Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
REAL ESTATE DEPARTMENT
CONTRACT NUMBER: A-RE 04-2018
BID DOCUMENT (IN COMPLIANCE WITH THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017 PUBLISHED IN
GOVERNMENT GAZETTE NO. 40553 OF 20 JANUARY 2017)
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE
BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
CIDB GRADING: 6GB or 5GBPE
ISSUED BY: PREPARED BY: PREPARED FOR:
Department of Finance Bid Office (Bid Initiation Section) 68 Woburn Avenue BENONI 1501
Private Bag X 65 BENONI 1500
Tel: (011) 999-6540/6567 Fax: (011) 999-7511
Department: Real Estate Division: Facilities Management
Kempton Park Civic Centre
P O Box 13 KEMPTON PARK 1620
Mr Vusi Magagula Email: [email protected]
Department: Real Estate Division: Facilities Management
Kempton Park Civic Centre
P O Box 13 KEMPTON PARK 1620
Mr Pieter Grobler Email: [email protected]
NAME OF BIDDING ENTITY (FULL NAME, i.e. Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) :
__________________________________________________________________________________________________
TELEPHONE NUMBER : _______________________________________________________________________
EMAIL ADDRESS : _______________________________________________________________________
FAX NUMBER : _______________________________________________________________________
Page 1
NOTICE TO BIDDERS
VERY IMPORTANT NOTICE ON DISQUALIFICATIONS:
A bid not complying with the peremptory requirements stated hereunder will be regarded as not being an “Acceptable bid”, and as such will be rejected.
“Acceptable bid” means any bid which, in all respects, complies with the conditions of bid and specifications as set out in the bid documents.
A BID WILL BE REJECTED:
1. If a VALID ORIGINAL tax clearance certificate or copy thereof or TCS Pin number (or in the case of a jointventure or consortium, of all the partners in the joint venture or consortium) has not been submitted withthe bid document on closing date of the bid. (An expired tax clearance certificate submitted at theclosure of the bid will NOT be accepted).As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not submit a validtax clearance certificate with their bid will be requested in writing to submit their tax clearance certificatewithin five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to submit before12:00 on the 5th working day after the date of request, the relevant bid will be rejected.In bids where Consortia and Joint Ventures are involved, each party must submit a separate TaxClearance Certificate.
Copies of the TCC 001 “Application for a Tax Clearance Certificate” form are available from any SARSbranch office nationally or on the website www.sars.gov.za.
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.
2. If any of the evaluation criteria and general criteria pages have been removed from the biddocument, and have therefore, not been submitted.
3. In the event of a failure to complete and sign the schedule of quantities as required, i.e. only lump sumsprovided.
4. In the event of there being scratching out, writing over or painting out rates or information, affecting theevaluation of the bid, without initialling next to the amended rates or information
5. In the event of the use of correction fluid (eg. tippex), any erasable ink, or any erasable writing instrument(e.g. pencil)
6. If the Bid has not been properly signed by a person having the authority to do so. (Refer to Declaration)
7. If particulars required in respect of the bid have not been completed, except if only the Broad –Based Black Economic Empowerment Certificate as provided for in Regulation 6 and 7 of The Preferential Procurement Regulations 2017, is not submitted, the bid will not be disqualified but no preference points will be awarded.
8. If the bidder attempts to influence, or has in fact influenced the evaluation and/or awarding of the contract.
9. If the bid has been submitted either in the wrong bid box or after the relevant closing date and time.
10. If any municipal rates and taxes or municipal service charges owed by the bidder or any of itsdirectors/members to the municipality or municipal entity, or to any other municipality or municipal entity,are in arrears for more than three months
11. If any bidder who during the last five years has failed to perform satisfactorily on a previous contract withthe municipality, municipal entity or any other organ of state after written notice was given to that bidderthat performance was unsatisfactory.
12. The accounting officer must ensure that irrespective of the procurement process followed, no award maybe given to a person –
(a) who is in the service of the state, or;
(b) if that person is not a natural person, of which any director, manager, principal shareholder orstakeholder, is a person in the service of the state; or;
(c) who is an advisor or consultant contracted with the municipality in respect of contract that wouldcause a conflict of interest.
Page 2
14. If the bidder is not registered in the required CIDB contractor grading designation (category) or higher, if required in this bid documentation.
15. If the bidder or any of its directors is listed on the Register of Bid Defaulters in terms of the Prevention and Combating of Corrupt Activities Act of 2004 as a person prohibited from doing business with the public sector.
15. If the bidder has abused the COE’s Supply Chain Management System and action was taken in terms of paragraph 38 of the COE SCM Policy.
16. In the event of non-submission of financial statements if required (SEE BID DATA OR PRICING SCHEDULE). In this regard please note:
(16.1). If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (16.2). If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. (16.3). Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. (16.4). If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (16.1) and (16.2) above for each of its financial years since commencing business.
(16.5). If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted. As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not submit Annual Financial Statements (if required) with their bid will be requested in writing to submit their Annual Financial Statements within five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to submit before 12:00 on the 5th working day after the date of request, the relevant bid will be rejected.
17. Please check special requirements in scope of work in document for additional attachments
18. If the following have not been fully completed and signed: FORM 2.2.2 - GENERAL DECLARATION FORM 2.2.3 - DECLARATION OF INTEREST FORM 2.2.4 - DECLARATION OF BIDDER’S PAST SCM PRACTICES
FORM 2.2.5 - DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (IF APPLICABLE)
FORM 2.2. - CERTIFICATE OF INDEPENDENT BID DETERMINATION FORM 2.2.7 -DECLARATION FOR MUNICIPAL ACCOUNTS FORM 2.2.8 -DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE
EXPECTED TO EXCEED R10 MILLION 18.1 As per Supply Chain Management Circular No. 1/2013 – recommended bidders that did not complete and sign all relevant declarations in the bid document will be requested in writing to complete and sign relevant declarations within five working days for inclusion in the Bid Evaluation Committee item, if a bidder fails to complete and sign before 12:00 on the 5th working day after the date of request, the relevant bid will be rejected.
Page 3
NOTE: 1. IN THIS DOCUMENT AND OTHER DOCUMENTS REFERRED TO BUT NOT ATTACHED, THE FOLLOWING
WORDS ARE SYNONYMOUS WITH EACH OTHER. 1.1. CLIENT, EMPLOYER, CITY OF EKURHULENI (COE). 1.2. BID, TENDER AND VARIATIONS THEREOF
1.3 JOINT VENTURE / CONSORTIUM 1. Very important notice Bidders must note that only information filled in at the spaces provided therefor in the bid
document will be considered for evaluation purposes unless additional space is required and then only if the location of the additional information in the attachments is properly referred to by page number and section heading. Information supplied anywhere else will be disregarded which may lead to the rejection of the bid.
2. The attachment or inclusion of information not specifically asked for is not desirable and leads to delays
in the awarding of bids. This includes Company Profiles and CV’s if not specifically requested PLEASE NOTE POSSIBLE AMENDMENTS/ADENDUM MAY BE ADVERTISED ON THE COE WEBSITE. IT REMAINS THE RESPONSIBILITY OF THE BIDDER TO CHECK THE COE WEBSITE DAILY AND TO RAISE ANY ENQUIRIES REGARDING THE BID TO THE RELEVANT CONTACT PERSON BEFORE THE CLOSING DATE. NO COMMUNICATION WILL BE ALLOWED AFTER THE CLOSING OF THE BID
PLEASE NOTE THAT ALL BID DOCUMENTS ARE ALSO AVAILABLE FOR DOWNLOAD ON OUR WEBSITE FOR FREE IN ANY COLOUR PAPER.
Page 4
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
SUMMARY FOR BID OPENING PURPOSES NAME OF BIDDING ENTITY: ................................................... ………………………………………………………. .................................................................................................................................
PHYSICAL STREET ADDRESS: POSTAL ADDRESS:
TELEPHONE NUMBER : ............................................................................................................................... FAX NUMBER : ............................................................................................................................... E-mail ADDRESS : ............................................................................................................................... CONTRACT PRICE : R (Amount brought forward from the Form of Offer and Acceptance)* Signed by authorised representative of the Bidding Entity: .............................................................................. DATE: …………………………………………………
Should any discrepancy occur between this figure and that stated in the Form of Offer and Acceptance, the latter shall take precedence and apply.
Page 5
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
CONTENTS PAGE(S) THE BID
PART T1: BIDDING PROCEDURES ...................................................................
T1.1 Notice and Invitation to Bid ..............................……………...(WHITE)
T1.2 Bid Data .................................................................................... (PINK)
PART T2: RETURNABLE DOCUMENTS ............................................................
T2.1 Returnable Schedules required for Bid Evaluation
Purposes …………………………………………………….. .. (YELLOW)
T2.2 Other Documents required for Bid Evaluation Purposes . ...(YELLOW)
T2.3 Returnable Schedules that will be incorporated in the
Contract ............................................................................ ..(YELLOW)
THE CONTRACT
PART C1: AGREEMENT AND CONTRACT DATA ..............................................
C1.1 Form of Offer and Acceptance ........................................... (YELLOW)
C1.2 Contract Data ..................................................................... (YELLOW)
C1.3 Form of Guarantee ................................................................ (WHITE)
C1.4 Agreement in Terms of Occupational Health and
Safety Act, 1993 (Act No 85 Of 1993) ................................... (WHITE)
PART C2: PRICING DATA ...................................................................................
C2.1 Pricing Instructions ............................................................. (YELLOW)
C2.2 Bill of Quantities/Schedule of Activities .............................. (YELLOW)
PART C3: SCOPE OF WORKS ................................................................ (BLUE)
C3.1 Description of Works ................................................................ (BLUE)
PART C4: SITE INFORMATION ........................................................... (GREEN)
Page 6
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PART T1 BIDDING PROCEDURES T1.1 BID NOTICE AND INVITATION TO BID T1.2 BID DATA
Page 7
T1.1 BID NOTICE AND INVITATION TO BID ADVERTISED IN: SOWETAN PUBLISHING DATE: 14 SEPTEMBER 2018 NOTICE/REF. NO.: PRN 09/2018
CITY OF EKURHULENI Bids are hereby invited for the following: REAL ESTATE Facilities Management CONTRACT NO.: A-RE 04-2018
DESCRIPTION: The appointment of contractors for general building maintenance, repairs, assets renewal and rehabilitation, minor refurbishments, and minor site works, of CoE buildings/facilities, property, plant, and equipment on an as-and-when required basis from date of award until 30 June 2021
DOC. FEE R250.00
CLOSING DATE: 18 OCTOBER 2018
Bidders must note that this bid may be awarded to more than one bidder. Bidders must note that certain works under this Bid may only be constructed using labour-based construction methods and must limit the utilization of their permanently employed personnel to Key Personnel and all other personnel and labourers must be recruited locally Bidders must be registered with the Construction Industry Development Board (CIDB) in a contractor grading designation determined in accordance with the sum tendered for a 6 GB class of construction work. Enterprises who have a 5 GBPE grading may also submit bids Acceptable bids will be evaluated by using a system that awards points on the basis of 90 points for bid price and a maximum of 10 points for the Broad-Based Black Economic Empowerment (B-BBEE) status level of contributor. In terms of section 5 of the Preferential Procurement Policy Framework Act, 2000 (Act No. 5 of 2000), Preferential Procurement Regulations, 2017. The successful tenderer must subcontract in compliance with section 5 (clause 9) of the Preferential Policy Framework Act, 2000 (Act No. 5 of 2000)
a minimum of 30% of the contract value to-
(b) an EME or QSE which is at least 51% owned by black people;
PLEASE NOTE THAT A VALID ORIGINAL OR COPY OR TCS PIN NUMBER OF A COMPANY’S TAX CLEARANCE CERTIFICATE (OR IN THE CASE OF A JOINT VENTURE, OF ALL THE PARTNERS IN THE JOINT VENTURE) MUST BE SUBMITTED WITH THE BID DOCUMENT
Bid documents will be available as from 12:00 on MONDAY, 17 SEPTEMBER 2018, and thereafter on weekdays from 08:00 until 15:00 ONLY, upon payment of a cash non-refundable document fee of R250-00 per set, at the Tender Offices, Ground Floor, 68 Woburn Avenue, Benoni. (Tel. No. (011) 999-6540/6567). Please note that all bid documents are also available for download on our website for free in any colour paper.
An information session will be held at 10:00 ON 26 September 2018. Prospective bidders are requested to meet on the said date and time at: KEMPTON PARK CIVIC CENTRE, MAIN AUDITORIUM, SECOND FLOOR, CORNER C R SWART DRIVE AND PRETORIA ROAD, KEMPTON PARK.
Bids are to be completed in accordance with the conditions and bid rules contained in the bid documents and supporting documents must be sealed and externally endorsed with the CONTRACT NUMBER AND DESCRIPTION and placed in bid box number THREE (03), on the Ground Floor, 68 Woburn Avenue, Benoni, not later than 10:00 on THURSDAY, 18 OCTOBER 2018. Bids will be opened immediately thereafter, in public, in the Conference Room, Ground Floor, at above-mentioned address. All bids shall hold good for 120 days as from the closing date of bids.
Bids which are not received and/or deposited in the specified bid box before 10:00 on the closing date for the bid mentioned hereinbefore, will be marked as late bids and such bids shall in terms of the SCM Policy of the City of Ekurhuleni, not be considered by the Council as valid bids.
Enquiries must be directed to Mr. Vusi Magagula at e-mail address [email protected]
Bidders attention is specifically drawn to the provisions of the bid rules which are included in the bid documents. The lowest or any bid will not necessarily be accepted and the Council reserves the right not to consider any bid not suitably endorsed or comprehensively completed, as well as the right to accept a bid in whole or part. Bids completed in pencil will be regarded as invalid bids. Bids may only be submitted on the documentation provided by the CoE.
TELEFAX OR E-MAIL BIDS ARE NOT ACCEPTABLE
DR. I. MASHAZI CITY MANAGER CoE
Page 8
MBD 1
PART A INVITATION TO BID
YOU ARE HEREBY INVITED TO BID FOR REQUIREMENTS OF THE CITY OF EKURHULENI
BID NUMBER: A-RE 04-2018 CLOSING DATE: 18 OCTOBER 2018 CLOSING TIME: 10:00AM
DESCRIPTION The appointment of contractors for general building maintenance, repairs, assets renewal and rehabilitation, minor refurbishments, and minor site works, of CoE buildings/facilities, property, plant, and equipment on an as-and-when required basis from date of award until 30 June 2021
THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (MBD7).
BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS
Box Number THREE (03)
Ground Floor
68 Woburn Avenue
Benoni CBD
Benoni
SUPPLIER INFORMATION
NAME OF BIDDER
POSTAL ADDRESS
STREET ADDRESS
TELEPHONE NUMBER CODE NUMBER
CELLPHONE NUMBER
FACSIMILE NUMBER CODE NUMBER
E-MAIL ADDRESS
VAT REGISTRATION NUMBER
TAX COMPLIANCE STATUS TCS PIN: OR CSD No:
B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE [TICK APPLICABLE BOX]
Yes
No
B-BBEE STATUS LEVEL SWORN AFFIDAVIT
Yes
No
[A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE/ SWORN AFFIDAVIT (FOR EMES & QSEs) MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE]
ARE YOU THE ACCREDITED REPRESENTATIVE IN SOUTH AFRICA FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES ENCLOSE PROOF]
ARE YOU A FOREIGN BASED SUPPLIER FOR THE GOODS /SERVICES /WORKS OFFERED?
Yes No [IF YES, ANSWER PART B:3 ]
TOTAL NUMBER OF ITEMS OFFERED
TOTAL BID PRICE R
SIGNATURE OF BIDDER ……………………………… DATE
CAPACITY UNDER WHICH THIS BID IS SIGNED
BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO: TECHNICAL INFORMATION MAY BE DIRECTED TO:
DEPARTMENT Finance CONTACT PERSON Mr. Vusi Magagula
CONTACT PERSON Winnie Majola / Joy Atlee TELEPHONE NUMBER n/a
TELEPHONE NUMBER 011 999 6567 / 6540 FACSIMILE NUMBER n/a
FACSIMILE NUMBER 011 999 7511 E-MAIL ADDRESS [email protected]
E-MAIL ADDRESS [email protected] [email protected]
Page 9
MBD 1 PART B
TERMS AND CONDITIONS FOR BIDDING
1. BID SUBMISSION:
1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION.
1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR ONLINE
1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT.
2. TAX COMPLIANCE REQUIREMENTS
2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS.
2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VIEW THE TAXPAYER’S PROFILE AND TAX STATUS.
2.3 APPLICATION FOR THE TAX COMPLIANCE STATUS (TCS) CERTIFICATE OR PIN MAY ALSO BE MADE VIA E-FILING. IN ORDER TO USE THIS PROVISION, TAXPAYERS WILL NEED TO REGISTER WITH SARS AS E-FILERS THROUGH THE WEBSITE WWW.SARS.GOV.ZA.
2.4 FOREIGN SUPPLIERS MUST COMPLETE THE PRE-AWARD QUESTIONNAIRE IN PART B:3.
2.5 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID.
2.6 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER.
2.7 WHERE NO TCS IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED.
3. QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS
3.1. IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES NO
3.2. DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO
3.3. DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO
3.4. DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO
3.5. IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO
IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 ABOVE.
NB: FAILURE TO PROVIDE ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE.
SIGNATURE OF BIDDER: ……………………………………………………………….……
CAPACITY UNDER WHICH THIS BID IS SIGNED: ……………………………………………………………….……
DATE: ……………………………………………………………….……
Page 10
T1.2 BID DATA
The conditions of bid are the Standard Conditions of Tender as contained in Annex F of the CIDB Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015. A copy is attached hereto, immediately after page 17.
The under mentioned items of data and deviations will have precedence over the Standard Conditions of bid conditions in Annex F. The Standard Conditions of Bid for Procurements make several references to the bid data for details that apply specifically to this bid. The bid data shall have precedence in the interpretation of any ambiguity or inconsistency between it and the standard conditions of bid.
Clause number Data
F.1.1
ACTIONS
The Employer is: The City Manager CITY OF EKURHULENI (CoE) Private Bag 1069 Germiston 1400
F.1.2
TENDER DOCUMENTS
The bid documents issued by the Employer comprise:
THE BID Part T1 Bidding procedures Part T1.1 Bid notice and invitation to bid Part T1.2 Bid data Part T2 Returnable documents Part T2.1 List of returnable documents Part T2.2 Returnable schedules
THE CONTRACT
Part C1 Agreements and contract data C1.1 Form of offer and acceptance C1.2 Contract data C1.3 Form of Guarantee C1.4 Agreement in terms of Occupational Health and Safety Act, 1993 Part C2 Pricing Data C2.1 Pricing Instructions C2.2 Bill of Quantity Part C3 Scope of Works C3 Scope of Works Part C4 Site Information C4 Site Information
F.1.4 The Employer's agent is: Name: ..........................................................................................
Page 11
Clause number Data
COMMUNICATION AND EMPLOYER’S
AGENT
Address: ...................................................................................... ….............................................................................................. Tel: ......................................... Fax: ......................................... E-mail: ......................................................................................
F.2.1
ELIGIBILITY
Only tenderers who can demonstrate that they will have in their employ staff which satisfy EPWP requirements during the contract validity are eligible to submit tenders.
Only those bidders who have in their employ management and supervisory staff satisfying the requirements of the scope of work for labour intensive competencies for supervisory and management staff are eligible to submit bids.
Only those bidders who are registered with the CIDB in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 6GB class of construction work, or by a contractor who is registered as a potential emerging enterprise in terms of these regulations at a contractor grading designation one level lower than the required class as specified above are eligible to submit bids, provided that the employer:
(a) is satisfied that such a contractor has the potential to develop and qualify to be registered in that higher grade; and
(b) ensures that financial, management or other support is provided to that contractor to enable the contractor to successfully execute that contract.
Joint Ventures are eligible to submit bids provided that:
(1) each member of the joint venture is registered with the CIDB,
(2) the lead partner has a contractor grading designation in the 5GB class of construction work; and
(3) the combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations (according to the CIDB website Joint Venture Grading Designation Calculator) is equal to or higher than a contractor grading designation determined in accordance with the sum tendered for a 6GB class of construction work.
F.2.7
CLARIFICATION MEETING
The arrangements for an information session are:
Location: KEMPTON PARK CIVIC CENTRE, SECOND FLOOR, MAIN AUDITORIUM, CORNER C R SWART DRIVE AND PRETORIA ROAD, KEMPTON PARK. Date: 26th September 2018 Starting time: 10h00.
F.2.12
ALTERNATIVE TENDER OFFERS
If a bidder wishes to submit an alternative bid offer, the only criteria permitted for such alternative bid offer is that it demonstrably satisfies the Employer's standards and requirements, the details of which may be obtained from the Employer's Engineer.
Calculations, drawings and all other pertinent technical information and characteristics as well as modified or proposed Pricing Data must be submitted with the alternative bid offer to enable the Employer to evaluate the efficacy of the alternative and its principal elements, to take a view on the degree to which the alternative satisfies the Employer's standards and requirements and to evaluate the acceptability of the pricing proposals. Calculations must be set out in a clear and logical sequence and must clearly reflect all design assumptions. Pricing Data must reflect all assumptions in the development of the pricing proposal.
Acceptance of an alternative bid offer will mean acceptance in principle of the offer. It will be an obligation of the contract for the bidder, if the alternative is accepted, to accept full
Page 12
Clause number Data
responsibility and liability that the alternative offer complies in all respects with the Employer's standards and requirements.
The modified Bid Data must include an amount equal to 5% of the amount bided for the alternative offer to cover the Employer's costs of confirming the acceptability of the detailed design before it is constructed.
F.2.13.1
SUBMITTING A TENDER OFFER
Bidders may offer to provide any of the parts, or combinations thereof, of the works, services or supply identified in the contract data.
F.2.13.3
SUBMITTING A TENDER OFFER
The whole original bid document, as issued by the CoE, shall be submitted.
THE BIDDER MUST SUBMIT, TOGETHER WITH THE FULLY COMPLETED BID DOCUMENT, A CD WITH A COPY IN PDF FORMAT OF THE ORIGINAL COMPLETED BILL OF QUANTITIES/PRICING SCHEDULE. THIS CD MAY BE USED WHENEVER THERE IS A DISPUTE BETWEEN THE BIDDER AND CoE.
Bids may only be submitted on the Bid documentation issued by the CoE.
F.2.13.5
SUBMITTING A TENDER OFFER
The Employer’s address for delivery of bid offers and identification details to be shown on each bid offer package are:
Location of bid box: Bid box number THREE (03)
Physical address: Finance Head Office Building
Ground Floor
68 Woburn Avenue
Benoni
Identification details: Contract Number: A-RE 04/2018
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
F.2.15
CLOSING TIME
The closing time for submission of bid offers is:
10:00 on 18 OCTOBER 2018
Telephonic, telegraphic, telex, facsimile or e-mailed bid offers will not be accepted.
F.2.16
TENDER OFFER VALIDITY
The bid offer validity period is 120 days
Page 13
Clause number Data
F.2.18
PROVIDE OTHER
MATERIAL
The bidder shall, when requested by the Employer to do so, submit the names of all management and supervisory staff that will be employed to supervise the labour-intensive portion of the works together with satisfactory evidence that such staff members satisfy the eligibility requirements.
F.2.19
INSPECTIONS, TESTS AND ANALYSIS
Access must be provided for the following inspections, tests and analysis: any material/products to be used in the contract, as and when applicable and necessary.
F.2.23
CERTIFICATES
(1) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 6(2) or 7(2) of the Preferential Procurement Regulations, 2017 , if a bidder is an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003, the bidder is required to submit with his bid, a certificate issued by a registered auditor, accounting officer(as contemplated in section 60(4) of the Close Corporation Act, Act No.69 of 1984) or an accredited verification agency, in compliance with the requirements of Regulation 6(4)of the Preferential Procurement Regulations, 2017;
(2) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 6(2) or 7(2) of the Preferential Procurement Regulations, 2017, if a bidder is not an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003, the bidder is required to submit an original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating its B-BBEE rating, in compliance with the requirements of Regulation 6(4) of the Preferential Procurement Regulations, 2017;
(3) A valid original Tax Clearance Certificate or copy or TCS pin number thereof, issued by the
South African Revenue Services;
(4) If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
(5) If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted.
(6) immediately preceding financial years, unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted. If the bidder only commenced business within the past three years, the bidder is required to submit annual financial statements in compliance with the provisions of (1) and (2) above for each of its financial years since commencing business.
(7) If a bidder is not required by law to have its annual financial statements audited or independently reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods referred to above must be submitted.
F.3.4
OPENING OF BID
The time and location for opening of the bid offers are:
Immediately after the closing time for submission of bid.
Location: Conference Room
Page 14
SUBMISSIONS Ground Floor
CoE Finance Head Office
68 Woburn Avenue
BENONI
F.3.5
TWO-ENVELOPE
SYSTEM
A two-envelope procedure will not be followed.
F.3.9
3.9.1
ARITHMETICAL ERRORS
Replace the contents of the clause with the following:
“Check responsive tender offers for arithmetical errors, correcting them in the following manner:
a) Where there is a discrepancy between the amounts in figures and in words, the amount in words shall govern.
b) If bills of quantities (or schedule of quantities or schedule of rates) apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the rate shall govern and the line item total shall be corrected.
c) Where there is an error in the total of the prices either because of corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall be adjusted to reflect the arithmetically correct summation of corrected line item totals.
Consider the rejection of a tender offer if the tenderer does not accept the correction of the arithmetical errors in the manner described above.”
F.3.11
EVALUATION OF BID
OFFERS
The preference procedure for evaluation of responsive bid offers shall be the 90/10-point preference system, being a maximum of 90 points for price and a maximum of 10 points for B-BBEE Status level of Contributor substantiated by the Broad-Based Black Economic Empowerment Status Level Certificate to be submitted in accordance with Regulation 6(4) of the Preferential Procurement Regulations, 2017, in full compliance with Form 2.3.3.
GENERAL CRITERIA
The mandatory tender evaluation will be based on the following methodology. All bidders scoring a zero in
any of the aspects below or a total score of less than an 8 out of possible 10 points will be disqualified.
Evaluation aspect 2 Points minimum requirement
1 Point minimum requirement
0 Points score
Plant and equipment (owned or leased)
More than 1 of the following;
TLB;
Tipper truck;
1 Ton Bakkie
4 Ton Truck.
At least 1 of each of the following;
TLB;
Tipper truck;
1 Ton Bakkie
4 Ton Truck.
Does not meet minimum requirement.
Page 15
Financial Ability
(Ability to Deliver) –
previous annual
turnover or any proof
of financial ability
(amount to be
reflected)
More than R 5 million and above
R 3 million up to R 5 million Less than R 3 million
Size of Enterprise
(Ability to Deliver) –
previous annual
turnover or any proof
of financial ability
(amount to be
reflected)
More than R 5 million and above
R 3 million up to R 5 million Less than R 3 million
Staffing profile
More than one of each of the below staff;
Project Manager – Project Management Qualification
Site Foremen – Any FET Built Environment Qualification
Carpenter with Carpentry Trade test certificate,
Bricklayer with Bricklaying Trade test certificate, and
Painter with Painting Trade test certificate.
One of each of the below staff;
Project Manager – Project Management Qualification
Site Foremen – Any FET Built Environment Qualification
Carpenter with Carpentry Trade test certificate,
Bricklayer with Bricklaying Trade test certificate, and
Painter with Painting Trade test certificate
Does not meet minimum requirement.
Capability/Experience
Bidder listed more than one reference where the bidder repaired, and maintained facilities, and waterproofed facilities.
Bidder listed one reference where the bidder repaired, and maintained facilities, and waterproofed facilities.
Does not meet minimum requirement.
NB: The above general criteria must be completed under GENERAL CRITERIA for bidder to be scored points PLEASE NOTE: Acceptable bidders will be required to submit the following documents within five (5) working days from date of request:
Project Manager – Proof of valid Project Management Qualification of a Minimum of NQF 6 Level.
Site Foremen – Proof of valid FET Built Environment Qualification
Carpenter – Proof of valid Carpentry Trade test certificate,
Bricklayer – Proof of valid Bricklaying Trade test certificate, and
Painter – Proof of valid Painting Trade test certificate
Failure to do submit the above within the stated period will render your bid non-responsive.
Page 16
SUBCONTRACTING AS CONDITION OF TENDER In accordance with Regulation 9 of the Preferential Procurement Policy Framework Act, 2000: Preferential Procurement Regulations, 2017. The SUCCESSFUL TENDERER MUST SUBCONTRACT A MINIMUM OF 30% of the value of the contract to-
ii) an EME or QSE which is at least 51% owned by black people;
CoE will provide a copy of the Database of Subcontractors to the successful bidder after the final award. This database will be used for selecting subcontractors.
If, at the completion of the project, the contractor has not yet shown that he/she has complied with this condition then the shortfall of the specified minimum percentage may be withheld from the final payment due to the contractor.
F.3.13.1
ACCEPTANCE OF BID OFFER
Bids containing any one or more of the errors or omissions, or bids not having complied with any one of the peremptory bid conditions as detailed on page 2 of this bid document, shall not be considered and shall automatically be rejected.
F.3.18
PROVIDE COPIES OF
THE CONTRACTS
The number of paper copies of the signed contract to be provided by the Employer is one.
ADDITIONAL CONDITIONS
APPLICABLE TO THIS BID
The additional conditions of bid are:
1. The Employer/Engineer may also request that the bidder provide written evidence that his financial, labour and other resources are adequate for carrying out the contract.
2. The Employer reserves the right to appoint a firm of chartered accountants and/or auditors to execute any financial investigations on the financial resources of any bidder. The bidder shall provide all reasonable assistance in such investigations.
3. CoE reserves the right to appoint a maximum of 15 contractors for General Repairs and Maintenance Contractors, subject to the specific conditions agreed to in the Form of Acceptance.
4. SUBCONTRACTING AS CONDITION OF TENDER
In accordance with Regulation 9 of the Preferential Procurement Policy Framework Act, 2000: Preferential Procurement Regulations, 2017.
The SUCCESSFUL TENDERER MUST SUBCONTRACT A MINIMUM OF 30% of the value of the contract to an EME or QSE which is at least 51% owned by black people;
CoE will provide a copy of the Database of Subcontractors to the successful bidder after the final award. This database will be used for selecting subcontractors.
5. The bid document shall be submitted as a whole and shall not be taken apart.
6. List of returnable documents (PART T2) must be completed in full. (A bidder’s company profile will not be used by the CoE to complete PART T2 on behalf of the bidder)
NB: If PART T2 is not completed in full by the bidder, this offer will be rejected.
Page 17
Annex F (normative)
Standard Conditions of Tender
As published in Annexure F of the CIDB Standard for Uniformity for construction Procurement, Board Notice 136 Government Gazette No 38960 of 10 July 2015 F.1 General F.1.1 Actions F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender. In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3, timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations and not engage in anticompetitive practices. F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the procurement process or as soon as they become aware of such conflict, and abstain from any decisions where such conflict exists or recuse themselves from the procurement process, as appropriate. Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for improper acts in
some circumstances. A conflict of interest can create an appearance of impropriety that can undermine confidence in the ability of that person to act properly in his or her position even if no improper acts result.
2) Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or family interests in the tender or outcome of the procurement process and any personal bias, inclination, obligation, allegiance or loyalty which would in any way affect any decisions taken.
F.1.1.3 The employer shall not seek and a tenderer shall not submit a tender without having a firm intention and the capacity to proceed with the contract. F.1.2 Tender Documents The documents issued by the employer for the purpose of a tender offer are listed in the tender data. F.1.3 Interpretation F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the returnable documents are deemed to be part of these conditions of tender. F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender evaluation purposes, shall not form part of any contract arising from the invitation to tender.
Page 18
F.1.3.3 For the purposes of these conditions of tender, the following definitions apply: a) conflict of interest means any situation in which:
i) someone in a position of trust has competing professional or personal interests which make it difficult to fulfill his or her duties impartially;
ii) an individual or organisation is in a position to exploit a professional or official capacity in some way for their personal or corporate benefit; or
iii) incompatibility or contradictory interests exist between an employee and the organisation which employs that employee.
b) comparative offer means the price after the factors of a non-firm price and all unconditional discounts it can be utilised to have been taken into consideration;
c) corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the action of the employer or his staff or agents in the tender process;
d) fraudulent practice means the misrepresentation of the facts in order to influence the tender process or the award of a contract arising from a tender offer to the detriment of the employer, including collusive practices intended to establish prices at artificial levels;
e) organization means a company, firm, enterprise, association or other legal entity, whether incorporated or not, or a public body;
f) functionality means the measurement according to the predetermined norms of a service or commodity designed to be practical and useful, working or operating, taking into account quality, reliability, viability and durability of a service and technical capacity and ability of a tenderer.
F.1.4 Communication and employer’s agent Each communication between the employer and a tenderer shall be to or from the employer's agent only, and in a form that can be readily read, copied and recorded. Communications shall be in the English language. The employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name and contact details of the employer’s agent are stated in the tender data. F.1.5 Cancellation and Re-Invitation of Tenders F1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if- (a) due to changed circumstances, there is no longer a need for the services, works or goods requested; or (b) funds are no longer available to cover the total envisaged expenditure; or (c) no acceptable tenders are received. F1.5.2 The decision to cancel a tender must be published in the cidb website, the government Tender Bulletin, eTender Publication Portal and other media in which the original tender invitation was advertised. F.1.6 Procurement procedures F.1.6.1 General Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highest ranked or the tenderer scoring the highest
Page 19
number of tender evaluation points, as relevant, based on the tender submissions that are received at the closing time for tenders. F.1.6.2 Competitive negotiation procedure F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers shall submit tender offers in response to the proposed contract in the first round of submissions. Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect the competitive position of tenderers shall not apply. F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory effect. F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be advised when they are to submit their best and final offer. F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers have been requested to submit their best and final offer. F.1.6.3 Proposal procedure using the two stage-system F.1.6.3.1 Option 1 Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the highest number of evaluation points and award the contract in terms of these conditions of tender. F.1.6.3.2 Option 2 F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all responsive tenderers to submit tender offers in the second stage, following the issuing of procurement documents. F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of evaluation stated in the tender data, and award the contract in terms of these conditions of tender. F.2 Tenderer’s obligations
Page 20
F.2.1 Eligibility F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer, or any of his principals, is not under any restriction to do business with employer. F.2.1.2 Notify the employer of any proposed material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval to do so prior to the closing time for tenders. F.2.2 Cost of tendering F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for any costs incurred in the preparation and submission of a tender offer, including the costs of any testing necessary to demonstrate that aspects of the offer complies with requirements. F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by the employer for printing the documents. Employers must attempt to make available the tender documents on its website so as not to incur any costs pertaining to the printing of the tender documents. F.2.3 Check documents Check the tender documents on receipt for completeness and notify the employer of any discrepancy or omission. F.2.4 Confidentiality and copyright of documents Treat as confidential all matters arising in connection with the tender. Use and copy the documents issued by the employer only for the purpose of preparing and submitting a tender offer in response to the invitation. F.2.5 Reference documents Obtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications, conditions of contract and other publications, which are not attached but which are incorporated into the tender documents by reference. F.2.6 Acknowledge addenda Acknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary apply for an extension to the closing time stated in the tender data, in order to take the addenda into account. F.2.7 Clarification meeting
Page 21
Attend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data. F.2.8 Seek clarification Request clarification of the tender documents, if necessary, by notifying the employer at least five working days before the closing time stated in the tender data. F.2.9 Insurance Be aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek qualified advice regarding insurance. F.2.10 Pricing the tender offer F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being those applicable 14 days before the closing time stated in the tender data. F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices. F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment except as provided for in the conditions of contract identified in the contract data. F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of contract identified in the contract data may provide for part payment in other currencies. F.2.11 Alterations to documents Do not make any alterations or additions to the tender documents, except to comply with instructions issued by the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial all such alterations. F.2.12 Alternative tender offers F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer, strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule that compares the requirements of the tender documents with the alternative requirements that are proposed. F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or criteria otherwise acceptable to the employer. F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning tender.
Page 22
F.2.13 Submitting a tender offer F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to provide the whole of the works, services or supply identified in the contract data and described in the scope of works, unless stated otherwise in the tender data. F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink. F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies stated in the tender data, with an English translation of any documentation in a language other than English, and the parts communicated electronically in the same format as they were issued by the employer. F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold liable for the purpose of the tender offer. F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as "ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable documents listed in the tender data in an envelope marked “financial proposal” and place the remaining returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the employer’s address and identification details stated in the tender data, as well as the tenderer's name and contact address. F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the outside only the employer's address and identification details as stated in the tender data. F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening of the tender offer if the outer package is not sealed and marked as stated. F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless stated otherwise in the tender data. F.2.14 Information and data to be completed in all respects Accept that tender offers, which do not provide all the data or information requested completely and in the form required, may be regarded by the employer as non-responsive. F.2.15 Closing time
Page 23
F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of delivery. F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the requirements of these conditions of tender apply equally to the extended deadline. F.2.16 Tender offer validity F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period stated in the tender data after the closing time stated in the tender data. F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an agreed additional period with or without any conditions attached to such extension. F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be withdrawn or substituted. F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”. F.2.17 Clarification of tender offer after submission Provide clarification of a tender offer in response to a request to do so from the employer during the evaluation of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or substance of the tender offer is sought, offered, or permitted. Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred
tenderer following a competitive selection process, should the Employer elect to do so. F.2.18 Provide other material F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment. Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the time for submission stated in the employer’s request, the employer may regard the tender offer as non-responsive. F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required. F.2.19 Inspections, tests and analysis Provide access during working hours to premises for inspections, tests and analysis as provided for in the tender data.
Page 24
F.2.20 Submit securities, bonds and policies If requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds, guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the contract data. F.2.21 Check final draft Check the final draft of the contract provided by the employer within the time available for the employer to issue the contract. F.2.22 Return of other tender documents If so instructed by the employer, return all retained tender documents within 28 days after the expiry of the validity period stated in the tender data. F.2.23 Certificates Include in the tender submission or provide the employer with any certificates as stated in the tender data. F.3 The employer’s undertakings F.3.1 Respond to requests from the tenderer F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five working days before the tender closing time stated in the Tender Data and notify all tenderers who drew procurement documents. F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity (or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to submit a tender offer in terms of a previous procurement process and deny any such request if as a consequence: a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet any of
the collective or individual qualifying requirements; b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as
another joint venture; or c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the
prequalification process. F.3.2 Issue Addenda If necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the period from the date that tender documents are available until three days before the tender closing time stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data, the Employer may grant such extension and, shall then notify all tenderers who drew documents. F.3.3 Return late tender offers
Page 25
Return tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary to open a tender submission to obtain a forwarding address), to the tenderer concerned. F.3.4 Opening of tender submissions F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for which acceptable reasons for withdrawal have been submitted will not be opened. F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer only. F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request. F.3.5 Two-envelope system F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated in the tender data and announce the name of each tenderer whose technical proposal is opened. F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain in contention for the award of the contract of the time and place when the financial proposals will be opened. Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum number of points for functionality stated in the tender data, and announce the score obtained for the technical proposals and the total price and any points claimed on BBBEE status level. Return unopened financial proposals to tenderers whose technical proposals failed to achieve the minimum number of points for functionality. F.3.6 Non-disclosure Not disclose to tenderers, or to any other person not officially concerned with such processes, information relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for the award of a contract, until after the award of the contract to the successful tenderer. F.3.7 Grounds for rejection and disqualification Determine whether there has been any effort by a tenderer to influence the processing of tender offers and instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent practices. F.3.8 Test for responsiveness
Page 26
F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:
a) complies with the requirements of these Conditions of Tender,
b) has been properly and fully completed and signed, and
c) is responsive to the other requirements of the tender documents. F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender documents without material deviation or qualification. A material deviation or qualification is one which, in the Employer's opinion, would: a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope of Work, b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be ratified. Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or withdrawal of the non-conforming deviation or reservation. F.3.9 Arithmetical errors, omissions and discrepancies F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after the evaluation of tender offers in accordance with F.3.11 for: a) the gross misplacement of the decimal point in any unit rate; b) omissions made in completing the pricing schedule or bills of quantities; or c) arithmetic errors in: i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or schedules of
prices; or
ii) the summation of the prices. F3.9.2 The employer must correct the arithmetical errors in the following manner:
a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount in words shall govern.
b) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall govern, and the unit rate shall be corrected.
c) Where there is an error in the total of the prices either as a result of other corrections required by this checking process or in the tenderer's addition of prices, the total of the prices shall govern and the tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of the prices.
Page 27
Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the arithmetical error in the manner described above. F.3.10 Clarification of a tender offer Obtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the tender offer. F.3.11 Evaluation of tender offers F.3.11.1 General Appoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and weightings that are specified in the tender data. F.3.11.2 Method 1: Price and Preference In the case of a price and preference:
1) Score tender evaluation points for price
2) Score points for BBBEE contribution
3) Add the points scored for price and BBBEE. F.3.11.3 Method 2: Functionality, Price and Preference In the case of a functionality, price and preference:
1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for functionality as stated in the Tender Data.
2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score for functionality as indicated in the tender invitation.
3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further in terms
of the preference points system prescribed in paragraphs 4 and 4 and 5 below. The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R50 million
4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including price quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 50 million ( all applicable taxes included):
min
min180
P
PPtPs
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer.
(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than R30
000, if and when appropriate: (4)(b) Subject to subparagraph(4)(c), points must be awarded to a tender for attaining the B-BBEE status level of
contributor in accordance with the table below:
B-BBEE status level of contributor Number of points
Page 28
1 20
2 18
3 14
4 12
5 8
6 6
7 4
8 2
Non-compliant contributor 0
(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b) (4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in subparagraph
(4) (b) must be added to the points scored for price as calculated in accordance with subparagraph (4)(a). (4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of
points. The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value above R 50 million (5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand value above R50 million (all applicable taxes included):
90/10
min
min190
P
PPtPs
Where Ps = Points scored for comparative price of tender or offer under consideration; Pt = Comparative price of tender or offer under consideration; and Pmin = Comparative price of lowest acceptable tender or offer. (5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level of
contributor in accordance with the table below:
B-BBEE status level of contributor Number of points
1 10
2 9
3 6
4 5
5 4
6 3
7 2
8 1
Non-compliant contributor 0
(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).
Page 29
(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with subparagraph (5)(a). (5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total number of points. F.3.11.6 Decimal places Score price, preference and functionality, as relevant, to two decimal places. F.3.11.7 Scoring Price Score price of remaining responsive tender offers using the following formula: NFO = W1 x A
where: NFO is the number of tender evaluation points awarded for price. W1 is the maximum possible number of tender evaluation points awarded for price as stated in the Tender Data. A is a number calculated using the formula and option described in Table F.1 as stated in the Tender Data.
Table F.1 : Formulae for calculating the value of A
Formula Comparison aimed at achieving Option 1ª Option 2ª
1 Highest price or discount A = (1 + (P – Pm))
Pm
A = P / Pm
2 Lowest price or percentage commission/fee A = (1 - (P – Pm))
Pm
A = Pm / P
ª Pm is the comparative offer of the most favourable tender offer.
P is the comparative offer of tender offer under consideration.
F.3.11.8 Scoring preferences Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender data and reject all claims for preferences where tenderers are not eligible for such preferences. Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions of the tender data. F.3.11.9 Scoring functionality Score each of the criteria and subcriteria for quality in accordance with the provisions of the Tender Data. Calculate the total number of tender evaluation points for quality using the following formula: NQ = W2 x SO / MS where: SO is the score for quality allocated to the submission under consideration;
MS is the maximum possible score for quality in respect of a submission; and W2 is the maximum possible number of tender evaluation points awarded for the quality as stated in the tender data
F.3.12 Insurance provided by the employer If requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or certificates of insurance which the conditions of contract identified in the contract data, require the employer to provide.
Page 30
F.3.13 Acceptance of tender offer Accept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer: a) is not under restriction, or has principals who are under restriction preventing participation in the employer’s
procurement, b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the
professional and technical qualifications, professional and technical competence, financial resources, equipment and other physical facilities, managerial capability, reliability, experience and reputation, expertise and the personnel, to perform the contract,
c) has the legal capacity to enter into the contract, d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the Companies Act,
2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,
e) complies with the legal requirements, if any, stated in the tender data, and f) is able, in the opinion of the employer, to perform the contract free of conflict of interests. F.3.14 Prepare contract documents F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the employer as part of the tender documents to take account of:
a) addenda issued during the tender period,
b) inclusion of some of the returnable documents, and
c) other revisions agreed between the employer and the successful tenderer. F.3.14.2 Complete the schedule of deviations attached to the form of offer and acceptance, if any. F.3.15 Complete adjudicator's contract Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is signed. F.3.16 Notice to unsuccessful tenderers F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the tender data, or agreed additional period. F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other tenderers that their tender offers have not been accepted. F.3.17 Provide copies of the contracts Provide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the contract as soon as possible after completion and signing of the form of offer and acceptance. F.3.18 Provide written reasons for actions taken Provide upon request written reasons to tenderers for any action that is taken in applying these conditions of tender, but withhold information which is not in the public interest to be divulged, which is considered to prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.
Page 31
F3.19 Transparency in the procurement process F3.19.1 The CIDB prescripts require that tenders must be advertised and be registered on the CIDB i.Tender system. F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as transparency requirements in the procurement process. F3.19.3 The transparency model must identify the criteria for selection of projects, project information template and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of infrastructure projects. F3.19.4 The client must publish the information on a quarterly basis which contains the following information:
Procurement planning process
Procurement method and evaluation process
Contract type
Contract status
Number of firms tendering
Cost estimate
Contract title
Contract firm(s)
Contract price
Contract scope of work
Contract start date and duration
Contract evaluation reports F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the implementation of the transparency requirements in the procurement process. F3.19.6 Consultative Forum must be an independent structure from the bid committees. F3.19.7 The information must be published on the employer’s website. F 3.19.8 Records of such disclosed information must be retained for audit purposes.
Page 32
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PART T2 LIST OF RETURNABLE DOCUMENTS The bidder must complete the following returnable documents. T2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES ................................................................................................................. T2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATION PURPOSES ................................................................................................................. T2.3 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED IN THE CONTRACT ............................................................................................................................ T2.4 OTHER DOCUMENTS THAT WILL BE INCLUDED IN THE CONTRACT NOTE: Although the documents under Part T2 is headed “Returnable Documents” in line with the CIDB model, these are not the only documents to be returned together with the bid. All the documents indicated on Part T1, must be completed and signed where applicable and submitted as a complete set of documents. PART 2.A EVALUATION PROCESS BID EVALUATION FORM 1: GENERAL ACCEPTABILITY The Supply Chain Management Policy requires that a bidder must have a “Y” (Yes) in the first four columns after the bidding entity’s name and must have a minimum of 8 out of 10 points in the next five columns in order to be considered capable to execute the works. If this is not the case, the bid must be rejected. If any criteria were rated as zero, the bid must also be rejected, even if the required 8 out of 10 points are achieved.
PO
SIT
ION
AS
OP
EN
ED
BIDDING ENTITY
CO
MP
LIA
NC
E W
ITH
TE
CH
NIC
AL
SP
EC
S O
R C
IDB
CO
MP
LIA
NC
E W
ITH
TE
ND
ER
CO
ND
ITIO
NS
VA
LID
TA
X C
LE
AR
AN
CE
CE
RT
IFIC
AT
E
INF
RA
ST
RU
CT
UR
E &
RE
SO
UR
CE
S A
VA
ILA
BL
E
SIZ
E O
F E
NT
ER
PR
ISE
&
CU
RR
EN
T W
OR
K L
OA
D
ST
AF
FIN
G P
RO
FIL
E
PR
EV
IOU
S E
XP
ER
IEN
CE
FIN
AN
CIA
L A
BIL
ITY
TO
TA
L
AC
CE
PT
(A
) O
R R
EJE
CT
(R
)
WEIGHTING Y/N Y/N Y/N 2 2 2 2 2 10 A/R
1 COE (Pty)Ltd Y Y Y - - - - - 0 R
T2.1 RETURNABLE SCHEDULES REQUIRED FOR BID EVALUATION PURPOSES
Page 33
CONTENTS PAGE(S) FORM 2.1.1: SCHEDULE OF CONSTRUCTION PLANT .............................................................
FORM 2.1.2: SIZE OF ENTERPRISE AND CURRENT WORKLOAD……………………………
FORM 2.1.3: STAFFING PROFILE ..............................................................................................
FORM 2.1.4: PROPOSED KEY PERSONNEL .............................................................................
FORM 2.1.5: SCHEDULE OF PREVIOUS WORK CARRIED OUT BY BIDDER .........................
FORM 2.1.6: FINANCIAL ABILITY TO EXECUTE THE PROJECT…………………………………
FORM 2.1.7: JOINT VENTURE/ CONSORTIUM AUTHORITY ....................................................
FORM 2.1.8: SCHEDULE OF PROPOSED SUB CONTRACTORS………………………………
FORM 2.1.9: FINANCIAL REFERENCES (not required if CIDB grading applies)……………….
FORM 2.1.10 DETAILS OF ALTERNATIVE BIDS SUBMITTED……………………………………
FORM 2.1.11 AMENDMENTS & QUALIFICATIONS BY BIDDER………………………………….
FORM 2.1.12 LABOUR-ENHANCED METHODS: PROPOSED PLANNED ACTIONS OF
BIDDER RESULTING IN DEVIATIONS FROM SPECIFIED WORK……………….
Page 34
FORM 2.1.1 SCHEDULE OF CONSTRUCTIONAL PLANT The Bidder shall state below what Constructional Plant will be available for the work should he be awarded the Contract.
