Upload
others
View
3
Download
0
Embed Size (px)
Citation preview
KNYSNA MUNICIPALITY
EXPRESSION OF INTEREST: EOI T59/2020/21
EXPRESSION OF INTEREST FOR MISCELLANEOUS CONSTRUCTION WORKS
SUBMISSION DOCUMENT
NAME OF TENDERER:
SUBMISSION CLOSES: 12H00 ON WEDNESDAY 30TH JUNE 2021
Contents List of Returnable Documents ..................................................................................................................................... 3
CONTRACT DATA .................................................................................................................................................... 5
MBD 2 DECLARATION FOR TAX.............................................................................................................................................7 MBD 4 DECLARATION OF INTEREST ...................................................................... Error! Bookmark not defined.
MBD 6.1 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS SCHED ................................................................................................................................................................... 15
MBD 8 - DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES .................................... 17
MBD 9 - CERTIFICATE OF INDEPENDENT BID DETERMINATION ........................................................................... 19
MBD 15 - CERTIFICATE FOR PAYMENT OF MUNICIPAL SERVICES ....................................................................... 21
EXPRESSION OF INTERESTED CONSTRUCTION FIELD ......................................................................................... 32
SCHEDULE 1: POTHOLE REPAIRS ........................................................................................................................ 33
SCHEDULE 2: BLOCK PAVING ............................................................................................................................... 28
SCHEDULE 3: KERBING AND CHANNELING .......................................................................................................... 37
SCHEDULE 4: SMALL CONCRETE WORKS ............................................................................................................ 41
SCHEDULE 5: PIPE LAYING & PIPE REPAIRS ........................................................................................................ 45
SCHEDULE 6: ROAD MARKING ............................................................................................................................. 49
SCHEDULE 7: ERECTION OF GUARDRAILS........................................................................................................... 54
SCHEDULE 8: CONSTRUCTION OF SPEED HUMPS & BUMPS ............................................................................... 58
SCHEDULE 9: REMOVAL OF SLUDGE FROM THE DRYING PANS ........................................................................... 62
SCHEDULE 10: OCCATIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES ....................................... 66
SCHEDULE 11: AD HOC LABOUR PROVISION ....................................................................................................... 67
SCHEDULE 12: GENERAL WELDING & STEEL WORK ............................................................................................. 68
SCHEDULE 13: ROADS & STORMWATER REINSTATEMENT .................................................................................. 69
SCHEDULE 14: MISCELLANEOUS BUILDING WORKS ............................................................................................. 70
SCHEDULE 15: MISCELLANEOUS PAINTING .......................................................................................................... 71
SCHEDULE 16: SIDE WALKS ................................................................................................................................................ 72
SPECIFICATIONS BILL IOF QUANTITIES
EXPRESSION OF INTEREST T59 /2020/21
List of Returnable Documents
The tenderer must complete the following returnable documents:
Submitted (Yes/No)
Current valid original Tax Clearance Certificate issued by the South African Revenue Services
Current valid BEE Certificate
Municipal Account (within the last 3 months)
MBD 4
MBD 6.1
MBD 8
MBD 9
MBD 15
Authority to Sign
Compulsory Enterprise Questionnaire
Evidence of experience of tenderer
Construction equipment available
Evidence of qualifications of key personnel
Evidence of experience of key personnel
Form of Offer and Acceptance
CIDB Grading
Registration as asbestos handler (relevant to SCHEDULE 6 only)
Letter of good standing from hire company
** NOTE: Failure to supply the required documents, as listed above, will result in your tender being deemed non-responsive
EOI NO: T59/2020/21:
TENDER NOTICE AND INVITATION TO TENDER
EXPRESSION OF INTEREST FOR MISCELLANEOUS CONSTRUCTION WORKS
Knysna Municipality invites interested contractors for the Expression of Interest for Miscellaneous Construction Works Potentially emerging contractors who satisfy criteria stated in the Expression of Interest pack may be contacted to submit quotations for works in future. Expression of interest will be evaluated on the following functionality criteria and EOI’s that scores less than 60% out of 100% will be considered as non-responsive. Evaluation Criteria and Weight Note that as part of the evaluation process: Only contractors registered with the CIDB will be accepted for works in the category that they are registered in. A receipt for a non-refundable deposit of R 385,70 payable by cheque made out in favour of Knysna Municipality is required on collection of the tender documents. E-mailed tender documents can be obtained from the following address: [email protected] or [email protected] at no cost.
Expression of Interest documents may be collected from the offices of the Director Finance: Procurement Section, Ground Floor, Clyde Street, Knysna. A compulsory meeting will be held on 11th June 2021 the at 08H00 at Technical Services Front Parking area lot, 5 Church Street, Knysna. Queries relating to the issue of these documents or the scope of work may be addressed to: Infrastructure Development Services Department: Attention : Mr. Bryan Campher Tel. No : (044) 302 6435 Email : [email protected]
The closing time for receipt of Expression Of Interest is 12h00 on Wednesday 30th June 2021 Expression of Interest may only be submitted on the documentation that is issued. Telegraphic, telephonic, telex, facsimile and late Expression of Interest documents will not be accepted. Expression of Interest documents will be opened immediately after the closing time for Expression of Interest Location: Tender Box, Directorate Finance: Procurement Section, Ground Floor, Queen Street, Knysna.
The bids are subject to the Preferential Procurement Policy Framework Act SCHEDULE 19, the Preferential Procurement Regulations SCHEDULE 19, and Council Preferential Procurement Policy adopted in terms of Section 2 of the Act. The 80/20 Preference Point System will be applied. CLOSING DATE: WEDNESDAY 30TH JUNE 2021@ 12H00 DJ Adonis
ACTING MUNICIPAL MANAGER
Clyde Street,
Knysna
EXPRESSION OF INTEREST FOR MISCELLANEOUS CONSTRUCTION WORKS
CONTRACT DATA A BACKGROUND Knysna Municipality invites interested service providers for the Expression of Interest for Miscellaneous Construction Works, in order to create an approved contractor database of respective service providers, which will be valid for three years.
In order to achieve this goal, they seek to identify and pre-qualify a Panel of Small Contractors skilled in separate General Works Categories, being: POTHOLE REPAIRS ROADS & STORMWATER REINSTATEMENT ROAD MARKING BLOCK PAVING SIDE WALKS KERBING AND CHANNELING SMALL CONCRETE WORKS MISCELLANEOUS BUILDING WORKS PIPE LAYING AND PIPE REPAIRS MISCELLANEOUS PAINTING ERECTION OF GUARD RAILS CONSTRUCTION OF SPEED HUMPS REMOVAL OF SLUDGE FROM THE DRYING PANS OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES AD HOC LABOUR PROVISION GENERAL WELDING & STEEL WORK Each contractor will be assessed on his experience, experience of keys staff and plant/tools that he has to indicate his/her availability to execute the works. B CONDITIONS OF CONTRACT Tender offers will only be accepted if:
a) the tenderer is not in arrears for more than 3 months with municipal rates and taxes and municipal service charges or will enter into mutual agreement to have any outstanding charges paid,
b) the tenderer 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 SCHEDULE 1904 as a person prohibited from doing business with the public sector;
c) the tenderer has not: i) abused the Employer’s Supply Chain Management Supply System; or ii) failed to perform on any previous contract and has been given a written
notice to this effect; and d) the tenderer has completed the Compulsory Enterprise Questionnaire and there are no
conflicts of interest which may impact on the tenderers ability to perform the contract in the best interests of the Employer or potentially compromise the tender process.
e) The tenderer has in his or her possession an original valid VAT Clearance Certificate issued
by SARS, B-BBEE Certificate.
f) The tenderer has no other contracts, with the Knysna Municipality, that will run concurrently with
this one should that would influence their commitment towards the success of this project.
g) The tenderer is registered with the CIDB h) The tenderer has provided all the returnable documents
Statutory and general conditions Notwithstanding the provisions of the CIDB Act, OHS Act, Municipal Finance Management Act, EM Act, Construction Regulations and the GCC 2015 the successful contractor has to fulfil the following duties as part of the scope of works and it is assumed that the contract sum includes these.
1. The contractor must manage his own staff on site. 2. The contractor must provide, at his own cost, the necessary gear, plant, tools and equipment, etc. to
complete the works at a wet rate. 3. The contractor must take control of safety on site. 4. The contractor must provide adequate traffic control on site if required and must liaise with the relevant
authorities for approval. 5. The contractor must safe guard the materials on site. 6. The contractor must comply with the required standards and specifications. 7. The contractor must keep the site in a neat state at all times. 8. Contractor must submit a site safety plan and traffic control plan for each project.
Measurement and payment
Payment will be made on final measured quantities and the method to be used shall be Civil Engineering Quantities 1973 (CEQ 73), SABS 120 as well as GCC 2015 as applicable to each scope of work. Payment certificates must be agreed before any invoices can be generated for payment. C CONTRACT DATA The Employer’s address for delivery of tender offers and identification details to be shown on such tender offer package are:
Location of tender box: TENDER BOX, PROCUREMENT SECTION, MUNICIPAL OFFICES Physical address: CLYDE STREET, KNYSNA. Identification details: T59/2020/21 The closing time for submission of tender offers is 12h00 on WEDNESDAY 30TH June 2021. BID CRITERION & PROCUREMENT POLICY Note that as part of the evaluation process: Only contractors registered with the CIDB will be accepted for works in the category that they are registered in. All expression of interest bids will be evaluated in TWO STAGES (2). The first stage will be assessed in terms of FUNCTIONALITY and only once the prospective tender has achieved the required score for functionality then the tender will be added to the data base. Once funds have been made available for a Municipal Project, the 80/20 preference point system as regulated in the PREFERENTIAL PROCUREMENT REGULATIONS, SCHEDULE 1911 will be implemented once a bid is received for a particular tender. Then the DISCRETIONERY STAGE to meet the Councils objectives will follow.
Objectives: Prospective tenderers shall note that it is the Councils intention to promote HDI ownership, Local contractors and Ward based contractors for the expression of Interest. Bids will be evaluated in terms of the 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
Criteria for award after establishment of Panel All qualifying contractors will be set in a pool/panel
All contractors will be given assignments on a municipal predetermined bill of quantities
Bill of quantities will hold good until the assignment is complete
This particular panel does not have Variation Orders
Additional work identified during implementation is carried over to the next bidder
When work is available contractors will be called on the basis of their works category
Contractors will be given works assignments on a rotational basis governed by eligibility in terms of CIDB
Act, i.e. contractors may only be given works which they qualify for but will be rotated as long as the panel is
still valid
Qualifying contractors will be evaluated for performance after completion of each assignment.
Non performing contractors will be eliminated from the panel immediately
Contractors who fail to pitch for the assignment on the commencement date will be excluded and another
contractor will be appointed in their place
All works are deemed to meet SANS 1200 standards on completion regardless of the sufficiency of the
specification provided to the contractor at the time of assignment. All works will be measured against SANS
1200 specification.
Validity of Rates
The rates in this tender are assumed to hold good for the three year period
Cost Price Adjustment (CPA) is not applicable in this bid
Certificate of Authority for Signatory Signatories for closed corporations, partnerships and companies shall confirm their authority by attaching to this form a duly signed and dated copy of the relevant resolution of their members or the board of directors or partners, as the case may be. An example for a company is shown below: "By resolution of the board of directors taken on (date)______________________________________________ Mr / Ms _________________________________________________________________________________ has been duly authorized to sign all documents in connection with the tender for contract No. ______________________________________________________________________________ and any contract which may arise therefrom on behalf of (Tenderer) ______________________________________________________________________________ ________________________________________________________________________________________
Signed Date
Name Position
Tenderer
MBD 2
TAX CLEARANCE CERTFICATE REQUIREMENTS
It is a condition of bid that the taxes of the successful bidder must be in order, or that
satisfactory arrangements have been made with South African Revenue Service (SARS) to meet
the bidder’s tax obligations.
1 In order to meet this requirement, bidders are required to complete in full the attached form TCC 001
“Application for a Tax Clearance Certificate” and submit it to any SARS branch office nationally. The Tax
Clearance Certificate Requirements are also applicable to foreign bidders / individuals who wish to
submit bids.
2 SARS will then furnish the bidder with a Tax Clearance Certificate that will be valid for a period of 1
(one) year from the date of approval.
3 The original Tax Clearance Certificate must be submitted together with the bid. Failure to submit the
original and valid Tax Clearance Certificate will result in the invalidation of the bid. Certified copies of the
Tax Clearance Certificate will not be acceptable.
4 In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a
separate Tax Clearance Certificate.
5 Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARS
branch office nationally or on the website www.sars.gov.za.
6 Applications for the Tax Clearance Certificates may also be made via eFiling. In order to use this
provision, taxpayers will need to register with SARS as eFilers through the website www.sars.gov.za.
MBD 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 ………….. 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
B-BBEE STATUS LEVEL OF CONTRIBUTOR
Total points for Price and B-BBEE must not exceed
100
1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with 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;
(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
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
(90/10 system)
Number of points
(80/20 system)
1 10 20
2 9 18
3 6 14
4 5 12
5 4 8
6 3 6
7 2 4
8 1 2
Non-compliant contributor
0 0
5. BID 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
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 MUNICIPAL INFORMATION
Municipality where business is situated: ….……………………………………………….
Registered Account Number: ………………………….
Stand Number:……………………………………………….
8.8 Total number of years the company/firm has been in
business:……………………………
8.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the
company/firm, certify 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 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. …………………………………….
MBD 4 - DECLARATION OF INTEREST
1. No bid will be accepted from persons in the service of the state1. 2. Any person, having a kinship with persons in the service of the state, including a blood relationship, may make
an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism, should the resulting bid, or part thereof, be awarded to persons connected with or related to persons in service of the state, it is required that the bidder or their authorised representative declare their position in relation to the evaluating/adjudicating authority and/or take an oath declaring his/her interest.
3. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid:
3.1. Full Name of bidder or his or her representative
3.2. Identity Number
3.3. Position occupied in the Company (director, shareholder etc.)
3.4. Company Registration Number
3.5. Tax Reference Number
3.6. VAT Registration Number
3.7. Are you presently in the service of the state? YES NO
3.7.1. If so, furnish particulars:
3.8. Have you been in the service of the state for the past twelve months? YES NO
3.8.1. If so, furnish particulars:
3.9. Do you have any relationship (family, friend, other) with persons in the service of the state and who may be involved with the evaluation and or adjudication of this bid?
YES NO
3.9.1. If so, furnish particulars:
1 MSCM Regulations: “in the service of the state” means to be –
(a) a member of –
i. any municipal council; ii. any provincial legislature; or
iii. the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity;
(d) an employee of any national or provincial department, national or provincial public entity or constitutional institution within the
meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) a member of the accounting authority of any national or provincial public entity; or
(f) an employee of Parliament or a provincial legislature.
3.10. Are you aware of any relationship (family, friend, other) between a bidder and any persons in the service of the state who may be involved with the evaluation and or adjudication of this bid?
YES NO
3.10.1. If so, furnish particulars:
3.11. Are any of the company’s directors, managers, principle shareholders or stakeholders in the service of the state?
YES NO
3.11.1. If so, furnish particulars:
3.12. Is any spouse, child or parent of the company’s directors, managers, principle shareholders or stakeholders in the service of the state?
YES NO
3.12.1. If so, furnish particulars:
4. DECLARATION
I, the undersigned (name) , certify that the information furnished in paragraph 3 above is correct. I accept that the state may act against should this declaration prove to be false.
SIGNATURE DATE
NAME OF SIGNATORY
POSITION
NAME OF COMPANY
MBD 8 - DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES
1. This Municipal Bidding Document must form part of all bids invited. 2. It serves as a declaration to be used by municipalities and municipal entities in ensuring that 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 rejected if that bidder, or any of its directors have: a. abused the municipality’s / municipal entity’s supply chain management system or committed any
improper conduct in relation to such system; b. been convicted for fraud or corruption during the past five years; c. wilfully neglected, reneged on or failed to comply with any government, municipal or other public
sector contract during the past five years; or d. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and
Combating of Corrupt Activities Act (No 12 of SCHEDULE 1904). 4. In order to give effect to the above, the following questionnaire must be completed and submitted with the bid.
4.1 Is the bidder or any of its directors listed on the National Treasury’s database as a company or person 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 National Treasury after the audi alteram partem rule was applied).
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 SCHEDULE 1904)? (To access this Register enter the National Treasury’s website, www.treasury.gov.za, click on the icon “Register for Tender Defaulters” or submit your written request for a hard copy of the Register to facsimile number (012) 3265445).
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 of law outside the Republic of South Africa) for fraud or corruption during the past five years?
Yes No
4.3.1 If so, furnish particulars:
4.4 Does the bidder or any of its directors owe any municipal rates and taxes or municipal charges to the municipality / municipal entity, or to any other municipality / municipal entity, that is in arrears for more than three months?
Yes No
4.4.1 If so, furnish particulars:
4.5 Was any contract between the bidder and the municipality / municipal entity or any other organ of state terminated during the past five years on account of failure to perform on or comply with the contract?
Yes No
4.7.1 If so, furnish particulars:
5. CERTIFICATION I, the undersigned (full name), , certify that the information furnished on this declaration form 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: NAME (PRINT):
CAPACITY: DATE:
NAME OF FIRM:
MBD 9 - CERTIFICATE OF INDEPENDENT BID DETERMINATION
1. This Municipal Bidding Document (MBD) must form part of all bids2 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).3 Collusive bidding is a per se prohibition meaning that it cannot be justified under any grounds.
3. Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide measures for the combating of abuse of the supply chain management system, and must enable the accounting officer, among others, to:
a. take all reasonable steps to prevent such abuse; b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chain management
system of the municipality or municipal entity or has committed any improper conduct in relation to such system; and
c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent act during the bidding process or the execution of the contract.
4. This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when bids are considered, reasonable steps are taken to prevent any form of bid-rigging.
5. In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be completed and submitted with the bid:
2 Includes price quotations, advertised competitive bids, limited bids and proposals. 3 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.
20 KNYSNA MUNICIPALITY
CERTIFICATE OF INDEPENDENT BID DETERMINATION: In response to the invitation for the bid made by:
KNYSNA MUNICIPALITY
I, the undersigned, in submitting the accompanying bid, hereby make the following statements that I certify to be true and complete in every respect: 1. I have read and I understand the contents of this Certificate; 2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in
every respect; 3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder; 4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the
terms of, and to sign, the bid, on behalf of the bidder; 5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any
individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on their qualifications, abilities or
experience; and (c) provides the same goods and services as the bidder and/or is in the same line of business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However, communication between partners in a joint venture or consortium4 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.
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 SCHEDULE 1904 or any other applicable legislation.
SIGNATURE NAME (PRINT)
CAPACITY DATE
NAME OF FIRM
4 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.
