Top Banner
SAKHISIZWE LOCAL MUNICIPALITY CONTRACT NO.: R/EC/6367/09/09 CONSTRUCTION OF MANZANA ACCESS ROADS NOVEMBER 2019 NAME OF BIDDER : TENDER AMOUNT : CLOSING DATE : 21 NOVEMBER 2019 CLOSING TIME : 12H00 ISSUED BY: PREPARED BY: The Municipal Manager 2 Willow Glen P. O. Box 26 Kliping Street Cala East London 5455 5247 Tel. No. (047) 877 5200 Tel. No. (043) 726 1216
187

SAKHISIZWE LOCAL MUNICIPALITY

Dec 11, 2021

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: SAKHISIZWE LOCAL MUNICIPALITY

SAKHISIZWE LOCAL MUNICIPALITY

CONTRACT NO.: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

NOVEMBER 2019

NAME OF BIDDER :

TENDER AMOUNT :

CLOSING DATE : 21 NOVEMBER 2019

CLOSING TIME : 12H00

ISSUED BY: PREPARED BY:

The Municipal Manager 2 Willow GlenP. O. Box 26 Kliping StreetCala East London5455 5247

Tel. No. (047) 877 5200 Tel. No. (043) 726 1216

Page 2: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access Roads

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

- INDEX -TENDER

T1.1 Tender Notice and invitation to tenderT1.2 Tender DataT2.1 List of Returnable DocumentsT2.2 Returnable Documents for tender evaluation purposesT2.3 Returnable Documents to be incorporated into the contract

CONTRACT

Part 1: Agreements and Contract dataC1.1 Forms of Offer and AcceptanceC1.2 Contract DataC1.3 Special ConditionC1.4 Occupational Health and Safety Specification

Part 2: Pricing DataC2.1 Pricing InstructionsC2.2 Bill of Quantities

Part 3: Scope of WorkC3 Scope of Work

Part 4: Site InformationC4 Site information (if relevant)

Part 5: Additional Relevant Documents

Part 6: Contract Drawings

Page 3: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.1 Tender Notice and Invitation to Tender

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.1

SAKHISIZWE LOCAL MUNICIPALITY

Bids are hereby invited from suitably qualified and experienced Contractors for the construction of Manzana Access

Roads of the MIG funded projects within Sakhisizwe Municipality jurisdiction:

The compulsory briefing session will be held at Cala Hall at Sakhisizwe Municipality at 10:00am sharp, doors will be

closed at 10:15am sharp. The compulsory briefing will then be followed by the compulsory site visit.

Bid Notice

Number

CIDB

Grading

Description Closing Date Compulsory Briefing

Date

Enquiries

R/EC/6367/09/09:

3CEPE/4CEorHigher

Construction ofManzanaAccess Roads

21 November2019@12H00

8 November 2019@10H00 in Cala Hall,Cala.

Technical Queries: Mr. SC Mkabile,

047 877 5318, Email:

[email protected]

Binding Queries: Ms. YM Tofile, 045 931

1011, Email: [email protected]

Bid documents may be downloaded on Sakhisizwe Local Municipality website (www.sakhisizwe.gov.za) at no cost.

Prospective tenderers must bring original tender document to the clarification meeting so that the proof of

attendance certificate can be signed. Participants attending the briefing are to be duly authorised to attend the

clarification meeting on behalf of the tenderer. No bid documents will be sold at the clarification meeting. Those

parties arriving more than 15 minutes after the actual commencement of the briefing will not be allowed to sign the

Attendance Register and Returnable Schedule. Prospective tenderers that do not attend the compulsory clarification

meeting will not be allowed to tender and will be viewed as non – complaint.

Completed sealed bid documents, addressed to the Municipal Manager and marked with “Description of the project

and the bid number” must be deposited in the Bid box situated at Sakhisizwe Municipal offices ERF 5556, UMthatha

Road, Cala, not later than 21 November 2019, @ 12H00.

Page 4: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.1 Tender Notice and Invitation to Tender

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2

PLEASE NOTE:

A minimum score of 70 points out of 100 must be scored for Functionality. Bidders, who do not obtain the minimum score for

functionality, will not be considered for further evaluation.

SUPPLIERS/SERVICE PROVIDERS SHALL TAKE NOTE OF THE FOLLOWING BID CONDITIONS:

[a] The Sakhisizwe Local Municipality Supply Chain Management Policy will apply;

[b] The Sakhisizwe Local Municipality does not bind itself to accept the lowest Bidder or any other Bid and reserves the right to

accept the whole or part of the BID;

[c] Bids which are late, incomplete, unsigned or submitted by facsimile or electronically, may not be accepted.

[d] Price(s) must be valid for at least ninety (90) days from date of bid closing.

[e] Priced bids must be firm and must be inclusive of VAT.

[f] Submit original valid tax clearance certificate or proof of pin from SARS failure will result in a tender deemed non-

responsive

[d] Proof of registration with Central Supplier Database (CSD) must be attached

[h] Submit Original B-BBEE Certificate or certified dated copy of B-BBEE failure to submit will lead to the bidder to losing points

allocated for BEE

[i] Submit Certified copy/s of IDs, CK certificate must be attached.

(j) Joint Ventures/Consortium must provide a JV agreement signed by all parties to an agreement.

(k) Use of Tippex will render the bid non-responsive. Failure to do so will results in disqualification

(l) Must provide a Municipal Levy Clearance Certificate/Municipal account of not older than three months from a municipality

where the entity operates (lease agreements and sworn statements / affidavits are also accepted). Failure to do so will result

in disqualification.

(m) All pages must be initialed and signed where required. Declarations pages must be fully completed and be signed. Failure

to do so will result in disqualification.

T N S HANI - ACTING MUNICIPAL MANAGER

Page 5: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

T1.2 TENDER DATA

The conditions of tender are the Standard Conditions of Tender as contained in Annexure F of the 10 July2015 edition of the CIDB Standard for Uniformity in Construction Procurement. The Standard Conditions ofTender Procurements make several references to the Tender Data for details that apply specifically to theTender. The Tender Data shall have precedence in the interpretation of any ambiguity or inconsistency betweenit and the standard conditions of Tender. Each item of data given below is cross-referenced to the clause in theStandard Conditions of Tender to which it mainly applies.

Please note that the word “Client” is used in this document and referred to as “Employer” in the StandardConditions of Tender document.ClauseNumber

F.1 GeneralF.1.1 The Client is:

Sakhisizwe Local Local MunicipalityP. O. Box 26Cala5455

F.1.2 The Tender documents issued by the Client comprise:

TenderT1.1 Tender Notice and invitation to tenderT1.2 Tender DataT2.1 List of Returnable DocumentsT2.2 Returnable Documents for tender evaluation purposesT2.3 Returnable Documents to be incorporated into the contract

Page 6: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.2

ContractPart 1: Agreements and Contract dataC1.1 Forms of Offer and AcceptanceC1.2 Contract DataC1.3 Occupational health and safety specificationC1.4 Health and Safety SpecificationPart 2: Pricing DataC2.1 Pricing InstructionsC2.2 Bill of QuantitiesPart 3: Scope of WorkC3.1 Description of the WorksC3.2 Applicable Standardised SpecificationsC3.3 Variations and Additions to the Standardised and Particular SpecificationsC3.4 Particular Specification Environmental Management PlanPart 4: Site InformationC4 Site informationPart 5: Additional Relevant DocumentsPart 6: Contract Drawings

F1.3F.1.3.1

F.1.3.2

InterpretationThe tender data and additional requirements contained in the tender schedules that are included inthe returnable documents are deemed to be part of these tender conditions.

These conditions of tender, the tender data and tender schedules which are only required for tenderevaluation purposes, shall not form part of any contract arising from the invitation to tender.

F.1.4 Communication:Each communication between the employer and a tenderer shall be to or from the employer's agentonly, and in a form that can be readily read, copied and recorded. Communications shall be in theEnglish language. The employer shall not take any responsibility for non-receipt of communicationsfrom or by a tenderer. The name and contact details of the employer’s agent are stated in the tenderdata.Contact person: Mr. C. MkabileTel: 047 877 5200

Employers Agent Contact person: Mr. M. MafikaTell: 043 726 1216

F.1.5 Cancellation and Re-Invitation of TendersF.1.5.1

F.1.5.2

An organ of state may, prior to the award of the tender, cancel a tender if-(a) Due to changed circumstances, there is no longer a need for the services, works or goodsrequested; or(b) Funds are no longer available to cover the total envisaged expenditure; or(c) No acceptable tenders are received.

The decision to cancel a tender must be published in the cidb website and in the government TenderBulletin for the media in which the original tender invitation was advertised.

F.1.6 Procurement proceduresF.1.6.1 General

a contract will, subject to F.3.13, be concluded with the tenderer who in terms of F.3.11 is the highestranked or the tenderer scoring the highest number of tender evaluation points, as relevant, based onthe tender submissions that are received at the closing time for tenders.

F.2 Tenderer’s obligations

Page 7: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.3

F.2.1 EligibilityOnly those tenders who are registered with CIDB and have in their employ management andsupervisory staff satisfying the requirement of the scope of work for labour intensive competencies forsupervisory and management staff are eligible to submit tenders.

F.2.1 CIDB GradingThe required CIDB grading for this project is 3CE PE or 4CE or higher.

F.2.2 Cost of tenderingAccept that the Employer will not compensate the tenderers for any costs incurred in the preparationand submission of a tender offer, including the costs of any testing necessary to demonstrate thataspects of the offer satisfy requirements.

F.2.3 Check documentsCheck the tender documents on receipt for completeness and notify the employer of any discrepancyor omission.

F.2.4 Confidentiality and copyrightTreat as confidential all matters arising in connection with the tender. Use and copy the documentsissued by the employer only for the purpose of preparing and submitting a tender offer in response tothe invitation.

F.2.5 Reference documentsObtain, as necessary for submitting a tender offer, copies of the latest versions of standards,specifications, conditions of contract and other publications, which are not attached but which areincorporated into the tender documents by reference.

F2.6 Acknowledge AddendaAcknowledge receipt of addenda to the tender documents, which the employer may issue, and ifnecessary apply for an extension of the closing time stated in the tender data, in order to take theaddenda into account.

F.2.7 Tenderers must be represented at the clarification meeting by a person who is suitably qualified andExperienced to comprehend the implications of the work involved.

The tenderer’s representative must sign the attendance register in the name of the tendering entityand ensure that they have obtained the site inspection certificate.

The arrangements for a compulsory clarification meeting are:Date: 08 November 2019Starting time: 10HOO

Location: Cala Town Hall

F.2.8 Seek clarificationRequest clarification of the tender documents, if necessary, by notifying the employer at least fiveworking days before the closing time stated in the tender data.

F2.10 Pricing the tender offerF.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value

Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and leviesbeing those applicable 14 days before the closing time stated in the tender data.

F.2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.F.2.10.4 State the rates and prices in South African Rand

F2.11 Alterations to documentsDo not make any alterations or additions to the tender documents, except to comply with instructionsissued by the employer, or necessary to correct errors made by the tenderer. All signatories to thetender offer shall initial all such alterations. Erasures and the use of masking fluid are prohibited.

Page 8: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.4

F.2.12 Alternative tender offersAlternative offers may be submitted only if a main tender offer, strictly in accordance with all therequirements of the tender documents, is also submitted. The alternative tender offer is to besubmitted with the main tender offer together with a schedule that compares the requirements of thetender documents with the alternative requirements the tenderer proposes.

F.2.13F.2.13.5

Submitting a tender offerThe Client’s address for delivery of Tender offers and identification details to be shown on eachTender offer package are:Location of Tender box: Tender box in Sakhisizwe Municipal offices ERF 5556, between the hours08HOO till 16HOO.Physical address: ERF 5556, Umthatha Road, Cala, Eastern Cape

F.2.14 Information and data to be completed in all respectsAccept that tender offers, which do not provide all the data or information requested completely and,in the form, required, may be regarded by the employer as non-responsive.

F.2.15 Closing timeThe closing times for submission of Tenders are 10:00 am on 21 November 2019.

F.2.15 Telephonic, telegraphic, telex, facsimile or e-mailed Bid offers will not be accepted.F.2.16 Tender offer validity

The Tender offer validity period is 90 Days as stated in the tender data.F.2.17 Clarification of tender offer after submission

The tenderer shall provide clarification of a tender offer in response to a request to do so from theemployer during the evaluation of tender offers. This may include providing a breakdown of rates orprices and correction of arithmetical errors by the adjustment of certain rates or item prices (or both).No change in the competitive position of tenderers or substance of the tender offer is sought, offered,or permitted.

F.2.18 Provide other materialThe tenderer shall, when requested by the Employer to do so, Provide, on request by the employer,any other material that has a bearing on the tender offer, the tenderer’s commercial position (includingnotarized joint venture agreements), preferencing arrangements, or samples of materials, considerednecessary by the employer for the purpose of a full and fair risk assessment.Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided,by the time for submission stated in the employer’s request, the employer may regard the tender offeras non-responsive

F2.20 Submit securities, bonds, policiesSubmit to the employer before formation of the contract, certificates of insurance required in terms ofthe conditions of contract identified in the contract data.

F.2.23 The tenderer is required to submit with his tender:(1) an original valid Tax Clearance Certificate issued by the South African Revenue Services; and(2) Certified copy of the original of all the Companies / CC Registration documents.(3) Joint Venture Agreement (signed and initialed on each page).(4) Proof of registration with CIDB(5) Certified copies of the original green bar-coded ID copies of Members of the companies.

F.3 The employer’s undertakingsF.3.1 Respond to requests from the tenderer

F.3.1.1 Respond to a request for clarification received up to five working days before the tender closing timestated in the Tender Data and notify all tenderers who drew procurement documents.

Page 9: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.5

F.3.2 Issue AddendaIf necessary, issue addenda that may amend or amplify the tender documents to each tenderer duringthe period from the date that tender documents are available until three days before the tender closingtime stated in the Tender Data. If, as a result a tenderer applies for an extension to the closing timestated in the Tender Data, the Employer may grant such extension and, shall then notify all tendererswho drew documents.

F.3.4 Opening of tender submissionsF.3.4.1 The employer shall open valid tender submissions in the presence of tenderers’ agents who choose to

attend at the time and place stated in the tender data. Tender submissions for which acceptablereasons for withdrawal have been submitted will not be opened.

F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venueindicated in the tender data, the name of each tenderer whose tender offer is opened and, whereapplicable, the total of his prices, preferences claimed and time for completion for the main tenderoffer only.

F.3.4.3 The client shall not be obliged to make available the record outlined in F.3.4.2 to any tenderer who failto attend the tender opening.

F.3.6 Non-disclosureThe client shall not disclose to tenderers, or to any other person not officially concerned with suchprocesses, information relating to the evaluation and comparison of tender offers, the final evaluationprice and recommendations for the award of a contract, until after the award of the contract to thesuccessful tenderer.

F.3.7 Grounds for rejection and disqualificationDetermine whether there has been any effort by a tenderer to influence the processing of tender offersand instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corruptor fraudulent practices.

F3.9 Arithmetical errors, omissions and discrepanciesF.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after

the evaluation of tender offers in accordance with F.3.11 for:

a) the gross misplacement of the decimal point in any unit rate;b) omissions made in completing the pricing schedule or bills of quantities; orc) arithmetic errors in:

i. line item totals resulting from the product of a unit rate and a quantity in bills ofquantities or schedules of prices; or

ii. The summation of the prices.F.3.9.2 Notify the tenderer of all errors or omissions that are identified in the tender offer and invite the

tenderer to either confirm the tender offer as tendered or accept the corrected total of prices.

Where the tenderer elects to confirm the tender offer as tendered, the employer must correct thearithmetical errors in the following manner:

a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount inwords shall govern.b) If bills of quantities or pricing schedules apply and there is an error in the line item total resultingfrom the product of the unit rate and the quantity, the line item total shall govern, and the rate shall becorrected. Where there is an obviously gross misplacement of the decimal point in the unit rate, theline item total as quoted shall govern, and the unit rate shall be corrected.c) Where there is an error in the total of the prices either as a result of other corrections required bythis checking process or in the tenderer's addition of prices, the total of the prices shall govern, andthe tenderer will be asked to revise selected item prices (and their rates if bills of quantities apply) toachieve the tendered total of the prices.

Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of thearithmetical error in the manner described above.

Page 10: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.6

F.3.10 Clarification of a tender offerObtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arisingfrom the tender offer.

F.3.11 Evaluation of tender offers

Replace the contents of the entire sub-clause with the following:

Responsive bids will be evaluated in two stages, Stage 1 and Stage 2. Stage 1 will entail theevaluation of bids for Quality/Functionality as per the criteria detailed below. Stage 2 of the evaluationwill be as per Method 2 of table F.1 of SANS 294: 2004, Financial Offer & Preferences. Only bidderswho score at least 60 points for Stage 1 (Quality/Functionality) will proceed to Stage 2. All bids thatscore less than 70 points will therefore be rejected as non-responsive. Nevertheless, SakhisizweLocal Municipality retains the right to accept any bid.

Compliance with Bid Rules and other RequirementsThe bids will initially be checked to ensure that they comply with the bid rules and all otherrequirements of the bid document. In particular the following documentation must be completedand/or included within the bid.

The form of Offer and acceptance

Audited financial statements for any tender price over R10million

Certified company registration documents and ID of members

Form C: Compulsory Enterprise Questionnaire

Form D: Certificate of Authority for Signature

Form E: Amendments, Qualifications and Alternatives

Form H: Certificate of Good Standing

Form I: Relevant experience

Form J: Details of key staff and CVs

Form M: Preference Points Claim Form in Terms of the Preferential Procurement Regulations2017

Note:

All information supporting the above forms such as Curricula Vitae of staff who will work onthe project and their functions, details of ownership, relevant experience etc.

Addenda issued during the bid period, if any.

The pricing schedules

Failure to supply the required information will compromise the bid

Stage 1: Evaluation of Quality/Functionality

Only bidders who score 70 points or more on Stage 1 will be evaluated further and therefore eligiblefor award. Bids that score less than 70 points will be rejected as non-responsive.

The maximum score for functionality shall be 100, distributed as follows:

Page 11: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.7

STAGE 1: FUNCTIONALITY/QUALITY EVALUATIONFunctionality (see detailed criteria below) 100

Experience & Qualification of Project Team 30 Four similar Projects completed with completion certificate 30 Methodology 20 Financial Standing of Tenderer 20

Tender functionality / quality claimedCategory of Quality / Functionality Maximum

tenderevaluation

pointsprovided

B1.1 Company Experience with respect to similar projects will get maximumpoints (attach proof).Detailed documentation with clear project name, project description,reference, time frames, client satisfaction with contactable reference andproject cost with completion certificate

30

Completed at least 4 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gainmaximum points.

30

Completed at least 3 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.

20

Completed at least 2 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.

10

Completed at least 1 roads projects each of at least R 2 Million and above,attach Completion Certificate of each Project in order for you to gain relevantpoints.

5

No Experience in roads, no roads project completed 0

B1.2 Experience & Qualification of Project Team and relevant qualificationswill get maximum points (attach proof).

30

Site Agent: who has vast experience in Civil Engineering Construction workmore than 5 years as qualified in ND Civil Engineering and NQF Level 5Certificate in labour Construction Methods. Attach CV and QualificationCertificates for easy reference

15

Forman: who has vast experience In Civil Engineering Construction Projectmore than 10 ten years attach CV with contactable reference

10

Attach detailed Organogram of Personnel who will be assigned to the projectclear define their duties (CV to be attached with certified copies) for easyreference

5

B1.3 Methodology:attach proof in order for you to get maximum points

20

Page 12: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.8

Schedule of Works will get maximum points (attach requiredinformation).

10

Programme of works clearly define activities of works must be done on MSProject (Compulsory)

3

Projected cash flows for the duration of the contract 2Methodology statement indicates on how activities are going to be executedand shows all management skills

5

B1.4 Availability of key plant and equipment will get maximum points (attachproof).

10

Contractor who owns 4 (four) of the required machinery and will supply all themachinery required for the execution of the contract (Grader, Excavator fittedwith bucket or rock breaker/TLB/Tipper Trucks/compaction equipment) andthe machinery /equipment is available for the commencement of the project.Attach proof for easy reference

10

Contractor who will hire 4 (four) of the required machinery and have a writtenagreement with the Plant Hire to supply all the machinery required for theexecution of the contract (Grader, Excavator fitted with bucket or rockbreaker/TLB/Tipper Trucks/compaction equipment) and the machinery/equipment is available for the project.

5

Contractor who will hire 3 (three) of the required machinery and have a writtenagreement with the Plant Hire to supply all the machinery required for theexecution of the contract (Grader, Excavator fitted with bucket or rockbreaker/TLB/Tipper Trucks/compaction equipment) and the machinery/equipment is available for the project.

3

NOTE: The tenderer should provide evidence by means of certificates ofownership to prove that he owns the Equipment.

B1.5 Financial Standing of Tenderer (attach proof). 20Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating A – undoubted/excellent

20

Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating B – good for amount quoted

10

Bank recommendation relating to the financial capability of the contractor tofinance the proposed contract. Rating C – average/good if strictly in line ofbusiness.

5

Total Score for Experience, Expertise and Methodology 100

STAGE 2: EVALUATION FOR PRICE AND PREFERENCE (80/20)

The procedure for Stage 2 of evaluation of responsive tenders is Method 2

a) PRICE: ……………………………………………………… 80

b) B-BBEE STATUS LEVEL OF CONTRIBUTION: …...… 20

Points Awarded for Price (Ps)A total of 80 points will be awarded to the Tenderer with the lowest balanced price. The othertenders will be awarded points on the ratio to bench mark price as follows

Where

Ps = Points scored for price of bid under considerationPt = Rand value of bid under considerationPmin = Rand value of lowest acceptable bid

min

min180

P

PPtPs

Page 13: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.9

c) Points awarded for B-BBEE Status Level of Contribution

In terms of Regulation 5 (2) and 6 (2) of the Preferential Procurement Regulations, preference pointsmust be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance withthe table below:

B-BBEE status level of contributor Number of points1 202 183 164 125 86 67 48 2Non-compliant contributor 0

The total calculated points will be rounded to the second decimal place.F.3.13 Acceptance of tender offerF3.13.1 Accept the tender offer, if in the opinion of the employer, it does not present any unacceptable

commercial risk and only if the tenderer:

a) is not under restrictions, or has principals who are under restrictions, preventing participating in theemployer’s procurement,b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possessesthe professional and technical qualifications, professional and technical competence, financialresources, equipment and other physical facilities, managerial capability, reliability, experience andreputation, expertise and the personnel, to perform the contract,c) has the legal capacity to enter into the contract,d) is not insolvent, in receivership, bankrupt or being wound up, has his affairs administered by a courtor a judicial officer, has suspended his business activities, or is subject to legal proceedings in respectof any of the foregoing,e) complies with the legal requirements, if any, stated in the tender data, andf) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.

F.3.14 Prepare contract documentsIf necessary, revise documents that shall form part of the contract and that were issued by theemployer as part of the tender documents to take account of:

a) addenda issued during the tender period,b) inclusion of some of the returnable documents,c) Other revisions agreed between the employer and the successful tenderer.

Page 14: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.10

C.1.1bSTANDARD CONDITIONS OF TENDER

Annexure: Standard Conditions of Tender

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

F.1 General

F.1.1 Actions

F.1.1.1 The employer and each tenderer submitting a tender offer shall comply with these conditions of tender.

In their dealings with each other, they shall discharge their duties and obligations as set out in F.2 and F.3,

timeously and with integrity, and behave equitably, honestly and transparently, comply with all legal obligations

and not engage in anticompetitive practices.

F.1.1.2 The employer and the tenderer and all their agents and employees involved in the tender process shall

avoid conflicts of interest and where a conflict of interest is perceived or known, declare any such conflict of

interest, indicating the nature of such conflict. Tenderers shall declare any potential conflict of interest in their

tender submissions. Employees, agents and advisors of the employer shall declare any conflict of interest to

whoever is responsible for overseeing the procurement process at the start of any deliberations relating to the

procurement process or as soon as they become aware of such conflict and abstain from any decisions where

such conflict exists or recuse themselves from the procurement process, as appropriate.

Note: 1) A conflict of interest may arise due to a conflict of roles which might provide an incentive for

improper acts in some circumstances. A conflict of interest can create an appearance of impropriety that

can undermine confidence in the ability of that person to act properly in his or her position even if no

improper acts result.

Conflicts of interest in respect of those engaged in the procurement process include direct, indirect or

family interests in the tender or outcome of the procurement process and any personal bias, inclination,

obligation, allegiance or loyalty which would in any way affect any decisions taken.

F.1.1.3 The employer shall not seek, and a tenderer shall not submit a tender without having a firm intention and

the capacity to proceed with the contract.

F.1.2 Tender DocumentsThe documents issued by the employer for the purpose of a tender offer are listed in the tender data.

F.1.3 Interpretation

F.1.3.1 The tender data and additional requirements contained in the tender schedules that are included in the

returnable documents are deemed to be part of these conditions of tender.

F.1.3.2 These conditions of tender, the tender data and tender schedules which are only required for tender

evaluation purposes, shall not form part of any contract arising from the invitation to tender.

Page 15: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.11

F.1.3.3 For the purposes of these conditions of tender, the following definitions apply:

a) Conflict of interest means any situation in which:

i) someone in a position of trust has competing professional or personal interests which make it

difficult to fulfill his or her duties impartially;

ii) an individual or organisation is in a position to exploit a professional or official capacity in some way

for their personal or corporate benefit; or

iii) Incompatibility or contradictory interests exist between an employee and the organisation which

employs that employee.

b) Comparative offer means the price after the factors of a non-firm price and all unconditional discounts

it can be utilised to have been taken into consideration;

c) Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence the

action of the employer or his staff or agents in the tender process;

d) Fraudulent practice means the misrepresentation of the facts in order to influence the tender process

or the award of a contract arising from a tender offer to the detriment of the employer, including collusive

practices intended to establish prices at artificial levels;

e) Organization means a company, firm, enterprise, association or other legal entity, whether incorporated

or not, or a public body;

f) Functionality means the measurement according to the predetermined norms of a service or

commodity designed to be practical and useful, working or operating, taking into account quality,

reliability, viability and durability of a service and technical capacity and ability of a tenderer.

F.1.4 Communication and employer’s agentEach communication between the employer and a tenderer shall be to or from the employer's agent only, and in

a form that can be readily read, copied and recorded. Communications shall be in the English language. The

employer shall not take any responsibility for non-receipt of communications from or by a tenderer. The name

and contact details of the employer’s agent are stated in the tender data.

F.1.5 Cancellation and Re-Invitation of TendersF1.5.1 An organ of state may, prior to the award of the tender, cancel a tender if-

(a) Due to changed circumstances, there is no longer a need for the services, works or goods requested; or

(b) Funds are no longer available to cover the total envisaged expenditure; or

(c) No acceptable tenders are received.

F1.5.2 The decision to cancel a tender must be published in the cidb website and in the government Tender

Bulletin for the media in which the original tender invitation was advertised.

F.1.6 Procurement procedures

F.1.6.1 General

Page 16: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.12

Unless otherwise stated in the tender data, a contract will, subject to F.3.13, be concluded with the tenderer who

in terms of F.3.11 is the highest ranked or the tenderer scoring the highest number of tender evaluation points,

as relevant, based on the tender submissions that are received at the closing time for tenders.

F.1.6.2 Competitive negotiation procedure

F.1.6.2.1 Where the tender data require that the competitive negotiation procedure is to be followed, tenderers

shall submit tender offers in response to the proposed contract in the first round of submissions.

Notwithstanding the requirements of F.3.4, the employer shall announce only the names of the tenderers who

make a submission. The requirements of F.3.8 relating to the material deviations or qualifications which affect

the competitive position of tenderers shall not apply.

F.1.6.2.2 All responsive tenderers, or not less than three responsive tenderers that are highest ranked in terms

of the evaluation method and evaluation criteria stated in the tender data, shall be invited in each round to enter

into competitive negotiations, based on the principle of equal treatment and keeping confidential the proposed

solutions and associated information. Notwithstanding the provisions of F.2.17, the employer may request that

tenders be clarified, specified and fine-tuned in order to improve a tenderer’s competitive position provided that

such clarification, specification, fine-tuning or additional information does not alter any fundamental aspects of

the offers or impose substantial new requirements which restrict or distort competition or have a discriminatory

effect.

F.1.6.2.3 At the conclusion of each round of negotiations, tenderers shall be invited by the employer to make a

fresh tender offer, based on the same evaluation criteria, with or without adjusted weightings. Tenderers shall be

advised when they are to submit their best and final offer.

F.1.6.2.4 The contract shall be awarded in accordance with the provisions of F.3.11 and F.3.13 after tenderers

have been requested to submit their best and final offer.

F.1.6.3 Proposal procedure using the two stage-system

F.1.6.3.1 Option 1Tenderers shall in the first stage submit technical proposals and, if required, cost parameters around which a

contract may be negotiated. The employer shall evaluate each responsive submission in terms of the method of

evaluation stated in the tender data, and in the second stage negotiate a contract with the tenderer scoring the

highest number of evaluation points and award the contract in terms of these conditions of tender.

F.1.6.3.2 Option 2

F.1.6.3.2.1 Tenderers shall submit in the first stage only technical proposals. The employer shall invite all

responsive tenderers to submit tender offers in the second stage, following the issuing of procurement

documents.

F.1.6.3.2.2 The employer shall evaluate tenders received during the second stage in terms of the method of

evaluation stated in the tender data, and award the contract in terms of these conditions of tender.

Page 17: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.13

F.2 Tenderer’s obligations

F.2.1 Eligibility

F.2.1.1 Submit a tender offer only if the tenderer satisfies the criteria stated in the tender data and the tenderer,

or any of his principals, is not under any restriction to do business with employer.

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

entity (or both) or any other criteria which formed part of the qualifying requirements used by the employer as the

basis in a prior process to invite the tenderer to submit a tender offer and obtain the employer’s written approval

to do so prior to the closing time for tenders.

F.2.2 Cost of tendering

F2.2.1 Accept that, unless otherwise stated in the tender data, the employer will not compensate the tenderer for

any costs incurred in the preparation and submission of a tender offer, including the costs of any testing

necessary to demonstrate that aspects of the offer complies with requirements.

F2.2.2 The cost of the tender documents charged by the employer shall be limited to the actual cost incurred by

the employer for printing the documents. Employers must attempt to make available the tender documents on its

website so as not to incur any costs pertaining to the printing of the tender documents.

F.2.3 Check documentsCheck the tender documents on receipt for completeness and notify the employer of any discrepancy or

omission.

F.2.4 Confidentiality and copyright of documentsTreat as confidential all matters arising in connection with the tender. Use and copy the documents issued by

the employer only for the purpose of preparing and submitting a tender offer in response to the invitation.

F.2.5 Reference documentsObtain, as necessary for submitting a tender offer, copies of the latest versions of standards, specifications,

conditions of contract and other publications, which are not attached but which are incorporated into the tender

documents by reference.

F.2.6 Acknowledge addendaAcknowledge receipt of addenda to the tender documents, which the employer may issue, and if necessary

apply for an extension to the closing time stated in the tender data, in order to take the addenda into account.

F.2.7 Clarification meetingAttend, where required, a clarification meeting at which tenderers may familiarize themselves with aspects of the

proposed work, services or supply and raise questions. Details of the meeting(s) are stated in the tender data.

F.2.8 Seek clarificationRequest clarification of the tender documents, if necessary, by notifying the employer at least five working days

before the closing time stated in the tender data.

Page 18: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.14

F.2.9 InsuranceBe aware that the extent of insurance to be provided by the employer (if any) might not be for the full cover

required in terms of the conditions of contract identified in the contract data. The tenderer is advised to seek

qualified advice regarding insurance.

F.2.10 Pricing the tender offer

F.2.10.1 Include in the rates, prices, and the tendered total of the prices (if any) all duties, taxes (except Value

Added Tax (VAT), and other levies payable by the successful tenderer, such duties, taxes and levies being

those applicable 14 days before the closing time stated in the tender data.

F2.10.2 Show VAT payable by the employer separately as an addition to the tendered total of the prices.

F.2.10.3 Provide rates and prices that are fixed for the duration of the contract and not subject to adjustment

except as provided for in the conditions of contract identified in the contract data.

F.2.10.4 State the rates and prices in Rand unless instructed otherwise in the tender data. The conditions of

contract identified in the contract data may provide for part payment in other currencies.

F.2.11 Alterations to documentsDo not make any alterations or additions to the tender documents, except to comply with instructions issued by

the employer, or necessary to correct errors made by the tenderer. All signatories to the tender offer shall initial

all such alterations.

F.2.12 Alternative tender offers

F.2.12.1 Unless otherwise stated in the tender data, submit alternative tender offers only if a main tender offer,

strictly in accordance with all the requirements of the tender documents, is also submitted as well as a schedule

that compares the requirements of the tender documents with the alternative requirements that are proposed.

F.2.12.2 Accept that an alternative tender offer may be based only on the criteria stated in the tender data or

criteria otherwise acceptable to the employer.

F.2.12.3 An alternative tender offer may only be considered in the event that the main tender offer is the winning

tender.

Page 19: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.15

F.2.13 submitting a tender offer

F.2.13.1 Submit one tender offer only, either as a single tendering entity or as a member in a joint venture to

provide the whole of the works, services or supply identified in the contract data and described in the scope of

works, unless stated otherwise in the tender data.

F.2.13.2 Return all returnable documents to the employer after completing them in their entirety, either

electronically (if they were issued in electronic format) or by writing legibly in non-erasable ink.

F.2.13.3 Submit the parts of the tender offer communicated on paper as an original plus the number of copies

stated in the tender data, with an English translation of any documentation in a language other than English, and

the parts communicated electronically in the same format as they were issued by the employer.

F.2.13.4 Sign the original and all copies of the tender offer where required in terms of the tender data. The

employer will hold all authorized signatories liable on behalf of the tenderer. Signatories for tenderers proposing

to contract as joint ventures shall state which of the signatories is the lead partner whom the employer shall hold

liable for the purpose of the tender offer.

F.2.13.5 Seal the original and each copy of the tender offer as separate packages marking the packages as

"ORIGINAL" and "COPY". Each package shall state on the outside the employer's address and identification

details stated in the tender data, as well as the tenderer's name and contact address.

F.2.13.6 Where a two-envelope system is required in terms of the tender data, place and seal the returnable

documents listed in the tender data in an envelope marked “financial proposal” and place the remaining

returnable documents in an envelope marked “technical proposal”. Each envelope shall state on the outside the

employer’s address and identification details stated in the tender data, as well as the tenderer's name and

contact address.

F.2.13.7 Seal the original tender offer and copy packages together in an outer package that states on the

outside only the employer's address and identification details as stated in the tender data.

F.2.13.8 Accept that the employer will not assume any responsibility for the misplacement or premature opening

of the tender offer if the outer package is not sealed and marked as stated.

F.2.13.9 Accept that tender offers submitted by facsimile or e-mail will be rejected by the employer, unless

stated otherwise in the tender data.

F.2.14 Information and data to be completed in all respectsAccept that tender offers, which do not provide all the data or information requested completely and in the form

required, may be regarded by the employer as non-responsive.

Page 20: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.16

F.2.15 Closing time

F.2.15.1 Ensure that the employer receives the tender offer at the address specified in the tender data not later

than the closing time stated in the tender data. Accept that proof of posting shall not be accepted as proof of

delivery.

F.2.15.2 Accept that, if the employer extends the closing time stated in the tender data for any reason, the

requirements of these conditions of tender apply equally to the extended deadline.

F.2.16 Tender offer validity

F.2.16.1 Hold the tender offer(s) valid for acceptance by the employer at any time during the validity period

stated in the tender data after the closing time stated in the tender data.

F.2.16.2 If requested by the employer, consider extending the validity period stated in the tender data for an

agreed additional period with or without any conditions attached to such extension.

F.2.16.3 Accept that a tender submission that has been submitted to the employer may only be withdrawn or

substituted by giving the employer’s agent written notice before the closing time for tenders that a tender is to be

withdrawn or substituted.

F.2.16.4 Where a tender submission is to be substituted, submit a substitute tender in accordance with the

requirements of F.2.13 with the packages clearly marked as “SUBSTITUTE”.

F.2.17 Clarification of tender offer after submissionProvide clarification of a tender offer in response to a request to do so from the employer during the evaluation

of tender offers. This may include providing a breakdown of rates or prices and correction of arithmetical errors

by the adjustment of certain rates or item prices (or both). No change in the competitive position of tenderers or

substance of the tender offer is sought, offered, or permitted.

Note: Sub-clause F.2.17 does not preclude the negotiation of the final terms of the contract with a preferred

tenderer following a competitive selection process, should the Employer elect to do so.

F.2.18 Provide other material

F.2.18.1 Provide, on request by the employer, any other material that has a bearing on the tender offer, the

tenderer’s commercial position (including notarized joint venture agreements), preferencing arrangements, or

samples of materials, considered necessary by the employer for the purpose of a full and fair risk assessment.

Should the tenderer not provide the material, or a satisfactory reason as to why it cannot be provided, by the

time for submission stated in the employer’s request, the employer may regard the tender offer as non-

responsive.

F.2.18.2 Dispose of samples of materials provided for evaluation by the employer, where required.

Page 21: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.17

F.2.19 Inspections, tests and analysisProvide access during working hours to premises for inspections, tests and analysis as provided for in the

tender data.

F.2.20 Submit securities, bonds and policiesIf requested, submit for the employer’s acceptance before formation of the contract, all securities, bonds,

guarantees, policies and certificates of insurance required in terms of the conditions of contract identified in the

contract data.

F.2.21 Check final draftCheck the final draft of the contract provided by the employer within the time available for the employer to issue

the contract.

F.2.22 Return of other tender documentsIf so instructed by the employer, return all retained tender documents within 28 days after the expiry of the

validity period stated in the tender data.

F.2.23 CertificatesInclude in the tender submission or provide the employer with any certificates as stated in the tender data.

F.3 The employer’s undertakings

F.3.1 Respond to requests from the tenderer

F.3.1.1 Unless otherwise stated in the tender Data, respond to a request for clarification received up to five

working days before the tender closing time stated in the Tender Data and notify all tenderers who drew

procurement documents.

F.3.1.2 Consider any request to make a material change in the capabilities or formation of the tendering entity

(or both) or any other criteria which formed part of the qualifying requirements used to prequalify a tenderer to

submit a tender offer in terms of a previous procurement process and deny any such request if as a

consequence:

a) an individual firm, or a joint venture as a whole, or any individual member of the joint venture fails to meet any

of the collective or individual qualifying requirements;

b) the new partners to a joint venture were not prequalified in the first instance, either as individual firms or as

another joint venture; or

c) in the opinion of the Employer, acceptance of the material change would compromise the outcome of the

prequalification process.

Page 22: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.18

F.3.2 Issue AddendaIf necessary, issue addenda that may amend or amplify the tender documents to each tenderer during the

period from the date that tender documents are available until three days before the tender closing time stated in

the Tender Data. If, as a result a tenderer applies for an extension to the closing time stated in the Tender Data,

the Employer may grant such extension and, shall then notify all tenderers who drew documents.

F.3.3 Return late tender offersReturn tender offers received after the closing time stated in the Tender Data, unopened, (unless it is necessary

to open a tender submission to obtain a forwarding address), to the tenderer concerned.

F.3.4 Opening of tender submissions

F.3.4.1 Unless the two-envelope system is to be followed, open valid tender submissions in the presence of

tenderers’ agents who choose to attend at the time and place stated in the tender data. Tender submissions for

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

F.3.4.2 Announce at the meeting held immediately after the opening of tender submissions, at a venue indicated

in the tender data, the name of each tenderer whose tender offer is opened and, where applicable, the total of

his prices, number of points claimed for its BBBEE status level and time for completion for the main tender offer

only.

F.3.4.3 Make available the record outlined in F.3.4.2 to all interested persons upon request.

F.3.5 Two-envelope system

F.3.5.1 Where stated in the tender data that a two-envelope system is to be followed, open only the technical

proposal of valid tenders in the presence of tenderers’ agents who choose to attend at the time and place stated

in the tender data and announce the name of each tenderer whose technical proposal is opened.

F.3.5.2 Evaluate functionality of the technical proposals offered by tenderers, then advise tenderers who remain

in contention for the award of the contract of the time and place when the financial proposals will be opened.

Open only the financial proposals of tenderers, who score in the functionality evaluation more than the minimum

number of points for functionality stated in the tender data, and announce the score obtained for the technical

proposals and the total price and any points claimed on BBBEE status level. Return unopened financial

proposals to tenderers whose technical proposals failed to achieve the minimum number of points for

functionality.

F.3.6 Non-disclosureNot disclose to tenderers, or to any other person not officially concerned with such processes, information

relating to the evaluation and comparison of tender offers, the final evaluation price and recommendations for

the award of a contract, until after the award of the contract to the successful tenderer.

Page 23: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.19

F.3.7 Grounds for rejection and disqualificationDetermine whether there has been any effort by a tenderer to influence the processing of tender offers and

instantly disqualify a tenderer (and his tender offer) if it is established that he engaged in corrupt or fraudulent

practices.

F.3.8 Test for responsiveness

F.3.8.1 Determine, after opening and before detailed evaluation, whether each tender offer properly received:

a) complies with the requirements of these Conditions of Tender,

b) has been properly and fully completed and signed, and

c) is responsive to the other requirements of the tender documents.

F.3.8.2 A responsive tender is one that conforms to all the terms, conditions, and specifications of the tender

documents without material deviation or qualification. A material deviation or qualification is one which, in the

Employer's opinion, would:

a) detrimentally affect the scope, quality, or performance of the works, services or supply identified in the Scope

of Work,

b) significantly change the Employer's or the tenderer's risks and responsibilities under the contract, or

c) affect the competitive position of other tenderers presenting responsive tenders, if it were to be rectified.

Reject a non-responsive tender offer, and not allow it to be subsequently made responsive by correction or

withdrawal of the non-conforming deviation or reservation.

F.3.9 Arithmetical errors, omissions and discrepancies

F.3.9.1 Check the highest ranked tender or tenderer with the highest number of tender evaluation points after

the evaluation of tender offers in accordance with F.3.11 for:

a) The gross misplacement of the decimal point in any unit rate;

b) Omissions made in completing the pricing schedule or bills of quantities; or

c) Arithmetic errors in:

i) line item totals resulting from the product of a unit rate and a quantity in bills of quantities or

schedules of prices; or

ii) the summation of the prices.

