freight rail copy requestfor only€¦ · forthe provision of: replace fencing between groenwater...
TRANSCRIPT
'RANSNEr
freight rail
A Division of Transnet SOC Limited Registration number 1990/00900/30
REQUEST FORQUOTATION
KBY/52945KBC 14182
Senior BuyerSupply Chain ServicesTRANSNET FREIGHT RAILAusten StreetKIMBERLEY8301
"PREV
IEW O
NLY CO
PY"
1RANSNEr
Transnet Freight Rail, a division of
TRANSNET SOC LTD
Registration Number 1990/000900/30
[hereinafter referred to as Transnet]
REQUESTFOR QUOTATION [RFQ] No KBY/52945
FOR THE PROVISION OF: REPLACE FENCING BETWEEN GROENWATER AND
CLIFTON STATIONS (:f:7.49KM) FOR A PERIOD OF 3
MONTHS.
FOR DELIVERY TO:
ISSUE DATE:
CLOSING DATE:
CLOSING TIME:
SITE MEETING:
VENUE:
THE INFRA MANAGER KIMBERLEY
19 MAY 2014
10 JUNE 2014
10:00
03 JUNE 2014 AT 10:00
IN THE BOARDROOM OF THE REAL ESTATE MANAGEMENT
BUILDING, AUSTEN STREET, BEACONSFIELD
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
Section 1NOTICE TO BIDDERS
Page 2 of 10
Quotations which must be completed as indicated in Section 2 of this RFQ are to be submitted as follows:
METHOD:
CLOSING VENUE:
Tender Box
Transnet Freight Rail, Property Management Building, Office no. 2, Austen
Street, Beaconsfield
1 Responses to RFQ
Responses to this RFQ [Quotations] must not include documents or reference relating to any other
quotation or proposal. Any additional conditions must be embodied in an accompanying letter.
2 Broad-Based Black Economic Empowerment [B-BBEE]
Transnet fully endorses and supports the Government's Broad-Based Black Economic Empowerment
Programme and it would therefore prefer to do business with local business enterprises who share these
same values. Transnet will accordingly allow a "preference" to companies who provide a valid B-BBEE
Verification Certificate. All procurement transactions will be evaluated accordingly.
2.1 B-BBEEScorecard and Rating
As prescribed in terms of the Preferential Procurement Policy Framework Act (PPPFA), Act 5 of
2000 and its Regulations, Respondents are to note that the following preference point system is
applicable to all bids:
• the 80/20 system for requirements with a Rand value of up to Rl 000000.00 (all
applicable taxes included).
• Bidders are to note that if the 80/20 preference point system is stipulated in this RFQ and
all Bids received exceed Rl 000 000.00, the RFQ must be cancelled.
The value of this bid is estimated to be below Rl 000 000.00 (all applicable taxes included) and
therefore the 80/20 system shall be applicable.
When Transnet invites prospective suppliers to submit Proposals for its various expenditure
programmes, it requires Respondents to have their B-BBEE status verified in compliance with the
Codes of Good Practice issued in terms of the Broad Based Black Economic Empowerment Act No.
53 of 2003.
The Department of Trade and Industry recently revised the Codes of Good Practice on 11 October
2013 [Government Gazette No. 36928]. The Revised Codes will replace the Black Economic
Empowerment Codes of Good Practice issued on 9 February 2007. The Revised Codes provide for
a one year transitional period starting 11 October 2013. During the transitional period, companies
may elect to be measured in terms of the Revised Codes or the 2007 version of the Codes. After
the first year of the implementation of the Revised Codes, B-BBEE compliance will be measured in
terms of the Revised Codes without any discretion. Companies which are governed by Sector-
specific Codes will be measured in terms of those Sector Codes.
Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945 Page 3 of 10
As such, Transnet will accept B-BBEE certificates issued based on the Revised Codes. Transnet will
also continue to accept B-BBEE certificates issued in terms of the 2007 version of the Codes
provided it was issued before 10 October 2014. Thereafter, Transnet will only accept B-BBEE
certificates issued based on the Revised Codes.
Respondents are required to complete Annexure A [the B-BBEE Preference Point Claim Form] and
submit it together with proof of their B-BBEE Status as stipulated in the Claim Form in order to
obtain preference points for their B-BBEE status.
Note: Failure to submit a valid and original B-BBEE certificate or a certified copy
thereof at the Closing Date of this RFQwill result in a score of zero being allocated for
B-BBEE.
[Refer clause 19 below for Returnable Documents required}
3 Communication
a) Respondents are warned that a response will be liable for disqualification should any attempt be
made by a Respondent either directly or indirectly to canvass any officer(s) or employee of
Transnet in respect of this RFQ between the closing date and the date of the award of the
business.
b) A Respondent may, however, before the closing date and time, direct any written enquiries
relating to the RFQ to the following Transnet employee:
Name: Herman Conradie Email: [email protected]
c) Respondents may also, at any time after the closing date of the RFQ, communicate with Maggie
Pain (Admin Support) on any matter relating to its RFQ response:
Telephone: 0538383341 Email: [email protected]
4 Tax Clearance
The Respondent's original and valid Tax Clearance Certificate must accompany the Quotation. Note that
no business shall be awarded to any Respondent whose tax matters have not been declared by SARS to
be in order.
5 VAT Registration
The valid VAT registration number must be stated here: [if applicable]
6 Legal Compliance
The successful Respondent shall be in full and complete compliance with any and all applicable national
and local laws and regulations.
7 Changes to Quotations
Changes by the Respondent to its submission will not be considered after the closing date and time.
8 Pricing
All prices must be quoted in South African Rand on a fixed price basis, excluding VAT.
3Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
9 PricesSubject to Confirmation
Prices quoted which are subject to confirmation will not be considered.
Page4 of 10
10 Negotiations
Transnet reserves the right to undertake post-tender negotiations with selected Respondents or any
number of short-listed Respondents.
11 BindingOffer
Any Quotation furnished pursuant to this Request shall be deemed to be an offer. Any exceptions to this
statement must be clearly and specifically indicated.
12 Disclaimers
Transnet is not committed to any course of action as a result of its issuance of this RFQ and/or its receipt
of a Quotation in response to it. Please note that Transnet reserves the right to:
• modify the RFQ's goods / service(s) and request Respondents to re-bid on any changes;
• reject any Quotation which does not conform to instructions and specifications which are detailed
herein;
• disqualify Quotations submitted after the stated submission deadline;
• not necessarily accept the lowest priced Quotation;
• reject all Quotations, if it so decides;
• place an order in connection with this Quotation at any time after the RFQ's closing date;
• award only a portion of the proposed goods / service/s which are reflected in the scope of this RFQ;
• split the award of the order/s between more than one Supplier/Service Provider; or
• make no award at all.
Transnet reserves the right to award business to the highest scoring bidder/s unless objective criteria
justify the award to another bidder.
13 Transnet'ssupplier integrity pact
Transnet's Integrity Pact requires a commitment from suppliers and Transnet that they will not engage in
any corrupt and fraudulent practices, anti-competitive practices; and act in bad faith towards each other.
The Integrity Pact also serves to communicate Transnet's Gift Policy as well as the remedies available to
Transnet where a Respondent contravenes any provision of the Integrity Pact.
Respondents are required to familiarise themselves with the contents of the Integrity Pact which is
available on the Transnet Internet site [www.transnet.net/Tenders/Pages/default.aspx] or on request.
Furthermore, Respondents are required to certify that they have acquainted themselves with all the
documentation comprising the Transnet Integrity Pact and that they fully comply with all the terms and
conditions stipulated in the Transnet Supplier Integrity Pact as follows:
Respondent'sSignature
YES 1- NO
Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945 Page 5 of 10
Should a Respondent need to declare previous transgressions or a serious breach of law in the preceding
5 years as required by Annexure A to the Integrity Pact, such declaration must accompany the
Respondent's bid submission.