DESCRIPTION, SIZE, CAPACITY NUMBER
DESCRIPTION, SIZE, CAPACITY NUMBER
Page 35
Page 36
FORM 2.1.2 SIZE OF ENTERPRISE AND CURRENT WORKLOAD What was your turnover in the previous financial year? R________________________ What is the estimated turnover for your current financial year? R________________________ Physical facilities:
Provide information on offices, factories, yards and warehouses occupied by your enterprise (attach details if the space provided is not enough)
Description Address Area (m²)
SMME STATUS - (COMPULSORY) TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES Provide details on the following
Sector/Sub-Sector in accordance with the Standard Industrial Classification
Total Full-time Equivalent of paid Employees
Total Annual Turnover
Total Gross Asset Value
Size or Class (Medium, Small, Very Small, Micro)
NOTE : If all of the above does not adhere to the definition of a single class, use the total Annual Turnover only to decide on the class.
Page 37
List your current contracts and obligations:
Description Value (R) Start date Duration Expected completed date
Do you have the capacity to supply the goods and services described in this bid, should the contract be awarded to you? FORM 2.1.3 STAFFING PROFILE Provide information on the staff that you have available to execute this contract (attach a separate list if the space provided is insufficient)
Own staff: gender and race Number of staff
Staff to be employed for the project: gender and race Number of staff
Page 38
FORM 2.1.4 PROPOSED KEY PERSONNEL The Bidder shall list below the key personnel (including first nominee and the second choice alternate), whom he proposes to employ on the project should his Bid be accepted, both at
his headquarters and on the Site, to direct and for the execution of the work, together with their qualifications, experience, positions held and their nationalities
DESIGNATION
NAME OF
NATIONALITY:
SUMMARY OF
(i) NOMINEE (ii) ALTERNATE
QUALIFICATIONS NQF Level
EXPERIENCE AND PRESENT OCCUPATION
Project Manager
Site Foremen
Carpenter
Bricklayer
Painter
PLEASE NOTE: Acceptable bidders will be required to submit the following documents within five (5) working days from date of request:
Project Manager – Proof of valid Project Management Qualification of a Minimum of NQF 6 Level.
Site Foremen – Proof of valid FET Built Environment Qualification
Carpenter – Proof of valid Carpentry Trade test certificate,
Bricklayer – Proof of valid Bricklaying Trade test certificate, and
Painter – Proof of valid Painting Trade test certificate Failure to do submit the above within the stated period will render your bid non-responsive.
Page 39
FORM 2.1.5 SCHEDULE OF PREVIOUS WORK CARRIED OUT BY BIDDER Provide the following information on relevant previous experience. Indicate comparable projects of similar or larger size. This information is material to the award of the Contract. No points will be awarded if reference cannot be reached or if it refuses to supply information. Give at least two(2) names and telephone numbers and e-mail address per reference.
EMPLOYER (Name, tel no and
fax no)
CONSULTING ENGINEER
(Name, tel no and fax no)
NATURE OF WORK CARRIED OUT PREVIOUSLY
VALUE OF WORK
YEAR OF
COMPLETION
Page 40
FORM 2.1.6 FINANCIAL ABILITY TO EXECUTE THE PROJECT Provide details on the surety you will provide if the bid is awarded to you
AMOUNT
Which of the following institutions will provide surety?
Bank registered in terms of the Bank Act 1990 (Act 94 of 1990):
Insurance Company registered in terms of the Short Term Insurance Act 1998 (Act 53 of 1998): ______________________________________________________________________________________
Cash: Provide the estimated cash flow on the project in terms of submissions of payment certificates or payment schedules to the Employer
Month no
Amount (VAT included)
a Received
b Payments made
a – b Net cash flow
Cumulative cash flow
1 d j=d
2 e j+e=k
3 f k+f=l
4 g l+g=m
5 h m+h=n
6 Etc. Etc.
7
8
9
10
11
12
Maximum negative cash flow: Take the largest negative number in the last column and write it in here
Notes: (i) Value added tax to be included in all amounts (ii) Assume payment of certificates within 30 days of approval of certificate From what sources will you fund the above negative amount (e.g. Funds internally available, bank overdraft, loan, etc) _______________________________________________________________________________________ __________________________________________________________________________________________
Page 41
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.1.7 JOINT VENTURE/ CONSORTIUM AUTHORITY
JOINT VENTURE/ CONSORTIUM INFORMATION
(Complete only if applicable)
The parties hereto form a Joint Venture/ Consortium for the purpose of jointly bidding and obtaining the award of contract for APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF COE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021 and of jointly performing such contract under joint responsibility. The share of the partners in the Joint Venture/ Consortium shall be : Full Name and address of Lead enterprise …………………………………………………………….. ………% ……………………………………………………………… Full Name and address of 2nd enterprise ……………………………………………………………. ………..% …………………………………………………………….. Full Name and address of 3rd enterprise ……………………………………………………………. ………..% …………………………………………………………….. The Lead Partner is hereby authorised to incur liabilities, receive instructions, payments, sign all documents in connection with the bid, and to be responsible for the entire execution and administration of the contract for and on behalf of the partners. The parties hereto shall make available to the Joint Venture/ Consortium the technical advice and benefit of their individual experience and shall, in all other respects, endeavor to share the responsibility and burden of the performance of the Joint Venture/ Consortium. To this end the parties hereto shall share, in the above proportions, in all risks and obligations arising out of or in connection with the Contract, especially in the provisions of all necessary working capital and guarantees, in profit and loss and personnel. The Lead Partner shall supply, in its name, the necessary insurance prescribed for the industry and such other insurance as may be prescribed by the COE, for the amount and period as stated in the Contract Data. The Joint Venture/ Consortium may not be terminated by any of the parties hereto until either: The contract has been awarded to another bidder or The work undertaken by the Joint Venture/ Consortium under the contract has been completed and all liabilities and claims incurred by and made by the Joint Venture/ Consortium have been settled, the bid is cancelled or the period of validity of bid extended.
Page 42
No party to the Agreement shall be entitled to sell, assign or in any manner encumber or transfer its interest or any part thereof in the Joint Venture/ Consortium without obtaining the prior written consent of the other party hereto. The Parties of the Joint Venture/ Consortium shall cooperate on an exclusive basis. No Party shall during the validity period of the bid submit a bid to or enter into a Contract with the COE or any other party for the Project, either alone or in collaboration with a third party. Authorised Signature Lead Partner……………………………………………. Name …………………………………………….. Designation ……………………………………………. Signed at……………………………………… on ……………………………………….. Authorised Signature of 2nd Partner……………………………………………. Name …………………………………………….. Designation ……………………………………………. Signed at……………………………………… on ……………………………………….. Authorised Signature of 3rd Partner……………………………………………. Name …………………………………………….. Designation ……………………………………………. Signed at……………………………………… on ……………………………………….. (ALL SIGNATORIES SHALL CONFIRM THEIR AUTHORITY BY ATTACHING TO THE LAST PAGE OF THE BID, ORIGINAL OR CERTIFIED COPIES OF DATED AND SIGNED RESOLUTIONS OF THE MEMBERS/DIRECTORS/PARTNERS AS THE CASE MAY BE.) In the event that there are more than 3 Joint Venture/Consortium partners, additional page/s may be added in order to furnish the requested information and authorised signatures
Page 43
FORM 2.1.8 SCHEDULE OF PROPOSED SUBCONTRACTORS Regulation 6(5) of the Preferential Procurement Regulations ,2017 provides that : “A tenderer may not be awarded points for B-BBEE Status Level of contributor if the tender documents indicate that the tenderer intends sub-contracting more than 25% of the value of the contract to any other person not qualifying for at least the points that the tenderer qualifies for, unless the intended sub-contractor is an exempted micro enterprise that has capability to execute the sub-contract.” Regulation 12(3) of the Preferential Procurement Regulations ,2017 provides that : A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an exempted micro enterprise that has the capability and ability to execute the sub-contract. Provide details on all sub-contractors you intend utilising for this contract:
Type of work to be used for As a
% of contract Name of sub-contractor
B-BBEE Status Level of Contributor Points of sub-contractor
Total % of contract sub-contracted
Page 44
FORM 2.1.9 FINANCIAL REFERENCES DETAILS OF BIDDING ENTITY’S BANK If the bidder is a Joint Venture or partnership, the information requested below is required for each member / partner. I/We hereby authorise the Employer/Engineer to approach all or any of the following banks for the purposes of obtaining a financial reference:
DESCRIPTION OF BANK DETAIL
BANK DETAILS APPLICABLE TO BIDDER
Name of bank
Contact person
Branch name
Branch code
Street address
Postal address
Telephone number ( )
Fax number ( )
Account number
Type of account, (i.e. cheque account)
BIDDER’S TAX DETAILS Bidder’s VAT vendor registration number: ........................................................................................................... Bidder’s SARS tax reference number: ................................................................................................................. FORM 2.1.10 DETAILS OF ALTERNATIVE BIDS SUBMITTED See condition of bid.
Page 45
DESCRIPTION
FORM 2.1.11 AMENDMENTS AND QUALIFICATIONS BY BIDDER See condition of bid
PAGE DESCRIPTION
Page 46
FORM 2.1.12 LABOUR-ENHANCED METHODS: PROPOSED PLANNED ACTIONS OF BIDDER RESULTING IN DEVIATIONS FROM SPECIFIED WORK
ACTIVITY OR PAY ITEM DESCRIPTION OF PLANNED ACTION RESULTING IN DEVIATION FROM SPECIFIED WORK
Page 47
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
T2.2 OTHER DOCUMENTS REQUIRED FOR BID EVALUATION PURPOSES CONTENTS PAGE(S) FORM 2.2.1 TAX CLEARANCE CERTIFICATE ........................................................................ FORM 2.2.2 GENERAL DECLARATION ……………………………………….…………………... FORM 2.2.3 DECLARATION OF INTEREST……………………………………………………….. FORM 2.2.4 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES ……………………………………………………………………………….. FORM 2.2.5 DECLARATION FOR PROCUREMENT ABOVE R10 MILLION………………….… FORM 2.2.6 CERTIFICATE OF INDEPENDENT BID DETERMINATION ………………………... FORM 2.2.7 DECLARATION FOR MUNICIPAL ACCOUNTS ……………………………………… FORM 2.2.8 DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO EXCEED R10 MILLION ……………………………………………….
Page 48
FORM 2.2.1 TAX CLEARANCE CERTIFICATE A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY OR TCS PIN NUMBER THEREOF, OBTAINED
FROM SARS TO BE SUBMITTED WITH BID DOCUMENTS. 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. 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. Note: Failure to affix such documentation as prescribed to this page shall result in this bid not being further considered for the award of the contract, by the Bid Evaluation Committee.
Page 49
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.2 GENERAL DECLARATION: I/We, the undersigned: (a) bid to supply and deliver to the CITY OF EKURHULENI [hereafter "COE"] all or any of the supplies
and to render all or any of the articles, goods, materials, services or the like described both in this and the other Schedules to this Contract;
(b) agree that we will be bound by the specifications, prices, terms and conditions stipulated in those Schedules attached to this bid document, regarding delivery and execution;
(c) further agree to be bound by those conditions, set out in, “PARTS T1; T2; C1; C2; C3 and C4”, attached hereto, should this bid be accepted in whole or in part;
(d) confirm that this bid may only be accepted by the COE by way of a duly authorised Letter of Acceptance;
(e) declare that we are fully acquainted with the Bid document and Schedules, and the contents thereof and that we have signed the Bill of Quantities and completed the Returnable Schedules and declarations, attached hereto;
(f) declare that all amendments to the bid document have been initialled by the relevant authorised person and that the document constitutes a proper contract between the COE and the undersigned;
(g) certify that the item/s mentioned in the bid document, qualifies/qualify for the preference(s) shown.; (h) acknowledge that the information furnished is true and correct; (i) accept that in the event of the contract being awarded as a result of preference claimed in this bid
document, I may be required to furnish documentary proof to the satisfaction of the COE that the claims are correct. If the claims are found to be inflated, the COE may, in addition to any other remedy it may have, recover from me all cost, losses or damages incurred or sustained by the COE as a result of the award of the contract and/or cancel the contract and claim any damages which the COE may suffer by having to make less favourable arrangements after such cancellation;
declare that no municipal rates and taxes or municipal service charges owed by the bidder or any of its directors to the municipality, or to any other municipality or municipal entity, are in arrears for more than three (3) months; and
(k) declare that I have not failed to perform satisfactorily during the last five (5) years on a previous contract with the Municipality, Municipal entity or any other organ of state, after written notice was given to me that my performance was unsatisfactory.
(l) declare that the signatory to the bid document is duly authorised; and (m) agree that documentary proof regarding any tendering issue will, when required, be submitted to
the satisfaction of the COE. (n) declare that the Broad-Based Black Economic Empowerment Certificate submitted herewith in
terms of Regulation 6(4) of the Preferential Procurement Regulations, 2017 is based on true and accurate information and has been obtained from a duly accredited verification agency (or, in the case of an Exempted Micro-Enterprise(EME) from a registered auditor, accounting officer or accredited verification agency)
(o) declare that the following responses to be true and correct:
Does the bidder have participation in the submission of any other offer for the supplies/services described in the attached documents?
(Tick applicable box)
If YES the following information must be supplied:
a. The name(s) of the other Bidder(s) involved ………………………………………………
YES NO
Page 50
……………………………………………… ……………………………………………… 2. The full details of the Bidder(s) participation …………………………………………….. ……………………………………………. …………………………………………… (p) declare that all of the information furnished is true and correct Signed at.............................………………………………...this.................day of………………......................... 20……
Name of Authorised Person: --------------------------------------------------------------------------------------------
Authorised Signature:
Name of Bidding Entity: ______________________________________________________ Date:
As witness: 1. 2. ___________________________________________________
Page 51
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.3 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 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 relationship to the person/s in the service of the state.
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 Owner of the Bidding Entity: ……..…………………………………
3.2 Identity Number if applicable: ………………………………………………………. 3.3 Position occupied in the Company (director, trustee, shareholder²): ……………
3.4 Company Registration Number: …………………………………………………….
3.5 Tax Reference Number:………………………………………………………………
3.6 VAT Registration Number: ………………………………………………………… ¹MSCM Regulations: “in the service of the state” means to be –
(a) a member of – (i) any municipal council; (ii) any provincial legislature; or (iii) the national Assembly or the national Council of provinces;
(b) a member of the board of directors of any municipal entity; (c) an official of any municipality or municipal entity; (d) an employee of any national or provincial department, national or provincial public entity or constitutional
institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999); (e) an executive member of the accounting authority of any national or provincial public entity; or (f) an employee of Parliament or a provincial legislature.
² Shareholder” means a person who owns shares in the company or business entity, exercises control and is actively involved in its management.
3.7 The names of all directors / trustees / shareholders/ members, their individual identity numbers and
state employee numbers must be indicated in paragraph 4 below.
3.8 Are you presently in the service of the state? (Tick applicable box)
3.8.1 If yes, furnish particulars. ….…………………………………………………
………………………………………………………………………………..
3.9 Have you been in the service of the state in the past twelve months?
YES NO
Page 52
(Tick applicable box) 3.9.1 If yes, furnish particulars.………………………...……….. ………………………………………………………………………………
3.10 Do you have any relationship (close family member, partner or associate) with persons in the service of the state who may be involved in the evaluation and or adjudication of this bid? (Tick applicable box)
3.10.1 If yes, furnish particulars. ……………………………………………………………………………… ………………………………………………………………………………
3.11 Are you aware of any relationship (close family member, partner or associate) between any other
bidder and any persons in the service of the state who may be involved in the evaluation and or adjudication of this bid?
(Tick applicable box)
3.11.1 If yes, furnish particulars ……………………………………………………………………………… ……………………………….……...........................................................
3.12 Are any of the company’s directors, trustees, managers,
shareholders or stakeholders in service of the state? (Tick applicable box)
3.12.1 If yes, furnish particulars. ………………………………………………………………………………. ……………………………………………………………………………….
3.13 Are any spouse, child or parent of the company’s directors, trustees, managers, shareholders or stakeholders
in service of the state? (Tick applicable box)
3.13.1 If yes, furnish particulars.
………………………………………………………………………………. ……………………………………………………………………………….
3.14 Do you or any of the directors, trustees, managers,
shareholders, or stakeholders of this company have any interest in any other company or business entity whether or not the latter is bidding for this contract. (Tick applicable box)
3.14.1 If yes, furnish particulars:
YES NO
YES NO
YES NO
YES NO
YES NO
YES NO
Page 53
…………………………………………………………………………….. ……………………………………………………………………………..
4. Full details of directors / trustees / members / shareholders.
Full Name Identity Number Employee Number
CERTIFICATION
I, THE UNDERSIGNED (NAME) ……………………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE AND/OR THE COE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………….. ……………………………………..
Signature Date
…………………………………. ……………………………………… Capacity Name of Bidding Entity
Page 54
NAME OF BIDDING ENTITY ……………………………………………………….
FORM 2.2.4 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. willfully 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 2004). 4 In order to give effect to the above, the following questionnaire must be completed and
submitted with the bid.
Item Question Yes No
4.1 Is the bidder or any of its directors listed on the National Treasury’s database 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 2004)? (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:
Item Question Yes No
Page 55
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:
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 THE CONTRACT, ACTION MAY BE TAKEN AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.
………………………………………... ………………………….. Signature Date …………………………………………. ………………………………………..……….. Position Name of Bidder
Page 56
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.5 DECLARATION FOR PROCUREMENT ABOVE R10 MILLION (VAT INCLUDED)
MUST BE COMPLETED FOR THIS BID BIDDERS MUST COMPLETE THE FOLLOWING QUESTIONNAIRE: 1.1 Are you by law required to prepare annual financial Statements? (Tick applicable box) If yes:
1.1.1 If a bidder is a registered company required by law to have its annual financial statements audited or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of 2008, or any other law, audited or independently reviewed annual financial statements, as the case may be, prepared within six (6) months of the end of the bidders most recent financial year together with the audited or independently reviewed annual financial statements for the two immediately preceding financial years must be submitted, (unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted).
1.1.2 If a bidder is a registered close corporation, annual financial statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of 1984 , prepared within nine (9) months of the end of the bidders most recent financial year together with the annual financial statements for the two immediately preceding financial years must be submitted,( unless the bidder was only established within the past three (3) years in which case all of its annual financial statements must be submitted).
1.1.3 Annual financial statements submitted must comply with the requirements of the Companies Act or the Close Corporations Act. Summaries and/or extracts of annual financial statements shall not be acceptable and shall result in the rejection of the bid.
1.2 If your answer to 1.1 above is YES then, did you only commence business within the past three
years? (Tick applicable box)
1.2.1 If yes, the bidder is required to submit annual financial statements in compliance with the provisions of 1.1.1 and 1.1.2 above for each of its financial years since commencing business.
1.3 If your answers to 1.1 above is NO , un-audited financial statements must be submitted with your bid for the periods specified in 1.1.1, 1.1.2 or 1.2.1 above, as the case may be. ............................................................................... 2. Do you have any outstanding undisputed commitments for municipal services towards a municipality or any other service provider in respect of which payment is overdue for more than 30 days? (Tick applicable box) 2.1 If no, this serves to certify that the bidder has no undisputed commitments for municipal services towards a municipality or other service provider in respect of which payment is overdue for more than 30 days. 2.2 If yes, provide particulars.
YES NO
YES NO
YES NO
Page 57
…………………………………………………………. …………………………………………………………. ………………………………………………………….. 3. Has any contract been awarded to you by an organ of state during the past five years, in relation to which there was any material non-compliance or dispute concerning the execution of such contract? (Tick applicable box) 3.1 If yes, furnish particulars. …………………………………………………………. …………………………………………………………. 4. Will any portion of goods or services be sourced from outside the Republic and if so, what portion and whether any portion of payment from the municipality / municipal entity is expected to be transferred out of the Republic? (Tick applicable box) 4.1 If yes, furnish particulars ……………………………………………………….. ………………………………………………………..
CERTIFICATION
I, THE UNDERSIGNED (NAME) ……………………………………………………………………………… CERTIFY THAT THE INFORMATION FURNISHED ON THIS DECLARATION FORM IS CORRECT. I ACCEPT THAT THE STATE MAY ACT AGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE. ……………………………………… ……………………………………………………. Signature Date ……………………………………… ………………………………………………………………….. Position Name of Bidder
YES NO
YES NO
Page 58
NAME OF BIDING ENTITY ………………………………………………………. FORM 2.2.6 CERTIFICATE OF INDEPENDENT BID DETERMINATION 1 This Form “2.2.6“ must form part of all bids¹ invited.
2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement between,
or concerted practice by, firms, or a decision by an association of firms, if it is between parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding is a pe se prohibition meaning that it cannot be justified under any grounds.
3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide 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 Form “2.2.6“ 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 (Form “2.2.6“) must be completed and submitted with the bid:
¹ Includes price quotations, advertised competitive bids, limited bids and proposals. ² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an agreement between competitors not to compete.
Page 59
CERTIFICATE OF INDEPENDENT BID DETERMINATION I, the undersigned, in submitting the accompanying bid:
A-RE 04-2018 APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM 01 JULY 2018 UNTIL 30 JUNE 2021 ______________________________________________________________________
(Bid Number and Description) in response to the invitation for the bid made by:
CITY OF EKURHULENI ______________________________________________________________________
(Name of Municipality / Municipal Entity) do hereby make the following statements that I certify to be true and complete in every respect: I certify, on behalf of: __________________________________________________ that:
(Name of Bidder)
1. I have read and I understand the contents of this Certificate;
2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and complete in every respect;
3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of the bidder;
4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to determine the terms of, and to sign, the bid, on behalf of the bidder;
5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor” shall include any individual or organization, other than the bidder, whether or not affiliated with the bidder, who: (a) has been requested to submit a bid in response to this bid invitation; (b) could potentially submit a bid in response to this bid invitation, based on
their qualifications, abilities or experience; and (c) provides the same goods and services as the bidder and/or is in the same
line of business as the bidder
6. The bidder has arrived at the accompanying bid independently from, and without consultation, communication, agreement or arrangement with any competitor. However communication between partners in a joint venture or consortium³ will not be construed as collusive bidding.
Page 60
³ Joint venture or Consortium means an association of persons for the purpose of combining their expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.
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 2004 or any other applicable legislation.
………………………………………………… ………………………………… Signature Date …………………………………………………. ………………………………… Position Name of Bidder
Page 61
NAME OF BIDDING ENTITY ……………………………………………………….
FORM 2.2.7: DECLARATION FOR MUNICIPAL ACCOUNTS
MUST BE COMPLETED FOR THIS BID Declaration in terms of paragraph 38(1)(d)(i) of the Supply Chain Management Policy of the COE, irrespective of the contract value of the bid: NB: Please note that this declaration must be completed by ALL bidders (i). I, the undersigned hereby declare that the signatory to this tender document; is duly authorised and further
declare: (ii) that at the closing date of the bid, no municipal rates and taxes or municipal service charges owed by the
bidder or any of its directors/members to the COE, or to any other municipality or municipal entity, are in arrears for more than three (3) months.
(iii). I acknowledge that should it be found that any municipal rates and taxes or municipal charges as set out
in (i) above are in arrears for more than three (3) months, the bid will be rejected and the COE may take such remedial action as is required, including the rejection of the bid and/or termination of the contract.
(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be
submitted to the COE to its satisfaction, PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid; and that
(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity for
services/goods rendered shall be utilised to offset any monies due to a municipality or a municipal entity. (vi) The following account/s of the bidding entity has reference: Municipality Account number ................................................................................................................................ ................................................................................................................................ ................................................................................................................................ (NB: If insufficient space above, please submit on a separate page)
Page 62
PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block,
Bidding entities who operate from informal settlements
Bidding entities who operate from a property owned by a director / member / partner
Bidding entities who operate from somebody else’s property
Bidding entities who rent premises from a landlord
Other (Please specify)
Signed at.............................……this..............day of………………............... 20… Name of Duly Authorised Signatory: (Please print)................................................
Authorised Signature: .................................................... As witness: 1. ............................................................... 2. ..................................................................
Page 63
NAME OF BIDDING ENTITY ………………………………………………………. FORM 2.2.8: DECLARATION FOR MUNICIPAL ACCOUNTS WHERE BIDS ARE EXPECTED TO EXCEED R10 MILLION
MUST BE COMPLETED FOR THIS BID
Declaration in terms of paragraph 21(1)(d)(ii) of the Supply Chain Management Policy of the CITY OF EKURHULENI (COE), to be completed by ALL bidders in cases where the value of the transaction is expected to exceed R10 million (VAT included). (i). I, the undersigned hereby declare that the signatory to this tender document; is duly authorised and further
declare: (ii). that at the closing date of the bid, the bidder had no undisputed commitments for municipal services
towards a municipality or other service provider in respect of which payment is overdue for more than 30 days.
(iii). I acknowledge that should it be found that any undisputed commitments for municipal services charges
towards a municipality or other service provider in respect of which payment is overdue for more than 30 days, the COE may take such remedial action as is required.
(iv) I further declare that copies of any rates and taxes or municipal service charges account/s, will be
submitted to the COE to its satisfaction PRIOR to the commencement with the service/work but not later than 14 days after having been informed of the acceptance of the bid: and that
(v) I declare that if the bid is awarded to the bidding entity, any moneys due to the bidding entity by the COE
for services/goods rendered in terms of this bid shall be utilised to offset any monies due to a municipality or a municipal entity.
(vi) The following account/s has reference: Municipality Account number ................................................................................................................................ ................................................................................................................................ ................................................................................................................................ Signed at.............................……this..............day of………………............... 20…. (NB: If insufficient space above, please submit on a separate page)
Page 64
PLEASE NOTE further that if no municipal rates and taxes or municipal charges are payable by the bidding entity, indicate the reason/s for that in the space below by means of a tick next in the relevant block,
Bidding entities who operate from informal settlements
Bidding entities who operate from a property owned by a director / member / partner
Bidding entities who operate from somebody else’s property
Bidding entities who rent premises from a landlord
Other (Please specify)
Signed at.............................……this..............day of………………............... 20… Name of Duly Authorised Signatory: (Please print)................................................
Authorised Signature: .................................................... As witness: 1. ...............................................................
2. ..................................................................
Page 65
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
T2.3 RETURNABLE SCHEDULES THAT WILL BE INCORPORATED IN THE CONTRACT CONTENTS PAGE(S) FORM 2.3.1 FORM CONCERNING FULFILMENT OF THE CONSTRUCTION REGULATIONS, 2003 ............................................................................................. FORM 2.3.2 RECORD OF ADDENDA TO BID DOCUMENTS ................................................... FORM 2.3.3 ADJUDICATION OF BIDS ....................................................................................... FORM 2.3.4 GENERAL INFORMATION………………………………………………………
Page 66
FORM 2.3.1 FORM CONCERNING FULFILMENT OF THE CONSTRUCTION REGULATIONS,2003
In terms of regulation 4(3) of the Construction Regulations, 2003 (hereinafter referred to as the Regulations), promulgated on 18 July 2003 in terms of Section 43 of the Occupational Health and Safety Act, 1993 (Act No 85 of 1993) the Employer shall not appoint a contractor to perform construction work unless the Contractor can satisfy the Employer that his/her firm has the necessary competencies and resources to carry out the work safely. 1 I confirm that I am fully conversant with the Regulations and that my company has (or will acquire/procure)
the necessary competencies and resources to timeously, safely and successfully comply with all of the requirements of the Regulations. (Tick)
2 Proposed approach to achieve compliance with the Regulations (Tick)
Own resources, competent in terms of the Regulations (refer to 3 below)
Own resources, still to be hired and/or trained (until competency is achieved)
Specialist subcontract resources (competent) - specify:
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
.....................................................................................................................................
3 Provide details of proposed key persons, competent in terms of the Regulations, who will form part of the
Contract team as specified in the Regulations (CVs to be attached): ................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... 4 Provide details of proposed training (if any) that will be undergone: ................................................................................................................................................................... ................................................................................................................................................................... ...................................................................................................................................................................
................................................................................................................................................................... 5 Potential key risks identified and measures for addressing risks: ...................................................................................................................................................................
YES
NO
Page 67
................................................................................................................................................................... ................................................................................................................................................................... ................................................................................................................................................................... 6 I have fully included in my bidded rates and prices (in the appropriate payment items provided in the
Schedule of Quantities) for all resources, actions, training and any other costs required for the due fulfilment of the Regulations for the duration of the construction and defects repair period. (Tick)
SIGNATURE OF PERSON(S) AUTHORISED TO SIGN THIS BID: 1 ................................................................... ID NO: .................................................................. 2 ................................................................... ID NO: ..................................................................
YES
NO
Page 68
FORM 2.3.2 RECORD OF ADDENDA TO BID DOCUMENTS We confirm that the following communications received from the Procuring Department before the submission of this bid offer, amending the bid documents, have been taken into account in this bid offer:
Date Title or Details
1 Confirmatory notes of site/clarification meeting
2
3
4
5
6
7
8
9
10
Attach additional pages if more space is required. …………………………………………………………… …………………………………………… Signature of Authorized person: Date: Name: …………………………………………..… Position: ………………………………..
Page 69
FORM 2.3.3 ADJUDICATION OF BIDS
PROCUREMENT FORM ADJUDICATION OF BIDS Bids are adjudicated in terms of COE Supply Chain Management Policy, and the following framework is provided as a guideline in this regard. 1. Technical adjudication and General Criteria
Bids will be adjudicated in terms of inter alia:
Compliance with bid conditions
Technical specifications If the bid does not comply with the bid conditions or technical specifications, the bid shall be rejected. See page 3 and 4 for examples.
2. Infrastructure and resources available Evaluation of the following in terms of the size, nature and complexity of goods and/or services required:
Physical facilities
Plant and equipment available for the contract owned by the bidder
Plant and equipment the bidder intends renting or acquiring, should the contract be awarded to him.
3. Size of enterprise and current workload Evaluation of the bid’s position in terms of:
Previous and expected current annual turnover
Current contractual obligations
Capacity to execute the contract
4. Staffing profile Evaluation of the bid’s position in terms of:
Staff available for this contract being bided for
Qualifications and experience of key staff to be utilised on this contract.
5. Previous experience Evaluation of the bid’s position in terms of his previous experience. Emphasis will be placed on the following:
Experience in the relevant technical field
Experience of contracts of similar size
Some or all of the references will be contacted to obtain their input. 6. Financial ability to execute the contract
Evaluation of the bid’s financial ability to execute the contract. Emphasis will be placed on the following:
Surety proposed
Estimated cash flow
Contact the bidder’s bank manager to assess the bidder’s financial ability to execute the contract and the bidder hereby grants his consent for this purpose.
7. Good standing with SA Revenue Service
Page 70
Establish whether a valid original tax clearance certificate or copy thereof has been submitted with the Bid document on closing date of the bid. If no such Certificate or copy thereof has been submitted, the bid must be rejected. If a valid original tax clearance certificate has not been submitted, the bidder shall be requested in writing to submit a valid original tax clearance certificate by a specific date and at a specific venue. NB A failure to submit a valid original tax clearance certificate in terms of the aforestated written request shall result in the rejection of the bid. The bidder must affix a valid original Tax Clearance Certificate, copy, or TCS Pin Number thereof, to the last page of the bid document In bids where Consortia / Joint Ventures / Sub-contractors are involved, each party must submit a separate Tax Clearance Certificate. 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. 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.
NB: If the bid does not meet the requirements contained in the COE Supply Chain Management Policy, and the mentioned framework, it shall not be considered an acceptable bid and shall be rejected by the Municipality, and may not subsequently be made acceptable by correction or withdrawal of the non conforming deviation or reservation.
8. Adjudication using a Points System
Acceptable bids will be evaluated using a system that awards points on the basis of bid price and B-BBEE Status Level of Contribution. Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification Certificate (from a Verification Agency accredited by the South African National Accreditation System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA)) or an Affidavit together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed. For bids with a bid amount equal to or above R30 000 and up to a Rand value of R 50 million (all applicable taxes included) a maximum of 80 points is allocated for price and a maximum of 20 points for B-BBEE Status Level of Contribution. For bids with a bid amount above R50 million (all applicable taxes included) a maximum of 90 points is allocated for price and a maximum of 10 points for B-BBEE Status Level of Contribution. A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.
A person awarded a contract may not sub-contract more than 25% of the value of the contract to
any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract
The Municipality shall award the Contract to the Bidder obtaining the highest number of points for Price and B-BBEE Level of Contribution calculated in accordance with the Preferential Procurement Regulations,
TCS PIN NUMBER
Page 71
2017, unless there are grounds that justify the award to another bidder, in accordance with the provisions of Section 2 (f) of the Procurement Policy Framework Act, Act No. 5 of 2000.
9. Remedies
The City Manager must act in terms of Regulation 14 of the Preferential Procurement Policy Regulations, 2017, in circumstances contemplated in Regulation 14(1) which is outlined below;
14.(1) Upon detecting that a tenderer submitted false information regarding its BBBEE status level of contributor, local production and content, or any other matter required in terms of these Regulations which will affect or has affected the evaluation of a tender, or where a tenderer has failed to declare any subcontracting arrangements, the organ of state must- (a) inform the tenderer accordingly; (b) give the tenderer an opportunity to make representations within 14 days as to why- (i) the tender submitted should not be disqualified or, if the tender has already been awarded to the tenderer, the contract should not be terminated in whole or in part; (ii) if the successful tenderer subcontracted a portion of the tender to another person without disclosing it, the tenderer should not be penalised up to 10 percent of the value of the contract; and (iii) the tenderer should not be restricted by the National Treasury from conducting any business for a period not exceeding 10 years with any organ of state; and (c) if it concludes, after considering the representations referred to in subregulation(1)(b), that- (i) such false information was submitted by the tenderer- (aa) disqualify the tenderer or terminate the contract in whole or in part; and (bb) if applicable, claim damages from the tenderer; or (ii) the successful tenderer subcontracted a portion of the tender to another person without disclosing, penalise the tenderer up to 10 percent of the value of the contract. (2)(a) An organ of state must- (i) inform the National Treasury, in writing, of any actions taken in terms of subregulation (1); (ii) provide written submissions as to whether the tenderer should be restricted from conducting business with any organ of state; and (iii) submit written representations from the tenderer as to why that tenderer should not be restricted from conducting business with any organ of state. (b) The National Treasury may request an organ of state to submit further information pertaining to subregulation (1) within a specified period. (3) The National Treasury must- (a) after considering the representations of the tenderer and any other relevant information, decide whether to restrict the tenderer from doing business with any organ of state for a period not exceeding 10 years; and (b) maintain and publish on its official website a list of restricted suppliers.
Page 72
PREFERENCE POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT REGULATIONS 2017
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 equal to or above R30 000 and up to R50
Page 73
million (all applicable taxes included); and - the 90/10 system for requirements with a Rand value above R50 million (all applicable taxes
included).
1.2 The value of this bid is estimated to exceed R50 million (all applicable taxes included) and therefore the (90/10) system shall be applicable.
1.3 Preference points for this bid shall be awarded for: (a) Price; and (b) B-BBEE Status Level of Contribution.
1.3.1 The maximum points for this bid are allocated as follows: POINTS
1.3.1.1 PRICE 90 1.3.1.2 B-BBEE STATUS LEVEL OF CONTRIBUTION 10 Total points for Price and B-BBEE must not exceed 100
1.4 Failure on the part of a bidder to fill in and/or to sign this form and submit a B-BBEE Verification
Certificate from a Verification Agency accredited by the South African Accreditation National System (SANAS) or a Registered Auditor approved by the Independent Regulatory Board of Auditors (IRBA) or an Accounting Officer as contemplated in the Close Corporation Act (CCA) together with the bid, will be interpreted to mean that preference points for B-BBEE status level of contribution are not claimed.
1.5. 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 2.1 “all applicable taxes” includes value-added tax, pay as you earn, income tax, unemployment
insurance fund contributions and skills development levies; 2.2 “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad -Based Black Economic Empowerment Act; 2.3 “B-BBEE status level of contributor” means the B-BBEE status received by a measured entity based on its overall performance using the relevant scorecard contained in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad Based Black Economic Empowerment Act; 2.4 “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 services, works or goods, through price quotations, advertised competitive bidding processes or proposals;
2.5 “Broad-Based Black Economic Empowerment Act” means the Broad-Based Black Economic
Empowerment Act, 2003 (Act No. 53 of 2003); 2.6 “comparative price” means the price after the factors of a non-firm price and all unconditional discounts that can be utilized have been taken into consideration; 2.7 “consortium or joint venture” 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; 2.8 “contract” means the agreement that results from the acceptance of a bid by an organ of state; 2.9 “EME” means any enterprise with an annual total revenue of R10 million or less . 2.10 “Firm price” means the price that is only subject to adjustments in accordance with the actual increase
or decrease resulting from the change, imposition, or abolition of customs or excise duty and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the contractor and demonstrably
Page 74
has an influence on the price of any supplies, or the rendering costs of any service, for the execution of the contract;
2.11 “functionality” means the measurement according to predetermined norms, as set out in the bid documents, of a service or commodity that is designed to be practical and useful, working or
operating, taking into account, among other factors, the quality, reliability, viability and durability of a service and the technical capacity and ability of a bidder;
2.12 “non-firm prices” means all prices other than “firm” prices; 2.13 “person” includes a juristic person; 2.14 “rand value” means the total estimated value of a contract in South African currency, calculated at the
time of bid invitations, and includes all applicable taxes and excise duties;
2.15 “sub-contract” means the primary contractor’s assigning, leasing, making out work to, or employing, another person to support such primary contractor in the execution of part of a project in terms of the contract;
2.16 “total revenue” bears the same meaning assigned to this expression in the Codes of Good Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based
Black Economic Empowerment Act and promulgated in the Government Gazette on 9 February 2007;
2.17 “trust” means the arrangement through which the property of one person is made over or bequeathed to a trustee to administer such property for the benefit of another person; and 2.18 “trustee” means any person, including the founder of a trust, to whom property is bequeathed in order
for such property to be administered for the benefit of another person. 3. ADJUDICATION USING A POINT SYSTEM 3.1 The bidder obtaining the highest number of total points may be awarded the contract. 3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking into
account all factors of non-firm prices and all unconditional discounts;. 3.3 Points scored must be rounded off to the nearest 2 decimal places. 3.4 In the event that two or more bids have scored equal total points, the successful bid must be the one scoring the highest number of preference points for B-BBEE.
3.5 However, when functionality is part of the evaluation process and two or more bids have scored equal points including equal preference points for B-BBEE, the successful bid must be the one scoring the highest score for functionality.
3.6 Should two or more bids be equal in all respects, the award shall be decided by the drawing of lots. 4. POINTS AWARDED FOR PRICE 4.1 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 comparative price of bid under consideration Pt = Comparative price of bid under consideration Pmin = Comparative price of lowest acceptable bid
Page 75
5. Points awarded for B-BBEE Status Level of Contribution 5.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, 2017 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
5.2 Bidders who qualify as EMEs in terms of the B-BBEE Act must submit a certificate issued by an
Accounting Officer as contemplated in the CCA or a Verification Agency accredited by SANAS or a Registered Auditor. Registered auditors do not need to meet the prerequisite for IRBA’s approval for the purpose of conducting verification and issuing EMEs with B-BBEE Status Level Certificates.
5.3 Bidders other than EMEs must submit their original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a Verification Agency accredited by SANAS.
5.4 A trust, consortium or joint venture, will qualify for points for their B-BBEE status level as a legal entity, provided that the entity submits their B-BBEE status level certificate.
5.5 A trust, consortium or joint venture will qualify for points for their B-BBEE status level as an unincorporated entity, provided that the entity submits their consolidated B-BBEE scorecard as if they were a group structure and that such a consolidated B-BBEE scorecard is prepared for every separate bid.
5.6 Tertiary institutions and public entities will be required to submit their B-BBEE status level certificates in terms of the specialized scorecard contained in the B-BBEE Codes of Good Practice.
5.7 A person will not be awarded points for B-BBEE status level if it is indicated in the bid documents that such a bidder intends sub-contracting more than 25% of the value of the contract to any other enterprise that does not qualify for at least the points that such a bidder qualifies for, unless the intended sub-contractor is an EME that has the capability and ability to execute the sub-contract.
5.8 A person awarded a contract may not sub-contract more than 25% of the value of the contract to any other enterprise that does not have an equal or higher B-BBEE status level than the person concerned, unless the contract is sub-contracted to an EME that has the capability and ability to execute the sub-contract.
6. BID DECLARATION 6.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the following: 7. B-BBEE STATUS LEVEL OF CONTRIBUTION CLAIMED IN TERMS OF PARAGRAPHS 1.3.1.2 AND 5.1
Page 76
7.1 B-BBEE Status Level of Contribution: …………. = …………… (maximum of 10 or 20 points)
(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected in paragraph 5.1 and must be substantiated by means of a B-BBEE certificate issued by a Verification Agency accredited by SANAS or a Registered Auditor approved by IRBA or an Accounting Officer as contemplated in the CCA).
8 SUB-CONTRACTING 8.1 Will any portion of the contract be sub-contracted? YES / NO (delete which is not applicable) 8.1.1 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? YES / NO (delete which is not applicable) 9 DECLARATION WITH REGARD TO BIDDING ENTITY 9.1 Name of bidding entity; ....................................................................................................... 9.2 VAT registration number: ………………………………………………………………………….. 9.3 Registration number of bidding entity: ………………………………………………………………. 9.4 TYPE OF ENTITY [TICK APPLICABLE BOX]
Partnership/Joint Venture / Consortium
One person business/sole proprietor
Close corporation
Company
Trust
Other (specify) …………………………. 9.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES ………….. ................................................................................................................................................................. ……………… ............................................................................................................................................................. …………….. ............................................................................................................................................................... 9.6 CLASSIFICATION [TICK APPLICABLE BOX]
Manufacturer
Supplier
Professional service provider
Other service providers, e.g. transporter, etc. 9.7 MUNICIPAL INFORMATION Municipality where business is situated ……………………………………..
Page 77
Consumer Account Number ……………………………. Stand Number ………………………………………………. 9.8 TOTAL NUMBER OF YEARS THE FIRM HAS BEEN IN BUSINESS AND REGISTRATION DETAILS?
Date of Registration___________; Date that commenced business, if different to date of registration____________.
9.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the bidder, certify that
the points claimed, based on the B-BBEE status level of contribution indicated in paragraph 7 of the foregoing certificate, qualifies the bidder 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
paragraph 7, the contractor may be required to furnish documentary proof to the satisfaction of the purchaser that the claims are correct;
(iv) Upon detecting that a tenderer submitted false information regarding its BBBEE status level of contributor, local production and content, or any other matter required, which will affect or has affected the evaluation of a tender, or where a tenderer has failed to declare any subcontracting arrangements, the purchaser must- (a) inform the tenderer accordingly; (b) give the tenderer an opportunity to make representations within 14 days as to why- (i) the tender submitted should not be disqualified or, if the tender has already been awarded to the tenderer, the contract should not be terminated in whole or in part; (ii) if the successful tenderer subcontracted a portion of the tender to another person without disclosing it, the tenderer should not be penalised up to 10 percent of the value of the contract; and (iii) the tenderer should not be restricted by the National Treasury from conducting any business for a period not exceeding 10 years with any organ of state; and (c) if it concludes, after considering the representations referred to in subregulation(1)(b), that- (i) such false information was submitted by the tenderer- (aa) disqualify the tenderer or terminate the contract in whole or in part; and (bb) if applicable, claim damages from the tenderer; or (ii) the successful tenderer subcontracted a portion of the tender to another person without disclosing, penalise the tenderer up to 10 percent of the value of the contract. (2)(a) the purchaser must- (i) inform the National Treasury, in writing, of any actions taken in terms of subregulation (1); (ii) provide written submissions as to whether the tenderer should be restricted from conducting business with any organ of state; and (iii) submit written representations from the tenderer as to why that tenderer should not be restricted from conducting business with any organ of state. (b) The National Treasury may request the purchaser to submit further information pertaining to subregulation (1) within a specified period.
Page 78
(3) The National Treasury must- (a) after considering the representations of the tenderer and any other relevant information, decide whether to restrict the tenderer from doing business with any organ of state for a period not exceeding 10 years; and (b) maintain and publish on its official website a list of restricted suppliers.
WITNESSES: 1. ……………………………………… ……………………………………
SIGNATURE(S) OF BIDDER(S) 2. ………………………………………
DATE: …………………………….
ADDRESS:.. ……………………………
……………..……………
Page 79
FORM 2.3.4 GENERAL INFORMATION : 1. Details of Bidding Entity NAME OF BIDDER …………………………………………………………………………………….. POSTAL ADDRESS …………………………………………………………………………………….. STREET ADDRESS …………………………………………………………………………………….. TELEPHONE NUMBER CODE……………NUMBER………………………………………………………………
CELLPHONE NUMBER …………………………………………………………………
FACSIMILE NUMBER CODE…………..NUMBER………………………………………………………………………………… E-MAIL ADDRESS ……………………………………………………………………………………. VAT REGISTRATION NUMBER ………………………………………………………………………. HAS AN ORIGINAL AND VALID TAX CLEARANCE CERTIFICATE BEEN ATTACHED? (Tick applicable box)
HAS A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE OR AN AFFIDAVIT BEEN SUBMITTED? (Tick applicable box)
IF YES, WHO WAS THE CERTIFICATE ISSUED BY? (Tick applicable box)
AN ACCOUNTING OFFICER AS CONTEMPLATED IN THE CLOSE CORPORATION ACT (CCA)
A VERIFICATION AGENCY ACCREDITEDBY THE SOUITH AFRICAN NATIONAL ACCREDITATION SYSTEM (SANAS)
A REGISTERED AUDITOR
(A B-BBEE STATUS LEVEL VERIFICATION CERTIFICATE MUST BE SUBMITTED IN ORDER TO QUALIFY FOR PREFERENCE POINTS FOR B-BBEE)
ARE YOU THE ACCREDITED REPRESENTATIVE
IN SOUTH AFRICA FOR THE GOODS/SERVICES/WORKS OFFERED? (Tick applicable box)
YES NO
TCS PIN NUMBER
YES NO
YES NO
Page 80
(IF YES ENCLOSE PROOF)
2. Legal or business entity: Mark with an X.
Sole proprietor
Partnership
Close corporation
Company
Joint venture/ Consortium
Trust
Tertiary Institution
Public Entity
3. In the case of a Joint venture/ Consortium, provide details on joint venture/ consortium partners:
Joint venture/Consortium member Type of entity (as defined above)
4. Income tax reference number: (COMPULSORY)
(In the case of a joint venture/consortium, provide for all joint venture/consortium members) ____________________________ _________________________ ____________________________ _________________________ 5. VAT registration number (COMPULSORY):
(In the case of a joint venture/consortium , provide for all joint venture/consortium members) ____________________________ _________________________ ____________________________ _________________________ 6. Company ,close corporation, or trust registration number (COMPULSORY):
(In the case of a joint venture, provide for all joint venture members)
Page 81
____________________________ _________________________ ____________________________ _________________________ 7. Construction Industry Development Board (CIDB) registration number (COMPULSORY)
(In the case of a joint venture, provide for all joint venture members) ____________________________ _________________________ ____________________________ _________________________ 8. Details of proprietor, partners, closed corporation members,, company directors, or trustees indicating
technical qualifications where applicable (Form on the next page). 9. For joint ventures/ consortiums the following must be attached:
Written authority of each JV / consortium partner, for authorized signatory.
The joint venture/ consortium agreement.
10. For Trusts the following must be attached a. Certified copy of the trust deed; b. Certified copies of the Letters of Authority issued in terms of S6 of the Trust Property Control Act, Act No.57 of 1988 c. Certified copy of the resolution of the trustees of the trust authorising the signatory to sign the bid on behalf of the trust
SIGNATURE OF AUTHORIZED PERSON : ……………………………………………………… DATE : ………………………………………………………
Page 82
DETAILS OF PROPRIETOR, PARTNERS, CLOSE CORPORATION MEMBERS , COMPANY DIRECTORS, TRUSTEES, (In the event of a joint venture/ consortium, to be completed by all of the above of the joint venture/ consortium partners)
Name and Surname Identity Number Relevant qualifications and experience Years of relevant experience
Page 83
NAME OF BIDDING ENTITY ………………………………………………………. EQUITY OWNERSHIP – (COMPULSORY) TO BE COMPLETED FOR STATISTICAL PURPOSES ONLY AND WILL NOT BE USED FOR EVALUATION PURPOSES List all partners, shareholders or members of bidding entity by name, identity number, citizenship, gender, race, HDI status and ownership. In the case of a Joint Venture, Consortium or Partnership complete an “Equity ownership” for each member.
Name and Surname Position occupied in
Enterprise Identity number
Citizenship
Gender Male /
Female
Race HDI
Status (Y/N)
%Owned by HDI’s
% Owned by Women
% Owned
by Disabled Black White
PLEASE NOTE KINDLY ATTACHED COPIES OF IDENTITY DOCUMENTS OF THE ABOVEMENTIONED MEMBERS
Page 84
OCCUPATIONAL HEALTH AND SAFETY INFORMATION FOR BIDS
THE CONTRACTOR SHALL/MUST SUBMIT THE FOLLOWING TO THE MANAGER OH&S TO OBTAIN A CERTIFICATE OF COMPLIANCE FROM OH&S CITY OF EKURHULENI BEFORE ANY WORK MAY COMMENCE.
1. Proof of Registration with the Compensation Commissioner. 2. Letter of “Good Standing” with Compensation Commissioner. 3. Certified copy of first aid certificate. 4. Physical address where contract is taking place (on Company letterhead). 5. Detailed description of intended work (on Company letterhead). 6. List of all Personal Protective Equipment issued to employees (company letterhead). 7. List of ALL employees on site (on company letterhead). 8. Detailed Health and Safety Plan (on company letterhead). 9. Comprehensive Risk Assessment (Qualification and Contact details of Risk Assessor). 10. Public Liability and Commercial Insurance Certificate. 11. All related statutory appointments. 12. Certificates of relevant Training.
The above list represents the minimum content of a safety file In terms of the Construction Regulations, 2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014. OHS Act 85 of 1993.
