Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
PROJECT SPECIFICATION
55
Unisa Main Campus (Muckleneuk): RR Maluleka Building Parking Deck.
TABLE OF CONTENTS
1. TENDER SPECIFICATIONS
Project Specifications, Bill of Quantities and other requirements are specified in the rest of this document, commencing on the next page.
CONTENTS PAGE TO SPECIFICATION
SECTION A
Project Specification
General Remedial Work:Variations of Standardized Specification
Specification DSC: Demolition and Removal of Structural Concrete
Specification CMW:
Concrete Minor Works
Specification CCM: CCM Coating of concrete slab with polyurea
Specification RWS: Remedial Waterproofing of Sealants
Specification TWS: Cementitious Waterproofing System and Cementitious Counterflashing
SECTION B
Schedule of Quantities (Attached)
SECTION C
ANNEXURE A: Services Usage
ANNEXURE B: Proposed Sources of Supply of Material
SECTION D
Drawings
SECTION A
PROJECT SPECIFICATIONSCOPE
This project specification is set out in two portions. Portion 1 covers a general description of the project, the facilities available, and the requirements to be met. Portion 2 covers variations and additions to standardised and/or particular specifications applicable to this Contract.
STATUS
Should any requirements of the project specification conflict with any requirements of the standardised specifications listed in clause PS10, the requirements of the project specification shall prevail.
PART 1
THE WORKS
PS1GENERAL DESCRIPTION
This Contract comprises inter alia of the remedial waterproofing of the car park adjacent to the RR Maluleka Building at the Unisa Campus, New Muckleneuk.
The work is broadly described, but not limited to:
PS 1.1Removal of the existing defective screed south of the expansion joint.
PS 1.2Grinding off of the top 3 mm of concrete slab north of the expansion joint.
PS 1.3Rescreeding the southern side of the deck slab.
PS 1.4Applying a trafficable waterproofing system to the deck slab.
PS2DESCRIPTION OF SITE AND ACCESS
This Contract comprises inter alia of the remedial waterproofing of the car park adjacent to the RR Maluleka Building at the Unisa Campus, New Muckleneuk.
PS3NATURE OF GROUND AND SUB-SOIL CONDITIONS
Not of importance to the project.
PS4DETAILS OF CONTRACT
The Bills of Quantities have been documented in a manner that indicates the scope of work to be done in the various areas.
· PS4.1Section 1 : Preliminaries and General.
· PS4.2Section 2 : Removal and repairs to screed application of
trafficable waterproofing system.
The scope of work may be reduced if the tender price exceeds the budget estimate. The Preliminaries and General cost will therefore be adjusted pro rata to the reduction in the scope of work.
PS5CONSTRUCTION PROGRAMMING
PS5.1Starting/completion dates
Anticipated start date:
Completion date :
Five months from start date
PS5.2Programmes and reports required
In addition to the requirements of Clause 15 of the Conditions of Contract, the following requirements shall prevail:
5.2.1Contractual programme
A contractual programme, meaning: a chart showing the different sections of construction making up the Works and the order, resourcing and sequence in which the work is to be carried out in order to achieve completion on the prescribed dates shall be submitted with the Contractor's tender. This programme shall, upon the Engineer's agreement in writing become binding on the parties to the contract.
Such program shall include for possible delays for inclement weather. The rainfall table on page 20 clause 45.(2) indicates average rainfall per annum for the area and is to be included in the program.
The Contractual program shall in addition clearly indicate any Contractor’s float as may be applicable.
5.2.2Construction programme
A construction programme, meaning: an agreed chart which shall be used to monitor the progress of the works shall be submitted within 7 (seven) days of agreement of the contractual programme by the Engineer. This chart shall, as far as is practical, be based upon the agreed contractual programme, but shall not in any way relieve either party of their obligations or rights in terms of the contractual programme or the contract. The chart shall show the different sections of the Works suitably divided into elements and activities, clearly indicating the start and completion dates of each activity and element against which the progress shall be monitored.
The Contractor is advised to determine the programming requirements of section 8.10 described below.
PS5.3Reports required
The Contractor shall provide the Engineer a fortnightly report detailing the following:
a) Date of report
b) Working days elapsed from start
c) Working days left to contractual completion and/or key dates and forecast of any slippage envisaged
d) Percentage of work complete per activities on construction programme and forecast remaining time and resources required
e) Supervisory staff and labour force on site
g) List of constructional plant
h)Delays encountered
i)Information required
j)Variation Orders and site instructions received
k)Claims status (if any)
l)Weather delays
m) Signature of site agent
The Contractor shall in addition provide the Employer with weekly returns showing the number and grade of Employees employed and the number and type of Constructional Plant on site.
PS6SITE FACILITIES AVAILABLE
PS6.1Water for the Works
Potable water will be supplied free of charge by the Employer at points to be identified at commencement of works. The cost of further temporary reticulation shall be to the Contractor's account.
PS6.2Power supply
Power will be supplied free of charge by the Employer at points to be identified at commencement of works. The costs of any temporary reticulation; transformers, etc. shall be to the Contractor's account.
PS6.3Air for the Works
Compressed air will not be supplied by the Employer. The Contractor shall make all necessary provisions in this regard if necessary.
PS6.4Lay-down area
A specific area will be set aside for the use of the Contractor and has to be approved by the client prior to commencement of works.
PS7SITE FACILITIES REQUIRED
PS7.1Accommodation of labour force
No employees are to be accommodated on site.
PS7.2Temporary storage facilities
The Contractor shall make provision in his price for all temporary storage facilities if necessary. The location of these shall be agreed with the client prior to the commencement of works.
PS7.3Laboratory facilities
Approved testing laboratories may be nominated by the Contractor.
PS7.4Ablution and latrine facilities
No sanitary facilities for the specific use of the Engineer or their staff need be provided.
The Contractor shall make provision for adequate and approved temporary ablution and latrine facilities for his workmen on site and their removal on completion of the Works. These facilities are to be kept in a clean and hygienic condition, to the approval of the Engineer, at all times.
PS7.5Telephone facilities
Contractors will not have access to existing telephone facilities and must make their own arrangements in this regard.
PS7.6Equipment for Engineer's staff
No equipment for the engineering staff needs to be provided.
PS8FEATURES REQUIRING SPECIAL ATTENTION
PS8.1Work on an operating car park area
The Works are being undertaken on the open car park adjacent to the RR Maluleka Building at the Unisa Campus, New Muckleneuk. Rates must allow for a margin of discontinuity of operations to the Works under this Contract.
The one half of the parking deck will be operational while the Contractor is working on the other half. The Contractor shall allow for the necessary traffic accommodation and flagmen required. No vehicle of capacity of more than one metric tonne will be allowed on the deck slab. Concreting by RMC truck will have to be done from the ring road or ramp. Flagmen must be provided by the Contractor to control the traffic during concreting operations.
No claims for disruption of access or for the working of abnormal hours due to the above factors, or restrictions on work hours due to noise will be entertained.
PS8.2Existing Services
The location of existing services which may be affected by the Works must be ascertained by the Contractor. Any damage caused by the Contractor to existing structures and services shall be repaired, to the satisfaction of the Engineer.
PS8.3Dust
The Contractor shall take all necessary precautions to keep dust caused by the remedial activities to a bare minimum.
PS8.4Prevention of ingress of water into Works
The Contractor must accept full responsibility, without the payment of specific compensation, for all risks arising from the ingress of water. He shall take all possible measures and precautions, as he may deem necessary and expedient, to prevent water from entering the Works during the remedial contract.
All costs that could be incurred in preventing the ingress of water are to be included in the Contractor's scheduled rates for temporary waterproofing.
