PART C2: PRICING DATA - etenders.gov.za 3 Book 1 of... · PART C2: PRICING DATA ... COLTO Standard...
Transcript of PART C2: PRICING DATA - etenders.gov.za 3 Book 1 of... · PART C2: PRICING DATA ... COLTO Standard...
C2-1
_________________________________________________________________________________
PART C2: PRICING DATA _________________________________________________________________________________
C2-2
PART C2: PRICING DATA TABLE OF CONTENTS PAGE
C2.1 PRICING INSTRUCTIONS ....................................................................................... C2-3
C2.2 PRICING SCHEDULE (INCORPORATING SBD3) ................................................. C2-5
C2.3 SUMMARY OF PRICING SCHEDULE ................................................................ C2-173
C2-3
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 m = metre mm = millimetre m2 = 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 ton = 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.
C2-4
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.
C2-5
C2.2 PRICING SCHEDULE (INCORPORATING SBD3) SCHEDULE A: GENERAL .......................................................................................................... C2-8
1200 GENERAL REQUIREMENTS AND PROVISIONS ............................................................ C2-9
1300 CONTRACTORS ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS ........... C2-11
1400 HOUSING OFFICES AND LABORATORY FOR THE ENGINEERS SITE
PERSONNEL ................................................................................................................... C2-12
1500 ACCOMMODATION OF TRAFFIC ................................................................................... C2-16
1800 DAYWORKS ..................................................................................................................... C2-23
8100 TESTING MATERIAL AND WORKMANSHIP ................................................................. C2-25
D1000 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON ..... C2-27
E1000 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND
REGULATIONS ................................................................................................................ C2-28
SCHEDULE B: ROADWORKS N7 ............................................................................................ C2-30
1700 CLEARING AND GRUBBING .......................................................................................... C2-31
2100 DRAINS ............................................................................................................................ C2-32
2200 PREFABRICATED CULVERTS ....................................................................................... C2-34
2300: CONCRETE KERBING, CONCRETE CHANNELING CHUTES AND DOWNPIPES,
AND CONCRETE LININGS FOR OPEN DRAINS .......................................................... C2-40
3300 MASS EARTHWORKS ..................................................................................................... C2-43
3400 PAVEMENT LAYERS OF GRAVEL MATERIAL ............................................................. C2-46
3600 CRUSHED STONE BASE ................................................................................................ C2-48
3800 BREAKING UP EXISTING PAVEMENT LAYERS ........................................................... C2-49
4100 PRIME COAT .................................................................................................................... C2-50
4200 ASPHALT BASE AND SURFACING ................................................................................ C2-51
5400 GUARDRAILS .................................................................................................................. C2-53
5500 FENCING .......................................................................................................................... C2-55
5600 ROAD SIGNS ................................................................................................................... C2-58