Page 85
PLEASE REMEMBER:
(1) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 6(2) or 7(2) of the Preferential Procurement Regulations, 2017 , if a bidder is an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003,the bidder must attach a certificate issued by a registered auditor, accounting officer(as contemplated in section 60(4) of the Close Corporation Act, Act No.69 of 1984) or an accredited verification agency, in compliance with the requirements of Regulation 6(4) of the Preferential Procurement Regulations, 2017;
(2) In order to obtain B-BBEE Status Level points in terms of the provisions of Regulations 6(2) or 7(2) of the Preferential Procurement Regulations, 2017 if a bidder is not an Exempted Micro Enterprise (EME) in terms of the Broad-Based Black Economic Empowerment Act, Act No. 53 of 2003, the bidder must attach an original and valid B-BBEE status level verification certificate or a certified copy thereof, substantiating its B-BBEE rating, in compliance with the requirements of Regulation 6 of the Preferential Procurement Regulations, 2017;
(3) TO ATTACH A VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY OR TCS PIN NUMBER THEREOF;
(4) IN THE CASE OF A JOINT VENTURE/CONSORTIUM, THE VALID ORIGINAL TAX CLEARANCE CERTIFICATE OR COPY/IES THEREOF, OF EACH ENTITY CONSTITUTING THE JOINT VENTURE/CONSORTIUM, MUST BE SUBMITTED WITH THE BID DOCUMENT ;
(5) ATTACH ALL REQUIRED DOCUMENTS TO THE LAST PAGE OF YOUR BID DOCUMENT
(6) BIDDERS OTHER THAN EMES MUST SUBMIT THEIR ORIGINAL AND VALID B-BBEE STATUS LEVEL
VERIFICATION CERTIFICATE OR A CERTIFIED COPY THEREOF, SUBSTANTIATING THEIR B-BBEE
RATING ISSUED BY A REGISTERED AUDITOR APPROVED BY IRBA OR A VERIFICATION AGENCY
ACCREDITED BY SANAS.
Page 86
87
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
THE CONTRACT PART C1 AGREEMENT AND CONTRACT DATA PART C2 PRICING DATA PART C3 SCOPE OF WORKS PART C4 SITE INFORMATION
Page 87
88
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PART C1 AGREEMENT AND CONTRACT DATA C1.1 FORM OF OFFER AND ACCEPTANCE C1.2 CONTRACT DATA C1.3 FORM OF GUARANTEE C1.4 AGREEMENT IN TERMS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF
1993)
Page 88
89
C1.1 FORM OF OFFER AND ACCEPTANCE
FORM OF OFFER AND ACCEPTANCE (AGREEMENT)
OFFER The Employer, identified in the Acceptance signature block, has solicited offers to enter into a contract in respect of the following works: The Bidder, identified in the Offer signature block below, has examined the documents listed in the Bid Data and addenda thereto as listed in the Bid Schedules, and by submitting this Offer has accepted the Conditions of Bid. By the representative of the Bidder, deemed to be duly authorised, signing this apart of this Form of Offer and Acceptance, the Bidder offers to perform all of the obligations and liabilities of the Contractor under the Contract including compliance with all its terms and conditions according to their true intent and meaning for an amount to be determined in accordance with the Conditions of Contract identified in the Contract Data. THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS
rand (in words); R (in figures),
This Offer may be accepted by the Employer by signing the Acceptance part of this Form of Offer and Acceptance and returning one copy of this document to the Bidder before the end of the period of validity stated in the Bid Data, whereupon the Bidder becomes the party named as the Contractor in the Conditions of Contract identified in the Contract Data. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement. FOR THE BIDDER: Signature(s) ____________________________ _____________________________ Name(s) ____________________________ _____________________________ Capacity ____________________________ _____________________________ ___________________________________________________________ (Name and address of organisation) Name and signature of Witness____________________________ Date ________________________
Page 89
90
ACCEPTANCE By signing this part of this Form of Offer and Acceptance, the Employer identified below accepts the Bidder's Offer. In consideration thereof, the Employer shall pay the Contractor the amount due in accordance with the, Conditions of Contract identified in the Contract Data. Acceptance of the Bidder's Offer shall form an agreement, between the Employer and the Bidder upon the terms and conditions contained in this Agreement and in the, Contract that is the subject of this Agreement. The terms of the contract, are contained in Part C1 Agreements and Contract Data, (which includes this Agreement) Part C2 Pricing Data Part C3 Scope of Work Part C4 Site Information and drawings and documents or parts thereof, which may be incorporated by reference into Parts C1 to C4 above. Deviations from and amendments to the documents listed in the Bid Data and any addenda thereto listed in the Bid Schedules as well as any changes to the terms of the Offer agreed by the Bidder and the Employer during this process of offer and acceptance, are contained in the Schedule of Deviations attached to and forming part of this Agreement. No amendments to or deviations from said documents are valid unless contained in this Schedule, which must be duly signed by the authorised representative(s) of both parties. The Bidder shall within two weeks after receiving a completed copy of this Agreement, including the Schedule of Deviations (if any), contact the Employer's agent (whose details are given in the Contract Data) to arrange the delivery of any bonds, guarantees, proof of insurance and any other documentation to be provided in terms of the, Conditions of Contract identified in the Contract Data. Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiation of this Agreement. Notwithstanding anything contained herein, this Agreement comes into effect on the date when the Bidder receives one fully completed original copy of this document, including the Schedule of Deviations (if any). Unless the Bidder (now Contractor) within five working days of the date of such receipt notifies the Employer in writing of any reason why he cannot accept the contents of this Agreement, this Agreement shall constitute a binding contract between the parties. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the Bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement. FOR THE COE: Signature(s) ____________________________ _____________________________ Name(s) ____________________________ _____________________________ Capacity ____________________________ _____________________________ CITY OF EKURHULENI (Name and address of organisation) Name and signature of witness____________________________________________________ Date _________________________
Page 90
91
SCHEDULE OF DEVIATIONS Notes: 1. The extent of deviations from the bid documents issued by the Employer prior to the bid closing date is
limited to those permitted in terms of the Conditions of Bid. 2. A Bidder's covering letter shall not be included in the final contract document. Should any matter in such,
letter, which constitutes a deviation as aforesaid become the subject of agreements reached during the process of, offer and acceptance, the outcome of such agreement shall be recorded here.
3. Any other matter arising from the process of offer and acceptance either as a confirmation, clarification or change to the bid documents and which it is agreed by the Parties becomes an obligation of the contract shall also be recorded here.
4. Any change or addition to the bid documents arising from the above agreements and recorded here, shall also be incorporated into the final draft of the Contract.
1 Subject ________________________________________________________________
Details ________________________________________________________________________ 2 Subject ________________________________________________________________
Details ________________________________________________________________________ 3 Subject ________________________________________________________________
Details ________________________________________________________________________ 4 Subject ________________________________________________________________
Details ________________________________________________________________________ 5 Subject ________________________________________________________________
Details ________________________________________________________________________
6 Subject ________________________________________________________________
Details ________________________________________________________________________ By the duly authorised representatives signing this Schedule of Deviations, the Employer and the Bidder agree to and accept the foregoing Schedule of Deviations as the only deviations from and amendments to the documents listed in the Bid Data and addenda thereto as listed in the Bid Schedules, as well as any confirmation, clarification or change to the terms of the offer agreed by the Bidder and the Employer during this process of offer and acceptance. It is expressly agreed that no other matter whether in writing, oral communication or implied during the period between the issue of the bid documents and the receipt by the Bidder of a completed signed copy of this Agreement shall have any meaning or effect in the contract between the parties arising from this Agreement.
Page 91
92
FOR THE BIDDER: Signature(s) ____________________________ ______________________________ Name(s) ____________________________ ______________________________ Capacity ____________________________ ______________________________ __________________________________________________________ (Name and address of organisation) Name and signature of witness __________________________________________________ Date __________________________ FOR THE COE: Signature(s) ____________________________ ______________________________ Name(s) ____________________________ ______________________________ Capacity ____________________________ ______________________________ CITY OF EKURHULENI (Name and address of organisation) Name and signature of witness __________________________________________________ Date __________________________
Page 92
93
C1.2 CONTRACT DATA CONDITIONS OF CONTRACT Conditions of Contract applicable to this Contract shall be as per the General Conditions of Contract for Construction Works, 3rd Edition, 2015 (GCC 2015). PART 1: DATA PROVIDED BY THE EMPLOYER The following contract specific data are applicable to this Contract:
Clause
1.1.1.7 The Principle Agreement of the General Conditions of Contract for Construction Works (2015), plus
a signed full bid document will act as a full legal document and serve as a Service Level
Agreement. Where applicable the provisions of Municipal Finance Management Act (MFMA) shall
prevail.
1.1.1.13
5.14.5.2
The Defects Liability Period is 365 days after final completion.
1.1.1.14 The time for achieving Practical Completion is 10 Months.
1.1.1.15
1.2.1.2
The Employer is the CITY of EKURHULENI (CoE)
The Employer's address for receipt of communications is:
Physical address: Postal address:
CITY of EKURHULENI Private Bag 1069
C/o Cross & Rose Streets GERMISTON
GERMISTON 1400
1400
Fax: (011) 999-7511
1.1.1.16
1.2.1.2
The Engineer is ……………………………………………………………….
The Engineer's address for receipt of communications is:
Physical (street address) address: Postal address:
………………………………………………… …………………………….
………………………………………………… …………………………….
Fax: ……………………………..
E-mail: ……………………………………….
1.1.1.26 The Pricing Strategy is Re-measurement Contract
3.2.2 DELETE AND REPLACE WITH:
“Whenever the Employer’s agent intends, in terms of the contract, to exercise any discretion, or
make or issue any ruling, contract interpretation or price determination, he shall first consult with
the employer and the contractor in an attempt to reach agreement. Failing agreement, the
Employer’s agent shall advise the Employer on contractual issues where after the Employer will
make a final decision based on the advice of the Agent read with the MFMA. Only then will the
Agent be allowed to issue a final instruction to the contractor.”
Page 93
94
3.2.3 ADD THE FOLLOWING:
“The Employer’s agent shall obtain written permission from the Employer for all variation orders
where such variation order may have an impact on the contract duration, project cost, job creation
or other legal implications related to the contract.”
4.4.1 DELETE AND REPLACE WITH:
“The following will be applicable regarding subcontracting for this contract:
SUBCONTRACTING AS CONDITION OF TENDER
In accordance with Regulation 9 of the Preferential Procurement Policy Framework Act, 2000:
Preferential Procurement Regulations, 2017.
The SUCCESSFUL TENDERER MUST SUBCONTRACT A MINIMUM OF 30% of the value of the contract to-
b) an EME or QSE which is at least 51% owned by black people;
CoE will provide a copy of the Database of Subcontractors to the successful bidder after the final
award. This database will be used for selecting subcontractors.
If, at the completion of the project, the contractor has not yet shown that he/she has complied
with this condition then the shortfall of the specified minimum percentage may be withheld
from the final payment due to the contractor.
Page 94
95
4.5
Variations to the Conditions of Contract are:
Add the following at the end of subclause 4.5:
"4.5.3 The Employer and the Contractor hereby agree, 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', that the following arrangements and procedures shall apply between them 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 authorized 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 Engineer 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 Engineer, of such investigation,
complaint or criminal charge.
4.5.4 The Contractor shall furthermore, in compliance with Constructional Regulations 2014 to the
Act:
(i) 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 to the Employer for
approval within fourteen (14) days after receiving a completed copy of the Agreement and shall be
implemented and maintained from the Commencement of the Works.
(ii) The Employer, or his assigned agent, reserves the right to conduct periodic audits, as
contemplated in the Construction Regulations 2014, to ensure 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 Engineer, 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."
5.2.1 ADD THE FOLLOWING:
“The commencement date will be the date on which the site is handed over to the contractor by the
Employer’s agent, after been instructed by the Employer.
Page 95
96
5.2.1 ADD THE FOLLOWING:
“The commencement date will be the date on which the site is handed over to the contractor by the
Employer’s agent, after been instructed by the Employer.
5.3.1 The documentation required before commencing with the Works are:
1. Health and Safety Plan (Refer to Clause 4.3)
2. Initial programme (Refer to Clause 5.6)
3. Security (Refer to Clause 6.2)
4. Insurance (Refer to Clause 8.6)
Notwithstanding the above, the Contractor shall commence executing the Works within twenty-eight
(28) days of the Commencement Date (site handover) or immediately after such time as the
Contractor's health and safety plan has been approved and the initial requirements have been
complied with.
5.3.2 Time to Submit the documentation required before commencement of the Works is 14 days.
5.8.1 The special non-working days are:
1. All applicable public holidays.
2. The year-end break commencing on the 15th December and ending on 15th January or as agreed on a yearly basis depending on the yearly calendar.
5.12.2.2 ADD THE FOLLOWING:
Adverse Physical conditions:
The following will be applicable for extension of time due to climatic conditions: N/A
5.13.1 The penalty for failing to complete the Works is R 1000.00 per day.
5.14.1 The requirements for achieving Practical Completion are:
1. Complete repairs and maintenance of facilities around CoE.
5.16.3 The latent defects period is 6 months.
58.2 Disputes are to be settled in terms of the General Conditions of Contract for Construction Works, 3rd Edition, 2015 (GCC 2015) plus a signed full bid document will act as a full legal document and serve as a Service Level Agreement, where applicable the provisions of Municipal Finance Management Act (MFMA) shall prevail.
6.1 All payments to bidders will only be made by means of Electronic Fund Transfer (EFT). Successful bidders will be requested to submit within 14 days after appointment, the following documents:
An original letter from the banking institution to confirm full details of the bank
account to the Council (Company name, account number)
An original cancelled cheque (if applicable)
An original letter on the bidding entity’s letterhead confirming bank account details
into which all contract payments must be made, signed by an authorised official of
bidding entity
6.2.1 The type of security required will be a performance guarantee
Page 96
97
6.2.2 DELETE AND REPLACE WITH:
“If the contractors fail to submit the selected security within the time period indicated in 5.3.2, or if
the performance guarantee differ substantially from the pro forma, the Employer may terminate the
contract in terms of clause 9.2.
6.2.3 The Performance Guarantee must substantially contain the wording of the document included as “Performance Guarantee” – See Appendix 3.
6.2.3 The liability of the Guarantee shall be in accordance with paragraph 21 (1)(f) of the CoE’s Supply Chain Management Policy, which reads as follows:
(f) where surety is required it shall be in the form of cash, a certified cheque, or a bank guarantee from a banking institution registered in terms of the Banks Act, 1990 (Act No. 94 of 1990) or from an insurer registered in terms of the Insurance Act, 1943 (Act No. 27 of 1943). Where bidders in Category A cannot raise the required surety of 2,5%, and it is feasible to deduct the amount from the first payment certificate, such concessions may be granted;
Guarantees will be required as follows:
CATEGORY PROJECT VALUE GUARANTEE
A < R500 000 2,5%
B R500 001 – R1 000 000 5%
C R1 000 001 – R2 000 000 7,5%
D >R2 000 000 10%
6.3.1 ADD THE FOLLOWING:
“All variation orders issued by the Employer’s agent, must be pre-approved by the Employer.”
6.6.1 and
6.6.2
ADD THE FOLLOWING:
In the case of purchases of material or appointment of specialist sub-contractors, the contractor
must obtain a minimum of three quotations to be approved by the Employer after the Employer’s
agent confirmed the market relatedness of the quotations.
6.8.1 ADD THE FOLLOWING:
If it is required to balance the Bill of Quantities, in cases where the non-market relatedness of
specific line items poses a risk to the Employer, it will be done in conjunction with the Employer’s
agent. The final balanced BOQ must be approved by the Employer where after it needs to be
included in the contract as the corrected BOQ.
Page 97
98
6.8.2 NB: PLEASE NOTE:
1. CONTRACT PRICE INDEX (CPI) IS APPLICABLE
PERIOD ONE (01)
BID PRICE(S) MUST BE FIXED FOR THE 12 MONTHS AFTER THE BASE MONTH WITH BASE
MONTH BEING ONE MONTH PRIOR TO CLOSING OF BID
PERIOD TWO (02)
BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE FOLLOWING 12 MONTHS
WITH THE BASE MONTH BEING THE 12th MONTH OF PERIOD ONE (01)
PERIOD THREE (03)
BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE REMAINING PERIOD WITH
THE BASE MONTH BEING THE 12th MONTH OF PERIOD TWO (02)
6.8.3 DELETE AND REPLACE WITH:
No variation in the cost of special material will be allowed in this contract
6.10.1.5 The percentage advance on materials not yet built into the Permanent Works is eighty percent (80%) of the value of material
6.10.3 The percentage retention on the amounts due to the Contractor is 10% to be reduced to 5% at completion upon the issuing of Certificate of Completion.
8.6.1.1.2 The value of Plant and materials supplied by the Employer to be included in the insurance sum is R Nil
8.6.1.1.3 The amount to cover professional fees for repairing damage and loss to be included in the insurance sum is R 500 000.00
8.6.1.1.3 The limit of indemnity for liability insurance is R5 000 000-00 for any single claim – the number of claims to be unlimited during the construction and Defects Liability period. (To be approved by the Employer's Claims Management Services Provider)
8.6.1.2 A Coupon Policy for Special Risks is to be issued. (To be approved by the Employer's Claims Management Services Provider)
8.6.1.5 The following additional and varied insurances are required:
Not applicable
Page 98
99
4.5
Variations to the Conditions of Contract are:
Add the following at the end of subclause 4.5:
"4.5.3 The Employer and the Contractor hereby agree, 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', that the following arrangements and procedures shall apply between them 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 authorized 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 Engineer 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 Engineer, of such investigation, complaint or criminal charge. 4.5.4 The Contractor shall furthermore, in compliance with Constructional Regulations 2014 to the Act: (i) 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 to the Employer for approval within fourteen (14) days after receiving a completed copy of the Agreement and shall be implemented and maintained from the Commencement of the Works.
(ii) The Employer, or his assigned agent, reserves the right to conduct periodic audits, as contemplated in the Construction Regulations 2014, to ensure 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 Engineer, 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."
10.4 Disputes are be settled in terms of General Conditions of Contract for Construction Works
7.5.1 ADD THE FOLLOWING:
“Provided further that if the Works or excavation(s) are not ready for inspection or are incorrect or are not in accordance with the drawings or specifications, the fruitless expenditure so incurred by the Engineer will be for the Contractor’s account. In such case a further adequate notice shall be given by the Contractor to the Engineer.”
Page 99
100
8.6 CLAUSE 8.6 ADD THE FOLLOWING:
“Notwithstanding the provisions of the General Conditions of Contract and without limiting the obligations liabilities or responsibilities of the Contractor in any way whatsoever including but not limited to the provision by the Contractor of any insurances, the Contractor will effect and maintain for the duration of the Contract until the date of the Certificate of Completion -
(i) Contract Works Insurance;
(ii) Public Liability Insurance;
(iii) A Coupon for Special Risk Insurance (SASRIA) issued by the South African Special Risk Insurance Association;
in the name of the Contractor (including all Sub-Contractors) and Municipality’s insurable interest must be noted in the policy.
A copy of the Contract Works Insurance, Public Liability Insurance policies and Coupon for Special Risk Insurance as arranged by the Contractor, must be submitted to Municipality. The Insurances will be maintained from the Commencement Date to the date of the Certificate of Completion.
The Contractor shall affect and pay for any supplementary insurance, which in its own interest it may deem necessary.
The Contractor shall insure that all potential and appointed Sub-contractors are aware of the whole content of this clause and enforce the compliance by Sub-contractors with this clause where applicable.
Any clarification of the scope of cover to be provided by the Policies arranged by the Contractor or the Municipality should be obtained from the Municipality’s Broker.
The Contractor and its Sub-contractors are deemed to have full knowledge of the terms and conditions under which the required Insurance cover is issued.”
The contractor shall be requested to submit Letter of Good Standing as issued by the Department of Labor prior commencement of the works.
8.6 ADD THE FOLLOWING:
"In the event of any claim arising under the policy or policies held, the Contractor shall without delay take all the necessary steps to lodge his claim on the joint behalf of himself and the Municipality, and the claim submitted shall cover all costs to repair and make good. The Contractor shall submit copies of all claims and related documents to the Engineer. Settlement of claims will be paid to the Municipality who will pay such amounts to the Contractor on certificate of the Engineer as the rectification proceeds. All claims shall be submitted in accordance with the requirements of the policy."
8.6.5 ADD THE FOLLOWING:
“The Executive Manager Insurance & Risks (Mr. Dries van den Berg) will verify the Contractors All Risks insurance cover and issue a letter of confirmation that adequate cover is in place or not.”
2.2.1 ADVERSE PHYSICAL CONDITIONS:
a. EXTENSION OF TIME FOR COMPLETION
As the work to be performed will be done over short periods of time, no extension of time will be given for abnormal weather. Special situations with special influence will have to be motivated to the Engineer for consideration.
2.2.4 DELETE AND REPLACE WITH:
“If an extension of time is granted and for which compensation is payable in terms of the Contract, the Contractor shall be paid in accordance with the rates bidded for extension of time at the closing of bids and in terms of the Contract.”
Page 100
101
PART 2: DATA PROVIDED BY THE CONTRACTOR
Clause
1(1)(h)
1(2)
The Contractor is ……………………………
The Contractor's address for receipt of communications is:
Physical address: Postal address:
…………………………… …………………………….
…………………………… …………………………….
…………………………… …………………………….
…………………………… …………………………….
Telephone: ……………………………..
Fax: ……………………………..
E-mail: ……………………………..
1(1)(m) The time for completing the works is ……… days
37(2)(b) The percentage allowances to cover all charges for the Contractor's and subcontractor's profits, timekeeping, clerical work, insurance, establishment, superintendence and the use of hand tools is ……%
46(3) The rate for special materials, exclusive of value-added tax (VAT) are:
……………
Page 101
C1.3 FORM OF GUARANTEE PRO FORMA CONTRACT A-RE 04-2018. WHEREAS CITY OF EKURHULENI (hereinafter referred to as "the Employer") entered into, a Contract with ____________________________________________________________________________ (hereinafter called "the Contractor") on the ____________ day of ____________________________ 20____ for the construction of _____________________________________________________________________ at _____________________________________________________________________________________ AND WHEREAS it is provided by such Contract that the Contractor shall provide the Employer with security by way of a guarantee for the due and faithful fulfilment of such Contract by the Contractor; AND WHEREAS _________________________________________________________________________ has/have at the request of the Contractor, agreed to give such guarantee; NOW THEREFORE WE, ___________________________________________________________________ do hereby guarantee and bind ourselves jointly and severally as Guarantor and Co-principal Debtors to the Employer under renunciation of the benefits of division and excussion for the due and faithful performance by the Contractor of all the terms and conditions of the said Contract, subject to the following conditions: 1. The Employer shall, without reference and/or notice to us, have complete liberty of action to act in any manner authorized and/or
contemplated by the terms of the said Contract, and/or to agree to any modifications, variations, alterations, directions or extensions of the Completion Date of the Works under the said Contract, and that its rights under this guarantee shall in no way be prejudiced nor our liability hereunder be affected by reason of any steps which the Employer may take under such Contract, or of any modification, variation, alterations of the Completion Date which the Employer may make, give, concede or agree to under the said Contract.
2. This guarantee shall be limited to the payment of a sum of money 3. The Employer shall be entitled, without reference to us, to release any guarantee held by it, and to give time to or compound or
make any other arrangement with the Contractor. 4. This guarantee shall remain in full force and effect until the issue of the Certificate of Completion in terms of the Contract, unless
we are advised in writing by the Employer before the issue of the said Certificate of his intention to institute claims, and the particulars thereof, in which event this guarantee shall remain in full force and effect until all such claims have been paid or liquidated.
5. Our total liability hereunder shall not exceed the sum of ____________________________________________ (R________________________) The Guarantor reserves the right to withdraw from this guarantee by depositing the Guaranteed Sum with the beneficiary, whereupon the Guarantor's liability hereunder shall cease. We hereby choose our address for the serving of all notices for all purposes arising here from as _______________________________________________________________________________________ IN WITNESS WHEREOF this guarantee has been executed by us at ________________________________ on this __________________________ day of ________________________________ 20______ As witnesses: 1. ____________________________ Signature _____________________________________ 2. ____________________________ Signature _____________________________________ Duly authorized to sign on behalf of _______________________________________________________ Address _______________________________________________________ _______________________________________________________
C1.4 AGREEMENT IN TERMS OF THE OCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993)
Page 102
THIS AGREEMENT made at ________________________________________________________________ on this the _________________ day of ________________________________ in the year ______________ between THE CITY OF EKURHULENI (hereinafter called "the Employer") of the one part, herein represented by in his capacity as ___________________________________________________________________________ and
(hereinafter called "the Mandatory") of the other part, herein represented by
in his capacity as ___________________________________________________________________________ WHEREAS the Employer is desirous that certain works be constructed, viz APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF COE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021. and has accepted a Bid by the Mandatory for the construction, completion and maintenance of such Works and whereas the Employer and the Mandatory have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatory with the provisions of the Occupational Health and Safety Act, 1993 (Act 85 of 1993); NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1 The Mandatory shall execute the work in accordance with the Contract Documents pertaining to this Contract. 2 This Agreement shall hold good from its Commencement Date, which shall be the date of a written notice from the
Employer or Engineer requiring him to commence the execution of the Works, to either (a) the date of the Final Approval Certificate issued in terms of Clause 52.1 of the General Conditions of Contract
(hereinafter referred to as "the GCC"), (b) the date of termination of the Contract in terms of Clauses 54, 55 or 56 of the GCC. 3 The Mandatory declares himself to be conversant with the following: (a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993),
hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act:
(i) Section 8 : General duties of employers to their employees; (ii) Section 9 : General duties of employers and self-employed persons to persons other than
employees; (iii) Section 37 : Acts or omissions by employees or mandataries, and (iv) Subsection 37(2) relating to the purpose and meaning of this Agreement. (b) The procedures and safety rules of the Employer as pertaining to the Mandatory and to all his subcontractors. 4 In addition to the requirements of Clause 33 of the GCC and all relevant requirements of the above-mentioned Volume
3, the Mandatory agrees to execute all the Works forming part of this Contract and to operate and utilise all machinery, plant and equipment in accordance with the Act.
5 The Mandatory is responsible for the compliance with the Act by all his subcontractors, whether or not selected and/or approved by the Employer.
6 The Mandatory warrants that all his and his subcontractors' workmen are covered in terms of the Compensation for Occupational Injuries and Diseases Act, 1993 which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.
7 The Mandatory undertakes to ensure that he and/or subcontractors and/or their respective employers will at all times comply with the following conditions:
Page 103
(a) The Mandatory shall assume the responsibility in terms of Section 16.1 of the Occupational Health and Safety Act. The Mandatory shall not delegate any duty in terms of Section 16.2 of this Act without the prior written approval of the Employer. If the Mandatory obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.
(b) All incidents referred to in the Occupational Health and Safety Act shall be reported by the Mandatory to the Department of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.
(c) The Employer hereby obtains an interest in the issue of any formal inquiry conducted in terms of section 32 of the Occupational Health and Safety Act into any incident involving the Mandatory and/or his employees and/or his subcontractors.
8. The contact details of the OH&S Agent for the COE will be advised on date of award In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF THE COE: WITNESS 1 ....................………………………. NAME 1 ...................................……………. (IN CAPITALS) SIGNED FOR AND ON BEHALF OF THE MANDATORY: WITNESS 1 ....................………………………. . NAME 1 ...................................……………. (IN CAPITALS)
Page 104
CERTIFICATE OF AUTHORITY FOR SIGNATORY TO AGREEMENT IN TERMS OF OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT NO 85 OF 1993) The signatory for the company that is the Contractor in terms of the above-mentioned Contract and the Mandatory in terms of the above-mentioned Act shall confirm his or her authority thereto by attaching to this page a duly signed and dated copy of the relevant resolution of the Board of Directors. An example is given below: "By resolution of the Board of Directors passed at a meeting held on __________________________ 200……, Mr/Ms ______________________________________________________________________ whose signature appears below, has been duly authorised to sign the AGREEMENT in terms of THE OCCUPATIONAL HEALTH AND SAFETY ACT, 1993 (ACT 85 of 1993) on behalf of _____________________
SIGNED ON BEHALF OF THE COMPANY : ________________________________________________ IN HIS/HER CAPACITY AS : ____________________________________________________________ DATE : ________________________________________________ SIGNATURE OF SIGNATORY : ______________________________________________________ WITNESS 1 ....................………………………. NAME 1 ...................................……………. . (IN CAPITALS)
Page 105
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PART C2 PRICING DATA C2.1 PRICING INSTRUCTIONS C2.2 BILL OF QUANTITY
Page 106
C2.1 PRICING INSTRUCTIONS 1 A Service Level Agreement (SLA) entered into amongst the Heads of Department, Real Estate, (RED), and Corporate
Legal Services, (CLS), and the appointed service provider/s, General Conditions of Contract for Construction Works, 3rd Edition, 2015, (GCC 2015), the Contract Data, the Specifications (including the Project Specifications), the Drawings, the Municipal Financial Management Act and the Supply Chain Management Regulations shall be read in conjunction with the Bill of Quantities (BoQ).
2 The BoQ comprises items covering the Contractor's profit and costs of general liabilities and of the construction of
Temporary and Permanent Works. Although the Bidder is at liberty to insert a rate of his own choosing for each item in the BoQ, he should note the fact that the Contractor is entitled, under various circumstances, to payment for additional work carried out and that the Engineer is obliged to base his assessment of the rates to be paid for such additional work on the rates the Contractor inserted in the BoQ. Clause 8 of each Standardized Specification, and the measurement and payment clause of each Particular Specification, read together with the relevant clauses of the Project Specifications, all set out which ancillary or associated activities are included in the rates for the specified operations.
3 Descriptions in the BoQ are abbreviated and may differ from those in the Standardized and Project Specifications. No
consideration will be given to any claim by the Contractor submitted on such a basis. The BoQ has been drawn up generally in accordance with the latest issue of Civil Engineering Quantities1. Should any requirement of the measurement and payment clause of the appropriate Standardized or Project Specification(s) be contrary to the terms of the BoQ or, when relevant, to the Civil Engineering Quantities, the requirement of the appropriate Standardized, Project, or Particular Specification as the case may be, shall prevail.
4 Unless stated to the contrary, items are measured net in accordance with the Drawings without any allowance having
been made for waste. 5 The amounts and rates to be inserted in the BoQ shall be the full inclusive amounts to the Employer for the work
described under the several items. Such amounts shall cover all the costs and expenses that may be required in and for the construction of the work described, and shall cover the costs of all general risks, profits, taxes (but excluding value-added tax), liabilities and obligations set forth or implied in the documents on which the Bid is based.
6 The quantities set out in the schedule of quantities are only approximate quantities. The quantities of work finally
accepted and certified for payment, and not the quantities given in the schedule of quantities, will be used to determine payments to the contractor.
7 A price or rate is to be entered against each item in the Schedule of Quantities, whether the quantities are stated or
not. Failure to comply will render the bid non-responsive. 8 The quantities of work as measured and accepted and certified for payment in accordance with the Conditions of
Contract, and not the quantities stated in the BoQ, will be used to determine payments to the Contractor. The validity of the Contract shall in no way be affected by differences between the quantities in the BoQ and the quantities certified for payment.
Ordering of materials are not to be based on the BoQ, but only on information issued for construction purposes.
9 For the purposes of this BoQ, the following words shall have the meanings hereby assigned to them: Unit : The unit of measurement for each item of work as defined in the Standardized, Project or
Particular Specifications Quantity : The number of units of work for each item
1 The standard system of measurement of civil engineering quantities published by the South African Institution of Civil Engineers.
Page 107
Rate : The payment per unit of work at which the Bidder bids to do the work Amount : The quantity of an item multiplied by the bidded rate of the (same) item Sum : An amount bidded for an item, the extent of which is described in the Bill of Quantities, the
Specifications or elsewhere, but of which the quantity of work is not measured in units 10 The units of measurement indicated in the BoQ are metric units. The following abbreviations may appear in the BoQ:
mm = millimetre m = metre km = kilometre km-pass = kilometre-pass m² = square metre m²-pass = square metre-pass ha = hectare m³ = cubic metre m³-km = cubic metre-kilometre kW = kilowatt kN = kilonewton kg = kilogram t = ton (1 000 kg) % = per cent MN = meganewton MN-m = meganewton-metre PC Sum = Prime Cost Sum Prov Sum = Provisional Sum
11 PRELIMINARY, GENERAL AND SITE ESTABLISHMENT 11.1 Provision
Provision is made in the BoQ for lump sums to cover the Contractor's cost to supply, erect commission, maintain and eventually demolish and remove site facilities, plant, tools and equipment, and for the Contractor to comply with any other obligations of a preliminary and general nature in terms of the contract. The sum tendered in the BoQ for any preliminary and general item shall cover the Contractor's direct and overhead costs, profit and all other costs for the provision of the item and/or compliance with the obligations, liabilities, risks and requirements associated with the item.
Page 108
11.2 Payment for Fixed Cost Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining.
11.3 Payment for Time-related Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining. The total sum subject to recalculation will be adjusted according to the Adjusted Contract Period at the time when Certification of Payment is due.
11.4 Payment for Value-related Items The sum tendered for these items will be paid in equal instalments over the contract period, the amount remaining after every instalment being re-calculated to arrive at equal instalments per month for the contractual period remaining. The total sum subject to recalculation will be adjusted according to the Adjusted Contract Sum at the time when Certification of Payment is due.
12 DAY LABOUR, PLANT HIRE AND HAULAGE Tenderers must state their rates, in the relevant section of the BoQ, for day labor, plant hire and haulage. Plant hire and Day labor rates are to be shown as hourly rates for the various categories of labor set out in the Schedule. Separate rates shall be quoted for work outside normal working hours, "normal working hours" being taken as all weekdays from 07h00 to 17h00.
No work is to be carried out as a charge to day labour, plant hire or haulage without prior written authorization of the Engineer and claims for such activities will not be paid without such authorization.
Rates must include for the use of Contractor's small tools and equipment and must be inclusive of Contractor's overheads and profit.
13 LABOUR INTENSIVE METHODS
Those parts of the contract to be constructed using labour-intensive methods have been marked in the bill of quantities with the letters LI in a separate column filled in against every item so designated. The works, or parts of the works so designated are to be constructed using labour-intensive methods only. The use of plant to provide such works, other than plant specifically provided for in the scope of work, is a variation to the contract. The items marked with the letters LI are not necessarily an exhaustive list of all the activities which must be done by hand, and this clause does not over-ride any of the requirements in the generic labour-intensive specification in the scope of works.
Where minimum labour intensity is specified by the design, the contractor is expected to use their initiative to identify
additional activities that can be done labour-intensively in order to comply with the set minimum labour-intensity.
Payment for items which are designated to be constructed labour-intensively (either in this schedule or in the scope of works) will not be made unless they are constructed using labour-intensive methods. Any unauthorised use of plant to carry out work which was to be done labour-intensively will not be condoned and any works so constructed will not be certified for payment.
Page 109
CONTENTS PAGE
SABS 1200 A : GENERAL SABS 1200 C : SITE CLEARANCE SABS 1200 D : EARTHWORKS SABS 1200 DB : EARTHWORKS (PIPE TRENCHES) SABS 1200 DK : GABIONS AND PITCHING SABS 1200 DM : EARTHWORKS (ROADS, SUBGRADE) SABS 1200 DN : EARTHWORKS (RAILWAY SIDINGS) SABS 1200 F : PILING SABS 1200 G : CONCRETE (STRUCTURAL) SABS 1200 GE : PRECAST CONCRETE (STRUCTURAL) SABS 1200 GF : PRESTRESSED CONCRETE SABS 1200 H : STRUCTURAL STEELWORK SABS 1200 HA : STRUCTURAL STEELWORK (SUNDRY ITEMS) SABS 1200 HC : CORROSION PROTECTION OF STRUCTURAL STEELWORK SABS 1200 L : MEDIUM-PRESSURE PIPELINES SABS 1200 LB : BEDDING (PIPES) SABS 1200 LC : CABLE DUCTS SABS 1200 LD : SEWERS SABS 1200 LE : STORMWATER DRAINAGE SABS 1200 LF : ERF CONNECTIONS (WATER) SABS 1200 LG : PIPE JACKING SABS 1200 ME : SUBBASE SABS 1200 MF : BASE SABS 1200 MFL : BASE (LIGHT PAVEMENT STRUCTURES) SABS 1200 MG : BITUMINOUS SURFACE TREATMENT SABS 1200 MH : ASPHALT BASE AND SURFACING SABS 1200 MJ : SEGMENTED PAVING SABS 1200 MK : KERBING AND CHANNELLING SABS 1200 MM : ANCILLARY ROADWORKS SABS 1200 NB : RAILWAY SIDINGS (TRACKWORK)
Page 110
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 1: OPERATION, MAINTENANCE AND ADMINISTRATIONNOTE: ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL, PREPARATION, INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
GENERAL AND MAINTENANCE ADMINISTRATIONADMINISTRATION
01
02 Fixed monthly rate per administrative support Months N/A
RISK MANAGEMENT01 Monthly insurance for defective workmanship Direct Damage and Months N/A
catastrophic failures - Cover for R 300 000-0002 Monthly insurance for theft and damages R 200 000-00 coverage required Months N/A
GENERAL SAFETYSAFETY PLAN COMPILATION AND ADMINISTRATION
01 Preparation of Health and Safety Plan Sum - N/A02 Establishment of Safety Administration Sum - N/A03 Implementation and maintenance of Health and Safety Plan Sum - N/A04 Health and Safety Training (Material development) Sum - N/A
SCHEDULE 1 TOTAL : CARRIED FORWARD TO SUMMARY R …………….
City of Ekurhuleni
Contractor must allow for "before" and "after" photos to be submitted together with invoices for any task performed.
No payments will be made against items in schedule 1, and the items below are only for reference purposes. All these items, including any other P & G items not indicated below, must be included in the rates provided in the other schedules. Bidders should ensure that sufficient provision is made elsewhere in the Schedule of Rates, as no further consideration will be given to any
claims for P & G items
Page 111
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 1: OPERATION, MAINTENANCE AND ADMINISTRATIONNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUHGT FORWARD R …………….05 Implementation and maintenance of Training Sum - N/A06 Other Health and Safety Fixed-charge Obligations Sum - N/A
PERSONAL PROTECTIVE CLOTHING AND SIGNAGE01 Personal Protective Clothing and Equipment, yearly once off issue Yearly N/A02 Maintenance of Personal Protective Clothing and Equipment Months N/A03 Yearly once off replacement of Temporary Safety Signage (to safeguard
personnel and public during execution of maintenance works) Yearly N/A04 Maintenance of Temporary Safety Signage Clothing and Equipment Months N/A
GENERAL OPERATIONS and QUALITYPLANT AND EQUIPMENT OPERATIONS
01 Fixed monthly rate as per building quality Inspector functionality description Months N/A
EXPANDED PULBLIC WORKS PROGRAMME01 Training allowance paid to targeted labour in terms of formal training Days N/A02 Extra over for the administration of payment of training allowance to targeted labour Days N/A03 Transport and accommodation of workers for training where it is not possible Sum N/A
to undertake training in close proximity to site
SCHEDULE 1 TOTAL : CARRIED FORWARD TO SUMMARY R …………….
City of Ekurhuleni
Page 112
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 1: PROVISIONAL SUMS AND PRIME COST AMOUNTS, SPECIALIST WORKNOTE: ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL, PREPARATION, INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
PROVISIONAL SUMS AND PRIME COST ITEMSSUMS STATED PROVISIONALLY BY CoE
The process to be followed for work not covered or specified in boththe Scope of Work and the Bills of Quantities (BoQ) requires a submissionof three (3) quotations prior to permission being granted for a go-ahead.
SPECIALIST INSTALLATIONS / WORK.01 a) Electrical Installations, light fittings, etc. Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %02 a) Minor Plumbing Installations, etc. Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %03 a) Steel Burglar Bars, Doors, and Gates, etc. Prov sum R 500 000,00
b) Overheads, charges and profit on above %04 a) Aluminium Burglar Bars, Doors, and Gates, etc. Prov sum R 500 000,00
b) Overheads, charges and profit on above %5 a) Gutters, Downpipes, and Box Gutters, etc. Prov sum R 500 000,00
b) Overheads, charges and profit on above %6 a) Repairs to Fencing, All Types Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %7 a) Repairs and Installation of Roll-Up Doors, All Types Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %8 a) Specialist Carpentry, (Kitchen and Built-In Cupboards, Counters, etc.) Prov sum R 500 000,00
b) Overheads, charges and profit on above %9 a) HVAC Installation Prov sum R 1 000 000,00
vvvb) Overheads, charges and profit on above %10 a) ICT Installation Prov sum R 500 000,00
b) Overheads, charges and profit on above %11 a) Fire Detection Prov sum R 250 000,00
b) Overheads, charges and profit on above %12 a) Intruder Alarm Prov sum R 250 000,00
b) Overheads, charges and profit on above %13 a) Joinery Fittings, Signage etc., Prov sum R 250 000,00
b) Overheads, charges and profit on above %14 a) Carports, Shade Nets, and Steel Works, etc. Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %15 a) Industrial scaffolding, Plant, etc. Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %16 a) Cherry Pickers Prov sum R 1 000 000,00
b) Overheads, charges and profit on above %17 a) Community Liaison Offcier, (CLO), As and When Deemed Necessary Prov sum R 162 000,0018 a) Weep holes, wherever encountered and necessary Prov sum R 50 000,00
NB! Mark-up to be a maximum of 10%
SCHEDULE 2 TOTAL : CARRIED FORWARD TO SUMMARY R 11 462 000,00
City of Ekurhuleni
Contractor must allow for "before" and "after" photos to be submitted together with invoices for any task performed.For work to be executed by Contractor only with APPROVAL of CoE and to the sole discretiom of CoE.
Page 113
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 3: REPAIR AND MAINTENANCE LABOUR & MATERIALNOTE: ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL, PREPARATION, INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QUANTITY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….LABOURARTISANArtisan in the following categories: Hours 1 800
1 Bricklayer/Plasterer/ Tiler.01 Normal hours Hours 1 800 R …………….
.02 After hours Hours 150 R …………….
.03 Sundays and Public Holidays Hours 15 R …………….
2 Carpenter (including 1 assistant).01 Normal hours Hours 1 800 R …………….
.02 After hours Hours 150 R …………….
.03 Sundays and Public Holidays Hours 15 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 114
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 3: REPAIR AND MAINTENANCE LABOUR & MATERIALNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEMINDEX REFERS NO DESCRIPTION UNIT QTY RATE AMOUNTREF TO
BROUGHT FORWARD R …………….3 Painter
.01 Normal hours Hours 1 800 R …………….
.02 After hours Hours 150 R …………….
.03 Sundays and Public Holidays Hours 15 R …………….
4 Glazier.01 Normal hours Hours 1 800 R …………….
.02 After hours Hours 180 R …………….
.03 Sundays and Public Holidays Hours 20 R …………….
5 Floor Fitter.01 Normal hours Hours 1 500 R …………….
.02 After hours Hours 150 R …………….
.03 Sundays and Public Holidays Hours 15 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 115
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 3: REPAIR AND MAINTENANCE LABOUR & MATERIALNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEMINDEX REFERS NO DESCRIPTION UNIT QTY RATE AMOUNTREF TO
BROUGHT FORWARD R …………….LABOURER(For tasks where labourers are required to perform a task or where labour only tasks are involved)
.01 Normal hours Hours 1 800 R …………….
.02 After hours Hours 180 R …………….
.03 Sundays and Public Holidays Hours 20 R …………….
SCHEDULE 3 TOTAL: CARRIED FORWARD TO SUMMARY R …………….
City of Ekurhuleni
Page 116
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 4: REPAIR AND MAINTENANCE LABOUR & MATERIAL - NON ITEMIZEDNOTE: ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL, PREPARATION, INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
MATERIAL.01 Estimated Nett cost of materials not specified in Sum R 15 000 000,00
Schedule of quantities and required for completion of works.Cost for period up to 30 June 2018 (estimated to be 36 month)
.02 Percentage mark-up to be added by %contractor on 400.01.01
.03 The process to be followed for work not covered orspecified in both the Scope of Work and the Bills ofQuantities (BoQ) requires a submission of three (3)quotations prior to permission being granted for ago-ahead.
NB! Mark-up to be a Maximum of 10%
SCHEDULE 4 TOTAL: CARRIED FORWARD TO SUMMARY R …………….
City of Ekurhuleni
Page 117
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE: ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL, PREPARATION, INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
TILINGWALL TILING
.01LI 200 mm x 200 mm White glazed ceramic wall tiles m² 300 R …………….
.02LI 300 mm x 300 mm White glazed ceramic wall tiles m² 300 R …………….
FLOOR TILING.01LI "SAMCA" or similar SABS approved 300 mm x 300 mm glazed floor tiles m² 1 000 R ……………..02LI "SAMCA" or similar SABS approved 450 mm x 450 mm glazed floor tiles m² 1 000 R ……………..03LI "SAMCA" or similar SABS approved 500 mm x 500 mm glazed floor tiles m² 1 000 R ……………..04LI "SAMCA" or similar SABS approved 600 mm x 600 mm glazed floor tiles m² 1 000 R ……………..05LI Tal or similar SABS approved tile adhesive kg 250 R …………….
BOLLARDS.01LI 150 mm x 1200 mm plain reinforced concrete bollards. No 100 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 118
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………..02LI 150 mm x 1200 mm reinforced concrete bollards with exposed aggregate finish. No 100 R ……………..03LI 250 mm x 1200 mm plain reinforced concrete bollards. No 100 R ……………..04LI 250 mm x 1200 mm reinforced concrete bollards with exposed aggregate finish. No 100 R …………….
CONCRETE.01LI 20 mpa concrete of 19 mm aggregate m³ 30 R ……………..02LI 25 mpa concrete of 19 mm aggregate m³ 30 R …………….
STRUCTURAL TIMBER.01 SA Pine grade 4 min 38 mm x 38 mm lm 150 R …………….
.02 SA Pine grade 4 min 38 mm x 76 mm lm 150 R …………….
.03 SA Pine grade 4 min 38 mm x 114 mm lm 200 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 119
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………..04 SA Pine grade 4 min 38 mm x 152 mm lm 100 R …………….
.05 SA Pine grade 4 min 50 mm x 76 mm lm 150 R …………….
.06 SA Pine grade 4 min 50 mm x 152 mm lm 100 R …………….
ROOF COVERINGS.01LI Profiled metal sheeting 0,6 mm corrugated, galvanised sheet steel. m² 200 R ……………..02LI Profiled metal sheeting 0,6 mm corrugated "colomet" pre-painted sheet steel. m² 100 R …………….
.03LI Profiled metal sheeting 0,6 mm "IBR" troughed galvanised sheet steel. m² 200 R …………….
.04LI Profiled metal sheeting 0,6 mm "IBR" troughed "colomet" pre-painted sheet steel. m² 100 R …………….
.05LI Profiled Fibreglass roof sheeting m² 100 R …………….
.06LI Profiled Polycarbonate fibre roof sheeting m² 100 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 120
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………..07LI SABS approved Concrete, Clay, or Cement roof tiles m² 150 R …………….
.08LI SABS approved Thatch roof cover m² 150 R …………….
CEILINGS.01LI Nutec fibre cement 3,5 mm ceiling board m² 1 000 R …………….
.02LI Nutec fibre cement 6,0 mm ceiling board m² 500 R …………….
.03LI 6 mm gypsum board ceiling m² 1 000 R …………….
.04 600 mm x 600 mm steel trap door with frame No 150 R …………….
.05LI Acoustical fire retardent suspended ceiling panels in various sizes with Tbaras m² 1 000 R …………….required for installation
.06 75 mm gypsum cornice lm 1 000 R …………….
.07 Fibreglass wool ceiling insulation lm 1 000 R …………….
.08 Sisalation aluminium coated instulation material lm 1 000 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 121
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….DOORS
.01LI Semi solid flush panel Sapele veneer door 813mm x 2032mm. No 500 R …………….
.02LI Semi solid flush panel hardboard door 813mm x 2032mm. No 500 R …………….
.03LI Framed ledged and braced meranti hardwood door 813mm x 2032mm open back. No 500 R …………….
.04LI Framed meranti 3 panel fielded solid hardwood door. No 250 R …………….
.05LI Framed ledged and braced meranti double rebated doors 1511mm x 2032mm. No 100 R …………….
.06LI Trellidor / Expanda door Security Gate or similar SABS approved, 813mm x 2032mm. No 500 R …………….
.07LI Trellidor / Expanda door Security Gate or similar SABS approved, 1500mm x 2032mm. No 500 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 122
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….SKIRTINGS AND DADO RAILS
.01LI 76 mm meranti hardwood skirting lm 150 R …………….
.02LI 70x200mm meranti dado rails lm 150 R …………….
.03LI 3 x 200 mm aluminium sheet dado rail lm 150 R …………….
IRONMONGERYLOCKS
.01LI UNION 3-lever mortise lock (Code 22312/76 CH) or similar SABS approved No 100 R …………….
.02LI UNION 4-lever mortise lock (Code 22313/76 CH) or similar SABS approved No 100 R …………….
.03LI "STATUS" 5-lever mortise security sash lock (Code 795/57) or similar SABS approved No 100 R …………….
.04LI UNION double cylinder mortise lock (Code 22315/76 SS) or similar SABS approved No 100 R …………….
.05LI UNION double cylinder only for above lock (Code 2X18CH 66mm) or similar SABS No 150 R …………….approved.
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 123
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………..06LI UNION half cylinder only for above lock (Code 2X20CH 42mm) or similar SABS No 50 R …………….
approved.
.07LI UNION rim right latch or similar SABS approved No 300 R …………….
.08LI UNION bathroom indicator lockset or similar SABS approved (Code CZ682/43/18/CH). No 100 R …………….
.09LI "DDL" digital code mortise lock with spring bolt (Code DDL 2000 SC) or similar SABS No 10 R …………….approved.
.10LI VIRO 50 mm padlock or similar SABS approved. No 500 R …………….