PS8.5Liquid fuels and lubricants
The Contractor shall supply all required liquid fuels and lubricants.
PS8.6Key personnel
The Contractor shall furnish the Employer with a list of addresses and telephone numbers of key personnel in the Contractor's organisation who may be contacted in an emergency both during and outside office hours.
PS8.7Site meetings
The Engineer shall hold regular site meetings and keep and circulate minutes. The Contractor shall attend these meetings and ensure that all sub-contractors are represented.
PS8.8Removal of rubbish and debris
Contractors shall, at all times, keep the site and surrounding areas free of all superfluous materials, rubbish, debris, etc. A temporary dumpsite area will be identified at the Site inspection. The Contractor is to allow for fencing off of this area with a shadecloth covered fence, and is to ensure the works remain contained within the fenced off area
PS8.9Access
Access to the property will be identified at the site inspection.
Prices to include for all access requirements.
PS8.10Programming
Contractors are advised that the programming of the works remains their responsibility. However it is possible that there will be some areas where the working period will be restricted to out of normal working hours particularly with regard to the “noisy” activities.
It is the intention of this contract to provide the Contractor with uninterrupted access and working hours.
Rates must allow for any interrupted access and the contractor's attention is drawn to clause PS8.1 in this regard.
PS8.11Control of work and Quality Assurance
It is an essential element of this contract that the control of the work, the Quality Control and Quality Assurance falls under the direct control of the Contractor. Should the Tenderer have a specialist sub-contractor special arrangements will be required in terms of their contractual arrangement to ensure that the above control is possible. Such arrangements are to the Tenderers discretion but the Tenderer must demonstrate that the arrangement is functional and workable to the entire satisfaction of the Engineer.
The Quality Control on site shall be structured, and the Quality Control Manager of such a position as to have a veto on the progress of the works. Attention to detail will be of prime importance. Should the Quality be of an unacceptable standard, the Engineer, who shall be the sole arbitrator as to the sufficiency of the standard achieved shall stop the Works and NO other work shall continue until the Quality is of an acceptable standard.
The contractor is to submit his Quality Control Plan (QCP) with his Tender. The completeness of his Quality Control Plan will form part of the adjudication process.
PS9SECURITY AND SAFETY
PS 9.1Security
All security regulations set forth by University of South Africa (UNISA) are to be strictly adhered to and the Contractor is to make himself fully acquainted with all and any security conditions regarding personnel, material and equipment entering or leaving the property.
The Contractor shall, if so required by University of South Africa (UNISA) at any time during the currency of the Contract, remove from the works any employee engaged by him on the works and shall provide suitable replacements.
Should the University of South Africa (UNISA) disclose the reason for requesting such removal, all costs involved in such removal and replacement shall be borne by the Contractor.
Should the University of South Africa (UNISA) not disclose the reason for requesting such removal, all costs involved in such removal shall be for the account of UNISA.
Should an employee or employees employed by the Contractor be required to leave the Site, the Contractor's obligations in terms of the Contract shall in no way be altered.
PS 9.2Safety
9.2.1 The Contractor shall provide, maintain and remove such hoarding, fans, screens, tarpaulins, drop sheets and other materials and items required to effectively uphold and protect from damage the works, materials and property whether of UNISA or other owners and to secure the safety and freedom from injury of all persons.
9.2.2The Contractor shall appoint a safety officer, which shall not be in an operational position to complete a safety plan and oversee safety aspects in accordance with the Occupational Health and Safety Act (OHSA) no. 85 of 1993 and the construction regulations section 37 (2) of the OHS act.
9.2.3 The Contractor shall comply with UNISA’s safety/security regulations.
PS10APPLICABLE STANDARDISED SPECIFICATIONS
PS10.1For the purpose of this Contract the Standardised Specifications and Codes of Practice for Civil Engineering Construction as approved by the Council of the South African Bureau of Standards as issued at date of tender shall apply.
SANS 1200A-GENERAL
SANS 1200C-SITE CLEARANCE
PS10.2For the purposes of this Contract, the following Particular Specifications are included:
DSC:Demolition of Concrete
CMW:Concrete Minor Works
CCM:CCM coating of concrete slab with polyurea
RWS:Remedial Waterproofing Sealant
TWS:Cementitious Waterproofing System and Cementitious Counterflashing.
PS11DRAWINGS
The following drawings are issued with this document and are deemed to form part of this documentation. Detailed drawings are listed below:
Traffickable Expansion JointMPD 001
Fullbore OutletMPD 002
Pipe ProtrusionMPD 003
Parapet DetailMPD 004
GENERAL: REMEDIAL WORK
VARIATIONS OF STANDARDISED SPECIFICATIONS
PSA1MATERIAL
PSA1.1Quality
All materials are to bear the mark of the South African Bureau of Standards where a standard is applicable to the particular material.
Materials shall be the best of their kind. Only new and undamaged materials shall be used in the Works. Materials to be permanently installed into the Works shall not be used for any temporary purposes on site.
Where reference is made in these Schedules of Quantities to proprietary types or trade names, the products or materials, etc., are, unless otherwise described, to be exactly those described.
Should the Tenderer wish to price for, or to supply, a similar article not of the specified type and/or method of manufacture, application must be made to the Engineer not less than seven days prior to the closing date of tenders, to enable the Engineer, to indicate his approval.
After the signing of the Contract the prior approval of the Engineer must be obtained for any substitution and where materials, etc. are used other than those specified, adjustments in rates will be made and variation orders will be issued to substantiate these adjustments.
In all cases the word "approved" shall mean "approved by the Engineer".
In all cases where the Contractor takes delivery of, handles, stores, applies and/or fixes any proprietary product, he shall do so in strict accordance with the manufacturers authorised written recommendations and/or instructions.
In the event of a discrepancy between the Project Specification and the manufacturers’ instructions, it shall be brought to the attention of the Engineer.
PSA1.2Structures and Natural Materials on Site
Old materials
Unless otherwise stated the whole of the materials arising from the alterations/remedial work, shall become the property of the Contractor and shall be carted away from site immediately it becomes available.
The Employer reserves the right to retain any of the materials at the price shown in the list of credit for materials or if no price is shown in that list at no charge to the Employer.
Material set aside for re-use
Old materials specified as set aside for re-use, shall be carefully removed, cleaned, repaired as necessary, classified, stacked, stored and properly protected from damage until required for re-use.
Handing over of materials
Where certain materials, equipment, articles etc are described to be handed over to the Employer, the Contractor shall obtain from the Employer an official receipt listing the materials handed over and the date of handover. Should the Contractor fail to submit such a receipt when requested to do so, it shall be deemed that the materials, equipment, articles etc., are still in his possession and he will be held liable for the full replacement value thereof, the value of which will be deducted from any moneys due to the Contract.
PSA2PLANT
PSA2.1Contractor's Offices, Stores and Services
The Accommodation of employees on the site will not be permitted and the Contractor shall make arrangements to accommodate his employees elsewhere.
PSA2.2Scaffolding
Not applicable.
PSA3PROTECTION OF STRUCTURES
In taking off and removing the existing waterproofing membrane etc. the utmost care must be observed to avoid any structural or other damage to the remaining portions of the work.
Such damage that is made to other elements shall be made good at the Contractor’s expense.
The method statement for the removal and replacement of the defective concrete shall be submitted to the Engineer for approval. The repairs shall be carried out in small sections as not to compromise the structural integrity of the structure.
PSA4TENDERER TO DEMONSTRATE ABILITY
The successful Tenderer must be able to demonstrate, to the Engineer’s satisfaction, that he is equipped to carry out the remedial works tendered for. The Engineer shall be the sole judge as to the Tenderer’s ability or otherwise. The successful Tenderer shall also be required to demonstrate that they have at least five (5) years’ experience in the relevant field of remedial works.