14 Evaluation Criteria
Transnet will utilise the following criteria [not necessarily in this order] in choosing a Supplier/Service
Provider, if so required:
Criterion/Criteria Explanation
Administrative Completeness of response and returnable documents
responsiveness
Substantive Prequalification criteria, if any, must be met and whether the Bid materially
responsiveness complies with the scope and/or specification given.
Final weighted • Pricing and price basis [firm] - whilst not the sole factor for consideration,
evaluation based competitive pricing and overall level of unconditional discounts1 will be critical
on 80/20 • B-BBEE status of company - Preference points will be awarded to a bidder for
preference point attaining the B-BBEE status level of contribution in accordance with the table
system indicated in Annexure A.
15 Validity Period
Transnet desires a validity period of 30 [thirty] days from the closing date of this RFQ.
This RFQ is valid until _
16 Banking Details
BANK: _
BRANCH NAME / CODE: _
ACCOUNT HOLDER: _
ACCOUNT NUMBER: _
17 Company Registration
Registration number of company / c.c.Registered name of company / c.c.
18 Disclosure of Prices Quoted
Respondents must indicate here whether Transnet may disclose their quoted prices and conditions to
other Respondents:
YESDNOD
1 Only unconditional discounts will be taken into account during evaluation. A discount which has been offered
conditionally Will- despite not being taken into account for evaluation purposes, be implemented when payment is
effeded.
5Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
19 Returnable Documents
Page 6 of 10
Returnable Documents means all the documents, Sections and Annexures, as listed in the tables
below.
a) Respondentsare required to submit with their Quotations the Returnable Documents, as detailed
below.
Failure to provide all these Returnable Documents at the Closing Date and time of this
RFQmay result in a Resppndent's disqualification, Respondents are therefore urged to
ensure that all these Documents are returned with their Quotations,
All Sections, as indicated in the footer of each page, must be signed, stamped and dated by the
Respondent. Pleaseconfirm submissionof these Returnable Documents by so indicating [Yes or No]
in the table below:
SubmittedReturnable Documents [Yes or
No]
SECTION 1 : Notice to Bidders
- Valid and original B-BBEE Verification Certificate or certified copy thereof[Large Enterprises and QSEs]
Note: failure to provide a valid B-BBEE Verification Certificate at the closingdate and time of the RFQ will result in an automatic score of zero forpreference------------------------------------------------------------------------------------------------------
- Valid and original B-BBEE certificate/sworn affidavit or certified copy thereoffrom auditor, accounting officer or SANAS accredited Verification Agency[EMEs]
Note: failure to provide a valid B-BBEE Verification Certificate at the closingdate and time of the RFQ will result in an automatic score of zero beingallocated for preference
- In the case of Joint Ventures, a copy of the Joint Venture Agreement orwritten confirmation of the intention to enter into a Joint Venture Agreement
- Original valid Tax Clearance Certificate [Consortia / Joint Ventures mustsubmit a separate Tax Clearance Certificate for each party]
SECTION 2 : Quotation Form
SECTION 3: Vendor Application Form------------------------------------------------------------------------------------------------------• Original cancelled cheque or bank verification of banking details------------------------------------------------------------------------------------------------------• Certified copies of IDs of shareholder/directors/members [as applicable]------------------------------------------------------------------------------------------------------• Certified copies of the relevant company registration documents from
Companies and Intellectual Property Commission (CIPC)------------------------------------------------------------------------------------------------------
• Certified copies of the company's shareholding/director's portfolio------------------------------------------------------------------------------------------------------• Entity's letterhead------------------------------------------------------------------------------------------------------• Certified copy of VAT Registration Certificate [RSA entities only]------------------------------------------------------------------------------------------------------• Certified copy of valid Company Registration Certificate [if applicable]
ANNEXURE A - B-BBEE Preference Points Claim Form
ANNEXURE B - Project Specifications
Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
Section 2
QUOTATION FORM
Page 7 of 10
I/We
hereby offer to supply the goods/services at the prices quoted in the Price Schedule below, in accordance
with the conditions related thereto.
I/We agree to be bound by those terms and conditions in:
• the Standard Terms and Conditions for the Supply of Goods or Services to Transnet [available on
request]; and
• any other standard or special conditions mentioned and/or embodied in this Request for Quotation.
I/We accept that unless Transnet should otherwise decide and so inform me/us, this Quotation [and, if
any, its covering letter and any subsequent exchange of correspondence], together with Transnet's
acceptance thereof shall constitute a binding contract between Transnet and me/us.
I/We further agree that if, after I/we have been notified of the acceptance of my/our Quotation, I/we fail
to deliver the said goods/service/s within the delivery lead-time quoted, Transnet may, without prejudice
to any other legal remedy which it may have, cancel the order and recover from me/us any expenses
incurred by Transnet in calling for Quotations afresh and/or having to accept any less favourable offer.
1Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
SERVICE FEES AND COST
I/We quote as follows for the service required excluding VAT:
SCHEDULE OF WORK AND PRICES
DESCRIPTION unit QUANTITY UNIT RATE AMOUNTper Rand Cents
1 Transcortina of material and cersonelto site kilometre 241
2 Remove old fence metres 7487
3 Roll-uc old fence into rolls metres 7487
4 Clean 1 metre on both sides of fence, remove all bushes etc. metres 7487
5 Die holes for coles 450 mm deep x 400mm diameter holes 183
6 Concrete 100mm anchor poles for oates @ crossina holes 4
7 Concrete 75 mm anchor poles @ 60 metres crs (stand 7davs) holes 127
8 Concrete 50mm struts at every 6 th pole (stand 7davs) holes 52
9 Span fence barbed wire (new =2 wires) metres 14974
10 Span Steel Wire (new=3 wires) metres 22460
11 Install Y Standards @ 15 Metres apart & tie to specifications each 372
12 Install Droppers @ 2,5 metres apart & lie to specifications each 2496
13 span veldspan @ 100m rolls rolls 75
14 Paint all steel poles yellow each 183
15 Paint all y standards and droppers 200mm from top each 2868
16 Remove old material to Infra Depot, Beaconsfieldkilometre 241
17 Remove acess material to Infra Depot, Beaconsfieldkilometre 241
GROSS TOTAL R
VAT (14%) R
AMOUNT DUE R
Total Tender Price in Words:
Page 8 of 10
Notes to Pricing:
a) All Pricesmust be quoted in South African Rand,exclusive of VAT
b) To facilitate like-for-like comparison bidders must submit pricing strictly in accordancewith this price
schedule and not utilise a different format. Deviation from this pricing schedule could result in a bid
being disqualified.
c) Please note that should you have offered a discounted price(s), Transnet will only consider such
price discount(s) in the final evaluation stage if offered on an unconditional basis.
8Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
Transnet Request for Quotation No KBY/52945
Section 3
Transnet Supplier DeclarationJ Application
The Financial Director or Company Secretary
Page 9 of 10
Transnet Vendor Management has received a request to load your company on to the Transnet vendordatabase. Please furnish us with the following to enable us to process this request:
1. Complete the "Supplier Declaration Form" (SDF) on page 2 of this letter2. Original cancelled cheque OR letter from the bank verifying banking details (with bank stamp)3. Certified copy of Identity document of Shareholders/Directors/Members (where applicable)4. Certified copy of certificate of incorporation, CM29 / CM9 (name change)5. Certified copy of share Certificates of Shareholders; CK1 / CK2 (if CC)6. A letter with the company's letterhead confirming physical and postal addresses7. Original or certified copy of SARS Tax Clearance certificate and Vat registration certificate8. A signed letter from the Auditor / Accountant confirming most recent annual turnover and percentage
black ownership in the company AND/OR BBBEE certificate and detailed scorecard from an accreditedrating agency (SANAS member).
NB: • Failure to submit the above documentation will delay the vendor creation process .• Where applicable, the respective Transnet business unit processing your application may requestfurther information from you. E.g. proof of an existence of a Service/Business contract between yourbusiness and the respective Transnet business unit etc.