.11LI "Laudon" Cam cupboard lock 19 mm or similar SABS approved. No 10 R …………….
.12LI "Laudon" Cam cupboard lock 22 mm or similar SABS approved. No 10 R …………….
.13LI "Laudon" Cam cupboard lock 24 mm or similar SABS approved. No 10 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 124
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….SUNDRIES1 BARREL BOLT
.01LI 100 mm brass No 100 R …………….
.02LI 100 mm CP No 100 R …………….
.03LI 150 mm brass No 100 R …………….
.04LI 150 mm CP No 100 R …………….
.05LI 100 mm Necked brass No 100 R …………….
.06LI 100 mm Necked CP No 100 R …………….
.07LI 150 mm Necked brass No 100 R …………….
.08LI 150 mm Necked CP No 100 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 125
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….2 DOOR HANDLE
.01LI UNION Gower handle only (Code CZ682/05 CH or SC) or similar SABS approved. No 250 R …………….
.02LI UNION Gower handle only (Code CZ682/05 CH or SC) or similar SABS approved. No 250 R …………….
3 DOOR CLOSER.01 "DORMA" TS73EN /324 regular arm door closer or similar SABS approved. No 150 R …………….
.02 UNION Model 7770 door closer or similar SABS approved. No 150 R …………….
4 STEEL KEY CABINET.01 "JOMA" 105 key 475 mm x 350 mm x 60 mm or similar SABS approved. No 50 R …………….
.02 "Breakglass" Unit with required key or similar SABS approved. No 50 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 126
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….WINDOW FURNITURE1 STEEL WINDOWS
.01LI Window fasteners LH or RH brass or CP. No 100 R …………….
.02 Sliding stays LH or RH brass or CP:
a) 150 mm No 100 R …………….
b) 180 mm No 100 R …………….
c) 270 mm No 100 R …………….
.03 Peg stays brass or CP:
a) 150 mm No 100 R …………….
b) 200 mm No 100 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 127
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR AND MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….c) 250 mm No 100 R …………….
2 TIMBER FRAMES.01LI Brass casement fasteners (Code CFW9). No 50 R …………….
.02 Brass peg stays:
a) PCS 53/150 No 50 R …………….
b) PCS 53/200 No 50 R …………….
c) PCS 53/250 No 50 R …………….
d) PCS 53/350 No 50 R …………….
.03 Electro galvanised easy clean hinge 250mm x 20mm LH or RH. No 50 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 128
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….RAILS
.01 19 mm CP towel rail with brackets lm 100 R …………….
.02 32 mm Paraplegic angle side grab rail No 50 R …………….900 mm Stainless Steel (Code BM 24)
.03 Expansion joint 80 mm anodised aluminium rebate cvover strip. lm 50 R …………….
DRYWALLINGRhino wall 12 mm walling to 2,7 m high lm 500 R …………….
BLINDS AND CURTAIN RAILS.01LI Vertical blinds m² 100 R …………….
.02LI Venetian blinds m² 100 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 129
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………."TOPS" MIRRORDEX OR "PARROT" PINNING BOARDS CARPET COVERED ALUMINIUM EDGED
.01LI 600 mm x 900 mm No 50 R …………….
.02LI 900 mm x 900 mm No 50 R …………….
.03LI 900 mm x 1200 mm No 50 R …………….
.04LI 1200 mm x 1500 mm No 50 R …………….
.05LI 1200 mm x 1800 mm No 50 R …………….
.06LI Lockable glass fronted hardwood cabinet to enclose pinningboard.
.01 75 x 900 x 1200 No 50 R …………….
.02 75 x 1200 x 1500 No 50 R …………….
.03 75 x 1200 x 1800 No 50 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 130
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….WHITE BOARDS
TOPS MIRRORDEX OR "PARROT" Aluminium edged with pen tray and concealedfixing or similar SABS approved.
.01 600 mm x 900 mm No 50 R …………….
.02 900 mm x 900 mm No 50 R …………….
.03 900 mm x 1200 mm No 50 R …………….
.04 1200 mm x 1500 mm No 50 R …………….
.05 1200 mm x 1800 mm No 50 R …………….
PAINT (PLASCON, DULUX OR THE OTHER SABS APPROVED TO EXISTING SURFACES) ALL INCLUSIVE RATE
.01LI Gloss enamel paint m² 1 000 R …………….
.02LI Eggshell enamel paint m² 1 000 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 131
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R ……………..03LI Interior / Exterior emulsion paint m² 1 500 R …………….
.04LI Interior / Exterior Acrylic PVA paint m² 1 500 R …………….
.05LI Polyurethane velvet enamel paint m² 500 R …………….
.06LI Universal undercoat paint m² 1 500 R …………….
.07LI Exterior textured paint m² 1 000 R …………….
.08LI Interior varnish matt or clear m² 500 R …………….
.09LI Ultra Marine exterior varnish matt or clear m² 500 R …………….
.10LI Acrylic roof paint m² 2 000 R …………….
.11LI "Silvakote" waterproofing bituminous aluminium paint m² 2 000 R …………….
.12LI Acrylic water based waterproofing paint m² 2 000 R …………….
.13LI 4 mm Derbigum SP waterproofing or similar SABS approved m² 1 000 R …………….
.14LI SABS approved facebrick dressing paint m² 1 000 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 132
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….GLAZING
.01LI Window putty kg 50 R …………….
.02LI Meranti hardwood glazing beads m 150 R …………….
.03LI PVC or rubber glazing gaskets or beads m 150 R …………….
.04LI 3 mm clear float glass m² 100 R …………….
.05LI 4 mm clear float glass m² 100 R …………….
.06LI 5 mm clear float glass m² 100 R …………….
.07LI 4 mm Obscure frosted glass m² 50 R …………….
.08LI 5 mm Obscure frosted glass m² 50 R …………….
.09LI 6,4 mmLaminated safety glass, impact resistant m² 100 R …………….
.10 6 mm Silvered float glass copper backed mirror with polished edges. m² 50 R …………….
CARRIED FORWARD R …………….
City of Ekurhuleni
Page 133
ALL AREAS - GENERAL BUILDING MAINTENANCE TERM CONTRACTSCHEDULE OF QUANTITIES: GENERAL BUILDING MAINTENANCE
Tender No. A-RE 04-2018SCHEDULE NO 5: REPAIR AND MAINTENANCE LABOUR & MATERIAL - ITEMIZEDNOTE:ALL LABOUR AND MATERIAL RATES TO FULLY INCLUDE REMOVAL,PREPARATION,INSTALLATION AND THE USE OF SPECIALISED EQUIPMENTS WHERE APPLICABLE.
BASE PAYMENT ITEM MATERIAL LABOURINDEX REFERS NO DESCRIPTION UNIT QTY RATE RATE AMOUNTREF TO
BROUGHT FORWARD R …………….FLOORING
.01LI Woodblock flooring 76 mm x 228 mm x 22mm Kiaat or Rhodesian Teak hardwood or m² 100 R …………….similar SABS approved.
.02LI Mosaic woodblock panels Rhodesian Teak 480mm x 480mm or similar SABS m² 100 R …………….approved.
.03LI SAP wood strip flooring tongued and grooved 125mm x 22mm. m² 100 R …………….
.04LI Mechanical floor sanding for above flooring. m² 500 R …………….
.05LI 300 mm x 300 mm x 2,5 mm Vinyl semi flexible tiles. m² 100 R …………….
.06LI 900 mm wide x 2,0 mm fully flexible vinyl floor sheeting. m² 100 R …………….
.07LI 900 mm wide x 2,0 mm fully flexible vinyl floor sheeting. m² 100 R …………….
.08LI 6 mm Seam welding rod for above. lm 50 R …………….
.09LI 500mm x 500mm x 6mm interlocking rubber flooring complete with edging strip. m² 100 R …………….
.10LI 500mm x 500mm, 920g bitumen back tile carpets. m² 100 R …………….
SCHEDULE 5 TOTAL: CARRIED FORWARD TO SUMMARY R …………….
City of Ekurhuleni
Page 134
TENDER NO. A-RE 04-2018
GENERAL MAINTENANCE
SCHEDULE NO 1: ADMINISTRATION, SAFETY AND OPERATIONS
SCHEDULE NO 2: PROVISIONAL SUMS AND PRIME COST SPECIALIST WORK R 11, 462, 000.00
SCHEDULE NO 3: BREAKDOWN AND REPAIR MAINTENANCE LABOUR R………………….
SCHEDULE NO 4: BREAKDOWN AND REPAIR MAINTENANCE MATERIAL R………………….
SCHEDULE NO 5: GENERAL MAINTENANCE MATERIAL R………………….
CONTINGENCIES @ 10 % R………………….
SUB TOTAL R………………….VAT (@ 15%) R………………….TOTAL R………………….
City of Ekurhuleni
SUMMARY OF SCHEDULE OF QUANTITIES: APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES,
PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PLEASE NOTE: The quantities in the bill are for evaluation purposes only, and actual quantities will depend on the amount of work to be carried out, and the finances available. It is also envisaged that more than one contractor may be appointed, in which case the quantities for
each contractor will be reduced.
To be included in other rates
Page 135
NB! It is the intention of CoE to appoint more than one (1) Contractor.
Procedure for allocation of work:
1. Subject to a market related exercise and in line with the Preferential Procurement Policy Framework Act, (Act 5 of
2000), contractors should be appointed at their own bidded rates, even though the highest procurement points
scoring bidder will enjoy the preference.
2. The highest procurement points scoring bidder will also be appointed, inclusive of all other bidders at the own rates.
CoE intends to allocate work as follows:
1. Subject to capacity and performance, the highest procurement points scoring bidder will be awarded work to the
value of at least 5% more than that of the second highest procurement points scoring bidder.
2. The second highest procurement points scoring bidder should be awarded work to the value of 5% more than that of
the third highest procurement points scoring bidder. The methodology will be determined by the overall number of
bidders eventually recommended.
ESCALATION - CONSUMER PRICE INDEX
PERIOD ONE (01)
BID PRICE(S) MUST BE FIXED FOR THE FIRST 12 MONTHS AFTER THE BASE MONTH WITH BASE MONTH
BEING ONE MONTH PRIOR TO CLOSING OF BID
PERIOD TWO (02)
BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE FOLLOWING 12 MONTHS WITH THE
BASE MONTH BEING THE 12th MONTH OF PERIOD ONE (01)
PERIOD THREE (03)
BID PRICE(S) IS/ARE SUBJECT TO ESCALATION OF CPI FOR THE REMAINING PERIOD WITH THE BASE
MONTH BEING THE 12th MONTH OF PERIOD TWO (02)
Page 136
PLEASE NOTE: As this bid is estimated to exceed a rand value of R10 million (VAT, and contingencies included), all bidders are required to furnish, -
(1) If a bidder is a registered company required by law to have its annual financial statements audited
or independently reviewed in compliance with the requirements of the Companies Act ,Act No.71 of
2008, or any other law, audited or independently reviewed annual financial statements, as the case
may be, prepared within six (6) months of the end of the bidders most recent financial year together
with the audited or independently reviewed annual financial statements for the two immediately
preceding financial years, unless the bidder was only established within the past three (3) years in
which case all of its annual financial statements must be submitted.
(2) If a bidder is a registered close corporation, annual financial statements in compliance with the
provisions of the Close Corporations Act, Act No. 69 of 1984, prepared within nine (9) months of the
end of the bidders most recent financial year together with the annual financial statements for the
two immediately preceding financial years, unless the bidder was only established within the
past three (3) years in which case all of its annual financial statements must be submitted.
(3) Annual financial statements submitted must comply with the requirements of the Companies
Act or the Close Corporations Act.
(4) If the bidder only commenced business within the past three years, the bidder is required to submit
annual financial statements in compliance with the provisions of (1) and (2) above for each of its
financial years since commencing business.
(5) If a bidder is not required by law to have its annual financial statements audited or independently
reviewed, or is not a Close Corporation, then non-audited annual financial statements for the periods
referred to above must be submitted.
Signature of person authorised to sign bid documents
Name in block letters
Designation Date
Page 137
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PART C3 SCOPE OF WORKS
CONTENTS
PAGE(S) C3.1 DESCRIPTION OF WORKS
C3.2 HEALTH AND SAFETY
C3.3 TECHNICAL SPECIFICATIONS
Page 138
STATUS In the event of any discrepancy between the Scope of Works and a part or parts of the SABS 1200 Standardized Specifications, the Bill of Quantities or the Drawings, the Project Specifications shall take precedence and prevail in the Contract. PORTION 1: CONTRACT
C3.1: Scope of Works and Project Specifications
PS1.1 SCOPE
These Specifications are set out in two portions. Portion 1 covers the Project Specifications, including the general
description of the project, the facilities available and the requirements to be met. The variations and additions to the SANS
1200 Standardised Specifications particular to this contract are also included in Portion 1. Portion 2 covers the Technical
and Particular Specifications.
GENERAL CRITERIA
The mandatory tender evaluation will be based on the following methodology. All bidders scoring a zero in any of the
aspects below or a total score of less than an 8 out of possible 10 points will be disqualified.
Evaluation aspect 2 Points minimum requirement
1 Point minimum requirement
0 Points score
Plant and equipment (owned or leased)
More than 1 of each of the following;
TLB;
Tipper truck;
1 Ton Bakkie
4 Ton Truck.
At least 1 of each of the following;
TLB;
Tipper truck;
1 Ton Bakkie
4 Ton Truck.
Does not meet minimum requirement.
Financial Ability (Ability
to Deliver) – previous
annual turnover or any
proof of financial ability
(amount to be reflected)
More than R 5 million and above
R 3 million up to R 5 million Less than R 3 million
Size of Enterprise (Ability
to Deliver) – previous
annual turnover or any
proof of financial ability
(amount to be reflected)
More than R 5 million and above
R 3 million up to R 5 million Less than R 3 million
Staffing profile
More than one of each of the below staff;
Project Manager – Project Management Qualification
Site Foremen – Any FET Built Environment
One of each of the below staff;
Project Manager – Project Management Qualification
Site Foremen – Any FET Built
Does not meet minimum requirement.
Page 139
Evaluation aspect 2 Points minimum requirement
1 Point minimum requirement
0 Points score
Qualification
Carpenter with Carpentry Trade test certificate,
Bricklayer with Bricklaying Trade test certificate, and
Painter with Painting Trade test certificate.
Environment Qualification
Carpenter with Carpentry Trade test certificate,
Bricklayer with Bricklaying Trade test certificate, and
Painter with Painting Trade test certificate
Capability/Experience
Bidder listed more than one reference where the bidder repaired, and maintained facilities, and waterproofed facilities.
Bidder listed one reference where the bidder repaired, and maintained facilities, and waterproofed facilities.
Does not meet minimum requirement.
NB: The above general criteria must be completed under GENERAL CRITERIA for bidder to be scored points PLEASE NOTE: Acceptable bidders will be required to submit the following documents within five (5) working days from date of request:
Project Manager – Proof of valid Project Management Qualification of a Minimum of NQF 6 Level.
Site Foremen – Proof of valid FET Built Environment Qualification
Carpenter – Proof of valid Carpentry Trade test certificate,
Bricklayer – Proof of valid Bricklaying Trade test certificate, and
Painter – Proof of valid Painting Trade test certificate
Failure to do submit the above within the stated period will render your bid non-responsive. SUBCONTRACTING AS CONDITION OF TENDER In accordance with Regulation 9 of the Preferential Procurement Policy Framework Act, 2000: Preferential Procurement Regulations, 2017. The SUCCESSFUL TENDERER MUST SUBCONTRACT A MINIMUM OF 30% of the value of the contract to-
iii) an EME or QSE which is at least 51% owned by black people;
CoE will provide a copy of the National Treasury Database of Subcontractors to the successful bidder after the final award. This database will be used for selecting subcontractors. If, at the completion of the project, the contractor has not yet shown that he/she has complied with this condition then the shortfall of the specified minimum percentage may be withheld from the final payment due to the contractor.
Page 140
PS1 PROJECT SPECIFICATIONS
PS1.1 SCOPE
These Specifications are set out in two portions. Portion 1 covers the Project Specifications, including the
general description of the project, the facilities available and the requirements to be met. The variations and
additions to the SANS 1200 Standardised Specifications particular to this contract are also included in Portion
1. Portion 2 covers the Technical and Particular Specifications.
PS1.2 STATUS
In the event of any discrepancy between the Project Specifications and a part or parts of the SANS 1200
Standardised Specifications, Additional Specifications, Technical and Particular Specifications, the Schedules
of Quantities or the Drawings and Preambles to Trades, the Contract Manager shall be notified in writing and
the Contract Manager’s decision will be final.
PS1.3 DILIGENCE
PS 1.3.1 Termination
If it is found that;
a) The contractor does not install the correct material and work not according to the relevant specification
and/or the instructions of the supplier of the equipment, material and/or system;
b) The contractor and/or his/her workmen are found to dump rubble and/or waste illegally on any other
place than legal dumping facilities;
c) Allow unqualified persons carry out the works;
d) If the contractors response time and work completion period are not within the specified quoted time
frame;
e) The Contractor will be given 7 (seven) calendar days written notice to rectify the situation;
f) If the Contractor does not respond positively to the satisfaction of the responsible Council Official;
This will result in the termination of the contract.
PS 1.3.2 Default
When a Works-Order (WO) is issued to an appointed contractor, he/she shall commence with the task within
48 hours, failing which the works order will be revoked and issued to another appointed contractor.
Page 141
PS2 GENERAL
PS2.1 GENERAL DESCRIPTION
Each building with its finishes and furnishings may require work that may include any one or more of the
following activities as set out in clause PS2.4 below: repair, servicing, testing and maintenance during the
term of the Contract.
NOTE: Repair work will be carried out within facilities that are occupied by the Employer’s personnel.
PS2.2 DESCRIPTION OF SITE
The site of the works consists of six districts within the City of Ekurhuleni Metropolitan Municipality (CoE).
These are Region A, Region B, Region C, Region D, Region E, and Region F.
PS2.3 BUILDINGS FORMING PART OF THIS CONTRACT
A map identifying and showing the locations of the six Districts is included in this tender under the annexures.
PS2.4 DETAILS OF CONTRACT
THE CONTRACT CONSISTS OF REPAIR SERVICES TO BUILDINGS IN EACH AREA. THE FOLLOWING
IS INCLUDED:
o Building finishes and structural work: Carpentry and joinery (ironmongery, doors, windows, etc.);
o Paintwork (areas < 50 m² and > 50 m²);
o Glasswork Etc.;
o Building services: Road surface repairs (including road markings, etc.) only for those inside the facility
perimeter;
o Wet services (including storm water drainage, etc.) only for those inside the facility perimeter;
o Welding works; and
o Other work.
The description of the Works given above is not necessarily complete and shall not limit the work to be carried
out by the Contractor under this Contract.
Approximate quantities of each type of work are given in the Schedules of Quantities.
THE CONTRACT ALSO CONSISTS OF MAKING PROVISION FOR PROVISIONAL SUMS AND PRIME
COST AMOUNTS FOR ALL KINDS OF SPECIALIST WORK, etc.:
In general, specialist installations envisaged will be of the following, but not limited to;
o Electrical installations, light fittings, etc.;
o Minor plumbing installations, etc.;
o Steel burglar bars, doors, and gates;
o Aluminium burglar bars, doors, and gates;
o Gutters, downpipes, and box gutters;
o Repairs to fencing, all types;
Page 142
o Repairs and installation of roll-up doors, all types;
o Specialist Carpentry, (Kitchen cupboards, built-in cupboards, counters, etc.);
o HVAC installations;
o ICT installations;
o Fire detection;
o Intruder Alarm;
o Joinery Fittings, Signage etc.;
o Carports, shade-netting and steel works;
o Industrial scaffolding, plant etc.;
o Cherry pickers;
o Community Liaison Officer (CLO), as and when, and where determined to be necessary, with prior
arrangement, and agreement;
o Weep holes, wherever encountered and necessary; and
o All other related and relevant work
The process to be followed for work not covered or specified in both the Scope of Work (SoW) and the
BoQ requires a submission of three (3) quotations prior to permission being granted for a go-ahead.
CIDB GRADING: 6GB / 5GBPE
PS2.5 SITE FACILITIES REQUIRED FOR THE CONTRACT MANAGER
PS2.5.1 Assistance by Contractor
The Contractor shall at all times assist the Contract Manager/s to carry out his/her/their duties according to
the applicable clauses of the SLA, General Conditions of Contract entered into amongst the Heads of
Department RED, CLS, and the appointed service providers.
PS2.6 FEATURES REQUIRING SPECIAL ATTENTION
PS2.6.1 Repairs
The Contractor shall have sufficient staff, equipment and materials to attend to various repairs simultaneously.
(a) Breakdown Repairs
Breakdown repairs refer to repairing defects (including malfunctions) which are carried out on an ad-
hoc basis if and when a defect occurs.
The Contractor will be paid for repairing breakdowns using the items listed in Schedule No. 4 of the
Schedules of Quantities for breakdown maintenance, but should such an item not exist for the work
that has to be carried out he/she will be paid in accordance with the rates tendered for labour and
material in Schedules No. 3 or 4 respectively of the Schedules of Quantities.
PS2.6.2 Replacement of items
Where it is necessary to replace any existing item with a new item under this Contract, the new item shall be
of at least the same quality as the existing item. The Contract Manager shall have the right to reject the item if
it is of inferior quality.
Page 143
PS2.7 SITE TO BE KEPT CLEAN
During progress of the works and upon completion thereof, the Site of the Works shall be kept and left in a
clean and orderly condition. The Contractor shall store materials and equipment for which he/she is
responsible in an orderly and safe manner and shall keep the site free from debris and obstructions inter alia
in compliance with Construction Regulations, 2014, as promulgated in Government Gazette No: 37307 and
Regulation Gazette No: 10113 of 07 February 2014, in the Occupational Health and Safety Act, 1993 (Act 85
of 1993) (OHS), as amended.
All redundant materials, rubbish and waste arising from the work must be regularly removed from the Site at
the Contractor’s cost and the Site and buildings left clean and tidy.
PS2.8 SANS SPECIFICATIONS AND CODES OF PRACTICE
All reference in this document to South African National Standards (SANS) specifications and codes of
practice, or any other standard specifications or codes of practice, including National Building Regulations and
Standards Act (Act 103 of 1973) (NBRs), and Regulations as amended, shall be deemed references to the
latest issues of such specifications and codes.
PS2.9 MATERIALS
The Contractor shall attach to his/her accounts original supplier’s tax invoices for new parts, components and
materials to be used or that were used for repair work requiring non-scheduled items. The full description
similar to that required to order an item from a supplier, i.e. Make: model, serial number, size, capacity, etc.
shall be listed on the account.
The Contract Manager reserves the right to:
a) Supply to the Contractor new parts, components and materials required to undertake repairs, or
b) If the price submitted by the Contractor is considered to be unacceptably high, obtain quotations for
such new parts, components and materials from other independent sources, and after making
reasonable allowance for Contractor’s mark-up, adjust the Contractor’s price accordingly.
The above applies to new parts, components and materials that are to be used for both maintenance
and repair.
Where no rate is tendered in the Schedule of Quantities for new items the prices for new items given
by the Contractor shall be in line with prices of similar items in the Schedule of Quantities or
reasonable prices in the industry.
Unless stated otherwise in writing by the Contract Manager, all proprietary materials are to be used,
mixed, applied, fixed, etc., strictly in accordance with the manufacturer’s recommendations.
PS2.10 PROTECTION OF FURNITURE AND EQUIPMENT
Most of the work to be done inside buildings and residential accommodation will be carried out where there is
furniture and other equipment.
Page 144
The Contractor shall be responsible for moving the furniture and equipment in order to provide working space
for his/her personnel. The movement of furniture and equipment shall be kept to the very minimum and the
Contractor shall be solely responsible for any damage to furniture or equipment arising from its removal
and/or replacement.
PS2.11 QUALITY CONTROL
The Contractor shall at all times ensure that his/her work complies with Specifications.
The onus to produce work that conforms in quality and accuracy of detail to the requirements of the
Specifications and Drawings rests with the Contractor, and the Contractor shall, at his/her own expense,
institute a quality-control system and provide experienced Contract Managers, foremen, materials technicians,
other technicians and technical staff, together with all transport, instruments and equipment to ensure
adequate supervision and positive control of the Works at all times.
The cost of supervision and process control, including testing carded out by the Contractor, will be deemed
included in the rates tendered for the related items of work.
The Contractor’s attention is drawn to the provisions of the various Specifications regarding the
implementation of a quality assurance system and the minimum frequency of checking required. The
Contractor shall, at his/her own discretion, increase this frequency where necessary to ensure adequate
control.
PS2.12 CERTIFICATES OF PAYMENT
The statement to be submitted by the Employer as described in GCC 2015, conditions of contract, shall be
prepared in accordance with the standard payment certificate prescribed by the Contract Manager and shall
comprise at least two sets of A4-size paper copies.
All costs for the preparation and submission of the statements shall be borne by the Contractor.
PS2.13 AVAILABILITY OF VENUES
The buildings wherein, repair work is to be carried out under this Contract are not necessarily always available
for such work and availability thereof depends on what they are used for.
Should changes in availability occur during the Contract Period, the Contract Manager will notify the
Contractor thereof in good time and The Contractor shall make allowance for such possible changes in his/her
tendered rates, as no additional compensation therefore will be made.
PS2.14 ADDITIONAL WORK
The Contractor shall have enough staff, equipment and materials to cope with additional repair work as
determined by the Contract Manager. The additional work shall be carried out at tendered rates.
Should the Employer decide during the Contract period to add to the scope of the repair work under his/her
Contract, such additional work shall be carried out without in any way detrimentally affecting repair and
maintenance work already in progress. To achieve this, the Contractor shall employ sufficient additional staff
Page 145
and bring onto the Site such extra equipment as may be necessary. Payment for such additional work will be
at negotiated rates only if the work is different to that already in progress.
PS2.15 APPLICABLE STANDARDIZED SPECIFICATIONS
For the purposes of this Contract, the following SANS 1200 Standardized Specifications shall apply:
o SANS 1200 A: General
Variations and additions to the following SANS 1200 Standardized Specifications are given in Portion 2 of the
Project Specifications:
o SANS 1200 A: General
The following Technical and Particular Specifications for work not covered by the SANS 1200, Standardized
Specifications are also bound in Portion 2 of the Project Specifications:
Technical Specifications
BA : Roof coverings
BB : Carpentry and joinery for roofs and ceilings
BD : Walls
BE : Floors
BF : Structural concrete
BH : Fittings
BJ : Paintwork
CA : Roads
CB : Storm water drainage
PS2.16 OPERATIONAL COSTS
The bid is for the operational costs incurred by contractors only. All operational costs, including transport
costs to be incurred by the contractor to render the service must be calculated and expressed in a
rate per hour worked in the Schedule of Quantities in the Bid Document:
a) Should it be required of a contractor to work outside normal office hours (7H00 to 17H00) the after
hourly rates as tendered will be applicable.
b) Operational Costs exclude the cost of consumables (material)
c) Contractor to provide a 24hr call logging system to insure proper management of recourses.
d) Contractor to provide monthly reports per building; indicating response time, types of repairs required
and cost, at no extra cost, provision to be made for in the Schedule of Quantities.
PS2.17 COST OF MATERIALS AND INSTALLATION
The specified material items listed in the Schedule of Quantities to be used shall be priced complete with all
installation material required to complete the installation of each item, complete with supply and delivery of
different equipment – installations are covered by labour rates separately.
Page 146
Payment will be made after such usage has been certified by the official responsible for the complex or
building.
PS2.18 CONSUMABLES
Consumables are material and/or specialised equipment to be hired for use on a specific job not covered in
the specified Schedule of Quantities, with prior approval from the Contract Manager (s).
Payment will be made after such usage has been approved by the Contract Manager (s) and certified by the
official responsible for the complex or building and be covered under the relevant provisional sum allowed for
in the Schedule of Quantities.
The consumable cost to be paid by Council will be subject to a certified copy of invoice from the supplier plus
percentage mark-up as tendered by the contractor in the schedule of rates.
The contractor must ensure the material obtained is SANS approved or complies with the relevant SANS
specification and is the most cost effective cheapest available. Council reserves the right to check prices and
to demand a change of material supplier to curb costs.
Material prices may be audited and amended on CoE’s discretion based on average material prices from
known suppliers in the Ekurhuleni area.
Costs for hiring specialized equipment must be specified under cost of consumables on estimates and
invoices.
Contractors are warned not to “load” Estimates and quotations as this will lead to the services of
another contractor being utilized if a compromise cannot be reached.
PS2.19 CALL OUTS, ESTIMATES AND WORKS ORDERS
Contractors will be called out by telephone or cell phone to give an estimate on the repairs to be affected at a
specific building in accordance with a works order issued by the Council Official concerned as and when
required.
Estimates must be submitted showing the description of work to be carried out as per the works order and the
specified items rates for supply and install as tendered and must be shown in Schedule format as per
payment reference.
The estimate will be evaluated by the Council Official concerned and if satisfied that the costs and time frames
are reasonable an official WO will be faxed and/or emailed to the number and/or E-address provided by the
contractor for this purpose.
No work, except in emergencies, may be carried out and/or will be paid for if no official WO has been issued
beforehand.
PS2.20 INVOICING
Invoices must correspond with Estimates and must be in accordance with the following format:
Page 147
a) Itemised Cost
Invoices must show the description of work carried out as per the estimate and shall reflect the items in
the tender document. As far as practically possible, the bulk of the work shall be priced and claimed
from the itemised Schedule of Quantities on prices tendered. This will apply for material supplied and
installation and labour cost as priced and invoiced accordingly.
b) Operational Costs
Invoices must show operational costs separately from costs of Itemised items and Consumables.
Operational cost shall comprise of the following:
o Transport cost will be as per the rate tendered for different vehicles required to complete the
repair and correction of the installation.
o Labour cost claimed shall be for work required to be done during normal hours, after hours,
weekend, and/or on public holidays. It must be invoiced as the number of hours worked as the
rate tendered for different personnel utilised.
c) Cost of Consumables
Cost of Consumables used shall only apply to special items not covered under the Itemised cost and
with prior approval of the Council Official concerned, as per the WO. The invoices must show it
separately from the Itemised and Operational costs.
All Consumables must be specified on a separate list to be attached to the invoice for verification
purposes accompanied by certified copy invoices from the supplier plus the percentage (%) mark-up
as tendered.
The separate list must also give a breakdown of the exacta places the material and/or items were
used, i.e. Building and room numbers.
PS2.21 SIGNING-OFF OF WO’S
a) After completion of work as specified in WO the relevant Inspector and/or Manager: Building
Maintenance section within the Facilities Management Division, (M: BM) will inspect the work and if
satisfied, sign off the WO and hand the original back to the contractor.
b) A copy of the signed–off WO must be attached to invoices submitted by the contractor as not to delay
payment.
c) A Certificate of Compliance for the specific work must be attached to the Contractor’s invoice.
d) A Certificate of light levels (Lux reading) must be attached to the Contractor’s invoice, where light
fittings were replaced.
e) The WO for specific jobs will only be issued after the project manager has been provided with a
cost estimate of the intended work. This cost estimate must include the estimated number of
hours multiplied by the applicable rate, as well as a minimum of 3 quotations of the material to
be used.
Page 148
PS2.22 PERFORMANCE MANAGEMENT
a) Contractors must always have due regard for the safety of people on sites, according to the
Occupational Health and Safety Act, 1993 (Act 85 of 1993) (OHS) and its Regulations as amended. All
onsite incidences shall be reported to the CoE safety officers, with the relevant procedures shall be at-
hear-to.
b) Contractor’s personnel shall wear safety clothes branded with the contractor company name and carry
approved company ID cards with their picture.
c) All work to be performed shall comply with SANS 10142-1 and SANS 10142-2 and the standard
specification of CoE
d) Work to be done professionally with due regard not to damage household goods wilfully; all damaged
items shall be recovered from the contractor.
e) No work may be initiated by the contractor without having been expressly instructed to do so by the
responsible Council Official.
f) Invoices will only be processed for payment after the responsible Council Official has inspected the
work, is satisfied with its execution, and signed-off the works order.
g) The CoE reserves the right to obtain the services of other contractors, in writing, should, in the opinion
of the relevant Manager, the prices quoted by a contractor be considered too high for the job at hand
and/or the standard of work is unacceptable,
h) In cases where poor workmanship is identified, the CoE reserves the right to recover costs incurred in
correcting the poor workmanship.
PS2.23 SPECIAL CONDITIONS
a) OHS: In terms of section, 37(2) of the Act a valid contractual agreement must be in place between the
Employer (CoE) and the contractor before the contractor can go on site.
b) Council’s OHS Practitioner-Contracts will be of assistance to finalise the contract.
c) All the work shall carry an unconditional guarantee of three months, calculated from the date of
completion.
PS2.24 EXTENT OF WORKS
The Works will be carried out by the Contractors under this Contract in the whole area of jurisdiction of the CoE.
The area is subdivided into twenty (20) Customer Care Areas (CCA’s) and the respective Customer Care
Centres (CCC’s) as indicated in Section C4.1 of these documents.
It is possible that the CoE may award the contract to more than one contractor, and the intention is to appoint at
least 15 contractors, which will consequently mean that these contractors will, depending on the number
appointed, indiscriminately be dispatched to all CCA’s without being specifically dedicated a specific CCA.
Prospective contractors will have to keep this in mind when preparing their bid because the scale of operations
will be affected by the number of contractors appointed as well as areas where work is to be executed. The CoE
furthermore reserves the right to not appoint a Contractor for more than one area.
Page 149
a. Procedure for allocation of work to contractors:
o Bidders must take note that the CoE intends appointing at least 15 bidders, and in line with the
provisions of the Preferential Procurement Policy Framework Act, (Act 5 of 2000), as amended,
and its regulations, vis a vis, Preferential Procurement Regulations, 2017, while the highest
procurement points scoring bidder will enjoy preference, there will be a market related exercise
undertaken to determine the pricing accordingly, and all bidders, including the highest
procurement points scoring bidder, will be appointed at their own rates, up to the prime median
determination, i.e., up to the market related rates.
b. CoE intends to allocate the work as follows:
o Subject to capacity and performance, the highest procurement points scoring bidder will be
awarded work to the value of at least 5% more than that of the second highest procurement
points scoring bidder;
o The second highest procurement points scoring bidder should be awarded work to the value of
at least 5% more than that of the third highest procurement points scoring bidder.
o The above determination will be concluded based on the eventual number of bidders
recommended.
The duration of the contract will be from date of award until 30 June 2021, approximately 36 months, or 3
Financial Years (FY) and will not necessarily be limited to the work described in these documents.
Approximate total quantities of each type of work are given in the Schedule of Quantities, but bidders should not
rely on these quantities as these are meant for adjudication purposes.
PS3 VARIATIONS AND ADDITIONS TO THE STANDARDISED SPECIFICATIONS FOR THE CONTRACT AS WELL
AS TECHNICAL AND PARTICULAR SPECIFICATIONS
The following variations and additions to the SANS 1200 Standardised Specifications referred to in the last clause of
Portion 1 apply to this Contract. The prefix PS indicates an amendment to SANS 1200. The letters and numbers
following these prefixes respectively indicate the relevant Standardised Specification and clause numbers in SANS
1200.
PS3.1 GENERAL
None
PS3.2 SCOPE:
REPLACE SUBCLAUSE 1.1 WITH THE FOLLOWING:
“1.1 This specification covers requirements, principles and responsibilities of a general nature that are
normally applicable to all Civil Contract Managing Contracts, as well as the requirements for the
Contractors establishment on the Site.”
Page 150
PS3.3 INTERPRETATIONS
PS3.3.1 Definitions
a) General
ADD THE FOLLOWING DEFINITIONS:
“General Conditions’ refer to the GCC 2015 Conditions of Contract specified for use with this Contract,
and the Special Conditions of Contract.
Specified: As specified in the standardised specifications, the Drawings or the Project Specifications.
b) Measurement and payment
REPLACE THE DEFINITIONS FOR “fixed charge, “time-related charge”
AND “value- related charge” WITH THE FOLLOWING:
“Fixed charge: A charge that is not subject to adjustment on account of variation in the value of the
Contract amount or the Contract Time of Completion.
Time-related charge: A charge, the amount of which varies in accordance with the Time for Completion
of the repair work, adjusted in accordance with the provisions of the Contract.
Value-related charge: A charge, the amount of which varies pro rata with the final value of the
measured repair work executed and valued in accordance with the provisions of the Contract.”
PS3.3.2 Abbreviations
a) Abbreviations relating to standard documents
ADD THE FOLLOWING ABBREVIATION:
“CKS: SANS coordinating Specification.”
PS3.4 MATERIALS
PS3.4.1 Quality
ADD THE FOLLOWING:
“All manufactured materials supplied shall be new materials unless the contrary is specified. All materials
specified in accordance with SANS Specifications shall bear the SANS mark, whether so specified or not.”
Page 151
PS3.4.2 Ordering Of Materials
The quantities set out in the Schedule of Quantities have been carefully determined from calculations based
on data available at the time and should therefore be considered to be approximate quantities only. Before
ordering materials of any kind, the Contractor shall check with the Contract Manager whether the scope of the
work for which the materials are required is likely to change substantially. No liability or responsibility
whatsoever shall be attached to the Employer for materials ordered by the Contractor except when ordered in
accordance with written confirmation issued by the Contract Manager.
PS3.5 PLANT
PS3.5.1 General
Except where the contrary is specified or when clearly not applicable, all quantities for measurement and
payment shall be determined from the ‘authorised’ dimensions. These are specified dimensions or those
shown on the Drawings or, if changed, as finally prescribed by the Contract Manager, without any allowance
for the specified tolerances. Except if otherwise specified, all measurements for determining quantities for
payment will be based on the ‘authorised’ dimensions.
If the work is therefore constructed in accordance with the ‘authorised’ dimensions plus or minus the
tolerances allowed, quantities will be based on the ‘authorised’ dimensions regardless of the actual
dimensions to which the work has been constructed.
When the work is not constructed in accordance with the ‘authorised’ dimensions plus or minus the tolerances
allowed, the Contract Manager may nevertheless, at his sole discretion, accept the work for payment. In such
cases no payment shall be made for quantities of work or material in excess of those calculated for the
‘authorised’ dimensions, and where the actual dimensions are less than the ‘authorised’ dimensions minus the
tolerance allowed, quantities for payment shall be based on the actual dimensions as constructed.”
PS3.7 MEASUREMENT AND PAYMENT
PS3.7.1 Measurement
PS3.7.1.1 Preliminary and General Items or Section
None
PS3.7.1.2 Tendered sums
REPLACE THE CONTENTS OF THIS SUB CLAUSE WITH THE FOLLOWING:
‘The Contractor’s tendered sums shall collectively cover all charges during the Contract Period for:
o Risks, costs and obligations in terms of the GCC 2015 and of this standardised specification, except
where provision is made in these Project Specifications to cover compensation for any of these items;
o Head-office and site overheads and supervision;
o Profit and financing costs;
o Expenses of a general nature not specifically related to any item or items of permanent or temporary
Work; providing facilities on Site for the Contractor’s personnel, including offices, storage facilities,
Page 152
workshops, ablutions, for providing services such as water, electricity, sewerage, sewage and rubbish
disposal, for access roads and all other facilities required, as well as for the maintenance and removal
on completion of the Works of these facilities and the cleaning up of the camp site on completion of the
Works.’
PS3.7.2 Scheduled Fixed-Charge and Value-Related Items
PS3.7.2.1 Fixed preliminary and general charges ............................................................... Unit: Sum
PS3.7.2.2 Value-related Preliminary and General charges .................................................. Unit: Sum
The sums tendered shall include full compensation for all fixed and value-related preliminary and general
charges as described in Sub clause PS3.7.1.2.
PS3.7.3 Scheduled Time-Related Items
PS3.7.3.1 Time-related Preliminary and General charges .................................................. Unit: month
The tendered rate shall include full compensation for all time-related preliminary and general charges
PS3.7.4 Special Items
The tendered sums and rates shall include full compensation to the Contractor for all his costs incurred to
comply with the requirements of each special item listed above.
PS3.7.5 Compliance with OHS Act and Construction Regulations, 2014 .................. Unit: month
The tendered rate shall always include full compensation to the Contractor for compliance with all the
requirements of the OHS and Regulations (including the Construction Regulations 2014) for the full duration
of the Contract.
PS3.7.6 Labour
01. Artisan
01. Normal working hours ....................................................................................... Unit: hour
02 After hours ......................................................................................................... Unit: hour
03 Sundays and religious holidays ......................................................................... Unit: hour
02 Labourer (unskilled labour)
01 Normal working hours ....................................................................................... Unit: hour
02 After hours ......................................................................................................... Unit: hour
03 Sundays and religious holidays ......................................................................... Unit: hour
The unit of measurement shall be an hour unless specified differently.
Page 153
The tendered rate shall include full compensation to the Contractor to make an artisan available for certain
work required by the Employer. The tendered rate shall also include full compensation for the artisans salary,
assistants and labourers required by him to carry out the Work, all the tools and equipment required to carry
out the work, transport for the artisan, assistants, labourers, tools and equipment to the various sites, all
consumables required to carry out the work (excluding items to be replaced as listed in the Schedule of
Quantities) and the Contractor’s profit and attendance.
It is the intention and a requirement of the CoE that local labour of the respective areas of work where
contractors operate be utilised. Every claim for payment needs to be accompanied by amongst other things,
he ID, proof of address, etc., for the local labour component to the claim. Where unskilled labour is required,
the tendered rate shall include full compensation for the Contractor to make a labourer available for certain
work required by the Employer. The tendered rate shall include compensation for the labourers’ salary, the
tools required to carry out the work, transport to the various sites and the Contractor’s profit and attendance.”
Payment for the labour-intensive component of the works
Payment for works identified in the Scope of Work as being labour-intensive shall only be made in accordance
with the provisions of the Contract if the works are constructed strictly in accordance with the provisions of the
Scope of Work. Any non-payment for such works shall not relieve the Contractor in any way from his
obligations either in contract or in delict.
Linkage of payment for labour-intensive component of works to submission of project data:
The Contractor’s payment invoices shall be accompanied by labour information for the corresponding period
in a format specified by the employer. If the contractor chooses to delay submitting payment invoices, labour
returns shall still be submitted as per frequency and timeframe stipulated by the employer. The contractor’s
invoices shall not be paid until all pending labour information has been submitted.
The Consultant shall, for monitoring purposes, keep monthly records of and transmit to the Employer data
obtained from the contractor on the following indicators with regard to workers employed:
Project budget
Actual Project Expenditure
Number of job opportunities created
Demographics of workers employed (disaggregated by women, youth and
persons with disabilities)
Minimum day-task wage rate earned on project
Number of person-days of employment created
Number of persons who have attended training course
Certified copies of IDs (not older than 3 months)
Signed contracts of employment
Signed attendance registers
Proof of payment
Page 154
C3.2 HEALTH AND SAFETY C3.2.1 HEALTH AND SAFETY REQUIREMENTS AND PROCEDURES
(a) Construction Regulations, 2014
The Contractor shall be required to comply with the Occupational Health and Safety Act, 1993: Construction Regulations, 2014 (the regulations) as promulgated in Government Gazette No 37307 and Regulation Gazette No 10113 of 7 February 2014. Non-compliance with these regulations, in any way whatsoever, will be adequate reason for suspending the Works. The proposed type of work, materials to be used and potential hazards likely to be encountered on this Contract are detailed in the Project Specifications, Schedule of Quantity and Drawings, as well as in the Employers' health and safety specifications (regulation 4(1)) of the Construction Regulations 2014. The Contractor shall in terms of regulation 5(1) provide a comprehensive health and safety plan detailing his proposed compliance with the regulations, for approval by the Employer. The Contractor shall at all times be responsible for full compliance with the approved plan as well as the Construction Regulations and no extension of time will be considered for delays due to non-compliance with the abovementioned plan or regulations. Payment items are included in the Schedule of Quantities to cover the Contractor's cost for compliance with the OHS Act and the abovementioned regulations.
C3.3 Technical Specifications
BA ROOF COVERINGS
CONTENTS
BA 01 SCOPE
BA 02 STANDARD SPECIFICATIONS
BA 03 REPAIR OF ROOF SHEETING AND WALL CLADDING
BA 04 DETAIL OF REPAIR WORK
BA 05 MEASUREMENT AND PAYMENT
BA 01 SCOPE
This specification covers the repair/replacement and the maintenance of existing roof coverings. This
specification also covers the supply, delivery, installation and maintenance of new roof coverings for various
types of buildings.
Roof coverings shall mean the repair/replacement and maintenance of existing roof coverings, sidewall
cladding and ancillary items, and maintaining materials and components. Roof coverings shall also mean the
installation and maintenance of new roof sheeting and sidewall cladding, roofing screws, purlins, flashings,
rainwater goods, fascia’s, and barge boards. This specification does not include work related to trusses,
ceilings and paintwork specified elsewhere.
The complete scope of repair work shall be as described in BA 04: Detail of repair work.
Page 155
BA 02 STANDARD SPECIFICATIONS
BA 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender, of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 1200 H: 1990 (2002-07-30) - Cladding and sheeting
SANS 1783-1&4:1997 (SABS 1783-1) - Softwood brandering and battens
SANS 121:2011 / ISO 1461:2009 - Hot-dip galvanised coatings on fabricated iron and
Steel articles
SANS 1273:2011 - Fasteners for sheet roof and wall coverings
BA 02.02 ADDITIONAL SPECIFICATIONS
None
(a) COMPLETION
When all work detailed has been completed, clear the area by removing all the rubble related to the given project from the site and dump at a legal dumping site identified by the contractor. Leave the site in a good and perfect condition to the approval of the officer in charge of the service and the Council representatives.
The contractor is advised that all the buildings on the site will be occupied during the process of the service and that she/he is to arrange with the authorities concerned so that the work may be carried out with the least possible inconvenience.
The Contractor must provide for all the equipment, special equipment, safety equipment, generators, tools etc.
NOTE: No equipment and/or tools will be provided by CoE.
BA 03 REPAIR OF ROOF SHEETING AND WALL CLADDING
BA 03.01 ADDITIONAL REQUIREMENTS FOR REPAIR OF PROFILED ROOF SHEETING (NON -CONCEALED AND
CONCEALED FIXING)
BA 03.01.01 Roof cladding
Existing roof sheeting shall either be replaced or repaired as scheduled in the Schedule of Quantities. Where
new sheeting is specified, the existing roof sheeting must be removed. Each day’s removed sheeting shall be
fully covered with new sheeting at the end of the day. Plastic membranes or approved equivalent protection
shall be used to minimize the possibility of damage caused by rain, etc., and to protect the personnel
occupying the buildings. The new roof sheeting shall be 0, 6 mm thick galvanised (or Chromadek) IBR or
SANS approved equivalent for roof slopes exceeding 15 °. Concealed fixed type Chromadek roof sheeting will
generally be used to cover roofs with slopes not exceeding 15°. The sheeting must be laid in long lengths
without end overlaps. The broad flutes must be turned up at the apex to form a dam and turned down at the
eaves and valley gutters to form a drip. Metal closers 0.8 mm thick galvanised (or Chromadek), complete with
polyclosers set in one run of silicone sealant, are required at apexes, ridges, side and head walls etc. All holes
for fasteners shall be drilled. Punching of holes and nailing of cladding and flashings will not be permitted.
Cutting of cladding and flashings with an angle grinder may only be done by using a tungsten steel blade.
Page 156
The Contractor shall take all necessary measurements and dimensions on site prior to manufacturing and
installation. Z275 galvanising spelter shall be used and the Contractor shall provide SANS certificates of
compliance to the Contract Manager. Various standard dark Colours shall be used for Chromadek-finished
roof sheeting, flashings, gutters, and down pipes. To prevent unnecessary damage to galvanised or Colour-
coated sheets, proper measures must be taken to prevent contamination by moisture while material is still
bundled or nested in stacks. Only stages 1 and 2 “white rust’ on sheets will be permitted, provided that the
white rust is successfully removed in accordance with manufacturer recommendation. The Contractor shall
provide a guarantee for the Chromadek materials or SABS approved equivalent obtained from the
manufacturer. In all cases, the roof sheeting must be laid strictly in accordance with the manufacturer’s
specifications.
In certain cases, the removed existing roof sheeting can be reused to repair agricultural sheds and similar
types of structures.
BA 03.01.02 Main fasteners to timber purlins: Galvanised/Chromadek IBR sheeting (or approved equivalent)
No. 12 (5, 5 mm) x 90 mm type 17 hexagon head (H/H) carbon steel (C/S) zinc-plated self-drilling roofing
screws shall be used for timber. The roofing screws with no.12 x 25 mm diameter x 1, 0 mm thick, low carbon
EPDM/galvanised bonded washers are used as main fixing for the roof sheeting to timber purlins. 65 mm long
x no 14 H/H C/S Topspeed or Posidriv main fasteners for steel purlins with the same washers are to be used.
Fasteners shall be provided at alternating ribs, excluding side lap ribs.
BA 03.01.03 Side lap fasteners: Galvanised/Chromadek IBR sheeting (or equivalent approved)
Stitching shall be done with Leak King plugs for IBR roof sheeting @ 600 c/c maximum. An approved 8 x 3
mm thick butyl rubber sealer strip (PG Sealer Strip or SANS approved equivalent) with nylon cord between
sheets shall be provided.
BA 03.01.04 Flashings
Flashings must be 0, 8 mm thick Chromadek/galvanised flashings at ridge caps, side and head walls, drips,
corners, etc., as described elsewhere. The minimum length of an overlap between flashings is 150 mm. Apply
two runs of silicone sealant between flashings. Flashings are to be stitched together with no. 10 (4, 8 mm) x
16 mm x H/H C/S zinc-plated self-drilling stitching screws. The stitching screws with no. 12 x 19 mm diameter
x 1, 0 mm thick low carbon EPDM/galvanised bonded washers are to be used at end laps and longitudinally
@ 400 c/c maximum at ribs, etc. The Contractor shall take all necessary measurements and dimensions on
site prior to manufacturing and installation.
