Download as pdf or txt
Download as pdf or txt
You are on page 1of 68

TENDER NO: RK3145/TE08

REQUEST FOR TENDER

FOR THE

CONCRETE LINED OPEN DRAINS

UNDER THE

UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM

25.20 (APPROXIMATELY 10.20 KM)

IN

MALELANE, MPUMALANGA

1
REQUEST FOR TENDER (“RFT”)

DATE OF ISSUE: 10/10/2022


RFT NUMBER: RK3145/TE08
RFT DESCRIPTION: CONCRETE LINED OPEN DRAINS
RFT CLOSING DATE: 17/10/2022
SITE INSPECTION REQUIRED: Not required
DATE FOR SITE INSPECTION: N/A
RFT COORDINATOR: Francois Olivier
EMAIL: raubex.temalelane@gmail.com
TELEPHONE: 067 412 8271
MAIN CONTRACT DESCRIPTION: THE UPGRADE OF N4 SECTION 8X (MDC SECTION 13)
FROM KM 15.00 TO KM 25.2 (APPROXIMATELY 10.2 KM)
MAIN CONTRACT NUMBER: TRAC/NEW-03/2018

Dear Sir / Madam

Raubex Construction (Pty) Ltd (Contractor) hereby invites you to submit your best Tender (bid) for the works
described in this document and subject to the instructions and commercial terms and conditions expressed
herein.

This tender forms part of the Targeted Enterprise spend of the above mentioned contract. All bidders must
conform to the requirements outlined in Subsection 2, of Section 1 below, the Instruction To Bidders (ITB).

Interested bidders may obtain the tender document per request via email.

Your Tender shall be subject to the following:


 The tender shall be subject to the Conditions of Contract attached hereto.
 The tenderer shall be deemed to have satisfied itself to all conditions and circumstances affecting this
Tender, and the submissions of a Tender by the tenderer shall constitute acceptance by the tenderer
of the Conditions of Contract, and that the same shall cancel, supersede and override the tenderer’s
conflicting terms and conditions, whether verbal, written or implied.

The contractor does not bind itself to accept the lowest priced, or any, tender thereof and reserves the right
to accept the Tender wholly or in part.

Tenders will be opened in the presence of the PLC.

Yours faithfully

Dean Limper

Raubex Construction (Pty) Ltd

Site Agent

2
Documents comprising this bid:

Section 1 – Instruction to Bidders.


Section 2 – Bid Data Sheet (BDS).
Section 3 – Work requirements and Specifications.
Section 4 – Returnables.
Section 5 – Sub-contract Agreement
Section 6 – Project Specifications and Drawings

3
1. Instruction to Bidders

1. Scope of Bid 1.1. The Contractor, indicated in Section 2 - Bid data sheet (BDS), issues
this bidding document for the procurement of the works as specified
in Section 3 – Work requirements & Specifications. The name,
identification, and number of works are provided in the BDS.
1.2. Unless otherwise stated, throughout this Bidding Document
definitions and interpretations shall be as prescribed in Section 5 –
Sub contract Agreement.
2. Functionality of the 2.1. Only bidders from the targeted area – Nkomazi Local Municipality,
Bidder
Ward 30 – as defined in the BDS shall be allowed to bid for this
subcontract.
2.2. Bidders must provide a valid Certificate of Incorporation (CK1)
2.3. Bidders must have valid tax clearance certificate.
2.4. Bidder must have and provide a letter of Good Standing -
Compensation for Occupational Injuries and Diseases Act (COIDA).
2.5. Bidders must be registered with the Central Supplier Database (CSD)
2.6. Minimum Experience Requirement: Experience will be considered
and will be a factor in the adjudication process.
2.7. Bidders will be required to provide or supply specific plant and
equipment for this Tender. The list of plant and equipment required
from bidders will be specified in Section 3 Work Requirements and
Specifications of this Tender Document. Bidders must provide proof
of ownership of the plant and equipment provided to pass this
Functionality check.
2.8. Supporting documents for each point mentioned above must be
submitted as part of the Functionality Check mentioned in ITB 26. A
list of supporting documents can be seen in BDS 2.13.
2.9. Tender Specific Documents mentioned in any section of the Tender
Document must be submitted and will be evaluated as either a
Functionality or Eligibility Check. These documents will typically be
mentioned as a requirement in Section 3 of the Tender Document.
3. Eligibility of a Bid 3.1. For a bid to be eligible, all the documentation as prescribed in BDS
2.13 must be provided.
3.2. Only bidders that have a CIDB rating of less or equal to (≤5) shall be
allowed to bid for this subcontract.
3.3. Exempted Micro Enterprise (EME) and Qualifying Small Enterprises
(QSE) in the targeted area that is 51% black owned shall be allowed
to bid.

4
3.4. A bidder may be a natural person, private entity, or any other
combination of such entities supported by a letter of intent to enter
into an agreement or under an existing agreement in the form of a
joint venture, consortium, or association (JVCA). In the case of a joint
venture, consortium, or association:
 All parties shall be jointly and severally liable.
 The JVCA shall nominate a Representative who shall have the
authority to conduct all businesses for and on behalf of any and
all the partners of the JVCA during the bidding process and, in the
event the JVCA is awarded the Contract, during contract
execution.
4. Source of payments 4.1. Payments for certified work will be paid in the country where the
bidder is registered.
5. Currency of bid 5.1. Currency of the bid will be as specified in the BDS.
6. Exchange rate used in 6.1. The source of exchange rate will be as indicated in the BDS.
bid for multi-currency
6.2. Date of the exchange rate for tender purpose will be as stated in the
bid.
BDS.
7. Sections of Bidding 7.1. The bidding document consist Section 1 to 5 as indicated in the BDS.
Document
The sections should be read in conjunction with any Addenda issued
in accordance with ITB 9.
7.2. The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document may
result in the rejection of the bid.
7.3. The Bidder shall obtain the Bidding Document from the source stated
by the Contractor in the Invitation for Bids; otherwise the Contractor is
not responsible for the completeness of the Bidding Document.
8. Clarification of Bidding 8.1. A prospective bidder requiring any clarification of the bidding
Document, Site Visit,
document shall contact the Contractor by means of Email to the email
Pre-Bid Meeting.
address as indicated in the BDS.
8.2. Attendance of a site meeting will be indicated on BDS. Should a site
meeting be required, a representative of the bidder at the site meeting
will be compulsory. Should a representative of the bidder not be in
attendance, the bid will be rejected. An attendance register will be
circulated at the site inspection meeting and will be used as the sole
document to confirm attendance.
8.3. Date and the time of the site inspection meeting will be as stated in
the BDS.

5
9. Amendment of Bidding 9.1. At any time prior to the deadline for submission of bids, the Contractor
Documents
may amend the Bidding Document by issuing addenda.
9.2. Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Contractor in accordance with
ITB 7.3.
9.3. To give prospective Bidders reasonable time in which to take an
addendum into account in preparing their bids, the Contractor may, at
its discretion, extend the deadline for the submission of bids.
10. Cost of bidding 10.1. The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Contractor shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.
11. Documents Comprising 11.1. As indicated in the BDS
the Bid
12. Alternative bids 12.1. Unless otherwise indicated in the BDS, alternative proposals shall not
be accepted.
12.2. Bidders wishing to offer technical alternatives to the requirements of
the bidding document must first price the Contractor’s requirements as
described in the bidding document and shall further provide all
information necessary for a complete evaluation of the alternative by
the Contractor, including drawings, design calculations, technical
specifications, breakdown of prices, and proposed construction
methodology and other relevant details. Only the technical alternatives,
if any, of the lowest evaluated Bidder conforming to the basic technical
requirements shall be considered by the Contractor.
12.3. When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the requirements,
and such parts shall be identified in the BDS, as will the method for
their evaluation, and described in Section 3, Requirements.
13. Bid Prices 13.1. Unless otherwise stated in the BDS and the general conditions of sub-
contract, the prices quoted by the Bidder shall be fixed.
13.2. The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price
is entered by the Bidder will not be paid for by the Contractor when
executed and shall be deemed covered by the rates for other items and
prices in the Bill of Quantities.
13.3. All duties, taxes, and other levies payable by the contractor under the
contract, taking ITB 13 into account, as of the date 28 days prior to the

6
deadline for submission of bids, shall be included in the rates and prices
and the total Bid Price submitted by the bidder.
14. Performance Security 14.1. Performance Security will not be required for this Tender.
15. Submission of Bids 15.1. Bidders must submit a hard copy of their bids by hand and sign the
submission register. Only bidders that have submitted a hard copy
by hand, and have signed the submission register, will be
evaluated in the tender process. Soft copy only submissions via
email will not stand as a submission and will not be considered.
Soft copy submissions will only stand if a hard copy was also
submitted. Supporting documents, such as business documents, can
be submitted via email to the email address provided in the BDS. As
mentioned earlier, such documents will only be included in a
submission if a hard copy submission was made.
15.2. Bidders shall prepare one original of the documents comprising the
bid as described in ITB 10. Bidders only have to submit one bid.
15.3. Bids must be sealed in a close envelope or box.
15.4. The following must appear on the outside on the envelope or box in
which the bid is sealed:
 Name and address of the Bidder.
 Be addressed to the Contractor.
 Bear the specific identification pursuant to ITB 1.
15.5. The bid shall be typed or written in indelible ink and shall be signed
by a person duly authorized to sign on behalf of the bidder. All pages
of the bid where entries have been made shall be signed or initialed by
the person signing the bid.
15.6. Any amendments, interlineations, erasures, or overwriting shall be
valid only if they are signed or initialled by the person signing the bid.
15.7. If envelopes and packages are not sealed and marked as required,
the Contractor will assume no responsibility for the misplacement or
premature opening of the bid.
16. Period of Validity of 16.1. Bids shall remain valid for the period specified in the BDS after the bid
Bids
submission deadline date prescribed by the Contractor, pursuant to ITB
18. A bid valid for a shorter period shall be rejected by the Contractor
as non-responsive.
16.2. The Contractor may request the bidders to extend their validity period
of their bids. The request and the responses shall be made in writing.
A bidder may refuse the request of extending the bid validity period but
will then forfeit their bid.

7
17. Deadline for 17.1. Bids must be received by the Contractor at the address and no later
submission of Bids
than the date and time indicated in the BDS.
17.2. The Contractor may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding document in accordance
with ITB 9, in which case all rights and obligations of the Contractor and
Bidder previously subject to the deadline shall thereafter be subject to
the deadline as extended.
18. Late Bid 18.1. The Contractor shall not consider late bids.
19. Withdrawal, 19.1. A bidder may withdraw, substitute, or modify its bid after it has been
substitution and
submitted. Notice must be provided in writing and submitted to email
modification of Bids
address as provided in BDS 2.10. The written notice must be
accompanied by the entire bid as discussed in ITB 11 re-submitted with
the substitution or modification incorporated in the resubmission.
19.2. Bids withdrawn will be destroyed and not be returned.
19.3. No bid may be withdrawn, substituted or modified in the interval
between the deadline for submission of bids and the expiration of the
period of bid validity.
20. Bid Opening 20.1. Bids will be opened as advised by the PLC.
21. Confidentiality 21.1. Information relating to the evaluation of bids shall not be disclosed to
Bidders or any other persons not officially concerned with such process
until information on Contract award is communicated to all Bidders.
21.2. Any attempt by a Bidder to influence improperly the Contractor in the
evaluation of the bids or Contract award decisions may result in the
rejection of its bid.
22. Clarification of Bids 22.1. To assist in the examination, evaluation, and comparison of the bids,
and qualification of the Bidders, the Contractor may, at its discretion,
ask any Bidder for a clarification of its bid, allowing a reasonable time
for response. Any clarification submitted by a Bidder that is not in
response to a request by the Contractor shall not be considered. The
Bidders request for clarification and the response shall be in writing.
22.2. If a Bidder does not provide clarifications of its bid by the date and
time set in the Contractor’s request for clarification, its bid may be
rejected.
23. Determination of 23.1. The Contractor’s determination of a bid’s responsiveness is to be
Responsiveness
based on the contents of the bid itself, as defined in ITB 2 & 3.
23.2. If a bid is not responsive to the requirements of the Bidding Document
in Section 3 – Work requirements & Specification, it may be rejected by
the discretion of the Contractor.

8
24. Correction of 24.1. The Contractor reserves the right to correct arithmetical or other errors
Arithmetical errors
in the extension of rates and totals in the bid. The Bidder will be
informed of the effect of any corrections prior to the signing of the
contract. In no case will the tender sum be adjusted when correcting
such errors.
24.2. Arithmetical errors will be corrected as follows:
 Where there is a discrepancy between the amounts in figures
and words, the amount in words shall govern.
 If Bills of Quantities apply and there is an error in the line item
total resulting from the product of the unit rate and the
quantity, the line item total shall govern, and the rate shall be
corrected. Where there is an obvious gross misplacement of
the decimal point in the unit rate, the line item total as quoted
shall govern, and the unit rate shall be corrected.
24.3. Where there is an error in the total of the prices either as a result of
other corrections required by this checking process or in the bidders
addition of prices, the total of the prices shall govern and the bidder will
be asked to revise selected item prices (and their rates if Bills of
Quantities apply) to achieve the tendered total of prices.
25. Contractor’s Right to 25.1. The Contractor reserves the right to accept or reject any bid, and to
accept any bid and to
annul the bidding process and reject all bids at any time prior to contract
reject any or all bids
award, without thereby incurring any liability to Bidders.
26. Bid Adjudication 26.1. Submitted bids will be adjudicated by applying a three (3) step
adjudication process. Stage 1 will be a Functionality Check; Stage 2
will be an Eligibility Check; Stage 3 will be a Pricing Check and
Evaluation – read in conjunction with ITB 26.5.
26.2. Stage 3 (Pricing Check) of the adjudication process will only be
applied to bids that have passed the first 2 Stages. The rank of the bid
will then be determined based on the pricing, i.e. a bid will only be
ranked according to pricing if the bid has passed the Functionality and
Eligibility test.
26.3. Bid eligibility will be confirmed as described in ITB 2 & 3.
26.4. A Bid will only be adjudicated if all of the documentation as requested
in ITB 2 & 3 are provided and valid.
26.5. All eligible tenders within +- 10% of the Contractors allowable will be
handed to the PLC for final eligible bid conformation.
26.6. The contractor will award once confirmation is received from the PLC
subject to ITB 23.

9
26.7. An Adjudication Table will be used tabulate and summarise the results
of each bid. The table is attached as Annexure A in Section 1 Instruction
to Bidders.

27. Notification of Award 27.1. Prior to the expiration of the period of bid validity, the Contractor shall
notify the successful Bidder, in writing, that its bid has been accepted.
The notification letter (hereinafter and in the Conditions of Contract and
Contract Forms called the “Letter of Acceptance”) shall specify the sum
that the Contractor will pay the sub-contractor in consideration of the
execution and completion of the Works (hereinafter and in the Contract
Forms called “the Contract Price”).
27.2. Until a formal contract is prepared and executed, the notification of
award shall constitute a binding Contract.
28. Signing of the contract 28.1. Promptly upon notification, the Contractor shall send the successful
Bidder the Contract Agreement.
28.2. Within twenty-eight (28) days of receipt of the Contract Agreement,
the successful Bidder shall sign, date, and return it to the Contractor
together with the documents as stated in the BDS.

10
ANNEXURE A – BID ADJUDICATION TABLE

Bidder Information
Company Name
Date of Submission
SUMMARY

Adjudication Summary YES/NO COMMENTS/REMARKS


Stage 1 Functionality Check Pass
Stage 2 Eligibility Check Pass
Stage 3 Valid Price Submitted
Total BoQ Price N/A
Rank Achieved N/A

A. FUNCTIONALITY CHECK - PRE-QUALIFICATION CHECK YES/NO COMMENTS/REMARKS


Document that must be submitted:
Proof of Address
Certificate of Incorporation (CK1)
Construction Industry Development Board (CIDB) Certificate
Tax Clearance Certificate or SARS Certificate
Letter of Good Standing - Compensation for Occupational Injuries
and Diseases Act (COIDA)
Central Supplier Database for Government Document -CSD
Registration Report and/or Sworn Affidavit
Returnables:
STAGE 1: FUNCTIONALITY CHECK

Form of Tender- Request for Tender


Completed Schedules (BOQ)
Written Confirmation Authorisation Signatory of the bid to
commit the bidder
List of Equipment to be utilised
List of Personnel to be utilised (CVs)
List of previous completed contracts (Reference Letters;
Certificate of Completion of Previous Jobs)
B. FUNCTIONALITY CHECK - TECHNICAL
Locality - Proof of Address
Is the bidder from the targeted area – Nkomazi Local
Municipality, Ward 30 as defined in the BDS?
Form of Tender- Request for Tender
Is the Form of Tender- Request for Tender completed, signed and
initialled on each page?
Completed Schedules (BOQ)
Is the Schedule (BOQ) completed?
Written Confirmation Authorisation Signatory
Is the written Confirmation Authorisation Signatory of the bidder
to commit the bid valid?

11
List of Equipment to be utilised
Is the TE able to provide the equipment required for the
tender as detailed in the BDS?
List of Personnel to be utilised (CVs)
Does the individual personnel have enough years of
experience?
Are personnel registered with the relevant body (i.e PSIRA)?
List of previous completed contracts (Reference Letters;
Certificate of Completion of Previous Jobs)
Does the TE have enough years of experience for the tender?
Other/Tender Specific Documents:

ELIGIBILITY CHECK & EVALUATION YES/NO COMMENTS/REMARKS


Was the Tender Submitted before the submission deadline?
CIDB Certificate - CIDB rating <=5?
Does the bidder have a CIDB rating less or equal to 5?
Central Supplier Database (CSD) Document
Is the bidder registered on the CSD?
B-BBEE rating - is the TE >=51% black owned?
Certificate of Incorporation (CK1)
STAGE 2: ELIGIBILITY CHECK

Does the bidder have a valid CK1?