57500 ROADMARKING ............................................................................................................... C2-60
5800 LANDSCAPING AND PLANTING PLANTS ..................................................................... C2-62
5900 FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS .......... C2-64
C2-6
SCHEDULE C: DIVISIONAL ROADS ....................................................................................... C2-66
1700 CLEARING AND GRUBBING .......................................................................................... C2-67
2100 DRAINS ............................................................................................................................ C2-69
2200 PREFABRICATED CULVERTS ....................................................................................... C2-71
2300: CONCRETE KERBING, CONCRETE CHANNELING CHUTES AND DOWNPIPES,
AND CONCRETE LININGS FOR OPEN DRAINS .......................................................... C2-76
3300 MASS EARTHWORKS ..................................................................................................... C2-80
3400 PAVEMENT LAYERS OF GRAVEL MATERIAL ............................................................. C2-83
3600 CRUSHED STONE BASE ................................................................................................ C2-85
3800 BREAKING UP EXISTING PAVEMENT LAYERS ........................................................... C2-86
4100 PRIME COAT .................................................................................................................... C2-87
4200 ASPHALT BASE AND SURFACING ................................................................................ C2-88
4600 BITUMINOUS SINGLE SEAL WITH SLURRY ................................................................ C2-89
5400 GUARDRAILS .................................................................................................................. C2-90
5500 FENCING .......................................................................................................................... C2-91
5600 ROAD SIGNS ................................................................................................................... C2-93
57500 ROADMARKING ............................................................................................................... C2-95
5800 LANDSCAPING AND PLANTING PLANTS ..................................................................... C2-97
5900 FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS .......... C2-99 SCHEDULE D: ACCESS ROADS ........................................................................................... C2-101
1700 CLEARING AND GRUBBING ........................................................................................ C2-102
2100 DRAINS .......................................................................................................................... C2-103
2200 PREFABRICATED CULVERTS ..................................................................................... C2-104
2300: CONCRETE KERBING, CONCRETE CHANNELING CHUTES AND DOWNPIPES,
AND CONCRETE LININGS FOR OPEN DRAINS ........................................................ C2-106
3300 MASS EARTHWORKS ................................................................................................... C2-108
3400 PAVEMENT LAYERS OF GRAVEL MATERIAL ........................................................... C2-110
5500 FENCING ........................................................................................................................ C2-111
5600 ROAD SIGNS ................................................................................................................. C2-113
5800 LANDSCAPING AND PLANTING PLANTS ................................................................... C2-114
5900 FINISHING THE ROAD AND ROAD RESERVE AND TREATING OLD ROADS ........ C2-116
C2-7
