MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: - - PowerPoint PPT Presentation

maintenance rrm
SMART_READER_LITE
LIVE PREVIEW

MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: - - PowerPoint PPT Presentation

ROUTINE ROAD MAINTENANCE (RRM) CLARIFICATION MEETING SOUTHERN REGION Date: September 2020 Venue: SANRAL website https://www.nra.co.za/live/content.php?Item_I D=310 INTRODUCTION WELCOME PROJECT TEAM SANRAL PROJECT MANGER : Nasiphi Dinga


slide-1
SLIDE 1

ROUTINE ROAD MAINTENANCE (RRM) CLARIFICATION MEETING

SOUTHERN REGION Date: September 2020 Venue: SANRAL website https://www.nra.co.za/live/content.php?Item_I D=310

slide-2
SLIDE 2

INTRODUCTION

WELCOME PROJECT TEAM SANRAL PROJECT MANGER : Nasiphi Dinga SANRAL REPRESENTATIVES : ……………. SANRAL PROCUREMENT : Vuyokazi Maboya /Andile Ngxoza CONTRACTS ENGINEER : Dyosana Mdleleni SIGNING ATTENDANCE REGISTER FORM A1: CERTIFICATE OF ATTENDANCE FORM A1.1: CERTIFICATE OF INTENTION TO SUBMIT A TENDER

slide-3
SLIDE 3

Part T1.2: Tender Data

Clause Number Tender Data 3.4 Employers Agents: Marumo Consulting Engineers(PTY)LTD 26 Reginald Street Olifantsfontein 1665 Cell: 082 570 8623 E-mail: dyosana@marumoeng.co.za

slide-4
SLIDE 4

Tender Clarification for Projects:

Contract Number Description X.003-037-2019/1 ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE N9 SECTION 5 KM 0.00 TO SECTION 6 KM 62.97 AND NATIONAL ROUTE R61 SECTION 2 KM 0.00 TO KM 17.25 AND NATIONAL ROUTE R63 SECTION 7 KM 40.20 TO SECTION 8 KM 20.25

slide-5
SLIDE 5

LIST OF DOCUMENTS

VOLUME DESCRIPTION OBTAINABLE FROM Volume 1 Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer (1999), published by the Fédération Internationale des Ingénieurs- Conseils (FIDIC) CESA

  • P. O. Box 68482,

Bryanston, 2021. Tel: (011) 463 2022 Fax: (011) 463 7383 Email: general@cesa.co.za Volume 2 Standard Specifications for Routine Road Maintenance, April 2019, issued by SANRAL Available in .pdf by the Employer Volume 3 Volume 4 Project Document Contract Drawings Issued at tender stage in electronic format on a CD / from a web-based link(https://www.nra.co .za/live/content.php?Ite m_ID=310.) Volume 8 Tender Clarification Information Booklet (Send out with minutes

  • f clarification meeting)
slide-6
SLIDE 6

VOLUME 3-COMPOSITION OF TENDER

T1 -Tender Procedures T.2 RETURNABLE SCHEDULES C.1 AGREEMENTS AND CONTRACTS DATA C.2 PRICING DATA C.3 SCOPE OF WORK C.4 Site- Info Part D

T1.1 - Tender Notice T.2.1 List of Returnable schedules C.1.1 Form of Offer and Acceptance C.2.1 Pricing Instructions General Requirements Stakeholder Management T.1.2 - Conditions

  • f Tender

T.2.2 Tender Schedule C.1.2 Other Contract Forms C.2.2 Pricing Schedules and bills Detailed Assessment Phase T1.3 Tender Data Works Contractor Tendering and Site inspection Monitoring of Works contract and admin

slide-7
SLIDE 7

7

Part T1.1: Tender Notice and Invitation to Tender

slide-8
SLIDE 8

▪ X.003-037-2019/1 ▪ This project is in Dr Beyers Naude Local Municipality, under Sarah Baartman District Municipality District in Eastern Cape Province. ▪ Emphasis in meeting eligibility Criteria: B-BEE contributor status level (1,2,3,4 QSE Or Generic) Required CIDB Contractor Grading Designation and CIDB Regulation (7CE or higher) ▪ Tender Closing Date and delivery address: Friday, 02 October 2020 @ 11:00 at: SANRAL Southern Region 20 Shoreward Drive, Bay West, Port Elizabeth, 6025

