacturer who holds a current Certificate of Competence awarded by the Institute for Timber Construction

Pre-fabricated metal connected timber roof trusses

Descriptions of trusses shall be deemed to include all necessary splay cut ends, mitres, joining, wrought and shaped ends, connections, bolts, cleats, gussets and timber connectors, plate connectors, clips, etc

Descriptions of pre-fabricated timber roof trusses

Tendered rates must make provision for the aforesaid as no additional claims in this regard will afterwards be entertained

177

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 178: Tendering Procedures - Independent Development Trust

Timber for the roof structure to be South African softwood, unless otherwise specified, and shall be in accordance with the grades as defined in the relevant SANS Specification

Timber

All timber used, both for the trusses and the secondary timbers shall be accordance with either:

- SABS 563 for Stress Graded Softwood General Structural Timber

- SABS 1245 for Stress Graded Softwood Engineering Timber

- SABS 1460 for Structural, Laminated Timber

- SABS 653 for Battens and Branderings

These specifications cover the required structural grades S5, S7 and S10

All timber used in the roof constructing, including timber used for the manufacturing of the roof trusses, loose timbers i.e. wall plates, braces, purlins, etc. and laminated beams, shall be pressure pre-treated with an approved CCA Tanalith preservative, all in accordance with Government Gazette Notice No R602 of 27 March 1986 and any amendments thereto

All cut ends of pre-treated timber shall be resealed with an approved supplementary penetrating sealant which is a requirement in terms of the treatment guarantee

The specific properties mark shall also be indicated on all treated timber in accordance with SABS Specification 1288

Proof of pre-treatment is to be lodged to the Principal Agent prior to the use of any timber for/in the service. A written pre-treatment guarantee shall be submitted to the Principal Agent upon completion

Treatment of timber

178

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 179: Tendering Procedures - Independent Development Trust

Bolts shall be in accordance with BS 4190 or SABS 135

Bolts

Shear plates, tooth connectors and split rings shall be in accordance with BSS 1759 : 1960 and installed in accordance with the CSIR Publication HOUT 468, "The Design, Manufacturing and Erection of Timber Trusses"

Shear plates, tooth connectors and split rings

Square or round washers of the following dimensions shall be used with all bolts:

Washers

1 Bolts up to 8mm diameter:Washers shall be minimum 25mm wide of minimum 2,50mm thickness

2 Bolts up to 12mm diameter:Washers shall be minimum 36mm wide of minimum 4,00mm thickness

3 Bolts up to 20mm diameter:Washers shall be minimum 60mm wide of minimum 5,00mm thickness

Metal connector plates shall be fabricated out of not less than 1mm thick drawn quality galvanised steel

Metal connector plates

The steel shall have a minimum yield strength of 228MPa and a minimum ultimate tensile strength of 330MPa. The corrosion resisting coating shall be not less than 275g/m2 commercial class hot dipped galvanizing as per SABS 934 before stamping

All connector plates shall have been tested by the CSIR and be of a size capable of transmitting the forces between members of a truss without exceeding the design values published in the CSIR report

179

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 180: Tendering Procedures - Independent Development Trust

Trusses shall be constructed in jigs specially designed to unsure the correct profile, overhangs and cambers

Truss construction

Where metal connector plates are used all joints are to be close fitted butt joints made by precision pressing of the metal connector plates into each side of the joint

All trusses shall be designed by a registered Professional Engineer in accordance with SABS 0163 ("Design of Timber Structures") and Code 0160 ("Loadings")

Truss design

The truss centres shall be less than or equal to that as described for each respective truss

Truss spacing

The truss pitch shall be as described for each respective truss type

Truss pitch

Trusses shall be designed for a live load of 0,50kN/m2 and dead load as specified under the sub-heading "Specific load specifications for roof trusses"

Truss loading

It shall be expected from the Contractor to timeously prepare, submit and obtain the necessary approvals from the Principal Agent in respect of the required workshop drawings, design and erection guarantee certificates as specified

Workshop drawings, design and erection guarantee certificates

All dimensions given in the descriptions of the:

Dimensions

180

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 181: Tendering Procedures - Independent Development Trust

- Trusses are nominal and actual measurements are to be obtained or taken on the site before design or fabrication commences

- Extended overhangs to the raking top cord of trusses are measured horizontally and adequate allowances must be made for the appropriate raking length in accordance with the specified pitch

All trusses are to be hoisted and erected strictly in accordance with the procedures and recommendations of the manual "The Erection and Bracing of Timber roof Trusses" as published by the Institute for Timber Construction and the CSIR, or the SABS Code of Practice "The Design, Manufacture and Erection of Timber Roof Trusses", or as designed and detailed by the designer

Erection

The design system as documented in this bill is based on the "MiTek" system and all references given in the descriptions are related to specific type of trusses based on this design system

Design system

However, Contractors are to note that any design system of similar quality may be used subject to the prior written approval of the Principal Agent

Tendered rates to include for the complete roof construction, including the design of the roof construction, all timber of required grade and type shown on the design, all cutting and waste, cutting to the exact lengths and end angles to manufacture the respective truss type, supply of all connector plates, fabrication of trusses, checking the completed truss for quality, loading up, transporting to the site of the works and off loading, storing under cover and protecting from the weather, hoisting up in position and erection of the roof truss structure, necessary supervision, submission of all shop drawings, design and erection guarantee certificates, etc. as specified

Rates

181

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 182: Tendering Procedures - Independent Development Trust

-------------------------

ROOFS, ETC. (PROVISIONAL)

Item

Detailed shop drawings indicating truss sizes, truss positions, bracings, details, etc. to be submitted for approval prior the commencement of any fabrication

1

Allow for the preparation and submission of the following documents in respect of all buildings:

Item

Design certificate indicating the licensed programme used, SABS specifications adhered to, general procedures and loadings adopted, sizes and grading of timber components, details, etc

2

Item

Erection guarantee certificate after the whole completed roof truss structure have been inspected, all defective work have been taken out and made good, etc. to the full satisfaction of the Principal Agent

3

1No

Roof construction to double pitched roof with no hipped ends and valley for LDSD Guard House (approximately 21m2 roof covering area measured on slope) supplied and erected complete in position including all necessary bracing, gangboarding, purlins, splayed eaves purlins, wall plates, etc

4

The following in pre-fabricated roof trusses manufactured from "CCA Tanalith" pre-treated wrought softwood:

1No

Roof construction to double pitched roof with no hipped ends and valley for LDSD Office Building (approximately 1451m2 roof covering area measured on slope) supplied and erected complete in position including all necessary bracing, gangboarding, purlins, splayed eaves purlins, wall plates, etc

5

72m2Two coats "ABE Provonite" or similar approved on exposed timbers

6

Sundries

182

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 183: Tendering Procedures - Independent Development Trust

EAVES, VERGES, ETC.

162m12 x 225mm Fascias boards, including galvanised steel H-profile joiners and corner joiners

7

"Everite Nutec" fibre-cement:

DOORS, ETC.

10No40mm Door 813 x 2300mm high8

Semi-solid core flush doors with concealed hardwood edges and finished both sides with 3,2mm tempered hardboard suitable for painting and hung to steel door frames:

23No40mm Door 813 x 2400mm high 9

Solid core flush doors with concealed hardwood edges and finished both sides with 3,2mm tempered hardboard suitable for painting and hung to steel door frames:

5No40mm Door 914 x 2400mm high 10

12NoExtra on doors for forming opening 300 x 300mm high for aluminium louvre (Louvre elsewhere measured)

11

1No40mm Double door 1511mm (net) x 2400mm in equal leaves with rebated meeting stiles

12

3No40mm Lotus Amoretti Michaelangelo Collection Door 813 x 2032mm high with horizontal meranti stats

13

Wrought meranti doors hung to steel frames:

183

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 184: Tendering Procedures - Independent Development Trust

CARPENTRY AND JOINERY

Section No 2

Bill No 6

AmountPageNo

BUILDING WORKS

COLLECTION

183

182

181

180

179

178

177

176Total Brought Forward from Page No

184

CARPENTRY AND JOINERYBill No 6Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 185: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 7

CEILINGS, PARTITIONS AND ACCESS FLOORING (WORK GROUP 129)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Items described as "plugged" shall be deemed to include screwing to fibre, plastic or metal plugs at maximum 600mm centres, and where described as "bolted", these bolts have been given elsewhere

Descriptions

Unless otherwise described, ceilings shall be deemed to be horizontal

Ceilings

All suspended ceilings, bulkheads, etc. shall be installed by an approved firm of Specialists, all in accordance with the materials supplied and methods employed by the Manufacturer

Suspended ceilings, bulkheads, etc.

Hangers, suspension grids, "lay-in" panels, etc. of suspended ceilings, bulkheads, etc. are to be in accordance with the Manufacturers' recommendations

Proprietary suspended ceilings

185

CEILINGS, PARTITIONS AND ACCESS FLOORINGBill No 7Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 186: Tendering Procedures - Independent Development Trust

All finishes to be applied at the factory during the manufacturing process and to be delivered on site "pre-finished" as described. No applying of finishes on site will be allowed

Finishes to suspended ceilings

All steel components for ceilings, partitions, bulkheads, etc. are to be galvanised in accordance with SANS 121

Steel components

Electrical light fittings, diffusers, panels, etc. generally are "lay-in" units of the same dimensions as the suspension grid described and allowance must be made accordingly for their support, inclusive of any flexibility in setting out that may be required (Ceiling panels have not been deducted and pricing is to take cognisance thereof)

Fixing of electrical light fittings, diffusers, panels, etc. to suspended ceilings

-------------------------

SUSPENDED CEILINGS

73m2Ceilings suspended not exceeding 1m below soffit of timber trusses (trusses at average 1200mm centres)

1

595 x 595 x 12,50mm Thick "Gyprex Fissured" gypsum ceilings tiles on "Donn" pre-finished exposed tee suspended grid system, including main and cross tees, necessary hangers, holding down clips, etc.:

828m2Ceilings suspended not exceeding 1m below soffit of timber trusses (trusses at average 1200mm centres)

2

1195 x 595 x 12,50mm Thick "OWA Sandile" gypsum ceilings tiles on "Donn" pre-finished exposed tee suspended grid system, including main and cross tees, necessary hangers, holding down clips, etc.:

186

CEILINGS, PARTITIONS AND ACCESS FLOORINGBill No 7Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 187: Tendering Procedures - Independent Development Trust

7m

Bulkhead 1600mm girth, inverted T-shaped (in section) with 1000mm wide and 300mm high horizontal and vertical sections respectively and suspended not exceeding 1m below timber trusses

3

9.5mm Thick "Rhino" plasterboard ceiling panels, on exposed Donn T38-profile suspension system including necessary 2,5mm diameter galvanised wire hangers, grids, tees, holding down clips, etc

9NoExtra over ceiling for opening for 200mm diameter light fitting

4

Rate Onlym250mm Thick ceiling insulation5

"Aerolite" or other approved insulation:

862mLSM25 Pre-finished cornices nailed to brickwork or shot-pinned to brickwork or concrete

6

"Donn" cornices to suspended ceilings:

CEILING INSULATION

396m2

50mm Thick laminated polyisocyanurate core board with minimum core density of 34kg/m3, faced with white mineral, laminated both sides, insulation boards 1220mm wide, with tongue and groove joints, fixed concurrently with roof covering, over steel purlins at approximately 1500mm centres, with 5mm gap between boards butt joined on top of purlins

7

"Lambdaboard"

187

CEILINGS, PARTITIONS AND ACCESS FLOORINGBill No 7Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 188: Tendering Procedures - Independent Development Trust

CEILINGS, PARTITIONS AND ACCESS FLOORING

Section No 2

Bill No 7

AmountPageNo

BUILDING WORKS

COLLECTION

187

186

185Total Brought Forward from Page No

188

CEILINGS, PARTITIONS AND ACCESS FLOORINGBill No 7Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 189: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 8

FLOOR COVERINGS, PLASTIC LININGS, ETC (WORK GROUP 130)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

(a) All foreign matter to be removed from the floor surface by scrapping or rubbing down the area with carborundum(b) Screeds to be level and even with all high points ground down

Preparation for vinyl sheeting/tiles

Floor coverings, wall linings, etc shall, where applicable, be fixed with adhesive as recommended by the manufacturers of the flooring, linings, etc

Fixing

Carpeting shall be laid in strict accordance with SANS 0186-1990

General

-------------------------

189

FLOOR COVERINGS, WALL LININGS, ETCBill No 8Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 190: Tendering Procedures - Independent Development Trust

FLOOR COVERINGS

30m2Floors and landings1

9,5mm Thick "Belvedere Belgotex" standard colour carpet laid and fixed with approved acrylic emulsion adhesive to screeds (screed elsewhere), on:

SKIRTINGS, NOSINGS, ETC

21m

"SmoothEdge" or similar approved 75mm brushed stainless steel skirting with rounded top edge complete with hidden clip-in fixing brackets and end profiles

2

Skirtings, nosings, etc

190

FLOOR COVERINGS, WALL LININGS, ETCBill No 8Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 191: Tendering Procedures - Independent Development Trust

FLOOR COVERINGS, WALL LININGS, ETC

Section No 2

Bill No 8

AmountPageNo

BUILDING WORKS

COLLECTION

190

189Total Brought Forward from Page No

191

FLOOR COVERINGS, WALL LININGS, ETCBill No 8Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 192: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 9

IRONMONGERY (WORK GROUP 132)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Where applicable, locks are indicated by suffixes in accordance with the following list:

- AB Anodised bronze- AG Anodised gold- ABL Anodised black- AS Anodised silver- BS Satin bronze lacquered- BJ Black powder coated- CH Chromium-plated- G Gold powder coated- GE Grey enamelled- NI Brushed stainless steel- NM Nickel machined- NV Green painted steel- NP Nickel plated- PB Brass plated- PL Polished brass- PT Epoxy coated- R Red painted aluminium- SC Satin chromium-plated- SD Sanded- SE Silver enamelled- SS Stainless steel

Finishes to ironmongery

192

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 193: Tendering Procedures - Independent Development Trust

Fixing of all door locks, handles, flush bolts, etc. shall be regarded as fixed to timber door leaves, unless specifically otherwise indicated

Fixing of door locks, handles, flush bolts, etc.

Descriptions for flush bolts, door closers, floor springs, etc. shall be deemed to include all necessary preparations to door frames to accommodate same

Preparation of door frames

Tendered rates must make provision for this as no additional claims in this regard will afterwards be entertained

All "en-suite", "master keyed" and/or "grand master keyed" locks shall be ordered to operate in a dedicated master and/or grand master keyed lock system as described

"En-suite", "master keyed" and/or "grand master keyed" lockss

-------------------------

HINGES, BOLTS, ETC

117NoBH155 Stainless steel medium duty butt hinges1

"H-System"

32NoFB07 Aluminium flush bolt2

2NoDFB-SC-180 153mm flush bolt with heel3

"Dormakaba":

2NoUnion - 37651AS Helping hand Indicator bolt4

"Assa Abloy":

193

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 194: Tendering Procedures - Independent Development Trust

CATCHES, CABIN HOOKS, ETC

16NoNo. 166 SC 150mm long cabin hook and eye5

In accordance with "Halstead" catalogue:

LOCKS

3NoD02735-SS "Euro" profile cylinder narrow stile roller dead lock case

6

"Dormakaba":

24NoD036S-SS "Euro" profile cylinder sash lock case7

5NoD037D-SS "Euro" profile cylinder dead lock case8

1NoD032D-SS Bathroom dead lock case9

1NoD038R-NP Rebated conversion set for "Euro" profile cylinder locks

10

7NoD07635-SS "Euro" profile cylinder narrow stile heavy duty swivel sash lock case

11

15NoD07735-SS "Euro" profile cylinder narrow stile heavy duty swivel dead lock case

12

1NoDBC006600 66mm Bathroom privacy "Euro" profile knob cylinder

13

37NoDDC056501-KD 65mm 5 Pin security "Euro" profile double cylinder

14

12NoDKC056501-KD 65mm 5 Pin security "Euro" profile knob cylinder

15

10NoDMWC-SS-008 Bathroom/WC dead lock case16

4NoDSC054201-KD 42mm 5 Pin security "Euro" profile single cylinder

17

1.0SetsDWC-006-SS WC indocator with 79mm turn knob for physically impaired

18

194

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 195: Tendering Procedures - Independent Development Trust

2NoUN33506X000000 50mm Brass Padlock with 28mm Hardened Steel Shackle KA

19

"Assa Abloy":

HANDLES

22PairsCB30-SC Lever handles on rectangular "Euro" profile cylinder backplate, 61mm centres

20

"Dormakaba":

10No

DHP-430-BL-SF 75x170 DPH301 pull handle on 75x170x1.2mm thick Grade 430 stainless steel plate, holed for and countersunk screwed 4 times to door leaf (male/female screws)

21

5No

DHP-430-CL-SF 170x170 DPH301C pull handle BT fixed on 170x170x1.2mm thick Grade 430 stainless steel plate with cylinder cut-out on the left, holed for and countersunk screwed 4 times to door leaf (male/female screws)

22

5No

DHP-430-CR-SF 170x170 DPH301C pull handle BT fixed on 170x170x1.2mm thick Grade 430 stainless steel plate with cylinder cut-out on the left, holed for and countersunk screwed 4 times to door leaf (male/female screws)

23

28PairsDPH215 BTB SS 382 x 32mm - "D" shaped offset back-to-back pull handle fitted to aluminium door

24

3PairsDPH301A BTB SS 325 x 25mm Straight tubular pull handle

25

8NoDPH301C BT SS 149 x 19mm Straight tubular pull handle

26

10PairsDWC-006-SS WC indocator wirh 79mm turn knob for physically impaired

27

2.0SetsTH122-SS Lever handle on rose with narrow cylinder escutcheons

28

195

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 196: Tendering Procedures - Independent Development Trust

7.0SetsTH126-NS Lever handle on narrow stile rose with narrow stile cylinder escutcheons

29

SUNDRY ESCUTCHEON

18.0PairsDCE-105-SS Narrow stile escutcheon 30

"DormaKaba":

DOOR CLOSERS, FLOOR SPRINGS, ETC.

3.0SetsTS73V-PA/EN2-4 Parallel Arm "Delayed action" door closer

31

"Dormakaba":

5.0SetsTS73V-PA/EN2-4 Parallel Arm "Non hold open" door closer

32

2.0SetsTS90-SL/EN3-4 Cam action "Hold open" slide channel door closer

33

2NoTS90 Angle bracket for door closer34

14.0SetsTS93G-SL Cam action "Non hold open" slide channel door closer

35

6.0SetsITS962-EN2-4 "Hold open" concealed in the door closer36

SUNDRIES

74NoDDS-NP-018 Floor stop plugged to floor37

"Dormakaba":

2NoDDH-SS-020 Wall buffer, plugged38

11NoDHC-SS-031B Hat and coat hook with rubber buffer39

19NoDPS-SS-032 Dust proof strike, plugged40

196

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 197: Tendering Procedures - Independent Development Trust

BATHROOM FITTINGS

2No19mm Diameter chromium-plated towel rail 600mm long complete with end brackets plugged to wall

41

Approved:

2No

SR1 Stainless steel wall mounted flush valve back grab rail plugged with and including 8mm diameter x 75mm long sleeved masonry anchors

42

"Chairman Industries":

2No

DL3 Stainless steel wall mounted side grab rail plugged with and including 8mm diameter x 75mm long sleeved masonry anchors

43

7No

Stainless Steel HF2400 HD Grade 304 1,2/1,5mm thick 18/10 automatic hands free hand dryer, size 584 x 202 x 248mm deep (code: 359961) with 2 vandal proof lock screws and key wrench plugged with stainless steel screws, 200W motor connected to 230/240 volt power supply with 5 year warranty

44

"Franke":

9No

"Stratos" surface mounted paper towel dispenser, code STRX600. Stainless steel, satin finished with surface treatment - InoxPlus. Standard cylinder lock and mounting kit included

45

5No

"Statos" surface mounted waste bin, code STRX605. Stainless steel, satin finished with surface treatment - InoxPlus. 34 litre capacity, standard cylinder lock and mounting kit included

46

4No

"Stratos" surface mounted soap dispenser, code STRX618. Stainless steel, satin finished with surface treatment -InosPlus. Suitable for 1 litre container. Cylinder lock with standard key and mounting kit included

47

14No

"Stratos" surface mounted double toilet roll holder, code STRX672. Stainless steel, satin finished with surface treatment - InoxPlus. Standard cylinder lock and mounting kit included

48

197

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 198: Tendering Procedures - Independent Development Trust

1No

Koala stainless steel clad surface mounted horizontal baby changing station with polyethylene interior. Full length steel-on-steel hinges with 11 gauge steel mounting bracket eliminating plastic wear points and providing superior child protection and durability. Gas spring mechanism ensures smooth open and close. Built-in liner cavity and two bag hooks. Includes child safety straps. Bed surface exclusively contains Microban® antimicrobial, reducing odour causing bacteria. ASTM compliant. Meets ADA requirements when mounted properly. Liner dispenser holds 15 liners. Constructed with 55% recycled materials; contributes to LEED certified building requirements

49

"Kaola Kare":

LETTERS, NAME PLATES, ETC.

2NoDSS-130 Engraved "Male" information sign, plugged50

"Dormakaba":

2NoDSS-131 Engraved "Female" information sign, plugged51

1NoDSS-132M/F Engraved "Male/Female" information sign, plugged

52

2NoDSS-133 Engraved "Disabled" information sign, plugged53

1NoDSS-134 Engraved "Baby change" information sign, plugged

54

1NoDSS-135 Engraved "Tea Cup" information sign, plugged55

4NoDSS-136 Engraved "Electrical" information sign, plugged

56

2NoDSS-137 Engraved "Telkom" information sign, plugged57

1NoDSS-138 Engraved "Cleaner" information sign, plugged 58

7NoDSS-141 Engraved "Running man" escape sign, plugged

59

12NoDSS-143 Engraved "Arrow" escape sign, plugged60

198

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 199: Tendering Procedures - Independent Development Trust

3NoDSS-145 Engraved "Fire hose reel" fire sign, plugged (Provisional)

61

5NoDSS-146 Engraved "Fire extinguisher" fire sign, plugged (Provisional)

62

CORNER PROTECTORS, PUSH PLATES, KICK PLATES, ETC.

12No

DKP-430-SF-300 Kick plate 813 x 300mm high, holed for and countersunk screwed at maximum 100mm centres to door leaf

63

"Dormakaba" 1,2mm Thick Grade 430 stainless steel with satin finish:

4No

DKP-430-SF-300 Kick plate 914 x 300mm high, holed for and countersunk screwed at maximum 100mm centres to door leaf

64

11No

DPP-430-BL-SF 170x75mm Push plate, holed for and countersunk screwed 4 times to door leaf (male/female screws)

65

CABINETS, ETC.

1NoCode KC100 wall mounted key cabinet plugged66

"Cecil Nurse":

VENETIAN BLINDS

49NoBlind for window opening size approximately 900 x 1200mm high

67

"Taylor Blinds" 25mm Aluminium perforated venetian blinds, wall mounted or soffit fixed in accordance to manufacturers specification for:

2NoBlind for window opening size approximately 2400 x 2710mm high

68

1NoBlind for window opening size approximately 2760 x 2700mm high

69

199

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 200: Tendering Procedures - Independent Development Trust

1NoBlind for window opening size approximately 3505 x 2700mm high

70

1NoBlind for window opening size approximately 1645 x 2400mm high

71

PUBLIC SEATING

3NoTwo seater unit72

Bonno metal seating with extremely robust structure. Chair seat and backrest in 3mm thick perforated stainless steel grade 3CR12 brushed finish supported bymounting brackets in 6mm laser cut mild steel. Chairs mounted on beam 50 x 50mm with 3mm wall thickness without armrests, with leg pieces in 10mm laser cut mild steel on extreme ends of unit to be fixed to the floor or free-standing. All mild steel components finished in epoxy powder colour grey. Chairs made up in the following units:

2NoFour seater unit73

14NoFive seater unit74

BULK FILING SYSTEM

Rate OnlyNo8 Bay bulk filing system including 40 shelves, size 2345 x1000 x 4250mm. Each bay is 430mm deep.

75

"Affordable Filing Solutions" or similar approved bulk filing system, installed by specialists:

PINNING BOARDS, WRITING BOARDS, PROJECTOR SCREENS, ETC.

4NoModel 2316 pinning board, 1200mm wide x 1200mm high overall, plugged

76

"Vitrex System 2000":

7NoModel 2308 pinning board, 1800mm wide x 1200mm high overall, plugged

77

200

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 201: Tendering Procedures - Independent Development Trust

5NoModel 2309 pinning board, 2400mm wide x 1200mm high overall, plugged

78

2No

Lockable glass domestic pinning board, 2000mm wide x 1000mm high overall, complete with frame and lockable glass doors plugged

79

68No

Extra on all pinning boards for fixing edges with additional approved 75mm long masonry anchors plugged

80

6NoModel 2209 white enamel magnetic board, 2400 x 1200mm high with chalk rail plugged

81

201

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 202: Tendering Procedures - Independent Development Trust

IRONMONGERY

Section No 2

Bill No 9

AmountPageNo

BUILDING WORKS

COLLECTION

201

200

199

198

197

196

195

194

193

192Total Brought Forward from Page No

202

IRONMONGERYBill No 9Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 203: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 10

STRUCTURAL STEELWORK (WORK GROUP 134)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Specification

The consulting structural engineer is and notwithstanding what is contained elsewhere in this documentation the structural steelwork is to be in accordance with the specification, notes and annotation on their drawings.

Where there is conflict in specification, the aforesaid engineer's specification prevails.

Specifications

Descriptions of bolts shall be deemed to include nuts and washers

Descriptions

Descriptions of L-shaped and U-shaped anchor bolts shall be deemed to include bending, threading, nuts and washers and embedding in concrete

203

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 204: Tendering Procedures - Independent Development Trust

Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork or concrete

Structural steelwork shall be cleaned and prepared by wire brushing in accordance with SANS 10064 and all surfaces shall be primed as specified to a minimum dry film thickness of 30 micrometres before leaving the workshop. Upon delivery to the site and again after erection all bared surfaces shall be made good with similar primer

The descriptions contained in these Bills of Quantities are to be read in conjunction with the drawings and schedule of finishes as prepared by the Structural Engineers, and are intended as a means of identifying the various facets of the work. Tenderers shall allow for all costs in connection with the various items taking full cognisance of drawings, schedule of finishes and the Bills of Quantities descriptions.