F3.9.2 The employer must correct the arithmetical errors in the following manner:

a) Where there is a discrepancy between the amounts in words and amounts in figures, the amount in words

shall govern.

b) If bills of quantities or pricing schedules apply and there is an error in the line item total resulting from the

product of the unit rate and the quantity, the line item total shall govern and the rate shall be corrected. Where

there is an obviously gross misplacement of the decimal point in the unit rate, the line item total as quoted shall

govern, and the unit rate shall be corrected.

c) Where there is an error in the total of the prices either as a result of other corrections required by this

checking process or in the tenderer's addition of prices, the total of the prices shall govern and the tenderer will

be asked to revise selected item prices (and their rates if bills of quantities apply) to achieve the tendered total of

the prices.

Page 24: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.20

Consider the rejection of a tender offer if the tenderer does not correct or accept the correction of the

arithmetical error in the manner described above.

F.3.10 Clarification of a tender offerObtain clarification from a tenderer on any matter that could give rise to ambiguity in a contract arising from the

tender offer.

F.3.11 Evaluation of tender offers

F.3.11.1 GeneralAppoint an evaluation panel of not less than three persons. Reduce each responsive tender offer to a

comparative offer and evaluate them using the tender evaluation methods and associated evaluation criteria and

weightings that are specified in the tender data.

F.3.11.2 Method 1: Price and PreferenceIn the case of a price and preference:

1) Score tender evaluation points for price

2) Score points for BBBEE contribution

3) Add the points scored for price and BBBEE.

F.3.11.3 Method 2: Functionality, Price and PreferenceIn the case of a functionality, price and preference:

1) Score functionality, rejecting all tender offers that fail to achieve the minimum number of points for

functionality as stated in the Tender Data.

2) No tender must be regarded as an acceptable tender if it fails to achieve the minimum qualifying score

for functionality as indicated in the tender invitation.

3) Tenders that have achieved the minimum qualification score for functionality must be evaluated further

in terms of the preference points system prescribed in paragraphs 4 and 4 and 5 below.

The 80/20 preference point system for acquisition of services, works or goods up to Rand value of R50 million

4) (a)(i) The following formula must be used to calculate the points for price in respect of tenders( including price

quotation) with a rand value equal to, or above R 30 000 and up to Rand value of R 50 000 000 ( all applicable

taxes included):

Where

Ps = Points scored for comparative price of tender or offer under consideration;

Pt = Comparative price of tender or offer under consideration; and

Pmin = Comparative price of lowest acceptable tender or offer.

min

min180

P

PPtPs

Page 25: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.21

(4)(a)(ii) An employer of state may apply the formula in paragraph (i) for price quotations with a value less than

R30 000, if and when appropriate:

B-BBEE status level of contributor Number of points

1 20

2 18

3 16

4 12

5 8

6 6

7 4

8 2

Non-compliant contributor 0

(4)(c) A maximum of 20 points may be allocated in accordance with subparagraph (4)(b)

(4)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in

subparagraph (4) (b) must be added to the points scored for price as calculated in accordance with

subparagraph (4)(a).

(4)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total

number of points.

The 90/ 10 preference points system for acquisition of services, works or goods with a Rand value

above R 50 million

(5)(a) The following formula must be used to calculate the points for price in respect of tenders with a Rand

value above R50 000 000 (all applicable taxes included):

Where

Where

Ps = Points scored for comparative price of tender or offer under consideration;

Pt = Comparative price of tender or offer under consideration; and

Pmin = Comparative price of lowest acceptable tender or offer.

(5)(b) Subject to subparagraph(5)(c), points must be awarded to a tender for attaining the B- BBEE status level

of contributor in accordance with the table below:

Page 26: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.22

B-BBEE status level of contributor Number of points

1 10

2 9

3 8

4 5

5 4

6 3

7 2

8 1

Non-compliant contributor 0

(5)(c) A maximum of 10 points may be allocated in accordance with subparagraph (5)(b).

(5)(d) The points scored by tender in respect of B-BBEE contribution contemplated in contemplated in

subparagraph (5) (b) must be added to the points scored for price as calculated in accordance with

subparagraph (5)(a).

(5)(e) Subject to paragraph 4.3.8 the contract must be awarded to the tender who scores the highest total

number of points.

F.3.11.6 Decimal placesScore price, preference and functionality, as relevant, to two decimal places.

F.3.11.7 Scoring PriceScore price of remaining responsive tender offers using the following formula:

NFO = W1 x A

Where: NFO is the number of tender evaluation points awarded for price.

W1 is the maximum possible number of tender evaluation points awarded for price as stated in

the Tender Data.

A is a number calculated using the formula and option described in Table F.1 as stated in the

Tender Data.

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

Formula Comparison aimed at achieving Option 1a Option 2 a

1 Highest price or discount A = (1 +( P - Pm))

Pm

A = P / Pm

2 Lowest price or percentage

commission / fee

A = (1 - (P - Pm))

Pm

A = Pm / P

a Pm is the comparative offer of the most favourable comparative offer.

P is the comparative offer of the tender offer under consideration.

F.3.11.8 scoring preferences

Page 27: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.23

Confirm that tenderers are eligible for the preferences claimed in accordance with the provisions of the tender

data and reject all claims for preferences where tenderers are not eligible for such preferences.

Calculate the total number of tender evaluation points for preferences claimed in accordance with the provisions

of the tender data.

F.3.11.9 scoring functionalityScore each of the criteria and sub criteria for quality in accordance with the provisions of the Tender Data.

Calculate the total number of tender evaluation points for quality using the following formula:

NQ = W2 x SO / MS

Where: SO is the score for quality allocated to the submission under consideration;

MS is the maximum possible score for quality in respect of a submission; and

W2 is the maximum possible number of tender evaluation points awarded for the quality as stated

in the tender data

F.3.12 Insurance provided by the employerIf requested by the proposed successful tenderer, submit for the tenderer's information the policies and / or

certificates of insurance which the conditions of contract identified in the contract data, require the employer to

provide.

F.3.13 Acceptance of tender offerAccept the tender offer, if in the opinion of the employer, it does not present any risk and only if the tenderer:

a) is not under restrictions, or has principals who are under restrictions, preventing participating in the

employer’s procurement,

b) can, as necessary and in relation to the proposed contract, demonstrate that he or she possesses the

professional and technical qualifications, professional and technical competence, financial resources,

equipment and other physical facilities, managerial capability, reliability, experience and reputation,

expertise and the personnel, to perform the contract,

c) has the legal capacity to enter into the contract,

d) is not insolvent, in receivership, under Business Rescue as provided for in chapter 6 of the Companies

Act, 2008, bankrupt or being wound up, has his affairs administered by a court or a judicial officer, has

suspended his business activities, or is subject to legal proceedings in respect of any of the foregoing,

e) complies with the legal requirements, if any, stated in the tender data, and

f) is able, in the opinion of the employer, to perform the contract free of conflicts of interest.

F.3.14 Prepare contract documents

F.3.14.1 If necessary, revise documents that shall form part of the contract and that were issued by the

employer as part of the tender documents to take account of:

a) addenda issued during the tender period,

b) inclusion of some of the returnable documents, and

c) Other revisions agreed between the employer and the successful tenderer.

Page 28: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.24

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

F.3.15 Complete adjudicator's contract

Unless alternative arrangements have been agreed or otherwise provided for in the contract, arrange for both

parties to complete formalities for appointing the selected adjudicator at the same time as the main contract is

signed.

F.3.16 Notice to unsuccessful tenderers

F.3.16.1 Notify the successful tenderer of the employer's acceptance of his tender offer by completing and

returning one copy of the form of offer and acceptance before the expiry of the validity period stated in the

tender data, or agreed additional period.

F.3.16.2 After the successful tenderer has been notified of the employer’s acceptance of the tender, notify other

tenderers that their tender offers have not been accepted.

F.3.17 Provide copies of the contractsProvide to the successful tenderer the number of copies stated in the Tender Data of the signed copy of the

contract as soon as possible after completion and signing of the form of offer and acceptance.

F.3.18 Provide written reasons for actions takenProvide upon request written reasons to tenderers for any action that is taken in applying these conditions of

tender, but withhold information which is not in the public interest to be divulged, which is considered to

prejudice the legitimate commercial interests of tenderers or might prejudice fair competition between tenderers.

F3.19 Transparency in the procurement process

F3.19.1 The cidb prescripts require that tenders must be advertised and be registered on the cidb i.Tender

system.

F3.19.2 The employer must adopt a transparency model that incorporates the disclosure and accountability as

transparency requirements in the procurement process.

F3.19.3 The transparency model must identify the criteria for selection of projects, project information template

and the threshold value of the projects to be disclosed in the public domain at various intervals of delivery of

infrastructure projects.

F3.19.4 The client must publish the information on a quarterly basis which contains the following information:

Procurement planning process

Procurement method and evaluation process

Contract type

Contract status

Number of firms tendering

Page 29: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT1.2 Tender Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T1.2.25

Cost estimate

Contract title

Contract firm(s)

Contract price

Contract scope of work

Contract start date and duration

Contract evaluation reports

F3.19.5 The employer must establish a Consultative Forum which will conduct a random audit in the

implementation of the transparency requirements in the procurement process.

F3.19.6 Consultative Forum must be an independent structure from the bid committees.

F3.19.7 The information must be published on the employer’s website.

F 3.19.8 Records of such disclosed information must be retained for audit purposes.

Page 30: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.1.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

T2.1 LIST OF RETURNABLE DOCUMENTS

The Tenderer must complete the following returnable documents:

T2.2 Returnable Documents required for Tender evaluation purposes1 Form 2.2.1 General Information of the Tenderer2 Form 2.2.2 Authority for Signatory / Certificate of Authority for Joint Ventures3 Form 2.2.3 Schedule of Previous Experience4 Form 2.2.4 Schedule of Current Projects5 Form 2.2.5 Declaration of good standing regarding tax6 Form 2.2.6 Certificate of Attendance at Site Meeting7 Form 2.2.7 Proposed Key Personnel8 Form 2.2.8 Schedule of Proposed Sub-Contractors9 Form 2.2.9 Financial References10 Form 2.2.10 Declaration of interest11 Form 2.2.11 Schedule of Construction Plant12 Form 2.2.12 Preliminary Programme13 Form 2.2.13 Preliminary Cashflow Projections14 Form 2.2.14 Alterations/Amendments by Bidder15 Form 2.2.15 Preference Points Claim Form in Terms of the Preferential

Procurement Regulations 201716 Form 2.2.16 Declaration of Bidder’s Past Supply Chain Management Practices16 Form 2.2.17 Certificate of Independent Bid Determination

Page 31: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

T2.2 RETURNABLE DOCUMENTS

RETURNABLE DOCUMENTS REQUIRED FOR TENDER EVALUATION PURPOSES

Form 2.2.1 General Information of TendererForm 2.2.2 Authority of Signatory / Certificate of Authority for Joint VenturesForm 2.2.3 Schedule of Previous ExperienceForm 2.2.4 Schedule of Current ProjectsForm 2.2.5 Declaration of good standing regarding taxForm 2.2.6 Certificate of Attendance at Site MeetingForm 2.2.7 Proposed Key PersonnelForm 2.2.8 Schedule of Proposed Sub-ContractorsForm 2.2.9 Financial ReferencesForm 2.2.10 Declaration of interest

Form 2.2.11 Schedule of Construction PlantForm 2.2.12 Preliminary ProgrammeForm 2.2.13 Preliminary Cashflow ProjectionsForm 2.2.14 Alterations/Amendments by BidderForm 2.2.15 Preference Points Claim Form in Terms of the Preferential Procurement Regulations

2017Form 2.2.16 Declaration of Bidder’s Past Supply Chain Management PracticesForm 2.2.17 Certificate of Independent Bid Determination

Page 32: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.2

FORM 2.2.1 GENERAL INFORMATION OF TENDERER

1. Name of Tenderer: ……………………………………………………………………………

2. Contact details

Address: ………………………………………………………………………………

Tel no: ………………………………………………………………………………

Fax no: ………………………………………………………………………………

Cell no: ………………………………………………………………………………

E-mail address: ………………………………………………………………………………

3. Legal entity: Mark with an X.

Sole proprietor

Partnership

Close corporation

Company (Pty) Ltd

Joint venture

In the case of a Joint venture, provide details on joint venture members:

Joint venture member Type of entity (as defined above)

4. Income tax reference number: ……………………………………………………………………………..(in case of a joint venture, provide for all joint venture members)

5. Municipal services area where the enterprise is registered: …………………………………………..(in case of a joint venture, provide for all joint venture members)

6. Company / close corporation Registration Number: …………………………………………………..(in case of a joint venture, provide for all joint venture members)

7. VAT Registration number: …………………………………………………………………………………..(in case of a joint venture, provide for all joint venture members)

8. CIDB registration number: ………………………………………………………………………………….(in case of a joint venture, provide for all joint venture members)

Page 33: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.3

ATTACH THE FOLLOWING DOCUMENTS HERETO

1. For Closed Corporations

Certified copies of CK1 or CK2 as applicable (Founding Statement)

2. For Companies

Certified copies of Shareholders register

3. ID copies

Certified ID Copies for members

4. CIDB registration

Proof of registration with CIDB

5. For Joint Venture Agreements

Copy of the Joint Venture Agreement between all the parties, as well as the certifieddocuments in (1), and or (2) and (4) and (4) of each Joint Venture member.

6. Copy of the latest municipal service account where enterprise is registered

7. BBBEE

Certified copies of BBBEE certificate

Page 34: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.4

FORM 2.2.2 AUTHORITY OF SIGNATORY

Details of person responsible for tender process:

Name:

Contact number:

Office address:

Signatories for close corporations and companies shall confirm their authority by attaching to this form a dulysigned and dated original or certified copy of the relevant resolution of their members or their board ofdirectors, as the case may be.

"By resolution of the board of directors passed on (date).....................................................................

Mr .........................................................................................................................................................

Has been duly authorized to sign all documents in connection with the Tender for Contract Number

………………………………………………………and any Contract which may arise there from on behalf of

………………………………………………………………

(BLOCK CAPTIALS)

SIGNED ON BEHALF OF THE COMPANY .................................................................................

IN HIS CAPACITY AS .................................................................................

DATE :................................................................................

FULL NAMES OF SIGNATORY .................................................................................

AS WITNESSES: 1...…………………………………..

2. ……………………………………

Page 35: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.5

FORM 2.2.2 CERTIFICATE OF AUTHORITY FOR JOINT VENTURES

This Returnable Schedule is to be completed by joint ventures.

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

. . . . . . . . . . . . . . . . . . . . . . . . . . . , authorised signatory of the company . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .

. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , acting in the capacity of lead partner, to sign all documents in

connection with the tender offer and any contract resulting from it on our behalf.

NAME OF FIRM ADDRESS DULY AUTHORISEDSIGNATORY

Lead partner

CIDB registration no

………………………….

Signature.................................

Name ……..……………………

Designation………………………

CIDB registration no

………………………….

Signature. ................................

Name ……..……………………

Designation………………………

CIDB registration no

………………………….

Signature. ................................

Name ……..……………………

Designation………………………

CIDB registration no

………………………….

Signature. ................................

Name ……..……………………

Designation………………………

Page 36: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.6

ATTACH HERETO THE DULY SIGNED AND DATEDORIGINAL OR CERTIFIED COPY OF AUTHORITY OF

SIGNATORY ON COMPANY LETTERHEAD

Page 37: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.7

FORM 2.2.3 SCHEDULE OF PREVIOUS EXPERIENCE

Provide the following information on relevant previous experience (indicate specifically projects of similar orlarger size and/or which is similar with regard to type of work).

DescriptionValue (R)

VATexcluded

Year(s)work

executed

Reference

Name Organisation Tel no

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 38: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.8

FORM 2.2.4 SCHEDULE OF CURRENT PROJECTS

Provide the following information on current projects. This information is material to the award of theContract.

DescriptionValue (R)

VATexcluded

DateAppointed

Reference

Name Organisation Tel no

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 39: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.9

FORM 2.2.5 DECLARATION OF GOOD STANDING REGARDING TAX

SOUTH AFRICAN REVENUE SERVICES Tender No: …………….………..

Closing Date: ……………………

DECLARATION OF GOOD STANDING REGARDING TAXPARTICULARS

1. Name of Taxpayer/Tenderer: .............................................................................................................

2. Trade Name: .......................................................................................................................................

3. Identification Number: (If applicable)

4. Company / Close Corporation registration number:

5. Income Tax reference number:

6. VAT registration number: (If applicable)

7. PAYE employer’s registration number: (If applicable)

8. Monetary value of Bid:

DECLARATION

I, …………………………………… the undersigned, the above taxpayer/Bidder, hereby declare that my IncomeTax, Pay-As-You-Earn (PAYE) and Value-Added-Tax (VAT) obligations of the above-mentioned taxpayer,which include the rendition of returns and payment of the relevant taxes:

(i) Have been satisfied in terms of the relevant Acts; or

(ii) That suitable arrangements have been made with the Receiver of

Revenue,………………………………………..…………………….. to satisfy them.*

……………… …………………… ……………………………SIGNATURE CAPACITY DATE

PLEASE NOTE:* The declaration (ii) cannot be made unless formal arrangements have been madewith the Receiver of Revenue with regard to any outstanding revenue/outstandingtax returns.

Page 40: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.10

ATTACH ORIGINAL

VALID TAX CLEARANCE CERTIFICATE

Page 41: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.11

FORM 2.2.6 CERTIFICATE OF ATTENDANCE AT SITE MEETING

This is to certify that I, ……………………………….……………………………………… (Name)

duly authorised representative of ………………………………………………………….(Tenderer)

Address: …………………………………………………………………………

Date: ………………………………..

Visited the site on ……………………………..……(date) in the presence of

………………………………(Engineer)

I have made myself familiar with the site and all the local conditions likely to influence the work and thecost thereof.

I further certify that I am satisfied with the description of the work and explanations given by the said Engineerand that I understand perfectly the work to be done, as specified and implied, in the execution of this contract.

______________________________ ________________________________

REPRESENTATIVE OF EMPLOYER REPRESENTATIVE OF TENDERER

Page 42: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.12

FORM 2.2.7 PROPOSED KEY PERSONNEL

The Tenderer shall list below the key personne1 (including first nominee and the second-choice alternate),whom he proposes to employ on the project should his Tender be accepted, both at his headquarters and on theSite, to direct and for the execution of the work, together with their qualifications, experience, positions held andtheir nationalities.

No Name Qualification Designation HDIStatus

PRNumber

Name of Tenderer: ………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 43: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.13

FORM 2.2.8 SCHEDULE OF PROPOSED SUB-CONTRACTORS

NAME OF SUB-CONTRACTOR FULL DESCRIPTION OF WORK TO BEPERFORMED BY SUB- CONTRACTORS

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 44: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.14

FORM 2.2.9 FINANCIAL REFERENCES

FINANCIAL STATEMENTS

I/We agree to furnish an audited copy of the latest set of financial statements together with my/our Directors' andAuditors' report for consideration by the Client.

DETAILS OF TENDERERS BANKING INFORMATION

I/We hereby authorise the Client/Engineer to approach all or any of the following banks for the purposes ofobtaining a financial reference:

BANK NAME:

ACCOUNT NAME: (e.g. ABC Civil Construction)

ACCOUNT TYPE: (e.g. Savings, Cheque etc)

ACCOUNT NO:

ADDRESS OF BANK:

CONTACT PERSON:

TEL. NO. OF BANK / CONTACT:

How long has this account been in existence:(Tick which isappropriate)

0-6 months7-12 months13-24 monthsMore than 24months

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 45: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.15

ATTACH AUDITEDFINANCIAL STATEMENTS

Page 46: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.16

ANNEXURE CMBD 4

FORM 2.2.10 DECLARATION OF INTEREST

1. No bid will be accepted from persons in the service of the state¹.

2. Any person, having a kinship with persons in the service of the state, including a blood relationship, maymake an offer or offers in terms of this invitation to bid. In view of possible allegations of favouritism,should the resulting bid, or part thereof, be awarded to persons connected with or related to persons inservice of the state, it is required that the bidder or their authorised representative declare their position inrelation to the evaluating/adjudicating authority.

3 In order to give effect to the above, the following questionnaire must be completed and submittedwith the bid.

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

3.2 Identity Number: ………………………………………………………………………………….

3.3 Position occupied in the Company (director, trustee, hareholder²): ………………………..

3.4 Company Registration Number: ……………………………………………………………….

3.5 Tax Reference Number: …………………………………………………………………………

3.6 VAT Registration Number: ……………………………………………………………………

3.7 The names of all directors / trustees / shareholders members, their individual identity numbers andstate employee numbers must be indicated in paragraph 4 below.

3.8 Are you presently in the service of the state? YES / NO

3.8.1 If yes, furnish particulars. ….……………………………………………………………

……………………………………………………………………………………………..

¹MSCM Regulations: “in the service of the state” means to be –(a) a member of –

(i) any municipal council;(ii) any provincial legislature; or(iii) the national Assembly or the national Council of provinces;

(b) a member of the board of directors of any municipal entity;(c) an official of any municipality or municipal entity;(d) an employee of any national or provincial department, national or provincial public entity or constitutional

institution within the meaning of the Public Finance Management Act, 1999 (Act No.1 of 1999);(e) a member of the accounting authority of any national or provincial public entity; or(f) an employee of Parliament or a provincial legislature.

² Shareholder” means a person who owns shares in the company and is actively involved in the managementof the company or business and exercises control over the company.

3.9 Have you been in the service of the state for the past twelve months? ………YES / NO

3.9.1 If yes, furnish particulars.………………………...……………………………………..

…………………………………………………………………………………………….

3.10 Do you have any relationship (family, friend, other) with persons in the service of the state and who maybe involved with the evaluation and or adjudication of this bid? ……………… YES / NO

Page 47: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.17

3.10.1 If yes, furnish particulars.………………………………………………………………………………

………………………………………………………………………………

3.11 Are you, aware of any relationship (family, friend, other) between any other bidder and any personsin the service of the state who may be involved with the evaluation and or adjudication of this bid?

YES / NO

3.11.1 If yes, furnish particulars…………………………………………………………………………………

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

3.12 Are any of the company’s directors, trustees, managers, principle shareholders or stakeholders inservice of the state?

YES / NO

3.12.1 If yes, furnish particulars.

……………………………………………………………………………….

……………………………………………………………………………….

3.13 Are any spouse, child or parent of the company’s directors, trustees, managers, principleshareholders or stakeholders in service of the state?

YES / NO

3.13.1 If yes, furnish particulars.……………………………………………………………………………….

……………………………………………………………………………….

3.14 Do you or any of the directors, trustees, managers, principle shareholders, or stakeholders of thiscompany have any interest in any other related companies or business whether or not they arebidding for this contract. YES / NO

3.14.1 If yes, furnish particulars:……………………………………………………………………………..

……………………………………………………………………………..

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

Full Name Identity Number State EmployeeNumber

Page 48: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.18

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

…………………………………. ………………………………………Capacity Name of Bidder

Page 49: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.19

FORM 2.2.11 SCHEDULE OF CONSTRUCTION PLANT

The Bidder shall state below what construction plant will be available for this Contract. The Bidder shalldifferentiate, if applicable, between construction plant immediately available and construction plant which willbecome available by virtue of outstanding orders and indicate what further construction plant will be acquired orhired for the work should he be awarded the Contract.

CONSTRUCTION PLANT IMMEDIATELY AVAILABLE

DESCRIPTION, SIZE, CAPACITY NUMBER

CONSTRUCTION PLANT ON ORDER

(State details of arrangements made, with delivery dates)

DESCRIPTION, SIZE, CAPACITY NUMBER

Page 50: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.20

CONSTRUCTION PLANT THAT WILL BE ACQUIRED OR HIRED

(State details of delivery arrangements)

DESCRIPTION, SIZE, CAPACITY NUMBER

Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 51: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.21

FORM 2.2.12 PRELIMINARY PROGRAMME

The Bidder shall attach a preliminary programme to this schedule.

This programme shall be in the form of a bar chart (Gantt chart) or similar acceptable time/activity formreflecting the proposed sequence and tempo of the various activities and the quantities that will be carried outevery week under each of the elements, comprising the work for this contract. The programme shall alsoindicate the point where the Bidder intends to commence work operations and the direction in which the work willproceed. The working hours shall be indicated.

The Bidder shall also take into account the additional requirements stated in the Project Specifications whendrawing up the programme.

Details of the preliminary programme shall be appended to this Schedule.

Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 52: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.22

FORM 2.2.13 PRELIMINARY CASHFLOW PROJECTIONS

The Bidder shall state their estimated expenditure indicating the values of each monthly claim, which theyestimate will arise based on his preliminary programme and bided rates, in the table below. The total of themonthly amounts shall be equal to the bid sum.

MONTH VALUE

1.

2.

3.

4.

R

R

R

R

SUBTOTAL

CONTINGENCIES (5%)

R

R

SUBTOTAL

VAT (15%)

R

R

TOTAL R (INCLUDING VAT @ 15%)

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 53: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.23

FORM 2.2.14 ALTERATIONS/AMENDMENTS BY BIDDER

The Bidder should record any deviations or qualifications he may wish to make to the bid documents in thisReturnable Schedule. Alternatively, a Bidder may state such deviations and qualifications in a covering letterattached to his bid and reference such letter in this schedule.

If no deviations or modifications are desired, the schedule hereunder is to be marked NIL and signed by theBidder.

No alternative Bid will be considered unless a Bid free of qualifications and strictly on the basis of the BidDocuments is also submitted.

PAGE/ITEM CLAUSE/DESCRIPTION

Number of sheets appended by the Bidder to this Schedule....................... (If nil, enter NIL).

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 54: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.24

MBD 6.1FORM 2.2.15 PREFERENCE POINTS CLAIM FORM IN TERMS OF THE

PREFERENTIAL PROCUREMENT REGULATIONS 2017

This preference form must form part of all bids invited. It contains general information and serves as a claimform for preference points for Broad-Based Black Economic Empowerment (B-BBEE) Status Level ofContribution

NB: BEFORE COMPLETING THIS FORM, BIDDERS MUST STUDY THE GENERAL CONDITIONS,DEFINITIONS AND DIRECTIVES APPLICABLE IN RESPECT OF B-BBEE, AS PRESCRIBED INTHE PREFERENTIAL PROCUREMENT REGULATIONS, 2017.

1. GENERAL CONDITIONS1.1 The following preference point systems are applicable to all bids:

- the 80/20 system for requirements with a Rand value of up to R50 000 000 (all applicabletaxes included); and

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

1.2

a) The value of this bid is estimated not exceed R50 000 000 (all applicable taxes included) andtherefore the 80/20 preference point system shall be applicable; or

b) The 80/20 preference point system will be applicable to this tender

1.3 Points for this bid shall be awarded for:

(a) Price; and

(b) B-BBEE Status Level of Contributor.

1.4 The maximum points for this bid are allocated as follows:

POINTS

PRICE

B-BBEE STATUS LEVEL OF CONTRIBUTOR

Total points for Price and B-BBEE must not exceed 100

1.5 Failure on the part of a bidder to submit proof of B-BBEE Status level of contributor together with thebid, will be interpreted to mean that preference points for B-BBEE status level of contribution are notclaimed.

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

2. DEFINITIONS

(a) “B-BBEE” means broad-based black economic empowerment as defined in section 1 of the Broad-Based Black Economic Empowerment Act;

(b) “B-BBEE status level of contributor” means the B-BBEE status of an entity in terms of a code ofgood practice on black economic empowerment, issued in terms of section 9(1) of the Broad-BasedBlack Economic Empowerment Act;

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

Page 55: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.25

competitive bidding processes or proposals;

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

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

(f) “functionality” means the ability of a tenderer to provide goods or services in accordance withspecifications as set out in the tender documents.

(g) “prices” includes all applicable taxes less all unconditional discounts;

(h) “proof of B-BBEE status level of contributor” means:

1) B-BBEE Status levelcertificate issued by an authorized body or person;

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

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

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

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

3. POINTS AWARDED FOR PRICE

3.1 THE 80/20 OR 90/10 PREFERENCE POINT SYSTEMSA maximum of 80 or 90 points is allocated for price on the following basis:

80/20 or 90/10

min

min180

P

PPtPs or

min

min190

P

PPtPs

Where

Ps = Points scored for price of bid under consideration

Pt = Price of bid under consideration

Pmin = Price of lowest acceptable bid

4. POINTS AWARDED FOR B-BBEE STATUS LEVEL OF CONTRIBUTOR4.1 In terms of Regulation 6 (2) and 7 (2) of the Preferential Procurement Regulations, preference points

must be awarded to a bidder for attaining the B-BBEE status level of contribution in accordance with thetable below:

Page 56: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.26

B-BBEE Status Level ofContributor

Number of points(90/10 system)

Number of points(80/20 system)

1 10 20

2 9 18

3 6 14

4 5 12

5 4 8

6 3 6

7 2 4

8 1 2

Non-compliant contributor 0 0

5. BID DECLARATION5.1 Bidders who claim points in respect of B-BBEE Status Level of Contribution must complete the

following:

6. B-BBEE STATUS LEVEL OF CONTRIBUTOR CLAIMED IN TERMS OF PARAGRAPHS 1.4 AND 4.16.1 B-BBEE Status Level of Contributor: ______ = _______ (maximum of 10 or 20 points)

(Points claimed in respect of paragraph 7.1 must be in accordance with the table reflected inparagraph 4.1 and must be substantiated by relevant proof of B-BBEE status level of contributor.

7. SUB-CONTRACTING7.1 Will any portion of the contract be sub-contracted?

(Tick applicable box)

YES NO

7.1.1 If yes, indicate:

i) What percentage of the contract will be subcontracted............…………….…………%ii) The name of the sub-contractor…………………………………………………………..iii) The B-BBEE status level of the sub-contractor......................................……………..iv) Whether the sub-contractor is an EME or QSE

(Tick applicable box)

YES NO

v) Specify, by ticking the appropriate box, if subcontracting with an enterprise in terms ofPreferential Procurement Regulations,2017:

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

QSE√

Black peopleBlack people who are youthBlack people who are womenBlack people with disabilitiesBlack people living in rural or underdeveloped areas or townshipsCooperative owned by black peopleBlack people who are military veterans

ORAny EMEAny QSE

Page 57: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.27

8. DECLARATION WITH REGARD TO COMPANY/FIRM8.1 Name of company/firm: ………………………………………………………………………….

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

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

8.4 TYPE OF COMPANY/ FIRM

Partnership/Joint Venture / ConsortiumOne-person business/sole proprietyClose corporationCompany(Pty) Limited

[TICK APPLICABLE BOX]

8.5 DESCRIBE PRINCIPAL BUSINESS ACTIVITIES

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

8.6 COMPANY CLASSIFICATION

ManufacturerSupplierProfessional service providerOther service providers, e.g. transporter, etc.

[TICK APPLICABLE BOX]

8.7 MUNICIPAL INFORMATION

Municipality where business is situated: ….……………………………………………….

Registered Account Number: ………………………….

Stand Number: ……………………………………………….

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

8.9 I/we, the undersigned, who is / are duly authorised to do so on behalf of the company/firm, certify thatthe points claimed, based on the B-BBE status level of contributor indicated in paragraphs 1.4 and 6.1of the foregoing certificate, qualifies the company/ firm for the preference(s) shown and I / weacknowledge that:

i) The information furnished is true and correct;

ii) The preference points claimed are in accordance with the General Conditions as indicated inparagraph 1 of this form;

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

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

(a) disqualify the person from the bidding process;

Page 58: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.28

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

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

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

(e) forward the matter for criminal prosecution.

……………………………………….SIGNATURE(S) OF BIDDERS(S)

DATE: …………………………………..

ADDRESS …………………………………..

…………………………………..

…………………………………..

WITNESSES

1. ……………………………………..

2. …………………………………….

Page 59: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.29

MBD 8FORM 2.2.16 DECLARATION OF BIDDER’S PAST SUPPLY CHAIN

MANAGEMENT PRACTICES

1 This Municipal Bidding Document must form part of all bids invited.

2 It serves as a declaration to be used by municipalities and municipal entities in ensuring that whengoods and services are being procured, all reasonable steps are taken to combat the abuse of thesupply chain management system.

3 The bid of any bidder may be rejected if that bidder, or any of its directors have:

a. abused the municipality’s / municipal entity’s supply chain management system or committedany improper conduct in relation to such system;

b. been convicted for fraud or corruption during the past five years;c. willfully neglected, reneged on or failed to comply with any government, municipal or other

public sector contract during the past five years; ord. been listed in the Register for Tender Defaulters in terms of section 29 of the Prevention and

Combating of Corrupt Activities Act (No 12 of 2004).

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

Item Question Yes No4.1 Is the bidder or any of its directors listed on the National Treasury’s Database

of Restricted Suppliers as companies or persons prohibited from doingbusiness with the public sector?

(Companies or persons who are listed on this Database were informed inwriting of this restriction by the Accounting Officer/Authority of the institutionthat imposed the restriction after the audi alteram partem rule was applied).

The Database of Restricted Suppliers now resides on the NationalTreasury’s website(www.treasury.gov.za) and can be accessed by clickingon its link at the bottom of the home page.

Yes No

4.1.1 If so, furnish particulars:

4.2 Is the bidder or any of its directors listed on the Register for Tender Defaultersin terms of section 29 of the Prevention and Combating of Corrupt ActivitiesAct (No 12 of 2004)?The Register for Tender Defaulters can be accessed on the NationalTreasury’s website (www.treasury.gov.za) by clicking on its link at thebottom of the home page.

Yes No

4.2.1 If so, furnish particulars:

4.3 Was the bidder or any of its directors convicted by a court of law (including acourt of law outside the Republic of South Africa) for fraud or corruption duringthe past five years?

Yes No

Page 60: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.30

4.3.1 If so, furnish particulars:

Item Question Yes No4.4 Does the bidder or any of its directors owe any municipal rates and taxes or

municipal charges to the municipality / municipal entity, or to any othermunicipality / municipal entity, that is in arrears for more than three months?

Yes No

4.4.1 If so, furnish particulars:

4.5 Was any contract between the bidder and the municipality / municipal entity orany other organ of state terminated during the past five years on account offailure to perform on or comply with the contract?

Yes No

4.7.1 If so, furnish particulars:

CERTIFICATION

I, THE UNDERSIGNED (FULL NAME) …………..……………………………..……CERTIFY THAT THE INFORMATION FURNISHED ON THISDECLARATION FORM TRUE AND CORRECT.

I ACCEPT THAT, IN ADDITION TO CANCELLATION OF A CONTRACT, ACTION MAY BE TAKENAGAINST ME SHOULD THIS DECLARATION PROVE TO BE FALSE.

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

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

Page 61: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.31

MBD 9FORM 2.2.17 CERTIFICATE OF INDEPENDENT BID DETERMINATION

1 This Municipal Bidding Document (MBD) must form part of all bids¹ invited.

2 Section 4 (1) (b) (iii) of the Competition Act No. 89 of 1998, as amended, prohibits an agreement

between, or concerted practice by, firms, or a decision by an association of firms, if it is between

parties in a horizontal relationship and if it involves collusive bidding (or bid rigging).² Collusive bidding

is a pe se prohibition meaning that it cannot be justified under any grounds.

3 Municipal Supply Regulation 38 (1) prescribes that a supply chain management policy must provide measuresfor the combating of abuse of the supply chain management system, and must enable the accountingofficer, among others, to:

a. take all reasonable steps to prevent such abuse;

b. reject the bid of any bidder if that bidder or any of its directors has abused the supply chainmanagement system of the municipality or municipal entity or has committed any improperconduct in relation to such system; and

c. cancel a contract awarded to a person if the person committed any corrupt or fraudulent actduring the bidding process or the execution of the contract.

4 This MBD serves as a certificate of declaration that would be used by institutions to ensure that, when

bids are considered, reasonable steps are taken to prevent any form of bid-rigging.

5 In order to give effect to the above, the attached Certificate of Bid Determination (MBD 9) must be

completed and submitted with the bid:

¹ Includes price quotations, advertised competitive bids, limited bids and proposals.

² Bid rigging (or collusive bidding) occurs when businesses, that would otherwise be expected to

compete, secretly conspire to raise prices or lower the quality of goods and / or services for purchasers

who wish to acquire goods and / or services through a bidding process. Bid rigging is, therefore, an

agreement between competitors not to compete.

Page 62: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.32

MBD 9

CERTIFICATE OF INDEPENDENT BID DETERMINATION

I, the undersigned, in submitting the accompanying bid:

________________________________________________________________________

(Bid Number and Description)

in response to the invitation for the bid made by:

______________________________________________________________________________

(Name of Municipality / Municipal Entity)

do hereby make the following statements that I certify to be true and complete in every respect:

I certify, on behalf of: _______________________________________________________that:

(Name of Bidder)

1. I have read and I understand the contents of this Certificate;

2. I understand that the accompanying bid will be disqualified if this Certificate is found not to be true and

complete in every respect;

3. I am authorized by the bidder to sign this Certificate, and to submit the accompanying bid, on behalf of

the bidder;

4. Each person whose signature appears on the accompanying bid has been authorized by the bidder to

determine the terms of, and to sign, the bid, on behalf of the bidder;

5. For the purposes of this Certificate and the accompanying bid, I understand that the word “competitor”

shall include any individual or organization, other than the bidder, whether or not affiliated with the

bidder, who:

(a) has been requested to submit a bid in response to this bid invitation;

(b) could potentially submit a bid in response to this bid invitation, based on their

qualifications, abilities or experience; and

(c) provides the same goods and services as the bidder and/or is in the same line of

business as the bidder

6. The bidder has arrived at the accompanying bid independently from, and without consultation,

communication, agreement or arrangement with any competitor. However, communication between

partners in a joint venture or consortium³ will not be construed as collusive bidding.

7. In particular, without limiting the generality of paragraphs 6 above, there has been no consultation,

communication, agreement or arrangement with any competitor regarding:

(a) prices;

(b) geographical area where product or service will be rendered (market allocation)

(c) methods, factors or formulas used to calculate prices;

(d) the intention or decision to submit or not to submit, a bid;

Page 63: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.1 List of Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.2.33

(e) the submission of a bid which does not meet the specifications and conditions of the

bid; or

(f) bidding with the intention not to win the bid.

8. In addition, there have been no consultations, communications, agreements or arrangements with any

competitor regarding the quality, quantity, specifications and conditions or delivery particulars of the

products or services to which this bid invitation relates.

9. The terms of the accompanying bid have not been, and will not be, disclosed by the bidder, directly or

indirectly, to any competitor, prior to the date and time of the official bid opening or of the awarding of

the contract.

³ Joint venture or Consortium means an association of persons for the purpose of combining theirexpertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

10. I am aware that, in addition and without prejudice to any other remedy provided to combat any

restrictive practices related to bids and contracts, bids that are suspicious will be reported to the

Competition Commission for investigation and possible imposition of administrative penalties in terms

of section 59 of the Competition Act No 89 of 1998 and or may be reported to the National Prosecuting

Authority (NPA) for criminal investigation and or may be restricted from conducting business with the

public sector for a period not exceeding ten (10) years in terms of the Prevention and Combating of

Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

………………………………………………… …………………………………

Signature Date

…………………………………………………. …………………………………

Position Name of Bidder

Page 64: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

T2.3 RETURNABLE DOCUMENTS

RETURNABLE DOCUMENTS THAT WILL BE INCORPORATED INTO THE CONTRACT

Form 2.3.1 Record of Addenda to Tender DocumentsForm 2.3.2 Procurement Form

Page 65: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.2

FORM 2.3.1 RECORD OF ADDENDA TO TENDER DOCUMENTS

(Addenda received from Engineer for amendments on Tender Documentation)

Date Title or Details

1

2

3

4

5

6

7

8

9

10

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 66: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.3

FORM 2.3.2 PROCUREMENT FORM

Acceptable Tenders will be evaluated using a system that awards points on the basis of Tender price and themeeting of specific goals.

DEFINITIONS

“Acceptable Tender” means any Tender which, in all respects, complies with the conditions of Tender andspecifications as set out in the Tender document, including conditions as specified in the PreferentialProcurement Policy Framework Act (Act 5 of 2000) and the Supply Chain Management of Council.

“Council” refers to the Sakhisizwe Local Municipality.

“Equity ownership” refers to the percentage ownership and control, exercised by individuals within anenterprise and they are involved in the day to day running of the Company.

“HDI equity ownership” refers to the percentage of an enterprise, which is owned by individuals, or in the caseof a company, the percentage shares that are owned by individuals meeting the requirements of the definition ofa HDI.

“Historically disadvantaged individuals (HDIs)” means all South African citizens –

(i) Who had no franchise in national elections prior to the introduction of the 1983 and 1993 constitutions(Referred to as Previously Disadvantaged Individuals (PDIs) in this document)

(ii) Women(iii) Disabled persons.

“SMME’s” (small, medium and micro enterprises) refers to separate and distinct business entities, including co-operative enterprises and NGOs, managed by one owner or more, as defined in the National Small Business(Act 102 of 1996). Refer to the attached addendum for a definition of SMME’s for different economic sectors.Tenders are adjudicated in terms of NDM Procurement Policy, and the following framework is provided as aguideline in this regard.

1. Technical adjudication and General Criteria

Tenders will be adjudicated in terms of inter alia: Compliance with Tender conditions Technical specifications

If the Tender does not comply with the Tender conditions, the Tender will be rejected. If technicalspecifications are not met, the Tender may also be rejected.

With regard to the above, certain actions or errors are unacceptable, and warrants REJECTION OFTHE TENDER, for example:

Page 67: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.4

Certified or scanned copies of Tax Clearance Certificates. (Only valid original tax clearancecertificates must be attached to the Tender document).

Pages to be completed, removed from the Tender document, and have therefore not beensubmitted.

Failure to complete the schedule of quantities as required Scratching out without initialling next to the amended rates or information. Writing over / painting out rates / the use of tippex or any erasable ink, eg. Pencil. Failure to attend compulsory site inspections The Tender has not been properly signed by a party having the authority to do so, according to the

Form 2.2.2 – “Authority for Signatory” No authority for signatory submitted. Form of Offer not completed. Particulars required in respect of the Tender have not been provided – non-compliance of Tender

requirements and/or specifications. The Tenderer’s attempts to influence or has in fact influenced the evaluation and/or awarding of

the contract. The Tender has been submitted after the relevant closing date and time Each page of the Contract portion of this Tender document (Part C1 – C4) must be initialled by the

authorised person in order for the document to constitute a proper Contract between the Employer(GKLM) and the undersigned.