Part T1.1: Information in Tender Notice

slide-9
SLIDE 9

9

Part T1.2: Tender Data

slide-10
SLIDE 10

Conditions of Tender

The Conditions of Tender are the Standard Conditions of Tender as contained in SANS 10845-3:2015 Edition 1. SANS 10845-3:2015 Edition 1 is obtainable from: SABS Standards Division 1 Dr Lategan Road Groenkloof

  • r

Private Bag X191 Pretoria 0001 Tel: +27 12 428 7911 Fax: +27 12 344 1568 website: www.sabs.co.za.

slide-11
SLIDE 11

Clause Number Tender Data 3.5 The tender process may be cancelled if: a) due to changed circumstances, there is no longer a need for the goods or services specified in the invitation; b) funds are no longer available to cover the total envisaged expenditure; c) no acceptable tender is received; or d) there is a material irregularity in the tender process. The period of six months shall be measured from the time of tender close to the time of availability of re-issued tender documents. The period of six months may be reduced if: a) The contracting strategy is changed; b) The Scope of work is changed; c) No acceptable tender is received; or d) No tender was opened and such tender(s) was returned unopened.

Part T1.2: Tender Data

slide-12
SLIDE 12

Tender Evaluation: T1.2: Tender Data

Clause Number Eligibility Compliance: CIDB Requirements 4.1.1

The contracts are classified in terms of CIDB Regulation 25(1B), and the value of the contract may, for the purpose of CIDB Regulation 25(1), be taken at its annual value as in below:

(Annual Value = Contract Value / 3 Years)

slide-13
SLIDE 13

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance-CIDB Requirements 4.1.1

Only those tenderers who satisfy the following criteria are eligible to submit tenders: a) CIDB registration Registered with the CIDB, at close of tender, in a contractor grading designation equal to or higher than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(1B) or 25(7A) of the Construction Industry Development Regulations ,as amended by Note 357 of 2019, for a CE class of construction work.

slide-14
SLIDE 14

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance-CIDB Requirements 4.1.1

▪ Tenderers whose CIDB registration expires within the tender validity period, a tenderer will submit during a tender evaluation, a copy of their timely application for CIDB registration, with their tender submission as a proof that it is to be re-registered. ▪ Tenders received from such tenderers who are not capable of being registered in the required contractor designation, within 21 working days after either expiry

  • f their registration or after being requested to provide

proof of registration, will be considered non- responsive.

slide-15
SLIDE 15

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance: Joint Ventures 4.1.1

Joint Ventures are eligible to submit tenders provided that: ▪ every member of the joint venture is registered with the CIDB; ▪ the lead partner has a contractor grading designation of not lower than

  • ne level below the required grading designation in the class of

construction works under consideration and possesses the required recognition status; and ▪ should have a combined contractor grading designation calculated in accordance with the Construction Industry Development Regulations to be equal to or higher than a contractor grading designation as per Regulation 25(1B) or 25(7A)

slide-16
SLIDE 16

Tender Evaluation Part T1.2: Tender Data

Clause Number Compliance with Required Key Personnel Key personnel The minimum requirements with regards to qualification, registration and experience in the civil engineering/road construction field, for the Contractor’s key personnel shall be as indicated in the table below, according to the CIDB contractor grading designation determined for the contract.

slide-17
SLIDE 17

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance: Local Content 4.1.1

❑ Only locally produced or locally manufactured steel products and components for construction with a minimum threshold for local content and production; ❑ Only locally produced or locally manufactured electrical and telecommunication cables for construction; ❑ Only locally produced or locally manufactured Telecoms Cables; ❑ Only locally produced or locally manufactured Yellow metal equipment; ❑ Only locally produced or locally manufactured plastic pipes; ❑ Only locally produced or locally manufactured textiles, clothing, leather and foot wear

slide-18
SLIDE 18

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance: Registered on CSD 4.1.1 b) National Treasury Central Supplier Database