SCHEDULE E: STRUCTURES ............................................................................................... C2-118
PART 1 B0379: KNOLLEVALLEY AGRICULTURAL UNDERPASS…………...………………… C2-119 PART 2 B4985 A & B: SALT RIVER BRIDGE………………………………………………………C2-124
PART 3 B0382: RONDEBERG Rd UNDERPASS NB & SB……………………………………..…C2-131 PART 4 B0383 A & B: KLEIN DASSENBERG RD I/C: KLEIN DASSENBERG RD UNDERPASS BRIDGE A & B………………………………………..C2-137 PART 5 B4986 A & B: SWART RIVER BRIDGE……………………………………………………C2.143 PART 6 B0384 A & B: KALBASKRAAL I/C: KALBASKRAAL RD AND RAIL UNDERPASS BRIDGE A & B…………………………………………………………C2-150 PART 7 BRIDGE NUMBER 6032: KLEIN DASSENBERG ROAD DR1134 OVER SWART RIVER BRIDGE………………………………..………………..C2-159 PART 8 SALT RIVER LLRC CAUSEWAYS………………………………………………………….C2-164
SCHEDULE F: SERVICES ...................................................................................................... C2-169
SECTION 1: CABLE DUCTS ......................................................................................................... C2-170
CALCULATION OF CONTRACT PRICE……………………………………… ................................ C2-173
C2-9
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
1200 GENERAL REQUIREMENTS AND PROVISIONS
B12.01 Identification of location of existing services
within the site: (a) Identification and/or confirmation of services
by the use of hand excavation less than 1.5 m deep m³ 100.0
(b) Identification and/or confirmation of services
by the use of hand excavation more than 1.5 m deep m³ 25.0
(c) Providing the Engineer a detailed set of
services drawings and services schedule after the investigation L/sum 1.0
B12.02 Protection, removal, realignment and
replacement of services: (a) Existing Telkom underground ducts and
cables (i) Hand excavation less than 1.5 m deep for the
detection of existing positions and depths of Telkom underground infrastructure m³ 40.0
(ii) The protection of Telkom underground fibre-
optic ducts and cables by means of reinforced concrete as shown on the services drawings m³ 28.0
(iii) Trenching less than 1.5 m deep to fully
expose and remove existing Telkom underground services m³ 660.0
(iv) Trenching greater than 1.5 m deep to fully
expose and remove existing Telkom underground services m³ 132.0
(v) Telkom payment for provision of materials
and relocation of optical fibre lines Prov sum
(ix) Handling costs and profit associated with
item B12.02(a)(v) above % 3,500,000.0 (b) Electrical Services (i) Relocation of existing electrical services Prov
sum (ii) Handling costs and profit associated with
item B12.02(b)(i) above % 1,000,000.0
3,500,000 00
1,000,000 00
(c) Other Services
Total Carried Forward
C2-10
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(i) Relocation of existing water pipeline Prov sum 2,300,000 00
(ii) Handling costs and profit associated with
item B12.02(c)(i) above % 2,300,000.0 B12.03 Botanical Restoration Programme Prov
sum 7,500,000 00 (ii) Handling costs and profit associated with
item B12.03 above % 7,500,000.0
Total Carried Forward To Summary
C2-11
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS
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 42.0 (d) Health and safety obligations month 42.0 (e) Provision of a 16 seater mini-bus day 42.0 (f) Environmental obligation month 42.0 (g) Capturing data and maintaining ITIS
database month 42.0 NB: The combined total tendered for subitems
(a), (b) and (c) should not exceed 20% of the tender sum. (Refer to Form B1: CONTRACTOR'S ESTABLISHMENT ON SITE)
B13.02 Provisional sums (a) Provision of survey assistance Prov
sum 2,500,000 00 (b) Handling cost and profit in respect of
subitem B13.02(a) % 2,500,000.0 (c) Transnet occupation costs Prov
sum 500,000 00 (d) Handling cost and profit in respect of
subitem B13.02(c) % 500,000.0 (e) Transportation and storage of borehole core
boxes Prov sum 50,000 00
(f) Handling cost and profit in respect of subitem
B13.02(e) % 50,000.0
Total Carried Forward To Summary
C2-12
