Transcript
Page 1: Section C (part2) - Project Specification.pdf

SECTION C

PART 2

PROJECT SPECIFICATION

Page 2: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SECTION C – PART 2 PROJECT SPECIFICATION

IA 12/13 C 057 ST C2/S/Contents February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 - PROJECT SPECIFICATION

All work to be executed under this contract shall be carried out in accordance with the Qatar Construction Specifications (QCS2010) edition amplified or amended by the following Project Specifications.

IAN (DXW-GENL-0000-PE-KBR-IP-00013) – Amendments / Additions to QCS 2010, issued on 26 April 2012 applies.

AMENDMENTS TO QCS2010 & PROJECT SPECIFICATION

SECTION 1 GENERAL SECTION 2 BUILDING DEMOLITION SECTION 3 GROUND INVESTIGATION SECTION 4 PILING SECTION 5 CONCRETE SECTION 6 ROAD WORKS SECTION 8 SEWERAGE SECTION 9 M&E EQUIPMENT SECTION 13 MASONRY SECTION 16 STRUCTURAL STEELWORKS SECTION 19 PLUMBING SECTION 20 DRAINAGE WORKS SECTION 21 ELECTRICAL WORKS SECTION 27 EXTERNAL WORKS SECTION 29 APPROVED SUPPLIERS SECTION 31 INTELLIGENT TRANSPORTATION SYSTEM SECTION 32 HIGHWAY STRUCTURES

Page 3: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

GENERAL REQUIREMENTS AND SPECIFICATIONS

1. PROJECT SPECIFIC SPECIFICATIONS

The following clauses delete, substitute, amend, supplement, or are additional to the clauses in the various sections of QCS 2010:

SECTION 1 – PART 1 INTRODUCTION Delete sub clauses 1.4.2 and 1.4.5 and substitute with the following:

1.4.2 THE CONTRACT

This Contract is between the Public Work Authority of the State of Qatar and the Contractor for the design, construction and completion of the works in accordance with employers requirements described in Section C of this document.

1.4.5 THE ENGINEER

“Engineer” means the person appointed by the Employer to act as Engineer for the purposes of the Contract and named as such in the Appendix to Tender, or other person appointed from time to time by the Employer and notified as such to the Contractor.

Add new clause as follows: 1.7 OTHER REQUIREMENTS 1.7.1 Site Specific Geotechnical Requirements

1 The Contractor’s attention is drawn to the ground conditions likely to be encountered

in the area as provided for information in Geotechnical Investigation Report provided under the Preliminary Engineering Design Report which is part of this tender package. Construction works may involve excavation in very hard rock and in filled and reclaimed land and excavations below the level of the ground water table. The Contractor should assess and make allowance for working in such conditions.

1.7.2 Blasting Requirements 1 The Contractor’s attention is drawn to the fact that the Works may be

constructed in developed areas where blasting may be restricted. Add new clause as follows: 1.8 PROGRAMME 1.8.1 The Contract Programme includes preparing the design of the permanent works

and securing approval for the design from the Employer prior to construction commencement.

Page 4: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Primavera version 6 shall be used for producing the programme. SECTION 1 – PART 1A GENERAL RESPONSIBILITIES FOR UTILITY WORKS

1 The contractor shall be responsible for liaison with Public Utility Departments with regards to the overall coordination and programming of utility works.

No trench or chamber excavation will be permitted until:-

i) The locations and depth of all existing services have been established by trial

holes to the satisfaction of the Engineer.

ii) The contractor has provided the Engineer with accurate setting out information for the line and level of the proposed utility installation.

iii) The Engineer has confirmed the accurate setting information for the line and

levels of the proposed utility installation.

The contractor shall include for the requirements of this clause in his programme of works and his Bill of Rates. The contractor shall be responsible for arranging, providing and maintaining all road closures and traffic diversions required by the works with the Traffic Police Department and the Engineer. The contractor shall be responsible for liaison with the concerned authorities for obtaining all necessary building permits for any new building/structure related to the public utility departments.

Page 5: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 SITE ACCESS AND ENTRY ONTO THE SITE 3.2 ACCESS ROADS 3.2.1 Temporary Access Roads

Delete paragraph 2 and substitute with the following: 2 Reinstatement shall include restoring the area of any route to at least the degree of

safety, stability, drainage, level, contour and landscaping that existed at the time the Contractor is given Possession of Site.

3.3 SITE ENTRY 3.3.1 Entry onto the Site

Delete paragraph 3.

Add new paragraph 8 as follows: 8 The work permit for plants, which are under operation by PWA Operations and

Maintenance Department will be issued as per 'Operations and Maintenance Department Permit Procedure' based on the Contractor’s application through the Engineer or his designated representative.

Page 6: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 PROTECTION 4.3 PROTECTION OF OTHER WORKS 4.3.2 Procedure for Complaints and Claims for Damage

Delete paragraph 1 and substitute with the following: 1 Details of all claims for damage or warning of intended claims for damage which the

Contractor may receive shall be brought to the attention of the Engineer without delay. Likewise, any such claims or warnings, which may be submitted directly to the Engineer, shall be passed on to the Contractor without delay.

4.3.3 Protection of Survey Control Points

Add new paragraphs 4 to 7 as follows: 4 The Contractor shall consult the Survey Section of the Ministry of Municipality and

Urban Planning (MMUP) and Public Works Authority (PWA) prior to the commencement of any works to determine if the work is likely to disturb survey marks. If the Survey Section requires a survey mark to be moved the Contractor will be responsible for recreating the survey mark to an approved design and specification, and for resurveying the point using survey companies approved by the Survey Section.

5 The Contractor shall be responsible for the protection of the survey marks within the

boundaries of the Site for the duration of the Contract and shall be liable for all costs of any remedial work required by the Survey Section.

6 Prior to the issuing of the Certificate of Completion of Works the Survey Section will

issue a certificate stating that all survey marks, whether disturbed or otherwise by the Contractor, have been reinstated or protected to the satisfaction of the Survey Section.

7 In the event of failure to comply with the requirements of this Clause the PWA,

without prejudice to any other method of recovery, may deduct the costs of any remedial work after the Time for Completion carried out by the Survey Section, from any monies in its hands or which may become due to the Contractor.

Page 7: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 INTERFERENCE 5.2 GENERAL 5.2.1 Land Interests

Delete paragraph 3 and substitute with the following: 3 The Contractor shall notify the Engineer in writing of his intention to utilise any land

outside the Site and obtain the written approval of the Engineer before approaching any landowner for use of their land.

Add new paragraph 4 as follows:

4 Before exercising any right negotiated by him in connection with using land outside

the Site, the Contractor shall notify the Engineer in writing of such arrangements. The details of the arrangement shall include drawings and description of the land to be used, purpose of its use and duration of the Contractor’s use of the land

5.2.2 Existing Properties

Delete paragraph 1 and substitute with the following: 1 The Contractor shall obtain the approval of the Engineer before interfering with

access to any property, and shall also obtain the approval of the Engineer to any alternative access arrangements.

Add new paragraph 2 as follows:

2 The Contractor shall notify the Engineer and the relevant owners and occupiers in

writing fourteen (14) days in advance of any such interference and shall confirm to the Engineer that the alternative arrangements have been agreed with the relevant owners and occupiers.

5.2.3 Existing Roads

Add new paragraph 4 as follows: 4 The Contractor shall be held responsible for any damage caused by him,

Contractor's Employees, sub-contractors or suppliers to public or private roads, paved areas, paths verges, trees, shrubs, fences, boundary walls, gates, signs, drains, ducts and services arising out of or by reason of the execution of the Works and shall bear the cost of making good any damage to the entire satisfaction of the local and other authorities and owners. The Contractor shall keep all private roads and paths clean and free from dirt and debris and any obstruction associated with the Works, which would prejudice the safe and unimpeded normal use of the said roads and paths.

Page 8: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 SUBMITTALS 7.9 PHOTOGRAPHS 7.9.1 General

Add new paragraph 5 as follows: 5 The Contractor shall provide six digital cameras and one digital video camera for

the exclusive use of the Engineer or his designated representative and supply software, batteries, cables and USB flash drives or external hard drives as required. The digital camera shall have a minimum specification of 35–105 zoom, with a minimum of 10.0 megapixels for prints up to 20” x 30”, 4GB internal memory and video/audio facility. The cameras shall be returned to the Contractor at the end of the contract period.

7.9.2 Pre-Construction Photographs

Delete paragraph 1 and substitute with the following: 1 The Contractor shall arrange to obtain a photographic and video record of the Site

before the start of the Works to fully record the existing conditions of the Site and other matters of interest in connection with the Works or their surroundings of the Project, by taking photographs and video films from positions agreed with the Engineer. Two number 125 x 90 mm prints of each photograph and a digital copy of the photographs/video film on a CD shall be handed to the Engineer within 7 days of the photographs/videos being taken. Any photograph/video which is not clear and distinct, double exposed, over exposed, blurred, etc., shall be retaken until approved by the Engineer at the Contractor’s expense.

7.9.3 Monthly Photographs and Videos

Delete paragraph 1 and substitute with the following: The Contractor shall take photographs during the course of the Works in order to provide a

visual record of the Works and their construction, from positions agreed with the Engineer. Two number 125 x 90 mm prints of each photograph and a digital copy on CD shall be handed to the Engineer within 7 days of the photographs being taken.

Add new Sub-Clause 7.9.4 as follows:

7.9.4 Monthly Photographs/Videos 1 The Contractor shall obtain photographic and video records showing the progress of

the Works in every month, and or as necessary, in order to provide sufficient visual evidence of the progress and to record the specialized events features of the Works or other matters of interest in connection with the Works or their surroundings of the Contract. Such media documentation shall be submitted to the Engineer in the form of an accepted media documental presentation, as and when required during the progress of the Works and as a complete package at the completion of the Contract. Two number 125 mm x 90 mm prints of each photograph and a digital copy of the photographs/video film on a CD shall be handed to the Engineer within 7 days of the

Page 9: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

photographs/videos being taken. Any photograph/video which is not clear and distinct, double exposed, over exposed, blurred, etc., shall be retaken until approved by the Engineer at the Contractor’s expense.

7.10 AS BUILT DOCUMENTS

The following are to be read in conjunction with QCS 2010, Section 1, Part 7, Clause 7.10 Drawings. The following provisions have precedence over the corresponding provisions of QCS 2010.

7.10.1 Drawings to be provided by the Contractor

The Contractor shall be required to provide soft and hard copies submissions of all As Built Documents prior to the issue of the Certificate of Completion as per the relevant provisions detailed within the standards and specifications, as cited within the Tender Documents. As Built Documents include As Built Drawings and plans, As Built Survey Drawings and As Built Record Drawings:-

1 As Built drawings and Survey drawings are based on topographical surveys that

show changes to topography as a result of the construction of the Works, including but not limited to, the construction of new assets (such as structures and roads), demolition of existing structures and roads and the like. The As Built Survey Drawings shall form a comprehensive record of the topographical changes resulting from the construction of the Works in all respects. The As Built Survey Drawings shall also show all sub-surface elements of the Works, including but not limited to, pipelines, ducts, cables, chambers, manholes and the like. The As Built Survey Drawings shall form a comprehensive record of above and sub-surface physical elements of the Works as constructed in all respects.

2 As Built Record Drawings are drawings that show the Works as constructed in all respects. They are in addition to the elements of the Works shown on the As Built Survey Drawings, and should include, at least, all finished horizontal and vertical alignments, chainages, setting out, levels, and details. They shall also include all underground services, utilities, surface features, and any additional information deemed necessary to comprehensively represent the works.

No later than the date on which the Contractor shall apply by notice to the Engineer for a Certificate of Completion, the Contractor shall supply to the Engineer the As-Built Documents for all Design and for all Constructed Elements, inclusive of:-

(i) As Built drawings as specified in Appendix A herein (Information To Be

Supplied As part of As Built Documents).

(ii) For Road Structures, the As Built, Operational and Maintenance Records to be in accordance with BD 62 of the UK DMRB, and for any road structure designed, it should include a fully indexed and referenced set of Design and Design Check calculations (certified by the Designer and Checker).

(iii) For all Elements, the following shall be provided:-

Page 10: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

a) One copy of each of the drawings specified in Appendix A herein (Information To Be Supplied As part of As Built Documents) on A1 size paper clearly marked "As Built Drawing" in red, and

b) Digital "soft" copies of all the As-Built Documents in Autodesk's

AutoCAD Civil 3D format (surveys/drawings/records/schedules), and other deliverable formats such as Microsoft Word, Excel or Access as appropriate, in a suitable and as appropriate storage medium (such as a CD-ROM) with a lifetime warranty, to enable transfer, upload and integration to PWA’s systems (according to its standards) and MMUP CGIS's 3D City Model and its GIS system.

(iv) If any design of roadway elements is undertaken, a completed Roads Design Criteria certificate, for every designed section, in the form set out in Appendix B herein.

(v) An Execution and Completion Report identifying the actual types of materials

and execution that were used throughout the Works. The Execution and Completion Report shall:-

a) Summarize the information obtained by the laboratory or field tests on

the road materials employed in the Works;

b) Comment on the remedial and corrective actions taken;

c) Discuss points of interest or the use of "unusual" and "special" materials and methods of execution;

d) Contain a statement setting out the problems and defects encountered during the execution of the Works and how they were overcome or rectified.

e) Record material compliance, such as certification, quality assurance, external testing and otherwise; and

f) Form a complete record of sampling and testing data.

For the purposes of these As Built Documents, a defect shall mean a failure of any component in the Works during the execution of the Works, including, deterioration in the road pavement including chip loss, unexpected movement of earthworks slopes, evidence of poor drainage and subsequent identification of the use of materials within the Works that would not have met the requirements of the Design and/or the Specification.

Notwithstanding any other provisions of the Contract, the Contractor shall supply to the Engineer within 7 days after the latest of the expiry dates of the Warranty Periods, As-Built Documents as follows:-

(i) Where applicable, a Supplementary Report setting out any changes to the

As-Built Documents

(ii) A Roadworks Maintenance Manual which shall include, but shall not be limited to, all relevant details in respect to constructed and/or designed elements, cross referenced where necessary to information compiled

Page 11: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

elsewhere as part of the As-Built Documents, and shall comprise Design information, Materials details, as well as, Maintenance facilities, procedures, manuals and list of drawings, as relevant to each element constructed and/or designed and referenced to those provided elsewhere as part of the As Built Documents.

Notwithstanding any other provisions of the Contract, the Contractor shall store all records relating to the Design and execution of the Works and the remedying of defects in good condition for a period of three months from the end of Defects Liability Period for the Works. At the end of this period the Contractor shall supply, free of charge, a copy of these records to the Employer and may thereafter destroy or dispense with such records.

All As Built Documents shall be completed by the Contractor and submitted to the Engineer prior to the issue of a Certificate of Completion.

Page 12: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

APPENDIX A – Information to Be Supplied As Part of As Built Documents

The drawings, plans, records, schedules and other information detailed herein shall be provided as appropriate to form one or multiple composite document elements incorporating information on individual structures making up the works. A separate “group of as-built documents” would need to be established for major structures such as a tunnel. Notwithstanding any other provisions of the Contract, the format, media and numbers of copies of the As Built Documents shall be agreed between the Contractor and the client’s Representative. The As Built Documents shall:- 1. Be compiled and delivered, no later than the date on which the Contractor shall apply by

notice to the Engineer for a Certificate of Completion of the overall project or on a structure-by-structure basis as appropriate.

2. Be of sufficient details for the constructed assets, in terms of attributes coverage of As Built Documents, to meet the needs of on-going operation and maintenance management.

3. Contain an index listing of all drawings and other information provided with particular reference to other records to which cross-referencing is made.

4. Where the project involves alterations or additions to roads, assets or other features outside the lands made available by the client for the works and the lands made available to the Contractor for the works, the information pertaining to such, shall be separately identified so that it can be passed to the "'owner" of the roads, assets or other features, (this also includes Accommodation Works undertaken on other than private domestic properties), in such cases it shall not be acceptable to cross-refer to other records and the As Built Documents shall be submitted as standalone. This shall be particularly so for structures where information to BD 62 of the UK DMRB shall need to be separately provided.

5. Be referenced to the general road network (as acceptable by the Client’s Representative) so that it can be easily accessed and updated when future Works or maintenance are undertaken.

Notwithstanding any other provisions of the Contract, The As Built Documents shall cover as a minimum, As Built Drawings covering Schemes, General arrangement, Drainage, Carriageway, pavement, structures, Fencing, Safety barrier systems, road markings, Traffic Signs, Lighting, utilities networks, equipment, ITS, related stakeholders ancillary assets such as utilities companies and any associated legislative and approval documents acquired as part of works execution.

Page 13: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

APPENDIX B – As Built Roads Design Criteria Certificate (Note, the completion of the below certificate is subject to the inclusion of designed

elements / parameters within the Contract)

Page 14: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 9 MATERIALS 9.3 TESTING OF MATERIALS 9.3.1 General

Delete paragraph 9 and substitute with the following: 9 The laboratory shall be provided with equipment and trained personnel sufficient for

carrying out all the tests for earthworks, subbase / road base, concrete, asphalt, etc. referred to in the Specification. The laboratory shall be capable of carrying out all the relevant tests at the frequency required by the Specification and by the rate of progress required by the Contractor’s approved programme for the Works.

Page 15: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 10 HEALTH AND SAFETY 10.1 GENERAL 10.1.1 Scope

Delete paragraph 2 and substitute with the following: 2 Related Sections and Parts are as follows: This section Part 4 Protection

Part 11 Engineer’s Site Facilities

Section 2 Part 3 Hazardous Materials Section 11 Part 1 Regulatory Document Section 11 Part 2 SAMAS

10.7 WELFARE OF WORKMEN 10.7.2 Safety Equipment

Add new paragraphs 9 and 10 as follows: 9 The Contractor shall provide and maintain in good working order one compressed

air escape respirator set (Dräger “Saver Auto PP” or similar) in the Contractor’s site office.

10 One oxygen resuscitation unit shall be provided in the Contractor’s site office. 10.7.3 Support Facilities for Contractor’s Staff and Labour

Delete paragraph 5 and substitute with the following: 5 The Contractor shall provide transportation between staff accommodation and

areas of work for his staff and labourers.

Add new Sub-Clauses 10.7.5 and 10.7.6 as follows: 10.7.5 Additional Environmental Protection and Pollution Control 1 The Contractor shall comply with all conditions of Environmental Clearance issued

for the Contract by the Ministry of Environment (MoE), and also where relevant, the predecessor to the MoE, the Supreme Council for the Environment and Natural Reserves.

2 The Contractor shall comply with all rules and regulations regarding environmental

protection and pollution control issued by the MoE, and also where relevant, the predecessor to the MoE, the Supreme Council for the Environment and Natural Reserves.

Page 16: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10.7.6 Plant and Equipment Test Certificates 1 Cranes, whether used to construct the Works or provided as part of the permanent

Works, must have a current test certificate. 2 Each sling, shackle or other item of loose lifting tackle, whether used to construct

the Works or provided as part of the permanent Works, must have either a current manufacturer’s test certificate or a current test certificate.

3 Test certificates must be issued by a competent testing authority approved by the

Engineer. 4 The Contractor must have a copy of each test certificate on-site available for

inspection by the Engineer. 5 The following British Standards and Code of Practice shall be complied with:

(a) Mobile and Tower Cranes: BS 1757, BS 2799 and CP 3010 (b) Overhead Cranes: BS 466 and BS 5744 (c) Slings: BS 1290 (d) Chain Blocks: BS 3243 (e) Shackles: Alloy: BS 3551, High Tensile Steel: BS 3032

Page 17: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 11 ENGINEER’S SITE FACILITIES 11.2 ENGINEER’S SITE OFFICES

11.2.1 General

Replace paragraph 1 with the following:

1 The Contractor shall provide, maintain and remove on completion of the Works the

Engineer’s Site Offices Type 3. The position and location of the site offices shall be subject to the approval of the Engineer.