GENERAL

Sizes are approximate only and site measurements must be taken prior to fabrication

-------------------------

6.79t

The contractor shall timeously prepare and submit two sets of "shop drawings" of the proposed works which depict all the required design information, assumed loadings, applied finishes, cladding, etc., to the required scale. Such shop drawings shall be verified as being to his approval by the appended signature of a currently registered structural engineer

1

SHOP DRAWINGS

THE FOLLOWING IN STEEL COLUMNS

STEEL COLUMNS

0.2t200 x 200 x 6mm Square hollow section2

Welded beams in single lengths with flat bearer and connection plates, bolted to steel

204

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 205: Tendering Procedures - Independent Development Trust

0.27t203 x 133 x 25kg/m I-Section3

7NoExtra over for mitred and welded L-intersection4

2NoExtra over for mitred and welded T-intersection5

4No

350 x 350 x 12mm Thick mild steel base plate four times holed through plate for 18mm diameter bolts (bolts elsewhere measured) and including non-shrink structural grout between concrete and underside of base plate

6

Sundries:

1No

600 x 400 x 16mm Thick mild steel base plate six times holed through plate for 18mm diameter bolts (bolts elsewhere measured) and including non-shrink structural grout between concrete and underside of base plate

7

2No

300 x 200 x 12mm Thick mild steel end plate six times holed through plate for 18mm diameter bolts (bolts elsewhere measured)

8

2No

525 x 145 x 10mm Thick mild steel end plate six times holed through plate for 18mm diameter bolts (bolts elsewhere measured)

9

THE FOLLOWING IN STEEL ROOF CONSTRUCTION

STEEL TRUSSES

0.59t

Monopitched trusses 8905mm long x 983mm high extreme of 100 x 100 x 8mm Angles to top chord, 90 x 90 x 8mm bottom chord, 70 x 70 x 6mm Angles to Verticals and 60 x 60 x 6mm Diagonals - Type T1 (In No 2 )

10

Welded roof trusses of angle rafters, tie beams, rails, struts, braces, cleats, etc and flat bearer, gusset and connection plates, bolted to steel

205

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 206: Tendering Procedures - Independent Development Trust

2.35t

Monopitched trusses 14135mm long x 1237mm high extreme of 100 x 100 x 8mm Angles to top chord, 90 x 90 x 8mm bottom chord, 70 x 70 x 6mm Angles to Verticals and 60 x 60 x 6mm Diagonals - Type T2 (In No 5 )

11

0.55t254 x 146 x 31kg/m I-Section beam12

STEEL PURLINS, GIRTS, BRACING, ETC

1.58t150 x 50 x 20 x 2.5mm Thick cold-formed lipped channel purlins

13

Purlins and girts, bolted/welded to steel

87No

100 x 75 x 8mm Thick x 180mm Long Angle section cleats welded to truss, holed and bolted four times with M16 class 8.8 bolts to purlins

14

0.53t

50 x 50 x 5mm Thick Angle bracing two times holes and bolted with M12 class 8.8 bolts at both ends and intersections

15

Bolted bracing, anti-sag rails, etc with flat connection plates, welded to steel

12No

100 x 150 x 10mm Thick mild steel gusset plate four times holed through plate for 14mm diameter bolts (bolts elsewhere measured)

16

Sundries:

18No

300 x 200 x 12mm Thick mild steel base plate four timesholed through plate for 18mm diameter bolts (bolts elsewhere measured) and including non-shrink structural grout between concrete and underside of base plate

17

206

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 207: Tendering Procedures - Independent Development Trust

THE FOLLOWING IN STEEL ENTRANCE CANOPY

STEEL ENTRANCE CANOPY

0.4t100 x 100 x 3mm Square hollow section18

Welded beams consisting to canopy frame

4NoExtra over for mitred and welded L-intersection19

16NoExtra over for mitred and welded T-intersection20

STEEL PURLINS, GIRTS, BRACING, ETC

0.21t75 x 50 x 20 x 2mm Thick cold-formed lipped channel purlins

21

Purlins and girts, bolted/welded to steel

36No

50 x 50 x 3mm Thick x 100mm Long mild steel angle section cleats welded to rafter, holed two times through for 18mm diameter bolts (bolts elsewhere measured) to purlins

22

0.02t30 x 30 x 3mm Thick Angle bracing23

Welded bracing, anti-sag rails, etc with flat connection plates, welded to steel

7m10mm Stainless steel cable24

Sundries:

8No10mm Stainless steel cable thimble25

24No10mm Stainless steel cable clamp26

4No10mm Stainless steel turnbuckle27

4NoM12 Stainless steel I-Bolt and nut28

0.09tHigh tensile bolts (class 8.8)29

BOLTS, FASTENERS, ETC (PROVISIONAL)

207

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 208: Tendering Procedures - Independent Development Trust

43No

Anchor assembly consisting of two 20mm diameter threaded anchor bolts each 450mm girth embedded in top of concrete including lock nut, retaining nut and levelling nut, welded (6mm fillet) through 360 x 90 x 20mm thick washer plate and holed twice, bolt projecting 30mm below

30

208

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 209: Tendering Procedures - Independent Development Trust

STRUCTURAL STEELWORK

Section No 2

Bill No 10

AmountPageNo

BUILDING WORKS

COLLECTION

208

207

206

205

204

203Total Brought Forward from Page No

209

STRUCTURAL STEELWORKBill No 10Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 210: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 11

METALWORK

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

All surfaces of steelwork to be painted with one coat approved factory etch primer before leaving the workshop of the Manufacturer and all scratches, chips or blemishes to be made good on site after erection. All rates tendered must make provision for this as no claim will afterwards be entertained.

Primer

Descriptions of bolts shall be deemed to include nuts and washers

Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork and concrete

Bolts, etc.

Metalwork described as "holed for bolt(s)" shall be deemed to exclude the bolts unless otherwise described

Stainless steel used for the manufacturing of cabinets, worktops, etc. shall be type 304 (18/8)

Stainless steel cabinets, worktops, etc

210

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 211: Tendering Procedures - Independent Development Trust

Unless otherwise described, the following shall be applicable on all door frames:

- Frames shall be double rebated suitable for 40mm thick doors

Door frames

- One jamb of all frames for single doors shall be factory prepared for striking plate of mortice lock

Striking plates pressed steel door frames are to be of adjustable chromium-plated type and prepared for mortice locks, unless otherwise described.

Striking plates for door frames

Unless otherwise described, all sashes of all windows shall be fitted with 12 x 12mm mild steel square burglar bars to line up with vertical and horizontal sections of frame

Burglar bars to steel windows

All steel type windows shall be fitted with chromium-plated furniture

Furniture to steel windows

Where so described, windows are to be fitted with 10 x 10mm aluminium glazing beads, mitred around and screwed to window frame with chromium-plated countersunk screws at maximum 150mm centres

Glazing beads to steel windows

-------------------------

211

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 212: Tendering Procedures - Independent Development Trust

METALWORK (WORK GROUP 136)

WELDED SCREENS, GATES, ETC

1No

Security screen 6195 x 2715mm high of 50 x 50 x 3mm horizontal hollow section at 100mm centres welded to both ends on 50 x 3mm flat section fixed to brickwork or concrete 12 times with approved masonry anchors and/or including 50 x 50 x 3mm vertical hollow section welded at centre/middle of screen

1

Security screens, gates, etc.:

12No12mm Diameter x 75mm long sleeved masonry anchor2

PRESSED STEEL DOOR FRAMES, ETC

11NoFrame for door 813 x 2400mm high3

1,2mm Double rebated frames with 3 x 100mm stainless steel butt hinges suitable for half-brick walls, for:

10NoFrame for door 813 x 2400 mm high with one stile prepared for keep of indicator bolt

4

1NoFrame for door 914 x 2400mm high 5

3NoFrame for door 813 x 2032mm high6

1,2mm Double rebated frames with 3 x 100mm stainless steel butt hinges suitable for one-brick walls, for:

12NoFrame for door 813 x 2400mm high 7

4NoFrame for door 914 x 2400mm high 8

1NoFrame for double door 1511 x 2400mm high9

212

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 213: Tendering Procedures - Independent Development Trust

STEEL ROLLER SHUTTER DOORS

1NoPush-up operated roller shutter door suitable for opening 2520 x 1500mm high overall

10

"Roll-Up Seranda" steel roller shutter doors with epoxy powder coated finish, complete with canopy covers, centre locks, end locks fitted on every alternative slat on either side of the roller shutter curtain, flexible moulded rubber weather astragal to bottom rail, etc., side fixed to brickwork or concrete:

STEEL STRONGROOM DOORS, VENTILATORS, ETC

2No

Model DS3 SABS category 2 strongroom door and frame 760 x 1883mm high overall with a mass of 260kg complete with two 7 lever keylocks

11

"Austen Safes" strongroom doors, etc. suitable for and fixed to brickwork or concrete walls:

2No

185 x 185 mm Double ended strongroom telescopic ventilator for 220mm wall, complete with two 255 x 255 mm face plates, baffle plates, fixing lugs, etc

12

2NoStandard strongroom doorstop13

ALUMINIUM DOORS, WINDOWS, SHOP FRONTS, ETC. (WORK GROUP 149)

All aluminium doors, windows, shop fronts, etc. are to bemanufactured, supplied and installed complete under guarantee by an approved firm of Specialists and shall comply with AAAMSA design criteria

Manufacturing of aluminium doors, windows, shop fronts, etc

The following documents, certificates, guarantees, etc. shall be provided and the necessary approvals obtained from the Principal Agent prior to commencement of any fabrication and/or work on site:

1 A complete set of workshop drawings as prepared by Manufacturer of the aluminium doors, windows and shop front units

213

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 214: Tendering Procedures - Independent Development Trust

2 A copy of the relevant AAAMSA Performance Test Certificate from the Manufacturer supplying the architectural aluminium product

3 A Certificate of Conformance confirming that anodizing or powder coating has been processed in accordance with SANS 999 and SANS 1796 respectively

4 Where applicable, a powder guarantee of not less than fifteen years issued by the powder Manufacturer. The specific conditions contained in this guarantee shall form part of the powder coating process

5 A Certificate of Conformance confirming that glazing has been installed in accordance with SANS 0137, ensuring that safety glazing materials have been installed in the mandatory areas and that each individual pane of safety glazing materials has been permanently marked

6 A warranty from the Manufacturer of the laminated safety glass and/or hermetically sealed glazing units guaranteeing the products against delaminating and colour degradation for a period of not less than five years

It will be regarded the Contractor's responsibility to timeously prepare, submit and obtain the necessary approvals from the Principal Agent in respect of the required workshop drawings and specified design and guarantee certificates

Approved workshop drawings, design and guarantee certificates

Tendered rates for doors, windows, shop fronts, etc., should include for the setting up and building in position in brickwork or concrete with all abutments, joints, etc. sealed with approved coloured silicon joint sealant and to be left completely watertight

Building in

214

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 215: Tendering Procedures - Independent Development Trust

Upon completion of the works, all doors, windows, shop fronts, etc., are to be properly serviced and rendered in a complete and satisfactory state of repair and working order

Doors, windows, shop fronts, etc. shall be supplied with protective tape and plastic and must be erected, wherever practicable, as near to the end of the contract period as possible to minimise the danger of possible damages. Protective material must be maintained during the course of the project to ensure protection against possible damages, deterioration or discolouration caused by movement of personnel, mortar droppings, varnish, wax, paint, etc., all to the entire satisfaction of the Principal Agent and shall be removed only once surrounding trades have been completed

Protection

All glazing and thicknesses thereof shall comply with SAGGA regulations irrespective of thicknesses described and/or shown on the drawing or schedules

Glazing

Tendered rates must cater for glazing with all glass/frame abutments being be sealed with and including proprietary type neoprene extruded gaskets, well fitted and with fair cut mitres at corners. Care must be taken to ensure that all neoprene extruded gaskets do line up with the glazing rebates of frames

Steel louvred windows to be "Trox" or other approved adjustable steel louvres of powder coated finish, complete with framework, stiles pivoted glass holds, weather beads, handle, etc., supplied by and installed all in accordance to the Manufacturer's specifications

Steel louvered windows

215

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 216: Tendering Procedures - Independent Development Trust

- Hinges:

Unless otherwise described, swing doors are to be hung on one-and-half pairs aluminium hinges with 399 Series stainless steel pins, nylon bushes and stainless steel washers per leaf

Ironmongery

- Flush bolts:

Double, sliding and sliding/stacking doors shall be factory fitted with and including approved 200mm flush bolts at bottom and flush bolt suitable length to facilitate easy access at top

- Furniture:

All other furniture (ie. door locks, door handles, door closers, door stops, etc) are described and provided for elsewhere in this document. Tendered rates must make provision for preparing door leaf and fixing thereof complete as no additional claims in this regard will afterwards be entertained

Tendered rates must make provision for the above-mentioned as no additional claims in this regard will afterwards be entertained

All dimensions given in the descriptions of the aluminium windows, door, etc.are nominal and actual measurements are to be obtained or taken on the site before fabrication commences

Dimensions

Dimensions as quoted for the itemised doors, windows, shop fronts, etc. shall take precedence should any dimension on drawings be inconsistent with dimensions referred to in the items hereunder

-------------------------

216

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 217: Tendering Procedures - Independent Development Trust

ALUMINIUM WINDOWS

49NoWindow suitable for opening size 900 x 1200mm high overall with frame in single square fixed (W02)

14

Purpose made powder coated aluminium window unit, complete with subframes, ironmongery, glazed with clear 6.38mm thick laminated safety glass, sealing, etc. and fixing to brickwork or concrete:

2NoWindow suitable for opening size 2400 x 2710mm high overall with frame in single square fixed (AL04)

15

Purpose made powder coated aluminium window unit, complete with subframes, ironmongery, glazed with clear 8.76mm thick laminated safety glass to bottom panes below 900mm height and 6.38mm thick laminated safety glass to top panes, sealing, etc. and fixing to brickwork or concrete:

1NoWindow suitable for opening size 2760 x 2700mm high overall with frame in single square fixed (AL06)

16

1NoWindow suitable for opening size 3505 x 2700mm high overall with frame in single square fixed (AL10)

17

1NoWindow suitable for opening size 1645 x 2400mm high overall with frame in single square fixed (AL11)

18

1NoWindow suitable for opening size 8000 x 2700mm high overall with frame in single square fixed (AL13)

19

1NoWindow suitable for opening size 10933 x 2700mm high overall with frame in single square fixed (AL14)

20

16NoWindow suitable for opening size 600 x 650mm high overall with frame in single square fixed (W01)

21

Purpose made powder coated aluminium window unit, complete with subframes, ironmongery, glazed with obscured 6.38mm thick laminated safety glass, sealing, etc. and fixing to brickwork or concrete:

1NoWindow suitable for opening size 900 x 1200mm high overall with frame in single square fixed (W03)

22

217

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 218: Tendering Procedures - Independent Development Trust

2NoWindow suitable for opening size 1200 x 1560mm high overall with frame in single square fixed (AL1)

23

Purpose made powder coated aluminium window unit, complete with subframes, glazed with one-way-see-through 6.38mm thick laminated safety glass, sealing, etc. and fixing to brickwork or concrete:

1NoWindow suitable for opening size 2780 x 1560mm high overall with frame in single square fixed (AL2)

24

1NoWindow suitable for opening size 2000 x 2230mm high overall with frame in single square fixed (AL19)

25

1NoWindow suitable for opening size 8050 x 750mm high overall with frame in single square fixed (AL15)

26

1No

Window suitable for opening size 5935 x 961mm high and 442mm high overall with frame in single square fixed (AL16)

27

1No

Window suitable for opening size 8475 x 1645mm high and 1201mm high overall with frame in single square fixed (AL17)

28

1NoWindow suitable for opening size 7835 x 1424mm high overall with frame in single square fixed (AL18)

29

1NoWindow suitable for opening size 4300 x 1275mm high overall with frame in single square fixed (AL20)

30

ALUMINIUM DOORS

4No

Double swing door with frame suitable for opening 1200 x 2400mm high overall, double door in two equal leaves to swing to inwards, each leaf formed of two stiles, top and bottom rail to form one sash each in single square fixed, with and including two approved 200mm flush bolts and brush strip to bottom per each leaf (Lock, handles and hinges elsewhere) (D08)

31

Purpose made powder coated aluminium doors glazed with clear normal strength 6,38mm laminated safety glass and fixing to brickwork or concrete:

218

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 219: Tendering Procedures - Independent Development Trust

6No

Double swing door with frame suitable for opening 1500 x 2400mm high overall, double door in two equal leaves to swing to outwards, each leaf formed of two stiles, top, bottom and middle rail to form two sashes each in single square fixed, with and including two approved 200mm flush bolts and brush strip to bottom per each leaf (Lock, handles and floor springs elsewhere) (D01)

32

3No

Double swing door with frame suitable for opening 1500 x 2400mm high overall, double door in two equal leaves to swing to inwards, each leaf formed of two stiles, top and bottom rail to form one sash each in single square fixed, with and including two approved 200mm flush bolts and brush strip to bottom per each leaf (Lock, handles and hinges elsewhere) (D02)

33

1No

Purpose made shopfront size 2885 x 2700mm high overall, including double door size 1500 x 2400mm high, including built-in flush bolts by manufacturer (AL01)

34

Purpose made powder coated aluminium shopfront units, complete with subframes, sealing, etc glazed with clear 6.38mm thick laminated Low E safety glass, etc. as shown on drawings, and fixing to brickwork or concrete:

1No

Purpose made shopfront size 7785 x 3060mm high overall, including double door size 1500 x 2400mm high, including built-in flush bolts by manufacturer (AL02)

35

1No

Purpose made shopfront size 6160 x 3060mm high overall, including double door size 1560 x 2400mm high, including built-in flush bolts by manufacturer (AL03)

36

7No

Purpose made shopfront size 2700 x 2400mm high overall, including single door size 900 x 2400mm high, including built-in flush bolts by manufacturer (AL07)

37

1No

Purpose made shopfront size 3000 x 2400mm high overall, including double door size 1500 x 2400mm high, including built-in flush bolts by manufacturer (AL08)

38

1No

Purpose made shopfront size 2285 x 2400mm high overall, including double door size 1500 x 2400mm high, including built-in flush bolts by manufacturer (AL09)

39

219

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 220: Tendering Procedures - Independent Development Trust

ALUMINIUM SLIDING FOLDING DOORS

1No

8 Panels Vistafold folding door size 5000 x 2400mm high overall glazed with one-way-see-through 8.76mm thick laminated Low-E safety glass (AL12)

40

Purpose made powder coated aluminium sliding folding doors complete with subframes, ironmongery, sealing, etc as shown on drawings or schedules, and fixing to brickwork or concrete:

1No

Purpose made sliding folding door size, 8675 x 3230mm high overall, glazed with obscured 8.76mm thick laminated Low-E safety glass (D13)

41

ALUMINIUM LOUVRE UNITS

7NoLouvre unit suitable for opening size 300 x 300mm high overall

42

"Trox" Type AGS-T powder coated aluminium louvre unit with frame screwed to openings in timber doors, including beading:

220

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 221: Tendering Procedures - Independent Development Trust

METALWORK

Section No 2

Bill No 11

AmountPageNo

BUILDING WORKS

COLLECTION

220

219

218

217

216

215

214

213

212

211

210Total Brought Forward from Page No

221

METALWORKBill No 11Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 222: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 12

PLASTERING (WORK GROUP 142)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

-------------------------

SCREEDS

1 209m230mm Thick to floors and landings1

Cement plaster screed wood floated on concrete:

20m230mm Thick to floors in door openings2

Rate Onlym230mm Thick to treads and risers of stairs3

87m2Average 50mm thick on floors to falls and currents4

INTERNAL PLASTER

2 582m2Walls5

Cement plaster on brickwork, on:

61m2Narrow widths6

222

PLASTERINGBill No 12Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 223: Tendering Procedures - Independent Development Trust

EXTERNAL PLASTER

88m2Walls7

Cement plaster on brickwork, on:

5m2Narrow widths8

38m2Columns and beams9

Cement plaster on concrete, on:

22m2Circular columns10

TEXTURED FINISHES ON PLASTER

27m2Ditto, but in foundations (Provisional)11

2mm Thick "Marmoran Permacrete" PVC resin bonded plaster in standard colour on plaster, on:

89m2Walls12

22m2Columns and beams13

22m2Circular columns14

223

PLASTERINGBill No 12Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 224: Tendering Procedures - Independent Development Trust

PLASTERING

Section No 2

Bill No 12

AmountPageNo

BUILDING WORKS

COLLECTION

223

222Total Brought Forward from Page No

224

PLASTERINGBill No 12Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 225: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 13

TILING (WORK GROUP 144)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Prices are to include for all square cutting and waste, cleaning off on completion and protection from injury. Areas are measured net to face of bare brickwork and concrete. Any additional area caused by the thickness of tiling and screed are to be allowed for in prices

Prices

All tiles to be true and even in shape and free from cracks, chips, blemishes and other defects and to be factory sealed with approved sealer. All tiles to be dipped in water for 24 hours immediately before fixing and are to be bedded in and including cement mortar, unless otherwise described, to true and even surfaces and grouted with 6mm wide continuous joints in both directions, all strictly in accordance with the Manufacture's instructions

Unglazed split tiles

-------------------------

225

TILINGBill No 13Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 226: Tendering Procedures - Independent Development Trust

WALL TILING

321m2Walls1

Approved 600 x 200 x 8mm Porcelain half body wall tiles (Cost price R250-00 net/m², excluding VAT) fixed with approved adhesive to plaster (plaster elsewhere) and flush pointed with approved waterproof tile grout, on:

2m2Walls in isolated panels, splash backs, etc2

6m2Walls in narrow widths3

18NoCut and fit tiling around pipe not exceeding 100mm diameter (Provisional)

4

14NoDitto, but exceeding 100mm and not exceeding 200mm diameter (Provisional)

5

FLOOR TILING

1 044m2Floors6

Approved 600 x 600 x 8mm Porcelain full body floor tiles(Cost price R350-00 net/m², excluding VAT) fixed with an approved floor tile adhesive to screed (screed elsewhere) and flush pointed with approved waterproof tile grout, to:

20m2Floors in door openings7

740m100mm High cut skirting8

140m600mm high skirting9

14mCircular cutting and waste around base of WC pedestal (Provisional)

10

226

TILINGBill No 13Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 227: Tendering Procedures - Independent Development Trust

134m2On floors and landings11

Approved 600 x 600 x 8mm Porcelain full body non-slip floor tiles (Cost price R350-00 net/m², excluding VAT) fixed with an approved floor tile adhesive to screed (screed elsewhere) and flush pointed with approved waterproof tile grout, to:

SUNDRIES

719m10mm Depth M-Trim aluminium straight edge trim code ASE100

12

"Kirk" or similar approved aluminium corner protectors, stair nosings, expansion joint strips, etc:

147m15mm Depth M-Trim aluminium movement joint code AMJ150

13

2m47mm Width M-Trim aluminium transition cover code ATC470

14

55m8mm Wide x 10mm deep M-Trim aluminium square edge trim code ASQE100

15

35m5mm Wide x 10mm M-Trim aluminium elite straight edge trim code AESE100

16

227

TILINGBill No 13Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 228: Tendering Procedures - Independent Development Trust

TILING

Section No 2

Bill No 13

AmountPageNo

BUILDING WORKS

COLLECTION

227

226

225Total Brought Forward from Page No

228

TILINGBill No 13Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 229: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 14

PLUMBING AND DRAINAGE (PROVISIONAL) (WORK GROUP 148)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Prices for all excavations must include for necessary staging and for the risk of collapse of excavation side and also keeping excavations free from water

Excavations

Filling for all types of pipes described as "under solid floors, etc." shall be done with approved backfilling and compacted to 93% Mod. AASHTO density, unless otherwise described

Compacting

Stainless steel used for the manufacturing of urinals, basins, quality sinks, wash troughs, institutional equipment, etc. shall be type 304 (18/8)

Stainless steel basins, sinks, wash troughs, urinals, etc

229

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 230: Tendering Procedures - Independent Development Trust

All sanitary fittings abutting walls, tiled surfaces, vanity slabs, work tops, etc. to be sealed watertight with an approved silicon sealant along all joints

Sealing of abutments

Tendered rates must make provision for this as no additional claims in this regard will afterwards be entertained

Descriptions of waste unions shall be deemed to include rubber or vulcanite plugs and chains fixed to fittings

Waste unions

Sewer and drainage pipes and fittings shall be jointed and sealed with butyl rubber rings

PVC pipes and fittings

Soil, waste and vent pipes and fittings shall be solvent weld jointed

Pipes shall be hard drawn and half-hard pipes of the class stated. Class 0 (thin walled hard drawn) pipes shall not be bent. Fittings to copper waste, vent and anti-syphon pipes, capillary solder fittings and compression fittings shall be "Cobra Watertech" type. Capillary solder fittings shall comply with ISO 2016

Copper pipes

Descriptions for fire extinguishers shall be deemed to include hardwood backboard with exposed edges chamfered and finished with three coats approved satin gloss polyurethane varnish

Timber backing boards

230

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 231: Tendering Procedures - Independent Development Trust

It will be expected from the Supplier of the "Enviro Loo" units to make at least two site visits to assist/support the Contractor in the installation of the "Enviro Loo" units and for final inspection to ascertain that the units have been correctly installed and to issue a Certificate of Compliance upon completion

Inspection and testing of "Enviro Loo" units"

Descriptions for the testing of plumbing and drainage installations shall be deemed to cater for all testing apparatus, labour, etc. and shall be done strictly as directed by and in accordance to the Principal Agent's instructions, including for retesting after taking out and making good all defective work to his entire satisfaction

Testing

-------------------------

RAINWATER DISPOSAL

16m125 x 100mm Eaves gutter1

Approved 0,8mm galvanised sheet iron with "Chromadek" finish, in:

4NoExtra over last for stop-end2

3NoDitto, but for outlet for 100 x 100mm square diameter pipe

3

8m100 x 100mm Square rainwater downpipe fixed to wall4

3NoExtra over last for roof off-set5

3NoDitto, but for shoe6

3m100mm Diameter rainwater downpipe fixed to wall7

Galvanised medium steel pipes with screwed and socketed joints

20m100mm Diameter rainwater downpipe cast in concrete slabs

8

231

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 232: Tendering Procedures - Independent Development Trust

1NoExtra over rainwater downpipe for eaves or plinth offset 800mm projection

9

6NoExtra over rainwater downpipe for bend10

7NoExtra over rainwater downpipe for shoe11

7No100mm Diameter vertical type outlet, jointed to sheet iron rainwater pipe and set in top of concrete slab

12

"Fulbore" cast iron rainwater outlets with raised grid

1No100mm Diameter horizontal type outlet, jointed to sheet iron rainwater pipe and set in top of concrete slab

13

SANITARY FITTINGS

1No

"Trendline 721" Grade 304 18/10 polished stainless steel centre double end bowl drop on sink (code: 312081) size 1200 x 535mm wide with one two 343 x 410 x 169mm deep bowl, fitted onto cupboard (cupboard elsewhere measured)

14

Manufactured by "Franke":

1NoFranke Model CH 540 x 545mm slop hopper unit with "Cobra" No FJ2.210 flushmaster, plugged

15

10No

Vaal: Ceramic fireclay 595 x 455 x 205mm "Cameo" (code: 702803WH) oval drop-in vanity basin (colour: white) one taphole and chainstay hole through the centre semi-punched taphole, supplied with an overflow attachment (code: 8784Z000) and chrome plated basin waste (code: 8794Z000), fitted into opening in vanity top and sealed with approved sealant where basin meets vanity top

16

Manufactured by "Vaal Sanitaryware":

232

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 233: Tendering Procedures - Independent Development Trust

4No

Vaal: Vitreous china 510 x 405mm "Hibiscus" (code: 702303) rounded basin (colour: white) with one semi-punched taphole, integrated overflow and chainstay hole bolted to the wall using two 10mm bolts (code: 8448Z0) and including a Classic floor mounted pedestal (code: 715000) and approved sealant between basin and finished wall surface area for secure and neat installation

17

11No

Vaal: Vitreous china "Daisy" white semi closed coupled suite colour white (code: 751400 with matching 9 litre front single flush cistern (code: 7116SC), including lid, fitments and flush pipe elbow and double flap seat

18

2No

Vaal: Vitreous china "Pearl" white paraplegic semi closed coupled suite colour white (code: 7300SC with matching 9 litre front single flush cistern), including lid, fitments and purpose made C.P. side-flush lever. supplied with pipe elbow, purpose made thermoset seat and cover plate

19

1No

Vaal: Vitreous china "Junior" (code: 751358) low level WC suite comprising 104° outlet washdown pan (code: 751300), 6 litre cistern (code: 7116LL) and junior jazz seat (code: 8532Z000) and all necessary fixing components and fixing to brickwork, etc

20

4No

Vaal: Vitreous china "Sweetpea" top inlet overall size 565 x 275 x 310mm (code 705126WH) wall mounted urinal (colour: white) installed with with exposed flushvalve (Cobra FJ600) with flushpipe (Cobra FJT5.5) including a 38mm c.p domical grating, a spreader with 20mm dia. thread and two hanger brackets

21

WASTE UNIONS, TRAPS, ETC

10No32 x 50mm No 302 Chromium-plated click waste basin22

Manufactured by "Cobra":

4No40 x 50mm No 318 Chromium-plated click waste bath/sink

23

10No32 x 50mm No 345 Chromium-plated bottle trap24

4No40 x 40mm No 365 Chromium-plated bottle trap25

233

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 234: Tendering Procedures - Independent Development Trust

4No40 x 40mm Reseal mini "P" trap (F40RMP)26

Manufactured by "Marley":

1No40 x 50mm Rubber double bowl wash trough or sink reseal "P" or "S" trap combination

27

3No

"Vanstone" Product No. P2-1101 pre-cast concrete gulley size 445 x 430 x 165mm high, with 125mm dia. hole cast into apron

28

"Precast concrete":

TAPS, VALVES, ETC.