PSA5SITE VISIT
It is an essential condition of this contract that the Contractor visit the site to determine the exact working conditions, access, nature of the demolitions, remedial works and the intended scope of work. The submission of a Tender shall be deemed to be evidence of his visiting site notwithstanding anything to the contrary. No claim will be accepted for work not envisaged at tender stage which was ordinarily visible at such a site visit or was pointed out to the Contractor at the Site inspection.
PSA6EXTENSION OF TIME DUE TO RAIN
The Contractor is advised that only the official records of the nearest meteorological station will be considered for the application of extension of time due to rain. Should there not be a meteorological station within the vicinity and the Contractor considers that he will be prejudiced as a result, he is to install at contract commencement a rain gauge, which is to be monitored and recorded daily.
PSA7TESTING
PSA7.1Principles
These clauses are amended to provide that the Contractor shall implement a quality control and assurance programme in accordance with the "Quality Assurance program" to be prepared and submitted by the contractor to form part of these tender documents.
The Contractor shall provide all necessary personnel and facilities to implement the programme including the provision of a qualified and competent quality control technician whose time will be solely devoted to quality control and assurance matters for the full duration of the contract.
Tenderers are to allow for all costs associated with implementing the QA/QC programme under the heading of "Quality Assurance" in the Preliminary and General section of the schedules of quantities.
PSA8PROTECTION OF SERVICES
The Contractor shall protect all drainage pipes, manholes, water supply, electrical cabling as shown on the drawings or as may be indicated on site.
DEMOLITION AND REMOVAL OF STRUCTURAL CONCRETE
CONTENTS
CLAUSEDESCRIPTION
DSC1SCOPE
DSC2INTERPRETATIONS
DSC3PLANT AND EQUIPMENT
DSC4CONSTRUCTION
DSC5TOLERANCES
DSC6QUALITY ASSURANCE AND TESTING
DSC7MEASUREMENT AND PAYMENT
DEMOLITION AND REMOVAL OF STRUCTURAL CONCRETE
DSC1SCOPE
This specification covers the requirements for the demolition of concrete screeds, member of a structure and for the partial removal of concrete from a concrete member. The surface preparation of the concrete face which is to receive repair material is covered in Specification CSP.
DSC2INTERPRETATIONS
(a)Supporting Specification
Where this specification is required for a project the following specifications shall, inter alia, form part of the contract document:
Project Specification
(b)Definitions
Concrete members
All references to concrete shall include mass concrete, un-reinforced and reinforced concrete members.
Demolition
The breaking up of an entire concrete member into a discrete, manageable and disposable size with no further repair work undertaken.
Removal
Cutting back into the member material from an existing concrete surface or member end to partially remove such material and to expose a sound surface for bonding new material to extend a member to new dimensions or form.
DSC3PLANT AND EQUIPMENT
(a)General
All plant and equipment used for the demolition of concrete members or the removal of portions of a concrete member or material shall be based on proven and accepted technology within the industry. The plant and equipment shall be inspected and maintained on a regular basis to ensure that the plant and equipment remains in good working order, functions efficiently and that safety is not compromised.
The plant and equipment used for the demolition or removal process shall be of the accepted type and capacity for the relevant application. The suitability of the chosen method shall be demonstrated on a representative test section identified by the Engineer prior to the execution of any programmed work.
(b)Protection Screens
Where necessary, the Contractor shall provide suitable and safe debris collection and removal of chutes and bins, including protection screens where required, at each location of concrete demolition or removal operations.
The temporary structures, platforms, chutes, etc must be stable and of sufficient strength and rigidity to safely carry the imposed temporary loads arising from the work activity.
DSC4CONSTRUCTION
(a)Sequence of execution
The method and sequence of demolition or concrete removal shall be in accordance with the approved method statement submitted by the Contractor following pre-construction testing if necessary, and any written instruction issued by the Engineer.
(b)Site preparation and access
If deemed necessary to ensure acceptable environmental, health and safety conditions, screening and protective measures shall be established around the work area.
(c)Partial removal of concrete from structural elements
(i)Cutting back concrete to a new finished surface
The concrete must be cut back to provide the prescribed concrete level to the new finished surface as directed by the Engineer. The technique used shall be suited to its intended use and shall not cause damage to the remaining concrete member.
The exposed contact surface shall be bound by straight line edges cut at least 10 mm deep by a diamond cutting saw, angle grinder or other approved equipment.
(ii)Cutting out cracks
Where cracks as indicated by the Engineer are to be cut out, it will be cut in straight lines using a diamond cutting saw. All angles will be rectangular. The cut shall be at least 10 mm deep. The concrete will be removed until the crack disappears in a direction perpendicular to the concrete surface. The width of the concrete to be removed shall be 30 mm either side of the centre of the crack. The crack shall be sealed with a proprietary non-shrink repair mortar.
(d)Surface preparation for contact surfaces
All loose and shattered concrete, as well as foreign material such as oil, epoxy or cementitious coating, grease, etc must be removed from the contact surface of old to new concrete. The aggregate must be exposed to provide a good bonding surface.
The mechanically prepared concrete surface shall be cleaned by means of oil-free compressed air or water jetting.
DSC5TOLERANCES
The Contractor shall remove concrete to a planar, uniform surface with 25 mm maximum deviation from the level or dimension indicated on the drawings or by the Engineer unless otherwise approved by the Engineer. The outer edge of the contact surface shall comprise straight lines with maximum deviation of 5 mm over a 1 m long straight edge, and shall be within 5 mm of the theoretical position indicated on the drawings, or as instructed by the Engineer.
DSC6TESTS
The Contractor shall carry out pre-construction tests with the proposed equipment to determine the suitability of the technique for the envisaged application. The test results shall be reported to the Engineer and are subject to the Engineer's approval.
DSC7MEASUREMENT AND PAYMENT
The pay items in this clause shall include full compensation for all work associated with the demolition and removal of concrete structural elements or portions thereof which are not already covered by the measurement and pay items of the Standard Specification or the Project Specification: e.g. all procurement, transport, access and temporary works, plant and equipment required to undertake the work specified.
The quantities indicated in the Schedule of Quantities: are based on inspections performed as part of the preliminary and detail design phases. The actual work may result in significant variations as the work is executed which shall be considered in terms of the Special Conditions of Contract.
Item
Unit
DSC7.1Cutting back concrete screed to a new surface.cubic metre (m³)
The unit of measurement is the cubic metre of concrete cut back, measured in its original position on a structural member.
The tendered rate shall include full compensation for all labour, materials, equipment, screening and protective measures, plant, etc. that is required to cut back the concrete and reinforcement to the profile shown and to load, transport and dump the material at the nearest approved dumping area.
SPECIFICATION CMW (CONCRETE MINOR WORKS): SABS 1200 GA
CONTENTS
CLAUSEDESCRIPTION
CMW1MATERIALS
CMW2PLANT
CMW3CONSTRUCTION
CMW4CONCRETE SLAB CONSTRUCTION
CMW (CONCRETE MINOR WORKS): SABS 1200 GA
CMW13MATERIALS
CMW1.13.2Cement
CMW1.1.13.2.1Tenders shall be based on the use of either:
a) Portland Cement SANS 50197-1 CEMI 42,5;
b) Portland Cement SANS 50197-1 CEMI 42,5R; or
c) Portland Cement SANS 50197-1 CEMI A-V 42.5N;
Aggregates
Shall comply with the requirements of SABS 1083 and 1090 and shall be washed and free of contaminants.