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity 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 125.0 (b) Laboratories (interior floor space only) m² 150.0 (c) Open concrete working floors, 150 mm thick m² 200.0 (d) Roofs over open concrete working floors m² 200.0 (f) Ablution units m² 70.0 (f) Stores m² 50.0 B14.01 (g) Locker room m² 20.0 (h) Kitchen Unit m² 20.0 B14.02 Office and laboratory furniture (a) Chairs with padded seat and back: (i) Office (ordinary) No 18 (ii) Office visitors chair with arm rests No 9 (iii) Office chair executive with arm rests No 6 14.02 (b) Draughtsman's stools No 8 (c) High chairs for laboratory No 10 (d) Desks, complete with drawers and locks No 8 (e) Drawing tables No 4 (f) Conference tables (12 seater) No 1 B14.02 (g) Kitchen table (6 seater) No 2 (h) Typist desk (L-shaped) No 1 14.03 Office and laboratory fittings Installations and
equipment (a) Items measured by number (i) 220/250 volt power points No 40 (iii) Double 80 watt fluorescent light fittings
complete with ballast and tubes No 15 (iv) Double 55 watt fluorescent light fittings
complete with ballast and tubes No 8
Total Carried Forward
C2-13
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(v) Single incandescent light fittings complete with 100 watt globes No 10
(vi) Wash-hand basins complete with taps and
drains No 4 (vii) Laboratory basins complete with swanneck
taps and drains No 4 (viii) Extractor fans installed complete with own
power connection No 3 (ix) Fume cupboards No 1 (x) Fire extinguishers, 9.0 kg all-purpose dry
powder type, complete mounted on wall with brackets No 8
(xi) Air conditioning units with 2.2 kW minimum
capacity, mounted and with own power connection No 8
(xii) Heater, space-heating type, minimum
capacity 1.5 kW No 8 (xiii) Curing chamber for UCS specimens,
including the provision of brick partitions, plaster, paint and shelving, all complete according the drawings No 1
(xiv) General-purpose steel cupboards with
shelves No 8 (xv) Steel filing cabinets with drawers No 4 (xvi) Refrigerators (200 l min) No 2 (xvii) Book cases No 6 (xviii) Voltage stabilizers No 6 B14.03 (xix) Plan holder No 1 (xx) Floodlights complete with photocell and
poles No 4 (xxi) Supply and installation of rain gauge No 3 (xxii) Minimum and maximum thermometer No 3 (xxiii) 3 m aluminium straight edge complete
with two wedges No 1 (xxiv) Waste paper basket No 8 (xxv) Electrical kettle No 2
Total Carried Forward
C2-14
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(xxvi) Microwave oven (850 watt minimum power output) No 2
(xxvii) First aid kit as per OH&S regulations No 2 (xxviii) Standpipe complete with 30 m hose No 1 (xxix) Steel lockers No 8 (xxx) Cupboard with lock for nuclear gauge No 1 14.03 (b) Prime-cost items and items paid for in a
lump sum: (iii) The provision of a direct independent
telephone line for the engineer, including the cost of calls in connection with contract administration and telephone rental
PC sum 150,000 00
(iv) Handling costs and profit in respect of
subsubitem 14.03(b)(iii) above % 150,000.0 (vii) The provision of 400/231 volt 3 - phase
electrical power installation, including all wiring, switchboards, mains connections, etc. L/sum 1.0
(viii) The provision of low pressure gas
installations, including gas-storage cylinders, tubing, regulators, gas burners and shut-off cocks L/sum 1.0
B14.03 (ix) Cell phone costs for additional personnel,
including pro-rata rentals, for calls in connection with contract administration
PC sum 70,000 00
(x) Handling costs and profit in respect of
subitem 14.03(b)(ix) above % 70,000.0 14.03 (c) Items measured by area (i) Shelving as specified, complete with brackets m² 30.0 (ii) Work-benches complete with concrete slab
top, minimum thickness 75 mm m² 20.0 (iv) Constant temperature baths and/or
plastered brick (3 units of 4 m²) m² 12.0 (v) Foundations for laboratory equipment m² 5.0 (vi) Roller blinds, opaque type m² 20.0 (vii) Venetian blinds m² 30.0 B14.03 (viii) Softboard notice board m² 8.0
Total Carried Forward
C2-15