Tenderers, or in the event of a joint venture, each member of the joint venture, shall be registered

  • n the National Treasury Central Supplier

Database at the closing date for tender submissions.

slide-19
SLIDE 19

Clause Number Compliance with BBBEE Eligibility Criteria 4.1.1 c) Criteria for preferential procurement

▪ Tenderers that have a B-BBEE contributor status level of 1, 2, 3 or 4 ▪ The tenderer shall submit a valid B-BBEE certificate in compliance with Tender Data 5.11.8 as proof of eligibility. ▪ A scorecard be in Returnable schedule of C1 Form and shall be a B-BBEE Certificate issued in accordance with: the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry. ▪ A certificate must be an original or an original certified copy of the

  • riginal; and have been issued by a verification agency accredited

by the South African National Accreditation System (SANAS)

slide-20
SLIDE 20

Clause Number Compliance with BBBEE Eligibility Criteria 4.1.1 c) Criteria for preferential procurement

Where a sworn Affidavit is submitted: ▪ Must be accompanied with an audited financial statement of the year concerned or a certificate issued by the Companies and Intellectual Property Commission in the case of an Exempted Micro Enterprise (EME) with a total annual revenue of less than R3 million if issued in accordance with the amended Construction Sector Codes published in Notice 931 of 2017 of Government Gazette No. 41287 on 1 December 2017 by the Department of Trade and Industry; ▪ be valid at the tender closing date ▪ have a date of issue less than 12 (twelve) months prior to the

  • riginal advertised tender closing date
slide-21
SLIDE 21

Clause Number Compliance with BBBEE Eligibility Criteria in JVs & Sub-contracting 4.1.1 c) Criteria for preferential procurement ▪ In the event of a joint venture (JV), a project-specific ▪ consolidated B-BBEE verification certificate in the name of the JV must be issued by a verification agency accredited by the South African National Accreditation System (SANAS) shall be submitted, as well as the individual B-BBEE verification certificates for each member of the JV on which the JV certificate was calculated ▪ If the tender documents indicate that the tenderer intends subcontracting more than 25% of the value of the contract to any other person not qualifying for at least the status level that the tenderer qualifies for, 0 (zero) points for preference shall be awarded, unless the intended subcontractor is an EME that has the capability to execute the subcontract and the value

  • f the work is below the EME threshold. Returnable Schedule Form B3

needs to be completed indicating any additional subcontracting not forming part of the Contract Participation Goal (CPG).

slide-22
SLIDE 22

Clause Number Compliance with BBBEE Eligibility Criteria -Prohibited 4.1.1 c) Criteria for preferential procurement

▪ If a tenderer claims a preference score without submitting an acceptable verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, and ▪ In the event of failure to submit a valid verification certificate(s) and/or all the information in compliance to Returnable Schedule Form C1, the sanctions of Tender Data 4.1.1 will be applied

slide-23
SLIDE 23

Clause Number Tender Data 4.7 The arrangements for a tenderer’s briefing meeting is: https://www.nra.co.za/live/content.php?Item_ID=310. The onus rests with the tenderer to ensure that the person viewing the tenderer’s briefing on its behalf is appropriately qualified to understand all directives and clarifications given in the presentation / video. The signatures on the duly completed and signed Form A1 shall be considered proof that the tenderer viewed the whole briefing presentation / video and clearly understood all directives and clarifications given in the briefing.

slide-24
SLIDE 24

Clause Number Tender Data 4.13.1 Only the following needs to be submitted: a) Volume 3 – ELECTRONIC SUBMISSION The following information has to be submitted on a CD/ Flash disk:

  • The 1st file in pdf format which contains:
  • Scanned copy of Form of Offer (pdf)
  • Scanned copies of all returnable schedules and attachments (pdf)
  • Scanned copy of Pricing Schedule (pdf)
  • A 2nd file in Excel format
  • Completed pricing schedule