21 KNYSNA MUNICIPALITY
MBD 15 - CERTIFICATE FOR PAYMENT OF MUNICIPAL SERVICES
NAME OF THE BIDDER: FURTHER DETAILS OF THE BIDDER’S; Director / Shareholder / Partners, etc:
Director / Shareholder / partner
Physical address of the Business
Municipal Account
number(s)
Physical residential address of the Director /
shareholder / partner
Municipal Account number(s)
NB: Please attach certified copy (ies) of ID document(s) I, , (Full name in block letters) the undersigned, certify that the information furnished on this declaration form is correct and that I / we have no undisputed commitments for municipal services towards a municipality in respect of which payment is overdue for more than 90 days. If the value of the transaction is expected to exceed R10 million (VAT included) I certify that the bidder has no undisputed commitments for municipal services towards a Municipality in respect of which payment is overdue for more than 30 days; THUS DONE AND SIGNED for and on behalf of the Bidder, at , on the day of SCHEDULE 19 .
Number of sheets appended by the tenderer to this schedule (If nil, enter NIL)
SIGNATURE: NAME (PRINT):
CAPACITY: NAME OF FIRM:
22 KNYSNA MUNICIPALITY
RETURNABLE SCHEDULES COMPULSORY ENTERPRISE QUESTIONNAIRE The following particulars MUST be furnished. 1. Name of tendering entity (Business Name): ………...……………………………………… 1. Business Registration / CC number: ………...……………………………………… 2. Contact details: 2.1 Telephone number: …………………………………………………………. 2.2 Facsimile number: …………………………………………………………. 2.3 Postal address: ………………………………………………………….
2.4 Contact person: ………………………………………………………… 3. VAT registration number, if any: ...……………………………………………………… 4. Knysna Municipality residency:
4.1 Rates services account number
5. Registration with Workmen’s Compensation Fund, if any: 6. CIDB registration number, if any: 7. TAX (SARS) reference number: .…………………………………...……………………. 8. Annual turnover: (Please list accounting officer contact details): Accounting officer details: …………………………………………………. …………………………………………………. 9. Particulars of sole proprietors and partners in partnerships
Name* Identity number* Sex (Male/ Female)
Disabled persons Equity (Yes / No)
Percentage owned by HDI
*Complete only if sole proprietor or partnership and attach separate page if more than 3 partners
REG. NUMBER:
CRS NUMBER / CIDB NUMBER:
ANNUAL TURNOVER:
SCHEDULE 2018/19 R
SCHEDULE 2019/20 R
SCHEDULE 2020/21 R
23 KNYSNA MUNICIPALITY
10. Particulars of companies and close corporations (please tick relevant box): Registered as: □ Close corporation □ Pty (Ltd) □ Co-operative □ Sole Trader □ Ltd Company □ Partnership Signed: …………………………………….. Date: ………………………………………. Name: ……………………………………………….. Position: …………………………………..
24 KNYSNA MUNICIPALITY
1.3 GENERAL CONDITIONS OF CONTRACT
1. Definitions
1. The following terms shall be interpreted as indicated: 1.1 “Closing time” means the date and hour specified in the bidding documents for the receipt of bids. 1.2 “Contract” means the written agreement entered into between the purchaser and the supplier, as
recorded in the contract form signed by the parties, including all attachments and appendices thereto
and all documents incorporated by reference therein. 1.3 “Contract price” means the price payable to the supplier under the contract for the full and proper
performance of his contractual obligations. 1.4 “Corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the
action of a public official in the procurement process or in contract execution. 1.5 "Countervailing duties" are imposed in cases where an enterprise abroad is subsidized by its
government and encouraged to market its products internationally. 1.6 “Country of origin” means the place where the goods were mined, grown or produced or from which the
services are supplied. Goods are produced when, through manufacturing, processing or substantial
and major assembly of components, a commercially recognized new product results that is substantially
different in basic characteristics or in purpose or utility from its components. 1.7 “Day” means calendar day. 1.8 “Delivery” means delivery in compliance of the conditions of the contract or order. 1.9 “Delivery ex stock” means immediate delivery directly from stock actually on hand. 1.10 “Delivery into consignees store or to his site” means delivered and unloaded in the specified store or
depot or on the specified site in compliance with the conditions of the contract or order, the supplier
bearing all risks and charges involved until the goods are so delivered and a valid receipt is obtained. 1.11 "Dumping" occurs when a private enterprise abroad market its goods on own initiative in the RSA at
lower prices than that of the country of origin and which have the potential to harm the local industries
in the RSA. 1.12 “Force majeure” means an event beyond the control of the supplier and not involving the supplier’s fault
or negligence and not foreseeable. Such events may include, but is not restricted to, acts of the
purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions
and freight embargoes. 1.13 “Fraudulent practice” means a misrepresentation of facts in order to influence a procurement process
or the execution of a contract to the detriment of any bidder, and includes collusive practice among
bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive
levels and to deprive the bidder of the benefits of free and open competition. 1.14 “GCC” means the General Conditions of Contract. 1.15 “Goods” means all of the equipment, machinery, and/or other materials that the supplier is required to
supply to the purchaser under the contract. 1.16 “Imported content” means that portion of the bidding price represented by the cost of components, parts
or materials which have been or are still to be imported (whether by the supplier or his subcontractors)
and which costs are inclusive of the costs abroad, plus freight and other direct importation costs such
as landing costs, dock dues, import duty, sales duty or other similar tax or duty at the South African
place of entry as well as transportation and handling charges to the factory in the Republic where the
goods covered by the bid will be manufactured. 1.17 “Local content” means that portion of the bidding price, which is not included in the imported content
provided that local manufacture does take place. 1.18 “Manufacture” means the production of products in a factory using labour, materials, components and
machinery and includes other related value-adding activities. 1.19 “Order” means an official written order issued for the supply of goods or works or the rendering of a
service. 1.20 “Project site,” where applicable, means the place indicated in bidding documents. 1.21 “Purchaser” means the organization purchasing the goods. 1.22 “Republic” means the Republic of South Africa. 1.23 “SCC” means the Special Conditions of Contract. 1.24 “Services” means those functional services ancillary to the supply of the goods, such as transportation
and any other incidental services, such as installation, commissioning, provision of technical assistance,
training, catering, gardening, security, maintenance and other such obligations of the supplier covered
under the contract. 1.25 “Supplier” means the successful bidder who is awarded the contract to maintain and administer the
required and specified service(s) to the State. 1.26 “Tort” means in breach of contract. 1.27 “Turnkey” means a procurement process where one service provider assumes total responsibility for
all aspects of the project and delivers the full end product / service required by the contract. 1.28 “Written” or “in writing” means hand-written in ink or any form of electronic or mechanical writing.
25 KNYSNA MUNICIPALITY
2. Application
2.1 These general conditions are applicable to all bids, contracts and orders including bids for functional
and professional services (excluding professional services related to the building and construction
industry), sales, hiring, letting and the granting or acquiring of rights, but excluding immovable property,
unless otherwise indicated in the bidding documents. 2.2 Where applicable, special conditions of contract are also laid down to cover specific goods, services or
works. 2.3 Where such special conditions of contract are in conflict with these general conditions, the special
conditions shall apply.
3. General
3.1 Unless otherwise indicated in the bidding documents, the purchaser shall not be liable for any expense
incurred in the preparation and submission of a bid. Where applicable a non-refundable fee for
documents may be charged. 3.2 Invitations to bid are usually published in locally distributed news media and on the municipality/municipal
entity website. 4. Standards 4.1 The goods supplied shall conform to the standards mentioned in the bidding documents and
specifications.
5. Use of contract documents and information inspection
5.1 The supplier shall not, without the purchaser’s prior written consent, disclose the contract, or any
provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on
behalf of the purchaser in connection therewith, to any person other than a person employed by the
supplier in the performance of the contract. Disclosure to any such employed person shall be made in
confidence and shall extend only so far as may be necessary for purposes of such performance. 5.2 The supplier shall not, without the purchaser’s prior written consent, make use of any document or
information mentioned in GCC clause 5.1 except for purposes of performing the contract. 5.3 Any document, other than the contract itself mentioned in GCC clause 5.1 shall remain the property of
the purchaser and shall be returned (all copies) to the purchaser on completion of the supplier’s
performance under the contract if so required by the purchaser. 5.4 The supplier shall permit the purchaser to inspect the supplier’s records relating to the performance of
the supplier and to have them audited by auditors appointed by the purchaser, if so required by the
purchaser.
6. Patent Rights
6.1 The supplier shall indemnify the purchaser against all third-party claims of infringement of patent,
trademark, or industrial design rights arising from use of the goods or any part thereof by the purchaser. 6.2 When a supplier developed documentation / projects for the municipality / municipal entity, the
intellectual, copy and patent rights or ownership of such documents or projects will vest in the
municipality / municipal entity.
7. Performance security
7.1 Within thirty (30) days of receipt of the notification of contract award, the successful bidder shall furnish
to the purchaser the performance security of the AGREE/DISAGREE specified in SCC. 7.2 The proceeds of the performance security shall be payable to the purchaser as compensation for any
loss resulting from the supplier’s failure to complete his obligations under the contract. 7.3 The performance security shall be denominated in the currency of the contract, or in a freely convertible
currency acceptable to the purchaser and shall be in one of the following forms: (a) a bank guarantee
or an irrevocable letter of credit issued by a reputable bank located in the purchaser’s country or abroad,
acceptable to the purchaser, in the form provided in the bidding documents or another form acceptable
to the purchaser; or (b) a cashier’s or certified cheque. 7.4 The performance security will be discharged by the purchaser and returned to the supplier not later
than thirty (30) days following the date of completion of the supplier’s performance obligations under
the contract, including any warranty obligations, unless otherwise specified.
8. Inspections, tests and analyses
8.1 All pre-bidding testing will be for the account of the bidder. 8.2 If it is a bid condition that goods to be produced or services to be rendered should at any stage be
subject to inspections, tests and analyses, the bidder or contractor’s premises shall be open, at all
26 KNYSNA MUNICIPALITY
reasonable hours, for inspection by a representative of the purchaser or organization acting on behalf
of the purchaser. 8.3 If there are no inspection requirements indicated in the bidding documents and no mention is made in
the contract, but during the contract period it is decided that inspections shall be carried out, the
purchaser shall itself make the necessary arrangements, including payment arrangements with the
testing authority concerned. 8.4 If the inspections, tests and analyses referred to in clauses 8.2 and 8.3 show the goods to be in
accordance with the contract requirements, the cost of the inspections, tests and analyses shall be
defrayed by the purchaser. 8.5 Where the goods or services referred to in clauses 8.2 and 8.3 do not comply with the contract
requirements, irrespective of whether such goods or services are accepted or not, the cost in
connection with these inspections, tests or analyses shall be defrayed by the supplier. 8.6 Goods and services which are referred to in clauses 8.2 and 8.3 and which do not comply with the
contract requirements may be rejected. 8.7 Any contract goods may on or after delivery be inspected, tested or analysed and may be rejected if
found not to comply with the requirements of the contract. Such rejected goods shall be held at the cost
and risk of the supplier who shall, when called upon, remove them immediately at his own cost and
forthwith substitute them with goods, which do comply with the requirements of the contract. Failing
such removal, the rejected goods shall be returned at the suppliers cost and risk. Should the supplier
fail to provide the substitute goods forthwith, the purchaser may, without giving the supplier further
opportunity to substitute the rejected goods, purchase such goods as may be necessary at the expense
of the supplier. 8.8 The provisions of clauses 8.4 to 8.7 shall not prejudice the right of the purchaser to cancel the contract
on account of a breach of the conditions thereof, or to act in terms of Clause 22 of GCC.
9. Packing
9.1 The supplier shall provide such packing of the goods as is required to prevent their damage or
deterioration during transit to their final destination, as indicated in the contract. The packing shall be
sufficient to withstand, without limitation, rough handling during transit and exposure to extreme
temperatures, salt and precipitation during transit, and open storage. Packing, case size weights shall
take into consideration, where appropriate, the remoteness of the goods’ final destination and the
absence of heavy handling facilities at all points in transit. 9.2 The packing, marking, and documentation within and outside the packages shall comply strictly with
such special requirements as shall be expressly provided for in the contract, including additional
requirements, if any, and in any subsequent instructions ordered by the purchaser.
10. Delivery and documents
10.1 Delivery of the goods and arrangements for shipping and clearance obligations, shall be made by the
supplier in accordance with the terms specified in the contract.
11. Insurance
11.1 The goods supplied under the contract shall be fully insured in a freely convertible currency against
loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the
manner specified. 12. Transportation 12.1 Should a price other than an all-inclusive delivered price be required, this shall be specified.
13. Incidental Services
13.1 The supplier may be required to provide any or all of the following services, including additional services, if
any: (a) performance or supervision of on-site assembly and/or commissioning of the supplied
goods; (b) furnishing of tools required for assembly and/or maintenance of the supplied goods; (c) furnishing of a detailed operations and maintenance manual for each appropriate unit of the
supplied goods; (d) performance or supervision or maintenance and/or repair of the supplied goods, for a period
of time agreed by the parties, provided that this service shall not relieve the supplier of any warranty
obligations under this contract; and (e) training of the purchaser’s personnel, at the supplier’s plant and/or on-site, in assembly,
start-up, operation, maintenance, and/or repair of the supplied goods.
27 KNYSNA MUNICIPALITY
13.2 Prices charged by the supplier for incidental services, if not included in the contract price for the goods,
shall be agreed upon in advance by the parties and shall not exceed the prevailing rates charged to
other parties by the supplier for similar services.
14. Spare parts
14.1 As specified, the supplier may be required to provide any or all of the following materials, notifications,
and information pertaining to spare parts manufactured or distributed by the supplier: (a) such spare parts as the purchaser may elect to purchase from the supplier, provided that this
election shall not relieve the supplier of any warranty obligations under the contract; and; (b) in the
event of termination of production of the spare parts: (i) advance notification to the purchaser of the
pending termination, in sufficient time to permit the purchaser to procure needed requirements; and (ii)
following such termination, furnishing at no cost to the purchaser, the blueprints, drawings, and
specifications of the spare parts, if requested.
15. Warranty
15.1 The supplier warrants that the goods supplied under the contract are new, unused, of the most recent
or current models, and that they incorporate all recent improvements in design and materials unless
provided otherwise in the contract. The supplier further warrants that all goods supplied under this
contract shall have no defect, arising from design, materials, or workmanship (except when the design
and/or material is required by the purchaser’s specifications) or from any act or omission of the supplier,
that may develop under normal use of the supplied goods in the conditions prevailing in the country of
final destination. 15.2 This warranty shall remain valid for twelve (12) months after the goods, or any portion thereof as the
case may be, have been delivered to and accepted at the final destination indicated in the contract, or
for eighteen (18) months after the date of shipment from the port or place of loading in the source
country, whichever period concludes earlier, unless specified otherwise. 15.3 The purchaser shall promptly notify the supplier in writing of any claims arising under this warranty. 15.4 Upon receipt of such notice, the supplier shall, within the period specified and with all reasonable speed,
repair or replace the defective goods or parts thereof, without costs to the purchaser. 15.5 If the supplier, having been notified, fails to remedy the defect(s) within the period specified, the
purchaser may proceed to take such remedial action as may be necessary, at the supplier’s risk and
expense and without prejudice to any other rights which the purchaser may have against the supplier
under the contract.
16. Payment
16.1 The method and conditions of payment to be made to the supplier under this contract shall be specified. 16.2 The supplier shall furnish the purchaser with an invoice accompanied by a copy of the delivery note
and upon fulfilment of other obligations stipulated in the contract. 16.3 Payments shall be made promptly by the purchaser, but in no case later than thirty (30) days after
submission of an invoice or claim by the supplier. 16.4 Payment will be made in Rand unless otherwise stipulated.
17. Prices
17.1 Prices charged by the supplier for goods delivered and services performed under the contract shall not
vary from the prices quoted by the supplier in his bid, with the exception of any price adjustments
authorized or in the purchaser’s request for bid validity extension, as the case may be.
18. Variation orders
18.1 In cases where the estimated value of the envisaged changes in purchase does not vary more than
15% of the total value of the original contract, the contractor may be instructed to deliver the goods or
render the services as such. In cases of measurable quantities, the contractor may be approached to
reduce the unit price, and such offers may be accepted provided that there is no escalation in price.
19. Assignment
19.1 The supplier shall not assign, in whole or in part, its obligations to perform under the contract, except
with the purchaser’s prior written consent.
20. Subcontracts
20.1 The supplier shall notify the purchaser in writing of all subcontracts awarded under this contracts if not
already specified in the bid. Such notification, in the original bid or later, shall not relieve the supplier
from any liability or obligation under the contract.
28 KNYSNA MUNICIPALITY
21. Delays in the supplier’s performance 21.1 Delivery of the goods and performance of services shall be made by the supplier in accordance with
the time schedule prescribed by the purchaser in the contract. 21.2 If at any time during performance of the contract, the supplier or its subcontractor(s) should encounter
conditions impeding timely delivery of the goods and performance of services, the supplier shall
promptly notify the purchaser in writing of the fact of the delay, its likely duration and its cause(s). As
soon as practicable after receipt of the supplier’s notice, the purchaser shall evaluate the situation and
may at his discretion extend the supplier’s time for performance, with or without the imposition of
penalties, in which case the extension shall be ratified by the parties by amendment of contract. 21.3 The right is reserved to procure outside of the contract small quantities or to have minor essential
services executed if an emergency arises, the supplier’s point of supply is not situated at or near the
place where the goods are required, or the supplier’s services are not readily available. 21.4 Except as provided under GCC Clause 25, a delay by the supplier in the performance of its delivery
obligations shall render the supplier liable to the imposition of penalties, pursuant to GCC Clause 22,
unless an extension of time is agreed upon pursuant to GCC Clause 22.2 without the application of
penalties. 21.5 Upon any delay beyond the delivery period in the case of a goods contract, the purchaser shall, without
cancelling the contract, be entitled to purchase goods of a similar quality and up to the same quantity
in substitution of the goods not supplied in conformity with the contract and to return any goods
delivered later at the supplier’s expense and risk, or to cancel the contract and buy such goods as may
be required to complete the contract and without prejudice to his other rights, be entitled to claim
damages from the supplier.
22. Penalties
22.1 Subject to GCC Clause 25, if the supplier fails to deliver any or all of the goods or to perform the services
within the period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies
under the contract, deduct from the contract price, as a penalty, a sum calculated on the delivered price
of the delayed goods or unperformed services using the current prime interest rate calculated for each
day of the delay until actual delivery or performance. The purchaser may also consider termination of
the contract pursuant to GCC Clause 23.