Proof of Banking details
Does the bidder have a valid Bank letter/Bank Statement?
Letter of Good Standing - Compensation for Occupational
Injuries and Diseases Act (COIDA)
Is the bidder compliant as per the requirements of COIDA?
Tax Clearance Certificate or SARS Certificate
Is the bidder tax compliant?
Other/Tender Specific Documents:
PSIRA
Proof of insurance
Women Owned?
Employs the Youth?
Offers Opportunities for the Disability?
Military Veteran?
STAGE 3: PRICE CHECK

PRICE CHECK YES/NO COMMENTS/REMARKS


Is the BoQ rates in the correct currency as per the BDS?
Has the bidder provided a rate for every item on the BoQ?
Has the bidder provided a total price for the BoQ?

12
2. Bid Data Sheet

Preamble to the Bid Data Sheet.


The Bid Data Sheet hereunder shall supplement, amend, or specify information or changes of the provisions
of the Instructions to Bidders (ITB). Where references appear in the Bid Data Sheet (BDS) to specific Clauses
in the ITB, then both Clauses must be read together but the amendments in the BDS shall take precedence
over the ITB. Where the BDS does not stipulate otherwise, the ITB remain fully applicable. Whenever there is
a conflict, the provisions of the BDS herein shall prevail over those in the ITB.
BDS no. Description Bid Requirements
2.1 Contractor: Raubex Construction (Pty) Ltd
2.2 Project Name CONCRETE LINED OPEN DRAINS
2.3 Project Identification RK3145/TE08
2.4 Targeted area Ward 30 of the Nkomazi Local Municipality
2.5 CIDB grading Applicable (≤ 5)
2.6 Pricing currency allowed Only South African Rands
2.7 Source for exchange rate www.oanda.com
2.8 Fixed bid exchange rate date Not Applicable
2.9 Sections of the bidding  Section 1 – Instruction to bidders
document  Section 2 – Bid data sheet.
 Section 3 – Work requirements and Specifications
 Section 4 – Returnables
 Section 5 – Sub-contract agreement
 Section 6 – Project Specifications and Drawings
2.10 Clarification email address raubex.temalelane@gmail.com
2.11 Site meeting requirements Not required
2.12 Date and time of site meeting N/A
2.13 Documents required for the 1. Proof of Address within targeted area – provided by
adjudication of a bidder
responsive bid: 2. Proof of banking details – provided by bidder
The bidder is not limited to 3. Founding statement and Certificate of Incorporation
this list – All documentation (CK1) – provided by bidder
required to satisfy each point 4. CIDB Certificate (If the Bidder has a CIDB Rating)
in Subsections 2 & 3 of 5. Tax Clearance Certificate or SARS Certificate –
Section 1 (ITB) must be provided by bidder
submitted 6. Letter of Good Standing – provided by bidder

13
7. CSD Registration Report and/or Sworn Affidavit
8. Form of Tender (provide in Section 4)
9. Completed schedules (BoQ) – uncompleted BoQ
provided in Section 4 Returnables
10. Written conformation authorisation signatory of the bid
to commit the bidder – provided by bidder
11. List of equipment to be utilized – refer to ITB 2 for
required information and documents – provided by
bidder & must be attached accordingly in Section 4
Returnables
12. List of personnel to be utilized – provided by bidder &
must be attached accordingly in Section 4
Returnables
13. List of previous completed contracts and total duration
of experience – refer to ITB 2 – provided by bidder &
must be attached accordingly in Section 4
Returnables
2.14 Alternative bids Alternative bids for this bid shall not be allowed
2.15 Alternative technical bids Alternative technical bids for this bid shall not be allowed
2.16 Price adjustment Contract price adjustment shall be linked to the main
contract between the Contractor and the Employer.
2.17 Bid submissions Bids must be submitted by hand. Only hard copy
submissions will be considered
2.18 Validity period 7 days
2.19 Date and time for bid 17/10/2022, 17h00
submissions
2.20 Address for bid submissions Deliver by hand: PLC Office at Corner Air Street & Impala
Street, Malelane
2.21 Documents required to be  Proof of Insurance – Employers Liability
submitted with the contract  Proof of Insurance – Motor Vehicle
agreement  Proof of banking details
 Safety file (as defined under Section 3)

14
3. Work Requirements and Specifications

3.1 Brief description of Main Project

The main project scope of works is for the Upgrade of N4 Section 8x (MDC Section 13) from Km 15.00 to Km
25.20 (Approximately 10.20 Km). The Km readings and scope of works mentioned will include the sections of
the N4 that is, approximately, 5 km West of Malelane, the 2 kms through the town of Malelane and 4 km East
of Malelane. As a result of the upgrade to the N4, various existing access roads to the N4 will be closed. New
access roads – consisting of gravel and paved roads – will be newly constructed to accommodate these
closures. The General Overview Plan can be seen in Figure 1.

3.2 Scope Location

This tender entails the construction of concrete lined open drains, as outlined on the Bill of Quantities and
Scope of Works below. The General Overview Plan of the main project can be seen in Figure 1.

Figure 1: General Overview Plan

15
3.3 General Specification:

Bid Information:

The tenderer must allow in his tender for all the labour, plant, materials, handling, construction plant,
temporary works, method of construction and all other items they deemed necessary for the execution and
completion of the subcontract works in accordance with the tender documents.

NOTE:
The description of the project as provided in this section is merely an outline of the Contract Works and shall
not be regarded as limiting the amount of works to be done by the sub-contractor under this contract.
Approximate quantities of each type of works to be carried out in accordance with the contract documents are
listed in the Bill of Quantities bound in Section 4 Returnables, Schedule of Quantities.

Scope of Work
The construction of concrete lined open drains for the project, the Upgrade of N4 Section 8x (MDC Section
13) from km 15.00 to km 25.20 (approximately 10.20 km) in Malelane.

The subcontractor will be responsible for the following:


 Site clearance – Clear and grub for area where concrete lined open drains and kerbing will be
constructed, if and when required.
 Excavation and preparation of concrete lined drainage.
 Levelling of area for proper drainage and overall final alignment of concrete lined drainage.
 Special Water Hazards Control – In the event that certain areas of the works are fairly low lying with
inadequate stormwater control structures, making these areas prone to flooding and ponding during
and subsequent to rainy periods, the Subcontractor will have to allow for various methods of de-
watering and removing ponding stormwater to enable a minimum of delay to occur.
 Supply of own equipment for the complete construction of the concrete kerbing.
 Transportation of all equipment, tools and materials to designated work area.
 Housekeeping during construction works

Installation:
- The construction of concrete lined open drains must be completed as per the issued construction
drawings, requirements and standards approved by the Contractor, as well as those stipulated in
Section 2300 of COLTO.

16
- The construction of concrete lined open drains will be completed in work areas along the N4 Section
8x (MDC Section 13) as instructed and agreed upon by the Main Contractor before commencement
of works in any and all given sections.

Site de-establishment:
- Removal of excess material
- Clearing of site

Working requirements
 The sub-contractor must construct concrete lined open drains in their entirety as per the Bill of
Quantities and Project drawings provided by the Contractor.
 Labour employed by the sub-contractor will be paid according the latest published Government
Gazette on minimum wage.
 On-site staff members and labour will comply to the Health & Safety regulations as stipulated in the
main contract.
 All works must be executed under supervision by an experienced person.
 The sub-contractor must provide a Supervisor (the experienced person).
 The subcontractor must provide for light bush clearing if and when required.

General Conditions

a) The sub-contractor must comply – in all aspects of their work – to the specifications set out in
COLTO Standard Specifications, the Project Specifications (specials) and the Project Drawings as
provided in Section 6 Project Specifications and Drawings.
b) All information given on the drawings must be read in conjunction with COLTO and the Project
Specifications. The Project Specifications and Drawings will take precedence over COLTO and
must be read together with COLTO.
c) The sub-contractor is not limited to the list of works described above. Labour provided by the sub-
contractor will be treated as General Labour, i.e. the labour will be required to perform any activity
under the reasonable instruction from the Main Contractor.
d) All work and materials to conform to the relevant COLTO standard specifications as indicated in
the Bill of Quantities.
e) Measurement and payment shall be in accordance with the relevant provisions of Section 2300 of
each of the COLTO Standard Specifications referred to in the Bill of Quantities.
f) The units of measurement described in the Bills of Quantities are metric units.
g) Unless otherwise stated, items are measured in accordance with the drawings, and no allowance
is made for waste.

17
h) The prices and rates in these Bills of Quantities are fully inclusive prices for the work described
under such items.

Duration
 The Construction of Concrete Lined Open Drains Subcontract Agreement will be on a yearly
basis, subject to the satisfactory performance of the Subcontractor to the Contractor.
 It must also be noted that the Contractor may decide not to carry out all the concrete kerbing
work at once, this is subject to and in accordance to the progress on the roadworks as per the
construction program.
 Only the Contractor reserves the right to extend the Construction of Concrete Lined Open
Drains Subcontract Agreement. The Subcontractor cannot extend the Subcontract Agreement.
 If reasonably justified, the Contractor reserves the right to terminate the Construction of
Concrete Lined Open Drains Subcontract Agreement with immediate effect and without prior
notice period.

Pricing Requirements:
 Bid prices must be in ZAR Currency (Rand).
 Rates must exclude Value-Added-Tax (VAT) of 15%.
 The rates must remain firm for the entire period of the project for all items as per the Bill of
Quantities.

Payment:
 Upon completion of a section of the works as instructed by the Contractor, the subcontractor
will submit quantities for measured works in accordance to the unit of measurement outlined
on the Bill of Quantities for each item, to the Contractor for approval.
 Invoicing will be done in accordance to approved quantities for measured works.
 Invoicing will be done at the end of every month as per the records captured by the Contractor,
as described above.
 Payment will be within seven working days after receipt of a valid invoice from the
Subcontractor.

Submission of the following documentation is required prior to the commencement of the work
and prior to any payments being processed.

1.12.1 Valid Tax Clearance Certificate.


1.12.2 Company Registration documents

18
1.12.3 Company letter head indicating:
 Postal and physical addresses
 Tel / fax numbers
 E-mail address
1.12.4 A Board resolution empowering your named signatory to this contract
1.12.5 Proof of banking details (cancelled cheque or bank letter)

Standing Time:
Should any labour unrest or disruption be caused by the Subcontractor’s labour force, which results in
damages or delays to the Works, the Contractor reserves the right to cancel the Construction of
Gabions Subcontract Agreement. Furthermore, the Contractor will be able to recover all expenses and
losses resulting from such disruption from the Subcontractor.

Insurance:
If damage, theft or any other related issues in this regard was due to the negligence of the
Subcontractor, then the Subcontractor will be liable for the excess amount of the claim. In such an
event, the Contractor shall be entitled to terminate this Subcontract Agreement with no notice period.

3.4 Drawings
The following civil drawings will be made available:
 KBK/3538/03/001 - Layout Plan N4-8x
 KBK/3538/17/001 – Drainage: Side Drain and Kerbing Details
 KBK/3538/17/002 – Drainage: Side Drain Outlet Details
 KBK/3538/17/004 – Drainage: Type C Concrete Kerbs at Rural Intersections
 KBK/3538/17/010 – Drainage: Side Drain Transition and Termination at Bridge Approaches
 KBK/3538/22/001 – Typical Pavement Cross-Section and Material Requirements (N4)
 KBK/3538/22/002 – Typical Pavement Cross-Section and Material Requirements (N4)
 KBK/3538/22/005 – Typical Pavement Cross-Section and Material Requirements (N4)

All relevant drawings can be found in Section 6: Project Specifications and Drawings

3.5 Quality Control


It is required for the Sub-contractor to follow the quality control plan which is being utilised by the
Contractor. The Raubex Construction Quality Assurance system is used to control the flow of all
documentation and results of tests done on site. Procedures are put in place that documents the
manner in which activities are carried out. Reference is made to documentation and or procedures
necessary to fulfil these requirements.

19
A brief summary of the Quality Control Plan is stated below:
 Sub-contractor representative (i.e. Foreman) is to submit a checklist sheet relevant to the type
of work to be inspected / approved.
 The checklist is to be submitted physically to the Contractor with all required hold points as
indicated in the Inspection and Test Plan (visuals, levels, densities etc.).
 The work flow of the Inspection and Test Plan is to be followed, whereby the Sub-contractor
may only continue with the next item of work only once the previous item of work has been
completed and approved.
 Once all hold points have been approved by the Contractor, the Sub-contractor may continue
with the next item of work.
 Should the Contractor reject any work and / or work is required of the Sub-contractor to be
reworked, then a Non-Conformance Report (NCR) is to be generated as to minimise the
possibility of reworks to reoccur.
 The Contractor has full right to reject any submitted works and the Contractor will not entertain
any claims made by the Sub-contractor with regards to the redoing of works.

It will be of the Sub-contractor best interest and responsibility to follow the quality control plans and
procedures set out by the Contractor.
All relevant documentation will be filed both physically and electronically by the Contractor.

3.6 SHE Requirements

The proposed Sub-contractor shall submit a safety file, to determine if the proposed Sub-contractor
meets the requirements for compliance to the South African Occupational Health and Safety Act 85 of
1993 (OHSA) and Construction Regulations.

The proposed sub-contractor will be required to submit their Safety File two (2) weeks before the
planned start date on site to the Principle Contractors Safety Officer for approval.

20
Safety File Index:
ITEM LEGAL REQUIREMENTS ISSUED O/S
DOCS (√) DOCS (X)
01 Sub-Contract Agreement – Signed √!
02 37(2) Mandatary Agreement – Signed √!
CR 7(1)(c) – Signed
03 TRAC Health and Safety Specification √
04 Sub-Contractor Health and Safety Plan *
05 Sworn Affidavit – B-BBEE Qualifying Small Business Enterprise – *
General – To be Signed and Stamped by The Commissioner of
Oaths
06 Approved Quotation – Signed √!
Raubex Order Number – Signed
07 Letter of Good Standing (Workman’s Compensation) D.O.L / FEM *!
08 Insurance Policy / Cover / Public Liability
09 Employer’s Report of an Accident (D.O.L Form W.CI.2) *
10 Company Contact Information *
11 Employee Pack – ALL DOCUMENTS TO BE TOGETHER: *
Legal Appointment
Accredited Competency Certificates
Copy of Identity Documents
Copy of Driver’s Licence(s) driver’s and operator’s
PDP if applicable
C.O.F – Certificate of Fitness / Medical Certificate (Annexure 3)
12 Vehicle(s) LDV’s / Plant / Trucks Licences and Registration *
13 List of Company Employees (designated to this site) *
14 Risk Assessments – Task Specific *
15 Technical Method Statements *
16 Tool Checklist *
17 Daily Plant Checklists *
18 Daily / Weekly / Monthly Registers and Checklists *
19 PPE Issue Register *
20 Daily Safety Talk Instruction (DSTI) √
21 Toolbox Talk √
22 Safe Work Procedures (SWP) *
23 Pressure Equipment Test Certificates *
* REQUIRED DOCUMENTS
√ RAUBEX ISSUED DOCUMENTS
X OUTSTANDING DOCUMENTS
! NIL OPERATIONS TO TAKE PLACE WITHOUT THESE DOCUMENTS

Plant to be supplied with the following:


1. Rotating Light
2. Reverse Hooter
3. Construction Vehicle Sticker
4. Fire Extinguisher with Register
5. Drip Tray

21
3.7 Procurement of Materials
The portion of the works that must be done for this tender is Installation Only. The supply and
procurement of all the material required as per the specifications in the Bill of Quantities for the
concrete lined drains will be the responsibility of the Contractor. This is confined to building materials
only.

3.8 Construction Plant


It is the responsibility of the subcontractor to have sufficient construction plant on site to execute all
the works as indicated on the construction drawings and as per the Bill of Quantities.

3.9 Setting out the Works


The sub-contractor must set out their own work as far as possible. If a surveyor is required for the
setting out work, a surveyor from the main contractor will be available. For survey work to be executed,
a formal request must be submitted to the contractor. Requests for survey work must be submitted at
least 24 hours in advance.

3.10 General Information

Construction Water
Water will be available on site, which the Subcontractor may use sparingly. The Contractor does not
guarantee the sufficiency or continuity of the supply and no claims will be considered in this regard.
The Subcontractor will be held liable for any wastage of water due to negligence.

Electricity on site
There will not be electricity available on-site. All electrical requirements to execute the works will be
the responsibility of the Sub-contractor.

Accommodation
Accommodation will not be available for the Sub-contractor’s personnel from the Contractor.
Accommodation will be the responsibility of the Sub-contractor. Furthermore, the Subcontractor is to
adhere to the Contractor’s entry and exit times.