IMPORTANT NOTES:
a) If your annual turnover is less than R5 million, then in terms of the DTI codes, you are classified asan Exempted Micro Enterprise (EME). If your company is classified as an EME, please include in yoursubmission, a signed letter from your Auditor / Accountant confirming your company's most recentannual turnover is less than R5 million and percentage of black ownership and black female ownershipin the company AND/OR BBBEE certificate and detailed scorecard from an accredited rating agency(e.g. permanent SANAS Member), should you feel you will be able to attain a better BBBEE score.
b) If your annual turnover is between R5 million and R35million, then in terms of the DTI codes, youare classified as a Qualifying Small Enterprise (QSE) and you claim a specific BBBEE level based onany 4 of the 7 elements of the BBBEE score-card, please include your BEE certificate in yoursubmission as confirmation of your status.NB: BBBEE certificate and detailed scorecard should be obtained from an accredited rating agency(e.g. permanent SANAS Member).
c) If your annual turnover is in excess of R35million, then in terms of the DTI codes, you are classifiedas a Large Enterprise and you claim a specific BEE level based on all seven elements of the BBBEEgeneric score-card. Please include your BEE certificate in your submission as confirmation of yourstatus.NB: BBBEE certificate and detailed scorecard should be obtained from an accredited rating agency(permanent SANAS Member).
d) To avoid PAVE tax being automatically deducted from any invoices received from you, you mustalso contact the Transnet person who lodged this request on your behalf, so as to be correctly classifiedin terms of Tax legislation.
e) Unfortunately, No payments can be made to a vendor until the vendor has been registered, and novendor can be registered until the vendor application form, together with its supporting documentation,has been received and processed.
f) Please return the completed Supplier Declaration Form (SDF) together with the requiredsupporting documents mentioned above to the Transnet Official who is intending to procureyour company's services/products in order that he/she should complete and Internal TransnetDepartmental Questionnaire before referring the matter to the appropriate Transnet VendorMaster Office.
Regards,
Respondent's Signature Date & Company Stamp
"PREV
IEW O
NLY CO
PY"
TransnetRequestfor QuotationNoKBY/52945
Supplier Declaration Form
Page10 of 10
Company Trading NameCompany Registered NameCompany Registration Number Or 10 Number If A Sole Proprietor IForm of entity I CC Trust I Pty Ltd I limited I Partnership Sole ProprietorVAT number (if registered)
Company Telephone NumberCompany Fax NumberCompany E-Mail AddressCompany Website AddressBank Name I BankAccountNumber IPostalAddress I Code IPhysicalAddress I Code IContact PersonDesignationTelephoneEmailAnnual Turnover Range (Last Financial Year) < R5 Million R5-35 million > R35millionDoes Your Company Provide Products Services BothArea Of Delivery National Provincial LocalIs Your Company A Public Or Private Entity Public PrivateDoes Your Company Have A Tax Directive Or IRP30 Certificate Yes NoMain Product Or Service Supplied (E.G.: Stationery/Consulting)
Does your company have a BEE certificate YesWhat is your broad based BEE status (Level 1 to 9 / Unknown)How many personnel does the firm employ Permanent
Transnet Contact PersonContactnum berTransnetoperating division
Duly Authorised To Sign For And On Behalf Of Firm I Organisation
BEE Ownership Details
% BlackOwnership
Name
Signature
% Blackwomenownership % Disabledperson/sownershi
No
Part time
Designation
Date
Stamp And Signature Of Commissioner Of Oath
Name
Signature
10Respondent'sSignature
Date
Telephone No.
Date& CompanyStamp
"PREV
IEW O
NLY CO
PY"
RFQ KBY/52945 FORTHE SUPPLYOF:REPLACEFENCING BETWEENGROENWATER AND CLIFTON STATIONS
FORA PERIOD OF 3 MONTHS
ANNEXURE A: B-BBEE PREFERENCE POINTS CLAIM FORM
This preference form contains general information and serves as a claim for preference points for Broad-
BasedBlackEconomicEmpowerment [B-BBEE] Status Level of Contribution.
1. INTRODUCTION
1.1 A total of 20 preference points shall be awarded for B-BBEEStatus Level of Contribution.
1.2 Failure on the part of a Bidder to fill in and/or to sign this form and submit a B-BBEEVerification
Certificate from a Verification Agency accredited by the South African Accreditation System
[SANAS] or a Registered Auditor approved by the Independent Regulatory Board of Auditors
[IRBA] or an Accounting Officer as contemplated in the Close Corporation Act [CCA] together
with the bid will be interpreted to mean that preference points for B-BBEEStatus Level of
Contribution are not claimed.
1.3 Transnet reservesthe right to require of a Bidder, either before a Bid is adjudicated or at any time
subsequently, to substantiate any claim in regard to preferences, in any manner required by
Transnet.
2. GENERALDEFINITIONS
2.1 "all applicable taxes" include value-added tax, pay as you earn, income tax, unemployment
insurancefund contributions and skills development levies;
2.2 "B-BBEE" means broad-based black economic empowerment as defined in section 1 of the
Broad-BasedBlackEconomicEmpowermentAct;
2.3 "B-BBEE status of contributor" means the B-BBEEstatus received by a measured entity based
on its overall performance using the relevant scorecardcontained in the Codesof Good Practiceon
Black EconomicEmpowerment, issued in terms of section 9(1) of the Broad-BasedBlack Economic
Empowerment Act;
2.4 "Bid" means a written offer in a prescribed or stipulated form in response to an invitation by
Transnet for the provision of goods, works or services;
2.5 "Broad-Based Black Economic Empowerment Act" means the Broad-BasedBlack Economic
Empowerment Act, 2003 [Act No. 53 of 2003];
2.6 "comparative price" means the price after the factors of a non-firm price and all unconditional
discounts that can utilised have been taken into consideration;
2.7 "consortium or joint venture" means an association of persons for the purpose of combining
their expertise, property, capital, efforts, skills and knowledge in an activity for the execution of a
contract;
11
"PREV
IEW O
NLY CO
PY"
2.82.9
2.10
2.11
2.12
2.13
2.14
"contract" meansthe agreement that results from the acceptanceof a bid by Transnet;
"EME" means any enterprise with an annual total revenue of R5 [five] million or less as per the
2007 version of the B-BBEECodesof Good Practiceand means any enterprise with an annual total
revenue of R10 [ten] million or less as per the Revised Codes of Good Practice issued on 11
October 2013 in terms of Government Gazette No. 36928;
"firm price" means the price that is only subject to adjustments in accordance with the actual
increaseor decrease resulting from the change, imposition, or abolition of customs and exciseduty
and any other duty, levy, or tax, which, in terms of the law or regulation, is binding on the
contractor and demonstrably has an influence on the price of any supplies, or the rendering costs
of any service, for the execution of the contract;
"functionality" means the measurement according to predetermined norms, as set out in the bid
documents, of a service or commodity that is designed to be practical and useful, working or
operating, taking into account, among other factors, the quality, reliability, viability and durability
of a service and the technical capacity and ability of a bidder;
"non-firm prices" means all prices other than "firm" prices;
"person" includes reference to a juristic person;
"QSE" means any enterprise with an annual total revenue between R5 [five] million and R35
[thirty five] million as per the 2007 version of the B-BBEECodesof Good Practice and means any
enterprise with an annual total revenue of between R10 [ten] million and R50 [fifty] million as per
the RevisedCodes of Good Practice issued on 11 October 2013 in terms of Government Gazette
No. 36928
2.15 "rand value" means the total estimated value of a contract in South African currency, calculated
at the time of bid invitations, and includesall applicable taxes and excise duties;
2.16 "subcontract" means the primary contractor's assigning or leasing or making out work to, or
employing another person to support such primary contractor in the execution of part of a project
in terms of the contract;
2.17 "total revenue" bears the same meaning assigned to this expression in the Codes of Good
Practice on Black Economic Empowerment, issued in terms of section 9(1) of the Broad-Based
BlackEmpowerment Act and promulgated in the Government Gazette on 9 February 2007;
2.18 "trust" means the arrangement through which the property of one person is made over or
bequeathed to a trustee to administer such property for the benefit of another person; and
2.19 "trustee" means any person, including the founder of a trust, to whom property is bequeathed in
order for such property to be administered for the benefit of another person.