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Rate Amount
R c
Brought Forward
B14.03 (ix) Whiteboard m² 14.04 Car ports (a) Car ports, as specified, at offices and
laboratory buildings No B14.07 Rented, hotel and other accommodation (a) Provisional sum for providing rented
housing, hotel or other accommodation as described in subsubclause B1403(c)(ii)
Prov sum
(b) Handling costs and profit in respect of
subitem B14.07(a) % 14.08 Services (a) Services at office and laboratories (i) Fixed costs L/sum (ii) Running costs month B14.08 (e) Kitchen facilities for the Engineer (i) Refrigerator No (ii) 2 Plate Stove No (iii) Kettle, cups etc. for tea and coffee and the
availability of person to make and serve tea and coffee month
(f) Office assistants for the Engineer: (i) Provision of secretary/receptionist month
Quantity
8.0
8
3,250,000.0
1.0
42.0
2
2
42.0
42.0
42.0
(ii) Services of semi-skilled labour for the
Engineer Prov sum
B14.10 Provision of photostat facilities month
3,250,000 00
250,000 00
Total Carried Forward To Summary
C2-16
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
1500 ACCOMMODATION OF TRAFFIC B15.01 Accommodating traffic and maintaining
temporary deviations (a) On the national route km 13.0 (b) On the ramps and cross roads of the
interchanges km 5.0 (c) On existing provincial routes km 8.0 (d) On new provincial routes km 7.5 (e) On new access roads km 15.0 B15.03 Temporary traffic control facilities (a) Flagmen man-
day 8,000.0 (b) Portable STOP and GO-RY signs No 6 (e) Road signs, R- and TR-series (i) 1200 mm dia (new sign) No 75 (ii) 1200 mm dia (used sign) No 30 (f) Road signs, TW-series (i) 450 x 2700 mm sides (new sign) No 15 (ii) 450 x 2700 mm sides (used sign) No 5 (iii) 1200 x 1600 mm sides (new sign) No 2 (iv) 1200 x 1600 mm sides (used sign) No 2 (v) 1200 x 2000 mm sides (new sign) No 40 (vi) 1200 x 2000 mm sides (used sign) No 10 (vii) 1200 x 1200 mm sides (new sign) No 5 (g) Road signs, TSC, TGD, TGE, TGA, TGB,
TGDL, TGS, TGP and TIN-series m² 300.0 (h) Delineators (TW401/402) (i) Single (plastic type) 250 mm x 800 mm No 5,000 (ii) Mounted back to back (plastic type) 250 mm
x 800 mm No 2,000 (i) Moveable barricade/road sign combination (i) 2400 mm x 450 mm and 2 x 1200 mm dia No 24
Total Carried Forward
C2-17
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(j) Traffic cones (750 mm high) No 300 (k) Single guardrails attached to posts m 2,000.0 (l) Moveable barriers (i) New concrete units manufactured as
indicated on drawing J01802-01-10-610 m 600.0 (ii) New yellow plastic water filled barriers m 50.0 (m) Two-way communication devices (pair) No 10 (n) Other signs or facilities ordered by the
engineer: (i) Provisions of other traffic control measures Prov
sum 100,000 00 (ii) Handling costs and profit in respect of
subitem B15.03 (n) (i) % 100,000.0 (o) Covering of permanent signs (with non-
transparent material) m² 50.0 B15.04 Relocation of traffic control facilities (a) All facilities except for moveable concrete
barriers L/sum 1.0 (b) Concrete New Jersey type moveable
interlocking barriers m 5,000.0 15.07 Blading by road grader of: (b) Existing roads used as temporary deviations (i) Existing Rondeberg Road West km-
pass 10.0 B15.11 Traffic control devices (a) Providing signalised traffic control devices No 1 (b) Operating signalised traffic control devices month
sets 9.0 15.12 Temporary culverts: (a) Provision and laying of temporary
prefabricated culverts complete (i) 450 mm dia Ogee type 75D, Class C bedding m 50.0 (ii) 600 mm dia Ogee type 75D, Class C
bedding m 50.0
Total Carried Forward
C2-18
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(iii) 750 mm dia Ogee type 75D, Class C bedding m 30.0
(b) Re-use of prefabricated culverts complete (i) 450 mm dia Ogee type 75D, Class C bedding m 30.0 (ii) 600 mm dia Ogee type 75D, Class C
bedding m 30.0 (iii) 750 mm dia Ogee type 75D, Class C
bedding m 30.0 (c) Eventual removal of prefabricated culverts m 130.0 (d) Overhaul on excavated material carted to