22
4. RETURNABLES

List of Returnables:

1. Form of Tender
2. Completed schedules (BoQ)
3. Written conformation authorisation signatory of the bid to commit the bidder
4. List of equipment to be utilized
5. List of personnel to be utilized
6. List of previous completed contracts

23
1. FORM OF TENDER

SUB-CONTRACT FOR: CONCRETE LINED OPEN DRAINS


Tenderer: ................................................................................................................
Address: ................................................................................................................
…………………………………………………………………………………
.………………………………………………………………………………...
Tel No: ................................................................................................................
E-Mail: …………………………………………………………………………………
Contact Person: …………………………………………………………………………………
BID SUM COMPILATION
1 Tenderer’s Preliminaries & General Not Applicable
2 Tenderer’s Work as per Priced BOQ

3 SUB TOTAL
4 Add Tax on 3

5 TOTAL TENDER SUM (incl. tax)

Authorized Signatory Date

24
2. BOQ:

Bill of Quantities
Item Bill description - Concrete Lined Open Unit Bill Rate Amount
Drain – Installation only quantity

23.05 Inlet, outlet, transition and similar


structures

(c) Outlet structures for concrete lined


drains and kerb and channel combination
complete as shown on drawing
KBK/3538/17/002
(i) Type A side drain

(ii) Type C Kerb-and-channel combination

(iii) Type F side drain

23.07 Trimming of excavations for concrete-


lined open drains:
(a) In soft material m² 4 800
(b) In hard material m² 1 450

23.08 Concrete lining for open drains (Class U2


Finish)
(a) Cast in-situ concrete lining (Class
30/19)
(i) 0.8m wide type A concrete drain as m³ 410
shown on (Drawing KBK/3538/17/001)
(ii) 2.5m wide type F concrete drain as m³ 240
shown on (Drawing KBK/3538/17/001)

(b) Class U2 surface finish to cast in situ m² 4 900


concrete for all types open drains

23.09 Formwork to cast in-situ concrete lining


for open drains
(b) To sides with formwork on both m² 1 510
internal and external faces (each face
measured)
(c) To end of slabs m² 330

23.10 Sealed joints in concrete linings of open


drains:
(a) 15 mm Sillicone filled expansion joint m 500
(Dow Corning 888 or similar)

25
23.12 Steel reinforcement:
(a) Mild steel bars (tie bars- Y10) ton 0,2
(b) High-tensile steel bars (tie bars- Y12) ton 0,3
(c) Welded steel fabric (Ref 395) kg 7 360

23.13 Polyethylene sheeting (0.15mm thick) for


concrete lined open drains:
(i) 0.8m wide type A concrete drain m² 2 410
(ii) 2.5m wide type F concrete drain m² 2 370

DRAINS
23/21.19 Selected backfill material under concrete- m³ 360
lined side drains compacted to 93% of
modified AASHTO density

TOTAL CARRIED FORWARD:

TOTAL FOR TENDER (excl. VAT):

26
3. WRITTEN CONFORMATION AUTHORISATION SIGNATORY OF THE BID TO COMMIT THE BIDDER:

27
4. LIST OF EQUIPMENT TO BE UTILIZED:

28
5. LIST OF PERSONNEL TO BE UTILIZED:

29
6. LIST OF PREVIOUS COMPLETED PROJECTS:

30
5. SUBCONTRACT AGREEMENT

31
SUBCONTRACT AGREEMENT

Between

Raubex Construction (Pty) Ltd


Registration number: 1993/070002/07
Hereinafter referred to as the “Contractor”

And

_____________________________________

Registration number: __________________________


Hereinafter referred to as the “Subcontractor”

Together hereinafter referred to as either the “Party” or “Parties” as the context may require.

THE UPGRADE OF N4 SECTION 8X (MDC


CONTRACT NAME: SECTION 13) FROM KM 15.00 TO KM 25.20
(APPROXIMATELY 10.20 KM)

CONTRACT NO: TRAC/NEW-03/2018

SUBCONTRACT AGREEMENT NO AND RK3145/TE07


DATE: 17/10/2022

DESCRIPTION OF SUBCONTRACT CONCRETE LINED OPEN DRAINS


WORKS:

32
FORM OF SUBCONTRACT AGREEMENT

This Subcontract Agreement made at ____________ on this ____ day of ____________between Raubex Construction
(Pty) Ltd, (hereinafter called “the Contractor)” of the one part, herein represented, by Willem Petrus Van der Merwe,
in his capacity as Managing Director.

and _________________, (hereinafter called “the Subcontractor”) of the other part, herein represented by
_______________________, in his capacity as ______________________.

WHEREAS the Contractor desires to have executed certain Subcontract Works, namely CONCRETE LINED OPEN
DRAINS.

Included in and to be executed under the Principal Contract TRAC/NEW-03/2018 and has accepted a tender by the
Subcontractor for the execution of the said Subcontract Works.

NOW THEREFORE THIS AGREEMENT WITNESSES AS FOLLOWS:

1. In this Subcontract words and expressions shall have the same meaning as are respectively assigned to them
in the Conditions of Subcontract and the Conditions of Contract of the Principal Contract hereinafter referred to.
2. The following documents shall be deemed to form this Subcontract and shall be read and construed in the
following order of precedence:
a) This Form of Subcontract Agreement.
b) The Conditions of Subcontract.
c) The Subcontract Data for this Subcontract.
d) Scope of Subcontract Works.
e) The Bill of Quantities, prices and rates of the Subcontract Works (including the preamble and the
directives).

3. In consideration of the payments to be made by the Contractor to the Subcontractor as hereinafter mentioned,
the Subcontractor hereby covenants with the Contractor to execute the Subcontract Works so as to conform in
all respects with the provisions of the Subcontract.

4. The Contractor hereby covenants to pay to the Subcontractor in consideration of the execution of the Subcontract
Works the Subcontract Price at the times and in the manner prescribed by the Subcontract.

SIGNED FOR AND ON BEHALF OF THE CONTRACTOR:

Signature: ______________________ Date: ______________________

Name: _________________________ Who warrants his authority to sign on behalf of the Contractor:

Capacity: _______________________ ___________________________

SIGNED FOR AND BEHALF OF THE SUBCONTRACTOR:

Signature: ______________________ Date: ______________________

Name: _________________________ Who warrants his authority to sign on behalf of the Contractor:

Capacity: _______________________ ___________________________

33
GENERAL CONDITIONS OF SUBCONTRACT

1. PRINCIPAL CONTRACT

1.1. The Contractor has entered into an agreement with TRANS AFRICAN CONCESSIONS (PTY) LTD as “Employer”
for Contract TRAC/NEW-03/2018: THE UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM15.00
TO KM 25.20 (APPROXIMATELY 10.20KM) and for the purpose of this Subcontract such agreement shall
hereinafter be called the “Principal Contract”.

2. DEFINITIONS

2.1 Unless the context otherwise requires, the following words and expressions shall have the meaning given to them
in this Subcontract:

2.1.1. “Bill of Quantities” means the document named as such and attached to this Subcontract that specifies
prices and rates of the Subcontract Works (including the preamble and the directives).

2.1.2. “Employer” means TRANS AFRICAN CONCESSIONS (PTY) LTD, or a person delegated by TRANS
AFRICAN CONCESSIONS (PTY) LTD to act on its behalf.

2.1.3. “Engineer” means the person appointed by the Employer to act as the Engineer for the purposes of the
Principal Contract and named in the Subcontract Data, or other person appointed from time to time by the
Employer and notified to the Contractor under Sub-clause 1.1.15 of the General Conditions of Contract
pertaining to the Principal Contract.

2.1.4. “Subcontract Data” means the schedule attached hereto entitled Subcontract Data.

2.1.5. The “Subcontract Price” shall mean the tendered lump sum and/or rates named in the Bill of Quantities as
payable to the Subcontractor subject to such additions thereto or deductions there from as may be made
from time to time under the provisions of this Subcontract.

2.1.6. “Subcontractor” means the juristic person, whether incorporated or unincorporated, including a company,
partnership and joint venture other than the Contractor whose tender has been accepted for the execution
of the Subcontract work as specified in this Subcontract and includes such Subcontractor’s legally appointed
representatives, heirs, successors in title, assignees, executors, administrators, trustees or sureties.

2.1.7. “Subcontract Works” means the works to be executed by the Subcontractor in terms of this Subcontract as
more fully described in the document attached and entitled “Scope of Subcontract Works”.

2.1.8. Reference in this Subcontract to “days” shall mean calendar days.

3. GENERAL

3.1 The Subcontractor acknowledges that he has been given reasonable opportunity to inspect the provisions of the
Principal Contract in so far as they relate or apply to this Subcontract and he shall be deemed to be fully informed
regarding those provisions, except the detailed prices of the Contractor included in the bill of quantities and the bill
of rates and prices in the Principal Contract (if any).

3.2 The Subcontractor shall observe, perform and comply with the provisions of the Principal Contract in so far as they
relate or apply to this Subcontract and are not repugnant to or inconsistent with the express provisions of this
Subcontract as if the same were set out herein. In the event of any inconsistency, the express provisions of this
Subcontract shall take precedence over the provisions of the Principal Contract.

3.3 In the interpretation of the provisions of the Principal Contract insofar as they relate to or apply to this Subcontract,
the Contractor shall have the same powers, rights and responsibilities under this Subcontract as the Employer
and/or Engineer and/or the Employer’s or Engineer’s duly appointed agent has under the Principal Contract and
the Subcontractor shall have the same powers, rights and responsibilities in relation to the Contractor as the
Contractor has in relation to the Employer and/or Engineer and/or Employer’s or Engineer’s duly appointed agent.

34
3.4 Nothing herein contained shall be construed as creating a contract between the Subcontractor and the Employer.

3.5 The Subcontractor shall have the same obligations and liabilities under this Subcontract as are undertaken by the
Contractor to the Employer under the Principal Contract. The Subcontractor indemnifies and holds harmless the
Contractor from all claims, demands, proceedings, damages, costs, charges, and expenses arising out of or in
connection with any failure to perform such obligations or to fulfill such liabilities and, without limiting the generality
of the foregoing, the Subcontractor indemnifies and holds harmless the Contractor from all claims arising out of or
concerning:

a) faulty design of the Subcontract Works where such design is the responsibility of the Subcontractor;
b) Defective / faulty materials, defective / faulty workmanship / services or failure of the materials where the
materials were manufactured and/or installed and/or supplied by the Subcontractor;
c) any negligence by the Subcontractor, his personnel, agents and affiliates;
d) Any liability in respect of damage to or physical loss of property of any person or injury to or death of any
person;
e) any misuse by the Subcontractor of any construction equipment, temporary works or materials provided by
the Contractor for the purpose of this Subcontract.

3.6 The Subcontractor shall comply with all site and statutory regulations relating to safety, welfare, personal protective
equipment, gate and general security, access and provision of notices. The Subcontractor shall provide additional
security over the site and/or its materials / equipment as set out in the Subcontract Data.

3.7 The Subcontractor must ensure that all site access and site accommodation are to the standard required by the
Contractor and have been approved.

3.8 The Subcontractor shall bear the risk of loss and/or damage to the Subcontract Works, construction equipment
and any materials provided by the Contractor from commencement of the Subcontract Works until the Certificate
of Completion is issued under the Principal Contract.

3.9 The Subcontractor shall provide a competent person, approved by the Contractor, to supervise the execution of
the Subcontract Works for the duration of the Subcontract to ensure completion of the Subcontract Works.

4. ADMINISTRATIVE MATTERS

4.1 The Subcontractor shall appoint a representative to act on its behalf and to receive instructions on behalf of the
Subcontractor.

4.2 The Subcontractor shall nominate a responsible person in terms of the current legislation (if applicable).

5. ASSIGNMENT AND SUB-LETTING

5.1 Neither the Subcontractor nor the Contractor shall cede or delegate his rights or obligations in respect of the whole
or any part of this Subcontract.

5.2 The Subcontractor shall not sublet the whole or any part of the Subcontract Works without the prior written consent
of the Contractor.

6. SUBCONTRACT PERFORMANCE SECURITY

6.1 The Subcontractor shall not need to supply a performance security.

7. INSURANCE

7.1 The Subcontractor shall effect and maintain the following insurances:

(a) for temporary works installed from time to time by the Subcontractor for his use, to their full value, until no
longer required by the Subcontractor;

35
(b) for the materials, construction plant and other equipment brought on to the Subcontract site by the
Subcontractor, to their full value;
(c) third party insurance to the value specified in the Subcontract Data;
(d) insurance pertaining to the workforce under the employ of the Subcontractor.

7.2 The Contractor will not be responsible for any costs incurred by the Subcontractor in the provision of any insurance,
nor will the Contractor be responsible for any excess costs incurred by the Subcontractor from any cause
whatsoever.

7.3 The Contractor shall maintain contract works insurance in terms of the Principal Contract. The Subcontractor shall
be entitled to a reasonable opportunity to inspect the insurance policies on written request which must be made
prior to the commencement of the Subcontract Works. The Subcontract may request a copy of the insurance
policies. The Subcontractor shall observe and comply with the conditions of the policies of insurance affected by
the Employer and / or the Contractor in terms of the provisions of the Principal Contract.

8 DAMAGE TO PROPERTY

8.1 The Subcontractor shall be liable for claims, losses or proceedings arising from damage to the Employer’s
property, materials and/or Construction Equipment which are under the supervision of the Subcontractor.

8.2 All damage or theft shall be reported to the site management as soon as practically possible.

9 COMMENCEMENT AND PROGRAMME

9.1 The Subcontractor shall commence the Subcontract Works within 7 (seven) days, after receipt by him of a notice
to commence, and shall proceed with the same with due expedition and without delay except as may be expressly
sanctioned or ordered by the Contractor or be wholly beyond the Subcontractor’s control.

9.2 The Subcontractor shall provide his programme to the Contractor within 14 (fourteen) days of signature of the
Subcontract.

10 TIME FOR COMPLETION


10.1 The Subcontractor shall complete the Subcontract Works in accordance with the Subcontract Time for Completion
as set out in the Subcontract Data or the extended time that may be granted by the Contractor in terms of clause
10.3.

10.2 If a Contractor’s instruction regarding the programming or sequencing of the Subcontract Works constitutes a
variation, clause 14 shall apply, provided that if at any time:

10.2.1 Actual progress is too slow to complete within the Subcontract Time for Completion, and/or

10.2.2 Progress has fallen (or will fall) behind the Principal Contract Programme,

36
Other than for a reason listed in Sub-Clause 10.3 then the Contractor may issue a Contractor’s instruction requiring
the Subcontractor to submit a report describing the revised methods which the Subcontractor proposes to adopt
in order to expedite progress and complete the Subcontract Works within the Subcontract Time for Completion.
Unless the Contractor notifies otherwise, the Subcontractor shall adopt these revised methods, which may require
increases in the working hours and/or in the numbers of the Subcontractor’s personnel and goods, at the risk and
cost of the Subcontractor. Should the Contractor incur any additional cost as a result of the Subcontractor’s revised
methods, the Contractor will be entitled to deduct this cost from the Subcontract Price. Should the Subcontractor
fail to submit such report within 5 (five) days of the Contractor’s instruction, or having submitted the report, fails to
adopt the revised methods within 5 (five) days of the submission of the report, the Contractor shall be entitled to
terminate the Subcontract forthwith, notwithstanding the other provisions of this Agreement.

10.3 If the Subcontractor shall be delayed in the execution of the Subcontract Works:

10.3.1 by any circumstances or occurrence (other than a breach of this Subcontract by the Subcontractor)
entitling the Contractor to an extension of his time for completion of the works under the Principal
Contract;

10.3.2 by the ordering of any variation of the Subcontract Works to which sub-clause 10.3.1 hereof does not
apply; and

10.3.3 any breach of this Subcontract by the Contractor;

then in any such event the Subcontractor shall, without prejudice to this Subcontract, be entitle to such extension
of the Subcontract Time for Completion as may in all circumstances be fair and reasonable, provided always that
in any case to which sub-clauses 10.3.1 to 10.3.3 hereof applies, it shall be a condition precedent to the
Subcontractor’s right to an extension of the Subcontract Time for Completion that the he shall have given written
notice to the Contractor of the circumstance or occurrence which is delaying him within 10 (ten) days of such delay
first occurring.

10.4 None of the Subcontract Works shall be performed on the special non-working days, being Sundays, public
holidays, the day before and the last day of a long week-end and the first and last days of school holidays and all
statutory election days. The Subcontractor is further bound by the restrictions regarding lane closures in the
Principal Contract.

11 DELAY DAMAGES

11.1 If the Subcontractor shall fail to complete the Subcontract Works or sections thereof within the Subcontract Time
for Completion or the extended time allowed or provided for in terms of sub-clause 10.2 hereof, then the
Subcontractor shall pay to the Contractor the sum stated in the Subcontract Data for the Subcontract Works as
delay damages for every calendar day which shall lapse between the expiry of the aforesaid time for completion
or extended time as provided for herein and the actual date of completion of the Subcontract Works. The
Contractor may, without prejudice to any other form of recovery, deduct the amount of such delay damages from
any monies due or which may become due, to the Subcontractor.

11.2 The payment or deduction of such delay damages shall not relieve the Subcontractor of his obligation to complete
the Subcontract Works or from any of his obligations and liabilities under this Subcontract.

11.3 In the event that the work to be executed by the Contractor has been completed and that the issue of the
Completion Certificate is delayed only by the non-completion of the Subcontract Works, the Subcontractor shall
pay additional proven damages to cover the Contractor’s on site costs and overheads.

11.4 The Contractor may, without prejudice to any other form of recovery, deduct such sum or sums from any monies
due or which may become due to the Subcontractor.

37
11.5 Should the Subcontractor be receiving a monthly fixed payment, and should the Subcontract Works extend beyond
the Subcontract Time for Completion for a reason whereby the Subcontractor is not entitled to an extension to the
Subcontract Time for Completion, the Subcontractor shall complete the Subcontract Works at no additional
monthly fixed payment to the Subcontractor.