Part T1.2: Tender Data

slide-25
SLIDE 25

Clause Number Tender Data 4.13.1 b) Alternative offers will not be considered. In the event of any discrepancy between the contents of the electronically priced schedule and the electronically provided pricing schedule in pdf format, the contents of the provided pdf format shall be taken as the valid

  • contents. For the information provided by the tenderer as part of his

submission, e.g. rates, the signed print-out shall be taken as the valid submission. c) A complete breakdown of all rates in electronic format (Excel) on a CD

Part T1.2: Tender Data

slide-26
SLIDE 26

Clause Number Tender Submission 4.13.4 Tenderers are required to submit all certificates as listed in the Schedule of Tender Compliance (Form D1). Submit the CD/Flash disk in an envelope or package Place and seal the CD/Flash disk in an envelope clearly marked “TENDER” and bearing the Employer’s name, the contract number and description, the tenderer’s authorised representative’s name, the tenderer’s postal address and contact telephone numbers. The Employer’s address for delivery of tender offers and identification details to be shown on each tender offer package are: TENDER CLOSING TIME: 11:00 on Friday ,02 October 2020 CONTRACT NO and CONTRACT DESCRIPTION EMPLOYER South African National Roads Agency SOC Ltd Southern Region 20 Shoreward Drive, Bay West, Port Elizabeth, 6025

Part T1.2: Tender Data

slide-27
SLIDE 27

Tender Evaluation Part T1.2: Tender Data

Clause Number Eligibility Compliance: Past Performance Certificate and FSP Letter Past Project Performance The tenderer shall submit 3 (Three) CIDB Contractor Performance Reports based on 3 (Three) previous reference projects scoring a total of zero (0) “Adequate” or above on each project in order to qualify for this project. Registered Financial Service Provider Letter Tenderer shall submit a registered Financial Service Provider letter confirming that the Tenderer has the financial means (independent of any contractual advance payment) sufficient to meet the construction cash flow as estimated per month for the subject contract. Failure to satisfy the above eligibility criteria is a breach of the Conditions of Tender and as such, may result in a non-eligible tender.

slide-28
SLIDE 28

Clause Number Tender Data 4.16.1 The tender offer validity period is 180 days. 4.16.2 Where a tenderer, at any time after the opening of his tender offer but prior to entering into a contract based on his tender offer: a) withdraws his tender; b) gives notice of his inability to execute the contract in terms of his tender; or c) fails to comply with a request made in terms of 4.17, 4.18 or 5.9, such tenderer shall be barred from tendering on any of the Employer’s tenders for a period to be determined by the Employer, but not less than six (6) months, from a date determined by the Employer. This sanction also applies to tenders under evaluation and not yet awarded. This sanction does not apply to tenders under evaluation where a request for extension of the validity period was not accepted by the tenderer. The Employer may fully or partly exempt a tenderer from the provisions of this condition if he is of the opinion that the circumstances justify the exemption.

Part T1.2: Tender Data

slide-29
SLIDE 29

Clause Number Tender Data 4.18 Any additional information requested under this clause must be provided within five (5) working days of date of request. 5.1 The Employer shall respond to clarifications received up to 7 (seven) working days before tender closing time. 5.2 The Employer may issue addenda until five (5) working days before tender closing time. 5.4 The time and location for opening of the tender offers is: Time: 11:00 on Friday, .. September 2020. Venue: South African National Roads Agency SOC Ltd Southern Region 20 Shoreward Drive, Bay West, Port Elizabeth, 6025

Part T1.2: Tender Data

slide-30
SLIDE 30

Clause Number Tender Data 5.11.1. The procedure for the evaluation of responsive tenders is Method 3. If two or more tenderers score an equal total number of points, the contract must be awarded to the tenderer that scored the highest points for B-BBEE. If two or more tenderers score equal total points in all respects, the award must be decided by the drawing of lots.

