PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS … N007-078-2014-1... · C-13 PARTICULAR...

82
C-13 PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC 1.1 Definitions 1.1.1 The Contract Replace 1.1.1.1 with: “ “Contract” means the Form of Offer and Acceptance, Contract Data, these Conditions, the Specifications, the Drawings, the Schedules, and the further documents (if any), which are listed in the Form of Offer and Acceptance, and further includes drawings and documents or parts thereof, which any of the aforesaid documents incorporate by reference.” Replace 1.1.1.3 with: “ “Letter of Acceptance” means the Form of Acceptance as contained in part C1.1.2 of the contract documents.” Replace 1.1.1.4 with: “ “Letter of Tender” means the Form of Offer as contained in part C.1.1.1 of the contract document.” Replace 1.1.1.5 with: “ “Specification” means that document entitled Scope of Work, as included in the Contract, and any additions and modifications to the Scope of Work in accordance with the Contract. Such document specifies the Works.” Replace 1.1.1.7 with: “ “Schedules” means the document(s) completed by the Contractor and submitted with his tender offer, as included in the Contract. Such document(s) may include the Bill of Quantities, data lists and schedules of rates and/or prices.” Replace 1.1.1.8 with: “ “Tender” means that section of the Form of Offer and Acceptance called ‘Offer’ and all other documents which the Contractor submitted as Returnable Documents, as included in the Contract.” Replace 1.1.1.9 with: “ “Appendix to Tender” means the completed section entitled C1.2.2 Contract Data – Information provided by the Employer included in the Contract Data:” 1.1.1.10 - Add the following: “ “Bill of Quantities” shall also mean the Pricing Schedule as contained in section C2.2 of the contract document.” 1.1.2 Parties and Persons Add the following: “1.1.2.11 Targeted Enterprise” means an enterprise defined in part C3 Scope of Work.” 1.1.3 Dates, Tests, Periods and Completions Replace 1.1.3.9 with: “A “day” means a calendar day, except for any extension of time that is granted under sub-clause 8.4, [Extension of Time for Completion], in which case a day means a working day. A “ year” means 365 calendar days”.

Transcript of PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS … N007-078-2014-1... · C-13 PARTICULAR...

C-13

PARTICULAR CONDITIONS AMENDING THE GENERAL CONDITIONS OF FIDIC 1.1 Definitions 1.1.1 The Contract Replace 1.1.1.1 with: “ “Contract” means the Form of Offer and Acceptance, Contract Data, these Conditions, the Specifications, the Drawings, the Schedules, and the further documents (if any), which are listed in the Form of Offer and Acceptance, and further includes drawings and documents or parts thereof, which any of the aforesaid documents incorporate by reference.” Replace 1.1.1.3 with: “ “Letter of Acceptance” means the Form of Acceptance as contained in part C1.1.2 of the contract documents.” Replace 1.1.1.4 with: “ “Letter of Tender” means the Form of Offer as contained in part C.1.1.1 of the contract document.” Replace 1.1.1.5 with: “ “Specification” means that document entitled Scope of Work, as included in the Contract, and any additions and modifications to the Scope of Work in accordance with the Contract. Such document specifies the Works.” Replace 1.1.1.7 with: “ “Schedules” means the document(s) completed by the Contractor and submitted with his tender offer, as included in the Contract. Such document(s) may include the Bill of Quantities, data lists and schedules of rates and/or prices.” Replace 1.1.1.8 with: “ “Tender” means that section of the Form of Offer and Acceptance called ‘Offer’ and all other documents which the Contractor submitted as Returnable Documents, as included in the Contract.” Replace 1.1.1.9 with: “ “Appendix to Tender” means the completed section entitled C1.2.2 Contract Data – Information provided by the Employer included in the Contract Data:” 1.1.1.10 - Add the following: “ “Bill of Quantities” shall also mean the Pricing Schedule as contained in section C2.2 of the contract document.” 1.1.2 Parties and Persons Add the following: “1.1.2.11 “Targeted Enterprise” means an enterprise defined in part C3 Scope of Work.” 1.1.3 Dates, Tests, Periods and Completions Replace 1.1.3.9 with: “A “day” means a calendar day, except for any extension of time that is granted under sub-clause 8.4, [Extension of Time for Completion], in which case a day means a working day. A “year” means 365 calendar days”.

C-14

1.1.6 Other Definitions 1.1.6.5 “Laws” In the 1st line, replace “(or state)” with “(or other spheres of government)” and in the 2nd line, after “other laws”, insert “including the South African Common Law”. Add the following: "1.1.6.10 “Supplementary Agreement” means an agreement between the Employer and the Contractor for executing work, supplemental to the original Contract, which was not contemplated in the original Contract and is also not required for the proper completion of the original Contract.” 1.2 Interpretation Replace the contents of (d) with: “The expression “written”, “in writing”, “notify”, “the giving of notice”, “giving consent”, “as instructed” or “at the request of” means that communication, either hand-written or printed by whatever means, including transmission by telefax or e-mail, and resulting in a permanent record. However, such notice, instruction, consent or request is not deemed to have been delivered by virtue of its appearance in the minutes of meetings.” 1.5 Priority of Documents Replace sub-paragraphs items (a) to (h) with: “(a) the Forms of Offer and Acceptance (b) the Appendix to Tender within the Contract data (c) the Particular Conditions of Contract (d) the General Conditions (e) the Scope of Works, (f) the project Drawings, (g) the standard Specifications, (h) the standard Drawings, and (i) the Schedules and any other documents forming part of the Contract.” 1.6 Contract Agreement Replace the 1st two sentences with the following: “The Parties shall enter into a Contract Agreement when the Employer issues the Form of Acceptance (see Particular Condition 1.1.1.3). The Contract Agreement shall be in the form prescribed in the tender documents” 1.7 Assignment Change the title of this sub-clause to read “Assignment/Cession” and replace its contents with the following: “Neither Party shall, without the written consent of the other, assign the contract or any part thereof or any obligation under the Contract or cede any right or benefit thereunder.” 1.8 Care and Supply of Documents In the 1st paragraph, 2nd line, change “two copies” to “one copy”. In the 2nd paragraph, 3rd line, change “six” to “two”. 2.3 Employer’s Personnel In the 1st sentence delete “and the Employer’s other contractors”.

C-15

3.1 Engineer’s Duties and Authority After the 3rd paragraph insert the following:

“In addition to the actions stipulated in the General Conditions whereby the Engineer shall first obtain the approval of the Employer, the Employer’s approval shall also be obtained before taking any action under sub-clauses 8.4, 11.9, 13.3 and 20.1 as amended in these Particular Conditions”. 4.1 Contractor’s General Obligations Add the following sentence to the 1st paragraph: “With regard to the Contractor’s proposals submitted under the item of the Scope of Works entitled “Small Contractor Development, Training and Community Participation”, if the Contractor fails to provide the employment or training to the extent proposed, the Employer may impose penalties as set out in the above-mentioned Scope of Works.” Add the following to the 2nd paragraph:

“Where necessary to maintain the rate of progress required by the programme, the Contractor shall assist a Targeted Enterprise Subcontractor employed as a condition of contract in buying, bringing to Site and storing on Site all Materials, Plant and equipment to be supplied by, or required for work to be done by, the Targeted Enterprise Subcontractor.” 4.2 Performance Security Replace the 2nd paragraph with: “The Contractor shall deliver the Performance Security to the Employer within 14 days of the date of issue of the Letter of Acceptance. The Performance Security shall be issued by a bank or insurance company registered or licensed as a bank or insurance company to do business in the Republic of South Africa and approved by the Employer and having an office or banking facility in the Republic of South Africa. The Performance Security shall be subject to approval by the Employer and shall be in the form prescribed in the tender documents or in another form approved by the Employer.” In the last line of the last paragraph replace the words “Performance Certificate” with “Taking-Over Certificate”. 4.4 Subcontractors Change the title to read “Subcontractors and Suppliers” In the first paragraph delete “the whole of the Works” and add “more than 40% of the Works without the express approval of the Employer”. In the 1st line of the 2nd paragraph, after the word “Subcontractor” replace the expression “his agents or employees” with “suppliers, their agents or employees”. Add the following sub-paragraphs: “(e) If the Contractor is required to employ one or more Subcontractors under his targeted enterprise

development, then the subcontract agreement between the Contractor and the Subcontractor shall be the standard FIDIC subcontract agreement (version 2011) and the provisions of Sub-Clause 5.4 [Evidence of Payments] shall apply as if such Subcontractor is a nominated Subcontractor.

(f) Each subcontract agreement shall include the provisions:

(i) The Contractor undertakes to pay the Subcontractor the full value as certified by the Engineer as being due in each Interim Payment Certificate, without any deduction for plant, equipment, materials or fuel supplied by the Contractor. The Contractor further undertakes to make payment within 21 days of presentation by the Engineer of the Contractor’s own Interim Payment Certificate to the Employer for payment, or by the

C-16

25th of the month following that in which the Subcontractor completed the work, whichever date is earlier.

(ii) The Subcontractor’s retention money shall be released when a Subcontractor’s work

does not show any defect within 12 (twelve) months after the completion of the subcontract. However, the Subcontractor’s retention money may be withheld but only if the Performance Certificate is unable to be issued because of defective workmanship attributable to the Subcontractor.”

4.7 Setting Out Amend the second line of the second paragraph to read: “……reference, provided that the Contractor shall provide proof of their inaccuracy before they are used.” 4.8 Safety Procedures Add the following sub-paragraph:

“(f) enter into and execute an agreement as provided for under Section 37(2) of the Occupational

Health and Safety Act, 1993 (Act No 85 of 1993) and shall comply with all other requirements of Act No 85 of 1993 and Construction Regulations, 2014. The agreement in the relevant form shall be prepared at the expense of the Employer.”

4.10 Site Data In the 1st paragraph, 1st sentence, replace “prior to the Base Date” with “either as part of or by reference in the Tender Documents or, otherwise, not later than 7 days before the latest date for submission of the Tender Documents”, and delete the 2nd sentence. 4.13 Rights of Way and Facilities Add the following paragraph: “The Contractor shall abide by the procedures for the provision of deviation, haul and construction roads, and the requirements for the construction, maintenance and final reinstatement of such roads, all as set out in the standard Specifications.” 4.17 Contractor’s Equipment Add the following paragraph: “The Contractor shall notify the Engineer, in writing, of the names and addresses of the owners of all major items of equipment not owned by the Contractor.” 4.18 Protection of the Environment In the 1st paragraph, 1st sentence add “and shall ensure compliance with all the environmental requirements indicated in part C3 Scope of Work.” Add the following paragraph: “The Contractor shall indemnify the Employer against any liability arising from or in relation to any of the above matters.” 4.19 Electricity, Water and Gas In the 1st paragraph, 1st line, delete “except as stated below”, and delete the 2nd and 3rd paragraphs. 4.20 Employer’s Equipment and Free-Issue Material Delete “and Free-Issue Material” from the title of the sub-clause and delete the 3rd and 4th paragraphs.

C-17

4.21 Progress Reports In the 1st paragraph, 2nd line, delete “in six copies”. 4.22 Security of the Site Replace the fullstop at the end of subclause (b) with a comma and continue this clause as follows: “... on the Site, or utility or service owners whom the Employer or the Engineer identifies as having also been authorised. Without said notice, the Contractor may refuse access to such utility or service owners; and” Add the following subclause: “(c) The Contractor shall indemnify the Employer against any liability for damage incurred to, or loss

of, property within the site identified in the contract documents as not belonging to the Employer regardless of whether or not such damage or loss is caused by the Contractor’s equipment.”

