Revised Boq - A-Hs 07-2019 NMT
Revised Boq - A-Hs 07-2019 NMT
Revised Boq - A-Hs 07-2019 NMT
BID DOCUMENT
(IN COMPLIANCE WITH THE PREFERENTIAL PROCUREMENT REGULATIONS, 2017 PUBLISHED IN
GOVERNMENT GAZETTE NO. 40553 OF 20 JANUARY 2017)
NAME OF BIDDING ENTITY (FULL NAME, i.e. Ltd, Ltd, JV/CONSORTIUM, SOLE PROPRIETOR etc.) :
TELEPHONE NUMBER :
EMAIL ADDRESS :
FAX NUMBER :
ADVERTISE IN: SOWETAN
PUBLISHING DATE: WEDNESDAY, 30 OCTOBER 2019
NOTICE/REF. NO: PRN 14/2019
PLEASE NOTE:
ERRATUM
The City of Ekurhuleni (COE) wishes to advise that the following amendments should be noted, on
CONTRACT: A-HS 07-2019; THE APPOINTMENT OF CONTRACTORS ON AS-AND-WHEN
REQUIRED BASIS FOR THE CONSTRUCTION OF NON-MOTORISED TRANSPORT (NMT)
INFRASTRUCTURE ON AN AS-AND-WHEN OF CIVIL ENGINEERING SERVICES FOR HUMAN
SETTLEMENTS NMT PROJECTS FROM DATE OF AWARD TO 30 JUNE 2022, previously advertised
on FRIDAY, 27 SEPTEMBER 2019
PLEASE NOTE:
A NEW AMENDED BILL OF QUANTITIES HAS BEEN COMPILED FOR THIS BID
The revised document can be obtained from Ground Floor, 68 Woburn Avenue, Benoni, or downloaded
from the CoE Website.
Bidders are advised to submit the new bills of quantities with their bids, failure to submit the new BOQ
will render a bid non responsive.
From:
To:
DR. I. MASHAZI
CITY MANAGER
COE
CITY OF EKURHULENI
DEPARTMENT NAME: HUMAN SETTLEMENTS
CONTRACT NO: A-HS 07-2019
FOR: THE APPOINTMENT OF CONTRACTORS ON AS-AND-WHEN REQUIRED
BASIS FOR THE CONSTRUCTION OF NON-MOTORISED TRANSPORT
(NMT) INFRASTRUCTURE ON AN AS-AND-WHEN OF CIVIL
ENGINEERING SERVICES FOR HUMAN SETTLEMENTS NMT PROJECTS
FROM DATE OF AWARD TO 30 JUNE 2022
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 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:
% = per cent
h = hour
ha = hectare
kg = kilogram
kl = kilolitre
km = kilometre
km-pass = kilometre-pass
kPa = kilopascal
kW = kilowatt
= litre
m = metre
mm = millimetre
m² = square metre
m²-pass = square metre-pass
m³ = cubic metre
m³-km = cubic metre-kilometre
MN = mega newton
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 (1 000 kg)
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 Authorities (1998 edition).
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.
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 payment item appears in the Pricing
Schedule in respect of work required in terms of the Contract and which is not covered in any
other payment item.
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 Authorities (1998
edition)
CONSUMER PRICE INDEX APPLIES AS FOLLOWS:
1) Tenderers must ensure that adequate provision is made in the Bill of Quantities for the health and safety
measures required by the Department of Labour.
2) The original format Bill of Quantities must be populated by hand in black ink and will be the document
used for evaluation purposes.
3) Tenderers are also required to electronically populate the Excel format and add to the required Flash
Drive with your submission. This will be used to support verification of pricing errors.
I, ______________________________________ of _______________________________________________ ,
(Authorised Signatory) (Company Name)
Hereby acknowledge having read, understood and agree to requirements as set out in C2.2 and warrant that the
documents submitted are true and accurate.
__________________________________________ __________________________________________
(Signature) (Date)
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 1
BILL NO. 1
Brought forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
48 Training. Item 1 R -
49 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
50 SUM 1
independent of (a) or (b) above.
51 Community Liaison Officer. Item 1 R -
52 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
53 SUM 1
independent of (a) or (b) above.
54 Artworks. Item 1 R -
55 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
56 SUM 1
independent of (a) or (b) above.
57 Refurbish Bridge Joints. Item 1 R -
58 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
59 SUM 1
independent of (a) or (b) above.
60 Cleaning of Victoria Street Bridge Walls. Item 1 R -
61 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
62 SUM 1
independent of (a) or (b) above.
Corten Sheeting and Laser Cutting to Bridge
63 Item 1 R -
Structure Facades.
64 Overheads, charges and profit on (a) above. SUM 1 R -
Specified activities associated with or
65 SUM 1 R -
independent of (a) or (b) above.
TEMPORARY WORKS
Carried Summary R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 2
BILL NO. 1
DEMOLITIONS
SUPPLEMENTARY PREAMBLES
DEMOLITIONS, ETC.
8
Take up and remove existing 150 x 300mm
rectangular concrete kerb (SABS 927 Fig. 3) laid
circular on plan, jointed and pointed in 5:1
cement mortar including concrete haunching, m 1090 R -
concrete kerb gutter not exceeding 300mm wide
and cartaway to a dumping site located by the
contractor.
Carried Summary R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 2
BILL NO. 2
Sub‐base Course:
Selected imported G5 (C4 after stabilisation) natural m³ 4287 R -
gravel in 150mm layers and spread, level, water
and compact to 95% modified AASHTO density
in making up levels underneath roadways.
Stabilisation:
Process base/sub‐base course by stabilisation m³ 4672 R -
(cement elsewhere).
Stabilising with ordinary portland cement at the rate t 294 R -
of 3% by mass.