Add new Sub-Clause 11.2.5 as follow: 11.2.5 Engineer’s Site Office Furniture and other Equipment 1 All furniture and equipment for the Engineer’s Site Office Type 3 shall be fit for its purpose,

and is to be new, of high quality and durability to sustain heavy duty usage, requiring least maintenance, to the approval of the Engineer. The list of furniture and equipment requirements is given below.

2 The Contractor shall provide, maintain and keep clean and in a sanitary condition,

temporary site office facilities with all associated equipment and services for the exclusive use of the PWA representative, the PMC’s staff and the Engineer's Representative and his staff from the commencement of the Project. The site office facilities shall remain, in whole or in part as required by the Engineer until the end of the Maintenance Period, or such earlier time as the Engineer may approve.

3 The Contractor shall proceed with the site office facilities immediately following the

award of the Contract and shall provide temporary alternative accommodation/offices to the Engineer’s approval until such time as the site office facilities are made available.

4 The Contractor shall submit all necessary specifications, drawings and calculations

for the fabrication and installation of the site office facilities no later than 14 days after the commencement date, showing the accommodation proposed complete with furnishings, equipments and fittings for the Engineer's approval before placing any orders or commencing fabrication and construction and shall be responsible for ensuring that the offices are structurally sound. The Engineer may request alterations at this stage. The drawings shall be approved in writing by the Engineer before installation / construction shall commence.

5 The site office facilities shall conform to the general configuration shown below and

shall be either prefabricated portable unit/s or of other form of weatherproof design and construction to the approval of the Engineer. The facilities shall have full partitions and room sizes shall be as shown in the attached Schedule of offices. All rooms shall have individual entrance doors. Corridors and entrance areas shall be additional to the office sizes. Corridors shall be a minimum width of 2.0 metres. The Contractor may propose “open plan” style offices with suitable rooms for the Engineer’s consideration and approval. The Contractor shall insure the site offices against fire, burglary and other risks.

Page 18: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6 The site office facilities shall be mounted on adequate concrete foundations and shall be provided with concrete access steps where necessary. Walls and roofs of the facilities may be constructed of composite timber framed panels with metal cladding, or alternative forms to the Engineer’s approval, with thermal conductance of 0.60 w/m2 °C and fire resistance of one hour. Roof coverings shall be selected for durability, freedom from excessive maintenance, and the ability to withstand extreme exposure to sun, heat and humidity. All rooms shall have glazed windows complete with fly screens.

7 The offices shall be air-conditioned with the exception of toilets and kitchen areas.

The offices shall be air-conditioned with dual (cooling/heating) split type units to maintain each room at a maximum steady dry bulb temperature between 20°C and 25°C at a relative humidity of 50% under the expected climatic conditions expected at the Site. Extract fans capable of 10 air changes per hour shall be provided in the kitchen and toilets.

8 Adequate fitted hardware, electrical switches, sockets, lighting and plumbing fittings,

sanitary ware and fittings and fixtures etc., shall be provided as necessary for the different areas. The electrical installation shall provide for simultaneous use of all electrical appliances. The installation and testing of wiring and electrical equipment shall be in accordance with the latest requirements of the Qatar General Electricity & Water Corporation.

9 Throughout the duration of the Contract, the Contractor shall ensure adequate

uninterrupted supplies of clean fresh water, electricity, telephones, fax machines, internet connections to all computers, refreshments, waste paper baskets, filing trays to the offices.

10 The Contractor shall provide all typical items listed in the following schedules, and

final configuration shall be as specified by the Engineer. All keys for the Engineer’s site offices shall be held by the Engineer until such offices are removed or vacated by the Engineer.

11 Unless noted otherwise within the following schedules, as a minimum each office

shall be provided with the following furniture to the approval of the Engineer:

1 No. kneehole pattern desk with lockable drawers, 1500x800x760mm in size. 1 No. swivel chair with armrests. 1 No stacking or folding chairs 1 No. hanging file or plan chest suitable for AO size prints. 1 No. wastepaper basket. 1 No. two drawer filing cabinet. 1 No. wall mounted pin board, 1000x2000mm in size.

12 Unless noted otherwise within the following schedules, as a minimum each toilet

shall be provided with the following sanitary fittings to the approval of the Engineer and an adequate supply of hot and cold water at all times:

3 No. low level WC suite. 3 No. wash-hand basin. 1 No. shower tray, mixer fittings, rose and shower curtains. 3 No. toilet roll holder, towel rail, soap dish and mirror.

Page 19: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1 No. hand/face dryer Adequate supply of paper towels

13 Unless noted otherwise within the following schedules, as a minimum, the sample

room shall be provided with the following furniture to the approval of the Engineer:

2 No. tables, each approximately 1200x2000mm in size. folding or stacking chairs 1 No. wall mounted blackboard, 1000x2000mm in size. 1 No. wall mounted pin board, 1000x3000 mm in size. 1 No. shelf unit for approved samples with 5 tiers of shelves, 400mx2400mm

overall. 14 Unless noted otherwise within the following schedules, as a minimum, the Archives

and the storage room shall be provided with adequate storage racking or shelving for the archiving of documents all to the approval of the Engineer.

15 Unless noted otherwise within the following schedules, as a minimum, the server

room shall be air-conditioned with dual (cooling/heating) split type unit to maintain the room at a maximum steady dry bulb temperature of 20°C at a relative humidity of 50% under the climatic conditions expected at the Site. In addition it is to be fitted out with an environmental monitoring system, and video surveillance all to the approval of the Engineer.

16 Unless noted otherwise within the following schedules, as a minimum, the meeting

room shall be provided with the following furniture to the approval of the Engineer:

Very long meeting table and chairs to suit room size. 42” flat plasma TV, a VCR/DVD, a ceiling mounted projector, computer

connections 1 No. wall mounted white board, 1000x2000mm in size. 1 No. wall mounted pin board, 1000x3000 mm in size. 1 No. wall mounted folding screen, 2000x3000mm in size, for presentations 1 No. shelf unit for approved samples with 5 tiers of shelves, 400mx2400mm

overall. 17 Unless noted otherwise within the following schedules, as a minimum, the kitchen

shall be provided with the following equipment to the approval of the Engineer:

1 No. stainless steel dual bowl drainer sink, hot and cold taps, cupboards underneath.

4 ring cooker, 1 micro-wave Cabinets and shelves to match sink, as required. 1 No. 20 cu.ft refrigerator Sufficient capacity electrical kettles and crockery and cutlery. A suitable number of cups, saucers and drinking glasses.

18 Corridors shall be provided with three portable dry powder fire extinguisher and 4

water coolers. 19 The offices shall be equipped with fire and smoke detectors in each room and/or

corridor to be fully maintained by the Contractor.

Page 20: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

20 Offices and the Contractors Office compound are to be smart in appearance with a solid boundary fence with Ashghal logos (as per attached example ASHGHAL Standard Hoarding Skins for Expressway Programme, Drawing No. EXW-GENL-0000-PO-ASH-DG-00042 Rev. A), all to be to the approval of the Engineer.

All site office structures including Contractor’s site offices should closely align with ASHGHAL’s brand colours as long as safety on site is in no way compromised. The colour proposed for site offices shall be to the approval of the Engineer.

The hoarding shall be made of steel sheet covered with outdoor tarpaulin of 2.4 metre height to be approved by the Engineer. The Steel hoarding shall be 2.4 metres high Continuous Steel hoarding with 2.4 metres Powder Coated Sheets and Rails, with surface mounted concrete blocks 400 mm x 400 mm x 600 mm. The top rail will be 2.4 metre from the ground. The fencing will be backed stayed every 2.5 metres. The Hoarding consists of 0.7mm Profile Steel sheet and rails polyester powder. The hoarding is to be suitable for the fixing of advertising fabric.

The graphics will be in a good resolution printed on a tarpaulin suitable for outdoor use; the project pictures to be electronically provided by the Engineer. A minimum of 2 pcs- 7 metres wide galvanized mesh vehicle gates and 2 pcs-1.2 metres wide galvanized pedestrian gates will be provided on each enclosed area.

In addition the Site Offices are to be provided with a Project Sign Board (as per

attached ASHGHAL Standard Sign Board, Drawing No. EXW-GENL-0000-PO-ASH-DG-00041 Rev. C), to the approval of the Engineer. Rev C introduces a revamped standard ASGHAL signboard design, along with an elaboration on project signboard requirements.

21 Smoking room shall be separate from the office. It shall have adequate seating

arrangement and floor standing sanded ashtrays. Room shall be fitted with Extract fans capable of 10 air changes per hour.

22 Mosque/prayer room is to be provided and floor shall be suitably carpeted. 23 Offices shall be to the approval of the Civil Defence Department and shall be

provided with a valid Fire Safety Certificate.

Page 21: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Type 3: Engineer’s Site Offices

Room Post Room Size No. Remarks

1 Supervision Consultant 8m x 4m 1 w/ Toilet + Shower complete

2 Supervision Consultant 4m x 4m 1

3 Supervision Consultant 4m x 4m 1

4 Supervision Consultant 4m x 4m 1

5 Supervision Consultant 4m x 4m 1

6 Supervision Consultant 4m x 4m 1

7 Supervision Consultant 4m x 4m 1

8 Supervision Consultant 4m x 4m 1

9 Supervision Consultant 4m x 4m 1

10 Supervision Consultant 6m x 4m 1

11 Supervision Consultant 4m x 4m 1

12 Supervision Consultant 4m x 4m 1

13 Supervision Consultant 4m x 4m 1

14 Supervision Consultant 4m x 4m 1

15 Supervision Consultant 4m x 4m 1

16 Supervision Consultant 4m x 4m 1

17 Supervision Consultant 4m x 4m 1

18 Supervision Consultant 4m x 4m 1

19 Supervision Consultant 4m x 4m 1

20 Supervision Consultant 8m x 4m 1 Shares with 19

21 Supervision Consultant 8m x 4m 1

22 Supervision Consultant 8m x 4m 1

23 Supervision Consultant 6m x 4m 1

24 Supervision Consultant 4m x 4m 1

25 Supervision Consultant 6m x 4m 1

26 Supervision Consultant 6m x 4m 1

27 Supervision Consultant 6m x 4m 1

28 Supervision Consultant 6m x 4m 1

29 Supervision Consultant 4m x 4m 1

30 Supervision Consultant 4m x 4m 1

31 Supervision Consultant 8m x 4m 1

32 Supervision Consultant 6m x 4m 1

33 Supervision Consultant 4m x 4m 1

34 Kitchen Complete 4m x 6m 1

35 Toilet + Shower Complete 4m x 4m 4 1 Female

36 Lobby + Reception 8m x 6m 1

37 Archives 12m x 4m 1

38 Store Room 4m x 4m 1

39 Samples Room 4m x 4m 1

40 Server Room 4m x 2m 1

41 Printing/Plotting Room 4m x 4m 1

42 Conference Room 12m x 4m 1

Page 22: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Room Post Room Size No. Remarks

43 Prayer Room 8m x 4m 1 Carpeted

44 Smoking Room (External) 4m x 4m

45 PWA Representative 8m x 4m 1 w/ toilet+ shower complete

46 PMC Representative 8m x 4m 1 w/ toilet+ shower complete

47 PMC Representative 6m x 4m 1

48 PMC Representative 4m x 4m 1

49 PMC Representative 4m x 4m 1

Shaded Car Park 3m x 6m 65 Asphalted

Elevated Water Tank 1 6 day consumption

Underground Septic Tank 1 6 day consumption

Generator/ Generator Room 1 w/ Diesel Tank

Paved Walkways, Steps 2m x Lm Asphalted

Lit Parking Lot and Access Road 1200m2 Asphalted

Landscaping Area 300m2 As required Type 3: Engineer’s Site Office Furniture and Equipment

Room

Post

XLD

CHBL

LD

D CHB

CLB

CT

MT

Cub

Cab

AC

PC

Sc

P Sh

PB

1 Supervision Consultant 1 8 1 2 2 S 1* 19”L* 1* 1 2

2 Supervision Consultant 1 1 1 2 2 S 1* 19”L* 1* 1 1

3 Supervision Consultant 1 1 1 1 1 S 1* 19”L* 1* 1 1

4 Supervision Consultant 1 1 1 1 1 S 1* 19”L* 1* 1 1

5 Supervision Consultant 1 1 2 2 2 1 S 2* 19”L* 2* 2 2

6 Supervision Consultant 1 1 1 1 1 S 1* 19”L* 1* 1 1

7 Supervision Consultant 1 1 1 1 1 S 1* 19”L* 1* 1 1

8 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

9 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

10 Supervision Consultant 3 3 3 3 3 S 3 19”L* 3* 3 3

11 Supervision Consultant 2 2 2 2 2 S 2 19”L* 2* 2 2

12 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

13 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

14 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

15 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

16 Supervision Consultant 1 1 1 1 1 S 1* 19”L* 1* 1 1

17 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

18 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

19 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

20 Supervision Consultant 4 4 4 4 4 S 4* 19”L* 4* 4 4

21 Supervision Consultant 4 4 4 4 4 S 4* 19”L* 4* 4 4

22 Supervision Consultant 4 4 4 4 4 S 4* 19”L* 4* 4 4

23 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

24 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

25 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

Page 23: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Room

Post

XLD

CHBL

LD

D CHB

CLB

CT

MT

Cub

Cab

AC

PC

Sc

P Sh

PB

26 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

27 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

28 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

29 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

30 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

31 Supervision Consultant 4 4 4 4 4 S 4* 19”L* 4* 4 4

32 Supervision Consultant 3 3 3 3 3 S 3* 19”L* 3* 3 3

33 Supervision Consultant 2 2 2 2 2 S 2* 19”L* 2* 2 2

34 Kitchen complete

35 Toilet + Shower Complete

36 Lobby + Reception S 2* 19”L* 2* 2 2

37 Archives S

38 Store Room S

39 Samples Room S

40 Server Room S

41 Plotting/ Printing Room S

42 Conference Room S

43 Prayer Room S

44 Smoking Room – External

45 PWA Representative 1 1 1 8 1 2 2 S 1 19”L 1 1 2

46 PMC Representative 1 1 1 8 1 2 2 S 1 19”L 1 1 2

47 PMC Representative 2 4 2 2 S 2 19”L 2 2 2

48 PMC Representative 2 2 2 2 2 S 2 19”L 2 2 2

49 PMC Representative 2 2 2 2 2 S 2 19”L 2 2 2

XLD Executive Large Desk with 2x3 locking drawers, L shape Sc Screen, Size indicated, L for flat LCD

LD Large Desk with 2x3 locking drawers, L shape P Printer, HP LaserJet A4

D Straight Desk with 1x3 locking drawers Sh Shelves, as required

CHB Chair, High Back PB Pin Board, as required

CLB Chair, Low Back or Visitor Chair (Meeting Table)

CT Conference Table

MT Meeting Table/Stacking Table

CHLB Chair, High Back Leather Chair

Cab Cabinet, vertical, 2x six locking drawers

Cup Cupboard

AC S: Split Unit, 2.5 tons W: Window Unit, 2.5 tons (All units heating/cooling)

PC Personal Computer, with Screen, on network, See Specifications * Computers and printers will be supplied by the Consultant for the use of his staff. The

Contractor shall provide and maintain network cable infrastructure, hubs, router, power and data outlet points, internet connections including payment of bills for the Consultant and Engineer. Internet connectivity shall be of sufficient bandwidth to enable the timely and efficient uploading/downloading of electronic documents and files in to the Programme’s internet-based collaboration environment provided by the Client.

Page 24: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

11.3 UTILITY CONNECTIONS

11.3.3 Water

Add new paragraph 2 as follows:

2 The Contractor shall provide inline filters on all water supplies into the Client and Engineer’s Site Facilities. The Contractor shall maintain these at regular intervals as per manufacturer’s instructions throughout the duration of contract and maintenance period.

11.3.4 Telephone

Delete paragraph 1 and substitute with the following:

1 The Contractor shall provide 6 land lines for the Engineer’s Site Office Type 3, two of which are for facsimile lines and one for a super internet connection, for the sole use of the Engineer.

11.4 PROVISIONS OF EQUIPMENT AND SUPPLIES

11.4.3 Photocopier

Add new paragraphs 3 and 4 as follows:

3 The Contractor shall provide and maintain 1 No multi-functional digital A3 photocopier with a minimum of 60 copies/minute and 600 x 600 dpi resolution for the exclusive use of the Engineer (PWA representative and PMC staff) together with servicing, accessories and materials for the contract period. The photocopier shall have an automatic document feed and minimum 10-copy sorting capacity.

4 The Contractor shall provide 6 digital cameras for the use of the Engineer as

specified below:-

• Compact digital still camera with built-in flash, 3.3x Optical & 4x Digital & 13x Combined Zoom

• Image Capture Device: Type 1:- 10.0 Megapixel, 1/2.3-inch type Charge Coupled Device (CCD) Total Pixels:- Approx. 10.0 Megapixels Effective Pixels:- Approx. 10.0 Megapixels

• Lens Focal Length:- 6.6 (W) - 21.6 (T)mm - 35mm (film equivalent: 37 - 122mm) Digital Zoom:- 4x Focusing Range:- Normal: 0.4 in. (1cm) - infinity (W), 9.8 in. (25cm) - infinity (T) Macro: 0.4 in. - 1.6 ft. (1-50cm) (W), 9.8 in. - 1.6 ft. (25 - 50cm) (T) Autofocus System:- TTL Autofocus

• Viewfinders LCD Monitor:- 2.5-inch TFT colour LCD Pixels:- Approx. 115,000 dots LCD Coverage:- Approx. 100%

• Aperture and Shutter

Page 25: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Maximum Aperture:- f/3.0(W) - f/5.8 (T) Shutter Speed:- 1 - 1/2000 sec. 15 - 1/2000 sec. (Total shutter speed range)

• Exposure Control Sensitivity:- Auto, ISO 100/200/400/800/1600 Low Light: ISO 500-3200 Light Metering Method:- Evaluative, Centre-weighted average, Spot Exposure Control Method:- AE Lock Exposure Compensation:- +/-2 stops in 1/3-stop increments

• White Balance White Balance Control:- Auto*, Daylight, Cloudy, Tungsten, Fluorescent

• Flash Built-in Flash:- Auto, On, Slow Synchro, Off Flash Range:- 12 in. - 9.8 ft. (W), 12 in. - 6.6 ft. (T) (30cm - 3.0m (W), 30cm -2.0m (T)) Recycling Time:- 10 sec. or less (battery voltage: 3.0 V)

• Image Storage Storage Media:- SD/SDHC/SDXC Memory Card – 16GB Number of Recording Pixels:- Still Images: 3648 x 2736 (Large), 2816 x 2112 (Medium 1), 1600 x 1200 (Medium 2), 640 x 480 (Small), 3648 x 2048 (Widescreen)

11.4.4 Measuring and Recording Equipment

Delete paragraph 1 and substitute with the following:

1 The Contractor shall supply the following equipment for the use of the Engineer’s

Representative for the duration of the Contract:

(i) Full set of Total Station Equipment.

Comprising: Qty 4 Nos. Total Station with internal memory “ 8 Nos. Target Set (Tribrach, Adaptor and Prism with holder). “ 4 Nos. Pogo with single prism and prism holder “ 15 Nos. Tripod (Wild GST 20 or equivalent)

Other accessories like Batteries, Cables, Battery Chargers, Carrying Case etc.