4.24 Fossils In the 1st paragraph, 1st sentence after “fossils” insert “and graves” and in the 2nd sentence, add “and shall indemnify the Employer against any liability arising from such loss or damage.” 6.5 Working Hours Replace the 1st sentence with the following: “No work shall be carried out on Site on Sundays or on any special non-working day stated in the Contract Data or between sunset and sunrise on any day, unless:” 6.7 Health and Safety Replace the 1st paragraph with the following: “The Contractor shall provide and maintain on the Site adequate and suitable sanitary and first aid services (including the provision at all times of a person qualified to render medical first aid) and a supply of potable water for the Contractor’s, the Employer’s and the Engineer’s personnel engaged on the Contract and, if necessary, similar facilities elsewhere for such personnel off the Site.” Add the following sub-clause: “6.12 Indemnity by Contractor The Contractor shall indemnify the Employer against and from all damages, losses and expenses (including legal fees and expenses) resulting from: (a) the loss of output and delay caused by the slowing down or partial or total stoppage of work

caused by: i. all or any of the Contractor’s workforce as a result of a dispute between all or any of the

Contractor’s workforce and the Contractor; or ii. all or any of the Contractor’s suppliers’ difficulty or impossibility to deliver goods or

materials needed to perform the Works; (b) any unlawful, riotous or disorderly conduct by or amongst the Contractor’s personnel.” 8.1 Commencement of Work In the 1st paragraph, delete the 1st sentence, and in the 2nd sentence replace “42 days after the Contractor receives the Letter of Acceptance” with “28 days of the date of issue of the Letter of Acceptance.” In the 2nd line of the 2nd paragraph, after the words “Commencement Date”, insert “but within the period stated in the Contract Data.”

C-18

8.3 Programme Replace the 1st sentence of the 1st paragraph with “The Contractor shall submit a detailed programme to the Engineer within 14 days of the Commencement Date.” Add to the items to be included in the programme the following sub-paragraph: “(e) The Contractor’s cash flow forecast. (f) Documented details of the contractor’s environmental mitigation measures and health and

safety plans in respect of all construction activities” In the 2nd paragraph replace “21” with “14”. 8.4 Extension of Time for Completion Replace the word “Engineer” with “Employer” in the last sentence of the last paragraph. 8.7 Delay Damages Change the marginal heading of this clause to read “Delay Damages and Other Non-compliance Charges” and insert the following as a first paragraph to this clause: “Delay damages and other payments to the Employer for late delivery, failure to achieve intra-programme due dates or non-compliance events shall apply as follows:” Keep the existing two paragraphs unchanged as subclause (a) and add the following subclause relating to other non-compliance charges:

“(b) If the Contractor fails to achieve programmed completion dates that result in extended duration

of accommodation of traffic closures, or fails to adhere to specified controls and targets, penalties shall be levied by deductions from relevant Interim Payment Certificates in terms of subclause (f) of clause 14.3 [Application for Interim Payment Certificates] at the rates stated in the Appendix to Tender.”

10.2 Taking Over of Parts of the Works Delete the 2nd paragraph. Between the 3rd and 4th paragraphs insert the following paragraph: “The Employer may make use of any part of the Permanent Works prior to the issue of a Taking Over-Certificate.” Delete the 5th paragraph. 11.9 Performance Certificate In the 1st paragraph, 2nd line and in the 2nd paragraph, 1st line, replace the word “Engineer” with “Employer”. Delete the last sentence of the 2nd paragraph. 11.11 Clearance of Site Replace the 1st paragraph with the following: “With the exception of Plant, Materials and Contractor’s Equipment required to complete any outstanding work or to remedy defects or damage as notified by, or on behalf of, the Employer and which Plant, Materials and Contractor’s Equipment have been agreed by the Engineer and the Contractor, the Contractor shall, upon receipt of the Taking-Over Certificate, remove all Contractor’s Equipment and surplus material, wreckage, rubbish and Temporary Works, from the Site unless otherwise instructed by the Engineer.”

C-19

In the 2nd paragraph, replace “after the Employer receives a copy of the Performance Certificate” with “after the issue of the Taking-Over Certificate”. 12.3 Evaluation Replace the second sentence of paragraph two with the following: “However a new rate or price shall be appropriate for an item of work only if notice has been given and if ...” In sub-paragraph (a)(iv) replace the word “Contract” with “Appendix to Tender”. 13.3 Variation Procedure Replace the 3rd paragraph with the following: “Each instruction to execute a Variation, unless the Variation is to be executed on a Daywork basis, shall be a written instruction presented in the form of a Variation order. The Variation order shall be presented to the Employer, who shall signify his approval before the order is signed by the Engineer and issued to the Contractor, who shall acknowledge his acceptance by signing the order. The Contractor shall not accept a Variation order that is not approved and signed by the Employer”. 13.5 Provisional Sums In the 1st line of sub-paragraph (b) after “services” insert “and including items for which a prime cost sum has been provided in the Bill of Quantities”. 13.6 Daywork Replace the 2nd and 3rd sentences in the 1st paragraph with “The following procedure shall apply.” Add the following as the 5th paragraph of this sub-clause: “The work shall be valued in accordance with the Daywork Schedule included in the Contract or, in the absence of a Daywork Schedule or for items not included in the Daywork Schedule the Contractor shall be paid the aggregate of: (i) the gross remuneration of the workmen for the time they are actually engaged on the work

concerned, (ii) the net cost of Materials actually used, (iii) an amount in respect of Contractor’s Equipment which shall be charged on a time basis at the

rates stated in the Tender, failing which at rates, to be agreed between the Contractor and the Engineer or, failing agreement, to be determined by the Engineer on the basis of ruling equipment hire rates and

(iv) the percentage allowances stated in the Contract Data, which allowances shall be held to cover all charges for the Contractor’s and/or Subcontractor’s profits, timekeeping, clerical work, insurance, establishment, superintendence and the use of hand tools.”

13.8 Adjustments for Changes in Costs Replace this sub-clause with the following: “The value of certificates issued in terms of Sub-clause 14.6 (excluding the value of those special Materials specified in the Contract Data) shall be increased or decreased by applying a Contract Price adjustment factor calculated according to the formula and the conditions set out in the Contract Price adjustment Schedule appended to these Particular Conditions. Price adjustments for variations in the costs of special Materials specified in the Contract Data shall be made in the manner set out in the Contract Price adjustment schedule.” 14.1 The Contract Price In clause (d), replace “a proposed breakdown of each lump sum price” with ”a breakdown of all rates.”

C-20

14.3 Application for Interim Payment Certificates In the 1st line of the 1st paragraph, delete “in six copies.” In the 4th line of the 1st paragraph, change “the report” to “reports.” In the 2nd paragraph, sub-paragraph (c), after “above amounts” insert “and 80% of the value of Materials on Site” and add the following as a final paragraph: “If, as stated in the Contract Data, a Retention Money Guarantee is permitted and the Contractor elects to furnish it, the guarantee shall, at the cost of the Contractor, be executed by an insurance company or bank in a form approved by the Employer. The said company or bank shall be registered or licensed to do business in the Republic of South Africa and shall have an office and banking facility in the Republic of South Africa and shall be subject to approval by the Employer. The aggregate liability under the guarantee shall be the maximum amount of retention monies to be retained by the Employer, which amount shall be as stated in the Contract Data. Other conditions, if any, additional to the above standard conditions shall be as stated in the Contract Data. The guarantee shall expire on the date on which the last of the retention monies (which, but for the guarantee, would have been retained by the Employer) becomes payable to the Contractor. The guarantee shall be returned to the guarantor upon final payment of the aggregate liability or on the date of expiry, whichever is the earlier.” 14.5 Plant and Materials intended for the Works In the first paragraph delete “If this Sub-Clause applies”. Delete the 2nd paragraph. In the 3rd paragraph, delete sub-paragraphs (b) and (c)(i) and amend sub-paragraph (a) so that (c)(ii) becomes (a)(iii) thus: “(a)(ii) ... supported by satisfactory evidence; and (a)(iii) ensured that the relevant Plant and Materials have been delivered to and …” Add the following sub-sub-clause: “(a)(iv) provided proof of ownership of the plant and materials; and (a)(v) for plant and materials kept off-site, clearly demarcated and identified it as the

contractor’s property. Add the following paragraph: “If so agreed in writing by the Employer, the provisions of this Sub-Clause 14.5, as amended herein, shall apply equally to Plant and Materials intended for incorporation in the Permanent Works and stored at places other than the Site.” 14.6 Issue of Interim Payment Certificates In the 2nd line of the 1st paragraph replace “28” with “14” 14.7 Payment In sub-paragraphs (b) and (c) of the 1st paragraph replace “56” with “28”. Delete the 2nd paragraph.

C-21

14.8 Delayed Payment Replace the 2nd paragraph with the following: “These financing charges shall be at the rate prescribed in terms of the Prescribed Rate of Interest Act, 1975 (Act No 55 of 1975)”. 14.10 Statement at Completion In the 2nd line of the 1st paragraph delete “six copies of”. 14.11 Application for Final Payment Certificate In the 2nd line of the 1st paragraph delete “six copies of”. In the 3rd paragraph, replace the last sentence with: “Thereafter, when the dispute is finally resolved, the Contractor shall then prepare and submit to the Employer (with a copy to the Engineer) a Final Statement.” 14.15 Currencies of Payment Delete this sub-clause. 15.2 Termination by the Employer Delete the word “or” at the end of sub-paragraph (e) and replace sub-paragraph (f) with the following: "(f) gives or has given, offers to give or has offered to give (directly or indirectly) to any person any

bribe, gift, gratuity, commission or other thing of value, as an inducement or reward:

(i) for doing or forbearing to do any action in relation to the Contract or any other contract with the Employer or State Department or Organ of State, or

(ii) for showing or forbearing to show favour or disfavour to any person in relation to the Contract or any other contract with the Employer or State Department or Organ of State,

or if any of the Contractor’s Personnel, agents or Subcontractors gives or has given, offers to

give or has offered to give (directly or indirectly) to any person any such inducement or reward as is described in this sub-paragraph (f). However, lawful inducements and rewards to Contractor’s Personnel shall not entitle termination,"

Add the following sub-paragraphs: "(g) misrepresented, whether innocently, negligently or fraudulently, the true facts requested in the

tender documents; or (h) acts in such a way, on this contract or any other contract with the Employer, that a statute

relating to the combating of fraud, corruption, uncompetitive practice and the like can be invoked.”

Replace the expression “e) or f)” in the penultimate line of the second paragraph with: “e), f), g) or h)”. Replace the full stop at the end of the third paragraph with a comma and add the following: "including the right to terminate any other contract between the Employer and the Contractor and to forbid the Contractor or any employee, partner, shareholder or director of the Contractor to tender on any future projects put out to tender by the Employer for a period of five years from the date of notice of termination, which period may be reduced by application to and at the sole discretion of the Employer."