3. ADJUDICATION USING A POINT SYSTEM
3.1 The Bidder obtaining the highest number of total points for the evaluation criteria as enumerated
in Section 2 of the RFPwill be awarded the contract, unless objective criteria justifies the award to
another bidder.
3.2 Preference points shall be calculated after prices have been brought to a comparative basis taking
into account all factors of non-firm prices and all unconditional discounts.
I~
"PREV
IEW O
NLY CO
PY"
3.3 Points scoredwill be rounded off to 2 [two] decimal places.
3.4 In the event of equal points scored, the Bid will be awarded to the Bidder scoring the highest
number of preference points for B-BBEE.
3.5 However, when functionality is part of the evaluation process and two or more Bids have scored
equal points including equal preference points for B-BBEE,the successful Bid will be the one
scoring the highest score for functionality.
3.6 Should two or more Bids be equal in all respect, the award shall be decided by the drawing of lots.
13
"PREV
IEW O
NLY CO
PY"
4. POINTS AWARDED FOR B-BBEESTATUS LEVELOF CONTRIBUTION
4.1 In terms of the Preferential Procurement Regulations, 2011, preference points shall be awarded to
a Bidder for attaining the B-BBEEstatus level of contribution in accordancewith the table below:
B-BBEEStatus Level of Contributor Number of Points[Maximum 20]
1 20
2 18
3 16
4 12
5 8
6 6
7 4
8 2
Non-compliant contributor 0
4.2 Bidders who qualify as EMEsin terms of the 2007 version of the Codes of Good Practice must
submit a certificate issued by an Accounting Officer as contemplated in the CCAor a Verification
Agency accredited by SANASor a RegisteredAuditor. Registeredauditors do not need to meet the
prerequisite for IRBA's approval for the purpose of conducting verification and issuing EME'swith
B-BBEEStatus LevelCertificates.
4.3 Bidderswho qualify as EMEsin terms of the RevisedCodesof Good Practice issuedon 11 October
2013 in terms of Government Gazette No. 36928 are only required to obtain a sworn affidavit on
an annual basis confirming that the entity has an Annual Total Revenueof RiO million or less and
the entity's Level of Blackownership.
4.4 In terms of the 2007 version of the Codesof Good Practice, Biddersother than EMEsmust submit
their original and valid B-BBEEstatus level verification certificate or a certified copy thereof,
substantiating their B-BBEE rating issued by a Registered Auditor approved by IRBA or a
Verification Agency accredited by SANAS.
4.5 In terms of the Revised Codes of Good Practice issued on 11 October 2013 in terms of
Government Gazette No. 36928, Bidders who qualify as QSEsare only required to obtain a sworn
affidavit on an annual basis confirming that the entity has an Annual Total Revenueof R50 million
or less and the entity's Level of Black ownership. Large enterprises must submit their original and
valid B-BBEEstatus level verification certificate or a certified copy thereof, substantiating their B-
BBEErating issued by a RegisteredAuditor approved by IRBA or a Verification Agency accredited
by SANAS.
4.6 A trust, consortium or joint venture will qualify for points for its B-BBEEstatus level as a legal
entity, provided that the entity submits its B-BBEEstatus level certificate.
4.7 A trust, consortium or joint venture will qualify for points for their B-BBEEstatus level as an
unincorporated entity, provided that the entity submits their consolidated B-BBEEscorecard as if
they were a group structure and that such a consolidated B-BBEEscorecard is prepared for every
separate bid.
4.8 Tertiary institutions and public entities will be required to submit their B-BBEE status level
"PREV
IEW O
NLY CO
PY"
certificates in terms of the specialisedscorecardcontained in the B-BBEECodesof Good Practice.
4.9 A person will not be awarded points for B-BBEEstatus level if it is indicated in the Bid documents
that such a Bidder intends subcontracting more than 25% [twenty-five per cent] of the value of
the contract to any other enterprise that does not qualify for at least the same number of points
that such a Bidder qualifies for, unlessthe intended subcontractor is an EMEthat has the capability
and ability to execute the subcontract.
4.10 A person awarded a contract may not subcontract more than 25% [twenty-five per cent] of the
value of the contract to any other enterprise that does not have an equal or higher B-BBEEstatus
level than the person concerned, unless the contract is subcontracted to an EME that has the
capability and ability to execute the subcontract.
4.11 Bidders are to note that in terms of paragraph 2.6 of Statement 000 of the RevisedCodesof Good
Practice issued on 11 October 2013 in terms of Government Gazette No. 36928, any
representation made by an entity about its B-BBEEcompliance must be supported by suitable
evidence or documentation. As such, Transnet reserves the right to request such evidence or
documentation from Bidders in order to verify any B-BBEErecognition claimed.
5. B-BBEESTATUS AND SUBCONTRACTING
5.1 Bidders who claim points in respect of B-BBEE Status level of Contribution must
complete the following:
B-BBEEStatus Level of Contributor = [maximum of 20 points]
Note: Points claimed in respect of this paragraph 5.1 must be in accordance with the table
reflected in paragraph 4.1 above and must be substantiated by means of a B-BBEEcertificate
issued by a Verification Agency accredited by SANASor a RegisteredAuditor approved by IRBA or
a sworn affidavit in the caseof an EMEor QSE.
5.2 Subcontracting:
Will any portion of the contract be subcontracted? YES/NO[delete which is not applicable]
If YES,indicate:
(i) What percentage of the contract will be subcontracted? %
(ii) The name of the subcontractor .
(iii) The B-BBEEstatus level of the subcontractor .
(iv) Is the subcontractor an EME? YES/NO
5.3 Declaration with regard to Company/Firm
(i) Nameof Company/Firm .
(ii) VAT registration number .
(iii) Company registration number .
(iv) Type of Company/ Firm [TICK APPLICABLEBOX]
D Partnership/Joint Venture/Consortium
DOne person business/solepropriety
D CloseCorporations
DCompany (Pty) Ltd
)5
"PREV
IEW O
NLY CO
PY"
1.
2.
(v) DescribePrincipal BusinessActivities
(vi) CompanyClassification [TICK APPLICABLEBOX]
D Manufacturer
DSupplier
D ProfessionalServiceProvider
DOther Service Providers,e.g Transporter, etc(vii) Total number of years the company/firm has been in business .
BID DECLARATION
I/we, the undersigned, who warrants that he/she is duly authorised to do so on behalf of the
company/firm, certify that points claimed, based on the B-BBEEstatus level of contribution indicated in
paragraph 4 above, qualifies the company/firm for the preference(s) shown and I / we acknowledge that:
(i) The information furnished is true and correct.
(ii) In the event of a contract being awarded as a result of points claimed as shown in
paragraph 6 above, the contractor may be required to furnish documentary proof to the
satisfaction of Transnet that the claims are correct.
(iii) If the B-BBEEstatus level of contribution has been claimed or obtained on a fraudulent
basis or any of the conditions of contract have not been fulfilled, Transnet may, in
addition to any other remedy it may have:
(a) disqualify the person from the bidding process;
(b) recover costs, losses or damages it has incurred or suffered as a result of that
person's conduct;
(c) cancel the contract and claim any damages which it has suffered as a result of
having to make less favourable arrangements due to such cancellation;
(d) restrict the Bidder or contractor, its shareholders and directors, and/or associated
entities, or only the shareholders and directors who acted in a fraudulent manner,
from obtaining business from Transnet for a period not exceeding 10 years, after
the audi a/teram partem [hear the other side] rule has been applied; and/or
(e) forward the matter for criminal prosecution.
WITNESSES:
SIGNATUREOF BIDDER
DATE: .
COMPANYNAME: .
ADDRESS: .