spoil, backfill material (but excluding portland cement), prefabricated culverts removed and reinstalled, and prefabricated culverts removed and stacked, for haul in excess of a free haul distance of 1.0 km m³-km 2,000.0
B15.14 Amber flashing lights mounted on signs No 40 B15.15 Provision of traffic safety equipment for
engineer's additional personnel and visitors: (a) Safety jackets No 30 (b) Hard hats No 20 (c) Rotating amber flashing lights No 15 (d) Magnetic strips No 15 B15.16 Provision of traffic safety officer (a) Traffic safety officer(s) month 42.0 (b) Traffic safety vehicle(s) vehicle
-month 42.0 B15.17 Flashing illuminated arrow board No 2 B15.18 Variable Message Signs mounted on trailers month 84.0 B15.19 Provision of sandbags No 25,000 15/3300 MASS EARTHWORKS 15/B33.01 Fills constructed with materials obtained from
various sources as scheduled under item B33.02
(c ) Sand fills (as described in clause 3302(b))
Total Carried Forward
C2-19
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(ii) Non plastic sand with more than 20% passing through the 0.075mm sieve, compacted to 95% modified AASHTO density m³ 18,000.0
15/B33.02 Supply of materials for the construction of fills (e ) Materials from commercial sources
including free-haul as stated below: (ii) Sand of minimum G9 quality (as described in
clause 3302 (b)) m³ 18,000.0 15/33.10 Roadbed preparation and the compaction of
material: (b) Compaction to 93% of modified AASHTO
density m³ 750.0 15/33.11 Three roller passes compaction: (a) Vibratory roller m² 5,000.0 15/B33.21 Trim temporary widened pavement layers m³ 12,500.0 15/3400 PAVEMENT LAYERS OF GRAVEL MATERIAL 15/B34.01 Processing of gravel pavement layers (a) Gravel selected layer compacted to: (ii) 95% of modified AASHTO density, 150 mm
thick (G7) m³ 2,500.0 (c) Gravel subbase (unstabilized gravel)
compacted to: (ii) 97% of modified AASHTO density, 150 mm
thick (G5) m³ 2,500.0 15/B34.03 Supply of material for pavement layers (d) Commercial source (including unlimited free
haul): (iii) G7 quality gravel (not sand) m³ 2,500.0 (iv) G5 quality material m³ 2,500.0 15/3900 PATCHING AND REPAIRING EDGE BREAKS 15/39.01 Sawing asphalt or cemented pavement layers
for patching: (a) Sawing asphalt to an average depth: (i) Not exceeding 50 mm m² 200.0
Total Carried Forward
C2-20
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(ii) Exceeding 50 mm but not exceeding 100mm m² 150.0 15/39.02 Excavation in existing pavements for patching
in: (a) Asphalt layers m³ 100.0 (c) Base layers m³ 300.0 15/39.03 Backfilling of excavations for patching with: (b) Base material stabilized with bituminous
emulsion (60%) for a patch with a surface area: (i) Not exceeding 5 m² m³ 250.0 (ii) Exceeding 5 m² but not exceeding 100 m² m³ 150.0 15/B39.06 Repairing potholes in the existing surfacing with
a bituminous mixture m³ 50.0 15/4100 PRIME COAT 15/B41.01 Prime coat: (c) MC-30 cut-back bitumen litre 5,000.0 (e) Invert bituminous emulsion (MSP 1) litre 5,000.0 15/4200 ASPHALT BASE AND SURFACING 15/B42.02 Asphalt surfacing (a) Continuously graded: (i) 30 mm thick, 37,5mm medium graded using
50/70 pen grade bitumen m² 250.0 15/42.04 Tack coat of 30% stable grade emulsion litre 60.0 15/42.05 Binder variations (a) 50/70 Pen grade bitumen ton 1.0 15/B42.08 100mm Cores in asphalt paving No 12 15/B42.14 Extra over item 42.04 for applying tack coat by
hand litre 60.0 15/42.15 Application of prime coat and/or tack coat to the
edges of a layer litre 10.0 15/42.20 Backfill of excavations for patching with: (a) Asphalt base ton 200.0
Total Carried Forward
C2-21
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(b) Asphalt surfacing ton 200.0 15/B42.22 Apply diluted bitumen emulsion (e.g. Colseal) to
joints on circumference of patches litre 500.0 15/B42.23 Extra over items 42.01, B42.02, 42.09, 42.10
and B42.11 for the transportation cost of bitumen binder supplied by a refinery outside the Western Cape Province ton 15.0
15/B46.01 Bituminous seal with 20mm aggregate and
slurry (a) Single 20mm seal with first (coarse to