28No15mm 832/350F Angle regulating valve with 350mm long flexible service connection

29

Manufactured by "Cobra":

1No15mm No SE-952 Chromium-plated "Selene" basin mixer without chain

30

11No15mm No 3311ST-15 Chromium-plated "Stella" pillar tap

31

1No15mm No 3366/041/10ST and S-041/10 Chromium-plated "Stella" sink mixer

32

3No15mm No 505-21B Chromium-plated "Elbow action" cold water pillar tap

33

1No15mm No 505-21R Chromium-plated "Elbow action" hot water pillar tap

34

3No20mm No 108-20 Rough brass hose bibtap, complete with hose union

35

4NoType FJ6.000 urinal flushvalve with chromium plated finish including flush pipe code FJT5.5

36

234

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 235: Tendering Procedures - Independent Development Trust

Rate OnlyNo

200mm Diameter code RO 200NW100V floor trap with vertical outlet jointed to 110mm PVC drain pipe and cast in exact position in concrete surface bed with top flush with adjacent surface

37

"Rofo Sales":

SANITARY PLUMBING

17m50mm Diameter pipes38

PVC-U pipes:

4m

50mm Diameter pipes in ground "under solid floors, etc.", including excavations not exceeding 1m deep, filling in and compacting

39

25m110mm Diameter pipes40

15m

110mm Diameter pipes in ground "under solid floors, etc.," including excavations not exceeding 1m deep, filling in and compacting

41

5No50mm Bend42

Extra over PVC-U pipes for fittings:

5No50mm Access bend43

14No50mm BSP adaptor44

1No50mm Junction45

2No110mm Bend46

14No110mm Access bend with vent horne47

14No110mm Pan connector48

4No110mm Reducing junction49

14No110mm 2-Way vent valve50

3No110mm Gully head and grate51

235

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 236: Tendering Procedures - Independent Development Trust

3No110mm Gully P-trap52

(End of extras)

WATER SUPPLIES

16m15mm Pipes53

Class "O" copper pipes:

28m22mm Pipes 54

57No15mm Fittings55

Extra over Class "O" copper pipes for capillary fittings:

20No22mm Fittings56

(End of extras)

ELECTRIC WATER HEATERS

2No20mm PB1.10 Vacuum relief valve57

Manufactured by "Cobra":

1No20mm PB1-43 Temperature, pressure and safety valve58

2No20mm No 1002/125-20 Rough brass gate valve59

1No20mm PA3.132 "Masterflo I" pressure control valve60

1No

15 Litre wall mounted "Zip Hydroboil" twin chamber instant boiling water heater in brushed stainless steel finish

61

Manufactured by "Franke":

1No100 Litre "Megaflo i Dual" Code 100-D2-2A-I horizontal mounted electric water heater

62

Manufactured by "Kwikot":

236

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 237: Tendering Procedures - Independent Development Trust

1No"KwikTray" code GSTP-1200 geyser drip tray, 1160mm long x 560mm wide overall

63

6m50mm uPVC overflow pipe fixed to timber roof trusses64

2NoExtra for 50mm uPVC bend65

1m2

38mm Sawn softwood boarding for geyser platform formed of 38 x 228mm boards butt-jointed and nailed to truss tie beams.

66

FIRE APPLIANCES ETC

5No

9kg DCP Extinguisher with brackets screwed on and including 600 x 200 x 20mm thick hardwood backboard, backing board including sanding down to a smooth finish, finished with two coats "Plascon Woodcare Clear Varnish Interior" semi-gloss varnish

67

"SafeQuip":

Rate OnlyNo

9kg DCP Extinguisher including 490 x 300 x 800mm high fire extinguisher cabinet, including fixing to brickwork wall

68

3No

"Safex" or other approved first aid rotary continuous hydraulic hose reel complete with wall brackets, 25mm chromium-plated control valve, 30m length of 20mm four-ply rubber and canvas non-kinkable hose, chromium plated nozzle, cock and nozzle bracket, chromium plated swivelling roller guide and bolted to brackets to wall and jointed to copper

69

WATER SUPPLIES TO FIRE APPLIANCES

85m32mm Pipes fixed to brick wall or concrete70

Galvanised steel pipes:

Rate Onlym50mm Pipes fixed to brick wall or concrete71

3No50mm Bush72

Extra over galvanised steel pipes for steel fittings:

237

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 238: Tendering Procedures - Independent Development Trust

9No32mm Elbow73

6No32mm Tee74

ItemAllow for testing the whole internal plumbing and drainage installation

75

TESTING

238

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 239: Tendering Procedures - Independent Development Trust

PLUMBING AND DRAINAGE

Section No 2

Bill No 14

AmountPageNo

BUILDING WORKS

COLLECTION

238

237

236

235

234

233

232

231

230

229Total Brought Forward from Page No

239

PLUMBING AND DRAINAGEBill No 14Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 240: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 15

ELECTRICAL WORK (WORK GROUP 160)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Tenderers are referred to the project specifications and supplementary preambles for full descriptions of materials, etc., to be used. All work shall be done strictly in accordance with specifications and Manufacturer's instructions and left in perfect working order after completion.

Specifications, drawings, etc

Rates for distribution boards etc are to include for busbars, jumpers, neutral bars, internal wiring and connections, circuit identification markers, control gear labels, circuit legend cards and working drawings

Distribution boards etc

Rates for switches, socket outlets, etc are to include for screwing to outlet boxes, connecting up and cover plates

Switches, socket outlets, etc

240

ELECTRICAL WORKBill No 15Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 241: Tendering Procedures - Independent Development Trust

Rates for light fittings are to include for hanging, fixing and connecting and for lamp holders and fluorescent tubes and lamps of the type and wattage described

Light fittings

The form of Agreement between the Contractor and the sub-contractor does not form part of this document. The preliminaries shall be priced in the main tender document

General items

Where stated, the contractor may allow for profit if required

Profit

1 The services as set out in clause B 4.22 of the Preliminaries

2 Making good in all trades and cleaning down and removal of rubbish on completion

The item "Attendance" which follows each provisional sum for nominated/selected subcontractors' work, shall be deemed to cover all the contractor's costs incurred in providing free of charge to the nominated/selected subcontractors, the following:

-------------------------

2 607 449.00Item

Provide the sum of R2 607 449.00 (Two Million Six Hundred and Seven Thousand Four Hundred and Forty Nine Rand) for Electrical Work

1

ELECTRICAL WORK

%Allow for profit on last if required2

%Ditto, but for attendance3

241

ELECTRICAL WORKBill No 15Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 242: Tendering Procedures - Independent Development Trust

ELECTRICAL WORK

Section No 2

Bill No 15

AmountPageNo

BUILDING WORKS

COLLECTION

241

240Total Brought Forward from Page No

242

ELECTRICAL WORKBill No 15Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 243: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 16

MECHANICAL WORK (WORK GROUP 170)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

Tenderers are referred to the specification and drawings numbered prepared by AES Consulting, accompanying these bills of quantities for the mechanical work, for the full descriptions of the following items which are to be read and priced in conjunction with the said specification and drawings

Specifications, drawings, etc

Descriptions of ducts shall be deemed to include stiffeners, jointing materials, sealants, couplers in the running length and access/inspection panels in accordance with the specification

Ductwork

Descriptions of air terminals, grilles, louvres and the like shall be deemed to include necks, frames, supports and flexible connections

Air diffusion

243

MECHANICAL WORKBill No 16Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 244: Tendering Procedures - Independent Development Trust

Descriptions of fan assemblies shall be deemed to include supports from the structure, flexible or other connections to ductwork, vibration isolation mountings and airtight inspection doors

Fans

Descriptions of sound attenuators shall be deemed to include flanged or flexible connections to ducts and supports from the structure

Sound attenuators

Pipe diameters are nominal internal unless otherwise stated

Where fittings have reducing ends or branches they are described as "reducing". In the case of pipes with diameters not exceeding 60mm only the largest end or branch diameter is given. Should the contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all diameters are given and no claim for extra bushes, reducers, etc will be entertained

Piping

Unless otherwise stated, descriptions of pipes shall be deemed to include fixing to walls etc, casting in, building in or suspending not exceeding 1m below suspension level

Fixing of pipes

Descriptions of pumps shall be deemed to include connections to water and electrical supply and/or discharge points, vibration insulation mountings, insulation, drip trays with outlets, pressure gauges, etc

Pump sets

244

MECHANICAL WORKBill No 16Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 245: Tendering Procedures - Independent Development Trust

Descriptions of valves shall be deemed to include flanged or screwed connections to pipes, reducers, supports, etc

Valves

Descriptions of insulation shall be deemed to include priming the pipes with zinc chromate primer before the insulation is applied, painting the insulation when completed and applying vapour barrier where specified

Insulation

The form of Agreement between the Contractor and the sub-contractor does not form part of this document. The preliminaries shall be priced in the main tender document

General items

Where stated, the contractor may allow for profit if required

Profit

1 The services as set out in clause B 4.22 of the Preliminaries

2 Making good in all trades and cleaning down and removal of rubbish on completion

The item "Attendance" which follows each provisional sum for nominated/selected subcontractors' work, shall be deemed to cover all the contractor's costs incurred in providing free of charge to the nominated/selected subcontractors, the following:

-------------------------

2 851 118.69Item

Provide the sum of R2 851 118.69 (Two Million Eight Hundred and Fifty One Thousand One Hundred and Eighteen Rand and Sixty Nine Cents) for Mechanical Work

1

MECHANICAL WORK

245

MECHANICAL WORKBill No 16Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 246: Tendering Procedures - Independent Development Trust

%Allow for profit on last if required2

%Ditto, but for attendance3

246

MECHANICAL WORKBill No 16Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 247: Tendering Procedures - Independent Development Trust

MECHANICAL WORK

Section No 2

Bill No 16

AmountPageNo

BUILDING WORKS

COLLECTION

246

245

244

243Total Brought Forward from Page No

247

MECHANICAL WORKBill No 16Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 248: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 17

GLAZING (WORK GROUP 150)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The term "float glass" is used for monolithic annealed glass

Float glass

Laminated glass to have polyvinyl butyral (PVB) interlayer(s)

Laminated glass

-------------------------

MIRRORS, ETC

4NoMirror 600 x 1000mm high six times plugged1

6mm Silvered float glass copper backed mirrors with polished edges holed for and plugged to brickwork or concrete with chromium plated dome capped mirror screws with rubber buffers:

5NoMirror 1200 x 1000mm high six times plugged2

248

GLAZINGBill No 17Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 249: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 18

PAINTWORK (WORK GROUP 152)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

All paint, complete with undercoat, primer, etc., to be used strictly in accordance with the manufacturer's specification. Only paint which bears the described trade names will be permitted on site

Paint

Any substitution will be subject to the prior written approval of the Principal Agent

Unless otherwise described paintwork on ceilings shall be deemed to be in the "White" colour group and paintwork on all other components shall be deemed to be in the "Pastel" colour group in accordance with the Natural Colour System (NCS) adopted by the SA National Standards

Colours

-------------------------

249

PAINTWORKBill No 18Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 250: Tendering Procedures - Independent Development Trust

PAINTWORK, ETC. TO NEW WORK

ON INTERNAL PLASTER SURFACES

2 270m2Internal walls1

Prepare and stop with interior pollyfilla, seal porous surfaces with Plascon Bonding Liquid, apply one coat "Plascon Alkali Resistant Plaster Primer (UC56)" and apply two finishing coats "Plascon Superior Low Sheen (PEM 1000/TLS)" paint, on:

ON EXTERNAL PLASTER SURFACES

18m2External walls2

Prepare and stop with exterior pollyfilla, seal porous surfaces with Plascon Bonding Liquid, apply one coat "Plascon Alkali Resistant Plaster Primer (UC56)" and apply two finishing coats "Plascon Superior Low Sheen (PEM 1000/TLS)" PVA paint, on:

ON SMOOTH CONCRETE SURFACES

4m2Walls and columns3

Prepare and stop with exterior pollyfilla, seal porous surfaces with Plascon Bonding Liquid, apply one coat "Plascon Alkali Resistant Plaster Primer (UC56)" and apply two finishing coats "Plascon Superior Low Sheen (PEM 1000/TLS)" PVA paint, on:

180m2Ceilings and beams4

Prepare and stop with interior pollyfilla, seal porous surfaces with Plascon Bonding Liquid, apply one coat "Plascon Alkali Resistant Plaster Primer (UC56)" and apply one finishing coat "Plascon Ripple (TPX100)" paint, on:

250

PAINTWORKBill No 18Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 251: Tendering Procedures - Independent Development Trust

ON FIBRE-CEMENT BOARD SURFACES

40m2Fascias and barge boards5

Prepare and prime with one coat "Plascon Plaster Primer (UC56)" and two finishing coats "Plascon Superior Low Sheen (PEM 1000/TLS)" paint, on:

ON METAL SURFACES

63m2Door frames6

Spot priming defects in pre-primed surfaces with "Plascon Metalcare Etch Primer Red-Oxide (SNK200), prime with "Plascon Metalcare Mild Steel Primer (UC501)" and apply two finishing coats "Plascon Super Universal Enamel (TSE1000)" paint, on:

13m2Record room doors and frames7

6m2Columns, rails, bars, pipes, etc.8

Spot priming defects in pre-primed surfaces with "Plascon Metalcare Etch Primer Red-Oxide (SNK200), prime with "Plascon Metalcare Mild Steel Primer (UC501)" and apply two finishing coats "Plascon Velvaglo Non-drip Water-based Enamel (TVW1000)" paint, on:

35m2Gates, grilles, burglar screens, balustrades, etc (Both sides measured over the full flat area)

9

397m2Members of roof trusses10

Rate OnlymRails, bars, pipes, etc. not exceeding 300mm girth (Provisional)

11

32mGalvanised mild steel pipes not exceeding 300mm girth (Provisional)

12

Clean with "Plascon Aquasolv Degreaser (GR1), prime with "Plascon Multi-Surface Primer (WUP1)" and apply two finishing coats "Plascon Velvaglo Non-drip Water-based Enamel (TVW1000)" paint, on:

28mCopper pipes not exceeding 300mm girth (Provisional)13

251

PAINTWORKBill No 18Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 252: Tendering Procedures - Independent Development Trust

ON WOOD SURFACES

11m2Doors14

Sand down to a smooth finish, and apply three coats "Plascon Woodcare Wood Preservative (FPR3)", on:

167m2Doors15

Sand down to a smooth finish, prime with "Plascon Wood Primer (UC2)", and apply two finishing coats "Plascon Velvaglo Non-drip Water-based Enamel (TVW 1000) paint, on:

ON PVC SURFACES

3m2Pipes (Provisional)16

Clean with "Plascon Aquasolv Degreaser (GR1), prime with "Plascon Multi-Surface Primer (WUP1)" and apply two finishing coats "Plascon Super Universal Enamel (TSE 1000) paint, on:

2mPipes not exceeding 300mm girth (Provisional)17

252

PAINTWORKBill No 18Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 253: Tendering Procedures - Independent Development Trust

PAINTWORK

Section No 2

Bill No 18

AmountPageNo

BUILDING WORKS

COLLECTION

252

251

250

249Total Brought Forward from Page No

253

PAINTWORKBill No 18Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 2 R

Page 254: Tendering Procedures - Independent Development Trust

BUILDING WORKS

SECTION SUMMARY - BUILDING WORKS

BillNo

PageNo

Amount

Section No 2

156EARTHWORKS1

162CONCRETE, FORMWORK AND REINFORCEMENT2

168MASONRY3

171WATERPROOFING4

175ROOF COVERINGS, ETC5

184CARPENTRY AND JOINERY6

188CEILINGS, PARTITIONS AND ACCESS FLOORING7

191FLOOR COVERINGS, WALL LININGS, ETC8

202IRONMONGERY9

209STRUCTURAL STEELWORK10

221METALWORK11

224PLASTERING12

228TILING13

239PLUMBING AND DRAINAGE14

242ELECTRICAL WORK15

247MECHANICAL WORK16

248GLAZING17

253PAINTWORK18

254

Section No 2

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Final Summary R

Page 255: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 1

EARTHWORKS, ETC (PROVISIONAL) (WORK GROUP 104)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

A soils investigation has not yet been carried out on site

No claims whatsoever that may arise because of unforeseen ground and subsoil conditions will be considered. It is the responsibility for the Contractor to ascertain for himself the nature of the ground and subsoil as well as the conditions on site

It is the Contractor's responsibility to supply and deliver all materials that comply with the minimum standards as well as for the building and maintaining of access roads to the works on site, haul areas or dumping sites. No additional payment will be applicable to the above-mentioned other than the relevant items in the schedule of quantities

Nature of ground

No claim for rock excavation will be entertained unless the contractor has timeously notified the quantity surveyor thereof prior to backfilling

255

EARTHWORKS, ETCBill No 1Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 256: Tendering Procedures - Independent Development Trust

Descriptions of carting away of excavated material shall be deemed to include loading excavated material onto trucks directly from the excavations or, alternatively, from stock piles situated on the building site

Carting away of excavated material

-------------------------

SITE CLEARANCE ETC

5 940m2

Digging up and removing rubbish, debris, vegetation, hedges, shrubs and trees not exceeding 200mm girth, bush, etc

1

Site clearance

5No

Cut down, grub up, cut up and remove tree exceeding 200mm and not exceeding 500mm girth, including filling in excavation solid with broken stone and compacted to 90% Mod AASHTO density

2

2NoDitto, but exceeding 500mm and not exceeding 1000mm girth

3

1NoDitto, but exceeding 1000mm and not exceeding 1500mm girth

4

BULK EXCAVATION, FILLING, ETC

1 246m2Stripping average 100mm thick layer of top soil and stockpiling on site

5

Open face excavation over sloping site

12m3Soft rock6

Extra over bulk excavations in earth for excavation in

6m3Hard rock7

12m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor

8

Extra over all excavations for carting away

256

EARTHWORKS, ETCBill No 1Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 257: Tendering Procedures - Independent Development Trust

125m3Over site to form building platforms9

Earth filling obtained from the excavations and/or prescribed stock piles on site, compacted to 93% Mod AASHTO density:

5No"Modified AASHTO Density" test10

Additional tests required by the Principal Agent:

2No"Natural California Bearing Ratio" test11

2No"Field Density" test, including "Optimum Moisture Content" test (four readings per test)

12

257

EARTHWORKS, ETCBill No 1Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 258: Tendering Procedures - Independent Development Trust

EARTHWORKS, ETC

Section No 3

Bill No 1

AmountPageNo

EXTERNAL WORKS

COLLECTION

257

256

255Total Brought Forward from Page No

258

EARTHWORKS, ETCBill No 1Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 259: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 2

WATER RETICULATION (PROVISIONAL)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section(s) for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

Pipes of 50mm diameter and smaller shall be plain ended with solvent welded PVC-U loose sockets and fittings

Pipes of 63mm diameter and greater shall have sockets and spigots with push-in type integral rubber ring joints. Bends shall be PVC-U and all other fittings shall be cast iron, all with similar push-in type joints

PVC-U pressure pipes and fittings

Pipes shall be type IV and of the class specified with compression fittings

High density polyethylene (HDPe) pipes and fittings

259

WATER RETICULATIONBill No 2Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 260: Tendering Procedures - Independent Development Trust

Unless specifically otherwise stated, descriptions of pipes shall be deemed to include fixing to walls etc, casting in, building in or suspending not exceeding 1m below suspension level

Fixing of pipes

Water pipework is to be disinfected at completion

Disinfection of water pipework

Where fittings have reducing ends or branches they are described as "reducing". In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained

Reducing fittings

No claim for rock excavation will be entertained unless the contractor has timeously notified the quantity surveyor thereof prior to backfilling

Excavations

Pipes shall be laid and bedded in accordance with manufacturers' instructions and trenches shall be carefully backfilled

Laying, backfilling, bedding, etc of pipes

Where no manufacturers' instructions exist, pipes shall be laid in accordance with the relevant section of SANS 2001

Descriptions of pipes laid in and including trenches and of inspection chambers, catchpits, etc shall be deemed to include excavation, bedding, backfilling, compaction to a minimum of 93% Mod AASHTO density and disposal of surplus material on site

General

260

WATER RETICULATIONBill No 2Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 261: Tendering Procedures - Independent Development Trust

Where required, the contractor shall prepare an updated set of as-built drawings. At completion of the contract the contractor shall hand these drawings to the principal agent for reproducing onto the originals for handing over to the employer (provision for allowance of as-built drawings elsewhere)

As-built drawings

-------------------------

THE FOLLOWING IN TANK STAND

52m3Excavate in earth not exceeding 2m deep1

Excavations, Filling, Etc (Pipe trenches) (Work group 104):

5m3Extra over excavations in earth for excavations in soft rock.

2

3m3Ditto, but in hard rock. 3

10m3Extra over all excavations for carting away surplus excavated material

4

44m2Allow for the risk of collapse to sides of excavations not exceeding 1.5m deep.

5

ItemAllow for keeping excavations free of water6

52m2

Scarify earth surface to a depth of 150mm, breaking down over size material and reconsolidate to 90% modified AASHTO density

7

3No"Modified AASHTO Density" tests8

14m3

Backfilling with material obtained from the excavations and / or prescribed stock piles on site compacted in layers not exceeding 150mm thick to 90% Modified AASHTO density at optimum moisture content, including shaping to falls as required, all necessary hand compacting, etc.

9

261

WATER RETICULATIONBill No 2Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 262: Tendering Procedures - Independent Development Trust

23m3

Backfilling with material (G5) supplied by the contractor to trenches, holes, etc compacted in layers not exceeding 150mm thick to 98% Modified AASHTO density at optimum moisture content

10

3m3Surface blinding under surface beds11

15MPa/19mm Unreinforced concrete (Work group 110):

10m3Concrete cast against excavated surfaces in bottoms12

25MPa/19mm Reinforced concrete (Work group 110):

5m3Concrete to ground beams cast on/in formwork13

6m2Finishing off top of ground beams with wooden float whilst concrete is still green

14

Concrete sundries (Work group 110):

2.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

15

Test cubes (Work group 110):

46m2Smooth formwork to sides of ground beams16

Formwork, etc. to concrete (Work group 111):

63m25 x 25mm Chamfers along top edges17

Boxing in smooth formwork to form

1.50tSteel reinforcement in various sizes18

High tensile steel reinforcement to structural concrete work (Work group 114:

30m80 x 8mm Flat bar capping strips to top of beams19

Metalwork (Work group 136)

262

WATER RETICULATIONBill No 2Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 263: Tendering Procedures - Independent Development Trust

WATER RETICULATION

Section No 3

Bill No 2

AmountPageNo

EXTERNAL WORKS

COLLECTION

262

261

260

259Total Brought Forward from Page No

263

WATER RETICULATIONBill No 2Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 264: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 3

SEWER RETICULATION (PROVISIONAL)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section(s) for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

Sewer and drainage pipes and fittings shall be jointed and sealed with butyl rubber rings

Soil, waste and vent pipes and fittings shall be solvent weld jointed or sealed with butyl rubber rings

PVC-U pipes and fittings

Unless specifically otherwise stated, descriptions of pipes shall be deemed to include fixing to walls etc, casting in, building in or suspending not exceeding 1m below suspension level

Fixing of pipes

264

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 265: Tendering Procedures - Independent Development Trust

Where fittings have reducing ends or branches they are described as "reducing". In the case of pipes with diameters not exceeding 60mm only the largest end or branch size is given. Should the contractor wish to use other fittings and bushes or reducers he may do so on the understanding that no claim in this regard will be entertained. In the case of pipes with diameters exceeding 60mm all sizes are given and no claim for extra bushes, reducers, etc will be entertained

Reducing fittings

Exposed surfaces of concrete stormwater channels, cover slabs, inspection eye marker slabs, gulley tops, cleaning eye tops, catchpits, inspection chambers, etc shall be finished smooth with plaster

Exposed concrete surfaces

No claim for rock excavation will be entertained unless the contractor has timeously notified the quantity surveyor thereof prior to backfilling

Excavations

Pipes shall be laid and bedded and trenches shall be carefully backfilled in accordance with manufacturers' instructions

Laying, backfilling, bedding, etc. of pipes

Where no manufacturers' instructions exist, pipes shall be laid in accordance with the relevant section of SANS 2001

Where required, the contractor shall prepare an updated set of as-built drawings. At completion of the contract the contractor shall hand these drawings to the principal agent for reproducing onto the originals for handing over to the employer (provision for allowance of as-built drawings elsewhere)

As-built drawings

-------------------------

265

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 266: Tendering Procedures - Independent Development Trust

THE FOLLOWING IN SOIL AND WASTE DRAINS

141m3Excavation not exceeding 1m deep for pipe trenches for over 100mm up to 250mm nominal diameter pipes

1

Excavations, Filling, Etc (Pipe trenches) (Work group 104):

82m3Backfilling from the excavations to pipe trenches compacted to 90% Mod AASHTO density

2

38m3

Selected fill material suupplied by the contractor in blanket layer above and around pipes compacted to 90% Mod AASHTO density

3

21m3

Selected granular material supplied by the contractor in bedding layer below and around pipes compacted to 90% Mod AASHTO density

4

5m110mm Diameter pipes laid in trenches and ramp to cleaning eyes (no excavation)

5

Heavy duty (Class 34) PVC-U sewer and drain pipes (Work group 146):

196m

110mm Diameter pipes laid in trenches on Class B bedding not exceeding 1m deep (excavations, bedding and filling elsewhere measured)

6

39m

160mm Diameter pipes laid in trenches on Class B bedding not exceeding 1m deep (excavations, bedding and filling elsewhere measured)

7

23No110mm Bend8

Extra over heavy duty (Class 34) PVC-U sewer and drain pipes for fittings (Work group 146):

22No110mm Junction9

3No110mm Access junction10

23No110mm Double socket11

2No110mm Stopend12

266

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 267: Tendering Procedures - Independent Development Trust

2No110mm Rodding eye13

1No160mm Access junction14

8No160mm Double socket15

4NoInspection chamber 1050mm diameter and not exceeding 750mm deep internally

16

Precast concrete circular inspection chambers with and including 25Mpa/19mm concrete benching, excavations, part fill, compact and carting away surplus, standard precast medium duty concrete frame and cover, steps irons, etc. (Work group 146):

4No"Saint-Gobain" 550mm Diameter x 75kg type 4A single seal cast iron manhole cover and frame

17

Gratings, covers, etc (Work group 146):

2No"Saint-Gobain" 0,5kg Lifting-key for manhole cover (handed to employer)

18

12m3Extra over excavation in earth for pipe trenches, chambers, etc for excavation in soft rock

19

Sundries:

6m3Extra over excavation in earth for pipe trenches, chambers, etc for excavation in hard rock

20

48m3

Extra over excavation for pipe trenches, chambers, etc for carting away surplus material to a dumping site to be located by the contractor

21

1mUnreinforced concrete encasing to 110mm horizontal pipe

22

2No150 x 150 x 100mm Precast concrete inspection eye marker slab set in ground

23

3No

Cutting into side of existing inspection chamber for and connecting 110mm pipe, including inserting 110mm channel junction and making good concrete benching

24

267

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 268: Tendering Procedures - Independent Development Trust

1No

Cutting into side of existing inspection chamber for and connecting 110mm pipe including inserting 160mm channel junction and making good concrete benching

25

ItemTesting soil drainage system26

(End of soil and waste drains)

THE FOLLOWING IN SEPTIC TANK

43m3Excavate in earth not exceeding 2m deep27

Excavations, Filling, Etc (Work group 104):

3m3Ditto, but exceeding 2m and not exceeding 4m deep28

5m3Extra over excavations in earth for excavations in soft rock.