12 DEFECTS

12.1 The Defects Notification Period in respect of the Subcontract works shall be as stated in the Subcontract Data for
the Subcontract Works and shall be calculated from the date of completion of the contract works (i.e. the date of
issue of the Certificate of Completion under the Principal Contract as a whole including the Subcontract Works)
as specified in the Conditions of Contract.

12.2 If the Subcontractor, within 14 (fourteen) days’ receipt of written notice from the Contractor, fails to make good any
defect or omission in the Subcontract Works required by the Contractor and for which the Subcontractor is
responsible, the Contractor shall be entitled to recover from the Subcontractor the cost of carrying out such work.

13 VALUATIONS AND PAYMENTS

13.1 The Subcontractor shall submit to the Contractor on a date, as per the Subcontract Data for the Subcontract
Works, and in a form that the Contractor may reasonably require a monthly statement of the amount he claims in
accordance with the provisions of this Subcontract and the provisions of the Principal Contract. Late submission
may cause certification and payment to be delayed.

13.2 The monthly statement shall include full details of all quantities for which payment is claimed, at the tendered rates
or prices;

13.3 The Contractor shall pay to the Subcontractor by the 14th (fourteenth) day (due date) after the submission of the
statement referred to in sub-clause 13.1 hereof the amount of the valuation made by the Contractor in accordance
with the provisions of the Subcontract and the Principal Contract less the percentage retention stated in the
Subcontract Data for the Subcontract Works subject to the limit of Subcontract retention money stated in the
Subcontract Data for the Subcontract Works.

13.4 If part of the Subcontractor’s claim is in dispute the amount not in dispute shall be paid to the Subcontractor in
accordance with the provisions of this Subcontract, and any patent errors or omissions which may be discovered
by the Contractor shall not be cause for delay in payment of the adjusted amount.

13.5 Without prejudice to his rights under this Subcontract or any right he may have to terminate this Subcontract, the
Subcontractor from the due date for payment, shall be paid interest upon overdue payments as prescribed in Sub-
clause 49.7.2 of the General Conditions of Contract (as amended by Particular Condition) pertaining to the
Principal Contract.

13.6 The Subcontractor shall, subject to compliance by the Subcontractor of all of its obligations under the Subcontract,
be paid its retention 12 months from the date of completion of the Subcontract Works.

13.7 Should the Subcontractor request the Contractor to purchase materials on its behalf, the Contractor shall be
entitled to deduct the amount paid for such material from the Subcontractor’s next payment due.

14 VARIATIONS

14.1 The Subcontractor shall only make such variations to the Subcontract Works whether by way of alteration, addition
and / or omission as may be instructed in writing by the Contractor.

38
14.2 The Subcontractor shall not act upon any direct instruction for the variation of the Subcontract Works which may
be given by the Engineer or the Employer. Should the Subcontractor receive any such direct instruction, he shall
immediately inform the Contractor.

14.3 If, in the opinion of the Subcontractor, any instructed variation shall result in an increase in the Subcontract Price,
the Subcontractor shall within 3 (three) days notify the Contractor of such opinion, in writing. Such notice shall be
accompanied by an estimate of the increase in Subcontract Price. The Contractor shall within 7 (seven) days of
receiving such notice either confirm or withdraw the variation, in writing.

14.4 As soon as practicable following the issue of a variation confirmation by the Contractor to the Subcontractor, the
Contractor shall issue to the Subcontractor a variation order, which shall value the variation as follows:

14.4.1 either as a result of an agreed lump sum between the Parties; or

14.4.2 at rates inserted into the Bill of Quantities for similar work; or

14.4.3 in the absence of appropriate rates, such value shall be determined as if fair and reasonable in the
Contractor’s opinion.

14.5 Unless instructed otherwise, the Subcontractor shall not delay the execution of the variation whilst awaiting a
variation order.

15 TERMINATION

15.1 Should the Contractor’s employment under the Principal Contract be terminated for whatsoever reason, the
Subcontractor’s employment by the Contractor under this Subcontract shall thereupon also be terminated.

15.2 The termination provisions of the Principal Contract shall otherwise apply to this Subcontract.

15.3 On termination of this Subcontract the Subcontractor shall be paid for Subcontract Works executed to date of
termination, unless such termination arises out of a breach of this Subcontract by the Subcontractor.

16 SETTLEMENT OF DISPUTES

16.1 Any dispute or difference of any kind whatsoever between the Contractor and the Subcontractor in connection
with or arising out of this Subcontract (whether during the execution of the Subcontract works or after their
completion and whether before or after the determination, abandonment or breach of this Subcontract) shall be
settled in the same manner provided for in the provisions of clause 58 of the General Conditions of contract (as
amended by Particular Conditions) pertaining to the Principal Contract and by the person or persons therein
specified.

17 WARRANTY FOR DESIGN AND MATERIALS

17.1 The Subcontractor warrants and undertakes in favour of the Contractor and the Employer that:

17.1.1 Insofar as the Subcontract Works or any part of the Subcontract Works has been or will be designed by
him, he will exercise reasonable due and proper skill and care in such design;

17.1.2 Insofar as any part of the materials or goods for the Subcontract Works has been or will be selected by
him, he will exercise due and proper skill and care in such selection of materials or goods.

17.1.3 He is suitably qualified and competent to carry out such design work and selection of materials and
goods, and

17.1.4 He shall comply with and satisfy any performance specification or requirement insofar as such
performance specification or requirement is included or referred to in the Subcontract.

39
17.2 The Subcontractor undertakes and shall be obliged to pay and make good to the Contractor and/or the Employer
all damages (including consequential damages) which the Contractor and the Employer may suffer as a result
of his non-compliance with the warranties set out in Sub-clause 17.1 above.

40
SUBCONTRACT DATA - INFORMATION PROVIDED BY THE CONTRACTOR

Item Clause No Data

Employer The Employer’s address is:

Trans African Concessions (Pty) Ltd


Thornhill Office Park,
Block No. 8
94 Bekker Street
Midrand, 1686.

Engineer 2.1.3 means Trans African Concessions (Pty) Ltd

The Engineer’s address to be used for this Subcontract is:

Physical address:
Thornhill Office Park ,
Block No. 8
94 Bekker Street
Midrand
1686

Postal address:
P O Box 10817,
VORNA VALLEY,
1686

Time for Completion of Principal Contract


Works 42.1 24 calendar months after the Site handover,
excluding the 3-month Pre-establishment
period. This shall include the year end breaks
as applicable. (Calendar months shall be read
as part of each calendar month)

Time for Completion of the Subcontract Works N/A

Submission of monthly statement by Subcontractor 15th of each month

Additional Security to be provided by the Subcontractor


on the site 3.6 None

Insurances:
- 3rd Party to value 7.1 R5 Million

Delay Damages 11.1 R5 000.00 per day

Defects notification period 12.1 12 months

Retention money:
- Percentage 13.3 10%
- Limit 13.3 10%

41
SCOPE OF SUBCONTRACT WORKS
See section 3 of the RFT document.

42
SUBCONTRACT BILL OF QUANTITIES
See section 4 of the RFT document.

43
6. Project Specification and Drawings

The Subcontractor must comply and adhere to the Specifications and Conditions shown in this section. If
provided material does not comply with the specifications, the sub-contractor must replace the material, at
his cost, with material that does comply with the specifications
If work is completed by the sub-contractor that is not within specification, the sub-contractor must rework
that section of work so that it does comply with the specifications.

44
ANNEXURE S6A – COLTO STANDARD SPECIFICATIONS

45
ANNEXURE S6B – PROJECT SPECIFICATIONS

46
SECTION B2300: CONCRETE KERBING, CONCRETE CHANNELLING, CHUTES AND
DOWNPIPES AND CONCRETE LINING FOR OPEN DRAINS

B2301 SCOPE

Add the following to this clause:

“This section also covers the replacement of damaged concrete kerbing, channelling and lining
of open drains.”

B2302 MATERIALS

(b) Kerbing and channelling

Add the following after the first sentence:

"Irrespective of the minimum compressive strength specified in SANS 927, all concrete shall be
class 30/19."

(c) Joint sealant

Delete the third paragraph and substitute with the following:

“(iii) Silicone based joint sealants shall comply with the requirements of subsubclauses
7102(e)(iii) and (iv).”

B2304 CONSTRUCTION

b) Prefabricated concrete kerbing and channelling

Amend the end of the 2nd paragraph to read as follows:

“... road junctions, where the kerb units shall be 0,5 m in length for curve radii between 5,0 m and
20,0 m and 0,3 m in length for curve radii between 1,0 m and 5,0 m. For curves with a radius less
than one metre the kerbs shall be cast in situ. Any associated prefabricated concrete channelling
units shall also comply with the above requirements."

(g) Concrete-lined open drains

Add the following:

“Before construction of concrete open drains, the bedding shall be prepared as described in
clause 2102. The bedding shall be compacted for at least 150 mm to a density of at least 93%
of Maximum Dry Density (MDD).

Before placing the concrete, the bedding shall be watered without having pools of water standing
in the excavation.”

(k) Cutting existing bituminous surfacing and pavement layers

Add the following:

“All concrete side drains, adjacent to the pavement, shall be constructed after completion of the
asphalt surfacing that shall be trimmed as specified. The asphalt shall be protected by placing a
polyethylene sheet, at least 600 mm wide inside the cut place and folded back over the asphalt.
After the concrete has dried, the sheet shall be neatly cut level with the surface.”

C3-66
Add the following sub-clause:

“l) Demolition of existing kerb and channel and concrete lined drains

Where shown on the drawings and/or indicated by the Engineer, the existing kerb and channel
and concrete lined drains shall be demolished and removed and transported to an approved spoil
site as provided by the Contractor...”

B2307 MEASUREMENT AND PAYMENT

Add the following pay items:

“Item Unit

B23.16 Demolition and removal of existing kerbs and/or channel, concrete lined drains
and stone pitched drains (maximum size of broken up pieces 300mm)

(a) Plain concrete (including existing side drains,


and kerb/channel combinations) ................................................ cubic metre (m³)

(b) Reinforced concrete .................................................................... cubic metre (m³)

(c) Type C kerbing-channelling combination .............................................. metre (m)

(d) Breaking and removing existing


concrete drain outlet structures ........................................................ number (No)

The unit of measurement for sub-items (a) and (b) shall be the cubic metre of any concrete drains
to be removed and spoiled.

The unit of measurement for sub-item (c) shall be the metre of kerbing-channeling combination
or channeling only to be removed and spoiled.

The unit of measurement for sub-item (d) shall be the number of concrete drain outlet structures
to be removed and spoiled.

The tendered rate shall include full compensation for demolition along the specified lines and for
the indicated units, the trimming of sides and treatment of surface to receive new concrete,
restoring of the steel reinforcing bars if required, and for the labour and equipment required to
complete the work as well as for disposal of the rubble, including a 1.0 km free haul distance to
an approved spoil site identified by the contractor.

Item Unit

B23.17 Extra over item 23.02(a) to construct transition


section between Type A drain and Figure 3 kerb
and channel (as shown on drawing) ........................................................ Number (No)

The unit of measurement shall be the number of transitions constructed as indicated on the
drawings.

The tendered rate shall include full compensation for additional or more difficult work of any nature
in regards to excavation, preparation of bedding, backfilling, formwork, finishing and installing all
materials that may be required to construct the transition section.

C3-67
Item Unit

B23.18 Concrete and block paving drifts in access roads


(complete as shown on drawings) for the following
depth ranges: (indicate depth range) ....................................................... Number (No)

The unit of measurement shall be the number of concrete and block paving drift constructed as
indicated on the drawings.

The tendered rate shall include full compensation for all work including excavation, trimming,
preparation of bedding, backfilling, formwork, concrete, block paving, edge beams, finishing and
installing all materials that may be required to construct the concrete and block paving drift.”

C3-68
ANNEXURE S6C - DRAWINGS

47
2822
-

Y
Y

Y
600 X
LEGEND

-46400
-46200

-46600

-46800
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH


BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE

Y
-46000
DOWNCHUTE
BOUNDARY EARTH CHANNELS
GUARDRAIL
BERM

2822
800 X

ST
AT
HM
OR 2822
600 X
E2
14
-JU

RE
M
PT
N6
1

EXTEND EXISTING CULVERT.

EXTEND EXISTING CULVERT.


2823
000 X

(15.1) 2 x 1200Ø PC

(15.2) 1 x 600Ø PC
km 15,485 90°

km 15,686 90°
MALELANE
LIMIT OF
CONSTRUCTION

R=10 000 N4-8X 2822


800 X

PTN 166
PI1
15,0 15,1 15,2 15,3 15,4 15,5 15,6 15,7 15,8 15,9 16,0
BCC1 ECC1 BCC2 PI2 ECC2

R=10 000
0,1
CLOSE
ACCESS

X
-47000
NELSPRUIT
0,2

PRIVATE ACCESS ROAD


STRATHMORE 214
PORTION 122

2823
200 X
0,3

2823
000 X
Y
-46000

NRB BEACON COORDINATE LIST


POINT Y X Z
NRB131 -46256.740 2823014.950 330.129
NRB132 -46738.046 2822891.191 322.211

HORIZONTAL ALIGNMENT: N4-8X


POINT Y X CHAIN RADIUS
0,4

START -45971.891 2823063.974 15000.000


BCC1 -46016.229 2823052.824 15045.718
PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
2823 PI3 -50122.793 2822022.002 R=2500
400 X
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/001
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159
Y
Y

Y
-46400
-46200

-46600

-46800

-47000
END -56950.416 2818955.733 26800.000
2823
400 X
2823
200 X FOR TENDER PURPOSES ONLY
0,5

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P.BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 15,000 TO km 16,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/001
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 1 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
*NOTE:
-28224
-

0X

0X

0X

0X
FIGURE 8 KERBING SUPPLIED IN 1m LENGTHS. RAISED ISLAND TO BE PAINTED
LEGEND 00 Y

REM
ISLAND AREA TRAVELED WAY
SPACING OF 75mm TO BE PROVIDED BETWEEN

4720

4740

4760

4780
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X RESPECTIVE LENGTHS TO ALLOW FOR

P
STORMWATER DRAINAGE 150 175 300

TN 1
INLET OR OUTLET STRUCTURE CLASS 30/19 CONCRETE BACKING
800 300 175 300 225
FIG. 10 PAVER KERB
CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH
BOUNDARIES

25

25
SIDE DRAIN OUTLET STRUCTURE
45mm AC SURFACING

0X
RIGHT EDGE LINE 150 100 150
DOWNCHUTE

4700
BOUNDARY EARTH CHANNELS 45mm AC SURFACING LEFT EDGE LINE
GUARDRAIL
BERM

ROADSTUDS @12m c/c


BASE LAYER FIG. 8b KERBING TO BE PAINTED BASE LAYER FIG. 8b KERBING
WITH BLACK AND WHITE GM8 KERBFACE
CLASS 30/19 CONCRETE BACKING ROAD MARKING

DETAIL 1: RAISED ISLAND ALONG ACCELERATION / DECELERATION LANES DETAIL 2: RAISED ISLAND WITHIN TURNING LANE TERMINATION AREA
SCALE: 1:10 SCALE: 1:10

-28226
00 Y

RE
M
PT
N5
RE 1
M
PT
N4
8

-28224
00 Y

39

0,1
D D12
L ROA

T.
ER
INCIA

LV
CU
EX 124 PC
NG
Ø
PROV

IS °
TE ,04 750

TI
MALELANE

EX 17 1 x
ND 5
(D1239-1) 1x 450mm PC km 0,030

km 7-1)
NEW CULVERT DETAIL 1 CLOSE

(1
ACCESS
PTN 165 PTN 166

-28228 PTN 147


00 Y
N4-8X

16,0 16,1 16,2 16,3 16,4 16,5 16,6 16,7 16,8 16,9 17,0
PTN 170

0,0
0,0
CLOSE CLOSE
ACCESS ACCESS -28226
NELSPRUIT 00 Y
(SCR-NS 1) 2 x 600Ø PC
km 0,030 NEW CULVERT

CULVERT S3121
BOUNDARY RIVER
km 16,160
45°

0,1
-28230
00 Y
0X

0,2
4700

NRB BEACON COORDINATE LIST


POINT Y X Z MA
LE
NRB133 -47029.526 2822821.301 317.103 L AN
NRB134 -47304.643 2822706.772 322.935 E3
89 -28228
NRB135 -47607.626 2822678.061 331.370 -JU 00 Y
NRB136 -47895.122 2822605.939 326.309

PT
HORIZONTAL ALIGNMENT: N4-8X N3

SOUTHERN COLLECTOR ROAD


7
POINT Y X CHAIN RADIUS

NORTH-SOUTH LINK 1
START -45971.891 2823063.974 15000.000 PTN 100
BCC1 -46016.229 2823052.824 15045.718
PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283

0,3
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
PI3 -50122.793 2822022.002 R=2500
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/002
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200

REM PTN 1
ECC4 -55943.686 2819142.137 25776.159
0X

0X
0X

0X

0X
END -56950.416 2818955.733 26800.000
FOR TENDER PURPOSES ONLY
4720

4740

4760

4780

4800
-28230
00 Y

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 16,000 TO km 17,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/002
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 2 OF 13 TRAC AGRMT DOC # TRAC/NEW-03/2018
-28220
-

0X

0X
0X
0X
LEGEND 00 Y

4820

4880
4840

4860
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW


-28222WITH
00 Y
BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE

0X
DOWNCHUTE -28220

4800
00 Y
BOUNDARY EARTH CHANNELS
GUARDRAIL
BERM

PT
PT N2
N2 7
8

PT
N2
6

-28224
00 Y

-28222
00 Y

EXTEND EXISTING CULVERT.