II"
"PREV
IEW O
NLY CO
PY"
TRANSNET LIMITED(REGISTRATION NO 1990/000900/06)
lRANSNEr
freight roil
BEACONSFIED DEPOT
CONTRACT
REPLACE FENCINGBETWEEN GROENW ATER AND CLIFTON STATIONS
POSTMASBURG - BEACONSFIELD
Part A: GENERAL
This Contract is a fencing contract which involves removing of existing fence and replacingwith a new fence on Transnet reserves (asset 07HF029K).
1. 176.226 kilometres to 172.483 kilometres LEFT SIDE.2. 176.226 kilometres to 172.483 kilometres RIGHT SIDE
TOTAL OF 7.490 kilometre of fencing between Groenwater and Clifton stations.
The work consists of1. Remove all bushes and trees in the fence (l metre both sides).2. Plant of steel poles and struts as per specifications.3. Spanning of 2 barbed wire as per specification as indicated in green.4. Spanning of 3 steel wire as per specification as indicated in in.5. Fastening of droppers and Y standards.6. Spanning of Veldspan.7. Remove all excess material to Beaconsfield Depot.8. Install two gates at crossing.
The work will be done by hand, and tenderers to provide all the necessary equipment needed tocomplete the works on Transnet property in the geographical area controlled by the DepotEngineer, Beaconsfield, Kimberley as per the Schedule of Quantities and Prices.
A.2 TO BE SUPPLIED BY TRANSNET
All fencing materials, including wire, straining poles, droppers and gates will be supplied at theBeaconsfield Infra Depot in Austen Street, Kimberley.
Site Access certificate and keys for access to mechanization roads.
A.3 TO BE SUPPLIED BY THE CONTRACTOR
The Contractor is responsible to supply his/her own labour, equipment, food, water andaccommodation needed to complete the work covered by the contract.
The Contractor shall be responsible for the transport of all new fencing material to the work sitefrom the Infra Depot in Austen Street, Beaconsfield, Kimberley
Further he/she will be responsible for the return of any old fencing material released duringconstruction and excess material to the Infra Depot in Austen Street, Beaconsfield, Kimberley.
n I
:,.,(':. ;;';,;,';
"PREV
IEW O
NLY CO
PY"
The Contractor shall provide safe and secure storage facilities and be responsible for allequipment and material brought onto the site.
The Contractor shall provide at his/her own cost any security measures he/she may deemnecessary for safe and effective execution of the work within the work area.
Under no circumstances will Transnet provide accommodation facilities or sites for workers inthe section.
Transnet Limited Schedule of Plant must include a suitable vehicle, on the contract site, for thetransport of workers and material to or from the work site and to transport personnel in case ofemergency to nearest hospital on a E.4 D document.
No tender will be considered unless the E.4 D document is completed.
Contractor to provide all tools and equipment to perform duties as described.
A.4 SITE MEETINGS
These meetings will be held under the chairmanship of the Technical Officer or his/her deputy.It is compulsory for contractors to attend on time.
A.5 SITE BOOKS
The Contractor shall provide two 100 leaf Triplicate Books (Croxley JD222 or similar) to use asa Site Instruction Book and a Site Diary at the site as directed by the Technical Officer for theduration of the contract.
The Site Instruction Book shall only be used by the Technical Officer or his/her deputy andwill be used for the issuing of instructions to the Contractor.
The Contractor shall complete the Site Diary and a detailed description of the work done shallbe recorded on a daily basis. The attendance register of contract workers is also to be written inthe Site Diary as also his/her daily Safety Talk. Neither of the books shall be removed from thesite without the permission ofthe Technical Officer or his/her deputy.
A.6 TEMPORARY CAMPS
No facilities are available at the mentioned work areas. The Contractor must arrange for allfacilities needed, and these costs must be included in the tendered price. All camp facilities tobe adhere to the Standard specification and Contractor will not start his/her contract until theTechnical Officer is satisfied with the camp facilities.
A.7 VELD FIRES
Under no circumstances may the Contractor or his/her employees make fires within theTransnet reserve. The contractor will be liable for any damages caused by fires made by staffon site.
Under no circumstance may the Contractor or his employer collect wood within the Transnetreserve or on the adjacent farms.
Jg2
"..-., ',," ': :',~~'.'';;'
"PREV
IEW O
NLY CO
PY"
3
PART B: PROJECT SPECIFICATIONS
B.t SCOPE OF WORK
This contract covers the erection of fences and any associated work, to be performed by theContractor for the successful completion of this contract, in accordance with the true meaningand intent of the contract document.
This contract calls for the supply of all equipment, transport and labour to complete thefollowing tasks:
1. Provision of transport of new material from Infra Depot to work site.2. Vehicle present at all times at working site3. Cleaning 1metre both sides offence.4. Erecting of new fence between kilometres stipulated above.5. Erecting of steel poles concreted and stand for 7 days.6. Erecting of all steel work to be done.7. Provision of transport of excess and old material back to Infra Depot8. Site to be left in condition as found at the start.
All the above work will be performed by the Contractor on Transnet property under the controlof the Depot Engineer, Infrastructure Maintenance, Beaconsfield, Kimberley.
B.2 STANDARDS OF WORKMANSHIP
All work is to be done according to the relevant specifications.
KY-IOO-I-67 BKY-IOO-I-67 F
Line book Plan (Blue = situation where work is to be completed new fence)All the work must be carried out in accordance with the specifications of the contract.
Where material has been supplied by Transnet and the material has been spoilt during executionof the work the contractor will be responsible to make good.
All work will be approved by the Technical Officer before payment is affected.
B.3 DURATION OF WORK
The Contractor shall not exceed the maximum duration of work stipulated in the contract.He/she shall make available sufficient resources to complete the work as specified.
B.4 PROGRAMME OF WORK AND METHOD STATEMENT
The Contractor shall undertake the planning and programming of the work covered in thecontract as stipulated in the Schedule of Quantities and Prices. Proposed work programmeand method statement to be submitted with the tender.
B.5 PERFORMANCE MONITORING AND EVALUATION
The Contractor shall at all times be responsible for supervision of the work and for follow-upinspections to monitor the work performed.
19
"PREV
IEW O
NLY CO
PY"
The Technical Officer or his/her deputy may at any time during the operation carry outinspections of the Contractor's performance, methods and procedures.
The Contractor shall immediately take appropriate remedial action in areas where the specifiedstandard of work is not achieved.
B.6 INSPECTION OF THE WORK
Inspection of the work will be done within one week after the Contractor has notified theTechnical Officer in writing that the work has been completed.
If the work is found to be satisfactory, the Contractor must hand in his/her tax invoice forpayment.
For the duration of this Contract, the Contractor is required to inspect the working process aswell as remedial work.
B.7 REMEDIAL WORK
The Contractor shall carry out remedial work to all work where the standard of workmanshiphas not been achieved at no cost to Transnet.
The T/O may, at any time after the inspection order the Contractor to carry out remedial action,which is to be done within 7 working days after being ordered to do so.
Failure to commence with remedial work the Technical Officer may arrange for such action tobe carried out by other Contractors at the cost ofthe responsible Contractor.
B.8 POLLUTION PREVENTION AND ENVIRONMENTAL AWARNESS
According to the Environmental Management System of Transnet, pollution must be preventedas far as possible and where pollution occurs due to the negligence of the Contractor, he\shewill be responsible for corrective actions.
B.9 MEASUREMENT AND PAYMENT
Penalties of R 100 per day will be levied for late completion of work.
Payment can be expected within 60 days after the invoice date.
ao4
"PREV
IEW O
NLY CO
PY"
5
PART C: HEALTH AND SAFETY
C.l HEALTH AND SAFETY PLAN
Prior to the start of the contract the contractor is required to do a risk assessment of each taskand to provide a safety plan to address these risks.
This safety plan is to be provided and implemented by the contractor before the workcommences and a copy to be kept on site
The Contractor must adhere to this Safety Plan at all times.