C-22

17.3 Employer’s Risks Add the following to sub-paragraph (c): “unless these risks are insurable with the South African Special Risks Insurance Association (SASRIA) at the time of tendering and it is stipulated in the Contract Data that the Contractor is to effect insurance against these risks”. 18.1 General Requirements for Insurances Replace this sub-clause with the following: “The Contractor shall effect all insurances as have been proposed and agreed by the Contractor as being necessary to adequately cover his insurable obligations under the Contract and shall maintain such insurances for the duration of the Contract. With regard to the insurances to be effected for insurance against injury to Persons and Damage to property the Contractor shall arrange for the policy to be issued in the joint names of the Contractor, the Employer and Subcontractors and will incorporate a Cross Liability clause. The Employer shall be entitled at his discretion to call for evidence of the scope and validity of such insurance as and when this may be required. If required, the Contractor shall provide proof that he has paid all contributions required in terms of the compensation for Occupational Injuries and Diseases, 1993 (Act No 130 of 1993).” 18.2 Insurance for Works and Contractor’s Equipment Delete this sub-clause. 18.3 Insurance against Injury to Persons and Damage to Property Delete this sub-clause. 18.4 Insurance for Contractor’s Personnel Delete this sub-clause. 19.1 Definition of Force Majeure In the third line of subclause 19.1(iii) insert “or suppliers,” after the word “Subcontractors”. 19.5 Force Majeure Affecting Subcontractor Amend the title to read “Force Majeure Affecting Subcontractor and Supplier”. In the first line insert “or supplier” after the word “Subcontractor” 20.1 Contractor’s Claims In paragraph 5, insert the following after the first sentence: "If an extension of time is granted the Contractor shall be paid such time-related Preliminary and General allowances as are appropriate having regard to any other compensation which may already have been granted in respect of the circumstances concerned. Payment of costs additional to the above will only be considered if the costs derive from claims that fall within the terms of Clause 13 [Variations and Adjustments] and/or Sub-clause 17.3 [Employer’s Risks].” Replace the 6th paragraph with the following: “After receiving a claim or any further particulars supporting a previous claim, the Engineer shall present such claim or particulars to the Employer, together with his recommendations, for a ruling, which ruling shall be given to the Contractor within 42 days after receiving a claim or any further

C-23

particulars, provided that the said period of 42 days may be extended by application from one Party and approval of the other. If the Employer fails to give his ruling within the specified period, or agreed extension thereto, it shall be deemed that the Employer has dismissed the claim.” Delete the 8th paragraph. 20.2 to 20.8 Replace these sub-clauses with the following: 20.2 Settlement of Disputes (a) The Contractor shall have the right to dispute any ruling given or deemed to have been given by

the Employer or the Engineer, provided that, unless the Contractor shall, within 42 days after his receipt of a ruling or after a ruling shall have been deemed to have been given, give written notice (hereinafter referred to as a “Dispute Notice”) to the Engineer, referring to this Clause, disputing the validity or correctness of the whole or a specified part of the ruling, he shall have no further right to dispute that ruling or the part thereof not disputed in the said Dispute Notice.

(b) All further references herein to a ruling shall relate to the ruling, or part thereof, specified in the

Dispute Notice, as varied or added to by agreement between the Contractor and the Engineer or by the Engineer’s decision in terms of sub-paragraph (c) or by the Mediator’s opinion to the extent that it has become binding in terms of Sub-clause 20.3(f).

(c) The Engineer shall

i) before giving his decision on the dispute, consult the Employer thereon and give the Contractor a reasonable opportunity to present written or oral submissions thereon, which latter shall be confirmed in writing within 7 days

ii) deliver his decision in writing to the Employer and to the Contractor, and iii) give his decision within 56 days of his receipt of the Dispute Notice, or within any further

period as may be agreed between the Engineer and the Contractor, failing which, he shall be deemed to have given a decision affirming, without amendment, the ruling concerned.

(d) Unless either the Employer or the Contractor, shall, within 28 days after his receipt of notice of

the decision in terms of sub-paragraph (c)(ii) or after the decision is deemed to have been given in terms of sub-paragraph (c)(iii), have given notice in writing to the Engineer, with a copy to the other Party, disputing the Engineer’s decision or a specific part thereof, he shall have no further right to dispute any part of the ruling not specified in his said notice.

(e) If either Party shall have given written notice in compliance with sub-paragraph (d), the dispute

shall be referred to mediation in terms of Sub-Clause 20.3 unless either Party has given written notice to the other Party of its intention to refer the matter in dispute to court, which notice shall be given either:

i) within 28 days of receipt of notice of the Engineer’s decision, or ii) within 14 days of receipt by the one Party of the other Party’s notice of dispute of the

Engineer’s decision. If notice of intention to refer the matter in dispute to Court has been served by either party, the

matter in dispute shall not be referred to mediation but shall be referred to Court. (f) Notwithstanding that the Contractor may, in respect of a ruling, have given a Dispute Notice, the

ruling shall be of full force and carried into effect unless and until otherwise agreed by both Parties in terms of Sub-Clause 20.3(f) or as determined in a court judgement.

20.3 Mediation (a) The mediation referred to in Sub-Clause 20.2(e) shall be conducted by a mediator selected by

agreement between the Parties or, failing such agreement within 7 days after a written request by either Party for such agreement, nominated on the application of either Party by the President for the time being of the South African Institution of Civil Engineering.

C-24

If, for any reason, the person appointed fails to assume or to continue in the office concerned:

(i) the provisions of Sub-Clause 20.3 shall apply mutatis mutandis in the appointment of a successor, and

(ii) in making his nomination in terms of this sub-clause, the president for the time being of the South African Institution of Civil Engineering shall, at his own discretion, act in consultation with the presidents for the time being of Consulting Engineers South Africa and the South African Federation of Civil Engineering Contractors, and

(iii) if the president required to make a nomination in terms of this sub-clause shall have a direct or indirect interest in the subject matter of the dispute, the nomination shall be made by the chief executive officer or the next senior officer of the body concerned who has no such interest.

(b) Neither Party shall be entitled to be represented at any hearing before, or at, any meeting, or in

any discussion, with the mediator except by any of the following:

i) the Party himself, if a natural person, ii) a partner in the case of a partnership, iii) an executive director in the case of a company, iv) a member in the case of a close corporation, v) the Engineer, vi) a bona fide employee of the party concerned, and vii) a professional engineer appointed for the purpose by the Party concerned.

(c) The mediator shall, as he deems fit, follow formal or informal procedure and receive evidence or

submissions orally or in writing, sworn or unsworn, at joint meetings with the Parties or separately or from any person whom he considers can assist in the formulation of his opinion, provided that:

i) each Party shall be given reasonable opportunities of presenting evidence or

submissions and of responding to evidence or submissions of the other Party, and

ii) each Party shall be given full details of any evidence or submissions received by the Mediator from the other Party or any other person otherwise than at a meeting where both Parties are present or represented.

(d) The mediator shall have the power to propose to the Parties compromise settlements of or

agreements in disposal of the whole or portion of the dispute. (e) The mediator shall, as soon as reasonably practical, give to each of the Parties his written

opinion on the dispute, setting out the facts and the provisions of the Contract on which the opinion is based and recording the details of any agreement reached between the Parties during the mediation.

(f) The mediator’s opinion shall become binding on the Parties only to the extent correctly recorded

as being agreed by the Parties in the mediator’s written opinion or otherwise as recorded as being agreed in writing by both Parties subsequent to the receipt of the mediator’s opinion.

(g) The dispute on any matter still unresolved after the application of the provisions of sub-

paragraph (f) shall be resolved by court proceedings. (h) Save for reference to any portion of the mediator’s opinion which has become binding in terms

of sub-paragraph (f), no reference shall be made by or on behalf of either Party, in any proceedings subsequent to mediation, to the mediator’s opinion, or to the fact that any particular evidence was given, or to any submission, statement or admission made in the course of the mediation.

(i) Irrespective of the nature of the mediator’s opinion:

(i) each Party shall bear his own costs arising from the mediation, and (ii) the Parties shall in equal shares pay the mediator the amount of his expenses and the

amount of his fee based on a scale of fees as agreed between the mediator and the Parties before the commencement of the mediation.

C-25

20.4 Reference to Court If a dispute is still unresolved as provided for in sub-paragraph (g) of sub-clause 20.3 or the dispute is one described in sub-clause 20.5, the dispute shall be determined by court proceedings, provided that: (a) nothing herein contained shall deprive the Contractor of the right to institute immediate court

proceedings in respect of failure by the Employer to pay the amount of a payment certificate on its due date or to refund any amount of retention money on its due date for refund,

(b) no ruling or decision given by the Engineer in accordance with the provisions of the Contract shall disqualify him from being called as a witness and giving evidence before the court on any matter whatsoever relevant to the dispute concerned, and

(c) the court shall have full power to open up, review and revise any ruling, decision, order, instruction, certificate or valuation of the Engineer relevant to the matter in dispute.

20.5 Special Disputes Notwithstanding anything elsewhere provided in sub-clauses 20.2, 20.3 and 20.4, any dispute between the Contractor and the Employer, (a) not relating to a ruling, decision, order, instruction or certificate by the Engineer, or (b) arising after the completion of the Contract or, if a Defects Notification Period is provided, after

the termination of that period, shall be determined, without the application of the provisions of sub-clauses 20.2 and 20.3 by court proceedings which may be initiated by either Party, in which event the provisions of sub-clause 20.4 shall apply. 20.6 Continuing Validity of sub-clauses 20.2 to 20.6 Sub-clauses 20.2 to 20.6 inclusive constitute a separate, divisible agreement from the rest of the Contract and shall remain valid and applicable, notwithstanding that the Works may have been completed or that the rest of the Contract may be void or voidable or may have been cancelled for any reason.” APPENDIX: General Conditions of Dispute Adjudication Agreement Delete this appendix ANNEX: Procedural Rules Delete this annexure

C-26

APPENDIX TO THE PARTICULAR CONDITIONS: CONTRACT PRICE ADJUSTMENT SCHEDULE 1. Contract In accordance with sub-clause 13.8, the value of each Price certificate issued in terms of sub-clause 14.6 shall be Adjustment increased or decreased by the amount obtained by multiplying “Ac”, defined

in clause 2 of this Schedule, by the Contract Price adjustment factor, rounded off to the sixth decimal place (or the fourth decimal place if expressed as a percentage), determined according to the formula:

(1 – x) * (aLt/Lo) + (bEt/Eo) + (cMt/Mo) + (dFt/Fo) - 1 in which the symbols have the following meanings: “x” is the proportion of “Ac” which is not subject to adjustment. Unless otherwise stated in the Appendix this proportion shall be 0,15. “a”, “b”, “c” and “d” are the co-efficients determined by the Engineer and specified in the Appendix to Tender, which are deemed, irrespective of the actual constituents of the work, to represent the proportionate value of labour, equipment, materials (other than “special materials” specified, in terms of sub-clause 13.8, in the Appendix to Tender) and fuel respectively. The arithmetical sum of “a”, “b”, “c”, and “d” shall be unity. “L” is the “Labour Index” and shall be the price index for “Consumer Price Index” for the urban area specified in the Appendix to Tender, as published in the Statistical Release P0141, Additional tables, Table 14, of Statistics South Africa. “E” is the “Equipment Index” and shall be the price index for “Civil Engineering Plant”, as published in the Statistical Release P0151, Table 4, of Statistics South Africa. Note that Statistics South Africa’s “Civil Engineering Plant” includes equipment. “M” is the “Materials Index” and shall be the price index for “Civil Engineering Materials”, as published in the Statistical Release P0151, Table 3, of Statistics South Africa. “F” is the “Fuel Index” and shall be the price index for “Diesel fuel – Coast and Witwatersrand”, as published in the Statistical Release P0151, Table 4, of Statistics South Africa. The suffix “o” denotes the basic indices applicable on the Base Date as defined in sub-clause 1.1.3.1 of the General Conditions of Contract. The suffix “t” denotes the current indices applicable to the month in which the last day of the period falls to which the relevant payment certificate relates. If any index relevant to any particular Payment Certificate is not known at the time when the certificate is prepared, the Engineer may estimate the value of such index. Any correction which may be necessary when the correct indices become known shall be made by the Engineer in subsequent Payment Certificates.

2. Assessment For the purpose of calculating the adjustment to the value of the relevant of amount certificates, the amount “Ac” shall be determined by the formula: subject to adjustment Ac = T – S – D – W – G – Ap

In which formula the symbols have the following meanings: “T” is the summation of the total value of the:

C-27

(i) preliminary and general items, (ii) work done, and (iii) Materials on Site,

as certified in the Payment Certificate under consideration without any deduction whatsoever and before any adjustment made in terms of this Schedule “S” is the aggregate of (i), (ii), (iii) and (iv), referred to below, and included in “T”:

(i) the amounts actually expended and substituted for any prime cost

sums; (ii) the value of any work done by Nominated Subcontractors; (iii) the value of any work done against Provisional Sums; (iv) the value of any extra or additional work done under a Variation order,

where special arrangements for price adjustments in respect of those amounts were made and recorded at the time the work was ordered. “D” is the value of work included in “T” and done at new rates fixed in terms of sub-clause 12.3, where those rates are not based on labour, Contractor’s Equipment or Materials costs in force at the time of tendering. Generally new rates may be based on current costs and de-escalated to the Base Date of the indices, in which case work done at these rates shall not be included in the value of “D”. “W” is the amount included in “T” and paid for any Daywork executed at Cost plus percentage allowances as set out in sub-clause 13.6 as amended by Particular Condition. “G” is the amount included in “T” for Materials classified and dealt with as “special materials” in terms of sub-clause 13.8 as amended by Particular Condition. “Ap” is the summation of all “Ac” amounts determined in terms of Clause 2 of this Schedule for all Payment Certificates preceding in time the Payment Certificate under consideration.