23. Termination for default
23.1 The purchaser, without prejudice to any other remedy for breach of contract, by written notice of default
sent to the supplier, may terminate this contract in whole or in part: (a) if the supplier fails to deliver any or all of the goods within the period(s) specified in the contract, or
within any extension thereof granted by the purchaser pursuant to GCC Clause 21.2; (b) if the supplier
fails to perform any other obligation(s) under the contract; or (c) if the supplier, in the judgement of the
purchaser, has engaged in corrupt or fraudulent practices in competing for or in executing the contract. 23.2 In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon
such terms and in such manner, as it deems appropriate, goods, works or services similar to those
undelivered, and the supplier shall be liable to the purchaser for any excess costs for such similar
goods, works or services. However, the supplier shall continue performance of the contract to the extent
not terminated. 23.3 Where the purchaser terminates the contract in whole or in part, the purchaser may decide to impose
a restriction penalty on the supplier by prohibiting such supplier from doing business with the public
sector for a period not exceeding 10 years. 23.4 If a purchaser intends imposing a restriction on a supplier or any person associated with the supplier,
the supplier will be allowed a time period of not more than fourteen (14) days to provide reasons why
the envisaged restriction should not be imposed. Should the supplier fail to respond within the stipulated
fourteen (14) days the purchaser may regard the supplier as having no objection and proceed with the
restriction. 23.5 Any restriction imposed on any person by the purchaser will, at the discretion of the purchaser, also be
applicable to any other enterprise or any partner, manager, director or other person who wholly or partly
exercises or exercised or may exercise control over the enterprise of the first-mentioned person, and
with which enterprise or person the first-mentioned person, is or was in the opinion of the purchaser
actively associated. 23.6 If a restriction is imposed, the purchaser must, within five (5) working days of such imposition, furnish
the National Treasury, with the following information: (i) the name and address of the supplier and / or person restricted by the purchaser; (ii) the date of commencement of the restriction (iii)the period of restriction; and (iv) the reasons for the restriction. These details will be loaded in the National Treasury’s central
database of suppliers or persons prohibited from doing business with the public sector.
29 KNYSNA MUNICIPALITY
23.7 If a court of law convicts a person of an offence as contemplated in sections 12 or 13 of the Prevention
and Combating of Corrupt Activities Act, No. 12 of 2004, the court may also rule that such person’s
name be endorsed on the Register for Tender Defaulters. When a person’s name has been endorsed
on the Register, the person will be prohibited from doing business with the public sector for a period
not less than five years and not more than 10 years. The National Treasury is empowered to determine
the period of restriction and each case will be dealt with on its own merits. According to section 32 of
the Act the Register must be open to the public. The Register can be perused on the National Treasury
website
24. Antidumping and countervailing duties and rights
24.1 When, after the date of bid, provisional payments are required, or anti-dumping or countervailing duties
are imposed, or the AGREE/DISAGREE of a provisional payment or anti-dumping or countervailing
right is increased in respect of any dumped or subsidized import, the State is not liable for any
AGREE/DISAGREE so required or imposed, or for the AGREE/DISAGREE of any such increase.
When, after the said date, such a provisional payment is no longer required or any such anti-dumping
or countervailing right is abolished, or where the AGREE/DISAGREE of such provisional payment or
any such right is reduced, any such favourable difference shall on demand be paid forthwith by the
supplier to the purchaser or the purchaser may deduct such AGREE/DISAGREEs from moneys (if any)
which may otherwise be due to the supplier in regard to goods or services which he delivered or
rendered, or is to deliver or render in terms of the contract or any other contract or any other
AGREE/DISAGREE which may be due to him.
25. Force Majeure
25.1 Notwithstanding the provisions of GCC Clauses 22 and 23, the supplier shall not be liable for forfeiture
of its performance security, damages, or termination for default if and to the extent that his delay in
performance or other failure to perform his obligations under the contract is the result of an event of
force majeure. 25.2 If a force majeure situation arises, the supplier shall promptly notify the purchaser
in writing of such condition and the cause thereof. Unless otherwise directed by the purchaser in writing,
the supplier shall continue to perform its obligations under the contract as far as is reasonably practical,
and shall seek all reasonable alternative means for performance not prevented by the force majeure
event.
26. Termination for insolvency
26.1 The purchaser may at any time terminate the contract by giving written notice to the supplier if the
supplier becomes bankrupt or otherwise insolvent. In this event, termination will be without
compensation to the supplier, provided that such termination will not prejudice or affect any right of
action or remedy, which has accrued or will accrue thereafter to the purchaser.
27. Settlement of Disputes
27.1 If any dispute or difference of any kind whatsoever arises between the purchaser and the supplier in
connection with or arising out of the contract, the parties shall make every effort to resolve amicably
such dispute or difference by mutual consultation. 27.2 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual
consultation, then either the purchaser or the supplier may give notice to the other party of his intention
to commence with mediation. No mediation in respect of this matter may be commenced unless such
notice is given to the other party. 27.3 Should it not be possible to settle a dispute by means of mediation, it may be settled in a South African
court of law. 27.4 Notwithstanding any reference to mediation and/or court proceedings herein, (a) the parties shall
continue to perform their respective obligations under the contract unless they otherwise agree; and (b) the purchaser shall pay the supplier any monies due the supplier for goods delivered and / or
services rendered according to the prescripts of the contract.
28. Limitation of Liability
28.1 Except in cases of criminal negligence or wilful misconduct, and in the case of infringement pursuant
to Clause 6; (a) the supplier shall not be liable to the purchaser, whether in contract, tort, or otherwise,
for any indirect or consequential loss or damage, loss of use, loss of production, or loss of profits or
interest costs, provided that this exclusion shall not apply to any obligation of the supplier to pay
penalties and/or damages to the purchaser; and (b) the aggregate liability of the supplier to the
purchaser, whether under the contract, in tort or otherwise, shall not exceed the total contract price,
provided that this limitation shall not apply to the cost of repairing or replacing defective equipment.
30 KNYSNA MUNICIPALITY
29. Governing language
29.1 The contract shall be written in English. All correspondence and other documents pertaining to the
contract that is exchanged by the parties shall also be written in English. 30. Applicable law
30.1 The contract shall be interpreted in accordance with South African laws, unless otherwise specified.
31. Notices
31.1 Every written acceptance of a bid shall be posted to the supplier concerned by registered or certified
mail and any other notice to him shall be posted by ordinary mail to the address furnished in his bid or
to the address notified later by him in writing and such posting shall be deemed to be proper service of
such notice. 31.2 The time mentioned in the contract documents for performing any act after such aforesaid notice has
been given, shall be reckoned from the date of posting of such notice.
32. Taxes and duties
32.1 A foreign supplier shall be entirely responsible for all taxes, stamp duties, license fees, and other such
levies imposed outside the purchaser’s country. 32.2 A local supplier shall be entirely responsible for all taxes, duties, license fees, etc., incurred until delivery
of the contracted goods to the purchaser. 32.3 No contract shall be concluded with any bidder whose tax matters are not in order. Prior to the award
of a bid SARS must have certified that the tax matters of the preferred bidder are in order. 32.4 No contract shall be concluded with any bidder whose municipal rates and taxes and municipal services
charges are in arrears.
33. Transfer of contracts
33.1 The contractor shall not abandon, transfer, cede assign or sublet a contract or part thereof without the
written permission of the purchaser
34. Amendment of contracts
34.1 No agreement to amend or vary a contract or order or the conditions, stipulations or provisions thereof
shall be valid and of any force unless such agreement to amend or vary is entered into in writing and
signed by the contracting parties. Any waiver of the requirement that the agreement to amend or vary
shall be in writing, shall also be in writing.
35. Prohibition of restrictive practices
35.1 In terms of section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, an agreement
between, or concerted practice by, firms, or a decision by an association of firms, is prohibited if it is
between parties in a horizontal relationship and if a bidder(s) is / are or a contractor(s) was / were
involved in collusive bidding. 35.2 If a bidder(s) or contractor(s) based on reasonable grounds or evidence obtained by the purchaser has
/ have engaged in the restrictive practice referred to above, the purchaser may refer the matter to the
Competition Commission for investigation and possible imposition of administrative penalties as
contemplated in section 59 of the Competition Act No 89 0f 1998. 35.3 If a bidder(s) or contractor(s)
has / have been found guilty by the Competition Commission of the restrictive practice referred to
above, the purchaser may, in addition and without prejudice to any other remedy provided for,
invalidate the bid(s) for such item(s) offered, and / or terminate the contract in whole or part, and / or
restrict the bidder(s) or contractor(s) from conducting business with the public sector for a period not
exceeding ten (10) years and / or claim damages from the bidder(s) or contractor(s) concerned.
31 KNYSNA MUNICIPALITY
SECTION 1.4: SPECIAL CONDITIONS OF CONTRACT
1.4.1 The panel will be for a period of three (3) years from 1 July 2021 to 30 June 2024.
1.4.2 The Municipality reserves the right to appoint any other service provider and is not bound by the panel for
services and goods advertised in this bid.
1.4.3 Where prices are required they should be valid for a period of three years and include VAT, travelling,
subsistence and any other administrative charges.
1.4.4 All tariffs therefore will be binding upon Service Providers for the duration of the contract.
1.4.5 Tariffs should be based on the maximum that may be charged, i.e. Service Providers may offer
appropriate discounts on receiving instructions.
1.4.6 The Individual (practitioner) Partner or Director (who’s CV was submitted herewith) will be accountable
and expected to sign off all professional mandates when submitting same to the Municipality. Such
Practitioners, when changes, an equivalence of skills and qualifications should be submitted for approval
by the municipality’s relevant department.
1.4.7 The firm will ultimately be liable for the tender contract, but should the Director or Partner leave the Firm,
the municipality must be informed accordingly on who will be replacing that person.
1.4.8 A panel of a contractors will be appointed in accordance with a category they are competent on. No other rates than that quoted in the pricing schedule are allowed. Knysna municipality will not be liable for any omissions made by the service provider which may later lead to incapability to execute the works.
1.4.9 Knysna Municipality reserves the right to downward adjust the scope of work / quantity required to stay
within its budgetary limits.
1.4.10 The panel of contractors may be used for all similar related services not mentioned in the list of categories. The service provider would still however need to submit a quotation to the Municipality. The Municipality reserves the right to accept that quotation.
1.4.11 The service providers are expected to indicate which categories they are tendering on, and submit
relevant evidence for competency in that category. 1.4.12 Failure to indicate which category the service provider is bidding on and failure to submit relevant
evidence will lead to immediate disqualification.
1.4.13 The following criteria will be used to calculate points for the functionality:
32 KNYSNA MUNICIPALITY
EXPRESSION OF INTERESTED CONSTRUCTION FIELD Indicate with a tick () in the table the expressed construction category of interest and with a cross (x) if not
interested.
ITEM SCHEDULE NO.
CONSTRUCTION CATEGORY CIDB REQUIRED
INTERESTED (Mark with “”)
1 Pothole Repairs
CE/SB
2
Block Paving CE
3 Kerbing and channelling
CE
4 Concrete works
CE
5 Miscellaneous Building Works
GB
6 Pipe laying and pipe repairs
CE
7 Miscellaneous Painting
GB
8 Erection of retaining walls
CE
9 Erection of guard rails
SQ
10 Construction of speed humps
CE/SB
11 Removal of Sludge from the Drying Pans
CE
12 Occasional Cleaning of Stormwater Management Facilities
CE
13 Roads & Stormwater Reinstatement CE/SB
14
Road Marking SK
15
AD HOC Labour Provision N/A
16
General Welding & Steel Works N/A
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
33 KNYSNA MUNICIPALITY
1. SCHEDULE 1: POTHOLE REPAIRS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETED
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER:……………………….... DATE: …………………….……...
34 KNYSNA MUNICIPALITY
SCHEDULE 1: POTHOLE REPAIRS CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertakes that if his tender is accepted, such construction equipment will be on site and available for use on the works and no lower grade or inferior quality will be accepted. All equipment shall be in good working order and safe for use. These items shall be deemed included in the tendered rates stipulated and no additional payment will be made for the use of these tools. Note that inspections will be conducted on site and contractor premises on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
PLANT/EQUIPMENT/TOOLS OWNED HIRED
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Block brush Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
Straight Edge Compulsory NA
Compactor Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
2 x 1m SCHEDULE 19 mm Square tubing Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
Generator Evidence Required Evidence Required
35 KNYSNA MUNICIPALITY
SCHEDULE 1: POTHOLE REPAIRS
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman/Team Leader – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
36 KNYSNA MUNICIPALITY
SCHEDULE 1: FUNCTIONALITY FOR POTHOLE REPAIRS
Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for the Pothole Repairs
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references, if none is supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors Plant and Equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Walk
behind
vibratory
roller
1 x 1 ton
bakkie
2 x stop-
go boards
Asphalt
Cutter
Own
10
10
5
5
Hired
5
5
2.5
2.5
30
TOTAL 90
37 KNYSNA MUNICIPALITY
2. SCHEDULE 2: BLOCK PAVING EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
38 KNYSNA MUNICIPALITY
SCHEDULE 2: BLOCK PAVING
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
Line, Pegs and level Compulsory NA
Straight Edge Compulsory NA
Heavy Duty Angle Grinder Evidence Required Evidence Required
Plate compactor Evidence Required Evidence Required
Vibratory Roller compactor Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
39 KNYSNA MUNICIPALITY
SCHEDULE 2: BLOCK PAVING
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. WHERE BIDDERS WILL BE HIRING THE PLANT AND EQUIPMENT EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman/Team Leader – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
40 KNYSNA MUNICIPALITY
SCHEDULE 2: FUNCTIONALITY FOR BLOCK PAVING Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Paving
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Plate
Compactor
1 ton bakkie
2 x stop-go
boards
1 x Angle
Grinder
Own
10
10
5
5
Hired
5
5
2.5
2.5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
41 KNYSNA MUNICIPALITY
3. SCHEDULE 3: KERBING AND CHANELLING
EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
42 KNYSNA MUNICIPALITY
SCHEDULE 3: KERBING AND CHANNELLING
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached proforma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an adhoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER:……………………….... DATE: …………………….…….
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Builders bucket Compulsory NA
Rubber mallet Compulsory NA
Broom Compulsory NA
Wheel barrow Compulsory NA
Concrete cutter or grinder Evidence Required Evidence Required
Plate compactor Evidence Required Evidence Required
Concrete mixer Evidence Required Evidence Required
Roller compactor Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
Straight Edge Evidence Required Evidence Required
Line, Pegs and level Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
43 KNYSNA MUNICIPALITY
SCHEDULE 3: KERBING AND CHANNELLING
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8 points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
44 KNYSNA MUNICIPALITY
SCHEDULE 3: KERBING AND CHANNELLING Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
QUALIFYING CRITERIA FOR KERBING AND CHANNELLING
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Plate
Compactor
1 x 1 ton bakkie
2 x stop-go
boards
1 x Concrete
Mixer
1 x
Asphalt/Concrete
Cutter
Own
5
10
5
5
5
Hired
2.5
5
2.5
2.5
2.5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
45 KNYSNA MUNICIPALITY
4. SCHEDULE 4: SMALL CONRETE WORKS AND STORMWATER DRAINS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
46 KNYSNA MUNICIPALITY
SCHEDULE 4: SMALL CONCRETE AND SMALL WORKS AND STORMWATER DRAINS CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED
HIRE
Wheel barrow
Compulsory NA
Broom
Compulsory NA
Spade
Compulsory NA
Pick
Compulsory NA
Level Compulsory NA
Concrete Mixer
Evidence Required Evidence Required
Measuring Tape
Evidence Required Evidence Required
Concrete Cutter Evidence Required Evidence Required
Formwork Evidence Required Evidence Required
47 KNYSNA MUNICIPALITY
SCHEDULE 4: SMALL CONCRETE AND SMALL AND STORMWATER DRAINS Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
48 KNYSNA MUNICIPALITY
SCHEDULE 4: SMALL CONCRETE WORKS AND STORMWATER DRAINS
Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
QUALIFYING CRITERIA FOR SMALL CONCRETE AND STORMWATER DRAINS
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. 2 Points will be allocated for owned plant and 1 point for hired plant respectively. Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project.
Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x
Concrete
Cutter
1 x 1 ton
bakkie
2 x stop-go
boards
1 x
Concrete
Mixer
Own
10
10
5
5
Hired
5
5
2.5
2.5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
49 KNYSNA MUNICIPALITY
SCHEDULE 5: PIPE LAYING AND PIPE REPAIRS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME AND
NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
50 KNYSNA MUNICIPALITY
5. SCHEDULE 5: PIPE LAYING AND PIPE REPAIRS CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
NOTE: The municipality has many asbestos products in its network (mostly water and sewer pipes) and only registered asbestos handlers will be considered for work on these products. Tenderers need to indicate in the returnable documents if they are registered on not. SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Personal Protective Equipment Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
Digger or excavator Evidence Required Evidence Required
Compactor Evidence Required Evidence Required
Pipe lifting equipment Evidence Required Evidence Required
Lines, levels, pegs and survey equipment Evidence Required Evidence Required
3 ton truck or larger for pipe transport Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
Dewatering equipment (pumps, buckets, etc.) Evidence Required Evidence Required
Roller compactor Evidence Required Evidence Required
51 KNYSNA MUNICIPALITY
SCHEDULE 5: PIPE LAYING AND PIPE REPAIRS Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to be experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer.
EMPLOYER CONSULTING
ENGINEER NATURE OF
WORKS VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
52 KNYSNA MUNICIPALITY
SCHEDULE 5: PIPE LAYING AND PIPE REPAIRS
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
53 KNYSNA MUNICIPALITY
SCHEDULE 5: PIPE LAYING AND PIPE REPAIRS
Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Pipe Laying and Pipe Repairs
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Plate
Compactor
1 ton bakkie
1 x TLB
1 x
Water/Sludge
Pumps
Own
5
10
10
5
Hired
2.5
5
5
2.5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
54 KNYSNA MUNICIPALITY
6. SCHEDULE 6: ROAD MARKING EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
55 KNYSNA MUNICIPALITY
SCHEDULE 6: ROAD MARKING CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached proforma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an adhoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Personal Protective Equipment Compulsory N/A
1 Ton Bakkie Evidence Required Evidence Required
Articulated Compressor Sprayer Evidence Required Evidence Required
Sand Blasting Equipment
Evidence Required Evidence Required
Generator
Evidence Required Evidence Required
Rollers and Bushes Evidence Required Evidence Required
Power tools chipping off stubborn residues Evidence Required Evidence Required
56 KNYSNA MUNICIPALITY
SCHEDULE 6: ROAD MARKING
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE
USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
57 KNYSNA MUNICIPALITY
SCHEDULE 6: ROAD MARKING Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Road Marking
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
Articulated
Compressor
Sprayer
1 ton bakkie
1 x Sand
Blaster
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
58 KNYSNA MUNICIPALITY
7. SCHEDULE 7: ERECTION OF GUARDRAILS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME AND
NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
59 KNYSNA MUNICIPALITY
SCHEDULE 7: ERECTION OF GUARDRAILS
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Personal Protective Equipment Compulsory NA
Broom Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
1 ton bakkie Evidence Required Evidence Required
Line, Pegs and level Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
Earth Auger Hole Digger Evidence Required Evidence Required
60 KNYSNA MUNICIPALITY
SCHEDULE 7: ERECTION OF GUARDRAILS
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
61 KNYSNA MUNICIPALITY
SCHEDULE 7: FUNCTIONALITY FOR ERECTION OF GUARDRAILS Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
QUALIFYING CRITERIA FOR GUARDRAILS
Criteria Points Scoring Weighting Value Score
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x
Worker
roller
1 x 1 ton
bakkie
1 x Earth
Auger
Hole
Digger
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
62 KNYSNA MUNICIPALITY
8. SCHEDULE 8: CONSTRUCTION OF SPEED HUMPS & BUMPS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME AND
NUMBER VALUE
YEAR COMPLETE
POINTS PER
PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
63 KNYSNA MUNICIPALITY
SCHEDULE 8: CONSTRUCTION OF SPEED HUMPS & BUMPS
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Personal Protective Equipment Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Hand stamper Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Concrete/Asphalt Cutter Evidence Required Evidence Required
Walk behind vibratory roller Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
Straight Edge Evidence Required Evidence Required
Line, Pegs and level Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
64 KNYSNA MUNICIPALITY
SCHEDULE 8: CONSTRUCTION OF SPEED HUMPS & BUMPS Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
65 KNYSNA MUNICIPALITY
SCHEDULE 8: FUNCTIONALITY FOR CONSTRUCTION OF SPEED HUMPS & BUMPS Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Speed hump
Criteria Points Scoring Weighting Value Score
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x walk
behind
roller
1 x 1 ton
bakkie
1 x Asphalt
Cutter
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
66 KNYSNA MUNICIPALITY
9. SCHEDULE 9: REMOVAL OF SLUDGE FROM THE DRYING PANS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME AND
NUMBER VALUE
YEAR COMPLETE
POINTS PER
PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
67 KNYSNA MUNICIPALITY
SCHEDULE 9: REMOVAL OF SLUDGE FROM THE DRYING PANS
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Wheel barrow Compulsory NA
PPE per employee Compulsory NA
6m³ truck Evidence Required Evidence Required
Loader/TLB/Bobcat Evidence Required Evidence Required
Approved disposal site Evidence Required Evidence Required
68 KNYSNA MUNICIPALITY
SCHEDULE 9: REMOVAL OF SLUDGE FROM THE DRYING PANS Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
69 KNYSNA MUNICIPALITY
SCHEDULE 9: REMOVAL OF SLUDGE FROM THE DRYING PANS Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria - Removal of Sludge for The Drying Pans
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Skip bin
on
Trailer/Truck
1 x 1 ton
bakkie
1 x
TLB/Bobcat
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
70 KNYSNA MUNICIPALITY
10. SCHEDULE 10: OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site.
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Wheel barrow Compulsory NA
PPE per employee Compulsory NA
6m³ truck Evidence Required Evidence Required
Loader/TLB/Bobcat Evidence Required Evidence Required
Approved disposal site Evidence Required Evidence Required
Personal Protective Equipment Evidence Required Evidence Required
71 KNYSNA MUNICIPALITY
SCHEDULE 10: OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES EVIDENCE OF EXPERIENCE OF THE COMPANY
The contractor’s supervisory staff needs to be experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer.