CMW24PLANT
CMW2.15Formwork
CMW2.1.14.5.3Ties
The spacing and method of tying shutters and filling of tie holes shall be subject to the approval of the Engineer bearing in mind the requirements for durable structures in a corrosive environment.
Metal ties may be left in the concrete provided they are cut back to a depth at least equal to the specified cover of the reinforcement and filled as specified below.
Asbestos cement spacers may be left in the concrete provided the ends are trimmed back at least 20 mm from the holes are completely filled as specified below.
Holes left in the concrete from shutter ties shall be cleaned out and then painted with a styrene butadiene latex. They shall be plugged with a cement/sand mortar (1:3) gauged with styrene butadiene latex (10 litres latex to 50 kg cement). Two brush coats of latex grout shall be brushed over and around each filled hole as late as possible after plugging.
CMW35CONSTRUCTION
CMW3.15.1Reinforcement
CMW3.1.15.1.2Fixing
Welding of reinforcement will not be allowed.
Concrete cover spacers shall be of the same strength as the parent concrete.
Wire ties around reinforcement shall not encroach on the specified cover.
CMW3.2.1.1
Chamfers
All exposed edges or corners of smooth formwork shall be chamfered 15 x 15 mm unless otherwise shown on the drawings.
CMW3.35.5Concrete
CMW3.3.15.5.1Quality
CMW3.3.15.5.1.1General
All concrete shall comply with the requirements of strength of concrete (See Clause CMW.3.3.1.3)
CMW3.3.1.35.5.1.7Strength Concrete Cement Content and Aggregate Sizes
Without relieving the Contractor of his responsibilities in terms of Clause 5.5.1 the minimum cement content of the various grades of concrete shall be as stated hereunder.
Works cube strength at
28-days MPa
Kg per m3 of concrete
Normal use unless otherwise specified
40
350
Concrete restraints and upstands
30
Concrete slabs
The water:cement ratio shall not be less than 0,4 by mass and special attention must be given to grading of aggregates, workability and compaction. The normal size of coarse aggregate shall generally be 19 mm but in concrete sections less than 75 mm thick the nominal size shall be reduced to 13 mm. Aggregates prone to AAR shall not be used. Aggregates shall be free of deleterious materials. Mix designs shall be submitted for approval of the Engineer.
CMW4CONCRETE SLAB CONSTRUCTION
The screed shall be a monolithic concrete slab fully bonded to the ash cement screed.
CMW4.1Concrete strength
The concrete cube strength shall reach at least 30 MPa compressive strength at 28 days. The curing method of the slab on ground shall be submitted to the Engineer for approval.
CMW4.2Geometry of concrete slab
CMW4.2.1Panel sizes
The panel size shall be 30 times slab thickness or 4,5 metre whichever is the lesser. The length to width ratio shall not exceed 1,25. Slab geometry with an angle of less than 60 degrees, should be avoided.
CMW4.2.2Joints
Isolation joints along edges and parapet walls should be provided. All joints and isolation joints shall be sealed. Where load transfer is required, dowels or keyed joints shall be inserted.
CMW4.2.3Surface finishes
The required surface finish will be a wood finish lightly broomed with a nylon bristle broom, as specified by the Engineer. The concrete surface shall be protected from drying out rapidly, to prevent shrinkage cracks.
SPECIFICATION: CCM COATING OF CONCRETE SLAB WITH POLYUREA
CONTENTS
CLAUSEDESCRIPTION
CCM1SCOPE
CCM2SUPPORTING SPECIFICATIONS
CCM3CLEANING OF OVERALL CONCRETE SURFACES
CCM4SKIMMING MORTAR
CCM5MORTAR FILLETS
CCM6PROTECTIVE COATING
CCM7TERMINATION DETAILS
CCM8VAPOUR BARRIER
CCM9ROAD MARKINGS
CCM10GUARANTEE
CCM11MEASUREMENT AND PAYMENT
SPECIFICATION: CCM COATING OF CONCRETE MEMBERS
CCM1SCOPE
This specification covers the requirements for the coating of concrete with a spray on polyurea system.
CCM2SUPPORTING SPECIFICATIONS
The following specifications shall, inter alia, form part of this specification
a) The project specification,
b) SANS 1200 A: General,
c) SANS 1200 G: Concrete (structural),
d) Variation to SANS 1200G:
The reinforced concrete repairs shall be carried out in compliance with the requirements of:
a)the local bye-laws;
b)this Specification;
c)relevant SANS specification; and to
d)the satisfaction of the Engineer or his representative
CCM3CLEANING OF OVERALL CONCRETE SURFACES
3.1General
All exposed concrete surfaces shall be cleaned and prepared to achieve a contaminant free open textured concrete surface to the approval of the Engineer. This must fully expose all defects including cracks, honeycombing, blowholes, day work joints etc. and remove all contaminants including caustic soda, dust, efflorescence, skims, renders, old repair material, etc. The concrete surface should be acid etched. Thereafter the area shall be cleaned with high pressure washing until all contaminants are removed.
3.2Contractor to provide method statement
The Contractor shall include in his method statement his intended method of cleaning and preparation. However, such method statements will not limit in any way the Contractor's contractual obligations to meet the requirements of the proceeding and following sub-clauses and this Specification generally, to the entire satisfaction of the Engineer or his representatives.
The Contractor shall satisfy the Engineer prior to commencing with the works that his stated method of surface preparation is practical, economical and acceptable to the Client.
3.3Cleaning of adjoining elements
All adjoining elements, equipment, fittings etc. shall be thoroughly cleaned of all cleaning materials and residue which remains resting upon or lodged in same on completion of the aforementioned concrete operations.
3.4Acceptable methods of cleaning
The method of cleaning is the Contractor’s responsibility and depends on the existing surface.
If the surface is uncontaminated then the surface may be cleaned by means of a high-pressure wash at a minimum pressure of 350 bars at a delivery of 16 litres/minute.
Where the surface is contaminated or has to have all laitance removed then the surface should be abrasive blast cleaned.
All areas which are to be grit blasted are to be agreed in writing by the Engineer prior to grit blasting. Such approval would normally be indicated by an initial on the QC sheet supplied by the Contractor, which exactly identifies the location of and dimensions of the area involved.
3.5Abrasive blast cleaning of concrete
3.5.1Choice of abrasive and degree of blast cleaning required
Blast cleaning of concrete is carried out generally to remove surface laitance from the concrete and to provide the ability of subsequent applications to penetrate. In certain circumstances, it is necessary to expose the main aggregate (stone) of the concrete to improve the structural bonding.
This is normally necessary when improvement in the shear strength of the bond is required. For surface coatings a light blast cleaning (brush off) is all that is required to achieve the correct bond. A medium sandpaper finish is to be achieved.
The degree of blast cleaning is achieved by using different size aggregates, (coarse aggregates for deep etching and fine aggregates for brush off blasting) and by the duration of the blast cleaning.
CCM4SKIMMING MORTAR
Where instructed by the Engineer, apply Sika Top 107 Seal to smooth concrete surfaces to close all blow holes and minor defects.
CCM5MORTAR FILLETS
Mortar fillets are to be formed in all corners and 90( angles. The minimum size of the fillet is to be 30 mm x 30 mm. A bonding slurry of cement and polymer is to be used and the mortar applied wet on wet. The fillet is to be formed using polymer modified mortar of the following proportions by volume:
Vaal river sand:
9 parts
CemI 32,5 cement:
3 parts
ProStruct 610:
1 part
To which a little water may be added to achieve the correct consistency for application, however, this must be kept to a minimum. See drawing MPD004.