BA 03.01.05 Sealant
Silicone sealant with an amine cure system with primer shall be used to waterproof all flashings and rainwater
goods, viz gutters and down pipes. Two runs of silicone shall be provided at end overlaps.
Page 157
BA 03.01.06 Pipe flashings
Dektite or SANS approved equivalent pipe flashings shall be used to waterproof pipe protrusions through the
roof sheeting. Installation shall be done strictly in accordance with the manufacturer’s specification and shall
include the application of Dektite silicone sealant and fastening of flashing to the surface with TEKS or
approved equivalent self- drilling fasteners.
BA 03.01.07 Insulation
No insulation repairs are required. In certain cases, insulation may be necessary to reduce heat load or to
comply with hygiene requirements as in abattoirs.
(a) Specification for non-visible roof insulation material:
Super Sisalation 420 RSA or SANS approved equivalent reinforced reflective aluminium foil (heavy
grade) laid on 1, 6 mm diameter galvanized (unless noted otherwise) straining wires 300 mm centres
to the manufacturer’s specification. The insulation shall be laid longitudinally over the purlins and
lapped 150 mm at joints.
(b) Specification for visible roof insulation material:
White Alucushion (code 2906) or SANS approved equivalent white bubble foil on aluminium foil
backing laid on 1.6 mm diameter white plastic (PVC) coated straining wires at 383 mm centres to the
manufacturer’s specification. The insulation shall be laid longitudinally over the purlins and lapped at
joints.
BA 03.02 ADDITIONAL REQUIREMENTS FOR REPAIR OF PROFILED SIDE WALL CLADDING (NON-
CONCEALED AND CONCEALED FIXING)
BA 03.02.01 Sidewall cladding
Existing sidewall cladding shall either be repaired or replaced as scheduled in the Schedule of Quantities.
Where new cladding is specified, the existing sidewall cladding must be removed. Each day’s removed
cladding shall be fully covered with new cladding by the end of the day. The new sidewall cladding shall be 0,
6 mm thick galvanised (or Chromadek) IBR or SANS approved equivalent. The sheeting must be laid in long
lengths without end overlaps. Metal closers 0, 8 mm thick galvanised (or Chromadek), complete with
polyclosers set in one run of silicone sealant, are required at apexes, gables, side and head walls, etc.
The Contractor shall take all necessary measurements and dimensions on site prior to manufacturing and
installation. Z275 galvanising spelter shall be used and the Contractor shall provide SANS certificates of
compliance to the Contract Manager. Heavy-duty profiled polycarbonate sheets shall be used for translucent
sheeting. Various standard dark Colours for Chromadek finished sidewall cladding, flashings, and gutters and
down pipes shall be used. In all cases, the cladding must be laid strictly in accordance with the manufacturers
specifications.
Page 158
BA 03.02.02 Main fasteners to timber girt: Galvanised/Chromadek IBR (or approved equivalent) and profiled
translucent sheeting
No. 12 (5, 5 mm) x 90 mm type 17 hexagon head (H/H) carbon steel (CIS) zinc-plated self-drilling roofing
screws for timber. The roofing screws with no.12 x 25 mm diameter x 1, 0 mm thick, low carbon
EPDM/galvanised bonded washers are used as main fixing for the roof sheeting to timber girts. 65 mm long x
no 14 H/H C/S Topspeed or Posidriv main fasteners for steel girts with the same washers are to be used.
Fasteners shall be provided at alternating ribs, excluding side lap ribs. Correct installation procedures must be
followed, especially in respect of the drilling speed and torque settings of the drill for various materials.
BA 03.02.03 Side lap fasteners: Galvanised/Chromadek IBR (or approved equivalent) sheeting
Stitching shall be done with Leak King plugs for IBR roof sheeting © 600 c/c maximum. Provide an approved 8
x 3 mm thick butyl rubber sealer strip (PG Sealer Strip or approved equivalent) with nylon cord between
sheets.
BA 03.02.04 End overlaps
If unavoidable, the end overlap shall be 300 mm minimum between sheeting and sealed with two rows of
silicone sealant between the sheeting. Bolt the ribs in the overlap region with the (polycarbonate) translucent
sheeting with galvanised no. 14 gutter bolts, bonded washers and nuts through every alternative rib.
BA 03.02.05 Side overlaps: Vertical profiled translucent sheeting
Stitching shall be done with 6 mm cadmium-plated cladding bolts and nuts x 25 mm long © ± 300 c/c with no.
12 x 19 mm diameter x 1,0mm thick low-carbon EPDM/galvanised bonded washers.
BA 03.03 GENERAL
The Contractor shall be responsible to ensure the stability of the supporting structure during and after the
removal of existing roof cladding and sheeting.
SANS 1200 H: 1990 (2002-07-30): Cladding and Sheering shall be applicable for the erection of all new roofs.
The Contractor shall submit a 3-year guarantee for the water tightness of roofs and for workmanship.
BA 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the course of the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities. The contractor/s to ensure an engineer is
appointed for all work that proves to be unconventional and impacts on the structure/facility wherein work is
being executed.
Page 159
BA 05 MEASUREMENT AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
BB CARPENTRY AND JOINERY FOR ROOFS AND CEILINGS
CONTENTS
BB 01 SCOPE
BB 02 STANDARD SPECIFICATIONS
BB 03 VARIATIONS AND ADDITIONAL TO STANDARD SPEFICICATIONS
BB 04 DETAIL OF REPAIR WORK
BB 05 MEASUREMENT AND PAYMENT
BB 01 SCOPE
Carpentry and joinery shall mean the repair and maintenance of materials and components such as removal
of existing timber roof trusses, purlins, ceilings, etc., and the installation of new timber trusses and other
timber roof members, structural beams, purlins, battens and ceilings. This specification does not include work
related to roof coverings and paintwork, which are specified elsewhere.
This specification covers the repair of existing timber members in roof trusses, the removal and replacement
of existing timber members from roof trusses and associated timber roof members and ceilings. This
specification also covers the supply, delivery and installation of new timber trusses, purlins, battens and
beams for various types of timber related structures and ceilings.
The complete scope of repair work shall be as described in BB 04: Detail of repair work.
BB 02 STANDARD SPECIFICATIONS
BB 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender, of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 10243: 2004 - The design, manufacture and erection of timber trusses
SANS 266: 2003 - Gypsum plasterboard
SANS 1783-2: 1997 - Stress-graded softwood: general structural timber
SANS 1783-1&4: 1997 (SABS 1783-1) - Softwood brandering and battens
SANS 803: 2005 - Fibre-cement boards
SANS 1783-2: 1997 (SABS 1783-2) - Stress-graded softwood Contract Managering timber
BB 02.02 ADDITIONAL SPECIFICATIONS
None
Page 160
BB 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BB 03.01 ADDITIONAL REQUIREMENTS FOR REPAIR OF TIMBER ROOF STRUCTURES
BB 03.01.01 Timber trusses
(a) Replacing timber trusses
The Contract Manager shall inspect timber trusses for defects and establish which timber trusses must
be replaced.
Reasons for replacing trusses will include but not be limited to the following:
(i) Deflection exceeding acceptable limits;
(ii) Inadequacy in design, e.g. structural strength, structural instability, loads conditions;
(iii) Decay of large portions of truss members (defective timber);
(iv) Large portions of truss members having so many defects e.g. cracked timber, corroded
connector nail plates, etc., that it will be uneconomical to repair the defects.
(b) Repair of timber trusses
Repair work shall include but not be limited to the following:
(i) Strengthening of truss members, connections, splices and anchorage at supports;
(ii) Strengthening of truss members due to unforeseen loads, notching and cutting for services by
other contractors;
(iii) Repair of truss members where large knots and wanes occur;
(iv) Replacing metal plate connectors in cases of corrosion, incorrect application of connector
plates, incorrect size of connector plates, asymmetrically fitted connector plates, connector
plates with teeth flattened, minimum bite of less than 65 mm of a connector plate on a truss
member;
(v) Replacing of decayed timber, particularly rafter ends at roof overhangs and at roofing screws.
Timber subjected to insect attack and fungal decay should be treated with an appropriate
preservative. Where there is a low risk of decay or insect attack, two coats of Creosote may be
applied to the timber.
(vi) Replacing and/or repair of cracked timber members. Galvanized connector plates and metal
straps may be considered;
(vii) Maximum slenderness ratio must be less than 180 for compression members that carry forces
resulting from dead and live loads. Compression members 36 mm thick and longer than 1, 8 m
must have a continuous longitudinal runner centrally placed (or T-bracing) and properly
connected and braced. For members that resist loads caused by wind, the slenderness ratio
must be less than 250;
(viii) Plumb of trusses should not exceed 100 mm or total span/20 whichever is the least;
(ix) Exposed portions of the trusses shall be painted to match existing appearance.
The roof trusses shall be fully braced. The Contract Manager shall give instructions regarding the
provision of bracing members to the roof system.
Page 161
BB 03.01.02. Purlins (for sheeted roofs, battens for tiled roofs)
(a) Replacing timber purlins
The Contract Manager shall inspect timber purlins for defects and possible reuse. The Contract
Manager shall establish which timber purlins need to be replaced.
Reasons for replacing purlins will include but not be limited to the following:
(i) Decayed timber, particularly at gable overhangs;
(ii) Broken, warped and brittle timber;
(iii) Worn-out roof screw holes;
(iv) Inadequacy in design, e.g. structural strength and excessive deflection due to large spans;
(v) Inappropriate spacing of purlins for the specific roof covering.
(b) Repair of timber purlins
Repair work shall include but not be limited to the following:
(i) For roof pitches under 45° the purlins shall be erected on edge (narrow edge).
(ii) All purlins shall be secured to rafters at each intersection in addition to nails. In roof voids a
single 3, 2 mm diameter galvanised wire tie bound twice with twisted ends or a galvanised bent
plate connector shall be used for securing purlins to rafters. On roof overhangs only galvanised
bent plate connectors shall be used for securing purlins to rafters.
(iii) Splices shall be staggered. Splices that do not conform to the requirements of clauses 8.5.1
and 8.5.2 of SANS 8297:1994 must be repaired. Nailed galvanised plate connectors on either
side of purlins are also acceptable.
(iv) Exposed portions of the purlins shall be painted to match existing appearance. Skew nailing of
purlins to trusses shall not be closer than 30 mm from the edge of the member.
BB 03.01.03 Structural timber
(a) Replacing structural timber
The Contract Manager shall inspect members of structural timber, beams and columns, for defects and
shall establish which of these members must be replaced. Reasons for replacement will include but not
be limited to the following:
(i) Deflection exceeding acceptable limits;
(ii) Inadequacy in design, e.g. structural strength, structural instability, load conditions;
(iii) Decay of a large portion of the member (defective timber);
(iv) Replacing of decayed timber, particularly at ends of beams.
(b) Repair of structural timber
Repair work shall include but not be limited to the following:
(i) Strengthening of members, connections, splices and anchorage at supports;
(ii) Strengthening of members due to unforeseen loads, notching and cuffing for services by other
contractors;
Page 162
(iii) Exposed portions of structural timber shall be painted to match existing appearance;
(iv) Bolt connections shall be in accordance with the requirements of SANS 10163-1:2003.
BB 03.01.04 Ceilings
(a) Brandering to ceilings
Brandering to ceilings shall be replaced where:
(i) Ceiling boards are replaced;
(ii) Brandering is broken, rotten and beyond any further use.
The brandering shall continue over at least three bays and shall be staggered to ensure that splices do
not all occur in one line. Brandering must be provided for light fitting support.
(b) Gypsum ceiling boards
Repairs to existing ceilings shall include the installation of new 6, 4 mm thick gypsum ceiling boards
with metal H-section jointing strips. The new ceiling boards shall be nailed to brandering with
galvanised or cadmium-plated clout-headed nails.
Gypsum ceiling boards shall not be used in wet areas such as in ablutions, abattoirs, kitchens and
bathrooms.
Ceiling boards shall be in long lengths, symmetrically arranged with smaller panels, closely butted and
secured at 150 mm centres to brandering as specified.
Where it is necessary to replace ceiling boards onto existing brandering, new boards shall be installed
by first drilling through and then securing with cadmium- plated flat headed wood screws, or
alternatively by shot nailing to suit, to avoid unnecessary vibration or impact damage to adjacent
elements.
Gypsum cove cornices 76 mm wide shall be provided where existing cornices are to be replaced.
Existing trap doors in ceilings shall be reused. If required, new 650 x 650 mm trap doors shall be
installed.
No ceiling insulation must be provided unless specified.
Painting of the ceiling shall be done in accordance with Technical Specification BJ: Paintwork.
(c) Fibre cement ceiling boards
Fibre cement ceiling boards shall be installed in wet areas such as in ablutions, abattoirs, kitchens and
bathrooms.
Fibre cement ceiling boards shall be 6 mm thick, complying with the requirements of SANS
803:2005and of the flat pressed type.
Page 163
The boards shall be nailed to the brandering with 2 mm diameter galvanised or cadmium-plated clout-
headed nails, spaced at 100 mm centres at edges of boards and 150 mm centres along the
intermediate brandering. Ceiling boards shall be in long lengths, symmetrically arranged with smaller
panels as required and closely butted.
Replacement of new ceiling boards onto existing brandering shall be done as described in BB
03.01.04(b) above.
Fibrous plasterboard cove cornices to ceilings shall be of 100 mm girth, provided by an approved
manufacturer. Gypsum cove cornices 76 mm wide can be used in kitchens and bathrooms of houses.
Powder-coated wall angles 25 mm wide shall be used for cornices in abattoirs.
Existing trap doors in ceilings shall be reused. If required, new 650 x 650 mm trap doors shall be
installed.
Painting of the ceiling shall be done in accordance with Technical Specification BJ: Paintwork.
(d) Exposed T-system suspended ceilings
Repairs to existing suspended ceilings will include but not be limited to the following:
(i) Replace damaged panels with new ceiling boards;
(ii) Replace sections of damaged T-strips or H-strips;
(iii) Replace cornices;
(iv) Tension, fix and realign existing hangers;
(v) Install new hangers as required;
(vi) Clean ceiling boards, including washing of the ceiling boards with a mixture of water and sugar
soap and wiping dry, or painting the ceiling boards.
(e) External gable fibre cement boards for side cladding
External tongued and grooved boarding shall be removed and replaced with 6 mm thick flat pressed
fibre cement boarding. The boarding shall be fixed to new brandering as specified in this section.
Provide painted 25 x 25 mm Meranti quarter rounds at edges as required.
The boarding shall be painted in accordance with Technical Specification BJ: Paintwork.
BB 03.01.05 Fascia and barge boards
Repairs to fascia and barge boards shall include but not be limited to the following:
(a) Replace damaged and broken fibre cement fascia and barge boards.
(b) Replace missing, corroded and damaged H-profile jointing strips.
(c) Replace all nails with suitable length and diameter brass screws. Provide nylon plugs to timber where
necessary.
(d) Align and fix existing fascia and barge boards.
(e) Paint fascia and barge boards in accordance with Technical Specification BJ: Paintwork. All sides
including the edges must be painted.
(f) The roof covering shall cover the top edge of the fascia on gables.
Page 164
BB 03.01.06 Timber trusses, purlins and battens
(a) Existing timber trusses and roof structure
i) General
1) The Contractor shall establish proper access and install adequate lighting to the roof
voids to enable detailed inspections of structural deficiencies by the Contract Manager.
Temporary scaffold planks shall be laid across bottom chords to allow access to all
critical areas. After inspection, the extent of repairs is to be agreed with the Contract
Manager.
2) All completed work shall be inspected and approved by the Contract Manager.
3) All new timberwork shall comply with SANS 10163-1:2003.
4) Timber grade shall be S5 and replacement sizes are to match existing unless otherwise
agreed.
ii) Procedures (watermarked and slightly rotten members)
1) Watermarked and slightly rotten members need not be replaced or repaired if the
following test indicate these members to be satisfactorily:
Using a 3, 5 mm nail, make scratch marks in all these members to expose good
unaffected timber. If scratch depth is 2 mm or less, it is acceptable, and these members
need only to be treated as described in (2) below.
2) The members shall be wire-brush cleaned, free of any loose or deleterious material, and
then treated with 1 coat of creosote, or similar approved. Apply by brush to affected
areas and 200 mm beyond, all to the manufacturer’s specifications. Safety precautions
shall be taken against possible health or fire hazards as specified by manufacturer.
iii) Procedures (cracked and failed members)
1) All members that are cracked right through will be regarded as failed members.
Members with minor longitudinal cracks shall be repaired, following procedure 5 on
sheet R3.
2) The Contractor must allow for propping and/or bracing at failed members to ensure
complete structural stability during repairs.
3) Failed members as indicated in detail 1 to 4 on sheets R1 to R3 shall be realigned by
means of clamping with temporary backing pieces, after which repairs can proceed.
4) Members that are damaged too badly to effect repairs will have to be replaced or
doubled up to suit the circumstances.
5) Once all repair work has been completed the Contractor must clean out the ceiling void,
free of all rubbish, excess building material and all other foreign matter and make good
any damage caused to ceilings, etc.
6) My alternative repair proposal shall be submitted in writing to the Contract Manager.
Page 165
BB 03.01.07 Roof Thatch
(a) Due to the lack of legislative specifications for the thatching industry in South Africa, it is recommended
that all designs be accompanied by detailed structural drawings certified by a specialist structural
engineer. These drawings also serve to determine all the timber and connections required for the
project, and all tenders would therefore be based on the same specification. Prior to laying the thatch
layer, an inspection of the completed structure should be conducted by the certifying engineer.
(b) The following is a basic general specification, which is subject to the approval of the certifying engineer
for each specific project.
i) Building Structure
1) The supporting structure on which the roof structure is to be erected should be designed
by the engineer to carry the total load of both the timber structure and the thatch load in
both wet and dry condition. Standard legislative allowances are also made for wind and
live loads.
ii) Timber Roof Structure
1) The diameter of poles used in the construction of thatch roof structures is determined by
the structural design. Generally, rafters used are to be 100-125mm, hips and valleys
125-150mm, beams and columns 150-175mm all measured on the thin end. The poles
used for construction of the structure to comply with SANS 457:1994 (SANS 457-3), or
alternatively, in special cases SANS 754:1994. All poles must be CCA treated and meet
the SANS 457 specification for Eucalyptus & Pine wood.
2) All timber used for the erection of roof structure are to be treated in compliance with
SANS 1288:1994 (SANS 1288) and SANS 10005:1994 (SANS 05).
3) All poles and laths used in the erection of the structure are to be treated in compliance
with SANS 05:1994, ‘The Preservative Treatment of Timber”.
4) The pole structure is to be designed in accordance with SANS 0163-2:1994 (SANS
0163-2), The Structural Use of Timber, Part 2: ‘Allowable Stress Design’, and built in
compliance with SANS 10160 (SABS 0160).
5) The standard diameter of the poles used in the construction of the roof are to be as
follows; rafters – 100-125mm; ridge 100-125mm, hips & valleys 100-125mm, beams
150-175mm & columns 200-225mm.
6) The main stress point pole connections are to be bolted using galvanized threaded rods
(bars), nuts and washers. The diameter and tensile strength of the threaded bar for each
connection is to be determined by the structural engineer. All holes drilled for
connections are to be at least four times the diameter from the end of the pole.
7) All cut pole ends are to be fitted with the appropriate sized anti-split plate (gang nails).
8) Laths are to be laid at 150mm centers for the first three rows at the eaves and the last
three rows at the ridge. It is recommended that a kicker lath be laid at the eaves edge.
The preferred kicker lath is to be a 50 x 75mm SA Pine purlin assuring a straight eaves
line and uniform thickness of grass.
iii) Thatch Layer
Page 166
1) Thatch grass is to be Hypharinia Hirta or other approved species of good quality with
excess fines and leaf matter removed. Grass length is to exceed 800mm. Butt end is to
be clean cut and straight.
2) Grass should be cut when fully mature, i.e. the grass has minimum moisture content and
no seed is present. Cutting after the first frosts obviously ensures the above.
3) Thatch layer is to be minimum 150-175mm thick.
4) Thatch layers are to be stitched between lath and minimum 3.15mm diameter fully
galvanized sways using tarred sisal twine. Stitches not to be greater than 100mm apart.
iv) Ceiling or “Sprei” layer
1) Traditionally either Albertinia Thatch reed or combed clean thatching grass is to be used.
2) The butt ends of the ceiling layer are to be blocked level with the lower edge of the lath.
The grass ends can however be blocked at any level required.
3) Cape thatch reed is normally darker in color than thatch grass and is less light reflective.
4) The ceiling layer is to be laid prior to the thatch layer resulting in a double stitch at the
eaves.
v) Ridges
1) Ridges are to be grass. Ridges are to be formed by thatching a second layer 100mm
thick. Seed ends are to be folded over and secured using 25mm bird mesh. All ridge
stitching is to be stitched with galvanized 1.25mm galvanized binding wire. 250-micron
plastic sheet is to be installed in ridge grass to ensure waterproofing.
vi) Lightening Protection
1) Lightning protection is to be carried in strict accordance with SANS 62305-3: Protection
against Lightning, which also deals with “physical damage to structures and life hazard”.
Remember that anything related to electrics must be dealt with by a qualified and
registered electrician.
BB 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the course of the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities.
BB 05 MEASUREMENT AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
Page 167
BD WALLS
CONTENTS
BD 01 SCOPE
BD 02 STANDARD SPECIFICATIONS
BD 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BD 04 DETAIL OF REPAIR WORK
BD 05 MEASUREMENT AND PAYMENT
BD 01 SCOPE
This specification covers the repair and maintenance of existing interior and exterior walls including all related
building elements such as plastering, partitioning, wall tiling, windows, doors, etc., which form an integral part
of an installation.
In determining the remedy for any repair work, Contract Manager must take the climatic conditions in which all
building element have to function into consideration. Allowance should be made accordingly for the
components in relation to their purpose and application.
This specification does not include any work related to paintwork as this is specified elsewhere.
The complete scope of repair work shall be in accordance with the section BD 04: Detail of repair work.
Maintenance of this part of the installation shall be performed in accordance with Additional Specification SA:
General Maintenance and the specific requirements included in this Technical Specification.
BD 02 STANDARD SPECIFICATIONS
BD 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof. All other relevant and applicable SANS regulations are also to be considered as minimum
requirements, and in particular SANS 10400:1990: The Application of the National Building Regulations.
SANS 10220:2010 - Glazed ceramic wall tiles and fittings
SANS 227:2007 - Burnt clay masonry units
SANS 545:2009 - Wooden doors
SANS 622:2005 - Gypsum cove cornice
SANS 680:2006 - Glazing putty for wood and steel sashes
SANS 727:2003 (2009-05-29) - Windows and doors made from rolled mill steel
sections
SANS 10107:1996 - The fixing of glazed wall tiles
SANS 1236:2005 - Silvered glass mirrors for general use
SANS 1263-1:2006 - Safety and security glazing materials for Buildings
Page 168
BD 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BD 03.01 ADDITIONAL REQUIREMENTS FOR REPAIR OF PLASTERED AND UNPLASTERED WALL SURFACES
BD 03.01 .01 Introduction
A detailed survey of all existing building elements may reveal the necessity for remedial work of varying
degree. The Contract Manager shall assess all aspects that need to be addressed.
BD 03.01.02 Plastering: General
All plaster shall comply with the requirements of SANS 523:2009. All plastering shall be painted in accordance
with Technical Specification BJ: Paintwork, or tiled according to this specification BD.
The Contract Manager shall inspect the plaster surfaces and establish which wall plastering must be repaired.
Reasons for replacing existing plastering will include, but not be limited to the following:
(a) Excessive plaster cracking
(b) Loose (delaminated) and spalling plaster
(c) Dusting
(d) Scaling and flaking
(e) Defective plaster mix.
All chases shall be marked out in straight lines and neatly cut on either side of the recess for the pipe/conduit
with an angle grinder. The width of the removed plastering must extend at least 30 mm beyond the edge of
the chasing. Pipes or conduits shall be fixed before commencing grouting and plastering.
After the pipe has been put in place, the void shall be filled with a non-shrink cement grout of 60 MPa
compressive strength at 28 days. The chases shall then be covered by fixing with shot-fired nails an
expanded mesh strip (30 mm long way x 10 mm short way x 0,5 mm thick expanded metal lath) before
applying the final plaster.
BD 03.01.03 Plastering: Walls of wet areas
Where necessary, hack off and remove existing internal plaster to walls. The substrates must be prepared to
be sound, free from cement, grout, laitance, loose or segregated materials, voids or flaws and substances that
could interfere with bonding of the new plaster. This preparation work can be done by means of chipping away
with a chisel, steel-wire brush and angle grinders to the satisfaction of the Contract Manager.
Smooth concrete must be chipped mechanically to prepare for bonding of new plaster. Before plastering
commences, the substrates must be well wetted with clean water.
Only approved ready-mixed or pre-mixed bagged plaster mortar with 10 MPa compressive strength or
equivalent may be used for plastering. Mix a liquid waterproofing admixture in a dilution of one part by volume
with ten parts by volume of clean water. The diluted admixture is added to the appropriate dry cement/sand
mixture.
Page 169
The mortar shall be produced in such quantities that will be used within one hour after mixing. The finished
plasterwork shall be of an even and smooth trowelled surface finish.
When dry, apply two coats of an approved water dispersed epoxy resin coating to the plastered surfaces of
the walls that are to be painted.
BD 03.01.04 External plastering
The Contract Manager shall mark out areas that need to be renovated. The Contractor shall neatly cut with an
angle grinder in straight lines the edges of the poor patches of plaster that must be removed.
The substrate of the brick walls must be prepared to be sound, free from cement grout, laitance, loose or
segregated material, voids or flaws and substances that might interfere with the bonding of the new plaster.
The surface must not be powdery or crumbly and must exhibit adequate tensile strength. The preparation
work can be done by means of chipping away with a chisel, steel-wire brush and angle grinders to the
satisfaction of the Contract Manager.
Smooth surfaces must be chipped to provide mechanical bonding for new plaster. Before plastering
commences the substrate must be well welled with clean water.
Only approved ready-mixed or pre-mixed bagged plaster mortar with 5 MPa compressive strength or
approved equivalent may be used for plastering. The Contractor shall submit the design mix with the volume
of water to be added to the mortar mix for approval by the Contract Manager. An approved bonding agent
must be added to the mortar mix.
The mortar shall be produced in quantities that will be used within one hour after mixing. Care shall be taken
not to mix old mortar into any new batch.
The finished plasterwork shall be made even and smooth by means of a wooden trowel (surface finish with
rounded edges at sharp corners) to the satisfaction of the Contract Manager. The plasterwork shall be cured
for seven days by any approved method to prevent loss of moisture.
Three (3) test cubes shall be taken for every 1000 m2 plaster area. Cube moulds for nominal size 100 mm
must be used. Final instructions for sampling, moulding, cutting and testing will be issued to the Contractor on
site.
BD 03.01.05 Rough-cast plaster
Rough-cast plaster shall be applied in two coats. The undercoat shall be composed of one-part cement and
five parts sand finished with a wooden float. The finishing coat shall be composed of one-part cement and
three parts stone aggregate that will pass through a 4 mm sieve. The finishing coat shall be flicked on with a
machine before the undercoat has set to obtain an even texture to match the existing rough-cast plaster.
Where the undercoat has already been plastered, the undercoat shall be prepared to receive the finishing
coat. The surface of the undercoat plaster shall be chipped adequately to form a key and wetted before the
finishing coat is applied.
Page 170
BD 03.01.06 Fine rough-cast Plaster
Fine rough-cast plaster shall be as for rough-cast plaster, but the finishing coat shall be composed of one part
cement and three parts coarse sand.
BD 03.01.07 Internal plastering
The surface of internal plaster shall be steel trowelled to a smooth, even and true finish. External plaster shall
be finished to a true and even surface with a wood float. All plaster surfaces shall be free from blemishes,
cracks, blisters or other defects. Plaster shall turn into reveals and soffits of openings, and all angles shall be
true and straight with salient angles slightly rounded.
Plastering of a surface shall be executed in one operation, as no joint marks will be allowed. Plaster on walls
shall not be less than 12 mm or more than 20 mm thick and plaster on concrete shall be not less than 10 mm
or more than 15 mm thick, except where specifically specified otherwise.
Only approved ready-mixed or pre-mixed bagged plaster mortar with 5 MPa compressive strength or
approved equivalent may be used for plastering. The Contractor must submit the design mix with the volume
of water that will be added to the mortar mix to the Contract Manager for approval.
BD 03.02 PARTITIONS
All internal non-load-bearing walls shall be inspected, and the Contract Manager shall determine whether
partitioning such as laminated plastic particleboard, polyester painted steel, vinyl clad gypsum panels or any
other demountable partitioning should be replaced.
Where partitioning must be relocated or replaced, such new partitioning shall be non- combustible, provide
acoustical privacy and comply with SANS 10400:1990
All new partitions shall assemble into a rigid structure and all units shall be readily removable from either side
without disturbing adjacent units.
All exposed trims for doorframes, glazing and skirting are to be of aluminium, or alternatively be painted in
accordance with Technical Specification BJ: Paintwork.
The type of boarding and jointing or cover strips shall be in accordance with the Schedule of Quantities.
BD 03.03 WALL CRACKS
Wall cracks shall be evaluated to determine the nature and severity of the occurrence of the cracks. The
Contract Manager shall inspect all plastered and unplastered walls and identify the underlying factors causing
cracks. Repairs shall be carried out in accordance with the Particular Specifications.
BD 03.04 FACE BRICKS
Face bricks shall be inspected for dirt, efflorescence, staining, oil, paint, lichens and mosses, water, smoke
and soot, rust, or damage caused by chemical reaction.
Where efflorescence appears, light brushing and hosing down with clean water is recommended for most
cases. The brickwork must be saturated with clean water before applying any chemical and washed down
Page 171
with clean water afterwards. Cleaning can also be achieved with scrubbing, water jetting with cleaning agents
and soaps, etc.
Staining caused by non-water-soluble salts, such as vanadium, manganese and iron, shall be treated as
follows:
(a) Remove vanadium staining by washing the wall with a solution of 100 g caustic soda to 1 liter of
water. (Use the corresponding secondary potassium salts where available, as these will be less
likely to cause visible secondary efflorescence.) If secondary efflorescence occurs, wash it off with
clean water.
(b) Manganese stains must be removed using proprietary brand chemical compounds based on
hydrochloric acid with modifiers and sodium fluoride. These solutions should be applied as
recommended by the manufacturer.
(c) Where rust/iron stains occur, wash the affected area with a solution of 50 g oxalic acid, 20 g
sodium fluoride, 15 g citric acid in 1 litre of fresh, clean water. Apply the solution to a dry wall and
leave it on the wall until the stain has dissolved. Wash down using a solution of 50 g bicarbonate of
soda in 1 litre of water.
External environmental stains and smears caused by soot, smoke, industrial pollution and spillage of oil, paint
and other compounds, including micro-organic growths such as fungi, lichens and mosses on brickwork, must
be identified and dealt with in an appropriate and approved way.
Care shall be taken to test the effect of some of the chemicals and compounds for possible harmful effects on
the colours of the brickwork and on adjacent materials, as well as for possible toxicity to human, animal and
plant life. All cleaning procedures shall be carried out with full knowledge of all the potential dangers to human
and animal health, and the appropriate safeguarding and precautionary measures shall be put in place.
BD 03.05 WALL TILING
BD 03.05.01 General
Tiling shall comply with the requirements of SANS 22:2005. The code of practice for the fixing of glazed wall
tiles, SANS 10107:1996 and the recommendations of the South African Ceramic Tile Manufacturers
Association (SACTMA) must be adhered to.
All tiled areas must be checked for damaged surfaces or to determine where tile adhesion to subsurface may
turn out to be of non-satisfactory standard. In cases where tiled surfaces need to be redone, proper care shall
be taken in removing all damaged tiles, as well as any adhesive remains on the subsurface.
Matching of existing size and colour should be pursued wherever possible. BD 03.05.02
BD 03.05.02 Glazed wall tiling
White glazed tiles 150 x 150 x 5mm thick, first grade, must be laid in a cement-based powder adhesive,
strictly in accordance with the manufacturer’s specification. Drying periods for backgrounds and substrates
must be strictly adhered to. All tiles must be correctly bedded. This can be achieved by using a 6 mm square
Page 172
notched wall trowel to spread the fixative to the required thickness of 6 mm. Bed the tiles dry and move them
firmly into position, ensuring that they are in proper overall contact with the bed and form an even surface.
A minimum of 2 mm grouting joints shall be allowed between tiles. Under no circumstances should the tiles be
buff-jointed. Do not fill joints between tiles until at least 24 hours after the tiles have been bedded. Ensure that
the joints are free of tile adhesive residue and any foreign matter. Fill joints with waterproof white cement.
Existing joints must be cleaned and refilled with new white cement.
BD 03.05.03 Ceramic wall tiling
Glazed ceramic wall tiles 230 x 115 x 11, 5 mm thick, with grade I acid resisting quality finish are to be used.
Apply an approved epoxy grout into the tile joints and finish off with a wetted nosing tool to a smooth glazed
finish. Ceramic tiles include special tiles, such as bull nose and comer tiles. Repairs include replacing
damaged tiles and pointing between tiles with an approved epoxy grout.
BD 03.05.04 Corner Protectors
Install 75 x 75 x 5 mm thick aluminium angle corner protectors to external vertical wall corners for protection
with 8 mm diameter impact nails x 80 mm long @ 300 mm c/c to a maximum height of 1, 6 m. Seal the
interface gap with approved silicone.
Install for abattoirs and dairies 75 x 75 x 3 mm thick stainless steel grade 304 angle comer protectors,
polished to a No 2B finish with grit 180, to external vertical wall corners. Fix the corner protectors with 8 mm
diameter impact nails x 80 mm long @ 300 mm c/c to a height of 1, 8 m. The interface gap must be sealed
with an approved polyurethane sealant.
BD 03.05.05 Expansion joints
Expansion joints for glazed wall tiling shall be provided at 3, 5 m centres maximum (vertically and
horizontally). The joints shall be 5 mm wide. Prepare the joints by cleaning them thoroughly. The joints shall
be primed and sealed with an approved one component 5 x 5 mm white polyurethane joint sealant.
Expansion joints for ceramic wall tiling shall be provided at 4 m centres maximum (vertically and horizontally).
The joints shall be 10 mm wide maximum. Prepare the joints by cleaning them thoroughly. The joints shall be
primed and sealed with approved one component l0x 10mm white polyurethane joint sealant.
BD 03.06 WINDOWS
BD 03.06.01 General
All windows shall be inspected to assess the level of workability, paying special attention to hinges, handles,
stays, catches, etc. Should any window be found unsuitable due to damage to the frame, opening section or
any other part thereof, such window shall be replaced.
The Contractor shall take great care to make sure that the appropriate waterproofing details are applied
strictly to ensure adequate protection against any water penetration.
Page 173
BD 03.06.02 Steel windows
The Contract Manager shall inspect for any deficiencies in residential and industrial type steel windows.
Where necessary, windows shall be serviced and repainted in accordance with Technical Specification BJ:
Paintwork.
BD 03.06.03 Burglar bars to steel windows
Where manganese bars are incorporated in the fixed mullions of the windows, this shall be done in such a
way that the bars are not wider apart than 15cm/centre. The bars shall have at least a section of 30 x 16 mm,
penetrating at least 100 mm in the Iintels and sills. Heavy-duty burglar bars shall be 15 mm diameter or 12mm
square. Loose burglar bars shall be site welded to the window frames.
BD 03.06.04 Timber windows
All wooden windows are to be inspected and treated according to the condition of the timber as stipulated in
Technical Specification BJ: Paintwork.
BD 03.06.05 Aluminium windows
When working with mortar or plaster great care shall be taken to protect all aluminium sections from staining
by applying a film protector or motor oil on the aluminium surface.
BD 03.07 GLAZING
BD 03.07.01 Glass
Cracked and broken glazing shall be replaced. The glazing and fixing of glass in buildings shall be carried out
strictly in accordance with SANS 10137:2002.
BD 03.07.02 Putty
Care shall be taken to remove all chipped, flaked or damaged putty. The Contract Manager shall indicate on
site which putty must be replaced.
All new putty shall comply with the requirements of the SANS 680:2006. The putty shall be delivered on the
site in sealed containers marked with the SANS mark.
Type I putty as specified shall only be used for glazing in wood sashes and Typell or SANS approved
equivalent only in steel sashes.
Paintwork on putty shall not commence until putty has properly dried out, which may necessitate the addition
of an accelerating agent. The Contractor shall therefore take programming of trades into consideration.
BD 03.08 DOORS
Page 174
BD 03.08.01 General
All existing doors shall be inspected for the general condition and integrity of hinges, locking mechanisms, etc.
All steel doors shall comply with the requirements of SANS 727:2003 (2009-05-29).
All new external doors are to be fitted with 1% pair heavy-duty hinges.
Door signage, such as door numbers, etc., shall be in accordance with Technical Specification BH: Fittings,
and the Schedule of Quantities.
Special attention shall be given to the condition of striker plates and hinges that need to be replaced, or
properly secured where possible. Doors shall be painted to the requirements of Technical Specification BJ:
Paintwork.
BD 03.08.02 Doors, sidelights and fanlights
All wooden stock doors shall comply with the requirements of SANS Standard Specification 545.
BD 03.08.03 Flush doors
The Contractor shall inspect all doors, internal and external. Where any door needs to be replaced, such door
shall be a 40 mm thick solid laminated door as specified for interior or exterior use and shall be capable of
withstanding the raking, deflection, puncture and moisture resistance tests for the desired application.
Unless otherwise specified, face veneer shall be rotary cut, and shall be of the timber specified, or where
doors are to be painted, shall be of timber suitable for painting. Painting shall be done in accordance with
Technical Specification BJ: Paintwork, and the Schedule of Quantities.
Edge strips for concealing the vertical edges of doors shall be of the same timber as the face veneer and for
single doors and hinge edges of double doors shall not be less than 10 mm thick, and for rebated meeting
edges of double doors not less than 20 mm thick. The top and bottom edges of doors showing end grain shall
be sealed with lacquer or other suitable material if the edges were disturbed in any way.
BD 03.08.04 Toilet doors in ablutions
Doors showing signs of erosion due to water penetration shall be either replaced or cut short 150 mm from
finished floor level. If the existing semi-solid door panel is to be retained, it should be cut short 150 mm from
the floor level. A 38 x 50 mm SAP insert must be glued and nailed in at the bottom edge. The steel frame
must also be cut short and filled in with grout at the cut edges and fixed to the wall with 2 x 8 mm diameter
heavy duty impact nails.
BD 03.08.05 Doors for abattoirs and dairies
Doors in abattoirs and dairies shall be made of 0, 5 mm white Chromadek sheet metal glued onto 40mm thick
16-kglm3 density polystyrene core with chemical glue.
The door leaf shall be finished off around the edges with 46 x 30 x 2, 5 mm thick anodised aluminium
channels and sealed with white silicone sealant.
Page 175
The doorframe shall be manufactured from 1, 6 mm thick grade 430 stainless steel, polished to No 2B finish.
The existing timber door panels must be replaced with the above-mentioned type door panels. Where
instructed the steel door frames will only be replaced if they are severely corroded and/or damaged. The new
steel frames must be built into the brick walls with the necessary steel lugs (3 per side) and the core of the
frame must be filled with mortar.
BD 03.09 IRONMONGERY
BD 03.09.01 General
All ironmongery shall be approved by the agent/representative before fixing. Articles shall be fixed with screws
of similar metal and shall be eased, oiled, adjusted and left in perfect working order on completion.
All ironmongery shall be inspected to assess the level of workability, paying special attention to door handles,
locks, door closers, door stops, door catches, fixing of these fittings, etc. Should any of these fittings be found
unsuitable due to damage, corrosion, etc. they shall be replaced. Where existing holes in wood are worn out,
these holes must be plugged with wood to receive the screws.
Toilet doors in ablutions must be fitted with approved D-type natural anodised aluminium pull handles and 150
x 150 mm plate. Install 15 mm diameter concealed steel roller ball catch with chromium-plated striker plate
with circular hole for roller ball catch. Fix this plate to door frame with two aluminium pop rivets.
BD 03.09.02 Door locks
Each lock shall be provided with two keys and no key shall pass a second lock. All mortice locks, mortice
latches and night latches, rim and cylinder rim night latches, and escutcheon for locks shall comply with the
requirements of the SANS. The Contractor shall supply all screws, etc. required for completion of the work.
BD 03.09.03 Cupboard doors
Where required according to the Schedule of Quantities, built-in cupboard doors in sleeping quarters are to be
provided with 2 x angle iron sections of 35 x 80 x 3 mm thick x 10 mm diameter hole for a padlock that must
be fixed to the inside of the cupboard door.
Locker doors shall be provided with a 50 x 50 x 5 mm thick mild steel angle x 10 mm diameter hole for a
padlock site welded to the locker.
BD 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the course of the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities.
BD 05 MEASUREMENT AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
Page 176
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
BE FLOORS
CONTENTS
BE 01 SCOPE
BE 02 STANDARD SPECIFICATIONS
BE 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BE 04 DETAIL OF REPAIR WORK
BE 05 MEASUREMENT AND PAYMENT
BE 01 SCOPE
Floors shall mean the work to be carried out to repair and maintain materials and components such as
removal of existing floors and installation of new floor coverings, skirtings, screeds, concrete floors and
paving. This specification does not include work related to metalwork and paintwork, which are specified
elsewhere.
This specification covers the removal of existing floor coverings, screeds and concrete surface beds, the
repair of existing floor coverings, screeds and concrete surface beds. This specification also covers the
supply, delivery and installation of new floor coverings, screeds and concrete surface beds for various types of
buildings.
The complete scope of repair work shall be as described in BE 04: Detail of repair work.
Maintenance of this part of the installation shall be performed in accordance with Additional Specification SA:
General Maintenance and the specific requirements included in this Technical Specification.
BE 02 STANDARD SPECIFICATIONS
BE 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 581:2007 - Semi-flexible vinyl floor tiles
SANS 786:2007 - Flexible vinyl flooring
SANS 10070:2007 - The laying of thermoplastic and similar types of flooring
SANS 10043:2009 - The laying of wood floors
SANS 10186:2010 - The laying of textile floor coverings
SANS 1449:2008 - Ceramic wall and floor tiles
BE 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BE 03.01 ADDITIONAL REQUIREMENTS FOR REPAIR OF FLOORS
Page 177
BE 03.01.01 Floor coverings
Existing floors shall be inspected to determine the extent of any damaged floor areas. The existing floors and
other building elements shall be protected from damage during the progress of any repair work and on
completion shall be cleaned and handed over in a perfect condition. Only skilled workers experienced in
laying any type of floor finishes shall carry out the work.
BE 03.01.02 Preparation of floor slab and surface beds for new floor screeds
The existing concrete screed shall be removed in patches designated by the Contract Manager.
All laitance on the surface of the existing surface bed must be removed completely. Mechanised plant such as
scrabbles or abrasive blasters must be used. The Contractor shall take all necessary precautions to keep dust
pollution to a minimum inside the building during the breaking out and removing of existing concrete screeds,
as well as during the preparation of the existing concrete surface bed.
After the mechanical cleaning of the slab surface to expose the coarse aggregate, all dust and debris must be
removed, and the surface must be thoroughly wetted and kept wet for at least 12 hours before application of
the new concrete screed.
BE 03.01.03 Surface preparation of existing floor screeds for new floor coverings
The following procedure is suggested where vinyl tiles were laid with bitumen adhesive:
(a) The Contract Manager will indicate the area where existing vinyl tiles are to be removed.
(b) The bitumen must be removed mechanically and/or chemically. Remove as much bitumen and other
contamination as possible by scraping. Bitumen can be heated to soften it.
(c) Sweep or vacuum sub-floor thoroughly to remove dust and grit.
(d) An approved solvent-based degreasing and cleaning compound can be used to remove the bitumen
chemically. The Contractor shall ensure the safety of the workers and the building against possible fire.
(e) The concrete surface must be smooth. Even the surface with Pavelite or SABS approved equivalent
before laying the new vinyl tiles. The Pavelite must be applied in accordance with the manufacturer’s
specifications.
(f) Vacuum clean the floor surface again before the adhesive is applied to lay the vinyl tiles.
BE 03.01 .04 Cement screed
The Contract Manager shall determine which existing cement screeds are to be replaced. The cement screed
shall have a maximum thickness of 30 mm. Where required the cement screed shall be modified with an
approved alkali compatible acrylic emulsion by preparing the cement screed with a mixture of the latex and
water in the required ratio.
Before the new screed is applied, remove all surface water from the slab. Apply a bond coat to the
slab/surface bed, consisting of a 1:1 mix of cement and clean fine sand with just enough water to provide the
consistency of slurry. Mix in equal parts an approved alkali compatible acrylic emulsion specially modified for
use in cement mortars with water and add Portland cement to form the slurry. Spread the bond coat evenly
using a stiff fibre brush. Do not leave standing pools. Place screed before the bond coat dries out. The screed
must be laid and compacted in one layer.
Page 178
Curing should commence as soon as the finishing operations have been completed and should be continued
for at least 7 days. The Contract Manager must approve the method of curing.
Joints must be formed in the screed at all existing contraction and expansion joints, as well as at intermediate
positions at 3 m maximum spacing.
BE 03.01 .05 Concrete screeds
(a) General
Concrete screeds shall have a minimum thickness of at least 50 mm. The Contract Manager shall
determine the areas where the concrete screeds, need to be replaced.
Only ordinary Portland cement, CEM 1 42, 5 in accordance with SANS ENV 197-1, shall be used.
Coarse aggregate maximum size : 10 mm
28-day cube strength : 35 MPa
The use of an approved plasticizer is recommended to reduce the water content of the mix to the
absolute workable minimum.
The mix design must be submitted to the Contract Manager in advance for approval.
A set of three test cube samples shall be taken for every 500 m2 floor area for the testing of the
compressive strength of the concrete.
(b) Concrete floor hardener
Concrete natural non-ferrous aggregate floor hardeners shall strictly be applied in accordance with the
manufacturer’s specification and under his supervision.
Note: The Contractor shall furnish a certificate of compliance, together with a written guarantee
after completion.
(c) Compressive strength
At 7days : 50MPa
At 28 days : 70MPa
All other aspects of the construction of new concrete screeds shall be adhered to as specified in
Technical Specification BF: Structural concrete.
BE 03.01.06 Laying of material (ceramic excluded)
The laying of vinyl and similar flooring material in tile and sheet form and the fixing of plastic skirtings,
nosings, etc., shall be carried out in accordance with SANS 10043:2009.
The laying of wood block and wood mosaic flooring shall be carried out in accordance with SANS
10043:2009.
Page 179
The laying of textile floor coverings shall be done in accordance with SANS 10186:2010. Vinyl floor tiles shall
be laid with continuous joints in both directions. Tiles shall be cut with a “jointer” at saw and expansion joints.
Laying of tiles over these types of joints will not be permitted. Only latex-resin type adhesive shall be allowed
to glue tiles to the concrete screed or surface bed.
BE 03.01.07 Granolithic screed finish
Granolithic screed finish to floors treads of steps, thresholds and similar surfaces shall, unless otherwise
specified, not be less than 25 mm thick. The granolithic screed shall be composed of three parts granite, or
other approved hard stone chips, or approved hard, coarse sharp washed granitic or quartzite sand, half part
clean sand and one part of cement, hand or mechanically trowelled to a true and smooth surface. No dry
cement powder, grout or wet slurry mix shall be applied to the surface.
New granolithic screed shall be laid before the concrete surface bed or floor matures in order to allow for
proper binding. If this is not possible, then the top of the surface bed or floor shall be hammered, chipped and
then cleaned with a wire brush and a coat of neat cement grout applied immediately before the granolithic is
laid.
The granolithic shall be laid in panels not exceeding 6 m2 in area and jointed to lines of panels with V-joints.
The joints between the panels shall coincide with joints in the concrete surface bed or floor.
Granolithic finish to stair risers, sides of curbs and other vertical surfaces shall, unless otherwise specified, not
be less than 12 mm thick.
All granolithic work shall be done by experienced workers only and shall be protected from damage caused by
rain or other extreme weather for 12 hours after being laid. Protection shall be provided against too rapid
drying whilst hardening by means of covering with wet sacks or other suitable material. The screed shall also
be protected from damage and discolouration during the progress of the remaining work.
Edges of granolithic floor butting against different floor finishes and edges of margins, etc., shall be true and
sharp, and shall be protected by fixing temporary wood strips that shall remain in position until the laying of
the adjoining floor has commenced.
Where a non-slip granolithic floor finish is required, the granolithic shall be laid as specified above. Aluminium
grit shall then be sprinkled over the surface at the rate of 1 kilogram per square meter, lightly tamped in and
allowed to set.
BE 03.01.08 Vinyl floor finishes
Existing floors should be inspected and where vinyl tiles need to be replaced, such tiles shall comply with the
requirements of SANS 786:2007 and be 300 x 300 x 2 mm thick unless otherwise specified. The flooring shall
be of marbled pattern and of an approved colour (to be specified by the Contract Manager).
Vinyl floor tiles or sheets shall be laid with an adhesive recommended by the manufacturer. All the preparation
and work in connection with the laying and fixing of the specified flooring and vinyl skirtings shall be done in
accordance with SANS 10070:2007and to the satisfaction of the Contract Manager.
Page 180
The flooring shall, where necessary, be cut and neatly fitted against adjoining floors, thresholds, etc. Where
required the Contractor shall carefully remove existing timber floor skirtings and/or quarter rounds for re-use -
where vinyl tiles are laid against walls. Reinstate skirtings and/or quarter rounds.
Vinyl floor tiles shall, unless otherwise specified, be laid with continuous joints in both directions and vinyl
floors shall, unless otherwise specified, be in standard widths with cut sheets at sides of floors as necessary,
all to the entire satisfaction of the Contract Manager.