EMPLOYER CONSULTING
ENGINEER NATURE OF
WORKS VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
72 KNYSNA MUNICIPALITY
SCHEDULE 10: OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
73 KNYSNA MUNICIPALITY
SCHEDULE 10: OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria - Occasional Riverbed Cleaning
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references. If none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Skip bin
on
Trailer/Truck
1 x 1 ton
bakkie
1 x
TLB/Bobcat
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
74 KNYSNA MUNICIPALITY
11. SCHEDULE 11: AD HOC LABOUR PROVISION
EVIDENCE OF EXPERIENCE OF THE COMPANY
The contractor’s supervisory staff needs to be experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer.
EMPLOYER CONSULTING
ENGINEER NATURE OF
WORKS VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
75 KNYSNA MUNICIPALITY
SCHEDULE 11: AD HOC LABOUR PROVISION CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site.
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Wheel barrow Compulsory NA
PPE per employee Compulsory NA
1 Ton Bakkie Evidence Required Evidence Required
76 KNYSNA MUNICIPALITY
SCHEDULE 11: AD HOC LABOUR PROVISION Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
77 KNYSNA MUNICIPALITY
SCHEDULE 11: AD HOC LABOUR PROVISION Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria - Ad Hoc Labour Provision
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x 1 ton
bakkie
Own
10
Hired
5
10
POINTS SCORED BY BIDDER ON FUNCTIONALITY 70
78 KNYSNA MUNICIPALITY
12. SCHEDULE 12: GENERAL WELDING & STEEL WORK
EVIDENCE OF EXPERIENCE OF THE COMPANY
The contractor’s supervisory staff needs to be experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer.
EMPLOYER CONSULTING
ENGINEER NATURE OF
WORKS VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
79 KNYSNA MUNICIPALITY
SCHEDULE 12: GENERAL WELDING & STEEL WORK CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site.
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
PPE per employee Compulsory NA
MIG/TIG/ARC Welder Evidence Required Evidence Required
1 ton bakkie
Evidence Required Evidence Required
Angle Grinder
Evidence Required Evidence Required
Impact Drill Evidence Required Evidence Required
80 KNYSNA MUNICIPALITY
SCHEDULE 12: GENERAL WELDING & STEEL WORK Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
81 KNYSNA MUNICIPALITY
SCHEDULE 12: GENERAL WELDING & STEEL WORK Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria - General Welding & Steel Work
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
4. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
5. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
6. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x
MIG/TIG/ARC
Welder
1 x 1 ton
bakkie
1 x Angle
Grinder
1 x Impact
Drill
Own
10
10
5
5
Hired
5
5
2.5
2.5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
82 KNYSNA MUNICIPALITY
13. SCHEDULE 13: ROADS & STORMWATER REINSTATEMENT EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME AND
NUMBER VALUE
YEAR COMPLETE
POINTS PER
PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
83 KNYSNA MUNICIPALITY
SCHEDULE 13: ROADS & STORMWATER REINSTATEMENT
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……..
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Personal Protective Equipment Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Hand stamper Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Concrete/Asphalt Cutter Evidence Required Evidence Required
Walk behind vibratory roller Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
Straight Edge Evidence Required Evidence Required
Line, Pegs and level Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
84 KNYSNA MUNICIPALITY
SCHEDULE 13: ROADS & STORMWATER REINSTATEMENT Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE
USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
85 KNYSNA MUNICIPALITY
SCHEDULE 13: ROADS & STORMWATER REINSTATEMENT Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Speed hump
Criteria Points Scoring Weighting Value Score
1. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
2. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
3. Contractors plant and equipment The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x walk behind
roller
1 x 1 ton bakkie
1 x
Asphalt/Concrete
Cutter
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
86 KNYSNA MUNICIPALITY
14. SCHEDULE 14: MISCELLANEOUS BUILDING WORKS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
87 KNYSNA MUNICIPALITY
SCHEDULE 14: MISCELLANEOUS BUILDING WORKS
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
Line, Pegs and level Compulsory NA
Straight Edge Compulsory NA
Heavy Duty Angle Grinder Evidence Required Evidence Required
Plate compactor Evidence Required Evidence Required
Vibratory Roller compactor Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
Concrete Mixer Evidence Required Evidence Required
88 KNYSNA MUNICIPALITY
SCHEDULE 14: MISCELLANEOUS BUILDING WORKS
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. WHERE BIDDERS WILL BE HIRING THE PLANT AND EQUIPMENT EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman/Team Leader – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
89 KNYSNA MUNICIPALITY
SCHEDULE 14: MISCELLANEOUS BUILDING WORKS Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Paving
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
2. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
4. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
5. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Plate
Compactor
1 ton bakkie
1 x
Concrete
Mixer
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
90 KNYSNA MUNICIPALITY
15. SCHEDULE 15: MISCELLANEOUS PAINTING EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
91 KNYSNA MUNICIPALITY
SCHEDULE 15: MISCELLANEOUS PAINTING
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Personal Protective Equipment Compulsory NA
Roller Brushes Compulsory NA
Paint Brushes Compulsory NA
Thinners Compulsory NA
Paint Trays Compulsory NA
Compressor Sprayer Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
Scaffolding Evidence Required Evidence Required
Ladders Evidence Required Evidence Required
92 KNYSNA MUNICIPALITY
SCHEDULE 15: MISCELLANEOUS PAINTING
Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. WHERE BIDDERS WILL BE HIRING THE PLANT AND EQUIPMENT EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman/Team Leader – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
93 KNYSNA MUNICIPALITY
SCHEDULE 15: MISCELLANEOUS PAINTING Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Paving
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
3. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
6. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
7. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x
Compressor
Sprayer
1 x 1 ton
bakkie
Scaffolding
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
94 KNYSNA MUNICIPALITY
16. SCHEDULE 16: SIDE WALKS EVIDENCE OF EXPERIENCE OF TENDERER List the relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer. Contractors to provide a list of CONTACTABLE references
EMPLOYER CONSULTING
ENGINEER PROJECT NAME
AND NUMBER VALUE
YEAR COMPLETE
POINTS PER PROJECT
1.
10
2.
10
3.
10
SIGNATURE OF TENDERER: ………………………….... DATE: …………………….……...
95 KNYSNA MUNICIPALITY
SCHEDULE 16: SIDE WALKS
CONSTRUCTION EQUIPMENT AVAILABLE FOR USE ON THIS PROJECT
The contractor will be required to list all relevant equipment that he/she will have available for this contract. 100% Points will be allocated for owned plant and 50% point for hired plant respectively. Contractors who intend to hire equipment MUST provide a letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped by the hiring company. The contractor further undertake that if his tender is accepted, such construction equipment will be on site and available for use on the works. These items shall be deemed included in the tendered rates stipulated and no additional payment made for the use of these tools. Note that inspections will be conducted on site on an ad-hoc basis to confirm whether equipment specified is indeed on site
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
PLANT/EQUIPMENT/TOOLS OWNED HIRE
Spade per employee Compulsory NA
Pick per employee Compulsory NA
Broom Compulsory NA
Builders bucket Compulsory NA
Wheel barrow Compulsory NA
Hand stamper Compulsory NA
Line, Pegs and level Compulsory NA
Straight Edge Compulsory NA
Heavy Duty Angle Grinder Evidence Required Evidence Required
Plate compactor Evidence Required Evidence Required
Vibratory Roller compactor Evidence Required Evidence Required
1 ton bakkie Evidence Required Evidence Required
2 x Workmen ahead sign board Evidence Required Evidence Required
2 x red flags Evidence Required Evidence Required
2 x stop-go boards Evidence Required Evidence Required
10 x orange cones or delineators Evidence Required Evidence Required
96 KNYSNA MUNICIPALITY
SCHEDULE 16: SIDE WALKS Bidders will be required to fill in the declaration of ownership of plant and equipment, which must be signed by the commissioner of oath. The declaration form is attached in the document. WHERE BIDDERS WILL BE HIRING THE PLANT AND EQUIPMENT EVIDENCE OF EXPERIENCE OF KEY PERSONNEL
The contractor’s supervisory staff needs to have relevant experience in the project of interest. The proposed supervisor must list 3 projects that he/she has completed satisfactorily over the past 5 years with contactable references from the employer or engineer. Site Agent – NQF Level 4 Qualification Foreman/Team Leader – NQF Level 2 Qualification Artisan – N4 TVET Qualification/5 years’ practice experience in the field
EMPLOYER QUALIFICATION YEARS OF
EXPERIENCE SCORE
BIDDER SCORE (FOR OFFICE USE)
Site Agent/Foreman
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Team Leader
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
Artisan
1 year = 2 points 2 years = 4 points 3 years = 6 points 4 years = 8points 5 years and above = 10 points
SIGNATURE OF TENDERER:………………………….... DATE: …………………….……...
97 KNYSNA MUNICIPALITY
SCHEDULE 16: SIDE WALKS Bids will be evaluated in terms of the evaluation criteria as set out below. Bids that fail to achieve the minimum qualifying score of 60% for functionality shall not be further evaluated. Technical / Functional score shall be calculated on the following values: (Weight x Value = Score)
Qualifying criteria for Paving
CRITERIA POINTS SCORING WEIGHTING VALUE SCORE
4. Experience List relevant projects completed successfully in the past 5 years. Supply contactable references of employer and or engineer Contractors to provide a list of CONTACTABLE references if none are supplied no points will be awarded.
0 projects = 0 1 project = 10 2 projects = 20 3 or more projects = 30
30
8. Personnel Site Agent/Foreman Team Leader Artisan
10 10 10
30
9. Contractors plant and equipment
The contractor will be required to list all relevant equipment that he/she will have available for the relevant contract. Maximum Points will be allocated for owned plant (No points will be awarded if proof is missing) and half points for hired plant respectively (No points will be awarded if letters from hiring companies are not supplied). Hired plant indicated must be accompanied by a letter of support from the hire company as a supplier for this specific project. Contractors who intend to hire equipment MUST provide an original letter of good standing from the company they intend to hire from. The attached pro-forma must be signed and stamped (Original) by the hiring company.
Plant
1 x Plate
Compactor
1 ton bakkie
1 x
Concrete
Mixer
Own
10
10
10
Hired
5
5
5
30
POINTS SCORED BY BIDDER ON FUNCTIONALITY 90
98 KNYSNA MUNICIPALITY
SCHEDULE 16: PORTFOLIO OF EVIDENCE (please complete one page per project – make additional copies if necessary)
Name of client:………………………………………………………………………………………………………………………………… Engineering firm:…………………………………………………………………………………………………………………………….. Project engineer:…………………………………………………………………………………………………………………………….. Project name:………………………………………………………………………..………………………………………………………… Project number:………………………………………………………………………………………………………………………………. Project value:…………………………………………………………………………………………………………………………………… Project Description…………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………………
Project report by client or engineer Did the contractor perform to the required quality?
Did the contractor complete the project within the budget?
Did the contractor complete the project within the required time?
Did the contractor complete the project within the requirements of the contract? (eg.
employment of local labour, LIC methods, etc.)
Please qualify any “no” reports below
………………………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………………………
………………………………………………………………………………………………………………………………………………
…………………………………………
Would you recommend this contractor for such work in future?
…………………………………………… …………………………………… ……………… Signature Designation Date
yes no
yes no
yes no
yes no
yes no
99 KNYSNA MUNICIPALITY
T59/2020/21: EXPRESSION OF INTEREST FOR MISCELLENEOUS CONSTRUCTION WORKS
C 1.1 WORKS SPECIFICATION
C 1.2 Applicable SANS standards
C 1.3 The SANS 2001 Construction works standards and associated specification data are applicable: None. Not applicable.
Construction works standards and associated specification data will be in accordance with SABS (SANS) 1200, and variations to these standard specifications
C 1.4 Applicable national and international standards
C 1.5 For the purpose of this Contract “SABS” is to be replaced by “SANS” the latest issues of the following Standard Specifications for Civil Engineering Construction, applicable at the date of tender advertisement, shall apply -
SABS 1200: Standardised Specifications for Civil Engineering Construction
1200 A : 1986 : General 1200 AB : 1986 : Engineers Office 1200 C : 1980 : Site Clearance 1200 D : 1990 : Earthworks 1200 DA : 1988 : Earthworks (Small Works) 1200 DB : 1989 : Earthworks (Pipe Trenches) 1200 DK : 1996 : Gabions and Pitching 1200 DM : 1981 : Earthworks (Roads Subgrade) 1200 GA : 1982 : Concrete (Small Works) 1200 GE : 1984 : Precast Concrete (Structural) 1200 L : 1983 : Medium Pressure Pipelines 1200 LB : 1983 : Bedding (Pipes) 1200 LC : 1981 : Cable Ducts 1200 LE : 1982 : Stormwater Drainage 1200 M : 1996 : Roads (General) 1200 ME : 1981 : Subbase 1200 MFL : 1996 : Base 1200 MJ : 1984 : Segmented Paving 1200 MK : 1983 : Kerbing and Channelling
i. : 1984 : Ancillary Roadworks
C.1.5.1 The term “project specifications” appearing in any of the SABS 1200 standardised specifications must be replaced with the terms “scope of work”.
100 KNYSNA MUNICIPALITY
The variations and additions to the standard specifications listed in C 1.4 are as follows:
1. PSA GENERAL C3.15 2. PSAB EMPLOYER’S AGENT’S OFFICE C3.17 3. PSC SITE CLEARANCE C3.19 4. PSD EARTHWORKS C3.22 5. PSDB EARTHWORKS (PIPE TRENCHES) C3.25 6. PSDK GABIONS AND PITCHING C3.28
7. PSDM EARTHWORKS (ROADS, SUBGRADE) C3.29 8. PSGA CONCRETE (SMALL WORKS) C3.32 9. PSGE PRECAST CONCRETE (STRUCTURAL) C3.35 10. PSL MEDIUM PRESSURE PIPELINES C3.36 11. PSLB BEDDING (PIPES) C3.46 12. PSLC CABLE DUCTS C3.47 13. PSLE STORMWATER DRAINAGE C3.48 14. PSM ROADWORKS (GENERAL) C3.52 15. PSME SUBBASE C3.53 16. PSMFL BASE (LIGHT PAVEMENT STRUCTURES) C3.54 17. PSMJ SEGMENTED PAVING C3.55 18. PSMM ANCILLARY ROADWORKS C3.56 19. PSMK KERBING AND CHANNELLING C3.59
standards for internal A grade engineering services, version 002 September SCHEDULE 1914 will also apply.
C 1.6 Additional Specifications not included in the tender document
The following additional specifications relating to Labour Intensive Construction Methods are listed here below as reference documents to assist the Contractor should the Contractor choose to undertake any portions of the works using labour intensive methods. They are by no means mandatory or prescriptive, and are listed merely as reference. It will be the responsibility of the Principal Contractor to determine task work and manage all labour in order to achieve the contractual Contract Participation Goals.
- Labour enhanced construction for bituminous surfacing, Manual 11, March 1993 issued by the Southern African
Bitumen Association
- SANS 1921-5 Earthworks Activities Which are to be Performed by Hand
- Best Practice Guideline – Part 1 - An overview of labour‐based technologies and methods in employment‐intensive
works
- Best Practice Guideline – Part 2‐1 - Labour‐based construction methods for earthworks
- Best Practice Guideline – Part 3‐1 - Precast concrete products, bricks and block making
- Best Practice Guideline – Part 4‐1 - Labour‐based open channel flow technology
- Best Practice Guideline – Part 4‐9 - Labour‐based construction methods for unsealed roads
1. WATER FOR CONSTRUCTION PURPOSES
All water for the Work shall be of adequate quality and ample quantity for the purposes required. The Contractor shall make his own arrangements and be solely responsible for the supply, cartage and storage of water required for the construction of the Works. Where the Employer controls existing water supplies and make these available to the Contractor, the Contractor shall arrange this with the Employer and pay the charges stated by the Employer.
101 KNYSNA MUNICIPALITY
2. KNOWN SERVICES
Certain Works to be constructed under this Contract are in close proximity to existing works, structures, and equipment. This will necessitate great care being taken by the Contractor when constructing the Works to be carried out under this Contract.
Certain Works forming part of this Contract will be carried out in the vicinity of existing services. Great care will have to be taken when working in proximity to these services. Information will be supplied to the Contractor by the Employer’s Agent indicating the approximate positions of these services and the Contractor will be expected to locate these by hand excavation before any excavation operations commence. Any problems encountered shall be immediately brought to the attention of the Employer’s Agent.
The Contractor shall take all necessary steps to ascertain the location of existing services before commencing any section of the Works and shall exercise the greatest care when working in the vicinity of such services. No more than three weeks and not less than one week before commencing his operations in any particular area, the Contractor shall request the latest available drawings showing the location of services already installed.
In addition, certain items of work require to be connected to existing works. The new work must therefore be coordinated and arranged in such a manner so as to cause minimum interference with the existing work and must also be carried out so as to match and blend in with the existing work.