medium grade) slurry layer with tack coat comprising
(i) 70% polymer modified cationic spray-grade
bitumen emulsion of Class SC-E2. m² 9,000.0 (b) Extra over (a) for 2nd (fine) slurry layer m² 9,000.0 15/46.03 Bituminous binder variation (l) Polymer modified cationic spray-grade
bitumen emulsion of Class SC-E2 (70-73) litre 3,000.0 15/46.04 Aggregate variations: (b) 20mm nominal sized aggregate m³ 10.0 15/46.06 Slurry application rate variation ton 25.0 15/46.07 Variation in active filler content (cement) ton 5.0 15/46.08 Extra over items B46.01 and 46.02 for work in
areas inaccessible to mechanical equipment m² 6,450.0 15/B46.09 Extra over items B46.01(a) and (b) and 46.06
for the addition of natural sand from commercial sources to the aggregate of the slurry ton 200.0
15/B46.11 Second application of binder consisting of 35%
spray grade cationic emulsion litre 9,000.0 15/5600 ROAD SIGNS 15/B56.02 Extra over item 15.03 for using: (a) Background of retro-reflective material: (iv) Diamond grade: Class IV (1) Delineators at tapers (TW401/402) m² 220.0
Total Carried Forward
C2-22
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(2) Advance warning signs m² 100.0 15/5700 ROAD MARKINGS 15/57.02 Retro-reflective road marking paint (a) White lines (broken or unbroken) (i) 100 mm wide km 12.0 (b) Yellow lines (broken or unbroken) (i) 100 mm wide km 12.0 (d) White lettering and symbols m² 100.0 (e) Yellow lettering and symbols m² 100.0 (f) Transverse lines, painted islands and
arrestor bed markings (any colour) m² 900.0 15/B57.05 Road studs (a) Stimsonite or similar No 4,000 (b) LED type (Red/Red) No 250 15/57.06 Setting out and premarking the lines (excluding
traffic-island markings, lettering and symbols) km 12.0 15/B57.08 Removal of existing, temporary or permanent
road markings by: (a) Sandblasting m² 1,500.0 (b) Overpainting as temporary measure m² 500.0 15/B57.12 Retro-reflective removable road marking tape (a) White lines, 100 mm wide km 10.0 (b) Yellow lines , 100 mm wide km 2.0 15/B61.51 Lateral support to: (i) 0 - 5m depth at Kalbaskraal Road East
temporary bypass m² 120.0
Total Carried Forward To Summary
C2-23
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
1800 DAYWORKS B18.01 (a) Personnel during normal working hours: (i) Unskilled labour h 500.0 (ii) Semi-skilled labour h 500.0 (iii) Skilled labour h 300.0 (iv) Ganger h 300.0 (v) Foreman h 300.0 (b) Personnel outside normal working hours: (i) Unskilled labour h 200.0 (ii) Semi-skilled labour h 200.0 (iii) Skilled labour h 200.0 (iv) Ganger h 150.0 (v) Foreman h 150.0 (c) Sundays and public holidays: (i) Unskilled labour h 100.0 (ii) Semi-skilled labour h 100.0 (iii) Skilled labour h 100.0 (iv) Ganger h 100.0 (v) Foreman h 100.0 B18.02 Equipment (1) Bulldozer (170 kW) h 50.0 (2) Wheel loader (82 kW) h 150.0 (3) Crawler excavator (96 kW) h 150.0 (4) Backhoe loader (52 kW) h 150.0 (5) Grader 140G (or equivalent) h 100.0 (6) 10 000 - 14 000 l water cart h 100.0 (7) Articulated dump truck (130 kW) h 100.0 (8) Tip truck 10 m³ h 100.0 (9) Tip truck 6 m³ h 50.0
Total Carried Forward
C2-24
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(10) Flat truck with 7 t hydraulic crane h 50.0 (11) Vibrating plate compactor (5 kW, 124 kg) h 50.0 (12) Tandem vibrating roller (23 kW, 1.8 t) h 50.0 (13) Single drum self-propelled vibrating roller
(17 t) h 50.0 (14) Pneumatic roller (27 t) h 50.0 (15) Portable diesel compressor 175 cfm with 1
jackhammer and 30 m hose h 50.0 (16) Portable diesel compressor 450 cfm with 3
jackhammers and 90 m hose h 50.0 (17) Flat truck (2 - 3 t) h 100.0 (18) Wirtgen deep insitu recycler h 100.0 (19) 1 m wide milling machine h 100.0 (20) 2 m wide milling machine h 100.0 (21) 4" water pump h 50.0 (22) 6" water pump h 50.0 (23) Wacker rammer (jumping jack) h 50.0 (24) Pedestrian double drum roller (650 mm
wide) h 50.0 (25) Padfoot roller (97 kW, 10 t) h 50.0 B18.03 Materials (a) Procurement of materials Prov
sum 1.0 50,000 00 (b) Contractor's handling costs, profit and all