The Contractor's Health and Safety Programme must make provision for the following risks.a. Working adjacent to passing trains.b. Transporting of material to and from work site.c. Transporting of people to and from site.d. Loading and off-loading of both new and old material.e. Working close to Overhead Traction equipment. Electrical shock.f. Uneven surfaces.g. Blue asbestos. (to be reported to Technical Officer immediately)h. Working with saws, wiring tools and digging tools.i. Working with barbed wire, high tensile steel wire and other steel materialj. Veld fires.k. Transport of injured workers from work site to nearest hospital.
The contractor is to provide personal protection equipment (PPE) in relation to the risk and typeof work to be executed.
All workers on this contract shall be required to wear reflective vests and safety boots at alltimes. (To be supplied by the Contractor).
Before the contractor may start any work, he/she and his/her entire team will be required toattend a compulsory Safety Induction given by a designated Transnet Safety representative.
The contractor or his/her supervisor will be responsible to hold a Safety Talk every morningbefore work commences (which is recorded in the Site Diary).
The contractor is to have available a suitable First Aid Kit and someone trained in first aid onsite at all times.
The contractor is to have available a suitable Fire Fighting Equipment and someone trained infirefighting on site at all times.
No open fires are allowed on Transnet property. Any fires that may occur should bedistinguished immediately at own costs. Any claims due to fire caused by the Contractor will befor his/her own account.
No work is to be done within a 3m distance of the railway line without the presence of aflagman.
All workers shall work as a team in one area in the Transnet reserve.
The contractor shall provide a cell phone, in good working order and with sufficient airtime, tohis team leader to be available on site at all times.
at
"PREV
IEW O
NLY CO
PY"
The Contractor shall appoint at the work site sufficient personnel whose sole task shall be to beon the lookout for approaching rail traffic. These employees shall operate an audible warningdevice to timeously warn all people on the work site of approaching rail traffic.
In addition to risk assessment and safety plan, environmental management plan, quality controlplan and Safe Operating Procedures that are specific to this job must be submitted prior to workcommencement.
Schedule not to be changed after Contract has been posted in relevant Contract Box.
6
"PREV
IEW O
NLY CO
PY"
, .
'RANSNEr
WEIGHT
Groenwater-Clifton
Supplied by Transnet
Type Description Unit .Amount weight totalComer Posts ISOOxlOOx3mm post cap & base plate each 4 8.7 34.80Comer Posts ISOOx75x 3mm post cap & base plate each 127 5.3 671.93Stock Stays 1800x 50 x1.6 mm with base plate each 52 3 156.78Y Section Standards 1,85m high each 372 3.5 1303.19T Section Droppers 1,40 m high each 2496 0.5 1247.80Barbed Wire IOWA 2,50 x 540 m per roll 34 50 1700.00High Strain Steel Wire lightly galvanised 1500m oval 2x2.6mm per roll 15 50 750.00Bindin.g Wire 2 x 2015 m 50 kg per roll 2 50 100.00Gates I,Sm x4,2m each 3 3 9.00BOLTS MlOxllOmm length each 52 0.1 5.23nuts mlO each 52 0.00washers mlO each 52 0.00Cement Iper 50 kg bag each 58 50 2900.00veldspan 100m xl,2 m rolls 75 50 3743.40
TOTAL i'" 'C',1g222:13~
B.G MAKHANYA
KG
"PREV
IEW O
NLY CO
PY"
TRAJEK: KAMFERSDAM ----------- HOTAZEL DATUM: 2005.01.26 BLADSY: 154
'lv', .
\ ."I
";,~
ITP • :
MAS 175/16• TP • :
IMAS 175/15MAS 175/14
FC;
<Xl
K=40 IL=35GHRIESPOT
.MAS 175/18M=15 IS=833;
FC •~ B175/03. :11,5 I IA-1200:~ 9,2 MAS 17~/18
~ GWR7B. .
IGHRIESPOTFC
ITP • :
MAS 175/17FLUIT :
<Xl
2,5
FLUIT
B176/01
K=40
::::H: B175/05
FO~1fr 20,3
S=833 M=15
:DUIKER-05JF174
iiiiiiiiiB175/04
FCiHH 11,1HiH GWR7A
:GHRIESKASTEL
:L=70
STEIERMAS 176/01 ~-2,17~.!..o.km PEN IllII-
176.4403 ~ IMAS 176/08176.3732 MAS 176/07
3,1 176.3627176.3061 ~ .MAS 176/06176.2536 ~ MAS 176/05
......... 176.2492 11 FJ '- - - -: ,HH 176.2439, I :~HOO~i]rAATf3'8 ~~tini' iiiiiiii!iiii~~ti!!\ii\ii;i!\i
- - - ~..t'P, 176.2358 ;iiiiiiiiHHiiiiii!il: /iiiii' 176.2353 9,8 I-x- STOP+KRUIS :
~ ~'ii:~NSPADnHiH i!;iiiC::'F::iiB~;~: ~~;6B::::i'iim'i'!jH0if:mjHjHOO~GA~G!:STOP+ KRU IS ::::..:X::j 1"o.;..S 176.2345 ..<.:: ,............. II HPiiiiiiiii"''''''''''1 176.234111,0 HPiimH 176.2285~HOO~!~MAAT 3,5 176.2262
- - - _.~ 176 2156f: inmiii- 176:2150 11,0 FJ '.- - - -- - TP.': ONDERGROND TELEFOON - - 176.2135 - - - - KABEL- - - - -':-.TP- -
'. 176.2127 ~ .MAS 176/04,~. 176. 1725 ~ MAS 176/03• HHm TEL <Xl 2,6 176.1222 '1 ~
iiiiiiiiiGWR4 3,1 JL 176.1113 r;176.1088 3,3 ~ FLUIT :.:
STEIERMAS 176/02 ~ 176.1049 ~176.0942 I TSB A- IA- r:176.0936 6,0 I176.0934176.0667176.0650 2,6176.0633176.0408176.0391 3,8176.0379 2,7-~176.0026.d~~7:175.9811175.9743
:MAS 000/01 ~-3,0 175.9708:275/ 100/ HEL e 9,6 175.9668
175.9638 EODL <175.9468 R/M175.9341 I175.9294 ~175.9277 ESDL<
EODL< 175.9159175.9151175.9080175.9047175.9038 2,7~175.8978
~ 175.8963 11,32,2 175.89282,2 175.8870
175.8714 I175.8603 19,4175.8585175.8508 2,8~ ~ 9,3175.8495 3,1 r r 9,5
ESDL < 175.8470175.8024175.8022175.7983 2,8~ ~ 9,3175.7461175.7455 2,8~ ~ 9,3175.6927 2,8~ ~ 9,2175.6915 31,6
"PREV
IEW O
NLY CO
PY"
"
-
,.'"'!'.'~" , - -/
175/10FC ,
ITP • :
MAS 175./09TP • :.MAS 175/08
ITP • :
MAS 175/07• TP • :MAS 175/06
FC •TP :"":
MAS 175/05
I TP •FLUIT
28,3
I T/~K=40 L=70
.MAS 175/01
IKORT KM 15,6MB174/05 •
I IA-1198::.B174/06.MAS 174/15A
IM~~~7l/15:;;:~ 28:: ~.t ~
• TP • ,:
IMAS 17~/13I A-1199:
• TPB175/02 IT GIJR18<Xl TEL
~ 9,3 .MAS 175/12-r I .~ 1/270,X2700 ~
• TP • :
IFC'
MAS 17~/11TP • :
<Xl
J
TEL
FLUIT
K=40
18,1
'illliiiii 26,1
H:H B175/01
i~iii~'WR17 2,6
:L=70
:245/ 116/ HEL €
FC:::::::::19,1
:S=833 M=15
:DUIKER-05JF173
175.6894175.6428175.6401 2,8~ ~ 9,3175.6367 19,7175.6338175.6306
T 175.6188 9,2175.6111 2,8175.5873 2,8~175.5828
2,3 175.5810 11,6175.5789175.5767175.5497 23,3175.5346 2,8~ ~ 9,3175.5210
2,9 175.52012,7 175.5000 km
175.4818 2,8~ ~ 9,3175.4723175.4694175.4640175.4292 2,9~ ~ 9,3175.4084175.3764 2,8~ ~ 9,3175.3515175.3330175.3237 2,8~ ~ 9,3175.2956175.2709 2,8~ ~ 9,3175.2701 29,2175.2391175.2181 2,8~ ~ 9,9
:272\ 245/ HEL € 2,6 175.2001. FC:::::::::18,6 ~i~:~~~~ I TP • :::- 175.1785 24,1 FJ "- - - -
175.1654 2,8~ ~ 9,3 .MAS 175/042,8 175.1351 J 3,3 FLUITI :
175.1264 TP • :175.1127 2,8~ ~ 9,3 MAS 175/03175.0828 BSDL< M=15 .S=833 :
BSDL< 175.0782 I175.0695 TP • :175.0599 2,7~ ~ 9,2 MAS 175/02175.0502175.0467 32,9175.0136175.0116 BODL<175.0094 2,6~ ~ 9,1
BODL< 175.0068km 175.0000
1iS.:;::o.kmPEN III- 2,2 174.9844::::::H: B174/04 174.9772
174.9741 21,8174.9723
3,7 174.9708174.9624 ~
22,~~~ -- - -' ~'lJ*~i~t.~:2ik;::::~:~T~J'20~2*!!~~\
o' , FLUIT 3,0 174.8666 3,1
TRAJEK: KAMFERSDAM ----------- HOTAZEL DATUM: 2005.01.26 BLADSY: 153"""I _ """'"
•
"PREV
IEW O
NLY CO
PY"
TRAJEK: KAMFERSDAM----------- HOTAZEL DATUM: 2005.01.26 BLADSY: 152
TP •
TP •1/4000x1040
• CABLE BEGINSO.LP.