3. Reduction of Save only for Variations ordered to be carried out after the Time for CPAF after Completion has expired, the Contract Price adjustment factor to be applied Time for to certificates relating to work done or materials supplied after the expiry of Completion the Time for Completion shall be half the factor calculated by inserting in the has expired formula referred to in Clause 1 of this Schedule the indices Lt, Et, Mt and Ft applicable at the date of expiry of the Time for Completion. 4. Special The price of each “special material” specified in the Appendix to Tender shall materials be increased or decreased by the net amount of any variation incurred after

the date of the Tender on the basis set out in the Contract, provided that any claim for adjustment in terms hereof shall be substantiated by the submission of acceptable invoices and any other supporting documents which the Engineer considers necessary for that purpose. However, except for Variations ordered in terms of Clause 13 (Variations and Adjustments) all adjustments after expiry of Time for Completion shall be increased or decreased by half the net amount of such calculated variation.

For the purpose of this clause, “the net amount of any Variation” in respect of a particular material referred to as a “special material” in terms of sub-clause 13.8 shall be calculated by multiplying the difference between the rate or price entered in the Contract by the Contractor for that Material and the equivalent rate or price actually paid by the Contractor for the Material by the quantity of the Material in question.

C-28

5. Assessment If more than one month intervenes between the month applicable to any of indices if Payment Certificate and the month applicable to the immediately succeeding certificates are payment certificate, then the indices “Lt”, “Et”, “Mt” and “Ft” applicable to the not issued succeeding Payment Certificate shall each be taken as the arithmetic mean, monthly rounded off to the second decimal place, of the relevant indices applicable to the month of measurement and to such intervening months.

C-29

C1.2.2 APPENDIX TO TENDER: CONTRACT DATA - INFORMATION PROVIDED BY THE EMPLOYER

Notes to tenderer: 1. This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of

the FIDIC Conditions of Contract. 2 Clause numbers (Cl. No.) refer to the FIDIC Conditions of Contract. The prefix A refers to

an amendment to these conditions.

Item Cl No Data

Employer 1.1.2.2 means the South African National Roads Agency SOC Limited instituted in terms of the South African National Roads Agency Limited and National Roads Act (Act No. 7 of 1998) or a person delegated by the South African National Roads Agency SOC Limited to act on its behalf. The Employer’s address is: The South African National Roads Agency SOC Limited 48 Tambotie Avenue Val De Grace Pretoria, 0184

Engineer 1.1.2.4 means LEO/Element Joint Venture The engineer’s address to be used for this contract is: Physical address: 54 Oxford Street Oxford Gate: Block C Durbanville 7550 Postal address: P O Box 1142 Durbanville 7551

Communications 1.3 The addresses for communication between the parties shall be:

Employer Physical address: 1 Havenga Street Oakdale Bellville 7530 Postal address: Private Bag X19 Bellville 7535

Period of validity of tender - 16 weeks after the closing date for tenders

Time for completion of works 1.1.3.3. 13 months maximum including the contractor’s holidays in December and January

Defects for notification period 1.1.3.7 12 calendar months

Laws 1.1.6.5 The law governing this contract is South

C-30

Item Cl No Data

African law

Time for access to the site 2.1 Nil (access on Commencement Date)

Amount of performance security 4.2 10% of the accepted contract amount (Cl no. 4.11)

Rates of Wages and Conditions of Labour

6.2 Rates for wages and conditions of labour agreed by the Bargaining Council for the Civil Engineering Industry shall apply except where a specific industry publishes its own wage rates and conditions of labour

Base date 13.8 Base date for this contract is 28 days prior to the closing date of tender

Subcontractors A4.4 The contractor shall not sub-contract more than 25% of the value of the contract (including value of work allocated to Targeted Enterprise(s) but excluding work specified in the Scope of Works to be procured through the Employer’s Supply Chain Procurement process) to any sub-contractor with a lower BBBEE status level, unless the intended sub-contractor(s) is an Exempted Micro Enterprise that has the capability and ability to execute the sub-contract.

Special non-working hours/days

A6.5 (a) All designated public holidays (including all foreseeable statutory declared election days)

(b) The SAFCEC declared annual shut-down period between December and January

(c) Day before Easter Weekend (d) Day of school term closure

Period in which works must commence

A8.1 Not later than 30 days after the commencement date

Programme A8.3(a) The contractor shall make allowance for the following requirements in his programme: (a) Accommodation of traffic restrictions (b) Embargo period for seal work using hot applied binders

Extension of time for completion A8.4 An exceptional adverse climatic condition shall be considered where the return period of the climatic condition is greater than 5 times the contract duration. On this contract the climatic condition is to exceed a return period of 1:5

Delay damages and Other Non-compliance Charges

A8.7 Delay Damages – R15 000.00 /day Other Non-compliance charges: i. Accommodation of traffic non-compliance

(i) Occurrence – R10 000.00/number (ii) Time delay – R1000.00/hour

ii. Overloading – 2 x Unit Rate x weight factor x distance hauled

iii. Contract Participation Targets – 50% of unachieved target

Evaluation A12.3 The term “fixed rate item” shall apply to all

C-31

Item Cl No Data

items of work listed in the Pricing Schedule (Including agreed items of work listed in variation orders).

Daywork allowances A 13.6 Not required (Dayworks provided for in the pricing schedule)

Special materials A13.8 Bitumen binder extracted from petroleum based products and used on site. Including that used in asphalt, irrespective of whether it is produced and/or placed by the contractor or an approved sub-contractor

Price Variations

A 13.8 x = 0.15 (a) = 0.20 (b) = 0.35 (c) = 0.35 (d) = 0.10 “L” is the consumer price index for the Northern Cape Province, all urban areas

Retention money: - Percentage

14.3(c) 10% of value of completed work

- Limit

14.3(c) R 1,500,000.00 (excl VAT)

Guarantee A14.3(c) This will be considered provided that the tenderer submits his proposal as an alternative tender indicating what discount he proposes to give

Minimum amount of interim payment certificate

14.6 R 1,500,000.00

Contractor to insure with SASRIA

A17.3C Required

Environmental Management Plan (EMPl)

C1004(d) DEO means: Designated Environmental Officer

Target Area

D1002(a)

Namakwa District Municipality, Northern Cape

Contract Participation Goals (CPG)

D1003(b)

Targeted Labour of which minimum contributions by Targeted Groups: i) Woman ii) Youth (under 35 years)

4 % 30% of value 30% of value

Targeted Enterprise of which minimum contribution: i) Woman owned companies

8 % 10% of value

C-32

C1.2.3 APPENDIX TO TENDER: CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER

CONTRACT NRA N007-078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) Note to tenderer: This form is the equivalent of the Appendix to Tender as defined in Sub-Clause 1.1.1.9 of the FIDIC Conditions of Contract 1. FIDIC CONDITIONS OF CONTRACT 1.a Clause 1.3: Communications The Contractor is ....................................................................................................................................... Physical Address: ...................................................................................................................................... .................................................................................................................................................................... Telephone: ................................................................................................................................................ Facsimile: .................................................................................................................................................. 1.b Clause 4.3: Contractor’s representative The authorised and designated representative of the Contractor is: Name: ........................................................................................................................................................ 2. OTHER CONTRACT INFORMATION 2.a ......................................................................................................................................................... 2.b ......................................................................................................................................................... SIGNED BY TENDERER: .........................................................................................................................

C-33

C1.3 OTHER STANDARD FORMS C1.3.1 AGREEMENT IN TERMS OF THE OCCUPATION HEALTH AND SAFETY ACT 1993

(ACT NO. 85 OF 1993) AND CONSTRUCTION REGULATIONS, 2014 This AGREEMENT made at ......................................................................................................................

on this the ................................ day of .............................................................. in the year ...................

between THE SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED (hereinafter called “the Employer”) on the one part, herein represented by ..................................................................................

in his capacity as .......................................................................................................................................

and delegate of the Employer in terms of the Employer’s standard powers of delegation pursuant to the provisions of Act No. 7 of 1998, and ...................................................................................................

(hereinafter called “the Mandatary”) on the other part, herein represented by .........................................

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

in his capacity as .......................................................................................................................................

WHEREAS the Employer is desirous that certain works be constructed, viz. CONTRACT NRA N007-078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) and has accepted a tender by the Mandatary for the construction, completion & maintenance of such works and has appointed the Mandatary in terms of Regulation 5(1)(k) of the Construction Regulations 2014, and whereas the Employer and the Mandatary have agreed to certain arrangements and procedures to be followed in order to ensure compliance by the Mandatary with the provisions of the Occupational Health and Safety Act 1993 (Act 85 of 1993); NOW THEREFORE THIS AGREEMENT WITNESSETH AS FOLLOWS: 1. The Mandatary shall execute the work in accordance with the contract documents pertaining to

this contract. 2. This Agreement shall hold good from its commencement date, to either :

a) the date of the Performance Certificate issued in terms of sub-clause 11.9 of the Conditions of Contract for Construction for Building and Engineering Works designed by the Employer (1999) published by Federation Internationale des Ingenieurs-Conseils (FIDIC), as contained in Volume 1 of the contract documents pertaining to this contract, or

b) the date of termination of the contract in terms of clauses 15, 16 or 19 of the GCC.

3. The Mandatary declares himself to be conversant with the following:-

a) All the requirements, regulations and standards of the Occupational Health and Safety Act (Act 85 of 1993), hereinafter referred to as "The Act", together with its amendments and with special reference to the following Sections of The Act. i) Section 8: General duties of employers to their employees. ii) Section 9: General duties of employers and self-employed persons to persons

other than employees. iii) Section 37: Acts or omissions by employees or mandataries and iv) Sub-section 37(2) relating to the purpose and meaning of this Agreement.

b) The procedures and safety rules of the Employer as pertaining to the Mandatary and to

all his subcontractors. 4. In addition to the requirements of sub-clause 4.8, 6.7 and 17.1 of the GCC and all relevant

requirements of Volume 3 of the contract documents pertaining to this contract, the Mandatary agrees to execute all the works forming part of this contract and to operate and utilize all machinery, plant and equipment in accordance with The Act.

C-34

5. The Mandatary is responsible for the compliance with the Act by all his subcontractors, whether or not nominated and/or approved by the Employer.

6. The Mandatary warrants that all his and his subcontractors’ workmen are covered in terms of

the Compensation for Occupational Injuries and Diseases Act 1993, which cover shall remain in force whilst any such workmen are present on site. A letter of good standing from the Compensation Commissioner to this effect must be produced to the Employer upon signature of the agreement.

7. The Mandatary undertakes to ensure that he and/or his subcontractors and/or their respective

employees will at all times comply with the following conditions:

a) The Mandatary shall assume the responsibility in terms of Section 16.1 of The Act. The Mandatary shall not delegate any duty in terms of Section 16.2 of The Act without the prior written approval of the Employer. If the Mandatary obtains such approval and delegates any duty in terms of section 16.2 a copy of such written delegation shall immediately be forwarded to the Employer.

b) All incidents referred to in The Act shall be reported by the Mandatary to the Department

of Labour as well as to the Employer. The Employer will further be provided with copies of all written documentation relating to any incident.

c) The Employer hereby obtains an interest in the issue of any formal enquiry conducted in

terms of section 32 of The Act into any incident involving the Mandatary and/or his employees and/or its subcontractors.