The vinyl flooring and skirtings shall be covered up and protected from damage during the progress of
remaining work and on completion be cleaned and, unless otherwise specified, polished with the type of
polish recommended by the manufacturer of the vinyl flooring.
BE 03.01.09 Skirtings
Loosened hardwood skirtings must be cleaned and where necessary removed and/or replaced by 76 x 19 (or
25 mm) mm thick hardwood skirting with one rounded top edge plugged to the wall. Painting shall be in
accordance with Technical Specification BJ: Painting.
In selected areas skirtings shall be 100 mm high x 6 mm thick unglazed ceramic tiles glued to walls with an
approved cement grout. The Contract Manager shall specify these areas.
Vinyl cove skirtings shall be of approved manufacturer’s specification and colour and, unless otherwise
specified, be 70 mm high.
BE 03.01.10 Sealing of vinyl flooring
The newly laid tiles shall, after four days, be scrubbed with a diluted neutral detergent/stripper complying with
SANS 825:1993 (1998-12-15) and rinsed thoroughly. After the floor has dried, apply two coats polymer/Acrylic
sealer combination containing a minimum of 22 % solids using an applicator pad. Ensure that the surface has
set hard before allowing traffic on the floors.
BE 03.01.11 Wood block floors
(a) Replacement of wood block floors
Where required, wood blocks that must be replaced shall, unless otherwise specified, be Clear Grade,
Class H with nominal sizes of 75 mm wide, 225mm long and 20 mm thick. Wood blocks that are loose
must be re-laid using an approved hot or cold adhesive after the old bitumen has been removed and
the surface prepared.
The moisture content of the blocks shall be as specified in the above-mentioned specification, and the
blocks shall be treated with timber preservative as specified. The blocks shall, unless otherwise
specified, be laid to a basket pattern with an approved hot or cold adhesive and shall be sanded on
completion all in accordance with the SANS Code of Practice, SANS 10043:2009 and to the
satisfaction of the Contract Manager
Wood block floors shall be covered up and protected from damage during the progress of the
remaining work, and unless otherwise specified, a sealer shall be applied to the final sanded surface
and then polished all in accordance with the above-mentioned Code of Practice.
Page 181
(b) Partial repairs to parquet floors
Only very loose wood blocks identified by the Contract Manager shall be repaired. The Contractor shall
carefully remove the wood blocks for re-use. Scraping and any other suitable means shall be used to
remove the old bitumen. The concrete surface bed or cement screed shall be cleaned from dust and
bitumen residue as specified in BE 03.01.02. If the concrete or cement screed is in a poor condition,
the poor patches shall be removed according to BE 03.01.04. The Contractor will be allowed to use
rapid hardening cement grouts to reduce drying time of concrete and cement screeds to suit the
working program. The screeds must be laid at such a level as to enable the workers to lay the cleaned
wood blocks at the same level as the surrounding wood flooring blocks. The cleaned blocks shall be
laid in a basket pattern (or the same existing pattern) with approved hot or cold bitumen at the same
level as the surrounding blocks. Missing blocks must be replaced.
BE 03.01.12 Sealing of timber floors
Existing timber floors must be mechanically belt-sanded to remove all traces of existing sealer in strict
compliance with SANS 10043:2009. Where necessary, existing flooring, skirtings and quarter rounds should
be temporarily removed. Before applying the new wooden floor sealer, ensure that the surfaces are dry,
sanded smooth and free from varnish or oil. Vacuum the dust from the prepared floor surfaces.
Apply three coats of clear, lead free wooden floor sealer with preservative and anti-fungicidal properties
according to the manufacturer’s specification.
Apply the first coat until an even glossy, wet surface is achieved. Leave to dry thoroughly.
Apply at least two other coats in the same way, and finally a fourth and final coat. It is proposed that the
Contractor first do a trial section to satisfy himself that he can handle this procedure. The final appearance of
the wooden floor must be smooth and have a uniform non-gloss finish.
Reinstate skirtings and quarter rounds.
BE 03.01.13 Tiling (general)
Tiles shall be solidly bedded and jointed in cement mortar and, unless otherwise specified, joints shall be 6
mm wide.
The joints in all tiling are to be continuous in both directions. The pointing is to be carried out by well pressing
in half-dry cement mortar. Under no circumstances may liquid cement grout be used for pointing.
All tiling shall be properly covered and shall be protected against any possibility of staining, discolouring or
any other damage.
At completion, all tiling is to be exposed, checked for damage, repaired where necessary and cleaned off with
soft soap and cold water and left in a perfect condition. The application of oil on tiling is not allowed.
Page 182
BE 03.01.14 Ceramic and quarry floor tiles
(a) General requirements
The Contract Manager shall determine which tiles need replacement. The existing floor screed and
floor tiles must be removed in patches and/or areas as determined by the Contract Manager.
Ensure that the base for floor tiling is rigid, stable and level unless required to have a fall in one or
more direction(s). The surface preparation and cement screed (if required) are described in BE
03.01.03 and BE 03.01.04 respectively. When proprietary brand adhesives are being used for fixing
ceramic floor tiles it is essential that the surface to which the tiles are to be fixed is clean, dry, flat and
true.
Lay approved unglazed ceramic split floor tiles (230 x 115 x 11, 5 mm thick and of a selected or
matching colour) in professional floor grouting with 8 - 10 mm wide joints. The floor grout must be
applied with a 10 mm square-notched floor trowel evenly over an area not exceeding 1 square meter at
a time. Coved skirting tiles including external and internal skirting comers must be laid against walls in
abattoirs. Selling out must be done correctly. The finished installation must be level plumb and true
unless specified otherwise. In abattoirs, the floor tiles must be laid to specified falls.
Mortar beds for dust-pressed tiles and quarry tiles shall be formed with a slurry of 1:1 cement and
clean fine sand to a thickness of about 3mm on an area not exceeding 1 square metre at a time. The
joints will be 6 - 8 mm wide depending on the size of the tile.
The tiles must be laid in professional cement-based powder adhesive, strictly in accordance with the
manufacturer’s specifications. The Code of Practice for the fixing of tiles in accordance with SANS
1449:2008and the recommendations of the South African Ceramic Tile Manufacturers Association
(SACTMA) shall be followed. Important points to be taken into consideration are summarised below:
(i) Enough time must be allowed between building operations.
(ii) Drying periods for backgrounds and substrates must be strictly adhered to.
(iii) No tiling may commence prior to the prescribed time.
(iv) (All tiles must be correctly bedded. The tiles must be properly bedded into a fixative that is
spread evenly to the required thickness using a square-notched rubber mallet (10 mm for
ceramic tiles). Bed the tiles dry and move firmly into position, ensuring that they are in
proper overall contact with the bed, and form an even surface.
(v) A minimum & 6- 10 mm grouting joints must be allowed between extruded and split tiles (3
mm minimum for pressed tiles). Ensure that the joints are free of tile adhesive and any
foreign matter.
(vi) Setting out must be done correctly.
(b) Filling of joints
Do not fill joints between tiles until at least 24 hours after the tiles have, been bedded. Before applying
the joint epoxy grout, ensure that the joints are free of tile adhesive residue and any foreign matter.
Apply the approved epoxy grout into the tile joints. The finishing-off must be completed with a wetted
nosing tool or spatula so that a smooth glazed surface finish can be achieved. Application of the epoxy
grout must be done strictly in accordance with the manufacturer’s specifications. Finally, the tiles must
be thoroughly cleaned.
Page 183
BE 03.01.15 Movement joints in tiling
(a) General requirements
Movement joints are to be provided in tile work to allow for thermal expansion and contraction and
crack control at existing expansion joints in the surface bed.
(i) Provide movement joints in the tile work, screed and bedding down to the concrete surface
bed or slab. The spacing of these joints depends on the position of existing joints, column
and wall layouts and slab thickness. The maximum spacing of joints should be limited to 30
times the slab (surface bed) thickness or 4, 5 m, whichever is the lesser. The length-to-
width ratio of tile panels should be limited to between 1, 0 and 1, 5.
(ii) Provide isolation joints around the perimeter of the floor, around columns, walls and other
fixed structural elements.
(iii) Joints shall be aligned with no offsets. Irregular shaped tile panels must be avoided. Where
included angles are unavoidable, they should be less than 60 degrees.
(iv) The width of the joint shall be 6 mm minimum and 10 mm maximum. Provide an approved
closed-cell expanded polyethylene foam joint filler with a hinged temporary blocking piece in
the movement joints. The size of the blocking piece must be the same as the joint width.
(b) Joint sealing
The joints shall be prepared and primed prior the application of the joint sealant.
The liquid sealant in joints shall be an approved one-part grey polyurethane sealant with a shore
hardness of A45 and an elongation of 400 %. The manufacturer’s specifications must be strictly
followed.
(c) In abattoirs
Clean and dry all tile surfaces. All loose material must be removed by means of a wire brush or by
water while all tile adhesives are cleaned from the edges of the tiles.
Ensure that all traces of release agents, curing compounds and existing joint sealant compounds are
removed. Install a suitable closed-cell expanded polyethylene bond breaker cord in the expansion and
isolation joints after which the complete substrate is primed with a component solvent free primer that
penetrates the tile and pulls all dust particles with it. Proceed with the final application of an approved
one-part grey polyurethane sealant with a shore hardness of MS and an elongation of 400 %. The
manufacturer’s specifications must be strictly followed.
Page 184
BE 03.02 PAVING
Repairs to paving shall include the improvement of existing paving, drainage channels and the replacement of
paving that cannot be repaired. Different paving types exist, e.g. concrete, precast segmental paving and
regular blocks, bricks and slasto. This specification only covers pedestrian paving around buildings.
The Contract Manager shall identify the paving areas that are to be repaired. Defects to paving will include but
not be limited to the following aspects:
(a) Failure of sub-base material and subsidence of sub-soil due to excessive water erosion
(b) Broken and severely damaged paving;
(c) Distorted and disturbed paving;
(d) Drainage problems, e.g. ponding of water on the paving and in drainage channels, incorrect falls, etc.;
(e) The omission of edge restraint;
(f) Intrusion of weed or hostile root penetration.
BE 03.02.01 Preparing foundation
If the sub base and/or sub grade have failed, this soft and unstable material shall be replaced. Existing paving
must be carefully removed and stack for re-use. The new earth filling shall be of inert
material, having a maximum plasticity of 10, free from large stones, etc. spread, levelled, watered and
compacted in layers not exceeding 150 mm thick to a density of 95% of modified AASHTO density. Cement
stabilization to improve the existing sub grade may be considered to improve the characteristics of the
material. The blocks shall be laid true to line, levels and grade on a 25 mm thick layer of approved bedding
sand. The bedding sand must not be used to fill hollows in an uneven sub grade or sub base surface. Where
specified, plastic sheeting must be provided below the bedding sand layer. Refer also to BE 03.02.06.
The Contractor shall be responsible for carrying out all necessary process control tests on the density and
moisture content of the completed sub grade, sub base, etc., to ensure that the required compaction is being
attained.
BE 03.02.02 Laying of segmented block paving
The existing blocks shall be preselected for re-use. Broken and severely damaged paving blocks shall be
replaced. New paving blocks shall comply with SANS 1058:2010Class 30 compressive strength. All blocks
shall be laid true to line and level. Care shall be taken to ensure that joint lines are straight and square. The
blocks shall have a minimum thickness of 60mm.
After laying the blocks, the paving shall be compacted by means of vibrating plate compactor with joints
between the blocks filled in, after compaction, by sweeping in fine sand. The jointing sand shall pass a 1, 18
mm sieve and contain 10-50 % material passing the 75-micron sieve. The sand shall be free of all soluble
salts or contaminants likely to cause efflorescence or staining.
Areas against curbs, manholes, etc. that require infilling, and which exceed 25 % of a full block unit shall be
filled with units cut to size using a mechanical or hydraulic guillotine, bolster or angle grinder. Infill areas
constituting less than 25 % of a full block area and are of 25 mm minimum dimension shall be filled with 25
MPa concrete. Smaller areas shall be filled with 1:4 cement mortar.
Page 185
BE 03.02.03 Laying face brick payers, precast concrete blocks and slasto
The existing blocks shall be preselected for re-use. Broken and severely damaged paving blocks shall be
replaced. All blocks shall be laid true to line and level. Care shall be taken that joint lines are straight and
square. Slasto shall be to match existing pattern.
After laying the blocks (except slasto), the paving shall be compacted by means of vibrating plate compactor.
Clean the top of the blocks before and after compaction. Thoroughly wet compacted area after compaction
and leave 24 hours to dry. The joints between the blocks must be filled in, after compaction, with a 1:4 cement
mortar. The joints shall be pointed with a steel tool to a smooth surface finish.
BE 03.02.04 Laying of cast in-situ concrete paving and drainage channels
Severely cracked and/or damaged concrete paving and drainage channels shall be replaced. The Contract
Manager shall indicate which panels and sections of drainage channels are to be removed. Cuffing out will be
done with an angle grinder or saw cutting machine. Concrete panels must be removed in sizes where the ratio
of the sides does not exceed 1:1, 5. The foundation material must be improved as specified in BE 03.02.01.
New concrete panels and drainage channels must be cast with a compressive strength of 25 MPa. Concrete
paving to the specified thickness must be finished off with a smooth wood trowel surface finish or must match
the existing surface finish. Edges must be finished off with a steel nosing tool with a radius of 5 mm.
Expansion joints must be provided where specified. Drainage channels must be cast in lengths not exceeding
1 metre. Channels must be finished off to have a smooth steel trowel finish.
BE 03.02.05 Precast concrete edge beams, curbs and channels
Edge restraints shall be installed before paving commences. Edge restraints may be cast in-situ or consist of
precast units. Precast edge blocks shall have dimensions of 75 mm wide x 300 mm deep. Cast in-situ beams
with 25 MPa concrete shall have dimensions of 300 x 300 mm and cast in lengths not exceeding 1 metre.
Precast concrete curbs and channels shall comply with SANS 927:2007, generally in 1 metre lengths and
finished smooth from the mould on exposed surfaces. Curbs and channels shall be bedded on and jointed in
1:3 cement mortar and pointed with keyed joints. Bases to curbs shall be Class B prescribed mix of
unreinforced concrete.
BE 03.02.06 Weed control
Two types of weed killing shall be carried out:
(a) Mixing weed killer to sub base for rehabilitated paving;
(b) Spraying existing paving excluding concrete paving.
After the base course has been approved and the curbing completed, the prepared base must be treated with
a weed killer similar or equal to HYVAR X at a rate of 4 kg/m2. Plastic sheeting with a thickness of 375 micron
shall be laid to prevent the penetration of grass underneath the segmental paving.
Page 186
BE 03.02.07 Site clearance
Excess sand and all other debris shall be removed before the pavement is opened to traffic. The site shall be
left in a tidy condition.
BE 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the contract and will be applicable on all buildings of the CoE. The detail of the
work is described in the Schedule of Quantities.
BE05 MEASUREMENTAND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
BF STRUCTURAL CONCRETE (REPAIRS)
CONTENTS
BF 01 SCOPE
BF 02 STANDARD SPECIFICATIONS
BF 03 REQUIREMENTS OF REPAIR WORK
BF 04 MEASUREMENTS AND PAYMENTS
BF 01 SCOPE
This specification covers the repair of existing structural concrete elements and the supply, delivery and
implementation of the repair procedures for the various types of buildings.
Structural concrete shall mean the scope of work to repair and maintain all structural concrete components
such as walls, columns, stairs and suspended slabs. Joint repairs also form part of this specification. This
specification does not include work related to metalwork and paintwork that are specified elsewhere.
The complete scope of repair work shall be according to the section: Detail of repair work.
Maintenance of this part of the installation (the works) shall be performed according to the Additional
Specification: General Maintenance and the specific requirements to be included in this Technical
Specification.
Page 187
BF 02 STANDARD SPECIFICATIONS
BF 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 1200 G: 1982 (2002-07-30) - Concrete (Structural)
SANS 1200 GA: 1982 (2002-07-30) - Concrete (Small works)
SANS 1200 GB: 1984 (2002-07-30) - Concrete (Ordinary buildings)
SANS 1200 GE: 1984 (2002-07-30) - Precast Concrete (Structural)
SANS 1200 GF: 1984 (2002-07-30) - Prestressed concrete
SANS 10100-1:2000 - Structural use of concrete
SANS 110:2011 - Sealing compounds for the building industry, two component
Polysulphide base
SANS 1077:2009 (2009-08-14) - Sealing compound for the building and construction industry,
two-component, polyurethane- base
SANS 1305:2009 - Sealing compounds for the building industry, one component
siliconed-rubber-base
BF 02.02 ADDITIONAL SPECIFICATIONS
Technical Specification BC: Waterproofing
Technical Specification BD: Walls
Technical Specification BE: Floors
Joint materials manufacturer’s specifications (they shall take precedence over others).
Concrete repair materials manufacturers specification (they shall take precedence over others)
BF 02.03 REQUIREMENTS FOR REPAIR OF STRUCTURAL CONCRETE
BF 02.03.01 Concrete repair
All existing structural concrete to be inspected to determine the extent of damage and repair work required. All
remedial concrete work to be classified into the following categories by the Contract Manager:
(a) Surface Concrete Repair: Cosmetic repair of concrete surfaces where no reinforcing is exposed,
where cover to reinforcement is not a problem (non-aggressive environment) and for non-structural
repairs.
(b) Mild to Moderate Concrete Repair: When the reinforcing is exposed, and the extent thereof is small
compared to the size of the element under consideration.
(c) (Severe Concrete Repair: Where the front of the reinforcing is exposed in large areas or reinforcing is
exposed totally. Generally, when the defective areas have adverse structural implications.
The above categories do not apply to off-shutter concrete, which will be treated on merit.
Any structural concrete elements that are damaged to such an extent that they cannot be classified under
severe concrete repair, will be treated on merit. Detailed instructions will be issued during repair/maintenance
for the rehabilitation of such structural concrete elements.
Page 188
BF 02.30.02 Surface Concrete repair Procedure
The following procedure, or similar approved by the Contract Manager to be used:
(a) Remove all loose and defective material and clean around affected area to expose aggregate.
(b) Saw-cut 10mm vertically around edges of repair area and break out concrete within to avoid tapered
feathering.
(c) Wet area well, approximately 30 minutes before commencement of repair.
(d) Apply an approved shrinkage compensated cementitious repair mortar in strict accordance with
the manufacturer’s specifications.
(e) The repaired surface to be cured by covering with plastic sheeting and keeping wet for 48 hours or as
otherwise specified.
BF 02.03.03 Mild to Moderate Concrete repair Procedure
The following procedure, or similar approved by the Contract Manager to be used:
(a) Remove all loose and defective material and break out to a minimum depth of 10mm.
(b) Saw-cut 10mm vertically around edges of repair area and break out concrete within, to avoid tapered
feathering.
(c) Ensure that concrete is free from laitance, oil, grease etc. and is sound, firm and clean.
(d) Exposed reinforcing to be wire brushed clean, free of all rust, and then coated with an approved single
component epoxy zinc primer.
(e) The concrete to be thoroughly wetted and kept wet for a minimum of 12 hours before applying
remedial product, loose standing water to be removed prior to application of repair mortar.
(f) Apply an approved shrinkage compensated cementitious repair mortar in strict accordance with the
manufacturer’s specifications.
(g) The repaired surface to be cured by covering with plastic sheeting and keeping wet for 48 hours or as
otherwise specified.
BF 02.03.04 Severe Concrete repair procedure
The following procedure or similar approved by the Contract Manager to be used:
(a) Propping of structure may be necessary during repair period.
(b) Chop around defective area removing all loose and suspect material taking care not to damage the
existing reinforcing.
(c) Exposed reinforcing to be wire brushed clean, free of all rust, and then coated with an approved single
component epoxy zinc primer.
(d) The damaged area to be chopped rectangular to expose the sound aggregate and feathered edges to
be saw-cut vertically and broken out to a minimum depth of 10mm.
(e) Ensure that the cavity is clean, dry and free of any debris.
(f) Apply an approved epoxy resin repair compound strictly in accordance with the manufacturer’s
specifications.
(g) In certain cases, which will be treated on merit, cementitious repair mortars as specified in BE 02.3.3,
will be permitted.
Page 189
BF 02.03.05 Concrete cracks
All existing concrete to be inspected to determine the extent and damage due to cracking of concrete. The
cause of cracking is to be established to determine the correct remedial action to be taken. The Contract
Manager will determine the extent of repair work required, which will in most cases, require individual
specifications to suit.
BF 02.03.06 Concrete crack repair procedure
(Generally used where cracking could adversely affect the structure)
The following procedure, or similar approved by the Contract Manager to be used:
(a) The surface over the entire length of the crack should be wire brushed to remove laitance or any other
deleterious materials from the concrete.
(b) If the surface of the concrete is unsound, chase a vee cut into the crack.
(c) All debris to be removed.
(d) Drill holes into the crack. The size, depth and centres etc., as specified for the crack injection product
to be used. Blow out holes free of drill dust.
(e) Install injection nipples into the holes as specified. Allow for air release holes.
(f) Seal the face/s with an approved epoxy.
(g) Pump in approved epoxy liquid to suit crack size/width.
(h) The above repair system to be done strictly in accordance with the manufacturers specifications and
requirements, and must be carried out by approved specialists; or
(i) Suitably trained persons.
BF 02.03.07 Cleaning of Concrete
Concrete surfaces which have been soiled, stained, marked etc., and are aesthetically displeasing to the eye,
must be cleaned to as close as possible, to new condition.
Approved water-soluble cleaners and/or acid etching cleaners must be used strictly in accordance with
manufacturer’s specifications.
BF 02.03.08 Expansion joints
Existing horizontal and vertical expansion joints to be inspected to determine the extent of damage to the
joints. The existing expansion joints and other building elements shall be protected from damage during the
progress of any repair work of expansion joints and on completion shall be cleaned and handed over in a
perfect condition. Only skilled workers experienced in the preparation for and application of the remedial
products shall carry out the work.
The extent of the expansion joint remedial work to be determined by the site Contract Manager.
Page 190
BF 02.03.09 Expansion joint remedial procedure
The following procedure to be used for remedial work to expansion joints. The site Contract Manager to
confirm the remedial procedure required for each application and all workmanship is subject to his approval.
(a) Remove all damaged sealant from expansion joint.
(b) Joint former/filler to be inspected and if in poor condition, must be removed.
(c) Remove all loose materials mechanically to ensure a sound, clean and dry concrete surface.
(d) Where required, the sides of the concrete joint to be cut smooth and straight with an angle grinder or
diamond saw.
(e) Where required, the edges of the expansion joints to be provided with a fillet. Contract Manager to
determine on site.
(f) Install a non-bituminous, non-extruding resilient joint filler where existing joint former/filler was
removed.
(g) Install a closed cell resilient foam cord or release film or bond breaking tape before applying sealant.
(h) A primer coat to be applied to all surfaces, brushed well into the faces of the joint.
(i) Install a single component fast curing polyurethane joint sealer strictly according to the manufacturer’s
specifications.
(j) All materials to be submitted to the Contract Manager for approval prior to installation.
BF 03 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the course of the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities.
BF 04 MEASUREMENT AND PAYMENTS
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
Page 191
BH FITTINGS
CONTENTS
BH 01 SCOPE
BH 02 STANDARD SPECIFICATIONS
BH 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BH 04 DETAIL OF REPAIR WORK
BH 05 MEASUREMENT AND PAYMENTS
BH 01 SCOPE
Fittings shall mean the work to be carried out to repair and maintain materials and components related to
cupboards, shelving, signage and counters.
The complete scope of repair work shall be as described in BH 04: Detail of repair work.
Maintenance of this part of the installation shall be performed in accordance with Additional Specification SA:
General Maintenance and the specific requirements included in this Technical Specification.
BH 02 STANDARD SPECIFICATIONS
BH 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 929:2008 - Plywood and composite board
SANS 1099:2008 - Hardwood furniture timber
SANS 1783-1:1997 (SABS 1783-1) - Softwood timber for industrial use
SANS 1385:2010 - Kitchen cupboards of steel, composite board and timber
BH 02.02 ADDITIONAL SPECIFICATIONS
Technical Specification BD: Walls
Technical Specification BJ: Paintwork
BH 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BH 03.01 ADDITIONAL REQUIREMENTS FOR REPAIR OF FITTNGS
BH 03.01.01 Built-in cupboards
The Contract Manager shall inspect all cupboards for defects and shall establish which components are to be
replaced or repaired. Reasons for replacement will include, but not be limited to:
o Severely chipped or damaged block board;
o Severely chipped or damaged decorative laminates;
Page 192
o Inadequacy of design, e.g. strength of hinges, failure of door furniture, etc.;
o Corroded steel elements.
Fixing of defects will include repairing or replacing damaged, corroded and worn-out fittings, e.g. door handles
knobs and hinges, door catches and holders, door locks, cupboard door vents, drawer slide rails, drawer
handles, knobs and locks. Moving parts shall be serviced by cleaning, oiling, tightening loose screws,
reinstating missing screws or aluminium pop rivets, etc. Refer to BD 03.08 and BD 03.09 of Technical
Specification BD: Walls, for repairs or replacements of cupboard doors and ironmongery.
BH 03.01.02 Kitchen cupboards
Kitchen cupboards shall be inspected for defects. Defects will include repairing or replacing damaged,
corroded and worn-out fittings, e.g. door handles knobs and hinges, door catches and holders, door locks,
cupboard door vents, drawer slide rails, drawer handles, knobs and locks. Moving parts shall be serviced by
cleaning, oiling, tightening loose screws, reinstating missing screws or aluminium pop rivets, etc. Where the
baked enamel of steel cupboards is scratched and worn off, the steel surface shall be sanded and painted
with an approved gloss epoxy paint to match the existing colour. Severely corroded or damaged steel
cupboards shall be replaced with approved new steel cupboards complying with SANS 1385:2010.
Damaged kitchen cupboards manufactured from composite board with laminated plastic covering shall be
repaired where possible by gluing loose laminated plastic covering or replacing components with new similar
matching finished elements.
Damaged kitchen cupboards manufactured from timber shall be repaired by replacing cracked and broken
timber components. Painted surfaces shall be varnished with water-resistant varnish (with matching stain) or
painted with approved polyurethane paint. Refer to Technical Specification BJ: Paintwork.
All cupboards shall be properly screwed and fixed to walls and floors with suitable corrosion resistant screws
and plastic plugs, washers, etc.
Worktops and sinks against walls shall be sealed with an approved white one-part polyurethane sealant. The
sealant shall be applied strictly according to the manufacturer’s specifications. Old worn-out and damaged
sealant shall also be replaced. Drop-in sink bowls shall also be sealed with this approved polyurethane
sealant. Where the possibility exists, that water can penetrate composite board, these joints in the worktops
shall also be sealed.
BH 03.01.03 Shelving
The stability of shelves must be checked to determine the occurrence of sagging. Where required, provide
adequate support for the specific application, e.g. steel tubing struts, additional timber bearers, steel brackets,
etc.
Broken timber shelving shall be replaced with approved wrought hardwood or solid laminated pine varnished
or painted to specification. Composite board will not be permitted. Shelves shall be in single lengths. Heads of
nails and brass-countersunk screws in exposed faces of joinery shall be sunk and pelleted.
Page 193
BH 03.01.04 Signage
Safety signs shall comply with the requirements of SANS 1186-1:2008. The Contract Manager shall survey all
signage and list those items that prove to be illegible. Signs that need to be replaced shall be done in the
same fashion and material as to match similar signs in the same application. The size of the signs shall be as
shown on the schedules.
Where required proper and appropriate signage must be provided for door numbers, room size and room
description. The size, colour, position on the door, wall, height above floor level of the lettering, etc., shall be
as instructed by the Contract Manager on site or shown on the schedules. The lettering must be stencilled on
to the doors and walls.
All other fire protection signage will be provided for hydrants, hose reels, etc., shall be provided under
separate contract.
BH 03.01 .05 Counters
The Contract Manager shall inspect all counters and counter tops for defects and shall establish which
components are to be replaced or repaired. Special attention shall be given to the condition of hinges at
service hatches.
All joinery liable to be damaged shall be covered with temporary coverings to the satisfaction of the Contract
Manager and special care shall be taken to protect surfaces that are to be varnished.
Where necessary, timber counters shall be sanded down, uneven surface spots filled with approved wood
filler; all blemishes removed and then finished off to restore the wood to its original state.
Steel tops that have been damaged excessively shall be replaced.
BH 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled by the
works orders registered during the course of the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities.
BH 05 MEASUREMENTS AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
Page 194
BJ PAINTWORK
CONTENTS
BJ 01 SCOPE
BJ 02 STANDARD SPECIFICATIONS
BJ 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BJ 04 DETAIL OF REPAIR WORK
BJ 05 MEASUREMENT AND PAYMENT
BJ 01 SCOPE
This specification covers the painting/repainting and maintenance of new and existing building components
and maintenance thereafter for various types of buildings and structures.
Paintwork shall mean the scope of work related to the preparation, painting and maintenance of new and
existing building components. This specification does not include work related to galvanising of steelwork,
which is specified elsewhere.
The complete scope of paintwork shall be as described in BJ 04: Detail of repair work.
Maintenance of this part of the installation (the works) shall be performed in accordance with Additional
Specification SA: General Maintenance and the specific requirements included in this Technical Specification.
BJ 02 STANDARD SPECIFICATIONS
BJ 02.01 GENERAL STANDARD SPECIFICATIONS
The latest edition, including all amendments up to date of tender of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 515:2003 (2008-03-20) - Decorative paint with a non-aqueous solvent base for
interior use
SANS 630:2009 - Decorative high gloss enamel for interior and exterior
SANS 1586:1995 - Emulsion paints for interior decorative purposes
SANS 1586:1995 - Emulsion paints for exterior use
SANS 678:2005 (2011-03-31) - Primers for wood for interior and exterior use
SANS 681:2007 - Undercoats for paints
SANS 723 - Wash primer (metal etch primer)
SANS 801 - Epoxy-tar paints
SANS 1227:2005 (2010-06-17) - Textured wall coatings, emulsion base, for interior and
exterior use
SANS 1319:2009 - Zinc phosphate primers for steel
SANS 10064:2011 - Preparation of steel surfaces for coating
BJ 02.02 ADDITIONAL SPECIFICATIONS
Paint manufacturer’s specifications. These specifications shall take precedence over all others.
Page 195
BJ 03 VARIATIONS AND ADDITIONS TO STANDARD SPECIFICATIONS
BJ 03.01 ADDITIONAL REQUIREMENTS FOR PAINTWORK
BJ 03.01.01 General
(a) Quality control
(i) Application of all paints must be supported by the relevant paint manufacturer’s technical quality
control systems with regard to preparation, application, film thickness, colour/pigmentation,
mixing, etc.
(ii) The Contractor must submit his programme to the Contract Manager well in advance,
particularly where high-risk surface applications (sheet metal roofs, etc.) are concerned, in order
to keep the manufacturers technical personnel informed. Paint application may not commence
until the manufacturer has inspected the surface preparation and given written approval thereof
to the Contract Manager.
(b) Paint systems
(i) All paint shall be delivered to the site in the unopened containers on which the manufacturer’s
name and trademark appear.
(ii) All materials for paintwork shall comply with the requirements for standards from the country
from which it originated and shall be approved by the Contract Manager.
(iii) The Contractor shall submit copies of the paint manufacturer’s specifications, recommendations
and datasheets to the Contract Manager for approval. The minimum requirement is written
confirmation from the paint manufacturer that the paints to be used, comply with the relevant
SANS standards.
(iv) The coating system shall be from one manufacturer unless otherwise specified. The paint
manufacturer’s instructions shall be strictly adhered to.
(v) Paints, etc., shall be suitable for application on the surfaces on which they are to be applied and
various coats must be compatible with each other. Those paints used externally shall be of
exterior quality or suitable for exterior use.
BJ 03.01.02 General preparation of new and existing work
All walls and ceilings, etc., shall be thoroughly cleaned prior to commencement of painting and the premises
kept clean and free from dust during painting operations. Protect all surfaces not to be painted against
spotting and spilling. Clean down and make good as necessary. Locks, door handles and similar fittings or
fixtures shall be removed (or masked) and refitted on completion of painting.
(a) Plaster
(i) All surfaces, sills, ceilings, etc. shall be thoroughly dry before painting operations are started.
Porous surfaces must be sealed with the appropriate sealer, thinned if necessary, before
applying the paint system.
Page 196
(ii) Exterior surfaces: Any cracks shall be scraped out and filled with an approved filler or patching
plaster and rubbed down flush; the whole surface shall be well brushed down to remove all
loose dust and powdery material before applying the first coat of the specified paint system.
(iii) Interior surfaces: All cracks, blowholes, etc. shall be filled with suitable stopping and rubbed
down flush. The whole surface shall be smoothed to an even finish and dusted down. Any
grease marks, crayon marks, etc. shall be cleaned off with sugar soap and thoroughly rinsed
with clean water. The surface shall be thoroughly dry before painting operations are started.
(iv) Ceilings: Ceilings shall be brushed down and free of all dust and powdery materials. Cover
strips and cornices shall be stopped where necessary and rubbed down smooth. All nail heads
shall be primed, stopped and rubbed down flush. The surface shall then be wiped or brushed
free of all loose or powdery materials before applying the recommended paint system.
(v) Fibre cement: Fibre cement surfaces shall be cleaned down and primed with an approved
sealer and undercoat.
(b) Metalwork
(i) Iron and steel: New iron and steel metalwork shall be cleaned with an approved degreaser and
the most effective method available (shot or sand blasting, mechanical wire brushing, hand wire
brushing) used to remove all rust and mill scale. Any salt deposits resulting from a marine or
industrial environment shall be removed by washing with water prior to priming.
(ii) Galvanised surfaces: New galvanised surfaces shall be well cleaned to remove all traces of oil
and dirt with galvanised iron cleaner and rinsed with clean water.
(c) Woodwork
New woodwork shall be brushed down and the surface prepared as follows: Knots shall be given a
coat of an approved patented knotting. The surface shall be primed overall, and all holes shall be filled.
The surface shall then be rubbed down with glass paper until smooth and even. Woodwork that needs
to be oiled, stained or varnished shall be free of all stains, pencil marks and other surface
discolouration’s and blemishes and shall be stopped with tinted stopping and rubbed down.
(d) General
(i) Colours: All colours and tints are to be submitted to the Contract Manager for approval. Sample
colours are to be prepared in all cases for the final coat and all work must be finished to colour
approved by the Contract Manager. Where necessary, universal undercoat must be tinted to a
shade lighter than the finishing coat.
(ii) Doors and windows: All doors and opening sections of windows must be left ajar after painting
or varnishing until the paint is perfectly dry.
(iii) Protection and cleaning off: Ail necessary precautions are to be taken for the protection of all
finished work and other trades during painting, and all ironmongery shall be removed where
possible prior to the commencement of painting and re-fixed after completion. All paint spots,
stains, etc., are to be cleaned off floors, walls, glass. etc., after completion.
(iv) Edges of sound paint surfaces that remain in place for over coating must be sanded down to a
feathered edge finish so that, once over coating has been completed, there is no visible
evidence of previous paintwork.
(v) Where paint surfaces have excess fat, oil, tar, etc. deposits they must be cleaned down with a
suitable degreaser in accordance with manufacturers specifications, instead of the normal sugar
soap solution.
Page 197
BJ 03.01.03 Paint specifications for various components
(a) Fibre cement (ceilings)
(i) New work
(1) Interior
Ceilings to wet areas (ablutions, kitchens and laundries):
o Polyurethane alkyd enamel: Prepare and apply one coat synthetic copolymer
primer.
o Stop with interior crack filler, seal crack filler with above primer. Apply two coats
of polyurethane alkyd enamel interior quality paint.
o Universal fungicidal additive: To be added to above in proportions specified by
the manufacturer. This additive will only be required in specific cases.
(ii) Renovation (existing) work
(1) Interior
Ceilings previously painted, in good condition:
o Preparation: Clean down to remove all dirt and grease etc., fill nail- heads, cracks
and defects with interior crack filler and sand down to a smooth and even
surface (see BJ 03.01.02 - (d) -(v)).
o Finishing coat: Apply two coats of super acrylic copolymer PVA emulsion or
polyurethane alkyd enamel.
Ceilings previously painted, in poor condition (to be finished in an emulsion system):
o Preparation: Remove all loose and flaking paint; clean down to remove all dirt,
grease, etc., prime nail-heads with zinc phosphate primer for steel. Apply one
coat of primer to existing ceiling boards diluted with 20 % turpentine. Fill nail-
heads, cracks and defects with interior crack filler and sand down to a smooth
and even surface. Seal all repaired areas with above-mentioned primer.
o Finishing coat: Apply two coats of super acrylic copolymer PVA.
o Ceilings to wet areas: Preparation as above, but to be followed by one coat
synthetic copolymer primer and two final coats polyurethane alkyd enamel interior
quality paint (with fungicidal additive, only if specified).
In cases where fungicidal attack is prevalent, the prepared surface must be
washed down with antiseptic solution, followed by sodium hyper chlorite and
allowed to react for 15 minutes before washing down with water. Once dry,
primer and finishing coats may be applied.
(b) Woodwork truss/rafters (overhangs)
(i) New work
(1) Exterior
o Egg-shell/High-gloss enamel: Prepare and touch up knots with spirit soluble resin
type knotting. Apply one coat of primer for wood. Stop with wood filler where
necessary. Apply one coat of universal undercoat. Apply two coats of enamel.
o Creosote coating: Prepare surface to be clean, dry and sound Apply on coat of
creosote wood treatment coating.
Page 198
(ii) Renovation (existing) work
(1) Exterior
Woodwork truss/rafters (overhangs) previously painted, in good condition (to be painted
in eggshell/high-gloss enamel):
o Preparation: Clean down and sand to a smooth finish. Spot prime where
necessary with primer for wood. Allow 24 hours drying. Stop with wood filler.
o Undercoat: Apply one coat of universal undercoat. Allow 24 hours drying.
o Finishing coat: Apply two coats of enamel paint.
Woodwork truss/rafters (overhangs) previously painted, in poor condition (to be finished
in egg-shell/high-gloss enamel):
o Preparation: Remove existing paint and sand down thoroughly. Touch up knots
and resinous areas with knotting.
o Primer: Apply one coat of universal undercoat. Allow 24 hours drying. Stop with
wood filler and sand to a smooth finish.
o Undercoat: Apply one coat of universal undercoat. Allow 24 hours drying.
o Finishing coat: Apply two coats of enamel paint.
o Creosote coating: Preparation: Prepare surface. Apply two coats creosote wood
treatment coating.
(c) Metalwork - steelwork and miscellaneous - metal work (including general pipe work)
(i) New work
(1) Interior
o Unpainted: Prepare and apply one coat zinc phosphate primer for steel. Apply
one coat of universal undercoat. Apply two coats of high gloss enamel paint.
o Shop-primed: Touch up damaged primer with zinc phosphate primer for steel.
Apply one coat of universal undercoat. Apply two coats of high- gloss enamel
paint.
o Cast-iron waste pipes: Prepare and remove as much bitumen as possible. Apply
one coat of aluminium paint. Apply one coat of universal undercoat. Apply two
coats of high-gloss, enamel paint.
(2) Exterior
o Unpainted: Prepare and apply one coat zinc phosphate primer for steel. Apply
one coat of universal undercoat. Apply two coats of high-gloss enamel or oleo
resinous aluminium paint (where applicable).
o Shop-primed: Touch up damaged primer with zinc phosphate primer for steel.
Apply one coat of universal undercoat. Apply two coats of high- gloss enamel or
oleo-resinous aluminium paint (where applicable).
o Cast-iron waste pipes: Prepare and remove as much bitumen as possible. Apply
one coat of universal undercoat. Apply two coats of high gloss enamel or oleo
resinous aluminium paint (where applicable).
(ii) Renovation (existing) work
(1) Interior
Previously painted metalwork, in good condition (steel windows. door frames,
miscellaneous steelwork. etc.):
o Preparation: Wash down with sugar soap and rise with clean water. Sand lightly
and apply one coat universal undercoat. (See BJ 03.01.02 - (d) - (v)).
Page 199
o Finishing: Apply two coats high-gloss enamel.
Previously painted metalwork, in poor condition:
o Preparation: Remove all existing paint by means of scraping or wire brushing and
sanding. Tightly adhering paint that cannot be removed may remain and be over
coated. Remove all signs of rust back to bright metal by sanding with emery cloth.
Wash down with an approved degreaser, rinse with clean water to remove all
traces thereof and allow to dry. Treat rusted areas with a water-based rust
converter.
o Primer: Apply one coat of zinc phosphate primer for steel. Allow overnight drying.
o Undercoat: Apply one coat of universal undercoat. Allow overnight drying.
o Finishing coat: Apply two coats high-gloss enamel. Allow overnight drying
between coats.
(2) Exterior
Previously painted metalwork, in good condition:
o Preparation: Wash down with sugar soap, followed by light sand- papering. Rinse
with clean water.
o Undercoat: Apply one coat of universal undercoat. Allow 24 hours for drying.
o Finishing coat: Apply two coats of high-gloss enamel or oleo resinous aluminium
paint (where applicable).
Previously painted metalwork, in poor condition:
o Preparation: Remove all existing paint by means of scraping or wire brushing and
sanding. Tightly adhering paint that cannot be removed may remain and be over
coated. Remove all signs of rust back to bright metal by sanding with emery cloth.
Wash down with an approved degreaser, rinse with clean water to remove all
traces thereof and allow drying. Treat rusted areas with a water-based rust
converter. Primer: Apply one coat of zinc phosphate primer for steel. Allow for 24
hours drying.
o Undercoat: Apply one coat of universal undercoat. Allow for 24 hours drying.
o Finishing coat: Apply two coats of high-gloss enamel or oleo resinous aluminium
paint (where applicable).
(d) Gypsum board (ceilings, etc.)
(i) New work
(1) Interior (dry areas)
o Super acrylic PVA: Prepare and apply one coat synthetic copolymer primer for
gypsum board diluted with 20 %turpentine. Stop with interior crack filler, seal
crack filler with above-mentioned primer. Apply two coats of super acrylic
copolymer PVA paint.
(2) Exterior (dry areas)
o Super acrylic PVA: Prepare and supply one coat of synthetic copolymer primer
for gypsum board diluted with 20 % turpentine. Stop with interior crack filler, seal
crack filler with above-mentioned primer. Apply two coats of super acrylic
copolymer PVA paint.
Page 200
(ii) Renovation (existing) work
(1) Interior
Previously painted gypsum board with PVA in good condition:
o Preparation: Wash down with sugar soap to remove all dirt, grease, etc., and
rinse off with clean water. When dry, make good all cracks and defects with
interior crack filler and sand to a smooth and even surface. Seal crack filler with
above primer.
o Finishing coat: Apply two coats super acrylic copolymer PVA.
Previously painted gypsum board, in poor condition:
o Preparation: Clean down. Remove all paint by sanding and scraping or by other
suitable means without damaging existing board surface.
o Primer: Prepare and prime as for new work above. Stop cracks and holes with
interior / exterior crack filler. Seal crack filler with above primer and allow drying.
o Finishing coat (emulsion): Apply two coats of super acrylic copolymer PVA.
(e) Cement plaster (walls / soffits) and concrete surfaces
(i) New work
(1) Interior
Polyurethane alkyd enamel (in wet areas, kitchens, etc.): Prepare and apply one coat
bonding liquid, followed by one coat of synthetic copolymer primer for new plaster. Apply
two coats of polyurethane alkyd enamel paint.
Acrylic emulsion: Same as above but apply acrylic emulsion with smooth velvet sheen
interior quality paint.
Gloss / eggshell enamel: Same as for polyurethane alkyd enamel but apply two coats
high-gloss enamel.
Super acrylic PVA: Prepare and apply one coat of synthetic copolymer primer. Apply two
coats of super acrylic copolymer PVA.
Semi-gloss pure acrylic finish: Prepare and apply one coat of synthetic copolymer
primer. Apply two coats of pure acrylic paint.
(2) Exterior
o Pure acrylic: Prepare and apply one coat of alkali resistant synthetic resins
bonding liquid. Stop with exterior crack filler. Apply one coat of copolymer primer.
Apply one final coat of pure acrylic paint.
o Pure acrylic with Teflon: Preparation, priming and application as above.
o Super acrylic PVA: Prepare and apply one coat of synthetic copolymer primer.
Apply two coats of super acrylic copolymer PVA.
o Acrylic emulsion (external textured): Preparation as above, followed by two coats
textured exterior acrylic emulsion, allowing one hour drying time between coats.
(ii) Renovation (existing) work
(1) Interior
Page 201
o Previously distempered: Preparation: Remove all distemper with a peeling agent.
Rinse with clean water. Allow 48 hours to dry. Fill cracks and defects with interior
crack filler. Sand down to a smooth and even surface.
o Primer: Apply one coat of bonding liquid; allow a minimum of 24 hours and
maximum of 72 hours for drying. Final primers as specified in BJ 03.01.03(e) (i).
o Undercoat: Apply one coat of universal undercoat. Allow 24 hours drying.
o Finishing coat: Apply similar paints to suit as specified in BJ 03.01.03(e) (i).
(2) Interior and Exterior
Previously painted cement plaster (walls) and surfaces, in good condition:
o Preparation: Wash down thoroughly with sugar soap. Rinse with clean water. Fill
with suitable exterior crack filler. Sand smooth. Prime with one coat bonding
liquid. (See BJ 03.01.02 - (d) - (v)).
o Undercoat: Apply one coat of universal undercoat - Allow 24 hours drying.
o Finishing coat: Apply similar paints to - suit as specified in BJ 03.01 .03(e) (i).
Previously painted cement plaster (walls) and surfaces, in poor condition (i.e. peeling -
Plaster in good condition).
o Preparation: Remove all paint and fill with suitable exterior/interior crack filler.
Sand down.
o Primer: Apply one coat alkali resistant plaster primer; allow drying for a minimum
of 24 hours and a maximum of 72 hours.
o Undercoat: Apply one coat of universal undercoat - allow 24 hours drying.
o Finishing coat: Apply similar paints to suit as specified in BJ 03.01.03(e) (i).
Previously painted, in poor condition (i.e. peeling crazing, extensive plaster cracks, etc.)
o Preparation: Remove all paint by suitable means. Rake out open cracks and fill
with a ready mixed flexible resin bound filler paste. Smooth down while still wet to
allow for minimal sanding when dry. Sand down complete surface.
o Primer: Apply one coat alkali resistant plaster primer.
o Undercoats: Apply two coats pure acrylic high build waterproof paint.
o Final coats: Apply similar paints to suit as specified in BJ 03.01.03(e)(i)
(f) Fibre cement board (fascia’s, etc.) - General
(i) New work
(1) Interior
o New and wet fibre cement sheets shall be allowed to dry out before painting is
commenced.
o Boards must be well primed on both sides with an approved sealer/undercoat
before fixing.
o Super acrylic PVA: Prepare and apply one coat of sealer/undercoat. Prime nail
heads with metal primer. Stop with filler. Apply two coats of super acrylic
copolymer PVA.
(2) Exterior
o New and wet fibre cement sheets shall be allowed to dry out before painting is
commenced.
o Fascia boards and barge boards shall be well primed on both sides and edges
painted with sealer / undercoat before fixing.
Page 202
All sides of fascia boards must receive final coatings.
o Super acrylic PVA: Prepare and apply one coat sealer/undercoat. Prime nail
heads with zinc phosphate metal primer. Stop with filler. Apply two coats of super
acrylic copolymer PVA.
(ii) Renovation (existing) work
(1) Interior
Previously painted fibre cement board with emulsion paint in good condition:
o Preparation: Clean down thoroughly to remove any signs of dirt or grease. Fill all
screw heads with flexible resistant filler after screw heads have been primed.
o Finishing: Apply two coats of super acrylic copolymer PVA paint.
Previously painted fibre cement board in poor condition:
o Preparation: Remove previous paint coatings with super paint stripper.
Thoroughly wash down with sugar soap and rinse with clean water. Prime nail
and screw heads with zinc phosphate metal primer. Allow to dry.
o Primer: Apply one coat of synthetic copolymer primer to all surfaces including
back and edges, allow drying. Fill all screw heads with weather resistant filler,
allow to dry, sandpaper smooth and touch up with primer.
o Finishing: Apply two coats of super acrylic copolymer PVA paint.
(2) Exterior
Previously painted fibre cement board with emulsion paint in good condition:
o Preparation: Clean down thoroughly to remove any signs of dirt or grease. Fill all
screw heads with flexible weather resistant filler after screw heads have been
primed.
o Finishing: Apply two coats of super acrylic copolymer PVA paint.
Previously painted fibre cement board, in poor condition:
o Preparation: Remove previous paint coatings with super paint stripper.
Thoroughly wash down with sugar soap and rinse with clean water. Prime nail
and screw heads with zinc phosphate metal primer. Mow to dry.
o Primer: Apply one coat of sealer/undercoat to all surfaces including back and
edges, allow drying. Fill all screw heads with weather resistant filler. Allow to dry
and sandpaper smooth. Touch up with primer.
o Finishing: Apply two coats of super acrylic copolymer PVA paint.
(g) Galvanised iron roof (also putters and rainwater pipes)
(i) New work
(1) Exterior
o Galvanised iron - roofs: Water-based pure acrylic emulsion paint: Scrub down
thoroughly with degreaser, followed by a cleaner for galvanised iron. Rinse off
thoroughly and ensure that all traces of cleaner have been removed and that the
surfaces are free of any grease and oil. Apply one coat of galvanised metal
primer. Allow to dry for 5 hours. (Must be over coated within 24 hours maximum.)
Apply one coat of water-based pure acrylic emulsion paint with non- fading
pigment.
Page 203
o Galvanised iron - roofs: Mat acrylic roof paint: Scrub down thoroughly with
degreaser, followed by a cleaner for galvanised iron. Rinse off thoroughly and
ensure that all traces of cleaner have been removed and that the surface is free
of any grease and oil. Apply two coats of mat acrylic roof paint.
o Galvanised iron - gutters and rainwater lopes: Gloss enamel: Scrub down
thoroughly with degreaser, followed by a cleaner for 4 galvanised iron. Rinse off
thoroughly and ensure that all traces of cleaner have been removed and that the
surface is free of any grease and oil. Apply one coat of primer for galvanised iron.