0,959 0,9

MALELANE 1
K

85
LIN

(17-2) 1 x 1150Ø PC
0,7
S
AS

km
.

P
T

km 17,931 90°
ER
ER

PC
D
LV

UN


CU
EX 124 PC

60
NG

0,4
Ø
IS °
TE ,04 750

1x
TI

90
0,8
EX 17 1 x
ND 5
km 7-1)

CLOSE CLOSE CLOSE CLOSE CLOSE CLOSE 0,7


(1

ACCESS ACCESS ACCESS ACCESS ACCESS ACCESS


PTN 167

N4-8X

17,0 17,1 17,2 17,3 17,4 17,5 17,6 17,7 17,8 17,9 18,0
0,0

-28226
00 Y

PTN 168

(18-1 8,060 ISTIN


km END E
CLOSE

EXT
CLOSE
UNDERPASS

1
ACCESS ACCESS

) 1/1 70°
0,4
NC001

200
(SCR-NS 1) 2 x 600Ø PC
km 0,030 NEW CULVERT

X
4.2m x 4.2m OPENING

PC
CULVERT IDC3229

GC
NELSPRUIT CROCODILE RIVER

ULV
TRIBUTARY

ERT
km 17,530
90°

.
-28224
00 Y
SOUTHERN COLLECTOR ROAD
NORTH-SOUTH LINK 1

0,1

0,3
UNDERPASS LINK 2
0,2
0X
4800

PT
N2
0
NRB BEACON COORDINATE LIST
POINT Y X Z

0,2
NRB137 -48200.209 2822529.444 321.333
NRB138 -48496.018 2822454.965 321.271
NRB139 -48786.774 2822331.279 321.151
-28228
00 Y
HORIZONTAL ALIGNMENT: N4-8X
SOUTHERN COLLECTOR ROAD

POINT Y X CHAIN RADIUS


NORTH-SOUTH LINK 1

START -45971.891 2823063.974 15000.000


BCC1 -46016.229 2823052.824 15045.718
-28226
PI1 -46078.571 2823037.147 R=10 000 00 Y

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
RE
M
PT
0,3

BCC2 -46152.242 2823019.625 15185.725 N8


PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
PI3 -50122.793 2822022.002 R=2500
ECC3 -50369.8861 2821897.473 19554.147

0,1

KBK/3538/04/003
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
REM PTN 1

ECC4 -55943.686 2819142.137 25776.159

0X
0X

0X
0X

0X

0X

END -56950.416 2818955.733 26800.000


FOR TENDER PURPOSES ONLY
4820

4900
4800

4840

4860

4880
-28228
00 Y

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 17,000 TO km 18,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/003
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 3 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
1
PC km
-28218
-

0X
0X

0X

0X
0X

0X
LEGEND 00 Y

4880

4940

4960

4980
4900

4920

50Ø
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X

1x4

5
1,16
INLET OR OUTLET STRUCTURE
NORTHERN COLLECTOR ROAD
NEW ACCESS ROADS ROW WITH

PC km
CONCRETE LINED DRAINS
BOUNDARIES 1,723 1,7
1,6

0,00
0.0
SIDE DRAIN OUTLET STRUCTURE 1,5

50Ø
0,0
1,4
DOWNCHUTE 1,3

1x4
BOUNDARY EARTH CHANNELS 1,2
GUARDRAIL -28220
00 Y
BERM

1,
-28218

1
00 Y

PT
N 26

SCHOOL ENTRY
PT
N 25

LINK 1

0,1

0,1
UNDERPASS
PT
N1
6
PT
N1
2

-28222
00 Y

0,2

2,0
UNDERPASS
NC001
4.2m x 4.2m OPENING
76
0,5
m
Ck
P

1 x 450Ø PC km 0,456
60

0,6 0,3 -28220


1x

00 Y
0,4

MALELANE
90

0,287
0,7 CLOSE CLOSE CLOSE
0,5 0,4
ACCESS ACCESS ACCESS

N4-8X

18,0 18,1 18,2 18,3 18,4 18,5 18,6 18,7 18,8 18,9 19,0
BCC3
(18-1 8,060 ISTIN
km END E

CLOSE
EXT

CLOSE
1

ACCESS ACCESS
) 1/1 70°
0,4

(18-2 8,152 ISTIN


km END E
EXT
200

1
)2x
X

PC

NELSPRUIT
900 °
X
GC

70

-28224
x 60

00 Y
ULV

0B
GC
ERT

C
ULV
.

ERT
.

-28222
00 Y
0,3
UNDERPASS LINK 2

PT
N8
1
0X
4900

NRB BEACON COORDINATE LIST


POINT Y X Z
0,2

NRB140 -49084.739 2822302.145 324.840


NRB141 -49372.901 2822224.884 329.815
NRB142 -49686.663 2822155.487 332.803

HORIZONTAL ALIGNMENT: N4-8X


POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000
BCC1 -46016.229 2823052.824 15045.718
PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
-28226
BCC2 -46152.242 2823019.625 15185.725 00 Y PT
N 18
PI2 -46214.783 2823004.750 R=10 000
PT
ECC2 -46277.128 2822989.072 15314.295 N8
8
BCC3 -49854.448 2822089.483 19002.992
PI3 -50122.793 2822022.002 R=2500
-28224
ECC3 -50369.8861 2821897.473 19554.147 00 Y
0,1

KBK/3538/04/004
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159
0X
0X

0X

0X

0X

0X
END -56950.416 2818955.733 26800.000
FOR TENDER PURPOSES ONLY
4900

4940
4920

4960

4980
-28226

5000
00 Y

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 18,000 TO km 19,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/004
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 4 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-28
216
-28
214 -

X
X

X
LEGEND 00 00

00
00

00

00
Y Y

500

502

504

506
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH

5
,16
BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE 1287

k m1
DOWNCHUTE

PC
BOUNDARY EARTH CHANNELS

Ø
GUARDRAIL

450
1,2
BERM

1x
-28
218

X
00

00
Y

498
-28
21 400
Y

1,1

PT
N
16
1,0

RE
M
PT
N
53

0,095
1 x 600Ø PC km
-28
220
00
Y

NORTHERN COL
0,1 -28
216
0,8

00
Y

RETAIN EXISTING

LECTOR ROAD
KERB-RAISED ISLAND

MALELANE
LECTOR ROAD
NORTHERN COL
0,2
CLOSE 3,0
ACCESS LIMIT OF
4,0 0,020
0,8 WIDENING 1 x 900Ø PC km
CLOSE 5,0
CONSTRUCTION
0,7
19,0 6,0 ACCESS
20,0
BCC3 PTN 169
19,9
N4-8X

0,0
R=2500
19,1 19,8
19,7
19,2 19,6
19,3 19,5
19,4 ECC3

NELSP

BOULEVAR
PI3

RUIT CLOSE

BOABAB
DEMOLISH PORTION OF KERB-RAISED ISLAND
ACCESS TO CONSTRUCT NEW RIGHT-TURN LANE
1441 1442
CLOSE
ACCESS RETAIN EXISTING

D
KERB-RAISED ISLAND

0,1
-28
222
00
Y

STREET

M
AL -28
EL 21 800
AN Y
0,0

E
EX
T.
31
1447
14
57
Link_1

1446
X

SOUTH
00

ERN CO 1452
500

TEMPO LLECTO

0,2
RARY LI R ROAD
NK TO
TOWN
0,0
NRB BEACON COORDINATE LIST
POINT Y X Z
NRB143 -49978.957 2822081.210 332.956 0,1
NRB144 -50244.095 2821929.370 329.477
NRB145 -50511.593 2821799.749 328.094
NRB146 -50781.116 2821665.260 327.410
0,1

0,2
HORIZONTAL ALIGNMENT: N4-8X
POINT Y X CHAIN RADIUS
ROAD

START -45971.891 2823063.974 15000.000

SOUTHERN COL
TEMPORARY LIN
BCC1 -46016.229 2823052.824 15045.718
LINK 2
NORTH OLLECTOR

PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
- SOUTH

BCC2 -46152.242 2823019.625 15185.725 0,3

0,3
PI2 -46214.783 2823004.750 R=10 000
ERN C

LECTOR ROAD
1458

K TO TOWN 2
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
SOUTH

1453
PI3 -50122.793 2822022.002 R=2500 1454
-28
224
00ECC3 -50369.8861 2821897.473 19554.147
Y

KBK/3538/04/005
BCC4 -55622.100 2819250.479 25435.672 0,4
PI4 -55775.156 2819173.342 R=1200
0,2

36
ECC4 -55943.686 2819142.137 25776.159

PC km 0,6
X

X
X

END -56950.416 2818955.733


-28 26800.000 -28 -2
FOR TENDER PURPOSES82ONLY
00

00

00
00

224 222 200


00 00
504

506

508
502

Y Y 0 Y
0,5

1 x 450Ø
CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 19,000 TO km 20,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/005
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 5 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
15 50 971
14 5
1/125 REM/125 8 52
-28
21
-28
210 -

X
X

X
X
LEGEND 200 00

00
00

00

00

00
Y Y

0
6

508

512

514
SURFACED EXTENTS OF N4/8X 139 153

51
50
PROPOSED CULVERTS 150
49
INLET OR OUTLET STRUCTURE
128 51 1/277
CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH 151 152
BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE
138 REM/277
DOWNCHUTE 129
1034
BOUNDARY EARTH CHANNELS 48 46
GUARDRAIL
BERM
1036 137 11 276
130 47

X
-28 45
21

00
40
0Y

516
12
136
975 44

131 332 42 275

135 43

10
132
9 41 274-2
15 82
10
134 00
31 40 Y
1038

1037 6
32
REM/16 273
24
133 5 39

17
2 21 1/226
272
IMPALAS STREET

271
18 228

REM/269
4 20 22
1 974 19 270
MALELANE EXT.13 3

REM/226

-28
21
6 00
Y
REM/
1039
400

PTN 175
REM PTN 117 REM/
303
302
HECTORSPRUIT
314 932

0,068

AIR STREET

BUFFEL STREET
RETAIN EXISTING RETAIN EXISTING 396
691 689 388
KERB-RAISED ISLAND KERB-RAISED ISLAND
392

0,047
304

km_21030_LHS
REM/ REM/ 301

20450LHS
313 931

PTN 148

N4-8X -28
21
20
0Y

0,0
0,0 0,0
20,0 20,1 20,2 20,3 PTN 170 20,4 20,5 20,6 20,7 20,8 20,9 21,0

0,0
PTN 1

km_21030_RHS
km_20470_RHS
PTN
157

0,039

41.27
NELSPRUIT MALELANE EXT.9
REM 921
REM/922 927

1441 1442 910 4/911 EXTEND EXISTING BUS LAYBY


1444 REM/911 912 REFER TO ROAD MARKING DRAWINGS
1443 1445 2/911 FOR APPLICABLE EXTENTS KI

AIRSTREET
EP 1/922
REM PTN 1

m
919 ER

25
914 920 SO

ET
LS 926

RE
TR
913

ST
EE
T

OL
1060 1/921

S
-28

ER
21
8 00

EP
Y

KI
928
KIEPERSOL STREET 25m
STREET 923

0X
2 4 3 4 9 10 16 21 22 27 34 39

80
1 7 8 11 15 28 33 40

51
12

m
25
5 14 38
2 8 17 20 23 924

T
1447 1449 5 11 26 29 32 35 41

EE
1448 3 6 9 10

R
ST
43

S
EL
1 13 18 19 24 30 31 37 42
7 25

FF
1446 20 19 16 15 6 12 36

BU
22

13
21
1452 25 18 17 BUFFELS STREET 25m -28
14 21
40
23 0Y

1451 1450

NRB BEACON COORDINATE LIST 1 8 9 24 32 33


17 25 40 41 48
16
POINT Y X Z
NRB146 -50781.116 2821665.260 327.410 14
3 8 9 7 39
NRB147 -51055.849 2821548.168 328.269 2 10 15 18 23 26 31 34
1 15 18 42
NRB148 -51345.974 2821402.255 325.538 47
NRB149 -51608.214 2821270.198 MALELANE
316.324 EXT.30

EAM
4 7 10 13 26
3 6 14 19 22 30 38 43
11 35 46

STR
X
00

HORIZONTAL ALIGNMENT: N4-8X 16 17


510

NE
POINT Y X CHAIN RADIUS 5 6 11 12 4 12 20 28
5 21 29 36 37 44 45

ELA
START -45971.891 2823063.974 15000.000
13

MAL
BCC1 -46016.229 2823052.824 15045.718
PI1 -46078.571 2823037.147 R=10 000

OF

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283

DLE
BCC2 -46152.242 2823019.625 15185.725

MID
PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
1453
BCC3 -49854.448 2822089.483 19002.992
-28 PI3 -50122.793 1454
2822022.002 R=2500
22 1455 MALELANE 389-JU
0 00ECC3 1456
Y -50369.8861 2821897.473 19554.147
REM PTN 4

KBK/3538/04/006
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159
0X

0X
0X

0X
END -56950.416 -28
2818955.733 26800.000 -28 -28
22
00 21
80
21
60 FOR TENDER PURPOSES ONLY
40

80
20

60
0Y 0 Y 0Y
51

51
51

51
CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 20,000 TO km 21,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/006
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 6 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
97 363
52 1
-28
20
-28
20 -

0X

X
X
LEGEND 368 80 60

00

00

00
0 Y 0 Y

00
8

522

524
SURFACED EXTENTS OF N4/8X

52
51
PROPOSED CULVERTS 1379
INLET OR OUTLET STRUCTURE 383 695
51 1/277
CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH
263 BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE 367
REM/277 365
DOWNCHUTE 366
46 BOUNDARY EARTH CHANNELS
GUARDRAIL
BERM
276 264
45

0 X
60

ZEBRA STEET
51
-28 281 282 969
210 REM 372
00
Y 42 275 265

283
266 970
41 274
40

284 MALELANE EXT.21

273 267
906 194
39
T.1 1378
EX
E
REM/397 AN -28
EL 0,4 20
AL 60
0Y

1x6
268 M
272

00Ø
0,5

PC
km 0
271

,420
REM/269

270 1/269 ERF 195 MALELANE EXTENSION 21


ACCESS ROAD 0,3

1377 1388 0,2


X0
60
51

1x6
00Ø
PC
0,1
REM/316

km
195

0,13
0
1375 1374
1373 1387
BUFFEL STREET

825 1376

0X
-2392

60
82
12

52
0 0Y
0,047

HECTORSPRUIT
km_21030_LHS

LIMIT OF
WIDENING
CLOSE
CONSTRUCTION ACCESS

N4-8X
0,0

0,0 0,0
21,0 21,1 21,2 21,3 21,4 21,5 21,6 21,7 21,8 21,9 22,0
0,0

km_21030_RHS

CLOSE
-28
ACCESS 20
EXISTING BRIDGE

(21 21,86 EXIST


80

km END
CLOSE 0Y

(21-1 1,691 ISTING

EX
41.27

km

-2)
EXT
B1592 ACCESS

T
2

1x
)2x
END
927 BUFFALO RIVER

900 °
1
km 21,170

600 °
EX

67 ING C
ØP
NELSPRUIT

71
90°

ØP

C
C
1/922

UL
CUL
PTN 99

VE
VER

RT
926

.
T.
0,1
SER
V1
0m

ESKOM
CL OF AN EPL SER
928 V

ACCESS
ROAD
-28
21
4 00
Y

0,2
0X
80

REM PTN 116


51

NRB BEACON COORDINATE LIST


POINT Y X Z
NRB150 -51868.809 2821115.482 309.830
NRB151 -52152.961 2821030.434 313.918
NRB152 -52421.970 2820892.953 316.871

-28
21
00

WA
HORIZONTAL ALIGNMENT: N4-8X 0Y
0,3

TER
POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000

FU
BCC1 -46016.229 2823052.824 15045.718

RR
0,4
PT

OW
PI1 -46078.571 2823037.147 R=10 000 0,430

DRAWING No.
N
ECC1 -46141.110 2823022.272 15174.283 39

SE
RV
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000

1.8
99m
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992

WID
PI3 -50122.793 2822022.002 R=2500

E
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/007
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159

0X
X

0X

0X

END -56950.416 2818955.733 26800.000 -28 -28


21 21 FOR TENDER PURPOSES ONLY
00

40 2

60
20

40

0Y 00
520

52
52

52

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 21,000 TO km 22,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/007
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 7 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-28
20
-28
20 -

X
0X
X

X
X
LEGEND 20 00

00
00

00
0
0Y 0Y

60

00
528
524

532
SURFACED EXTENTS OF N4/8X

52

53
PROPOSED CULVERTS
-28
20
INLET OR OUTLET STRUCTURE -28 00
20 0Y
40
0Y
NEW ACCESS ROADS ROW WITH
CONCRETE LINED DRAINS
BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE

DOWNCHUTE
0X

BOUNDARY EARTH CHANNELS


40

GUARDRAIL
52

BERM

0X
M

0
AL

534
EL
AN
E
EX
T.
21

-28
20
600
Y

194

ER E.
F1 P.
95 L.
MA
LE SE
AC LAN R
CE E V
SS EXT
RO EN
AD SIO
0,5 N 21

196
0,6
0,6 -28
10 20
20
311 0Y

195

EXTEND EXISTING CULVERT.