In witness thereof the parties hereto have set their signatures hereon in the presence of the subscribing witnesses: SIGNED FOR AND ON BEHALF OF EMPLOYER: .................................................................................. WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ............................................................................................................................... SIGNED FOR AND ON BEHALF OF THE MANDATARY ......................................................................... WITNESS 1: .............................................................................................................................................. NAME (IN CAPITALS): .............................................................................................................................. WITNESS 2: .............................................................................................................................................. NAME (IN CAPITALS) ...............................................................................................................................

C-35

C1.3.2 FORM OF GUARANTEE To:The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The successful tenderer’s guarantor will need to reproduce it without amendment, omission or addition for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of acceptance. CONTRACT NRA N007-078-2014/1 FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) 1. I/We , the undersigned, ................................................... and ......................................................

in our respective capacities as ........................................................................................................ and ............................................................................................................................................... and as such duly authorised to represent: ...................................................................................... (hereinafter referred to as “the Guarantor”) do hereby hold at your disposal the amount of ............................................................................... (R…………………………….) including VAT, for the due fulfilment by ........................................... (hereinafter referred to as “the Contractor”) of its obligations to The South African National Roads Agency SOC Limited (hereinafter referred to as “SANRAL”) in terms of the above stated contract between the Contractor and SANRAL.

2. The Guarantor hereby renounces the benefits of the exceptions non numeratae pecuniae, non

causa debiti, excussionis and divisionis, the meanings and effect whereof the Guarantor declares itself to be fully conversant.

3. The Guarantor undertakes and agrees to pay to SANRAL the said amount of R ...........................

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

(R…………………………) including VAT, or such portion as may be demanded on receipt of a written demand from SANRAL, which demand may be made by SANRAL if, (in your opinion and at your sole discretion), the said Contractor fails and/or neglects to commence the work as prescribed in the contract or if he fails and/or neglects to proceed therewith or if, for any reason, he fails and/or neglects to complete the services in accordance with the conditions of contract, or if he fails or neglects to refund to SANRAL any amount found to be due and payable to SANRAL, or if his estate is sequestrated or if he surrenders his estate in terms of the Insolvency Law in force within the Republic of South Africa.

4. Subject to the above and without in anyway detracting from your rights to adopt any of the

procedures set out in the contract, the said demand can be made by you at any stage. 5. The said amount of R .......................................................................................................................

(R………………………….) including VAT, or such portion as may be demanded may be retained by SANRAL on condition that after completion of the service, as stipulated in the contract, SANRAL shall account to the Guarantor showing how this amount has been utilised and refund to the Guarantor any balance due.

6. This guarantee is neither negotiable nor transferable and

C-36

a) must be surrendered to the Guarantor at the time when SANRAL accounts to the Guarantor in terms of clause 5 above, or

b) shall lapse upon the issue of the Taking-Over Certificate in terms of sub-clause 10.1 of the Conditions of Contract and

c) shall not be interpreted as extending the Guarantor’s liability to anything more than payment of the amount guaranteed.

7. This guarantee shall be governed by South African Law and subject to the jurisdiction of South

African Courts. THUS DONE AND SIGNED AT ................................................................................................................

ON THIS .................... DAY OF ................................................................. 20 ........................................

GUARANTOR: ..........................................................................................................................................

ADDRESS:

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

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

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

AS WITNESSES: 1 .................................................... 2 ..................................................................

NAMES (PRINT) 1 .................................................... 2 ..................................................................

C-37

C1.3.3 FORM OF APPLICATION FOR A PERMIT TO DEPARTMENT OF LABOUR TO DO CONSTRUCTION WORK

CONTRACT NRA N007-078-2014/1 FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4)

Annexure 1

Occupational Health and Safety Act, 1993

(Regulation 3(2) of the Construction Regulations, 2014)

APPLICATION FOR A PERMIT TO DO CONSTRUCTION WORK

This application must be submitted with the following documents: a) Health and Safety specification b) Health and Safety plan c) Baseline risk assessment.

1. Name, postal address and telephone numbers of the client:

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

......................................................................................................................................................... 2. Details of the Agent: (a) Title, Surname and Initials: ....................................................................................................

(b) Identity number / Passport number: ......................................................................................

(c) Registration number with SACPCMP: ...................................................................................

(d) Office Tel. Number and/or Mobile number: ...........................................................................

(e) Postal address: ...................................................................................................................... ...............................................................................................................................................

3. Name, postal address and telephone numbers of the appointed principal contractor:

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

......................................................................................................................................................... 4. Name, postal address and telephone numbers of the designer of the project:

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

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

C-38

5. Name, postal address and telephone numbers of the following persons: (a) Construction Manager:

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

(b) Construction Health and SafetyManager: ...............................................................................................................................................

(c) Construction Health and Safety Officer: ...............................................................................................................................................

5. Exact physical address of the construction and site office::

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

7. Nature of construction work:

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

8. Expected commencement date: ..................................................................................................... 9. Expected completion date: .............................................................................................................. 10. Estimated maximum number of persons on the construction site:

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

11. Planned number of contractors on the construction site accountable to the principal contractor:

......................................................................................................................................................... 12. Name(s) of contractors appointed:

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

18. ________________________________________

Signature of Client / Client’s Agent 19. ________________________________________

Signature of the Principal Contractor

C-39

FOR OFFICE ONLY

Authorization /

Unique No.

LABOUR CENTRE

OFFICE APPROVAL STAMP

13. Date of application: ......................................................................................................................... 14. Submitted documents prescribed in Construction Regulation 5(4) (Please tick ):

CR 5(1)(a)

CR 5(1)(b) CR 5(1); (C-S)

17. Result of the application (Please tick ) ____

18. Reason for declining the application

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

20. ________________________________________

Signature of the Supervisor 21. ________________________________________

Signature of revoking officer / Inspector

Approved Declined

C-40

C1.3.4 FORM OF RETENTION MONEY GUARANTEE To: The South African National Roads Agency SOC Limited PO Box 415 Pretoria 0001 Note to tenderer: This pro forma is for information only. The successful tenderer’s guarantor will need to reproduce it without amendment, omission or addition for completion and lodgement with the Employer. A separate copy of this pro forma will be issued to the successful tenderer with the letter of award. CONTRACT NRA N007-078-2014/1 FOR THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) The guarantee is issued on behalf of ........................................................................................................ Registration No. ............................................ (hereinafter referred to as “the Contractor”) in connection with the above mentioned contract (hereinafter referred to as “the Contract”). Whereas you have agreed that the Contractor may provide a guarantee in lieu of the retention monies provided for under the Contract. Now therefore we, the undersigned, being duly authorised to represent ................................................. registration number .......................................................................................... undertake to pay you such amounts as you may from time to time demand from us, immediately upon receipt of a written demand from you. 1. Each demand shall be in writing and delivered to us at .................................................................

or such other address as we shall in writing notify to you. 2. Our liability to make the payments herein referred to shall be unconditional and not be affected

or diminished by any disputes, claims or counterclaims between you and the Contractor. 3. Our aggregate liability under this guarantee is limited to .................................................................

(R .................................................................................................................................................... ) and is restricted to payment of monies only.

4. This guarantee shall expire on the date on which the last of the retention monies, which but for

this guarantee would have been retained by you, becomes payable to the Contractor. 5. This guarantee is neither negotiable nor transferable and must be returned to us against final

payment of our aggregate liability or on the date of the expiry of the guarantee in terms of Clause 4 (above), whichever is the earlier.

Signed at .................................................................. for and on behalf of ................................................

on this the ....................... day of ............. in the year ..............................................................................

GUARANTOR: ..........................................................................................................................................

C-41

AS WITNESSES:

1 ..................................................................

NAME: ................................................................

ADDRESS: .........................................................

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

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

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

2 ..................................................................

NAME: ................................................................

ADDRESS: .........................................................

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

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

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

C-42

C1.3.5 FORM OF BANKING DETAILS Notes to Contractor: 1. The Employer applies an Electronic Funds Transfer system for all payments. 2. If you are already registered as a vendor with the Employer, you are required to confirm

your banking details in the form below, but are not required to submit the documentation as per note 3.1 and 3.2.

3. If you are not registered as a vendor with the Employer, you are required to supply: 2.1 a completed SANRAL Vendor Application Form (to be obtained from the relevant

Regional Project Manager); or 2.2 an original cancelled cheque bearing your company name and account number; or 2.3 if you are unable to supply an original cancelled cheque, you are to provide a letter

on your letterhead as per the pro forma below and return the original letter to the address as stated in clause 1.3 of C1.2.2 - Information provided by the Employer, delivered by hand or sent by post.

__________________________________________________________________________________ To: The South African National Roads Agency SOC Limited

1 Havenga Street

Oakdale

Bellville

7530

Dear Sir CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) BANKING DETAILS By signing this document we accept the following:

The banking details submitted are those of and we take full responsibility for their correctness.

We indemnify the Employer from any and all outcomes if an electronic transfer is made into an incorrect bank account using the banking details submitted.

Account Name: ................ ………………………………………………………………………………………… Bank: ............................... ………………………………………………………………………………………… Branch Name: ................. ………………………………………………………………………………………… Branch Code: .................. ………………………………………………………………………………………… Account Number: ............. ………………………………………………………………………………………… Yours sincerely .................................................................................. Authorised Signatory for DATE:

C-43

C1.3.6 TAX COMPLIANCE PERMISSION DECLARATION SOUTH AFRICAN NATIONAL ROADS AGENCY SOC LIMITED CONTRACT NRA N007-078-2014/1: SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN KM 60 AND OKIEP (KM 7.4) Where Tax Compliance Certificates and VAT Registration Certificates are no longer issued by SARS the Contractor shall complete the declaration below. I, .................................................................................................................................................... (name)

the undersigned in my capacity as ............................................................................................ (position)

on behalf of ................................................................................................................................................

.................................................................................................................................... (name of company)

herewith grant consent that SARS may disclose to the South African National Roads Agency SOC

Limited (SANRAL) our tax compliance status on an ongoing basis for the contract term.

For this purpose, our unique security personal identification number (PIN) is ........................................ .

In addition, the Contractor shall obtain written consent from each of its subcontractors, undisclosed principals and partners involved in this contract confirming that SARS may, on an ongoing basis during the contract term, disclose the subcontractors’ tax compliance status to the Employer. For this purpose the Contractor shall provide the Employer with the unique security personal identification number (PIN) for each of its subcontractors, undisclosed principals and partners involved in this contract. SIGNATURE: ............................................................................................................................................ DATE: ........................................................................................................................................................

C-44

__________________________________________________________________________________

PART C2: PRICING DATA __________________________________________________________________________________

C-45

PART C2: PRICING DATA TABLE OF CONTENTS PAGE C2.1 PRICING INSTRUCTIONS ............................................................................................ C-46

C2.2 PRICING SCHEDULE (INCORPORATING SBD3) ...................................................... C-48

C2.3 SUMMARY OF PRICING SCHEDULE ......................................................................... C-94

C-46

C2.1 PRICING INSTRUCTIONS C2.1.1 Measurement and payment shall be in accordance with the relevant provisions of

the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition) as amended in the Scope of Works.

C2.1.2 The units of measurement described in the Pricing Schedule are metric units.

Abbreviations used in the Pricing Schedule are as follows:

% = percent h = hour ha = hectare kg = kilogram kl = kilolitre km = kilometre km-pass = kilometre-pass kPa = kilopascal kW = kilowatt l = litre m = metre mm = millimetre m

2 = square metre

m2-pass = square metre-pass

m3 = cubic metre

m3-km = cubic metre-kilometre

MN = meganewton MN.m = meganewton-metre MPa = megapascal No. = number Prov sum = Provisional sum PC Sum = Prime Cost sum R/only = Rate only sum = lump sum t = ton (1000kg) W/day = Work day

C2.1.3 For the purpose of the Pricing Schedule, the following words shall have the

meanings assigned to them:

Unit: The unit of measurement for each item of work as defined in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition).