Allow to dry for 5 hours. (Must be over coated within 24 hours maximum.) Apply
two coats of gloss enamel paint with non-fading pigment.
(ii) Renovation (existing) work
(1) Exterior
Previously painted galvanised iron, in good condition:
o Preparation: Thoroughly scrub down with fibre scrubbing brushes and sugar soap
and rinse with clean water.
o Finishing coat: Apply one coat water-based pure acrylic emulsion paint with non-
fading pigment.
Unpainted or previously painted galvanised iron. in poor condition (i.e. flaking, peeling
and rusting):
o Preparation: Remove all previous paint coatings with steel wire brushes,
plumbers’ egg-shaped lead scrapers and coarse floor sandpaper. Remove all
traces of rust with emery cloth back to bright metal and apply approved rust
converter. Thoroughly scrub down using galvanised iron cleaner and rinse with
clean water.
o Primer: Apply one coat of galvanised metal primer. Allow a minimum of 5 hours
and a maximum of 72 hours for drying.
o Finishing coat: Apply two coats of water-based pure acrylic emulsion paint with
non-fading pigment.
(h) Timber (doors, cornices, window frames, counters. skirtings. etc.)
(i) New work
(1) Interior
o Polyurethane alkyd enamel (wet areas, kitchens, etc.): Prepare knots with spirit
soluble resin type knotting. Prime with primer (sanding sealer) for wood. Fill
imperfections where necessary with wood filler. Apply one coat of universal
undercoat. Apply two coats of polyurethane alkyd enamel.
o High-gloss/egg-shell enamel: Prepare knots with spirit soluble resin type knotting.
Prime with primer (sanding sealer) for wood. Fill imperfections where necessary
with wood filler. Apply one coat of universal undercoat. Apply two coats of
enamel.
o Gloss/suede varnish (interior quality solvent based): Prepare knots with spirit
soluble resin type knotting. Fill imperfections with wood filler. Sand surfaces to a
smooth finish in grain direction and dust off. Thin first coat down in a ratio of 3
parts varnish to 1-part mineral turpentine and apply. Allow to dry for 24 hours.
Apply two full- strength final coats with 24 hours drying time between
applications.
Page 204
(2) Exterior
o High-gloss/egg-shell enamel: Prepare with spirit soluble resin type knotting. Apply
one coat of primer for wood. Fill where necessary with wood filler. Apply one coat
of universal undercoat. Apply two coats of high gloss enamel.
o Gloss/suede varnish (exterior quality ultraviolet resistant solvent based): Prepare
knots with spirit soluble resin type knotting. Fill imperfections with wood filler.
Sand surfaces to a smooth finish in grain direction and dust off. Thin first coat
down in a ratio of 3 parts varnish to 1-part mineral turpentine and apply. Allow to
dry for 24 hours. Apply two full- strength final coats with 24 hours drying time
between applications.
(ii) Renovation (existing) work
(1) Interior
Previously painted woodwork, in good condition (to be finished in polyurethane alkyd
enamel):
o Preparation: Wash sown with sugar soap to remove all dirt, grease, etc., then
rinse off with clean water. Sand down to a smooth and mat surface. Make good
cracks and defects with
o Finishing coat: Apply two coats of polyurethane alkyd enamel. Allow 24 hours for
drying between coats.
Previously varnished woodwork in good condition (to be finished with interior quality
varnish):
o Repair defects with wood filler. Sand surfaces to a mat finish and apply two final
coats varnish with 24 hours drying time between applications.
Previously painted woodwork in poor condition (to be finished with high-gloss/egg-shell
enamel):
o Preparation: Remove all paint, varnish and stain with super paint stripper. Wash
down thoroughly with sugar soap and rinse with clean water. When surface is
completely dry, sand down and apply one coat of spirit soluble resin type knotting
to all knots. Fill all cracks and defects with wood filler and after 24 hours of drying,
sand down to a smooth and even surface. Apply one coat oleo resinous wood
primer. Apply one coat universal undercoat.
o Finishing coat: Apply two final coats enamel.
Previously stained and varnished or painted woodwork in poor condition (to be finished
in polyurethane alkyd enamel):
o Preparation: Remove all paint, varnish and stain with super paint stripper. Wash
down thoroughly with sugar soap and rinse with clean water. When surface is
completely dry, sand down and apply one coat of spirit soluble resin type knotting
to all knots. Fill all cracks and defects with wood filler and after 24 hours of drying,
sand down to a smooth and even surface. Apply one coat oleo resinous wood
primer.
o Finishing coat: Apply one coat polyurethane alkyd enamel.
Previously varnished woodwork in poor condition (to be finished with interior quality
varnish):
Page 205
o Remove all varnish with paint stripper. Wash down to dry completely. Further
preparation and applications as for BJ 03.01 .03(h) (i): New work - interior.
(2) Exterior
Previously painted woodwork, in good condition (to be repainted with high-gloss/egg-
shell enamel):
o Preparation: Clean down and sand to a smooth finish. Spot prime where
necessary with oleo resinous wood primer. Allow 24 hours for drying. Stop
defects with a flexible weather resistant wood filler.
o Undercoat: Apply one coat of universal undercoat. Allow 24 hours drying.
o Finishing coat: Apply two coats of enamel.
Previously varnished woodwork in good condition (to be finished with exterior quality
ultraviolet resistant solvent-based varnish):
o Preparation and application as for similar interior item above.
Previously stained and varnished or painted woodwork, in poor condition (to be finished
in high- gloss/egg-shell enamel):
o Preparation: Remove all paint, varnish and stain with super paint stripper. Wash
down thoroughly with sugar soap arid rinse with clean water. When surface is
completely dry, sand down and apply one coat of spirit soluble resin type knotting
to all knots. Fill all cracks and defects with wood filler and after 24 hours drying,
sand down to a smooth and even surface. Apply one coat oleo resinous wood
primer. Apply one coat universal undercoat.
o Finishing coat: Apply two final coats of enamel.
Previously stained and varnished or painted woodwork in poor condition (to be finished
in polyurethane alkyd enamel):
o As for similar interior item above.
Previously varnished woodwork in poor condition (to be finished with exterior quality
ultraviolet resistant solvent-based varnish):
o Preparation and application as for similar interior item above.
(i) Concrete, cement surfaces and window cills - floor paint
(i) New work
(1) Exterior and interior
o Preparation: Remove laitance, residual cement spillage, etc., by means of
carborundum grinding and vacuum clean to remove all dust. Remove oil, grease
or any other surface contaminants with degreaser and wash off with clean water.
Allow to dry. The surface must have less than 5% moisture content before
painting may be done.
o Finishing coats: Apply two coats of alkali resistant solvent-based stoep (modified
alkyd) paint. The first coat may be thinned with 25 % mineral turpentine. Sixteen
hours drying time must be allowed between coats.
(ii) Renovation (existing) work
(1) Exterior and interior
Previously painted concrete and cement surfaces, in good condition:
Page 206
o Preparation: Remove any loose and flaking paint by means of carborundum
grinding, back to firm feathered edges. Remove any polish, grease, oil and other
contaminants with degreaser, wash clean and allow to dry. Sand old paint to a
mat finish and vacuum clean to remove all dust.
o Finishing coats: Apply two coats as for new work above.
Previously painted concrete and cement surfaces, in poor condition:
o Strip completely by suitable means and treat as for new work above.
(j) Cement plaster or face brick walls and concrete surfaces where damp penetration is evident
(i) Renovation
(1) Exterior and interior (Rising damp barrier)
o Preparation: Remove all damaged paintwork, efflorescence, loose friable
material, etc., back to bare and sound substrate. Repair all damaged surfaces
with suitable approved materials to match original surface.
o Surfaces may remain damp and, in some cases, will require additional welling,
depending on the coating used.
o Damp sealing coats: Apply two coats approved synthetic polymer modified water
barrier coating in strict accordance with the product manufacturer’s specifications.
Allow 24 hours between coats unless otherwise specified.
o Finishing coats: Apply decorative finishing coats to suit, as in BJ 03.01.03(e).
(2) Exterior and interior (Inherent damp barrier — With breathing capabilities)
o Preparation: Remove all damaged paintwork, efflorescence, loose friable material
etc. back to bare and sound substrate. Repair all damaged surfaces with suitable
approved materials to match original surface. Remove all oil and grease with
sugar soap or degreaser. Allow to dry completely.
o Primer coat: Apply first coat of modified acrylic, solvent-based masonry paint,
thinned with 10 % mineral turpentine. Allow to dry for 12 hours.
o Finishing coat: Apply two coats modified acrylic solvent-based masonry paint-12
hours drying time between coats.
(3) Exterior - Masonry (Rainwater penetration - water repellent - maintaining natural colours)
o Remove all dirt, loose material, grime, moss and fungus by suitable means.
Repair any cracks and joints with matching colour repair mortar.
o Allow to dry completely. Cover all windows, doors and any other relevant
elements, to protect them from sprayed repellent ingress.
o Apply a first coat of colourless siloxane-based water repellent by spray
application, ensuring penetration of all joints and surface irregularities.
Excessively absorbent surfaces such as cement bricks, etc., will require a full
saturation coat.
o Allow to dry for 4 hours.
o Apply a second/final coat of above repellent by spray application.
BJ 04 DETAIL OF REPAIR WORK
The detail of the work will be advised by the Contract Manager (s). The repair works will be controlled
by the works orders registered during the contract and will be applicable on all buildings of the CoE.
The detail of the work is described in the Schedule of Quantities.
Page 207
BJ 05 MEASUREMENT AND PAYMENTS
Measurement and payment for items of work as described in the SoW shall be determined by the
tendered hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category
together with the tendered hourly labourer rate (per labourer required) as well as the tendered material
cost as found in schedule 4 of the quoted material cost plus percentages mark-up in terms of
schedules 3.
CA ROADS
CONTENTS
CA 01 SCOPE
CA 02 STANDARD SPECIFICATIONS
CA 03 OPERATING AND MAINTENANCE MANUALS
CA 04 EXECUTION OF REPAIR WORK
CA 05 MEASUREMENT AND PAYMENTS
CA 01 SCOPE
This specification covers the materials, equipment, methods, testing and work required for the repair and
maintenance of existing roadways, parking areas, miscellaneous areas subjected to vehicular traffic and other
miscellaneous paved areas inside the facility perimeter. It covers both surfaced and un-surfaced roadways
and includes appurtenant works such as kerbing, road markings and road signs.
This specification shall form an integral part of the repair and maintenance contract document and shall be
read in conjunction with portion 3: Additional Specifications included in this document.
Where a specification has been included in the documents to supplement Technical Specification CA: Roads,
this technical specification shall act as a guideline to the Particular Specification and, in the event of any
discrepancies between the Technical Specification and the Particular Specification, the latter shall take
precedence. The Contractor shall always adhere to this technical specification, unless otherwise specified in
the applicable Particular Specification.
Page 208
CA 02 STANDARD SPECIFICATIONS
CA 02.01 GENERAL STANDARD SPECIFICATIONS, REGULATIONS AND CODES
The latest edition, including all amendments up to date of tender, of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 1200 D: 1988 (2002-07-30) - Earthworks
SANS 1200 DM: 1981 (2002-07-30) - Earthworks (roads, sub grade)
SANS 1200 M: 1996 (2002-07-30) - Roads (general)
SANS 1200 ME:1981 (2002-07-30) - Sub base
SANS 1200 MF: 1981 (2002-07-30) - Base
SANS 1200 MG: 1996 (2002-07-30) - Bituminous surface treatment
SANS 1200 MH: 1996 (2002-07-30) - Asphalt base and surfacing
SANS 1200 MJ: 1984 (2002-07-30) - Segmented paving
SANS 1200 MK: 1983 (2002-07-30) - Kerbing and channelling
SANS 1200 MM: 1984 (2002-07-30) - Ancillary road works
CA 02.02 OCCUPATIONAL HEALTH AND SAFETY ACT OF 1993
All regulations and statutory requirements as laid down in the latest edition of the OHS shall be adhered to.
CA 02.03 MANUFACTURERS’ SPECIFICATIONS CODES OF PRACTICE AND INSTALLATION
INSTRUCTIONS
All equipment and materials shall be installed, applied, serviced and repaired strictly in accordance with the
manufacturers’ specifications, instructions and codes of practice.
CA 02.04 MUNICIPAL REGULATIONS, LAWS AND BY-LAWS
All municipal regulations, laws, by-laws and special requirements of the Local Authority shall be adhered to
unless otherwise specified.
CA 03 OPERATING AND MAINTENANCE MANUALS
No operating and maintenance manuals will be required for Roads.
CA 04 EXECUTION OF REPAIR WORK
CA 04.01 GENERAL
The Contractor shall investigate and inspect all areas of the installation to confirm the extent of the repair work
required and shall report to the Contract Manager. The Contract Manager will thereafter demarcate any areas
to be repaired and shall instruct the Contractor about the repair work to be done.
Page 209
At the start of the repair and maintenance contract all the systems, installations and equipment shall be
repaired as specified in the Particular Specification. This repair work shall include but not be limited to the
details specified in the Particular Specification.
All repair work shall be executed using approved materials and equipment suitable to the systems and/or
installations they serve.
All materials and equipment shall comply fully with the requirements as specified for each installation.
The said repair work shall be executed in accordance with the relevant codes of practice, standards,
regulations, municipal laws and by-laws, manufacturer’s specifications and codes of practice and all additional
and specifications included in this document.
All new equipment, materials and systems shall be furnished with a written guarantee with a defects liability
period of twelve (12) months from date of completion of repair work. On completion of the required and
specified repair work the systems, installations and equipment shall be commissioned and handed over to the
satisfaction of the Contract Manager.
Repair work items for the existing roadways, parking areas, miscellaneous areas subject to vehicular traffic
and other paved areas shall be categorised under the following headings:
(a) Repair of gravel wearing course
(b) Surface repairs of concrete pavements
(c) Pavement layers and surface repairs
(d) Surface patching of surfaced roads
(e) Crack sealing
(f) Surface treatment of surfaced roads
(g) Erection and repair of permanent road traffic signs
(h) Road markings
(i) Chemical control of vegetation and eradication of undesirable vegetation.
CA 04.02 REPAIR OF GRAVEL WEARING COURSE
This section covers the reprocessing or replacement of an existing gravel-wearing course over part of or over
the full road width.
CA 04.02.01 Construction
The Contract Manager will demarcate any areas to be repaired and shall instruct the Contractor about the
repair work to be done.
The reshaped wearing course shall be constructed true to line, level and cross-section as shown on the
drawings or as directed by the Contract Manager. The reshaping process shall in general be carried out using
the existing wearing course. This material shall be graded to form the correct road profile. If necessary, the
Contract Manager shall instruct the Contractor to rip, redistribute and re-compact the wearing course to
achieve the correct road profile.
Page 210
Unsuitable or excess material from the road prism shall be removed from the site of to spoil. Any shortfall in
material shall be made up by importing suitable material. Material that is ripped or imported shall be placed,
watered, mixed and compacted to a minimum of 93% of modified AASHTQ density.
The Contractor’s attention is specifically drawn to the requirement that only material approved by the Contract
Manager may be imported.
During the reshaping process, the roadside drains and cut and fill slopes shall be trimmed and finished true to
line, level and cross-section. No additional payment will be made for trimming and finishing of cut and fill
slopes.
CA 04.02.02 Quality standard
The gravel-wearing course shall be constructed true to line, level and cross-section as shown on the drawings
or as directed by the Contract Manager.
CA 04.02.03 Materials
The materials shall comply with SANS 1200 ME:1981 (2002-07-30) and the additional requirements detailed
below:
Additional material requirements for wearing course - natural gravel.
Maximum size
Oversize index (Io)a
Shrinkage product (Sp)c
Grading co-efficient (Gc)c
CBR: ≥ at ≥ 95 per cent modified
AASHTO
Compaction and OMCd
37, 5 mm
≤ 5 per cent
100 – 365 (maximum of 240
preferable)
16 -34
a) Io = Oversize index (per cent retained on 37, 5 mm sieve)
b) Sp = Linear shrinkage x per cent passing 0.425 mm sieve
c) Gc = (Per cent passing 26,5 mm - per cent passing 2.0 mm) x percent passing 4,75
mm/100
d) = Tested immediately after compaction
CA 04.03 SURFACE REPAIRS OF CONCRETE PAVEMENTS
This section covers the repair of spalled concrete at joints, the forming and sealing of new joints and the
sealing or resealing of existing joints and random cracks in existing concrete pavements, and the patching of
existing concrete.
Repairs to concrete are regarded as specialist work and shall be undertaken by approved subcontractors with
relevant experience.
Page 211
CA 04.03.01 Construction
Patching, resealing of joints and sealing of cracks in concrete pavements shall be done at the positions
indicated by the Contract Manager.
(a) Resealing of joints and cracks
(i) Preparation of joints for resealing
The old deteriorated sealant in the top of the joint to be resealed shall be cut or scraped loose
from each joint face with equipment that will not damage joint edges or the concrete surface.
Care shall be taken not to damage, spall or bevel the joint edges.
The joints shall be initially cleaned to the full depth of the old sealant plus its backing material,
as well as of all foreign material in the joints. A vacuum process, and not compressed air, shall
be used to remove all loosened material from the joints. The Contractor shall continuously
remove debris from the road surface and keep the surface clean. After the removal of the old
material has been completed, re-facing of the joint planes shall be done with an abrasive wheel
or a power-driven concrete saw to widen each face of the sealant reservoir portion of the joint
by a minimum of 2, 0 mm and a maximum of 5, 0 mm. No sealant may be applied to other than
freshly cut concrete faces. The freshly cut concrete faces shall be degreased to such extent that
adhesion of the sealant to the concrete in every respect satisfies the sealant manufacturer’s
guarantee.
Immediately after the sawing operation, the joint grooves shall be thoroughly vacuumed and
washed out with a jet of clean water to remove all remaining loose material resulting from the
sawing operation. Any slurry resulting from the wet sawing shall be removed from the road
surface.
Sweeping up old joint material and other debris with hand brooms shall be a continuous
process during joint preparation. The joints shall be finally cleaned again prior to resealing, but
in no case shall the cleaning precede the sealant by more than 30 m of joint length.
(ii) Preparation of cracks for sealing
Sealing shall be considered only for cracks that are open wide enough to permit entry of joint
sealant or mechanical routing tools. The decision of whether a crack is to be sealed or not shall
rest with the Contract Manager. Sealant in previously sealed cracks shall be removed as
described in sub clause CA 04.03.01 (a) (i) above.
A groove of at least 12 mm wide by 18 mm deep shall be made along the crack with a machine
capable of closely following the path of the crack without causing excessive spalling or other
damage to the adjacent concrete. Cleaning of the cracks after the grooving operation shall be
done as described in sub clause CA 04.03.01(a) (i) above.
(b) Patching of concrete
Patching of concrete shall be done where indicated by the Contract Manager.
Unless otherwise instructed by the Contract Manager, the patching shall have a neat rectangular
shape with sides parallel to existing joints. The concrete within the area to be patched shall be broken
Page 212
up and removed to its full depth. The vertical face of the existing concrete adjacent to the patch shall
be planned with an abrasive wheel or power-driven concrete saw, if necessary, to provide a smooth
face.
Immediately prior to the placing of new concrete, the surface of the underlying pavement layer shall be
compacted with either hand or mechanical equipment, depending on the space available, to ensure a
firm foundation surface.
An isolation joint shall be constructed between all interfaces of existing and new concrete. The
isolation joint shall consist of joint filler, a bond-breaking strip and a polysulphide sealant. The isolation
joint shall only be sealed between 21 and 28 days after the casting of the concrete, at which time the
uppermost portion of the joint filler shall be raked out, the bond breaking strip inserted, and the
polysulphide sealant applied.
As the patching of concrete will generally occur in trafficked areas, the Contractor shall allow fully in
the relevant rates for accommodation of traffic to enable safe construction conditions. No additional
payment will be made over and above the tendered rates for the work.
No traffic shall be allowed over concrete patches for a period of seven (7) days after casting.
CA 04.03.02 Materials
a) Polysulphide sealant
The polysulphide sealant shall be a two-component material that complies with the requirements of
SANS 110.
b) Additional materials for polysulphide sealant
The sealant shall be supported by a bond breaker-backing strip, and, unless otherwise recommended
by the manufacturer and approved by the Contract Manager, the faces of the joint groove shall first be
treated with a primer.
Supporting and priming materials shall be compatible with adjacent materials or surfaces in contact
with the materials and shall be in accordance with the manufacturer’s recommendations and subject to
approval by the Contract Manager.
Primers, bond breakers and back-up material shall comply with instructions and recommendations
issued by the manufacturer of the approved liquid sealant used.
CA 04.03.03 Quality standard
Surface repairs shall be executed and finished strictly in accordance with the prescribed requirements.
Repair work shall be carried out in such a manner as to blend in colour, texture and finish with adjacent
concrete surfaces as far as possible.
Page 213
CA 04.04 PAVEMENT LAYERS AND SURFACE REPAIRS
CA 04.04.01 General
This section covers the work in connection with the repair of localised failures of the pavement layers.
The work comprises excavating the deformed areas and reconstructing the pavement and surfacing layers,
including treatment of the floor of the excavation prior to backfilling.
CA 04.04.02 Execution of work
a) Removal of distressed pavement layers
The Contract Manager will demarcate any failed areas to be repaired and shall instruct the Contractor
about the repair work to be done. The Contractor shall aid and temporary traffic control facilities for
marking out failed sections of the road.
Unless otherwise instructed by the Contract Manager, the patching shall have a neat rectangular
shape, at right angles to the direction of traffic. The existing material shall be excavated and removed
to the specified depth. Asphalt layers and surfacing shall be cut with approved cutting equipment.
Excavation for patching shall be cut with side slopes of approximately 60° to the horizontal.
Excavated material from each pavement layer shall be placed in separate stockpiles adjacent to the
patch. The stockpiled material shall be reused or removed from the site in accordance with the
Contract Manager’s instructions.
After completion of the excavation to the specified depth, the Contract Manager shall be afforded the
opportunity to examine the excavation. Where required, the floor of the excavation shall be compacted
to the specified density for the layer concerned. These densities as percentages of modified AASHTO
density are as follows:
Sub base (150-300mm below final base course level) 95%
Selected (300 -600 mm below final base course level) 93%
Fill (Lower than 600 mm below final base course level) 90%
Materials excavated from the various pavement layers shall not be contaminated if the reuse of
excavated material for backfilling is instructed by the Contract Manager.
Excavated material shall be removed from the site, unless reuse of material i instructed by the Contract
Manager. Under no circumstances shall excess material be dumped in side drains or side banks.
b) Backfilling
Prior to backfilling, the base and sides of the excavation shall be cleaned of all loose material. The top
150mm of all excavations shall be regarded as base and all other backfill up to 500mm below the final
road level shall be regarded as sub base. Deeper excavations shall be backfilled with approved gravel
to a density of 90% modified AASHTO density.
Page 214
Backfilling of the excavation shall be done as follows:
(i) The Contract Manager may instruct the Contractor to use stabilized material excavated from the
existing pavement as backfilling, either for sub base layers only or for both sub base and base
course layers.
Material shall be broken down and 60 kg/m³ of ordinary Portland cement shall be added. Water
shall be uniformly mixed into the material. The material shall then be returned to the road and
compacted to 95% of modified AASHTO density for the sub base layers and to 97% of modified
AASHTO density for the base layers.
(ii) Where required by the Contract Manager, backfilling for the base course layer shall be done
with imported material of G3 or better quality, treated with bitumen emulsion. Ordinary Portland
cement or Portland blast furnace cement shall be added at a rate of 25 kg/m³ and mixed off the
mad by means of a concrete mixer or hand labour if approved by the Contract Manager. All
mixing shall result in a homogenous mixture of additives and parent material that is to the
satisfaction of the Contract Manager.
Thereafter the material shall be treated with a 60% anionic stable-grade bitumen emulsion
diluted with five parts water to one-part emulsion and added at a rate of 70 litres/m³ of crushed
stone. All mixing shall result in a homogeneous mixture of additives and parent material that is
to the satisfaction of the Contract Manager.
The mixed material shall then be transported to the excavated area, placed and compacted, all
within five hours of the commencement of the mixing process. Thereafter 0, 6 litres/m² of the
diluted 60% bitumen emulsion shall be applied to the base or layer to ensure a sealed surface.
(iii) The density of the backfilling of the base layer shall be at least 100% of modified AASHTO
density.
(iv) Where required by the Contract Manager the backfilling of the base layer shall be done with
continuously graded asphalt base compacted to 95% of Marshall density.
(v) The excavated areas shall be tacked at a spray rate of 0, 40 litre/rn² using 60% cationic
emulsion. The asphalt base material shall be spread and compacted so that the final surface is
neat and uniform.
All the backfilling shall be completed in geometric patterns of squares or rectangles and in each
case, it shall be finished off neatly to 40 mm ± 10 mm below the levels of the surrounding
sound road surface.
c) Surfacing
A tack coat of 60% cationic emulsion shall be applied to the floor at top of base layer level at a rate of
0, 4 litrelm2 before backfilling is commenced or as otherwise instructed by the Contract Manager.
A layer of hot continuously graded medium asphalt shall be applied, compacted to 94% of Marshall
density to bring the level of the patch up to final road level.
d) Alternative for application of surfacing laser for limited localised repair work
Page 215
Where instructed by the Contract Manager, a cold premixed bituminous mixture may be used for
application of the surfacing layer for minor repair works. The mixture shall either be an approved cold
mix from commercial sources, or can be prepared and mixed in a suitable concrete or other type of
mixer, and shall have the following mix proportions:
(i) 9, 5 mm nominal sized aggregate: 1 part
(ii) 6, 7 mm nominal sized aggregate: 1 part
(iii) Crusher sand (fine grade): 1 part
(iv) 60% stable mix-grade emulsion prepared from 80/100 penetration grade: between 75 and
90 litre/m³ aggregate mix bitumen)
Before spreading the mixture, the surface shall be prepared by painting it with one layer of bituminous
emulsion at a rate of 0, 6 litre/m², which must be allowed to dry. The mixture shall then be placed on
the areas to be sealed and screeded off in a layer of uniform thickness. After the emulsion has broken
and the layer has attained enough stability, it shall be rolled with a small steel-wheeled roller to obtain
compaction. The thickness of the layer shall be the same as that of the adjacent seal.
e) Production limitations
As far as it is practically possible, the size of the area to be repaired shall be limited to that which can
be excavated, backfilled and opened to traffic within a single working day. Where this is impractical,
the Contractor shall consult with the Contract Manager regarding the signs requirements for controlling
the traffic during night-time. No area that is to be prepared shall be left exposed if rain is imminent.
The asphalt base material shall be placed in layers not exceeding 80 mm and crushed stone material
be placed in layers not exceeding 100 mm measured in the loose. The surfacing material shall be
placed in one layer at a thickness of 40 mm ± 10 mm.
f) Testing
Modified AASHTO densities shall be determined using TMHI Method A16T (Preparation & Material)
and Method A7 (Compaction of Material).
CA 04.04.03 Quality standard
The repaired area shall be rectangular.
The edges of the completed surfacing shall not be more than 3 mm above the existing surface. Nowhere shall
the edges be below the surrounding road surface.
The thickness of the asphalt surfacing at any point shall be 40 mm ± 10 mm.
The cross-fall of the completed area shall be equal to that of the adjacent surface to within a tolerance of ± 0,
5% cross-fall.
When tested with a 3-metre straight edge laid parallel to or at right angles to the road centre line the surface
of the area shall not deviate from the bottom of the straight edge by more than 7 mm.
Page 216
The reconstruction of the pavement layers shall require a standard of workmanship to produce a patch that
will not deteriorate within the contract period.
CA 04.04.04 Plant and equipment
All equipment shall be suitable for the specified use and size of working areas and shall be capable of
obtaining the specified results.
Only approved cutting or sawing equipment may be used for cutting or sawing asphalt layers. The equipment
must be capable of cutting asphalt layers to depths of 200 mm in one operation without fragmenting the
material, and in straight lines within the required tolerances.
The following items of plant and equipment shall also be available and in good working order:
(a) A vibratory roller having a mass approximately equal to that of a Bomag 90 or similar vibratory roller,
with an adjustable amplitude and frequency of vibration;
(b) A mobile compressor capable of producing at least 3 m3/minute compressed air at 750 kPa;
(c) Appropriate paving breakers;
(d) Manually-operated pneumatic compactors as required, and
(e) Appropriate concrete mixers.
CA 04.04.05 Materials
(a) Crushed stone
Crushed stone for use as backfill in patches shall be of G3 or better quality, from an approved
commercial source, and shall comply with SANS 1083:2006 in general and the following in particular:
(i) Plasticity index (maximum) = 6
(ii) Maximum flakiness index of the -26, 5 mm, = 35 + 13,2mm material
(iii) Maximum aggregate crushing value = 29
(iv) The grading shall comply with the following grading envelope:
Sieve size Percentage passing (mass]
37, 50 100
26, 50 100
19, 00 85-95
13, 20 71- 84
4, 750 42- 60
2, 000 27- 45
0, 425 13-27
0, 075 5-12
(b) Stabilising agent
The stabilising agent shall be ordinary Portland cement or Portland blast furnace cement (PBFC
complying with SANS 50196:1994) and shall comply with requirements of category ENV 197-1.
Page 217
(c) Hot-mix asphalt base and surfacing mix requirements
The mix shall be continuously graded asphalt and shall have the properties specified in table CA
04.04.05/1 below:
TABLE CA 04.04.05/1: PROPERTIES FO CONTINUOUSLY GRADED ASPHALT BASE AND
SURFACING
PROPERTY RANGE
Marshall stability (kN)
Marshall flow (mm)
Stability/Flow (kN/mm)
Static creep modulus (MPa)
Indirect tensile strength @ 25º C (kPa)
Dynamic creep modulus (MPa)
% Air voids
Immersion index %
8 – 16
2 – 4
3 minimum
60 minimum
1 000 minimum
16 minimum
3 – 6
75 minimum
A 60/70 penetration grade bitumen shall be used, and the binder type shall comply with the
requirements of SANS 307: 2005 (2010-08-20).
Grading limits and mix proportions are given in table CA 04.04.05/2.
TABLE CA 04.04.05/2: GRADING LIMITS AND MIX PROPORTIONS FOR CONTINUOUSLY GRADED ASPHALT BASE
AND SURFACINGS
PERCENTAGE PASSING THROUGH SIEVE BY MASS
SIZE ASPHALT BASE ASPHALT SURFACING
37, 5 mm
maximum
26, 5 mm
maximum COARSE MEDIUM FINE
53, 000 - - - - -
37, 000 100 - - - -
26, 500 84 – 94 100 100 - -
19, 000 71 – 84 85 – 95 85 – 100 - -
13, 200 71 – 86 71 – 84 100 -
9, 500 50 – 67 62 – 78 62 – 76 82 – 100 100
6, 700 - - -
4, 750 36 – 53 42 – 60 42 – 60 54 – 75 64 -88
2, 360 25 – 42 30 – 48 30 – 48 - -
1, 180 17 – 34 22 – 38 22- 38 27 – 42 35 -54
0, 600 16 – 28 16 – 28 18 – 32 24 – 40
0, 300 10 – 22 12 – 20 12 – 20 11 – 23 16 - 28
0, 150 8 – 15 8 – 15 7 -16 10 – 20
0, 075 5 – 12 5 – 10 4 – 10 4 – 10 4 - 12
Page 218
NOMINAL MIX PROPORTIONS (BY MASS)
Aggregate 94, 5% 93, 5% 93, 0% 93, 0%
Bitumen 5% 5, 5% 6, 0% 6, 0%
Active filler 0, 5% 1, 0% 1, 0% 1, 0%
(i) Tack coat
The tack coat shall be 60% cationic emulsion complying with SANS 548:2003.
CA 04.04.06 Variation from specified nominal rates of applications or nominal mix proportions
The various sections of these specifications specify nominal rates of applications or nominal mix proportions
for materials such as bituminous materials, aggregates, fillers, stabilizing agents, paint and other relevant
materials. Tenderers shall base their tenders on these nominal rates of applications and mix proportions.
Where such nominal rates of applications or mix proportions are specified, provision is made for deviations in
the quantities of material in consequence of the rates of application or mix proportions prescribed by the
Contract Manager in each case in consideration of the available materials and the site.
Where the actual rates of applications or mix proportions used in the works vary from the specified nominal
rates and mix proportions, adjustment to compensation will be made as:
(a) payment to the Contractor in respect of any authorised increase in quantities which exceed those
specified and where such increase has been ordered in writing by the Contract Manager; or
(b) a refund to the Employer in respect of the decrease in quantities that are less than those specified,
irrespective of whether such decrease results from an authorised decrease in the rates of applications
or mix proportions, or from unauthorised reductions on the part of the Contractor.
Payment for a prescribed rate of application or mix proportion shall be based on the actual rate of application
or mix proportion used, if this does not exceed the prescribed rate of application or mix proportion, plus any
tolerance in the rate of application or mix proportion allowed. If the actual rate of application or mix proportion
exceeds the prescribed rate or proportion, payment shall be based on the prescribed rate of application or mix
proportion and any tolerance allowed. If the actual rate of application or mix proportion is below the prescribed
rate of application or mix proportion specified or instructed by the Contract Manager, payment shall be based
on the actual rate of application or mix proportion regardless of any tolerance allowed. Notwithstanding the
above, the Contract Manager shall be entitled to reject work that has not been constructed in accordance with
the specifications or the rates of applications or mix proportions prescribed by him.
The Employer shall be refunded for any decrease in the specified rates of application or mix proportions at the
same rate per unit of measurement as that tendered by the Contractor for additional materials required by an
increase in the rates of applications or mix proportions.
CA 04.05 SURFACE PATCHING OF SURFACED ROADS
CA 04.05.01 General
Page 219
This section covers the repair of potholes and edge breaks that have developed in the surface of surfaced
roads, where there is no evidence of base failure. Potholes are local failures covering an area of less than 1,
0m2. The repair of larger areas will be defined as surface repair. Edge break treatment is necessary for
finishing off and/or repairing the edges of the paved road and for repairing the edges of the road so that they
line up with the true edge of the original road or with other edges as may be required. Pay items CA.04.01 and
CA.04.04 shall only apply to edge break widths of 200 mm or less. Edge breaks wider than 200 mm shall be
classified as surface repair and paid for under items CA.04.02 and CA.04.03.
CA 04.05.02 Execution of work
Pothole and edge break repairs shall consist of trimming away ravelled edges and loose material to the full
depth of the pothole or edge break and the backfilling thereof with asphalt.
(a) Excavation
o Potholes: The existing material shall be removed in a neat rectangle to sound base, with a
minimum dimension of 200 mm x 200 mm. All sides shall be at right angles or parallel to the
direction of traffic. The minimum depth of excavation (layer thickness) is 30 mm and the
maximum thickness of each layer shall be 50 mm.
o Edge breaks: Loose and cracked edges shall be trimmed back in a neat rectangular shape as
demarcated by the Contract Manager, parallel and at right angles to the centre line of the road
to sound surrounding surfacing or base and excavated down to sound base. 44i1 edges shall
be saw cut to a minimum depth of 30 mm below the road surface and the maximum thickness
of each layer shall be 50 mm.
(b) Backfilling
After completion of the excavation, the Contract Manager shall be afforded the opportunity to inspect it.
The exposed layer shall be trimmed of all undulations to ensure a firm flat base and sides and shall be
tacked with 60% cationic stable-grade bitumen emulsion at a rate of 0, 6 litre/m². Continuously graded
4 medium asphalt shall be placed and compacted to the level of the existing surrounding surface.
The asphalt shall be placed and well compacted in layers not exceeding 40 mm after compaction. The
Contractor shall use suitable compaction equipment and shall ensure that 94% of Marshall density is
obtained for the mix used, to produce a dense asphalt layer.
Where the excavation ends up deeper than 100 mm below the existing surface the Contract Manager
may order the reinstatement to be executed in accordance with Section CA 04.04: Pavement layers
and surface repairs.
Where instructed by the Contract Manager, a cold premixed bituminous mixture shall be used for
limited localised surface patching, compacted level with the surface of the existing surrounding
surface.
The mixture shall either be obtained from approved commercial sources or prepared and mixed in a
suitable concrete or other approved type of mixer in the following proportions:
(i) 9, 5 mm nominal sized aggregate : 1 part
(ii) 6, 7 mm nominal sized aggregate : 1 part
Page 220
(iii) Crusher sand (fine grade) : 1 part
(iv) 60% stable mix-grade emulsion Between 75 and 90
(prepared from 801100 penetration grade) : litre/m³ aggregate mix bitumen
Before spreading the mixture, the surface shall be prepared by painting it with one layer of bituminous
emulsion at a rate of 0, 6 litre/m², which shall be allowed to dry. The mixture shall then be placed on
the areas to be sealed and screeded off in a layer of uniform thickness. After the emulsion has broken
and the layer has attained enough stability, it shall be compacted with a steel-wheeled roller. The
thickness of the layer shall be the same as that of the adjacent seal.
CA 04.05.03 Quality standard
The repaired area shall be rectangular.
The edges of the completed surfacing shall not be more than 3 mm higher than the existing surface. Nowhere
shall the edges be below the surrounding road surface.
The thickness of the asphalt surfacing at any point shall be 40mm ± 10mm.
The cross-fall of the completed area shall be equal to that of the adjacent surface to within a tolerance of± 0,
5% cross-fall.
When tested with a 3-metre straight edge laid parallel to or at right angles to the road centre line the surface
of the area shall not deviate from the bottom of the straight edge by more than 7 mm.
The reconstruction of the pavement layers shall require a standard of workmanship such that a patch will not
deteriorate within the contract period.
Page 221
CA 04.05.04 Material
(a) Tack coat
The tack coat shall be 60% cationic emulsion complying with the requirements of SANS 548:2003and
shall be applied at a rate of 0, 6 litre/m².
(b) Surfacing material
The asphalt shall be continuously graded medium asphalt either mixed on site or obtained from
commercial sources. The asphalt mix to be used shall have the mix properties as specified in table CA
04.04.05/1.
A 60/70 penetration grade bitumen shall be used, and the binder type shall comply with the
requirements of SANS 307:2005 (2010-08-20).
Grading limits and mix proportions for continuously graded asphalt applying to asphalt surfacing as
stated in table CA 04.04.05/2 shall apply to asphalt used for surface patching.
CA 04.06 CRACK SEALING
CA 04.06.01 General
This section deals with all work in connection with the sealing of cracks in the road surface wider than 3 mm.
No cracks less than 3 mm wide shall be sealed unless so instructed by the Contract Manager.
The following classification of cracks shall apply:
Class 1 : Cracks smaller than 3 mm
Class 2 : Cracks between 3 mm and 15 mm wide
Class 3 : Cracks more than 16 mm wide
The work shall include the following:
(a) Cleaning of all cracks wider than 3 mm with hot or cold compressed air;
(b) Spraying weed killer in the cracks if required;
(c) The application of a prime coat if required;
(d) Filling of the crack with a bituminous mixture and/or over banding the crack with a proprietary brand
bandage;
(e) Treating the road surface surrounding the crack where the edges have lifted.
CA 04.06.02 Execution of work
(a) Crack cleaning
The cracks shall be blown out with heated (“hot dog lance”) or cold compressed air according to the
method specified by the Contract Manager. All dirt, grit and other foreign mailer shall be blown out and
be removed from the cracks and road surface.
Page 222
(b) Priming of cracks
Cracks shall be primed if specified using the prime injectors as detailed. The prime shall be jetted as
deep as possible into the crack using compressed air propulsion. The sides of the cracks shall be
thoroughly wetted without flooding the crack. The prime shall be allowed 12 hours to soak and dry,
before the first application of crack sealant is applied. The primed cracks shall be kept clean at all
times and if soiled shall be re-cleaned at the Contractor’s cost.
When heated air is used for crack cleaning, no priming will be required where so specified. In this
case, the crack shall be filled with sealant within eight minutes of the cleaning operation so that
minimal heat is lost. If the crack is not filled within the prescribed time, the Contractor shall prime the
crack at his own cost.
(c) Sealant
Cracks shall first be cleaned and primed as specified before sealing the crack. The sealant shall be
forced into the cracks by means of the specified sealant applicator. The Contractor shall ensure that
the sealant mixture actually penetrates the crack and does not merely cover the crack in the form of a
bandage. All excess sealant more than 50 mm wide on each side of the crack and 1 mm thick shall be
removed from the road surface.
A 12-hour period shall be allowed between the application of sealant and the application of a seal
bandage (if required). This will ensure that the crack is filled.
(d) Seal bandage
The Seal-mac or similar approved geotextile bandage or a bitumen rubber prefabricated crack seal
patch shall be tacked down and secured in accordance with the manufacturer’s instructions and
specifications.
(e) Rectifying raised crack edges
Where crack edges are raised, they shall be rectified by applying a solution of ‘1-part RC250 and 2
parts dieseline 300 mm wide either side of the crack by means of a paint brush at a rate determined on
site. This serves to soften the surface so that it can be rolled flat. Care must be taken not to flood the
surrounding surface or the crack itself.
The normal crack sealing procedure is then followed when a period of four hours has elapsed. After a
further 24 hours, roll the crack with a 1, 0-ton roller until a smooth, uniform surface is obtained. Any
excess sealant shall be removed.
(f) Filling cracks wider than 15mm
The cracks shall be cleaned using cold compressed air. A mixture of 1 part washed river sand, I part
slaked lime and water to make a wet slurry shall be poured into the crack until the crack is filled to a
depth 20 mm below the surrounding surface. After allowing a period for this mixture to settle and dry,
refill if necessary and then prime using MSP/1 or equivalent and fill to the level of the surrounding
surface using a rubber crumb/crusher dust slurry as specified. Finish off the seal operation by applying
a seal bandage as specified.
Page 223
(g) Precautions
The sealant shall only be applied with pressure type spray equipment to ensure that the cracks are
filled rather than covered.
The Contractor shall ensure that all equipment is kept clean to prevent blockages and resultant poor
workmanship.
(h) Weather limitations
(i) The minimum road surface temperature at which the cracks shall be sealed is 10 °C.
(ii) No work will be allowed within 12 hours after rain has fallen on the sections to be sealed.
(iii) Crack sealing shall not take place when the conditions are excessively windy or dusty as
determined by the Contract Manager.
(i) General
The Contractor is to note that one application of the sealant is generally insufficient and that a
repetition of the application of the binder will be required. This reapplication forms part of the measured
metre of crack sealing completed and is not measured separately.
CA 04.06.03 Material
The type of bituminous binder/sealant used to seal/fill a crack will depend on the width of the crack after the
crack has been cleaned and prepared as described in this section.
The width limits with applicable sealant are as follows:
CLASS CRACK WIDTHS BINDER/SEALANT TYPE
Class 1 Less than mm Not sealed unless otherwise instructed. If sealed, an applied polymer modified
bitumen emulsion shall be used.
Class 2 3mm to 15mm Hot applied SBS/SBR modified bitumen or bitumen rubber with softening point of
65°C or 80°C. A cold applied polymer modified bitumen emulsion can be used for
cracks up to 5mm.
Class 3 Wider than 15mm Fill the crack with a sand/lime slurry to a depth of 20mm below the surrounding
surface and then fill to the level of the surrounding surface using a rubber
crumb/crusher dust slurry. Finish off the seal operation by applying a seal bandage.
(a) Bituminous binders
All bituminous binders, where applicable, shall conform to the following standards:
Penetration grade bitumen : SANS 307: 2005 (2010-08-20)
Bitumen emulsion: anionic : SANS 309: 2004 (2011-02-11)
Bitumen emulsions: cationic : SANS 548: 2003
(b) Prime
Page 224
The prime shall consist of an ‘inverted emulsion” prime manufactured from a base bitumen of 80/100
penetration grade. M MSP/1 prime or equivalent shall be used.
(c) Emulsion for cold applied sealant
The emulsion for the crack treatment shall consist of an anionic stable grade emulsion or cationic
spray grade emulsion. When blended on site, Revertex or other rubber latex emulsion shall be added
to the bitumen emulsion to give 8% nett rubber on nett bitumen content. If a proprietary brand blend is
used, the constituents shall conform to the manufacturer’s specification.
(d) Bitumen rubber
(i) Rubber crumbs
The rubber obtained by processing and recycling tyres shall comply with the requirements
specified in table CA 04.06.03/1 below:
TABLE CA 04.06.03/1
PROPERTY MINIMUM MAXIMUM TEST
METHOD
Natural rubber content (mim) as % of total hydro carbon content 30% - BS 903
Grading (m/m)
BR6T
Passingl,l8mmsieve 100% -
Passing 0, 60 1pm sieve 50% 70%
Passing 0, 075 mm sieve - 5% .
Fibre length - 6 mm BR6T
Relative density (tIm3) 1, 10 1, 25 BR9T
Loose non-rubber content
0, 1% BR6T
Resilience 40% - BR7T
(ii) Extender oil
The extender oil shall be a distillate of high aromatic and shall comply with the requirements
specified in table CA 04.06.03/2 below:
TABLE CA 04.06.03/2
Ignition temperature 200 ºC minimum
Percentage saturates by mass 25% maximum
Percentage aromatic/unsaturated hydrocarbons 50% minimum
(iii) Diluent
The diluent shall be a hydrocarbon distillate.
Page 225
(iv) Bitumen rubber blend
The actual value of penetration of the bitumen used shall also be stated on a certificate. The
results of these tests must be reported to the Contract Manager. The bitumen rubber blend
containing extender oil and/or diluent, where necessary, shall comply with the requirements
specified in table CA 04.06.03/3 below:
TABLE CA 04.06.03/3
Percentage of rubber by mass of the total blend 28% minimum
Percentage extender oil by mass of total blend 4% maximum
Percentage diluent by mass of total blend 4% maximum
Blending/reaction temperature (ºC) 180-210°C
Reaction time since last addition of rubber crumbs 9, 5 – 4, 0 hours
The pre-blended binder shall meet the specifications given in table CA 04.06.03/4 when
sampled five minutes, or less, before application.
TABLE CA 04.06.03/4
PROPERTY LIMIT TEST METHOD
Ring and ball softening point 65 ºC to 80 ºC ASTM D36
Resilience 30% minimum BR 2T
Viscosity 1500 centipoise minimum BR 5T
Sampling 4500 centipoise maximum BR 1T
The applicable bitumen rubber test methods appear in Manual 3, 1988 of the SABITA
publication entitled Test Methods for Bitumen-rubber used in Seals.
The Contractor shall supply the Contract Manager with the time/temperature relationships of the
above-mentioned properties for his specific product prior to commencement of the operation.
(e) Modified bitumen
(i) General
The values within the limits of the specifications given below will depend on the specific
application of the product and the technology employed by the manufacturer.
For each batch of modified bitumen, the manufacturer shall issue a certificate stating that the
processes have been controlled during manufacture and handling.
The actual value and range of penetration of bitumen shall also be stated on the certificate.
The results of these tests must be reported to the Contract Manager daily.
Page 226
(ii) Modified bitumen blend
The modified bitumen blend shall comply with the requirements specified in table CA
04.06.03/5.
TABLE CA 04.06.03/5
PROPERTY LIMIT TEST METHOD
Grade base bitumen 80/100 SANS 307: 2005 (2010-08-20)
Softening point R and B (°C) 65- 80 ASTM D36
Ductility at 10°C (cm) 100 minimum ASTM Dl 13
Elastic recovery by means of ductilometer at 10°C 50 minimum ASTM Dl 13 (mod)
(f) Weed killer
Hyvar X or similar type of non-selective total herbicide approved for this purpose by the Department of
Agriculture shall be used.
(g) Rubber crumb slurry for filling cracks wider than 15 mm
This slurry is intended for filling cracks more than 15 mm wide prior to the application of a seal
bandage.
The nominal composition of the rubber crumb slurry per volume shall be the following:
o 10, 0 parts aggregate mixed as follows: 8 parts rubber crumbs (CA 04.06.03(d)(i)) to 2 parts
crusher dust (2,36 mm maximum size)
o 4, 5 parts 60% anionic stable grade bitumen emulsion
o 1, 1 parts SBR (nell rubber) Revertex or SANS approved equivalent
o 0.2 parts cement (any type of Portland cement)
o Water (as directed by the Contract Manager) (approximately 5 parts)
CA 04.06.04 Plant and equipment
(a) Blowing out cracks
The Contractor must provide a mobile compressor capable of discharging 3 m³/minute compressed air
at 650-kPa pressure. The compressed air shall be free of deleterious matter that may adversely affect
the bond between the sealant and the cracks. The compressor shall be free of oil and diesel leaks.
A lance shall be used to direct the force of the air into the cracks and must be manoeuvrable enough to
follow the path of the crack accurately.
Page 227
If hot air is specified, the compressed air must be heated by a hot-air lance capable of achieving a
temperature of 300 °C in the combustion chamber.
(b) Prime injectors
A special prime injector for injecting prime into open cracks using compressed air propulsion shall be
manufactured. Essentially the equipment shall consist of a blowpipe with nozzle to direct the jet of
compressed air into the cracks, a venturi or similar device shall be filled to the blowpipe for sucking in
prime from the storage vessel. A suitable throttling valve shall be fitted on the prime supply line to
adjust the prime flow, i.e. to adjust the compressed air to prime ratio. The blowpipe shall be of
approximately 20 mm diameter steel tubing, threaded at the open end so that suitable bitumen spray
nozzles can be fitted. The other end shall have a suitable coupling to connect to the compressor,
complete with a shut-off valve to isolate the injector from the compressed air source.
The injectors, blow pipes, storage vessel interconnecting piping, etc., shall all be capable of safely
withstanding the pressure generated by the compressors. Design sketches of the equipment shall be
submitted to the Contract Manager for approval.