B174/01
IFJ
r 6,9 FLUIT TP
K=40
592/ HEL E 8,3O.T.P ====
~
s 174/09
117\
L=75
S=833 M=15MAS 174/11
PYPDUIK-05LF001
DUIKER-05JF169
MAS 174/07
MAS 174/08 ~17~.!.?km PEN III-
MAS 174/06
• ENDS
I
I
111111111B174/02
MAS 174/05
IOUlii-05JF167
MAS 174/10S=833 M=15
~::~!!m!!!
CABLE
174.8606 I TP • t......... 174.8599 ~ .MAS 174/14
:PYPDUIK-05JB 174.8590 1/~600mm......... 174.8587 I
:MAS 174/13 ~ 174. 7928 ~---:ESKOM--///-------------- 174.7778 ----- --///-3 DRADE-----:-------
174.7667 • TP •......... 174.7623 EODL< K=40 IL=65
:S.W.B. lr--tr 3,3 174.7530:L=60 K=40 EODL< 174.7516
~ ",,-:::-. -~- ~lt l' 1i17..4:7.48tllf ~ ~HOOGT"EMAAT' 4',0 . 1"74.7477)----.,....,.
;i;;i;iii T 174.7471 9,0 lr--tr S.W.B.STOP+ KRUIS --X-l 5,2 174.7466 I
.B~ ~:m,,'tm:',":B ;;~~;:G ~:m:m:m!l:~m~Fet }174.7348 10,'7- X-- STOP+Ii::.~~.I..S. \\ IY~i~:~g ,~ IHmjmH:HiiiH~~~~~,174 7242 21~ FC ';;;;;;"::;1:+::174:7084 ' I TP.~ J""~i~:~~~~~~D~< M=15 S=8~~ f;
ESDL< 174.6905 • f:
~--3,0 174.6844 8, ~ I I:174.6491 TP •• :174.6381 BSDL< S=833 M=15 ;:
~--3,0 174.6301 7,8 ~ ,:BSDL< 174.6226 I ,:
174.6175 2,3 r r 7,6 FLUIT l:174.5937 TP .~:
~--3,0 174.5761 7,2 ~ ;:174.5673 BDOL< L=70 IK=40 :.'.174.5576
2,9 174.5550 7,5 1/3100x700 ::174.5524 I .::174.5512 FC'"
BODL< 174.5459 • ,.
3,7 m:mi km I TP .;
174.4982 11,6 • KABELLAS174.4816 • TP • :
174.4789 ' I"174.4745 ;:174.4547 ~174.4240 • TP174.4133 I FJ"- - - -174.4117
6,8 174.4110 7,0 1/~900mm174.4106174.4093174.3876174.3635 2,Or174.3568
97 ~ 174_355696 ~ 174.3527
174.3506174.3493174.3345174.3208174.3117174.2706
7,3 174.2680 8,0174.2652174.2546
!
I~? GW 1--
"PREV
IEW O
NLY CO
PY"
TRAJEK: KAMFERSDAM HOTAZEL DATUM: 2005.01.26 BLADSY: 150
172/14i.:
172/14f:j:"
TP .::
TP • ',:
TP •
MAS
MAS
1:_ - [:
TP • [:~:5T01lI:!.I:"
S=17861!"."
17,0 TP. ,:MAS 172111A
111800x400
GWR3 iHm:C-TELHiHHH
B172/05
......... ~.1/1800x600 ;:
~ GWR8B ::m:m172/15 mu:::
172/13 HHH:::2,8 FLUIT iH:!::!:
TP •18,4 i:!::!:ijFC
172/12 mmm
3,0CD
7,8
......... .1J;:u';=l HOOGTEMAA T;miill:!::: 11,0 FJ ~~-- - -
B172/02+031:12RHmmm
SRJ WA159 (13) S60
R/M
6,7
2,5
3,0
3,2
173.0995 >BSDR >BSDR M=7173.0988173.0982173.0977173.0970173.0962173.0958173.0953173.0552173.0531173.0342 >BODR >BODR K=20173.0303173.0268173.0265173.0229173.0100173.0004173.0000 km172.9990172.9982172.9974172.9928172.9904 6,9172.9860 7,0172.9838 (24B)172.9770172.9769172.9716172.9524172.9404172.9347172.9311172.9208172.9194172.9193172.9190172.9149172.9148172.9083172.9046172.8885172.8833172.8684172.8519172.8300172.8260172.7961172.7848172.7745 R/M172.7679172.7516 6,3 ~172.7258172.7191172.7178~;gdO:
6,1 172.6642172.6641172.6507172.6461 lr172.6392 2,8172.5945172.5930 2,5172.5921172.5836172.5796172.5164172.5043 2,8172.5000 km172.4936
2,7
~3,7
4,4
TEL CD 6,2.02AF079I ifIE ,0 TATION
o 0 ~ 200 6,3 II
~ 1
172/12
rETO
B173/01173,Okm PEN Ill-
ONTSPOORDER «B173/01
SPOED (30)
:.
:.
:.
:.
: I:MAS 172/11: I:GHRIESKAS:. A-1192.: I B172/01:MAS 172/10
~I
:MAS
~I
:DUIKER-05JF162: I:MAS 172/09: I FLU IT:MAS 172/08
'i ",iiiiii!!!'DUIKER-05JF163
-I """'" 10 4
' ... 11111111. '
'j """"
-SKID RAIL'-16,4-' 11,4
:~~l40 2 11 1~MAS ;72/13'~I FLUIT
TEL CD 3,41:9LH TEL CD
CO-AXIAL. CABLE ENDSI GWR8A ~ 2,9MAS 172/15 2,7 ~
~I S60 WA160 SRJ:. A-1193. 5,2
!o..iJ:: ~:~~/O'
.: I172,5km PEN Ill- 2,7- - - -' FJ 10,7 r2/ifl600mm
J
"PREV
IEW O
NLY CO
PY"
..
:-----
HPI10,9HP
10,8
GROENIJATER
1/1700x600
1/1900x400
FLUIT
1/1800x400
3,1 GIJR1co TEL
HUITco TEL2,8 GIJR12
172.4914172.4828172.4806
05EF007 172.4770• 2,6 172.4742
172.4715172.4628 .