other charges in respect of subitem B18.03(a) % 50,000.0 B18.04 Transport (a) Mini bus (16 seater) km 5,000.0 (b) Bus (60 seater) km 5,000.0 (c) LDV 1 ton load capacity with lockable
canopy km 5,000.0
Total Carried Forward To Summary
C2-25
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
8100 TESTING MATERIAL AND WORKMANSHIP B81.02 Other special tests requested by the engineer (a) Employer's contribution to concrete durability
tests (i) Tests for water sorptivity Prov
sum 50,000 00 (ii) Tests for oxygen permeability Prov
sum 50,000 00 (iii) Tests for chloride conductivity Prov
sum 75,000 00 (iv) Tests for concrete cover Prov
sum 100,000 00 (b) Other tests Prov
sum 250,000 00 B81.03 Providing testing equipment (c) Asphalt dial tru thermometer (range 10°C -
250°C) No 4 (d) Concrete cover meter as specified No 2 (e) Handheld digital thermometer complete with
surface and fluid probes, laboratory accuracy 0.05 % + 0.3°C, range -10°C to 300°C approximately No 4
(f) Measuring wheel No 2 (g) 100 m steel tape measure No 4 (h) Weather station Prov
sum 100,000 00 B81.04 Financial contribution for the combined
laboratory month 42.0 B81.05 Surface regularity tests as described in
subclause B3405(f) and B4213(a)(v) (a) Establishment of equipment (i) Inertial Laser Profilometer No 24 (ii) ARRB Walking profilometer No 15 (iii) Face dipstick profilometer No 15 (b) Profiler survey on: (i) Base layers using:
Total Carried Forward
C2-26
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
Brought Forward
(1) Inertial Laser Profilometer km 120 (2) ARRB Walking profilometer km 12.0 (3) Face dipstick profilometer km 12.0 (ii) Asphalt surfacing using: (1) Inertial Laser Profilometer km 120 (2) ARRB Walking profilometer km 12.0 (3) Face dipstick profilometer km 12.0
Total Carried Forward To Summary
C2-27
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
D1000 SMALL CONTRACTOR DEVELOPMENT, TRAINING AND COMMUNITY LIAISON
D10.01 Community participation (a) Cost of community participation and PLC
support Prov sum 50,000 00
(b) Handling cost and profit in respect of
subitem D10.01(a)(state % and extend as an amount) % 50,000.00
D10.02 Training (a) Generic skills (i) Training Cost PC
sum 150,000 00 (ii) Handling cost and profit in respect of subitem
D10.02(a)(i)(state % and extend as an amount) % 150,000.00 (b) NQF level 3 training (i) Training Cost PC
sum 750,000 00 (ii) Handling cost and profit in respect of subitem
D10.02(b)(i)(state % and extend as an amount) % 750,000.00 (c) NQF level 4 training (i) Training Cost PC
sum 750,000 00 (ii) Handling cost and profit in respect of subitem
D10.02(c)(i)(state % and extend as an amount) % 750,000.00 (d) Other costs during training Prov
sum 100,000 00 (e) Training venue L/sum 1.0 D10.03 Incentives / Penalties (a) Bonus Prov
sum 50,000 00 (b) Penalties (i) Contract Participation Goal Prov
sum Rate Only
Total Carried Forward To Summary
C2-28
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
Number Item Description Unit Quantity Rate Amount
R c
E1000 REQUIREMENTS OF THE OCCUPATIONAL HEALTH AND SAFETY ACT AND REGULATIONS
E10.01 OH&S Officer month 42.00
Total Carried Forward To Summary
C2-29
SCHEDULE OF QUANTITIES SCHEDULE A: GENERAL
SUMMARY OF SECTIONS
Section Description Amount (Rand)
1200 GENERAL REQUIREMENTS AND PROVISIONS ...........................
1300 CONTRACTOR'S ESTABLISHMENT ON SITE AND GENERAL OBLIGATIONS ...........................
1400 HOUSING, OFFICES AND LABORATORY FOR THE ENGINEER'S
SITE PERSONNEL ...........................
1500 ACCOMMODATION OF TRAFFIC ...........................
1800 DAYWORKS ...........................
8100 TESTING MATERIAL AND WORKMANSHIP ...........................
D1000 REQUIREMENTS OF GOVERNMENT'S PROGRAMME FOR BROAD-BASED BLACK EMPOWERMENT ...........................
E1000 REQUIREMENTS OF OCCUPATIONAL HEALTH AND SAFETY ACT
AND REGULATIONS ...........................
SUBTOTAL ...........................
Add 14% VAT ...........................
Total Carried Forward To Summary Of Schedules