Quantity: The number of units of work for each item.

Rate: The payment per unit of work for which the Service Provider

tenders to do the work. Amount: The product of the quantity and the rate tendered for an item. Lump Sum: An amount tendered for an item, the extent of which is

described in the Pricing Schedule, the Scope of Work or elsewhere, but of which the quantity of work is not measured in units.

Prime cost: Is a specific type of Provisional Sum where payment is made on

the production of invoices showing the cost price of the implementation or installation of the service required. Services rendered in this manner carry a mark-up for which a rate is offered at tender stage to cover all the tenderer’s handling, supervision and liability costs in providing the item or services.

C-47

Provisional Sum: Means a sum (if any) which is specified in the contract as a provisional sum, for the execution of any part of the works or the supply of plant, materials or services under sub-clause 13.5 (Provisional sums).

C2.1.4 Unless otherwise stated, items are measured net in accordance with the drawings, and no allowance is made for waste.

C2.1.5 It will be assumed that prices included in the bills of quantities are based on Acts,

Ordinances, Regulations, By-laws, International Standards and National Standards that were published 28 days before the closing date for tenders. (Refer to www.stanza.org,za or www.iso.org for information standards)

C2.1.6 The prices and rates in the Pricing Schedule are fully inclusive prices for the work

described under the items. Such prices and rates cover all costs and expenses that may be required in and for the execution of the work described in accordance with the provisions of the Scope of Work, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the Contract Data, as well as overhead charges and profit. These prices will be used as a basis for assessment of payment for additional work that may have to be carried out.

C2.1.7 Where the Scope of Work requires detailed drawings and designs or other information

to be provided, all costs associated therewith are deemed to have been provided for and included in the unit rates and sum amount tendered such items.

C2.1.8 An item against which no price is entered will be considered to be covered by the

other prices or rates in the Pricing Schedule. A single lump sum will apply should a number of items be grouped together for pricing purposes.

C2.1.9 The quantities set out in the Pricing Schedule are approximate and do not necessarily

represent the actual amount of work to be done. The quantities of work accepted and certified for payment will be used for determining payments due and not the quantities given in the Pricing Schedule.

C2.1.10 Reasonable compensation will be received where no payitem appears in the Pricing

Schedule in respect of work required in terms of the Contract and which is not covered in any other payitem.

C2.1.11 The short descriptions of the items of payment given in the Pricing Schedule are only

for the purposes of identifying the items. More details regarding the extent of the work entailed under each item appear in the Scope of Work.

C2.1.12 The item numbers appearing in the Pricing Schedule refer to the corresponding item

numbers in the COLTO Standard Specification for Road and Bridge Works for State Road Authorities (1998 edition)

C2.1.13 The pricing schedules are provided electronically on the Compact Disc. A printout of

the entire completed pricing schedule must be signed and attached to the tender as well as an electronic copy of the priced pricing schedule. In the event of any discrepancy between the signed printed copy, and the electronically submitted copy, the tender rates in the signed copy will govern. The item numbers and description of the PDF document will govern. For all addenda issued relating to the pricing schedule, the item numbers, description and quantities of the issued document will govern.

C-48

C2.2 PRICING SCHEDULE (INCORPORATING SBD3) SIGNED BY TENDERER ..........................................................................................................................

C-49

SCHEDULE A

ROADS WORKS

C-50

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1300

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS

Glob bdrg

B13.01 Contractor's general obligations: (a) Fixed obligations L/Sum 1.0 (b) Value-related obligations L/Sum 1.0 (c) Time-related obligations month 13.0 (d) Health and safety obligations month 13.0 (e) Provision of a 10 seater mini-bus day 13.0 (f) Environmental obligation month 13.0 (g) Monthly reporting cost month 13.0

Total Carried Forward To Summary

C-51

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

1400 HOUSING, OFFICES AND LABORATORY FOR THE ENGINEER'S SITE PERSONNEL

14.01 Office and laboratory accommodation: (a) Offices (interior floor space only) m² 50.0 (b) Laboratories (interior floor space only) m² 150.0 (c) Open concrete working floors,150 mm

thick) m² 50.0 (d) Roofs over open concrete working

floors m² 50.0 (e) Ablution units m² 10.0 (f) Stores m² 50.0 14.02 Office and laboratory furniture: (a) Chairs No 20.0 (c) High chairs for laboratory No 2.0 (d) Desks, complete with drawers and

locks No 3.0 (f) Conference tables No 1.0 B14.03 Office and laboratory fittings, installations

and equipment: (a) Items measured by number: (i) 220/250 volt power points No 10.0 (iii) Double 80 watt fluorescent light

fittings complete with ballast and tubes No 10.0 (vi) Wash-hand basins complete with taps

and drains No 2.0 (vii) Laboratory basins complete with

swanneck taps and drains No 2.0 (viii) Extractor fans installed complete

with own power connection No 2.0 (x) Fire extinguishers, 9,0 kg all purpose

dry powder type, complete mounted on wall with brackets No 4.0

(xi) Air conditioning units with 2,2 kW

minimum capacity, mounted and with own power connection No 4.0

Total Carried Forward

C-52

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

(xii) Heater, space-heating type, minimum capacity 1,5 kW No 4.0

(xiii) Curing chamber (2.0 x 1.0 x 0.8) for

UCS specimens, including the provision of brick partitions, plaster, paint and shelving, all complete No 1.0

(xiv) General-purpose steel cupboards

with shelves No 3.0 (xv) Steel filing cabinets with drawers No 3.0 (xvi) Refrigerators No 2.0 (xvii) Book cases No 2.0 (xviii) Voltage stabilizers No 4.0 (xix) Plan holders No 1.0 (xx) Floodlights complete with poles and

500 Watt minimum globes No 2.0 (xxi) Rain gauge No 3.0 (xxii) Minimum and maximum

thermometer No 3.0 (b) Prime cost items and items measured

and paid for in a lump sum: (iii) The provision of a direct telephone

line for the engineer, including the cost of calls in connection with contract administration and telephone rental PC Sum 1.0 20,000 00

(iv) Handling costs and profit in respect of

subsubitem B14.03(b)(iii) above % 20,000.00 (vii) The provision of 400/231 volt 3 -

phase electrical power installation, including all wiring, switchboards, mains connections, etc - Lump Sum

(viii) The provision of gas installations,

including gasstorage cylinders, tubing, regulators, gas burners and shut-off cocks - Lump Sum

(c) Items measured by area: (i) Shelving as specified, complete with

brackets m² 10.0

Total Carried Forward

C-53

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

(ii) Work-benches complete with concrete slab top, minimum thickness 75mm m² 10.0

(iv) Constant temperature baths and/or

plastered brick m² 5.0 (v) Foundations for laboratory equipment m² 5.0 (vi) Roller blinds, opaque type m² 10.0 (vii) Venetian blinds m² 10.0 (viii) Noticeboard as specified m² 5.0 14.04 Car ports (a) Car ports, as specified, at offices and

laboratory buildings No 6.0 14.08 Services (a) Services at office and laboratories (i) Fixed costs L/Sum 1.0 (ii) Running costs month 13.0

Total Carried Forward To Summary

C-54

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1500

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

1500 ACCOMMODATION OF TRAFFIC B15.01 Accommodating traffic and maintaining

temporary deviations: (a) On the national route km 61.0 (b) On cross-roads and service roads of

intersections km 1.0 B15.03 Temporary traffic-control facilities: (a) Flagmen man-day 5,950.0 (b) Portable STOP and GO-RY signs No 6.0 (e) Road signs, R- and TR-series, 1200

mm diam. (i) Fixed in ground No 75.0 (ii) Mounted on stand No 75.0 (f) Road signs, TW and W-series, 1500

mm sides (i) Fixed in ground No 40.0 (ii) Mounted on stand No 40.0 (g) Road signs, STW-, DTG-, TGS- and

TG-series (excluding delineators and barricades):

(i) Fixed in ground m² 20.0 (ii) Mounted on stand m² 20.0 (h) Delineators (TW401/402) (800 mm x

250 mm): (i) Single No 2,750.0 (ii) Double sided blade No 1,500.0 (i) Moveable barricade/road sign

combination (i) TW411/TR104 or TR103 combination No 6.0 (j) Traffic cones (750 mm high) No 50.0 (n) Other traffic control measures ordered

by the engineer (i) Provision of other traffic control

measures Prov Sum 1.0

Total Carried Forward

C-55

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1500

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

(ii) Handling costs and profit in respect of subitem B15.03(n)(i) % 75,000.00

B15.04 Relocation of traffic-control facilities L/Sum 1.0 B15.10 Accommodation of traffic where the road

is constructed in half-widths km 17.0 B15.11 Traffic control devices (a) Providing signalised traffic control

devices No 3.0 (b) Operating signalised traffic control

devices month.s

et 36.0 B15.14 Amber flashing lights mounted on signs No 24.0 B15.15 Provision of safety equipment for use by

visitors (a) Safety jackets No 10.0 B15.16 Provision of traffic safety (a) Traffic safety officer month 12.0 (b) Traffic safety vehicle month 12.0

Total Carried Forward To Summary

C-56

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 1700

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

1700 CLEARING AND GRUBBING 17.01 Clearing and grubbing ha 31.0 17.03 Re-clearing of surfaces (on the written

instructions of the Engineer only) ha 2.0 17.04 Clearing and grubbing at inlets and

outlets of hydraulic structures m² 2,440.0 17.05 Cleaning out of hydraulic structures (a) Pipes with an internal diameter up to

and including 750 mm m³ 190.0 (b) Pipes with an internal diameter

exceeding 750 mm m³ 120.0 (c) Box culverts up to and including 1,5 m

vertical dimension m³ 130.0 (d) Box culverts exceeding 1,5 m vertical

dimension m³ 310.0 B17.07 Removal and temporary stockpiling of

topsoil (a) In windrows alongside the work area m³ 1,000.0 (b) In temporary stockpiles after loading

materialinto trucks including 1,0km freehaul m³ 6,000.0

17/B16.02 Overhaul of material hauled in access of

1.0 km m³km 3,000.0

Total Carried Forward To Summary

C-57

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION B1800

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

B1800 DAYWORKS B18.01 Personnel: (a) Unskilled labour h 150.0 (b) Semi-skilled labour h 150.0 (c) Skilled labour h 150.0 (d) Ganger h 150.0 (e) Foreman h 100.0 B18.02 Equipment: (a) Front end loader, 2.0 m³ bucket h 50.0 (b) Backhoe loader, 0.75 m³ bucket h 50.0 (c) Compressor and two Jackhammers h 50.0 (d) Grader, 14000kg / 100kW h 50.0 (e) Vibratory roller, 10 000kg h 50.0 (f) Pneumatic roller, 17 000 kg h 50.0 (g) Pedestrian roller, double drum,

650mm wide h 50.0 (h) Water bowser, 10000l h 50.0 B18.03 Materials: (a) Procurement of materials Prov

Sum 1.0 50,000.00 50,000.00 (b) Contractor's handling costs, profit and

all other charges in respect of Subitem B18.03(a) % 50,000.00

B18.04 Transport (a) LDV (1,0 ton) km 5,000.0 (b) Flatbed truck (5,0 ton) km 5,000.0

Total Carried Forward To Summary

C-58

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2100

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

2100 DRAINS 21.01 Excavation for open drains (a) Excavating soft material situated

within the following depth ranges below the surface level

(i) 0 m up to 1,5 m m³ 3,000.0 21.02 Clearing and shaping existing open

drains m³ 1,000.0 21.03 Excavation for subsoil drainage systems: (a) Excavating soft material situated

within the following depth ranges below the surface level:

(i) 0 m up to 1,5 m m³ 150.0 (b) Extra over subitem 21.03 (a) for

excavation in hard material irrespective of depth m³ 20.0

B21.04 Impermeable backfilling to subsoil

drainage systems (a) Unstabilised natural gravel m³ 50.0 (b) G5 material stabilised with 4%

cementitious stabilising agent m³ 25.0 21.05 Banks and dykes m³ 150.0 B21.06 Natural permeable material in subsoil

drainage systems (washed crushed stone)

(b) Crushed stone obtained from

commercial sources (i) 19 mm crushed stone (Grade 1) m³ 75.0 21.08 Pipes in subsoil drainage systems: (b) Unplasticised PVC pipes and fittings,

normal duty complete with couplings (i) 110 mm internal dia. perforated or

slotted m 250.0 (ii) 110 mm internal dia. unperforated m 25.0 21.10 Synthetic-fibre filter fabric (a) Grade 2 as per table 2104/2 or similar

approved m² 550.0

Total Carried Forward

C-59

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2100

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

B21.12 Concrete outlet structures, manhole boxes, junction boxes and cleaning eyes for subsoil drainage systems:

(a) Outlet structures No 5.0 (d) Cleaning eyes No 5.0 21.13 Concrete caps for subsoil drain pipes No 5.0 21.15 Overhaul for material hauled in excess of

1,0 km free-haul (normal overhaul) m³km 2,500.0 21.16 Backfilling existing eroded side drains m³ 50.0 21.17 Test flushing of pipe subsoil drains No 5.0 B21.20 Exposing of existing subsoil drains m³ 200.0 B21.21 Clearing of subsoil drains m 250.0

Total Carried Forward To Summary

C-60

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2200

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

2200 PREFABRICATED CULVERTS 22.01 Excavation: (a) Excavating soft material situated

within the following depth ranges below the surface level:

(i) 0 m up to 1.5 m m³ 150.0 (b) Extra over subitem 22.01 (a) for

excavation of hard material, irrespective of depth m³ 50.0

22.02 Backfilling: (a) Using the excavated material m³ 100.0 (b) Using imported selected material m³ 50.0 (c) Extra-over subitems 22.02(a) and (b)

for soil cement backfilling 3% cement m³ 10.0 22.03 Concrete pipe culverts: (c) On class C bedding (ii) 600mm dia Ogee Pipe (Type 75D) m 100.0 22.07 Cast in situ concrete and formwork: (c) In inlet and outlet structures, skewed

ends, catchpits, manholes, thrust and anchor blocks, excluding formwork, but including class U2 surface finish

(i) Class 20/19 m³ 20.0 (d) Formwork of concrete under subitem

22.07(c) above (i) Vertical formwork for F1 surface finish m² 40.0 (ii) Vertical formwork for F2 surface finish m² 25.0 22.10 Steel reinforcement: (b) High-tensile steel bars t 0.25 (c) Welded steel fabric (i) Ref 617 kg 25.0 (ii) Ref 433 kg 25.0 22.12 Removing existing concrete: (a) Plain concrete m³ 10.0

Total Carried Forward

C-61

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2200

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

(b) Reinforced concrete m³ 10.0 22.25 Overhaul on excavated material carted to

spoil, backfill material (but excluding Portland cement in the case of soil cement), existing structures demolished and removed to spoil, and removing and relaying, and removing and stacking existing prefabricated culverts, for haul in excess of the free-haul distance m³km 2,500.0

Total Carried Forward To Summary

C-62

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2300

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

2300 CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND DOWNPIPES, AND CONCRETE LININGS FOR OPEN DRAINS

23.01 Concrete kerbing: (b) Precast kerbing (Class 30/19) (i) Figure 8 m 240.0 23.03 Concrete chutes (Drawing TD-D-RD-002-

V1) (a) 300 mm precast concrete chute m 250.0 23.05 Inlet, outlet, transition and similar

structures (Drawing TD-D-RD-002-V1) (b) In situ inlet structures for chutes as

shown on drawing, class 25/19 concrete No 50.0 (d) In situ outlet structures for chutes as

shown on drawing, class 25/19 concrete No 50.0

Total Carried Forward To Summary

C-63

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 2400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

2400 ASPHALT AND CONCRETE BERMS 24.01 Asphalt berms: (b) Placed at existing guardrails (using

coldmix medium continuously graded asphalt) m 10,465.0

Total Carried Forward To Summary

C-64

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3300

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

3300 MASS EARTHWORKS B33.01 Cut and borrow to fill, including free-haul

up to 1,0 km: (a) Material in compacted layer

thicknesses of 200 mm and less: (ii) Compacted to 93% of Mod AASHTO

density m³ 2,000.0 B33.04 Cut to spoil including free-haul up to 1,0

km. Material obtained from: (a) Soft excavation m³ 3,000.0 (b) Intermediate excavation m³ 500.0 (c) Hard excavation m³ 50.0 B33.07 Removal of unsuitable material (including

free-haul of 1,0 km): (a) In layer thicknesses of 200 mm and

less: (i) Stable material m³ 50.0 (b) In layer thicknesses exceeding 200

mm: (i) Stable material m³ 50.0 33.10 Roadbed preparation and the compaction

of material: (a) Compaction to 90% of modified

AASHTO density m³ 1,000.0 33.11 Three roller passess compaction: (a) Vibratory roller m² 1,250.0 (f) Pneumatic tyred roller m² 1,250.0 33.13 Finishing-off cut and fill slopes, medians

and interchange areas (a) Cut slopes m² 1,450.0 (b) Fill slopes m² 1,450.0 33.16 Widening of fills as specified in sub-

clause 3307 (i) extra over: (a) Item B33.01 m³ 2,000.0

Total Carried Forward

C-65

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3300

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

33.17 Extra over item B33.04 for spoiling material from benches constructed for widening of existing fills m³ 250.0

33/B16.02 Overhaul on materials hauled in excess

of 1,0 km (ordinary overhaul) m³km 30,000.0

Total Carried Forward To Summary

C-66

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

3400 PAVEMENT LAYERS OF GRAVEL MATERIAL

B34.01 Pavement layers constructed from gravel

obtained from commercial sources: (c) Gravel subbase (unstabilised G5-

quality gravel) compacted to: (i) 97% of modified AASHTO density

(150 mm thick) m³ 900.0 (e) Gravel base (unstabilized G3-quality

gravel) compacted to: (i) 98% of modified AASHTO density

(150 mm thick) m³ 850.0 B34.04 In situ reconstruction of existing

pavement layers as: (j) Gravel base compacted to 98% of

modified AASHTO density (chemically stabilised material), using:

(i) Mixture of imported graded crushed

stone material and in-situ pre-milled bituminous and cement stabilised material in:

(1) 200 mm thickness for structural

repairs and widening of the base layer in 5.1 m half-width m³ 14,300.0

(2) 200 mm thickness for structural

repairs and widening of of the base layer in 3.3 m half-width m³ 2,000.0

(iv) Mixture of imported graded crushed

stone material and in-situ natural gravel shoulder material in:

(1) 200 mm thickness for widening of the

base layer in 1.5 m half-width m³ 31,500.0 B34.06 Extra over item 34.04 for adding extra

material as specified in subsubclause 3207(b)(iii):

(f) Graded crushed stone (minimum G3-

quality) base material from commercial sources, including all haul as free-haul m³ 12,000.0

34.07 Extra-over item 34.04 for temporarily

blading the material to windrow m³ 1,000.0

Total Carried Forward

C-67

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

34.10 Compacting the excavated pavement floor with 5 roller passes with:

(a) Vibratory rollers m² 5,000.0 (e) Pneumatic-tyred rollers m² 5,000.0 34.11 Watering the excavated pavement floor kl 300.0

Total Carried Forward To Summary

C-68

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3500

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

3500 STABILIZATION 35.01 Chemical stabilization extra-over

unstabilized compacted layers: (a) Cement stabilised base for: (i) Reconstruction of existing cement

stabilised base and widening of surfaced shoulder to half-width of 5.1 m

(1) 200 mm thickness m³ 14,300.0 (ii) Reconstruction of existing cement

stabilised base and widening of surfaced shoulder to half-width of 3.3 m

(1) 200 mm thickness m³ 2,000.0 (ii) Widening of surfaced shoulder to half-

width of 1.5 m (1) 200 mm thickness m³ 31,500.0 B35.02 Chemical stabilizing agent: (a) CEM II 32,5 A-L cement t 2,800.0 35.04 Provision and application of water for

curing kl 10,000.0 B35.13 Extra over items 35.01 and 35.07 for trial

sections m³ 250.0

Total Carried Forward To Summary

C-69

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 3800

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

3800 BREAKING UP EXISTING PAVEMENT LAYERS

B38.03 Milling out cemented crushed stone and

multiple layers of stone seals: (c) Average milling depth exceeding

100 mm, irrespective of compressive strength m³ 11,500.0

Total Carried Forward To Summary

C-70

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 4100

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

4100 PRIME COAT 41.01 Prime coat: (c) MC-30 cut-back bitumen litre 240,000.0

Total Carried Forward To Summary

C-71

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 4400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

4400 SINGLE SEALS 44.01 Single seals (Grade 1 aggregate): (b) Using 7.0 mm aggregate and

Class S-E1 binder m² 630,000.0 44.02 Bituminous binder variations: (l) Class S-E1 binder litre 31,500.0 44.03 Aggregate variations (Grade 1) (b) 7.0 mm aggregate m³ 350.0 44.04 Application of fog spray: (b) 30% cationic spray-grade emulsion litre 210,000.0 B44.05 Precoating of aggregate (using Bitukote

or similar approved): (b) 7.0 mm aggregate m³ 3,150.0 B44.10 Precoating fluid variations litre 1,000.0

Total Carried Forward To Summary

C-72

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 4500

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

4500 DOUBLE SEALS 45.02 Bituminous binder variations: (l) Class S-E1 binder litre 59,500.0 (m) Class SC-E1 binder litre 25,000.0 45.03 Aggregate variations (Grade 1): (b) 14.0 mm aggregate m³ 120.0 (d) 7.0 mm aggregate m³ 120.0 45.04 Application of fog spray: (b) 30% cationic spray-grade emulsion litre 111,750.0 B45.05 Precoating of aggregate (using Bitukote

or similar approved): (b) 14.0 mm aggregate m³ 1,950.0 (c) 7.0 mm aggregate m³ 1,050.0 B45.08 Inverted double seal, using: (a) 14.0 mm and 7.0 mm aggregate

(Grade 1) using: (i) Class S-E1 binder m² 146,300.0 (ii) Class SC-E1 binder m² 63,000.0

Total Carried Forward To Summary

C-73

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 4600

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

46.00 BITUMINOUS SINGLE SEAL WITH SLURRY (CAPE SEAL)

46.02 Bituminous single seal with 14.0 mm

aggregate and slurry:

(a) Using Grade 1 aggregate and SC-E1

binder m² 6,500.00 B46.03 Bituminous binder variations: (m) Modified spray grade emulsion of SC-

E1 binder litre 1,000.0 46.04 Aggregate variations: Rate Only (a) 14.0 mm nominal sized aggregate m³ 50.00 46.06 Slurry application rate variation t 25.00 46.07 Variation in active filler content (Cement) t 5.00 B46.09 Extra over items B46.02(a) and (b) and

46.06 for the addition of natural sand from commercial sources to the aggregate of the slurry t 20.00

B46.10 Second application of binder consisting of

35% spray grade emulsion litre 6,500.0

Total Carried Forward To Summary

C-74

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 4800

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

4800 TREATMENT OF AN EXISTING SURFACE EXHIBITING CERTAIN DEFECTS

B48.14 Sealing cracks with 200mm wide

geotextile m 6,100.0 B48.15 Sealing cracks: (a) Cleaning crack with cold compressed

air, priming, and sealing using Class C-E1 modified binder crack sealant m 10,000.0