29

2m3Ditto, but in hard rock. 30

42m3Extra over all excavations for carting away surplus excavated material

31

32m2Allow for the risk of collapse to sides of excavations not exceeding 1.5m deep.

32

14m2Allow for the risk of collapse to sides of excavations exceeding 1.5m deep and not exceeding 3m deep

33

ItemAllow for keeping excavations free of water34

22m2

Scarify earth surface to a depth of 150mm, breaking down over size material and reconsolidate to 90% modified AASHTO density

35

3No"Modified AASHTO Density" tests36

9m3

Backfilling with material obtained from the excavations and / or prescribed stock piles on site compacted in layers not exceeding 150mm thick to 90% Modified AASHTO density at optimum moisture content, including shaping to falls as required, all necessary hand compacting, etc.

37

268

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 269: Tendering Procedures - Independent Development Trust

1m3Surface blinding under surface beds38

15MPa/19mm Unreinforced concrete (Work group 110):

5m3Concrete cast against excavated surfaces in bottoms39

25MPa/19mm Reinforced concrete (Work group 110):

4m3Concrete to slabs cast on/in formwork40

4m3Concrete fill between two one brick skin41

25m2Finishing off top of drains to falls with wooden float whilst concrete is still green

42

Concrete sundries (Work group 110):

3.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

43

Test cubes (Work group 110):

21mDitto, but to edge of slab not exceeding 300mm high.44

Formwork, etc. to concrete (Work group 111):

19m2Rough formwork to soffit of slab including removal through opening size 550mm diameter

45

5No

Box in for and form rebated opening size 550mm diameter through 200mm slab for manhole and frame (measured elsewhere)

46

41m2

Ref 395 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

47

Mesh reinforcement (Work group 114):

39m2

Ref 888 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

48

269

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 270: Tendering Procedures - Independent Development Trust

1m2One brick wall in 3:1 cement mortar. 49

Masonry (Work group 116):

39m2320mm Hollow walls of two half brick skins, cavity filled with concrete (measured elsewhere) ditto

50

462m

High tensile steel brick reinforcement 75mm wide well lapped at all angles and passings and built into brick walls.

51

12mDitto, but brick reinforcement 155mm wide.52

5No

Leave or form opening size 160mm diameter through 320mm hollow wall and render all round in 3:1 cement plaster

53

11m2Render in 3:1 cement plaster with Blue Circle water proofing compound added on floors.

54

Waterproofing (Work group 120):

52m2Ditto, but on walls.55

5No

"Saint-Gobain" Cast iron type two piece single seal manhole cover and frame Type 4A to opening size 550mm x 74kg, the frame bedded in 3:1 cement mortar and cover in tallow.

56

Plumbing and drainage (Work group 146):

1No

"Saint-Gobain" Cast iron type two piece single seal manhole cover and frame to opening size 760 x 760mm x 112kg, the frame bedded in 3:1 cement mortar and cover in tallow.

57

13m160mm Diameter PVC pipe. 58

10NoExtra for 160mm PVC square junction59

1NoExtra for 160mm PVC inspection pipe60

270

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 271: Tendering Procedures - Independent Development Trust

4No

100mm Diameter steel galvanised pipe approximately 1500mm long, one end bended 180degrees, the other end embedded in top of concrete to serve as a vent pipe

61

(End of septic tank)

FRENCH DRAIN SOAKAWAY

The following in french drain soakaway 5m long

5m3Excavate in earth not exceeding 2m deep. 62

Earthworks, Filling, Etc (Work group 104):

0.5m3Extra over excavations in earth for excavations in soft rock.

63

0.2m3Ditto, but in hard rock. 64

4m3Extra over all excavations for carting away surplus excavated material.

65

4m3Ditto, but for spreading and levelling over site within 100m radius.

66

15m2Allow for the risk of collapse to sides of excavations exceeding 1.5m deep.

67

ItemAllow for keeping excavations free of water68

1m3Selected filling from the excavations in backfilling and forming berm over trench.

69

4m350-75mm Graded stone filling selected and supplied by the contractor laid in trench

70

15m2Kaymat U24 geofabric membrane laid around stone filling.

71

Waterproofing (Work group 120):

6m2

250 Micron polyethylene damp proof membrane and laying over top of geo-fabric membrane (elsewhere measured)

72

271

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 272: Tendering Procedures - Independent Development Trust

5m160mm Diameter PVC-U slotted agricultural pipe laid in stone filling.

73

Plumbing and drainage (Work group 146):

2m160mm Diameter PVC-U inspection pipe set vertically in stone filling

74

1NoExtra over for 160mm PVC-U junction.75

(End of french drain soakaway)

ItemProvision of as-built drawings76

AS-BUILT DRAWINGS (WORK GROUP 146)

272

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 273: Tendering Procedures - Independent Development Trust

SEWER RETICULATION

Section No 3

Bill No 3

AmountPageNo

EXTERNAL WORKS

COLLECTION

272

271

270

269

268

267

266

265

264Total Brought Forward from Page No

273

SEWER RETICULATIONBill No 3Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 274: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 4

STORMWATER DRAINAGE (PROVISIONAL) (WORK GROUP 146)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section 2 for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

Descriptions of channels shall be deemed to include necessary excavation, surface preparation, compaction, etc, and disposal of surplus material on site

Stormwater channels

Pipes shall be laid and bedded in accordance with manufacturers' instructions and trenches shall be carefully backfilled

Laying, backfilling, bedding, etc of pipes

Where no manufacturers' instructions exist, pipes shall be laid in accordance with the relevant section of SANS 2001

274

STORMWATER DRAINAGEBill No 4Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 275: Tendering Procedures - Independent Development Trust

Where required, the contractor shall prepare an updated set of as-built drawings. At completion of the contract the contractor shall hand these drawings to the principal agent for reproducing onto the originals for handing over to the employer (provision for allowance of as-built drawings elsewhere)

As-built drawings

-------------------------

STORMWATER DRAINAGE

45m

"Vanstone" Product No. P2-0610 pre-cast concrete rainwater channels, 660mm wide x 225mm high with 450 x 110mm deep segmental channel

1

Rainwater channels:

2NoExtra over rainwater channel for internal or external corner

2

1NoExtra over rainwater channel for T-intersection3

3NoExtra over rainwater channel for open or closed end4

162m3Excavation not exceeding 1.5m deep for pipe trenches for pipes up to 600mm nominal diameter

5

Excavations, Filling, Etc (Pipe trenches):

42m3Backfilling from the excavations to pipe trenches compacted to 90% Mod AASHTO density

6

54m3

Selected fill material supplied by the contractor in blanket layer above and around pipes compacted to 90% Mod AASHTO density

7

24m3

Selected granular material supplied by the contractor in bedding layer below and around pipes compacted to 90% Mod AASHTO density

8

275

STORMWATER DRAINAGEBill No 4Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 276: Tendering Procedures - Independent Development Trust

64m

300mm Pipes laid in trenches not exceeding 1m deep on Class C bedding (excavations, bedding and filling elsewhere measured)

9

Class 100D concrete pipes with interlocking joints:

163m

450mm Pipes laid in trenches not exceeding 1m deep on Class C bedding (excavations, bedding and filling elsewhere measured)

10

44m

600mm Pipes laid in trenches not exceeding 1m deep on Class C bedding (excavations, bedding and filling elsewhere measured)

11

6No

Construct inlet structure (SW1-SW6) as per drawing at the back of these bills of quantities including all excavations, backfilling, grids and frames etc and leave complete

12

Inlet and outlet structures

7No

Construct field inlet structure (KI1-KI7) as per drawing at the back of these bills of quantities including all excavations, backfilling, covers and frames, etc and leave complete

13

2No

Construct field outlet structure ("Rocla" double wing wall for 600mm diameter pipe) as per drawing at the back of these bills of quantities including all excavations, backfilling, etc and leave complete

14

3m3Excavate in earth not exceeding 2m deep for earth channels including shaping

15

The following in V-shaped earth channels

3m3

Carting away surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor

16

30m2

Compaction of ground surface under V-shaped earth channels including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

17

276

STORMWATER DRAINAGEBill No 4Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 277: Tendering Procedures - Independent Development Trust

16m3Extra over excavation in earth for pipe trenches, chambers, etc for excavation in soft rock

18

Sundries

8m3Extra over excavation in earth for pipe trenches, chambers, etc for excavation in hard rock

19

ItemProvision of as-built drawings20

AS-BUILT DRAWINGS

277

STORMWATER DRAINAGEBill No 4Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 278: Tendering Procedures - Independent Development Trust

STORMWATER DRAINAGE

Section No 3

Bill No 4

AmountPageNo

EXTERNAL WORKS

COLLECTION

277

276

275

274Total Brought Forward from Page No

278

STORMWATER DRAINAGEBill No 4Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 279: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 5

PUMP HOUSE

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section 2 for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

-------------------------

EARTHWORKS (WORK GROUP 104)

EXCAVATIONS

23m3Trenches1

Excavation in earth not exceeding 2m deep:

2m3Soft rock2

Extra over trench and hole excavations in earth for excavation, in:

279

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 280: Tendering Procedures - Independent Development Trust

23m3In prescribed stock piles on site3

Earth filling obtained from the excavations (not compacted)

19m3Surplus material from excavations on site to a dumping site to be located by the Contractor

4

Extra over all excavations for carting away:

56m2Sides of trench and hole excavations not exceeding 1,5m deep

5

Risk of collapse of excavations:

6m2Sides of trench and hole excavations exceeding 1,5m deep

6

ItemKeeping excavations free of water7

Keeping excavations free of water:

FILLING ETC

7m3Backfilling to trenches, holes, etc8

Earth filling obtained from the excavations and /or prescribed stock piles on site including compacted to 93% Mod AASHTO density:

6m3Backfilling to trenches, holes, etc9

Earth filling (G5) supplied by the contractor, compacted to 98% Mod AASHTO density

5m3Under floors, steps, pavings, etc10

14m2

Compaction of ground surface in trenches including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

11

Compaction of surfaces:

280

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 281: Tendering Procedures - Independent Development Trust

20m2

Compaction of ground surface under floors etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

12

6No"Modified AASHTO Density" tests13

Prescribed density tests on filling:

WEED KILLERS, INSECTICIDES, ETC

20m2

Under floors, etc., including forming and poisoning shallow furrows against foundation walls, etc., filling in furrows and ramming

14

Soil insecticide in accordance with SANS 5859

59m2To bottoms and sides of trenches etc15

CONCRETE, FORMWORK AND REINFORCEMENT

UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES(WORK GROUP 110)

1m3Surface blinding under footings and bases16

15MPa/19mm concrete, in:

REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES (WORK GROUP 110)

4m3Strip footings17

25MPa/19mm concrete, in:

3m3Surface beds cast in panels on waterproofing18

281

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 282: Tendering Procedures - Independent Development Trust

REINFORCED CONCRETE CAST ON/IN FORMWORK (WORK GROUP 110)

6m3Slabs, including beams and inverted beams19

25MPa/19mm concrete, in:

4.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

20

TEST CUBES (WORK GROUP 110)

CONCRETE SUNDRIES

24m2Surface beds, slabs, etc21

Finishing top surfaces of concrete smooth with a wooden float whilst concrete is still green:

FORMWORK, ETC. TO CONCRETE(WORK GROUP 111)

9mEdges, risers, ends and reveals not exceeding 300mm high or wide

22

Rough formwork (Degree of accuracy II), to:

15mEdges, risers, ends and reveals not exceeding 300mm high or wide

23

Smooth formwork to soffits

20m2

Slabs exceeding 250mm and not exceeding 500mm thick propped up exceeding 1,5m and not exceeding 3,5m high

24

MOVEMENT, EXPANSION JOINTS, ETC.

19m

12mm Bitumen impregnated softboard vertical expansion joint not exceeding 300mm high or wide, including all cutting and waste (Provisional)

25

Expansion joints with bitumen impregnated softboard between vertical concrete and brick surfaces:

282

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 283: Tendering Procedures - Independent Development Trust

REINFORCEMENT (PROVISIONAL) (WORK GROUP 114)

1.00tSteel reinforcement in various sizes26

High tensile steel reinforcement to structural concrete work:

20m2

Ref 193 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

27

Mesh reinforcement:

4m2

Ref 888 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

28

PRECAST CONCRETE COPINGS ETC(WORK GROUP 112)

19m

410 x 155mm Thick overall copings twice weathered on top to 50mm thick along both edges, with drip groove in bottom along both edges

29

Precast concrete finished smooth on exposed surfaces including bedding, jointing and pointing

8NoExtra over for mitred angle block30

MASONRY (WORK GROUP 116)

BRICKWORK IN FOUNDATIONS

21m2One-brick walls31

Brickwork of approved NFX bricks in class I mortar:

252m150mm Wide reinforcement built in horizontally32

Brickwork reinforcement:

283

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 284: Tendering Procedures - Independent Development Trust

5m2Extra over brickwork for face brickwork33

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

SUPERSTRUCTURE

57m2One-brick walls 34

Brickwork of approved NFP bricks in class II mortar:

BRICKWORK SUNDRIES

259m150mm Wide reinforcement built in horizontally35

Brickwork reinforcement:

2m220mm Wide turning piece to lintels, etc36

Turning pieces:

2m100 x 70mm Lintels in lengths not exceeding 3m long37

"Fabcon" pre-stressed fabricated lintels:

FACE BRICKWORK

107m2Extra over brickwork for face brickwork38

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

2NoFair cutting and fitting around pipe not exceeding 100mm diameter (Provisional)

39

4NoDitto, but exceeding 100mm and not exceeding 200mm diameter (Provisional)

40

284

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 285: Tendering Procedures - Independent Development Trust

2mOne-brick wide lintel41

Face-brick-on-edge header course copings, sills, etc. of approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

2NoExtra over last for solid facebricks to ends42

WATERPROOFING (WORK GROUP 120)

DAMP-PROOFING OF WALLS AND FLOORS

4m2On walls43

One layer of 375 micron embossed black polyethylene damp proof course:

20m2On earth filling under surface beds44

One layer of 250 micron USB green medium density waterproof sheeting sealed at laps with pressure sensitive tape, all in accordance to the Manufacturer's instructions:

WATERPROOFING TO ROOFS, BASEMENTS, ETC.

20m2Screeded flat floors to slight falls to outlets not exceeding 10° from the horizontal

45

"Derbigum SP4" fully bonded waterproofing with two coats bituminous aluminium paint finish to:

6m2Tops and sides of brickwork or concrete46

19mSealing edges against beams, walls, etc.47

1NoDressing edges into outlets or gutters and leave watertight

48

JOINT SEALANTS, ETC.

9m6 x 40mm Horizontal expansion joint in floors49

"Sikaflex-35SL" polyurethane elastomer joint sealing compound, bond breaker, primer, etc., in:

285

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 286: Tendering Procedures - Independent Development Trust

19m

12 x 15mm Horizontal expansion joint in floors, including raking out softboard for a depth of 15mm (Softboard elsewhere)

50

IRONMONGERY (WORK GROUP 132)

CATCHES, CABIN HOOKS, ETC

2NoNo. 166 SC 150mm long cabin hook and eye51

In accordance with "Halstead" catalogue:

LOCKS

1NoD036S-SS "Euro" profile cylinder sash lock case52

"DormaKaba":

1NoDDC056001-KD 60mm 5 Pin security "Euro" profile double cylinder

53

HANDLES

1Pairs

SH875-SS Lever handles on rectangular "Euro" profile cylinder cutout, holed for and countersunk screwed 4 times to door leaf (two packs male/female screws)

54

"DormaKaba":

SUNDRIES

1NoDPS-SS-032 Dust proof strike, plugged55

"Dormakaba":

2No

30mm Diameter door stop fitted to and including 70 x 70 x 19mm chamfered hardwood block with edges chamfered all round on one side and finished with three coats approved satin gloss polyurethane varnish, four times plugged to wall

56

Approved:

286

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 287: Tendering Procedures - Independent Development Trust

LETTERS, NAME PLATES, ETC.

2NoDSS-143 Engraved "Arrow" escape sign, plugged57

"DormaKaba":

2NoDSS-146 Engraved "Fire extinguisher" fire sign, plugged 58

METALWORK (WORK GROUP 136)

PRESSED STEEL TRANSFORMER ROOM DOORS AND FRAMES

1No

Purpose made transformer double door 1700 x 2135mm high louvred ventilation panel and with rebated frame suitable for one brick wall

59

Transformer doors:

PLASTERING (WORK GROUP 142)

SCREEDS

20m230mm Thick to floors and landings60

Cement plaster screed wood trowelled on concrete:

EXTERNAL PLASTER

6m2Walls61

Cement plaster wood floated on brickwork, on:

PLUMBING AND DRAINAGE (WORK GROUP 148)

RAINWATER DISPOSAL

1No50 x 500mm PVC spout cast built in brickwork 62

PVC-U gutters and rainwater pipes

Rate OnlyNo110 x 500mm PVC spout cast built in brickwork 63

287

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 288: Tendering Procedures - Independent Development Trust

FIRE APPLIANCES ETC

2No

9kg DCP Extinguisher with brackets screwed on and including 600 x 200 x 20mm thick hardwood backboard, backing board finished with two coats approved clear satin gloss polyurethane varnish, four times plugged to wall

64

"SafeQuip":

PAINTWORK (WORK GROUP 152)

ON SMOOTH CONCRETE SURFACES

20m2Ceilings65

Prepare and stop with interior pollyfilla, seal porous surfaces with Plascon Bonding Liquid, apply one coat "Plascon Alkali Resistant Plaster Primer (UC56)" and apply one finishing coat "Plascon Ripple (TPX100)" paint, on:

ON METAL SURFACES

9m2Combination doors and frame66

Spot priming defects in pre-primed surfaces with "Plascon Metalcare Etch Primer Red-Oxide (SNK200), prime with "Plascon Metalcare Mild Steel Primer (UC501)" and apply two finishing coats "Plascon Velvaglo Non-drip Water-based Enamel (TVW1000)" paint, on:

288

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 289: Tendering Procedures - Independent Development Trust

PUMP HOUSE

Section No 3

Bill No 5

AmountPageNo

EXTERNAL WORKS

COLLECTION

288

287

286

285

284

283

282

281

280

279Total Brought Forward from Page No

289

PUMP HOUSEBill No 5Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 290: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 6

APRONS, RAMPS, STEPS, ETC (PROVISIONAL)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section(s) for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

Aprons to be cast into alternate sections of 1.5m to form construction joint between panels

Aprons

-------------------------

290

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 291: Tendering Procedures - Independent Development Trust

THE FOLLOWING IN APRONS

EARTHWORKS (WORK GROUP 104)

EXCAVATIONS

48m3Reduced levels under floors1

Excavation in earth not exceeding 2m deep

24m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor

2

Extra over all excavations for carting away:

FILLING ETC

24m3Backfilling to trenches, holes, etc3

Earth filling obtained from the excavations and/or prescribed stock piles on site, compacted to 93% Mod AASHTO density:

24m3Under floors, steps, pavings, etc4

Earth filling (G5) supplied by the contractor, compacted to 98% Mod AASHTO density:

241m2

Compaction of ground surface under floors etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

5

Compaction of surfaces:

WEED KILLERS, INSECTICIDES, ETC

241m2Under concrete aprons etc,6

Soil insecticide in accordance with SANS 5859

291

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 292: Tendering Procedures - Independent Development Trust

CONCRETE, FORMWORK AND REINFORCEMENT

REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES (WORK GROUP 110)

31m3Mass concrete in aprons cast in alternating panels7

25MPa/19mm concrete:

219m

Thickening down edges of aprons 200mm deep (net) x average 400mm wide, including preparing ground or earth filling, necessary formwork, etc

8

5.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

9

TEST CUBES (WORK GROUP 110)

CONCRETE SUNDRIES (WORK GROUP 110)

241m2Finishing off top of aprons to falls with wooden float whilst concrete is still green

10

Finishing top surfaces of concrete smooth with a wooden float whilst concrete is still green:

20m210mm Bitumen impregnated fibre board built in vertically between brick skins

11

Joint forming material in movement joints:

MOVEMENT JOINTS ETC (WORK GROUP 111)

88mJoints not exceeding 300mm high12

6mm Thick joint formed using rigid member while concrete is poured and removed after concrete is set:

292

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 293: Tendering Procedures - Independent Development Trust

FORMWORK (WORK GROUP 111)

219mFormwork to edges, risers, etc. not exceeding 300mm wide or high

13

Formwork, etc. to concrete (Work group 111):

REINFORCEMENT (WORK GROUP 114)

241m2Type 193 fabric reinforcement in concrete surface beds, slabs, etc with 200mm overlaps

14

Fabric reinforcement:

WATERPROOFING (WORK GROUP 120)

JOINT SEALANTS ETC

219m12 x 12mm In expansion joints in floors and walls15

Polysulphide sealant as per engineers derawings"Sikaflex Facade AT" universal polyurethane joint sealant applied in accordance with the manufacturer's instructions:

(End of Aprons)

THE FOLLOWING IN GENERATOR PLINTH

EARTHWORKS (WORK GROUP 104)

EXCAVATIONS

13m3Trenches16

Excavation in earth not exceeding 2m deep:

1m3Soft rock17

Extra over trench and hole excavations in earth for excavation, in:

293

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 294: Tendering Procedures - Independent Development Trust

13m3In prescribed stock piles on site18

Earth filling obtained from the excavations (not compacted)

4m3Surplus material from excavations on site to a dumping site to be located by the Contractor

19

Extra over all excavations for carting away:

31m2Sides of trench and hole excavations not exceeding 1,5m deep

20

Risk of collapse of excavations:

3m2Sides of trench and hole excavations exceeding 1,5m deep

21

ItemKeeping excavations free of water22

Keeping excavations free of water:

FILLING ETC

5m3Backfilling to trenches, holes, etc23

Earth filling obtained from the excavations and /or prescribed stock piles on site including compacted to 93% Mod AASHTO density:

4m3Backfilling to trenches, holes, etc24

Earth filling (G5) supplied by the contractor, compacted to 98% Mod AASHTO density

1m3Under floors, steps, pavings, etc25

8m2

Compaction of ground surface in trenches including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

26

Compaction of surfaces:

294

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 295: Tendering Procedures - Independent Development Trust

4m2

Compaction of ground surface under floors etc including scarifying for a depth of 150mm, breaking down oversize material, adding suitable material where necessary and compacting to 93% Mod AASHTO density

27

4No"Modified AASHTO Density" tests28

Prescribed density tests on filling:

"Diuron" Weedkiller/termite poison mixed in the proportion and applied as specified by the manufacturer

WEED KILLERS, INSECTICIDES, ETC

4m2

Under floors, etc., including forming and poisoning shallow furrows against foundation walls, etc., filling in furrows and ramming

29

Soil insecticide in accordance with SANS 5859

33m2To bottoms and sides of trenches etc30

CONCRETE, FORMWORK AND REINFORCEMENT

UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES(WORK GROUP 110)

0.4m3Surface blinding under footings and bases31

15MPa/19mm concrete, in:

REINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES (WORK GROUP 110)

2m3Strip footings32

25MPa/19mm concrete, in:

1m3Surface beds cast in panels on waterproofing33

295

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 296: Tendering Procedures - Independent Development Trust

2.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

34

TEST CUBES (WORK GROUP 110)

CONCRETE SUNDRIES

4m2Surface beds, slabs, etc35

Finishing top surfaces of concrete smooth with a wooden float whilst concrete is still green:

FORMWORK, ETC. TO CONCRETE(WORK GROUP 111)

2mEdges, risers, ends and reveals not exceeding 300mm high or wide

36

Rough formwork (Degree of accuracy II), to:

MOVEMENT, EXPANSION JOINTS, ETC.

10m

12mm Bitumen impregnated softboard vertical expansion joint not exceeding 300mm high or wide, including all cutting and waste (Provisional)

37

Expansion joints with bitumen impregnated softboard between vertical concrete and brick surfaces:

REINFORCEMENT (PROVISIONAL) (WORK GROUP 114)

2.00tSteel reinforcement in various sizes38

Mild steel reinforcement to structural concrete work:

Rate Onlym2

Ref 193 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

39

Mesh reinforcement:

296

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 297: Tendering Procedures - Independent Development Trust

4m2

Ref 888 Mesh steel fabric reinforcement laid in surface beds, etc. lapped minimum 150mm along edges and ends (Measured net)

40

MASONRY (WORK GROUP 116)

BRICKWORK IN FOUNDATIONS

12m2One-brick walls41

Brickwork of approved NFX bricks in class I mortar:

141m150mm Wide reinforcement built in horizontally42

Brickwork reinforcement:

4m2Extra over brickwork for face brickwork43

Approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

10mOne-brick wide brick-on-edge coping44

Face-brick-on-edge header course copings, sills, etc. of approved face bricks (purchased price of R5 000-00/1000 VAT excluded, delivered to site) pointed with recessed horizontal and vertical joints:

4NoExtra over last for solid facebricks to ends45

WATERPROOFING (WORK GROUP 120)

DAMP-PROOFING OF WALLS AND FLOORS

2m2On walls46

One layer of 375 micron embossed black polyethylene damp proof course:

297

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 298: Tendering Procedures - Independent Development Trust

5m2On earth filling under surface beds47

One layer of 250 micron USB green medium density waterproof sheeting sealed at laps with pressure sensitive tape, all in accordance to the Manufacturer's instructions:

JOINT SEALANTS, ETC.