Stabilising with bitumen emulsion at the rate of 3% Ltr 6000 R -
by volume.
Soil Tests:
Note : Prices for soil tests must be included in the
contractor's rates for earthworks items. Additional
soil tests to be carried out as directed by the
Engineer:
Modified AASHTO density tests. Item 1 R -
Carried Summary R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 2
BILL NO. 3
SUPPLEMENTARY PREAMBLES
PAVING
Approved brand of anti‐termite soil poison &
weedkiller is to be applied under paving by a
Registered Company and guaranteed for ten
years.
Brought forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
KERBS
Sundries
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
ROAD MARKINGS
Brought forward R -
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Excavations:
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Open face excavation in earth and soft rock over site
to reduce levels and cart away surplus material from
48 m³ 350 R -
excavations and/or stockpiles on site to a dumping
site to be located by the Contractor.
Stabilisation:
Process base/sub base course by stabilisation
51 m³ 350 R -
(cement elsewhere).
Prime Coat
Tack Coat:
Asphalt Surfacing:
Crack Sealing:
Prime Coat:
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
60 Cut back bitumen type MC30 for road resurfacing. m² 41158 R -
Tack Coat:
Asphalt Surfacing:
Brought forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried Summary R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 2
BILL NO. 4
STORMWATER,SEWER,WATER RETICULATION
SUPPLEMENTARY PREAMABLES
STORMWATER RETICULATION
Brought forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Brought forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM
DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried Summary R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
BILL NO.4
SUPPLEMENTARY PREAMBLES
1 Holes. m³ 294 R -
2 Soft rock. m³ 29 R -
3 Hard rock. m³ 15 R -
RISK OF COLLAPSE
CARTING AWAY
SOIL POISONING
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
UNREINFORCED CONCRETE
30MPa/19mm Concrete in
9 Bases. m³ 118 R -
CONCRETE SUNDRIES
Test Blocks
Brought forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
ROUGH FORMWORK
REINFORCEMENT
STRUCTURAL STEELWORK
SUPPLEMENTARY PREAMBLES
Shop drawings
Testing
The Engineer shall be at liberty to select test pieces
from steelwork in the workshop or on the site and to
have them tested. The expense of such tests are to
be borne by the contractor if the steelwork does not
comply with the standards laid down above.
Brought forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Welding
Bolts
Erection
Brought forward R -
Carried forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Testing of welders
BOLTS, ETC.
FENCING
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Cochrane Steel ClearVu II, or equal approved, hot
dipped galvanised and "Polymetic 6000"
coated pressed high density anti‐climbing and
anti‐cut pressed mesh panel balustrades
1000mm high formed of 4mm diameter horizontal
& vertical high tensile galvanised wires with
aperture size 76,2mm x 12,7mm and reinforced
with 3 x 50mm deep V‐section recessed bands
including 1800mm long standard recess
ClearVu, or equal approved, taper locking
"Polymetic 6000" coated posts at 1500mm
centres size overall 85 x 88 x 4mm thick sealed
with UV stabilised polymer end caps and bolted
to concrete surface beds (surface beds
elsewhere) with expansion bolts and clamping
plates including all core drilling, non‐shrink
epoxy grouting, plastic spacer plugs, cover
plates, sealed end caps, bolts, double clamping
plates, etc. in strict accordance with the
manufacturer's instructions:
PAINTWORK
Brought forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried forward R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
Carried Summary R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 3
BILL NO. 1
ELECTRICAL WORKS
SUPPLEMENTARY PREAMBLES
PROVISIONAL AMOUNT
Carried Summary R -
ITEM DESCRIPTION UNIT QUANTITY RATE AMOUNT
NO
SECTION NO. 4
BILL NO. 1
LANDSCAPING
SUPPLEMENTARY PREAMBLES
PROVISIONAL AMOUNT
Carried Summary R -
BEN MORASWI - AHS 07 (NON MOTORISED TRANSPORT) NMT
2 DEMOLITIONS R
6 STRUCTURES R
7 ELECTRICAL WORKS R
8 LANDSCAPE R
SUB-TOTAL: 1 R
CONTINGENCIES AT 15% R
SUB-TOTAL: 2 R
1. This bid is estimated to exceed a rand value of R10 million (VAT, escalation and
contingencies included). Accordingly—
(a) if a bidder is a registered company required by law to have its annual financial statements
audited or independently reviewed in compliance with the requirements of the Companies Act
,Act No.71 of 2008, or any other law, the bidder is required to furnish audited or independently
reviewed annual financial statements, as the case may be, prepared within six (6) months of
the end of the bidders most recent financial year together with the audited or independently
reviewed annual financial statements for the two immediately preceding financial years,
unless the bidder was only established within the past three (3) years in which case all of its
annual financial statements must be submitted.
(b) if a bidder is a registered close corporation, the bidder is required to furnish annual financial
statements in compliance with the provisions of the Close Corporations Act, Act No. 69 of
1984 , prepared within nine (9) months of the end of the bidders most recent financial year
together with the annual financial statements for the two immediately preceding financial
years, unless the bidder was only established within the past three (3) years in which case all
of its annual financial statements must be submitted.
(c) if the bidder only commenced business within the past three years, the bidder is required to
submit annual financial statements in compliance
(d) with the provisions of (1) and (2) above for each of its financial years since commencing
business.
(e) if a bidder is not required by law to have its annual financial statements audited or
independently reviewed, or is not a Close Corporation, then non-audited annual financial
statements for the periods referred to above must be submitted.
2. Annual financial statements submitted must comply with the requirements of the
Companies Act or the Close Corporations Act.
(Please remove the above clauses if the estimated cost of this contract is less than R10 million
VAT included)
Designation Date