B48.16 Establishment of Ultra-high Pressure

(UHP) Water-cutter Lump sum 1.0

B48.17 Removal of excess binder by means of

UHP Water-cutter m² 18,000.0

Total Carried Forward To Summary

C-75

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5100

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

5100 PITCHING, STONEWORK AND PROTECTION AGAINST EROSION

51.01 Stone pitching (c) Grouted stone pitching on a concrete

bed of 75mm thickness m² 7,000.0 51.05 Concrete edge beams (Class 30/19 cast

in-situ concrete) m³ 160.0 51.07 Foundation trenches m³ 160.0

Total Carried Forward To Summary

C-76

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

5400 GUARDRAILS B54.01 Guardrails on 3.81m spaced posts: (a) Complete galvanised system on: (i) Timber posts m 110.0 (b) Extra over 54.01(a) for the following: (iii) End treatments where double

guardrail sections are used (including additional posts) No 20.0

(iv) Bridge adaptors (including extra rail

and posts) No 20.0 B54.04 Bridge adaptors to connect guardrail to

endblocks No 24.0 54.06 Reflective plates No 40.0 B54.07 Removing existing guardrails m 31,400.0 54.08 Renovating guardrail material (a) Guardrails and end treatments m 31,400.0 54.09 Re-erection of guardrails with recovered

and/or new material: (a) Single guardrail m 29,000.0 54.10 Re-erection of end treatments with

recovered material: (e) End treatments with double guardrails No 130.0 54.11 New material required for the re-erection

of guardrails with recovered materials: (a) Guardrails m 100.0 (b) Timber posts No 7,750.0 (d) Reflective plates No 2,500.0 (e) Spacer blocks No 7,750.0 (f) Splice bolt complete with nut and

washer No 2,500.0 (g) Post bolt complete with nut and

washer No 2,500.0 (h) Reinforcing plates No 2,500.0

Total Carried Forward

C-77

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

Brought Forward

54.12 Extra over items 54.01 and 54.02 for drilling and blasting holes for guardrail posts No 20.0

B54.14 Nailing of gang nail plates on top of

timber posts No 420.0

Total Carried Forward To Summary

C-78

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5600

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

5600 ROAD SIGNS B56.01 Road sign boards with painted or

coloured semi-matt background. Symbols, lettering and borders in semi- matt blackor Class 1 retro-reflective material, where the sign board is constructed from

(c) Prepainted galvanized steel plate

(chromadek or approved equivalent): (i) Area not exceeding 2 m² m² 45.0 (ii) Area exceeding 2 m² but not 10 m² m² 40.0 56.02 Extra over item 56.01 for using (a) Background of retro-reflective

material: (i) Class I m² 85.0 (b) Lettering, symbols, numbers, arrows,

emblems and borders of retro-reflective material of:

(i) Class II m² 25.0 56.03 Road sign supports (overhead road sign

structures excluded) (a) Steel tubing (i) 76 mm dia x 2 mm t 2.5 56.04 Kilometre posts, as per drawing No 43.0 56.05 Excavation and backfilling for road sign

supports (not applicable to kilometre posts) m³ 17.0

56.06 Extra over item 56.05 for cement-treated

soil backfill m³ 17.0 B56.10 Danger plates at culverts/structures

(1200 mm x 300 mm) No 60.0

Total Carried Forward To Summary

C-79

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5700

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

5700 ROAD MARKINGS 57.02 Retro-reflective roadmarking paint: (a) White lines (broken or unbroken) (i) 100 mm wide km 50.0 (ii) 150 mm wide km 25.0 (iii) 300 mm wide km 0.2 (iv) 500 mm wide km 0.2 (b) Yellow lines (broken or unbroken) (ii) 150 mm wide km 125.0 (d) White lettering and symbols m² 500.0 (e) Yellow lettering and symbols m² 150.0 (f) Transverse lines, painted island and

arrestor bed markings (any colour) m² 250.0 57.04 Variations in rate of application: (a) White paint litre 100.0 (b) Yellow paint litre 100.0 B57.05 Road studs (installation and

maintenance): (a) STA +52 Roadstud No 7,800.0 B57.06 Setting out and premarking the lines

(Excluding traffic-island markings, lettering and symbols) km 185.0

57.09 Removal of existing roadstuds No 7,800.0

Total Carried Forward To Summary

C-80

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 5900

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

5900 FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS

59.01 Finishing the road and road reserve: (b) Single carriageway road km 61.0

Total Carried Forward To Summary

C-81

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION B7600

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

B7600 REST AREA CONCRETE FURNITURE B76.01 Concrete rest area furniture per set No 10.0 B76.02 Concrete block paving m² 250.0 B76.03 Shelters No 10.0

Total Carried Forward To Summary

C-82

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SECTION 8100

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

8100 TESTING MATERIALS AND WORKMANSHIP

B81.02 Other special tests requested by the

engineer: Prov Sum 1.0 100,000.00 100,000.00

B81.04 Financial contribution for the combined

laboratory month 13.0

Total Carried Forward To Summary

C-83

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km 7.4) SCHEDULE A: ROADWORKS

SUMMARY OF SECTIONS

SECTION DESCRIPTION AMOUNT (RAND)

1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS ............................

1400 HOUSING, OFFICES AND LABORATORY FOR THE

ENGINEER'S SITE PERSONNEL ............................ 1500 ACCOMMODATION OF TRAFFIC ............................ 1700 CLEARING AND GRUBBING ............................ B1800 DAYWORKS ............................ 2100 DRAINS ............................ 2200 PREFABRICATED CULVERTS ............................ 2300 CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES

AND DOWNPIPES, AND CONCRETE LININGS FOR OPEN DRAINS ............................

2400 ASPHALT AND CONCRETE BERMS ............................ 3300 MASS EARTHWORKS ............................ 3400 PAVEMENT LAYERS OF GRAVEL MATERIAL ............................ 3500 STABILIZATION ............................ 3800 BREAKING UP EXISTING PAVEMENT LAYERS ............................ 4100 PRIME COAT ............................ 4400 SINGLE SEALS ............................ 4500 DOUBLE SEALS ............................ 4600 BITUMINOUS SINGLE SEAL WITH SLURRY (CAPE SEAL) ............................ 4800 TREATMENT OF AN EXISTING SURFACE EXHIBITING

CERTAIN DEFECTS ............................ 5100 PITCHING, STONEWORK AND PROTECTION AGAINST

EROSION ............................ 5400 GUARDRAILS ............................ 5600 ROAD SIGNS ............................ 5700 ROAD MARKINGS ............................ 5900 FINISHING THE ROAD AND ROAD RESERVE AND TREATING

OLD ROADS ............................ B7600 REST AREA CONCRETE FURNITURE ............................ 8100 TESTING MATERIALS AND WORKMANSHIP ............................

Total Carried Forward To Summary Of Schedules

C-84

SCHEDULE B

STRUCTURES

C-85

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4) SCHEDULE B: STRUCTURES

SECTION 6400

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

6400 CONCRETE FOR STRUCTURES 64.01 Cast in situ concrete: (a) Class 20/19 mass concrete: (i) To stone pitching m³ 3.0

Total Carried Forward To Summary

C-86

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4) SCHEDULE B: STRUCTURES

SECTION 6600

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

6600 NO-FINES CONCRETE, JOINTS, BEARINGS, BOLT GROUPS FOR ELECTRIFICATION, PARAPETS AND DRAINAGE FOR STRUCTURES

B66.05 Expansion joints: (a) Supply and installation of approved

plug type expansion joints in roadway between parapets:

(i) Silicon / Bituminous seal complete as

per drawing m 226.0 (ii) New asphalt plug joint at abutments m 108.0 66.18 Numbers for structures: (a) Number plates No 10.0 66.19 Drainage pipes: (i) to extend scuppers 75mm dia 750mm

long No 91.0 B66.27 Clean out expansion gaps by high-

pressure water jetting: (a) between deck ends and between deck

and abutments hour 20.0 B66.28 Removal of existing movement joints: m 108.0

Total Carried Forward To Summary

C-87

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4) SCHEDULE B: STRUCTURES

SECTION F12300

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

F12300 SURFACE & STRUCTURAL REPAIR OF CONCRETE MEMBERS

F123.03 Proprietary cementitious repair

compound: (a) Repair System 1 litre 1,558.0

Total Carried Forward To Summary

C-88

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4) SCHEDULE B: STRUCTURES

SECTION F12600

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

F12600 PROTECTIVE COATINGS & TREATMENTS FOR CONCRETE

F126.01 Cleaning and preparation of concrete

surface by high pressure water jetting to deteriorated concrete surfaces m² 1,755.0

F126.02 Application of protective treatment: (a) Coating System 1 m² 1,755.0

Total Carried Forward To Summary

C-89

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (REPAIR AND RESEAL) OF NATIONAL ROUTE 7 SECTIONS 7 TO 8 BETWEEN Km 60.0 AND OKIEP (Km7.4) SCHEDULE B: STRUCTURES

SUMMARY OF SECTIONS

SECTION DESCRIPTION AMOUNT (RAND)

6400 CONCRETE FOR STRUCTURES ............................ 6600 NO-FINES CONCRETE, JOINTS, BEARINGS, BOLT GROUPS

FOR ELECTRIFICATION, PARAPETS AND DRAINAGE FOR STRUCTURES ............................

F12300 SURFACE & STRUCTURAL REPAIR OF CONCRETE

MEMBERS ............................ F12600 PROTECTIVE COATINGS & TREATMENTS FOR CONCRETE ............................

Total Carried Forward To Summary Of Schedules

C-90

SCHEDULE C

SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON

C-91

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (rEPAIR AND RESEAL) OF NATIONAL ROUTE N7 SECTIONS 7 TO 8 BETWEEN Km 60 AND OKIEP (Km7.4) SCHEDULE C: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON

SECTION D1000

ITEM DESCRIPTION UNIT QTY RATE AMOUNT

R c

D1000 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON

D10.01 Training: (a) Generic skills (i) Training costs Prov

Sum 1.0 50,000.00 50,000.00 (ii) Handling cost and profit in respect of

subitem D10.01(a)(i) % 50,000.00 (b) NQF level 3 training: (i) Training costs Prov

Sum 1.0 50,000.00 50,000.00 (ii) Handling cost and profit in respect of

subitem D10.01(b)(i) % 50,000.00 (c) NQF level 4 training: (i) Training costs Prov

Sum 1.0 50,000.00 50,000.00 (ii) Handling cost and profit in respect of

subitem D10.01(c)(i) % 50,000.00 (d) Other costs during training Prov

Sum 1.0 50,000.00 50,000.00 (e) Training venue L/Sum 1.0 D10.02 Bonus Prov

Sum 1.0 50,000.00 50,000.00

Total Carried Forward To Summary

C-92

CONTRACT NRA N007-078-2014/1: THE SPECIAL MAINTENANCE (rEPAIR AND RESEAL) OF NATIONAL ROUTE N7 SECTIONS 7 TO 8 BETWEEN Km 60 AND OKIEP (Km7.4) SCHEDULE C: SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON

SUMMARY OF SECTIONS

SECTION DESCRIPTION AMOUNT (RAND)

D1000 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON ............................

Total Carried Forward To Summary Of Schedules

C-93

CALCULATION OF TENDER SUM

C-94

C2.3 SUMMARY OF PRICING SCHEDULE SCHEDULE A: ROADWORKS ..................................... R ...............................................................

(from page C-83)

SCHEDULE B: BRIDGES ............................................ R .............................................................. .

(from page C-89)

SCHEDULE D: SMALL CONTRACTOR DEVELOPMENT,

TRAINING AND COMMUNITY

PARTICIPATION ................................ R .............................................................. .

(from page C-92)

SUBTOTAL ............................................................. R ............................................................... VALUE ADDED TAX: 14% of Subtotal ............................................................ R ...................................................... …….. __________________________________________________________________________________ TOTAL CARRIED TO C.1.1.1 : FORM OF OFFER R ............................................................... __________________________________________________________________________________ SIGNED BY TENDERER: .........................................................................................................................