2m6 x 40mm Horizontal expansion joint in floors48

"Sikaflex-35SL" polyurethane elastomer joint sealing compound, bond breaker, primer, etc., in:

10m

12 x 15mm Horizontal expansion joint in floors, including raking out softboard for a depth of 15mm (Softboard elsewhere)

49

DUCTS FOR ELECTRICAL CABLES ETC

3m

110mm Pipes laid in trenches not exceeding 1m deep (excavations, bedding and backfilling elsewhere measured)

50

PVC-U flexible pipes

(End of Generator Plinth)

SUNDRY BUILDING WORK

150 000.00ItemProvide the sum of R150 000.00 (One Hundred and Fifty Thousand Rand) for ramps, steps and landings

51

Ramps, steps and landings

298

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 299: Tendering Procedures - Independent Development Trust

APRONS, RAMPS, STEPS, ETC

Section No 3

Bill No 6

AmountPageNo

EXTERNAL WORKS

COLLECTION

298

297

296

295

294

293

292

291

290Total Brought Forward from Page No

299

APRONS, RAMPS, STEPS, ETCBill No 6Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 300: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 7

ROADWORK, PARKING AREAS AND PAVING (PROVISIONAL)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

For nature of ground see "Notes to Tenderers"

Nature of ground

It will be, at all times, required from the Contractor to apply and execute strict quality control on all filling material used

Filling (General)

Samples of potential fill material obtained from excavations, trench excavations, etc.are to be submitted to and approved by the Representative/Agent prior the re-use thereof as "filling"

All filling obtained from a commercial source should comply to minimum G5 standard, unless otherwise described

Should any material be found unsuitable and the use thereof be disapproved, such material shall be disposed and approved material must be sourced and imported from an approved commercial source

300

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 301: Tendering Procedures - Independent Development Trust

Filling in general shall be compacted to the prescribed percentage Mod. AASHTO density

All backfilling in layers to form selected layers, etc. shall be conducted in accordance with the Standardized Specification for Civil Engineering Construction, SABS 1200ME Sub-base

Backfilling to form selected layers, etc

The aforesaid specification was drawn up to cover activities normally encountered on civil engineering work, which is equally applicable on the filling details and requirements prescribed for this project

The said specification, although not issued with, shall be regarded to form part of these Bills of Quantities. The Contractor shall obtain a copy of the said specification from the South African Bureau of Standards and be kept on site at all times

No separate provision has been made in this Bill for measurement and payment for bailing, pumping or otherwise keeping excavations free from water during the construction process of the work measured in this Bill

Keeping excavations free from water:

Therefore, Tenderers are to note that their tendered rates are to cater for the above-mentioned as no claims arising out of their failure to do so will afterwards be entertained

The Contractor is to note that all necessary tests (i.e. CBR and indicator tests, etc.) are to be conducted for all filling material, whether obtained from the excavations or to be imported from an approved commercial source

CBR and indicator tests

Results of these tests are to be submitted to and approved by the Representative/Agent prior commencement of any placement thereof and/or filling done therewith

301

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 302: Tendering Procedures - Independent Development Trust

Descriptions for "carting away excessive or unsuitable excavated material from site" shall be deemed to includethe loading and hauling of excessive or unsuitable excavated material to a suitable dumping site, which has to be located by the Contractor, off the hospital premises

Carting away of excessive and/or unsuitable excavated material

The location of the intended dumping site will be subjected to the prior written approval of the Representative/Agent

The Contractor will also be liable to, upon completion, rehabilitate all those areas of the dumping site used dumping/spoiling by grading the area to follow the adjacent ground contours and afterwards compacted to 80% Mod AASHTO density, all to the full satisfaction of the Representative/Agent

Tendered rates must made provision for the above-mentioned as no additional claims in this regard will afterwards be entertained

It will be required from the Contractor to execute density tests for monitoring filling at a minimum frequency of 4 tests per 200m² plan area per each 150mm thick layer

Density tests

Results of density tests executed are to be submitted to and approval obtained from the Representative/Agent prior commencement of any subsequent fill layers and/or other work

Tendered rates for all filling in this Bill are to cater for these tests as no separate provision has been made for measurement and payment thereof

No additional claims in this regard will afterwards be entertained

302

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 303: Tendering Procedures - Independent Development Trust

All soil poisoning and insecticide to be applied under a five year guarantee by an approved firm of Specialists

Soil poisoning and insecticide

All road signs shall conform to the SADC Manual, COLTO standards and SABS 1519

Road signs

The construction of paved parking, access roads, etc. shall be done with materials specified and according to methods prescribed by the following Standardized Specification for Civil Engineering Construction:

Relevant SABS 1200 specifications

SABS 1200 AA General (Small Works)SABS 1200 C Site clearanceSABS 1200 DM Earthworks (Roads, Sub-grade)SABS 1200 M Roads (General)SABS 1200 ME Sub-baseSABS 1200 MF BaseSABS 1200 MFL Base (Light pavement structures)SABS 1200 MJ Segmented pavingSABS 1200 MK Kerbing and channellingSABS 1200 MM Ancillary roadworks

The aforesaid specifications for Standardized Specification for Civil Engineering Construction were drawn up to cover activities normally encountered on civil engineering work, which is equally applicable on the filling details and requirements prescribed for this project

All the specifications referred to above, although not issued with these Bills of Quantities, shall be deemed to form part of this document and shall be considered as applying to the performance of work to be completed in terms of this Section

The Contractor shall obtain a copies of the said specifications from the South African Bureau of Standards and be kept on site at all times

303

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 304: Tendering Procedures - Independent Development Trust

Measurement and payment clauses as described in the above-mentioned specifications, Standardized Specification for Civil Engineering Construction, shall notapply to the work as set out in this Bill

Measurement and payment

-------------------------

EARTHWORKS (WORK GROUP 104)

EXCAVATIONS

1 557m2

Digging up topsoil to an average depth of 200mm andpreserving for later use or cart away from site, as perinstruction from the engineer

1

Digging up topsoil:

467m3

Open face excavation to form platforms under parking areas etc and depositing excavated material over site, including haulage not exceeding 800m from perimeter of excavations

2

Open face excavation in earth over sloping site:

47m3Soft rock3

Extra over bulk excavation in earth for excavation in:

23m3Hard rock4

207m3Surplus material from excavations and/or stock piles on site to a dumping site to be located by the contractor

5

Extra over all excavations for carting away (2km free haul):

ItemKeeping excavations free of water other than subterranean water

6

Keeping excavations free of water:

304

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 305: Tendering Procedures - Independent Development Trust

191m2

Compaction of ground surfaces under pavings etc,including scarifying for a depth of 150mm, breakingdown oversize material, adding suitable material wherenecessary and compacting to 90% Mod AASHTOdensity

7

Compaction of surfaces:

1 366m2

Compaction of ground surfaces under parking areas etcby wetting and compacting with 12 passes of a 3-sided25 kilo Joule high energy impact compactor

8

LAYER WORK

1 557m2

Ripping of excavated formation levels for a depth of 150mm, breaking down oversize material and compact to a density of 93% Mod. AASHTO to receive selected layers

9

Selected earth filling obtained from the excavations and/or prescribed stock piles on site, including haulage approximately 800m from perimeter of excavations and/or stock piles:

32m3

Sub-base course under pavings etc, compacted to 93% Mod AASHTO density in layers not exceeding 150mm thick

10

29m3Base course under pavings etc, compacted to 93% Mod AASHTO density in layers not exceeding 150mm thick

11

485m3

Approved topsoil obtained from excavations in backfilling behind kerbing, including spreading and levelling

12

225m3Sub-base course of G7 natural gravel material, compacted to 93% Mod AASHTO density

13

Filling supplied by the contractor under parking areas, roadways, etc:

205m3

Base course of G5 natural gravel material, compacted to93% Mod AASHTO density in layers not exceeding 150mm thick

14

305

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 306: Tendering Procedures - Independent Development Trust

6m3Extra over base course of natural gravel material for stabilisation with cement at the rate of 3% OPC cemet

15

1 557m220mm Thick sand bed spread and levelled to falls to true and even levels to receive interlocking paving

16

35NoIn-situ dry density test in accordance with method A10(b) of TMH1

17

Additional tests required by the Principal Agent:

25NoMaximum dry density and optimum moisture content test in accordance with method A7 of TMH1

18

3NoAtterberg limits test in accordance with methods A2 to A4 of TMH1

19

3NoCBR test in accordance with method A8 of TMH120

3NoUCS test in accordance with method A14 of TMH121

WEED KILLERS, INSECTICIDES, ETC

1 557m2Under paving etc22

Weedkiller (active ingredients metalaclor 102,8 g/l, terbitilasien 248,6 g/l and atrasien 248,6 g/l) mixed in the proportion of 100 ml weedkiller to 100 l water and applied at a rate of 10 l/mý

CONCRETE, FORMWORK AND REINFORCEMENT

UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES (WORK GROUP 110)

23m

Edge or restrainer beam 200mm wide x 300mm high overall in lengths not exceeding 2m, bedded 155mm deep into road bed and finished smooth on top with wooden float with all external angles rounded, including all necessary excavations, formwork, backfilling, etc

23

25MPa/19mm In-situ concrete edge and restrainer beams:

306

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 307: Tendering Procedures - Independent Development Trust

PRE-CAST CONCRETE (WORK GROUP 112)

PRE-CAST CONCRETE PAVING

191m2

50mm Thick natural grey paving blocks (25MPa Minimum compressive strength) laid in herringbone pattern to assembly areas, walkways, etc

24

"Technicrete Double Zig-Zag" 220 x 97mm pre-cast concrete interlocking block paving including cutting and filling in edge restraints against kerbs, edge beams, buildings, etc with approved cemented filling compound, rolling to lock-up condition, etc :

1 366m2

80mm Thick natural grey paving blocks (35MPa Minimum compressive strength) laid in herringbone pattern to roads, parking areas, etc

25

763mExtra on last for straight edging to perimeter26

PRE-CAST CONCRETE KERBING

496m

150 x 300mm High edge kerbs (SANS 927 fig 3) in lengths not exceeding 1m, with 150 x 150 x 300mm 15MPa/19mm unreinforced concrete haunching at back of each joint, including excavation, backfilling, etc

27

"Technicrete Kerbs" pre-cast concrete kerbing finished smooth on exposed surfaces, including bedding, jointing and pointing:

94m

150 x 300mm High edge kerbs (SANS 927 fig 3) in lengths not exceeding 1m, with 150 x 150 x 300mm 15MPa/19mm unreinforced concrete haunching at back of each joint, circular on plan not exceeding 4m radius, formed with straight kerbs, including excavation, backfilling, etc

28

12m

200 x 300mm High mountable kerbs (SANS 927 fig 8C) in lengths not exceeding 1m, with 200 x 150 x 300mm 15MPa/19mm unreinforced concrete haunching at back of each joint, including excavation, backfilling, etc

29

307

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 308: Tendering Procedures - Independent Development Trust

IRONMONGERY (WORK GROUP 132)

All road markings and signs shall comply with the latestversion of the South African Road Traffic Signs Manual.The retro-reflective material shall be Class 1

Standard road traffic signs:

3No

600mm Diameter (R1 Series) "STOP" sign complete with 76mm diameter x 2mm tubular section post planted in and including 500 x 500 x 750mm deep 15MPa/19mm mass concrete, including all necessary excavations, formwork, backfilling, etc and post painted with two coats approved aluminium bituminous paint

30

Rate OnlyNo85 Litre Heavy duty black dustbin with lid and metal handles

31

"Shawson Plastics":

3No120 Litre Wheely bin size 470 x 550 x 950mm high with heavy duty pedal (colour as per Architect)

32

PAINTWORK (WORK GROUP 152)

ON ROUGH CONCRETE SURFACES

4NoTransverse regulatory marking " RTM1" stop line marking

33

Scrub off thoroughly with tap water and brush/broom to remove all traces of oil and/or loose particles, apply one coat "Plascon Wash Primer (SNS1)" and apply two finishing coats "Plascon Brick and Concrete Marking" (BTP1,2) paint:

1NoTransverse regulatory marking " RTM2" yield line marking

34

1NoTransverse regulatory marking " RTM4" block pedestriancrossing marking

35

10NoTraffic arrow 1200 x 650mm wide extreme36

16NoNumeral or letter 900mm high37

308

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 309: Tendering Procedures - Independent Development Trust

439m100mm Wide line 38

100 000.00Item

Allow The Budgetary Amount of R100 000.00 (One Hundred Thousand Rand) for Unforeseen Civil Engineering Work to be used as directed by the Principal Agent and deducted in whole or in part if not required

39

GENERAL ALLOWANCES

309

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 310: Tendering Procedures - Independent Development Trust

ROADWORK, PARKING AREAS AND PAVING

Section No 3

Bill No 7

AmountPageNo

EXTERNAL WORKS

COLLECTION

309

308

307

306

305

304

303

302

301

300Total Brought Forward from Page No

310

ROADWORK, PARKING AREAS AND PAVINGBill No 7Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 311: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 2

BILL NO 8

CARPORTS (PROVISIONAL) (WORK GROUP 136)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section 2 for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

Proprietary items or materials where specified are to be of the brand specified - or other approved - by the employer or the employer's agent

Proprietary items or materials

Descriptions of bolts shall be deemed to include nuts and washers

Descriptions

Descriptions of L-shaped and U-shaped anchor bolts shall be deemed to include bending, threading, nuts and washers and embedding in concrete

311

CARPORTSBill No 8Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 312: Tendering Procedures - Independent Development Trust

Descriptions of expansion anchors and bolts and chemical anchors and bolts shall be deemed to include nuts, washers and mortices in brickwork or concrete

Structural steelwork shall be cleaned and prepared by wire brushing in accordance with SANS 10064 and all surfaces shall be primed as specified to a minimum dry film thickness of 30 micrometres before leaving the workshop. Upon delivery to the site and again after erection all bared surfaces shall be made good with similar primer

-------------------------

1No

"Magnaport" Canti lever gazebo type shadeport 5500 x 5500mm (two car unit) with 90% shading factor shadenetting (5mm steel cable strainer for net with 8 x 16mm straining bolts) fixed to and including 178mm diameter hollow section posts, bearers, etc, the posts 2700mm long with 350 x 350 x 12mm baseplate welded on fixed to and including 20MPa/19mm x 700 x 700x 700mm deep mass concrete bases, including excavation, backfilling, gloss enamel paint to posts, bearers, steel wire strainer, etc

1

CARPORTS

6No

"Magnaport" Canti lever gazebo type shadeport 7500 x 5500mm (three car unit) with 90% shading factor shadenetting (5mm steel cable strainer for net with 8 x 16mm straining bolts) fixed to and including 178mm diameter hollow section posts, bearers, etc, the posts 2700mm long with 350 x 350 x 12mm baseplate welded on fixed to and including 20MPa/19mm x 700 x 700x 700mm deep mass concrete bases, including excavation, backfilling, gloss enamel paint to posts, bearers, steel wire strainer, etc

2

312

CARPORTSBill No 8Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 313: Tendering Procedures - Independent Development Trust

CARPORTS

Section No 3

Bill No 8

AmountPageNo

EXTERNAL WORKS

COLLECTION

312

311Total Brought Forward from Page No

313

CARPORTSBill No 8Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 314: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 9

FLAG POLES

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor is referred to the previous Section(s) for supplementary preambles and full descriptions of materials, items, work, etc. which shall be regarded to be equally applicable for work described in this Bill, unless specifically otherwise described

Supplementary preambles and full descriptions of materials, items, work, etc.

-------------------------

CONCRETE, FORMWORK AND REINFORCEMENT

2No

Base 600 x 600 x 1000mm deep overall, with top of concrete base projecting 75mm above adjacent paved surfaces and finished smooth on all exposed sides and with horizontal top wood floated with all external angles rounded, including all necessary excavations, formwork, backfilling, etc

1

25MPa/19mm In-situ concrete base finished smooth on exposed faces (work group 110):

314

FLAG POLESBill No 9Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 315: Tendering Procedures - Independent Development Trust

GALVANISED STEEL MINOR WORK(WORK GROUP 136)

2No

Standard galvanised mild steel flag pole 9m high overall with 6m high bottom section and 3m high top section of flag pole formed of 101mm and 76mm diameter tubular section steel respectively, flag pole complete with 152mm diameter x 70mm high top cap and 300 x 300mm hinged base plate, flag pole to be equipped with double pulley system in top cap, double halyard and cleat lugs, set up and fixed in position, all in accordance with the materials supplied and methods employed by the Manufacturer (Manufacturer: Flag Craft International, Tel: 011 887 2906)

2

Hot dipped galvanised mild steel:

2No

Standard galvanised mild steel foundation cage 250 x 250 x 500mm high overall, including casting in exact position in top of concrete base, all in accordance with the materials supplied and methods employed by the Manufacturer (Manufacturer: Flag Craft International, Tel: 011 887 2906)

3

IRONMONGERY (WORK GROUP 132)

2NoRepublic of South Africa National flag4

Flag size 1800 x 1200mm high with and including all fitting to flag pole

315

FLAG POLESBill No 9Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 316: Tendering Procedures - Independent Development Trust

FLAG POLES

Section No 3

Bill No 9

AmountPageNo

EXTERNAL WORKS

COLLECTION

315

314Total Brought Forward from Page No

316

FLAG POLESBill No 9Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 317: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 3

BILL NO 10

FENCING (PROVISIONAL)

For preambles refer to "Specification of Materials and Methods to be used", PW371-A, Edition 2.1

PREAMBLES

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

The Contractor shall supply, deliver and erect fencing where shown on the drawings or as directed by the Principal Agent to the specifications as described hereunder

General

Pegs indicating the extent of the fence and the route thereof will be placed by the Principal Agent. Alternatively a drawing indicating the pegs, detailed measurements and directions of the fence will be provided by the Principal Agent

The Contractor shall be entirely responsible for maintaining a true and straight line between these pegs and all deviations there from shall be rectified by the Contractor at his own expense

All materials to be used for this work shall be new, of sound quality and suitable for their intended purposes. The use of second hand/grade material will not be permitted

Materials

317

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 318: Tendering Procedures - Independent Development Trust

Although the clearing of the line fence is measured elsewhere under "general site clearance", it will be regarded the Contractor's responsibility to ensure that the ground surface along the fence line is at all times throughout the contract period kept and maintained cleared for a width of not less than 1m wide on each side of the fence and shall include for the digging up and removal of all rubbish, debris, vegetation, shrubs, bush, trees not exceeding 200mm diameter girth, etc., including levelling of the ground to ensure that the maximum and minimum clearances (as specified hereinafter) between the bottom strand and the ground is not exceeded

Clearing the fence line

All excessive surface irregularities shall be graded so that the fence will follow the general contour of the ground

The cleared ground shall be kept clean and maintained throughout the construction period

Concrete bases shall be placed in neatly formed excavations and shall be well rammed around posts and stays. The top of concrete bases shall be at a level of 25mm below ground level

Concrete

Tendered rates shall include for the supply and delivery of all materials, labour, erection of fence, all earthwork activities, concrete, shuttering, tools, plant, paintwork and anything else necessary to complete the fence

Tendered rates

No additional claims in this regard will afterwards be entertained

318

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 319: Tendering Procedures - Independent Development Trust

OLD MATERIALS TO BECOME THE PROPERTY OF THE CONTRACTOR:

Old materials from alteration, except where described to be re-used or handed over, become the property of the contractor who must allow credit for same in the Final Summary

OLD MATERIALS TO BE CARTED AWAY:

Old materials from the alteration, except where described to be re-used or handed over, as well as all rubbish, etc., must be regularly carted from the site and not be allowed to accumulate on or around the site

OLD MATERIALS NOT TO BE RE-USED:

None of the old materials are to be used for new work except where specifically described being set aside for re-use

HANDING OVER OF MATERIALS:

Where certain materials or articles from demolitions or articles are described as to be handed over by the Contractor to the Regional Representative or Representative/Agent, such materials or articles shall be properly stored by the contractor, until handing over thereof. The contractor must obtain an official receipt listing the materials or articles and dates of handing over. If the contractor fails to submit the receipt when requested, it shall be deemed that the materials or articles are still in his possession and he will be held liable to the Department for the full replacement value thereof, which amount will be deducted from any monies due to the contractor

-------------------------

319

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 320: Tendering Procedures - Independent Development Trust

ALTERATIONS (WORK GROUP 102)

REMOVAL OF EXISTING WORK

86mExisting diamond wire fencing 2400mm high with posts, etc.

1

Demolishing and removing:

EARTHWORKS (WORK GROUP 104)

1 180m2

Allow for digging up and removing all rubble, rubbish, vegetable soil, shrubs, bush, etc. not exceeding 200m girth from the whole area of the site to be built upon

2

Earthworks, Filling, ETC

18m3Excavations not exceeding 2m deep for trenches3

12m3Ditto, but for holes4

3m3Extra over trench and hole excavations in earth for excavation in soft rock

5

1m3Ditto, but in "hard rock"6

79m2

In-situ compaction of ground or reduced formation levels, including scarifying for a depth of 150mm and compacting to 93% Mod AASHTO density

7

4No"Modified AASHTO Density" tests8

30m3Carting away surplus material from excavations on site to a dumping site to be located by the Contractor

9

357m2Risk of colapse to sides of trench and hole excavations not exceeding 1,5m deep

10

320

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 321: Tendering Procedures - Independent Development Trust

CONCRETE, FORMWORK AND REINFORCEMENT

UNREINFORCED CONCRETE CAST AGAINST EXCAVATED SURFACES(WORK GROUP 110)

12m3Bases of fencing posts11

25MPa/19mm concrete, in:

18m3Ground beams12

79m2Finishing off top of ground beam with wooden float whilst concrete is still green

13

CONCRETE SUNDRIES

131No50 x 230mm PVC spout cast into concrete 14

3.0Sets

Making and testing a set of three concrete strength test cubes, each 150 x 150 x 150mm, sending them to an approved laboratory for testing and paying all charges in connection therewith

15

TEST CUBES (WORK GROUP 110)

FORMWORK, ETC. TO CONCRETE(WORK GROUP 111)

ROUGH FORMWORK (DEGREE OF ACCURACY III)

786mEdges, risers, ends and reveals not exceeding 300mm high or wide

16

Rough formwork to sides

321

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 322: Tendering Procedures - Independent Development Trust

THE FOLLOWING IN "CLEARVU" FENCING

'CLEARVU" FENCE TO BE INSTALLED TO MANUFACTURERS SPECIFICATIONS

118No3000mm long 85 x 45 x 85mm Taper post including Locking Recess Mechanism

17

Hot dipped galvanised locking posts set in exact position in concrete (excavation and concrete base elsewhere measured), including UV stabilized polymer cap:

4No3000mm Long 85 x 45 x 85mm End of line post including Locking Recess Mechanism

18

4No3000mm Long 85 x 45 x 85mm Corner post including Locking Recess Mechanism

19

121No

Panel size 3305mm wide x 2400mm high, formed with3.5mm diameter wired mesh with aperture size 76.2 x12.7mm, each panel reinforced with four 50mm deep 'V'formation horizontal recessed bands, two 75mm 70° flanges along both sides, one 90° flange along top and one 30° toe, including all necessary single and double bolt clamps and mechanically galvanised Tech bolts

20

AluGalv coated ClearVu Invisible wall panels, fixed between posts strictly in accordance with the manufacturer's specifications:

1No

Single leaf swing gate size 1200 wide x 2400mm high in accordance to manufacturer's specification with all necessary fittings, locking mechanism, etc.

21

AluGalv coated mesh gate, hot dipped galvanised frame fixed between posts strictly in accordance with the manufacturer's specifications:

2No

Sliding single leaf gate overall size 3000 wide x 2400mm high in accordance to manufacturer's specification with all necessary fittings, including locking mechanism, brackets, rear wheel tracks, etc

22

322

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 323: Tendering Procedures - Independent Development Trust

241No1650mm long x 100mm high Spike unit23

AluGalv coated shark tooth spikes fixed along top of mesh panel strictly in accordance with the manufacturer's specifications:

323

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 324: Tendering Procedures - Independent Development Trust

FENCING

Section No 3

Bill No 10

AmountPageNo

EXTERNAL WORKS

COLLECTION

323

322

321

320

319

318

317Total Brought Forward from Page No

324

FENCINGBill No 10Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried Forward to Summary of Section No 3 R

Page 325: Tendering Procedures - Independent Development Trust

EXTERNAL WORKS

SECTION SUMMARY - EXTERNAL WORKS

BillNo

PageNo

Amount

Section No 3

258EARTHWORKS, ETC1

263WATER RETICULATION2

273SEWER RETICULATION3

278STORMWATER DRAINAGE4

289PUMP HOUSE5

299APRONS, RAMPS, STEPS, ETC6

310ROADWORK, PARKING AREAS AND PAVING7

313CARPORTS8

316FLAG POLES9

324FENCING10

325

Section No 3

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Final Summary R

Page 326: Tendering Procedures - Independent Development Trust

AmountItemNo

Quantity Rate

SECTION 4

BILL NO 1

PROVISIONAL SUMS

All prices/rates to be net, excluding Value Added Tax

NOTE

SUPPLEMENTARY PREAMBLES

No cash discount. All provisional sums are "NET"

Cash discount

The cost of water, power and fuel for the commissioning of plant shall be borne by the Selected or Nominated Sub-contractor appointed for the relevant selected or nominated sub-contract works in terms of the conditions under which they have/are contracted for the specialist work involved

Fuel, power and water for commissioning plant

Provisional sums are net and do not include builder's discount. The Contractor may allow next to "Profit" items for any profit he might consider necessary

Profit

It will be expected from the Contractor to render all general attendance and, if specifically so described, special attendance services to each relevant Specialist, all in accordance with Clauses B9.1 and B9.2 in the "Preliminaries" section

Attendance

326

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 327: Tendering Procedures - Independent Development Trust

Tenderers are also urged to thoroughly acquaint themselves with the content of Clauses B9.1 and B9.2 inthe "Preliminaries" section for the definitions and adjustment of "Attendance" and "Special Attendance" respectively

The item "Attendance" which follows each of the provisional sums for Nominated and/or Selected Sub-contractors' work, shall be deemed to cover all the Contractor's costs incurred in providing free of charge to the Nominated and/or Selected Sub-contractors, the following:

1 The services as set out in clause B9.1 in the "Preliminaries" section

2 Making good in all trades and cleaning down and removal of rubbish on completion

The Contractor may allow next to "Attendance" items for the recovery of such costs he might consider necessary

The scheduled allowances for sundry building work are to be used at the discretion of the Principal Agent and remeasured upon completion or deducted in whole or in part if not required

Sundry building work

These scheduled allowances are for work to be executed under separate selected and/or nominated sub-contracts by firms of Specialists to be nominated by the Employer

Selected and nominated sub-contracts

All provisional sums cover the supply and installation of material, equipment, plant, etc., including the commissioning thereof, where applicable

The scheduled allowances for money provisions are to be used at the discretion of the Employer and to be adjusted where applicable or to be deducted in whole or in part if not required

Money provisions

327

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 328: Tendering Procedures - Independent Development Trust

-------------------------

NOMINATED SUB-CONTRACTS

650 000.00ItemProvide the sum of R650 000.00 (Six Hundred and Fifty Thousand Rand) for Counters, Shelves, etc.

1

Counters, Shelves, etc.:

%Allow for profit on last if required2

%Ditto, but for attendance3

425 000.00ItemProvide the sum of R425 000.00 (Four Hundred and Twenty Five Thousand Rand) for Loose Furniture, etc.