If any municipal rates and taxes or municipal service charges owed by that Tendered or any of itsdirectors to the municipality, or to any other municipality or municipal entity, are in arrears for morethan three months.

If any Tendered who during the last five years has failed to perform satisfactorily on a previouscontract with the municipality or any other organ of state after written notice was given to thatTendered that performance was unsatisfactory.

2. Size of enterprise and current workload

Evaluation of the Tenderer’s position in terms of:

Previous and expected current annual turnover Current contractual obligations Capacity to execute the contract

3. Staffing profile

Evaluation of the Tenderer’s position in terms of:

Staff available for this contract being Tendered for Qualifications and experience of key staff to be utilised on this contract

4. Financial ability to execute the contract:

Evaluation of the Tenderer’s financial ability to execute the contract. Emphasis will be placed on thefollowing:

Page 68: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.5

Contact the Tender’s bank manager to assess the Tenderer’s financial ability to execute thecontract and the Tendered hereby grants his consent for this purpose.

5. Good standing with SA Revenue Services

Determine whether an original valid tax clearance certificate has been submitted. The tenderer must affix an original valid Tax Clearance Certificate to page T2.2.9 of the Tender

document.

6. Penalties

The Sakhisizwe Local Municipality will if upon investigation it is found that a preference in terms of theContract has been obtained on a fraudulent basis, or any specified goals are not attained in theperformance of the contract, on discretion of the Municipal Manager, one or more of the followingpenalties will be imposed:

Cancel the contract and recover all losses or damages incurred or sustained from the tenderer. Impose a financial penalty of twice the theoretical financial preference associated with the claim,

which was made in the Tender. Restrict the suppliers, its shareholders and directors on obtaining any business from the Sakhisizwe

Local Municipality for a period of 5 years.

Page 69: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsT2.3 Returnable Documents

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

T2.3.6

DECLARATION

I/We the undersigned, who warrants that he/she is duly authorised to do so on behalf of the firm, certifies thatthe items mentioned in part of the foregoing procurement form and returnable documents qualifies/qualify for thepreference(s) shown and acknowledge(s) that:

The information furnished is true and correct.

The contractor may be required to furnish documentary proof to the satisfaction of the Sakhisizwe LocalMunicipality that the claims are correct.

If the claims are found to be inflated, the Sakhisizwe Local Municipality may, in addition to any other remedy itmay have, recover from the contractor all cost, losses or damages incurred or sustained by the SakhisizweLocal Municipality as a result of the award of the contract and/or cancel the contract and claim any damageswhich the Sakhisizwe Local Municipality may suffer by having to make less favourable arrangements after suchcancellation.

Signature of Tenderer _________________________

Signed at _________________ on _____ day of ____________20_____

_________________________For the tenderer

WITNESSES:

1. _____________________________________

2. _____________________________________

Page 70: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.1

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

C1 AGREEMENTS AND CONTRACT DATA

C1.1 Form of Offer and Acceptance

C1.2 Contract Data

C1.3 Special Condition

C1.4 Occupational Health and Safety Specification

Page 71: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.2

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

FORM C1.1 FORM OF OFFER AND ACCEPTANCE

OFFER:

The employer, identified in the acceptance signature block, has solicited offers to enter into a contract

in respect of the following works: PROJECT: R/EC/6367/09/09: CONSTRUCTION OF MANZANAACCESS ROADS IN SAKHISIZWE LOCAL MUNICIPALITY

The tenderer, identified in the offer signature block, has examined the documents listed in the tender

data and addenda thereto as listed in the returnable schedules, and by submitting this offer has

accepted the conditions of tender.

By the representative of the tenderer, deemed to be duly authorized, signing this part of this form of

offer and acceptance, the tenderer offers to perform all of the obligations and liabilities of the

contractor under the contract including compliance with all its terms and conditions according to their

true intent and meaning for an amount to be determined in accordance with the conditions of contract

identified in the contract data.

THE OFFERED TOTAL OF THE PRICES INCLUSIVE OF VALUE ADDED TAX IS

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

………………………………………............. Rand (in words); R ….………….......…………… (in figures).This offer may be accepted by the employer by signing the acceptance part of this form of offer and

acceptance and returning one copy of this document to the tenderer before the end of the period of

validity stated in the tender data, whereupon the tenderer becomes the party named as the contractor

in the conditions of contract identified in the contract data.

Signature(s) __________________________ ___________________________

Name(s) ___________________________ __________________________

Capacity __________________________ __________________________

For the tenderer_________________________________________________________________(Name and address of organisation)

Name & SignatureOf Witness ____________________________ ___________________________

Name Date

Page 72: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.3

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

ACCEPTANCE:

By signing this part of this form of offer and acceptance, the employer identified below accepts thetenderer’s offer. In consideration thereof, the employer shall pay the contractor the amount due inaccordance with the conditions of contract identified in the contract data. Acceptance of the tenderer’soffer shall form an agreement between the employer and the tenderer upon the terms and conditionscontained in this agreement and in the contract that is the subject of this agreement.

The terms of the contract are contained in:Part C1 Agreements and contract data, (which includes this agreement)Part C2 Pricing dataPart C3 Scope of work.Part C4 Site information

And drawings and documents or parts thereof, which may be incorporated by reference into theabove listed Parts.

Deviations from and amendments to the documents listed in the tender data and any addenda theretoas listed in the returnable schedules as well as any changes to the terms of the offer agreed by thetenderer and the employer during this process of offer and acceptance, are contained in the scheduleof deviations attached to and forming part of this form of offer and acceptance. No amendments to ordeviations from said documents are valid unless contained in this schedule.

The tenderer shall within two weeks after receiving a completed copy of this agreement, including theschedule of deviations (if any), contact the employer’s agent (whose details are given in the contractdata) to arrange the delivery of any securities, bonds, guarantees, proof of insurance and any otherdocumentation to be provided in terms of the conditions of contract identified in the contract data.Failure to fulfil any of these obligations in accordance with those terms shall constitute a repudiationof this agreement.

Notwithstanding anything contained herein, this agreement comes into effect on the date when thetenderer receives one fully completed original copy of this document, including the schedule ofdeviations (if any). Unless the tenderer (now contractor) within five working days of the date of suchreceipt notifies the employer in writing of any reason why he cannot accept the contents of thisagreement, this agreement shall constitute a binding contract between the parties.1

Signature(s) __________________________ ___________________________

Name(s) ___________________________ __________________________

Capacity __________________________ __________________________

For the Employer _________________________________________________________________(Name and address of organisation)

Name & SignatureOf Witness ____________________________ ___________________________

Name Date

Page 73: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.4

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SCHEDULE OF DEVIATIONS:

Notes:1. The extent of deviations from the tender documents issued by the employer before the tender

closing date is limited to those permitted in terms of the conditions of tender.2. A tenderer’s covering letter shall not be included in the final contract document. Should any

matter in such letter, which constitutes a deviation as aforesaid, become the subject ofagreements reached during the process of offer and acceptance, the outcome of suchagreement shall be recorded here.

3. Any other matter arising from the process of offer and acceptance either as a confirmation,clarification or change to the tender documents and which it is agreed by the Parties becomesan obligation of the contract shall also be recorded here.

4. Any change or addition to the tender documents arising from the above agreements andrecorded here, shall also be incorporated into the final draft of the Contract.

1 Subject ______________________________________________________________

Details _____________________________________________________________________

2 Subject ______________________________________________________________

Details _____________________________________________________________________

3 Subject ______________________________________________________________

Details _____________________________________________________________________

4 Subject ______________________________________________________________

Details _____________________________________________________________________

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

Page 74: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.5

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

FOR THE TENDERER:

Signatures (s) ___________________________ ______________________________

Name(s) ________________________________ ______________________________

Capacity________________________________ ______________________________

For the tenderer_____________________________________________________________________

(Name and address of Organisation)

Name & SignatureOf Witness __________________________ Date_____________________________

FOR THE EMPLOYER:

Signatures (s) __________________________ ______________________________

Name(s) ________________________________ ______________________________

Capacity________________________________ ______________________________

For the tenderer_____________________________________________________________________

(Name and address of Organisation)

Name & SignatureOf Witness____________________________ Date _____________________________

Page 75: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.6

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

FORM C1.2 CONTRACT DATA

PART 1: DATA PROVIDED BY THE EMPLOYER

The contract data of this contract are:

C1.2.1 Conditions of Contract

C1.2.2 Data provided by the Employer

C1.2.1 Conditions of Contract

The following standardized General Conditions of Contract:

The General Conditions of Contract for Construction Works 2nd Edition (2015) Prepared by theSouth African Institution of Civil Engineering (SAICE) shall apply to and form the GeneralConditions of Contract for this contract. Copies of these conditions of contract are obtainablefrom the South African Institution of Civil Engineering (SAICE), Private Bag X200, HalfwayHouse 1685, Tel: (011) 805 5947, Fax: (011) 805 5971, e-mail: [email protected].

The General Conditions of Contract for Construction Works make several references to the Contract

Data for specific data, which together with these conditions collectively describe the risks, liabilities

and obligations of the contracting parties and the procedures for the administration of the Contract.

The Contract Data shall have precedence in the interpretation of any ambiguity or inconsistency

between it and the general conditions of contract.

Page 76: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.7

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C1.2.2 Data provided by the employerEach item of data given below is cross-referenced to the clause in the General Conditions of Contractfor Construction Works to which it mainly applies.

The following contract specific data are applicable to this Contract:

CONTRACT SPECIFIC DATA

The following contract specific data, referring to the General Conditions of Contract for ConstructionWorks, Second Edition, 2015, are applicable to this Contract:

Clause 1.1.1.13:The Defects Liability Period is 12 months.

Clause 1.1.1.14:The time for achieving Practical Completion is 4 Months.

Clause 1.1.1.15:The name of the Employer is Sakhisizwe Local Municipality represented by the Administratorand/or such other person or persons duly authorised thereto by the Employer in writing.

Clause 1.1.1.16:The name of the Engineer is Beacon Consulting Engineers, represented by Masibulele Mafikaand/or such other person or persons duly authorised thereto by the Employer in writing.

Clause 1.2.1.2:The address of the Employer is: P. O. Box 26, Cala 5455.

Physical: ERF 5556, UMthatha Road, Cala.

Tel: [047] 877 5200

Clause 1.2.1.2:The address of the Engineer is: 2 Willow Glen

Kliping StreetEast London, 5247Tel No. 043 726 1216Email address: [email protected]

Clause 1.1.1.26:The Pricing Strategy is a Re-measurement Contract

Clause 3.2.3: Special Approval of the Employer Required

The Engineer is required to obtain the specific approval of the Employer before executing any of thefollowing functions or duties:

1. Providing consent for subcontracting part of the contract in terms of Clause 4.4.2. The issuing of instructions for dealing with fossils and the like in terms of Clause 4.7.3. The reduction of a penalty for delay in terms of Clause 5.13.2.4. The determination of additional or reduced costs arising from changes in legislation in terms of

Clause 6.8.4.5. The agreeing of the adjustment of the sums for general items in terms of Clause 6.11.6. Authorizing the Contractor to repair and make good excepted risks in terms of Clause 8.2.2.2.7. The inclusion of credits in the next payment certificate in terms of Clause 10.1.5.2.

Page 77: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.8

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

Clause 4.3: Legal Provisions

Add the following Clauses after Clause 4.3.2:

Clause 4.3.3:The Employer and the Contractor shall enter into an agreement to complete the work required for theconstruction of the works in terms of the provisions of Section 37(2) of the Occupational Health andSafety Act (No. 85 of 1993) and the Construction Regulations promulgated there under, as well asany further requirements stipulated in this contract document.

Clause 4.3.4:The Contractor shall provide proof to the Employer, within 14 days of the Commencement Date, thathe/she has paid all contributions required in terms of the Compensation for Occupational Injuries andDiseases Act (Act No. 130 of 1993).

Clause 5.3: Commencement of WorksThe Contractor shall commence executing the Works within 28 days from the Commencement Date.Notwithstanding the above, the Contractor will not be permitted to commence executing the Worksbefore the Form of Guarantee and required insurances and other specified items have beensubmitted and approved

Clause 5.3.1:The documentation required before commencement with Works execution are:

Approved Health and Safety Plan (Refer to Clause 4.3)Initial programme (Refer to Clause 5.6)Accepted security (Refer to Clause 6.2)Insurance (Refer to Clause 8.6)

Clause 5.3.2:The time to submit the documentation required before commencement with Works execution is 28days.

Clause 5.4: Access to the SiteAdd the following clause after Clause 5.4.3:

Clause 5.4.4:The Contractor shall bear all costs and charges for special and temporary rights of way required byhim in connection with access to the Site. The Contractor shall also provide at his/her own cost anyadditional facilities outside the Site required by him/her for the purposes of the Works.

Clause 5.5.1: Time for Practical CompletionThe Works shall be completed within the time frame stipulated or tendered (as applicable) on theContract Data, exclusive of the special non-working days and the year-end break and inclusive of the28-day period referred to in Clause 5.3 above.

Clause 5.8.1:

The non-working days are Sundays and SaturdaysThe special non-working days are:

1. Public holidays2. The year-end break commencing on 13/12/2019 and ending on 03/01/2020.

Clause 5.13.1:The penalty for failing to complete the Works is 0.12% of the contract value per day. No claim forbonus payments in respect of early completion will be entertained.

Page 78: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.9

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

The following penalties will be charged;- R 1500.00 for removal of plant/machinery without the Engineer’s written consent.- R 1000.00 per day for late payment of local labour- R 1000.00 per day for delayed Contractor’s reports submission.- R 1500.00 per day for non-compliance on Medium-to-Major OHS risk

Clause 5.16.3:The latent defect period is 7.5 years.

Clause 6.8.2The Contract Price shall not be subject to any contract price adjustment and the rates and pricesTendered in the bill of quantities shall be final and binding throughout the period of the Contract.

Clause 6.10.1.5:The percentage advance on materials not yet built into the Permanent Works is 80%

Clause 6.10.3:The limit of retention money is:

(a) 15 % (fifteen percent) if option (3) security is selected.(b) 10% (ten percent) if option (4) security is selected.(c) 5% (five percent) if option (5) security is selected.

Clause 8.2.1:The contractor shall protect the Works properly and shall so arrange his operations that the minimumdanger and inconvenience to the public and to vehicles and pedestrians’ traffic. All operationsrequired in connection with the execution and completion of the Works shall, as far as the provisionsof the Contract permit, not unnecessarily or in any improper manner encroach upon the use of publicroads or upon access to private property, and the Contractor hereby indemnifies the Employer againstclaims, demand, damage and costs that may arise in this regard.

Compensation for such obligations shall be included in the Contractor’s prices for provisional andgeneral costs, excepts in as far as provisional is made in the specifications for payment in respect ofspecific items pertaining to these obligations

Clause 8.6.1.1.2:The value of Plant and materials supplied by the Employer to be included in the insurance sum is NIL

Clause 8.6.1.1.3:The amount to cover professional fees for repairing damage and loss to be included in the insurancesum is 10% of the value.

Clause 8.6.1.3:The limit of indemnity for liability insurance is R2 000 000 per claim for projects under R5 000 000.00and R5 000 000.00 for projects over R5 000 000.00.

Clause 8.6.1.5:Additional Insurance is required for the following:

a) Insurance of Construction Plant and Equipment (including tools, offices and othertemporary structures and contents) and all other items (except those intended forincorporation into the Works) brought onto the site for a sum sufficient to provide for theirreplacement.

b) Insurance in terms of the provisions of the Compensation for Occupational Injuries andDiseases Act No. 130 of 1993.

Page 79: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.10

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

c) Motor Vehicle Liability Insurance comprising (as a minimum) "Balance of Third Party" Risksincluding Passenger Liability Indemnity.

d) Where the contract involves manufacturing and/or fabrication of the works or part thereof atpremises other than the Site, the Contractor shall satisfy the Employer that all materialsand equipment for incorporation in the works are adequately insured during manufactureand/or fabrication. In the event of the Employer having an insurable interest in such worksduring manufacture or fabrication then such interest shall be noted by endorsement to theContractor's Policies of Insurance.

e) The insurance policy held by the Contractor shall cover “wet risks” because a portion of theworks will be in the confines of an existing river and stormwater channel.

Clause 9.2.1: Termination by the Employer

Add the following Clauses after Clause 9.2.1.3.7:

Clause 9.2.1.3.8:The Contractor fails to provide the required Guarantee and insurances within the prescribedtime.

Clause 9.2.1.3.9:The Contractor committed a corrupt or fraudulent act during the procurement process or theexecution of the contract.

Clause 9.2.1.3.10:An official or other role player committed any corrupt or fraudulent act during the procurementprocess or in the execution of the contract that benefited the Contractor.

Clause 10.4:

Dispute resolution is to be by means of an amicable settlement procedure known as mediation.

Clause 10.5.3The number of Adjudication Board Members to be appointed is Three.

Page 80: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.11

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

PART 2: DATA PROVIDED BY THE CONTRACTOR

C1.2.3: DATA PROVIDED BY THE CONTRACTOR

Clause 1.1.1.9:

The name of the Contractor is ……………………………………………………………………………

Clause 1.2.1.2:

The address of the Contractor is:

Physical Address: Postal Address

………………………………. …………………………………….

………………………………. …………………………………….

………………………………. …………………………………….

………………………………. …………………………………….

Telephone:…………………………………………..…

Fax:……………………………………………………..

Email address:…………………………………………..…

Clause 6.2.1: The security to be provided by the contractor shall be one of the following;

Type of security: Note VAT is included in the contract sum and Value ofworks for calculating percentages

Contractor’s choice.Indicate “Yes” or “no”

( 1 ) Cash deposit of 15% of the Contract Sum

( 2 ) Performance guarantee (note A) of ___% of the Contract Sum Not acceptable

( 3 ) Retention of 15% of the value of the Works

( 4 ) Cash deposit of 5% of the contract sum plus retention of 10% of thevalue of the Works

(5) Performance guarantee (Note A) of 10% of the contract sum plus aretention of 5% of the value of the works.

Page 81: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.12

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

NB. Guarantees submitted must be issued by either an insurance company duly registered in terms ofthe Short-Term Insurance Act, 1998 (Act 35 of 1998) or an Insurance Company listed on theJohannesburg Stock Exchange or owned by such a company, or a recognised governmentsponsored, provincial or national development agency or by a bank duly registered in terms of theBanks Act, 1990 (Act 94 of 1990) on the pro-forma referred to above. No alterations or amendmentsof the wording of the pro-forma will be accepted.

Name of Tenderer: ……………………………………………… Date: ……………………………

Signature: ……………………………………………...

Full name of signatory: ………………………………………………

Page 82: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.13

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

PERFORMANCE GUARANTEE

GUARANTOR DETAILS AND DEFINITIONS

“Guarantor” means: …………………………………………………………………….

Physical Address: ……………………………………………………………………….

“Employer” means: SAKHISIZWE LOCAL MUNICIPALITY

“Contractor” means: …………………………………………………………………

“Engineer” means: BEACON CONSULTING ENGINEERS

“Works” means: CONSTRUCTION OF ICWILI INTERNAL STREETS“Site” means: the land and other places made available by the Employer, for the purposes of the

Contract, on, under, over, in or through which the Works are to be executed

“Contract” means: The Agreement made in terms of the Form of Offer and Acceptance and such

amendments or additions to the Contract as may be agreed in writing between the

parties

“Contract Sum” means: The Accepted amount inclusive of tax (where applicable) or R………………

Amount in words: …………………………………………………………………………………………….…

“Guarantee Sum” means: The maximum aggregate amount of R ………………………………….…….

Amount in words: ……………………………………………………………………………………………….

“Expiry date” means: ………………………………………………………………………………..…………

CONTRACT DETAILS

The Engineer issues: Interim Payment Certificates, Final Payment Certificate and Certificate of

Completion of the Works as defined in the Contract.

PERFORMANCE GUARANTEE1. The Guarantor’s liability shall be limited to the amount of the Guaranteed Sum.

2. The Guarantor’s period of liability shall be from and including the date of issue of Performance

Guarantee up to and including the Expiry Date or the date of issue by the Engineer of the

Certificate of Completion of the Works or the date of payment in full of the Guaranteed Sum,

whichever occurs first. The Engineer and/or the Employer shall advise the Guarantor in

writing of the date on which the Certificate of Completion of the Works has been issued.

Page 83: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.14

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

3. The Guarantor hereby acknowledges that:

3.1 any reference in this Performance Guarantee to the Contract is made for the purpose

of convenience and shall not be construed as any intention whatsoever to create an

accessory obligation or any intention whatsoever to create a suretyship;

3.2 its obligation under this Performance Guarantee is restricted to the payment of

money.

4. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor hereby undertakes

to pay the Employer the sum certified upon receipt of the documents identified in 4.1 to 4.3:

4.1 a copy of a first written demand issued by the Employer to the Contractor stating that

payment of a sum certified by the Engineer in an Interim or Final Payment Certificate

has not been made in terms of the Contract, and failing such payment within seven

(7) calendar days, the Employer intends to call upon the Guarantor to make payment

in terms of 4.2;

4.2 a first written demand issued by the Employer to the Guarantor at the Guarantor’s

physical address with a copy to the Contractor stating that a period of seven (7)

calendar days has elapsed since the first written demand in terms of 4.1, and the sum

certified has still not been paid;

4.3 a copy of the aforesaid payment certificate which entitles the Employer to receive

payment in terms of the Contract of the sum certified in 4.

5. Subject to the Guarantor’s maximum liability referred to in 1, the Guarantor undertakes to pay

to the Employer the Guaranteed Sum or the full outstanding balance upon receipt of the first

written demand from the Employer to the Guarantor at the Guarantor’s physical address

calling upon this Performance Guarantee, such demand stating that:

5.1 the Contract has been terminated due to the Contractor’s default and that this

Performance Guarantee is called upon in terms of 5; or

5.2 a provisional of final sequestration or liquidation court order has been granted against

the Contractor and that the Performance Guarantee is called up in terms of 5; and

5.3 the aforesaid written demand is accompanied by a copy of the notice of termination

and/or the provisional/final sequestration and/or the provisional liquidation court

order.

6. It is recorded that the aggregate amount of the payments required to be made by the

Guarantor in terms of 4 and 5 shall not exceed the Guarantor’s maximum liability in terms of

1.

7. Where the Guarantor has made payment in terms of 5, the Employer shall upon the date of

issue of the Final Payment Certificate submit an expense account to the Guarantor showing

how all monies received in terms of this Performance Guarantee have been expended and

shall refund to the Guarantor any resulting surplus. All monies refunded to the Guarantor in

terms of this Performance Guarantee shall bear the interest at the prime overdraft rate of the

Page 84: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.15

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

Employer’s bank compounded monthly and calculated from the date payment was made by

the Guarantor to the Employer until the date of refund.

8. Payment by the Guarantor in terms of 4 or 5 shall be made within seven (7) calendar days

upon receipt of the first written demand to the Guarantor.

9. Payment by the Guarantor in terms of 5 will only be made against the return of the original

Performance Guarantee by the Employer.

10. The Employer shall have the absolute right to arrange his affairs with the Contractor in any

manner which the Employer may deem fit and the Guarantor shall not have the right to claim

his release from this Performance Guarantee on account of any conduct alleged to be

prejudicial to the Guarantor.

11. The Guarantor chooses the physical address as stated above for the service of all notices for

all purposes in connection herewith.

12. This Performance Guarantee is neither negotiable nor transferable and shall expire in terms

of 2, where after no claims will be considered by the Guarantor. The original of this Guarantee

shall be returned to the Guarantor after it has expired.

13. This Performance Guarantee, with the required demand notices in terms of 4 or 5, shall be

regarded as a liquid document for the purposes of obtaining a court order.

14. Where this Performance Guarantee is issued in the Republic of South Africa, the Guarantor

hereby consents in terms of Section 45 of the Magistrate’s Courts Act No 32 of 1944, as

amended, to the jurisdiction of the Magistrate’s Court of any district having the jurisdiction in

terms of Section 28 of the said Act, notwithstanding that the amount of the claim may exceed

the jurisdiction of the Magistrate’s Court.

Signed at ………………………………………………………………….. Date ………………………………

Guarantor’s representative (1) …………………………………………………………………………………

Guarantor’s signatory (1) ………………………………………………………………………….……………

Capacity ………………………………………………………………………………………………………….

Guarantor’s representative (2) …………………………………………………………………………………

Guarantor’s signatory (2) ………………………………………………………………………..……………..

Capacity ……………………………………………………………………………………………..…………..

Witness name (1) ………………………………………………………………………………..……………..

Witness signatory (1) …………………………………………………………………………………………..

Witness name (2) ………………………………………………………………………………………..……..

Witness signatory (2) …………………………………………………………………………………………..

Page 85: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.16

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

FORM C1.3 SPECIAL CONDITION

Payment for the labour-intensive component of the works

Payment for works identified in the Scope of Work as being labour-intensive shall only be made inaccordance with the provisions of the Contract if the works are constructed strictly in accordance withthe provisions of the Scope of Work. Any non-payment for such works shall not relieve the Contractorin any way from his obligations either in contract or in delict.

Applicable labour laws

The Ministerial Determination, Special Public Works Programmes, issued in terms of the BasicConditions of Employment Act of 1997by the Minister of Labour in Government Notice N° R63 of 25January 2002, as reproduced below, shall apply to works described in the scope of work as beinglabour intensive and which are undertaken by unskilled or semi-skilled workers.

1 Introduction

1.1 This document contains the standard terms and conditions for workers employed inelementary occupations on a Special Public Works Programme (SPWP). These terms andconditions do NOT apply to persons employed in the supervision and management of aSPWP.

1.2 In this document –

(a) "Department" means any department of the State, implementing agent or contractor;

(b) "Employer" means any department, implementing agency or contractor that hires workersto work in elementary occupations on a SPWP;

(c) "Worker" means any person working in an elementary occupation on a SPWP;

(d) "Elementary occupation" means any occupation involving unskilled or semi-skilled work;

(e) "Management" means any person employed by a department or implementing agency toadminister or execute an SPWP;

(f) "Task" means a fixed quantity of work;

(g) "task-based work" means work in which a worker is paid a fixed rate for performing atask;

(h) "task-rated worker" means a worker paid on the basis of the number of tasks completed;

(i) "time-rated worker" means a worker paid on the basis of the length of time worked.

(j) “Task rate or daily rate” = As per Government Gazette

2 Terms of Work

2.1 Workers on a SPWP are employed on a temporary basis.2.2 A worker may NOT be employed for longer than 24 months in any five-year cycle on

a SPWP.2.3 Employment on a SPWP does not qualify as employment as a contributor for the

purposes of the Unemployment Insurance Act 30 of 1966.

Page 86: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.17

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

3 Normal Hours of Work3.1 An employer may not set tasks or hours of work that require a worker to work–

(a) More than forty hours in any week

(b) On more than five days in any week; and

(c) For more than eight hours on any day.

3.2 An employer and worker may agree that a worker will work four days per week. The worker

may then work up to ten hours per day.

3.3 A task-rated worker may not work more than a total of 55 hours in any week to complete the

tasks allocated (based on a 40-hour week) to that worker.

4 Meal Breaks4.1 A worker may not work for more than five hours without taking a meal break of at least thirty

minutes duration.

4.2 An employer and worker may agree on longer meal breaks.

4.3 A worker may not work during a meal break. However, an employer may require a worker to

perform duties during a meal break if those duties cannot be left unattended and cannot be performed

by another worker. An employer must take reasonable steps to ensure that a worker is relieved of his

or her duties during the meal break.

4.4 A worker is not entitled to payment for the period of a meal break. However, a worker who is

paid on the basis of time worked must be paid if the worker is required to work or to be available for

work during the meal break.

5 Special Conditions for Security Guards5.1 A security guard may work up to 55 hours per week and up to eleven hours per day.

5.2 A security guard who works more than ten hours per day must have a meal break of at least

one hour or two breaks of at least 30 minutes each.

6 Daily Rest PeriodEvery worker is entitled to a daily rest period of at least eight consecutive hours. The daily rest period

is measured from the time the worker ends work on one day until the time the worker starts work on

the next day.

Page 87: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.18

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

7 Weekly Rest PeriodEvery worker must have two days off every week. A worker may only work on their day off to perform

work which must be done without delay and cannot be performed by workers during their ordinary

hours of work ("emergency work").

8 Work on Sundays and Public Holidays8.1 A worker may only work on a Sunday or public holiday to perform emergency or security

work.

8.2 Work on Sundays is paid at the ordinary rate of pay.

8.3 A task-rated worker who works on a public holiday must be paid –

(a) The worker’s daily task rate, if the worker works for less than four hours;

(b) Double the worker’s daily task rate, if the worker works for more than four hours.

8.4 A time-rated worker who works on a public holiday must be paid –

(a) The worker’s daily rate of pay, if the worker works for less than four hours on the public

holiday;

(b) Double the worker’s daily rate of pay, if the worker works for more than four hours on the

public holiday.

9 Sick Leave9.1 Only workers who work four or more days per week have the right to claim sick pay in terms

of this clause.

9.2 A worker who is unable to work on account of illness or injury is entitled to claim one day’s

paid sick leave for every full month that the worker has worked in terms of a contract.

9.3 A worker may accumulate a maximum of twelve days’ sick leave in a year.

9.4 Accumulated sick-leave may not be transferred from one contract to another contract.

9.5 An employer must pay a task-rated worker the worker’s daily task rate for a day’s sick leave.

9.6 An employer must pay a time-rated worker the worker’s daily rate of pay for a day’s sick

leave.

9.7 An employer must pay a worker sick pay on the worker’s usual payday.

9.8 Before paying sick-pay, an employer may require a worker to produce a certificate stating

that the worker was unable to work on account of sickness or injury if the worker is –

(a) Absent from work for more than two consecutive days; or

(b) Absent from work on more than two occasions in any eight-week period.

9.9 A medical certificate must be issued and signed by a medical practitioner, a qualified nurse or

a clinic staff member authorised to issue medical certificates indicating the duration and reason for

incapacity.

Page 88: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.19

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

9.10 A worker is not entitled to paid sick leave for a work-related injury or occupational disease for

which the worker can claim compensation under the Compensation for Occupational Injuries and

Diseases Act.

10 Maternity Leave10.1 A worker may take up to four consecutive months’ unpaid maternity leave.

10.2 A worker is not entitled to any payment or employment-related benefits during maternity

leave.

10.3 A worker must give her employer reasonable notice of when she will start maternity leave

and when she will return to work.

10.4 A worker is not required to take the full period of maternity leave. However, a worker may not

work for four weeks before the expected date of birth of her child or for six weeks after the birth of her

child, unless a medical practitioner, midwife or qualified nurse certifies that she is fit to do so.

10.5 A worker may begin maternity leave –

(a) four weeks before the expected date of birth; or

(b) On an earlier date –

(i) If a medical practitioner, midwife or certified nurse certifies that it is necessary for the health of

the worker or that of her unborn child; or

(ii) if agreed to between employer and worker; or

(c) on a later date, if a medical practitioner, midwife or certified nurse has certified that the worker

is able to continue to work without endangering her health.

10.6 A worker who has a miscarriage during the third trimester of pregnancy or bears a stillborn

child may take maternity leave for up to six weeks after the miscarriage or stillbirth.

10.7 A worker who returns to work after maternity leave, has the right to start a new cycle of

twenty-four months employment, unless the SPWP on which she was employed has ended.

11 Family responsibility leave11.1 Workers, who work for at least four days per week, are entitled to three days paid family

responsibility leave each year in the following circumstances -

(a) When the employee’s child is born;

(b) When the employee’s child is sick;

(c) In the event of a death of –

(i) The employee’s spouse or life partner;

(ii) The employee’s parent, adoptive parent, grandparent, child, adopted child, grandchild or

sibling.

Page 89: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.20

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

12 Statement of Conditions12.1 An employer must give a worker a statement containing the following details at the start of

employment –

(a) The employer’s name and address and the name of the SPWP;

(b) The tasks or job that the worker is to perform; and

(c) the period for which the worker is hired or, if this is not certain, the expected duration of the

contract;

(d) The worker’s rate of pay and how this is to be calculated;

(e) The training that the worker will receive during the SPWP.

12.2 An employer must ensure that these terms are explained in a suitable language to any

employee who is unable to read the statement.

12.3 An employer must supply each worker with a copy of these conditions of employment.

13 Keeping Records13.1 Every employer must keep a written record of at least the following –

(a) The worker’s name and position;

(b) In the case of a task-rated worker, the number of tasks completed by the worker;

(c) In the case of a time-rated worker, the time worked by the worker;

(d) Payments made to each worker.

13.2 The employer must keep this record for a period of at least three years after the completion

of the SPWP.

14 Payment14.1 An employer must pay all wages at least monthly in cash or by cheque or into a bank

account.

14.2 A task-rated worker will only be paid for tasks that have been completed.

14.3 An employer must pay a task-rated worker within five weeks of the work being completed

and the work having been approved by the manager or the contractor having submitted an invoice to

the employer.

14.4 A time-rated worker will be paid at the end of each month.

14.5 Payment must be made in cash, by cheque or by direct deposit into a bank account

designated by the worker.

14.6 Payment in cash or by cheque must take place –

(a) At the workplace or at a place agreed to by the worker;

(b) during the worker’s working hours or within fifteen minutes of the start or finish of work;

(c) In a sealed envelope which becomes the property of the worker.

14.7 An employer must give a worker the following information in writing –

(a) The period for which payment is made;

Page 90: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.21

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

(b) The numbers of tasks completed, or hours worked;

(c) The worker’s earnings;

(d) Any money deducted from the payment;

(e) The actual amount paid to the worker.

14.8 If the worker is paid in cash or by cheque, this information must be recorded on the envelope

and the worker must acknowledge receipt of payment by signing for it

14.9 If a worker’s employment is terminated, the employer must pay all monies owing to that

worker within one month of the termination of employment.

15 Deductions15.1 An employer may not deduct money from a worker’s payment unless the deduction is

required in terms of a law.

15.2 An employer must deduct and pay to the SA Revenue Services any income tax that the

worker is required to pay.

15.3 An employer who deducts money from a worker’s pay for payment to another person must

pay the money to that person within the time period and other requirements specified in the

agreement law, court order or arbitration award concerned.

15.4 An employer may not require or allow a worker to –

(a) Repay any payment except an overpayment previously made by the employer by mistake;

(b) State that the worker received a greater amount of money than the employer actually paid to

the worker; or

(c) Pay the employer or any other person for having been employed.

16 Health and Safety16.1 Employers must take all reasonable steps to ensure that the working environment is healthy

and safe.

16.2 A worker must –

(a) Work in a way that does not endanger his/her health and safety or that of any other person;

(b) Obey any health and safety instruction;

(c) Obey all health and safety rules of the SPWP;

(d) Use any personal protective equipment or clothing issued by the employer;

(e) Report any accident, near-miss incident or dangerous behaviour by another person to their

employer or manager.

17 Compensation for Injuries and Diseases17.1 It is the responsibility of the employers (other than a contractor) to arrange for all persons

employed on a SPWP to be covered in terms of the Compensation for Occupational Injuries and

Diseases Act, 130 of 1993.

Page 91: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.22

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

17.2 A worker must report any work-related injury or occupational disease to their employer or

manager.

17.3 The employer must report the accident or disease to the Compensation Commissioner.

17.4 An employer must pay a worker who is unable to work because of an injury caused by an

accident at work 75% of their earnings for up to three months. The employer will be refunded this

amount by the Compensation Commissioner. This does NOT apply to injuries caused by accidents

outside the workplace such as road accidents or accidents at home.

18 Termination18.1 The employer may terminate the employment of a worker for good cause after following a fair

procedure.

18.2 A worker will not receive severance pay on termination.

18.3 A worker is not required to give notice to terminate employment. However, a worker who

wishes to resign should advise the employer in advance to allow the employer to find a replacement.

18.4 A worker who is absent for more than three consecutive days without informing the employer

of an intention to return to work will have terminated the contract. However, the worker may be re-

engaged if a position becomes available for the balance of the 24-month period.

18.5 A worker who does not attend required training events, without good reason, will have

terminated the contract. However, the worker may be re-engaged if a position becomes available for

the balance of the 24-month period.

19 Certificate of Service19.1 On termination of employment, a worker is entitled to a certificate stating –

(a) The worker’s full name;

(b) The name and address of the employer;

(c) The SPWP on which the worker worked;

(d) The work performed by the worker;

(e) Any training received by the worker as part of the SPWP;

(f) The period for which the worker worked on the SPWP;

(g) Any other information agreed on by the employer and worker

Page 92: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.23

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

MONTHLY REPORTING

CONTRACTOR MONTHLY REPORT

Project No: ……………….. Project Name: ………………………………...

Contract No: ………………

Contractor Name: ……………………………………………………………………

Claim No: …………………… For Period Ending: …………………………...

Date of Report: …………………………….

The Contractors Monthly Report comprises an integral part of theContractors Payment Claim and processing of the payment claim isnot permitted without this report also being submitted i.e. “NOREPORT – NO PAYMENT”.

Attachments:

Local Labour Schedule

Page 93: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.24

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

LOCAL LABOUR AND MATERIAL SCHEDULE

Contract No ……………………… Date of Report: ……………………

Project No ………………………… Project Name: ……………………….

Claim No: ………………………… For Period Ending: …………………..

Contractor Name: ………………………………………………………………………...

1. Summary of Day Tasks worked and Amount Spent on Local Labour this month

Transfer to 2 in table below

2. Summary of Amount Spent on Local Labour to date1. Previous Amount Spent on Local Labour (From previous claim) R

2. Amount Spent on Local Labour this month (From total above) R

3. Total Amount Spent on Local Labour to date (3)=(1+2) R

Weekno.

Week EndingTotal Day Tasks/PersonDays Worked

Total Amount Paid

(Total of (A) From Form 4for each week)

(Total of (B) from Form 4 for eachweek)

1 R2 R3 R4 R5 R6 R7 R8 R

Total R

Page 94: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.25

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

3. Local Labour ScheduleSummary of Local Labour Employed

Columns refer to Columns in Part 2

No of localworkers whoworked on theproject to date(From part 2)

% of Total

1. Total No. of Individual local workers who have worked on the Project(Column N)

100%

10. How many of the Total No. are local youth (35 yrs and under)(Column B&D)11. How many of the Total No. are Local women (Column A + B)

4. Summary of Amount Spent on Material to Date (Cumulative)Item This month Total to date

1. Material from Local Municipality

2. Material from Local District Municipality

3. Material from Outside the Eastern Cape

4. Material from other areas within the Eastern Cape

Total material

Total material as percentage of contractor expenditure

Total as percentage of contractor budget

5. Training of Local WorkersCategory of training Name of

courseNo. trained Days trained Comments on progress

(a) Technical trainingfor implementation

Bricklaying

Carpentry

Plumbing

Fencing

Plastering

(b) Institutionaltraining for localmanagement beyondconstruction

(c) Technical trainingfor OMM

Page 95: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.26

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

(d) Institutionaltraining forimplementation

(e) HIV/AIDS etc.

Other – PleaseSpecify

Total

Completed by: ………………… ………..………………. ………..…………….… …..…..………………..

Name Signature Capacity Date

Page 96: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.27

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

FORM C1.4 HEALTH AND SAFETY SPECIFICATION

THE OCCUPATIONAL HEALTH AND SAFETY ACT 1993

CONSTRUCTION REGULATIONS 2003

SECTION 1

1. INTRODUCTION

This document was construed in order to comply with the provisions of the OCCUPATIONALHEALTH AND SAFETY ACT NO 85 OF 1993.

Definitions of words are those described in the Act and the Construction Regulations of 2003.

This document formulates the specification of the Great Kei Local Municipality in terms of theabove act and forms part of the constitution of the organisation.

This document forms part of the employment contract of all employees and is as suchaccepted in writing by each employee. It also forms part of the agreement between the GreatKei Local Municipality and all service providers.

No clause in this document shall be amended in any contract document construed by agents,designers or anyone else except so ordered or sanctioned by the Great Kei LocalMunicipality in writing.

SCHEDULE1.1 Definitions

1. In these Policy any word or expression to which a meaning has been assigned in the Actshall have the meaning so assigned and, unless the context otherwise indicates

“Agent” means any person who acts as a representative for a client in the managing theoverall construction work.

“angle of repose” means the steepest angle of a surface at which a mass of loose orfragmented material will remain stationary in a pile on a surface, rather than sliding orcrumbling away;

“Batch plant” means machinery, appliances or other similar devices that areassembled in such a manner so as to be able to mix materials in bulk for thepurposes of using the mixed product for construction work;

“Client” means Great Kei Local Municipality;

“competent person” in relation to construction work, means any person having theknowledge, training and experience specific to the work or task being performed: Provided thatwhere appropriate qualifications and training are registered in terms of the provisions of theSouth African Qualifications Authority Act, 1995 (Act No. 58 of 1995), these qualifications andtraining shall be deemed to be the required qualifications and training;

Page 97: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.28

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

“Construction work” means any work in connection with

(a) The erection, maintenance, alteration, renovation, repair, demolition or dismantling ofor addition to a building or any similar structure;

(b) The installation, erection, dismantling or maintenance of a fixed plant where suchwork includes the risk of a person falling;

(c) the construction, maintenance, demolition or dismantling of any bridge, dam, canal,road, railway, runway, sewer or water reticulation system or any similar civilengineering structure; or

(d) the moving of earth, clearing of land, the making of an excavation, piling, or anysimilar type of work;

“construction vehicle” means a vehicle used for means of conveyance fortransporting persons or material or both such persons and material, as the case maybe, both on and off the construction site for the purposes of performing constructionwork;

“Contractor” means an employer, as defined in section 1 of the Act, who performsconstruction work and includes principal contractors;

“Design” in relation to any structure includes drawings, calculations, design detailsand specifications;

“Designer” means any person who

(a) prepares a design;

(b) checks and approves a design;(c) arranges for any person at work under his control (including an employee of

his, where he is the employer) to prepare a design, as well as;

(d) Architects and engineers contributing to, or having overall responsibility forthe design;

(e) Build services engineers designing details for fixed plant;

(f) Surveyors specifying articles or drawing up specifications;

(g) Contractors carrying out design work as part of a design and build project;

(h) Temporary works engineer designing formwork and false work; and

(i) Interior designers, shop-fitters and landscape architects.