CCM6PROTECTIVE COATING
Surface as indicated by the Engineer in writing are to be coated with a protective polyurea as follows:
· A light sweep blast must be undertaken to open the pores of the concrete surface, Sika Epocem 720 2mm thick or similar must be applied, if moisture is present as directed by the Engineer. The application rate being 4,5m²/ltr;
· Allow a minimum of 24 hours, before the Sika 161 Primer or EP Primer is applied;
· Apply a EP Primer or Sika Floor 161 at the rate of 3m²/litre;
· When the primer is tack free, the Sikalastic-841ST will be applied at no less than 3 mm thick;
· Product must be allowed to cure for at least 24 hours before being put into service.
The contractor should price the above polyurea coating, but he could submit alternative material similar to the above with the necessary technical backup.
CCM7TERMINATION DETAILS
CCM7.1Parapet walls
The polyurea membrane shall be terminated at least 100 mm above the top of the mortar fillet situated between the parapet wall and the screed. A groove of 5 mm x 3 mm shall be cut at a 45( angle into the concrete and the polyurea coating terminated into the cut groove. Thereafter, the joint shall be sealed with a bead of Polyurea sealant and counterflashed with a cementitious waterproofing membrane. See Specification TWS. See drawing No MPD 004.
CCM7.2Fullbores
The metalic surfaces shall be prepared as previously described. An additional coating of 500 (m dry film thickness shall be applied into the fullbore and for a width, of the full circumference of the fullbore, of at least 50 mm on the surrounding concrete surface.
Thereafter, the first and second coat shall be applied excluding any aggregate to give a total dry film thickness of 2,7 mm. See drawing No MPD 002.
CCM7.3Protrusions
The coating shall be terminated 100 mm onto the vertical. Where instructed by the Engineer a unreinforced hypalon skirt shall be dressed over the polyurea waterproofing system. The hypalon skirt shall be mechanically fixed with a stainless steel clamp ring and sealed of with a 5 mm bead of polyurea sealant.
CCM7.4Brick walls
The brick walls shall be smoothed as previously described prior to the application of the polyurea system. A groove 5 mm x 3 mm shall be cut into the joint approximately 100 mm above the top of the mortar fillet. Thereafter the joint shall be sealed with a bead of polyurea sealant and counterflashed with a cementitious waterproofing membrane in accordance with Specification TWS. See drawing No MPD 004.
CCM8VAPOUR BARRIER
If it is a requirement of the manufacturer, that a vapour barrier should be provided prior to the application of the polyurea coating, it should be stated. The Contractor shall make allowance in his tender rato for the required vapour barrier and state the product he intends using ie Epocem 720 of Sika.
CCM9ROAD MARKINGS
All parking bays shall be painted white. The length of the parking bay shall be 5 m and the width of the road marking 120 mm.
An alaphatic polyurea shall be used. The coating shall have a satin finish and have good resistance to splash and spillage of acids, alkalis, solvents, salts and water with outstanding weather resistance and colour retention.
All arrows indicating flow of traffic shall be yellow and all “no parking” areas red, using road and runway marking paint Type 1 and Type 2.
The following products are approved:
Carboline 133HB - StonCor
Plascon High Sheen
CCM10GUARANTEE
It is a requirement of the Contractor that an unconditional 10 year guarantee shall be provided. The guarantee can be in the form of an insurance backed guarantee e.g. or by the Contractor or supplier. A comprehensive pro forma guarantee must be submitted with the Tender and will be considered during the adjudication process.
If an additional coating is required to ensure that the system is UV stable, it should be stated. Any maintenance requirements for the above 10 year guarantee shall be clearly indicated in the Contractors guarantee.
CCM11MEASUREMENT AND PAYMENT
The pay items in this clause shall include full compensation for all work associated with the waterproofing of roof slabs or portions thereof which are already covered by the measurement and pay items of the Standard Specification or the Project Specification eg all procurement, transport, access and temporary works, plant and equipment required to undertake the work specified.
The quantities indicated in the Schedule of Quantities: are based on inspections performed as part of the preliminary and detail design phases. The actual work may result in significant variations as the work is executed which shall be considered in terms of the Special Conditions of Contract.
Item
Unit
CCM11.1Surface preparation for the
waterproofing of concrete surfaces.(m²)
(a) old concrete to 3 mm depth.
(b) new concrete to remove laitance only.
The unit of measurement is the square metre surface area as prepared.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required to prepare the surface prior to waterproofing and shall include the preparation and minor patching and stopping.
ItemUnit
CCM11.2Repair to screed using polymer modified
screed up to 20 mm in thickness(m²)
The unit of measurement is the square metre surface area of screed repaired.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the repairs to the sand cement screed surfaces, including the slurry coat.
ItemUnit
CCM11.3Replacement of defective screeds as per(m3)
Specification CMW4.
The unit of measurement is the cubic metre of screed replaced.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and replacement of defective screed. Neatly cut to rectangular areas, rubble removed from site and area replaced using 30 MPa concrete in panels of 3 m x 3 m.
ItemUnit
CCM11.4Sealing of cracks and cold joints in screed > 1 mm
wide with a 6 x 6 mm triangular bead of sealant(m)
The unit of measurement is the linear metre of cracks repaired.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and application of sealant over the cracks.
ItemUnit
CCM11.5Waterproofing of roof slab area with polyurea.(m²)
The unit of measurement shall be the square metre of area waterproofed.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required including the primer and all layers to achieve the required thickness.
ItemUnit
CCM11.6Termination of waterproofing on parapet walls
and brick walls.
(m)
The unit of measurement shall be the linear metre.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and termination of the polyurea waterproofing system.
ItemUnit
CCM11.7Termination of waterproofing on protrusions
i.e. stanchions with dimensions:
(a) Less than 50 mm
(no)
(b) Greater than 50 mm
(no)
The unit of measurement is the number of terminations
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and termination of the polyurea waterproofing system.
ItemUnit
CCM11.8Termination of waterproofing into fullbores(no)
The unit of measurement shall be the number of terminations.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and waterproofing terminations into fullbores.
ItemUnit
CCM11.9Termination over expansion joint(m)
The unit of measurement shall be the linear meter of expansion joints
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and waterproofing of the expansion joints including upstands and trafficable neoprene joint system as per specification and drawing.
ItemUnit
CCM11.10Road markings. Traffic accommodation signs(m)
(a) White
(b) Yellow
(c) Red
ItemUnit
CCM11.11Road markings i.e. arrows in(m)
(a)Yellow(No)
(b)Red(No)
The unit of measurement shall be the number of road signs painted.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and painting of the road signs.
SPECIFICATION RWS: REMEDIAL WATERPROOFING OF SEALANTS
CONTENTS
CLAUSEDESCRIPTION
RWS1
SCOPE
RWS2SUPPORTING SPECIFICATIONS
RWS3GENERAL
RWS4MATERIALS
RWS5APPLICATION OF SEALANTS
RWS6TEST SAMPLE
RWS7MEASUREMENT AND PAYMENT
SPECIFICATION RWS: REMEDIAL WATERPROOFING OF SEALANTS
RWS1SCOPE
This specification covers the requirements for the remedial waterproofing sealants, sealing of junctions and joints using polyurea sealants and silicon sealants as specified.
RWS2SUPPORTING SPECIFICATIONS
The following specifications shall, inter alia, form part of this specification:
(a) SANS 1200.
(b) The project specification
(c) SANS ISO 11600.
(d) SANS 021.
(e) Manufacturer’s data sheet of specific products specified in the specified approved product list and Schedule of Quantities.
RWS3GENERAL
3.1 Generally
The work described herein generally relates to the remedial waterproof sealants of the joints and terminations. The work includes, but is not limited to:
(a) Sealing of junctions.
(b) Sealing of joints.
(c) Traffickable joints in slabs.