4

Loose Furniture, etc.:

%Allow for profit on last if required5

%Ditto, but for attendance6

95 000.00Item

Provide the sum of R95 000.00 (Ninety Five Thousand Rand) for the Building Signage and Fire Signage Installation

7

Signage, Wayfinding, Branding and Artwork:

%Allow for profit on last if required8

%Ditto, but for attendance9

SELECTED SUB-CONTRACTS

15 000.00ItemProvide the sum of R15 000.00 (Fifteen Thousand Rand) for Kitchen Equipment

10

Kitchen Equipment:

%Allow for profit on last if required11

%Ditto, but for attendance12

328

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 329: Tendering Procedures - Independent Development Trust

20 000.00ItemProvide the sum of R20 000.00 (Twenty Thousand Rand) for the Sick Bed & First Aid Kit

13

Sick Bed & First Aid Kit:

%Allow for profit on last if required14

%Ditto, but for attendance15

50 000.00ItemProvide the sum of R50 000.00 (Fifty Thousand Rand) for the Alarm System

16

Alarm System:

%Allow for profit on last if required17

%Ditto, but for attendance18

40 000.00ItemProvide the sum of R40 000.00 (Forty Thousand Rand) for the Playroom Toys/Equipment

19

Playroom Toys/Equipment:

%Allow for profit on last if required20

%Ditto, but for attendance21

20 000.00ItemProvide the sum of R20 000.00 (Twenty Thousand Rand) for the Traffic Boom Installation

22

Traffic Boom Installation:

%Allow for profit if required23

%Ditto, but for attendance24

40 000.00ItemProvide the sum of R40 000.00 (Forty Thousand Rand) for Termite Treatment

25

Termite Treatment:

%Allow for profit on last if required26

%Ditto, but for attendance27

329

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 330: Tendering Procedures - Independent Development Trust

15 000.00Item

Provide the sum of R15 000.00 (Fifteen Thousand Rand) for the Construction of a Plaque for the Official Opening

28

Plaque for Official Opening:

%Allow for profit if required29

%Ditto, but for attendance30

MONEY PROVISIONS

81 000.00Item

Provide the sum of R81 000.00 (Eighty One Thousand Rand) for the monthly payment of the Community Liaison Officer (over the full construction period) The contractor to note that monthly payslips to be provided to both the principal agent and the Employer

31

Community Liaison Officer:

330

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Collection R

Page 331: Tendering Procedures - Independent Development Trust

PROVISIONAL SUMS

Section No 4

Bill No 1

AmountPageNo

PROVISIONAL SUMS

COLLECTION

330

329

328

327

326Total Brought Forward from Page No

331

PROVISIONAL SUMSBill No 1Section No 4

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Final Summary R

Page 332: Tendering Procedures - Independent Development Trust

PageNo

FINAL SUMMARY

SectionNo

Amount

149PRELIMINARIES AND GENERAL1

254BUILDING WORKS2

325EXTERNAL WORKS3

331PROVISIONAL SUMS4

RSUB-TOTAL

1 150 000.00ItemAllow the sum of R1 150 000.00 (One Million One Hundred and Fifty Thousand Rand) for Contingencies

1 200 000.00Item

Allow the sum of R1 200 000.00 (One Million Two Hundred Thousand Rand) for Contract Price Adjustment Provisions

RNET TOTAL, EXCLUSIVE OF VALUE ADDED TAX

RADD: 15% VALUE ADDED TAX

332

LDSD NOA-2/20-1TSHILWAVHUSIKU ONE STOP CENTRE FOR LDSD

Carried to Form of Tender R

Page 333: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 333

C3: SCOPE OF WORKS

Page 334: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 334

INDEPENDENT DEVELOPMENT TRUST

TSHILWAVHUSIKU ONE STOP CENTRE FOR THE DEPARTMENT OF SOCIAL DEVELOPMENT IN LIMPOPO PROVINCE

C3 Scope of Work C3.1 Description of the Works C3.1.1 General This section specifies and describes the supplies, services and Employer’s Agenting and construction works which are to be provided and any other requirements and constraints relating to the manner in which the contract work is to be performed. C3.1.2 Status Should any requirement or provision in the parts of the Scope of Work conflict with any requirement of any Specification(s) forming part of this contract or any drawings, the order of precedence, unless otherwise specified, is: 1. Contract Drawings 2. Scope of Work (which includes the Project Specifications) 3. Standard Specifications 4. Bill of Quantities C3.1.3 Employers Objectives The primary objective of the project is to deliver public infrastructure within the Makhado Local Municipality and in this case the objective is to develop a one stop centre at the proposed Tshilwavhusiku Clinic. Optimum utilization shall be made of the resources within the local community and that these resources shall be improved and enhanced through their participation in the execution of the works. The project to be implemented has taken into cognizance the prescripts of local SMMEs. C3.1.4 Overview of the Works The work to be carried out under this contract includes the supply of material and labour for the successful completion of the project within the constraints of time, cost and quality. The project entails the construction of a one stop centre at the proposed Tshilwavhusiku Clinic. The Contractor’s obligations shall also include strict compliance with any Environmental requirements and/or reports deemed to form part of this Contract as well as any Occupational Health and Safety requirements. This description of the works is not necessarily complete and shall not limit the work to be carried out by the Contractor under the Contract. Approximate quantities of each type of work are given in the Bills of Quantities. C3.1.5 Extent of the Works The primary activities of the project entail the following:

▪ Construction of the building and the appurtenances ▪ Painting ▪ Installation of doors. ▪ Installation of services (water and sewer) for all sanitary works ▪ Supply and installation of all site electrical reticulation as indicated on the drawings ▪ Supply and installation of area lighting, Telecommunication Sleeves and Manholes

Page 335: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 335

▪ Supply and installation of the entire electrical small power installation, including distribution boards, sockets, cable containment etc.

▪ Supply and installation of complete internal and external lighting installation as indicated on the relevant drawings, including all light fittings, lamps, switches and wiring.

▪ Supply and installation of cable containment for telephone and data cabling installation. The telephone and data cabling installation shall be done by others.

▪ Supply and Installation of a smoke detection system. ▪ Supply and Installation of a working lightning protection system. ▪ Issuing of a Certificate of Compliance and earthing certificate for the installation.

Proposed materials

Roof • Klip-Tite with Chromadeck

finish • Concrete Flat roof on some

sections Ceiling

• Suspended Ceiling Walls

• acoustic walls Face brick

• Aluminium Frames with Safety glass

• Plaster and Paint • Wall tiling.

Windows • Aluminium Frames

Doors • Aluminium frames for

exterior • Solid core for Interior

Floors • Porcelain Tiles

Fence

• ClearVu

C3.1.6 Temporary Works. The Contractor shall, as relevant,

• Safety and security of the Contractor’s temporary works shall be at the Contractor’s discretion, but always in accordance with stipulated Occupational Health and Safety requirements

• Clearing and grubbing

• Temporary road signs and road markings C3.1.7 General Information Drawings: The reduced drawings contained in Part C5 that form part of the tender document shall be used for tender purposes only. Further drawings are to be provided on an on-going basis by the Employer’s Agent. Any information in the possession of the contractor, which the resident Employer’s Agent requires to complete the as-built drawings, shall be supplied to the Employer’s Agent before a certificate of completion will be issued. Only figured dimensions shall be used and drawings shall not be scaled unless so instructed by the Employer’s Agent. The Employer’s Agent will supply all figured dimensions omitted from the drawings. Power, Water Supply and Other Services: The contractor shall make his own arrangements concerning the supply of electrical power and all other services. No direct payment will be made for the provision of electrical and other services. The cost of providing these services will be deemed to be included in the rates and amounts tendered for the various items of work for which these services are required. Contractor’s Camp Site and Security: The contractor shall make his own arrangements regarding the establishment of a camp site and housing for his construction personnel and all regulations stipulated by the local authority shall be adhered to. It is anticipated that the contractor’s choice of a camp site will be influenced by the availability of telephone and electrical connections as well as the supply of potable water.

Page 336: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 336

Provision is made in these specifications for the erection of a security fence around the site offices. The contractor shall be responsible for the security of his personnel and constructional plant on and around the site of the works and for the security of his camp, and the employer will consider no claims in this regard. C3.1.8 Additional Requirements for Construction Activities Programme Requirements for Construction Activities: The contractor shall programme his activities to be suitable in terms of his resources to complete the contract inside the stipulated time period. Construction in Confined Areas: It may be necessary for the contractor to work in confined areas. In certain areas the width of the fill material and pavement layers may reduce to zero and the working space may be confined. The method of construction in these confined areas depends on the contractor’s construction plant. However, the contractor must note that measurement and payment will be in accordance with the specified cross-sections and dimensions, irrespective of the method used to achieve these cross-sections and dimensions, and that the rates and amounts tendered will be deemed to include full compensation for any special equipment or construction methods or for any difficulty encountered in working in confined areas and narrow widths, and at or around obstructions, and that no extra payment will be made nor will any claim for payment be considered on account of these difficulties. C3.2 Employer’s Agent C3.2.1 Design The Employer is responsible for the design of the permanent Works as reflected in these Contract Documents unless otherwise stated. The Contractor is responsible for the design of the temporary Works and their compatibility with the permanent Works. The Contractor shall supply all details necessary to assist the Employer’s Agent in the compilation of the as-built drawings. C3.2.2 Employer’s Design

• Detail description of Works

• General Works C3.2.3 Contractor’s Design Where contractor is to supply the design of designated parts of the permanent Works or temporary works he/she shall supply full working drawings supported by a professional Employer’s Agent’s design certificate. C3.2.4 Design procedures All designs and modifications thereto shall be communicated in writing and the contractor and Employer’s Agent shall maintain master lists to record and track all transactions. C3.2.5 Drawings The drawings used for setting up the Bills of Quantities are included in Section C5: Site Information of the tender document. The drawings are issued for tender purposes only.

• Architectural drawings

• Civil / Structural Engineering Drawings

• Electrical / Mechanical Engineering Drawings Three (3) sets of Construction drawings to be provided to the successful tenderer prior to commencement of construction.

Page 337: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 337

C3.3 Construction C3.3.1 Existing Residential Areas Electricity and water supply interruptions in existing residential areas shall be kept to a minimum. The Employer’s Agent's approval shall be obtained prior to such interruptions and residents shall be notified in writing at least 24 hours but not more than 48 hours in advance. Supplies shall be normalised by 16:00 on the same day. C3.3.2 Employment of Local Labour It is the intention that this Contract should make maximum use of the local labour force that is presently under-employed. To this end the Contractor shall limit the utilisation on the Contract of non-local employees to that of key personnel only and to employ and train local labour to the extent necessary for the execution and completion of this Contract. The Contractor shall fill in the form entitled Key Personnel in the Forms to be completed by the Bidder. The data stated on the above-mentioned form will be strictly monitored during the Contract period and any deviations therefrom shall be subject to the prior approval of the Employer’s Agent, which approval shall not be unreasonably withheld. The employment of casual labour will be done in co-operation with community leaders and local structures. The bidder shall ensure that all remuneration paid to employees is in line with the relevant sectorial determination in terms of the Basic Conditions of Employment Act, No 75 of 1997, as determined by the Department of Labour. C3.3.3 Existing Services Known services: All known service providers have services within the area of construction. Use of detection equipment for the location of underground services: Services must be detected using hand excavation and with the use of metal detectors. Damage to services: The contractor is responsible for damages to all services known and unknown. The contractor must, before commencing with any earthworks, ensure that he is aware of all the existing services are, if any. These services are to be properly exposed and protected during the period of construction. The client reserves the right to, should there be any claims with regard to services damaged by the contractor through negligence. Reinstatement of services and structures damaged during construction: The contractor shall be responsible for the reinstatement of services and structures damaged during construction. C3.4 Management of the Works C3.4.1 Recording of Weather The Contractor shall erect an effective rainfall gauge on the site and record the daily rainfall figures in a book. Such book shall be handed to the employer’s representative for his signature no later than 12 days after rain that is considered to justify an extension of time occurs

Page 338: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 338

C3.4.2 Management Meetings The Employer’s Representative and the Contractor shall hold meetings relating to the progress of the works at regular intervals and at other such times as may be necessary. The Contractor shall attend all site meetings and shall ensure that all persons under his jurisdiction are notified timeously of all site meetings should the Employer’s Representative require their attendance at such meetings. The Contractor shall keep on site a set of minutes of all site meetings, daily records of resources (people and equipment employed), a site instruction book, a complete set of contract working drawings and a copy of the procurement document and make these available at all reasonable times to all persons concerned with the contract. C3.4.3 Forms for Contract Administration The Contractor shall be required to submit an updated contractor monthly report during site meetings, which will be used by the consultant to update the client. C3.4.4 Quality Control The Contractor is to supply details of the quality plan and procedures. These shall include:

• Inspection and test plans.

• Approval process.

• Hold-points. C.3.4.5 Payment Certificates The Contractor to ensure that the VAT invoice required with each certificate is delivered timeously. The date of the certificate will be that of the date when the certificate is received by the consultant. The Contractor to ensure timeous submission of all required documentation for the expedient processing of payment certificates, as required by the client, eg BAS entity forms, company registration details, VAT clearance certificates, etc. The Contractor is responsible for such documentation submission.

C3.5 Project Specifications This part of the project specifications deals with matters relating to the standard specifications. Where reference is made in the standard specifications to the project specifications this part shall also contain the relevant information e.g. the requirements where a choice of materials or construction methods are provided for the standard specifications. In certain clauses the standard specifications allow a choice to be specified in the project specifications between alternative materials or methods of construction and for additional requirements to be specified to suit a particular contract. Details of such alternatives or additional requirements applicable to this contract are contained in this part of the project specifications. It also contains some additional specifications and amendments of the standard specifications required for this particular contract.

C3.5.1 Civil Works- Amendments to SANS 1200 There are no amendments to the SANS 1200. C3.5.2 Occupational Health and Safety Specifications

Page 339: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 339

DOCUMENT: HEALTH AND SAFETY SPECIFICATION -CR 5(1)(b) PROJECT: THE NEW OFFICE ACCOMODATION 2 PROGRAMME. SITE: TSHILWAVHUSIKU ONE STOP CENTRE Date: 25 October 2019 Developed by: PASHLEY GRYPHON CONSULTANTS Developed for: Independent Development Trust

Page 340: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 340

Page 341: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 341

Page 342: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 342

1. SPECIFICATION CONTEXT

1.1 INTRODUCTION

IDT is committed to responsible health, safety and environmental management; essentially to protect the environment, employees, contractors, visitors and to provide a work environment that encourages a health and safety culture. Principal Contractors and their Contractors shall demonstrate their commitment and concern by: Ensuring that decisions and practices affecting health, safety and environmental performance are consistent with this HSE specification for New office accommodation 2 Programme;

• Ensuring adequate resources are made available for the effective implementation

of health, safety and environmental control and mitigation measures. Managers,

supervisors and employees at all levels must demonstrate their commitment by

being proactively involved in the day to day HSE operations.

• Participating in hazard identification and risk assessments and design safety

reviews;

• Communicating health, safety and environmental management processes,

strategies and control measures with all levels of employees, contractor and/or

visitors;

• Ensuring visible leadership on all sites;

• Promoting and enforcing the use of correct types of Personal Protective Equipment

(PPE);

• Reporting and investigation of incidents and accidents and ensuring actions are

identified and implemented to prevent similar types of incidents reoccurring;

• Cooperating in Client audits and meetings and ensuring required actions are

implemented within reasonable time frames on site;

• Recognizing and commending safe work practices and coaching employees who

require guidance

• Maintaining the highest standards of and striving towards continual improvement of

HSE.

1.2 PURPOSE

The objectives of this HSE Specification is to ensure that all Contractors (herein referred to as the Contractor (including Principal Contractor, Contractors, Subcontractors, Service Providers or similar) entering into a contractual agreement/relationship with IDT achieve and maintain an acceptable level of HSE performance whilst conducting activities to execute the New office accommodation 2 Programme; This HSE Specification sets out the minimum requirements to be followed by the Contractors so that the health and safety of all persons potentially at risk, and the protection of the environment receives the same priority as other facets of the project. This specification forms an integral part of all contracts entered into with IDT, and the Contractor is required to use and apply it when drafting project/contract specific HSE documentation. The requirements set out herein shall be applicable for the duration of the project/contract. The Contractor shall assume full responsibility to conform to all the provisions of the HSE legislative requirements and the onus is placed on the Contractor to ensure compliance to the overall legislation and this HSE Specification.

1.3 SCOPE

The objective of this scope is to assist the Principal Contractor/s entering into contracts with IDT for the New office accommodation 2 Programme to comply with the Occupational Health and Safety Act 85 of 1993. Compliance to this document does not liberate the Principal Contractor from complying with the minimum requirements.

Page 343: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 343

The health and safety specification is developed to address all aspects of occupational

health and safety as effected by contractors. It provides the requirements that Principal

Contractors and other Contractors shall comply with in order to reduce the risks associated

with the construction works that may lead to incidents causing injury and/or ill health.

1.4 APPLICATION OF SPECIFICATION

This specification applies to: Principal Contractors, Contractors, Subcontractors, Service Providers or similar entering into a contractual agreement/relationship with IDT;

• For the purposes of this document, “employees” includes IDT employees,

accountable executive who appoints contractors or responsible for work on the

client’s premises, consultants and contractors, irrespective of their location,

function, grade or standing who is performing tasks and duties for and on behalf of

IDT .

• Where no in-country legislation, guidance or governance exists, the application of

this specification will be applicable.

1.5 ADHERENCE

The specifications are mandatory before the commencement of any contract works to be conducted on any IDT premises. These specifications shall be implemented and subject to audit, without prior announcement from time to time. It is the responsibility of the hosting business unit and/or contractor to familiarise himself with the contents of this specification and any subsequent updates hereto.

2. ADMINISTRATIVE REQUIREMENTS

2.1 Occupational injury and diseases compensation and insurance provisions

Workmen’s Compensation Funds, Employment injury schemes and social insurances provide for medical care and cash benefits to workers who are injured or develop an occupational disease in the course of their employment. The Contractor shall provide valid copy of the Workmen’s Compensation Funds, Employment injury schemes and social insurances registration documentation as determined by the relevant legislation Section 80 of COID Act. The Contractor shall warrant that all its employees and sub-contractor employees are covered in terms of the provisions of the funds, schemes and insurances, which cover shall remain in force whilst any such employees are present on the client premises/site; or which shall remain in force for the duration of the contract.

2.2 Construction work permits, licences and notifications

The Contractor appointed to perform construction work shall ensure that all regulatory construction work permits, licenses and notifications are obtained prior to work commencement. In cases where the construction work requires a construction work permit for which the Client or his Agent is responsible to obtain, the Contractor shall, as a prerequisite to commencement with construction work request a valid copy of the construction work permit from the client or his agent and keep a copy of the document in the HSE site file for the duration of the project/contract.

2.3 Records

The Contractor shall maintain all HSE records required to demonstrate compliance with this specification, the applicable health and safety legislations, regulations, environmental management legislation as well as other applicable legislation or standards.

Page 344: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 344

The Contractor shall ensure that a daily report is completed to record all activities taking place on site and must include items such as inclement weather conditions, accident/ incident details (including near misses), details of sub-contractors on site, hours worked, progress with contract work schedule, inspections carried out, quality inspections, details of health and safety toolbox talks, issues and any additional instructions issued by the project/contract management team or similar.

The Contractor must ensure that every sub-contractor keeps its own HSE Site File, maintains the file and makes it available on request.

2.4 Health, safety and environmental Plan (HSE)

The Contractor shall be required to develop and provide for review and approval by the client, a comprehensive HSE plan prior to work commencement. The HSE plan shall be project/contract and site specific addressing the requirements set out in this specification detailing the Contractor’s planned methods of HSE Management on site for the duration of the project/contract.

2.5 Site Health Safety and Environmental File

The HSE Site File is a file containing information on aspects of the project/contract which may be necessary to ensure the health and safety of any person who may be affected by the project/contract works. The Contractor shall be required to develop and provide for review and approval by the client or Agent, a comprehensive HSE Site file prior to work commencement. The submission of the HSE Site file for review and approval by the client shall be done at least 14 business days prior to work commencement. The HSE Site File shall contain all supporting documentation of the HSE plan. The Contractor shall be required to keep the HSE Site file on site at all times for the duration of the project/contract. The OH&S File (Construction Regulation 7 (b)) as required by Construction Regulation 7(b),

the Principal Contractor and other Contractors shall each open and keep an OH&S file on

site. The following list is not exhaustive and shall only be used as a guide:

• Notification of construction work (Construction Regulation 4)

• Latest copy of OH&S Act (General Administrative Regulation 4)

• Proof of registration and good standing with COID Insurer (COID Act Section 80 &

Construction Regulation 5 (1) (j) 7 (1) (iv))

• OH&S plan agreed with the Client including the underpinning risk assessment/s

and method statements (Construction regulation 7(1) (b))

• Copies of OH&S committee and other relevant minutes

• Designs/drawings (Construction Regulation 11(1)(c))

• A list of Contractors (sub-contractors) including copies of the agreements between

the parties and the type of work being done by each Contractor (Construction

Regulation 7 (1)(f))

Registers as follows include but are not limited to:

• Accident/Incident register (Annexure 1)

Page 345: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 345

• OH&S representatives’ inspection register

• Batch plant inspections

• Construction vehicles and mobile plant inspections by controller

• Daily inspection of vehicles, plant and other equipment by the operator/driver/user

Demolition inspection register

• Designer’s inspection of structures record

• Electrical installations, -equipment and -appliances (including portable electrical

tools)

• Excavations inspection

• Explosive powered tool inspection, maintenance, issue and returns register (incl.

cartridges and nails)

• Fall protection inspection register

• First aid box contents

• Fire equipment inspection and maintenance

• Formwork and support work inspections

• Hazardous chemical substances record

• Ladder inspections - Lifting equipment register

• Materials hoist inspection register

• Machinery safety inspection register (incl. machine guards, lock-outs etc.)

• Scaffolding inspections

• Stacking and storage inspection

• Inspection of structures

• Inspection of vessels under pressure

• Incidents register

• Welding equipment inspections

• Inspection of work conducted on or near water

• All other applicable records including traffic safety officer reports.

The Safety Agent will conduct an audit on the OH&S file of the Principal Contractor together

with their full-time safety officer from time-to-time.

2.6 Policies

The contractor shall formulate and implement the following policies which shall also be included in the HSE Site File:

• Health, Safety and Environmental Policy

• Alcohol and Substance Abuse Policy

2.6.1 Health, safety and environmental policy

The HSE Policy shall include as a minimum:

Page 346: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 346

• A commitment towards the safeguarding of employees, contractors and

visitors health and safety.

• A commitment towards the prevention of environmental pollution and

degradation.

• Description of the processes for executing and reviewing the policy

• The policy shall be signed by the CEO of the contracted company.

2.6.2 Alcohol and substance abuse policy

The Alcohol and Substance Abuse Policy shall include as a minimum:

• Means for identifying employees, contractors and visitors that may be

intoxicated whilst on site as well as confirmation of such intoxication.

• Procedures for addressing intoxication incidents as mentioned above.

• Disciplinary action with regards to intoxicated employees.

• Informing the client of such incidents including the subsequent action

taken.

3. STRUCTURE AND ACCOUNTABILITY

Overall Supervision and Responsibility for OH&S It is a requirement that the Principal

Contractor, when he appoints Contractors (Sub-contractors) in terms of Construction

Regulations 7 (1) (c) (v), 7 (1) (x), 7 (1) (f), 7(2) (c) includes in his agreement with such

Contractors the following:

• OH&S Act (85 of 1993), Section 37(2) agreement: “Agreement with Mandatary”.

• OH&S Act (85 of 1993), Section 16(2) appointee/s as detailed in his/her/their respective

appointment forms.

3.1 Client responsibilities

IDT as the client shall appoint each principal contractor in writing for a project, part thereof or the duration of their contract with IDT and provide the principal contractor with the required HSE specifications. In particular, IDT shall not appoint any Contractor unless it is reasonably satisfied that the contractor which it intends to appoint has the necessary competencies and resources execute the work safely. The client reserves the right to inspect the Contractor’s work in progress at any time to

monitor compliance with the terms of the contractor appoint an agent to represent the Client,

this HSE specification, and the provisions of the relevant and applicable legislative

requirements.

3.2 Specific Supervision Responsibilities

The Contractor shall appoint designated competent employees and/or other competent

persons in writing as required by the Act and Regulations. Below is a generic list of identified

appointments and may be used to select the appropriate appointments for this contract. List

below is a generic list that is intended to be used as a guideline. The Contractor shall note

that it is a generic list only and is not limited to but includes:

Ref. Section/Regulation in OH&S Act

• Batch Plant Supervisor (Construction Regulation 20(1)

• Construction Vehicles/Mobile Plant/Machinery Supervisor (Construction Regulation

23)

Page 347: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 347

• Demolition Supervisor (Construction Regulation 14)

• Drivers/Operators of Construction Vehicles/Plant (Construction Regulation 23)

• Electrical Installation and Appliances Inspector (Construction Regulation 24)

• Excavation Supervisor (Construction Regulation 13 (1)(a))

• Fall Protection planner (Construction Regulation 10(1)(a))

• First Aider (General Safety Regulation 3)

• Fire Equipment Inspector (Construction Regulation 29 (h))

• Hazardous Chemical Substances Supervisor (HCS Regulations)

• Incident Investigator (General Admin Regulation 29)

• Ladder Inspector (General Safety Regulation 13A)

• Lifting Equipment Inspector (Driven Machinery Regulation 18 (10)(e))

• Materials Hoist Inspector (Construction Regulation 19)

• OH&S Committee (OH&S Act Section 19)

• OH&S Officer (Construction Regulation 5(5)

• OH&S Representatives (OH&S Act Section 17)

• Person Responsible for Machinery (General Machinery Regulation 2)

• Scaffolding Supervisor (Construction Regulation 16(1))

• Stacking & Storage Supervisor (Construction Regulation 28(a))

• Structures Supervisor (Construction Regulation 11)

• Suspended Platform Supervisor (Construction Regulation 17(1))

• Tunnelling Supervisor (Construction Regulation 15)

• Working on/next to Water Supervisor (Construction Regulation 26)

• Welding Supervisor (General Safety Regulation 9)

3.3 Principal Contractor responsibilities

The principal contractor will be appointed in terms of relevant and applicable legislation. All responsibilities imposed on the Principal contractor by the legislation will be deemed applicable. The duties shall include:

• Ensuring that the HSE Plan and HSE Site File is submitted, prior to work

commencement, to PASHLEY GRYPHON Consulting health and safety Consultant

for review and approval.

• Sign the relevant Agreements prior to work commencement and kept in the HSE

Site file.

• Ensure that the relevant Agreement(s) are signed between themselves and their

contractor and sub-contractor.

• Ensure that contractors and sub-contractors have updated copies of the country

specific required Workmen’s Compensation Funds, Employment injury schemes

Page 348: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 348

and social insurances registration documentation as determined by the relevant

legislation.

• Ensure that each appointed contractor and sub-contractor prepares and submits

for review and approval by the Principal Contractor, a site specific HSE Plan and

HSE Site File.

• The Principal Contractor shall submit for review and sign-off such approved HSE

plans and HSE Site Files by OHS Agent.

• Take reasonable steps to ensure that each appointed contractor and sub-contractor

HSE plan is implemented and maintained on the site and HSE Site File

documentation is maintained.

• Stop any unsafe acts or persons creating an unsafe environment.

• Ensure work is supervised by competent personnel and that work is done by

competent employees.

• Ensure that appointed personnel as per the HSE Site File are executing their duties

as per their legal appointments.

• Stop any work from being executed which is not in accordance with the client’s HSE

specification and the principal contractor's HSE plan for the site or which poses a

threat to the health and safety of persons and the environment

• Maintain an up to date list of all the contractor and sub-contractor on site

accountable to the principal contractor, the agreements between the parties and

the type of work being done; and

• Ensuring co-operation between all contractors or subcontractors to enable each of

those contractors or subcontractors to comply with the requirements of the relevant

and applicable legislation and the HSE requirements set out in this HSE

Specification; and

• The Principal Contractor must hand over a consolidated HSE Site File to the Client

at the end of the contract.