Part T1.2: Tender Data

slide-31
SLIDE 31

Clause Number Tender Data

5.19 All requests shall be in writing. Part T1.2: Tender Data

slide-32
SLIDE 32

32

Part T2: Returnable Schedules

slide-33
SLIDE 33

PART T2: RETURNABLE SCHEDULES

Part T2: Returnable Schedules

FORM LIST OF RETURNABLE DOCUMENTS STATUS FORM A1: CERTIFICATE OF TENDERER’S BRIEFING FORM A1.1 CERTIFICATE OF INTENTION TO SUBMIT A TENDER FORM A2.1: CERTIFICATE OF AUTHORITY FOR SIGNATORY FORM A2.2: DECLARATION OF TENDERER’S CURRENT STATUS OF ANY DEBT OUTSTANDING TO SANRAL FORM A2.3: CERTIFICATE OF SINGLE TENDER SUBMISSION FORM A2.4: CERTIFICATE OF FRONTING PRACTICES form a2.5: DECLARATION FORM - MANAGEMENT OF DOMESTIC PROMINENT INFLUENTIAL PERSONS, FOREIGN PROMINENT PUBLIC OFFICIALS AND FOREIGN INFLUENTIAL NATIONALS form a2.6: CERTIFICATE OF PERMISSION TO CONDUCT DUE DILIGENCE INVESTIGATION FORM A3.1 (SBD4): COMPULSORY DECLARATION CONTRACT FORM A3.2 (SBD9): CERTIFICATE OF INDEPENDENT TENDER CONTRACT FORM A3.3 (SBD8): DECLARATION OF TENDERER’S PAST SUPPLY CHAIN MANAGEMENT PRACTICES CONTRACT FORM A3.4: REGISTRATION ON NATIONAL TREASURY CENTRAL SUPPLIER DATABASE CONTRACT FORM A3.5 (SBD6.2): DECLARATION CERTIFICATE FOR LOCAL PRODUCTION AND CONTENT FOR DESIGNATED SECTORS CONTRACT FORM A3.6: LOCAL CONTENT DECLARATION: SUMMARY SCHEDULE (ANNEXURE C) CONTRACT FORM A4: SCHEDULE OF DEVIATIONS OR QUALIFICATIONS BY TENDERER FORM A5: SCHEDULE OF ADDENDA TO TENDER DOCUMENTS FORM A6 (SBD2): CERTIFICATE OF TAX COMPLIANCE STATUS CONTRACT FORM A7: CERTIFICATE OF INSURANCE COVER CONTRACT FORM A8: TENDERER’S REGISTERED FINANCIAL SERVICE PROVIDER LETTER AND BANK DETAILS FORM A9: DECLARATION OF TENDERER’S LITIGATION HISTORY

slide-34
SLIDE 34

PART T2: RETURNABLE SCHEDULES

Part T2: Returnable Schedules

FORM LIST OF RETURNABLE DOCUMENTS STATUS FORM A10: SCHEDULE OF CURRENT TENDERS FORM A11: CERTIFICATE OF COMPLIANCE WITH COMPENSATION FOR OCCUPATIONAL INJURIES AND DISEASES ACT,1993 CONTRACT FORM A12: REGISTRATION WITH CIDB CONTRACT FORM A13 (SBD6.1): PREFERENCING SCHEDULE - TENDERER’S B-BBEE VERIFICATION CONTRACT FORM A14: INVITATION TO BID (SBD1) CONTRACT FORM A15: DECLARATION OF TENDERER’S FINANCIAL SUBMISSION CONTRACT FORM B1: SCHEDULE OF WORK EXPERIENCE FORM B2: SCHEDULE OF CONTRACTOR’S EQUIPMENT FORM B3: SCHEDULE OF SPECIALIST SUBCONTRACTORS FORM C1: CONTRACTOR’S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS FORM C2: SCHEDULE OF SPECIAL MATERIALS CONTRACT FORM C3: ORGANISATIONAL STRUCTURE CONTRACT FORM C4: KEY PERSONNEL EXPERIENCE - CONTRACTS MANAGER CONTRACT FORM C5: KEY PERSONNEL EXPERIENCE - CONTRACTOR’S REPRESENTATIVE CONTRACT FORM C6: KEY PERSONNEL EXPERIENCE - CONSTRUCTION HEALTH AND SAFETY OFFICER (CHSO) WITHIN COMPANY CONTRACT FORM C7: KEY PERSONNEL EXPERIENCE - TARGETED GROUP DEVELOPMENT COORDINATOR CONTRACT FORM C8: KEY PERSONNEL EXPERIENCE – REGISTERED PERSON WITHIN COMPANY CONTRACT FORM D1: SCHEDULE OF TENDER COMPLIANCE C1.1.1 (SBD7): FORM OF OFFER CONTRACT C1.2.3: CONTRACT DATA – INFORMATION PROVIDED BY THE TENDERER CONTRACT C2.2 (SBD3): PRICING SCHEDULE CONTRACT