3.2Work to be carried out by Specialist
An approved Specialist, using artisans, shall carry out the work detailed in the Specification and staff skilled and experienced in the use of sealant and coating materials and additives referred to hereunder.
RWS4MATERIALS
4.1 Sealants
Shall comply with the requirements of SANS 1077 for polyurea sealant.
4.2Primers
Only primers approved by the Manufacturer of the sealant are to be used.
4.3Single pack sealant
The following sealants are approved:
Polyurea
· StonCor PU-515
· Sika Flex Pro 3i
Silicon Sealant
· Dow Corning DC 888 sealant
· Tremco THC900
Alternative products may be submitted for approval.
4.4Backing cord
Sondor “Polycord” foam backing cord or similar.
4.5 Flexible bandage
The following 1,2 mm unreinforced modified flexible Polyolefin bandages are approved:
· Combiflex from Sika
· Masterflex 3000 from Degussa
Alternative products may be submitted for approval.
4.6 Epoxy adhesives
The following Thixotropic epoxy adhesives are approved:
· Sikadur 31CF
· Concresive 220
Alternative products may be submitted for approval.
4.7 Epoxy high build
Concressive 2020 (plus primer) - Degussa
ProStruct 618/22 - StonCor
4.8Polyurea Sealant (shore hardness >60)
Epoflex 800 - ABE
4.7Neoprene Joint
The following joint systems are approved:
· Vulkem 275ED.
· Radflex.
Alternative products can be submitted for approval.
RWS5APPLICATION OF SEALANTS
5.1 Junctions and joints
Remove all failed sealants from the joints and junctions. All junctions and joints to be sealed must be carefully inspected.
Any loose material, dust or foreign matter is to be removed to give the sealant a firm base to be bonded to. If the width of the junction exceeds 5 mm a backing cord is to be installed prior to the application of the sealant.
The sealant is to be applied strictly in accordance with the manufacturer’s instructions with particular reference to primers etc.
5.2 Expansion joints
5.2.1Joint sealant
A suitable rope and bond breaker such as Polycord having a dimension of approximately twice the size of the joint shall be carefully inserted into the joints so that a snug fit is achieved. The Polycord or other suitable backing shall be clear of the top surface of the concrete by 8 mm to 10 mm.
It is essential that the backing rope is squeezed between the two surfaces to ensure that the expansion joint sealant does not exceed a maximum depth of 10 mm.
The two prepared and cleaned vertical surfaces on which the polyurea sealant must be adhered to shall be primed with the approved primer. A continuous bead of polyurea sealant shall be applied into the joint over the Polycord. The thickness of the bead shall not exceed 10 mm. The application shall comply with the manufacturer’s recommendations and data sheets.
5.2.2Sealing of traffickable expansion joints in slab
All traffickable expansion joints in the concrete slab is to be prepared as discussed. The silicon joint sealant shall be used in the traffickable expansion joints exceeding a width of 20 mm, strictly according to the manufacturer’s instructions.
5.3 Expansion joint
R8 “U” hoops are to be grouted into the concrete slab to a depth of 70 mm at 200 mm centres. All dust is to be removed and the holes pre-wetted prior to placing the proprietary grout. The cover to the reinforcing shall be 30 mm. Four R10 bars are to be tied to the “U” hoops spanning the full length of the nib. The horizontal reinforcing shall be tied to the external of the U-loops. The final dimensions of the nib shall be 200 mm wide and varying from 50 to 200 mm high.
The joint in the slab shall be reamed out to a width of at least 10 mm and cleaned. A backing cord 1,5 times the width of the joint shall be inserted in the joint to ensure that the silicon sealant inserted in the joint does not exceed a depth of 0,5 times the width.
1 to 1,2 mm Modified flexible Polyolefin unreinforced membrane is to be fully bonded on the concrete slab below the concrete nib bonded to the substrate with a thixotropic epoxy adhesive.
Silica sand shall be broadcasted into the top of the epoxy.
Thereafter, a concrete nib shall be cast into a wet to dry epoxy. The nib shall be cast with 40 MPa concrete, rapid hardening cement and 13,2 mm stone. The height of the nib shall be verified on site but should match the level of the pavers. The corners of the nibs shall be chamfered.
A 1 to 1,2 mm Modified flexible Polyolefin waterproofing membrane encapsulated in a thixotropic epoxy adhesive (1 mm) shall be inserted over the concrete nibs and terminated on the vertical. The above shall have a loop/slack of ± 10 mm vertical into the joint. See drawing No MPD 001.
5.3.1Traffickable joint
Stainless steel bolts shall be anchored into the concrete nib to a depth of at least 60 mm. Care shall be taken when drilling these holes not to sever any reinforcing. If any reinforcing steel is encountered, it should be brought to the attention of the Engineer. The 12 mm diameter stainless steel bolts, shall be fully threaded. To prevent it from being screwed out of the epoxy, the bottom 10 mm of the thread on the one side, shall be ground off.
A blob of Polyurea sealant shall be placed around the bolt.
Prior to placing the neoprene preformed traffickable pads, polyurea sealant 50 mm wide and 5 mm thick, shall be placed on the Hypalon waterproofing membrane to form a gasket. Before set has taken place, the nuts of the neoprene pad system shall be tightened. See drawing No MPD 001.
5.3.2 Transition between neoprene joint and deck slab
The ± 40 mm difference between the top of the neoprene performed trafficable joint and the top of the deck slab shall be done as follows.
The alaphatic top coat shall be stopped 800 mm short of the neoprene joint. The top of the polyurea coat shall be broad cast with silica sand to provide a mechanical key for the two system transition consisting of a precast sloped concrete pavers and epoxy nib.
The concrete paver shall be 400 mm x 400 mm precast with a light mesh 15 mm from the bottom. The strength of the concrete pavers shall be 40 MPa. The concrete pavers shall slope from 40 mm to 25 mm in one direction only. The concrete pavers shall be bedded in a thixotropic epoxy adhesive onto the silica sand. The pavers shall be butted lengthwise along the expansion joint. A high build, filled epoxy resin mortar shall be used in panels 400 mm x 400 mm, to coincide with the pavers with a slope in one direction. Therefore, the epoxy nib shall be 25 mm at the one end and 10 mm at the other end.
Between the epoxy nib (10 mm) and the parking deck, insert a 10 mm triangular polyurea sealant of shore hardness of not less than 60.
The above shall be overcoated with the alaphatic top coat of the polyurea system.
RWS6TEST SAMPLE
Field adhesion tests as well as water testing on the finished area should be carried out on the joint in order to ensure that proper adhesion has been achieved between the substrate and the sealant, and that the proposed sealant provides a satisfactory weather resistant joint.
A sample panel shall be prepared at the onset of the contract. The sample panel shall be approved by the client, Engineer and supplier prior to the work proceeding.
RWS7MEASUREMENT AND PAYMENT
The pay items in this clause shall include full compensation for all work associated with the waterproofing of the joints or portions thereof which are to already covered by the measurement and pay items of the Standard Specification or the Project Specification e.g. all procurement, transport, access and temporary works, plant and equipment required to undertake the work specified.
The quantities indicated in the Schedule of Quantities: are based on inspections performed as part of the preliminary and detail design phases. The actual work may result in significant variations as the work is executed which shall be considered in terms of the Special Conditions of Contract.
RWS7.1Preparation of joint and installing a silicon
joint plus primer and backing cord in the joint(m)
The unit of measurement is the linear metre of joint prepared masked and sealed.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the supply, preparation and application of the primer backing cord and sealant.
RWS7.2Preparation of cracks and sealing thereof
with polyurea sealant
(m)
The unit measurement is the linear metre of cracks prepared and sealed.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and installation of the polyurea sealant.