3.4 Contractor and subcontractor requirements

The Principal Contractor shall notify the client of any contractor or subcontractor he may wish to perform work on the client’s premises/site. It is hereby recorded that all the terms and provisions contained in this HSE specification shall be equally binding upon the contractor or subcontractor prior to the contractor or subcontractor commencing work on site. Without derogating from the generality of this paragraph The Principal Contractor shall:

• Review, assess and approve each of its contractor or subcontractor HSE Plans and

HSE Site File content prior to commencing work on the client’s premises/site.

• Ensure that all contractors and subcontractors are listed on the construction

notification or permit documentation as may be required by relevant local

authorities.

• Implement and maintain a contractor and subcontractor register, listing all

aforementioned parties for the duration of the project/contract.

• Ensure that training as discussed in this HSE specification is provided to and/or

training completion is verified prior to the contractor or subcontractor commencing

work on the client’s premises/site.

• Ensure that work performed by the contractor or subcontractor is done under strict

supervision as required by this specification.

• Inform the client of any HSE hazards and/or issue that the contractor or

subcontractor may have brought to his attention.

• To ensure compliance by the contractor or subcontractor, the Principal Contractor

must audit each of its contractors or subcontractors at intervals agreed upon but

not exceeding monthly, with audit reports filed in the HSE Site File on site. The audit

must include an administrative assessment as well as a physical inspection of the

contractor or subcontractor’s site activities.

Page 349: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 349

• Inform the client of any complication encountered regarding the compliance of the

contractor or subcontractor with any HSE instruction, procedure and/or legal

provision applicable to the work of the contractor or subcontractor.

• Not be entitled to cede, assign or sub-contract any of its rights or obligations in

terms hereof without the prior written consent from the client.

• Ensure where changes to the works occur, sufficient HSE information and

appropriate resources are made available to the contractor or subcontractor to

execute the work safely.

• Ensure that every contractor or subcontractor is in good standing with the country

specific required Workmen’s Compensation Funds, Employment injury schemes

and social insurances prior to work commencement.

Ensure that potential contractors or subcontractors submitting tenders have made provision for the cost of health and safety measures for the project/contract The Principal Contractor may only subcontract work in terms of a written subcontract and shall only appoint a contractor or subcontractor should he be reasonably satisfied that such a contractor or subcontractor has the necessary competencies and resources to safely perform the work falling within the scope of the contract.

Such a subcontract shall require the contractor or subcontractor to:

• co-operate and comply, as far as is necessary, with the provisions of the relevant

and applicable legislation and the HSE requirements set out in this HSE

Specification; and

• as far as is reasonably practicable, promptly provide the Principal Contractor with

any information which might affect the health and safety of any person at work

carrying out work or any person who might be affected by the work of such a person

at work or which might justify a review of the HSE plan.

The Principal Contractor shall provide any contractor or subcontractor who is submitting a tender or appointed to perform work on the client’s premises, with this HSE specification. The Principal Contractor shall satisfy himself and ensure that all contractor or subcontractor employees deployed to the site are:

• Informed, instructed and trained by a competent person regarding any hazard and

the related safe work procedures before any work commences, and thereafter at

such times as may be determined in the risk assessment; and

• Issued with proof of HSE induction training issued by a competent person and carry

proof of such induction when working on site.

The client reserves the right to refuse the use of a contractor or subcontractor not approved by the client or contractors or subcontractors deemed to be non-compliant to the client’s HSE requirements.

3.5 Designation of OH&S Representatives (Section 17 of the OH&S Act)

Where the Principal Contractor employs more than 20 (twenty) persons (including the

employees of other Contractors (sub-contractors) he has to appoint 1 (one) OH&S

representatives for every 50 (fifty) employees or part thereof.

General Administrative Regulation 6 requires that the appointment or election and

subsequent designation of the OH&S representatives be conducted in consultation with

employee representatives or employees - (Section 17 of the Act and General Administrative

Regulation 6 & 7).

OH&S representatives shall be designated in writing and the designation shall include the

area of responsibility of the person and term of the designation.

Page 350: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 350

3.6 Duties and Functions of the OH&S Representatives (Section 18 of the OH&S Act)

The Principal Contractor shall ensure that the designated OH&S representatives conduct

continuous monitoring and regular inspections of their respective areas of responsibility

using a checklist and report thereon to the Principal Contractor. OH&S representatives shall

be included in accident or incident investigations. OH&S representatives shall attend all

OH&S committee meetings.

3.7 Appointment of OH&S Committee (Sections 19 and 20 of the OH&S Act)

The Principal Contractor shall establish an OH&S committee, which shall meet as specified

in the Regulations.

4. GENERAL OCCUPATIONAL HEALTH AND SAFETY PROVISIONS

4.1 Hazard Identification and Risk Assessment (Construction Regulation 9 (1))

4.1.1 Risk assessments

A generic list of Risk Assessments headings that have been identified by IDT as

possibly applicable to this contract as a guideline to Contractors intending to tender.

The Principal Contractor/s shall develop a site-specific health and safety plan based

on the Client’s documented health and safety specification and open a health and

safety file (Construction Regulations 7 (a) (b)

4.1.2 Development of Risk Assessments

Every Principal Contractor performing construction work must, before the

commencement of any construction work or work associated with the aforesaid

construction work and during such work, cause a risk assessment to be performed

by a competent person, appointed in writing, and the risk assessment shall form

part of the OH&S plan and be implemented and maintained as contemplated in

Construction Regulation 9(1).

The risk assessment must include:

▪ the identification of the risks and hazards to which persons may be

exposed;

▪ an analysis and evaluation of the risks and hazards identified;

▪ a documented plan of safe work procedures and safe working

procedures to mitigate;

▪ reduce or control the risks and hazards that have been identified

▪ a monitoring plan and

▪ a review plan

Based on the risk assessment, the Principal Contractor shall develop a set of site-

specific OH&S rules that shall be applied to regulate the OH&S aspects of the

construction. The risk assessment, together with the site-specific OH&S rules shall

be submitted to IDT before construction on site commences. These will be included

in the SHE plan. Despite the risk assessments listed below, the Client shall prepare

a baseline risk assessment and document a health and safety specification base

on baseline risk assessment - Construction Regulations 5 1 (a) (b).

The Contractor shall ensure through his risk management process the hierarchy of

controls stipulated as follows, are implemented:

▪ Eliminate - The complete elimination of the hazard.

▪ Substitute - Replacing the material or process with a less hazardous

one.

▪ Redesign - Redesign the equipment or work process.

▪ Engineering control - Isolating the hazard by guarding or enclosing it.

Page 351: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 351

▪ Administrative control - Providing control such as training, procedures

etc.

▪ Personal Protective Equipment (PPE) - Use of appropriate and

properly fitted PPE where other controls are not practical. (PPE as the

last resort)

The listed risk assessment below shall be incorporated into the baseline risk

assessment. The baseline risk assessment shall further include the standard

working procedures and the applicable method statements based on the risk

assessments. All variations to the scope of work shall similarly be subjected to a

risk assessment process.

4.2 List of Risk Assessments

The list includes and not limited to:

• Clearing and Grubbing of the area/site

• Site establishment including:

▪ Layout of Principal Contractors’ site camps

▪ Office/s

▪ Secure/safe storage for materials, plant and equipment

▪ Ablutions

▪ Sheltered eating area

▪ Vehicle access to the site

▪ Gates and perimeter fencing covered with shade netting

▪ Warning and information signs relevant to the construction site affixed

conspicuously and at strategic locations.

▪ The accommodation of employees on the site will not be permitted and the

Principal Contractor shall make arrangements to accommodate his

employees elsewhere.

• Dealing with existing structures

• Location of existing services

• Installation and maintenance of temporary construction electrical supply, lighting

and equipment

• Adjacent land uses/surrounding property exposures

• Boundary and access control/public liability exposures (NB: the employer is also

responsible for the OH&S of non-employees affected by his/her work activities)

• Health risks arising from neighbouring as well as own activities and from the

environment e.g. threats by dogs, bees, snakes, lightning, etc.

• Exposure to noise

• Exposure to vibration

• Protection against dehydration and heat exhaustion

• Protection from wet and cold conditions

• Dealing with existing structures

• Location of existing services

• Installation and maintenance of temporary construction electrical supply, lighting

and equipment

• Adjacent land uses/surrounding property exposures

• Boundary and access control/public liability exposures (NB: the employer is also

responsible for the OH&S of non-employees affected by his/her work activities)

• Health risks arising from neighbouring as well as own activities and from the

environment e.g. threats by dogs, bees, snakes, lightning, etc.

• Exposure to noise

Page 352: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 352

• Exposure to vibration

• Protection against dehydration and heat exhaustion

• Protection from wet and cold conditions

• Dealing with HIV/Aids and other diseases

• Use of portable electrical equipment including:

▪ Angle grinder

▪ Electrical drilling machine

• Excavations including:

▪ Ground/soil conditions

▪ Trenching - Shoring

▪ Drainage of trench

• Welding including:

▪ Arc welding

▪ Gas welding

▪ Flame cutting

▪ Use of LP gas torches and appliances

• Loading and offloading of trucks

• Aggregate/sand and other materials delivery

• Manual and mechanical handling

• Lifting and lowering operations

• Glazing

• Painting

• Waterproofing

• Driving and operation of construction vehicles and mobile plant including

▪ Trenching machine

▪ Excavator

▪ Front end loader

▪ Parking of vehicles and mobile plant

▪ Towing of vehicles and mobile plant

• Use and storage of flammable liquids and other hazardous substances

• Backfilling of trenches

• Mobile cranes and the ancillary lifting tackle

4.3 Review of Risk Assessments

The Principal Contractor shall review the hazard identification, risk assessments and

standard working procedures:

• Where changes effected by design, plan and or construction may result in a change to

the risk profile and when an incident has occurred Construction Regulation 9 (7) each

time changes are made to the designs, plans and construction methods and processes.

• The Principal Contractor shall provide IDT, other Contractors and all other concerned

parties with copies of any changes, alterations or amendments.

4.4 Training and Competence

The contents of all training required by the Act and Regulations shall be included in the

Principal Contractor’s OH&S plan. The Principal Contractor shall be responsible for

ensuring that all relevant training is undertaken. Only accredited Service Providers shall be

used for OH&S training. The Principal Contractor shall ensure that his and other

Contractors’ personnel appointed are competent and that all training required to do the work

safely and without risk to health, has been completed before work commences. The

Principal Contractor shall ensure that follow-up and refresher training is conducted as the

contract work progresses and the work situation changes. Records of all training must be

kept on the OH&S file for auditing purposes.

Page 353: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 353

4.5 Consultations, Communication and Liaison

OH&S liaison between the Client, the Principal Contractor, and the other Contractors, the

designer and other concerned parties will be through the OH&S committee. In addition to

the above, communication may be directly to the Client or his appointed agent, verbally or

in writing, as and when the need arises. Consultation with the workforce on OH&S matters

will be through their supervisors, OH&S representatives and the OH&S committee. The

Principal Contractor shall be responsible for the dissemination of all relevant OH&S

information to the other Contractors e.g. design changes agreed with the Client and the

designer, instructions by the Client and/or his/her agent, exchange of information between

Contractors, the reporting of hazardous/dangerous conditions/situations etc. The Principal

Contractors’ most senior manager on site shall be required to attend all OH&S meetings.

4.6 Checking, Reporting and Corrective Actions

4.6.1 Monthly Audit by Client (Construction Regulation 5 (1) (O)

IDT Safety Agent will conduct monthly audits to comply with Construction

Regulation 5 (1)(o) to ensure that the Principal Contractor has implemented and is

maintaining the agreed and approved OH&S plan.

4.6.2 Contractor’s Audits and Inspections

The Principal Contractor is to conduct his own monthly internal audits to verify

compliance with his own OH&S management system as well as with this

specification.

4.7 Inspections by OH&S Representative’s and other Appointees

OH&S representatives shall conduct weekly inspections of their areas of responsibility and

report thereon to their foreman or supervisor whilst other appointees shall conduct

inspections and report thereon as specified in their appointments e.g. vehicle, plant and

machinery drivers, operators and users must conduct daily inspections before start-up.

4.8 Recording and Review of Inspection Results

All the results of the above-mentioned inspections shall be in writing, reviewed at OH&S

committee meetings, endorsed by the chairman of the meeting and placed on the OH&S

File.

4.9 Accidents and Incident Investigation (General Administrative Regulation 9)

The Principal Contractor shall be responsible for the investigation of all accidents/incidents

(GAR 9) where employees and non-employees were injured to the extent that he/she/they

had to be referred for medical treatment by a doctor, hospital or clinic. The results of the

investigation shall be entered into an accident/incident register. The Principal Contractor

shall be responsible for the investigation of all minor and non-injury incidents as described

in Section 24(1) (b) & (c) of the Act and keeping a record of the results of such investigations

including the steps taken to prevent similar accidents in future.

4.9.1 Reporting of accidents/incidents

The Principal Contractor shall provide IDT with copies of all statutory reports

required in terms of the Act within 7 days of the incident occurring.

Page 354: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 354

4.9.2 First Aid, Emergency Equipment and Procedures (General Safety Regulations 3)

The Principal Contractor shall ensure that a competent first aider is appointed

(General Safety Regulations 3 (4). Where more than 10 employees at a workplace

the contractor shall ensure that for a group of up to 50 people is assigned a

competent first aider. A regulations first aid box equipped with minimum contents

as per General Safety Regulations 3 Annexure must be available on site at a

location clearly identifiable with signage and the name of the person in charge of

the first aid box affixed conspicuously.

5. OPERATIONAL CONTROL

Operational Procedures Each construction activity shall be assessed by the Principal Contractor

so as to identify operational procedures that will mitigate against the occurrence of an incident

during the execution of each activity. This specification requires the Principal Contractor:

• to be conversant with Occupational Health and Safety Regulations

• to comply with their provisions

• to include them in his OH&S plan where relevant

5.1 Emergency Procedures

Simultaneous with the identification of operational procedures, the Principal Contractor shall

similarly identify and formulate emergency procedures in the event an incident does occur.

The emergency procedures thus identified shall also be included in the Principal

Contractor’s OH&S plan.

5.2 Personal & Other Protective Equipment (Sections 8/15/23)

The Contractor shall identify the hazards in the workplace and deal with them. He must

either remove them or, where impracticable, take steps to protect workers and make it

possible for them to work safely and without risk to health under the hazardous conditions.

Personal protective equipment (PPE) should, however, be the last resort and there should

always first be an attempt to apply engineering and other solutions to mitigating hazardous

situations before the issuing of PPE is considered.

Where it is not possible to create an absolutely safe and healthy workplace the Contractor

shall inform employees regarding this and issue, free of charge, suitable equipment to

protect them from any hazards being present and that allows them to work safely and

without risk to health in the hazardous environment (General Safety Regulations 2). It is

a further required that the Contractor maintain the said equipment, which he instructs and

trains the employees in the use of the equipment and ensures that the prescribed equipment

is used by the employee/s.

Employees do not have the right to refuse to use/wear the equipment prescribed by the

employer and, if it is impossible for an employee to use or wear prescribed protective

equipment through health or any other reason, the employee cannot be allowed to continue

working under the hazardous condition/s for which the equipment was prescribed, but an

alternative solution has to be found that may include relocating or discharging the employee.

The Principal Contractor shall include in his OH&S plan the PPE he intends issuing to his

employees for use during construction and the sanctions he intends to apply in cases of

non-conformance by his employees. Conformance to the wearing of PPE shall be discussed

at the weekly inspection meetings.

5.3 Public Health & Safety (Section 9 of the OH&S Act)

The Principal Contractor shall be responsible for ensuring that non-employees affected by

the construction work are made aware of the dangers likely to arise from said construction

work as well as the precautionary measures to be observed to avoid or minimise those

dangers. This includes:

• non-employees entering the site for whatever reason

• the surrounding community

Page 355: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 355

• Passers-by to the site

5.3.1 Public Liability Insurance

Principal contractor and sub-contractors shall ensure that prior to

commencement of constriction works a valid public liability insurance is in place

to;

▪ protect against injuries and/or damages suffered by a third party as a

result of business activities and

▪ cover legal claims

6. PROJECT/SITE SPECIFIC REQUIREMENTS

• As discovered by the principal contractor’s hazard identification exercise

• As discovered from any inspections and audits conducted by the client or by the

principal contractor or any other contractor on site

• As discovered from any accident/incident investigation.

Ladders

The following requirements for ladders will apply:

• All ladders used on the site shall be constructed and used in compliance with the OH&S

Act and Regulations.

• Ladders, which provide access to a working platform, shall extend one metre above the

platform where it provides access, and shall be secured to prevent slipping.

• Timber ladders shall not be painted other than with clear preserving oils, clear varnishes

or clear plastics.

• Ladders, which are in a damaged condition, shall not be used and shall be labelled

accordingly and removed from the Premises.

• All Ladders shall be numbered, logged in a register, and inspected monthly.

• A ladder in use shall be held by an assistant and/or properly tied down in position.

• Only ladders that do not conduct electricity shall be used in live electrical sub-stations

and switching rooms.

• Ladders shall be removed after use and stored in an appropriate facility as to not expose

them unnecessarily to the elements or potential damage by surrounding activities.

6.1 Waste management

The Principal Contractor will establish a waste management programme and the various

types of bins provided for the various types of waste containers / liners will be colour coded

and/ or clearly marked:

• General waste – white;

• Hazardous waste – red;

• Recyclable waste – green;

• Construction and other types of waste blue.

The following requirements shall be incorporated into the waste management programme:

6.1.1 Solid Waste:

Littering on site and the surrounding areas is prohibited.

▪ 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.

▪ All bins must be cleaned of litter regularly.

▪ All waste removed from site must be disposed at a municipal/permitted waste

disposal site.

Page 356: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 356

▪ 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.

▪ 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.

▪ Contaminated soil must be treated and disposed of at a permitted waste

disposal site, or be removed and the area rehabilitated immediately.

▪ Waste must be recycled wherever possible.

6.1.2 Liquid Waste:

▪ The Principal Contractor must install and maintain mobile toilets at work sites.

▪ The Principal 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 the intention of preventing pollution

of the surrounding area and environment.

▪ All chemical spills must be contained and cleaned up by the supplier or

professional pollution control personnel.

6.1.3 Hazardous Waste:

▪ No hazardous materials must be disposed of in the veld or any place other than

a registered landfill for hazardous material. Hazardous waste must be stored in

containers with tight lids that must be sealed and must be disposed at an

appropriately permitted hazardous waste disposal site. Such containers must

not be used for purposes other than those originally designed for.

▪ The Principal Contractor must maintain a hazardous material register and

MSDS (Material Safety Data Sheet) for hazardous chemicals and substances

procured on site.

▪ The Principal Contractor must have a drum or container with thinners to wash

off paint from brushes and other painting equipment which shall be disposed in

an environmentally sound manner.

6.1.4 Waste chutes

The disposal of rubble and other waste from elevated positions may only be

conducted under controlled conditions. Waste chutes must be secured to a scaffold

structure, which must in turn be secured to the main building.

Chutes must be constructed in such a manner that rubble does not free-fall and that

the chute is strong enough to withstand the force of the debris travelling along the

chute and that the sides are of such that no materials shall fall over the sides and

the chute discharges into a container or an enclosed area which is surrounded by

barriers. A person must be designated to take control of waste chute operations,

which must include the inspection of the chute on a daily basis.

6.2 Electrical Installations

Electrical installations must be carried out by a registered contractor (registered with

the Department of Labour) Electrical Installations Regulations 6 (2). Installation

activities shall be monitored and tested by a registered person. The registered

person must be competent in testing three installations Electrical Installations

Regulations 11(2):

The installation of temporary electricity for construction shall be in accordance with all legislative and regulatory requirements pertaining to Electrical Installation. The Contractor must ensure that:

▪ Existing services are located and marked before construction commences and the

markings maintained during construction;

Page 357: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 357

▪ Electrical installations and -machinery are sufficiently robust to withstand normal

working conditions on site;

▪ Temporary electrical installations must be inspected at least once a week by a

competent person and a record of the inspections kept in the HSE Site File;

▪ Electrical machinery used on a construction site must be inspected daily prior to

work commencement by the competent driver/operator or any other competent

person and a record of the inspections kept in the HSE Site File; and

▪ A competent person appointed in writing must control and be responsible for all

temporary electrical installations.

▪ An employer or user shall provide free of charge and maintain in good condition

such protective equipment as may be necessary to prevent incidents, for use by

employees assigned with working on or in close proximity to live electrical

machinery or dead electrical machinery which may become live.

6.3 Barricading and edge protection

6.3.1 Edge protection

The Contractor must ensure that all exposed edges and openings are guarded and demarcated by means of high visibility visual barricading as well as physical barriers, where required, until such time that permanent protection has been erected. During the erection of formwork and support work, edge protection may be wavered in lieu of fall arrest equipment. The Contractors’ fall protection plans must include the strategies for management of edge protection and penetrations. The Contractor’s fall protection plan must detail the following safety measures:

• Protection of decking edges; finished floor slab edges; stairways; floor penetrations;

lift shafts; and all other openings and areas from where a person may fall.

• The placement of edge protection at deck edges must be coordinated so as to

minimise the time that such edge protection is not in place.

The removal of edge protection from formwork decks and the subsequent replacement thereof at the finished floor edge must be systematically coordinated by the Contractor.

6.4 Barricading

The Contractor barricading standard shall be included in the HSE Plan. The following shall apply in terms of any and all barricading on site: Where more than one contractor is working on a site, the fixed barricading shall be clearly marked with the company's name, site contact person as well as the contact number/s. e.g. Snow netting

• Where there is a risk of injury, the area should be barricaded off with secure fixed

barricading.

• Barricading for the prevention of access into areas with a potential risk of injury

shall as a minimum be constructed of a handrail, knee-rail and appropriately

supported as to prevent any person from entering and/or falling into the

restricted/risk area.

• Appropriate signage shall be affixed to the barricade indicating the risk associated

(i.e. deep excavation, lifting operations etc.) and the responsible Supervisor and

contact details shall be displayed. All barricading shall have a “No Entry” sign on all

sides and at each change of direction.

• Danger tape shall not be deemed sufficient to prevent entrance into areas.

• Where no risk exists of injury to personnel such as stacking and storage areas, the

use of wire for hand and knee rails with netting shall be acceptable to demarcate

the area.

Page 358: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 358

• All barricades will have a dedicated entrance where it is required that personnel

enter the areas.

• Appropriate signage shall be placed at the entrance indicating which Contractor has

right of entry.

• It is the Contractors responsibility to remove all redundant barricades directly after

use

• The Contractor must protect employees against contact with exposed rebar and

poles by the installation of rebar-caps on all exposed areas.

6.5 Confined space

Enclosed space work necessitates a Confined Space Permit. This may only be obtained from the project authorized person, nominated in writing to issue such permits. The authorized person shall be determined and agreed upon with the client, prior to work commencement. The responsibility for safe work procedures, both at the time of entry and during the entire operation of entering and working in confined spaces, rests with the Contractor. The Contractor shall be sure that adequate steps are taken to eliminate or control hazards. Before working in an area that contains dust, the area is to be ventilated and hosed down to settle and dampen the dust. The Contractor shall provide all necessary equipment to manage confined spaces, including all necessary monitoring and rescue equipment (such as tripods, breathing equipment and the like). The Contractor shall ensure all persons working in a confined space or managing entry to a confined space are appropriately trained.

Compulsory requirements during work and/or entry to a confined space:

• Continuous monitoring

• Trained rescue teams

• Radio communication

• Adequate ventilation.

The following records shall be taken and maintained by the Contractor:

• Confined space entry permits

• Confined space entry registers

• Safety harness registers

• Atmospheric monitoring results

Safety equipment:

• All teams must be issued with gas monitoring equipment and safety harnesses and

self-rescuers where applicable.

• All employees must be trained in the use thereof.

Upon entering an excavation, the requirements of work in confined spaces, must be observed:

• Any confined space may only be entered after the air quality has been tested to

ensure that it is safe to breathe and does not contain any flammable or noxious air

mixture.

• The confined space must be purged and ventilated of any hazardous or flammable

gas, vapour, dust or fumes if and when such hazardous or flammable gas, vapour,

dust or fumes have been identified.

Page 359: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 359

The safe atmosphere must be maintained and, where necessary:

• Employees are to be provided with breathing apparatus and must wear a safety

harness with a rope with the free end of the rope being continuously attended to by

a person outside the confined space.

• An additional person, trained in resuscitation, to be in full-time attendance

immediately outside the confined space.

• Additional serviceable breathing and rescue apparatus is kept immediately outside

the confined space for rescue purposes.

• All pipes, ducts etc. that may leak into the confined space to be blanked off

sufficiently to prevent any leakage or seepage.

• The contractor must ensure that all employees have left the confined space after

the completion of work.

• Where flammable gas is present in a confined space no work may be performed in

close proximity to the flammable atmosphere.

6.6 Demolition work

The Contractor is required to appoint a competent person to supervise and control all demolition work on site. The Contractor must ensure that before any demolition work is carried out, and in order to ascertain the method of demolition to be used, a detailed structural engineering survey of the structure to be demolished is carried out by a competent person and that a method statement on the procedure to be followed in demolishing the structure is developed by that person. During a demolition, the competent person must inspect the structural integrity of the structure at intervals determined in the method statement, in order to avoid any premature collapses. The Contractor who performs demolition work must: With regard to a structure being demolished, take steps to ensure that:

• no floor, roof or other part of the structure is overloaded with debris or material in a

manner which would render it unsafe;

• all reasonably practicable precautions are taken to avoid the danger of the structure

collapsing when any part of the framing of a framed or partly framed building is

removed or when reinforced concrete is cut; and

• precautions are taken in the form of adequate shoring or other means that may be

necessary to prevent the accidental collapse of any part of the structure or adjoining

structure;

• Where the demolition work involves the use of explosives, a method statement

must be developed in accordance with the applicable explosive’s legislation, by an

appointed person who is competent in the use of explosives for demolition work

and all persons involved in the demolition works must adhere to demolition

procedures issued by the appointed person.

• Ensure that no person works under overhanging material or a structure which has

not been adequately supported, shored or braced;

• Ensure that any support, shoring or bracing contemplated above, is designed and

constructed so that it is strong enough to support the overhanging material;

• Where the stability of an adjoining building, structure or road is likely to be affected

by the demolition work on a structure, take steps to ensure the stability of such

structure or road and the safety of persons;

• Ascertain as far as is reasonably practicable the location and nature of electricity,

water, gas or other similar services which may in any way be affected by the work

Page 360: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 360

to be performed, and must before the commencement of demolition work, take the

steps necessary to render circumstances safe for all persons involved;

• Cause every stairwell used and every floor where work is being performed in a

building being demolished, to be adequately illuminated by either natural or artificial

means;

• Cause convenient and safe means of access to be provided to every part of the

demolition site in which persons are required to work;

• Erect a catch platform or net above an entrance or passageway or above a place

where persons work or pass under, or fence off the danger area if work is being

performed above such entrance, passageway, or place so as to ensure that all

persons are kept safe where there is a danger or possibility of persons being struck

by falling objects;

• Ensure that no material is dropped to any point, which falls outside the exterior walls

of the structure, unless the area is effectively protected;

• Ensure that every chute used to dispose of rubble is designed and managed in

accordance with the relevant section for waste management of this specification.

Presence of Asbestos:

• Where a risk assessment or due diligence process and report indicates the

presence of asbestos, a contractor must ensure that all work involving asbestos

complies with the relevant and applicable legislations and is conducted only by an

approved asbestos contractor

• Written safe work procedures, appropriate waste management plans and the

relevant risk assessments must govern all asbestos work.