“ergonomics” means the application of scientific information concerning humans to thedesign of objects, systems and the environment for human use in order to optimisehuman well-being and overall system performance;

“Excavation work” means the making of any man-made cavity, trench, pit or depressionformed by cutting, digging or scooping;

Page 98: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.29

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

“explosive powered tool” means a tool that is activated by an explosive charge and that isused for driving bolts, nails and similar objects for the purpose of providing fixing;

“fall prevention equipment” means equipment used to prevent persons from falling from anelevated position, including personal equipment, body harness, body belts, lanyards, lifelinesor physical equipment, guardrails, screens, barricades, anchorages or similar equipment;

“fall arrest equipment” means equipment used to arrest the person in a fall from an elevatedposition, including personal equipment, body harness, lanyards, deceleration devices, lifelinesor similar equipment, but excludes body belts;

“fall protection plan” means a documented plan, of all risks relating to working from anelevated position, considering the nature of work undertaken, and setting out the proceduresand methods to be applied in order to eliminate the risk;

“Hazard identification” means the identification and documenting of existing or expectedhazards to the health and safety of persons, which are normally associated with the type ofconstruction work being executed or to be executed;

“Health and safety file” means a file, or other record in permanent form, containing theinformation required as contemplated in these regulations;

“Health and safety plan” means a documented plan which addresses hazards identified andincludes safe work procedures to mitigate, reduce or control the hazards identified;

“Health and safety specification” means a documented specification of all health and safetyrequirements pertaining to the associated works on a construction site, so as to ensure thehealth and safety of persons;

“material hoist” means a hoist used to lower or raise material and equipment, andincludes cantilevered platform hoists, mobile hoists, friction drive hoists, scaffoldhoists, rack and pinion hoists and combination hoists;

“Medical certificate of fitness” means a certificate valid for one year issued by anoccupational health practitioner, issued in terms of these regulations, whom shall be registeredwith the Health Professions Council of South Africa;

“Method statement” means a written document detailing the key activities to be performed inorder to reduce as reasonably as practicable the hazards identified in any risk assessment;

“Mobile plant” means machinery, appliances or other similar devices that is able tomove independently, for the purpose of performing construction work on theconstruction site;

“National Building Regulations" means the National Building Regulations made undersection 17(1) of the National Building Regulations and Building Standards Act, 1977 (ActNo.103 of 1977), and published under Government Notice No. R.1081 of 10 June 1988, asamended;

“Person day” means one individual carrying out construction work on a construction site forone normal working shift;

“principal contractor” means an employer, as defined in section 1 of the Act who performsconstruction work and is appointed by the client to be in overall control and management of apart of or the whole of a construction site;

Page 99: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.30

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

“professional engineer or professional certificated engineer” means any person holdingregistration as either a Professional Engineer or Professional Certificated Engineer under theEngineering Profession Act, 2000 (Act No. 46 of 2000);

“Professional technologist” means any person holding registration as a ProfessionalTechnologist under the Engineering Profession Act, 2000 (Act No. 46 of 2000);

“Provincial director” means the provincial director as defined in regulation 1 of the GeneralAdministrative Regulations under the Act;

“risk assessment” means a programme to determine any risk associated with any hazard at aconstruction site , in order to identify the steps needed to be taken to remove, reduce or controlsuch hazard;

“Roof apex height” means the dimensional height in metres measured from the lowest groundlevel abutting any part of a building to the highest point of the roof;

“SABS 085” means the South African Bureau of Standards’ Code of Practiceentitled “The Design, Erection, Use and Inspection of Access Scaffolding”;

“SABS 0400” means the South African Bureau of Standards, Code of Practice forthe application of the National Building Regulations;

“SABS EN 1808” means the South African Bureau of Standards’ StandardSpecification entitled: “Safety requirements on suspended access equipment –Design calculations, stability criteria, construction-tests”;

“SABS 1903” means the South African Bureau of Standards’ Standard Front-endSpecification entitled: “Safety requirements on suspended access equipment –Design calculations, stability criteria, construction-tests”;

"Scaffold" means any temporary elevated platform and supporting structure used for providingaccess to and supporting workmen or materials or both;

“shoring” means a structure such as a hydraulic, mechanical or timber/steel shoring systemthat supports the sides of an excavation and which is intended to prevent the cave-in or thecollapse of the sides of an excavation, and “shoring system” has a corresponding meaning;

“Structure” means

(a) any building, steel or reinforced concrete structure (not being a building), railway lineor siding, bridge, waterworks, reservoir, pipe or pipeline, cable, sewer, sewage works,fixed vessels, road, drainage works, earthworks, dam, wall, mast, tower, tower crane,batching plants, pylon, surface and underground tanks, earth retaining structure orany structure designed to preserve or alter any natural feature, and any other similarstructure;

(b) any formwork, false work, scaffold or other structure designed or used to providesupport or means of access during construction work; or

(c) any fixed plant in respect of work which includes the installation, commissioning,decommissioning or dismantling and where any such work involves a risk of a person fallingtwo metres or more;

“Suspended platform” means a working platform suspended from supports by means of oneor more separate ropes from each support;

Page 100: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.31

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

“The Act” means the Occupational Health and Safety Act, 1993 (Act No. 85 of 1993);

“Tunnelling” means the construction of any tunnel beneath the natural surface of the earthfor a purpose other than the searching for or winning of a mineral

Page 101: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.32

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SECTION 2: DESIGNERS

1. All wording shall have the meaning as defined by the H&S Regulations 2003.

2. This specification is in terms of the H&S act 1993 and the regulations of 2003.

3. All work performed and procedures followed by designers shall be done according to the H&Sregulations of 2003.

4. The client is aware of the fact that the appointment of a designer does not implicate that thedesigner becomes the agent of the client for the particular project. The appointment of anagent is done separately in writing and should be accepted by the designer as such.

5. The client is ultimately responsible for all safety issues regarding the project for which adesigner is appointed and cannot contract out of his obligations in terms of the law.

6. The client shall not employ a designer should he have reasonable doubts that the designer isnot able to execute work in a safe manner.

7. All designers shall have adequate insurance cover to indemnify the client for their acts andomissions in terms of professional conduct the H&S act in particular to indemnify the clientagainst penalties imposed for acts or omissions. The client is aware of the fact that additionalinsurance over and above PI insurance is necessary to have himself indemnified by thedesigners for acts and omissions in terms of the H&S regulations. The professional indemnityinsurance has a “negligent acts and omissions” wording only and therefore additionalinsurance is necessary to cover the client against penalties imposed in terms of theregulations.

8. Designers shall not accept work from the client if they are not capable of executing such workprofessionally and if such work cannot be executed in a safe manner, according to theprovisions of the H&S regulations.

9. Designers shall execute all designs in terms of the relevant SABS and other acceptablecodes and procedures and shall place great emphasis on safety issues including themaintenance procedures after inaugurations of such systems or projects.

10. Ergonomic parameters shall have high priority in all designs.

Page 102: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.33

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SECTION 3: PRINCIPAL CONTRACTORS (P C)

1. All work by the P C shall be done in compliance with the provisions of the H&Sregulations.

2. The Employer recognises the right of each employee to work safely in a healthyenvironment under decent human conditions. Each employee has the right to returnhome safely and healthy to his home and family after each day’s work.

3. Work shall not be done at the expense of human safety or health.

4. Work shall be executed under humane conditions, especially with reference to hoursand H&S issues in mind.

5. The P C shall appoint a fulltime H&S Manager should he have more than 50employees on site.

6. The PC shall conduct monthly safety meetings on site. All foremen, gang leadersand other employees shall participate and all incidents with relation to unsafepractices shall be discussed. Minutes of such meetings shall be kept in the H&S file.

7. Foremen and gang leaders shall, under the supervision of the H&S manager, conductmeetings with all staff and people under their direct supervision on a frequent basis.Minutes of such meetings shall be kept in the H&S file.

8. New personnel (temporary or full time employees) shall attend safety inductioncourses under the supervision of the H&S manager.

9. The P C shall install and maintain a box in which proposals for improvement of H&Sprocedures could be placed. All such proposals shall be considered, recorded andplaced in the H&S file.

10. An adequate first aid facility shall be placed maintained on site and shall beadequately indicated by means of signs. All personnel shall be made aware of itsexistence and only trained first aid assistants shall be authorized to treat injuries.

11. The P C shall see that work is only executed by people trained for the particular task.

12. All safety equipment shall be SABS approved and under no circumstance shall anysafety equipment be non-certified homemade equipment. Specifications and orderdetails shall be kept in the H&S file.

13. Workers and personnel shall be attending safety courses on a regular basis and allinformation regarding such training shall be kept in the H&S file.

14. All employees shall be trained in safe working procedures and shall be trained onsafety consciousness in particular. Employees in position of leadership shall betrained through accredited training processes in H&S matters.

15. The contractor shall prepare and maintain a safety plan for the particular project andshall train his personnel to work according to such plan.

16. Personnel and workers will be made aware of any natural hazards existing on site.They will also be made aware of items defined by the designer in his riskassessment.

Page 103: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.34

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

17. No horseplay between employees will be tolerated on site. Neither will aggressive orthreatening behaviour by anybody be allowed.

18. Workers shall wear appropriate protective clothing for the applicable task which shall includespecial safety equipment like protective eyewear, gloves, boots, ear protection, etc. Workersshall be issued with these items and copy of such issuing shall be kept in the H&S file.

19. Workers shall not be allowed to wear loose clothes and footwear.

20. Workers shall have the opportunity and right to prescribed rest, eating and toilet breaks.

21. Workers on nightshift shall be protected against inclement weather and shall have access toadequate food and drinks.

22. In cases where work is executed in remote or in security restricted areas, the P C will makeprovision for food to be supplied to his employees.

23. Potable water shall be made available free of charge to all workers on site.

24. Adequate toilet and washing facilities shall be made available to workers.

25. In the event of chemicals being present or used on site, the P C will allow for adequate showerfacilities on site. All chemicals shall be stored according to specification and shall be clearlyidentified and marked in prescribed containers.

26. Workers under instruction to execute inherently unsafe procedures shall report such incidencesto the H&S manager, designer of client immediately.

27. Unauthorised or unlawful instructions from foremen, gang leaders or colleagues shall bereported by the H&S manager immediately.

28. The P C shall stop his contractors if they work unsafely.

29. All specialist work shall be executed by registered artisans only.

30. Workers shall not be required to lift equipment or material heavier than 25kg or carry a load ofmore than 50 kg for more than 10 metres.

31. Workers shall not be exposed to conditions of heat where the temperature is above 40° Celsiusand the humidity more than 75%. Likewise will personnel not be exposed to temperatures lowerthan –5° Celsius? Should the designer and the P C decide that the work is urgent; workers willbe issued with proper protective clothing.

32. All workers shall have access to a shaded eating and resting place on site.

33. Workers executing tasks in rivers, trenches and other natural or artificial water ways shall bemade aware of the hazard of flash floods and special precautions shall be made by the P C toimplement an effective flood warning system.

34. Workers executing tasks in manholes for sewer or stormwater systems, shall be made aware ofthe existence of hazardous gasses in closed areas and shall be issued with gas masks in anyevent, even after tests conducted by the H&S manager has proven that no gasses are existent.Only specialists shall work in gas filled chambers.

35. Personnel executing work during rainy weather or under other wet conditions shall be equippedwith proper gumboots and proper rain suits.

Page 104: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.35

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

36. No personnel will be allowed to work in water unless gumboots are worn. Should the water bedeeper than 300mm watertight suits shall be worn.

37. All ladders shall be fixed against scaffolding or other permanent structures.

38. Welding on site shall only be done by trained personnel behind adequate eye protecting shieldsand all welders shall wear proper protective gear.

39. Personnel operating grinders, saws or any other hand tools of similar description shall beequipped with the necessary eyewear and ear protection.

40. All personnel working under potentially dusty conditions shall wear nose and mouth filters.

41. Workers operating rock drilling equipment shall wear ear, nose and eye protection.

42. All scaffolding will comply with the H&S regulations.

43. Blasting will be done by specialists under the regulations of the Explosives Act.

44. Workers shall wear protective clothing when exposed to chemicals like cement, lime,detergents, tar, fumes, etc. Should work be executed in the presence of such material,adequate protective clothing and equipment shall be issued after permission is granted by theH&S manager.

45. Workers will not be allowed to make open fires on any part of the site unless it is made indesignated areas approved by the H&S manager.

46. Fuel storage will only be allowed on certified areas on site.

47. Workers and other personnel will be trained for fire procedures and will practise such fire drill ona regular basis.

48. Assembly areas for emergency evacuations will be indicated by adequate signage.

49. The P C will have an attendance register for the purposes of identifying people before, duringand after potential hazardous situations.

50. All transport supplied by the P C shall be on road worthy vehicles only and all transport shall beconducted in terms of the transport act.

51. Drivers of vehicles shall be responsible for the roadworthiness of vehicles and will report anydysfunctional vehicles to the P C.

52. All drivers will be responsible to handle vehicles in such a way to comply with the transport act.

53. Passengers of vehicles shall report any unsafe conduct to the P C immediately. Such reportshall be forwarded to the H&S manager and shall be investigated. Copy of such procedureshall be entered into the H&S file.

54. Only trained personnel shall be permitted and required to operate construction machinery. Allsuch machinery shall be maintained in a safe working condition.

55. All vehicles operating on site shall have audible warning signals if driven backwards.

56. No vehicle shall be kept on site if it is leaking oil or other substances.

57. No vehicle or equipment shall be operated on site if it produces noise above 90 decibelmeasured within a distance of 10,0 m from the unit.

Page 105: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.36

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

58. Equipment producing serious dusty conditions shall only be operated under the supervision ofthe P C and the H&S manager with the necessary protection to workers.

59. All excavations on site shall be adequately protected and not only indicated.

60. Exploratory excavation to reveal services shall be done in a specific way.

All areas to be explored shall first be inspected by the landowner or local authority.Position of services identified shall then be verified by opening by hand, not by machine.Particular care shall be taken not to damage these services.Electrical services are inherently dangerous and shall be opened by skilled people only.These excavations shall not be left open without supervision. If necessary the excavation shallbe backfilled temporarily with approved material until the specified modifications to the servicescan be made.

61. Access to excavations shall only be by means of ladders or stairs with handrails.

62. All refuse, unsafe material, potential hazardous material and rubbish shall be placed indesignated areas to be removed on a regular basis.

63. Rainwater shall be contained in trenches or pipes in such a way that it will not causecontamination of material in these refuse areas.

64. All electrical sources or cables or overhead power lines should be regarded as live at all timesand all workers on site shall be made aware of its existence during H&S meetings and as manytimes as necessary.

65. Adequate signage shall be used on site to indicate Non-smoking areas on site Safety exits / Emergency exits from buildings under construction Stairs (temporary and permanent works) Toilets Firefighting equipment Workmen busy with equipment overhead Fire assembly points Fire escapes Areas where members of the public are not allowed. First aid room

66. All visitors to the site shall be granted permission to the site only upon application through apredetermined procedure and records of these visitors shall be kept in the H&S file. Visitorsshall attend safety induction training before entering the site. Areas out of bounds to all visitorsshall be indicated clearly by means of adequate signs.

67. Work performed in public servitudes like the construction of streets or roads shall be doneaccording to the specifications of the local or national authority and adequate signage shall beimplemented.

68. People complaining about their health or people displaying symptoms of illness or disease, shallbe allowed to go to the first aid facility or to visit a doctor or a clinic. Permission shall not bewithheld unreasonably. In remote areas the P C is required to have reasonable ways oftransporting people to a doctor or clinic whether the person is ill or injured on site.

69. Personnel must be informed about the location of the nearest doctor or clinic for casualtypurposes and the P C shall provide such transport for injured workers and injured membersof the public (within the limits of the site) free of charge.

Page 106: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.37

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

70 A principal contractor who intends to carry out any construction work shall

(a) before carrying out that work, notify the provincial director in writing of theconstruction work if it includes

(i) The demolition of a structure exceeding a height of 3 metres; or

(ii) The use of explosives to perform construction work; or

(iii) The dismantling of fixed plant at a height greater than 3m.

(b) before carrying out that work, notify the provincial director in writing when theconstruction work

(i) Exceeds 30 days or will involve more than 300 person days of constructionwork; and

(ii) Includes excavation work deeper than 1m; or

(iii) Includes working at a height greater than 3 metres above ground or a landing.

(2) The notification to the provincial director must be done on the form similar to Annexure Ato this Policy.

(3)A principal contractor shall ensure that a copy of the completed form is kepton site for inspection by an inspector, client, client’s agent or employee.

Page 107: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.38

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

SECTION 4: CLIENT

(1) A client shall be responsible for the following in order to ensure compliance with the provisions ofthe Act

(a) to prepare a documented health and safety specification for the construction work,and provide any principal contractor who is making a bid or appointed to performconstruction work for the client with the same;

(b) To promptly provide the principal contractor and his or her agent with any informationwhich might affect the health and safety of any person at work carrying outconstruction work;

(c) To appoint each principal contractor in writing for the project or part thereof on aconstruction site;

(d) To take reasonable steps to ensure that each principal contractor’s health and safetyplan is implemented and maintained on the construction site: Provided that the stepstaken, shall include periodic audits at intervals mutually agreed upon between theclient and principal contractor, but at least once every month;

(e) to stop any contractor from executing construction work which is not in accordancewith the principal contractor’s health and safety plan for the site or which poses to bea threat to the health and safety of persons;

(f) to ensure that where changes are brought about, sufficient health and safetyinformation and appropriate resources are made available to the principal contractorto execute the work safely;

(g) to ensure that every principal contractor is registered and in good standing with thecompensation fund or with a licensed compensation insurer prior to work commencingon site; and

(h) To ensure that potential principal contractors submitting tenders, have made provisionfor the cost of health and safety measures during the construction process.

(2) A client shall discuss and negotiate with the principal contractor the contents of the health andsafety plan and thereafter finally approve the health and safety plan for implementation.

(3) A client shall ensure that a copy of the principal contractor’s health and safety plan isavailable on request to an employee, inspector or contractor.

(4) Great Kei Local Municipality shall not appoint a principal contractor to perform constructionwork, unless Great Kei Local Municipality is reasonably satisfied that the principal contractorthat he or she intends to appoint has the necessary competencies andresources to carry out the work safely.

(5) A client may appoint an agent in writing to act as his or her representative and wheresuch an appointment is made, the responsibilities as are imposed by theseregulations upon a client, shall as far as reasonably practicable apply to the person soappointed.

(6) No client shall appoint any person as his agent, unless the client is reasonablysatisfied that the person he or she intends to appoint has the necessarycompetencies and resources to perform the duties imposed on a client by theseregulations.

Page 108: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.39

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

ANNEXURE A

OCCUPATIONAL HEALTH AND SAFETY ACT, 1993Regulation 3 of the Construction Regulations, 2003

NOTIFICATION OF CONSTRUCTION WORK

1.(a) Name and postal address of principal contractor: ___________________________________

(b) Name and tel. no of principal contractor’s contact person: ____________________________

2. Principal contractor’s compensation registration number: ___________________________

3.(a) Name and postal address of client: _____________________________________________

(b) Name and tel no of client’s contact person or agent: ________________________________

4.(a) Name and postal address of designer(s) for the project: ____________________________

(b) Name and tel. no of designer(s) contact person: ___________________________________

5. Name and telephone number of principal contractor’s construction supervisor on site appointed

in terms of regulation 6.(1). __________________________________________________

6. Name/s of principal contractor’s sub-ordinate supervisors on site appointed in terms of regulation

6.(2). ______________________________________________________

7. Exact physical address of the construction site or site office: ___________________________

8. Nature of the construction work:

______________________________________________________________

______________________________________________________________

______________________________________________________________

9. Expected commencement date: _______________________

10. Expected completion date: ___________________________

11. Estimated maximum number of persons on the construction site.

_____________________

12. Planned number of contractors on the construction site accountable to principal contractor:

______________________

Page 109: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC1 Agreements and Contract Data

C1.40

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

13. Name(s) of contractors already chosen.

________________________________________________________________

________________________________________________________________

________________________________________________________________

______

Principal Contractor Date

______

Client Date

THIS DOCUMENT IS TO BE FORWARDED TO THE OFFICE OF THEDEPARTMENT OF LABOUR PRIOR TO COMMENCEMENT OF WORK ONSITE.

ALL PRINCIPAL CONTRACTORS THAT QUALIFY TO NOTIFY MUST DOSO EVEN IF ANOTHER PRINCIPAL CONTRACTOR ON THE SAME SITEHAD DONE SO PRIOR TO THE COMMENCEMENT OF WORK.

Page 110: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2 Pricing Data

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

C2 PRICING DATA

C2.1 Pricing Instructions

C2.2 Bill of Quantities

Page 111: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.1.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

FORM C2.1 PRICING INSTRUCTIONS

C2.1 Pricing Instructions

1. Measurement and payment shall be in accordance with the relevant provisions of the StandardSpecifications for Road and Bridge Works for State Road Authorities (1998 Edition) issued byCommittee of Land Transport Officials (COLTO), South Africa.

2. For the purposes of this schedule of quantities, the following words shall have the meanings herebyassigned to them:

Unit: The unit of measurement for each item of works as defined in the specifications.

Quantity: The number of units of work for each item.

Rate: The payment per unit of measurement at which the bidder bids to do the work.

Amount: The product of the quantity and the rate bided for an item.

Lump sum: An amount bided for an item, the extent of which is described in the schedule ofquantities, the specifications or elsewhere but the quantity of work of which is not measured inany units.

3. This schedule of quantities forms an integral part of the contract documents.

4. The quantities set out in the schedule of quantities are approximate quantities only. The quantities ofwork finally accepted and certified for payment, and not the quantities given in the schedule ofquantities, shall be used for determining payment to the contractor.

The validity of the contract shall in no way be affected by differences between the quantities in the schedule ofquantities and the quantities finally certified for payment. Works shall be valued at the rates or lump sums bided,subject only to the provisions for the general conditions of contract, paragraphs 11 and 12 of this preamble, andsub-clause 1209(a) of the standard specifications.

5. Rates and lump sums shall be comprehensive in accordance with sub-clause 1209(b) of the standardspecifications. Full compensation for completing and maintaining, during the maintenance period, all thework shown on the drawings and specified in the specifications, and for all the risks, obligations andresponsibilities specified in the general conditions of contract, special conditions of contract andspecifications shall be considered as provided for collectively in the items of payment given in theschedule of quantities, except in so far as the quantities given in the schedule of quantities are onlyapproximate.

6. The bidder shall fill in a rate or a lump sum for each item where provision has been made for it, evenwhere no quantities are given.

Page 112: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.1.2

A bid may be rejected if the bidder has not filled in a rate or a lump sum against each item and if the bidder failsto furnish the rates or lump sums for such items within seven (7) days of having been notified in writing by theemployer to do so.

The bidder shall fill in a rate against all items where the words "rate only" appears in the amount column.

The provisions of sub-clause 1209(f) of the standard specifications shall apply to rate-only items.Bidders shall also note the provisions of paragraph 12 of this preamble.

The bidder may not group a number of items together and bid one lump sum for such group of items.The bidder also may not indicate against any item that full compensation for such item has been included inanother item.The bidded lump sums and rate shall be valid irrespective of any change in the quantities during the execution ofthe contract.

7. The works as executed will be measured for payment in accordance with the methods described in thecontract documents under the various payment items, notwithstanding any custom to the contrary.Attention is directed to the provisions of clause 1220 of the standard specifications regarding themeasurement of quantities for payment. Except where otherwise specified as in clause 1220, the netmeasurement or mass of the finished work in place shall be taken for payment but excluding anyvolume or mass of work in excess of that ordered.

8. The amount of work or the quantities of material stated in the schedule of quantities shall not beconsidered as restricting or extending the amount of work to be done or quantity of material to besupplied by the contractor.

9. The stating of quantities of material or amount of work in the schedule of quantities shall not beregarded as authorization for the contractor to order material or to execute work. The contractor shallobtain the engineer's detailed instructions for all work before ordering any materials for or executingwork or making arrangements in this regard.

10. The short descriptions of the payment items given in the schedule of quantities are only for the purposesof identifying the items and providing specific details. Reference shall be made, inter alia, to thedrawings, standard specifications, project specifications, general conditions of contract and specialconditions of contract for more detailed information regarding the extent of the work entailed under eachitem.

11. Reference shall be made to clause 6.6 of the general conditions of contract regarding provisional sumsand prime cost sums.

12. Subject to the conditions stated in paragraph 12 below, the rates and lump sums filled in by the bidder inthe schedule of quantities shall be final and binding and may not be adjusted should there be anymistakes in the extensions thereof. Should there be any discrepancies between the correctly extendedtotalled schedule of quantities and the bid sum, the rates will be regarded as being correct, and theemployer shall have the right to make such adjustments to the bid sum as he may deem necessary inorder to reconcile the total of the schedule of quantities with the bid sum. In such an event the contractorwill be consulted but failing agreement between the parties, the decision of the employer shall be finaland binding. Such adjustment of the bid sum shall take place only after acceptance of the bid, but priorto the signing of the contract. In their own interest bidders should make double sure of the correctnessof their bidded rates, the extensions and the bid sum.

13. A bid may be rejected if the unit rates or lump sums for some of the items in the schedule of quantitiesare, in the opinion of the employer, unreasonable or out of proportion, and the bidder fails, within aperiod of seven (7) days of having been notified in writing by the employer to adjust the unit rates orlump sums for such items, to make such adjustments.

Page 113: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.1 Pricing Instructions

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.1.3

14. The units of measurement indicated in the schedule of quantities are metric units. The followingabbreviations are used in the schedule of quantities:

Mm = millimetre h = hourM = metre kg = kilogramKm = kilometre t = ton (1000 kg)m² = square metre No. = numberm².pass = square metre-pass sum = lump sumHa = hectare MN = meganewtonm³ = cubic metre MN.m = meganewton-metrem³.km = cubic metre-kilometre P C sum = Prime Cost suml = litre Prov sum = Provisional sumKl = kilolitre % = per centMpa = megapascal kW = kilowatt

15. All rates and sums of money quoted in the schedule of quantities shall be in South African Rands andwhole cents. Fractions of a cent shall be discarded.

16. The item numbers appearing in the schedule of quantities refer to the corresponding item numbers inthe standard specifications. Item numbers prefixed by the letter B refer to payment items describedunder part B of the project specifications; those prefixed by C refer to part C, etc for further parts of theproject specifications.

Item numbers in schedule B of the schedule of quantities are in addition, preceded by the schedule number ofeach separate part of schedule B of the schedule of quantities, eg payment item 62.02 described in the standardspecifications (clause 6210), when used in part 3 of the schedule B of the schedule of quantities, would benumbered 3/62.02, and if this payment item had been amended in part B of the project specifications, thepayment item would be indicated as 3/B62.02.

NB: BIDERS MUST COMPLETE THE SCHEDULE OF QUANTITIES IN BLACK INK

Page 114: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.2.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

FORM C2.2 BILL OF QUANTITIES

Page 115: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.2.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

FORM C2.2 BILL OF QUANTITIES

C2.2 BILL OF QUANTIESCONTENTS

Section 1200 : General Requirements and ProvisionsSection 1300 : Contractors Establishment on Site and General ObligationsSection 1500 : Accommodation of TrafficSection 1600 : OverhaulSection 1700 : Clearing and GrubbingSection 2100 : DrainsSection 2200 : Prefabricated CulvertsSection 2300 : Concrete Kerbing, Concrete Channelling, Chutes and Downpipes, and Concrete Linings

for Open GrainsSection 3100 : Borrow MaterialsSection 3200 : Selection, Stockpiling and Break-down the Material from Borrow Pits, Cuttings and

Existing Pavement Layers, and Placing and Compacting the Gravel LayersSection 3300 : Mass EarthworksSection 3400 : Pavement Layers of Gravel MaterialSection 5100 : Pitching, Stonework and Protection against ErosionSection 5200 : GabionsSection 5600 : Road SignsSection 5900 : Finishing the Road and the Road Reserve and Treating Old RoadsSection 8100 : Testing

C2.3 SUMMARY

Page 116: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.2.1

SQ1 PREAMBLE TO SCHEDULE OF QUANTITIES

SQ1.1 General

SQ1.1.1 The General Conditions of Contract, the Special Conditions of Contract, the Specifications (includingthe Project Specification), and the Drawings are to be read in conjunction with the Schedule ofQuantities.

SQ1.1.2 (a)The Schedule comprises items covering the Contractor’s profit and costsof general liabilities and of the construction of temporary and permanent works.

(b) The Tenderer is at liberty to insert a rate of his own choosing for each item in the Schedule and his attention isdrawn to the fact that the Contractor has the right, under various circumstances, to payment foradditional works carried out and that the Engineer is obliged to base his assessment of the rates tobe paid for such additional work on the rates inserted in the schedules by the Contractor.

(c) Clause 8 of each standardized specification and the measurement and payment clause of each particularspecification, read together with the relevant clauses of the Project Specification, set out whatancillary or associated activities are included in the rates for the operations specified.

SQ1.1.3 Descriptions in the schedule of quantities are abbreviated and the schedule has been drawn upgenerally in accordance with the latest issue of Civil Engineering Quantities*. Should any requirementof the measurement and payment clause of the applicable standardised specifications, or the ProjectSpecification, or the particular specifications, conflict with the terms of the schedule or, whenrelevant, Civil Engineering Quantities*, the requirements of the standard project, or particularspecification, as applicable, shall prevail.

SQ1.1.4 Unless otherwise stated, items are measured net in accordance with the Drawings, and no allowancehas been made for waste.

SQ1.1.5 The prices and rates to be inserted in the Schedule of Quantities are to be the full inclusive prices tothe Employer, excluding VAT, for the work described under the several items. Such prices shallcover all costs and expenses that may be required in and for the construction of the work described,and shall cover the cost of all general risks, liabilities, and obligations set forth or implied in thedocuments on which the tender is based.

SQ1.1.6 A price or rate is to be entered against each item in the Schedule of Quantities, whether the quantitiesare stated or not. An item against which no price is entered will be considered to be covered by theother prices or rates in the schedule.

SQ1.1.7 The Tenderer shall price each item in the Schedule of Quantities in ink (preferably black).

SQ 2 TENDERED SUM

The Tenderer shall base his tendered rates and prices in the Schedule of Quantities on fulfilling andcomplying with all the requirements of the Tender Document. The Tender Sum stated in the Tendershall be computed from these rates and prices.

SQ 3 VALUE-ADDED TAX

All prices shall be quoted in the currency of the Republic of South Africa. The tendered rates shallexclude Value-Added Tax, but shall include all District Council levies and all other taxes and duties.

Provision has been made on the summary page of the Schedule of Quantities for the addition ofVAT.

SQ 4 ACCURACY OF QUANTITIES STATED IN THE SCHEDULE

The numerical quantity stated against each item in the Schedule is approximate and does notnecessarily represent the actual amount of work to be done. The Contractor is not to place his ordersfor material based solely on these quantities.

Page 117: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 1200

Item Description Unit Quantity Rate Amount

1200 GENERAL REQUIREMENTS AND PROVISIONS

B12.01 Excavation

(a) 0m to 2m

(i) soft material m³ 20

(ii) hard material m³ 4

(b)

(i) soft material m³ 5

(ii) hard material m³ 1

B12.02 Backfilling

(a) Using the excavated material m³ 16

(b) Using imported selected material m³ 4

B12.03(a)

Prov sum 1 1 000,00R 1 000,00R

(b)

% 1 000,00R

B12.04 Provision for a Community Liaison Officer

(a)

Prov sum 1 23 200,00R 23 200,00R

(b) Handling costs and profit in respect of sub-item B12.04 (a) % 23 200,00R

E12.05 Provision for training

(a) Generic skills Prov sum 1 20 000,00R 20 000,00R

(b) Entrepreneurial skills Prov sum 20 000,00R 10,00 200 000,00R

(c)

% 220 000,00R

(d) Training venue (only if required) L. Sum 1 3 000,00R 3 000,00R

E12.06 PROVISSIONAL SUM STATED BY THE ENGINEERS

a) Engineering Technician Prov sum 1 80 000,00R 80 000,00R

b) Health and Safety Agent Prov sum 1 40 000,00R 40 000,00R

c) Enviromental Prov sum 1 40 000,00R 40 000,00R

% 160 000,00R

Manzana Internal Streets

Sakhisizwe Local Municipality

Handling costs and profit in respect of sub-item E12.05(a)

and (b) above

d) Handling costs and profit in respect of sub-item (a),(b)

and (c) above

SECTION 1200 TOTAL CARRIED TO SUMMARY

Excavating material within the following depth ranges

below ground level for the exposing of/or searching for

services:

Extra over item B12.01(a) for excavation by means of

hand tools such as picks, crowbars and pneumatic tools

or mechanical breakers in close vicinity of services where

no machine excavation is permitted:

Allow a provisional sum for existing services to be

relocated and/or protected as ordered by the engineer

Handling costs and profit in respect of sub-item B12.03(a)

above

Provisional sum for the payment of the Community

Liaison Officer and PSC Members

Page 118: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 1300

Item Unit Quantity Rate Amount

13.00

13,01

(a) Lump Sum 1

(b) Valued-related obligations Lump Sum 1

(c) Time-related obligation Month 4

B.13.02 Occupational Health & Safety

(a) Preparation of Health & Safety Plan Lump Sum 1

(b) Lump Sum 1

(c) Health & safety induction training of employees Lump Sum 1

(d)

B.13.03 Supply and erect one contract nameboard Lump Sum 1

R

The contractor's general obligations

4

Compilation of a Risk Assessment prior to

commencement of Construction.

Compilation and keeping up with date the Health &

Safety file which shall include all documentation

required in terms of the Act. Implementation of the

health and Safety plan over the entire construction

Month

Carried forward to summary of bill of quantities

CONTRACTOR'S ESTABLISHMENT ON SITE AND

GENERAL OBLIGATIONS

Sakhisizwe Local Municipality

Manzana Internal Streets

Fixed obligations

Description

Page 119: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 1500

Item Unit Quantity Rate Amount

15.00

15,01

15,03 Temporary traffic-control facilities

a) man-days 20

b) No 4

e) No 4

f) No 4

d) No 4

h) No 4

ii) No 4

i) No 4

j) No 20

RCarried forward to summary of bill of quantities

Mounted back-to-back

Amber flicker lights for use by the Engineer

and his staff

Delineators (DTG50J) (600mm high )x 200mm wide:

Moveable barricade/road sign combination (6m wide)

Flagmen

Traffic cones (750mm high)

Road signs and TW- series (600mm)

Portable STOP and GO-RY signs

Sakhisizwe Local Municipality

Manzana Internal Streets

Road signs R- and TR- series (600mm)

Accommodating traffic and maintaning temporary

deviations

Description

ACCOMODATION OF TRAFFIC

Page 120: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 1600

Item Unit Quantity Rate Amount

16.00

16,01

m³ 4050

16,02

m³-km 12600

R

OVERHAUL

Overhaul on material halued in excess of 1 km

(ordinary overhaul)

Sakhisizwe Local Municipality

Manzana Internal Streets

Overhaul on material hauled in excess of 0.5 km,

for haul of up to or through 1 km (restricted

overhaul)

Description

Carried forward to summary of bill of quantities

Page 121: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 1700

Item Unit Quantity Rate Amount

17.00

17,01 ha 3,15

17,02

(a) No -

(b) No -

17,04

m² -

17,05

(a)

m³ -

R

Clearing out of hydraulic structures

Carried forward to summary of bill of quantities

Clearing and grubbing

Clearing and grubbing at inlets and outlets of

hydraulic structures

Removal and grubbing of large trees and tree

stumps

Girth exceeding 1 m up to 2 m

Pipes with an internal diameter up to and including

750 mm

Girth exceeding 2 m up to 3 m

Sakhisizwe Local Municipality

Manzana Internal Streets

Description

CLEARING AND GRUBBING

Page 122: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 2100

Item Unit Quantity Rate Amount

21.00

21,01

(a) Excavating soft material situated within the following

(i) m³ 810

21,02 m³ 0

RCarried forward to summary of bill of quantities

Clearing and shaping of existing open drains

Excavation for open drains:

DRAINS

depth ranges below the surface level:

0 m up to 1.5 m

Sakhisizwe Local Municipality

Manzana Internal Streets

Description

Page 123: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 2200

Item Unit Quantity Rate Amount

22.00

22,01

(a)

(i) m³ 197,64

(ii) m³ 35,14

(b)

m³ 24,00

22,02

a) m³ 89,60

b) using imported material m³ 14,00

22,03

(a)

i) m 0,00

ii) m 109,80

iii) m 14,64

22,05

(a)

(i) m Rate Only

(b)

(i) m 48,80

22,06

(a) m Rate Only

(b) m Rate Only

22,07

(b)

(i) m³

R

1500 mm x 1500 mm Class 100S

Concrete pipe culverts

Class 40/19

Total Carried forward

Description

Excavating soft material situated within the following

PREFABRICATED CULVERTS

600mm diameter Class 75D

Portal and rectangular culverts:

900mm diameter Class 75D

exceeding 1.5 m and up to 3.0 m

450 mm diameter Class 75D

Portal and rectangular culverts

0 m up to 1.5 m

Excavation

depth ranges below the surface level:

using the excavated material

Concrete pipe culverts

Backfilling

Extra over subitem 22.01(a) for excavation in hard

1500 mm x 1500 mm Class 100S

In floor slabs for portal or rectangular culverts, including and

Class U2 surface finish

Without prefabricated floor slabs

Cast insitu concrete and formwork

Extra-over items 22.03 and 22.04 for the construction of

inclined culverts

Sakhisizwe Local Municipality

Manzana Internal Streets

Complete with prefabricated floor slabs

material, irrespective of depth

On Class C bedding:

Page 124: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 2200

Item Unit Quantity Rate Amount

22,10

(a) ton 0,04

(b) ton 0,58

(b) ton 0,98

(c) ton 3,07

(b) ton 0,93

(c) m2

121,92

22,11 kg 150,00

22,17

b)

ii) No 20,00

iii) No 4,00

RCarried forward to summary of bill of quantities

Total brought forward

Sakhisizwe Local Municipality

High tensile steel bars Y20

Manholes, catchpits, inlet and outlet structures complete

Catchpits, construction complete

Steel reinforcement

1,5 m to 2,0 m deep

1,0 m to 1,5 m deep

Dowels for old and new concrete

Welded steel fabric (Ref 256)

High tensile steel bars Y12

High tensile steel bars Y16

High tensile steel bars Y10

Mild steel bars R12

Description

Manzana Internal Streets

Page 125: SAKHISIZWE LOCAL MUNICIPALITY

SECTION 2300

Item Unit Quantity Rate Amount

23.00

23,16

a) m3

24,75

RCarried forward to summary of bill of quantities

Description

Concrete dished drain

CONCRETE KERBING, CONCRETE CHANNELING,

CHUTES AND DOWNPIPES, AND CONCRETE LININGS FOR

OPEN DRAINS

25MPa

Sakhisizwe Local Municipality

Manzana Internal Streets

Page 126: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 3100

Item Decription Unit Quantity Rate Amount

31.00 BORROW MATERIALS

31,01 Excess overbudden m3

304

31,03 Finishing-off borrow areas in:

(a) Hard material ha 1

(b) Intermediate material ha 1

(c) Soft material ha 3

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 127: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 3200

Item Decription Unit Quantity Rate Amount

32.00 SELECTION, STOCKPILING AND

BREAKING DOWN THE MATERIAL FROM BORROW

PITS, CUTTINGS AND EXISTING PAVEMENT LAYERS,

AND PLACING AND COMPACTING THE GRAVEL LAYERS

32,04 Removal of oversize pavement material m³ 67,50

32,05 Additional normal grid rolling m³ - Rate Only

32,06 Stockpiling of material m³ 318,75

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 128: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 3300

Item Description Unit Quantity Rate Amount

33.00 MASS EARTHWORKS

33,01 Cut and borrow to fill, including free-haul up to 0.5 km

a) Material in compacted layers of 200 mm thickness and

less:

i) Compacted to 90% of modified AASHTO density m³ 50

ii) Compacted to 93% of modified AASHTO density m³ 2450

33,03 Extra-over itme 33.01 for excavating and breaking down materials in:

(a) intermediate excavation m³ 1075

(b) hard excavation m³ 25

33,04 Cut to spoil, including free-haul up to 0,5 km. Material

obtained from:

a) soft excavation m³ 5800

b) intermediate excavation m³ 58

c) hard excavation m³ 116

33,07 Removal of unsuitable material (including free-haul of 0.5km):

a) In layer thickness of 150 mm and less:

i) Stable material m³ 49

b) In layer thickness exceeding 150 mm:

i) Stable material m³ 49

33,09 Material bladed to windrow m³ 123

33,10 Roadbed preparation and compaction of material

(b) Compaction to 93% of modified AASHTO density m³ 4050

33,12 In situ treatment of roadbed:

a) In situ treatment by ripping m³ 0

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 129: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 3400

Item Description Unit Quantity Rate Amount

34.00 PAVEMENT LAYERS OF GRAVEL

34,01 Pavement layers constructed from gravel taken from cut or

borrow, including free haul up to 1 km

(h) 150 mm thick gravel wearing course compacted to:

(ii) 95% of modified AASHTO density m³ 3375

R - Carried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 130: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 5100

Item Description Unit Quantity Rate Amount

51.00 PITCHING, STONEWORK AND PROTECTION

AGAINST EROSION

51,01 Stone pitching:

b) Grouted stone pitching m2

1500,00

51,03 Stone mansory walls:

a) Cement-mortared stone walls m2

150

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 131: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 5200

Item Description Unit Quantity Rate Amount

52.00 GABIONS

52,01 Foundation trench excavation and backfilling

(a) In solid rock (material requiring blasting) m3

- Rate Only

(b) In all other classes of material m3

300

52,02 Surface preparation for bedding the gabions m2

100

52,03 Gabions (Class A):

(a) Galvanised gabion baskets (2.7 mm dia.)