slide-35
SLIDE 35

Invalid Sworn Affidavits

Non-submission of Sworn affidavits Sworn affidavits with no Financial year indicated Sworn affidavits with a wrong stamp Sworn affidavits based on irrelevant codes Unsigned Sworn affidavits by the commissioner of oath or deponent Previous year Sworn affidavits Expired Sworn affidavits Common Errors

slide-36
SLIDE 36

Invalid BBBEE Certificates

Non-submission of a B-BBEE Certificate. Submission of a certificate not signed by the Commissioner Submission of a certificate based on Old Codes. Expired BBEE Certificate Certificate issued by an accountant or an Auditor Certificate with two certification dates by Commissioner Certificate issued by an Agency not accredited by SANAS Status level contradicts with revenue brackets Common Errors

slide-37
SLIDE 37

Invalid JVs

Non-submission of a JV B-BBEE Certificate as well as the individual certificates are submitted Non-submission of a JV B-BBEE Certificate but the individual certificates are submitted JV B-BBEE Certificate submitted but the individual certificates are based on irrelevant codes Correct certificate but one o the partners is a Generic and the

  • ther is an EME/QSE

Project specific certificate not dated by the Commissioner Common Errors

slide-38
SLIDE 38

38

Part C1: Agreement and Contract Data

slide-39
SLIDE 39

Contract Data

Contract duration is 36 months The execution of the Works shall start on 1 April 2021 For Target Areas:

1.

Suppliers of goods and services: South Africa

2.

CIDB 1 to 2 contractors: Through the PLC and market analysis relevant target areas will be identified. Dr Beyers Naude Local Municipal Area.

3.

CIDB 3 and higher contractors: Through the PLC and market analysis relevant target areas will be identified Beyers Naude Local Municipal Area under Sarah Baartman District Municipality in Eastern Cape Province

slide-40
SLIDE 40

Contract Data

Contract Participation Goals (CPG)

slide-41
SLIDE 41

41

Part C3: Scope of Works

slide-42
SLIDE 42

Scope of Works

Nature of the work The nature of work to be carried out under this contract includes:

  • Establishment of camps on site
  • Inspection of the road, structures, waterways, cutting/fill slopes and night inspections
  • Accommodation of traffic
  • Pavement layers repairs
  • Crack sealing and patching of asphalt pavements
  • Repair edge breaks and edge drops
  • Gravel shoulder repairs
  • Repair of slope failures and washaways
  • Stabilisation of slopes
  • Construction of drainage works to combat erosion
  • Cleaning of all drainage structures, including removal of grass and debris from grids, as well as clearing bridge drainage

ports and scuppers

  • Repairing damaged fencing
  • Clearing refuse from the road reserve, lay-byes and interchanges
  • Repairing damaged road signs
  • Cleaning of road signs
  • Installation and replacement of roadstuds
  • Repairing damaged guardrails and balustrades
  • Road marking
  • Regular mowing of grass in the road reserve including the median and the removal of grass cuttings
  • Application of herbicide on road edges and around road signs
  • Eradication of weeds and undesirable plant growth
  • Burning or cutting of firebreaks and assistance with veld fires
  • Maintenance of trees and shrubs
  • Supply and spreading of topsoil
  • Emergency assistance
  • Removal of wrecks and abandoned vehicles
  • Minor road works done under daywork
slide-43
SLIDE 43