(ii) Leveling Instrument.

Comprising: Qty 3 Nos. Automatic Sprit level. “ 3 Nos. Tripod (Wild GST 10 or equivalent) “ 6 Nos. Leveling staff with bubble. Target Set

(iii) Other Survey Accessories.

Qty 9 Nos. 50 metre steel tape “ 9 Nos. 30 metre steel tape “ 9 Nos. 30 metre Glass Fibre Plastic / Nylon Tape

Page 26: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

“ 30 Nos. 5 metre pocket tape “ 6 Nos. 1 metre folding measure “ 6 Nos. 1 metre spirit level “ 6 Nos. Thermometers “ 24 Nos. Ranging Rods “ 6 Nos. Optical square “ 6 Nos. Lump hammer (4 lbs.); “ 6 Nos. Sledge hammer (7 lbs.); “ 9 Nos. Portable “surveying” safety sign “ 12 Nos. Surveying umbrella “ 12 Nos. Torch (9 volt); “ 6 Nos. Plumb bobs and lines; “ 6 Nos. Safety harness; Surveying pins - Number as required Surveying marking materials - Number as required String chalk lines - Number as required Surveyors’ field books - Number as required.

(iv) GPS Equipment.

Qty 3 Nos. - GPS Surveying Units suitable for use in static survey mode for

control observations and in Real Time Kinematic (RTK) mode for detail surveying.

The units must be capable of achieving the following accuracies.

Measurement Performance & Accuracy

Accuracy (rms) Code differential with DGPS / RTCM 2 DGPS / RTCM: Typically 25 cm (rms)

Accuracy (rms) with Real-Time (RTK) Standard of compliance: Compliance with ISO17123-8 Rapid static (phase): Horizontal: 5 mm + 0.5 ppm (rms) Static mode after initialization: Vertical: 10 mm + 0.5 ppm (rms) Kinematic (phase): Horizontal: 10 mm + 1 ppm (rms) Moving mode after initialization: Vertical: 20 mm + 1 ppm (rms)

Accuracy (rms) with Post Processing Static (phase) w/ long observations: Horizontal: 3 mm + 0.1 ppm (rms)

Vertical: 3.5 mm + 0.4 ppm (rms) Static and rapid static (phase): Horizontal: 5 mm + 0.5 ppm (rms)

Vertical: 10 mm + 0.5 ppm (rms) Kinematic (phase): Horizontal: 10 mm + 1 ppm (rms)

Vertical: 20 mm + 1 ppm (rms)

It should be noted that the above list is typical only. All survey equipment to be as noted or equivalent and as required and approved by the Engineer.

Page 27: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

11.4.7 Telephones and Facsimile Machines

Add new paragraph 3 as follows:

3 For Type 3 Offices, the Contractor shall supply and install a telephone at each desk and the meeting room. Each telephone shall be connected to a private address box exchange (PABX) system. The Contractor shall also supply and install 3 facsimile machines. The telephones, PABX system and facsimile shall conform to the relevant provisions of any Q-TEL standard or requirement.

Add new Sub-Clause 11.4.8 as follows:

11.4.8 Electronic Construction Management Tool (ECMT)

As part of the initiative to use the most up-to-date technology for the Expressway Programme, Ashghal and the Programme Management Consultant (PMC) intend to implement an Electronic Construction Management Tool (ECMT). This system will facilitate capture of required information at source locations and enable all Programme participants to have online access, based on their access rights, to undertake the following tasks:

• Dashboard status reporting • Online completion, responses and tracking of Technical Queries, Requests for

Inspection, Inspection Reports and Test Reports, all with signatures, as required • Viewing Inspection & Testing Plans • Uploading, marking up and attaching photographs to Technical Queries • Interrogating online information via reporting and data exports

All Supervision Consultants and Construction Contractors, as well as their subcontractors, will be required to enter identified information specified by both Ashghal and the PMC into this online management system. Information will be able to be entered online or offline and then synchronised into the system using desktop or laptop PCs or field-based tablet PCs. This includes the online storage of scanned signatures and password for insertion of signatures in the designated report areas based on pre-determined management rules. Online, field-based data capture is performed via laptops or tablets with mobile internet connections.

The online system will be made available to the Supervision Consultants, and input devices (tablets) will be made available by the Supervision Consultants. A Provisional Amount of QR 550,000 for the purchase of all required software and licences necessary to enable the ECMT system has been included in the Contract Price. All tablets and broadband connection for the Contractor’s field team shall be provided and supported as part of the Contractor’s tender price. In addition, if desired for use with the ECMT, desktop and/or laptop computers will need to be provided and supported by the Contractor in accordance with the minimum specifications provided below. Neither Ashghal nor the PMC will provide configuration or consultant/contractor-owned infrastructure or firewall configuration support, other than assistance with the ECMT installation and use, as well as ECMT system helpdesk functions.

Page 28: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Qatar-based help will be available to assist with queries and provide required usage and process training associated with use of the ECMT at no cost to Supervision Consultants or Construction Contractors. Desktop and Laptop Computer Minimum Specifications • Hardware

- Desktop – Intel core i5, DVD/CD, Memory 6GB DDR3, hard drive 500GB SATA, video card 512MB.

- Laptop (Tablet) – wireless and Bluetooth. 3G or Mobile internet connectivity for field-based access.

• Software ­ Windows7 Professional, Office 2010, Adobe Professional and Internet

Explorer 9 with appropriate and up-to-date and appropriate virus protection software.

Add new Sub-Clause 11.4.9 as follows:

11.4.9 Desktop Computer Minimum Specifications

• Hardware ­ Desktop – Intel core i5, DVD/CD, Memory 6GB DDR3, hard drive 500GB

SATA, video card 512MB.

• Software - Windows7 Professional, Office 2010, Adobe Professional and Internet

Explorer 9 with appropriate and up-to-date virus protection software.

Page 29: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Page 30: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Page 31: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 13 SETTING OUT OF THE WORKS 13.3 LEVELS AND REFERENCE GRID 13.3.1 Temporary Bench Marks

Delete paragraph 1 and substitute with the following: 1 The Contractor shall establish accurate temporary bench marks on permanent

blocks from which the levels to which the Works are to be constructed may be transferred. The location of temporary bench marks shall be agreed with the Engineer. The level of temporary bench marks shall be related to the Qatar National Height Datum.

13.3.2 Site Grid

Delete paragraphs 1 and 2 and substitute with the following: 1 Should the Contractor choose to establish a local site grid then the grid shall be tied

to the Qatar National Grid and a survey report provided to the Engineer which establishes the process for conversion between the two.

13.4 SURVEYING 13.4.1 Site Survey

Delete paragraphs 1, 2, 3 and 4 and substitute with the following: 1 The Contractor shall provide the Site ground survey and the correctness of that

survey shall be entirely the Contractor’s responsibility.

2 The Site ground survey shall comply with the requirements of the Qatar Survey Manual as a minimum.

3 The Contractor shall, within 3 weeks of the date of commencement of the Works,

carry out a check of the co-ordinates and levels of all permanent monuments, bench marks and survey markers used in the determination of the site survey model and proposed to be used for the setting out of the Works.

Page 32: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 15 TEMPORARY CONTROLS 15.2 TEMPORARY CONTROLS 15.2.5 Pollution Control

Add new paragraph 3 as follows: 3 The Contractor will be held responsible for and shall indemnify the PWA and the

Engineer against all claims in connection with noise, vibration, dust, smoke, diesel spillage and any other nuisance arising from the execution of the Works.

Add new Sub-Clause 15.2.7 15.2.7 Environmental Protection 1 The Contractor shall comply with all conditions of the Environmental Clearance

issued for the project by the Ministry of Environment/Supreme Council for the Environment and Natural Reserves.

2 The Contractor shall comply with all rules and regulations regarding environmental protection and pollution control issued by the Ministry of Environment/Supreme Council for the Environment and Natural Reserves.

Page 33: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/31 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 16 TRAFFIC DIVERSIONS 16.1 GENERAL

Add new Sub-Clause 16.1.6 as follows: 16.1.6 Traffic Safety and Control Officers 1 The Contractor shall appoint a Traffic Safety and Control Officer at the

commencement of the Works. The name, address and telephone number(s) (both on and off-site) of the Traffic Safety and Control Officer shall be notified to the Engineer, the Traffic Police and any relevant authority. The Traffic Safety and Control Officer shall be a direct employee of the Contractor and shall not be an employee of a sub-contractor. He shall be experienced in traffic safety and management on similar highway projects, and shall be responsible on behalf of the Contractor for:

(a) liaison with the Engineer, any relevant highway authority, and the police in all matters relating to traffic safety and management;

(b) the establishment, resourcing commissioning prior to the commencement of any work and the decommissioning and removal of all traffic management systems on completion of that element of work;

(c) the management of traffic during periods when traffic restrictions are in place and for ensuring that all traffic safety and management requirements are met;

(d) immediately notifying the Traffic Police, the Engineer and the Contractor of any accidents, spillages or emergencies;

(e) ensuring the safe working of plant, machinery and personnel and ensuring that all personnel engaged in the Works are aware of the Contractor’s obligations and duties in respect of site safety when working on trafficked highways.

(f) notifying the Engineer of any deterioration in Traffic Management Equipment and trafficked road surface;

(g) monitoring the flow of traffic within the Traffic Management Area to detect any incident resulting in stationary or delayed traffic and reporting to the Engineer.

(h) submitting information sheets weekly to the Engineer logging all Traffic Management Operations and advising the expected duration of the current system, together with notice of the programmed commencement/duration of the next system;

(i) submitting information sheets weekly to the Engineer logging all incidents and the consequential effect on the Works and, when called, all movements of the emergency vehicles. For the purposes of this Clause, an ‘incident’ is defined as a shed load, vehicle breakdown, vehicle abandonment, or traffic accident, whether or not the latter involves personal injury;

(j) assisting any member of the public by ensuring that a breakdown recovery vehicle is called when required;

(k) ensuring that no employee of the Contractor or any sub-contractor (not associated with the Traffic Management Operation) enters any part of a carriageway which is not properly signed and coned off. Ensuring that employees of the Contractor or sub-contractor are individually and specifically warned not to step on to any part of the highway which is open to traffic except

Page 34: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/32 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

to cross at designated crossing points when required to access other parts of the Works;

(l) notifying the Engineer of any deterioration of safety precautions including traffic signs, temporary road markings, road surface, safety zones, works access provisions and ensuring that rectification is carried out in accordance with the relevant specified standards;

(m) ensuring that all standing plant, equipment and materials within closed off areas on the highway are “coned-off”, placed tidily and in positions so as to minimise restrictions on the passage of vehicles using the highway and so as not to inhibit sight lines for traffic;

(n) checking that lanes, carriageways or roads temporarily closed to traffic are to be reopened at the programmed time and confirming this to the Engineer by means of an agreed pro-forma;

(o) informing all personnel employed on the Works of any changes to the Traffic Management System which may affect their access or egress to the Site, or their working conditions.

2 The Contractor shall appoint at least one deputy Traffic Safety and Control Officer

who shall be a direct employee of the Contractor, but not a sub-contractor, and be experienced in traffic safety and management on similar highway projects. The deputy shall undertake the responsibilities of the Traffic Safety and Control Officer when the latter is absent. The name, address and telephone number(s) both on and off-site of the deputy Traffic Safety and Control Officers shall be notified to the Engineer the police and any relevant authority. Contact with either the Traffic Safety, Control Officer or his deputy, shall be possible at all times.

3 The Traffic Safety and Control Officer and his Deputy shall be able to contact the

Contractor’s main office at any time. 4 The Traffic Safety and Control Officer shall patrol all traffic management systems in

service at two hourly intervals to ensure that any defect is immediately corrected. 16.2 TEMPORARY TRAFFIC DIVERSIONS 16.2.1 General Requirements

Delete paragraph 3 and substitute with following: 3 Where paved carriageways, unpaved carriageways or ramps are required, they shall

be provided and maintained to a standard suitable in all respects for the class or classes of traffic or pedestrians requiring to use them. The surface provided shall be equivalent to the surface of the existing carriageway or footway.

Delete Sub-Clause 16.2.2 and substitute with the following:

16.2.2 Maintenance of Traffic flow 1 The Contractor shall allow for the construction of temporary diversions to permit all

existing traffic movements for the full duration of the Contract period. Temporary diversion routes may be required to be altered or rerouted during the course of the

Page 35: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/33 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Contract and the Contractor shall allow for this as necessary. Prohibition of any traffic movement, including those shown cut off in the traffic diversion drawings shall be to the approval of the Engineer. Cut off traffic movements shall be properly compensated by installing alternative traffic diversion routes.

2 The Contractor shall prepare and maintain a comprehensive Temporary Traffic

Management Plan (TTMP) which shall encompass all traffic diversions required throughout the duration of the contract. It shall provide for working drawings, supporting descriptions and documentation of all proposed traffic diversions within, and outside, the Limit of Works resulting from the Works. The TTMP shall be maintained as a working document that is under continual review. The Contractor shall coordinate the TTMP with, and obtain the approval from the Engineer, Traffic Police and relevant PWA concerned departments and other authorities as may be required.

3 Traffic diversions shall be designed by an International Roads Engineering

Consultant accredited by PWA and shall be submitted for both the Engineer and Traffic Police approval prior to implementation. Traffic diversion drawings shall be accompanied by traffic reports prepared by the International Roads Engineering Consultant and presentations to the higher authorities as necessary. The traffic reports shall be supported with data of existing and expected traffic volumes during the course of the contract period. Analysis of traffic volumes at junctions and on road links shall be carried out using industry standard software, or as may be specified by the Engineer.

4 The Contractor shall carryout traffic surveys by an accredited company, including

automatic traffic counts and manual classified counts at the main roads, and turning movement counts at the existing junctions, to determine the current level of service and forecast level of service at the junctions upon the implementation of the temporary traffic diversion. Unless otherwise agreed with the Engineer, the main junctions under Temporary Control shall not perform at a Level of Service greater than the current unrestricted situation. Upon the Engineer’s request, the Contractor shall install and commission additional temporary traffic signals capable of handling the diverted traffic.

5 Where traffic diversion drawings are included within the Project Documentation,

these shall be considered to be conceptual only, and they shall indicate the main traffic diversion scheme and stages representing the absolute minimum traffic management requirements. At the discretion of the Engineer, the final traffic diversion drawings may show an increased number of lanes at critical locations should the need arise and they may allow for local access points as appropriate. The Contractor shall be responsible for producing drawings which detail the secondary diversions to the local branching roads, and which detail the interim diversions to suit the Contractor’s sequence of work.

6 The temporary traffic diversions shall include, but not be limited to, earthworks,

pavement construction, directional signs, traffic signs, road markings, safety barriers, temporary street lighting, temporary traffic signals (if required), relocation of existing street furniture, relocation/protection of underground existing services, reinstatement of permanent works, and subsequent removal of all temporary diversion works, all to the approval of the Engineer, Traffic Police and the other

Page 36: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/34 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

concerned PWA departments and authorities. Power supply for lighting can be from permanent or temporary supplies subject to agreement with the relevant authority.

7 Traffic diversions shall be constructed and maintained in accordance with the UK’s

Traffic Signs Manual, Chapter 8 unless otherwise specified by the Engineer. It is the Contractor’s responsibility to ensure that any traffic diversion required is properly signed, demarcated, illuminated and lit as per the category of the diverted road, controlled and maintained at all times. The Contractor shall submit his traffic diversion plans to the Engineer and no diversions shall be put in place until approval is obtained from the Engineer.

8 Special attention shall be given when joining with existing roads and junctions to

ensure smooth transitions and ride-ability. Encountered manholes and chambers shall be adjusted to be flush with the traffic diversion. The Contractor shall not open any traffic diversion without the written approval of the Engineer.

9 Sequential arrow boards operating on a 24-hour basis (engine or solar powered)

must be used at all diversion points. The Contractor is to allow for any day-time glare and ensure that arrows are capable of being seen sufficiently by drivers in advance of the diversion and as required by the UK’s Traffic Signs Manual, Chapter 8.

10 Within the limits of the project where pedestrian traffic is present, all excavated

areas, regardless of depth, must be cordoned off by means of wired mesh panels of a height no less than 1.8 m connected together to form a continuous barrier wall. All existing pedestrian routes shall be kept open at all times for the full duration of the Works. Where a pedestrian route is required to be diverted or realigned, a minimum width of 2.0 m is to be applied to the diverted / realigned route. Where it is impractical to meet the 2.0 m width requirement, a reduced width shall be agreed with the Engineer.

11 The Contractor must ensure that all temporary roads, diversions to be operating in a

safe manner. Traffic must be maintained on hard surface asphalt roads free of any dirt, debris, holes and other obstacles. Redundant paint markings are to be removed completely so as not to cause confusion with new temporary paint markings. Redundant paint markings shall not be considered to have been removed completely until written agreement has been provided by the Engineer.

12 Upon approval from Engineer’s representative on any road closure for the purpose

of carrying out the Works of PWA, the Contractor shall place a sufficient notification to the general public in three local newspapers, coloured, and both in Arabic and English languages at least on (1) week and on (3) days prior to the road closure. The contents of notification shall be approved by the Engineer and the extent shall not be less than a half of the standard size page of a reputed local newspaper. In order to evident the notification the Contractor shall submit to the Engineer a copy as appeared on the newspaper on the same day of the notification. Notice is to be sent to the Engineer for approval 10 days prior.

Add new paragraph 13 as follows:

13 The Contractor shall allow in his pricing for maintaining existing highways within the

Project Site is a safe condition at all times.

Page 37: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/35 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Sub-Clause 16.2.3 as follows:

16.2.3 Notice to Public on Road Closures

1 Upon approval from Engineer's Representative on any road closure for the purpose

of carrying out the Works of PWA, the Contractor shall place a sufficient notification to the general public in local newspapers, coloured and both in Arabic and English languages at least on (1) week and on (3) days prior to the road closure. The contents of notification shall be approved by the Engineer and the extent shall not be less than a half of the standard size page of a reputed local newspaper. In order to evident the notification the Contractor shall submit to the Engineer a copy as appeared on the newspaper on the same day of the notification. Notice is to be sent to the Engineer for approval 10 days prior.

16.2.4 Maintenance of Roads/Diversions 1 The Contractors shall maintain the roads and diversions together with road signs

and markings within the site in a safe condition until such time as the Engineer issues instructions to remove them.

2 All costs in connection with maintenance of roads/diversions shall be included for in the Contract Price.

Page 38: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/36 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 17 PROJECT COORDINATION 17.1 GENERAL 17.1.2 Responsibility

Delete paragraph 2 and substitute with the following: 2 No major operations shall be commenced or work outside the usual working hours

be carried out without the consent in writing of the Engineer or without full and complete notice also in writing being given to him sufficiently in advance of the time of operation so as to enable him to make such arrangements as he may deem necessary for its inspection.

Page 39: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/37 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 19 REGULATORY REQUIREMENTS 19.1 GENERAL

19.1.1 Scope

Delete paragraph 2 and substitute with the following:

2 This Part also specifies the requirements for co-ordination, co-operation and liaison

with the following authorities and departments:

Civil Aviation Authority Ministry of Interior (Civil Defence Department, Traffic Police, Department of

Immigration, etc.) Ministry of Municipal Affairs and Agriculture Municipalities Ports and Customs Authority Supreme Council for the Environment and Natural Reserves Urban Planning and Development Authority Ministry of Environment

19.2 NOTICES

Add new Sub-Clause 19.2.3 as follows:

19.2.3 Notice to Public on Road closures 1 Upon approval from Engineer's Representative on any road closure for the purpose

of carrying out the Works of PWA, the Contractor shall place a sufficient notification to the general public in local newspapers, coloured and both in Arabic and English languages at least on (1) week and on (3) days prior to the road closure. The contents of notification shall be approved by the Engineer and the extent shall not be less than a half of the standard size page of a reputed local newspaper. In order to evident the notification the Contractor shall submit to the Engineer a copy as appeared on the newspaper on the same day of the notification. Notice is to be sent to the Engineer for approval 10 days prior.