(i) 2 m wide x 1 m deep x 1m thick m3

150

(b) Galvanised reno mattresses (2.5 mm)

(i) 2 m x 1 m x 0.3 m m3

20

52,05 Filter fabric

(a) Bidim U24 or similar m2

100

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 132: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 5600

Item Description Unit Quantity Rate Amount

56.00 ROAD SIGNS

56,01 Road sign boards with painted or coloured semi-matt

background. Symbols, lettering and borders in semi-matt

black or in Class 1 retro-reflective material, where the sign

board is constructed from:

(c) Prepainted galvanized steel plate (chromadek or approved

equivalent)

i) Octagonal "STOP" sign 600mm width (ref. R1) No. 3

ii) 400mm x 400mm single sided "Sharp Curve Chevron" No. 2

hazard marker signs, (ref W405)

iii) 400mm x 400mm single sided "Sharp Curve Chevron" No. 5

hazard marker signs, (ref W409)

iv) 2400mm x 400mm single sided "T Junction Chevron" No. 3

hazard maker signs, (ref W409)

56,03 Road sign supports (overhead road sign structures

excluded):

a) Timber (Tar-treated 150 mm diameter)

(i) 2.1 m long No 13

56,05 Excavation and backfilling for road sign supports m3

0,59

56,06 Extra over item 56.05 for cement-treated soil backfill m3

2

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 133: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 5900

Item Description Unit Quantity Rate Amount

59.00 FINISHING THE ROAD AND ROAD RESERVE

AND TREATING OLD ROADS

59,01 Finishing the road and road reserve:

b) Single carriageway road km 4,5

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 134: SAKHISIZWE LOCAL MUNICIPALITY

Manzana Internal Streets SECTION 8100

Item Description Unit Quantity Rate Amount

81.00 TESTING MATERIALS AND WORKMANSHIP

81,02 Other special tests requested by the engineer Prov Sum 1

RCarried forward to summary of bill of quantities

Sakhisizwe Local Municipality

Page 135: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.2.1

FORM C2.3 SUMMARYSECTION DESCRIPTION AMOUNT

R c1200 General Requirements and Provisions R

1300 Contractor's Establishment on Site and GeneralObligations

R

1500 Accommodation of Traffic R

1600 Overhaul R

1700 Clearing and Grubbing R

2100 Drains R

2200 Prefabricated Culverts R

2300 Concrete Kerbing, Channelling, Chutes & DownPipes and Concrete Lining for Open Drains

R

3100 Borrow Material R

3200 Selection & Stockpiling R

3300 Mass Earthworks R

3400 Pavement Layers of Gravel Material R

5100 Pitching, Stonework & Protection Against Erosion R

5200 Gabions R

5600 Road Signs R

5900 Finishing R

8100 Testing Material & Workmanship R

NET-TOTAL R

Allow the sum of 5% (five percent) of the above Sub-totalfor Contingencies to be spent as the Engineer may directand to be deducted in whole or in part if not required.

R

TENDER AMOUNT R

VAT @ 15% R

Total Carried to Form of Offer R

Page 136: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC2.2 Bill of Quantities

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C2.2.1

DECLARATION (In respect of completeness of Tender)

Sakhisizwe Local Municipality

P. O. Box 26

Cala

5455

Telephone: 047 877 5200

I/We, the undersigned, do hereby declare that these are the properly priced Bills of Quantities forming part C2.2

of this Contract Document containing 18 pages (including summary) in consecutive order upon which my/our

tender for the Bid No: R/EC/6367/09/09, CONSTRUCTION OF MANZANA ACCESS ROADS has been based.

Also, as stated in the Contract Data, the works shall be completed within ……………….. Weeks, exclusive of the

year end break and special non-working days falling outside thereof, and inclusive of the 28-day period referred

to in Contract.

------------------------------------------------------------------------SIGNATURE OF TENDERER/S

-----------------------------------------------------------DATE

Page 137: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

FORM C3 SCOPE OF WORK

Page 138: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.2

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

C3 SCOPE OF WORK

C3.1 DESCRIPTION OF THE WORKS

C3.1.1 Employer's Objectives and Overview of the Works

This project is intended for the construction of 4,5km of gravel for internal streets and related storm waterdrainages to Manzana village within Sakhisizwe Local Municipality.

C3.1.2 Description of Site and Access

The project area is in Manzana village of Sakhisizwe Municipality which falls under the jurisdiction of ChrisHani District Municipality, and the nearest town is Cala. The site can be accessed via R410 from Cala Townto Queenstown, approximately 3 km from Cala CBD towards Queenstown, then take DR08449 to Manzanavillage and the start of the proposed road is 7km from R410 and DR08449 Tee Junction.

C3.1.3 Extent of the Works

The scope of works under this contract includes the following activities but not limited only to: Clearing the site of fencing, rubble, vegetation, vestiges of all past human endeavours, and

other unwanted materials and the disposal thereof; Rehabilitation of open drains for stormwater and construction of stone pitching; Rip and Re-compact of existing road to form Roadbed; Importation of suitable gravel material from borrow pits; Spreading and compaction of gravel wearing course to the required density; Trench excavation for stormwater pipes and other stormwater drainage structures. Laying, bedding, jointing, testing and backfilling of stormwater pipes. Construction of headwalls, and other ancillary structures where required. Road signs.

C3.1.4 Maintenance Works

The Contractor is responsible for the maintenance of the Works during construction and during thespecified 6 months Maintenance Period (defect liability period) commencing from the date of the practicalcompletion of all the Works.

C3.1.5 Other Simultaneous Contracts

There will be no other contracts on the site.

Page 139: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.3

C3.1.6 Site Security

The Contractor shall take every precaution to ensure safety on site and to protect the Works and temporaryworks from theft and vandalism. The Contractor will be responsible for the safety and security of hispersonnel, materials on site and the Works in general at all times.

The Contractor shall therefore acquaint himself with the current situation in the area (liaising with the localPolice and Community Forums if necessary) and shall provide all security measures, including theemployment of security services, as he deems necessary to comply with the requirements of this clause.

C3.1.7 Temporary works

The Contractor shall at all times ensure that his operations do not endanger any member of the public. Alloperations shall be in terms as specified in the Occupational Health and Safety Act as well as per theConstruction Regulations.

C3.1.8 Drawings

The following drawings are issued with this Document and shall be used for tendering purposes only:

DRAWING NO TITLE

BCE /SLM / CMAR / LP1 Locality Plan

BCE /SLM / CMAR / LC00 Road Layout Plan Sheet 1 of 1

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 1 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 2 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 3 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 4 of 5BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-section Details Sheet 5 of 5

BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-section Details Sheet 1 of 2BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-section Details Sheet 2 of 2

BCE /SLM / CMAR / TD01 Roads Typical Details and Stormwater Details

BCE /SLM / CMAR / L00 Low Level Bridge Details

C3.1.9 Procurement

C3.1.9.1 Employment of a Community Liaison Officer (CLO)

A CLO will be employed in this contract.

C3.1.9.2 Labour Intensive Construction (LIC) Work

General

Contractors are encouraged to promote LIC methods where and when possible by utilising temporary locallabour from the surrounding local communities.

The chief aim of utilising LIC construction methods on this project is to afford an opportunity to the greatestpossible number of members of the local community (and possibly surrounding communities if thecircumstances warrant it and approval is granted by the Employer) to obtain temporary employment andwhere applicable to obtain certified and accredited in-service training, to increase their level of experienceand enhance their ability to secure future employment.

Page 140: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.4

There are specific requirements regarding labour intensive construction (LIC) and the use of affirmativebusiness enterprises (ABE’s) and historically disadvantaged individuals (HDI’s) and with regard to training.

Contractors are encouraged to maximise labour based construction activities (*) and the Works andactivities shall be so programmed and executed that those operations and activities that can reasonably bedone by means of hand labour are so performed.

(*) Although the Contract will be one which requires predominately mechanised constructional plant andequipment, there are certain operations which lend themselves to labour intensive construction methodsand such operations are identified in Clause C3.3.2.4 below.

The Community

The Community shall for the purpose of this Contract be considered to include all residents of differentvillages of Sakhisizwe Municipality residing within a ten kilometre radius of the project site.

Recruitment of Local Labour

Upon receipt of the Letter of Tender Acceptance the Contractor shall expeditiously proceed to arrange forthe recruitment of local labour.

Most of the labour employed on the Contract shall, insofar as such labour is available, be recruited form thelocal Community stated above, unless it shall be agreed between the Employer, the Engineer and theContractor that labour residing in neighbouring communities may be recruited and employed.

LIC Activities

Contractors are encouraged to carry out the following activities with local labour using LIC methods aftersuitable training:

(i) Excavation of shallow trenches up to 1, 0 m depth for stormwater structures.(ii) Backfilling and compaction of all the above-mentioned trenches.(iii) Batching, mixing and transport on site of all concrete for blinding to headwalls, sign posts,

stone pitching where applicable and other structures, kerb bedding etc.

The Contractor is encouraged to add activities to the above list, but he shall ensure that the specifiedstandards of construction will be achieved.

Although it is the intention that the above activities be carried out by labour intensive construction methodsthe Contractor may propose to the Engineer alternative ways in which the work is to be executed. TheEngineer's approval of these alternative methods will not be unreasonably withheld from the Contractor.

C3.1.9.3 Employment of Local Labour

Amount of Labour Offered

The Contractor shall submit detailed daily labour records to the Engineer indicating respectively thenumbers of permanent and temporary local employees employed on the Works and the activities on whichthey were engaged.

Payment and Productivity

In order that the project is economically viable, and the employment of labour is not merely a "hand-out" tothe local community, it is important that payment of the labour force is linked to productivity. Increasedproductivity can be achieved by utilising the "Task Work" principle (see Clause C3.3.5), in terms of which

Page 141: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.5

the Contractor will be required to reward the labour force on the basis of Tasks completed, subject to theminimum rate of payment per day in terms of Clause C3.3.4

Payment to the local labour force shall be made on a fortnightly basis in respect of Tasks completed duringthe period.

Conditions of Temporary Employment

The Conditions of Temporary Employment stated below, and the Task Work principles given in ClauseC3.3.5 have been based on the Framework Agreement between the Congress of South African TradeUnions (COSATU) and the National Committee for Labour Intensive Construction (NCLIC).

The tendered rates and prices will be held to have been based on the following conditions:

SCHEDULED CONDITIONS FOR TEMPORARY EMPLOYMENTRate of payment for Task Work related activities Statutory minimum daily wageMinimum rate of payment for labour (participating inactivities where no production rate is specified)

Statutory minimum daily wage

Normal working hours per day 9,25 hoursTransport to site NilPayment for all special non-working days (except Sundaysand non-working Saturdays) - Clause 5.8 of GeneralConditions of Contract:

• Where the worker does not work

• Where the worker does work

Statutory minimum daily wage

2 x Task-rate or 2 x statutoryminimum daily wage where noproductivity is specified

Payment during accredited training 50% of statutory min daily wageNotice of termination of temporary employment 7 daysSeverance pay NilWorkmen’s Compensation Act (WCA ) benefits ApplicableUnemployment Insurance Fund Applicable

Any changes to the above scheduled employment conditions after the closing of the Tender which affectsthe Cost of the Works will be dealt with in accordance with Clause 6.8.4 of the General Conditions of theContract. The said employment conditions are not negotiable between the Contractor and any partywhatsoever and shall only be amended on written order by the Engineer.

The rate of payment to local labour will be based on the accepted contractual productivity levels. TheEngineers Representative will monitor productivity to ensure that this principle is carried out. For labourintensive construction (LIC) activities where no production rate is applicable, the minimum rate of paymentper working day specified above shall apply.

The following conditions of work shall complement the conditions of employment described above:

(i) Protective clothing shall be supplied to an employee in accordance with the requirement ofthe Occupational Health and Safety Act.

(ii) Persons under the age of sixteen years shall not be permitted to work on labour intensiveprojects.

(iii) The Contractor shall give to an employee, at the earliest possible opportunity, an inductionto and training in terms of the Occupational Health and Safety Act.

(iv) The Contractor shall give to an employee, at the earliest possible opportunity, notice of thetermination of the project and/or the requirements of that employee's participation in theproject; provided that such notice shall not be less than 7 days. Payment may be madein lieu of such notice.

Page 142: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.6

(v) The employee shall, upon termination of his services, be entitled to a certificate of serviceshowing the full names of the employer and the employee, the type of work done by theemployee, the date of commencement, a record of training received and the date oftermination of the contract and the rate of payment on the date of termination.

(vi) An employee shall not be required or permitted to work for more than five hourscontinuously without a meal interval of not less than half an hour during which intervalsuch employee shall not be required or permitted to perform any work.

(vii) All labour employed on the Site shall be covered by the Workmen's CompensationAct: refer Clause 38. (7) Of the Special Conditions of Contract.

Task Work Related Activities

A Task shall be determined on the basis of what an average person from the local community couldcomplete in a day. A Task shall be defined on the said basis with regard to the prevailing physical conditionse.g. soil density and other regulatory conditions as specified in Clause C3.3.4.

A task is a quantified activity or operation to be performed by a person/labourer in one ordinary working day.The quantification of tasks shall be based on individual employees or a group of employees.

The activities and production rate ranges given in the schedule below have (where indicated) previouslybeen agreed to and sanctioned by the South African Federation of Civil Engineering Contractors (SAFCEC):Western Cape Branch to be realistic and must be used as a guideline by the Bidders/Contractor in thepreparation of his tender in as far as LIC construction methods are concerned.

SCHEDULE OF DAILY TASK PRODUCTION RATE PARAMETERSACTIVITY PRODUCTION RATE

(quantity per task per day)No Description Unit From: To:1.1.11.21.31.422.13.4.

5.

6.6.16.26.37.8.9.10.

Excavation:- Soft (sandy) material: 0 to 1,0 m deep- Ditto: 0 to 1,5 m deep- Clayey material: 0 to 1,0 m deep- Ditto: 0 to 1,5 m deep

Backfilling in:- Soft (sandy) material: 0 to 1,5 m deepTrim and compact roadbedPlace and compact sidewalk material (calcreteor ferricrete): 100 mm thickPlace and compact base course or subbase(excluding mixing): 150 mm thickManufacture (pre-casting):- Kerbs (0,3 to 1,0 m length)- Bricks- BlocksBrickwork to manholes and similar (220 mm thick)Laying block work to toiletsMixing concretePlace and spread sand asphalt

m3

m3

m3

m3

m3

m2

m2

m2

NoNoNom3

m3

m3

t

21,110.7

238

25

15

1580601,52,00,72,5

5,5432,8

575

50

30

252001503,75,035,2

FOLLOWING HAVE NOT YET BEEN SANCTIONED BY SAFCEC

11.11.111.212

Backfilling in:- Soft (sandy) material: 1,5 to 2,5 m deep- Clayey material: 0 to 1,5 m deepWheelbarrow haul

m3

m3

m3.m

1,81,2270

4,53,5700

Page 143: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.7

C3.2 APPLICABLE STANDARDISED SPECIFICATIONS

C3.2.1 Applicable SANS Standards for Construction Works

The following SANS specifications are also referred to in this document and the Contractor is advised toobtain them from Standards South Africa (a division of SABS) in Pretoria.

SANS 10396: 2003: Implementing Preferential Construction Procurement Policies using TargetedProcurement Procedures

SANS 1914-1 (2002): Targeted Construction Procurement

SANS 1921-1 (2004): Construction and Management Requirements for Works Contracts Part 1: GeneralEngineering and Construction Works

SANS 1921-6 (2004): Construction and Management Requirements for Works Contracts Part 6: HIV/AIDSAwareness

C3.2.2 Applicable National and International Standards

The Standard Specification for Road and Bridge Works for State Authorities 1998, prepared by theCommittee of Land Transport Officials, (COLTO), as amended, shall apply to this Contract.

C3.2.3 Particular / Generic specifications

The following Project Specifications and Particular Specifications apply:

PS 1 GENERAL DESCRIPTION OF CONTRACT

This project is intended for the construction of 4,5km of gravel for internal streets and related storm waterdrainages to Manzana village within Sakhisizwe Municipality.

Labour intensive construction activities are included in the Contract, viz. hand excavation, bedding, pipelaying, blanket fill, backfill, concrete lining to side drains and removal of oversize material.

PS 2 DESCRIPTIONS OF THE SITE AND ACCESS

The project area is in Manzana village of Sakhisizwe Municipality which falls under the jurisdiction of ChrisHani District Municipality, and the nearest town is Cala. The site can be accessed via R410 from Cala Townto Queenstown, approximately 3 km from Cala CBD towards Queenstown, then take DR08449 to Manzanavillage and the start of the proposed road is 7km from R410 and DR08449 Tee Junction.

The operation of construction vehicles on existing roads or streets, or on streets which have beencompleted to the level of sub-base or base, shall be limited to traffic with an axle load not exceeding thatallowed by the Road Traffic Ordinance of the authority concerned, or any amendment thereof. Hauling isstrictly forbidden on sections of streets that have been completed as described above. The Contractor shallmake use of temporary haul roads, or where not practically possible, program his work in such a mannerthat the haulage of materials shall be restricted to that required for the particular section of road. Noadditional payment shall be made for the use of temporary haul roads and all relevant costs shall bedeemed to be covered by the appropriate rates.

Page 144: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.8

The Contractor must note that no payment will be made for the construction of temporary access roads tothe construction site, borrow-areas or to the spoil sites.

If the Contractor does make use of existing roads for the hauling of materials to or from the site, he shall beheld responsible to clear any spillage caused by his activities on or near the roads by whatever meansnecessary, within two (2) days after such spillage has occurred. No additional payment will be made for theclearance of spillage and all relevant costs will be deemed to be covered under the relevant items.

PS 3 CONSTRUCTION PROGRAMME

The time for completion on this Contract is as shown in the Contract Specific Data and includes theallowance for inclement weather. All statutory holidays for the Civil Engineering Industry falling within theauthorised Contract period, will be allowed as extensions to this period, but the Contractor will not be paidadditional Time-Related charges for these days.

The Contractor shall submit a preliminary programme with his Bid indicating the main activities to be carriedout.

Any work carried out prior to approve sureties and proof of insurances being submitted will be at theContractor’s risk. The start and completion dates of the Contract will however not be adjusted due to latesubmission of approved sureties.

The Contractor shall submit to the Engineer within 14 days of receiving the Letter of Acceptance from theEmployer, a detailed programme setting out clearly the sequence of work, and the resources which heintends to use, and a projected Cashflow for the various sections of the work. The programme shall besubmitted in the form of a bar chart. The quantity of work applicable to each bar item as well as the rate, atwhich the work will be completed, shall be shown on each bar.

If the programme is to be revised by reason of the Contractor falling behind his programme, he shallproduce a revised programme showing modifications to the original programme necessary to ensurecompletion of the works or any part thereof within the time of completion as defined or any extended timegranted. Any proposal to increase the tempo of work must be accompanied by positive steps to increaseproduction by providing more labour and plant on site, or by using the available labour and plant in a moreefficient manner.

Failure on the part of the Contractor to submit or work according to the approved programme or revisedprogramme, shall be sufficient reason for the Employer to take steps as provided for in the GeneralConditions of Contract.

The approval by the Engineer of any programme shall have no contractual significance, other than that theEngineer would be satisfied if the work is carried out according to such programme, and that the Contractorundertakes to carry out the work in accordance with the programme. It shall not limit the right of theEngineer to instruct the Contractor to vary the programme should circumstances make this necessary.

PS 4 DETAILS OF THE CONTRACT

PS 4.1 MAIN CONTRACT

Work included in this contract involves the following:

1. Clearing the site of fencing, rubble, vegetation, vestiges of all past human endeavours,and other unwanted materials and the disposal thereof;

Page 145: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.9

2. Rip and Re-compact existing road layer to form road bed;

3. Provision of side drains;

4. Rehabilitation of existing stormwater facilities on site;

5. Installation of Class 100D Concrete pipes;

6. Importation and processing of gravel material to 150mm thickness for a width varyingfrom 2.5m to 7m;

7. Installation of road signs;

8. Installation of name board.

The Employer reserves the right to reduce the scope of works depending on the availability of funds. Thegravel surfacing layer must comply with the following

a. The material for GWC to be Class E as defined in Table 1 of TRH20

b. Where in-situ material is utilized the material to be broken down to the grading

specification as defined in a modified Table 1 of TRH 20 as follows:

(i) Maximum Target size 37.5mm

(ii) Oversize Index maximum 5%

(iii) Shrinkage Product 100 – 365 (max. 240 preferable)

(iv) Grading coefficient (GC)c: 16 - 34

(v) CBR: = 15 at = 95 per cent Mod AASHO compaction and OMC

c. The imported GWC to be 150mm thick and compacted to 95% Mod AASHTO density

unless specified otherwise by the Engineer in writing.

PS 4.2 LABOUR INTENSIVE CONSTRUCTION METHODS

The portions of the Works to be constructed utilising labour-intensive construction methods only, unlessotherwise instructed by the Engineer and in accordance with the further provisions of the relevant sectionsof the Project Specifications set out in Portion 2, shall be:

excavation of pipe trenches where the ground permits economic production;

mixing, transporting, placing and finishing of all concrete;

excavation (in soft and intermediate materials);

spoiling of all materials within distance not exceeding 20 meters;

transportation of all earthworks for distances not exceeding 20 meters;

removal of all oversize materials;

cleaning and tidying up the Site

Failure to construct these portions of the Works using local labour-intensive construction methods shallrender the Contractor liable to pay to the Employer the penalty that is indicated in the “Contract Part 1 :Contract Data Completed by the Employer”

In respect of those portions of works which are not listed above, the construction methods adopted andplant utilised shall be at the discretion of the Contractor, provided always that the construction methodsadopted and plant utilised by the Contractor are appropriate in respect of the nature of the Works to beexecuted and the standards to be achieved in terms of the Contract.

Page 146: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.10

PS 4.3 RESTRICTION OF THE USE OF PERSONNEL IN THE PERMANENT EMPLOY OF THECONTRACTOR

The Contractor shall limit the utilisation on the Works, of his permanent employed personnel to that of keypersonnel only and shall execute and complete the Works utilising a Temporary Workforce of localresidents, employed directly by the Contractor through the Community Liaison Officer (CLO).

PS 5 SITE FACILITIES AVAILABLE

PS 5.1 SOURCES OF WATER SUPPLY AND POWER SUPPLY

The Contractor shall make his own arrangements for the provision of water for domestic use, site works andthat, which is required for compaction purposes.

The Contractor shall take note that no direct payment will be made for any costs incurred for the provision ofa water supply point, nor for the cost of water drawn. Payment for the aforementioned shall be deemed tobe covered by the rates and price tendered and paid for the various items of work included under theContract.

The Contractor shall make himself thoroughly acquainted with the regulations relating to the use of water inthe area and shall take adequate measures to prevent the wastage of water.The Employer accepts no responsibility for a shortage of water at the allocated supply point due to anycause whatsoever, nor for additional costs incurred by the Contractor as a result of such shortage.

The Contractor shall make his own arrangements regarding the supply of electricity. The Contractor shalltake note that no direct payment will be made for any costs incurred for the provision of a power supplypoint, nor for the cost of electricity drawn. Payment for the aforementioned shall be deemed to be coveredby the rates and price tendered and paid for the various items of work included under the Contract.

PS 5.2 LOCATIONS OF CAMP AND DEPOT

The Contractor shall establish his site camp and materials storage area at a mutually acceptable location asapproved by the Engineer. The Contractor shall confine his camp and storage of materials to the areasdesignated or approved by the Engineer. The camp must be kept clean and tidy and, on completion of theconstruction works, the Contractor shall re-instate the areas to the Engineer’s satisfaction.

PS 5.3 HOUSING FOR CONTRACTOR'S EMPLOYEES

No housing is available for the Contractor's employees, and the Contractor shall make his ownarrangements for housing his employees or transporting them to and from the site. The Contractor is in allrespects responsible for the housing and transporting of his employees, and for the arrangement thereof,and no extension of time due to any delays resulting from this will be granted.

PS 6 SITE FACILITIES REQUIRED

PS 6.1 ENGINEER’S SITE FACILITIES

An office for the Engineer is required. The type of office required for the Engineer is specified in relevantsection of the project specifications. Site Meetings will be held in the Contractor’s site office.

Page 147: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.11

PS 6.2 LABORATORY FACILITIES

Not requiredPS 6.3 SANITARY FACILITIES FOR THE CONTRACTOR’S STAFF

The Contractor shall supply chemical toilets for use by his employees and temporary workers and shall beentirely responsible for maintaining such toilets in a clean and sanitary condition to the satisfaction of theEngineer and the health authorities. The number of toilets shall be based on one toilet per fifteen personnelon site and the Contractor shall make his own arrangements and pay all charges for the removal of sewage.Under no circumstances will the Contractor’s staff be allowed to use public toilet facilities.

PS 6.4 TELEPHONE FACILITIES

The Engineer will use his own cellular and office telephones for this Contract. Accounts for use of the saidtelephones will be submitted to the Contractor for payment up to the maximum of R500.

PS 6.5 ACCOMMODATION FOR EMPLOYEES

The Contractor shall make his own arrangements for the accommodation of his employees.

PS 6.6 SECURITY OF CONTRACTOR’S SITE CAMP

Security of the Contractor’s site camp will be the Contractor’s own responsibility and no additional paymentwill be made if additional security measures need to be taken during the Contract.

PS 7 FEATURES REQUIRING SPECIAL ATTENTION

PS 7.1 SAFETY REGULATIONS

Both the "Factories, Machinery and Building Work Act (Act 22 of 1941) and the "Machinery andOccupational Safety Act (Act 6 of 1983)" must, wherever they appear in the standardised specifications, besubstituted by the "Occupational Health and Safety Act (Act 85 of 1993)".

PS 7.2 SURVEY BEACONS

The Contractor shall be solely responsible for the protection of survey pegs.

PS 7.3 "AS BUILT" DRAWINGS

As the work progresses, the Contractor shall keep full records of all amendments to and deviations from thedrawings as issued to the Contractor at the start of the contract. This information must be submittedmonthly by the Contractor with his payment certificate, to the Engineer. The true positions, invert levels andground levels of all services shall be indicated on the drawings, for which purpose the Contractor shallreceive a separate complete set of drawings from the Engineer, at no cost.

The completion certificate shall only be issued after the Engineer has received a properly completed set of"as-built" drawings from the Contractor. No separate payment shall be made for this service, as all costsrelated thereto shall be deemed to be included in the related items.

Page 148: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.12

PS 7.4 CONTROL OF WATER

The Contractor is in all respects responsible for the handling of possible subsurface water. No separatepayment shall be made for this, as all costs related thereto shall be deemed to be included elsewhere in theBided rates.

PS 7.5 FINISHING AND TIDYING

Progressive and systematic finishing and tidying will form an essential part of this contract. Under nocircumstances shall spoil, rubble, materials, equipment or unfinished operations be allowed to accumulateunnecessarily and in the event of this occurring the Engineer shall have the right to withhold payment for aslong as necessary in respect of the relevant works in the area(s) concerned.

PS 8 OCCUPATIONAL HEALTH AND SAFETY SPECIFICATIONS

PS 8.1 NEW CONSTRUCTION REGULATIONS

In terms of the new Construction Regulations, the Contractor is required to provide and demonstrate to theClient a suitably documented OH&S plan based on the specifications contained under this (PS 10) clause.Contractors are at all times to work in accordance with the Regulations.

PS 8.2 OH&S PLAN AT BID STAGE

Bidders shall submit an OH&S plan with their Bid document. This shall be a preliminary plan that may beexpanded on and finalised after award of the contract.

The OH&S Plan should be based on the following principles:

A proper risk assessment of the construction work.

Pro-active identification of potential hazards and unsafe working conditions.

Informing and/or training of employees in hazards and risk areas.

Provision of a safe-working environment and safety equipment.

Ensure the safety of sub-contractors through their safety plans.

Monitor the health and safety on the construction works on a regular basis.

Use competent safety officers.

The preliminary plan submitted with the Bid document shall include, but not be limited to, the following:

PS 8.2.1 Description of the Project

The project entails construction of 4.5 km long gravel access road with associated storm water controlmeasures. The project duration is six months.

Page 149: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.13

PS 8.2.2 Communications and Management of the Works

Management structure and responsibilities.

Details of the construction supervisor, as well as his appointed assistants.

Details of the construction safety officer (full-time or part-time).

Details of the suitability and competency of the above persons regarding the health andsafety of the construction works.

OH&S goals for the project and arrangements for monitoring and review of OH&Sperformance.

Arrangements for:

- Regular liaison between parties on site, including other Contractors.

- Consultation with the workforce.

- Exchange of design information between Client, Engineers (Designers) andContractors on site.

- Handling design changes during the project.

- Selection and control of Sub-contractors.

- Exchange of OH&S information between Client, Engineer, Contractor and Sub-contractors.

- Security, site induction and on-site training.

- Welfare facilities and first-aid.

- Reporting and investigation of accidents and incidents, including near misses.

- Production and approval of risk assessments and method statements.

PS 8.2.3 Site Rules

Information is to be supplied by Bidder.

PS 8.2.4 Fire and Emergency Procedures

Information is to be supplied by Bidder.

PS 8.2.5 Risk Assessment

The Contractor has to provide details of a proper risk assessment on which his health and safety plan isbased and ways in which all construction employees are to be informed, instructed and trained regardinghazards and the related safe-work procedures.

Page 150: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.14

PS 8.2.5.1 Safety risks

Services, including temporary electrical installations. Preventing falls (personnel and equipment). Work with or near fragile materials. Control of lifting operations. Dealing with services (water, electricity, etc). Maintenance of plant and equipment. Poor ground conditions. Traffic routes and segregation of vehicles and pedestrians. Handling and storage of hazardous materials. Work in confined spaces. Trenching operations deeper than 1,5 m. Work at elevated heights (> 3,0 m). Breaking into / demolition of existing structures. Other significant site risks.

PS 8.2.5.2 Health risks

Dust containing cement, silica and other hazardous substances. Manual handling. Use of hazardous chemical substances, including cement, paint, etc. Reducing noise and vibration. Toilet and ablution facilities. Other significant health risks.

PS 8.2.7 Traffic ControlInformation is to be supplied by Bidder.

PS 8.2.8 Safe Work Procedures

Information is to be supplied by Bidder.

PS 8.3 SPECIAL RISKS

Contractors are to take note of the special risks that may be encountered during the project and to includethese special risks in the OH&S plan.

PS 8.3.1 Earthworks

Trenches deeper than 1, 5 m. Wet ground conditions and seepage in the marshy areas. Hard rock in the form of core-stones and boulders. Trenching close to the river (water seepage, unstable ground conditions).

PS 8.3.2 Support Work and Shuttering Vertical shuttering to walls up to 6, 0 m high. Horizontal shuttering up to 5, 0 m above floor level.

PS 8.3.3 Concrete Work Hazardous chemical substances in cement and additives may give rise to skin irritant

and/or dermatitis.

Page 151: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.15

Noise and dust (silica) during cutting and breaking. Use of potentially hazardous plant (grinders, concrete breakers) during cutting and

breaking.

PS 8.3.4 Pipework

Pipes will have to be laid under wet conditions near the river and in the marshy areas. Use of electricity may be hazardous in the wet conditions. Working space may be limited.

PS 8.3.5 Control of Traffic

Access to the site is from existing roads.

PS 8.4 HEALTH AND SAFETY FILE

The Principal Contractor shall open and maintain an OH&S file for the duration of the contract. Oncompletion of the contract, the Principal Contractor shall hand the OH&S file to the Client.

The OH&S file shall include, amongst others, the following:

A list of Subcontractors, Subcontractor Agreements and details of the type of work beingdone.

All drawings and “as-built” drawings and plans used and produced throughout the contract. Design criteria such as design loadings for structural elements. Potential hazards included in the structure, e.g. pre- or post tensioned beams or slabs, load

bearing brickwork, etc. (Details should be provided). General details of construction methods and materials used. Details of the equipment and maintenance facilities within the structure. Maintenance procedures and requirements for the structure. Manuals produced by suppliers and specialist contractors, which include operating and

maintenance procedures and schedules for plant and equipment. Details of the location and nature of utilities and services, including emergency and fire-

fighting systems.

PS 8.5 NOTICE OF CONSTRUCTION WORK

The Contractor shall complete Annexure A – Notification of Construction Work of Regulation 3 of theConstruction Regulations 2003.

The original shall be forwarded to the office of the Department of Labour closest to the site. A copy of theoriginal must be kept on site at all times.

PS 9 UNAUTHORISED PERSONS

The Contractor shall keep unauthorized persons from the works at all times, under no circumstances mayany person except guards be allowed to sleep on the building site.

PS 10 MANAGEMENT MEETINGS

The Contractor is to allow in his rates to attend the following management meetings 1 Site Meeting per month 2 Community Meetings per month

Page 152: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.16

2 Technical Meetings with the Engineer 1 Health and Safety audit meeting per month 1 Health and Safety monitoring meeting per month

PS 11 FORMS FOR CONTRACT ANDMINISTRATION

The Contractor will be required to keep, as a minimum, the following records on site for the duration of theContract

Site Diary Site Request book Site Instruction book Occupational Health & Safety file

PS 12 ELECTRONIC PAYMENTS

The Contractor will be paid via electronic means, or by other means deemed appropriate, by, and at thesole discretion of, the Sakhisizwe Local Municipality.

PS 13 DAILY RECORDS

The Contractor will be required to keep, as a minimum, the following daily records on site for the duration ofthe Contract

Plant on site Personnel on site Weather conditions Safety issues Work activities conducted

PS 14 PAYMENT CERTIFICATES

The Contractor is required to submit the following information with payment certificates to expediteverification and certification by employer.

Proof of payment of local labour Proof of payment of suppliers Proof of ownership of materials on site

PS 15 PERMITS

No permits are required to carry out the normal construction activities

PS 16 EPWP LABOUR-INTENSIVE SPECIFICATIONS

This contract is substantially an EPWP project. Provision shall therefore be made for the installation ofEPWP project branding to the satisfaction of the Engineer. All items in the Bill of Quantities (BoQ) that aremarked “LI” must only be done using labour-intensive methods, unless prior approval based is obtainedfrom the Engineer. Items marked “LI” in the BoQ entail the supply and installation of materials. Theinstallation component must only be done by labour-intensive methods, unless the contrary is approved bythe Engineer prior to the execution of such works. No claim/statement will approved by the Engineer wherethe LI and/or LI* items are not executed according the approved procedure. Consequently, no payment willbe effected by the Employer for such works.

Page 153: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.17

PS 16.1 LABOUR INTENSIVE COMPETENCES OF SUPERVISORY AND MANAGEMENT STAFF

The envisaged execution procedure for EPWP components shall be properly set out in the ContractExecution Plan, which shall form part of the bid. It is envisaged that the responsible site personnel for theContractor shall have the necessary EPWP training on Labour-Intensive Construction.

Contractors with a CIDB grading of 5CE and higher shall only engage supervisory and management staff inlabour-intensive works who have either completed, of are registered for training towards, the skillsprogramme set out in Table 16.1 below.

The managing principal of the contractor with a CIDB grade of below 5CE shall have personally completed,or registered for, a skills programme for the NQF level 2. All other site supervisory staff in the employ of theContractor must have completed, or be registered on a skills programme for, NQF level 2 unit standard orNQD level 4 unit standard.

TABLE 16.1: SKILLS PROGRAMME FOR SUPERVISORY AND MANAGEMENT STAFF

Personnel NQFlevel Unit Standard Title Skills Programme

Definition

Team leader 2

Apply Labour-Intensive Construction (LIC)Systems and Techniques to WorkActivities

This unit standardmust be completed,and

Use of LIC methods to construct andmaintain roads and stormwater drainage

any of these 3 unitstandards

Use of LIC methods to construct andmaintain water and sanitation servicesUse of LIC methods to construct, repairand maintain structures

Foreman/Supervisor 4

Implement LIC systems and techniques

This unit standardmust be completed

and

Use of LIC methods to construct andmaintain roads and stormwater drainageUse of LIC methods to construct andmaintain water and sanitation servicesUse of LIC methods to construct, repairand maintain structures

Site Agent 5 Manage LIC processes Skills programmeagainst this singleunit standard

PS 16.2 EMPLOYMENT OF UNSKILLED AND SEMI-SKILLED WORKERS

Unskilled and semi-skilled labour requirements for the execution of all labour-intensive works shall beengaged strictly in accordance with the prevailing legislation and SANS 1914-5: Participation of TargetedLabour. The rate of pay set for the SPWP is as per the gazetted daily rates. Tasks set by the Contractorshall be such that:

(a) The average worker completes 5 tasks per week in 40 hours or less(b) The “weakest” worker completes 5 tasks per week in 55 hours or less.

The Contractor shall, through all available community structures, inform the local community of the labour-intensive works and the employment opportunities presented thereby. Preference shall be given to peoplewith previous practical experience in construction and/or who come from households:

a) Where the head of the household has less than primary school education;b) That have less than one full time person earning an income;c) Where subsistence agriculture is the source of income;d) Those who are not in receipt of any social security/pension income.

Page 154: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.18

The Contractor shall ensure that the expenditure on the employment of temporary labour is in thefollowing proportions:a) 60% women;b) 20% youth;c) 2% on persons with disabilities.

PS 16.3 SPECIFIC PROVISIONS PERTAINING TO SANS 1914-5

a) DefinitionsTargeted labour: Unemployed persons who are employed as local labour on the project.

b) Contract Participation GoalsThere is no specified contract participation goal for this Contract. However, the provisions of the Contract interms of LIC requirements shall be complied with. Contract participation goal shall be measured in theperformance of the Contract to enable the employment generated to targeted labour to be quantified.The wages and allowances used to calculate the contract participation goal shall, with respect to both time-related and task-related workers, comprise all wages paid and any training allowance paid in respect ofagreed training programmes.

c) Terms and conditions for the engagement of targeted labourFurther to the provisions of clause 3.3.2 of SANS 1914-5, written contracts shall be entered into withtargeted labour.

d) Variations to SANS 1914-5

i) The definition for net amount shall be amended as follows:

“Financial value of the Contract upon completion, exclusive of any VAT or sales tax whichthe law requires the Employer to pay to the Contractor”

ii) The schedule referred to in 5.2 shall, in addition, reflect the status of targeted labour aswomen, youth and persons with disabilities, and the number of days of formal trainingprovided to targeted labour.

e) Training of targeted labour

i) The Contractor shall provide all the necessary on-the-job training to targeted labour toenable them to master the basic work techniques as required to undertake the work inaccordance with the Contract, and in a manner that does not compromise the workers’health and safety.

ii) The cost of formal training of the targeted labour will be funded by the Provincial Office ofthe Department of Labour. This training must take place as close as possible to the projectsite. The Contractor must access this training by informing the relevant provincial office ofthe Department of Labour in writing, within 14 days of the award of this Contract. TheContractor shall simultaneously ascertain the number of persons that will be trained andwhen such training is required. The Engineer must be furnished with a copy of this request.Failure to communicate the above with the Department of Labour, and consequently fail tosecure finding for the training, will not absolve the Contractor from training the identifiedworkers, and might result in the Contractor covering the costs of such training.

iii) A copy of the request made by the Contractor to the Department of Labour must also besent, by the Contractor, to the EPWP Training Director in the Department of Public Works(Ms. Cinderella Makunike, Fax No. 012 328 6820 or [email protected], telephone number 083 677 4026)

Page 155: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.19

iv) The Contractor shall be responsible for scheduling the training of workers and shall take allreasonable steps to ensure that each beneficiary/trainee is provided with a minimum of sixdays of formal training if he/she is employed for 3 months or less and a minimum of tendays if he/she is employed for four months or more.

v) The Contractor shall do nothing to dissuade targeted labour from participating in trainingprogrammes.

vi) An allowance of 100% of the task rate/daily rate (whichever is applicable to that worker)shall be paid by the Contractor to the workers who attend formal training in terms of (iv)above.

Proof of compliance with the requirements of (ii) to (vi) must be provided by the Contractor to theEngineer prior to the submission of the final payment certificate, or upon request by the Engineer.

PS 17 PROJECT REPORTING

The Contractor shall submit monthly reports to the Engineer on the attached prescribed forms. The coststhereof will be deemed to have been covered on the Contractor’s tendered rates.

PS 18 PROOF OF COMPLIANCE WITH THE LAW

Requirements for compliance with CIDB registration and a SARS Certificate of Good Standing are to beprovided with the Bid.

PS 19 APPLICABLE STANDARDISED SPECIFICATIONS

For the purpose of this contract the following STANDARD SPECIFICATIONS FOR ROAD AND BRIDGEWORKS FOR STATE ROAD AUTHORITIES issued by COLTO shall apply:

SECTION 1200: GENERAL REQUIREMENTS AND PROVISIONSSECTION 1300: CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL

OBLIGATIONSSECTION 1400: HOUSING, OFFICES AND LABORATORY FOR ENGINEER'S SITE

PERSONELSECTION 1600: OVERHAULSECTION 1700: CLEARING AND GRUBBINGSECTION 2100: DRAINSSECTION 2200: PREFABRICATED CULVERTSSECTION 2300: CONCRETE KERBING, CONCRETE CHANNELING, CHUTES AND

DOWNPIPES AND CONCRETE LININGS FOR OPEN DRAINSSECTION 3100: BORROW MATERIALSSECTION 3300: MASS EARTHWORKS AND PAVEMENT LAYERS OF GRAVELSECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIALSECTION 5100: PITCHING, STONE WORKS AND PROTECTION AGAINS EROSSIONSECTION 5200: GABIONSSECTION 5400: GUARD RAILSSECTION 5600: ROAD SIGNSSECTION 7100: CONCRETE PAVEMENTSSECTION 8100: TESTING MATERIALS AND WORKMANSHIP

AS WELL AS THE SOUTH AFRICAN ROAD TRAFFIC SIGNS MANUAL LATEST EDITIONAS ISSUED BY DEPARTMENT OF TRANSPORT.

Page 156: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.20

C3.3: Variations and Additions to theStandardised and Particular Specifications

Page 157: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.21

VARIATIONS AND ADDITIONS TO REQUIREMENTS OF STANDARDIZED SPECIFICATIONS

The following variations and additions to the Standard Specifications for Road and Bridge Works for StateRoad Authorities issued by COLTO 1998 Edition will be valid for this contract. The prefix "B" indicates anamendment to Standard Specifications for Road and Bridge Works for State Road Authorities issued byCOLTO 1998 Edition. The numbers following these prefixes are the relevant clause numbers in StandardSpecifications for Road and Bridge Works for State Road Authorities issued by COLTO 1998 Edition.Particular specification will have prefix "APS".

NOTE

SECTION 1300: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

B1302: GENERAL REQUIREMENTS

(a) Camps, constructional plant and testing facilities

Add the following after the first paragraph:“Before the establishment of the contractor’s camp at an approved site, the area will first befenced off and, if required by the engineer, 150 mm of topsoil and vegetation removed totemporary stockpiles as described in Section 1700.”

(c) Legal and Contractual Requirements and responsibilities to the public

Add the following as a second paragraph(i) “There has been recent legislation promulgated by Government that improves mutual

obligations on the employer and contractor in the performance of their duties tosociety and to the built and natural environment.