B 172.4610 ~~... 11,2 FJ172.4564 ONDERGRONDS TP
G 172.4550172.4510172.4500172.4439172.4426172.4361172.3823172.3294 3,0172.3151
4,1 172.3125172.2482172.1812 2,7-t172.1170172.1123
2,2 172.1110 2,5172.1098172.0749 3,4172.0618 2,5172.0543 lL172.0501
5,9 172.02712,5 172.0000 km
171.9830171.9158171.9138171.8488
6,1 171.80614,5 171.7916
171.7818171.7788 If171.7712 2,8171.7147171.6475171.6355171.6354171.6315171.6314171.6097
2,3 171.6080 2,5171.6068171.5806171.5291 ==== O.T.P
3,9 171.5222171.5135
2,5 171.5000 km171.4463171.3792171.3122171.2451171.1779171.1109
4,1 171.0661171.0437
2,5 171.0000 km170.9767170.9659
2,4 170.9650 2,5170.9638170.9096170.9077 3,3 II If S.IJ.B.170.88459,8
tHEL €
tt-2,5t
:.
:.
:.
:.
:.
:MAS 172/01 t;1172,Ok~-PEN~:MAS 171/15 t:MAS 171/14 t:. AXLE COUNTER:MAS 171/13 t: I 11.- I:550/ 100/ HEL €:MAS 171/12 t: I
:DUIKER-05JF161
~I
:MAS 171/11:MAS 171/10
~
HP10,9HP
:DUIKER-05JF160
:DUIKER-05JF159:1:MAS 170/16: I
KABELLAS
:MAS 171/09: I:100/ 150/ HEL €:MAS 171/08 t:.171,5km PEN II--:MAS 171/07 t:MAS 171/06 t:MAS 171/05 t:MAS 171/04 t:MAS 171/03 t:MAS 171/02 t:471/ 100/ HEL €
:MAS 171/01 t10,8:1171,Okm PEN II--
:MAS 170/17 t
:MAS 172/05:200/ 153/
STEIERMAS 172/04STEIERMAS 172/03
:MAS 172/02
TRAJEK: KAMFERSDAM ----------- HOTAZEL DATUM: 2005.01.26 BLADSY: 149
:MAS 172/711.
,; ~~ ~,I:rFij~imm;~:~i:~:SPAD,:;;:;: 10,2 HOOGTEMAAT
:MAS 172/07 t:MAS 172/06 t
"PREV
IEW O
NLY CO
PY"
r
~-~-------- ~~ __ ._ •• __ ,._,' __ ~"O..
<<
---Ii
15m
60m
lbx ,mrn '-,I kAININr _ 1-'(1'-,1( 1~,O(lmrn (I q,.J(/)
2,50m
0300mm CONCRETE.(CONCRtTE STRENGTH 10MPu)(MIX TO Bf 1 6 6)
EEo<flCO
-L Y- TIPE IRON STANDARDS
1850mm LONG
60m BETWEEN POSTS
1= -- ~-~- ..~-~;~-'~~_TVV~S~-'?~NDA.R-D-S-. ------- ••- ••--------1-5-m-B-E~WE~N-STANDARQ.? -- -~==I 2.50m 2.50m 2.50m 2.50m 2.50m 2.50m
1------1---~lj? ')~:~ "IOWA" DOUHL[ I:'RBED WIR~ •• -5~ ~~X2 60mm "OV:~" HIGH STRAIN wt;--------I-
~"'--'-'"""""
~~&'~1:t~i ",..v..)\"";",z~;",,,.- ,'p,~:~ ;f ;~. ~~!"-,,,_~:-p ~1-{;g~,~R~~N~~OPPERS
I !'!Q~ '-.- 50,,2mm STRut (1 SOOrnm LONG)
I-!.:.-e"':' l WitH 1')0" 1'JO,,4rnrn BASE PLATE
- IOlx\rnm CORNU, PO'-,1/GATE POST(1 HOUrnrn LUNG)
T I
TYPICAL VIEW OF 8 WIRE FENCE SMALL STOCK : )1"1 !
A,-<I
))
I
~I
"PREV
IEW O
NLY CO
PY"
,>=-\- -~,\\_:
- 16X3r"m Stmining Post
Double Barbed Wire
r- Wine 2m~ bindingw:-re ho'lfwoy aroundpost (500mm Long)
- ~ ~OIT'm ~oie through nost{
Wind binding wire l'anti clock wisenround wire , ,
JIJ}------[2,oo=mm ~;9h 51ro;nW;re/2,50mm
1- Wind binding wireclock wise aroundwIre
S~RA\ f\,C ;:JOST@ 120m CENTERS
Wind 2mm binding wireonce around standard(450mm long)
Wind binding wireanti clock wisearound wire
Y- Yype Iron Standard
Wind binding wireclock wise aroundwire
Y-TYPE STA~DARD @ 15m CENTERS
1mn Dropper
lA- v-YyPl'1'fYY~U~, _
------l~A,~-____uJJf_JJ__t: ,--------------~----1--- ,~
Wind 2mm binding wireonce around dropper(250mm long)
vend b~f1\c~~g~:rec"t, c:nck ~'W:se:c:>r:c,,-,,~{j ':fA ~e
'L- ~nol :bi:rl(fng Wi :,re'C'Cl:C:~iW,ise ;{JItr-c,)I"'~
'Y/i.'::~e
v
80/v 1 r\ 1"'\ C 7,-
"PREV
IEW O
NLY CO
PY"
a=erect an addition barbed wire (2 lengths)b~::erecting of veldspan fence
-x------x ----X-----K-- X7(---.0 *-- -x--- --- -~--- x
xx
x ------ -7t------X-- ---- x- xx---:X----x-- ---x - -x
x - x-xx - x-- ._- x x
ol~-trcrftl- ~"--()N ... - _ -- '- ~-_ _
-- -- -1--- ... -
__d.-:=~~~~~~. __.
1
I
-- 1---
I f-- b
15m
droppers
2,5m J
-.1
y standard
ro
TYPICAL VIEW OF A VELDSPAN ~-E-NCt_
KY-1 OO-I-67d 1
"PREV
IEW O
NLY CO
PY"
2750
2150
I:.::'
gl~i
,
I,___L_
,
II
I,
I
~-~ --------
TYPE I 124 GATTLE GUARD
o
CONCRETE STRENGTH = 10MPa(MIX TO BE 1 : 6 : 6)
.' ," ~..•.. ;,.
...
.;~ ".", -.. ~...
....:,.....
101 x3mm GATE POSTICORNER POST(2150mm LONG)-.' ."
oo(X)
100
-t
•• r TYPICAL VIEW OF GATE POSTS AT CA T1LE GUARDS-•
"PREV
IEW O
NLY CO
PY"
a=erect an addition barbed wire (2 lengths)b=erecting of veldspan fence
""
j
>I
,I I', t i ' t t f
./. ~ 1" i ~I It , +r I j , i f
I
t I J , f~ t t !" t
I t f; f t
+ + j +- , IIi'
f + + f t + tJ I
:-I:f + --t t T ::t i t- -!":
'~
'(
t
r :j fI Ic) -I t t t, (
.X
y
xx
xx
+
+ +rm" Htttt11} , ...(.j.•t+: + t- t - r' it,-+-+tt- I t_J I. '--~, ___ __
t I' '1' ~. ~I 1,
+ ...+ t--'f .. t .~+
+ .. +. +-i '
-.-, ..j. - ~ -t--!-i I I I
j
x-~ x- x x ----* -------x- -- - *- - x. - x.~ .._ (J x x _.~ . x--.--~-----x- -_ ....xl- x
r
I( )1c)
(ll till _(, tC'>j. I
ul( J
till
ldroppers y standard
ffiII
I
~ 15m
2,5m
1
fYPICAl. Vi[W O~- A VL ~DSPAf\ f t ~(>
•-. KY-1 OO-I-67d 1
"PREV
IEW O
NLY CO
PY"