19.3 MISCELLANEOUS 19.3.2 Regulations of Road Openings

Delete paragraph 1 and substitute with the following: 1 For Works including road openings, the Contractor shall comply with all relevant

provisions of the PWA and the relevant provisions of the following Parts of this Section:

Part 16: Traffic Diversions. Part 21: Inspection and Handover Procedures.

Page 40: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 1: GENERAL

IA 12/13 C 057 ST C2/S1/38 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 20 CLEARANCE OF SITE 20.2 FINAL CLEARING 20.2.3 The Site

Delete paragraph 3(b) and substitute with the following: 3 (b) In the case of Contractor’s delay or refusal to carry out such a job, he shall

have to pay a penal compensation of QR 5,000 for delay for each day or part of day. This compensation shall be final and the judiciary shall not be entitled to mitigate it and it does not require establishing the occurrence of any damage to the owner.

Page 41: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 2: BUILDING DEMOLITION

IA 12/13 C 057 ST C2/S2/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL 1.3 MATERIALS ARISING 1.3.1 General Requirement Add new paragraph 5 as follows: 5 The Contractor shall coordinate with the Landscaping Section of the relevant

authority for replanting or delivery locations for the trees identified in the Contract to be retained and/or new trees installed.

END OF SECTION

Page 42: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 3: GROUND INVESTIGATION

IA 12/13 C 057 ST C2/S3/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 PITS AND TRENCHES 3.2 PITS AND TRENCHES GENERALLY 3.2.5 Backfilling and Restoration Add new paragraph 5 as follows: 5 Restored surfaces shall match the existing surface in both level and appearance.

Page 43: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 3: GROUND INVESTIGATION

IA 12/13 C 057 ST C2/S3/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 SOIL SAMPLING 4.4 GROUNDWATER SAMPLES Delete paragraph 1 and substitute with the following: 1 Groundwater samples shall be taken from each exploratory hole where groundwater

is encountered. Where more than one groundwater level is found, each one shall be sampled separately. Where water has been previously added, the water shall be baled out before sampling so that only groundwater is present. The sample volume shall not be less than 0.25 litre.

Where groundwater is to be sampled from rotary drilled holes using water flush the sample shall, where practicable, be taken at the start of the subsequent shift; the hole having been baled out at the end of the previous shaft. A sample of the flushing water shall be taken for analysis at the same time.

Page 44: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 3: GROUND INVESTIGATION

IA 12/13 C 057 ST C2/S3/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 IN-SITU TESTING, INSTRUMENTATION AND MONITORING 5.2 TESTING, INSTRUMENTATION AND MONITORING GENERALLY 5.2.2 Instrumentation and Monitoring Add new paragraph 7 as follows: 7 Previously constructed boreholes and piezometers within the Right of Way as well

as those put down by the Contractor shall be suitably marked and protected for as long as practicable during the execution of the Works. The Engineer’s written agreement shall be obtained before any of these are destroyed. Any destroyed without prior agreement shall immediately be replaced by the Contractor. Regular monitoring of water levels in these piezometers and boreholes is to be conducted throughout the entire period of the Works. The regularity of the monitoring shall be to the written approval of the Engineer.

5.3 TESTS 5.3.2 Tests in accordance with BS 5930 Add new paragraph 2 as follows: 2 For all in situ permeability testing the Contractor shall establish and record all

relevant data relating to the history of boring the hole and the apparent natural groundwater level. He shall interpret the test results only once conditions at the time of test have become established by subsequent monitoring.

END OF SECTION

Page 45: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 4: PILING

IA 12/13 C 057 ST C2/S4/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 GENERAL REQUIREMENTS FOR CONCRETE PILES 2.2 MATERIALS 2.2.4 Admixtures Delete paragraph 1 and substitute with the following: 1 Admixtures, when used, shall comply with BS 5075. For use of admixtures refer

to Section 5, Part 5. 2.3 CONCRETE MIXES FOR PILING WORK 2.3.3 Designed Mix Delete paragraph 2 and substitute with the following: 2 Designed mixes shall be in accordance with grade 40 (for cast-in-place piles) or

grades 40, 50 or 60 (for precast piles) of BS 5328. Other grades may be approved appropriate to the work. Complete information on the mix and sources of aggregate for each grade of concrete and the water/cementitious material ratio and the proposed degree of workability shall be approved before work commences.

Page 46: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 4: PILING

IA 12/13 C 057 ST C2/S4/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 PRECAST REINFORCED AND PRESTRESSED CONCRETE PILES 3.2 MATERIALS AND COMPONENTS 3.2.1 Fabricated Steel Components In paragraph 1 substitute ‘BS7613 grades 43A or 50B’ with the following: ‘BS EN 10 025 Grades S275 or S355’

Page 47: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 4: PILING

IA 12/13 C 057 ST C2/S4/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 BORED CAST-IN-PLACE PILES 5.1 GENERAL 5.1.2 References Delete paragraph 1 and substitute with the following: 1 The following codes of practice are referred to in this Part:

BS 8008, Guide to safety precautions and procedures for the construction and descent of machine-bored shafts for piling and other purposes.

BS 5930, Code of practice for Site investigations

5.1.4 Inspection In paragraph 1 replace BS 5573 with BS 8008

Page 48: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 4: PILING

IA 12/13 C 057 ST C2/S4/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 6 BORED PILES CONSTRUCTED USING CONTINUOUS FLIGHT AUGERS AND CONCRETE OR GROUT INJECTION THROUGH HOLLOW AUGER STEMS

6.3 BORING Add new Sub-Clause 6.3.6 as follows: 6.3.6 Specified Pile Diameter

1 The diameter of a pile shall not be less than the specified diameter. The cutting

head width shall be checked as necessary and recorded for each pile to ensure the specified diameter is achieved and that the width is greater than the diameter of the following flight. A tolerance of + 5% - 0 on the cutting head width is permissible.

Page 49: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 4: PILING

IA 12/13 C 057 ST C2/S4/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 10 STATIC LOAD TESTING OF PILES 10.1 GENERAL

Add Sub-Clause 10.1.5 as follows:

10.1.5 Testing of piles 1 The number of test piles and test method shall include but not be limited to the

minimum requirements shown below:

Type of Pile Test Method Number of Tests

Working Pile Maintained Load Compression Testing 5% of all piles

Test Pile Maintained Load Compression Testing 1No pile per bridge

Additional Test Piles to be determined by the Engineer on site.

2 All piles shall be integrity tested in accordance to Section 4, Part 11 of QCS

2010.

END OF SECTION

Page 50: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 AGGREGATES 2.1 GENERAL 2.1.3 Source Approval

Add new paragraph 9 as follows: 9 The Contractor shall ensure that the sources of all aggregate have been approved

by the PWA.

Page 51: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 CEMENT 3.2 SOURCE APPROVAL

Insert the following sentence at the start of paragraph 1:

All cement shall be manufactured by Qatar National Cement Company or other manufacturer as approved by the PWA.

Page 52: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 WATER 4.2 QUALITY OF WATER Add following sentence to item 1:

Water for mixing and curing concrete shall not contain total chemical impurities exceeding 2000 ppm and, in particular, the sulphate content shall not exceed 1000 ppm and the chloride content shall not exceed 500 ppm.

4.3 TESTING AND SAMPLING Substitute the title of Table 4.2 with the following: Chemical Limitations for Mixing and Curing Water for Concrete

Page 53: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 6 PROPERTY REQUIREMENTS 6.1 GENERAL 6.1.2 References

Add the following references to standards under Sub-clause 1 as follows:

Concrete Society Report 163 – Guide to the design of concrete structures in the Arabian Peninsula

EXW-GENL-0000-PE-KBR-IP-00009 – Design Criteria for Highway Structures (Revision 02)

Page 54: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 BATCHING AND MIXING 7.4 READY-MIXED CONCRETE 7.4.1 General

Add new paragraph 17 as follows: 17 Dry batch mixing shall not be permitted.

Page 55: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 8 TRANSPORTATION AND PLACING OF CONCRETE 8.3 PLACING CONCRETE 8.3.3 Placing

Delete paragraph 21 and substitute with the following: 21 Wherever necessary and as required by the Engineer, waterstops of a type

acceptable to the Engineer shall be embedded in the concrete. The waterstop should be made of a high quality material, which must retain its resilience through the service life of the structure for the double function of movement and sealing. The surface of waterstops should be carefully rounded to ensure tightness of the joint even under heavy water pressure. To ensure a good tightness with or without movement of the joints, the waterstop should be provided with anchor parts. The cross-section of the waterstops should be determined in accordance with the presumed maximum water pressure and joint movements. The complete works of fixed and welded connections must be carried out strictly in accordance with the manufacturer’s instructions.

Water stops shall be carefully maintained in position prior to concreting on

accurately profiled stop boards to create rigid conditions.

Add new Sub-clauses 25 to 27 as follows:

25. The Contractor shall submit daily return sheets in respect of all concrete placed during the previous day including information about the position of the pour, concrete grade and volume of concrete.

26. The Contractor shall maintain an accurate record showing the date, time, weather and temperature conditions of the concrete placed at each part of the work.

27. Concrete temperature at the time of placement should conform to Clause 6.2.1,

Sub-clause 6.

Page 56: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 9 FORMWORK 9.3 CLASS OF FINISH AND MATERIALS 9.3.1 Unformed Surfaces

Delete paragraph 1 and substitute with the following: 1 Unformed surfaces shall be classified as either Class U1 finish. The concrete shall be levelled and screeded to produce a uniform

surface to the profile shown on the Drawings. No further work shall be applied to the surface unless it is used as a first stage for another class of finish.

Class U2 finish. After the concrete has hardened sufficiently, the Class U1 finish

shall be floated by hand or machine sufficiently only to produce a uniform surface free from screed marks.

Class U3 finish. When the moisture has disappeared and the concrete has

hardened sufficiently to prevent laitance from being worked to the surface, a Class U1 finish shall be steel-trowelled under form pressure to produce a dense, smooth uniform surface free from trowel marks.

Class U4 finish. The concrete shall be levelled and screeded to produce a uniform

surface. When the concrete has sufficiently hardened and the bleed water evaporated the surface shall be trowelled to produce a hard dense surface, free from screed marks and exposed aggregate. Finally the surface shall be lightly textured with a wooden float or equivalent.

Alternatively the concrete shall be levelled, screeded and floated to produce a

uniform surface and immediately before the waterproofing operation this surface shall receive surface preparation by water jetting or grit blasting to provide a lightly textured finish.

The finished surface shall not deviate from the required profile by more than 10 mm

over a 3 m gauge length or have any abrupt irregularities more than 3 mm. Class U5 finish. The concrete shall be levelled and screeded to produce a uniform

finish. When the concrete has sufficiently hardened to prevent laitance being worked to the surface it shall be floated to produce a surface free from screed marks and exposed aggregate. Finally the surface shall be textured to suit the requirements of the particular waterproofing and surfacing system. The accuracy of the finished surface shall be such that it does not deviate from the required profile by more than 5 mm over a 3 m length or have any abrupt irregularities.

Other classes. The finishes shall comply with the specific requirements and

approved by the Engineer. Delete paragraph 2 and substitute with the following. 2 The type of finish shall be as specified on the Drawings.

Delete paragraphs 6 and 7.

Page 57: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

9.3.2 Surface Finish Classifications

Delete paragraph 2 and substitute with the following: 2 Class F1. Formwork for Class F1 finish shall be constructed of timber, or any

suitable materials which will prevent loss of grout when the concrete is vibrated. Class F2. The irregularities in the finish shall be no greater than those obtained

from the use of wrought thickness square edged boards arranged in a uniform pattern. The finish is intended to be left as struck but imperfections such as fins and surface discolouration shall be made good.

Class F3. The resulting finish shall be smooth and of uniform texture and

appearance. The formwork lining shall leave no stain on the concrete and shall be so joined and fixed to the backing that it imparts no blemishes. It shall be of the same type and obtained from only one source throughout any one structure. The Contractor shall make good any imperfections in the finish. Internal ties and embedded metal parts shall not be used.

Class F4. The requirements for Class F4 are as for Class F3 except that internal

ties and embedded metal parts shall be permitted. The ties shall be positioned only in rebates.

Class F5. The resulting finish shall be smooth and of uniform texture. Any

blemishes and imperfections, such as discolouration and fins, shall be made good. Provision for the embedment of metal parts in the Permanent Works on a regular spacing, shall be allowed.

Other classes. The finishes shall be approved by the Engineer. Permanently exposed concrete surfaces to all Classes of finish other than F1 shall

be protected from rust marks and stains of all kinds. All formwork joints for all classes of finish other than F1 shall form a regular pattern with horizontal and vertical lines continuous throughout each structure and all construction joints shall coincide with these horizontal or vertical lines.

9.3.3 Formwork Materials

Delete paragraphs 1, 2 and 3 and substitute with the following: 1 Design and construction. The formwork shall be sufficiently rigid and tight to prevent

loss of grout or mortar from the concrete at all stages and for the appropriate method of placing and compacting. The plywood at the external sides of the box girder or voided slab bridges shall be (18 mm thick) marine ply. Treated Commercial plywood with polyurethane varnish (3 coats) coating or other approved lining may be permitted at curved faces and internal web faces, subject to Engineer’s approval.

2 The formwork shall be so arranged as to be readily dismantled and removed from

the cast concrete without shock, disturbance or damage. Where necessary, the formwork shall be so arranged that the soffit form, properly supported on props only, can be retained in position for such period as may be required by maturing conditions and Clause 9.5.2 of the QCS Section 5. If the component is to be

Page 58: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

prestressed whilst still resting on the soffit form, provision shall be made to allow for elastic deformation and any variation in weight distribution.

3 Where it is intended to re-use formwork it shall be thoroughly cleaned and made

good. 4 Internal metal ties which require to be withdrawn through hardened concrete shall

not be used where either face is permanently exposed. Where internal ties are left in, they shall be provided with a mortar cover of at least 50 mm. The pocket shall be scabbled and dampened immediately prior to mortar filling. Cleaning and treatment of forms. The faces of the forms in contact with the concrete shall be clean and treated with a suitable release agent.

5 Immediately before concreting, all form shall be thoroughly cleaned out. The source

of any compressed air used for clearing of foreign matter from formwork shall be free from oil and other contaminant.

6 Projecting reinforcement and fixing devices. Where holes are needed in forms to

accommodate projecting reinforcement or fixing devices, care shall be taken to prevent loss of grout when concreting or damage when striking forms.

7 All void forming material shall be expanded polystyrene with properties as detailed

below:

Cross breaking strength – kN/m² minimum 140 Compressive stress kN/m² minimum at 10% compression 70 Water vapour transmission at 38 °C and 90% relative humidity, microgramme metres/Newton hour (Mgm/Mh), maximum per 50 mm sample thickness

25

Thermal conductivity W/m² °C at 10 °C mean temperature, maximum 0.037 Dimensional stability at 80 °C per cent maximum 0.5

9.3.4 Exposed Concrete Surfaces Finishes

Delete paragraphs 1 and 4. 9.4.11 Cambers

Delete paragraph 3 and substitute with the following: 3 Allowance shall be made for compression and settlement of the formwork on line

and level. The Contractor shall carry out required investigation (such as plate bearing tests,

etc.) to confirm the bearing capacity and settlement of the formwork/falsework supporting ground as instructed by the Engineer.

9.7 TOLERANCES

Add the following text at the end of item 1 as follows:

• Twist of planner concrete elements – Permitted deviation 10mmm.

Page 59: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• Position on Plan of Foundations - Within 2% of width from the intended position but not greater that 30mm

• Position on Plan of Concrete Elements

- Within 10mm of the intended position. • Level of Foundations

- Top surface to be within 15mm of the intended level • Level of horizontal Elements

- Surface to be within 10mm of the intended level subject to allowance for deflection as agreed with the Engineer.

• Plumbs of columns and walls

– Up to 1.5 m is 5mm, Up to 1.5m to 4m is 10mm, up to 4m to 8m is 15mm, above 8m is maximum 20mm.

Page 60: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 10 CURING 10.2 CURING 10.2.1 General

Add new paragraph 6 as follows: 6 The Contractor, with the Engineer's approval, will take the necessary measures to limit the

maximum temperature of concrete during hydration to 70o C. The temperature differential in elements should also be limited to 25o C.

10.2.3 General Requirements Add new paragraph 9 as follows: 9 In exceptional weather or other conditions the curing period may be varied by the

Engineer or his designated representative without additional payment to the Contractor.

Rename Clause 10.2.4 to read "Curing of Formed and Unformed Surfaces" 10.2.4 Curing of Formed and Unformed Surfaces Delete paragraph 2 and substitute with the following: 2 When the forms are stripped within 10 days of the pour, curing shall continue by the

same method as unformed surfaces for the remainder of the 10 days.

Add new Sub-clauses 3 to 6 as follows:

3 An approved curing compound shall be applied to all unformed concrete surfaces as soon as possible after finishing work is completed. The Contractor shall ensure that use of the proposed curing compound will not affect the bonding of subsequent coatings.

4 The compound shall be applied as directed by the manufacturer with approved spray equipment. The equipment shall be maintained in good order at all times and a complete back-up set shall be available at all times.

5 As soon as the curing compound has dried, the concrete surfaces shall be covered

with overlapping heavy gauge clear plastic sheeting. Immediately at the start of the following day, the plastic sheeting shall be temporarily removed, the concrete covered with pre-soaked, washed hessian and the plastic sheeting replaced. The hessian shall be kept damp continuously until completion of the curing period. All curing water shall be of potable quality and permanently available at the location of the concrete pour.

6 All concrete shall be cured as above for a minimum of 10 days after the day of pour,

and the Contractor shall provide full time attendance on site dedicated to concrete curing.

Page 61: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 11 REINFORCEMENT 11.1 GENERAL 11.1.2 References

Add the following references to standards under Sub-Clause 11.1.2 as follows:

EN 1992-2 Eurocode 2: Design of concrete structures. Concrete bridges – Design and detailing rules.

11.2 REINFORCING MATERIALS 11.2.1 Reinforcing Bars Add new paragraph 4 as follows: 4 Reinforcement shall meet the requirements for minimum yield stress as follows: Type Yield stress Symbol Deformed high yield bars 460 N/mm² T Mild Steel bars 250 N/mm² R Plain round bars shall not be used. 11.5 FIXING OF REINFORCEMENT 11.5.2 Welding

Add at the beginning of paragraph 1: Welding shall not be used in bridge decks reinforcement. 11.5.3 Mechanical Splices Add new paragraph 3 as follows: 3 Mechanical splices shall have satisfactory fatigue properties for their location in the

structure. 11.5.7 Cover Delete paragraph 2 and substitute with the following: 2 Minimum cover to ends and sides of reinforcement shall be as follows:

• To deck reinforcement (all types) 50 mm • To foundation, piers and walls within the groundwater and capillary rise zones 75 mm • To backfilled areas which are above the groundwater and capillary rise zones 50 mm • To abutting faces at movement/contraction joints 50 mm

Page 62: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• To exposed faces of walls and piers 50 mm • To exposed faces to marine environment in direct contact with soil 100 mm • Bored or cast piles 75 mm

Page 63: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 12 JOINTS 12.1 GENERAL 12.1.3 Submittals

Delete paragraph 1. 12.2 CONSTRUCTION JOINTS 12.2.1 General

Delete paragraphs 1 to 9 inclusive and substitute as follows: 1 The position of construction joints shall be as shown on the Drawings. When

concrete is placed in vertical members, walls, columns and the like, the lifts of concrete shall finish level or, in sloping members, at right angles to the axis of the members, and the joint lines shall match features of the finished work, if possible, or be formed by grout checks. Kickers shall be constructed integrally with the lift of concrete below.