RWS7.3Miscellaneous 6 x 6 mm triangular
bead sealing
(m)
The unit of measurement is the linear metre of sealant applied.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation and sealing with polyurea sealant (PU).
RWS 7.4Flexible bandage skirt counterflashing on protrusions(no)
(a) 0 – 50 mm diameter
(b) 50 – 100 mm diameter
(c) 100 – 150 mm diameter
The unit rate is the number of hypalon skirts manufactured and installed, including a stainless clamp around the protrusion as well as a bead of polyurea sealant.
RWS7.5Trafficable expansion joint
(m)
nibs 200 mm either side of joint height:
(a) 50 mm to 100 mm
(b) 100 mm to 150 mm
(c) 150 mm to 200 mm
(d) 200 mm to 250 mm
The unit measurement is the linear metre of joint constructed.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the construction of the joint as specified including all sealants, Hypalon as well as the neoprene trafficable joint and fixing thereof.
RWS7.6Construct a transaction between the neoprene(m)
Joint and deck slab in accordance with
Specification PWS 5.3.2
The unit measurement is the linear metre of joint constructed.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the construction of the joint as specified including all sealants, epoxy mortar, precast concrete pavers and adhesion to substrate.
SPECIFICATION TWS: CEMENTITIOUS WATERPROOFING SYSTEM AND CEMENTITIOUS COUNTERFLASHING
CONTENTS
CLAUSEDESCRIPTION
TWS1SCOPE
TWS2SUPPORTING SPECIFICATIONS
TWS3MATERIALS
TWS4GENERAL
TWS5PREPARATION OF OVERALL CONCRETE SURFACES
TWS6WATERPROOFING MATERIAL AND COATINGS
TWS7CONSTRUCTION: SURFACE PREPARATION
TWS8PROTECTION AND CURING OF REPAIR MATERIAL
TWS9PARTICULAR SPECIFICATION FOR REINFORCED WATERPROOGING SLURRY FOR COUNTERFLASHING AND WATERPROOFING SLURRY
TWS10MEASUREMENT AND PAYMENT
SPECIFICATION TWS: CEMENTITIOUS WATERPROOFING SYSTEM AND CEMENTITIOUS COUNTERFLASHING
TWS1SCOPEThis specification covers the requirements for the counterflashing of polyurea waterproofing and a trafficable waterproofing slurry.
TWS2SUPPORTING SPECIFICATIONSThe following specifications shall, inter alia, form part of this specification:
· The project specification
· SANS 1200 Series
· The Manufacturer’s Instructions
TWS3MATERIALS
3.1Universal waterproofing
The following products meet the requirements of the Specification. Alternative products, similar to these specified can be submitted to the Engineer for approval:
· Cemflex – Sika
· Cemproof – StonCor
· Masterseal 1234 - Degussa
3.2Reinforcing fabric
Glass fibre based membrane compatible with the universal waterproofing.
TWS4GENERAL
4.1Generally
The work described herein generally relates to the temporary waterproofing of the parking deck, as well as cementitious counterflashing to the polyurethane waterproofing membrane. However similar principles apply to other waterproofing remedial work which may occur.
4.2Work to be carried out by specialistThe work detailed in the Specification shall be carried out by any approved specialist, using artisans and staff skilled and experienced in waterproofing and waterproofing remedials and the use of the specialist waterproofing and coating materials and additives referred to hereunder.
4.3Protection of finishes and existing structures
The Contractor shall provide adequate protection to all adjoining elements including sealants, equipment and fittings such that these are not damaged in any way during the aforementioned cleaning operations.
Any damage occurring or cleaning necessary as a result of inadequate protection and/or negligence by the Contractor shall be rectified by the Contractor at his own cost to the satisfaction of the Engineer.
In the event that the Engineer or his representatives deems the protection afforded to the works and surrounding elements and equipment to be inadequate the Engineer reserves the right to decide that no waterproofing or coating work shall be undertaken.
4.4 Rain and Wet Conditions
At the discretion of the Engineer, adequate protection is to be provided by way of fixed setting to the scaffolding, etc. to provide a dry working environment for the application of all repair materials and coatings and such protection must be maintained at least until the initial set has taken place.
TWS5PREPARATION OF OVERALL CONCRETE SURFACES5.1General
All exposed concrete shall be cleaned and prepared to achieve a contaminant free open textured concrete surface to the approval of the Engineer. This must fully expose all defects including cracks, honeycombing, blowholes, day work joints, sealant rebates, etc. and remove all contaminants including moss, lichen, algae oil, grease, efflorescence, laitance, joint sealant residue, old repair material, etc.
5.2Contractor to provide method statement
The Contractor shall include in his method statement his intended method of cleaning and preparation. However, such method statements will not limit in any way the Contractor's contractual obligations to meet the requirements of the proceeding and following sub-clauses and this Specification generally, to the entire satisfaction of the Engineer or his representatives.
The Contractor shall satisfy the Engineer prior to commencing with the works that his stated method of surface preparation is practical, economical and acceptable practice.
5.3Cleaning of adjoining elements
All adjoining elements, equipment, fittings etc. shall be thoroughly cleaned of all cleaning materials and residue which remains resting upon or lodged in same on completion of the aforementioned waterproofing operations.
TWS6WATERPROOFING MATERIAL AND COATINGS
6.1Material to be that specified
All waterproofing materials and coatings used in the works shall be those as specified and precisely as detailed in this Specification and in the manufacturer's technical data sheets which form an integral part of this Specification. The product shall be a universal cementitious waterproofing.
6.2Water requirement
Water used shall be clean potable water.
TWS7CONSTRUCTION: SURFACE PREPARATION
7.1 Surface cracks
Large cracks, wider than 2 mm, in the concrete surface are to be identified and cut out (chased), 5 mm wide, as directed by the Engineer to remove loose concrete or debris and other deleterious materials. The cracks shall be sealed with a polyurethane sealant 5 mm wide, care being taken that the depth does not exceed the width. Thereafter the crack shall be masked with masking tape to a width of 30 mm. Smaller cracks shall be wire brushed to remove all concrete debris and thereafter masked to a width of 20 mm.
All cracks shall be covered with an additional layer of fabric and slurry, 50 mm wide, prior to the application of the counterflashing. The preparation of cracks is only relevant to the counterflashing. The same principles will apply to the screed.
7.2Terminations
The waterproofing shall be terminated in a neat line, 100 mm down or up onto the concrete structure and overlapping 100 mm over the polyurethane waterproofing.
7.3Rounding of sharp edges
Prior to the application of the universal cementitious waterproofing material, all sharp edges shall be rounded off to a radius of 15 mm.
TWS8PROTECTION AND CURING OF REPAIR MATERIAL8.1General
During periods of hot weather and under conditions of drying winds, waterproofing material shall be placed as quickly as practicable and the Contractor shall take particular care to minimize the effects of such conditions so as to prevent drying to minimize shrinkage.
8.2Contractor to specify means of protection
The contractor is to specify the means of protection he intends to use prior to commencement of the works and receive written approval thereof from the Engineer.
8.3Exposed faces to be protected from temperature changes
All exposed faces of placed waterproofing material shall be protected against rapid temperature changes and from drying out, from wind etc, for a period of two days after the coating has taken its initial set.
All necessary precautions shall be taken to ensure that the protective sheeting, etc. which may be used to comply with this clause, does not impair the final surface of the protective coating so as to affect the finished performance or appearance.
TWS9PARTICULAR SPECIFICATION FOR REINFORCED WATERPROOFING SLURRY FOR COUNTERFLASHING9.1Existing concrete preparationThe existing parent concrete is to be thoroughly saturated with potable water, strictly in accordance with the manufacturer's specification before the waterproofing slurry is placed.