(c) Sealant
The sealant shall be applied through an applicator manufactured specifically for this purpose.
Essentially the equipment for the hot sealant shall consist of a mobile vessel capable of heating the
sealant to the required application temperature by indirect heat, controlled by a thermostat to prevent
overheating. A calibrated thermometer shall be fitted in an accessible position to accurately measure
the sealant temperature in the tank. Special pumps which can deliver the sealant to the crack in a
controlled fashion shall be used.
Proprietary brand seals shall be applied as specified by the suppliers.
(d) Seal bandage
The bandage shall be applied according to the manufacturer’s specification and recommended
applying techniques.
Equipment for the application of modified bitumen emulsion in small cracks where applicable
The modified bitumen emulsion shall be applied in a controlled manner using pressure type spray
equipment with lances fitted with 2 mm nozzles. A backpack type spray unit may be used. Under no
circumstances will the use of buckets, watering cans or tins be allowed to apply the sealant.
(e) Rectifying raised crack edges
A vibrating pedestrian roller of 1, 0 ton effective mass shall be used to roll the raised crack edges.
CA 04.06.05 Quality standard
The work shall be executed and finished strictly in accordance with the prescribed requirements.
The sealed cracks shall be watertight, look neat and the sealant shall not project above the road surface by
more than 3mm.
Page 228
CA 04.07 SURFACE TREATMENT OF SURFACED ROADS
CA 04.07.01 General
This section covers the application of slurry to existing road surfaces as texture treatment and for rut filling.
CA 04.07.02 Applications
(a) Texture treatment
This treatment shall be used whenever necessary to treat an existing surface with an open texture or
excessive aggregate loss, using bituminous slurry.
Before the surface is treated with a slurry, a tack of coat of 30% stable-grade emulsion shall be
sprayed onto the surface at an application rate of 0, 5 litre/m².
Fine or medium grade slurry shall be applied by hand over open-textured areas of the existing
surfacing: Such areas could be odd-shaped or occurring in longitudinal strips on the existing road
surface. The slurry shall be thoroughly worked into the open texture of the surfacing with squeegees
and struck off neatly to expose the macro-aggregates in the existing surfacing. Each application of
slurry shall be compacted using a pneumatic roller with a mass of at least 15 tons to a minimum of six
passes.
Slurry can also be applied by mechanical spreader box if so directed by the Contract Manager. In such
a case the nominal application rate for tender purposes is 0, 004 m³/m².
The slurry may be mixed in a suitable concrete or other mobile mixer, but the condition of the paddles
and the mixer shall be such that complete blending of the constituents of the slurry is achieved.
(b) Rut filling
Medium or course grade slurry shall be applied to fill up ruts in the existing surfacing and shall be
applied in either a single or double application using a spreader box fitted with rigid squeegees. The
number of applications shall be determined by the Contract Manager depending on the depth of rut to
be filled. Each application of slurry shall be compacted using a pneumatic roller with a mass of at least
15 tons to a minimum of six passes.
The application of slurry shall, in all cases terminate at such a time during the day to allow traffic onto
the slurry before sunset, or as indicated by the Contract Manager.
CA 04.07.03 Material
(a) Aggregate for slurry
The aggregate for slurry shall be approved crusher sand obtained from a parent rock having an ACV
not exceeding 30 or a mixture of crusher sand and clean natural sand, where the mixture does not
contain more than 25% of natural sand. The aggregate shall be clean, tough, durable, angular in
shape, and shall comply with the grading requirements specified in table CA 04.07.03/1.
Page 229
TABLE CA 04.07.03/1
SIEVE SIZE (mm) PERCENTAGE BY MASS PASSING
FINE GRADE MEDIUM GRADE COARSE GRADE
6,700
100 100
4.750 100 82-100 70-90
2,360 90-100 56-95 45-70
1,180 65-95 37-75 28-50
0,600 42-72 22-50 19-34
0,300 23-48 15-37 12-25
0,150 10-27 7-20 7-18
0,075 4-12 4-12 2-8
The sand equivalent shall be 35 minimum in accordance with TMHI method B1 9.
To ensure proper adhesion, the immersion index of briquettes made with slurry aggregate and 80/100
penetration-grade bitumen shall be not less than 75 when tested in accordance with method CS of
TMHI.
(b) Cement filler for slurry
Portland cement shall comply with SANS 50196:1994 and Portland blast-furnace cement (PBFC) with
the requirements of SANS 50196: 1994.
Only one of the above materials shall be used throughout, as the use of different materials will produce
undesirable colour differences in the surface.
(c) Bitumen emulsions
Anionic and cationic bitumen emulsion shall comply with the provisions of SANS 309: 2004 (2011-02-
11) and SANS 548:2003respectively.
The type and grade of bituminous binder to be used shall be as specified in the Particular
Specifications.
(d) Slurry mix
The composition of slurry shall be based on the following mass proportions for tender purposes:
(i) Slurry aggregate (dry) : 100 parts
(ii) Stable-grade emulsion : 16 parts
(iii) Cement (Portland) : 1, 5 parts
(iv) Water : ± 15 parts
Page 230
The volume of water in the slurry mix shall be such that the consistency of the slurry is between 30 mm
and 40 mm when measured in accordance with the ASTM D3910 test method.
CA 04.07.04 Construction
All areas shall be cleaned of all dust, dirt, dung, oil or any other foreign mailers that may be deleterious to the
slurry. The area to be slurried shall be clearly demarcated.
Before applying the slurry, the tack coat shall be applied to the surface. The rate of application of slurry shall
be measured in cubic meters of fine aggregate (saturated volume) contained in the slurry applied per square
meter of surfacing as approved by the Contract Manager.
The squeegee squad shall be allowed to complete the spreading of each batch discharged onto the road,
using squeegees, before the next is discharged.
The Contractor shall ensure that the edges of the patch are finished to the specified widths and lines. All
stones dislodged in the process of applying the slurry shall be removed on the same day on which the slurry
seal has been applied. All spillage of slurry or excess slurry shall be neatly removed from the road and
disposed of as directed by the Contract Manager.
Any damage to the slurry seal by rain or traffic before the slurry has cured shall be rectified by the Contractor
at his own expense.
CA 04.08 ERECTION AND REPAIR OF PERMANENT ROAD TRAFFIC SIGNS
CA 04.08.01 General
This section covers the erection of permanent road traffic signs. It includes the repair and replacement of
faded, damaged or not clearly visible existing signboards and reference marker board.
Specifications relating to manufacturing of road signs are not included in this document, as relevant
specifications regarding manufacturing will be issued to a nominated subcontractor who shall be a recognised
manufacturer of road signs.
The signs shall be the standard regulatory, guidance, warning and information signs and fabricated in
accordance with the South African Road Traffic Signs Manual (July 1993) except where otherwise specified,
indicated on drawings or directed by the Contract Manager.
The erection and placement of any signs, whether temporary or permanent, shall be in accordance with the
South African Road Traffic Signs Manual (June 1999).
CA 04.08.02 Storage and handling
All road signs or parts of road signs shall be transported, handled and stored in a weatherproof storeroom in
such a manner as to prevent any damage and deformation.
Signboards shall be stored on blocks in the vertical position so that the signs are not in contact with the
ground. There shall be enough space between the finished road signboards to permit free air circulation and
Page 231
moisture evaporation. Contact of road signboards with treated timber and diesel, or storage where road
signboards are exposed to dirt or water will not be permitted.
When required, existing or newly erected road signs shall be fully or partially covered with burlap or other
approved adequately ventilated material to obscure destinations that are temporarily inapplicable or irrelevant.
The covers shall be neatly and firmly fixed in position so that they will be able to withstand strong gusts of
wind or eddies caused by passing traffic. The fixing shall be done in a way that will not cause any damage to
the road sign face.
CA 04.08.03 Execution of the work
(a) Position
Road signs shall be erected in the positions shown on the drawings or indicated by the Contract
Manager.
(b) Excavation and backfilling
Excavations for the erection of road signs shall be made according to the dimensions shown on the
drawings. Where the excavations are to be backfilled with soil, a 1:12 cement/soil mixture (soil/crete)
shall be prepared if instructed by the Contract Manager. The soil or soil-cement mixture shall then be
placed at optimum moisture content in 100mm thick layers in the excavation and shall be compacted to
a minimum of 90% of modified AASHTO density.
Where posts or structures are to be fixed in concrete, or where concrete footings are to be cast, the
concrete, formwork and reinforcement shall comply with the relevant requirements. The holes shall be
filled with concrete up to the level shown on the drawings or indicated by the Contract Manager. The
upper surface of the concrete shall be neatly finished with enough fall to ensure proper drainage.
This sub clause shall apply to ground-mounted signs only. Excavating and backfilling for the
foundations of overhead steel structures are specified and regarded as specialised structural work.
Excavation in rock shall be paid for under item CA.07.05.
Where material from the excavations is not suitable for backfilling or for the preparation of soil/crete,
suitable material shall be obtained as instructed by the Contract Manager.
(c) Erection
Road sign boards must be inspected by the Contract Manager and approved in writing before the
boards are taken from the camp site to the erection site. The Contractor shall notify the Contract
Manager at least one (1) week before the said inspections are required.
Road signs shall be erected strictly in accordance with the details and instructions on the drawings and
as directed by the Contract Manager.
During erection, the structural steelwork shall be firmly bolted and protected to prevent buckling or
damage being caused during erection, or by the equipment used for erection.
Page 232
Posts to which road signs are to be fixed shall be vertical and the undersides of road signs shall be
horizontal after having been erected.
Where timber posts are used for erecting the signs, all holes that are drilled in the timber shall be
retreated with the approved preservative. A road sign identification number (as indicated on the layout
drawings) shall be painted with white enamel paint on the reverse side of the road sign board, above
the month and year of manufacture, in 50 mm high letters and numbers on the side closest to the road
shoulder as directed by the Contract Manager.
Any sign damaged during transit to the erection site or during the erection process shall be replaced or
repaired to the satisfaction of the Contract Manager at no extra cost to the Employer.
(d) Field welding
All welding done during erection shall comply with the requirements for welding during manufacture.
(e) On-site painting
All painting done after the road signs have been erected shall comply with the requirements for
painting during manufacture.
All places where the paintwork has been damaged during erection shall be repaired by the Contractor
at his own cost to the satisfaction of the Contract Manager.
(f) Time of erection
Road signs shall be erected immediately prior to the road being opened to public traffic, unless
otherwise decided by the Contract Manager.
(g) Attachment of overlays
The type of overlay to be used will be specified by the Contract Manager and will consist either of 1
mm thick Chromadek plate, pop riveted onto the existing sign plate, or System 5 overlay or SANS
approved equivalent.
Before the application of the overlay to any structure, the existing signboard shall be thoroughly
cleaned.
(h) Repair of signs
The Contract Manager may require that certain existing signs be dismantled for repair work or storage
and later re-erected. The signs shall be repainted or repaired by replacing the 200 mm profiles or
straightening the sheet metal as specified during the manufacturing process. New materials shall be
used for part or all of the supporting structure. This work shall be done with as little damage as
possible to the signs.
CA 04.08.04 Materials
(a) Timber posts for road sign supports
Page 233
Timber posts for road sign supports shall conform to the requirements of SANS 754:2010, shall be
equal to or better than strength group B timber posts and shall be stamped with the SANS mark. The
exposed surface of the cut shall be given two coats of creosote. Any holes drilled in the timber posts
after treatment with creosote shall be retreated.
(b) Corrosion-protection tape
Corrosion-protection tape used between aluminium and steel shall be black PVC tape not less than 0,
25 mm in thickness, shall be resistant to ultra-violet rays, and shall have an adhesive backing. The
breaking strength of the material shall be not less than 3, 5 kN/m.
CA 04.08.05 Protection and maintenance
The Contractor shall protect the completed road signs against damage until they have been finally accepted
by the Employer, and he shall maintain the road signs until the maintenance certificate have been issued.
Damage or defects caused by negligence or faulty workmanship shall be rectified by the Contractor at his own
cost to the satisfaction of the Contract Manager.
CA 04.08.06 Dismantling, storing and re-erecting existing road signs
Where instructed by the Contract Manager, the Contractor shall dismantle existing road signs, store them, and
re-erect them at new positions indicated. This work shall be done taking care to cause as little damage as
possible to the signs.
The method applied for dismantling the existing signs and transporting and storing the signs shall be subject
to the Contract Manager’s approval. No additional payment shall be made for any equipment or handling
methods necessary to prevent damage to existing signs that are suitable for re-use, as instructed by the
Contract Manager.
Where required by the Contract Manager, the signs shall be repainted or repaired, and new materials shall be
used for part or all of the supporting structure.
CA 04.09 ROAD MARKINGS
CA 04.09.01 General
This section covers the permanent marking and maintenance of white, yellow or red painted lines or symbols
on the road surface by specialist contractors.
CA 04.09.02 Materials
(a) Plant
(i) Road-marking paint
Road-marking paint shall comply with the requirements of SANS 731-1: 2006 for type 1, type 2
or type 4 paint.
Page 234
The paint shall be delivered at the site in sealed containers bearing the name of the
manufacturer and the type of paint. Marking shall be in accordance with SANS 731-1: 2006.
The viscosity of the paint shall be such that it can be applied without being thinned down.
(ii) Retro-reflective road-marking paint
Retro-reflective road-marking paint shall comply with the requirements of CKS 192 and SANS
731-1: 2006.
(iii) Colour
The colours to be used shall be bright white, yellow or red.
The colour of the yellow and red paint shall be as specified in SANS 731-1: 2006.
(iv) Retro-reflective beads
The retro-reflective beads shall be glass beads that comply with the requirements for glass
beads specified in CKS 192.
The beads shall be delivered at the site in sealed bags, marked with the name of the
manufacturer, the batch number and an inspection seal of SANS, confirming that the beads
form part of a lot that has been tested by SANS and complies with the requirements of CKS
192. If not, the Contractor shall always have a SANS certificate on the site, with details of the
batches that make up a lot that has been tested by SANS, complies with CKS 192 and to which
the inspection seal applies.
CA 04.09.03 Weather limitations
Road-marking paint shall not be applied to a damp surface or at temperatures lower than 10 ºC, or when, in
the opinion of the Contract Manager, the wind strength is such that it may adversely affect the painting
operations.
No road-marking paint may be applied when visibility is dangerously impeded by mist, smoke or smog.
CA 04.09.04 Mechanical equipment for painting
The equipment shall consist of an apparatus for cleaning the surfaces, a mechanical road-painting machine
and all additional hand-operated equipment necessary for completing the work. The mechanical road-marking
machine shall be capable of painting at least two lines simultaneously and shall apply the paint to a uniform
film thickness at the rates of application specified hereinafter. The machine shall be so designed that it will be
capable of painting the road markings everywhere to a uniform width with sides within the tolerances specified
hereinafter, without the paint running or splashing. The machine shall further be capable of painting lines of
different widths by adjusting the spray jets on the machine or by means of additional equipment attached to
the machine.
The machine shall be provided with clearly visible amber warning flashing lights that shall always be in
operation when the machine is on the road.
Page 235
CA 04.09.05 Surface Preparation
Road markings shall be applied to bituminous surfaces only after enough time has elapsed to ensure that
damage will not be caused to the painted surface by volatiles evaporating from the seal. After completion of
the seal, no less than two weeks or such longer period as may be directed by the Contract Manager shall
elapse before any road markings shall be applied. However, the Contract Manager may, in certain cases,
require road markings to be painted without waiting for the seal to harden; in which case it shall be done as
soon as possible after the instruction has been given.
Before the paint is applied, the surface shall be clean, dry, and completely free from any soil, grease, oil, acid
or any other material that will be detrimental to the bond between the paint and the surface. The surface
where the paint is to be applied shall be properly cleaned by means of watering, brooming or compressed air
if required.
Care shall be taken to ensure that the surface shall be clean, where road studs are to be fixed.
The Contractor shall take note of conditions which he is unable to rectify by himself and may affect the
durability of the paint, and he shall point out these conditions to the Contract Manager in writing. Disputes
arising from such conditions shall be referred to the relevant Area Contract Manager for arbitration before
road marking commences.
The Contractor shall protect the retro-reflective surfaces of road studs when paint is applied and remove the
protection immediately after the paint has been applied.
On concrete and bituminous surfaces where polished aggregate is exposed, a tack coat shall be used. On
new concrete surfaces, any laitance and/or curing compound shall be removed before the markings are
applied.
The material shall not be laid over loose debris, mud or similar extraneous matter or over old flaking markings
of paint or thermoplastic material. If the road surface is at a temperature of less than 5 °C, or if it is wet, it shall
be warmed carefully by a road heater so that, when the material is laid, the surface temperature is above 5 °C
and the surface dry.
CA 04.09.06 Setting out the road markings
The lines, symbols, figures or marks shall be pre-marked by means of paint spots of the same colour as that
of the final lines and marks. These paint spots shall be at such intervals as will ensure that the traffic-markings
can be accurately applied, and in no case shall they be more than 1, 5 m apart. Normally spots of
approximately 10mm in diameter should be enough.
The dimensions and positions of road-markings shall be as indicated by the Contract Manager, specified in
the appropriate statutory provisions and the South African Road Traffic Signs Manual.
The repainting of a roadway after the application of a fog spray shall only be done once it is possible to
determine the beginning and positions of individual broken line segments. Pre-marking of such a roadway
shall entail the searching for and marking of such broken line segments. Painting shall thereafter be done to
the same tolerances as prescribed in CA 04.09.10.
Page 236
After spotting, the positions of the proposed road markings such as broken lines and the starting and finishing
points of barrier lines shall be indicated on the road. These pre-markings shall be approved by the Contract
Manager prior to commencement of any painting operations.
The position and outlines of special markings shall be produced on the finished road in chalk and shall be
approved by the Contract Manager before the markings are painted. Approved templates may be used on
condition that the positioning of the marking is approved by the Contract Manager before painting is
commenced.
The positions for the beginning and end of all barrier-line road-markings must be suitably indicated by the
Contract Manager before the marking of the road commences.
CA 04.09.07 Applying the paint
The figures, letters, signs, symbols, broken or unbroken lines or other marks shall be painted as shown on the
drawings or as directed by the Contract Manager.
Where the paint is applied by machine, it shall be applied in one layer. Before the road-marking machine is
used on the permanent works, the satisfactory operation of the machine shall be demonstrated on a suitable
site that is not part of the permanent works. Adjustments to the machine shall be followed by further testing.
Only when the machine has been correctly adjusted, and its use has been approved by the Contract Manager
after testing, may the machine be used on the permanent work. The operator shall be experienced in the use
of the machine.
After the machine has been satisfactorily adjusted, the rate of application shall be checked and adjusted if
necessary before application on a large scale is commenced.
Where two or three lines are required next to each other, the lines shall be applied simultaneously by the
same machine. The paint shall be stirred before application in accordance with the manufacturer’s
instructions. Paint shall be applied without the addition of thinners.
Where, under special circumstances, painting is done by hand, it shall be applied in two layers, and the
second layer shall not be applied before the first layer has dried out sufficiently. As most road-marking paint
reacts with the bitumen surface of the road, the paint shall be applied with one stroke only of the brush or
roller.
Ordinary road-marking paint shall be applied at a rate not less than 0, 42 litre/m2.
Unless otherwise instructed by the Contract Manager, the road marking shall be completed before a particular
section of the road is opened to traffic. Each layer of paint shall be continuous over the entire area being
painted.
Control sheets with details of the order number, work dates, quantities of paint used, and surface areas
painted shall be completed by the Contractor for every section of road included in an order. One set of copies
of these sheets shall be handed to the Contract Manager on completion of every individual order.
CA 04.09.09 Applying the retro-reflective beads
Page 237
Where retro-reflective paint is required, the retro-reflective beads shall be applied by means of a suitable
machine in one continuous operation, immediately after the paint has been applied. The rate of application of
the beads shall be at least 0, 8 kg/litre of paint or such other rate as may be directed by the Contract
Manager. Machines that apply the beads by means of gravity only shall not be used. The beads shall be
sprayed onto the paint layer by means of a pressure sprayer.
If specified or instructed by the Contract Manager, additional surface reflectorization of plastic road-markings
shall be applied at a rate and according to the methods specified in BS 3262, 1987, part 3.
CA 04.09.10 Tolerances
Road-markings shall be constructed to accuracy within the tolerances given below:
(a) Width
The width of lines and other markings shall not be less than the specified width, nor shall it exceed the
specified width by more than 10mm.
(b) Position
The position of lines, letters, figures, arrows, retro-reflective road studs and other markings shall not
deviate from the true position by more than 100 mm in the longitudinal and 20 mm in the transverse
direction.
When an unbroken line and a broken line are painted alongside each other, the beginning and/or the
end of the adjacent lines shall coincide.
When existing lines are repainted, the new marking shall not deviate more than 100 mm in the
longitudinal direction and 10 mm in the transverse direction from the existing marking.
(c) Alignment of markings
The alignment of the edges of longitudinal lines shall not deviate from the true alignment by more than
10 mm in 15 m.
(d) Broken lines
The length of segments of broken longitudinal lines shall not be shorter than the specified length or
deviate by more than 150 mm from the specified length.
CA 04.09.11 General
In broken lines, the length of segments and the gap between segments shall be as indicated on the drawings.
If these lengths are altered by the Contract Manager, the ratio of the lengths of the painted section to the
length of the gap between painted sections shall remain the same.
Lines on curves, whether broken or unbroken, shall not consist of chords but shall follow the correct radius.
Page 238
The Contractor shall provide temporary traffic control facilities at his own cost in accordance with
specifications to ensure traffic safety where work is being executed. Property and/or road signs damaged by
the Contractor, his personnel or his agents shall be repaired or restored at his own cost to their condition as
before the damage.
Only materials intended for use on this Contract may be stored on the site.
CA 04.09.12 Faulty workmanship or materials
If any material that does not comply with the requirements is delivered to the site, or is used in the works, or if
any work of an unacceptable quality is carried out, such material or work shall be removed, replaced or
repaired as required by the Contract Manager at the Contractor’s own cost.
While work is in progress, tests shall be carried out on materials and/or the quality of work to ensure
compliance with the specified requirements. The sampling methods are specified under the appropriate
sampling and testing methods. The sampling methods described in TMH5 shall be followed where applicable.
(TMH5 is published for the Committee of State Road Authorities by the National Institute for Transport and
Road Research - presently the Division of Road and Transport Technology - as part of the series Technical
Methods for Highways.)
CA 04.09.13 Protection
After the paint has been applied, the road markings shall be protected against damage by traffic or other
causes. The Contractor shall be responsible for erecting, placing and removing all warning boards, flags,
cones, barricades and other protective measures that may be necessary in terms of any statutory provisions
and/or as may be recommended in the South African Road Traffic Signs Manual and specified in Road Note
13.
CA 04.10 CHEMICAL CONTROL OF VEGETATION AND ERADICATION OF UNDESIRABLE VEGETATION
CA 04.10.01 General
This section covers the eradication of declared and undesirable vegetation, as well as the chemical control of
vegetation growth through the application of herbicide.
CA 04.10.02 Execution of work
The eradication of undesired vegetation and chemical control of vegetation growth shall be executed where
directed by the written instruction of the Contract Manager.
Herbicide shall normally only be applied in the spring or summer during the period when the vegetation to be
killed is growing strongly.
The Contractor’s attention is drawn to the requirement that herbicides may only be applied by duly registered,
competent contractors in possession of an AVCASA certificate. Proof of such registration shall be furnished
on demand to the Contract Manager.
The Contractor shall ensure that no damage is caused to other plants inside or adjacent to the treated areas
as a consequence of the application of herbicides.
Page 239
Application shall not be carried out in high winds or wet weather.
The following herbicides may not be used:
o Agents of an explosive, flammable, volatile or corrosive nature
o Sodium chlorate
o Volatile low hormone type herbicides
o Agents which are not registered in the Republic of South Africa.
The Contractor shall state the brand name of the herbicide on which the tendered rate is based, which shall
be subject to the approval of the Contract Manager, prior to the application thereof.
The agent shall be guaranteed to kill at least 90% of the unwanted growth with one application and shall have
a residual effect that controls the growth of such vegetation effectively for one growing season.
The herbicide should be strictly applied at the rate recommended by the manufacturer.
(a) Chemical control of vegetation growth
Subject to written approval by the Contract Manager beforehand, spraying shall be executed in the
following designated areas:
(i) Shoulder weed spray shall comprise the spraying of a 300 mm wide strip of herbicide directly
adjacent to the road shoulder. The spraying of shoulders may take place only after the shoulder
strips have been cut.
(ii) Where vegetation is encroaching onto the road shoulder an increased width of 500mm shall be
sprayed along the edge with 200 mm on the black top surface and 300 mm on the shoulder
vegetation.
(iii) Vegetation under guard-rails shall be controlled by spraying under the guard-rail to a width of
500 mm;
(iv) Openings, cracks and joints between the road pavement and concrete, as well as between
paving stones and concrete blocks;
(v) Up to a maximum distance of 500 mm around the poles at kilometre markers, road signs and
guard-rail posts;
(vi) Between the road reserve fence and a neighbouring solid wall. Here the Contractor may use
only contact herbicides which are absorbed by the leaves and which do not have a detrimental
effect on the soil;
(vii) Entire areas invaded by weeds;
(viii) On block paved areas adjacent to concrete median barriers or steel guard-rails. These areas
may have slopes to 1:1 grade.
Page 240
The type of herbicide to be used, the correct spray rate, the method of application and when
applied, shall be as specified in the Particular Specifications.
(b) The eradication & weeds
The eradication of declared and undesirable vegetation shall take place in the road reserve during the
contract period over the whole length of the sections of road involved, and may include localised
patches of noxious weeds, invader plants and other undesired vegetation.
Subject to the Contract Managers approval, certain aspects, such as the treatment of the stumps of
felled trees, may be carried out by the Contractor.
The Contractor shall ensure that no damage whatsoever is caused to any plants inside or adjacent to
the areas treated because of the application of the herbicides, either during or after application. This
also includes areas outside the road reserve.
The type of weed killer to be used, the correct application rates and when applied, shall be as specified
and according to the manufacturer’s instructions.
CA 04.10.03 Quality standard
Eradication of undesired vegetation shall be carried out as specified and to the satisfaction of the Contract
Manager. The herbicide shall be applied at the correct rate to prevent regrowth and the application confined to
the undesired vegetation.
Areas shall be left neat and tidy and all vegetation cuttings removed where instructed.
CA 04.10.04 Plant and equipment
Vegetation shall be eradicated using knapsacks or portable weed spray machines.
It is important that the equipment be in good working condition. The equipment shall distribute the herbicide
evenly without spilling. The nozzle shall be able to move close to the ground in order to prevent mist spray
blowing away and killing plants that have to remain.
The equipment shall also be safe for the workers, as well as for the travelling public.
CA 06 MEASUREMENT AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered
hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the
tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in
schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
Page 241
CB STORM WATER DRAINAGE
CONTENTS
CB 01 SCOPE
CB 02 STANDARD SPECIFICATIONS
CB 03 OPERATING AND MAINTENANCE MANUALS
CB 04 EXECUTION OF REPAIR WORK
CB 06 MEASUREMENT AND PAYMENT
CB 01 SCOPE
This specification covers the materials, equipment, methods, testing and work required for the repair and
maintenance of existing storm water drainage systems inside the facility perimeter. It covers both surface and
underground drainage systems.
This specification shall form an integral part of the repair and maintenance contract document and shall be
read in conjunction with portion 3: Additional Specifications included in this document.
Where a specification has been included in the documents to supplement Technical Specification CB: Storm
water drainage, this technical specification shall act as a guideline to the Particular Specification and, in the
event of any discrepancies between the Technical Specification and the Particular Specification, the latter
shall take precedence. The Contractor shall always adhere to this technical specification, unless otherwise
specified in the applicable Particular Specification.
CB 02 STANDARD SPECIFICATIONS
CB 02.01 GENERAL STANDARD SPECIFICATIONS. REGULATIONS AND CODES
The latest edition, including all amendments up to date of tender, of the following specifications, publications
and codes of practice shall be read in conjunction with this specification and shall be deemed to form part
thereof:
SANS 1200 DB: 1989 (2002-07-30) - Earthworks (pipe trenches)
SANS 1200 DK - Gabions and pitching
SANS 1200 G: 1982 (2002-07-30) - Concrete (structural)
SANS 1200 LB: 1983 (2002-07-30) - Bedding (pipes)
SANS 1200 LE: 1982 (2002-07-30) - Storm water drainage
SANS 1200 MK: 1983 (2002-07-30) - Kerbing and channelling
CB 02.02 OCCUPATIONAL HEALTH AND SAFETY ACT OF 1993
All regulations and statutory requirements as laid down in the latest edition of OHS shall be adhered to.
CB 02.03 MANUFACTURERS’ SPECIFICATIONS CODES OF PRACTICE AND INSTALLATION
INSTRUCTIONS
All equipment and materials shall be installed, serviced and repaired strictly in accordance with the
manufacturers’ specifications, instructions and codes of practice.
Page 242
CB 02.04 MUNICIPAL REGULATIONS. LAWS AND BY-LAWS
All municipal regulations laws, by-laws and special requirements of the Local Authority shall be adhered to
unless otherwise specified.
CB 03 OPERATING AND MAINTENANCE MANUALS
No operating and maintenance manuals will be required for storm water.
CB 04 EXECUTION OF REPAIR WORK
CB 04.01 GENERAL
The Contractor shall investigate and inspect all areas of the installation to confirm the extent of the repair work
required and shall report to the Contract Manager. The Contract Manager will thereafter indicate any areas to
be repaired and shall instruct the Contractor about the repair work to be done.
At the start of the repair and maintenance contract, all the systems and installations shall be repaired as
specified in the Particular Specification. This repair work shall include but not be limited to the details specified
in the Particular Specification.
All repair work shall be executed using approved materials and equipment suitable to the systems and/or
installations they serve.
All materials and equipment shall comply fully with the requirements as specified for each installation.
The said repair work shall be executed in accordance with the relevant codes of practice, standards,
regulations, municipal laws and by-laws, manufacturer’s specifications and codes of practice and all additional
and particular specifications included in this document.
All new, materials and systems shall be furnished with a written guarantee with a defects liability period of
twelve (12) months from date of completion of repair work. These guarantees shall be furnished in favour of
the CoE. On completion of the required and specified repair work the systems, installations and equipment
shall be commissioned and handed over to the satisfaction of the Contract Manager.
Repair work items for the storm water drainage systems shall be categorised under the following headings:
(a) Prefabricated culvert installation and repair of existing culverts and structures;
(b) Cleaning of prefabricated culverts;
(c) Concrete channel construction and repair of existing channels;
(d) Gleaning of concrete drains and channels;
(e) Gleaning of earth channels;
(f) Construction and repair of brickwork in let structures;
(g) Provision of lockable storm water grid inlets;
(h) Gleaning of pipelines.
Page 243
CB 04.02 PREFABRICATED CULVERT INSTALLATION AND REPAIR OF EXISTING CULVERTS AND
STRUCTURES
This section covers the work in connection with the construction of prefabricated pipe and portal culverts and
storm water structures such as manholes, grid inlets and the like. It also covers the removal and replacement
of damaged and broken prefabricated culverts, as well as repairs to existing culverts and storm water
structures.
CB 04.02.01 Construction
Prefabricated culverts shall be constructed or replaced in accordance with the specifications at the locations
indicated by the Contract Manager.
(a) Excavation
The width of the excavation shall be enough to allow the proper laying, bedding and backfilling of
culverts. The widths of the excavation for each type and size of culvert shall be as set out in SANS
1200 DB: 1989 (2002-07-30).
The depth of the excavation for each type and size of culvert shall depend on site conditions and the
amount by which the excavation is to exceed the proposed level of the invert of the culvert and shall be
enough to allow the type and thickness of bedding material instructed by the Contract Manager.
Where excavation is to be carried out through asphalt premix or concrete, the asphalt/concrete shall be
cut neatly and vertically with approved sawing equipment before the asphalt/concrete is removed.
Excavations shall commence from the outlet end of culverts to be installed.
(b) Classification of excavation
All excavations shall be classified as follows for payment purposes:
(i) Hard material
Material that cannot be excavated except by drilling and blasting, or with the use of pneumatic
tools or mechanical breakers, and boulders exceeding 0, 10 m³ shall be classified as hard
material.
Where more than 40% of any material (by volume) consists of boulders each exceeding 0, 10
m³ in size, the material shall be classified as hard material.
(ii) Soft material
All material not classified as hard material shall be classified as soft material.
Notwithstanding the above classification, all material excavated from previously constructed
fills, sub grades and sub bases shall be classified as soft material.
Page 244
(c) Disposal of excavated material
Where excavated material does not comply with the requirements for backfilling material as specified
or is surplus to backfilling requirements, such excavated material shall be removed from the site and
disposed of.
Material suitable for use in the works, however, shall be used as prescribed.
(d) Removal of damaged culverts
Where indicated by the Contract Manager damaged sections of prefabricated culverts shall be
completely removed and replaced with new units.
Excavation shall be carried out as described for new culvert installation and the excavated material
shall be, if suitable, preserved for backfilling. The damaged culvert units shall be disposed of.
(e) Laying of concrete pipe culverts
Concrete pipe culverts shall be laid on class A or B bedding as directed by the Contract Manager. The
inside of the culverts shall be smooth and without any displacement and all pipes shall be laid true
to line and level with a minimum slope of 2% or as directed by the Contract Manager.
(i) Class A bedding - see SANS 1200 LB: 1983 (2002-07-30)
(ii) Class B bedding - see SANS 1200 LB: 1983 (2002-07-30)
(iii) Rock foundation
Where rock, shale or hard material is encountered on the bottom of excavations a bed of fine material
as required for class B bedding shall be placed before laying the pipe.
(f) Concrete casing
Where ordered by the Contract Manager a pipe shall be encased in concrete according to the Contract
Manager’s instructions.
(g) Laying of concrete portal culverts
Portal culverts shall be laid on prefabricated floor slabs. A layer of fine-grained material of at least 75
mm thick shall be placed on the bottom of the excavation, levelled, compacted and trimmed to line and
grade to form a bed to receive the precast slabs.
The portal portions of portal culverts shall be placed accurately and symmetrically on the floor slabs
with a thin layer of mortar of one part of cement and six parts of sand between the contact surfaces to
ensure a firm and uniform support.
(h) Extension of existing culverts
Where existing culverts require extension or where damaged sections are replaced the new sections
shall be placed at the same grade and, where it joins the existing structure, at the same level as the
existing structure.
Page 245
Any sections of existing wing walls, approach slabs and head walls that may obstruct any new work
shall be demolished and removed. The demolition and reconstruction of new inlet and outlet structures
shall be paid for under the relevant sections in the specification.
(i) Construction of culverts in half widths in existing roads
To allow the free flow of traffic always the culverts shall be constructed in half widths. The downstream
section shall be constructed first and the end of the excavation adjoining the traffic lane shall be
properly supported to prevent displacement from occurring.
(j) Repairing of cracks and joints
Where instructed by the Contract Manager cracks in existing culverts and culvert joints which have
opened shall be caulked with material specified in the Particular Specification.
(k) Backfilling of prefabricated culverts
The backfill material shall be material selected from the excavation mixed with 80 kg Portland cement
with every cubic meter of excavated material.
Generally, the backfill material shall be a sandy material, but may contain larger particles up to 38 mm
and shall have a plasticity index not exceeding 12.
In the case of concrete pipe culverts on class B bedding, the backfilling material shall be tamped in
under the flanks of the culverts to provide uniform bedding, all to the satisfaction of the Contract
Manager.
Backfilling alongside and over the culverts to the underside of the pavement layers shall be placed at
optimum moisture content and compacted to a minimum of 90% of modified AASHTO density in layers
not exceeding 150mm after compaction. Where approved by the Contract Manager, testing may be
done with a dynamic cone penetrometer (DCP). The average penetration rate recorded after every 5
blows for each layer shall not exceed 50. The full depth of a layer shall be tested.
Backfilling shall be carried out simultaneously and equally on both sides of a culvert to prevent unequal
lateral forces from occurring and the ends of culverts shall be protected to prevent the backfill material
from spilling beyond the required levels.
(l) Reinstatement of pavement layers
Unless otherwise instructed by the Contract Manager the pavement layers shall be reinstated as
follows:
(i) Selected layers shall be of at least a G5 quality and shall be compacted to at least 93% of
modified AASHTO density.
(ii) Material for the sub base layers shall be stabilized with 3% cement and compacted to 95% of
modified AASF-ITO density, and shall be at least a G5 quality.
(iii) The material for the base layer shall be stabilized with 5% cement and compacted to at least
97% of modified A4SHTO density, and shall be at least a G3 quality.
Page 246
(iv) The surfacing layer shall consist of a medium continuously graded asphalt compacted to 94% of
Marshall density. The thickness of the surfacing layer shall be at least 25mm. A 60% cationic
emulsion shall be applied at 0, 4 litre/m² to the top of the base layer before the surfacing layer is
placed.
The soil cement shall be mixed on site with suitable concrete mixers and the water and cement
contents shall be carefully controlled.
(m) Repair of storm water manholes, grid inlets and the like
Repair work will be undertaken on the structures indicated on the drawings, or as directed by the
Contract Manager. All repair work will comply with the construction and quality requirements SANS
1200 LE: 1982 (2002-07-30).
CB 04.02.02 Quality standard
Culverts shall be constructed true to lines and levels with the inside smooth and without any displaced joints.
CB 04.02.03 Materials
The prefabricated culvert units shall be factory produced by a reputable manufacturer of these units and shall
comply with the following requirements:
(a) Prefabricated concrete pipe culvert units
Prefabricated concrete pipe culvert units shall comply with the requirements of SANS 677: 2010.
Pipes with ogee joints shall be provided, unless otherwise specified.
Pipes subjected to traffic loadings shall be class 100 D; all other pipes shall be class 50 D.
(b) Portal prefabricated concrete culvert units
Portal prefabricated concrete culvert units shall comply with the requirements of SANS 986: 2006.
Other types of prefabricated culverts
If required, other types of prefabricated culverts will be specified in the Particular Specification.
(c) Manhole covers, arid inlets, etc.
Manholes, grid inlets, etc. shall have covers and frames complying with SANS 558: 2009.
CB 04.03 CLEANING OF PREFABRICATED CULVERTS
The work involved under this section is the removal of silt and debris from prefabricated culverts including the
cleaning of inlet and outlet structures.
CB 04.03.01 Construction
Page 247
Prior to cleaning any prefabricated culverts, the Contractor shall arrange with the Contract Manager for an
inspection of the storm water network. The Contractor shall provide adequate equipment, such as torches,
lights, mirrors, etc., to enable a basic visual inspection of all the culverts. Based on this inspection, the
Contract Manager will instruct the Contractor as to which sections of the network require cleaning.
Material removed from the culverts shall be disposed of where instructed by the Contract Manager. Rubble
and waste material shall be disposed of at the nearest appropriate solid waste disposal site, unless otherwise
directed by the Contract Manager.
The Contractor must ensure that all material being removed is removed before or at the nearest accessible
downstream structure. No additional payment will be made for the removal of material that, because of
cleaning operations, find its way into a previously clean section of the culvert network.
CB 04.03.02 Quality standard
Prefabricated culverts shall be cleaned of all silt and debris such that all surfaces are clearly visible and
accessible for inspection.
All spoil material shall be spread neatly and shall not wash back into drainage trenches.
The size of the culverts for the different categories will be determined as follows:
(a) For pipe culverts - diameter
(b) For portal culverts – width
CB 04.04 CONCRETE CHANNEL CONSTRUCTION AND REPAIR OF EXISTING CHANNELS
This section covers the construction of new concrete lined drains where required and the maintenance of
existing concrete drains. It includes the construction of kerb and channel combinations and repairs where
required.
CB 04.04.01 Construction
The Contract Manager will indicate the locations where new drains are to be constructed to improve drainage
and shall instruct where repairs to existing drains are to be carried out.
Construction of the following type of concrete drains may be required:
(a) Concrete lining to open drains
(b) Concrete pipes
(c) Kerbing channelling combination.
Concrete drains shall be constructed in accordance with the details shown on the drawings or as directed by
the Contract Manager.
(a) Excavation and preparation of bedding
Page 248
The excavations shall be neatly trimmed to lines and levels to permit the accurate construction of the
concrete linings. All loose material shall be well rammed at the optimum moisture content for the
material used.
Where excavations are in hard material, over break shall be backfilled with concrete of the same class
as specified for the lining.
In the case of kerbs and channels, the trenches shall be excavated to the required depths and the
bedding material shall be well rammed before placing the concrete.
Where wash-always have occurred, any cavities or voids in the foundation material must be backfilled
in layers not exceeding 150mm in thickness and compacted to 90% of modified AASHTO density.
(b) Concrete linings
Concrete lining of open drains shall be cast in situ only and the exposed surfaces shall be given a
class U2 (wood-floated) surface finish.
Sealed joints in concrete shall be in accordance with the details indicated on the drawings and joints
shall be painted with a coat of approved bituminous emulsion containing 60% of pure bitumen by
mass.
Expansion joints shall be made in accordance with the drawings.
(c) Half-round channels
Cast in situ half-round channels shall be constructed in accordance with the drawings, or to fit existing
sections.
(d) Kerbing and channelling
Kerbing shall include barrier kerbs, mountable and semi-mountable types. All the elements shall be
prefabricated units with cast in situ channelling unless otherwise specified by the Contract Manager.
Kerbing and channelling shall be laid on the approved bedding with close joints filled with 3:1 sand:
cement mortar not exceeding 10 mm in thickness and neatly pointed with a pointing trowel. Kerbing
shall be propped with class 15/19 in-situ concrete at each joint (size: 300 mm long x 200 mm wide x
80% of kerb height).
(e) Concrete cast against existing surfaced edges
Where concrete lining or concrete channelling in kerb and channel combinations is to be cast against
existing surfacing the edge shall first be cut, before excavation, with approved sawing equipment to
provide a neat straight edge. Care shall be taken during the placing of the concrete not to spill concrete
onto the adjacent surfacing. Any concrete stains shall be removed by the Contractor at his own
expense.
(f) Reinstatement of damaged existing structures
Page 249
Damaged existing structures shall be demolished to the extent directed by the Contract Manager on
site and the resulting debris shall be spoiled.
The reinstatement of damaged sections shall be carried out to the same standards prescribed for new
construction and shall be paid for under the relevant items scheduled for new structures.
Provision shall be made for the reinstatement of existing damaged prefabricated concrete half round
channels.
(g) Inlet and outlet structures
The structures shall be constructed in accordance with the requirements specified in the relevant
section in this specification.
CB 04.04.02 Quality standard
The drains shall be constructed neatly to the dimensions shown on the drawings and within the specified
dimensional and alignment tolerances.
Repairs to drains shall be in uniformity with existing structures.
CB 04.04.03 Materials
(a) Concrete
Concrete for the various structural components shall comply with the class detailed on the drawings.
Concrete in channel linings shall be class 20/1 9.
(b) Steel reinforcement
(i) Steel bars
Steel reinforcing bars shall comply with the requirements of SANS 920: 2011.
(ii) Welded steel mesh
Welded steel mesh shall comply with the requirements of SANS 1024: 2006.
CB 04.05 CLEARING OF CONCRETE DRAINS AND CHANNELS
This section covers the work in connection with the removal of silt, debris and vegetation causing obstruction
to flow in concrete drains and channels.
CB 04.05.01 Construction
Concrete channels shall be cleaned where instructed by the Contract Manager. Generally, channels shall be
cleaned when depth of silt in invert exceeds 100 mm, or when other foreign matter is present.
Page 250
Material removed from channels shall either be loaded and removed from the site or disposed of adjacent to
channels where it cannot be washed back into the channel as directed by the Contract Manager.
Where material is spoiled adjacent to channels the Contractor shall ensure that the material is spread neatly
and well clear of the top of the channels where it will not wash back. Material removed from kerb and channel
combinations, side drains or from other channels where directed by the Contract Manager shall be
transported to spoil.
Vegetation growing in channel joints and cracks shall be removed with roots to prevent re-growth.
Vegetation growing over channels from the edges shall be slashed at the concrete edges and disposed of.
Undesirable vegetation shall be removed with roots and spoiled where directed by the Contract Manager.
CB 04.05.02 Quality standard
Concrete drainage channels shall be clear of any obstruction such that the concrete surfaces are clearly
visible.
CB 04.06 CLEANING OF EARTH CHANNELS
This section covers the work involved in cleaning of all earth drains and channels, repairs to damaged earth
drains and channels, as well as construction and repairs of banks and dykes.
CB 04.06.01 Execution of work
(a) Drains
Earth side drains and channels shall be cleaned of all debris, silt and vegetation when instructed by the
Contract Manager.
Silt and debris excavated from the drains shall be deposited and spread neatly near of the drains
where it will not wash back.
Scoured and eroded sections of drains shall be back filled with suitable material obtained from the side
of the road or from suitable sources indicated by the Contract Manager. The backfill material shall be
compacted at the optimum uniform moisture content in layers not exceeding 100 mm after compaction.
The Contractor shall use suitable compaction equipment to produce repairs that will not erode or scour
again.
If in the opinion of the Contract Manager, drains require protective covering against scouring and
erosion, such work shall be executed in accordance with the relevant section of this specification.
(b) Construction and repair of banks and dykes
Material for the construction and repair of banks and dykes shall be an approved soil or gravel
obtained from sources approved by the Contract Manager. It shall be positioned in such a way that
water will flow on the natural ground and against the bank.
Page 251
Banks and dykes shall be properly compacted in layers not exceeding 150m min thickness. If
approved by the Contract Manager, mitre banks may also be constructed of hand-packed stone,
provided that the interstices are filled with an approved cohesive soil.
CB 04.06.02 Quality standard
Drainage channels shall be clear of any obstructions and no scouring, erosion or pooling shall be evident.
Existing fill and cut slopes and invert grades of drains shall be maintained.
CB 04.07 CONSTRUCTION AND REPAIR OF BRICKWORK INLETSTRUCTURES
CB 04.07.01 Reinstatement of damaged existing structures
Damaged existing structures shall be demolished to the extent indicated by the Contract Manager on site and
the resulting debris spoiled.
The reinstatement of damaged sections shall be carried out to the same standards prescribed for new
construction and shall be paid for under the relevant items scheduled for new structures.
CB 04.07.02 Lowering of inlet structures
Existing structures which are not functional due to the inlet being above the surrounding pavement level or
ground level shall be demolished to the extent indicated by the Contract Manager and reinstated at the correct
level to the same standard prescribed for new construction.
CB 04.08 PROVISION OF LOCKABLE STORMWATER GRID INLETS
Storm water inlet structures within the walls shall be provided with lockable grids. These shall be in the form of
a steel bar secured to the base of the catch pit and long enough to just protrude through the inlet grid. There
shall be a hole in the end of the bar to allow a padlock to be positioned such that the grid will be immovable.
The steel bar shall be treated to avoid corrosion.
Padlocks shall be provided for all grid inlets. They shall be of a type suitable for outdoor use, or as specified in
the Project Specifications.
CB 04.09 CLEANING OF PIPELINES
The work under this section involves the removal of silt and debris from pipelines, including the cleaning of
inlet and outlet structures.
CB 04.09.01 Construction
Before cleaning any pipelines, the Contractor shall arrange with the Contract Manager for an inspection of the
storm water network. The Contractor shall provide adequate equipment such as torches, lights, mirrors and
TV surveillance equipment, etc., to enable a basic visual inspection of all pipes. Based on this inspection, the
Contract Manager will instruct the Contractor as to which sections of the network require cleaning and where
detailed inspections are required.
Page 252
Material removed from the pipes shall be disposed of where instructed by the Contract Manager. Rubble and
waste material shall be disposed of at the nearest appropriate solid waste disposal site, unless directed
otherwise by the Contract Manager.
The Contractor shall ensure that all material is removed at the nearest accessible structure No additional
payment will be made for the removal of material from previously cleaned sections of the network.
CB 04.09.02 Quality standard
Pipes shall be cleaned of all silt and debris.
All spoil material shall be spread neatly to ensure that it will not return to the drainage trenches.
The pipe sizes for the different categories will be determined by diameter.
CB 05 MEASUREMENT AND PAYMENT
Measurement and payment for items of work as described in the SoW shall be determined by the tendered hourly rate in schedule 2 of the Schedule of Quantities for all applicable artisan category together with the tendered hourly labourer rate (per labourer required) as well as the tendered material cost as found in schedule 4 of the quoted material cost plus percentages mark-up in terms of schedules 3.
Page 253
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
PORTION 2: CONTRACT
Part C4: Site Information
Section C4.1 – Site Plan of the Works
Section C4.2 – Soil Conditions
Page 254
CITY OF EKURHULENI
DEPARTMENT NAME: REAL ESTATE
CONTRACT NO: A-RE 04-2018
FOR:
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS OF CoE BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
Page 255
C4.1: Site Plan of the Works
Page 256
LIST OF ALL THE CUSTOMER CARE AREAS
Tembisa 2
Tembisa 1
Kempton Park
Edenvale
Germiston
Boksburg
Alberton
Katlehong 1
Thokoza
Vosloorus
Katlehong 2
Benoni
Daveyton
Etwatwa
Brakpan
Springs
Kwa-Tema
Tsakane
Duduza
Nigel
Page 257
Page 258
CITY OF EKURHULENI DEPARTMENT NAME: REAL ESTATE CONTRACT NO: A-RE 04-2018 FOR
APPOINTMENT OF CONTRACTORS FOR GENERAL BUILDING MAINTENANCE, REPAIRS, ASSETS
RENEWAL AND REHABILITATION, MINOR REFURBISHMENTS, AND MINOR SITE WORKS, ON CoE
BUILDINGS/FACILITIES, PROPERTY, PLANT, AND EQUIPMENT ON AN AS-AND-WHEN REQUIRED
BASIS FROM DATE OF AWARD UNTIL 30 JUNE 2021.
C4.2: Soil Conditions
Dolomite conditions can be present in which case it must be reported immediately to the relevant Area Manager:
Building Maintenance
Page 259