2 Concreting shall be carried out continuously up to construction joints. 3 Construction joints shall be prepared in either of the following ways

(i) When the concrete is self-supporting but still sufficiently green, the formwork shall be removed, as necessary to expose the construction joint, subject to the requirements of QCS Section 5, Part 10. The concrete surface shall be sprayed with a fine spray of water or brushed with a stiff brush, just sufficiently to remove the outer mortar skin and expose the larger aggregate without disturbing it. Alternatively where this preparation proves impracticable the hardened surface skin and laitance shall be removed by grit blasting or a needle gun. Hardened surfaces shall not be hacked.

(ii) By the use of proprietary steel open-mesh permanent formwork. 4 Retarding agents shall not be used unless approved by the Engineer. 5 The joint surface shall be clean and damp but free of standing water immediately

before any fresh concrete is placed against it.

Add new paragraphs 6 and 7 as follows: 6 The number of construction joints shall be kept to a minimum consistent with reasonable

precautions against the effects of shrinkage; their location shall take due account of shear and other stresses.

7 Construction joints shall be so made and located as not to impair the strength of the

structure. Provision shall be made for transfer of shear and other forces through construction joints.

12.2.2 Construction Joints in Water Retaining Structures

Add the following paragraphs after paragraph 9:

Page 64: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10 Where the Contractor wishes to introduce a construction joint between movement joints he shall submit his proposals to the Engineer for approval.

11 Water stop shall be incorporated into construction joints in water retaining structures.

Any joint that leaks or weeps shall be rectified by the Contractor to the Engineer's satisfaction.

12 Where the Contractor is responsible for the design of the structure, control of early

thermal contraction and restrained shrinkage shall be by Options 2 or 3 of Table 5.1 of BS 8007.

12.3 MOVEMENT JOINTS 12.3.1 General Add new paragraph 4 as follows: 4 Stainless steel dowels where shown in joints shall be Steel Designation 1.4429 or

1.4436 and Grade 200 or 500 steel bars complying with BS 6744. 12.3.2 Joint Filler Add new paragraph 5 as follows: 5 All materials shall be of proprietary manufacture. 12.3.3 Joint Sealants Delete paragraphs 1 and 5 and substitute with the following: 1 All joints to be sealed shall be formed and the groove grit blasted to remove all

traces of deleterious materials such as from oil or curing compounds and also to remove any surface laitance from the sides of the joints. The joint shall be dry prior the application of priming. Where the use of grit blasting is not possible the Contractor may propose alternative methods subject to the approval of the Engineer. At least 28 days shall be allowed for initial shrinkage of new concrete prior to sealing the joint.

5 The sealant material shall be a non-biodegradable multi-component pitch

polyurethane elastomeric joint sealant, carefully selected as appropriate for the specific climatic and environment exposure conditions expected. Alternative types of sealant will be considered, including epoxy-polyurethane, rubber bitumen and acrylic, subject to the requirements of the specification and the approval of the Engineer. Where the joint sealant is to be in contact with a protective coating the Contractor shall satisfy the Engineer that the sealant and protective coating are compatible.

Page 65: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 14 PROTECTIVE TREATMENTS FOR CONCRETE 14.1 GENERAL 14.1.4 QUALITY ASSURANCE

Add new paragraphs 5, 6, 7, 8 and 9 as follows: 5 The waterproofing work shall commence only after the condition of the substrate has

been approved by the manufacturer's representative. 6 Waterproofing materials of each type required, shall be provided from a single

manufacturer as far as possible. Secondary materials shall be provided as recommended by the manufacturer of primary materials

7 All waterproofing works and related protection shall be installed by same applicator. 8 Waterproofing sub-contractor certification: The contractor shall submit

manufacturer's approval of applicator. 9 Job Conditions:

(i) Waterproofing work shall proceed only when weather conditions comply with manufacturer's recommendations, and which will permit materials to be applied in accordance with manufacturer's directions.

14.1.8 General Requirements for all Treatment Delete paragraph 4 and substitute with the following: 4 The Engineer shall specify the required final colour of the coating and the Contractor

shall submit samples showing the colour before ordering the materials. If not specified elsewhere the final colour shall be white.

14.3 WATERPROOF MEMBRANE 14.3.1 General Delete paragraph 2 and substitute with the following: 2 All foundations, abutments, and wing walls in contact with the ground shall be

protected by a waterproofing membrane. 14.3.2. MATERIALS

Add paragraphs 4 and 5 as follows: 4 Membrane to horizontal surfaces beneath ground slab and foundation level shall

comprise 1.2mm nominal thickness HDPE pre-formed membrane incorporating an adhesive upper surface capable of forming a chemically reactive bond with fresh concrete. Grace Preprufe 300R or equal approved. The membrane shall be applied strictly in accordance with the manufacturer’s recommendations.

Page 66: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5 Membrane to vertical outer surfaces of abutments shall comprise 1.5mm nominal thickness membrane incorporating an adhesive surface on one side. Grace Bituthene 8000 HC or equal approved together with Primer B1 and Bituthene LM or equal approved. The membrane shall be applied and protected strictly in accordance with the manufacturer’s recommendations.

14.3.3 Waterproofing Membrane Add new paragraph 3 as follows: 3 All field and laboratory testing of the waterproofing membrane shall be carried out by

an independent laboratory approved by the Engineer. 14.3.4 Application Delete paragraph 1 and substitute with the following: 1 Waterproofing membrane shall be protected by preformed asphaltic boards. On

foundation bases the boards shall be placed over the membrane within 24 hours of its installation. Alternatively, waterproofing membrane applied at horizontal surfaces shall be protected by cement-sand protection screed.

14.6.5 Basic Sheet Dimensions Add the following: The minimum thickness of PVC interlock sheet for lining precast concrete pipes shall

be 2.0mm. Add new Sub-Clause 14.8 as follows: 14.8 WATERPROOFING BELOW GROUND CONCRETE SURFACES 14.8.1 General 1 Waterproofing for below ground concrete surfaces shall be in accordance EXW IAN

004 “Specification for Waterproofing of Cut and Cover Tunnel and Underpass Highway Structures”.

Add Sub-Clause 14.9 as follows:

2 The waterproofing system forms an essential part of the tunnel and therefore needs

careful consideration during construction. It is imperative that the main contractor: (i) understands the needs of a specialist waterproofing contractor during

installation of the water proofing system;

(ii) makes allowance in his construction methodologies for this work;

(iii) ensures close coordination with the waterproofing contractor throughout construction and backfilling operations to avoid any mechanical damage. If damage areas are identified they should be immediately repaired in accordance with the manufacturer’s guidelines;

Page 67: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(iv) enforces cooperation between the waterproofing applicator and other trades to ensure damage by other trades to the waterproofing membranes is

reported timely and otherwise avoided;

(v) provide all chamfers, fillets, and laps as recommended by the waterproofing manufacturer and he shall put in place appropriate measures to ensure that no damage occurs to the waterproofing membrane after placing or installation;

(vi) does not permit unless absolutely necessary the storage of chemicals, rebar or any other material on top of the waterproofing membrane.

3 All elements of the waterproofing system shall be stored, applied and protected in

strict accordance with the manufacturer’s recommendations. It shall be stored in cool (≤25°C), dry and protected conditions out of direct sunlight and in accordance with the relevant Health and safety regulations.

4 The waterproofing system shall be designed to be fully effective over the design life

of the structure and shall be demonstrated by the Contractor to be suitable for very aggressive groundwater and soils.

5 The waterproofing material shall be specifically formulated to allow application in the hot climatic conditions encountered in the Middle East and it should not be adversely affected by temporary heat gain whilst exposed during construction. 6 Any references to a superseded standard in this document shall be taken as a

reference to the replacement standard that was current forty-two days prior to the date of return of Tenders. If no replacement standard exists, then the reference shall be taken as referring to a comparable, internationally recognized standard as directed by or approved by the Engineer.

7 This Specification is based primarily on products manufactured from PVC.

Alternative materials may be permitted provided that it can be demonstrated to the Engineer that such materials can equally fulfill the same function as those specified. Any alternative materials must be fully compatible with all other elements of the waterproofing system. Alternative materials shall not be used without the written approval of the Engineer.

8 A list of all documents and standards referred to in Clause 14.8 is included in Clause

14.8.12. 14.8.2 CERTIFICATION/ APPROVALS 1 The waterproofing system shall have a proven record of use in the cut and cover

construction method for underpasses and tunnels as well as immersed Tube tunnels.

2 All waterproofing materials shall be compatible with each other and shall be supplied

by a manufacturers and installers operating a BS EN ISO 9001 or similar approved quality assurance schemes. All materials shall have a valid Agreement Certificate for Road and Bridge Structures approved by a member of the uEAtc, and shall comply with UK Highways Authorities Product Approval Scheme (HAPAS). The waterproofing system shall also have a current BBA certificate for tanking and roofing application.

Page 68: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The Contractor shall submit to the Engineer for approval details of the proposed waterproofing system, which shall include shop drawings of all the typical waterproofing details (such as the construction and expansion joints, method of compartmentalization, etc.)

4 The waterproofing applicator must submit a Method Statement inclusive of

Inspection and Test Plan and Safety Plan inclusive of Risk Assessment to cover all aspects of the waterproofing work to be approved by the Engineer.

5 The Waterproofing Applicator must be a certified or approved applicator of the

manufacturer’s waterproofing material. Waterproofing Applicator site staff shall have individual certification of training in the application of the materials. The Waterproofing Applicator’s Certificate from the waterproofing manufacturer shall be annually renewable as from the date of issue.

14.8.3 APPLICATION / INSTALLATION 14.8.3.1 BONDED SYSTEM 14.8.3.1.1 Below Base Slabs and up Both Sides of the Base Slab 1 The waterproofing system shall be a sheet membrane system based on flexible PVC

resins. Alternative materials may be permitted provided that it can be demonstrated to the Engineer that such materials are fully compatible with all other elements of the waterproofing system. Alternative materials shall not be used without the written approval of the Engineer.

2 A 100mm thick blinding layer shall be finished with a smooth finish, free from any

projections prior to the installation of the sheet membrane. 3 The PVC sheet membrane shall be laid directly on the blinding layer with a minimum

overlap of 80 mm; all overlap joints shall be double seam continuous machine welded.

4 Where double seams are not possible the single welded seams shall have a width of

not less than 30mm. At the commencement of each days installation production, the wedge welding shall be trialed on test pieces of membrane and the resultant welding shall resist tearing apart by hand under reasonable force.

5 The membrane shall be capable of mechanically bonding to the underside and to

the sides of the base slab of the tunnel. It shall not require protection boards or screeds above the membrane and shall be UV resistant.

6 The membrane shall have a Keyed Preformed Membrane (KPM) equipped with

continuous keys, extruded on a preformed sheet membrane at regular intervals to form compartments and to form an integral bond when cast into concrete.

7 The membrane shall be made continuous across all construction, contraction and

expansion joints.

8 The membrane/waterstop detail at expansion joints shall be capable of accommodating the full design movements (vertical and horizontal) of the structure.

Page 69: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

9 The compartmentalization of the membrane shall not exceed the section of tunnel base slab between external waterstops at construction, contraction and expansion joints.

10 All joints between the membrane and the external waterstops, to form the

compartmentalization, shall be double seam continuous machine welded and where double seams are not possible the single welded seams shall have a width of not less than 30mm.

11 Any modifications required to the sheet membrane for heat welding to the external waterstop shall be carried out strictly in accordance with the manufacturers recommendations and procedures. 12 The membrane shall be manufactured from polymer resins, be chemically resistant

and shall have the minimum specified mechanical and physical properties as stated in Table 14.8.3.1.1 below:

Table 14.8.3.1.1 Required Properties for Bonded System Below Base Slabs and up Both Sides of the Base Slab Property Test Method Value Thickness Direct measurement 2.0mm Density ASTM D792 ≥1.25g/cm3 Puncture Resistance ASTM E154 500N minimum Elongation at Break ASTM D638 250% Tensile Strength ASTM D638 ≥15MPa Tear Resistance ASTM D1004 300N Shore D hardness ASTM D2240 54D (1 second) Hydro Static Pressure Resistance ASTM D5385-93 ≥69m Water Absorption ASTM D570 <0.4%

Chemical Resistance to the following substances: Sulphuric Acid (10%); Hydro Chloric Acid (10%); Kerosene; benzene; Sodium Hydroxide; Sodium Chloride and Sodium Sulphate

No effect

13 The membrane shall be manufactured under BS EN ISO 9001 quality control, tested

by the manufacturer to be free of pinholes, cracks or other defects and be certified that all batches of material meet the manufacturer’s quality control and technical specifications before it is dispatched from the factory.

14 Reinforcement concrete spacer blocks in contact with the membrane shall be a

minimum 50mm wide and 50mm long. The concrete spacer blocks shall be positioned so that no spacer block has more than 500kg of load placed on it.

14.8.3.1.2 Walls and Roof of Tunnel 1 The waterproofing system shall be an elastomeric cold spray liquid system comprising a primer and two separately applied coats of membrane in contrasting contrasting colours. 2 The physical properties of the system shall be resistant to any such effects from the

sun, including but not limited to, UV, radiation and heat.

Page 70: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The density of the applied cured membrane shall be greater than 1.10g/cm3. 4 All waterproofing materials including primers, tack coats etc. shall be compatible

with each other and shall be supplied by a manufacturer and installer operating the BS EN ISO 9001 or similar approved quality assurance schemes. All materials shall have a valid Agreement Certificate for Road and Bridge Structures approved by a member of the uEAtc, and shall comply with UK Highways Authorities Product Approval Scheme (HAPAS). The waterproofing system shall also have a current BBA certificate for tanking and roofing application.

5 The membrane shall be cold applied using a proportioning spray pump system.

Each coat of membrane shall be applied strictly in accordance with the manufacturer’s guidelines to a minimum dry film thickness of 1.0mm in order to produce a minimum total membrane dry film thickness of 2mm.

6 Wet film thickness checks will be carried out every 10m2 to ensure that the minimum thickness is being applied. 7 Before application of the second coat the fully cured surface of the first coat shall be

examined and any visible defects made good in accordance with the manufacturers guidelines. Only after this QA/QC inspection has been completed may the second coat, of a contrasting colour, be applied. Following the application of the second coat the membrane will again be checked for defects and for pinholes by performing electrical holiday detection tests over the full surface area of waterproofing.

8 Increased wind can effect coverage rates and cause overspray. These effects can

be mitigated by adjusting spray pressure and spray technique. For wind speeds in excess of 25kmh application can be difficult unless some form of wind shield is used. At these wind speeds measures must be taken to prevent overspray. Spraying shall be suspended when it is unsafe to continue e.g. flying objects, airborne sand/and or in the opinion of the Authorised Applicator compliance with the manufacturer’s Quality Assurance is at risk.

9 Any termination of the waterproofing system at day joints for subsequent lapping of

the waterproofing system shall be staggered with a minimum lap of 50mm for the primer, first coat and second coat.

10 To ensure that the integrity of any day joints and lapping is assured no component of the waterproofing system shall have a critical over coating time. 11 The physical properties and performance of all components of the waterproofing system shall not be affected by atmospheric humidity. The waterproofing system will be able to be applied in levels of Relative Humidity of up to 99%. 12 The details of the membrane at construction, contraction and expansion joints shall

be in accordance with the section on joints of this specification (See Section 14.8.6.Joints).

14.8.3.1.3 Adhesive 1 The adhesive shall be a two component, flexible resin adhesive capable of bonding

PVC sheets to concrete and steel as well as facilitating an intimate bond formation between the sprayed waterproofing memebrane and PVC base slab and wall

Page 71: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

waterproofing or PVC Expansion Joints at the overlap. This bond will need to be proven by tensile adhesion testing.

2 The adhesive shall be capable of being applied underwater.

3 Lapping of the spray applied liquid waterproofing system onto the PVC base slab

sheet membrane system shall be a minimum of 200mm.

4 Sufficient time for bonding of surfaces on site shall be allowed in the setting time of the adhesive.

14.8.3.1.4 Preparation of Surfaces 1 The minimum age of new concrete shall be 15 days prior to application of the

waterproofing system provided that all required surface preparation is completed and that the minimum tensile adhesion value of 0.7MPa of the waterproofing system to the concrete is achieved.

2 All concrete surfaces to receive the sprayed applied waterproofing shall be dry, free

of all traces of loose material, laitance, shutter oil, grease, curing compound, windblown deposits and other contaminants which could result in an adversereaction with the protective system.

3 The concrete surfaces shall be free from surface defects including but not limited to

small holes, minor cracking or defective joints.The Engineer’s approval shall be obtained for the method of repairing any surface defects. Any preparatory filling required shall normally be carried out using an approved shrinkage compensated cementitious mortar.

4 The quality of formed concrete finish to surfaces receiving the waterproofing

membrane shall be: (i) Uniform, dense and smooth surface with no grout runs;

(ii) Abrupt irregularities permitted to be <3mm for formed concrete surface after stripping of forms. However these abrupt irregularities shall be removed by grinding;

(iii) Gradual irregularities permitted are <5mm in 2m:

(a) Tie bolt holes need to be repaired with an appropriate cementitious mortar;

(b) Bugholes, blowholes and the like must be broken out and then repaired to an agreed method statement;

(c) Honeycombed concrete areas of concrete must be repaired to an agreed method statement.

5 The quality of unformed finish to tunnel roof shall be: (i) Uniform, dense and smooth surface;

(ii) Abrupt irregularities permitted to be <3mm during finishing work of poured concrete. However these abrupt irregularities shall be removed by grinding;

(iii) Gradual irregularities permitted are <10mm in 2m;

(iv) Finish concrete with a wooden or steel trowel;

Page 72: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(v) Target finished concrete surface strength to be 0.7MPa at 14 days. 4 Prior to the application of the primer all concrete surfaces shall be sandblasted

7 To verify the quality of the concrete substrate for bonding of the membrane, a

minimum of 1 tensile adhesion test is to be carried out on the substrate every 50m2

prior to the application of the primer and membrane, subject to a minimum of 6 tests for each structure being tested.

8 The maximum ambient and substrate temperature permissible for application of any component of the waterproofing to take place is +50° Celsius. 9 The primer shall be compatible with the waterproofing membrane and will be

recommended by the waterproofing manufacturer and shall meet their approval for use on this project. It shall be applied to the concrete substrate following the surface preparation and prior to the application of the first coat of waterproofing membrane. The primer is used to seal the surface of the concrete and to improve the adhesion of the waterproofing membrane.

14.8.3.1.5 Construction and Contraction Joints 1 A 175mm wide Polyester reinforcement scrim, as recommended by the

manufacturer of the waterproofing system, shall be embedded into the first coat of membrane when the waterproofing system bridges over construction or contraction joints.