No additional payment will be made for the care required or for any additional costs incurred by the Contractor when constructing in the proximity of existing works or survey pegs, etc., nor will payment be made for connecting any new works to existing works, except where specifically allowed for in the Bills of Quantities. The Contractor must therefore allow for all such costs in his tendered rates in the Bills of Quantities
3. TREATMENT OF EXISTING SERVICES
Where existing services are either indicated on drawings supplied to the Contractor or indicated on site, or in the course of excavation the Contractor shall lay bare any water mains, acid mains, pipes, cables, telegraph cables or telephone poles, or any existing structures, these shall be severely shored, strutted or slung and sufficiently protected to ensure that no damage shall be done to them until filling has been placed around them. In the case of electric and communication cables, if these shall be exposed in the course of excavation, the Contractor shall not refill the excavation around such cables until the cables have been inspected and passed as intact by their respective owners. The costs of exposing these services, protecting, maintaining and repairs necessitated by damage caused by the Contractor must be included in the rates measured as specified in Sub-Clause 8.3.2(a) of SABS 1200 DB.
4. REINSTATEMENT OF SERVICES AND STRUCTURES DAMAGED DURING CONSTRUCTION
The Contractor shall take all necessary steps to protect any existing works whatsoever against damage which may arise as a result of his operations on Site. The Contractor shall bear the cost of the repair of damage to any service, the possible existence of which could reasonably have been ascertained by him in good time.
Where the Contractor is responsible for damage for which repairs have to be carried out by an outside authority, the costs of these repairs will be recovered by means of a deduction from the Contractor's Payment Certificate. The Employer will attend to the payment of monies due to outside authorities.
5. ALTERATIONS, ADDITIONS, EXTENSIONS AND MODIFICATIONS TO EXISTING WORKS
The Contractor must take note that the roads to be upgraded under this contract tie into existing surfaced roads on either end. The Contractor will be required to survey these tie in points to satisfy him that the tie in information contained in the Working Drawings ties in with the status on site. This survey work must be carried out during the initial stages of the contract to allow the Employer’s Agent sufficient time to make any amendments to the Working Drawings. No additional payment will be made to carry out this survey, and the cost thereof is deemed to be included in the Contractor’s individual rates for setting out of the works
102 KNYSNA MUNICIPALITY
6. WORKING WITHIN A BUILT UP ENVIRONMENT
The Contractor must take note that the Works are to be constructed within existing built up areas, with accesses to properties existing off the roads. The Contractor will be required to plan his works to accommodate existing residents and the public in general. The Contractor will be required to carry out a photographic record of the status of the existing accesses and boundary fences prior to commencing the works. On completion of the Works, the Contractor will be required to reinstate the accesses and boundary fences to a state at least equal to the status prior to construction. The Contractor must submit the photographic record to the Employer’s Agent prior to commencement of construction activities. No additional payment will be made for restricted working conditions or accommodating the existing residents or the general public, and the cost thereof is deemed to be included in the Contractor’s Preliminary and General Items and tendered rates for the different elements of the works.
7. TIDYING UP OF THE WORKS
The Contractor shall take note that progressive and systematic finishing and tidying will form an essential part of this
contract. On no account shall spoil, rubble, materials, equipment or unfinished operations be allowed to accumulate in
such a manner as to unnecessarily be a hindrance to or impede the activities of other contractors or service providers or
public. In the event of this occurring, the Employer shall have the right to withhold payment for as long as may be
necessary in respect of the relevant works in the area(s) concerned. In this regard, the Contractor’s attention is drawn to
the National Environmental Management Waste Act 59 of 2008 (NEMWA).
Upon completion of the Works or any portion thereof, the ground, fences, gates and any structures that have been
interfered with are to be carefully restored to their original condition and all rubbish, tools, tackle, plant and material must
be removed so as to leave the Site in a clean and orderly condition. No additional payment shall be made for work set out
above other than what is allowed for under Project Specification PA.
103 KNYSNA MUNICIPALITY
SECTION 1 PSMK KERBING AND CHANNELLING
Clause 1200 MK
Clause No.
Action required
PSMK 1 3.2.1 add: Precast kerbs shall be as per detail drawings.
PSMK 2 5.2 replace: Precast concrete kerbs and cast in-situ concrete channels shall be laid and cast as per the detail drawings in 1m length panels. Panels shall be cast in alternative sections. A 10mm wide softboard joint shall be formed every 9m. The joint shall be raked out to a depth of 25mm and sealed with an approved polysulphide sealant
PSMK 3 5.4 replace:
Cast in-situ concrete kerb and channel combinations shall be cast in 1m length panels. Panels shall be cast in alternative sections. A 10mm wide softboard joint shall be formed every 9m. The joint shall be raked out to a depth of 25mm and sealed with an approved polysulphide sealant.
PSMK 4 5.5 replace:
Cast in-situ concrete chutes, transitions and channel accesses shall be cast in panels. Panels shall be cast in alternative sections. A 10mm wide softboard joint shall be formed at panels as indicated on the detail drawings. The joint shall be raked out to a depth of 25mm and sealed with an approved polysulphide sealant. Trimming for chutes, transitions and channel accesses shall be included in the rate for concrete, and not measured separately.
PSMK 5 5.6 replace:
Cast in-situ concrete lined open drains / channels shall be cast in panels as indicated on the detail drawings for each channel Type. Panels shall be cast in alternative sections. A 10mm wide softboard joint shall be formed at panels as indicated on the detail drawings for each channel type. The joint shall be raked out to a depth of 25mm and sealed with an approved polysulphide sealant. Trimming for channels shall be included in the rate for excavation, and not measured separately.
PSMK 6 5.13 new:
Class 25/19 cast in-situ concrete cut-off beams for concrete paving in terms of 1200 MJ shall be cast in panels of 1m. Panels shall be cast in alternative sections. A 10mm wide softboard joint shall be formed at panels as indicated on the detail drawings for each channel type. The joint shall be raked out to a depth of 25mm and sealed with an approved polysulphide sealant. The rate shall include for excavation in all materials and trimming of excavations, and not measured separately.
PSMK 7 8.2.1 replace: The unit of measurement shall be per meter of precast kerb and cast-in-situ channel measured on the slope. The rate shall include all labour, plant and materials required to construct the precast concrete kerb and adjacent cast in-situ channel as per the detail drawing (this includes any additional materials required to obtain the required strength concrete). Shuttering and jointing will not be measured separately, but will be deemed to be included in the rate.
104 KNYSNA MUNICIPALITY
Clause 1200 MK
Clause No.
Action required
PSMK 7 5.14 new: Class 25/19 cast in-situ concrete for vehicular and pedestrian scoops. The rate
shall include for excavation in all materials and trimming of excavations, and not
measured separately.
PSMK 8 8.2.2 replace: The unit of measurement shall be per meter of cast in-situ kerb and channel measured on the slope. The rate shall include all labour, plant and materials required to construct the edge restraint as per the detail drawing (this includes any additional materials required to obtain the required strength concrete). Shuttering and jointing will not be measured separately, but will be deemed to be included in the rate. No separate item shall be scheduled for curved sections as this will be deemed to be included in the rate for straight sections.
PSMK 9 Replace 8.2.5 & 8.2.6:
The unit of measurement shall be per cubic meter of concrete measured in accordance with the dimensions on the detail drawings for each type of chute, transition or channel access. The rate shall include all labour, plant and materials required to construct the chute, transition or channel access as per the detail drawing (this includes any additional materials required to obtain the required strength concrete and layer works below concrete structures). Shuttering, reinforcing and jointing and any other ancillaries will not be measured separately, but will be deemed to be included in the rate.
PSMK 10 Replace 8.2.7 to 8.2.13 :
The unit of measurement shall be per cubic meter of concrete measured in accordance with the dimensions on the detail drawings for each channel type. The rate shall include all labour, plant and materials required to construct the channels as per the detail drawing for each type of channel (this includes any additional materials required to obtain the required strength concrete). Shuttering, reinforcing and jointing and any other ancillaries will not be measured separately, but will be deemed to be included in the rate.
PSMK 11 New 8.2.14 : The unit of measurement shall be the meter length of concrete cut-off beam measured neat (200mm x 350mm deep). The rate shall include all labour, plant and materials required to construct the cut-off beams (this includes any additional materials required to obtain the required strength concrete). Shuttering, jointing and any other ancillaries will not be measured separately, but will be deemed to be included in the rate.
PSMK 13 New 8.2.15 The unit of measurement shall be per cubic meter of concrete for vehicular and pedestrian scoops measured in place on site after instruction by the Employer’s Agent. The Contractor will be provided with a sketch for each application after consideration of site conditions. The rate shall include all labour, plant and materials required to construct the scoops. Shuttering, reinforcing (mesh Ref. 193) and jointing and any other ancillaries will not be measured separately, but will be deemed to be included in the rate.
105 KNYSNA MUNICIPALITY
ITEM No DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
5 CONCRETE KERBING & CHANNELING
5,1 CONCRETE KERBING & CHANNELLING
5.1.1 Precast barrier kerb, Type 4 SABS 927 on 50 mm concrete screed, & cast-in-situ 300 mm x 175 mm thick channel in 20 MPa concrete
5.1.1.1 Kerbing on a radius m 1 306,07
5.1.1.2 Straight kerbing m 1 288,49
5.1.2 Precast barrier kerb, as per Item 5.2.1, on 50 mm concrete screed, but excluding channel
5.1.2.1 Kerbing on a radius m 1 249,34
5.1.2.2 Straight kerbing m 1 234,35
5.1.3 Extra-over items 5.2.1 and 5.2.2 for 20 MPa backing concrete m3 1 1091,12
5.1.4 Extruded mountable kerb Type 1 in 20 MPa concrete, as per
5.1.4.1 Kerbing on a radius m 1 289,12
5.1.4.2 Straight kerbing m 1 276,76
5.1.5 Extruded mountable kerb Type 2 in 20 MPa concrete
5.1.5.1 Kerbing on a radius m 1 278,89
5.1.5.2 Straight kerbing m 1 267,07
5.1.6 250 x 125 mm sunken kerb Fig 13. m 1 194,95
5.1.7 75 x 150mm sunken kerb Fig 11 m 1 172,55
5,2 CAST-IN-SITU KERBING
5.2.1 Supply & erect formwork for kerbing m2 1 256,97
5.2.2 Collect & erect formwork supplied by Employer m2 1 191,69
5.2.3 Supply & erect formwork for sidewalks m2 1 249,91
5.2.4 Supply & erect formwork for small structures m2 1 301,35
5.2.5 Cast 20 M Pa concrete to kerbs m3 1 1 159,54
5,3 ANCILLARIES
5.3.1 2 m long transition kerb and channel No. 1 570,48
5.3.2 Remove existing kerbs and cart to spoil m 1 233,16
5.3.3 Tie into existing kerbing No. 1 523,66
5.3.4 Construct residential motorslopes with 3m wide ramp plus splays at 100mm thick
No. 1 2 488,87
5.3.5 Construct residential motorslopes with 3m wide ramp plus splays at 150mm thick
No. 1 3 037,77
5.3.6 Extra-over item 5.3.4 for additional width of ramp m 1 1 059,83
5.3.7 Construct pedestrian ramp, 20MPA 75mm thick
5.3.7.1 with bubble blocks No. 1 1 567,83
5.3.7.2 with floated concrete finish No. 1 1 424,98
5.3.8 Provide concrete in small quantities to foundations, surface slabs, etc.
5.3.8.1 20 MPa strength m3 1 2 931,49
5.3.8.2 25 MPa strength m3 1 3 213,56
5.3.8.3 30 MPa strength m3 1 3 502,97
SUB TOTAL CARRIED TO SUMMARY R
106 KNYSNA MUNICIPALITY
ITEM No DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
5,4 ASPHALT & CONCRETE SIDEWALKS
5.4.1 Construct 150 mm thick base layer to sidewalks with G4 natural gravel, from a commercial source (53mm max size), compacted to 98% Mod. AASHTO
m2 1 114,50
5.4.2. Supply and Lay Precast Edge Kerbing on 50mm thick concrete screed
m 1 88,00
5.4.3 Construct sidewalks in 20 MPa concrete x 75mm thick, including wood float and coarse broom finish
m2 1 122,00
5.4.4 Construct sidewalks in 20 MPa concrete x 100mm thick, including wood float and coarse broom finish
m2 1 145,00
5.4.5 Supply & lay steel mesh ref. 156 to roadways, sidewalks, walkways and paving areas as instructed by the Engineer
m2 1 75,50
5.4.6 25 MPA cast-in-situ concrete in retaining wall foundations, small steps etc.
m3 1 3 500,00
5.4.7 Supply & install concrete bollards, where directed by Engineer
No. 1 355,00
5.4.8 Prime Coat to sidewalks, using MC 30 SP m2 1 11,50
Asphalt surfacing in Sidewalks
5.4.9 Nominal 7mm Sidewalk Premix (hot mix) 25mm thick, compacted to 95% Marshall.
m2 1 88,00
5.4.10 Extra Over items 2.6.3 & 2.6.4 for 50mm x 50mm thickened edge
m 1 42,00
5,5 SIDE DRAINS
5.5.1 Construct Cast In-situ Concrete Channel complete (800mm wide x100mm deep x1000mm long)
m 1 355,55
5.5.2 Construct Cast In-situ Concrete Channel complete (1000mm wide x100mm deep x1000mm long)
m 1 315,00
5.5.2.1 Type A m 1 188,00
5.5.2.2 Type B m 1 280,00
5.5.2.3 Type C m 1 386,00
5.5.3 E.O. Items 5.1 & 5.2 provide expansion joint in 13 mm jointing board to full depth & seal off top of joint with approved sealant
No. 1
89,75
5,6 SAW CUTTING
5.6.1 (a) Saw-cut joints in existing concrete m 1 44,75
5.6.2 (b) Saw-cut joints in existing premix m 1 42,75
SUB TOTAL CARRIED TO SUMMARY R
107 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
BLOCK PAVING SIDE WALKS
5.7 SIDE WALKS
5.7.1 Clear and shape existing natural ground m³ 1 150,00
5.7.2 Construct 150mm selected subbase layer for sidewalk from recovered material from existing layer works and compacted to 97% Mod AASHTO Density
m² 1 120,00
5.7.3 Construct 150mm subbase layer for sidewalk with G4 material from commercial sources and compacted to 97% Mod AASHTO Density