9.2Mixing of coating
The additives are to be applied strictly in accordance with the manufacturer's specifications.
The waterproofing slurry coating is to be mixed using the manufacturer’s recommended mix proportions.
The materials are to be mixed in a clean container by slowly adding the powder and water to the correct amount of Portland cement and stirring with a slow speed mixer.
9.3Application of coating
The surface to be waterproofed is to be saturated with clean potable water. Whilst the surface is still wet apply a prime coat.
Pre-cut the fabric into convenient sizes and soak in the slurry. Lay fabric in primed area and smooth to remove air bubbles. Once the area is covered, apply full coat of slurry over surface and allow to dry. Once dry, apply a final coat.
Coverage to be minimum 2,5litres per m².
The fabric is to be lapped 50mm at edges and laps.
9.4 Waterproofing slurry
Where the universal waterproofing is used for temporary waterproofing, the above principles for application will apply. The waterproofing slurry, without fabric, would be applied in one application only.
TWS10 MEASUREMENT AND PAYMENT
The pay items in this clause shall include full compensation for all work associated with the waterproofing of the concrete elements or portions thereof which are already covered by the measurement and pay items of the Standard Specification or the Project Specification e.g. all procurement, transport, temporary works, plant and equipment required to undertake the work specified.
The quantities indicated in the Schedule of Quantities are based on inspections performed as part of the preliminary and detail design phases. The actual work may result in significant variations as the work is executed which shall be considered in terms of the Special Conditions of Contract.
Item
Unit
TWS 10.1Universal cementitious waterproofing(m2)
counterflashing including fabric 200 mm wide
The unit of measurement is the square metre of counterflashing applied.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the supply, preparation and application of the universal cementitious waterproofing and fabric to the prepared concrete.
Item
Unit
TWS 10.2Un-reinforced waterproofing slurry(m²)
The unit of measurement is the square metre surface area waterproofing applied.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the supply, preparation and application of the prime slurry and all subsequent coats to the prepared concrete.
TWS 10.3Preparation of cracks and waterproofing thereof(m)
The unit of measurement is the linear metre of cracks to be prepared masked and waterproofed with a 50 mm wide bandage.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the supply, preparation and application of the prime slurry, fabric and all subsequent coats to the prepared concrete surface.
TWS 10.4Preparation of groove and tucking
in of soaked fabric
(m)
The unit of measurement is the linear metre of groove cut and fabric tucked in the groove.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the supply, preparation and application of the prime slurry, fabric and all subsequent coats to the prepared concrete surface.
TWS 10.5Rounding off of edges by grinding(m)
The unit measurement is the linear metre of edges rounded off by grinding.
The tendered rate shall include full compensation for all labour, materials, equipment, etc. that is required for the preparation of the concrete edges.
SECTION B
BOQ – RR Maluleka Building Parking Deck (Attached Document)
PREAMBLE TO SCHEDULES OF QUANTITIES
1. GENERAL
The General Conditions of Contract, the Special Conditions of Contract, the Specifications (including the Project Specification) are to be read in conjunction with the Schedule of Quantities.
2. SCHEDULE OF QUANTITIES
The schedules comprise items covering the Contractor’s profit and costs of general liabilities and of the construction of temporary and permanent works.
These Schedules are provisional and will be subject to re-measurement.
These Schedules are not to be used for ordering materials. The Quantities reflected herein reflect the indicative value and extent of the Works. No liability whatsoever shall be accepted by the Engineer or the Client for materials incorrectly ordered.
3. INSERTION OF RATES
The Tenderer is at liberty to insert a rate of his own choosing for each item in the Schedules and his attention is drawn to the fact that the Contractor has the right, under various circumstances, to payment for additional works carried out and that the Engineer is obliged to base his assessment of the rates to be paid for such additional work on the rates inserted in the Schedule by the Contractor.
4. METHOD OF MEASUREMENT
Descriptions in the Schedules of Quantities are abbreviated and the Schedule have been drawn up generally in accordance with the latest issue of the South African Bureau of Standards Standardised Specification for Civil Engineering Construction. The method of measurement is as hereinafter described notwithstanding any trade or customary usage. Should any of the terms of the Schedule conflict with any requirement for measurement or payment given in a specification, the requirement of the Schedule shall prevail.
5. RATES AND PRICES
The prices and rates to be inserted in the Schedules of Quantities are to be the full inclusive prices to the Employer for the work described under the several items. Such prices shall cover all costs and expenses that may be required in and for the construction of the work described, and shall cover the cost of all general risks, liabilities and obligations set forth or implied in the documents on which the tender is based.
A price or rate is to be entered against each item in the Schedule of Quantities, whether the quantities are stated or not. An item against which no price is entered will be considered to be covered by the other prices or rates in the Schedule.
Rates for demolition work shall be deemed to include for carting rubble off site to a commercial dump.
6. UNBALANCED RATES OR PRICES
A tender may be rejected if the unit rates or prices for some of the items in the Schedule of Quantities are, in the Engineer’s opinion, unreasonable or out of proportion, and the Tenderer fails within a period of seven (7) days after having been notified by the Engineer to adjust the unit rates or prices of such items, to make such adjustments.
7. RATES ONLY ITEMS
The Tenderer shall fill in a rate opposite all items where the words “rate only” appear in the “Quantity” column. The intention is that although no work is foreseen under such an item and quantities are accordingly given in the “Quantity” column are indicative, the tendered rate shall apply in the event of work under this item being actually required. The Tenderer’s attention is directed to provisions of Clause 6 of this preamble.
8. ERRORS IN TENDERS
The Engineer reserves the right to correct arithmetical or other errors in the extensions of rates and totals in the Tender. The Tenderer will be informed of the effect of any corrections on his Tender Sum prior to the acceptance of the Tenders. In no case will tendered rates be adjusted when correcting such errors.
9. SCHEDULES TO BE IN INK
The Tenderer must price each item in the Schedule of Quantities in ink. Computer generated facsimiles of the Schedules will not be accepted.
10. CROSS REFERENCING
Cross referencing of the “Pay Reference” clause in these Schedules is only made to Measurement and Payment Clauses in the Specification. The Tenderer is advised to study the complete specification carefully before pricing the Schedules. Failure to do so, or any errors or omissions in the cross referencing in these Schedules will not constitute a basis for any claim arising therefrom.
11. PRELIMINARY AND GENERAL PRICING
Where no rates are entered against the disestablishment item in the fixed section of these Schedules of Quantities or the rate entered against this item is, in the Engineer’s opinion, too low, the cost of disestablishment shall be deemed to be 20% of the site establishment costs and the rates shall be altered accordingly.
12. VALUE ADDED TAX
Value Added Tax (VAT) shall be specifically excluded from the rates and shall be added to the Contract Sum on the final summary page.
SECTION C
ANNEXURE ASERVICES USAGE
The Tenderer is to state below the daily services requirements needed to execute the Works:
DAILY DEMAND
PEAK
(a)Potable Water kiloliters……………..
……………..
(b)Electricity (380V 3-Phase)……………...
…………….. kW
(c)Other (specify)
……………..
…………….. kW
ANNEXURE BPROPOSED SOURCES OF SUPPLY OF MATERIALS
Tenderers shall state hereunder the proposed manufacture of source of supply of materials for use in the execution of Works:
Material
Type of Trade Name
Source
1.0 OTHER MATERIALS
(a)
(b)
(c)
(d)
(e)
(f)
………………………….
………………………….
………………………….
………………………….
……………………………
……………………………
……………………………
……………………………
SIGNATURE:…………………………………….
NAME:
…………………………………….
ADDRESS:
…………………………………….
…………………………………….
…………………………………….
SECTION D
DRAWINGS