APS 1: Name Board

Add the following:

"The Name Board for this contract shall be erected within a month of the commencement date ofthe Contract and shall be placed where ordered by the Engineer. Any damage to this board shall berepaired within fourteen days of a written instruction by the Engineer. Details of the Name Board arebound in this document.”

B1303: MEASUREMENT AND PAYMENT

Item UnitB13.01 The contractor’s general obligations

Add the following pay sub-item:“(d) Health and safety obligation…………………………………………….……..Month”

13/12.01 Community Liaison Officer(s)

(a) Remuneration of Community Liaison Officer(s)………………………….Prov. Sum

(b) Contractor's handling costs, profit and all other charges in respect of sub items 13/12.01 (a)……………………………………………………….......%”

Page 158: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.22

Delete the 11th paragraph commencing “The tendered rate per month for sub item 13.01(c) ……and replace with:

“The tendered rate per month for sub item 13.01 (c) represents full compensation for that part of thecontractor’s general obligations that are mainly a function of construction time. The tendered sumwill be paid monthly, pro rata for parts of a month, from the Commencement Date (as defined in theSpecial Conditions of Contract ) until the end of the period for completion of the works, plus anyextension thereof as provided in the general conditions of contract.

Payment for time related costs arising from extensions of time granted by the employer, where thecontractor is fairly entitled to such compensation in terms of the General Conditions of Contract, willbe calculated by taking account only of pay items for which the unit of measurement is “month”. Allpay items for which the unit of measurement is "month" are deemed to be based on 23 workingdays per month.”

Insert the following paragraph:"Should the combined total tendered for sub items (a), (b), and (c) exceed 15 % of the tender sum(excluding VAT), the tenderer shall state his reasons in writing for tendering in this manner. Thetenderer's attention is drawn to Form I: Contractor’s Establishment on Site, (bound in this Volume),to be completed by the tenderer. If the tenderer should require additional compensation for hisobligations under section 1300 (over and above the total tendered for item B13.01) by includingsuch additional compensation in the tendered rates and/or lump sum of items in the bill ofquantities, these items and the value of such additional compensation shall also be indicated inwriting in a letter attached to Form I.”

Add the following as a final paragraph at the end of this section on payment“Payment of the rate per month for sub-item (d) shall include full compensation for all thecontractor’s obligations relevant to health and safety legislation.

The tendered rate shall apply in the same manner as pay sub-item B13.01(c) but shall not form partof the calculation of the restrictions imposed on Form to tender CONTRACTOR’SESTABLISHMENT ON SITE.

A contractor who tenders zero for this pay item shall not be relieved of his statutory obligations. A nilrate offered shall be deemed not as an omission but as deliberate notice that costs have beenincluded in the tendered rates for individual items of work or in the other preliminary and generalpay items.”

SECTION 1500: ACCOMMODATION OF TRAFFIC

B1502: GENERAL REQUIREMENTS

Add the following new sub-clauses:“(j) Public traffic

The contractor shall plan and conduct his activities in such a way as to bring about the leastpossible disruption to the travelling public on the roads on which he works.

(k) Non-compliance with the conditions for the accommodation of traffic

Failure or refusal on the part of the contractor to take the necessary steps to ensure the safety andconvenience of the public traffic in accordance with these specifications or as required by statutoryauthorities or ordered by the engineer, the engineer shall have the right to stop any operation where

Page 159: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.23

the traffic accommodation measures are not to specification or as ordered, until he is satisfied thatthe conditions have been complied with.”

B1503: TEMPORARY TRAFFIC CONTROL FACILITIES

Add the following after the second paragraph:“The Contractor must ensure that the traffic control facilities are clean at all times.

Traffic control facilities will only be paid for once under item 15.03.

The Contractor will obtain approval from the engineer at the outset of the contract regarding thenumber of traffic control devices required before he places any orders in this regard.”

(b) Road signs and barricades

Add the following:“All roads signs and barricades shall be new and shall comply with the requirements of the latestversion of the South African Road Traffic Signs Manual (SARTSM).

(e) Warning devices

Add the following:“All self-propelled vehicles and equipment used on site shall be provided with amber flashing lights(“Britax” or similar). These lights must be switched on when the vehicle or equipment are usedwithin deviations, existing roads and access roads. The lights must be mounted onto the vehicleand must be visible from all sides. Payment for these lights shall be included in the rates coveringthe use of these vehicles.

The contractor shall provide the engineer with reflective safety jackets and amber flashing lights fortheir vehicles. This will become the property of the contractor at the end of the contract period.

SECTION B3200: SELECTION, STOCKPILING AND BREAKING DOWN THE MATERIALS FROMBORROW PITS, CUTTINGS AND EXISTING PAVEMENT LAYERS AND PLACING AND COMPACTINGTHE GRAVEL LAYERS

B3203: STOCKPILING THE MATERIAL

In the third paragraph, replace the second and third sentences with:

“A photographic record shall be kept of all stockpiling areas. Before any stockpiling may be done the areashall be cleared of topsoil to a sufficient depth that will subsequently allow for the complete rehabilitation ofthe site with a cover of topsoil that does not exceed 100mm in depth and is not less than 75mm in depth. Ifthere is insufficient topsoil; the contractor shall acquire whatever balance is needed to rehabilitate the areaat his own cost. No make-up topsoil shall be taken from the road reserve. The topsoil shall be stored in anarea that shall not be affected by construction activities nor impede the natural flow of water. The topsoil sowindrowed or stockpiled and its surrounds shall be kept free of all undesirable vegetation. The contractorshall not commence his stockpiling activities without prior written approval from the engineer that the sitehas been adequately prepared.

After the stockpiled material has been removed, the site shall be reinstated as closely as possible to itsoriginal condition by ripping of the affected areas, re-landscaping if necessary, re-instatement of the topsoiland re-vegetation.”

Page 160: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.24

SECTION 3300: EARTHWORKS AND PAVEMENT LAYERS OF GRAVEL

B3301: Scope

Add the following at the end:

"The Engineer will give final instructions during construction regarding the use of cut material andthe treatment of roadbed."

SECTION 3400: PAVEMENT LAYERS OF GRAVEL MATERIAL

B3403(c) Delete the entire sub-clause and replace with

"The decision to crush the pavement material will be dependent upon its quality and hardness, andwill be at the sole discretion of the Engineer."

APS 4: PROVIDING ACCESS TO ERVEN AND PROPERTIES

Access to erven and properties affected by construction work must be provided by the Contractor at alltimes. To this end suitable road and trench crossings shall be constructed where required. If as a result ofrestricted road reserve widths and the nature of the works the construction of by-passes is not feasible,construction shall be carried out under traffic in order to provide access to the erven and properties.

The Contractor may, with the approval of the Engineer, arrange with the occupiers of the affected erven andproperties to temporarily close off a portion of a street, road, footpath and or entrance, provided that theContractor shall give due notice of the intended closure and its probable duration to the occupiers and shallas punctually as possible re-open the route at the prescribed time. Where possible the road shall be madesafe and re-opened to traffic overnight.

Any such closure shall be an arrangement between the Contractor and the occupiers and shall not absolvethe Contractor from his obligations under the contract to provide access at all times.

Barricades, traffic signs and drums shall be provided by the Contractor to suit the specific conditions." Nopayment will be made under this Item."

SECTION B5600: ROAD SIGNS

B5601: SCOPE

Replace “South African Road Traffic Signs Manual” in the second paragraph with:

“SADC Road Traffic Signs Manual”

B5603: MANUFACTURING OF ROAD SIGN BOARDS AND SUPPORTS

(a) Road signboards

Add the following:“The contractor shall make every effort to ensure that signboards are correct in all respect and beforedispatching the boards from the manufacturer’s factory shall provide the engineer with a 100mm x 150mmcolour photograph of each sign face for approval of the correctness of the legend. Such approval will notimply final acceptance of the board. If the contractor is in any doubt as to the correctness of the sign detail,the sign designer shall be contacted for verification.”

(a) (ii) Steel profile road signboards

Page 161: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.25

Add the following:“Chromadek section shall be assembled in accordance with the details of Standard Plans SP-B-12-Sheets4 and 5 and SP-B-4-Sheets 33E and 34E.

Where the letter or legends cross the horizontal joints of the sign panels, the letter shall be cut on the jointand both ends folded around the radius.

Retro-reflective material to adjoining Chromadek panels on a sign shall be practical visual match of thespecified colour.”

B5604: ROAD SIGN FACES AND PAINTING

Add the following subclause:“(e) Application of retro-reflective material

All sign faces shall be faced with retro-reflective material. Painted front sign faces shall not be used.

Where applied to Chromadek sections, retro-reflective material shall be applied as specified for aluminiumsection in Clause 5603(d) of the Standard Specification, and of Clause B5603(a)(ii) of this projectSpecification.”

B5605: STORAGE AND HANDLING

Add the following:“The following shall not be allowed on the sign face:

Drilling of holes, except for the fastening of overlaysApplication of any form of adhesiveCleaning with any chemicals that are not specifically approved by the manufacturer of the retro-reflectivematerialCovering the sign face with an impermeable material that does not allow free circulation of air.”

B5606: ERECTING ROAD SIGNS

(c) Erection

Add the following:

“After erection the signboard shall be thoroughly cleaned with a cleaning agent approved by the retro-reflective material’s manufacturer.

All vegetation obstructing the new or replaced sign board shall be removed and disposed of as instructed bythe engineer.”

SECTION B5900: FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS

B5901: SCOPE

In the first line of the second paragraph, insert the following after ‘this section’

“…distinguishes between new construction and renewal construction. When construction is new, as in thecase of new alignments for example, then this section…..”

Page 162: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.26

B5902: FINISHING THE ROAD AND ROAD RESERVE

Retain the existing paragraphs as new subclause-

“(a) New Construction”

Replace the sixth paragraph with:“All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”

Add the following:“(b) Renewal Construction

After completing construction work within the site, the contractor shall ensure that all construction generatedor related material that may have been swept, windrowed, stockpiled, stored or spread beyond the roadsurface is removed. This shall be done before any other rehabilitation work is undertaken, includingshaping, topsoiling and grassing. Should, during the removal of construction generated or related material,existing vegetation or topsoil be disturbed or destroyed, the contractor shall, at his own cost, re-instate theroad reserve to its original state. This shall include ripping, should the construction material have compactedthe existing surface.

Culvert inlets and outlets, culvert barrels, and open drains shall be cleared of debris, soil, silt and othermaterial generated from the construction activities.

The surfacing shall be cleared of all dirt, mud and foreign objects. Dragging, pushing or scraping materialacross the finished surfacing shall not be permitted.

All junctions, intersections, islands, kerbing and other elements making up the completed works shall beneatly finished off.

The contractor shall ensure that all undesirable plants have been removed from the road reserve andborrow pit areas.

All materials resulting from the finishing operations shall be disposed of at approved spoil sites.”

Page 163: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.27

C3.4 PARTICULAR SPECIFICATION ENVIRONMENTAL MANAGEMENT PLAN

ENVIRONMENTAL MANAGEMENT PLAN (EMP)

This document forms an integral part of the Contract Specifications and, in particular, shall be apart of the ENVIRONMENTAL MANAGEMENT PLAN FOR CONSTRUCTION WORK. The Contractorshall comply with the requirements of the following specification:

1. Introduction

The following is a generic EMP to mitigate against “generally occurring impacts” associated with theconstruction phase. "Generally occurring impacts" refers to potential impacts typical of water infrastructureactivities and are not restricted to a single or specific site. The findings of this EMP will be implemented atall sites.The management of impacts associated with various categories of concern is discussed as separate topics,as indicated in Table 1(a) below.

TABLE 1(a): Category of Concerns

Paragraphnumber

Category of concern

1.1 Soil1.2 Water1.3 Air1.4 Social and Cultural1.5 Aesthetics1.6 Archaeological and Cultural sites.1.7 Flora1.8 Fauna1.9 Infrastructure

1.10 Safety1.11 Waste1.12 Rehabilitation and Site clearance.

1.1 Soil

a) Topsoil should be temporarily stockpiled, separately from (clay) subsoil and rocky material,when areas are cleared. If mixed with clay sub-soil the usefulness of the topsoil forrehabilitation of the site will be lost.

b) Stockpiled topsoil should not be compacted and should be replaced as the final soil layer. Novehicles are allowed access onto the stockpiles after they have been placed.

c) Stockpiled soil should be protected by erosion-control berms if exposed for a period of greaterthan 14 days during the wet season. The need for such measures will be indicated in the site-specific report.

d) Topsoil stripped from different sites must be stockpiled separately and clearly identified assuch. Topsoil obtained from sites with different soil types must not be mixed.

e) Topsoil stockpiles must not be contaminated with oil, diesel, petrol, waste or any other foreignmatter, which may inhibit the later growth of vegetation and micro-organisms in the soil.

f) Soil must not be stockpiled on drainage lines or near watercourses without prior consent fromthe Project Manager.

g) Soil should be exposed for the minimum time possible once cleared of invasive vegetation,that is the timing of clearing and grubbing should be co-ordinated as much as possible toavoid prolonged exposure of soils to wind and water erosion. Stockpiled topsoil must beeither vegetated with indigenous grasses or covered with a suitable fabric to prevent erosionand invasion by weeds.

h) Limited vehicular access is allowed across rocky outcrops and ridges.

Page 164: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.28

i) All cut and fill surfaces need to be stabilized with appropriate material or measures whenmajor civil works are complete.

j) Erosion and donga crossings must be dealt with as river crossings. Appropriate soil erosionand control procedures must be applied to all embankments that are disturbed anddestabilized.

k) All equipment must be inspected regularly for oil or fuel leaks before it is operated. Leakagesmust be repaired on mobile equipment or containment trays placed underneath immobileequipment until such leakage has been repaired.

l) Soil contaminated with oil must be appropriately treated and disposed of at a permitted landfillsite or the soil can be regenerated using bio-remediation methods.

m) Runoff must be reduced by channelling water into existing surface drainage system.

1.2 Water

a) Adequate sedimentation control measures must be instituted at any river crossings whenexcavations or disturbance of a riverbanks or riverbeds takes place.

b) Adequate sedimentation control measures must be implemented where excavations ordisturbance of drainage lines of a wetland may take place.

c) All fuel, chemical, oil, etc spills must be confined to areas where the drainage of water can becontrolled. Use appropriate structures and methods to confine spillages such as theconstruction of berms and pans, or through the application of surface treatments thatneutralise the toxic effects prior to the entry into a water course.

d) Oil absorbent fibres must be used to contain oil spilt in water.e) During construction through a wetland, the majority of the flow of the wetland should be

allowed to pass downstream.f) Vehicular traffic across wetland areas must be avoided.g) No dumping of foreign material in streams, rivers and/or wetland areas is allowed.h) The wetland area and/or river must not be drained, filled or altered in any way including

alteration of a bed and/or, banks, without prior consent from the DWAF. The necessarylicenses must be obtained in terms of Section 21 and 22 of the National Water Act, 36 of 1998from DWAF.

i) No fires or open flames are allowed in the vicinity of the wetland, especially during the dryseason.

j) No swimming, washing (including vehicles and equipment), fishing or related activity ispermitted in a wetland or river without written permission from the Project Manager.

k) Disturbances to nesting, breeding and roaming sites of animals in or adjacent to wetlandareas must be minimized.

1.3 Air

a) Speed limits must be implemented in all areas, including public roads and private property tolimit the levels of dust pollution.

b) Dust must be suppressed on access roads and construction sites during dry periods by theregular application of water or a biodegradable soil stabilisation agent. Water used for thispurpose must be used in quantities that must not result in the generation of run-off.

c) The site-specific investigation will quantify the impact of dust on nearby wetlands, rivers anddams in terms of sedimentation. Mitigation measures identified during the site specific studymust be implemented.

d) The Contractor must notify the Principal of all schools within 50m of the site of proposedactivities. The Principal must in turn ensure that children with allergies and respiratoryailments take the necessary precautionary measures during the construction period. TheContractor must ensure that construction activities do not disturb school activities e.g. dustclouds may reduce visibility affecting sports activities.

e) Waste must be disposed of, as soon as possible at a municipal transfer station, skip or on apermitted landfill site. Waste must not be allowed to stand on site to decay, resulting inmalodours.

f) Noise control measures must be implemented. All noise levels must be controlled at thesource. All employees must be given the necessary ear protection gear. IAP’s must beinformed of the excessive noise factors.

Page 165: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.29

g) The Contractor must inform all adjacent landowners of any after-hour construction activitiesand any other activity that could cause a nuisance e.g. the application of chemicals to thework surface. Normal working hours must be clearly indicated to adjacent land owners.

h) No loud music is allowed on site and in construction camps.i) No fires are allowed if smoke from such fires will cause a nuisance to IAPs.

1.4 Social and Cultural

a) Access by non-construction people onto any construction sites must be restricted. TheContractors activities and movement of staff must be restricted to designated constructionareas only.

b) The Contractors crew must be easily identifiable due to clothing, identification cards or othermethods.

c) Rapid migration of job seekers could lead to squatting and social conflict with residentcommunities and increase in social pathologies if not properly addressed. The Contractormust ensure that signs indicating the availability of jobs are installed.

d) Criteria for selection and appointment (by the Contractor) of construction labour must beestablished to allow for preferential employment of local communities. The Local Authoritymust be actively involved in the process of appointing temporary labourers.

e) Sub-Contractors and their employees must comply with all the requirements of this documentand supporting documents e.g. the Contract document that applies to the Contractor.Absence of specific reference to the sub-contractor in any specification does not imply that thesub-contractor is not bound by this document.

f) No member of the construction workforce is allowed to wander around private property,except within the immediate surrounding of the site.

g) The Contractor must provide suitable sanitation facilities for site staff. Sanitation providedduring the construction phase should be managed so that it does not cause environmentalhealth problems. The use of the surrounding veld for toilet purposes is not permitted underany circumstance.

h) The Contractor must arrange for all his employees and those of his sub-contractors to beinformed of the findings of the environmental report before the commencement ofconstruction to ensure:

A basic understanding of the key environmental features of the work site andenvironments, and

Familiarity with the requirements of this document and the site-specific report.

i) Supervisory staff of the Contractor or his sub-contractors must not direct any person toundertake any activities which would place such person in contravention of the specificationsof this document, endanger his/her life or cause him/her to damage the environment.

j) The demand for construction materials and supplies will have an effect on the local economy.This impact can be optimised by sourcing and purchasing materials locally and regionally

wherever possible, insofar as the material complies with the design specification.k) The Contractor must maintain a detailed complaints register. This must be forwarded,

together with solutions, to the authorities when requested.

1.5 Aesthetics

a)Scenic Quality

Damage to the natural environment must be minimized.

Trees and tall woody shrubs must be protected from damage to provide a natural visualshield. Excavated material must not be placed on such plants and movement acrossthem must not be allowed, as far as practical.

The clearing of all sites must be kept to a minimum and surrounding vegetation must, asfar as possible, be left intact as a natural shield.

No painting or marking of natural features must be allowed.

Page 166: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.30

b)Above-ground Structures (reservoirs, water hammer tanks, valve chambers, pump stationsetc)

All above ground structures should be located in areas where the visual impact fromroads, houses etc is minimised.

All above ground structures could be treated or painted to blend in with the naturalenvironment.

c) Cut and fill areas, river and stream crossings and other soil stabilisation works must beconstructed to blend in with the natural environment.

d)Natural outcrops, rocky ridges and other natural linear features, must not be bisected.Vegetation on such features must, as far as possible, not be cut unless absolutelynecessary for construction.

e)Excavated material must be flattened (not compacted) or removed from site. No heaps ofspoil material must be left on site once the Contractor has moved to a new constructionsite.

f) Any complaints from interest groups regarding the appearance of the construction site mustbe recorded and addressed promptly by the Contractor.

1.6 Archaeology and Cultural Sites

a) All finds of human remains must be reported to the nearest police station.b) Human remains from the graves of victims of conflict, or any burial ground or part thereof

which contains such graves and any other graves that are deemed to be of culturalsignificance may not be destroyed, damaged, altered, exhumed or removed from their originalpositions without a permit from the South African Heritage and Resource Agency (SAHRA).

c) Work in areas where artefacts are found must cease immediately.d) Under no circumstances must the Contractor, his/her employees, his/her sub-contractors or

his/her sub-contractors’ employees remove, destroy or interfere with archaeological artefacts.Any person who causes intentional damage to archaeological or historical sites and/or

artefacts could be penalised or legally prosecuted in terms of the National Heritage ResourcesAct, 25 of 1999.

e) A fence at least 2m outside the extremities of the site must be erected to protectarchaeological sites.

f) All known and identified archaeological and historical sites must be left untouched.g) Work in the area can only be resumed once the site has been completely investigated. The

Project Manager will inform the Contractor when work can resume.

1.7 Flora

a) All suitable and rare flora and seeds must be rescued and removed from the site. They mustbe suitably stored, for future use in rehabilitation.

b) The felling and/or cutting of trees and clearing of bush must be minimised.c) Bush must only be cleared to provide essential access for construction purposes.d) The spread of alien vegetation must be minimized.e) Any incident of unauthorised removal of plant material, as well as accidental damage to

priority plants, must be documented by the Contractor.f) Woody vegetative matter stripped during construction must either be spread randomly

throughout the surrounding veld so as to provide biomass for other micro-organisms andhabitats for small mammals and birds, or it may be stockpiled for later redistribution over thereinstated top soiled surface. No vegetative matter must be burnt or removed for firewoodother than those removed during the grubbing and clearing phase. Such vegetation can bemade available to the local inhabitants to be used as firewood.

g) No tree outside the footprint of the Works area must be damaged.

Page 167: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.31

1.8 Fauna

a) No species of animal may be poached, snared, hunted, captured or wilfully damaged ordestroyed.

b) Snakes and other reptiles that may be encountered on the construction site must not be killedunless the animal endangers the life of an employee.

c) Anthills and/or termite nests that occur must not be disturbed unless it is unavoidable forconstruction purposes.

d) Disturbances to nesting sites of birds must be minimized.e) The Contractor must ensure that the work site is kept clean and free from rubbish, which

could attract pests.

1.9 Infrastructure

a) The relevant authorities must be notified of any interruptions of services, especially the LocalMunicipality, National Road Agency, Spoornet, TELKOM and ESKOM. In addition, care mustbe taken to avoid damaging major and minor pipelines and other services.

b) The integrity of property fences must be maintained.c) No telephone lines must be dropped during the construction operations, except were prior

agreement by relevant parties is obtained. All crossings must be protected, raised orrelocated as necessary.

d) All complaints and/or problems related to impacts on man-made facilities and activities mustbe promptly addressed by the Contractor and documented.

e) Storage Facilities

Proper storage facilities should be provided for the storage of oils, grease, fuels,chemicals and hazardous materials.

The Contractor must ensure that accidental spillage does not pollute soil and waterresources.

Fuel stock reconciliation must be done on all underground tanks to ensure no loss of oil,which could pollute groundwater resources.

Cement must be stored and mixed on an impermeable substratum.

f) Traffic Control

All reasonable precautions must be taken during construction to avoid severelyinterrupting the traffic flow on existing roads, especially during peak periods.

Before any work can start the Local Traffic Department must be consulted aboutmeasures to be taken regarding pedestrian and vehicular traffic control.

g) Access Roads

The Contractor and the affected landowner must collaborate on the planning andconstruction of new access routes and the repair or upgrading of existing routes.

Access to the site must be controlled such that only vehicles and persons directlyassociated with the work gains access to the site.

Temporary access roads must not be opened until required and must be restored to itsformer state as soon as the road is no longer needed.

h) Batching Plants

Concrete must be mixed only in an area demarcated for this purpose. All concretespilled outside this area, must be promptly removed by the Contractor and taken to apermitted waste disposal site. After all concrete mixing is complete, all waste concrete

Page 168: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.32

must be removed from the batching area and disposed of at an approved dumpsite.Stormwater must not be allowed to flow through the batching area. Water laden withcement must be collected in a retention area for evaporation and not allowed to escapethe batching area. Operators must wear suitable safety clothing.

i) Chemical toilet facilities should be managed and serviced by a qualified company. Nodisposal or leakage of sewerage should occur on or near the site.

j) Blasting

Blasting must not endanger public or private property.

Noise mufflers and/or soft explosives must be used to minimize the impact on animals.

All the provisions of the Explosives Act, 26 of 1956 and the Minerals Act, 50 of 1991must be complied with.

The Contractor must take measures to limit fly rock.

1.10 Safety

a) Measures must be taken to prevent any interference that could result in flashover of powerlines due to breaching of clearances or the collapse of power lines due to collisions byvehicles and equipment.

b) Measures must be taken during thunderstorms to protect workers and equipment fromlightning strikes.

c) All tall structures must be properly earthed and protected against lightning strikes.d) Fire prevention

The Contractor must take all the necessary precautions to protect the materials on site and toavoid veld fires.

No fires or open flames are allowed on site unless directly used for constructionpurposes, e.g. acetylene blowtorch.

Review all SABS standards relating to fire precautions and fire control namely, SABS0131-3 Section 8 and SABS 089-1 or as amended.

The Contractor must have fire-fighting equipment and a first aid box available on siteand on all vehicles working on site.

All waste bins must be kept away from fuel tank installations.

All fuel tanks must be installed above ground, depending on the volume of stored fuel,for easy detection of fuel leaks.

Any welding or other sources of heating of materials must be done in a controlledenvironment, wherever possible and under appropriate supervision, in such a manner asto minimise the risk of veld fires and/or injury to staff.

Fires lit for comfort (warmth) must be actively discouraged by the Contractor, due to therisk of veld fires and the risk to adjacent properties. Also, no waste material must beburnt.

e) The process of excavation and back filling must be carried out as a sequential processfollowing one another as quickly as possible. Excavations must only remain open for aminimum period of time and during this time they must be clearly demarcated. If excavationsplace the public at risk these sites must be fenced.

f) The residents directly affected by open trenches must be notified of the dangers. This will bedone during the site-specific phase.

Page 169: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.33

1.11 Waste

Solid Wastea) Littering on site and the surrounding areas is prohibited.b) Clearly marked litterbins must be provided on site. The Contractor must monitor the presence

of litter on the work sites as well as the construction campsite.c) All bins must be cleaned of litter regularly.d) All waste removed from site must be disposed at a municipal/permitted waste disposal site.e) Excess concrete, building rubble or other material must be disposed of in areas designated

specifically for this purpose and not indiscriminately over the construction site.f) The entire works area and all construction sites must be swept of all pieces of wire, metal,

wood or other material foreign to the natural environment.g) Contaminated soil must be treated and disposed of at a permitted waste disposal site, or be

removed and the area rehabilitated immediately.h) Waste must be recycled wherever possible.

Liquid Waste

a) The Contractor must install and maintain mobile toilets at work sites.b) The Contractor must provide adequate and approved facilities for the storage and recycling of

used oil and contaminated hydrocarbons. Such facilities must be designed and sited with theintention of preventing pollution of the surrounding area and environment.

c) All vehicles must be regularly serviced in designated area within the Contractors camp suchthat they do not drip oil.

d) All chemical spills must be contained and cleaned up by the supplier or professional pollutioncontrol personnel. Run-off from wash bays must be intercepted.

Hazardous Waste

a) No hazardous materials must be disposed of in the veld or anyplace other than a registeredlandfill for hazardous material. Hazardous waste must be stored in containers with tight lidsthat must be sealed and must be disposed at an appropriately permitted hazardous wastedisposal site. Such containers must not be used for purposes other than those originallydesigned for.

b) The Contractor must maintain a hazardous material register.

2.12 Rehabilitation

a) When all major construction activities are completed, the site must be inspected to determinesite-specific rehabilitation measures. This may be considered as unplanned work e.g. soilrehabilitation due to oil spills.

b) All temporary buildings and foundations, equipment, lumber, refuse, surplus materials, waste,construction rubble fencing and other materials foreign to the area must be removed.

c) If waste products cannot be recycled they must be disposed of at a permitted landfill site.d) All drainage deficiencies including abandoned pit latrines and waste pits must be corrected.e) Cut and fill areas must be restored and re-shaped.f) The area must be restored to its natural vegetation condition using indigenous trees, shrubs

and grasses as directed by a grassland and/or rehabilitation expert.g) Borrow pits must be re-shaped into even slopes and surfaces to blend with the natural terrain

and topsoil must be replaced.h) The grass mix, shrubs and trees used for rehabilitation must be compatible with the species

identified in the site-specific investigation.i) Areas compacted by vehicles during construction must be scarified to allow penetration of

plant roots and the regrowth of natural vegetation.

2. MonitoringThe correct and successful implementation of environmental management measures, to reducenegative impact on environmental conditions, is ensured by proper monitoring based on a firmprogramme.

Page 170: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.34

2.1 Construction PhaseThe Contractor, Resident Engineer and the Independent Environmental Consultant (IEC) mustmonitor the implementation of these management measures.

Monitoring should be focused on on-site conditions during the establishment of the site and for thefull duration of the construction period when the site is operational.

The following Environmental Monitoring Programme is recommended:

ISSUE FREQUENCIES OFMONITORING

RESPONSIBLEPERSON

WATERPrevention of water pollutionPrevention of stagnant water on site.Proper functioning of sanitation facilities

Weekly in rainy seasonWeekly in rainy seasonWeekly

Contractor’sRepresentative (CR)

SOILSurface or gully erosion on siteSoil contamination with oilsIf small, clean up. If large, appoint asuitable contractor for clean up.

Weekly in rainy seasonMonthlyImmediately

CRCRCR

AirControl domestic fires.Heavy vehicle emission control.Dust control of access roads. Wettingwhen required.

WeeklyMonthlyWeekly inspection

CRCRCR

WASTEEfficiency of domestic waste collection.Prevention of burning of solid/liquidwastes on site.Proper collection and containment ofliquid wastes (petroleum, oils, paints,resins & cooking oils)The recycling and/or disposal thereof.The collection and disposal ofconstruction waste (concrete, wood,steel)Collection of hazardous waste.

Bi Weekly

Weekly

Monthly

Bi Weekly

Monthly

Bi Weekly

CR

CR

CR

CR

CR

CRWILDLIFE

Weed ControlControl of illegal hunting or snaring ofgame, birds or other wild animals.

WeeklyWeekly

CRCR

SOCIALInspect overall appearance of site.(paint work, cleanliness & housekeeping)Resolve complaintsMonitor behaviour of labourers

Weekly

DailyDaily

CR

CR and IECCR

SAFETYInspect road signs, pedestrian andvehicle behaviour

At least once a week CR

3. Forms for CompletionThe following page contain a pro-forma for completion by the Contractor to assist with theimplementation of the Environmental Management Plan. The style and content may be easilyamended to suit al other identified environmental affects.

Page 171: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC3 Scope of Work

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C3.35

IDEN

TIFI

CA

TIO

N O

F EN

VIR

ON

MEN

TAL

AFF

ECTS

SITE

:

CO

NTR

OLL

ED A

ND

UN

CO

NTR

OLL

ED E

MIS

SIO

NS

TO T

HE

ATM

OSP

HER

E

TYPE

OF

EMIS

SIO

N IN

CA

SE O

F IN

CID

ENT,

AC

CID

ENT

OR

PO

TEN

TIA

LEM

ERG

ENC

Y SI

TUA

TIO

NS

Con

trac

tor’s

Rep

rese

ntat

ive

TYPE

OF

EMIS

SIO

NU

ND

ERA

BN

OR

MA

LO

PER

ATI

NG

CO

ND

ITIO

NS

DA

TE:

TYPE

OF

EMIS

SIO

NU

ND

ER N

OR

MA

LO

PER

ATI

NG

CO

ND

ITIO

NS

Proj

ect M

anag

er

LOC

ATI

ON

Page 172: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C4.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

C4 SITE INFORMATION

Bidders are expected to make their own assessment of the site, site access, geotechnical conditions,services etc before submitting Bids. No claims for extension of time or additional compensation ofany kind will be entertained if it is found (in the opinion of the Engineer) that such claims are theresult of a lack of knowledge of the site conditions where such conditions could and would have beenreasonably foreseen by a suitably qualified and competent person carrying out an investigation of thesite.

Page 173: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C4.2

LOCALITY PLAN

Page 174: SAKHISIZWE LOCAL MUNICIPALITY

PROJECT AREA

CALA CBD

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

PRIVATE BAG X2

TEL: (043) 831 1028

KOMGA 4950

NO 2 RIDGE ROAD

EAST LONDON 5241

TEL: (043) 748 3382

BEACON BAY

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-LP1

CONSTRUCTION OF MANZANA ACCESS ROADS

LOCALITY PLAN

SAKHISIZWE LOCAL MUNICIPALITY

T

11

MMB

10/19T

10/19

10/19

10/19

10/19

AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
150
AutoCAD SHX Text
100
Page 175: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C4.3

SCHEDULE OF CONTRACT DOCUMENTS

Page 176: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC4 Site Information

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C4.4

SCHEDULE OF CONTRACT DOCUMENTS

The following documents form part of this Contract:

(i) VOLUME 1: The General Conditions of Contract for Construction Works 3nd Edition (2015), whichthe bidder must purchase, which the bidder must purchase at his own cost.

(ii) VOLUME 2: The Standard Specifications for Road and Bridge Works for State Road Authoritiesissued by COLTO 1998 Edition will be valid for this contract.

(iii) VOLUME 3: The Project Document, in which are bound the Bid Notice, Bid Rules, SpecialConditions of Contract, Project Specifications, Particular Specifications, Schedule ofQuantities, Form of Bid, and other documents.

(iv) VOLUME 4: Set of drawings issued with Volume 3 for bid purposes (may be bound in at the back ofVolume 3 or issued as a separate volume).

NOTE:

1. SUBMISSION OF BID – of the above documents, only VOLUMES 3 and 4 are to be submitted.2. Volume 1 is obtainable from the South African Institution of Civil Engineers while Volume 2 is obtainable

from Standards South Africa, a division of South African Bureau of Standards

Page 177: SAKHISIZWE LOCAL MUNICIPALITY

Project: R/EC/6367/09/09: Construction of Manzana Access RoadsC5 Drawings

Contractor Witness 1 Witness 2 Employer Witness 1 Witness 2

C5.1

SAKHISIZWE LOCAL MUNICIPALITY

PROJECT: R/EC/6367/09/09

CONSTRUCTION OF MANZANA ACCESS ROADS

C5 DRAWINGS

List of DrawingsDRG No TITTLEBCE /SLM / CMAR / LP1 Locality Plan

BCE /SLM / CMAR / LC00 Road Layout Plan Sheet 1 of 1

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 5

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 2 of 5

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 3 of 5

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 4 of 5

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 5 of 5

BCE /SLM / CMAR / LC01 Main Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 5

BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-sectionDetails Sheet 1 of 2

BCE /SLM / CMAR / LC02 Secondary Road Layout Plan Longsection & Cross-sectionDetails Sheet 2 of 2

BCE /SLM / CMAR / TD01 Roads Typical Details and Stormwater DetailsBCE /SLM / CMAR / L00 Low Level Bridge Details

Page 178: SAKHISIZWE LOCAL MUNICIPALITY

TO SUITE

ELEVATION

0.4500.4500.6900.4500.6900.4500.450 0.700

1.3

20

0.3

50

0.2

50

0.2

50

1.9

20

450X250X250 GUIDE BLOCK

Y20-250 DOWELS

1.0

00

250 CONCRETE BASE SLAB

1200X1200 PORTAL CULVERT

MESH REF 888

Y12-250

Y10-250

A

A

0.150

0.300

SCALE 1:50

Y12

0.690

2% 2%

CAMBER

ROAD

1:2

1:2

3.660

0.250

3.360

1.220 1.220 1.220

0.000

250 CONCRETE BASE

WINGWALL

SECTION A-A

0.2

50

0.6

64

2.000

SCALE 1:40

FLOW DIRECTION

ROAD WAY

0

.

2

0

0

2.0

00

2.000TO SUITE2.000

4

5

°

2.0

00

3.6

62

.0

00

PLAN VIEW

SCALE 1:20

0

.

2

0

0

WINGWALL BASE

0

.

6

0

0

0

.

1

0

0

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L00

CONSTRUCTION OF MANZANA ACCESS ROADS

LOW LEVEL BRIDGE DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

T

11

MMB

10/19C

10/19

10/19

10/19

10/19

Page 179: SAKHISIZWE LOCAL MUNICIPALITY

0

2

0

4

0

6

0

8

0

1

0

0

1

2

0

1

4

0

1

6

0

1

8

0

2

0

0

2

2

0

2

4

0

2

6

0

2

8

0

3

0

0

3

2

0

3

4

0

3

6

0

3

8

0

4

0

0

4

2

0

4

4

0

4

6

0

4

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

5

0

0

5

2

0

5

4

0

5

6

0

5

8

0

6

0

0

6

2

0

6

4

0

6

6

0

6

8

0

7

0

0

7

2

0

7

4

0

7

6

0

7

8

0

8

0

0

8

2

0

8

4

0

8

6

0

8

8

0

9

0

0

9

2

0

9

4

0

9

6

0

9

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

1

0

0

0

1

0

2

0

1

0

4

0

1

0

6

0

1

0

8

0

1

1

0

0

1

1

2

0

1

1

4

0

1

1

6

0

1

1

8

0

1

2

0

0

1220

1240

1260

1280

1300

1320

1340

1360

1380

1400

1420

1440

1460

1

4

8

0

M

A

N

Z

A

N

A

A

R

- M

A

IN

R

D

1

5

0

0

1

5

2

0

1

5

4

0

1

5

6

0

1

5

8

0

1

6

0

0

1

6

2

0

1

6

4

0

1

6

6

0

1

6

8

0

1700

1720

1740

1760

1780

1800

1

8

2

0

1

8

4

0

1

8

6

0

1880

1900

1920

1940

1960

1980

MANZANA AR - MAIN RD

2000

2020

2040

2060

2080

2100

2120

2140

2160

2180

2200

2220

2240

2260

2280

2300

2320

2340

2360

2380

2400

2420

2440

2

4

6

0

2

4

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

2

5

0

0

2

5

2

0

2

5

4

0

2

5

6

0

2

5

8

0

2

6

0

0

2

6

2

0

2640

2660

2

6

8

0

2700

2

7

2

0

2

7

4

0

2760

2780

2800

2820

2840

2

8

6

0

2

8

8

0

2

9

0

0

2

9

2

0

2

9

4

0

2

9

6

0

2

9

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

3

0

0

0

3

0

2

0

3

0

4

0

3

0

6

0

3

0

8

0

3

1

0

0

3

1

2

0

3

1

4

0

3

1

6

0

3

1

8

0

3

2

0

0

3

2

2

0

3

2

4

0

3

2

4

8

0

2

0

4

0

6

0

80

100

120

140

160

180

200

220

240

260

280

300

320

340

360

380

400

420

440

460

480

500

520

540

5

6

0

5

8

0

6

0

0

6

2

0

6

4

0

6

6

0

6

8

0

7

0

0

7

2

0

7

4

0

7

6

0

780

8

0

0

8

2

0

8

4

0

8

6

0

8

8

0

900

9

2

0

940

9

6

0

980

1000

1

0

2

0

1040

1

0

6

0

1080

1080

+3494500 X +3494500 X

+3494000 X +3494000 X

+3493500 X +3493500 X

+3495000 X +3495000 X

+3495500 X +3495500 X

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L00

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA ACCESS ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

11

MMB

10/19C

10/19

10/19

10/19

10/19

Page 180: SAKHISIZWE LOCAL MUNICIPALITY

0

20

40

60

80

100

120

140

160

180

200

2

2

0

2

4

0

2

6

0

2

8

0

3

0

0

3

2

0

3

4

0

3

6

0

3

8

0

400

420

440

46

0

480

MANZANA AR - MAIN RD

500

520

540

560

58

0

600

62

0

640

66

0

680

700

720

740

760

780

800

820

840

860

880

+

3

4

9

5

3

0

0

X

-

6

1

8

0

0

Y

+

3

4

9

5

3

0

0

X

-

6

1

9

0

0

Y

+

3

4

9

5

3

0

0

X

-

6

2

0

0

0

Y

+

3

4

9

5

3

0

0

X

-

6

2

1

0

0

Y

-

6

2

2

0

0

Y

+

3

4

9

5

3

0

0

X

-

6

1

7

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

1

8

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

1

9

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

2

0

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

5

2

0

0

X

+

3

4

9

5

1

0

0

X

-

6

2

0

0

0

Y

+

3

4

9

5

1

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

1

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

5

0

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

4

0

0

X

-

6

1

8

0

0

Y

+

3

4

9

5

4

0

0

X

-

6

1

9

0

0

Y

+

3

4

9

5

4

0

0

X

-

6

2

0

0

0

Y

+

3

4

9

5

4

0

0

X

-

6

1

7

0

0

Y

+

3

4

9

5

4

0

0

X

-

6

1

6

0

0

Y

+

3

4

9

5

4

0

0

X

+

3

4

9

5

5

0

0

X

-

6

1

8

0

0

Y

+

3

4

9

5

5

0

0

X

-

6

1

9

0

0

Y

+

3

4

9

5

5

0

0

X

-

6

1

7

0

0

Y

+

3

4

9

5

5

0

0

X

-

6

1

6

0

0

Y

+

3

4

9

5

5

0

0

X

-

6

1

5

0

0

Y

-

6

1

4

0

0

Y

+

3

4

9

5

6

0

0

X

-

6

1

7

0

0

Y

+

3

4

9

5

6

0

0

X

-

6

1

6

0

0

Y

-

6

1

5

0

0

Y

+

3

4

9

5

7

0

0

X

-

6

1

6

0

0

Y

Plan Scale 1:1000

1180

1181

1182

1183

1184

1185

1186

1187

1188

1189

1190

1191

1192

1193

1194

1195

1196

Datum 1179.0

1170

1171

1172

1173

1174

1175

1176

1177

1178

1179

1180

1181

1182

1183

1184

1185

1186

Datum 1169.0

0

10

20

30

40

50

60

70

80

90

100

105

110

115

120

125

130

135

140

145

150

155

160

165

170

175

180

185

190

195

200

205

210

215

220

225

230

235

240

245

250

255

260

265

270

275

280

285

290

295

300

310

320

330

340

345

350

355

360

365

370

375

380

385

390

395

400

405

410

415

420

430

440

445

450

455

460

465

470

480

490

500

510

520

530

540

550

560

570

580

590

600

610

620

630

640

650

660

670

680

690

700

705

710

715

720

730

740

750

760

1196.99

1196.27

1195.60

1194.93

1194.22

1193.43

1192.77

1192.21

1191.63

1191.05

1190.47

1190.18

1189.90

1189.70

1189.50

1189.26

1189.01

1188.77

1188.51

1188.20

1187.89

1187.59

1187.29

1186.99

1186.69

1186.39

1186.10

1185.93

1185.80

1185.68

1185.55

1185.45

1185.35

1185.25

1185.21

1185.18

1185.15

1185.12

1185.04

1184.95

1184.84

1184.69

1184.54

1184.39

1184.24

1184.09

1183.94

1183.77

1183.61

1183.44

1183.28

1182.98

1182.71

1182.38

1182.00

1181.82

1181.67

1181.54

1181.45

1181.36

1181.28

1181.20

1181.12

1181.05

1180.98

1180.91

1180.91

1180.90

1180.89

1180.87

1180.86

1180.81

1180.84

1180.87

1180.85

1180.86

1180.86

1180.86

1180.87

1180.87

1180.83

1180.75

1180.67

1180.51

1180.39

1180.26

1180.15

1180.06

1179.98

1179.87

1179.74

1179.60

1179.47

1179.36

1179.25

1179.14

1179.04

1178.89

1178.74

1178.61

1178.47

1178.33

1178.30

1178.28

1178.27

1178.26

1178.21

1178.16

1178.10

1178.04

1197.048

1196.363

1195.677

1194.991

1194.306

1193.725

1193.144

1192.563

1191.983

1191.380

1190.778

1190.477

1190.176

1189.874

1189.573

1189.272

1188.971

1188.670

1188.369

1188.067

1187.766

1187.465

1187.164

1186.863

1186.562

1186.411

1186.260

1186.109

1185.959

1185.808

1185.657

1185.585

1185.512

1185.440

1185.367

1185.294

1185.222

1185.149

1185.077

1184.915

1184.754

1184.592

1184.431

1184.270

1184.108

1183.947

1183.786

1183.646

1183.506

1183.366

1183.226

1182.947

1182.667

1182.387

1182.108

1182.032

1181.957

1181.882

1181.807

1181.731

1181.656

1181.581

1181.505

1181.430

1181.355

1181.280

1181.204

1181.196

1181.188

1181.180

1181.172

1181.156

1181.140

1181.114

1181.089

1181.064

1181.039

1181.014

1180.989

1180.938

1180.888

1180.838

1180.692

1180.547

1180.402

1180.257

1180.111

1180.002

1179.892

1179.782

1179.672

1179.562

1179.452

1179.342

1179.232

1179.123

1178.994

1178.865

1178.737

1178.609

1178.480

1178.351

1178.329

1178.307

1178.284

1178.261

1178.217

1178.172

1178.126

1178.082

1196.986

1196.300

1195.615

1194.929

1194.243

1193.662

1193.082

1192.501

1191.920

1191.318

1190.715

1190.414

1190.113

1189.812

1189.511

1189.209

1188.908

1188.607

1188.306

1188.005

1187.704

1187.402

1187.101

1186.800

1186.499

1186.348

1186.198

1186.047

1185.896

1185.746

1185.595

1185.522

1185.450

1185.377

1185.304

1185.232

1185.159

1185.087

1185.014

1184.853

1184.691

1184.530

1184.369

1184.207

1184.046

1183.884

1183.723

1183.583

1183.443

1183.303

1183.164

1182.884

1182.604

1182.325

1182.045

1181.970

1181.895

1181.819

1181.744

1181.669

1181.594

1181.518

1181.443

1181.368

1181.292

1181.217

1181.142

1181.134

1181.126

1181.118

1181.109

1181.093

1181.077

1181.052

1181.027

1181.001

1180.976

1180.951

1180.926

1180.876

1180.825

1180.775

1180.630

1180.485

1180.339

1180.194

1180.049

1179.939

1179.829

1179.719

1179.609

1179.500

1179.390

1179.280

1179.170

1179.060

1178.932

1178.803

1178.675

1178.546

1178.417

1178.289

1178.266

1178.244

1178.222

1178.199

1178.154

1178.109

1178.064

1178.019

1196.923

1196.238

1195.552

1194.866

1194.181

1193.600

1193.019

1192.438

1191.858

1191.255

1190.653

1190.352

1190.051

1189.749

1189.448

1189.147

1188.846

1188.545

1188.244

1187.942

1187.641

1187.340

1187.039

1186.738

1186.437

1186.286

1186.135

1185.984

1185.834

1185.683

1185.532

1185.460

1185.387

1185.315

1185.242

1185.169

1185.097

1185.024

1184.952

1184.790

1184.629

1184.467

1184.306

1184.145

1183.983

1183.822

1183.661

1183.521

1183.381

1183.241

1183.101

1182.822

1182.542

1182.262

1181.983

1181.907

1181.832

1181.757

1181.682

1181.606

1181.531

1181.456

1181.380

1181.305

1181.230

1181.155

1181.079

1181.071

1181.063

1181.055

1181.047

1181.031

1181.015

1180.989

1180.964

1180.939

1180.914

1180.889

1180.864

1180.813

1180.763

1180.713

1180.567

1180.422

1180.277

1180.132

1179.986

1179.877

1179.767

1179.657

1179.547

1179.437

1179.327

1179.217

1179.107

1178.998

1178.869

1178.740

1178.612

1178.484

1178.355

1178.226

1178.204

1178.182

1178.159

1178.136

1178.092

1178.047

1178.001

1177.957

Direction

240.37.08

104.919

BC

C

Curve 1 Left

Radius=360.000

I= 30.35.17

297.109

EC

C

Direction

210.01.51

339.286

BC

C

Curve 2 Right

Radius=180.000

I= 25.02.35

417.961

EC

C

Direction

235.04.26

436.446

BC

C

Curve 3 Left

Radius=1948.055

I= 1.07.20

474.599

EC

C

Direction

233.57.06

704.002

BC

C

Curve 4 Right

Radius=180.000

I= 3.42.32

715.654

EC

C

Direction

237.39.39

B.V

.C

.