m² 1 100,00
5.7.4 Process subbase material by mechanical modification (blending recovered material and G4 material)
m² 1 120,00
5.7.5 Apply 25mm sand base and compact to 90% Modd Aashto m² 1 65,88
5.7.6 Construct 50mm 30 / 2.0 Type S-C interlocking CBP (red) complete as per PSMJ 6
m² 1 145.75
5.7.7 Construct 50mm 30 / 2.0 Type S-C interlocking CBP (grey) complete as per PSMJ 6
m² 1 125.75
5.7.8 Construct 50mm 30 / 2.0 Type S-C interlocking CBP (charcoal) complete as per PSMJ 6
m² 1 145.75
5.7.9 Straight Cutting of Block Pavers m 1 36,45
5.7.10 Circular Cutting of Block Pavers m 1 42,66
5.7.11 Cart away excess materials 1to registered spoil site ton/km 1 50,00
SUB TOTAL CARRIED TO SUMMARY R
108 KNYSNA MUNICIPALITY
ITEM No
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
2 ROAD & STORMWATER REINSTATEMENT
2,1 SITE CLEARANCE
2.1.1 Clear site as directed, incl. spoiling material within 1 km freehaul ha 1 11 500,00
2.1.2 Remove topsoil to nominal depth of 150 mm and stockpile m³/km 1 45,00
2,2 EARTHWORKS
2.2.1 ROADBED preparation and compaction of in-situ material to a depth of 150 mm:
2.2.1.1 compact to 90% Mod AASHTO density m3 1 45,00
2.2.1.2 compact to 100% Mod AASHTO density for sand m3 1 50,00
2.2.2 CUT TO FILL within freehaul distance of 1km and;
2.2.2.1 compact to 90% Mod AASHTO density m3 1 55,00
2.2.2.2 compact to 100% Mod AASHTO density for sand m3 1 60,00
2.2.2.3 E.O items 2.2.2.1 and 2.2.2.2 for excavation and breaking down material in hard excavation
m3 1 180,00
Surface finishes
2.2.2.4 (a) Trim, shape and roll verges m2 1 11,50
2.2.2.5 Construct selected subgrade from commercial sources compacted to 93% Mod AASHTO density.
m3 1 180,00
2.2.3 CUT TO SPOIL within freehaul distance of 1 km
2.2.3.1 Soft excavation m3 1 35,00
2.2.3.2 Hard excavation m3 1 180,00
2.2.4 CUT TO STOCKPILE within freehaul distance of 1 km m3 1 45,00
2.2.5 STOCKPILE TO FILL within freehaul distance of 1 km m3 1 45,00
2.2.6 Extra-over items 2.2.1, 2.2.2, 2.2.3, 2.2.4, 2.2.5, 2.3, 2.4 and 2.5 for work to be performed in restricted areas and in roads of width less than 3,0m
m3 1 45,00
2.2.7 Extra-over Items 2.1.1, 2.2.2 & 2.2.3 for overhaul in excess of freehaul distance of 1 km
m3 km 1 11,00
2,3 SUBBASE AND WEARING COURSE
2.3.1 Construct 150mm thick subbase with G4 quality material (min. CBR 80% and PI<6) from commercial sources compacted to 95% mod. AASHTO density:
m3 1 245,00
2.3.2 Construct 150mm thick subbase with natural gravel from commercial sources (G5 quality material, min CBR 45%, PI <10, max. stone size 63 mm), compacted to 95% Mod. AASHTO density
m3 1 204,00
2,4 EMULSION STABILIZATION
2.4.1 Supply and distribute Cationic 60% stable grade emulsion litre 1 25,00
2.4.2 Supply water for dilution of emulsion as required litre 1 12,00
CARRIED FORWARD TO NEXT PAGE
109 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE
2,5 BASE
2.5.1 Construct base with G2 quality material from commercial sources (graded crushed stone, PI <6, max.stone size 37,5 mm), compacted to 100% Mod. AASHTO density
2.5.1.1 a) 100mm thick m3 1 305,00
2.5.1.2 b) 150mm thick m3 1 350,00
2.5.2 Construct base with G3 quality material from commercial sources (graded crushed stone, PI <6, max.stone size 37,5 mm), compacted to 98% Mod. AASHTO density
2.5.2.1 a) 100mm thick m3 1 305,00
2.5.2.2 b) 150mm thick m3 1 350,00
2,6 ASPHALT BASE AND SURFACING
2.6.1 Prime Coat, using MC 30 SP m2 1 10,00
2.6.2 Tack coat using 30% cationic emulsion m2 1 10,00
Asphalt surfacing in Roadways
2.6.3 Continuously graded medium asphalt surfacing, using 80/100penetration grade bitumen, at 30mm thickness
m2 1 80,00
2.6.4 Variation in quantities of bituminous binder content litre 1 15,00
2,7 EXISTING SERVICES
2.7.1 Locating and protecting existing services No. 1 320,00
2.7.2 Reset light-duty covers No. 1 550,00
2.7.3 Reset heavy-duty covers No. 1 700,00
2.7.4 Excavate by hand in soft material to locate existing services m3 1 125,00
2.7.5 Protect, cross & work around existing services No. 1 350,00
2.7.6 Protect & work adjacent to existing services m 1 90,00
2.8 SLURRY SEAL
2.8.1 SINGLE SEAL
2.8.1.1 Apply Fog Spray with MC 30 m2 1 10,00
2.8.1.2 Tack coat using 30% cationic emulsion m2 1 10,00
2.8.1.3 Apply 13.2mm/19mm Stone Chips m2 1 25,00
2.8.1.4 Apply fog spray and cover with single slurry seal m2 1 85,00
2.8.2 DOUBLE SEAL
2.8.2.1 Apply Fog Spray with MC 30 m2 1 10,00
2.8.2.2 Tack coat using 30% cationic emulsion m2 1 10,00
2.8.2..3 Apply 13.3mm/19mm Stone Chips m2 1 25,00
2.8.2.4 Apply fog spray mc 30 and cover with double slurry seal m2 1 85,00
SUB TOTAL CARRIED TO SUMMARY R
110 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
6 STORMWATER DRAINAGE
6,1 TRENCHES
Excavate in all materials for trenches, backfill compact and dispose of surplus material within the freehaul distance of 1 km, for the following trench depths:
6.1.1 For pipes up to 600mm dia
6.1.1.1 Depth from 0m to 1.0m m 1 75,65
6.1.1.2 Depth from 1.0m to 2.0m m 1 91,25
6.1.1.3 Depth from 2.0m to 3.0m m 1 128
6.1.2 For pipes greater than 600mm dia
6.1.2.1 Depth from 0m to 1.0m m 1 88,45
6.1.2.2 Depth from 1.0m to 2.0m m 1 105,00
6.1.2.3 Depth from 2.0m to 3.0m m 1 165,00
6.1.3 Extra-over Item 6.1.1 and 6.1.2 for hard rock m3 1 305,00
6.1.4 Extra-over Item 6.1.1 and 6.1.2 for overhaul in excess of 1 km m3km 1 15,75
6.2 BEDDING
6.2.1 Provision of bedding obtained from trench excavations
6.2.1.1 Selected granular material m3 1 205,75
6.2.1.2 Selected fill material m3 1 198,22
6.2.2 Provision of bedding obtained from commercial sources
6.2.2.1 Selected granular material m3 1 205,75
6.2.2.2 Selected fill material m3 1 198,22
6.2.2.3 Washed 7mm crushed stone m3 1 211,70
6.3 PIPES
Rates to include for wrapping of joints
6.3.1 Supply, lay in Class B bedding and joint for the following:
6.3.1.1 R.C. Class 50-D Ogee pipes:
6.3.1.2 375mm dia m 1 309,20
6.3.1.3 450mm dia m 1 380,51
6.3.1.4 525mm dia m 1 470,95
6.3.1.5 600mm dia m 1 539,32
6.3.1.6 900mm dia m 1 976,99
6.3.2 R.C. Class 100-D Ogee pipes:
6.3.2.1 375mm dia m 1 369,28
6.3.2.2 450mm dia m 1 438,40
6.3.2.3 525mm dia m 1 564,93
6.3.2.4 600mm dia m 1 670,22
6.3.2.5 900mm dia m 1 1 218,05
CARRIED FORWARD TO PAGE R
111 KNYSNA MUNICIPALITY
ITEM No
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
3 PIPE LAYING & PIPELINES & SEWERS
3.1 EARTHWORKS (PIPE TRENCHES)
3.1.1 Excavate in all materials for trenches, backfill compact and dispose of surplus material within the freehaul distance of 1 km, for pipes up to & including 150mm dia. for depths:
3.1.1.1 0m to 1m m 1 142,00
3.1.1.2 Over 1m to 2m m 1 156,00
3.1.1.3 Over 2m to 3m m 1 182,00
3.1.2 Extra over 3.1.1 to 3.1.5 for hard rock excavation (Ref. PSDB 3.1)
m3 1 331,00
3.1.2.1 Clear and grub m 1 11,75
3.1.3 Excavate unsuitable material from bottom of trench, incl. backfill compact and dispose of surplus material within freehaul distance of 1 km
m3 1 66,00
3.1.4 Extra-over 3.1.1 to 3.1.5 for hand excavations m3 1 79,00
Excavation ancillaries
3.1.5 Make up deficiency in backfill material, by importation from commercial sources selected by Contractor
m3 1 150,00
Compaction in road reserves (ref. PSDB 3.5)
3.1.6 Compact to 95% Mod AASHTO m3 1 44,00
3.1.7 Extra-over Items 3.1.1 to 3.1.7 for overhaul, in excess of freehaul distance of 1 km
m3km 1 18,00
3.2 BEDDING
3.2.1 Supply only of imported bedding from commercial sources
3.2.1.1 Selected granular material m3 1 205,75
3.2.1.2 Selected fill m3 1 198,22
3.2.1.3 6,7mm Crushed Stone m3 1 420,00
CARRIED FORWARD TO NEXT PAGE R
112 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE R
3.3 SEWERS (PIPEWORK)
3.3.1 Supply lay joint bed on Class B bedding and test the following pipes, incl. couplings:
3.3.1.1 100 mm diam. AC Series 4 (erf connections) m 1 262,10
3.3.1.2 150mm dia. AC Series 4 m 1 290,00
3.3.1.3 110mm dia. uPVC m 1 254,00
3.3.1.4 160mm dia. uPVC m 1 300,00
600 mm dia 100D PVC lined pipe m 1 1 500,00
3.3.1.5 Nominal 150/100 pipe Y-junctions. No. 1 252,00
3.3.1.6 Nominal 100 mm diam. 45 o bend. No. 1 291,00
3.3.1.7 Nominal 100 mm diameter end cap. No. 1 276,00
3,4 MANHOLES
3.4.1 Construct manholes to, with Type 4 cover & frames, for depths:
3.4.1.1 Over 0 to 0,5m No. 1 9 720,00
3.4.1.2 Over 0,5 to 1m No. 1 11 300,00
3.4.1.3 Over 1m to 1,5m No. 1 15 150,00
3.4.1.4 Over 1,5m to 2m No. 1 19 000,00
3.4.1.5 Over 2m to 2,5m No. 1 21 000,00
3.4.1.6 Over 2,5m to 3m No. 1 23 000,00
3.4.1.11 Extra over 3.3.5 to 3.3.14 for Type 2A cover No. 1
3.4.2 Testing water tightness of manhole No. 1 1 124,00
3.4.3 Shoring of trenches (both sides) m 1 395,00
3.4.4 Cater for existing flow when connecting into existing sewer No. 1 8 000,00
3.4.5
SUB TOTAL CARRIED TO SUMMARY
113 KNYSNA MUNICIPALITY
ITEM No
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
4 PIPE LAYING & PIPELINES 4.2 WATER RETICULATION
4.1 EARTHWORKS (PIPE TRENCHES)
Excavate in all materials for trenches, backfill compact and dispose of surplus material within the freehaul distance of 1 km, for the following trench widths & depths:
Trenches 500 mm wide for pipes up to 50mm diam.:
4.1.1 Depth up to 1m m 1 41,20
4.1.2 Depth over 1m to up to 2m m 1 65,95
Trenches 900 mm wide for pipes greater than 50mm diameter up to and including 315mm diameter.
4.1.3 Depth up to 1m m 1 62,33
4.1.4 Depth over 1m to up to 2m m 1 82,31
4.1.5 Extra-over items 4.1.1 to 4.1.4 for hard rock m3 1 254,42
4.1.6 Excavate and dispose of unsuitable material from trench bottom m3 1 68,19
4.1.7 Extra-over items 4.1.1 to 4.1.4 for hand excavation m3 1 129,45
4.1.8 Extra-over Items 4.1.1 to 4.1.6 for overhaul, in excess of freehaul distance of 1 km
m3km 1 26,50
Excavation ancillaries
4.1.9 Make up deficiency in backfill material, by importation from commercial sources selected by Contractor
m3 1 142,32
4.1.10 Compaction in road reserves (ref. PSDB 3.5)
Compact to 95% Mod AASHTO m3 1 49,82
4.2 BEDDING (PIPES)
Supply only of imported bedding
4.2.1 Selected granular material m3 1 205,75
4.2.2 Selected fill material m3 1 198,22
4.3 MEDIUM PRESSURE PIPELINES
Supply, lay, bed and test pipes complete with couplings:
(a) uPVC Class 9 Pipes, to SABS 966-1:
4.3.1 63mm diam. m 1 83,22
4.3.2 90mm diam. m 1 98,24
4.3.3 110mm diam. m 1 103,35
4.3.4 160mm diam. m 1 216,47
4.3.5 200mm diam. m 1 409,28
4.3.6 315mm diam. m 1 685,94
(b) HDPE Type IV Class10 pipes
4.3.14 63mm diam. m 1 97,58
CARRIED FORWARD TO PAGE
114 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE
ITEM No
DESCRIPTION UNIT QUANTITY RATE AGREE/ DISAGREE
(c) FC Bitumen- dipped pipe:
4.3.15 50mm diam. Class F m 1 37,06
4.3.16 75mm diam. Class C m 1 39,95
4.3.17 100mm diam. Class C m 1 43,82
4.3.18 150mm diam. m 1 53,05
4.3.19 250mm diam. m 1 66,39
4.3.20 300mm diam. m 1 86,78
4.3.21 Extra-over 4.3.1 to 4.3.26 for collection, laying & bedding of cast iron specials supplied by the Municipality, incl. Short collar joints, bends, elbows etc. for diameters 50 to 315mm.
No. 1 146,46
Extra-over 4.3.1 to 4.3.26 for fixing & bedding valves & hydrants as supplied by the Municipality
(a) Valves
4.3.22 50 to 90mm diam. No. 1 187,99
4.3.23 100 to 160mm diam. No. 1 269,86
4.3.24 200 to 315mm diam. No. 1 451,58
4.3.25 (b) Hydrants, incl. Fitting of flanged distance piece No. 1 348,71
4.3.26 Anchor/thrust blocks and pedestals, incl. Formwork No. 1 1 005,39
Supply and install valve & hydrant chambers with thermoplastic covers:
4.3.27 Valve chambers No. 1 1 020,70
4.3.28 Hydrant chambers No. 1 1 017,58
Supply and install valve & hydrant markers:
4.3.29 Valve markers No. 1 409,61
4.3.30 Hydrant markers No. 1 409,61
CARRIED FORWARD TO PAGE
115 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
4.4. ERF CONNECTIONS
Provide erf connections complete
(a) 20mm int. diam polypropylene erf connection of standard length 1,5 m off AC or uPVC pipe, of the following diameters:
4.4.1 50 to 75mm diam. No. 1 321,58
4.4.2 90 to 110mm diam. No. 1 351,04
4.4.3 150 to 160mm diam. No. 1 489,03
4.4.4 200 to 315mm diam. No. 1 911,90
4.4.5 Extra-over items 4.4.1 to 4.4.4 for additional length of communication pipe
m 1 321,58
(b) 25mm int. diam polypropylene erf connection of standard length 1,5 m off AC or uPVC pipe, of the following diameters:
4.4.6 50 to 75mm diam. No. 1 336,96
4.4.7 90 to 110mm diam. No. 1 369,41
4.4.8 150 to 160mm diam. No. 1 496,29
4.4.9 200 to 315 diam. No. 1 938,42
4.4.10 Extra-over items 4.4.6 to 4.4.9 for additional length of communication pipe
m 1 68,07
(c) 25mm external diam "HDPE" erf connection of standard length 1,5 m off AC or uPVC pipe, of the following diameters:
4.4.11 50 to 75mm diam. No. 1 327,95
4.4.12 90 to 110mm diam. No. 1 361,07
4.4.13 150 to 160mm diam. No. 1 490,75
4.4.14 200 to 315mm diam. No. 1 937,88
4.4.15 Extra-over items 4.4.11 to 4.4.14 for additional length of communication pipe
m 1 65,18
(d) 32mm external diam "HDPE" erf connection of standard length 1,5 m off AC or PVC-u pipe, of the following diameters:
4.4.16 50 to 75mm diam. No. 1 349,89
4.4.17 90 to 110mm diam. No. 1 385,68
4.4.18 150 to 160mm diam. No. 1 513,81
4.4.19 200 to 315mm diam. No. 1 952,62
4.4.20 Extra-over items 4.4.13 to 4.4.15 for additional length of communication pipe
m 1 70,92
CARRIED FORWARD NEXT PAGE
116 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
e) Provide erf connections complete
4.4.21 (i) 25mm external diam "HDPE" erf connection of standard length 1,5 m off 63 mm diam. HDPE pipe:
No. 1 343,92
4.4.22 Extra-over item 4.4.17 for additional length of communication pipe
m 1 124,23
4.4.23 (ii) 32mm external diam "HDPE" erf connection of standard length 1,5 m off 63 mm diam. HDPE pipe:
No. 1 367,50
4.4.24 Extra-over item 4.4.19 for additional length of communication pipe
m 1 127,69
Supply & install saddles to pipes, complete as specified:
a) Loop clamp saddle with compression fittings & four stainless steel bolts:
4.4.25 110mm with 40mm diam. HDPE outlet No. 1 279,91
4.4.26 110mm with 32mm diam. HDPE outlet No. 1 273,92
4.4.27 90mm with 32mm diam. HDPE outlet No. 1 265,52
4.4.28 63mm with 32mm diam. HDPE outlet No. 1 247,23
b) Magnum clamp saddle with compression fittings & four stainless steel bolts:
4.4.29 63mm with 25mm diam. HDPE outlet No. 1 236,58
4.4.30 63mm with 32mm diam. HDPE outlet No. 1 242,66
SUB TOTAL CARRIED TO SUMMARY R
117 KNYSNA MUNICIPALITY
BROUGHT FORWARD FROM PREVIOUS PAGE R
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
6.4 MANHOLES AND CATCHPITS
6.4.1 Supply and install complete the following standard manholes or catchpits for pipe diamters less than or equal to 600mm:
6.4.1.1 Type A1 catchpit, nominal depth 1,5 m No. 1 7 997,67
6.4.1.2 Type A2 catchpit, nominal depth 1,5 m No. 1 12 655,72
6.4.1.3 Type B catchpit, nominal depth 1,5 m with hinged steel grates No. 1 8 906,23
6.4.1.4 Type C manhole nominal depth 1,5m No. 1 8 246,55
6.4.2 Supply and install complete the following standard manholes or catchpits for pipe diamters greater than 600mm:
6.4.2.1 Type A1 catchpit, nominal depth 1,5 m No. 1 8 872,22
6.4.2.2 Type A2 catchpit, nominal depth 1,5 m No. 1 14 508,71
6.4.2.3 Type B catchpit, nominal depth 1,5 m with hinged steel grates No. 1 9 953,51
6.4.2.4 Type C manhole nominal depth 1,5m No. 1 9 223,77
6.4.3 Variation in manhole or catchpit depths:
6.4.3.1 Extra-over items 6.4.1 for variation in depth from the nominal depth m 1
6.4.3.2 Extra-over items 6.4.2 for variation in depth from the nominal depth m 1
6.4.4 Replace existing concrete covers & frames, or loose steel covers & frames, with hinged steel grates & frames:
6.4.4.1 (a) Single No. 1 2 927,79
6.4.4.2 (b) Double No. 1 3 940,86
6.4.5 Break into existing manhole or catch-pit & make good No. 1 1 968,33
6.6 ENCASEMENT
6.6.1 Encasement of pipes using 20 MPa concrete m3 1 2 055,69
SUB TOTAL CARRIED TO SUMMARY R
118 KNYSNA MUNICIPALITY
SECTION 8 SMM Ancillary Roadworks
Clause 1200 MM Clause
No. Action required
PSMM 1 3.1.1 add:
5.1.2.1 add:
Guard rails to be: Armco Flex-beam Standard W – sections 2,8 mm thick, galvanised (or similar and approved) erected in accordance with manufacturer's specification.
PSMM 2 3.1.2.1 add: Timber to be used: Eucalyptus in accordance with SABS 754.
PSMM 3 3.2.2 add: Grade steel to be used: Gr 43. All steel to be galvanised.
Post shall be 62 mm galv tubing to BS 1387.
PSMM 4 3.2.5 add: No composite or particle boards shall be used.
119 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
INSTALLATION OF GUARD RAILS
8.1 Supply Auger Earth Drill Rate/Day 1 1 800,00
8.2 Drill Hole to 1000mm No. 1 66,00
8.3 Install 1600mm long x 175-200mm thick to 600mm above ground and compact with G5 Material from commercial source
No. 1 145,88
8.5 Fix w-shape 3800mm long x 300m wide guard rail with reflectors m 1 1175,66
8.7 Reinstate the environment Sum 1 2 500,00
SUB TOTAL CARRIED TO SUMMARY R
120 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
OCCASIONAL CLEANING OF STORMWATER MANAGEMENT FACILITIES
9.1 Provision of a team of 10 labourers to clean the river bed for period of 10 days
Sum/day 1 3 000,00
9.2 Provision of PPE, tools and equipment for 10 labourers Sum 1 3 000,00
9.3 Allow for 10 loads of rubble with 8 ton truck Sum 1 12 000,00
9.4 TLB for 5 days for loading of rubble to the truck Sum 1 18 000,00
SUB TOTAL CARRIED TO SUMMARY R
121 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
CLEANING OF SLUDGE DRYING PANS
10.1 Supply TLB with plain scoop Rate/day 1 5 000,00
10.2 Excavate and load 100m³ of rubble from the sludge drying beds m³ 1 15 000,00
10.3 Supply 10 m³ tipper truck Rate/day 1 4 500,00
10.4 Haul the rubble to a licensed hazardous dumping site (Max 300km) m³/km 1 45,00
10.5 Clean the site using 10 labourers Rate/day 1 3 000,00
SUB TOTAL CARRIED TO SUMMARY R
122 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
MISCELLENEOUS BUILDING WORKS
11.1 BRICK WORKS
11.1.1 110MM Brickwork (Min 7MPA) laid stretcher bond, bedded in 1:5 cement mortar
m² 1 166,00
11.1.2 220MM Brickwork (Min 7MPA) laid stretcher bond, bedded in 1:5 cement mortar
m² 1 332,00
11.1.3 Labour Cost m² 1 15,00
11.1.4 Cartage of bricks ton/km 1 50,00
11.2 PLASTERING
11.2.1 Cement plaster to walls m² 1 45,00
11.2.2 Cement Plaster to patching/remedial work/narrow m² 1 22,00
6.5 HEADWALLS
6.5.1 Construct headwalls as per PSLE 9/1 or 9/2, for the following pipe sizes:
6.5.1.1 300 to 600mm dia. No. 1 3 969,75
6.5.1.2 600 to 900mm dia. No. 1 5 052,83
6.5.1.3 Greater than 900mm dia. No. 1 6 140,05
SUB TOTAL CARRIED TO SUMMARY R
123 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
MISCELLENEOUS PAINTING
12.1 PAINTING
12.1.1 Prepare Surface m² 1 56,76
12.1.2 Apply one Plaster Primer Coat m² 1 27,55
12.1.3 Apply one Coat of Acrylic PVA Undercoat m² 1 22,44
12.1.4 Apply Two Coats Wash And Wear Acrylic PVA To Walls m² 1 44,75
12.2.5 Apply Two Coats of Non –Grip, Non Stick Velvaglo m² 1 55,65
12.2.6 Cement Backwash on walls m² 1 22,75
SUB TOTAL CARRIED TO SUMMARY R
124 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
SPEED BUMPS AND SPEED HUMPS
13.1 PAINTING
13.1.1 Straight cutting of existing asphalt surface m 1 21,88
13.1.2 Remove existing asphalt surface using 5 labourers m² 1 66,88
13.1.3 Construct table-top speed bump referring to municipal details m² 1 556,77
13.1.4 Cart away the rubble to a registered spoil site ton/km 1 50,00
13.2.5 Apply marking in according with the SANS 1200 standards m² 1 44,00
SUB TOTAL CARRIED TO SUMMARY R
125 KNYSNA MUNICIPALITY
Clause 1200 MM Clause
No. Action required
PSMM 5 3.3.2 replace: All road marking paint for use on this contract shall be thermoplastic as follows;
Thermoplastic road marking material shall comply with the requirements of EN 1436, and EN 1423: 1998 for drop-on glass beads for road marking and anti-skid aggregates and mixtures thereof. Blending of thermoplastic road marking material and glass beads shall comply with EN 1424: 1998.