Scope of Works

slide-44
SLIDE 44

LOCALITY PLAN SANRAL X.003-037-2019/1

ROUTE PATROL: 1 TEAM REQUIRED TO COVER X.003-037-2019/1 and ROUTE PATROL:1 TEAM REQUIRED TO COVER ADDITIONAL ROUTE (R.75)

slide-45
SLIDE 45

Project SANRAL X.003-037-2019/1 Routes description

Route Section Start (km) End (km) Length N 9 5 00.00 56.25 56.25 N 9 6 00.00 62.97 62.97 R 63 7 40.20 90.91 50.71 R 63 8 0.00 20.25 20.25 R 61 2 0.00 17.25 17.25 Total Length 207.43

slide-46
SLIDE 46

Project SANRAL ADDITIONAL ROUTE(R75) Routes description

Route Section From Km To Km Lengths Km’s R75 2 (Km 5.60) (Km 92.00) 86.40 R75 3 (Km0.00) (Km 49.42) 49.42 R75 4 (Km 0.00) R63 Intersection (Km 58.89) 58.89 Total 194.71

slide-47
SLIDE 47

Scope of work identified on the routes

LITTER NEXT TO OUTLET ON N9 NO FENCE AT R63 SECTION 7 SECTION 6

slide-48
SLIDE 48

BoQ

PRICING INSTRUCTIONS (C2.1)

  • C2.1 Pricing Instructions
  • C2.2 Pricing Schedule (Bill of Quantities – see CD for Excel)

CONTRA CT SA NRA L X.003-037-2019/1 NON-TOLL PA RT B: OPERA TIONA L ITEM NO DESCRIPTION UNIT QUA NTITY RA TE A MOUNT 1 865 000.00 M020.07 Wellness Program (a) Office facilities for Wellness Champion Month 36

  • (b)

Wellness Champion Prov Sum 1 320 000.00 320 000.00 (c) Venue for ACT process Prov Sum 1 15 000.00 15 000.00 (d) Transport for workers and their immediate families to ACT process Prov Sum 1 300 000.00 300 000.00 (e) Remuneration for workers during ACT process Prov Sum 1 100 000.00 100 000.00 (f) The Contractor's overhead charges and profit in respect of sub-item M020.07(b) to (e) % 735 000

  • M020.08

Transport for Wellness Champion (a) Transport for Wellness Champion Prov Sum 1 250 000.00 250 000.00 (b) The Contractor's overhead charges and profit in respect of sub-item M020.08 (a) % 250 000

  • M020.09

Provision of Security Services (a) Provision of Grade C Security Guards Person/day 500

  • (b)

Provision of armed Security Guards Person/day 150

  • (c)

Provision of response vehicle hour 2 500

  • M020.10

Provision of Security Services (a) Provision of armed security services on National Route Prov Sum 1 300 000.00 300 000.00 (b) The Contractors overhead charges and profit in respect of sub-item M020.10(a) % 300 000

  • 3 150 000.00

BROUGHT FORWA RD TOTA L CA RRIED TO SUMMA RY M0200 Routine Road Maintenance on National Route N9 Section 5 Km 0.00 to Section 6 Km 62.97, R61 Section 2 Km 0.00 to Km 17.25 and R63 Section 7 Km 40.20 to Section 8 Km 20.25

slide-49
SLIDE 49

PART D

M020.05 Target Group Participation M020.06 Training, coaching, guidance, mentoring and assistance M030.04 Additional costs for subcontractors M030.05 Tender Process for Targeted Enterprises M030.06 Responsibilities of the Contractor towards Targeted Enterprises M030.07 Construction Works by Targeted Enterprises

slide-50
SLIDE 50

THANK YOU FOR YOUR ATTENTION

SANRAL WEB ADDRESS: www.nra.co.za SANRAL FRAUD HOTLINE: 0800204558