206

(22-1) 1 x 1800 x 1200 BC


38
312

km 22,297 90°
HECTORSPRUIT
CLOSE
ACCESS

N4-8X
-28
20
80
0 Y22,0 22,1 22,2 22,3 22,4 22,5 22,6 22,7 22,8 22,9 23,0

PTN 145

CLOSE
ACCESS

MALELANE

CULVERT IDC3228
CROCODILE RIVER
TRIBUTARY
km 22,790 -28
20
40
90° 0Y
X
00
526

X
00
536
REM PTN 116

NRB BEACON COORDINATE LIST


POINT Y X Z
NRB153 -52667.935 2820710.798 324.136
NRB154 -52971.870 2820612.891 322.132
NRB155 -53292.680 2820451.484 319.874

HORIZONTAL ALIGNMENT: N4-8X


POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000
BCC1 -46016.229 2823052.824 15045.718 CL O
-28 F AN
PI1 -46078.571 2823037.147 R=10 000 21 EPL
0X

SER

DRAWING No.
000 V
Y
80

ECC1 -46141.110 2823022.272 15174.283


52

BCC2 -46152.242 2823019.625 15185.725


PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295 -28
20
60
0Y
BCC3 -49854.448 2822089.483 19002.992
PI3 -50122.793 2822022.002 R=2500
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/008
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159

X
0X

0X
X

END -56950.416 2818955.733 26800.000 -28 -28


2 20 FOR TENDER PURPOSES ONLY

00
00

100 80
00

60
0Y 0Y

534
532
53

53
CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 22,000 TO km 23,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/008
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 8 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-28
20
-28
19
-28
19 -

X
X

X
LEGEND 00 80 60

00

00
00
0Y 0Y 0Y

540
538
SURFACED EXTENTS OF N4/8X

53
PROPOSED CULVERTS

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH


BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE

DOWNCHUTE
BOUNDARY EARTH CHANNELS
GUARDRAIL
BERM

X
-28

00
19
60

534
0Y

M
AL
EL
AN
E
38
9-
JU

RE
M
PT
N
1

-28
20
20
0Y
EXTEND EXISTING CULVERT.

EXTEND EXISTING CULVERTS


X
0

ADD ADDITIONAL CELL AND


40
53

-28
19
(23-1) 2 x 1050Ø PC

80

(23-3) 2 x 1050Ø PC
0Y
km 23,161 90°

km 23,802 90°
HECTORSPRUIT
CLOSE CLOSE

X
ACCESS ACCESS
N4-8X

00
544
23,0 23,1 23,2 23,3 23,4 23,5 23,6 23,7 23,8 23,9 24,0

CLOSE CLOSE
ACCESS ACCESS

-28
MALELANE
20
400
Y

-28
20
00
0Y
RE
M
PT
N
1
0X
60
53

NRB BEACON COORDINATE LIST


POINT Y X Z
NRB156 -53579.195 2820306.991 321.840
NRB157 -53889.505 2820151.015 323.672
NRB158 -54163.501 2820012.922 324.878
NRB159 -54405.734 2819835.352 325.516

HORIZONTAL ALIGNMENT: N4-8X


POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000
BCC1 -46016.229 2823052.824 15045.718
PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
PI3 -50122.793 2822022.002 R=2500
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/009
BCC4 -55622.100 2819250.479 25435.672 -28
20
60
PI4 -55775.156 2819173.342 R=1200 0 Y
ECC4 -55943.686 2819142.137 25776.159
X

X
0X
0X

END -56950.416 2818955.733 26800.000 -28 -28 82 -2


20 20 FOR TENDER PURPOSES ONLY
00

00
60 40 02
00
80

0Y 0Y 00
542

544
Y
54
53

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 23,000 TO km 24,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/009
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 9 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-28
19
-28
19 -

0X

X
X
0X

0X
LEGEND 40 2 00

00
00
0 Y Y

20

40

00
8
546
SURFACED EXTENTS OF N4/8X

54

54
54

55
PROPOSED CULVERTS

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH


BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE
S
DOWNCHUTE ES
C
BOUNDARY EARTH CHANNELS A C
GUARDRAIL
A TI
BERM AL
'H
M 0,
-28
1
196
00
Y
0 X
20

0,3
54

15
0,3
0,0 -28
19
20
0Y

X
00
552
P
IKO

0
R57
LAT

0,2
MH
V
L SER
AN EP
CL OF

-28
19
80
0Y

RECONSTRUCT
KERB-RAISED ISLAND

0,1
EXTEND EXISTING CULVERTS
ADD ADDITIONAL CELL AND
(24-1) 3 x 1050Ø PC
km 24,291 90°

HECTORSPRUIT
N4-8X
-28
19
40
0Y

24,0 24,1 24,2 24,3 24,4 24,5 PTN


24,6 37 24,7 24,8 24,9 25,0

0,0
PTN 35

PTN 146 PTN 36 PTN 15

CLOSE
ACCESS
MALELANE RETAIN EXISTING JEPPE'S REEF
KERB-RAISED ISLAND INTERCHANGE

RECONSTRUCT
KERB-RAISED ISLAND

0,1
-28
20
00

R570
0Y
0X

RE
40

M
54

PT REM PTN 34
N
79

V
ER
LS
EP

0,2
AN
OF -28
CL
19
60
0Y

X
00
554
NRB BEACON COORDINATE LIST
POINT Y X Z
NRB159 -54405.734 2819835.352 325.516
NRB160 -54695.084 2819688.701 331.093 RE
NRB161 -54996.263 2819539.295 340.546 M
PT
N
1

IVA
HORIZONTAL ALIGNMENT: N4-8X

UR
POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000

AE
BCC1 -46016.229 2823052.824 15045.718

0,3
PI1 -46078.571 2823037.147 R=10 000

ST

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283

AT
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000

ES
ECC2 -46277.128 2822989.072 15314.295
BCC3 -49854.448 2822089.483 19002.992
0X
60

-28 PI3 -50122.793 2822022.002 R=2500


54

20
20
0ECC3
Y -50369.8861 2821897.473 19554.147

KBK/3538/04/010
BCC4 -55622.100 2819250.479 25435.672
5
0,92

PI4 -55775.156 2819173.342 R=1200


PC km

ECC4 -55943.686 2819142.137 25776.159

0X
0X
0X

END -56950.416 2818955.733 26800.000 -28 -28


20 FOR TENDER PURPOSES ONLY
00Ø

19
00

40
00 80

20
80

0Y 0Y
550

55
55
54
1x6

0,4
CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 24,000 TO km 25,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/010
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 10 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-281 -281
-

00 X

00 X

00 X

00 X
LEGEND 900 8800
0Y Y

554

556

558

560
PROPOSED CULVERTS SURFACED EXTENTS OF N4/8X

INLET OR OUTLET STRUCTURE

CONCRETE LINED DRAINS NEW ACCESS ROADS ROW WITH


BOUNDARIES
SIDE DRAIN OUTLET STRUCTURE

E
ID
DOWNCHUTE

W
BOUNDARY EARTH CHANNELS

3m
GUARDRAIL

.74
BERM

15
-281
880

V
0Y

ER
0X

LS
0

EP
552
0,315

D
EA
RH
0,3

E
OV
-281
920

AN
0Y

OF
CL
REM PTN 2

0,1

PTN
22
0,
2

00 X
562
JEPPES RE
LINK ROAD
EF INTERC

N4-8X -281
900
0Y
HANGE

PI4
0,3
00 X
552

25,6
LIMIT OF 25,5
TRUCTION
25,7
HECTO
RSPRU
-281
940
0Y CONS 25,4
PTN 16 BCC4
PTN 14 ECC4 25,8 IT
25,3 R=1200

25,9
25,2

25,1 26,0

25,0

PTN 35
B2079
BRIDGE SS ROAD
CE
R570 AC
0,4

0
km 25,20
90°

E
MALELAN
JEPPE'S REEF
INTERCHANGE
JEPPES RE

-281
920
0Y
0,5

LINK ROAD
EF INTERCH

REM PTN 34
ANGE

-281
960
0Y

PTN 26
00 X
554

0,6

NRB BEACON COORDINATE LIST


POINT Y X Z
NRB162 -55310.458 2819380.456 342.517 PTN 25
NRB163 -55619.862 2819278.946 336.895

HORIZONTAL ALIGNMENT: N4-8X


POINT Y X CHAIN RADIUS
START -45971.891 2823063.974 15000.000
BCC1 -46016.229 2823052.824 15045.718
0,3

PI1 -46078.571 2823037.147 R=10 000

DRAWING No.
ECC1 -46141.110 2823022.272 15174.283
BCC2 -46152.242 2823019.625 15185.725
PI2 -46214.783 2823004.750 R=10 000
ECC2 -46277.128 2822989.072 15314.295
0,7

BCC3 -49854.448 2822089.483 19002.992


-281
PI3 -50122.793 2822022.002 R=2500 940
0Y
ECC3 -50369.8861 2821897.473 19554.147

KBK/3538/04/011
BCC4 -55622.100 2819250.479 25435.672
PI4 -55775.156 2819173.342 R=1200
ECC4 -55943.686 2819142.137 25776.159
00 X

00 X

00 X

00 X
END -56950.416 2818955.733 26800.000 -281
-281 960 FOR TENDER PURPOSES ONLY
0,

556

558

560

562
980 0Y
4

0Y

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY T. DE BEER LAYOUT PLAN: N4-8X DRAWING TYPE ROADS - LAYOUTS
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 km 25,000 TO km 26,000
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/04/011
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : 1:1000 SHEET 11 OF 11 TRAC AGRMT DOC # TRAC/NEW-03/2018
-
VARIES 500 300
500 300
CUT EDGE OF PREMIX CUT EDGE OF PREMIX
(SEE DETAIL X) 80mm PAVING (SEE DETAIL X)
150 150 300 BLOCKS F1
150 75 105 300 R=10 SEE DETAIL X
R=10 SHOULDER F1
1000 2000 (MIN.) YELLOW LINE R=10
R=20mm U2 BREAKPOINT
U2
SEE DETAIL X SURFACING
2% or Superelevation 1:25 1:25 1:3.6

125

140
180
R=10mm 1:25

125
1:8

140
BASE THICKNESS BASE THICKNESS
300

+SURFACING +SURFACING 1:25

125
( BASECOURSE + SURFACING ) R=10mm R=10mm
1:2

125
120
IN-SITU CONCRETE
IN-SITU CONCRETE LOOSE MATERIAL SHALL BE 150mm G7 COMPACTED (CLASS 30/19)
(CLASS 30/19) COMPACTEDTO 93% OF MODIFIED TO 93%
AASHTO DENSITY IN-SITU CONCRETE IN-SITU CONCRETE
PRECAST KERB (CLASS 30/19) (CLASS 30/19)
SUPPORT BLOCK SUPPORT BLOCK
(SANS FIG.5) IN-SITU CONCRETE IN-SITU CONCRETE
(CLASS 30/19) (CLASS 30/19)
SUPPORT BLOCK
IN-SITU CONCRETE PRECAST KERB
(SANS FIG.7)
PRECAST KERB
(SANS FIG.7)
CROSS SECTION OF TYPE 'C' MOUNTABLE POSITION OF TYPE 'C'
(CLASS 15/19)
KERB (RURAL INTERSECTIONS) MOUNTABLE KERB
SCALE 1:10 SCALE 1:10

CROSS SECTION OF TYPE 'B2' CROSS SECTION OF CROSS SECTION OF TYPE "K1"
NON MOUNTABLE KERB (FIG. 5) BARRIER KERB (FIG.3) SEMI MOUNTABLE KERB (FIG.7) 450
SCALE 1:15 SCALE 1:10 SCALE 1:10 F1

U2 R=10

IN-SITU CONCRETE (CLASS 30/19)

280
VARIES 450
EDGE OF SURFACING

140
R=10 (MECHANICALLY SAWN)
SEE DETAIL X

SURFACING 2
1: 1:25
CROSS SECTION OF TYPE 'D'

280
1200

DETAIL X MOUNTABLE KERB


N.T.S 470 SCALE 1:10

SEE DETAIL X 2W 2W

10
SHOULDER POSITION OF TYPE 'D' MOUNTABLE
BREAKPOINT
SURFACING A B KERB (STREET SECTIONS)

600
25
JOINT SEALANT (DOW
SCALE 1:10
CORNING 888)
1:25

W/2
BASE THICKNESS +

X
NOTE: EXPANSION JOINT SURFACING
1:2

W
EVERY 5th PANEL (10m)
7

Y
1000
IN-SITU CONCRETE
POLYSTYRENE (CLASS 30/19)
SECTION A-A
N.T.S SECTION B-B
CLOSED CELL POLYETHYLENE PRECAST KERB
A B N.T.S
BACKING ROPE (SANS FIG.5)

EXPANSION JOINT SUPPORT BLOCK


START OF TYPE E CONCRETE DRAIN START OF TYPE F SIDE DRAIN
IN-SITU CONCRETE N.T.S N.T.S
N.T.S. (CLASS 15/19)

POSITION OF
BARRIER KERB (FIG. 3) R=10
NOTES: SCALE 1:20 R=10 R=10
R=10 U2
1. ALL CONCRETE CHANNELS AND OTHER DRAINAGE STRUCTURES ON

D
U2
THIS PLAN TO BE CAST USING CLASS 30/19 CONCRETE. 4 4
1 1 6

D
F1 F1

Z
1
2. TYPES 'E' AND 'F' CONCRETE MUST BE CAST IN ALTERNATIVE LENGTHS
OF 2.0m MAXIMUM WITH EXPANSION JOINTS EVERY 5th PANEL (10 m)

3. ALL EXPOSED CORNERS MUST BE ROUNDED OF TO A MINIMUM RADIUS MESH REF. 311 MESH REF. 311
OF 10mm.
W/2 W/2 Y X
4. THE TYPE OF SURFACE FINISH IS INDICATED AS F1 & U2.
F - FORMED SURFACES 1:4
U - UNFORMED SURFACES W W

5. PRECAST KERBING FIG. 5 & FIG. 7 REFER SANS. 927

CROSS SECTION OF TYPE 'E' CROSS SECTION OF TYPE 'F'

750
CONCRETE CHANNEL CONCRETE SIDE CHANNEL

1500
N.T.S N.T.S.

750
0 0
400 200

0
200 R=20
1:4 SHOULDER
BREAKPOINT

VA
SEE DETAIL X

VA
W

R
R
R=20

±4679

IE
IE

S
S
1:1.5 IES Y X
VAR
4 4 SURFACING
1 1 LOOSE MATERIAL SHALL BE 1:10

GRAVEL SHOULDER
COMPACTED TO 93% OF
MODIFIED AASHTO DENSITY

Z
W/2 W/2
1500

1500
1500 MAX.

SIDE DRAIN
1000 MIN.

SHOULDER BREAK POINT


W LOOSE MATERIAL SHALL BE
SIDE DRAIN COMPACTEDTO 93% OF MODIFIED
VARIES AASHTO DENSITY

125mm THICK CONCRETE


TYPE F2 SIDE DRAIN
DEEP CUT VARIES
EDGE OF SURFACE
TYPE E2 DRAIN POSITION OF TYPE 'E' CONCRETE CHANNEL POSITION OF TYPE 'F' CONCRETE CHANNEL
SHALLOW CUT

PLAN DRAIN TRANSITION DIMENSIONS OF TYPE 'E' CONCRETE CHANNELS DIMENSIONS OF TYPE 'F' CONCRETE CHANNELS
DETAILS TYPE F2 TO E2 D D D D
TYPE W W/2 Z TYPE W X W/2 Z
UNREINFORCED REINFORCED UNREINFORCED REINFORCED
E1 1000 500 125 125 100 F1 1000 670 330 110 125 100
E 1,5 1500 750 188 125 100 F 1,5 1500 1000 500 170 125 100
E 2,0 2000 1000 250 150 100 F 2,0 2000 1330 670 220 150 100
800
E 2,5 2500 1250 313 150 100 F 2,5 2500 1670 830 280 150 100

FIGURE 8 KERBING SUPPLIED IN 1m LENGTHS.