The binder shall be an elasticized synthetic resin and the material shall be reflectorized by mixing in 25% by mass Class A glass beads in accordance with EN 1424: 1998. An additional topping of glass beads shall be applied to the hot surface of the material for instant retro-reflectivity.
The white road marking material shall contain 6% by mass minimum titanium dioxide content and shall have a skid resistance of 45 S.R.T. – units or higher. SABS Method 1248: 1995 shall be used for determination of traffic wear index; indication of durability.
The following minimum lumination values are required for the completed product:
250 mcd/m2.lux & 120 mcd/m2.lux for white & yellow lines respectively, at 30 days after application.
150 mcd/m2.lux & 75 mcd/m2.lux for white & yellow lines respectively, at 12 months after application.
Determination of coefficient of retro-reflected luminance by means of portable retro-reflectometer shall be carried out using SANS 6261: 2008. Application of the permanent road marking will thus have to be performed just prior to the commencement of the defects liability period. The measurement of the retro-reflected luminance must then be carried out by the Contractor at the end of the defects liability period.
126 KNYSNA MUNICIPALITY
Clause 1200 MM Clause
No. Action required
Should the coefficient fall below the requirements, the Contractor will be required to remedy the defective sections prior to the final release of retention. The costs for the above must be included in the Contractors rates for the application of road marking. No additional costs will be entertained as a result of this requirement.
Two-component cold plastic road marking material shall be used for symbols, arrows and letters (hand painted markings) unless otherwise instructed by the Engineer.”
PSMM 6 5.2.4.1 add: Supports shall be installed in holes at least 800 mm deep and backfilled with 1:12 cement: Soil mixture as specified.
PSMM 7 5.3.4.3 replace: Thermoplastic road marking shall be applied at a nominal rate of 2,5 kg/m2 to achieve a minimum thickness of 1,25mm to 1,5mm or as directed by the Engineer. The two-component road marking material shall be applied by hand by means of a trowel. The desired symbol or line shall be marked with a tape or a template on the road surface. Thereafter apply the required volume of material and spread uniformly over the entire area. When dry/set, remove the tape or template. A spreading rate of 4,5kg/m2 is estimated to achieve a 2,0mm material thickness.
PSMM 8 5.3.5 replace: The thermoplastic road marking material and two-component road marking material shall contain insitu glass beads of minimum content of 25% in order to obtain night visibility (reflectivity). The contractor shall immediately apply additional glass beads at 400g/m2 to obtain immediate reflectivity. The beads shall be sprayed onto the road marking layer by means of a pressure sprayer. Where letter, symbol, traverse line and island road marking is undertaken by hand, the glass beads may be applied by hand if approved by the Engineer. Prior to any hand application work, the contractor shall first request approval from the Engineer. Beads shall be applied in accordance with EN 1424.
PSMM 9 7.1 add: Before painting any permanent road markings, the Contractor shall satisfy himself and the Engineer, by painting test lines on a section of pavement other than the section required to be marked:
(i) that the painting machine is in good working order and properly adjusted;
(ii) that the operator is fully experienced; and
(iii) that the machine sprays at the specified rate of paint application.
The Contractor shall bear the cost of all materials and workmanship required for the above plant tests.
127 KNYSNA MUNICIPALITY
Clause 1200 MM Clause
No. Action required
In addition, the Contractor shall conduct random paint thickness tests and dip/spread tests as required by the Employer’s Agent.
PSMM 10 8.3 add: Payment shall be per unit supplied and erected inclusive of all materials, labour, etc. necessary to complete the sign.
PSMM 11 8.3 replace: Payment shall be per unit supplied and erected inclusive of all materials, labour, etc. necessary to complete the sign.
PSMM 12 8.4.1 replace the heading:
Thermoplastic paint with glass beads as per PSMM 5, 7, 8 & 9.
PSMM 13 8.4.2 replace: No variations from the application rates stated in the project specifications will be entertained. Any variations must be included in the tendered rates under 8.4.1.
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
ROADMARKING
14.1 Thermoplastic paint with glass beads as per PSMM 5, 7, 8 & 9
14.1.1 White lines (unbroken) 100mm wide m 1 27,85
14.1.2 Yellow lines (unbroken) 100mm wide m 1 29,75
14.1.3 White lines characters and symbols m² 1 156,75
14.1.4 Yellow lines characters and symbols m² 1 166,85
14.2.5 Traffic island markings (any colour) m² 1 128,66
SUB TOTAL CARRIED TO SUMMARY R
128 KNYSNA MUNICIPALITY
SECTION 15 PSMJ Segmented Paving
Clause 1200 MJ Clause No.
Action required
PSMJ 1 3.1.2 add : Blocks shall be 60-80mm thick shape S-A Class 1 in herringbone laying pattern in accordance with SANS 1058: 2012 for Roadworks and Parking Areas.
Blocks shall be 50mm thick shape S-C Class 2 in herringbone laying pattern in accordance with SANS 1058: 2012 for sidewalks. Colours and colour combinations as indicated on the drawings
PSMJ 2 3.3 add : The grading of the sand as specified shall be strictly adhered to, sand shall be tested on a continuous and regular basis and the results submitted to the Employer’s Agent for approval.
PSMJ 3 5.1.1 add : The tolerance requirements of Clause 6.2 for Degree I Accuracy shall apply.
PSMJ 4 5.4 add : Only competent, qualified and fully trained pave layers shall be permitted to undertake the laying of the paving units.
PSMJ 5 8.2.1 to 8.2.4 replace :
The unit of measurement
The unit of measurement shall be m² for each type of paver and shall cover the following operations:
Supply and laying of the pavers on a 25mm sand bedding layer, compacted to 20mm. Including vibrating and brooming in of sand to lock up the blocks, and rolling the finished product for final lock up using a 5-10t PTR roller on Roadworks. Lock up on sidewalks is not required.
Cutting and filling in gaps with concrete will not be measured separately and shall be included in the rate to supply and lay. No additional costs will be entertained.
Paving edge restraints (kerbing and channels) and concrete cut-off beams will be measured separately under kerbing & channelling where necessary.
An extra over item will be provided in the BOQ to vary the laying pattern and colour combinations for the sidewalks. This item to include for instances where more than one and up to 3 different colours are used with each colour making up at least 5% of the nett area of the section under consideration. Where a single colour is used, no additional payment will be made.
129 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
BLOCK PAVING
15.1 Block Paving
15.1.1 Apply 25mm sand base and compact to 90% Modd Aashto m² 1 65,88
15.1.2 Construct 60-80mm .0 Type S-A Class 1 herringbone (red) m² 1 165,88
15.1.3 Construct 60-80mm .0 Type S-A Class 1 herringbone (grey) m² 1 155,00
15.1.4 Construct 60-80mm .0 Type S-A Class 1 herringbone (charcoal) m² 1 165,88
15.1.5 Straight Cutting of Block Pavers m 1 44,65
15.2.6 Circular Cutting of Block Pavers m 1 66,75
15.2.7 Cart away excess material to registered spoil site ton/km 1 50,00
SUB TOTAL CARRIED TO SUMMARY R
130 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
SMALL CONCRETE WORKS
12.1 CONCRETE WORKS
12.1.1 Break existing concrete using hand tools m³ 1 75,55
12.1.2 Clear and shape existing natural ground m³ 1 55,88
12.1.3 Straight Cutting of existing concrete m 1 44,75
12.1.4 Circular Cutting of existing concrete m 1 42,75
12.2 CAST-IN-SITU CONCRETE
12.2.1 Supply & erect formwork for straight structures less than 500mm m2 1 256,97
12.2.2 Collect & erect formwork for circular structures less than 500mm m2 1 291,69
12.2.3 Supply & erect formwork supplied deeper than 500mm m2 1 249,91
12.2.4 Install expansion material m 1 19,65
12.2.5 Cart away excess materials 1to registered spoil site ton/km 1 50,00
12.3 Construct pedestrian ramp, 20MPA 75mm thick
12.3.1 with bubble blocks No. 1 1 567,83
12.3.2 with floated concrete finish No. 1 1 424,98
12.4 Provide concrete in small quantities to foundations, surface slabs, etc.
12.4.1 20 MPa strength m3 1 2 931,49
12.4.2 25 MPa strength m3 1 3 213,56
12.4.3 30 MPa strength m3 1 3 502,97
12.4.4 Construct pedestrian ramp, 20MPA 75mm thick m2 1 115,25
SUB TOTAL CARRIED TO SUMMARY R
131 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
AD HOC LABOUR PROVISION
13.1 SIDE WALKS
13.1.1 Provision of a team of 10 labourers to perform any task as identified by the municipality
Sum/day 1 3 000,00
13.1.2 Provision of PPE, tools and equipment for 10 labourers Sum 1 3 000,00
SUB TOTAL CARRIED TO SUMMARY R
132 KNYSNA MUNICIPALITY
DESCRIPTION UNIT QUANTITY RATE AGREE/DISAGREE
GENERAL WELDING & STEELWORKS
14.1 GENERAL WELDING & STEELWORKS
14.1.1 Clear and dismantle existing steel works Sum 1 4 000,00
14.1.2 Cart away excess materials to registered spoil site ton/km 1 50,00
14.1.3 Apply welding to steel material provided by the municipality using Arc Welding (paid per kg rods used)
Rate/kg 1 250,00
14.1.3 Apply welding to steel material provided by the municipality using MIG Welding (paid per kg wire used)
Rate/kg 1 380,00
SUB TOTAL CARRIED TO SUMMARY R
133 KNYSNA MUNICIPALITY
ITEM No
DESCRIPTION UNIT QUANT RATE AGREE/DISAGREE
1 SECTION 1:PRELIMINARY & GENERAL
Note:The quantities provided in this Bill are fictitious and bear no resemblance to the quantities which may appear in an Assignment.
The Quantities are used for the sole purpose of adjudicating the tenders.
1,1 Facilities for Engineer:
1.1.1 Provide office, as required by Engineer (Ref PSAB 3.4) month 0 5 000,00 0,00
1.1.2 Provide cell-phone for use by Engineer (Ref PSAB 4.1) month 0 2 000,00 0,00
1,2 Facilities for Contractor: Value-Related Items
Assignment Value Categories:
1.2.1 From R 0 to R2 000 000 % 20,00 } To be
1.2.2 From R2 000 000 to R5 000 000 % 20,00 } calculated
1.2.3 Over R5 000 000 % 20,00 } by Employer
1,3 DISTANCE MARKUP
Address of Contractor's Depot:
Street:
Suburb:
City:
1.3.1 Mark-up: Over 30 up to 50km from Depot % 0,00 Rate Only
1.3.2 Mark-up: Over 50km from Depot % 0,00 Rate Only
1,4 DAYWORK
(a) Personnel : Rates shall include for on-costs
1.4.1 General worker hr 0 26,00
1.4.2 Artisan hr 0 40,00
1.4.3 Gang supervisor hr 0 40,00
1.4.4 Construction foreman hr 0 140,00
1.4.5 Survey assistant hr 0 30,00
1.4.6 (b) Materials sum 0 1
1.4.7 Add percentage adjustment to item 1.4.6 for on-cost etc. % 0 0,200
(c) Plant: (Rates shall include for on-cost)
1.4.8
Rubber tyre front-end loader, min. 90 kW (Cat. 950 or equivalent) hr 0
450,00
1.4.9 Excavator/backhoe, min.75 kW (Cat. 215 or equivalent) hr 0 800,00
1.4.10 2000 cc Bakkie hr 0 90,00
1.4.11 7 000 litre Water cart hr 0 450,00
1.4.12 10 t Tip truck hr 0 450,00
1.4.13 1t Pedestrian roller hr 0 220,00
1.4.14 2 -5 t Flat wheeled roller hr 0 250,00
1.4.15 6-10t Flat wheeled roller hr 0 380,00
1.4.16 Compressor: min 250 cfm hr 0 220,00
After-hours call-out
134 KNYSNA MUNICIPALITY
1.4.16 Mark-up on Daywork rates for call-out after hours % 250,00 Rate Only
1,5 TEMPORARY WORKS
1.5.1 Dealing with water on site. week 0,00 8 000,00
CARRIED FORWARD NEXT PAGE R
BROUGHT FORWARD FROM PREVIOUS PAGE
DESCRIPTION UNIT QUANT RATE AGREE/DISAGREE
1,6 ACCOMMODATION OF TRAFFIC
1.6.1 Flagman day 0 250,00
1.6.2 Portable STOP/GO-RY signs: Set of 2 No. 0 1 500,00
1.6.3 Temporary command signs 610 mm dia. No. 0 800,00
1.6.4 As above 1200mm dia. No. 0 1 500,00
1.6.5 Temporary warning signs 914mm dia. No. 0 1000,00
1.6.6 As above - 1624mm sides No. 0 1 500,00
1.6.7 Danger plates and delineators No. 0 180,00
1.6.8 Moveable barricades (Road closed & Chevron types) No. 0 1 500,00
1.6.9 Drums No. 0 120,00
1.6.10 Amber flicker lights No. 0 1 500,00
1.6.11 Plastic traffic cones (large) No. 0 120,00
1.6.12 Road signs R-series1200mm dia. No. 0 1 500,00
1.6.13 Road signs W-series 1524mm sides No. 0 3 500,00
1.6.14 Road signs G-series (excluding G49) No. 0 3 500,00
1.6.15 Moveable barricades No. 0 3 500,00
1,7 TESTING OF MATERIALS & WORKMANSHIP
Arrange for tests to be carried out, as required by the Engineer:
Testing of Aggregate:
1.7.1 Determination of Grading & Plasticity Index No. 0 600,00
1.7.2 Determination of Maximum Dry Density & Optimum Moisture Content of gravels and soils No. 0
800,00
1.7.3 Determination of the California Bearing Ratio of gravels & soils No. 0 1 500,00
1.7.4 Determination of in-situ dry density of gravels or soils by sand replacement or nuclear gauge method. No. 0
800,00
Testing of Asphalt & Slurry
1.7.5 Determination of binder content, Marshall density & gradings of asphalt No. 0
2 000,00
1.7.6 Determination of binder content & gradings of slurry No. 0 2 000,00
1.7.7 Drilling & determination of core thickness and core density, of 100 mm diameter asphalt cores No. 0
500,00
Testing of Concrete
1.7.8 Making, curing and determining the compressive strength of 150 mm concrete cubes No. 0
400,00
1.7.9 Determination of slump of freshly-mixed concrete No. 0 400,00
1.7.10 Drilling & determining compressive strength of 100 mm diameter concrete cores No. 0
400,00
1,8 HEALTH AND SAFETY
1.8.1 Contractor's initial obligation in respect to the Occupational Health
and Safety Act and Construction Regulations, including the preparation of a Health & Safety Plan.
Sum / Assignment 0
10 000,00
1.8.2 Contractor's time-related obligations in respect of complying with the Occupational Health and Safety Act and Construction Regulations. Week 0
3 000,00
135 KNYSNA MUNICIPALITY
1.8.3 Provision of Part-Time Health & Safety Officer. Week 0 3 000,00
SUB TOTAL CARRIED TO SUMMARY R
136 KNYSNA MUNICIPALITY
C3.5.1.2 Particular or Generic specifications
a) The following SABS 1200 standardised specifications for civil engineering construction are applicable:
i) SABS 1200 A : General ii) SABS 1200 AB : Engineer’s office
b) The provisions of SABS 1200 A and SANS 1200 AB take precedent over the provisions of any part of SANS 2001 that is applicable to the Contract. The variations and additions to these specifications are described in section C3.4.1.2 (applicable SABS 1200 standardised specifications)
C3.5.1.3 Software application for programming
In preparing the Construction Programme, the Contractor can either use Microsoft Excel, or Microsoft Projects.
C3.5.1.4 Methods and procedures
C3.5.1.4.1 Management and disposal of water (Read with SANS 1921 - 1: 2004 clause 4.6)
The Contractor shall pay special attention to the management and disposal of water and stormwater on the site. It is essential that all completed works or parts thereof are kept dry and properly drained. Claims for delay and for repair of damage caused to the works as a result of the Contractor’s failure to properly manage rain and surface water, will not be considered.
C3.5.1.4.2 Testing (Read with SANS 1921 – 1: 2004 clause 4.11)
Process control
The Contractor shall arrange for all tests required for process control to be done by an accredited laboratory acceptable to and approved by the Employer’s Agent.
The Contractor may establish his own laboratory on site or he may employ the services of an independent commercial laboratory. Whatever method is used, the Contractor must submit the results of tests carried out on materials and workmanship when submitting work for acceptance by the Employer’s Agent. The costs for these tests shall be deemed to be included in the relevant rates and no additional payment will be made for testing as required.
Acceptance control
The process control test results submitted by the Contractor for approval of materials and workmanship may be used by the Employer’s Agent for acceptance control. However, before accepting any work, the Employer’s Agent may have further control tests carried out by a laboratory of his choice. The cost of such additional tests will be covered by a provisional sum provided in the schedule of quantities, but tests that failed to confirm compliance with the specifications, will be for the account of the Contractor.
C3.5.1.4.3 "As built" Information
As the work progresses, the Contractor shall keep full records of all amendments to and deviations from the drawings as issued to the Contractor at the start of the contract. The true positions, invert levels and ground levels of all services shall be surveyed after construction and indicated on the drawings, for which purpose the Contractor shall receive a separate complete set of drawings at no cost, from the Employer’s Agent. The Contractor must provide as-built survey information in digital format. In addition, the Contractor shall provide a copy of all quality control test results signed off by the Employer’s Agent as part of the as-built information submission.
137 KNYSNA MUNICIPALITY
The Completion Certificate shall only be issued after the Employer’s Agent has received a properly completed set of "As Built" drawings and signed off test results from the Contractor. This set of information shall be approved and signed by the Contractor’s Contracts Manager. A separate measurement item has been allowed for under Section 1 of the Bill of Quantities to fulfil the requirements of this clause. No additional payment will be entertained as a result of this requirement.