40.000

E.V

.C

.

40.000

B.V

.C

.

80.000

E.V

.C

.

80.000

B.V

.C

.

170.000

E.V

.C

.

170.000

B.V

.C

.

200.000

E.V

.C

.

200.000

B.V

.C

.

240.000

E.V

.C

.

240.000

B.V

.C

.

280.000

E.V

.C

.

280.000

B.V

.C

.

340.000

E.V

.C

.

340.000

B.V

.C

.

400.000

E.V

.C

.

400.000

B.V

.C

.

440.000

E.V

.C

.

440.000

B.V

.C

.

500.000

E.V

.C

.

500.000

B.V

.C

.

550.000

E.V

.C

.

550.000

B.V

.C

.

640.000

E.V

.C

.

640.000

B.V

.C

.

700.000

E.V

.C

.

700.000

-6.858 %

40.000 1194.243

-5.807 %

80.000 1191.920

-6.023 %

170.000 1186.499

-3.013 %

200.000 1185.595

-1.453 %

240.000 1185.014

-3.227 %

280.000 1183.723

-2.797 %

340.000 1182.045

-1.505 %

400.000 1181.142

-0.163 %

440.000 1181.077

-0.503 %

500.000 1180.775

-1.452 %

550.000 1180.049

-1.099 %

640.000 1179.060

-1.285 %

700.000 1178.289

-0.450 %

760.0001177.974

2.50000

-2.50000

Chainage 0 to 760

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1196.0 Chainage 0

Cut=0.34m2 Fill=0.10m2

Datum 1194.0 Chainage 30

Cut=0.10m2 Fill=0.10m2

Datum 1192.0 Chainage 60

Cut=0.00m2 Fill=2.27m2

Datum 1190.0 Chainage 90

Cut=0.00m2 Fill=1.98m2

Datum 1189.0 Chainage 120

Cut=0.17m2 Fill=0.09m2

Datum 1187.0 Chainage 150

Cut=1.55m2 Fill=0.00m2

Datum 1185.0 Chainage 180

Cut=0.03m2 Fill=0.54m2

Datum 1185.0 Chainage 210

Cut=0.02m2 Fill=0.58m2

Datum 1184.0 Chainage 240

Cut=0.31m2 Fill=0.00m2

Datum 1183.0 Chainage 270

Cut=1.60m2 Fill=0.00m2

Datum 1182.0 Chainage 300

Cut=0.97m2 Fill=0.00m2

Datum 1182.0 Chainage 330

Cut=0.53m2 Fill=0.00m2

Datum 1181.0 Chainage 360

Cut=0.00m2 Fill=2.19m2

Datum 1180.0 Chainage 390

Cut=0.00m2 Fill=2.29m2

Datum 1180.0 Chainage 420

Cut=0.01m2 Fill=1.80m2

Datum 1180.0 Chainage 450

Cut=0.09m2 Fill=1.35m2

Datum 1180.0 Chainage 480

Cut=0.45m2 Fill=0.39m2

Datum 1180.0 Chainage 510

Cut=0.63m2 Fill=0.20m2

Datum 1179.0 Chainage 540

Cut=0.74m2 Fill=0.06m2

Datum 1179.0 Chainage 570

Cut=1.33m2 Fill=0.00m2

Datum 1179.0 Chainage 600

Cut=0.98m2 Fill=0.04m2

Datum 1178.0 Chainage 630

Cut=0.83m2 Fill=0.07m2

Datum 1178.0 Chainage 660

Cut=0.90m2 Fill=0.07m2

Datum 1178.0 Chainage 690

Cut=0.72m2 Fill=0.15m2

Datum 1177.0 Chainage 720

Cut=0.78m2 Fill=0.14m2

Datum 1177.0 Chainage 750

Cut=0.66m2 Fill=0.21m2

Datum 1177.0 Chainage 760

Cut=0.61m2 Fill=0.25m2

Horizontal Scale 1:500

Vertical Scale 1:100

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L01

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA MAIN ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

51

MMB

10/19C

10/19

10/19

10/19

10/19

Page 181: SAKHISIZWE LOCAL MUNICIPALITY

7

4

0

7

6

0

7

8

0

8

0

0

8

2

0

8

4

0

8

6

0

8

8

0

9

0

0

920

940

960

980

MA

NZ

AN

A A

R - M

AIN

RD

1000

1

0

2

0

1

0

4

0

1

0

6

0

1

0

8

0

1

1

0

0

1

1

2

0

1

1

4

0

1

1

6

0

1

1

8

0

1200

1

2

2

0

1

2

4

0

1

2

6

0

1

2

8

0

1

3

0

0

1

3

2

0

1

3

4

0

1

3

6

0

1

3

8

0

1

4

0

0

1

4

2

0

1

4

4

0

1

4

6

0

1

4

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

IN

R

D

1

5

0

0

1

5

2

0

1

5

4

0

1

5

6

0

1

5

8

0

1

6

0

0

1

6

2

0

1

6

4

0

1

6

6

0

1

6

8

0

1

7

0

0

1

0

0

0

1

0

2

0

1

0

4

0

1

0

6

0

1

0

8

0

1

0

8

0

+

3

4

9

4

7

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

4

7

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

7

0

0

X

-

6

2

5

0

0

Y

-

6

2

2

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

4

0

0

X

+

3

4

9

4

8

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

4

8

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

8

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

8

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

4

9

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

4

9

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

9

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

4

9

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

0

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

5

0

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

5

0

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

5

0

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

1

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

5

1

0

0

X

-

6

2

2

0

0

Y

+

3

4

9

5

1

0

0

X

-

6

2

1

0

0

Y

+

3

4

9

5

2

0

0

X

-

6

2

2

0

0

Y

Plan Scale 1:1000

1162

1163

1164

1165

1166

1167

1168

1169

1170

1171

1172

1173

1174

1175

1176

1177

1178

Datum 1161.0

750

760

770

780

790

800

810

820

830

840

850

860

865

870

875

880

885

890

895

900

905

910

920

930

940

950

960

970

980

990

1000

1010

1015

1020

1025

1030

1035

1040

1045

1050

1060

1070

1080

1090

1100

1110

1120

1130

1140

1150

1160

1170

1180

1185

1190

1195

1200

1205

1210

1215

1220

1230

1240

1250

1260

1270

1280

1290

1300

1310

1320

1330

1340

1350

1360

1370

1380

1390

1400

1410

1420

1430

1440

1445

1450

1455

1460

1465

1470

1475

1480

1485

1490

1500

1510

1178.10

1178.04

1178.00

1177.95

1177.91

1177.87

1177.84

1177.82

1177.77

1177.66

1177.60

1177.53

1177.49

1177.45

1177.41

1177.36

1177.28

1177.20

1177.11

1177.02

1176.97

1176.92

1176.80

1176.63

1176.48

1176.32

1176.18

1176.08

1176.00

1175.92

1175.84

1175.79

1175.77

1175.76

1175.75

1175.75

1175.75

1175.74

1175.73

1175.71

1175.66

1175.59

1175.53

1175.47

1175.43

1175.44

1175.44

1175.41

1175.36

1175.31

1175.27

1175.20

1174.98

1174.86

1174.76

1174.66

1174.55

1174.42

1174.29

1174.15

1174.00

1173.68

1173.26

1172.84

1172.55

1172.27

1171.94

1171.61

1171.31

1171.09

1170.88

1170.66

1170.43

1170.26

1170.02

1169.73

1169.42

1169.10

1168.76

1168.40

1168.05

1167.70

1167.36

1167.19

1167.02

1166.86

1166.71

1166.56

1166.41

1166.26

1166.12

1165.97

1165.83

1165.56

1165.29

1178.126

1178.082

1178.036

1177.987

1177.937

1177.887

1177.838

1177.788

1177.739

1177.689

1177.639

1177.589

1177.526

1177.464

1177.401

1177.338

1177.275

1177.212

1177.135

1177.059

1176.984

1176.907

1176.755

1176.604

1176.452

1176.300

1176.204

1176.108

1176.013

1175.917

1175.822

1175.804

1175.796

1175.787

1175.779

1175.770

1175.761

1175.753

1175.744

1175.736

1175.719

1175.669

1175.620

1175.571

1175.522

1175.473

1175.457

1175.442

1175.426

1175.411

1175.396

1175.244

1174.871

1174.748

1174.624

1174.500

1174.375

1174.251

1174.127

1173.942

1173.756

1173.385

1173.100

1172.816

1172.531

1172.247

1171.962

1171.678

1171.394

1171.119

1170.845

1170.571

1170.297

1170.105

1169.915

1169.594

1169.275

1168.954

1168.624

1168.294

1167.963

1167.633

1167.302

1167.122

1166.941

1166.760

1166.579

1166.398

1166.218

1166.096

1165.975

1165.854

1165.732

1165.490

1165.247

1178.064

1178.019

1177.974

1177.924

1177.875

1177.825

1177.775

1177.726

1177.676

1177.626

1177.577

1177.527

1177.464

1177.401

1177.338

1177.275

1177.212

1177.149

1177.073

1176.997

1176.921

1176.845

1176.693

1176.541

1176.389

1176.237

1176.141

1176.046

1175.950

1175.855

1175.759

1175.742

1175.733

1175.725

1175.716

1175.708

1175.699

1175.690

1175.682

1175.673

1175.656

1175.607

1175.558

1175.508

1175.459

1175.410

1175.395

1175.379

1175.364

1175.348

1175.333

1175.181

1174.809

1174.685

1174.561

1174.437

1174.313

1174.189

1174.065

1173.879

1173.693

1173.322

1173.038

1172.753

1172.469

1172.184

1171.900

1171.615

1171.331

1171.057

1170.782

1170.508

1170.234

1170.043

1169.852

1169.532

1169.212

1168.892

1168.562

1168.231

1167.901

1167.570

1167.240

1167.059

1166.878

1166.698

1166.517

1166.336

1166.155

1166.034

1165.912

1165.791

1165.670

1165.427

1165.185

1178.001

1177.957

1177.911

1177.862

1177.812

1177.762

1177.713

1177.663

1177.614

1177.564

1177.514

1177.464

1177.401

1177.339

1177.276

1177.213

1177.150

1177.087

1177.010

1176.934

1176.859

1176.782

1176.630

1176.479

1176.327

1176.175

1176.079

1175.983

1175.888

1175.792

1175.697

1175.679

1175.671

1175.662

1175.654

1175.645

1175.636

1175.628

1175.619

1175.611

1175.594

1175.544

1175.495

1175.446

1175.397

1175.348

1175.332

1175.317

1175.301

1175.286

1175.271

1175.119

1174.746

1174.623

1174.499

1174.375

1174.250

1174.126

1174.002

1173.817

1173.631

1173.260

1172.975

1172.691

1172.406

1172.122

1171.837

1171.553

1171.269

1170.994

1170.720

1170.446

1170.172

1169.980

1169.790

1169.469

1169.150

1168.829

1168.499

1168.169

1167.838

1167.508

1167.177

1166.997

1166.816

1166.635

1166.454

1166.273

1166.093

1165.971

1165.850

1165.729

1165.607

1165.365

1165.122

Direction

237.39.39

859.426

BC

C

Curve 5 Left

Radius=120.000

I= 23.20.55

908.327

EC

C

Direction

214.18.44

1011.187

BC

C

Curve 6 Right

Radius=120.000

I= 19.41.28

1052.428

EC

C

Direction

234.00.12

1181.191

BC

C

Curve 7 Left

Radius=42.468

I= 49.28.05

1217.857

EC

C

Direction

184.32.07

1314.285

BC

C

Curve 8 Right

Radius=300.000

I= 0.03.39

1314.604

EC

C

Direction

184.35.46

1437.235

BC

C

Curve 9 Right

Radius=300.000

I= 9.52.12

1488.914

EC

C

Direction

194.27.58

B.V

.C

.

770.000

E.V

.C

.

770.000

B.V

.C

.

860.000

E.V

.C

.

860.000

B.V

.C

.

890.000

E.V

.C

.

890.000

B.V

.C

.

950.000

E.V

.C

.

950.000

B.V

.C

.

1000.000

E.V

.C

.

1000.000

B.V

.C

.

1060.000

E.V

.C

.

1060.000

B.V

.C

.

1110.000

E.V

.C

.

1110.000

B.V

.C

.

1160.000

E.V

.C

.

1160.000

B.V

.C

.

1170.000

E.V

.C

.

1170.000

B.V

.C

.

1180.000

E.V

.C

.

1180.000

B.V

.C

.

1210.000

E.V

.C

.

1210.000

B.V

.C

.

1230.000

E.V

.C

.

1230.000

B.V

.C

.

1300.000

E.V

.C

.

1300.000

B.V

.C

.

1340.000

E.V

.C

.

1340.000

B.V

.C

.

1360.000

E.V

.C

.

1360.000

B.V

.C

.

1390.000

E.V

.C

.

1390.000

B.V

.C

.

1440.000

E.V

.C

.

1440.000

B.V

.C

.

1470.000

E.V

.C

.

1470.000

-0.450 %

770.000 1177.974

-0.497 %

860.000 1177.527

-1.260 %

890.000 1177.149

-1.520 %

950.000 1176.237

-0.956 %

1000.000 1175.759

-0.172 %

1060.000 1175.656

-0.492 %

1110.000 1175.410

-0.154 %

1160.000 1175.333

-1.520 %

1170.000 1175.181

-3.720 %

1180.000 1174.809

-2.480 %

1210.000 1174.065

-3.715 %

1230.000 1173.322

-2.844 %

1300.000 1171.331

-2.742 %

1340.000 1170.234

-1.910 %

1360.000 1169.852

-3.200 %

1390.000 1168.892

-3.304 %

1440.000 1167.240

-3.617 %

1470.000 1166.155

-2.426 %

1510.0001164.942

2.50000

-2.50000

Chainage 750 to 1510

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1177.0 Chainage 750

Cut=0.66m2 Fill=0.21m2

Datum 1177.0 Chainage 780

Cut=0.61m2 Fill=0.24m2

Datum 1177.0 Chainage 810

Cut=0.78m2 Fill=0.10m2

Datum 1177.0 Chainage 840

Cut=0.59m2 Fill=0.15m2

Datum 1177.0 Chainage 870

Cut=0.70m2 Fill=0.08m2

Datum 1176.0 Chainage 900

Cut=0.47m2 Fill=0.11m2

Datum 1176.0 Chainage 930

Cut=0.85m2 Fill=0.00m2

Datum 1175.0 Chainage 960

Cut=0.52m2 Fill=0.06m2

Datum 1175.0 Chainage 990

Cut=0.68m2 Fill=0.04m2

Datum 1175.0 Chainage 1020

Cut=0.48m2 Fill=0.07m2

Datum 1175.0 Chainage 1050

Cut=0.50m2 Fill=0.08m2

Datum 1175.0 Chainage 1080

Cut=0.26m2 Fill=0.37m2

Datum 1175.0 Chainage 1110

Cut=0.53m2 Fill=0.15m2

Datum 1175.0 Chainage 1140

Cut=0.44m2 Fill=0.30m2

Datum 1174.0 Chainage 1170

Cut=0.50m2 Fill=0.25m2

Datum 1174.0 Chainage 1200

Cut=1.96m2 Fill=0.00m2

Datum 1173.0 Chainage 1230

Cut=2.91m2 Fill=0.00m2

Datum 1172.0 Chainage 1260

Cut=0.72m2 Fill=0.00m2

Datum 1171.0 Chainage 1290

Cut=0.23m2 Fill=0.12m2

Datum 1170.0 Chainage 1320

Cut=0.89m2 Fill=0.00m2

Datum 1169.0 Chainage 1350

Cut=1.82m2 Fill=0.00m2

Datum 1168.0 Chainage 1380

Cut=1.76m2 Fill=0.00m2

Datum 1168.0 Chainage 1410

Cut=1.46m2 Fill=0.00m2

Datum 1167.0 Chainage 1440

Cut=1.07m2 Fill=0.00m2

Datum 1165.0 Chainage 1470

Cut=2.11m2 Fill=0.00m2

Datum 1165.0 Chainage 1500

Cut=1.14m2 Fill=0.00m2

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L01

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA MAIN ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

52

MMB

10/19C

10/19

10/19

10/19

10/19

Page 182: SAKHISIZWE LOCAL MUNICIPALITY

1

4

0

0

1

4

2

0

1

4

4

0

1

4

6

0

1

4

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

1

5

0

0

1

5

2

0

1

5

4

0

1

5

6

0

1

5

8

0

1

6

0

0

1

6

2

0

1

6

4

0

1

6

6

0

1

6

8

0

1

7

0

0

1

7

2

0

1

7

4

0

1

7

6

0

1

7

8

0

1

8

0

0

1

8

2

0

1840

1

8

6

0

1

8

8

0

1

9

0

0

1

9

2

0

1

9

4

0

1

9

6

0

1

9

8

0

M

A

N

Z

A

N

A

A

R

-

M

A

I

N

R

D

2

0

0

0

2

0

2

0

2

0

4

0

2

0

6

0

2

0

8

0

2

1

0

0

2

1

2

0

2

1

4

0

2

1

6

0

2

1

8

0

2

2

0

0

2

2

2

0

2

2

4

0

9

2

0

9

4

0

9

6

0

9

8

0

1

0

0

0

1

0

2

0

1

0

4

0

1

0

6

0

1

0

8

0

1

0

8

0

+

3

4

9

4

2

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

2

0

0

X

-

6

2

7

0

0

Y

+

3

4

9

4

2

0

0

X

-

6

2

8

0

0

Y

+

3

4

9

4

2

0

0

X

-

6

2

9

0

0

Y

+

3

4

9

4

2

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

1

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

1

0

0

X

-

6

2

7

0

0

Y

+

3

4

9

4

1

0

0

X

-

6

2

8

0

0

Y

+

3

4

9

4

1

0

0

X

-

6

2

9

0

0

Y

+

3

4

9

4

1

0

0

X

-

6

3

0

0

0

Y

+

3

4

9

4

0

0

0

X

-

6

2

7

0

0

Y

+

3

4

9

4

0

0

0

X

-

6

2

8

0

0

Y

+

3

4

9

4

0

0

0

X

-

6

2

9

0

0

Y

+

3

4

9

4

0

0

0

X

-

6

3

0

0

0

Y

+

3

4

9

4

0

0

0

X

+

3

4

9

3

9

0

0

X

-

6

2

8

0

0

Y

+

3

4

9

3

9

0

0

X

-

6

2

9

0

0

Y

+

3

4

9

3

9

0

0

X

+

3

4

9

3

8

0

0

X

+

3

4

9

4

3

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

2

7

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

2

8

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

7

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

4

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

2

3

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

6

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

5

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

2

4

0

0

Y

-

6

2

3

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

2

5

0

0

Y

-

6

2

4

0

0

Y

Plan Scale 1:1000

1150

1151

1152

1153

1154

1155

1156

1157

1158

1159

1160

1161

1162

1163

1164

1165

1166

Datum 1149.0

1500

1510

1520

1530

1540

1550

1560

1570

1580

1590

1600

1610

1620

1630

1640

1650

1660

1670

1675

1680

1685

1690

1695

1700

1705

1710

1715

1720

1725

1730

1735

1740

1750

1760

1770

1780

1790

1800

1805

1810

1815

1820

1825

1830

1835

1840

1845

1850

1855

1860

1865

1870

1875

1880

1885

1890

1900

1910

1920

1930

1940

1950

1960

1970

1980

1990

2000

2010

2020

2030

2040

2050

2060

2070

2080

2090

2100

2110

2120

2130

2140

2150

2160

2170

2180

2190

2200

2210

2220

2230

2240

2245

2250

2260

1165.56

1165.29

1165.02

1164.76

1164.50

1164.20

1163.91

1163.62

1163.33

1163.06

1162.79

1162.54

1162.32

1162.08

1161.86

1161.64

1161.42

1161.22

1161.12

1161.02

1160.91

1160.82

1160.72

1160.62

1160.51

1160.41

1160.29

1160.17

1160.05

1159.93

1159.81

1159.65

1159.32

1159.01

1158.65

1158.26

1157.87

1157.49

1157.30

1157.12

1156.97

1156.83

1156.68

1156.54

1156.41

1156.30

1156.21

1156.13

1156.07

1156.03

1155.99

1155.97

1155.97

1155.98

1156.02

1156.08

1156.28

1156.44

1156.60

1156.80

1157.03

1157.22

1157.38

1157.58

1157.71

1157.79

1157.88

1157.96

1158.03

1158.01

1157.96

1157.91

1157.86

1157.83

1157.82

1157.82

1157.82

1157.82

1157.81

1157.77

1157.72

1157.65

1157.57

1157.50

1157.46

1157.43

1157.33

1157.24

1157.15

1157.03

1156.87

1156.78

1156.69

1156.50

1165.490

1165.247

1165.005

1164.709

1164.413

1164.117

1163.821

1163.525

1163.229

1162.998

1162.766

1162.534

1162.302

1162.070

1161.838

1161.606

1161.375

1161.173

1161.072

1160.971

1160.870

1160.769

1160.668

1160.567

1160.466

1160.365

1160.264

1160.163

1160.002

1159.841

1159.680

1159.519

1159.196

1158.874

1158.507

1158.141

1157.774

1157.408

1157.225

1157.042

1156.858

1156.675

1156.492

1156.309

1156.126

1155.943

1156.005

1156.067

1156.129

1156.192

1156.254

1156.316

1156.378

1156.441

1156.503

1156.565

1156.689

1156.811

1156.933

1157.055

1157.177

1157.299

1157.421

1157.396

1157.370

1157.345

1157.321

1157.317

1157.313

1157.309

1157.306

1157.302

1157.298

1157.294

1157.291

1157.287

1157.283

1157.279

1157.276

1157.234

1157.192

1157.150

1157.108

1157.066

1157.024

1156.982

1156.940

1156.898

1156.856

1156.682

1156.507

1156.419

1156.332

1156.157

1165.427

1165.185

1164.942

1164.646

1164.350

1164.054

1163.759

1163.463

1163.167

1162.935

1162.703

1162.471

1162.240

1162.008

1161.776

1161.544

1161.312

1161.110

1161.009

1160.908

1160.807

1160.707

1160.606

1160.505

1160.404

1160.303

1160.202

1160.101

1159.940

1159.778

1159.617

1159.456

1159.134

1158.811

1158.445

1158.078

1157.712

1157.345

1157.162

1156.979

1156.796

1156.613

1156.430

1156.246

1156.063

1155.880

1155.942

1156.005

1156.067

1156.129

1156.191

1156.254

1156.316

1156.378

1156.440

1156.502

1156.627

1156.749

1156.871

1156.993

1157.114

1157.236

1157.358

1157.333

1157.308

1157.283

1157.258

1157.254

1157.250

1157.247

1157.243

1157.239

1157.235

1157.232

1157.228

1157.224

1157.220

1157.217

1157.213

1157.171

1157.129

1157.087

1157.045

1157.004

1156.962

1156.920

1156.878

1156.836

1156.794

1156.619

1156.444

1156.357

1156.270

1156.095

1165.365

1165.122

1164.880

1164.584

1164.288

1163.992

1163.696

1163.400

1163.104

1162.873

1162.641

1162.409

1162.177

1161.945

1161.713

1161.481

1161.250

1161.048

1160.947

1160.846

1160.745

1160.644

1160.543

1160.442

1160.341

1160.240

1160.139

1160.038

1159.877

1159.716

1159.555

1159.394

1159.071

1158.749

1158.382

1158.016

1157.649

1157.283

1157.100

1156.917

1156.733

1156.550

1156.367

1156.184

1156.001

1155.818

1155.880

1155.942

1156.004

1156.067

1156.129

1156.191

1156.253

1156.316

1156.378

1156.440

1156.564

1156.686

1156.808

1156.930

1157.052

1157.174

1157.296

1157.271

1157.245

1157.220

1157.196

1157.192

1157.188

1157.184

1157.181

1157.177

1157.173

1157.169

1157.166

1157.162

1157.158

1157.154

1157.151

1157.109

1157.067

1157.025

1156.983

1156.941

1156.899

1156.857

1156.815

1156.773

1156.731

1156.557

1156.382

1156.294

1156.207

1156.032

Direction

194.27.58

1670.598

BC

C

Curve 10 Left

Radius=300.000

I= 12.39.10

1736.848

EC

C

Direction

181.48.47

1795.758

BC

C

Curve 11 Right

Radius=60.000

I= 91.48.24

1891.898

EC

C

Direction

273.37.12

1967.204

BC

C

Curve 12 Right

Radius=180.000

I= 1.32.03

1972.023

EC

C

Direction

275.09.14

2238.380

BC

C

Curve 13 Left

Radius=2664.940

I= 0.16.00

2250.788

EC

C

Direction

274.53.14

B.V

.C

.

1520.000

E.V

.C

.

1520.000

B.V

.C

.

1580.000

E.V

.C

.

1580.000

B.V

.C

.

1660.000

E.V

.C

.

1660.000

B.V

.C

.

1720.000

E.V

.C

.

1720.000

B.V

.C

.

1760.000

E.V

.C

.

1760.000

B.V

.C

.

1840.000

E.V

.C

.

1840.000

B.V

.C

.

1900.000

E.V

.C

.

1900.000

B.V

.C

.

1960.000

E.V

.C

.

1960.000

B.V

.C

.

2000.000

E.V

.C

.

2000.000

B.V

.C

.

2120.000

E.V

.C

.

2120.000

B.V

.C

.

2220.000

E.V

.C

.

2220.000

-2.426 %

1520.000 1164.942

-2.958 %

1580.000 1163.167

-2.319 %

1660.000 1161.312

-2.018 %

1720.000 1160.101

-3.225 %

1760.000 1158.811

-3.664 %

1840.000 1155.880

1.245 %

1900.000 1156.627

1.218 %

1960.000 1157.358

-0.250 %

2000.000 1157.258

-0.038 %

2120.000 1157.213

-0.419 %

2220.000 1156.794

-1.748 %

2260.0001155.745

2.50000

-2.50000

Chainage 1500 to 2260

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1165.0 Chainage 1500

Cut=1.14m2 Fill=0.00m2

Datum 1164.0 Chainage 1530

Cut=1.01m2 Fill=0.00m2

Datum 1163.0 Chainage 1560

Cut=1.31m2 Fill=0.00m2

Datum 1162.0 Chainage 1590

Cut=1.07m2 Fill=0.00m2

Datum 1162.0 Chainage 1620

Cut=0.81m2 Fill=0.03m2

Datum 1161.0 Chainage 1650

Cut=0.90m2 Fill=0.01m2

Datum 1160.0 Chainage 1680

Cut=1.00m2 Fill=0.00m2

Datum 1160.0 Chainage 1710

Cut=0.97m2 Fill=0.01m2

Datum 1159.0 Chainage 1740

Cut=1.61m2 Fill=0.00m2

Datum 1158.0 Chainage 1770

Cut=1.74m2 Fill=0.00m2

Datum 1157.0 Chainage 1800

Cut=1.28m2 Fill=0.00m2

Datum 1156.0 Chainage 1830

Cut=2.48m2 Fill=0.00m2

Datum 1155.0 Chainage 1860

Cut=0.25m2 Fill=0.93m2

Datum 1155.0 Chainage 1890

Cut=0.00m2 Fill=3.35m2

Datum 1156.0 Chainage 1920

Cut=0.04m2 Fill=2.14m2

Datum 1156.0 Chainage 1950

Cut=0.65m2 Fill=0.59m2

Datum 1156.0 Chainage 1980

Cut=3.54m2 Fill=0.00m2

Datum 1157.0 Chainage 2010

Cut=6.53m2 Fill=0.00m2

Datum 1157.0 Chainage 2040

Cut=6.63m2 Fill=0.00m2

Datum 1157.0 Chainage 2070

Cut=5.33m2 Fill=0.00m2

Datum 1157.0 Chainage 2100

Cut=5.31m2 Fill=0.00m2

Datum 1156.0 Chainage 2130

Cut=5.24m2 Fill=0.00m2

Datum 1156.0 Chainage 2160

Cut=4.63m2 Fill=0.00m2

Datum 1156.0 Chainage 2190

Cut=4.39m2 Fill=0.00m2

Datum 1156.0 Chainage 2220

Cut=3.06m2 Fill=0.00m2

Datum 1156.0 Chainage 2250

Cut=3.63m2 Fill=0.00m2

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L01

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA MAIN ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

53

MMB

10/19C

10/19

10/19

10/19

10/19

Page 183: SAKHISIZWE LOCAL MUNICIPALITY

2120

2140

2160

2180

2200

2220

2240

2260

2280

2300

2320

2340

2360

2380

2400

2420

2440

2460

2480

M

A

N

Z

A

N

A

A

R

- M

A

IN

R

D

2

5

0

0

2

5

2

0

2

5

4

0

2

5

6

0

2

5

8

0

2600

2620

2640

2660

2680

2700

2720

2740

2760

2780

2

8

0

0

2

8

2

0

2840

2860

2880

2900

2920

2940

2

9

6

0

2

9

8

0

M

A

N

Z

A

N

A

A

R

- M

A

IN

R

D

3

0

0

0

3

0

2

0

+

3

4

9

4

2

0

0

X

-6

3

2

0

0

Y

+

3

4

9

4

2

0

0

X

-6

3

3

0

0

Y

+

3

4

9

4

2

0

0

X

-6

3

4

0

0

Y

+

3

4

9

4

2

0

0

X

-6

3

5

0

0

Y

+

3

4

9

4

2

0

0

X

-6

3

6

0

0

Y

+

3

4

9

4

2

0

0

X

+

3

4

9

4

2

0

0

X

-6

3

1

0

0

Y

+

3

4

9

4

2

0

0

X

-6

3

0

0

0

Y

+

3

4

9

4

2

0

0

X

-6

2

9

0

0

Y

+

3

4

9

4

2

0

0

X

-6

2

8

0

0

Y

+

3

4

9

4

1

0

0

X

-6

3

2

0

0

Y

+

3

4

9

4

1

0

0

X

+

3

4

9

4

1

0

0

X

+

3

4

9

4

1

0

0

X

-6

3

1

0

0

Y

+

3

4

9

4

1

0

0

X

-6

3

0

0

0

Y

+

3

4

9

4

1

0

0

X

-6

2

9

0

0

Y

-6

2

8

0

0

Y

+

3

4

9

4

0

0

0

X

+

3

4

9

4

3

0

0

X

-6

3

2

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

3

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

4

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

5

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

6

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

1

0

0

Y

+

3

4

9

4

3

0

0

X

-6

3

0

0

0

Y

+

3

4

9

4

3

0

0

X

-6

2

9

0

0

Y

+

3

4

9

4

3

0

0

X

-6

2

8

0

0

Y

-6

3

2

0

0

Y

+

3

4

9

4

4

0

0

X

-6

3

3

0

0

Y

+

3

4

9

4

4

0

0

X

-6

3

4

0

0

Y

+

3

4

9

4

4

0

0

X

-6

3

5

0

0

Y

+

3

4

9

4

4

0

0

X

-6

3

6

0

0

Y

-6

3

1

0

0

Y

-6

3

6

0

0

Y

Plan Scale 1:1000

1146

1147

1148

1149

1150

1151

1152

1153

1154

1155

1156

1157

1158

1159

1160

1161

1162

Datum 1145.0

2200

2210

2220

2230

2240

2245

2250

2260

2270

2280

2290

2300

2310

2320

2330

2340

2350

2360

2370

2380

2390

2400

2410

2420

2430

2440

2445

2450

2455

2460

2465

2470

2475

2480

2485

2490

2495

2500

2510

2520

2530

2540

2550

2560

2570

2580

2585

2590

2595

2600

2605

2610

2615

2620

2625

2630

2640

2650

2660

2670

2680

2690

2700

2710

2720

2730

2740

2750

2755

2760

2765

2770

2775

2780

2785

2790

2800

2810

2820

2825

2830

2835

2840

2845

2850

2855

2860

2865

2870

2875

2880

2885

2890

2895

2900

2905

2910

2915

2920

2925

2930

2935

2940

2945

2950

2955

2960

1157.33

1157.24

1157.15

1157.03

1156.87

1156.78

1156.69

1156.50

1156.30

1156.14

1155.97

1155.81

1155.66

1155.51

1155.36

1155.20

1155.04

1154.88

1154.72

1154.57

1154.41

1154.26

1154.10

1153.95

1153.79

1153.63

1153.55

1153.48

1153.42

1153.36

1153.30

1153.25

1153.20

1153.16

1153.13

1153.10

1153.07

1153.06

1153.02

1153.00

1152.97

1152.95

1152.93

1152.88

1152.80

1152.73

1152.71

1152.68

1152.64

1152.60

1152.56

1152.51

1152.47

1152.42

1152.36

1152.29

1152.17

1152.09

1152.02

1152.00

1151.97

1151.98

1152.04

1152.10

1152.23

1152.36

1152.50

1152.62

1152.68

1152.73

1152.79

1152.85

1152.90

1152.95

1153.01

1153.06

1153.15

1153.22

1153.24

1153.26

1153.27

1153.30

1153.34

1153.38

1153.42

1153.47

1153.52

1153.53

1153.55

1153.57

1153.59

1153.61

1153.62

1153.64

1153.66

1153.69

1153.72

1153.73

1153.74

1153.76

1153.78

1153.84

1153.91

1154.00

1154.08

1154.15

1154.22

1156.940

1156.898

1156.856

1156.682

1156.507

1156.419

1156.332

1156.157

1155.982

1155.807

1155.680

1155.553

1155.426

1155.299

1155.172

1155.045

1154.906

1154.767

1154.628

1154.489

1154.350

1154.212

1154.079

1153.947

1153.814

1153.682

1153.647

1153.613

1153.578

1153.543

1153.509

1153.474

1153.448

1153.422

1153.396

1153.369

1153.343

1153.316

1153.264

1153.211

1153.158

1153.106

1153.053

1153.000

1152.948

1152.862

1152.819

1152.776

1152.733

1152.691

1152.679

1152.667

1152.575

1152.484

1152.433

1152.382

1152.281

1152.156

1152.030

1152.019

1152.009

1151.998

1151.988

1152.098

1152.208

1152.318

1152.428

1152.538

1152.593

1152.649

1152.704

1152.759

1152.814

1152.869

1152.924

1152.979

1153.089

1153.199

1153.309

1153.335

1153.361

1153.387

1153.413

1153.438

1153.464

1153.490

1153.516

1153.542

1153.568

1153.568

1153.568

1153.568

1153.568

1153.568

1153.568

1153.636

1153.704

1153.773

1153.842

1153.910

1153.979

1154.047

1154.115

1154.184

1154.252

1154.321

1154.390

1156.878

1156.836

1156.794

1156.619

1156.444

1156.357

1156.270

1156.095

1155.920

1155.745

1155.618

1155.491

1155.364

1155.236

1155.109

1154.982

1154.843

1154.704

1154.566

1154.427

1154.288

1154.149

1154.016

1153.884

1153.751

1153.619

1153.584

1153.550

1153.516

1153.481

1153.447

1153.412

1153.386

1153.359

1153.333

1153.307

1153.280

1153.254

1153.201

1153.149

1153.096

1153.043

1152.990

1152.938

1152.885

1152.799

1152.756

1152.714

1152.671

1152.628

1152.616

1152.605

1152.513

1152.421

1152.370

1152.320

1152.219

1152.093

1151.967

1151.957

1151.946

1151.936

1151.925

1152.035

1152.145

1152.255

1152.366

1152.476

1152.531

1152.586

1152.641

1152.696

1152.751

1152.806

1152.861

1152.917

1153.027

1153.137

1153.247

1153.273

1153.299

1153.324

1153.350

1153.376

1153.402

1153.428

1153.453

1153.479

1153.505

1153.505

1153.505

1153.505

1153.505

1153.505

1153.505

1153.573

1153.642

1153.710

1153.779

1153.848

1153.916

1153.984

1154.053

1154.121

1154.190

1154.259

1154.327

1156.815

1156.773

1156.731

1156.557

1156.382

1156.294

1156.207

1156.032

1155.857

1155.682

1155.555

1155.428

1155.301

1155.174

1155.047

1154.920

1154.781

1154.642

1154.503

1154.364

1154.225

1154.087

1153.954

1153.822

1153.689

1153.557

1153.522

1153.488

1153.453

1153.418

1153.384

1153.349

1153.323

1153.297

1153.271

1153.244

1153.218

1153.191

1153.139

1153.086

1153.033

1152.981

1152.928

1152.875

1152.823

1152.737

1152.694

1152.651

1152.608

1152.566

1152.554

1152.542

1152.450

1152.359

1152.308

1152.257

1152.156

1152.031

1151.905

1151.894

1151.884

1151.873

1151.863

1151.973

1152.083

1152.193

1152.303

1152.413

1152.468

1152.524

1152.579

1152.634

1152.689

1152.744

1152.799

1152.854

1152.964

1153.074

1153.184

1153.210

1153.236

1153.262

1153.288

1153.313

1153.339

1153.365

1153.391

1153.417

1153.443

1153.443

1153.443

1153.443

1153.443

1153.443

1153.443

1153.511

1153.579

1153.648

1153.717

1153.785

1153.854

1153.922

1153.990

1154.059

1154.127

1154.196

1154.265

Direction

275.09.14

2238.380

BC

C

Curve 13 Left

Radius=2664.940

I= 0.16.00

2250.788

EC

C

Direction

274.53.14

2442.097

BC

C

Curve 14 Right

Radius=180.000

I= 19.18.26

2502.753

EC

C

Direction

294.11.40

2580.766

BC

C

Curve 15 Left

Radius=180.000

I= 15.34.30

2629.696

EC

C

Direction

278.37.10

2745.776

BC

C

Curve 16 Left

Radius=408.753

I= 5.44.25

2786.728

EC

C

Direction

272.52.45

2821.566

BC

C

Curve 17 Right

Radius=409.514

I= 19.00.11

2957.388

EC

C

Direction

291.52.56

B.V

.C

.