14.8.3.1.6 Technical Specification of the Spray Applied Liquid Membrane 1 The membrane shall have the minimum specified mechanical and physical

properties as stated in Table 14.8.3.1.6 below:

Table 14.8.3.1.6 Required Properties for Spray Applied Liquid Membranes

PROPERTY TEST METHOD VALUE

Minimum Thickness ASTM D412 2mm minimum

Elongation BS903:A2 BS ISO37; ASTM D412 >80% -<150%

Density of cured membrane ASTM D792 >1.10g/cm³

Tensile Adhesion Strength of membrane

BS EN ISO 4624 Concrete Substrate Steel Substrate PVC Substrate

≥0.7 MPa ≥ 2.0 MPa ≥2.0 MPa

Water Vapour transmission ASTM E96 at 230 C <4g/m2 /day

Tensile Strength BS 903:A2 BS ISO 37; ASTM D412

≥9MPa

Tear Strength BS ISO 34-1 ≥60 N/mm

Shore Hardness BS2782: Part 3 Method 365BBS EN ISO 868

≥40 (Shore D)

Water penetration BD47 (or equivalent standard Zero

Page 73: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

approved by the Engineer)

Static Crack-Bridging ASTM C836 2mm @ 00 C

Dynamic Crack Bridging BD47 (or equivalent standard approved by the Engineer)

≥1mm @ -10°C, 23°C & 40°C

Chemical resistance: - Anti-freeze (ethylene glycol) - Calcium Chloride - Diesel Fuel - Gasoline - Motor Oil - Sodium Chloride

TRL Research Report 248 (or equivalent standard approved by the Engineer)

Resistant Resistant Resistant Resistant Resistant Resistant

Resistance to Chloride ion penetration (%)

BD47 (or equivalent standard approved by the Engineer)

0.00% increase in chloride

Immersion In Sea Water BS EN ISO 2812-2 No statistically significant change

Resistance to aggregate indentation

BD47 (or equivalent standard approved by the Engineer)

0.00% increase in chloride & >95% recovered thickness at 40˚C, 80˚C and 125˚C

Resistance to chisel impact Chloride ion penetration (%) at -100C, 230C and 400C

BD47 (or equivalent standard approved by the Engineer)

0.00% increase in chloride

Resistance to abrasion SNCF Taber Method H22 Wheel – 1000 cycles (or equivalent test approved by the Engineer)

<0.60g

Puncture resistance

SNCF Vibrogir, 41kN – 185kN Frequency of 5 Hz 2 million cycles using Mohr & Federhaff PV200 dynamic pulsator. Only SNCF laboratory test report is acceptable.

No puncture without protection

Hydrostatic Testing SNCF requirements on product specimens following the required ballast puncture resistance test. Only SNCF designated laboratories are acceptable. Equivalent tests may be used subject to the approval of the Engineer

18 bar resistance

14.8.3.1.7 Protection of Waterproofing Membrane 1 A minimum 75mm screed protection shall be provided on the waterproofing membrane on the roof slab and on top surfaces of foundations.

Page 74: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

14.8.3.2 UNBONDED SYSTEM 14.8.3.2.1 General 1 The waterproofing system shall be a single layer unreinforced synthetic PVC 2.00

mm thick twin colour membrane below base slabs, walls and top slabs of the tunnel. Alternative materials may be permitted provided that it can be demonstrated to the Engineer that such materials are fully compatible with all other elements of the waterproofing system. Alternative materials shall not be used without the written approval of the Engineer.

2 For the integrity and water tightness of the waterproofing system, it is recommended that the entire waterproofing system is supplied by one manufacturer. manufacturer. Specifically, membranes and waterstops should be manufactured out of virgin raw materials only from the same formulation of raw materials. 3 All materials shall be compatible with other materials to which they abut. Particular

attention shall be paid to the compatibility of interfaces and junctions with adjacent structures.

5 The system shall be compartmentalised with PVC waterstops and shall be welded to

the membrane.

6 The compartmentalization shall be limited to the length of tunnel between construction and expansion joints.

6 Repairs to a leak need to be limited to the section of tunnel within the compartment where the leak has been identified. 14.8.3.2.2 Preparation of Surfaces 1 Surfaces to receive waterproofing shall be prepared in strict compliance with the

requirements of the manufacturer. All contaminants, such as dust, loose particles, moisture, tar, bitumen, oils and greases, shall be removed from the surface. If necessary, rough or other unsuitable surfaces shall be improved to satisfy the manufacturer's recommendations for the product to be applied.

2 The Contractor shall examine substrate surfaces and ensure there are no conditions

which will adversely affect the performance of the waterproofing works. Waterproofing works must not be commenced until unsatisfactory conditions have been corrected.

14.8.3.2.3 Below Base Slabs and up Both Sides of Base Slab 1 The blinding shall be finished with a smooth finish, free from any projections.

2 Formwork or blockwork up to the top of base slab level plus an additional height

equal to half of the horizontal construction joint external waterstop shall be installed prior to the installation of the water proofing system on the underside and up the sides of the foundation or tunnel floor slab.

3 The geotextile shall be installed over the width of the base and up the sides of the

formwork on a dry surface with a minimum overlap of 100 mm.

Page 75: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4 The PVC membrane shall then be laid on the geotextile with a minimum overlap of 80mm; all overlap joints shall be double seam continuous machine welded.

5 After the completion of the membrane laying and testing, the waterstops for

construction joints / compartment shall be installed and welded to the membrane to form closed compartments of maximum 150 m².

6 The control & injection flanges shall be fixed with each compartment connected

with a PU pipe and terminated in an inspection box. 7 The second layer of geotextile shall be laid over the PVC membrane. 8 A protection screed of 75 mm shall be then laid on the geotextile over the width of

the floor slab only, the waterstops shall at all times be exposed. 9 Special care shall be taken not to damage the waterproofing membrane on the sides of the foundation slab when fixing of reinforcement. A temporary protection board

may be used in this area to prevent damage to the membrane. 14.8.3.2.4 Vertical Walls 1 Prior to casting of the walls, the control and injection flanges shall be fixed on the

formwork, connected with a PU pipe and terminated at the inspection box. The re-injectable hose shall be installed at all construction joints of the walls and terminated at the junction box. All accessories for the injection hose shall be from the hose manufacturer. The swelling profile (acrylic base 20 x 10mm) shall also be fixed at the construction joints.

2 After casting of the wall, the geotextile shall be fixed on the concrete wall with the

fixing discs spaced 2 m horizontal and vertical.

3 The PVC membrane shall be fixed on the vertical surface and welded to the fixing discs, overlap shall be of minimum 80 mm double seam continuous machine welded. The membrane shall be welded to the pre-installed waterstops to form the compartment.

4 A protection layer of Polypropylene board shall be fixed on the PVC membrane by a contact adhesive followed with a geotextile layer prior backfilling. 14.8.3.2.5 On Top Slabs 1 The concrete top slab shall be finished with a smooth finish, free from any projections. 2 A sealing tape (PVC tape with fabric strips) shall be fixed with the epoxy adhesive at

expansion, contraction joints and compartment.

3 The geotextile shall be installed on a dry surface with a minimum overlap of 100 mm.

4 The PVC membrane shall then be laid on the geotextile with a minimum overlap of

80 mm, all overlap joints shall be double seam continuous machine welded. The membrane shall be welded on the sealing tape to form the top slab compartment.

Page 76: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5 The second layer of geotextile shall be laid. 6 A protection screed of 75 mm shall then be laid on the geotextile, followed by the backfilling. 7 Special attention shall be taken when connecting the sealing tape to the external waterstop at the outer edges of the tunnel roof to ensure water tightness. This detail needs careful thought, designed and shop drawings prepared for approval by the Engineer. 14.8.3.2.6 Geotextile Protection 1 The geotextile protection and slip membrane shall be manufactured from Polypropylene base of minimum 350 g/m² applied on both sides of the membrane. 2 The geotextile sheet shall comply with the minimum following properties:

Table 14.8.3.2.6 Required Properties for Geotextile Protection

Test Test Method Requirement

Mass BS EN ISO 9864 350 g/m2

Elongation at break BS EN ISO 10319 ≥ 55%

Tensile Strength BS EN ISO 10319 ≥ 25 kN/m

Thickness under 2 Kpa BS EN ISO 9863 ≥ 2.9mm

CBR Puncture Resistance

BS EN ISO 12236 ≥ 4.0 kN

Cone Drop Test BS EN ISO 13433 ≤ 10 mm 14.8.3.2.7 Technical Specification of the Unbonded Membrane 1 The membrane shall comply with the following minimum properties:

Table 14.8.3.2.7 Required Properties for Unbonded Membranes

Test (units) Test Method Requirement

Tensile Strength (N/mm2)

BS EN ISO 527 - 1/3/5 > 15 N/mm2

Elongation at break (%) BS EN ISO 527 - 1/3/5 > 280%

Tear Strength BS ISO 34 B > 42 kN/m

Impact Resistance (500 g/750 mm)

BS EN 1107-2 No leakage

Static Puncture BS EN ISO 12236 > 2 kN

Water tightness to liquid BS EN 1928 No leakage

Page 77: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

water (5 bar/72 h) (10 bar/ 24h)

Thermal Ageing (70 d/70 ºC)

BS EN 1296 < 2%

Reaction to fire SIA V280-12 (or equivalent standard approved by the Engineer)

Class 4.1

14.8.3.2.8 PVC Control and Injection Flanges 1 For unbonded systems, compartmentalization is required and will be limited to the

length of tunnel between construction and expansion joints. Compartments should never extend beyond construction and expansion joints.

2 PVC control and injection flanges shall be spot-welded to the membrane fixed to the

formwork (minimum 4 No. per compartment) for control and future injection of the compartment. The flange shall be connected with a PU pipe resistant to 10 bar pressure and terminated in an injection box at walls/roof slabs.

14.8.4 REINJECTABLE HOSES AND RESIN 1 The type of reinjectable hoses shall be specified by the water proofing manufacturer and detailed on the shop drawings for approval by the Engineer. 2 The system shall be 100% reinjectable at any time during its lifespan. 3 The reinjectable grout hose shall be suitable to be placed and fixed over rough

concrete substrates and to maintain a continuous contact with that substrate. 4 The injection resin shall be based on a 3 component polyacrylic resins. The resin

shall be chemically resistant and not be reliant on adhesion to the substrates it is in contact with for waterproofing performance. The gelling time (from 8 to 50 minutes) of the resin shall be able to be retarded or accelerated to suit the conditions of water outflow and length of injection path required. The resin manufacturer shall supply accelerator and or retarder materials suitable for mixing with the resin to alter the gelling time.

5 The compressive strength of the mixed resin after gelling should be very low to allow

reinjection at high pressure. 6 The injection shall be suitable for reinjection at low temperature to very high temperatures (-10°C to +80°C). 7 The resin shall be a low viscosity reactive to water (swellable) and have a PH in the

range of 8 to 11. 14.8.5 WATERSTOPS 1. The waterstop shall be based on flexible PVC resins preformed to shape and

thickness and to a suitable profile for both internal and external locations of the concrete structure. Alternative materials may be permitted provided that it can be demonstrated to the Engineer that such materials are fully compatible with all other

Page 78: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

elements of the waterproofing system. Alternative materials shall not be used without the written approval of the Engineer.

2 The waterstop shall be chemically resistant and shall have the minimum specified

mechanical and physical properties as stated in Table 14.8.5 below:

Table 14.8.5 Minimum Required Properties for Waterstops

Property Test Method Value

Specific gravity ASTM D792 1.27 (± 0.3)g/m2 Elongation at rupture ASTM D638 350% Tensile Strength ASTM D638 >15 MPa Water absorption TS 3078 (or equivalent

standard approved by the Engineer)

1% by weight

Hardness TS 3078 (or equivalent standard approved by the Engineer)

75 (±5) Shore A

3 The waterstops shall be of sufficient thickness and width, have sufficient embedment

capacity into the concrete to withstand 2.5bar negative water pressure without failure and take the movement indicated on the drawings. The waterstop shall be at least 4mm thick.

14.8.6 JOINTS 1 The detail of the waterproofing membrane at construction, contraction and

expansion shall be shown on the shop drawings for approval by the Engineer. Of particular interest will be the following:

(i) The location of the reinjectable grout hoses and injection points;

(ii) The location of the swelling bars;

(iii) The location of all internal and external waterstops;

(iv) The details of the additional PVC sheet membrane above the external waterstops at expansion joints;

(v) The overlapping joint details of the spray membrane with the external waterstop and PVC sheet membrane;

(vi) The waterproofing expansion joint detail at the top corners of the tunnel, given that the external waterstop stops at that location;

(vii) The waterproofing details at expansion joints at the top of the tunnel roof slabs.

2 The following details are however recommended: (i) The concrete substrate at all construction joints is scabbled to remove all

laitance and expose the aggregate. Wetting the surface of the concrete

Page 79: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

substrate at the expansion joint to establish a saturated surface dry condition prior to the placement of concrete is also recommended;

(ii) Reinjectable hoses should be installed at all construction and expansion joint locations strictly in accordance with the manufacturer’s specifications. They are preferably located at or close to the ends of the internal waterstop at expansion joints and on the concrete surface close to the centre of the section at all construction joints;

(iii) Swelling bars shall also be fixed with swelling mastic on the prepared concrete substrate at all construction joints. Preparation of the concrete substrate at construction joints shall include scabbling of the concrete surface to remove all laitance and expose the aggregate;

(iv) All external and internal water stops shall be made of PVC, manufactured preferably from the same raw material as the membrane for full compatibility. For construction, contraction joints and compartments (for unbonded system) the water stops shall be 310 mm wide with 6 no. ribs, while for expansion joints the waterstops shall be 320 mm wide with 6 no. ribs;

(v) All expansion joints shall be sealed internally with a PVC water stop of 320 mm wide. The waterstop shall be able to accommodate the design movements (horizontal and vertical) of the structure;

(vi) All internal waterstops shall be maintained in their designated location ring concrete placement by means of non-corrosive tie straps with the purpose of locating the outer edges of the waterstop to the reinforcement cage. This is particularly important for the waterstops along the foundation slab to wall construction joint. These waterstops if left unsupported will be flattened onto the concrete substrate surface during concrete placement thus rendering them ineffective.

14.8.7 BACKFILLING OPERATION 1 A layer of geotextile together with a protection board shall be provided to protect the

waterproofing system on the outer walls of tunnels and retaining walls prior to backfilling. However in the case of the bonded system, if due care is exercised during backfilling and fulltime supervision is provided from the waterproofing manufacturer during the entire backfilling operation, it shall be acceptable to do away with the geotextile layer and protection board.

2 The backfilling material shall consist of a selected graded backfill from 0 to 75mm

max size of aggregate. 3 During the compaction of the graded backfill material; the compaction machines

must take care not to come into contact with the waterproofing system. If contact occurs the contact area shall be inspected to see whether the waterproofing system has merely been marked by the tracks of the compaction machine or whether it has been damaged. If damaged, the waterproofing system must be repaired prior to continuation of the backfilling operation.

4 If the backfilling contractor notices any potential damage to the waterproofing

system during compaction they are to inform the waterproofing applicator immediately.

Page 80: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/31 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

14.8.8 ADDITIONAL REQUIREMENTS 1 All waterproofing systems shall be bonded to the external waterstop on the entire

circumference of the tunnel at all construction and expansion joints to ensure compartmentalization requirements.

2 Where ever possible double seals shall be installed at all joints in the unbounded

systems.

3 Shear keys at construction and expansion joints shall be continuous on the entire circumference of the tunnel.

4 Internal waterstops shall preferably be installed at the centre of the shear key or at a

distance of at least 300mm from the external waterstop.

5 Waterstops with anchoring and sealing ribs shall not be used at the top of concrete sections such as at wall foundations and tunnel roof slabs. An alternate system which does not require the anchoring and sealing ribs for sealing from water ingress shall be utilized.

6 The connection between this alternate system and the wall external waterstop (for

example at the top external corner of a tunnel) shall be carefully designed and submitted for approval prior to use.

7 A triple barrier system which will include the internal waterstop, the external waterstop and an unbounded section of waterproofing membrane shall be provided at all expansion joints. 8 Paddle flanges or swelling bars shall be installed on both sides of all pipes passing

through expansion joints. Movement joints in the pipes shall also be designed to be water tight and to accommodate the expansion and contraction movements of the expansion joints.

14.8.9 QUALITY ASSURANCE AND QUALITY CONTROL 1 All sampling and testing shall be carried out in compliance with the specified

sampling and testing standards.

2 The testing frequency stipulated herein shall be mandatory unless otherwise stated. The tests are to be conducted as per the demands of the site as applicable. The same testing sequence and frequency shall be adopted for the recycled materials as applicable.

3 All testing will have to be carried out on site or at a designated laboratory

irrespective of whether the materials have been tested by the manufacturer or by an intermediate party or the availability of the conformity certificates.

4 Where the testing frequency specified in a standard differs from a specific

requirement stated in this document, the higher frequency is deemed to be applicable. Sampling and testing frequency may be modified as directed by the Engineer.

5 Product manufacturers shall provide independent test reports for each of the properties listed in the following:

Page 81: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/32 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Table 14.8.3.1.1 Required Properties for Bonded System Below Base Slabs and up Both Sides of the Base Slab

Table 14.8.3.1.6 Required Properties for Spray Applied Liquid Membranes

Table 14.8.3.2.6 Required Properties for Geotextile Protection

Table 14.8.3.2.7 Required Properties for Unbonded Membranes

Table 14.8.5 Required Properties for Waterstops 6 Product manufacturers shall provide a Certificate of Conformity for each batch of

material delivered to site, confirming compliance with the technical requirements herein.

7 The contractor shall submit samples and full technical details for approval by the

Engineer. Samples shall include 300 x 300 mm of membranes and 300mm of strip products, as appropriate. The submission shall be full and complete and include components of the whole of the waterproofing system as a single package.

8 The Contractor shall execute a trial test section on vertical and horizontal surfaces

which shall include details of construction and expansion joints, complete with protection system for testing and approval by the Engineer before continuing with the application/installation to the structures.

9 The membrane shall be visually inspected and any necessary remedial work shall

be carried out before the application of the subsequent covering up. All repairs shall be inspected and approved by the Engineer.

10 The manufacturer shall be present on site at critical stages of the

application/installation and during all testing and shall be responsible for maintaining standards and quality and for training of the Material Applicator’s staff when required.

11 Where ever possible double seam welds shall be provide at joints in unbounded

systems. All double seam welded joints shall be tested under air pressure of 2bar in the gap between weld runs. This pressure shall be held for 10 minutes and the pressure should not drop by more than 15%. All single seam welds shall be tested non-destructively using a spark testing device at a voltage of approximately 10,000V. All of these joints shall also be tested for any discontinuity of welding by running a blunt bladed instrument along the entire length of all the welds in accordance with the manufacturer’s recommendations.

12 The manufacturers on-site Quality Assurance procedures shall be followed without exception and shall include but not limited to the following: (i) Site inspection;

(ii) For bonded systems:

(a) Substrate cleaning and preparation, (b) Adhesion testing,

Page 82: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/33 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(c) Primer application, (d) Wet film thickness measurements, (e) Holiday detection testing, (f) Material consumption monitoring and evaluation;

(iii) For unbonded systems:

(a) Membrane cutting to size and laying, (b) Membrane joint welding and testing, (c) Membrane terminations detailing;

(iv) Final inspection;

(v) Reinjection system:

(a) Grout tube fixing and inlet/outlet tube fixing, (b) Resin mixing and gel time testing, (c) Injection inspection (low pressure), d) Second injection (high pressure); 13 The following testing shall be carried out on site: (i) Substrate and spray membrane shall include tensile adhesion tests on the

cured membrane (3 per 500m2);

(ii) Wet film thickness checks (1 per 10m2);

(iii) Pinhole holiday detection tests (100% of area);

(iv) Elongation at break, shore hardness, tensile strength and tear strength (1 per 10,000m2)

The test methods and standards indicated in Table 14.8.3.1.1, Table 14.8.3.1.6, Table 14.8.3.2.6, Table 14.8.3.2.7 and Table 14.8.5 shall be used to verify compliance.