300 500 SPACING OF 75mm TO BE PROVIDED BETWEEN
RESPECTIVE LENGTHS TO ALLOW FOR ISLAND AREA RAISED ISLAND TO BE PAINTED TRAVELED WAY
STORMWATER DRAINAGE
800.0 300.0 175.0 300.0 225.0
CLASS 30/19 CONCRETE BACKING 150.0 175.0 300.0
U2
25.0

25.0

FIG. 10 PAVER KERB


RIGHT EDGE LINE 150.0 100.0 150.0
60

DRAWING No.
45mm AC SURFACING LEFT EDGE LINE 45mm AC SURFACING
250

F1
190
125

ROADSTUDS @12m c/c


BASE LAYER FIG. 8b KERBING TO BE PAINTED
LOOSE MATERIAL SHALL BE COMPACTED WITH BLACK AND WHITE GM8 KERBFACE
CLASS 30/19 CONCRETE BACKING ROAD MARKING BASE LAYER FIG. 8b KERBING

KBK/3538/17/001
TO 93% OF MODIFIED AASHTO DENSITY
CROSS SECTION OF TYPE 'A'
CONCRETE SIDE DRAIN
DETAIL 1: RAISED ISLAND ALONG ACCELERATION / DECELERATION LANES DETAIL 2: RAISED ISLAND WITHIN TURNING LANE TERMINATION AREA
SCALE: 1:10 SCALE: 1:10 FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY P. FOURIE DRAINAGE: SIDE DRAIN AND KERBING DETAILS DRAWING TYPE ROADS - DRAINAGE
Building A BRIDGE/STRUCTURE No. N/A
V1 14/09/2021 ORIGINAL VERSION M.P.BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/17/001
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : AS SHOWN SHEET 1 OF 1 TRAC AGRMT DOC # TRAC/NEW-03/2018
-

W/2 W/2

D
2000 2000 4500
TYPE 'F' CONCRETE 125mm THICK EDGE OF SURFACING
1000 1000 2000 EDGE OF SIDE DRAIN CONCRETE SLAB
30° SURFACING

300
60°

180
L1 E
SHOULDER BREAKPOINT BC1

1000
MIN.
R1

X
L2 SHOULDER BREAKPOINT

W
F1 BC2

00

1:1.5 MAX
1:5
L1

25
U2 BC3

Y
R2
SODDING IF REQUIRED R3 L2

D
2000

BY THE ENGINEER L3 EC
SHOULDER

VARIES
H.T.S. MESH SMF 395 1
BREAKPOINT 20 EC

5500
1:6
00 E

MIN
L3 2 SODDING IF REQUIRED
EC
U2 20 TIE BARS 3 BY THE ENGINEER
00
3000

3000

1:4
TYPE 'B' 3Y12-500mm LONG
TOE LINE
(FIG. 7) KERBING

1:4
TOE LINE AT EACH JOINT
20 C2
1:4 1:4 00

1000
TIE BARS - 3Y12 DO
500mm LONG AT DE WN 20
TOE LINE
Y10 TE CH 00
200

20 EACH JOINT RM UT
0 DE LEN INE E L

200
T D E
G EN ON NG
BY ERM TH GI T
NE SITE H TO
500

0 0 TH INE TO
20 20 E E D O BE ER BY BE
NOTE:

00
NG N

00
TH
INE SIT E
E 300

27
27
ER E W = 1500: 30
200

DETAIL OF BR NER 0 E 00
R1 = 20000 / L1 = 5360 BR NER

200
EA GY C2
100

KE R2 = 17170 / L2 = 4600 EA GY
STOOL R
R3 = 18500 / L3 = 4960
KE
R
SCALE 1:25
PROVIDE GABION PROTECTION AT ALL SIDE W = 2000: PROVIDE GABION PROTECTION AT ALL SIDE
300 300 300 300 300 300 300 300 300 DRAIN OUTLETS TO SIMILAR REQUIREMENTS R1 = 20000 / L1 = 5360 DRAIN OUTLETS TO SIMILAR REQUIREMENTS
AS SPECIFIED ON DRAWING: KBK/3588/05/009 R2 = 16795 / L2 = 4500 AS SPECIFIED ON DRAWING: KBK/3588/05/009
R3 = 18000 / L3 = 4825
2700
TRANSITION AND OPEN CHUTE OUTLET FOR FIG 3 W = 2500:
TRANSITION AND OPEN CHUTE UTLET
PLAN R1 = 20000 / L1 = 5360
SCALE 1:25 KERBING CHANNELING COMBINATION R2 = 15644 / L2 = 4186 FOR TYPE 'F' CONCRETE SIDE DRAIN
SCALE 1:100 R3 = 17505 / L3 = 4693 SCALE 1:100

1000 1500 SURFACING

300
EDGE OF SURFACING - DETAIL X ON SEE DETAIL X ON KBK/3549/17/001
KBK/3549/17/001 (MECHANICALLY SAWN)

1.7 MAX
1
EDGE OF SURFACING
125mm CONCRETE SLAB
3 125mm
LINE: 1 CONCRETE SLAB 100mm CONCRETE
2 DRAIN OUTLET. 100mm CONCRETE DOWN CHUTE

2700
1 2 3 1730 1000
300 2100 300

TYPE 'A' CONCRETE SECTION B-B SECTION D-D


SIDE DRAIN MINIMUM LENGTH SCALE 1:25 SCALE 1:25
=2xL
1:4 1 3
1:4 300x200x100 BLOCKS 2
125

TIE BARS
GABION PROTECTION,
DRAIN OUTLET CHANNEL GROUND LINE 3Y12/500mm LONG AT
375 75

SEE DRAWING:
575

EACH JOINT SURFACING


500

125
KBK/3588/05/009
1
3
2
TYPE 'F'
SIDE DRAIN 125mm
2700
CONCRETE SLAB

ELEVATION SECTION A-A 100mm CONCRETE


SCALE 1:25 NTS DOWN CHUTE

HTS MESH 1730 1000


BEND ON SITE
SMF 395

SECTION C-C SECTION E-E


SCALE 1:10 SCALE 1:25

1.7 MIN 1.7 MIN


1 1
H.T.S. MESH
SMF 395
200 500 200100
125

NOTES :
1 1000 1 W
1. ALL CONCRETE CHANNELS AND OTHER DRAINAGE STRUCTURES ON THIS
TOE LINE PLAN TO BE CAST USING CLASS 30/19 CONCRETE.
2800 200
1.5 MAX TOE LINE 1.5 MAX W/2 W/2
2. TYPES 'E' AND 'F' CONCRETE MUST BE CAST IN ALTERNATIVE LENGTHS OF
2,0m MAXIMUM WITH EXPANSION JOINTS EVERY 5th PANEL (10m)

NGL
SIDE ELEVATION 1:4 1:4 1:4 1:4
3. ALL EXPOSED CORNERS MUST BE ROUNDED OF TO A MINIMUM
RADIUS OF 10mm.

DRAWING No.
100

125

SCALE 1:25
W/8+D

4. THE TYPE OF SURFACE FINISH IS INDICATED AS F1 & U2.


W/8

D
F - FORMED SURFACES AND
U - UNFORMED SURFACES
DRAIN OUTLET CHANNEL DOWN CHUTE
ENERGY BREAKER FOR 5. DETAILS OF EXPANSION JOINTS IN CONCRETE DRAINS AND FINISHING OF
HIGH FLOW VELOCITIES SURFACING EDGE NEXT TO CONCRETE DRAIN SHOWN ON KBK/3588/05/005
SECTION C1-C1 SECTION C2-C2 APPLY TO ALL RELATED TYPICAL DRAWINGS.
SCALE 1:10 SCALE 1:10

KBK/3538/17/002
6. PRECAST KERBING FIG. 5 & FIG. 7 REFER SANS. 927.

FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY P. FOURIE DRAINAGE: SIDE DRAIN OUTLET DETAILS DRAWING TYPE ROADS - DRAINAGE
Building A BRIDGE/STRUCTURE No. N/A
V1 21/05/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/17/002
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : AS SHOWN SHEET 1 OF 1 TRAC AGRMT DOC # TRAC/NEW-03/2018
-

2700

200
300 300 300 300 300 300 300 300 300

100
IN-SITU CONCRETE (CLASS 30/19)
H H
SHOULDER BREAKPOINT
A

300
TIE IN OVER 10m EDGE OF SURFACING
WITH SHOULDER (MECHANICALLY SAWN) DROPWALL
BREAKPOINT AS PER C B
CROSS-SECTION

2000
mm
PAINTED PAINTED
OUTLET AT LOWEST POINT

10
PAINTED NOTE:

R=
WHITE WHITE

200
BLACK OF KERB REQUIRED GROUTED STONE PITCHING AT
(SEE DETAIL) SURFACING OUTLET IF REQUIRED BY
1200

60° THE ENGINEER. SEE PLAN FOR


DETAIL ON GABIONS

2000 2000
2000
A
DETAIL X G G

EDGE OF
1 : 10
SURFACING CONCRETE OUTLET
END OF RADIUS AT 500 500
C B
INTERSECTION SHOULDER MATERIAL SHAPED
TOWARDS EDGE OF CONCRETE
DETAIL OF TYPE 'C' IN-SITU MOUNTABLE KERB AT INTERSECTIONS 1:6 1:6
1 : 100

500
15 F

1:25
1:25

800
JOINT SEALANT

10

300
1:25
1:25
VARIES 500 300

1000 1000 1000


EDGE OF CONCRETE
F1 SEE DETAIL 'X'
SHOULDER AND SURFACING
U3 POLYSTYRENE
BREAKPOINT

1:25
SURFACING
POLYETHYLENE BACKER ROD
PLAN
R=10mm 1 : 40
2
1: R=10mm
125

EXPANSION JOINT

140
NOTE: EXPANSION JOINT 1000 1000 1000

SECTION A-A EVERY 5th PANEL (10m)

1 : 20

265
N.T.S.

125
VARIES 500-0 300-1200

SECTION F-F
SHOULDER F1 1000
BREAKPOINT
U3
SURFACING
OUTLET DETAIL AT LOWEST POINT FOR TYPE C KERB
1 : 40

125
1:25 500 500
R=10mm
R=10mm
2
1:
125

SECTION B-B
85

1 : 20

SECTION G - G NOTES :

1 : 20
1. ALL CONCRETE CHANNELS AND OTHER DRAINAGE STRUCTURES ON THIS
PLAN TO BE CAST USING CLASS 30/19 CONCRETE.
2. ALL CONCRETE CHANNELS MUST BE CAST IN ALTERNATIVE LENGTHS OF
2700 2.0m MAXIMUM WITH EXPANSION JOINTS EVERY 5th PANEL (10m).
3. ALL EXPOSED CORNERS MUST BE ROUNDED OFF TO A RADIUS OF 10mm.
4. THE CLASS OF SURFACE FINISH IS INDICATED AS 'F1' OR 'U2'.
300 2100 300
VARIES 0 - 1200

U3
SURFACING
50
1:50 1:25

R=10mm
500

125

R=10mm
DROPWALL

2
1:
F1
125

DRAWING No.
SECTION H - H
SECTION C-C 1 : 40

1 : 20

KBK/3538/17/004
FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY P. FOURIE DRAINAGE: TYPE C CONCRETE KERBS DRAWING TYPE ROADS - DRAINAGE
Building A BRIDGE/STRUCTURE No. N/A
V1 21/05/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 AT RURAL INTERSECTIONS
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/17/004
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : AS SHOWN SHEET 1 OF 1 TRAC AGRMT DOC # TRAC/NEW-03/2018
CONTINUED BELOW

TYPE A SIDE DRAIN INLET TYPE C SIDE DRAIN INLET

A B C E F G

SEE TABLE 1
1000 2300 1000

"X"
1500 2300 1500
TYPE 'A' TRANSITION SIDE INLET TRANSITION TYPE 'B' TYPE 'B' TRANSITION SIDE INLET TRANSITION TYPE 'B'
CONCRETE KERB AND FLOW DIRECTION FLOW DIRECTION KERB AND KERB AND
EDGE OF SURFACING
SIDE DRAIN CHANNEL CHANNEL CHANNEL

1:8
1:8

700

150
8 9
6
7 EXPANSION D D

100
5 JOINT
4 FRONT OF FIG.3 KERB
EXPANSION 3
JOINT
D 1 D 2

SHOULDER BREAKPOINT

1:2 MAX
GUARDRAIL ALIGNMENT SHIFT = 30480 GUARDRAIL END SECTION = 15554

1:2 MAX
F
A B E

G
C
CONTINUED BELOW

CONTINUED ABOVE

TYPE C SIDE DRAIN INLET


SETTING OUT POSITIONS
OF GUARDRAIL POSTS

S-CURVE TRANSITION SECTION


E F G

SEE TABLE 1
1000 2300 1000

"X"
POST HORIZONTAL TYPE 'B' TRANSITION SIDE INLET TRANSITION TYPE 'B'
No. OFF-SET X(mm) KERB AND KERB AND FLOW DIRECTION
CHANNEL CHANNEL

1:8
1 700
2 681

150
9
3 625 EXPANSION D D BRIDGE ENDBLOCK

100
JOINT FRONT OF FIG.3 KERB
4 531
5 400
6 269 SHOULDER BREAKPOINT

1:2 MAX
GUARDRAIL END SECTION = 15554
7 175
8 119 F
9 100
E

G NOTE: SEE STRUCTURAL


DRAWINGS FOR PARAPET
TIE IN DETAILS
CONTINUED ABOVE

1500 1500 1500


700 700 450 700 450

MESH REINFORCING
800 No 395 (3.95 kg/m²)
600

SHOULDER BREAK SHOULDER BREAK


SHOULDER BREAK GUARDRAIL FACE TO LINE UP U2 GUARDRAIL FACE TO LINE UP U2
500 300 POINT POINT 150 150
POINT
190

WITH INSIDE EDGE OF OPENING WITH INSIDE EDGE OF OPENING


250

F1

400
BENCHING

500
538
SURFACING SURFACING SURFACING

750
810

VARIES
410

100

100
125

F1

150 200
560

1150
150

150

150

650
SECTION A - A 150 300 150
SCALE 1:20 BENCHING
600
MESH REINFORCING
No 395 (3.95 kg/m²) 1:2
MA
X.
150 300 150 150 500 150
BENCHING
SECTION B - B MESH REINFORCING
600
INLET CATCHPIT LENGTH = 2300
SCALE 1:20 No 395 (3.95 kg/m²)

SECTION C - C SECTION D - D
SCALE 1:20
SCALE 1:20

1500 1500 1500


300 300 450 300 450

SHOULDER BREAK SHOULDER BREAK SHOULDER BREAK


600

100 GUARDRAIL FACE TO LINE UP U2 POINT GUARDRAIL FACE TO LINE UP U2 POINT


POINT
WITH INSIDE EDGE OF OPENING WITH INSIDE EDGE OF OPENING
300

F1

538
SURFACING SURFACING SURFACING
810

VARIES
360

F1
510

DRAWING No.
150

150

150

SECTION E - E 150 300 150


SCALE 1:20 BENCHING
600
MESH REINFORCING
No 395 (3.95 kg/m²) 1:2
MA
X.
150 300 150
BENCHING
SECTION F - F MESH REINFORCING
600

KBK/3538/17/010
SCALE 1:20 No 395 (3.95 kg/m²)

SECTION G - G
SCALE 1:20
FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY J.S du PREEZ
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY M.P.BOONSTRA LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 15,000 25,200
Fax: (012) 348-1823 DRAWN BY P. FOURIE DRAINAGE: SIDE DRAIN TRANSITION AND DRAWING TYPE ROADS - DRAINAGE
Building A BRIDGE/STRUCTURE No. N/A
V1 21/05/2021 ORIGINAL VERSION M.P. BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 TERMINATION AT BRIDGE APPROACHES
CHECKED BY J.S du PREEZ Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/17/010
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SHEET 1 OF 1 TRAC AGRMT DOC # TRAC/NEW-03/2018
CL ROADBED TREATMENT

IN-SITU MATERIAL QUALITY TREATMENT TYPE

16400 G9 OR BETTER - RIP AND RECOMPACT 150 mm OF IN-SITU TO 93%


OF MDD

EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH G10 OR WORSE - COMPACT THE IN-SITU MATERIAL SLIGHTLY WITH A
(PI > 12, CBR ≥ 7%) MINIMUM OF 3 ROLLER PASSES BEFORE PLACING A
GEOTEXTILE (ROCKGRID PC OR SIMILAR)
600 3600 3400 1200 3400 3600 600
G10 OR WORSE - REMOVE 300 mm IN-SITU MATERIAL

SHOULDER
SURFACED
SLOW LANE FAST LANE MEDIAN FAST LANE SLOW LANE

SHOULDER
SURFACED
(3% ≤ CBR ≤ 7%) - RIP AND RE-COMPACT 150 mm TO 93% OF MDD
- IF DIFFICULT TO OBTAIN COMPACTION, REMOVE AND CONSTRUCT
PIONEER LAYER AS SPECIFIED BELOW
- CONSTRUCT 2 X 150 mm G7 UPPER SUBGRADE LAYERS
150 300 300 150 COMPACTED TO 93% OF MDD (REFER TO LAYER CODE 9)
150
150 150 WORSE THAN G10 - REMOVE UNSUITABLE MATERIAL TO MINIMUM DEPTH OF 650 mm
(CBR < 3%) CONSTRUCT A MIN. 500 mm THICK PIONEER LAYER (REFER TO
STABLE CONDITION LAYER CODE 10)
- PIONEER LAYER TO BE COMPACTED WITH 12 ROLLER PASSES
AND WRAPPED IN HIGH TENSILE STRENGTH COMPOSITE
GEOTEXTILE (ROCKGRID PC OR SIMILAR)
- CONSTRUCT 150 mm THICK G7 UPPER SUBGRADE AS CORRECTION
LAYER (REFER TO LAYER CODE 9)
1 45 mm ASPHALT
SURFACING WORSE THAN G10 - REMOVE UNSUITABLE MATERIAL TO MINIMUM DEPTH OF 1150 mm
LIMITS OF PRE-PULVERISE AND CROSS-MIX 1 45 mm ASPHALT LIMITS OF (CBR < 3%) - CONSTRUCT A MIN. 1000 mm THICK PIONEER LAYER (REFER TO
STABILIZATION 150 mm G1 BASE MATERIAL WITH ADJACENT SURFACING STABILIZATION
3 UNSTABLE CONDITION LAYER CODE 10)
6 150 mm IN-SITU 3 150 mm G1 BASE - PIONEER LAYER TO BE COMPACTED WITH 12 ROLLER PASSES
EXISTING 4 300 mm C3 SUBBASE RECONSTRUCTED SELECTED AND WRAPPED IN HIGH TENSILE STRENGTH COMPOSITE
PAVEMENT LAYER USING RECYCLER 4 300 mm C3 SUBBASE GEOTEXTILE (ROCKGRID PC OR SIMILAR)
MATERIAL TO BE
5a 150 mm C4 UPPER SELECTED - CONSTRUCT 150 mm THICK G7 UPPER SUBGRADE AS CORRECTION
STOCKPILED
5a 150 mm C4 UPPER SELECTED LAYER (REFER TO LAYER CODE 9)