2220.000

E.V

.C

.

2220.000

B.V

.C

.

2280.000

E.V

.C

.

2280.000

B.V

.C

.

2340.000

E.V

.C

.

2340.000

B.V

.C

.

2400.000

E.V

.C

.

2400.000

B.V

.C

.

2440.000

E.V

.C

.

2440.000

B.V

.C

.

2470.000

E.V

.C

.

2470.000

B.V

.C

.

2570.000

E.V

.C

.

2570.000

B.V

.C

.

2600.000

E.V

.C

.

2600.000

B.V

.C

.

2610.000

0.000m VC

K = 0.000

E.V

.C

.

2610.000

B.V

.C

.

2620.000

E.V

.C

.

2620.000

B.V

.C

.

2640.000

E.V

.C

.

2640.000

B.V

.C

.

2660.000

E.V

.C

.

2660.000

B.V

.C

.

2700.000

E.V

.C

.

2700.000

B.V

.C

.

2820.000

E.V

.C

.

2820.000

B.V

.C

.

2870.000

E.V

.C

.

2870.000

B.V

.C

.

2900.000

E.V

.C

.

2900.000

-0.419 %

2220.000 1156.794

-1.748 %

2280.000 1155.745

-1.272 %

2340.000 1154.982

-1.388 %

2400.000 1154.149

-1.325 %

2440.000 1153.619

-0.690 %

2470.000 1153.412

-0.527 %

2570.000 1152.885

-0.857 %

2600.000 1152.628

-0.230 %

2610.000 1152.605

-1.840 %

2620.000 1152.421

-1.010 %

2640.000 1152.219

-1.260 %

2660.000 1151.967

-0.105 %

2700.000 1151.925

1.102 %

2820.000 1153.247

0.516 %

2870.000 1153.505

0.000 %

2900.000 1153.505

1.370 %

2960.0001154.327

2.50000

-2.50000

Chainage 2200 to 2960

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1156.0 Chainage 2200

Cut=3.93m2 Fill=0.00m2

Datum 1156.0 Chainage 2220

Cut=3.06m2 Fill=0.00m2

Datum 1156.0 Chainage 2250

Cut=3.63m2 Fill=0.00m2

Datum 1155.0 Chainage 2280

Cut=3.36m2 Fill=0.00m2

Datum 1155.0 Chainage 2310

Cut=2.52m2 Fill=0.00m2

Datum 1154.0 Chainage 2340

Cut=1.87m2 Fill=0.00m2

Datum 1154.0 Chainage 2370

Cut=1.42m2 Fill=0.01m2

Datum 1153.0 Chainage 2400

Cut=1.05m2 Fill=0.05m2

Datum 1153.0 Chainage 2430

Cut=0.66m2 Fill=0.20m2

Datum 1152.0 Chainage 2460

Cut=0.16m2 Fill=1.00m2

Datum 1152.0 Chainage 2490

Cut=0.06m2 Fill=1.59m2

Datum 1152.0 Chainage 2520

Cut=0.13m2 Fill=1.18m2

Datum 1152.0 Chainage 2550

Cut=0.33m2 Fill=0.65m2

Datum 1152.0 Chainage 2580

Cut=0.33m2 Fill=0.71m2

Datum 1152.0 Chainage 2610

Cut=0.25m2 Fill=0.84m2

Datum 1151.0 Chainage 2640

Cut=0.37m2 Fill=0.62m2

Datum 1151.0 Chainage 2670

Cut=0.74m2 Fill=0.26m2

Datum 1151.0 Chainage 2700

Cut=1.20m2 Fill=0.10m2

Datum 1151.0 Chainage 2730

Cut=1.16m2 Fill=0.13m2

Datum 1152.0 Chainage 2760

Cut=1.43m2 Fill=0.06m2

Datum 1152.0 Chainage 2790

Cut=1.40m2 Fill=0.08m2

Datum 1152.0 Chainage 2820

Cut=0.67m2 Fill=0.55m2

Datum 1152.0 Chainage 2850

Cut=0.79m2 Fill=0.45m2

Datum 1152.0 Chainage 2880

Cut=1.10m2 Fill=0.25m2

Datum 1153.0 Chainage 2910

Cut=1.09m2 Fill=0.30m2

Datum 1153.0 Chainage 2940

Cut=0.31m2 Fill=1.34m2

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L01

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA MAIN ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

54

MMB

10/19C

10/19

10/19

10/19

10/19

Page 184: SAKHISIZWE LOCAL MUNICIPALITY

2

6

4

0

2

6

6

0

2

6

8

0

2

7

0

0

2

7

2

0

2

7

4

0

2

7

6

0

2

7

8

0

2

8

0

0

2

8

2

0

2

8

4

0

2

8

6

0

2

8

8

0

2

9

0

0

2

9

2

0

2940

2960

2980

MANZANA AR - MAIN RD

3000

3020

3

0

4

0

3

0

6

0

3

0

8

0

3

1

0

0

3

1

2

0

3

1

4

0

3160

3180

3200

3220

3240

3248

+

3

4

9

4

4

0

0

X

-

6

3

7

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

3

8

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

3

9

0

0

Y

+

3

4

9

4

4

0

0

X

+

3

4

9

4

4

0

0

X

-

6

3

6

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

3

5

0

0

Y

+

3

4

9

4

4

0

0

X

-

6

3

4

0

0

Y

-

6

3

3

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

3

7

0

0

Y

+

3

4

9

4

3

0

0

X

+

3

4

9

4

3

0

0

X

-

6

3

6

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

3

5

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

3

4

0

0

Y

+

3

4

9

4

3

0

0

X

-

6

3

3

0

0

Y

+

3

4

9

4

2

0

0

X

+

3

4

9

4

2

0

0

X

-

6

3

5

0

0

Y

+

3

4

9

4

2

0

0

X

-

6

3

4

0

0

Y

+

3

4

9

4

1

0

0

X

+

3

4

9

4

5

0

0

X

-

6

3

7

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

3

8

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

3

9

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

4

0

0

0

Y

+

3

4

9

4

5

0

0

X

-

6

4

1

0

0

Y

+

3

4

9

4

5

0

0

X

+

3

4

9

4

5

0

0

X

-

6

3

6

0

0

Y

-

6

3

5

0

0

Y

-

6

3

7

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

3

8

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

3

9

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

4

0

0

0

Y

+

3

4

9

4

6

0

0

X

-

6

4

1

0

0

Y

-

6

3

9

0

0

Y

+

3

4

9

4

7

0

0

X

-

6

4

0

0

0

Y

+

3

4

9

4

7

0

0

X

Plan Scale 1:1000

1147

1148

1149

1150

1151

1152

1153

1154

1155

1156

1157

1158

1159

1160

1161

1162

1163

Datum 1146.0

2900

2905

2910

2915

2920

2925

2930

2935

2940

2945

2950

2955

2960

2970

2980

2985

2990

2995

3000

3005

3010

3015

3020

3025

3030

3035

3040

3050

3060

3070

3075

3080

3085

3090

3095

3100

3105

3110

3115

3120

3130

3135

3140

3145

3150

3160

3170

3180

3190

3200

3210

3220

3230

3240

3247.80

1153.66

1153.69

1153.72

1153.73

1153.74

1153.76

1153.78

1153.84

1153.91

1154.00

1154.08

1154.15

1154.22

1154.43

1154.66

1154.78

1154.91

1155.05

1155.19

1155.34

1155.46

1155.57

1155.70

1155.87

1156.05

1156.24

1156.46

1156.89

1157.12

1157.37

1157.51

1157.59

1157.61

1157.64

1157.68

1157.74

1157.82

1157.85

1157.82

1157.81

1157.80

1157.76

1157.61

1157.42

1157.21

1156.76

1156.33

1155.96

1155.58

1155.26

1154.91

1154.49

1154.13

1153.75

1153.44

1153.568

1153.636

1153.704

1153.773

1153.842

1153.910

1153.979

1154.047

1154.115

1154.184

1154.252

1154.321

1154.390

1154.512

1154.635

1154.696

1154.757

1154.818

1154.880

1155.120

1155.361

1155.603

1155.844

1156.084

1156.325

1156.477

1156.628

1156.931

1157.234

1157.468

1157.584

1157.702

1157.702

1157.702

1157.681

1157.660

1157.702

1157.744

1157.786

1157.807

1157.777

1157.762

1157.748

1157.666

1157.584

1156.697

1156.353

1156.010

1155.636

1155.264

1154.891

1154.518

1154.145

1153.772

1153.480

1153.505

1153.573

1153.642

1153.710

1153.779

1153.848

1153.916

1153.984

1154.053

1154.121

1154.190

1154.259

1154.327

1154.449

1154.572

1154.633

1154.694

1154.756

1154.817

1155.058

1155.299

1155.540

1155.781

1156.022

1156.263

1156.414

1156.566

1156.868

1157.171

1157.405

1157.522

1157.639

1157.639

1157.639

1157.618

1157.597

1157.639

1157.682

1157.724

1157.745

1157.715

1157.700

1157.685

1157.604

1157.522

1156.634

1156.291

1155.947

1155.574

1155.201

1154.828

1154.455

1154.082

1153.709

1153.418

1153.443

1153.511

1153.579

1153.648

1153.717

1153.785

1153.854

1153.922

1153.990

1154.059

1154.127

1154.196

1154.265

1154.387

1154.510

1154.571

1154.632

1154.693

1154.755

1154.995

1155.236

1155.478

1155.719

1155.959

1156.200

1156.352

1156.503

1156.806

1157.109

1157.343

1157.459

1157.577

1157.577

1157.577

1157.556

1157.535

1157.577

1157.619

1157.661

1157.682

1157.652

1157.637

1157.623

1157.541

1157.459

1156.572

1156.228

1155.885

1155.511

1155.139

1154.766

1154.393

1154.020

1153.647

1153.355

Curve 17 Right

Radius=409.514

I= 19.00.11

2957.388

EC

C

Direction

291.52.56

2976.353

BC

C

Curve 18 Right

Radius=263.547

I= 14.13.24

3041.777

EC

C

Direction

306.06.20

3065.158

BC

C

Curve 19 Right

Radius=98.970

I= 31.09.04

3118.967

EC

C

Direction

337.15.24

3127.686

BC

C

Curve 20 Left

Radius=34.998

I= 39.02.39

3151.535

EC

C

Direction

298.12.45

B.V

.C

.

2960.000

E.V

.C

.

2960.000

B.V

.C

.

3000.000

E.V

.C

.

3000.000

B.V

.C

.

3030.000

E.V

.C

.

3030.000

B.V

.C

.

3060.000

E.V

.C

.

3060.000

B.V

.C

.

3080.000

E.V

.C

.

3080.000

B.V

.C

.

3090.000

K = 0.000

E.V

.C

.

3090.000

B.V

.C

.

3100.000

E.V

.C

.

3100.000

B.V

.C

.

3120.000

K = 0.000

E.V

.C

.

3120.000

B.V

.C

.

3120.000

E.V

.C

.

3120.000

B.V

.C

.

3140.000

E.V

.C

.

3140.000

B.V

.C

.

3150.000

E.V

.C

.

3150.000

B.V

.C

.

3160.000

E.V

.C

.

3160.000

B.V

.C

.

3180.000

E.V

.C

.

3180.000

2900.0001153.505

1.370 %

2960.000 1154.327

1.225 %

3000.000 1154.817

4.820 %

3030.000 1156.263

3.027 %

3060.000 1157.171

2.340 %

3080.000 1157.639

0.000 %

3090.000 1157.639

-0.420 %

3100.000 1157.597

0.845 %

3120.000 1157.766

0.000 %

3120.000 1157.745

-0.300 %

3140.000 1157.685

-1.630 %

3150.000 1157.522

-8.880 %

3160.000 1156.634

-3.435 %

3180.000 1155.947

-3.730 %

2.50000

-2.50000

Chainage 2900 to 3247

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1153.0 Chainage 2900

Cut=1.54m2 Fill=0.10m2

Datum 1153.0 Chainage 2910

Cut=1.09m2 Fill=0.30m2

Datum 1153.0 Chainage 2940

Cut=0.31m2 Fill=1.34m2

Datum 1153.0 Chainage 2970

Cut=0.74m2 Fill=0.78m2

Datum 1154.0 Chainage 3000

Cut=3.40m2 Fill=0.00m2

Datum 1155.0 Chainage 3030

Cut=0.12m2 Fill=1.78m2

Datum 1156.0 Chainage 3060

Cut=0.71m2 Fill=0.99m2

Datum 1157.0 Chainage 3090

Cut=0.82m2 Fill=0.69m2

Datum 1157.0 Chainage 3120

Cut=1.00m2 Fill=0.27m2

Datum 1156.0 Chainage 3150

Cut=0.00m2 Fill=2.30m2

Datum 1155.0 Chainage 3180

Cut=0.44m2 Fill=0.23m2

Datum 1154.0 Chainage 3210

Cut=0.80m2 Fill=0.02m2

Datum 1153.0 Chainage 3240

Cut=0.49m2 Fill=0.03m2

Horizontal Scale 1:500

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L01

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA MAIN ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

55

MMB

10/19C

10/19

10/19

10/19

10/19

Page 185: SAKHISIZWE LOCAL MUNICIPALITY

0

2

0

4

0

6

0

80

100

120

140

160

180

200

220

24

0

260

280

300

320

340

360

380

40

0

420

440

460

480

500

520

540

560

580

600

6

2

0

6

4

0

6

6

0

6

8

0

7

0

0

7

2

0

7

4

0

7

6

0

780

8

2

0

8

4

0

8

6

0

8

8

0

900

920

940

960

980

1000

+3493800 X

-62200 Y

+3493800 X

-62300 Y

+3493800 X

-62400 Y

+3493700 X

-62200 Y

+3493700 X

-62300 Y

+3493700 X

-62400 Y

+3493600 X

-62200 Y

+3493600 X

-62300 Y

+3493600 X

-62400 Y

+3493500 X

-62200 Y

+3493500 X

-62300 Y

+3493500 X

-62400 Y

+3493500 X

+3493400 X

+3493900 X

-62200 Y

+3493900 X

-62300 Y

+3493900 X

-62400 Y

+3494000 X

-62200 Y

+3494000 X

-62300 Y

+3494000 X

-62400 Y

-62100 Y

+3494100 X

-62200 Y

+3494100 X

-62300 Y

+3494100 X

-62400 Y

-62100 Y

+3494200 X

-62200 Y

+3494200 X

-62300 Y

+3494200 X

-62400 Y

-62100 Y

+3494300 X

-62200 Y

+3494300 X

-62300 Y

+3494300 X

-62400 Y

-62100 Y

Plan Scale 1:1000

1146

1147

1148

1149

1150

1151

1152

1153

1154

1155

1156

1157

1158

1159

1160

1161

1162

Datum 1145.0

0

10

20

30

35

40

45

50

55

60

65

70

75

80

90

100

110

120

130

135

140

145

150

155

160

165

170

175

180

185

190

195

200

205

210

215

220

225

230

235

240

245

250

255

260

270

280

290

300

310

320

330

340

350

360

370

375

380

385

390

395

400

405

410

415

420

425

430

435

440

450

460

465

470

475

480

485

490

495

500

505

510

515

520

525

530

535

540

545

550

555

560

565

570

575

580

585

590

595

600

605

610

615

620

630

640

650

660

670

680

685

690

695

700

710

720

730

740

750

760

1153.40

1153.40

1153.34

1153.42

1153.43

1153.45

1153.48

1153.51

1153.54

1153.59

1153.65

1153.71

1153.81

1153.92

1154.14

1154.32

1154.50

1154.68

1154.84

1154.91

1154.99

1155.06

1155.12

1155.16

1155.22

1155.28

1155.33

1155.37

1155.40

1155.42

1155.44

1155.46

1155.46

1155.46

1155.45

1155.45

1155.43

1155.42

1155.40

1155.38

1155.36

1155.34

1155.33

1155.32

1155.31

1155.26

1155.18

1155.14

1155.10

1155.11

1155.21

1155.20

1155.16

1155.06

1154.99

1154.93

1154.90

1154.88

1154.86

1154.84

1154.82

1154.81

1154.78

1154.74

1154.71

1154.68

1154.66

1154.67

1154.67

1154.67

1154.67

1154.64

1154.62

1154.61

1154.59

1154.56

1154.54

1154.53

1154.52

1154.52

1154.54

1154.57

1154.59

1154.60

1154.62

1154.65

1154.68

1154.71

1154.73

1154.77

1154.84

1154.90

1154.93

1154.97

1155.01

1155.09

1155.14

1155.20

1155.25

1155.31

1155.36

1155.41

1155.47

1155.53

1155.64

1155.71

1155.77

1155.85

1155.96

1156.05

1156.07

1156.10

1156.13

1156.17

1156.16

1156.12

1156.08

1155.87

1155.65

1155.46

1153.459

1153.456

1153.433

1153.505

1153.541

1153.540

1153.539

1153.538

1153.578

1153.619

1153.706

1153.793

1153.881

1153.969

1154.171

1154.373

1154.559

1154.727

1154.895

1154.979

1155.037

1155.095

1155.153

1155.211

1155.269

1155.302

1155.336

1155.370

1155.403

1155.415

1155.427

1155.438

1155.450

1155.461

1155.473

1155.484

1155.472

1155.460

1155.448

1155.436

1155.424

1155.412

1155.400

1155.374

1155.349

1155.299

1155.249

1155.198

1155.148

1155.098

1155.048

1154.998

1154.947

1154.897

1154.847

1154.797

1154.785

1154.773

1154.761

1154.750

1154.738

1154.726

1154.715

1154.703

1154.691

1154.680

1154.668

1154.656

1154.645

1154.633

1154.610

1154.586

1154.575

1154.563

1154.551

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.540

1154.598

1154.656

1154.715

1154.773

1154.832

1154.890

1154.949

1155.007

1155.066

1155.124

1155.183

1155.241

1155.300

1155.358

1155.417

1155.475

1155.592

1155.709

1155.826

1155.943

1156.060

1156.177

1156.235

1156.294

1156.353

1156.307

1156.217

1156.127

1156.036

1155.946

1155.856

1155.766

1153.397

1153.394

1153.371

1153.442

1153.478

1153.477

1153.477

1153.476

1153.516

1153.556

1153.644

1153.731

1153.818

1153.906

1154.108

1154.311

1154.496

1154.665

1154.833

1154.917

1154.975

1155.033

1155.090

1155.148

1155.206

1155.240

1155.274

1155.307

1155.341

1155.353

1155.364

1155.376

1155.387

1155.399

1155.410

1155.422

1155.410

1155.398

1155.386

1155.373

1155.361

1155.349

1155.337

1155.312

1155.287

1155.236

1155.186

1155.136

1155.086

1155.036

1154.985

1154.935

1154.885

1154.834

1154.784

1154.734

1154.722

1154.711

1154.699

1154.687

1154.676

1154.664

1154.652

1154.641

1154.629

1154.617

1154.605

1154.594

1154.582

1154.570

1154.547

1154.524

1154.512

1154.500

1154.489

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.477

1154.536

1154.594

1154.652

1154.711

1154.769

1154.828

1154.886

1154.945

1155.003

1155.062

1155.120

1155.179

1155.237

1155.296

1155.354

1155.413

1155.530

1155.647

1155.764

1155.881

1155.998

1156.115

1156.173

1156.232

1156.290

1156.245

1156.155

1156.064

1155.974

1155.884

1155.793

1155.703

1153.334

1153.331

1153.308

1153.380

1153.416

1153.415

1153.414

1153.413

1153.453

1153.494

1153.581

1153.668

1153.756

1153.844

1154.046

1154.248

1154.434

1154.602

1154.770

1154.854

1154.912

1154.970

1155.028

1155.086

1155.144

1155.177

1155.211

1155.245

1155.278

1155.290

1155.302

1155.313

1155.325

1155.336

1155.348

1155.359

1155.347

1155.335

1155.323

1155.311

1155.299

1155.287

1155.275

1155.249

1155.224

1155.174

1155.124

1155.073

1155.023

1154.973

1154.923

1154.873

1154.822

1154.772

1154.722

1154.672

1154.660

1154.648

1154.636

1154.625

1154.613

1154.601

1154.590

1154.578

1154.566

1154.555

1154.543

1154.531

1154.520

1154.508

1154.485

1154.461

1154.450

1154.438

1154.426

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.415

1154.473

1154.531

1154.590

1154.648

1154.707

1154.765

1154.824

1154.882

1154.941

1154.999

1155.058

1155.116

1155.175

1155.233

1155.292

1155.350

1155.467

1155.584

1155.701

1155.818

1155.935

1156.052

1156.110

1156.169

1156.228

1156.182

1156.092

1156.002

1155.911

1155.821

1155.731

1155.641

Direction

315.15.22

29.949

BC

C

Curve 1 Right

Radius=60.000

I= 43.46.45

75.794

EC

C

Direction

359.02.07

125.267

BC

C

Curve 2 Right

Radius=1080.000

I= 7.06.20

259.202

EC

C

Direction

6.08.26

366.636

BC

C

Curve 3 Left

Radius=1080.000

I= 4.05.06

443.637

EC

C

Direction

2.03.20

458.553

BC

C

Curve 4 Right

Radius=720.000

I= 12.57.20

621.358

EC

C

Direction

15.00.40

681.219

BC

C

Curve 5 Right

Radius=180.000

I= 7.09.46

703.722

EC

C

Direction

22.10.27

B.V

.C

.

15.000

E.V

.C

.

15.000

B.V

.C

.

20.000

E.V

.C

.

20.000

B.V

.C

.

35.000

E.V

.C

.

35.000

B.V

.C

.

50.000

E.V

.C

.

50.000

B.V

.C

.

60.000

E.V

.C

.

60.000

B.V

.C

.

80.000

E.V

.C

.

80.000

B.V

.C

.

105.000

E.V

.C

.

105.000

B.V

.C

.

135.000

E.V

.C

.

135.000

B.V

.C

.

160.000

E.V

.C

.

160.000

B.V

.C

.

180.000

E.V

.C

.

180.000

B.V

.C

.

215.000

K = 0.000

215.000

B.V

.C

.

250.000

E.V

.C

.

250.000

B.V

.C

.

370.000

E.V

.C

.

370.000

B.V

.C

.

480.000

E.V

.C

.

480.000

B.V

.C

.

540.000

E.V

.C

.

540.000

B.V

.C

.

695.000

E.V

.C

.

695.000

-0.033 %

15.000 1153.392

-0.420 %

20.000 1153.371

0.713 %

35.000 1153.478

-0.013 %

50.000 1153.476

0.800 %

60.000 1153.556

1.750 %

80.000 1153.906

2.024 %

105.000 1154.412

1.683 %

135.000 1154.917

1.156 %

160.000 1155.206

0.675 %

180.000 1155.341

0.231 %

215.000 1155.422

-0.243 %

250.000 1155.337

-0.503 %

370.000 1154.734

-0.234 %

480.000 1154.477

0.000 %

540.000 1154.477

1.170 %

695.000 1156.290

-0.903 %

760.0001155.658

2.50000

-2.50000

Chainage 0 to 760

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1153.0 Chainage 0

Cut=0.42m2 Fill=0.27m2

Datum 1153.0 Chainage 30

Cut=0.28m2 Fill=0.39m2

Datum 1153.0 Chainage 60

Cut=0.53m2 Fill=0.12m2

Datum 1153.0 Chainage 90

Cut=0.47m2 Fill=0.12m2

Datum 1154.0 Chainage 120

Cut=0.41m2 Fill=0.11m2

Datum 1154.0 Chainage 150

Cut=0.45m2 Fill=0.08m2

Datum 1155.0 Chainage 180

Cut=0.58m2 Fill=0.02m2

Datum 1155.0 Chainage 210

Cut=0.49m2 Fill=0.03m2

Datum 1155.0 Chainage 240

Cut=0.27m2 Fill=0.14m2

Datum 1155.0 Chainage 270

Cut=0.36m2 Fill=0.06m2

Datum 1154.0 Chainage 300

Cut=0.34m2 Fill=0.10m2

Datum 1154.0 Chainage 330

Cut=2.25m2 Fill=0.00m2

Datum 1154.0 Chainage 360

Cut=1.80m2 Fill=0.00m2

Datum 1154.0 Chainage 390

Cut=1.34m2 Fill=0.02m2

Datum 1154.0 Chainage 420

Cut=0.84m2 Fill=0.20m2

Datum 1154.0 Chainage 450

Cut=1.21m2 Fill=0.06m2

Datum 1154.0 Chainage 480

Cut=1.03m2 Fill=0.16m2

Datum 1154.0 Chainage 510

Cut=1.05m2 Fill=0.16m2

Datum 1154.0 Chainage 540

Cut=2.04m2 Fill=0.00m2

Datum 1154.0 Chainage 570

Cut=1.28m2 Fill=0.02m2

Datum 1154.0 Chainage 600

Cut=1.18m2 Fill=0.01m2

Datum 1155.0 Chainage 630

Cut=1.06m2 Fill=0.05m2

Datum 1155.0 Chainage 660

Cut=0.43m2 Fill=0.50m2

Datum 1155.0 Chainage 690

Cut=0.17m2 Fill=1.09m2

Datum 1155.0 Chainage 720

Cut=0.80m2 Fill=0.19m2

Datum 1155.0 Chainage 750

Cut=0.17m2 Fill=1.17m2

Datum 1155.0 Chainage 760

Cut=0.04m2 Fill=1.79m2

Horizontal Scale 1:500

Vertical Scale 1:100

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L02

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA SECONDARY ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

21

MMB

10/19C

10/19

10/19

10/19

10/19

Page 186: SAKHISIZWE LOCAL MUNICIPALITY

M

A

N

Z

A

N

A

A

R

- M

A

IN

R

D

1

5

4

0

1

5

6

0

1

5

8

0

1

6

0

0

1

6

2

0

1

6

4

0

1

6

6

0

1

6

8

0

1

7

0

0

1720

1740

1760

1780

1800

1

8

2

0

1

8

4

0

1

8

6

0

1880

1900

1920

1940

1960

1980

MA

NZ

AN

A A

R - M

AIN

RD

2000

2020

2040

2060

2080

2100

2120

2140

2160

2180

2200

6

2

0

6

4

0

6

6

0

6

8

0

7

0

0

7

2

0

7

4

0

7

6

0

780

8

0

0

8

2

0

8

4

0

8

6

0

8

8

0

900

9

2

0

9

4

0

9

6

0

9

8

0

1

0

0

0

1

0

2

0

1

0

4

0

1

0

6

0

1

0

8

0

1

0

8

0

+3494300 X

-62400 Y

+3494300 X

-62500 Y

+3494300 X

-62600 Y

+3494300 X

-62700 Y

+3494300 X

-62800 Y

+3494300 X

-62300 Y

+3494300 X

-62200 Y

+3494300 X

-62100 Y

+3494300 X

-62000 Y

+3494200 X

-62400 Y

+3494200 X

-62500 Y

+3494200 X

-62600 Y

+3494200 X

-62700 Y

+3494200 X

-62800 Y

+3494200 X

-62300 Y

+3494200 X

-62200 Y

+3494200 X

-62100 Y

+3494200 X

-62000 Y

+3494400 X

-62400 Y

+3494400 X

-62500 Y

+3494400 X

-62600 Y

+3494400 X

-62700 Y

+3494400 X

-62800 Y

+3494400 X

-62300 Y

+3494400 X

-62200 Y

+3494400 X

-62100 Y

+3494400 X

-62000 Y

-62400 Y

-62500 Y

-62600 Y

-62700 Y

-62800 Y

-62300 Y

-62200 Y

-62100 Y

-62000 Y

Plan Scale 1:1000

1149

1150

1151

1152

1153

1154

1155

1156

1157

1158

1159

1160

1161

1162

1163

1164

1165

Datum 1148.0

750

760

770

775

780

785

790

795

800

805

810

820

830

840

850

860

870

880

885

890

895

900

905

910

920

930

940

950

960

970

980

990

1000

1010

1020

1030

1040

1050

1060

1070

1080

1080.23

1155.65

1155.46

1155.35

1155.32

1155.22

1155.18

1155.32

1155.64

1156.03

1156.33

1156.45

1156.48

1156.38

1156.21

1156.10

1156.11

1156.10

1155.98

1156.03

1156.11

1156.20

1156.31

1156.43

1156.56

1156.85

1157.09

1157.31

1157.50

1157.72

1157.93

1158.13

1158.30

1158.49

1158.76

1159.06

1159.34

1159.57

1159.80

1160.04

1160.28

1160.51

1160.51

1155.856

1155.766

1155.776

1155.833

1155.889

1155.944

1156.000

1156.057

1156.113

1156.168

1156.224

1156.337

1156.289

1156.241

1156.194

1156.146

1156.099

1156.052

1156.165

1156.278

1156.391

1156.504

1156.617

1156.730

1156.956

1157.182

1157.408

1157.634

1157.860

1158.086

1158.312

1158.538

1158.764

1158.990

1159.216

1159.442

1159.668

1159.894

1160.120

1160.346

1160.572

1160.578

1155.793

1155.703

1155.714

1155.770

1155.826

1155.882

1155.938

1155.994

1156.050

1156.106

1156.162

1156.274

1156.226

1156.179

1156.131

1156.084

1156.036

1155.989

1156.102

1156.215

1156.328

1156.441

1156.554

1156.667

1156.893

1157.119

1157.345

1157.571

1157.797

1158.023

1158.249

1158.475

1158.702

1158.927

1159.154

1159.380

1159.606

1159.832

1160.058

1160.284

1160.510

1160.515

1155.731

1155.641

1155.651

1155.708

1155.764

1155.819

1155.875

1155.932

1155.988

1156.043

1156.099

1156.212

1156.164

1156.116

1156.069

1156.021

1155.974

1155.927

1156.040

1156.153

1156.266

1156.379

1156.492

1156.605

1156.831

1157.057

1157.283

1157.509

1157.735

1157.961

1158.187

1158.413

1158.639

1158.865

1159.091

1159.317

1159.543

1159.769

1159.995

1160.221

1160.447

1160.453

Direction

22.10.27

773.868

BC

C

Curve 6 Left

Radius=15.000

I=135.02.18

809.221

EC

C

Direction

247.08.09

879.553

BC

C

Curve 7 Right

Radius=60.000

I= 32.06.17

913.173

EC

C

Direction

279.14.26

B.V

.C

.

765.000

E.V

.C

.

765.000

B.V

.C

.

820.000

E.V

.C

.

820.000

B.V

.C

.

880.000

E.V

.C

.

880.000

-0.903 %

765.000 1155.658

1.120 %

820.000 1156.274

-0.475 %

880.000 1155.989

2.260 %

2.50000

-2.50000

Chainage 750 to 1080

Horizontal Scale 1:1000

Vertical Scale 1:100

Chainage

Centreline Peg Levels

Left Edge

Centre Line

Right Edge

Grades

Vertical Curves

Superelevation

Horizontal Curves

Ve

rtica

l A

lig

nm

en

t

De

sig

n R

oa

d L

eve

ls

Datum 1155.0 Chainage 750

Cut=0.17m2 Fill=1.17m2

Datum 1154.0 Chainage 780

Cut=0.00m2 Fill=4.92m2

Datum 1155.0 Chainage 810

Cut=2.31m2 Fill=0.00m2

Datum 1155.0 Chainage 840

Cut=0.76m2 Fill=0.35m2

Datum 1155.0 Chainage 870

Cut=0.99m2 Fill=0.33m2

Datum 1155.0 Chainage 900

Cut=0.16m2 Fill=1.01m2

Datum 1156.0 Chainage 930

Cut=0.39m2 Fill=0.44m2

Datum 1157.0 Chainage 960

Cut=0.21m2 Fill=0.66m2

Datum 1158.0 Chainage 990

Cut=0.06m2 Fill=1.26m2

Datum 1158.0 Chainage 1020

Cut=0.16m2 Fill=0.75m2

Datum 1159.0 Chainage 1050

Cut=0.29m2 Fill=0.40m2

Datum 1160.0 Chainage 1080

Cut=0.37m2 Fill=0.22m2

Datum 1160.0 Chainage 1080

Cut=0.37m2 Fill=0.22m2

Horizontal Scale 1:500

Vertical Scale 1:100

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

Beacon Bay

No. 2 Ridge Road

EAST LONDON

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

East London, 5241

Tel. (043)748 3382

Fax. (043)748 3382

Sidwadwa View

No. 37 Mtamvuna Road

MTHATHA

Mthatha, 5100

Tel. (047)495 0459

Fax. (047)495 0459

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-L02

CONSTRUCTION OF MANZANA ACCESS ROADS

MANZANA SECONDARY ROAD LAYOUT PLAN

LONGSECTION & CROSS SECTION DRAWING DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

C

22

MMB

10/19C

10/19

10/19

10/19

10/19

Page 187: SAKHISIZWE LOCAL MUNICIPALITY

TYPICAL CROSS SECTION OF CROSS FALL ROADS

Fill compacted to 90%MOD AASHTO

NGL

NGL

2500 to 8000m Road width

150mm Wearing course - Importedmaterial as directed by Engineercompacted to 95% ofMOD AASHTO

200mm Subbase - Insitu materialcompacted to 93% ofMOD AASHTO. Cutto line and level

2.5 %1 000

20

0

TYPICAL CROSS SECTION OF CAMBERED ROADS

Fill compactedto 90%MOD AASHTO

NGL

NGL

2500 to 8000m Road Width

150mm Wearing course - Importedmaterial as directed by Engineercompacted to 95% ofMOD AASHTO

200mm Subbase - Insitu materialcompacted to 93% ofMOD AASHTO. Cutto line and level

1 : 1,5

4 %4 %

REV. CHECKEDDATE DRAWN DESCRIPTION

DRAWN:

DRG. FILE NAME:

CHECKED:

APPR'D

SCALE:

DISCIPLINE:

CLIENT:

DESIGNED:

DRG No:

A1

SHEET NO. OF

REV.No.

PROJECT LEADER:

PRIVATE BAG X2

TEL: (043) 831 1028

KOMGA 4950

NO 2 RIDGE ROAD

EAST LONDON 5241

TEL: (043) 748 3382

BEACON BAY

ISSUE FOR TENDER

AS SHOWN

MMF

MMF

CIVIL

SAKHISIZWE LM

MMF

BCE-SLM-CMAR-TD01

CONSTRUCTION OF MANZANA ACCESS ROADS

ROADS TYPICAL DETAILS AND STORMWATER DETAILS

SAKHISIZWE LOCAL MUNICIPALITY

T

11

MMB

10/19T

10/19

10/19

10/19

10/19

AutoCAD SHX Text
1:2
AutoCAD SHX Text
ROAD LAYERWORKS
AutoCAD SHX Text
STONE PITCHED DRAIN DETAIL FOR LONGITUDINAL GRADIENTS GREATER THAN 7%.
AutoCAD SHX Text
%%UCONTINUOUS STONE PITCHED DRAIN DETAIL
AutoCAD SHX Text
%%UTYPICAL CROSS SECTION
AutoCAD SHX Text
(NTS)
AutoCAD SHX Text
ROAD LAYERWORKS
AutoCAD SHX Text
1:2
AutoCAD SHX Text
STONE PITCHED DAM DETAIL FOR LONGITUDINAL GRADIENTS GREATER THAN 5% AND LESS THAN 7%.
AutoCAD SHX Text
SELECTED BEDDING MATERIAL
AutoCAD SHX Text
SELECTED BEDDING MATERIAL
AutoCAD SHX Text
COMPACTED TO 90% MOD AASHTO DENSITY
AutoCAD SHX Text
TO 90% MOD AASHTO DENSITY)
AutoCAD SHX Text
BACKFILL (EXCAVATED MATERIAL COMPACTED
AutoCAD SHX Text
IMPORTED G7 BACKFILL IN 150mm LAYERS,
AutoCAD SHX Text
%%uSTORMWATER BEDDING DETAILS
AutoCAD SHX Text
%%uPIPES NOT UNDER ROADWAYS
AutoCAD SHX Text
SCALE: N.T.S.
AutoCAD SHX Text
%%C/6
AutoCAD SHX Text
%%uPIPES UNDER ROADWAYS
AutoCAD SHX Text
300
AutoCAD SHX Text
100
AutoCAD SHX Text
300
AutoCAD SHX Text
SELECTED FILL BLANKET
AutoCAD SHX Text
ROAD LAYERWORKS
AutoCAD SHX Text
100
AutoCAD SHX Text
ELEVATION E - E
AutoCAD SHX Text
PLAN
AutoCAD SHX Text
PLAN
AutoCAD SHX Text
D
AutoCAD SHX Text
%%UHEADWALL TYPE A FOR PIPES 300 - 600mm%%c
AutoCAD SHX Text
%%UDETAIL OF OUTLET HEADWALL
AutoCAD SHX Text
SECTION D - D
AutoCAD SHX Text
E
AutoCAD SHX Text
15MPa CONCRETE
AutoCAD SHX Text
230
AutoCAD SHX Text
SCALE 1 : 20
AutoCAD SHX Text
Min 2 brick
AutoCAD SHX Text
courses
AutoCAD SHX Text
One brick course
AutoCAD SHX Text
560
AutoCAD SHX Text
D
AutoCAD SHX Text
E
AutoCAD SHX Text
STORMWATER PIPE
AutoCAD SHX Text
25mm FALL
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
B
AutoCAD SHX Text
NOTE: WING WALLS TO BE CONSTRUCTED WITH KLINKER BRICKS AND PLASTERED ALONG THE TOP
AutoCAD SHX Text
SECTION B - B
AutoCAD SHX Text
%%uSIDE INLET DETAIL
AutoCAD SHX Text
NOTE: WING WALLS TO BE CONSTRUCTED WITH KLINKER BRICKS AND PLASTERED ALONG THE TOP
AutoCAD SHX Text
SECTION C - C
AutoCAD SHX Text
CONCRETE STORMWATER APRON TO BE USED WHERE EARTH SIDE DRAIN ENTERS CATCHPIT
AutoCAD SHX Text
SECTION C - C
AutoCAD SHX Text
PLAN
AutoCAD SHX Text
CONCRETE STORMWATER APRON
AutoCAD SHX Text
C
AutoCAD SHX Text
EARTH FURROW
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
C
AutoCAD SHX Text
EARTH FURROW
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
CONCRETE STORMWATER APRON
AutoCAD SHX Text
SECTION B - B
AutoCAD SHX Text
SCALE 1 : 20
AutoCAD SHX Text
%%UINLET TYPE A
AutoCAD SHX Text
%%uSIDE INLET DETAIL
AutoCAD SHX Text
C
AutoCAD SHX Text
EARTH FURROW
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
SETTING OUT COORDINATE
AutoCAD SHX Text
(4 x 230)
AutoCAD SHX Text
B
AutoCAD SHX Text
B
AutoCAD SHX Text
CONCRETE STORMWATER APRON
AutoCAD SHX Text
1:2
AutoCAD SHX Text
BENCHING
AutoCAD SHX Text
1:2
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
C
AutoCAD SHX Text
SETTING OUT COORDINATE
AutoCAD SHX Text
(4 x 230)
AutoCAD SHX Text
B
AutoCAD SHX Text
CONCRETE STORMWATER APRON
AutoCAD SHX Text
BENCHING
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
EARTH FURROW
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
EARTH FURROW
AutoCAD SHX Text
1:2
AutoCAD SHX Text
PIPE
AutoCAD SHX Text
1:2
AutoCAD SHX Text
CONCRETE STORMWATER APRON TO BE USED WHERE EARTH SIDE DRAIN ENTERS CATCHPIT
AutoCAD SHX Text
FLOW
AutoCAD SHX Text
BENCHING
AutoCAD SHX Text
BENCHING
AutoCAD SHX Text
1:2
AutoCAD SHX Text
1:2
AutoCAD SHX Text
PIPE
AutoCAD SHX Text
1:2
AutoCAD SHX Text
%%UTYPICAL SECTION THROUGH
AutoCAD SHX Text
SCALE 1 : 100
AutoCAD SHX Text
1:2
AutoCAD SHX Text
NGL
AutoCAD SHX Text
1:2
AutoCAD SHX Text
%%UCUT-OFF DRAINS & MITRE DRAINS
AutoCAD SHX Text
1:2
AutoCAD SHX Text
SLOPE
AutoCAD SHX Text
CENTRE LINE OF ROAD
AutoCAD SHX Text
SPACING OF MITRES SLOPE > 1:10 = 10m C/C SLOPE 1:20 TO 1:30 = 20m C/C SLOPE > 1:30 = 30m C/C
AutoCAD SHX Text
DITCH
AutoCAD SHX Text
2m RADIUS
AutoCAD SHX Text
DETERMINED ON SITE
AutoCAD SHX Text
OUTLET LENGTH TO BE
AutoCAD SHX Text
LOW POINTS
AutoCAD SHX Text
ON FLAT GROUND OR
AutoCAD SHX Text
2m RADIUS
AutoCAD SHX Text
(SCALE 1:25)
AutoCAD SHX Text
%%UMITRE DRAIN (OR TURN OUT)
AutoCAD SHX Text
IN SLOPING GROUND
AutoCAD SHX Text
1:2
AutoCAD SHX Text
DITCH
AutoCAD SHX Text
SLOPE
AutoCAD SHX Text
4m RADIUS
AutoCAD SHX Text
CENTRE LINE OF ROAD
AutoCAD SHX Text
EDGE OF CARRIAGEWAY
AutoCAD SHX Text
SCALE 1 : 20
AutoCAD SHX Text
%%UINLET TYPE B
AutoCAD SHX Text
0
AutoCAD SHX Text
50
AutoCAD SHX Text
150
AutoCAD SHX Text
100