14 Records shall be maintained on a daily basis for each of the following: (i) Coverage rates where appropriate;

(ii) Weather;

(iii) Substrate surface condition. 14.8.10 WARRANTY 1 All components and elements of the waterproofing system which are needed to

make the structure watertight shall be proven to work together. There shall be a single source of responsibility and performance of the products. The manufacturer shall confirm full and proven compatibility of the entire waterproofing system in writing.

2 The Contractor shall provide 15 years unlimited warranty on all workmanship and 25

years on all waterproofing material and waterstops. The warranty will ensure the tunnel remains dry during the warranty period and that leaks will be repaired in a timely manner at no extra cost to the Client.

Page 83: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/34 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

14.8.11 MEASUREMENT AND PAYMENT 1 The tendered rate for waterproofing shall include full compensation for supply and

application of all materials and all complementary works, for all labour, equipment, tools and incidentals necessary to complete the work to the satisfaction of the Engineer.

2 The unit of measurement shall be the square metre area of concrete surfaces

receiving the membrane. 14.8.12 STANDARDS AND DOCUMENTS REFERRED TO IN CLAUSE 14.8

British Standards Institution

BS ISO 34 Rubber, vulcanized or thermoplastic. Determination of tear strength.

BS ISO 37 Rubber, vulcanized or thermoplastic. Determination of tensile stress-strain properties.

BS EN ISO 527 Plastics. Determination of tensile properties.

BS EN ISO 868 Plastics and ebonite. Determination of indentation hardness by means of a durometer (Shore hardness).

BS 903-A2 Physical testing of rubber. Determination of tensile stress-strain properties.

BS EN 1107 Flexible sheets for waterproofing. Determination of dimensional stability.

BS EN 1296 Flexible sheets for waterproofing. Bitumen, plastic and rubber sheets for roofing. Method of artificial ageing by long term exposure to elevated temperature.

BS EN 1928 Flexible sheets for waterproofing. Bitumen, plastic and rubber sheets for roof waterproofing. Determination of watertightness.

BS 2782-3 Methods of testing plastics. Mechanical properties. Flexural vibration. Non-resonance method.

BS EN ISO 2812-2 Paints and varnishes. Determination of resistance to liquids. Water immersion method.

BS EN ISO 4624 Paints and varnishes. Pull-off test for adhesion.

BS EN ISO 9001 Quality management systems. Requirements.

BS EN ISO 9863 Geosynthetics. Determination of thickness at specified pressures.

Page 84: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/35 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

BS EN ISO 9864 Geosynthetics. Test method for the determination of mass per unit area of geotextiles and geotextile-related products.

BS EN ISO 10319 Geosynthetics. Wide-width tensile test.

BS EN ISO 12236 Geosynthetics. Static puncture test (CBR test).

BS EN ISO 13433 Geosynthetics. Dynamic peroration test (cone drop test).

ASTM International

ASTM C836 Standard Specification for High Solids Content, Cold Liquid Applied Elastomeric Waterproofing Membrane for Use with Separate Wearing Course.

ASTM D412 Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers—Tension.

ASTM D570 Standard Test Method for Water Absorption of Plastics.

ASTM D638 Standard Test Method for Tensile Properties of Plastics.

ASTM D792 Standard Test Methods for Density and Specific Gravity (Relative Density) of Plastics by Displacement.

ASTM D1004 Standard Test Method for Tear Resistance (Graves Tear) of Plastic Film and Sheeting.

ASTM D2240 Standard Test Method for Rubber Property 8212;Durometer Hardness.

ASTM D5385-93 Standard Test Method for Hydrostatic Pressure Resistance of Waterproofing Membranes.

ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials.

ASTM E154 Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover.

Highways Agency (United Kingdom)

BD 47 Waterproofing and Surfacing of Concrete Bridge Decks.

Page 85: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/36 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Transport Research Laboratory

TRL Research Report 248

Laboratory tests on waterproofing systems for concrete bridge decks.

Swiss Association for Standardization

SIV V280 Polymer Membranes, Materials Testing and Requirements

European Committee for Standardization

TS 3078 PVC Plastic for Construction and Expansion Joints In Concrete

Add Sub-Clause 14.9 as follows: 14.9. BRIDGE DECK WATERPROOFING 14.9.1 General 1 The surface finish for new bridge decks between parapet upstands to be

waterproofed shall be Class U4 finish in accordance with Section 5, Part 9. 14.9.2 Protection of Bridge Deck Waterproofing During Construction 1 On any structure, providing no damage results, plant and equipment all fitted only

with rubber tyres may stand or travel on permitted waterproofing systems solely for the purposes of laying an additional protective layer or surfacing course on that structure.

2 Rollers shall not be permitted to stand or travel directly on the waterproofing system. Where it is necessary for plant, equipment or traffic to stand or travel on a bridge

deck that has been waterproofed with a permitted system before the laying of an additional protective layer, suitable temporary protection shall be provided. All such plant and equipment shall have its tyre treads regularly inspected and any embedded hard objects removed.

2 Temporary protection shall be provided where damage to the waterproofing,

protective layer or additional protective layer could result from particular site traffic. 3 The protective layer of a permitted two layer waterproofing system, or any protective

layer additional to that included as part of a permitted waterproofing system, shall be laid immediately after the waterproofing layer’s bonding agent has set or cured. Where a waterproofing membrane also serves as an adhesive for the protective layer, any additional protective layer shall not be laid until the liquid waterproofing membrane/adhesive has set or cured.

14.9.3 Materials for Waterproofing Concrete Bridge Decks 1 The waterproofing system shall be an elastomeric spray applied system based on

methacrylate or polyurethane resins. The membrane system should comprise two

Page 86: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/37 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

separately applied coats. The waterproofing system shall have a current BD47 BBA certificate and shall have a minimum 10 year proven track record in the Arabian Gulf climate on similar applications. The waterproofing system shall be manufactured by an ISO9002 approved manufacturer and shall be applied by an Authorised, trained Contractor.

2 Permitted waterproofing systems incorporated in the Works shall have a current

quality certificate acceptable to the Engineer. As a minimum, Bridge Deck waterproofing system shall comply with the following Technical Specifications:

PROPERTY TEST METHOD VALUE

Minimum thickness As approved by the Engineer 2 mm min

Tensile Adhesion Strength BS EN 24624: 1993 (minimum 3 tests per 500 m²) Concrete Substrate Steel Substrate

> 0.7 MPa > 2.0 MPa

Shear adhesion to sand asphalt

BD 47 > 0.1 MPa @ 40 °C

Tensile adhesion to sand asphalt

BD 47 > 0.1 MPa

Moisture Vapour Transmission rate

BS 3177 8.1 g/m²/day

Water penetration BD 47 zero

Static Crack-Bridging UK Department of Transport:Technical Memorandum BE 27: Appendix B

2 mm @ °C

Chemical resistance: - Anti-freeze (ethylene glycol) - Calcium chloride - Diesel fuel - Gasoline - Motor oil - Sodium chloride

TRL Research Report 248

Resistant Resistant Resistant Resistant Resistant Resistant

Resistance to chloride ion penetration (%)

BD 47 0.04% max.

Indentation by hot or cold aggregate during asphalt placing or pedestrian traffic prior to any protection

BD 47 Negligible

Resistance to high temperature from asphalt placing (150 °C)

ZTV-BEL-B Yes

Holidays Electronic detection None

Page 87: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/38 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PROPERTY TEST METHOD VALUE

Blisters None

Resistance to abrasion SNCF Taber Method High abrasion resistance

Resistance to embrittlement UK Department of Transport Tech Memo BE 27 90 °C Mandrel Test at 0 °C

No cracking

Resistance to chisel impact BD 47

Chloride ion penetration (%)at – 10 °C at – 23 °C at – 40 °C

0.04% max. 0.04% max. 0.04% max.

Prior to commencement of the Works the Contractor shall provide to the Engineer a copy of the Certificate appropriate to the work to be undertaken. The procedure shall be repeated for each subsequent operation either for a different system or a different location.

3 Additional 20mm Bituminous Protection layer shall be laid and shall comply with

BS594: Part1 recipe Type F wearing course mixture Designation 0/3 except that 5% ± 0.5% of the total mix shall be inorganic red oxide and regarded as part of the filler content, where the additional protective layer is required to be tinted. It shall also comply with the requirements of QCS Section 6 Part 5 Asphalt Works.

14.9.4 Workmanship for Waterproofing Concrete Bridge Decks 1 Permitted waterproofing systems shall be supplied and installed in accordance with

the certified procedures. The formation of defects affecting the integrity of the membrane including pin/blow

holes (continuous or non-continuous) and blisters in the waterproofing shall:

(i) be made good by repair in accordance with the certified procedures before any subsequent layers are applied; or

(ii) require the system to be replaced. For sheet membranes bonded with oxidized bitumen the heating and temperature of

the bitumen shall comply with the manufacturer’s requirements within the limits stated in BS 8000 : Part 4.

A means of checking the bitumen temperature shall be provided. Sheet membranes shall wherever possible be laid in the direction that the additional

protective layer or surfacing will be laid and compacted by roller. 2 Joints between sheets shall be lapped with end laps of at least 150 mm and side

laps of at least 100 mm. The joints shall be arranged so that:

Page 88: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/39 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(i) at no point are there more than three layers of sheeting and,

(ii) water will drain away from the exposed edge. 3 Permitted waterproofing systems shall be laid to follow the contours of the concrete

surface. Laps, ridges and ripples in waterproofing sheeting, and peaks and steps at butt joints in waterproofing boards, shall not be greater than 10 mm in height.

4 Bituminous protection complying with Clause 14.9.2 above shall be laid on the clean

and dry substrate, and compacted in accordance with QCS Section 6 Part 5 to the areas and thickness shown on the Drawings.

5 The additional protective layer or surfacing laid on the waterproofing system shall be

fully bonded to the system for the life of the system. The bond shall be achieved by either:

(i) the binder within the directly applied additional protective layer or surfacing; or

(ii) a separate tack coat which has been included in the Certificate.

Where the tack coat is of the type activated by the heat of the succeeding bituminous layer the rolling temperature of this layer shall be sufficient to ensure adhesion.

14.9.5 Integrity Testing of Concrete Bridge Deck Waterproofing 1 Waterproofing systems to concrete bridge decks shall be tested as recommended

by the manufacturer and agreed with the Engineer.

14.10 PROTECTIVE COATING OF HIGHWAY STRUCTURES 14.10.1 General

Protective coating on all exposed surfaces of highway structures shall be in accordance with Section 32, Part 70.

Page 89: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/40 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 15 HOT WEATHER CONCRETING 15.1 GENERAL 15.1.2 References Include the following reference; BS 5400 Part 4, Code of Practice for design of

concrete bridges, wherever it appears in this Part.

Add the following reference to standards under Clause 15.1.2 as follows:

EN 1992-2 Eurocode 2: Design of concrete structures. Concrete bridges – Design and detailing rules.

15.1.4 System Description Add new paragraph 2 as follows: 2 In general the recommendations of “The CIRIA guide to Concrete Construction in

the Gulf Region”, ACI 305R-91 “Recommended Practice for Hot Weather Concreting” and ACI 308 “Recommended Practices for Curing Concrete” shall be followed. In case of conflict, the provisions of the QCS shall prevail.

15.2 PLACING TEMPERATURE Add new paragraph 6 as follows: 6 Every effort shall be made by the Contractor to keep the temperature of the concrete

at the time of placing as low as possible. If the temperature of the concrete is likely to exceed 24 °C at the time of placing, special measures shall be taken to control the temperature. Such measures shall be approved by the Engineer and shall include some, and if decided necessary by the Engineer, all of the following:

(a) Aggregate stockpiles shall be protected from the direct rays of the sun by

shades. The stockpiles shall not be watered.

(b) Water for mixing concrete shall be cooled by means of mechanical equipment or the addition of ice. Storage tanks shall be painted white or sited under shade and distribution pipes shall be insulated or painted white

(c) Cement shall be stored in the shade. Bulk storage containers shall be painted white.

(d) The mixing plant and delivery equipment shall be painted white and sited under shade wherever possible. The interval between mixing and placing shall be kept to a minimum.

(e) Reinforcement, metal conduit, etc., shall be kept in the shade for a minimum period of four hours before concreting.

(f) Immediately before the concrete is placed, formwork, conduit, etc., shall be sprinkled with cool water.

Page 90: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/41 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(g) During the curing period, exposed concrete surfaces shall always be protected from the direct rays of the sun, and the formwork shall also be protected.

(h) In a prevailing arid wind, temporary wind breaks shall be provided.

15.8 PLACING AND FINISHING

Add new paragraph 4 as follows: 4 Covers shall be placed over reinforcement and steel formwork to shade it from the

sun 24 hours prior to concreting. Immediately before the Concrete is placed, formwork, construction joints, etc. shall be sprinkled with cool water complying with QCS Section 5 Part 4. The Contractor shall provide and use an ample and clear water supply, hose and fog nozzle. Fogging equipment to be furnished shall be capable of applying water to the concrete in the form of a mist in sufficient quantity to curb the effects of rapid evaporation of mixing water from the concrete resulting from wind, high temperature, low humidity or a combination of these factors. The fog mist shall be applied at times and in a manner directed by the Engineer.

Page 91: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/42 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 16 MISCELLANEOUS 16.6 REPAIR OF CONCRETE 16.6.1 General Delete paragraphs 1 and 2 and substitute with the following: 1 The extent and nature of the defects in the concrete shall be established in

accordance with Part 13 of this Section 5 for new concrete or following an inspection jointly undertaken by the Engineer and the Contractor where existing concrete is to be refurbished. Typical details to be noted during this inspection are:

(a) Crack less than 0.5 mm (b) Crack greater than 0.5 mm (c) Surface staining (d) Crazing (e) Surface honeycombing (f) Extensive honeycombing (g) Local spalling (h) Voids greater than 10 mm deep (i) Voids greater than 15 mm deep (j) Exposed reinforcement (k) Significant spoiling (l) Displaced cracks greater than 5 mm (m) Any other notable defect (n) Any area that is beyond refurbishment

2 If remedial works are required the Contractor shall submit a detailed method

statement identifying the specific materials to be used and the sequence of activities for the repair to the Engineer for approval. No work shall commence until the method statement has been approved. The method statement shall include but not necessarily be limited to:

(a) Material Details:

(i) Manufacturer (ii) Product name (iii) Application procedure (iv) Primers required (v) Method of application (vi) Special precaution required (vii) Technical details and properties (viii) References or case studies of previous applications of a similar

nature (ix) Guarantees applicable to the use of the product in the locations to be

repaired.

Page 92: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/43 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(b) Installation:

(i) Details of temporary scaffolding (ii) Details of formwork (iii) Method of mixing (iv) Method of placing (v) Equipment to be used (vi) Method of supporting and protecting existing plant and equipment.

16.6.2 Honeycombing or Spalling

Delete paragraph 1 and substitute with the following: 1 Where there is honeycombed concrete or concrete damaged by physical forces

such as impact that has caused spalling, the concrete shall be replaced using a high strength free flowing cementitious micro-concrete. This section also applies to damage caused by gases and chemicals, notably hydrogen sulphide and chlorine.

16.6.5 Repair Methodology

Include after paragraph 3 the following: The preferred method is high pressure water jetting specifically developed for

cleaning concrete. Light mechanical breakers may be used but the use of heavy breakers shall not be allowed.

Delete paragraph 4 and substitute with the following:

4 Water jetting equipment shall be capable of using an entrained abrasive to aid

cutting and cleaning. Only potable water shall be used. Provision for protecting the rest of the structure shall be made.

Delete paragraph 8 and substitute with the following:

8 Exposed reinforcement shall be blast cleaned using grit or water to Swedish

Standard SIS 05 5900 Sa 2.5 (near white metal). Two coats of zinc based primer shall be applied making sure that the back face of the steel is also coated. Time between coats shall be as the manufacturer’s instructions.

Delete paragraph 9 and substitute with the following:

9 Reinforcement damaged during the removal of concrete or eroded by chemical

attack shall, if required by the Engineer, be repaired or replaced. Concrete breakout along the reinforcement shall continue a minimum of 100 mm past the point where non-corroded reinforcement is reached, or as directed by the Engineer. Unless otherwise directed by the Engineer, primary tension or compression reinforcement which displays a reduction in diameter due to corrosion of more than 10% shall be supplemented by reinforcement of size suitable to make up the reduction. Such new reinforcement shall be lapped with the existing sound bars for a distance of 600 mm in either direction.

Delete paragraph 16 and substitute with the following:

Page 93: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/44 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

16 The formwork shall be inspected by the Engineer and, if approved, filled with clean water which demonstrates that the formwork is grout-tight and saturates the prepared concrete surfaces. The existing concrete shall be saturated with potable water for a period of not less than 24 hours. Where formwork is not used saturation shall be by spray. The formwork shall then be completely drained and resealed.

Add new paragraphs 25, 26, 27 and 28 as follows:

25 Where mortar is used for repair polymer modified mortar shall be mixed in a high

shear pan-type mixer for the minimum time necessary to produce the required consistency. Free fall mixers may cause air entrainment and shall not be allowed. For quantities of less than 10 kg, hand mixing may be used.

26 The mortar shall be applied by trowel over tacky bond coat in layers not exceeding

the thickness recommended by the manufacturer. Each layer shall be surface scored, coated with bonding agent and allowed to take up its initial set prior to the application of subsequent layers. If sagging occurs due to the applied layer being too thick, the material shall be completely removed and fresh mortar re-applied at a reduced thickness.

27 Any fine hair cracks which develop around the perimeter of the repaired area shall

be sealed after 28 days by cement grout gauged with a suitable acrylic emulsion. 28 Repairs which do not adhere and display a hollow sound when tapped with a light

hammer shall be broken out completely and repeated.

Page 94: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/45 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 17 STRUCTURAL PRECAST CONCRETE 17.1 GENERAL 17.1.2 References Delete BS 8110 and substitute BS5400 Part 4, Code of practice for design of

concrete bridges. Include BS 5400 Part 2, as implemented by BD 37/01, Loads for Highway Bridges. The above substitutions shall apply to all references in subsequent clauses in this

Part.

Add the following reference to standards under Clause 17.1.2 as follows:

EN 1992-2 Eurocode 2: Design of concrete structures. Concrete bridges – Design and detailing rules.

EXW-GENL-0000-PE-KBR-IP-00009 – Design Criteria for Highway Structures (Revision 02) 17.1.9 Design Loadings, Actions and Structural Members Selection

Delete paragraph 7 and substitute with the following: 7 Cover to steel shall be in accordance with QCS Section 5 Part 11.

Page 95: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/46 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 18 PRESTRESSED CONCRETE 18.1 GENERAL 18.1.2 References Include after paragraph 1 the following: 1 BS 4447, Specification for the performance of prestressing anchorages for post

tensioned construction

BS 4486, Specification for hot rolled and processed high tensile alloy steel bars for the prestressing of concrete

Add the following reference to standards under Clause 18.1.2 as follows:

EN 1992-2 Eurocode 2: Design of concrete structures. Concrete bridges – Design

and detailing rules.