6 150 mm G7 LOWER SELECTED

PREPARE ROADBED (REFER TO TABLE)


TYPICAL PAVEMENT CROSS SECTION - km 15.200

CL

19000

EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH

1900 3600 3400 1200 3400 3600 1900


SURFACED SLOW LANE FAST LANE MEDIAN FAST LANE SLOW LANE SURFACED
SHOULDER SHOULDER

150 500 150 500 150


SHOULDER 150 SHOULDER
BREAKPOINT 150 150 BREAKPOINT

TOE LINE

TOE LINE
1 45 mm ASPHALT
LIMITS OF SURFACING PRE-PULVERISE AND CROSS-MIX
STABILIZATION MATERIAL WITH ADJACENT LIMITS OF
3 150 mm G1 BASE 1 45 mm ASPHALT
SURFACING STABILIZATION
6 150 mm IN-SITU
EXISTING 4 300 mm C3 SUBBASE RECONSTRUCTED SELECTED 3 150 mm G1 BASE
PAVEMENT LAYER USING RECYCLER
MATERIAL TO BE 5a 150 mm C4 UPPER SELECTED 4 300 mm C3 SUBBASE
STOCKPILED

5a 150 mm C4 UPPER SELECTED

6 150 mm G7 LOWER SELECTED

7 FILL
TYPICAL PAVEMENT CROSS SECTION - km 15.440
PREPARE ROADBED (REFER TO TABLE)

NOTE:
MATERIAL REQUIREMENTS
LAYER TRH14 MATERIAL SECTION OF COMPACTION CBR (min %) AT UCS (kPa) AT ITS (kPa) AT ALL FILL LAYERS SHALL BE BENCHED
LAYER DESCRIPTION P.I. (max) G.M.
CODE TYPE SPECIFICATION (COLTO) (% OF MDD) % OF MDD % OF MDD % OF MDD INTO EXISTING ROAD FORMATION
WITH MINIMUM OF 500 mm AFTER
CONTINUOUSLY GRADED ASPHALT SURFACING USING A-R1 MODIFIED BINDER Min. 97% - DESIGN VOIDS* CLEANING, GRUBBING AND REMOVAL
1 AC 4200 - - - - -
(WITH ROLLED-IN CHIPPINGS) (Max. 96%)* OF TOPSOIL.
CONTINUOUSLY GRADED ASPHALT BASE USING A-E2 MODIFIED BINDER Min. 97% - DESIGN VOIDS*
2 AC 4200 - - - - -
(28 mm MAX AGGREGATE SIZE) (Max. 96%)*

3 CRUSHED STONE BASE G1 3600 88% OF AD - - - - -

98% (UPPER 150 mm)


4 CEMENT STABILISED GRAVEL SUBBASE C3 3400, 3500 6# 1.5 - 2.5## 45% @ 95%## Min 1500 @ 100% Min 250 @ 100%
97% (REST)
5a CEMENTED STABILISED GRAVEL SELECTED LAYER C4 3400, 3500 95% 6# 1.2 - 2.6## 25% @ 95%## Min 750 @ 100% Min 200 @ 100%

5b GRAVEL SELECTED LAYER G6 3400 95% 12 1.2 - 2.6## 25% @ 95% - -


95% (UPPER)
6 GRAVEL SELECTED LAYER G7** 3400 12 0.75 - 2.7 15% @ 93% - -
93% (LOWER)

DRAWING No.
7 FILL (REFER TO NOTE) G9** 3400, 3500 93% 12 0.75 - 2.7 7% @ 93% - -

8 GRAVEL WEARING COURSE (COLTO TYPE 2) GWC 3400 95% - - 15% @ 95% - -

9 GRAVEL UPPER SUBGRADE LAYER (OR CORRECTION LAYER) G7** 3400, 3500 93% 12 0.75 - 2.7 15% @ 93% - -

10 PIONEER (HARD UN-WEATHERED ROCK, MIN. ROCK SIZE 150 mm, MAX. 300 mm, - 3300 CLAUSE 3307 (C) - - - - -
20% TO PASS 20.0 mm SIEVE) - TYPE 1

KBK/3538/022/01
LEGEND:
# AFTER STABILISATION ## BEFORE STABILISATION ** OR BETTER QUALITY MATERIAL PI PLASTICITY INDEX CBR CALIFORNIA BEARING RATIO ITS INDIRECT TENSILE STRENGTH
* % OF MAXIMUM VOID-LESS DENSITY (MVD) MDD: MAXIMUM DRY DENSITY AD APPARENT RELATIVE DENSITY GM GRADING MODULUS UCS UNCONFINED COMPRESSIVE STRENGTH FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY P VAN AARDE
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY D HYMAN LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 0,000 25,200
Fax: (012) 348-1823 DRAWN BY TF COERTZE DRAWING TYPE PAVEMENT C/S
TYPICAL PAVEMENT CROSS-SECTIONS AND
Building A BRIDGE/STRUCTURE No. N/A
V1 27/02/2020 ORIGINAL VERSION M.P.BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 MATERIAL REQUIREMENTS (N4)
CHECKED BY P VAN AARDE Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/022/01
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : N.T.S SHEET 1 OF 10 TRAC AGRMT DOC # TRAC/NEW-03/2018
CL
NOTE:

THE MATERIAL AND ROADBED PREPARATION


19000
REQUIREMENTS AS SPECIFIED ON DRAWING NUMBER
KBK/3538/22/01 SHALL ALSO BE APPLICABLE ON THE
EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH CROSS SECTIONS SHOWN ON THIS DRAWING

1900 3600 3400 1200 3400 3600 1900


SURFACED SLOW LANE FAST LANE MEDIAN FAST LANE SLOW LANE SURFACED
SHOULDER SHOULDER

150 150
SHOULDER 150 SHOULDER
150 300 150 300 150
BREAKPOINT 150 BREAKPOINT
150

TOE LINE
TOE LINE

8 GRAVEL 1 45 mm ASPHALT
SHOULDER SURFACING PRE-PULVERISE AND CROSS-MIX
LIMITS OF 150 mm G1 BASE MATERIAL WITH ADJACENT LIMITS OF
3 1 45 mm ASPHALT
STABILIZATION SURFACING STABILIZATION
6 150 mm IN-SITU
EXISTING 4 300 mm C3 SUBBASE RECONSTRUCTED SELECTED 150 mm G1 BASE 8 GRAVEL
3
PAVEMENT LAYER USING RECYCLER SHOULDER
MATERIAL TO BE 5a 150 mm C4 UPPER SELECTED
STOCKPILED 4 300 mm C3 SUBBASE

5a 150 mm C4 UPPER SELECTED

6 150 mm G7 LOWER SELECTED

TYPICAL PAVEMENT CROSS SECTION - km 15.640 7 FILL

PREPARE ROADBED (REFER TO TABLE)

CL

21800

EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH

600 3600 3400 1200 3600 1800 3400 3600 600


SLOW LANE FAST LANE MEDIAN TURNING LANE ISLAND

SHOULDER
SURFACED
SHOULDER
SURFACED
FAST LANE SLOW LANE

150 300
300 150
150
150
150 150

1 45 mm ASPHALT
SURFACING PRE-PULVERISE AND CROSS-MIX
LIMITS OF 1 45 mm ASPHALT
MATERIAL WITH ADJACENT LIMIT OF LIMITS OF
STABILIZATION 3 150 mm G1 BASE SURFACING
STABILIZATION STABILIZATION
6 150 mm IN-SITU 3 150 mm G1 BASE
EXISTING 4 300 mm C3 SUBBASE RECONSTRUCTED SELECTED 5b 150 mm G6
PAVEMENT LAYER USING RECYCLER UPPER SELECTED
MATERIAL TO BE 4 300 mm C3 SUBBASE
5a 150 mm C4 UPPER SELECTED
STOCKPILED
5a 150 mm C4 UPPER SELECTED

6 150 mm G7 LOWER SELECTED

PREPARE ROADBED (REFER TO TABLE)


TYPICAL PAVEMENT CROSS SECTION - km 16.740

CL

21800

EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH

600 3600 3400 1200 3600 1800 3400 3600 600


SLOW LANE FAST LANE MEDIAN TURNING LANE ISLAND

SHOULDER
SURFACED
SHOULDER
SURFACED

FAST LANE SLOW LANE

150
150 150
SHOULDER
150 300 150 SHOULDER
BREAKPOINT 150
150 150 300 150 BREAKPOINT

TOE LINE
TOE LINE
8 GRAVEL 1 45 mm ASPHALT
SHOULDER SURFACING PRE-PULVERISE AND CROSS-MIX
LIMITS OF MATERIAL WITH ADJACENT
3 150 mm G1 BASE LIMIT OF 45 mm ASPHALT GRAVEL LIMITS OF
STABILIZATION 1 8
STABILIZATION SURFACING SHOULDER STABILIZATION
6 150 mm IN-SITU

DRAWING No.
EXISTING 4 300 mm C3 SUBBASE RECONSTRUCTED SELECTED
PAVEMENT 3 150 mm G1 BASE
LAYER USING RECYCLER
MATERIAL TO BE
5a 150 mm C4 UPPER SELECTED
STOCKPILED 4 300 mm C3 SUBBASE

5b 150 mmG6 5a 150 mm C4 UPPER SELECTED


UPPER SELECTED
6 150 mm G7 LOWER SELECTED

KBK/3538/022/02
TYPICAL PAVEMENT CROSS SECTION - km 16.940 7 FILL

PREPARE ROADBED (REFER TO TABLE)


FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY P VAN AARDE
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY D HYMAN LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 0,000 25,200
Fax: (012) 348-1823 DRAWN BY TF COERTZE DRAWING TYPE PAVEMENT C/S
TYPICAL PAVEMENT CROSS-SECTIONS AND
Building A BRIDGE/STRUCTURE No. N/A
V1 27/02/2020 ORIGINAL VERSION M.P.BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 MATERIAL REQUIREMENTS (N4)
CHECKED BY P VAN AARDE Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/022/02
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : N.T.S SHEET 2 OF 10 TRAC AGRMT DOC # TRAC/NEW-03/2018
CL
CONSTRUCTION PHASE 3 CONSTRUCTION PHASE 2 NOTE: NOTE:
CONSTRUCTION PHASE 1
(REFER TO DETAIL A) CONSTRUCTION PHASES AS STATED IS 1. THE MATERIAL AND ROADBED PREPARATION
APPLICABLE TO ALL CROSS SECTIONS BELOW REQUIREMENTS AS SPECIFIED ON DRAWING
19800
NUMBER KBK/3538/22/01 SHALL ALSO BE
APPLICABLE ON THE CROSS SECTIONS SHOWN
WIDENED SURFACED WIDTH EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH ON THIS DRAWING.
2. THE MATERIAL SHALL BE ALLOWED TO BULK.
600 3400 3600 3400 1200 3400 3600 600
ADEQUATE STABILIZER CONTENT SHALL BE
PROVIDED TO ALLOW FOR BULKED MATERIAL
TURNING LANE SLOW LANE FAST LANE MEDIAN

SHOULDER
SURFACED
FAST LANE SLOW LANE

SHOULDER
SURFACED
STABILIZATION DESIGN REQUIREMENTS.
1800 3. THE COMPACTED BULKED MATERIAL SHALL BE
MILLED TO CORRECT LEVEL BEFORE
CONSTRUCTION OF ASPHALT BASE LAYER.
150 150 350
350 150 SHOULDER
SHOULDER
BREAKPOINT BREAKPOINT
150 300 150 150

TOE LINE TOE LINE

35 mm TEMPORARY ASPHALT
SURFACING (ACM, 50/70 PEN BINDER) EXISTING PAVEMENT
LIMIT OF MATERIAL TO BE
4 350 mm C3 SUBBASE RECYCLED IN-SITU 1 45 mm ASPHALT SURFACING GRAVEL
STABILIZATION 1 45 mm ASPHALT SURFACING LIMIT OF 8
GRAVEL 8
(FAST LANE AND STABILIZATION SHOULDER
SHOULDER
5a 150 mm C4 UPPER SELECTED MEDIAN) REFER TO 2
2 80 mm ASPHALT BASE
105 mm ASPHALT BASE NOTE 2 AND 3.
6 150 mm G7 LOWER SELECTED PREPARE ROADBED (REFER TO TABLE) 4
PREPARE ROADBED (REFER TO TABLE) 4 350 mm C3 SUBBASE
350 mm C3 SUBBASE
PREPARE ROADBED (REFER TO TABLE) 7 6
FILL 7 6 FILL 300 mm G7 SELECTED ( 2 X LAYERS)
300 mm G7 SELECTED (2 X LAYERS)

DETAIL A
TYPICAL PAVEMENT CROSS SECTION - km 24.380

CL

19800

WIDENED SURFACED WIDTH EXISTING SURFACED WIDTH WIDENED SURFACED WIDTH

600 3400 3600 3400 1200 3400 3600 600


TURNING LANE SLOW LANE FAST LANE MEDIAN

SHOULDER
SURFACED
FAST LANE SLOW LANE

SHOULDER
SURFACED
1800

300 150
350 150 150 350
150
150

LIMIT OF LIMIT OF
EXISTING PAVEMENT STABILIZATION
STABILIZATION
MATERIAL TO BE
1 45 mm ASPHALT SURFACING RECYCLED IN-SITU 1 45 mm ASPHALT SURFACING
(FAST LANE AND
MEDIAN) REFER TO
2 105 mm ASPHALT BASE NOTE 2 AND 3. 2 80 mm ASPHALT BASE

4 4 350 mm C3 SUBBASE
350 mm C3 SUBBASE

6 6 300 mm G7 SELECTED
300 mm G7 SELECTED

PREPARE ROADBED (REFER TO TABLE) PREPARE ROADBED (REFER TO TABLE)


TYPICAL PAVEMENT CROSS SECTION - km 24.540
CL

19500

EXISTING SURFACED WIDTH

600 3500 3500 1400 1300 1400 3600 3600 600


TURNING LANE LANE ISLAND MEDIAN ISLAND

SHOULDER
SURFACED
LANE TURNING LANE
SHOULDER
SURFACED

SHOULDER SHOULDER
BREAKPOINT BREAKPOINT
NEW

560 3000 3500 1900 3500 3000
LANE ISLAND LANE 560
SURFACED SURFACED
SHOULDER SHOULDER
TOE LINE TOE LINE

EXISTING PAVEMENT MATERIAL


TO BE RECYCLED IN-SITU
(REFER TO NOTE 2 AND 3).

1 45 mm ASPHALT SURFACING 1 45 mm ASPHALT SURFACING

2 105 mm ASPHALT BASE 2 80mm ASPHALT BASE

DRAWING No.
4 350 mm C3 SUBBASE 4 350 mm C3 SUBBASE
1 45 mm ASPHALT
SURFACING

TYPICAL PAVEMENT CROSS SECTION - km 25.020 TYPICAL PAVEMENT CROSS SECTION ON BRIDGE km 25.240

KBK/3538/022/05
FOR TENDER PURPOSES ONLY

CONSULTANT APPROVAL ACCEPTANCE AS BUILT DRAWING PROJECT DESCRIPTION PROJECT NUMBER TRAC/NEW-03/2018
KBK Engineers (Pty) Ltd DESIGNED BY P VAN AARDE
THIS ACCEPTANCE IS FOR PROCEDURAL
AND ADMINISTRATIVE REVIEW PURPOSES
UPGRADE OF N4 SECTION 8X (MDC SECTION 13) FROM KM 15.00 TO KM 25.20 DRAWING LOCATION DATA START END
Block A ONLY AND DOES NOT ATTRACT LEGAL (APPROXIMATELY 10.20 KM)
314 Glenwood Road, Lynnwood Park CHECKED BY D HYMAN LIABILITY OR LIABILITY OF ANY KIND
ROUTE N4 N4
Pretoria, 0081 FROM WHATSOEVER CAUSE OR for CONSULTING ENGINEER MDC SECTION 8X 8X
Tel: (012) 348-1822 HOWEVER ARISING Date: DRAWING DESCRIPTION DRAWING km DISTANCE 0,000 25,200
Fax: (012) 348-1823 DRAWN BY TF COERTZE DRAWING TYPE PAVEMENT C/S
TYPICAL PAVEMENT CROSS-SECTIONS AND
Building A BRIDGE/STRUCTURE No. N/A
V1 27/02/2020 ORIGINAL VERSION M.P.BOONSTRA PO Box 74786, Lynnwood Ridge, 0040 69 Regency Drive Tel: (011) 805-8788 MATERIAL REQUIREMENTS (N4)
CHECKED BY P VAN AARDE Name: 21 Corporate Park, Irene Fax: (011) 805-8789 for CEO: TRANS AFRICAN CONCESSIONS TRAC PROJECT MANAGER
CONSULTANT DRAWING No. KBK/3538/022/05
No. DATE REVISION ORIGINATOR APPROVED BY Date: 0157 helpdesk@tracn4.co.za Date: Date: SCALE : N.T.S SHEET 5 OF 10 TRAC AGRMT DOC # TRAC/NEW-03/2018

You might also like