C3.5.1.4.4 Security of Contractor's Site
The provision of security for the Contractor's Site Establishment (including the Employer’s Agent’s facilities) shall be his own responsibility and no claims for additional security measures taken during the currency of the Contract will be considered.
C3.5.1.4.5 Information supplied by Employer
Certain information contained in these Contract Documents, or provided separately, is being offered in good faith. However, in the circumstances pertaining to the type of information supplied, no guarantee can be given that all the information is necessarily correct or representative. More specifically this applies to all material surveys and reports and similar information, the accuracy of which is necessarily subject to the limitation of testing, sampling, the natural variation of material or formations being investigated and the measure of confidence with which conclusions can be drawn from any investigations carried out. It also applies to the positions of existing services as indicated on the Tender Drawings.
C3.5.1.4.6 Finishing and Tidying
In view of the intense concentration of construction activities likely to be experienced during the Contract period, progressive and systematic finishing and tidying will form an essential part of this Contract. On no account must spoil, rubble, materials, equipment or unfinished operations be allowed to accumulate in such a manner as to unnecessarily impede the activities of others, and in the event of this occurring, the Employer shall have the right to withhold payment for as long as may be necessary in respect of the relevant Works in the area(s) concerned without thereby prejudicing the rights of others to institute claims against the Contractor on the ground of unnecessary obstruction.
All finishing and tidying shall be carried out to the best advantage of the project as a whole and in the closest co-operation with other Contractors.
C3.5.1.4.7 Co-operation with other Authorities
In general, services by others will be relocated prior to work commencing or installed after the Contractor has substantially completed the work covered by this Contract. However, should it be deemed by the Employer’s Agent that it would be in the best interest of the Employer that the installation of services by others in any sector should be permitted to proceed, before the Contractor has substantially completed his own work under the Contract, he shall afford all reasonable facilities by way of access and working space to the parties responsible for the installation of these services.
It will be necessary also to install ducts under roads for the accommodation in the future of electrical and telephone service cables. The marking and positive identification of such ducts, in co-operation with the authorities concerned, is to be considered as one of the responsibilities of the Contractor.
138 KNYSNA MUNICIPALITY
C3.5.1.4.8 Quality plans and control
(Read with SANS 1921 – 1: 2004 clause 4.4)
The Contractor will be solely responsible for the production of work that complies with the Specifications to the satisfaction of the Employer’s Agent. To this end it will be the full responsibility of the Contractor to institute an appropriate Quality Assurance (QA) plan on site. This QA Plan must be submitted to the Employer’s Agent for approval in terms of the contract data. The Employer’s Agent will audit the Contractor's quality assurance (QA) Plan on a regular basis to verify that adequate independent checks and tests are being carried out and to ensure that the Contractor's own control is sufficient to identify any possible quality problems which could cause a delay or failure. The Contractor shall ensure that efficient supervisory staff, the required transport, instruments, equipment and tools are available to control the quality of his own workmanship in accordance with his QA Plan. His attention is drawn to the fact that it is not the duty of the Employer’s Agent or the Employer’s Agent’s representative to act as foreman or surveyor.
C3.5.1.5 Environment
C3.5.1.5.1 Management of the environment (Read with SANS 1921 - 1: 2004 clause 4.19)
The Contractor shall pay special attention to the following:
(a) Natural Vegetation
The Contractor shall confine his operation to as small an area of the site as may be practical for the purpose of constructing the works.
Only those trees and shrubs directly affected by the works and such others as the Employer’s Agent may direct in writing shall be cut down and stumped. The natural vegetation, grassing and other plants shall not be disturbed other than in areas where it is essential for the execution of the work or where directed by the Employer’s Agent.
(b) Fires
The Contractor shall comply with the statutory and local fire regulations. He shall also take all necessary precautions to prevent any fires. In the event of fire the Contractor shall take active steps to limit and extinguish the fire and shall accept full responsibility for damages and claims resulting from such fires which may have been caused by him or his employees.
Employees of his subcontractors are able to identify themselves as members of the construction team. In addition to the above, the Contractor’s attention is also drawn to Appendix C – Environmental Management Programme of this Tender Document.
C3.5.1.6 Accommodation of traffic on public roads occupied by the Contractor
Where the Work borders on or join into existing roads and where the works affect the operation and / or safety of road-users, the Contractor shall erect adequate traffic signs that conform to the requirements of the latest edition of the S.A. Road Traffic Signs Manual, maintain and keep them in good order.
The operation of construction vehicles on existing roads shall be limited to traffic with an axle load not exceeding that
allowed by the Road Traffic Ordnance of the authority concerned, or any amendment thereof.
If the Contractor use existing roads for the hauling of materials to or from site, he shall be held responsible to clear
any spillage caused by his activities on or near the roads by whatever means necessary and immediately. No
additional payment will be made for the clearance of spillage and all other relevant costs.
139 KNYSNA MUNICIPALITY
Where work is to be executed close to or within existing properties, the Contactor shall ensure that at all times
pedestrian and vehicle access are provided for property owners. Where crossing of existing accesses are to be done,
the Contractor must liaise with the relevant property owners regarding the time and period when such access will not
be available. However, access shall be made available between 17:00 and 07:00 on weekdays and on Saturdays
and Sundays.
C3.5.1.7 Other Contractors on site
Due to the fact that there are existing services in the area, the following services operated by Government Departments may be required to work within the site during the construction period. These services may affect the Works:
(a) Contractor for the same project (Year 1) (b) Electricity underground cables and / or overhead lines (c) Telephone underground cables and / or overhead lines (d) Water Reticulation (e) Stormwater lines (f) Sewer Lines (g) Road maintenance teams
C3.5.1.8 Testing, completion, commissioning, and correction of defects
In terms of the Contract Data, the Works are to be constructed using the General Conditions of Contract for Construction Works (2015) published by the South African Institution of Civil Engineering (SAICE). In terms of Clause 5.14.2, a Practical Completion Certificate will only be issued once all of the works are practically complete for their intended use. For the purposes of this project, no partial completion will be entertained.
Once Completion has been reached in terms of Clause 5.14.4, the works will be handed over to the Knysna Municipality. A Completion Certificate will only be issued once all of the snags listed in the Practical Completion Certificate (including all As-built Information in terms of C3.5.1.4.3 above).
In terms of the Contract Data, the Defects Liability Period is 12 months from the date of Completion of the Works in terms of Clause 5.14.4. Any defects which may be discovered during the Defects Liability Period or at the end of the Defects Liability Period will be remedied in terms of Clause 7.8 of GCC 2015.
C3.5.1.9 Recording of Weather
Adverse Weather Conditions
The numbers of days per month on which work is expected not to be possible as a result of normal rainfall, for which the Contractor shall make provision, is given in item No. 28 of the Contract Data (C.1.2) of this Tender Document. The method whereby an extension of time due to abnormal rainfall will be determined is as follows:
(1) Abnormal rainfall for each calendar month shall be the total working days in the month under consideration during which the Contractor is unable to proceed with his operations as specified under (2) below, less the number of days (from the Contract Data) representing normal rainfall for the month under consideration
(2) The claim for extension of time shall be the sum of all the positive monthly totals for the Contract Period. Negative monthly totals shall be disregarded. A day shall be considered as lost when the Employer’s Agent agrees that no work was done or was capable of being done on any item shown on the critical path of the updated construction programme. Items which are not shown on the critical path and have been affected by abnormal climatic conditions shall not be considered for extension of time. Annual
140 KNYSNA MUNICIPALITY
holidays, Sundays and the special non-working days as listed in the Contract Data, shall be considered as non-working days.
C3.5.1.10 Format of communications
The Contract shall keep a triplicate Site Instruction Book and separate Site Diary on site. Site Instructions will be issued to the Contract by the Employer’s Agent or his designated representative. The Site Instruction Book is for the sole use of the Employer’s Agent, and the Contractor will not be permitted to communicate via this book. The Contractor will be required to complete the Site Diary for each and every day of the contract, from the commencement date through to the day that the Contractor de-establishes. The Contractor must record the following information in the Site Diary:
Date
Weather conditions
Plant and labour on site
Daily activities
Information required
Frustrations
Requests for inspections
Incidents
Under no circumstances will the Contractor be permitted to communicate directly with the Employer or the public. All correspondence for the contract must be directed through the Employer’s Agent.
C3.5.1.11 Key personnel
The Contractor will be required to submit Curriculum Vitae of all Key personnel for approval by the Employer’s Agent prior to commencing duties on site. Any changes to personnel must be approved by the Employer’s Agent.
In addition, the Contractor must provide the Employer’s Agent with a schedule of plant and labour on site. This schedule must be submitted to the Employer’s Agent at the beginning of each and every Site Meeting.
C3.5.1.12 Management meeting
Monthly Site Meetings will take place during the contract duration. The Contractor must ensure that his Contract Manager attends the Site Meetings. Should the Contracts Manager for the contract be unable to attend, then a nominated representative with equal authority must attend instead. This person must have the necessary authority to make any decision which could be made by the “responsible person”.
The attendance of Site Meetings by Sub-Contractors will only be permitted by special written request by the Contractor, or specifically requested by the Employer’s Agent.
C3.5.1.13 Forms for contract administration
Standard forms for payment certificates and reporting will be issued to the Contractor during the course of the Contract.
C3.5.1.14 Electronic payments
Arrangements for electronic payment of payment certificates will be made between the Contractor and Employer during the Site Handover Meeting.
141 KNYSNA MUNICIPALITY
C3.5.1.15 Daily records
C3.5.1.15.1 Instructions by the Employer’s Agent
Site instructions by the Employer’s Agent, addressed to the Contractor at his works office on site will be numbered consecutively in a triplicate book supplied by the Contractor and will be deemed to have been received by the Contractor's representative unless a break in the sequence of numbers is brought to the notice of the Employer’s Agent in writing immediately.
C3.5.1.15.2 Site Diary
The Contractor must keep a triplicate site diary on site, which must record the daily site activities, plant, site supervision, rainfall, site visitors, etc. This diary must be filled in daily and signed by the Contractor’s Representative. Failure on the Contractor’s part to keep proper records will count heavily against him in assessing any claims, which may occur during the contract period.
C3.5.1.16 Bonds and guarantees
The Performance Guarantee shall be as stated in the Contract Data (C.1.2 & C.1.3). 1 x copy of the guarantee is to be submitted to the Employer’s Agent. Once approved, the Employer’s Agent will then submit the guarantee to the Client for final approval.
C3.5.1.17 Payment certificates
The Contractor will be allowed to submit a payment certificate on a monthly basis in terms of CGG (2015), Clause 6.10.1. Measurements must be agreed with the Employer’s Agent’s Representative by the 20th of each month, and the payment certificate submitted to the Employer’s Agent by the 25th of each month.
C3.5.1.18 Permits
None required.
C3.5.1.19 Proof of compliance with the law
In terms of the Contract Data, the governing law is the law of South Africa. Should it be necessary during the Construction or Defects Liability Period for the Contractor to prove that he is abiding by the applicable law in terms of the Contract Data; the Contractor will be required to submit in writing to the Employer’s Agent such proof.
C3.5.1.20 Insurance provided by the Employer
None, Contractor to provide insurance.
C3.5.1.21 Neatness of the Site
Progressive and systematic finishing and tidying will form part of this contract. Spoil, rubble, materials, equipment
or unfinished operations shall not be allowed to accumulate unnecessarily and in the event of this happening, the
Employers Agent shall have the right to withhold payment for as long as the condition prevails in respect of the
relevant works in the area(s) concerned.
The general neatness and tidiness of the site is of particular concern. The Contractor shall therefore, on a day-to-
day basis, keep the Works in a condition acceptable to the Employers Agent.
142 KNYSNA MUNICIPALITY
C3.5.1.22 Maintenance of Access and Streets
The operation of construction vehicles on existing roads or streets shall be limited to traffic with an axle load not
exceeding that allowed by the Road Traffic Ordinance of the authority concerned, or any amendment thereof.
All access roads used by the Contractor shall be maintained for the duration of the contract and shall be
rehabilitated to their original condition on completion of the contract. The Contractor must note that no additional
payment will be made for construction, maintenance and rehabilitation of any access roads to the site.
C3.5.1.23 Protecting the Site
The Contractor shall be solely responsible for the protection of the Site against all damage to property, services,
terrain, trees etc. If in the normal execution of this Contract, disturbance to the Site of the Works is necessary, the
Contractor shall obtain the prior permission of the Employers Agent. After completion of this work, the Contractor
shall reinstate the area concerned to its original condition at his own cost or as covered under the rates in the Bill
of Quantities. The Employers Agent ruling of what was the original condition of the Site or part thereof shall be
final.
If the Contractor fails to reinstate the Site, the Employer shall do the reinstatement and the Employers Agent shall
establish the extent of the work as well as its costs. The Employers Agent ruling shall be final and payment for the
work will be deducted from the Contractor’s monthly certificate.
The Contractor shall ensure that his actions do not cause any nuisance to the public. Should spillages occur, the
Contractor must adequately disinfect the work site, including the contaminated area.
HEALTH AND SAFETY
C3.5.2 Health and safety requirements and procedures
a) In terms of the provisions of Section 37(2) of the Occupational Health and Safety Amendment Act, 1993 (Act 85 of
1993) hereinafter referred to as the Act, the following arrangements and procedures shall apply between the Contractor and the Employer to ensure compliance by the Contractor with the provisions of the Act:
(i) 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 of the Act.
(ii) The Contractor undertakes that all relevant duties, obligations and prohibitions imposed in terms of the Act and Regulations on the Contractor will be fully complied with.
(iii) The Contractor accepts sole liability for such due compliance with the relevant duties, obligations and prohibitions imposed by the Act and Regulations and expressly absolves the Employer from himself being obliged to comply with any of the aforesaid duties, obligations and prohibitions, with the exception of such duties, obligations and prohibitions expressly assigned to the Employer in terms of the Act and its associated Regulations.
(iv) 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 monitor that the Contractor has conformed to his undertakings as described in paragraphs (i) and (ii) above, which steps may include, but will not be limited to, the right to inspect any appropriate site or premises occupied by the Contractor, or any appropriate records or safety plans held by the Contractor.
(v) The Contractor shall be obliged to report forthwith to the Employer and Employer’s Agent any investigation, complaint or criminal charge which may arise as a consequence of the provisions of the Act and Regulations, pursuant to work performed in terms of this Contract, and shall, on written demand, provide full details in writing, to the Employer and Employer’s Agent, of such investigation, complaint or criminal charge.
143 KNYSNA MUNICIPALITY
(vi) The Contractor shall furthermore, in compliance with Construction Regulations 2014 to the Act acquaint himself with the requirements of the Employer’s health and safety specification as laid down in regulation 4(1) (a) of the Construction Regulation 2014, and prepare a suitably and sufficiently documented health and safety plan as contemplated in regulation 5(1) of the Construction Regulation 2014 for approval by the Employer or his assigned agent. The Contractor's health and safety plan and risk assessment shall be submitted for approval, to the Employer or his agent, within 14 days of the Commencement Date and shall be implemented and maintained from the commencement of the Works.
The Contractor shall at all times be responsible for full compliance with the approved plan as well as with the Construction Regulations and no extension of time will be considered for delays due to non-compliance with the abovementioned plan or regulations.
(vii) The Employer, or his assigned agent, reserves the right to conduct periodic audits, as contemplated in the Construction Regulations 2014, to monitor that the Contractor is compliant in respect of his obligations. Failure by the Contractor to comply with the requirements of these Regulations shall entitle the Employer’s Agent, at the request of the Employer or his agent, to suspend all or any part of the Works, with no recourse whatsoever by the Contractor for any damages incurred as a result of such suspension, until such time that the Employer or his agents are satisfied that the issues in which the Contractor has been in default have been rectified.
(viii) The proposed type of work, materials to be used and potential hazards likely to be encountered on this Contract are detailed in the C3.3 : Construction, the Bill of Quantities, the Drawings, and in the Employers' health and safety specification (regulation 4(1) of the Construction Regulations 2014), which is attached as Appendix B.
Payment items are included in the Bill of Quantities to cover the Contractor's cost for compliance with the OHS Act and the abovementioned regulations.
C3.5.2.1 Protection of the public
The Contractor shall at all times ensure that his operations do not endanger any member of the public.
As the area is adjacent to a residential area the Contractor shall take special precautions to prevent public access to any danger areas on the Works, e.g. by temporary barricades and/or fencing. The Contractor shall maintain barricades and/or fencing for the duration of the Contract.
C3.5.2.2 Traffic control on roads
Where the work borders on or join into existing roads and where the works affect the operation and / or safety of road-users, the Contractor shall erect adequate traffic signs that conform to the requirements of the latest edition of the S.A. Road Traffic Signs Manual, maintain and keep them in good order.
The Contractor shall take the necessary care at all times in all his operations and use of his equipment to protect the public and to facilitate the movement of traffic – Clause 5.1.1.1 SABS 1200 DA has reference.
The Contractor will be required to submit to the Employer’s Agent for approval a layout plan indicating traffic accommodation for the works for each set up. Approval of each set up by the Employer’s Agent will not in any way preclude the Contractor from his responsibilities regarding traffic accommodation. The Contractor must employ a full time traffic and safety officer for the duration of the contract. The officer will be responsible for all safety and traffic accommodation related matters.
144 KNYSNA MUNICIPALITY
SMALL PLANT/EQUIPMENT OWNERSHIP DECLARATION FORM
Note: Fill this Form for each chosen Works Category
Name of Company
Director
Municipal Area
Ward
ASSET 1
Asset Type: ……………………………
Year of Purchase: …………………………...
Current Condition: ……………………………
I, ……………………………declare that the above asset is
owned by…………………………
Signature…………………………….Date…………………..
ASSET 3
Asset Type: …...………………………….
Year of Purchase: ……………………………….
Current Condition: ……………………………….
I, ……………………………declare that the above asset is
owned by…………………………
Signature…………………………….Date…………………..
ASSET 3
Asset Type: ………………………………
Year of Purchase: ……………………………...
Current Condition: ……………………………...
I, ……………………………declare that the above asset is
owned by…………………………….
Signature…………………………….Date…………………..
ASSET 4
Asset Type: ……………………………
Year of Purchase: …………………………….
Current Condition: ……………………………
I, ……………………………declare that the above asset is
owned by………………………………..
Signature…………………………….Date…………………..
Commissioner of Oath
Note: Failure to complete this form in the presence of Commissioner of Oath will lead to loss of points for the relevant section.
145 KNYSNA MUNICIPALITY
SCHEDULE 15: LETTER OF GOOD STANDING FROM HIRE COMPANY We ………………………………………………………………………………………………………………………. hereby confirm that the following contractor has in the past done business with our company and have conducted itself as follows: Name of contractor:……………………………………………………………………………………………………………….
Plant hired Returned on time (y/n)
Returned in good condition (y/n)
Payments made on time (y/n)
Other comments
We hereby confirm that we will hire the required plant to this contractor (y/n) ………………………………………………………………………… ………………………………………. Signed by the manager Date
Company stamp