• An asbestos contractor must provide exposed employees with the necessary

training and information regarding asbestos, as well as the necessary personal

protective equipment.

• Wetting down and low speed cutting techniques must be employed wherever

possible to prevent airborne asbestos.

• Should any asbestos work involving friable asbestos (e.g. lagging or insulation)

which falls under the definition of Demolition work, an Approved Inspection

Authority (AIA) must be utilised to carry out air monitoring plus a decontamination

unit must also be provided.

All contractors shall take into consideration the presence of asbestos in their relevant

risk assessments and safe work procedures.

6.7 Excavations

The Contractor shall ensure that all excavation work is carried out under the supervision of a competent person, that designs and inspections are carried out by a Professional Engineer or Technologist (as and when required dependant on the size of the excavation) or inspections are performed daily by the competent person and that all work is done in such a manner that no hazards are created by unsafe excavations and working conditions. Where excavations will exceed 1.5 m in depth The Contractor will be required to submit a method statement to the client for approval before commencing with the excavation and the client will issue a permit to proceed once the risk assessment and method statement is approved. The following is applicable to all excavation work with a depth exceeding 1.5 m:

Page 361: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 361

• Where possible open excavations should be closed within 3 days of excavation. No

excavation should remain open and unattended beyond 48 hours or during

holidays.

• Excavations left open for extended periods of time (exceeding 48 hours) must be

approved by the relevant Engineer / Construction Supervisor.

• Excavation work must be carried out under the supervision of a competent person,

who has been appointed in writing, with at least two years’ experience in excavation

work.

• Before excavation work begins the stability of the ground must be evaluated.

• Whilst excavation work is being performed, the contractor must take suitable and

sufficient steps to prevent any person from being buried or trapped by a fall or

dislodgement of material.

• No person may be required or permitted to work in an excavation that has not been

adequately shored or braced. Where the excavation is in stable material and where

the sides of the excavation are sloped back to at least the angle of repose of the

excavated material, shoring or bracing may be left out if written permission has

been obtained from the appointed competent person.

• Shoring and bracing must be designed and constructed to safely support the sides

of the excavation.

• Where uncertainty exists regarding the stability of the soil the opinion of a

competent professional engineer or professional technologist must be obtained

whose opinion will be decisive. The opinion must be in writing and signed by the

engineer or technologist as well as the appointed competent person.

• No load or material may be placed near the edge of an excavation unless suitable

shoring has been installed to be able to carry the additional load.

• Neighbouring/adjoining buildings, structures or roads that may be affected or

endangered by the excavation must be suitably protected.

• Every excavation must be provided with means of access and egress not exceeding

a distance of 6 metres of any worker within the excavation.

• The location and nature of any existing services such as water, electricity, gas etc.

must be established before any excavation is commenced with and any service that

may be affected by the excavation must be protected and made safe for workers in

the excavation.

• The appointed competent person must inspect every excavation, including the

shoring and bracing or any other method to prevent collapse, as follows:

▪ Daily before work commences

▪ After every blasting operation

▪ After an unexpected collapse of the excavation

▪ After substantial damage to any supports

▪ After adverse weather conditions

• The results of any inspections must be recorded in a register kept in the HSE Site

file.

• Every excavation accessible to the public or that is adjacent to a public road or

thoroughfare or that threatens the safety of persons, must be adequately barricaded

or fenced to at least 1.5 meters high and as close to the excavation as practicable,

regardless of the depth of the excavation.

• Every excavation must be provided with warning lights or visible boundary

indicators after dark or when visibility is poor.

• Excavations and other openings must be provided with sufficient barriers to prevent

construction vehicles and mobile plant from falling into them.

• Upon entering an excavation the requirements of work in confined spaces, must be

observed.

Page 362: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 362

6.8 Lifting operations

Lifting equipment must be designed and constructed in accordance with the manufactures/designer’s specifications as well as generally accepted technical standards and operated, used, inspected and maintained in accordance with the manufactures requirements as well as that of the relevant and applicable legislative requirements. The Contractor shall appoint a competent Lifting Machine Inspector and Lifting Tackle Inspector who shall be responsible for the inspections of all lifting machinery, lifting equipment and the supervision of all lifting operations.

6.9 The driven machinery requirements

• Lifting equipment shall be clearly and conspicuously marked with the maximum mass

load (MML) that it is designed to carry safely.

• Lifting equipment shall be fitted with a brake or other device capable of holding the

MML. This brake or device shall automatically prevent the downward movement of the

load when the lifting power is interrupted;

• Lifting equipment shall be fitted with a load limiting device that automatically arrests the

lift when the load reaches its highest safe position or when the mass of the load is

greater than the MML;

• Every chain or rope on a lifting machine that forms an integral part of the machine must

have a factor of safety as prescribed by the manufacturer of the machine. Every hook

or load attaching device must be designed to prevent the load from slipping off or

disconnecting;

• Every lifting machine must be inspected and load tested by a competent person every

time it has been dismantled and re-erected and every 6 months after that or at

shortened intervals as deemed necessary.

• The load test must be in accordance with the manufacturer’s requirements or to 110%

of the MML.

• In addition, all ropes, chains, hooks or other attaching devices, Sheaves, brakes and

safety devices forming an integral part of a lifting machine must be inspected every 6

months by a competent person;

6.10 General requirements for cranes and lifting equipment

All documentation must be provided to the client prior to mobilisation. Failure to do so and the resulting cost of any delays and/or remedial activities will be for the Contractor account.

• All crane operators must be authorised by the relevant Site Engineer before

they may operate a crane or lifting machine.

• The Load charts must be displayed on the crane.

• Daily pre-use inspections of the cranes must be done and be kept in the HSE

Site file.

• The inspections must be recorded in the machine logbook.

• The area in which a lift is performed must always be barricaded to prevent

employees from entering.

• A crane or lifting machine must not be left unattended and the keys may never

be left in the ignition when the operator is not present.

• Properly constructed out rigger pads must be used when soil is uneven or

unstable. (Only sleepers or appropriately designed steel plate pads may be

used for this purpose).

Only a competent rigger may direct a lift of any kind unless the following requirements are met.

Page 363: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 363

Rigger assistants used for performing lifting operations shall be limited to lifts with all of the following requirements:

• Lifts lower than 5 tons

• Easy lifts that do not require the load to be lifted over structures, equipment or

machinery

• Equipment that is not critical

• Rigging configuration that requires the attachment of several parts of lifting

equipment such as chain blocks to adjust the angle of loads.

• All safety devices on a crane or lifting machine must be functional.

Certification will be required for record purposes, and shall cover the following:

• A Brake or other device capable of holding the maximum mass should the

power fail, or which is such that it shall automatically prevent the uncontrolled

downward movement of the load when the raising effort is interrupted; and

• A Limiting device which shall automatically arrest the driving effort when:

o The Hook or Load attachment point of the Power Driven lifting machine

reaches its highest safe position; and

o In the case of a Winch Operated lifting machine with a lifting capacity of

5000kg or more, and the load is greater than the rated mass load of such

machine.

The user shall ensure that every lifting machine is operated by an Operator specifically trained for a particular type of lifting machine; the user shall not require or permit a person to operate such lifting machine unless the operator is in possession of a certificate of training, issued by an accredited person or organisation. No Crane shall be put into operation until such time that copies of all documentation have been submitted to the Client and the Crane has been checked and signed off as acceptable by a person duly authorised. Copies of all documentation shall be kept in the HSE Site File at all times. No Crane shall be used without a pre-use inspection and findings entered on an approved checklist. Prior to any crane being established on site the following must be inspected and approved:

• Operator’s licences

• Training certificates

• Medical fitness certificate.

• The crane’s load test certificate.

• Rope test certificates including Mill / Destructive test.

• The lifting gear load test certificates.

• The load limiting device calibration certificate.

• Proof that hooks have been measured for spreading.

• The service inspection history.

• Monthly comprehensive inspection certificate

• Operation and maintenance manuals and crane condition.

6.10.1 Cranes and lifting machines

The Contractor shall ensure that where tower cranes are used:

• Account is taken of the effects of wind forces on the structure;

Page 364: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 364

• Account is taken of the bearing capacity of the ground on which the

tower crane is to stand;

• The bases for the tower cranes and tracks for rail-mounted tower

cranes are firm and level;

• The tower cranes are erected at a safe distance from excavations;

• There is sufficient clear space available for erection, operation and

dismantling;

• The tower crane operators are competent to carry out the work safely;

and

• The tower crane operators are physically and psychologically fit to work

in such an environment by being in possession of a medical certificate

of fitness.

No user shall use or permit any person to use a Jib-Crane with a lifting capacity of 5000kg or more at a minimum Jib radius, unless it is provided with:

• A load indicator that shall indicate to the operator of the Jib-Crane the

mass of the load being lifted, provided that such a device shall not

require manual adjustment from the application of the load, to the Jib-

Crane, until the release of the load.

• Limiting Device, which shall automatically arrest the driving effort

whenever the load that is lifted, is greater than the rated mass load of

the Jib-Crane.

6.10.2 Mobile crane near power lines

No mobile cranes may be used near overhead power lines until the client has been notified and provided safe access conditions and a valid permit to work is obtained. Mobile cranes shall be effectively earthed when working in the vicinity of electrical wires. The Contractor /Service provider shall always assume that all electrical equipment and wires are live and attempt to avoid them.

6.10.3 Lifting tackle

The following requirements will apply to lifting tackle:

• Manufactured of sound material, well-constructed and free from patent

defects

• Clearly and conspicuously marked with an identity number

• MML factor of safety:

▪ Natural fibre ropes - 10(ten)

▪ Man-made fibre ropes and woven webbing - 06(six)

▪ Steel wire ropes – single rope - 06(six)

▪ Steel wire ropes – combination slings - 08(eight)

▪ Mild Steel chains - 05(five)

▪ High tensile/alloy steel chains - 04(four)

• Steel wire ropes must be examined by a competent person every three

months and the results recorded in a designated logbook.

• The ropes must be discarded (not used any further for lifting purposes)

when wear and corrosion is evident.

6.11 Scaffolding

Access scaffolding must be erected, used and maintained safely in accordance with the relevant and applicable legislation, standards and relevant Code of Practice.

Page 365: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 365

Detailed consideration must be given to all scaffolding to ensure that it is properly planned to meet the working requirements, designed to carry the necessary loadings and maintained in a sound condition. Sufficient material must be available to erect the scaffolding according to the requirements contemplated above. Scaffolding must only be erected, altered or dismantled by persons who have adequate training, experience and are competent in this type of work and under the continuous supervision of a competent person as required by the relevant and applicable legislation, standards and relevant Code of Practice. Scaffolding must be inspected and signed off by the competent person contemplated above, after erection and before use, weekly and/or after inclement weather. Following the inspection and sign off, the scaffold must be provided with a “safe for use” or “unsafe for use” sign. Scaffold inspection registers must be maintained in the HSE Site File. In the event of special scaffolding it shall be designed by a competent person, appointed in writing with the duty of the design, inspection and approval of such scaffolding.

6.12 Stacking and storage

The Contractor shall ensure that: A competent person is appointed in writing to supervise and inspect all stacking and storage on site;

Adequate storage areas are provided and demarcated;

• The storage areas are controlled and kept neat;

• The base of any stack is level and capable of sustaining the weight exerted on

it by the stack;

• The items in the lower layers can support the weight exerted by the top layers;

• Cartons and other containers that may become unstable due to wet conditions

are kept dry;

• Pallets and containers are in good condition and no material is allowed to spill

out;

• The height of any stack does not exceed 3 times the base width and there is

protection against items falling from overhead off the stack and no items may

overhang;

• The articles that make up a single tier are consistently of the same size, shape

and mass and secured by means of wrapping, ties or similar

• Structures for supporting stacks are structurally sound and able to support the

mass of the stack;

• No articles are removed from the bottom of the stack first but from the top tier

first;

• Anybody climbing onto a stack must do so in a safe manner, taking reasonable

safety precautions, and ensuring that the stack is stable and capable of

supporting him or her

Stacks that are in danger of collapsing are broken down and restacked;

• Stability of stacks are not threatened by vehicles or other moving plant and

machinery;

• Persons climbing onto stacks do not approach unguarded moving machinery

or electrical installations.

• Laydown area is allocated for Contractor supplied items.

• At all times, the Contractor shall be responsible for the safe and adequate

storage of all materials and equipment on site which he is to install, whether

they are supplied by himself or others.

Page 366: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 366

• The safe handling, loading and offloading of material receipts and dispatches

on site or storage areas shall be the Contractor responsibility.

The Contractor shall identify and/or provide a suitable and adequate storage for equipment and material, which would be damaged or stolen if stored in the open. The Contractor shall provide facilities required for weather-proofing, dust proofing or vermin proofing. The Contractor is responsible for the proper storage and maintenance of all equipment until issue of the Practical Completion Certificate. Safe access ways shall be maintained between all stored items preventing employees

from having to climb over or under equipment and/or materials to retrieve the

necessary.

6.13 Symbolic signage

The Contractor shall use mandatory, prescribed symbolic signs in a risk-based manner and conforming to SANS 1186 at their lay down and site areas, which shall include but not be limited to:

• “Eye Protection” symbolic signs shall be displayed at all grinding machines and

at any area where it is mandatory to wear eye protection or where there is

danger of an eye injury being sustained.

• “Ear Protection” symbolic signs shall be displayed at all areas where there is a

risk of high noise levels and possible noise induced hearing loss being

sustained.

• All toilets or urinals shall be marked in a conspicuous place with painted or

stencilled letters to indicate the gender for which they are intended.

• The location of every first aid box is to be clearly indicated by signage.

• In any room, cabinet or enclosure where flammable substances or gases are

used or stored shall be fixed with a suitable and conspicuous sign prohibiting

smoking, the use of cellular phones and the use of naked flames in the area.

• Warning signage at the entrance to site where machinery is used

• Restricted access or “Authorised Person Only” signs on entry.

• At every place where machinery is used a notice (English & Pictograms) shall

be posted.

• Explosive Power Tool shall have a sign warning people when it is in use.

• For Electrical Control Gear, a notice shall be posted as to warn against the re-

closing of a switch of control gear whilst a person is working on such equipment.

• Adequate scaffolding signs. (When applicable).

• Adequate firefighting equipment signs.

• Speed limit signs.

• Warning notices at openings through which people may fall.

• Overhead work

• Work below

• Road closed – detour

• Excavation in progress / deep excavation

• No walkway etc.

• No-entry signs to incomplete platforms

The Contractor shall install an HSE board indicating the following information at the site entrance:

• The Contractor identification details (name, telephone number)

• Display of the HSE Policy

Page 367: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 367

• Display of the current DSTI

• Name and contact details of Construction Supervisors;

• Name and contact details of site first aider

• Name and contact details of the site fire warden;

• Contact details of emergency services

• Mandatory PPE requirements upon entry

6.14 Traffic management

Where activities are performed close to aircraft runways, the Contractor will establish a traffic management plan incorporating the requirements of relevant and applicable legislations and/or by-laws and to avoid severely interrupting the traffic flow on existing roads, especially during peak periods. At a minimum, barricading, warning signage and flagmen should be provided to ensure the protection of workers from vehicles in transit. The Contractor shall make provision for diversion of pedestrian traffic where overhead

work is performed over walkways or sidewalks to prevent the public from walking

underneath overhead work.

6.15 Use and storage of flammables

The Contractor shall ensure that:

• No person is required or permitted to work in a place where there is risk of fire

or an explosion due to flammable vapours being present unless adequate

precautions are taken;

• No flammable material is used or applied e.g. in spray painting, unless in a

room or cabinet or other enclosure specially designed and constructed for that

purpose unless there is no risk of fire or explosion due to the application of

adequate ventilation;

• The workplace is effectively ventilated. Where this cannot be achieved:

▪ Employees must wear suitable respiratory equipment

▪ No smoking or other source of ignition is allowed in the area

▪ The area is conspicuously demarcated as “flammable”

• Flammables stored on site are stored in a well-ventilated, reasonably fire-

resistant container, cage or room that is kept locked with access control

measures in place. Sufficient firefighting equipment is installed, and fire

prevention methods practiced. Proper housekeeping may achieve and assist

with fire prevention;

• Flammables stored in a permanent flammable store are stored so that no fire

or explosion is caused.

• Stored in a locked and well-ventilated reasonably fire-resistant container, cage

or room conspicuously demarcated as “Flammable Store – No Smoking or

Naked Flames”

• The flammables store to be constructed of two-hour fire-retardant walls and

roof and separated from adjoining rooms or workplaces by means of a two-hour

fire retardant fire wall

• Adequate and suitable firefighting equipment installed around the flammables

store and marked with the prescribed signs

• All electrical switches and fittings to be of a flameproof design

• Any work done with tools in a flammable store or work areas to be of a non-

sparking nature

Page 368: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 368

• No combustibles such as paper, cardboard, wood, plastic, straw or similar to

be stored together with flammables

7. GLOSSARY

7.1 ABBREVIATIONS

Abbreviation / Acronym / Term Explanation

DSTI Daily Safe Task Instruction

HSE Means Health, Safety and Environment.

HCS Hazardous Chemical Substances

MML Maximum Mass Load

MSDS Material Safety Data Sheet

IDT Industrial Development Trust

7.2 DEFINITIONS

Definition Explanation

Agent Any person who acts as a representative for a client.

Agreement Means the Agreement together with Transaction Document, the schedules and any appendices attached thereto, as amended from time to time

Child worker Means a person under 18 years of age and any child who is employed by or works for an employer and who receives or is entitled to receive any remuneration or who works under the direction or supervision of an employer or any other person, which includes a child who assists any person to carry on or conduct their business.

Client Any person for whom construction work is performed. For the purpose of this document client shall include the client, his agent, representative and/or the Group OHS Consultant assigned and designated to the project. (IDT)

Competent Person A person who has in respect of the work or task to be performed the required knowledge, training, experience and, where applicable, qualifications specific to that work or task

Construction work Any work in connection with: - The construction, erection, alteration, renovation, repair, demolition or dismantling of or addition to a building or any similar structure; or - The construction, erection, maintenance, demolition or dismantling of any bridge, dam, canal, road, railway, runway, sewer or water reticulation system; or the moving of earth, clearing of land, the making of excavation, piling, or any similar civil engineering structure or type of work; - Excavation work; - Working at a height where there is risk of falling; The use of explosives to perform construction work.

Contract Means the Joint Building Contracts Committee – Principal Building Agreement Series 2000 Edition 5.0, to form part of the Agreement

Contractor The party contracting with the employer for the execution of the works. For the purpose of this specification, the Contractor will be the mandatory of the Employer, without derogating from his status as an employer in his own right.

Page 369: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 369

Corrective and Preventative Action Action to eliminate the cause of a detected non-conformity or other undesirable situation as well as defining relevant control systems for the prevention of the recurrence of such non-conformity and/or incident.

Demolition work Means a method to dismantle, wreck, break, pull down or knock down of a structure or part thereof by way of manual labour, machinery, or the use of explosives

Electrical Installation Means any machinery, in or on any premises/site, used for the transmission of electricity from a point of control to a point of consumption anywhere on the premises/site, including any article forming part of such an electrical installation irrespective of whether or not it is part of the electrical circuit, but excluding- - Any machinery of the supplier related to the supply of electricity on the premises/site; - Any machinery which transmits electrical energy in communication, control circuits, television or radio circuits; - An electrical installation on a vehicle, vessel, train or aircraft; and Control circuits of 50v or less between different parts of machinery or system components, forming a unit, that are separately installed and derived from an independent source or an isolating transformer

Employee Any person who is employed by or works for an employer and who receives or is entitled to receive any remuneration, or who works under the direction or supervision of an employer or any other person

Employer Any person who employs or provides work for any person and remunerates that person or expressly or tacitly undertakes to remunerate him. Wherever used in the contract documents and in this specification, shall have the same meaning as “Employer” as defined in the General Conditions of the Contract and shall have the exact same meaning as “Client” which means any person for whom construction work is being performed. “Employer” and “Client” is therefore interchangeable and shall be read in the context of the relevant document.

Excavation Work Means the making of any man-made cavity, trench, pit or depression formed by cutting, digging or scooping.

Fall Risk Means any potential exposure to falling either from, off or into

Fall Arrest Equipment Means equipment used to arrest a person in a fall, including personal equipment, a body harness, lanyards, deceleration devices, lifelines or similar equipment.

Fall Prevention Equipment Means equipment used to prevent persons from falling from a fall risk position, including personal equipment, a body harness, lanyards, lifelines or physical equipment such as guardrails, screens, barricades, anchorages or similar equipment.

Fall Protection Plan Means a documented plan, which includes and provides for: - All risks relating to working from a fall risk position, considering the nature of work undertaken

Page 370: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 370

- The procedures and methods to be applied in order to eliminate the risk of falling; and - A Rescue plan and procedures

Hazard A source of exposure to danger

Hazard Identification The identification and documenting of existing or expected hazards to the health and safety of persons which are normally associated with the type of work being performed or expected to be performed

HCS or Hazardous Chemical Substances Means any toxic, harmful, corrosive, irritant or asphyxiant substance, or mixture of such substances for which: An occupational exposure limit is prescribed; or An occupational exposure limit is not prescribed but which creates a hazard to health

Healthy Means free from illness or injury attributable to occupational causes

HSE plan Means a site, activity or project/contract specific documented plan in accordance with this document.

HSE Site File Means a file, or other record containing the information in writing required by this document.

HSE Specification Means a site, activity or project/contract document prepared by the Client pertaining to all health and safety requirements related to construction work, construction site or contract work

Incident An unplanned event, resulting in, or with the potential for, injury, illness, harm, damage or other loss

Injury An adverse impact on a person’s physical or psychological wellbeing following a workplace incident.

Investigation The process used to find the root and contributory causes of an incident and to determine corrective action.

Machinery Any article or combination of articles assembled, arranged or connected and which is used or intended to be used for converting any form of energy to performing work, or which is used or intended to be used, whether incidental thereto or not, for developing, receiving, storing, confining, transforming, transmitting, transferring or controlling any form of energy.

Medical Surveillance Means a planned programme or periodic examination (which may include clinical examinations, biological monitoring or medical tests) of employees by an occupational health practitioner or, in prescribed cases, by an occupational medicine practitioner.

Near Miss An incident that has the potential to cause harm

Principal Contractor An individual or company who enters into a contract with the Client to carry out work for, or, on behalf of the Client Any employer who performs work and is appointed by the Client to have the overall control and management of the contract work.

Project/contract Refers to the contract and has reference to the site or any part thereof where the work which has been contracted for is to be performed.

Safe Means free from any hazard

Page 371: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 371

Scaffold Any temporary elevated platform and supporting structure used for providing access and supporting workmen or materials or both.

Site The land or place on, over, under, in or through which the works are to be executed.

Structure Any building, steel or reinforced concrete structure (not being a building), railway line or 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 or any structure designed to preserve or alter any natural feature and any other similar structure; Any formwork, false work, scaffold, or other structure designed or used to provide support or means of access during construction work; or 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 falling.

Subcontractor A person or company that carries out work on behalf of a contractor under the control of the contractor

Substance Any solid, liquid, vapour, gas or aerosol, or combination thereof

Risk Is the probability that injury or damage will occur

Risk Assessment Means a documented programme to determine and identify any risk associated with any hazard at a construction site, in order to identify the steps needed to be taken to remove, reduce or control such hazard

Working at Heights Working at heights is considered work where a fall risk exists and where there any potential exposure to falling either from, off or into

Page 372: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 372

C4: SITE INFORMATION

C4.1 General Information This section describes the site at the time of tender to enable the tenderer to price his tender and to decide upon his method of working and programming and risks. C4.1.1 Site Location The locations of the works are in Ha-Ravele, Tshilwavhusiku Clinic, Makhado as shown in the Locality Map below. The coordinates of the site are 23°5’49” S, 29°44’23” E”. Tshilwavhusiku Clinic is situated approximately twenty six (26) kilometres southwest of Louis Trichardt Town in Ha-Ravele Village of Makhado Local Municipality, Limpopo Province. Access to the site will be to use the GPS coordinates supplied. Figure 1 represent the locality map and the site plan of theTshilwavhusiku One Stop Centre.

Figure 1 Site Locality Map

Page 373: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 373

C4.1.2 Access to Site and Restrictions The construction will happen in an access controlled area with restricted access to the site and all work will take place within the Tshilwavhusiku One Stop Centre. C4.1.3 Existing Services, Servitudes and Wayleaves The Tshilwavhusiku One Stop Centre will be developed in an area with existing services (water, sewer, roads, stormwater and electrical services) available on site. Wayleaves will be supplied to the contractor by the Employer’s Agent where applicable. C4.1.4 Security The Contractor shall be responsible for the security of his personnel, materials, and equipment and construction plant on and around the site of the works and for the security of his camp. The Employer in this regard will consider no claims. C4.1.5 Nature of Ground and Subsoil Conditions There is no need for the geotechnical report, however if there is need for one, it shall be made available on request.

Page 374: Tendering Procedures - Independent Development Trust

TSHILWAVHUSIKU ONE STOP CENTRE - LDSD NOA-2/20-1 Page 374

C5: DRAWINGS Site Information of the Tender Document

C5.1 Drawings The following drawings have been attached to this tender document. The drawings are for tender purposes only. List of Drawings:

ITEM No. DESCRIPTION

ARCHITECTURAL DRAWINGS

1 OFFICE - GROUND FLOOR PLAN

2 OFFICE - SECTION AA AND BB

3 OFFICE - SECTION CC AND DD

4 OFFICE - SECTION EE

5 OFFICE - ELEVATIONS

6 OFFICE - GROUND FLOOR CEILING PLAN

7 OFFICE - WET AREAS

8 OFFICE - WET AREAS-SHELVING

9 OFFICE - ROOF PLAN

10 OFFICE - TILE LAYOUT

11 OFFICE - ALUMINIUM AND WINDOW SCHEDULE

12 OFFICE - DOOR SCHEDULE

13 OFFICE - FINISHING SCHEDULE

14 GUARD HOUSE – FLOOR PLAN, ROOF PLAN AND ELEVATIONS

15 PUMP ROOM & GENERATOR PLINTH

CIVIL ENGINEERING DRAWINGS

16 PLATFORM, ACCESS ROAD AND SERVICES LAYOUT PLAN

17 ACCESS ROAD DETAILS

18 SEWER DETAILS

19 SEPTIC TANK DETAILS

20 STORMWATER DETAILS

STRUCTURAL ENGINEERING DRAWINGS

21 OFFICE - FOUNDATION LAYOUT PLAN AND CROSS SECTIONS SHOWING CONSTRUCTION DETAILS

22 OFFICE - SUB-STRUCTURE, COLUMN AND REINFORCEMENT DETAILS

23 OFFICE - SURFACE BED LAYOUT PLAN AND TYPICAL DETAILS

24 OFFICE - ROOF DETAILS SHEET 1 TO 3

25 GUARD HOUSE – GENERAL ARRANGEMENT, FOUNDATION, BRICKWORK, SECTIONS AND TYPICAL FOUNDATION DETAILS

ELECTRICAL ENGINEERING DRAWINGS

26 TO BE PROVIDED TO THE SUCCESSFUL TENDERER PRIOR TO COMMENCEMENT OF CONSTRUCTION

MECHANICAL ENGINEERING DRAWINGS

27 TO BE PROVIDED TO THE SUCCESSFUL TENDERER PRIOR TO COMMENCEMENT OF CONSTRUCTION


Recommended