EXW-GENL-0000-PE-KBR-IP-00009 – Design Criteria for Highway Structures (Revision 02) 18.1.3 Submittals Add new paragraphs 5 and 6 as follows: 5 Working Drawings Whenever the plans do not include complete details for a prestressing system and

its method of installation, or when complete details are provided in the plans and the Contractor wishes to propose any change, the Contractor shall prepare and submit to the Engineer working drawings of the prestressing system proposed for use. Fabrication or installation of prestressing material shall not begin until the Engineer has approved the drawings. The working drawings of the prestressing system shall show complete details and substantiating calculations of the method, materials and equipment the Contractor proposes to use in the prestressing operations, including any additions or rearrangement of reinforcing steel and any revision in dimensions from that shown on the plans. Such details shall outline the method and sequence of stressing and shall include complete specifications and details of the prestressing steel and anchoring devices, working stresses, anchoring stresses, tendon elongations, type of ducts, and all other data pertaining to the prestressing operation, including the proposed arrangement of the prestressing steel in the members. Working drawings shall be submitted sufficiently in advance of the start of the affected work to allow time for review by the Engineer and correction by the Contractor of the drawings without delaying the work.

6 Composite Placing Drawings When required by the special provisions, in addition to all required working

drawings, the Contractor shall prepare composite placing drawings to scale and in sufficient detail to show the relative positions of all items that are to be embedded in the concrete, and their embedment depth, for the portions of the structure that are to be prestressed. Such embedded items include the prestressing ducts, vents, anchorage reinforcement and hardware, reinforcing steel, anchor bolts, earthquake restrainers, deck joint seal assemblies, drainage systems, utility conduits and other

Page 96: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/47 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

such items. Such drawings shall be adequate to ensure that there will be no conflict between the planned positions of any embedded items and that concrete cover will be adequate. If during the preparation of such drawings conflicts are discovered, the Contractor shall revise his working drawings for one or more of the embedded items or propose changes in the dimensions of the work as necessary to eliminate the conflicts or provide proper cover. All such revisions shall be approved by the Engineer before work on any affected item is started. All costs involved with the preparation of such drawings and with making the necessary modifications to the work resulting there from shall be borne by the Contractor.

18.2 PRESTRESSING 18.2.1 General

Delete paragraph 3 and substitute with the following: 3 The system of pre-tensioning and post–tensioning shall be of an internationally

recognised manufacturer and acceptable to the Engineer. Such system shall be used strictly in accordance with the manufacturer’s recommendation and guidance.

18.2.3 Sheaths and Cores

Add new paragraph 8 as follows: 8 Deflected tendons. For pre-tensioning single tendons the deflector in contact with

the tendon shall have a radius of not less than 5 times the tendon diameter for wire or 10 times the tendon diameter for strand. For post tensioning the deflector in contact with the tendon shall have radius of not less than 50 times the diameter of the tendon. The total angle of deflection shall not exceed 15 °C in both cases.

18.2.4 Anchorages

Add new paragraphs 3 and 4 as follows: 3 Anchorages shall be tested in accordance with BS 4447 or FIP/FIB or AASHTO-

LRFD Bridge Construction Specifications. The Contractor shall furnish test certificates having endorsement of a recognised independent testing / verification agency. For each anchorage system used in the Works, the characteristic value for the anchorage efficiency shall not be less than 90%. Strength requirements for the anchorages shall be specified on the Drawings.

4 Proprietary anchorages shall be handled and used in accordance with the

manufacturer’s instructions and recommendations.

Delete Sub-Clauses 18.2.7, 18.2.8 and 18.2.9 and substitute with the following: 18.2.7 Grouting and Duct Systems for Post-tensioned Tendons Planning, Trials and Basic Requirements 1 The Contractor shall undertake full-scale trials of the grout mix and of the grouting

operations as required for duct installation, testing, concreting, grouting and any other associated problems. The trials are required to demonstrate that the grouting

Page 97: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/48 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

methods and procedures proposed by the Contractor will ensure that grout fills the ducts and surrounds the prestressing steel.

2 The Contractor shall submit a detailed method statement; at least 4 weeks prior to

use in any trials in the Works, covering proposed materials, ducts, anchorage and vent arrangements, personnel, equipment, grouting procedures and quality control for the approval of the Engineer.

3 Full-scale trials shall be commenced at least 56 days before the planned commencement of fixing ducts for prestressing for the permanent works. 4 The trials shall incorporate all relevant details of ducts, vents, duct supports,

prestressing anchorages and couplers, prestressing strands, grout inlets and outlets. The tendons shall be sufficiently tensioned such that the strands within the duct take up a representative alignment. All systems, methods and materials are to be those proposed for the permanent works and shall have been submitted to the Engineer as part of the detailed method statement required.

5 After three days the Contractor shall carefully cut or core the trial section to expose

cross sections and longitudinal sections of the duct, anchorages and any other locations where required, or as further directed by the Engineer, to demonstrate that the duct is satisfactorily grouted. A report shall be prepared by the Contractor giving full details of the trial, testing results and photographs of the exposed sections.

6 Grouting of the ducts shall be shown to leave no void which has a radial dimension

greater than 5% of the duct diameter (or appropriate dimension, in the case of oval ducts, anchorages, etc.) or which poses a risk to the protective system. The location of any voids with respect to grout vents and their adequate grouting and subsequent sealing, and the disposition of the steel tendons within the body of the grout shall be reported.

7 Prestressing for the permanent works will not be permitted without the prior written

approval of the Engineer grouting procedures and formal acceptance of the results of the grouting procedures and formal acceptance of the results of the grouting trial.

8 The Contractor shall carry out a materials suitability assessment in accordance with

the ‘Grout Materials’ section below. 9 Full-scale trials shall be undertaken to demonstrate that the ducts are satisfactorily

grouted. Grout Materials 10 The properties of the grout, made with the materials, and using the plant and

personnel proposed for use on-site, shall be assessed for suitability for the intended purpose. This assessment shall be carried out sufficiently in advance of grouting operations to enable adjustments to be made in use of materials or plant or personnel.

11 Common and special grouts shall comply with the requirements in the ‘Properties of

Grout’ section below. The materials assessment shall consist of the preparation of the grout, made with the materials, and using the plant and personnel proposed for use on-site, and the testing of it in accordance with ‘Testing of Grout’ below. The preparation shall be carried out under representative conditions of temperature

Page 98: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/49 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

expected on-site. If grouting operations are likely to cover different seasons, the assessment shall be carried out for the expected range of temperatures.

12 No departures from the sources of the materials and procedures approved as a

result of satisfactory trials will be permitted without the written approval of the Engineer. 13 The grout shall consist only of Portland cement (CEM I) complying with BS EN 197-

1 Class 42.5 N, admixtures complying with the ‘Admixtures’ section below and water complying with BS 3148.

14 Special grout shall not contain a chloride ion content of more than 0.1% by mass of

the cement.

Duct Systems 15 The system of ducts, duct connectors, grouting connections, vents, vent

connections, drains, transitions to anchorages and caps for anchors shall form a complete encapsulation for the tendons which is resistant to the ingress of air and water. Ducts shall be of proven corrosion resistant durable material. Ducting which may degrade or corrode during the expected life of the structure will not be permitted. The system shall be fully compatible with the prestressing anchorages, couplers and other details. Where ducts are non-conductive, metal parts of anchorages shall be electrically bounded to the adjacent reinforcement at each end of the tendon and electrical continuity of the structure over the length of the tendon shall be confirmed by testing.

16 The following air pressure tests shall be carried out on site.

Duct Assembly Verification Tests 17 Each complete duct system including vents, anchorages, anchorage caps, and

where appropriate couplers and their connections, shall be air-pressure tested before concreting. Testing to a pressure of 0.01 N/mm² shall demonstrate that the system is undamaged and has been correctly assembled. The testing shall demonstrate that a loss of pressure no greater than 10% occurs after 5 minutes.

18 The minimum manufactured wall thickness of ducting shall be 2 mm. The duct

rigidity and type and spacing of fixings and supports shall be such as to maintain line, position and cross section shape during concreting. Local deformation of the duct at supports shall be avoided.

19 The Contractor shall provide evidence of testing to demonstrate the following

requirements:

(a) Wall thickness of ducts after tensioning of the tendons shall be not less than 1.5 mm

(b) The duct shall transmit full bond strength from the tendons to the surrounding concrete over a length no greater than 40 duct diameters.

20 Vents providing an air passage of at least 20 mm internal diameter shall be

provided at the anchorages and in the troughs and crests and beyond each intermediate crest in the direction of flow of the grout at the point where the duct is

Page 99: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/50 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

one half diameter lower than the crest, (but no further than 1m from the crest). The maximum spacing of vents shall be 15 m.

21 The vent diameter and spacing may be varied in full-scale trials demonstrating the

suitability of alternatives. The vents shall be rigidly connected to the ducts. Holes in the ducts shall be at least the internal diameter of the vents and shall be formed before pressure testing. All ducts shall be kept free from standing water at all times and shall be thoroughly clean before grouting. All anchorages shall be sealed by caps and fitted with grouting connections and vents. Sealing of anchorages shall permit the flow of grout through the anchor head.

22 Vents on each duct shall be identified by labelling and shall be protected against

damage at all times. 23 Vents at high points shall extend to a minimum of 500 m above the highest point on

the duct profile.

Grouting Equipment 24 Grouting equipment shall consist of a mixer, a storage reservoir and a pump with all

the necessary connection hoses, valves, measuring devices for water, dry materials, admixtures and testing equipment.

25 The mixing equipment shall be capable of producing grout of homogenous

consistency and shall be capable of providing a continuous supply to the injection equipment. The capacity of the equipment shall be such that each duct can be filled and vented without interruption and at the required rate of injection.

26 The injection equipment shall be capable of continuous operation and shall include

a system for re-circulating the grout when grouting is not in progress. 27 The equipment shall provide a constant delivery pressure; it shall have a pressure

gauge and a pressure relief valve to prevent pressure gauge and a pressure relief valve to prevent pressures exceeding 1 N/mm². All piping to the grout pump shall have as few bends, valves and changes in diameter as possible, and shall incorporate a sampling Tee with a locking-off valve.

28 The equipment shall be capable of maintaining pressure on completely grouted

ducts and shall be fitted with a valve that can be locked off without loss of pressure in the duct.

29 During the grouting operation the Contractor shall provide adequate flushing-out

plant to facilitate complete removal of the grout in the event of a breakdown of the grouting equipment or other disruption before the grouting operation has been completed. The Contractor shall demonstrate that this equipment is in full working order.

30 All equipment shall be kept free from build-up of adhering materials.

Batching and Mixing Grout 31 All materials shall be batched by mass except the mixing water and liquid

admixtures which may be batched by mass or by volume. Bagged materials shall

Page 100: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/51 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

be weighed before use. The accuracy of batching shall be:

Description % of specified quantity

(i) Dry materials, cement and admixtures ± 2%

(ii) Mixing water ± 1% The total amount of mixing water shall include the water content of liquid

admixtures. 32 Depending upon environmental or material influence (e.g. temperature,

configuration of the tendon and properties of the materials used), the water/cement ratio shall be kept as low as possible having regard to the required plastic properties of the grout.

33 The maximum water/cement ratio shall be 0.40 for common grout unless specified

otherwise. For special grout, the maximum water/cement ratio shall be 0.35. 34 The material shall be mixed to produce a homogeneous grout and kept in slow

continuous agitation until pumped into the duct. Unless manufacturers specify otherwise, water shall be added to the mixer first, followed by the dry materials which may be added as a whole or in part in sequence until the total quantities are added. The minimum mixing time determined from grouting trials shall be adhered to.

35 The temperature of freshly mixed grout shall be between 5 ºC and 25 ºC. The

maximum temperature may be increased provided trials demonstrate that the grout meets the requirements of ‘Properties of Grout’ below.

Injecting Grout

36 A check shall be made to ensure that the ducts, vents, inlets and outlets are

capable of accepting injection of the grout. This check shall be achieved by blowing through the system with dry, oil-free air and testing each vent in turn.

37 Any water in the ducts shall be removed before grouting operations commence. 38 Grouting of the ducts shall be carried out within 28 days of installation of the tendon

or as soon as is practicable thereafter, in which case additional measures shall be taken to avoid corrosion of the prestressing steel. The Engineer’s written agreement to commence grouting operations shall be obtained. Injection shall be continuous and the rate of injection slow enough to avoid segregation of the grout.

39 Unless otherwise agreed by the Engineer, grout injection shall not result in more

than 10 m of duct being grouted per minute. For certain applications, where ducts are outside the normal range of size (i.e. not multi-strand tendons in 80 mm - 125 mm ducts) this limit may be increased to 15 m of duct per minute.

40 The method of injecting grout shall ensure filling of the ducts and that the tendons

are surrounded by grout. Grout shall be allowed to flow from each vent and the remote end of the duct until its fluidity is visually equivalent to that of the grout being injected. In the event of disagreement, testing may be carried out in accordance with ‘Testing of Grout’ below.

Page 101: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/52 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

41 Following this, a further 5 litres of grout at each vent, shall be vented into a clean receptacle and then discarded. The opening shall be firmly closed. All vents shall be closed in a similar manner one after another in the direction of the flow except that at intermediate crests the vents immediately downstream shall be closed before their associated crest vent.

42 The injection tubes shall then be sealed off under pressure with a pressure of 0.5

N/mm² being maintained for at least one minute. Grout vents at high points shall be reopened immediately after 1 minute, while the grout is still fluid. Any escape of air, water or grout shall be recorded and reported immediately to the Engineer. A further pumping of grout shall then be carried out to expel bleed water - and/or entrapped air. This shall be carried out with the vents open one at a time sequentially in the direction of grouting with a further 5 litres being released at each vent.

43 The injection tubes shall then be sealed off under pressure, with a pressure of 0.5

N/mm² being maintained for at least one minute. 44 The filled ducts shall not be subjected to shock or vibration or at least 24 hours from

the time of grouting. 45 When the grout has set, the grout vents shall be reopened and left open. The

Engineer may require all or some of the end caps to be removed to demonstrate that they are satisfactorily filled with grout. End caps which have been removed shall then be replaced and permanently sealed against ingress of contaminants, such sealing to be proved to the Engineer.

46 If the method of demonstrating filling of the anchorage caps involves their removal,

a photographic record shall be made. The record shall clearly identify the individual anchorages, and shall be included in the report to the Engineer.

47 If, in the opinion of the Engineer, there is doubt that the ducts or any part of the

system are not satisfactorily filled with grout, the Engineer may require investigations to be carried out.

48 The Contractor shall keep full records of grouting for each duct in accordance with

the certification scheme requirements for the installation of post-tensioning systems. Copies of these records shall be supplied to the Engineer within 24 hours of completing grouting to each duct.

49 On completion of grouting, grout vents shall be positively sealed and water proofed

by a means separate from the concrete waterproofing.

Properties of Grout The following criteria shall apply: 50 Fluidity: When tested by the method specified in ‘Testing of Grout’ below, the fluidity

of the grout shall meet the criteria given in Table 18/1. Additionally, the fluidity (flow cone passage time) at outlets shall not vary from that of the injected grout by more than 20%.

Page 102: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/53 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Table 18/1: Test Requirements for Fluidity of Grout

Test Method Immediately after mixing

At the end of the injection period subject to a minimum of 30 minutes after mixing*

At duct outlet

Cone < 25 s (see note)

< 25 s (see note)

> 10 s

*Mixing time shall be measured from the time when all of the materials are in the mixer. For pre-bagged grout the minimum time shall be 90 minutes.

NOTE: The mixer and these limits shall be subject to the approval of the Engineer. 51 Bleeding: When tested by the method referred to in paragraph 60 below the

bleeding for common grout shall be less than 2% of the initial volume of the grout and the average of 4 successive results shall be less than 1%. The water shall be reabsorbed by the grout during the 24 hours after mixing.

For special grout there shall be no bleeding. 52 Volume Change: The volume change assessed may be either an increase or

decrease. When tested in accordance with the method referred to in paragraph 60 below the volume change of common grout shall be within the range - 1% to + 5%. For grouts containing expanding agents there shall be no decrease in volume. For special grout the volume change shall be between zero and + 5%.

53 Strength: The compressive strength of 100 mm cubes made of the grout shall

exceed 27 N/mm² at 7 days. Cubes shall be made, cured and tested in accordance with BS 1881.

54 Sieve Test: The grout shall contain no lumps. This shall be verified by testing as

referred to in paragraph 60 below. 55 Sedimentation Test: When tested by the method referred to in paragraph 60 below

the grout shall not exhibit variation in density in excess of 10% within a single test sample.

Testing of Grout

56 General: Suitability and acceptance tests for the properties of grout shall be

determined in accordance with the Concrete Society Technical Report 47 “Durable Bonded Post-Tensioned Concrete Bridges”. The testing requirements are summarised in Table 18/2.

Table 18/2: Minimum Test Requirements for Grout

Suitability Testing

Fluidity Sampled immediately after mixing, one test. Common grout: after estimated time to grout duct or minimum of 30 min. Special grout: after 90 min, two tests averaged in both cases.

Page 103: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/54 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Bleed Volume change Sedimentation Strength

Each sampled immediately after mixing, 3 tests averaged.

Acceptance Testing

Fluidity Sampled immediately after mixing, one test from mixer. After flow through duct, one test from each anchorage outlet. On completion, one test from the mixer.

Bleed Volume ChangeStrength

Two tests per day, one of which shall be from grout after flow through duct, taken from end anchorage outlet, the other from the mixer.

Sedimentation One test per day for common grout, or one test per pre-bagged supplied batch (by manufacturer’s reference number); subject to a minimum of one test per continuous grouting operation.

Admixtures

The following criteria shall apply: 57 General: Admixtures shall be used where required to achieve a low water/cement

ratio and impart good fluidity, minimum bleed and volume stability or expansion to the grout to comply with paragraphs 54 to 59 above. For common grout admixtures should be added on-site during the mixing process and used in accordance with the manufacturer’s recommendations. For special grout the admixtures shall form a pre-blended component.

58 Types: Admixtures are divided into two types, expanding and non-expanding and

they may be used to obtain the required grout performance. Admixtures used in combination shall be checked for compatibility.

59 Chemical Composition: Admixtures shall not contain substances in quantities which

will adversely affect the grout or the corrosion protection of the prestressing steel. 60 Material Requirements: The admixture shall not segregate and shall be uniform in

colour. The composition shall not change and the supplier shall operate a quality system complying with BS EN ISO 9001: 1994 or BS EN ISO 9002: 1994. The quality system shall be certified by an accredited third party acceptable to the Engineer.

Where appropriate, admixtures shall comply with BS EN 934-4. Other admixtures

shall be permitted provided they satisfy Clause 8 of BS EN 934-2 and full account is taken of their effects on the finished product and their fitness for purpose. Data on their suitability, including previous experience with such materials, shall be made available and records of the details and performance of such materials shall be maintained.

It should be noted that additional information beyond that required by Clause 8 of

BS EN 934-2 must be provided by the manufacturer for admixtures bearing CE marking (see ZA.2.2 and ZA.3 of BS EN 934-2).

Page 104: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 5: CONCRETE

IA 12/13 C 057 ST C2/S5/55 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

61 Corrosion: Grout admixtures shall not cause the grout to promote corrosion of the prestressing steel by rusting, pitting, stress corrosion or hydrogen embrittlement.

62 Dosage: The optimum dosage of any admixture shall be determined by trial mixes

with the cement to be used in the grout. This dosage shall be expressed as per cent by mass of the cement. It shall be within the range recommended by the supplier and shall not exceed 5% by mass of the cement. The method of measuring dosage and checking weights of pre-packed dry materials shall comply with section ‘Batching and Mixing of Grout’ above.

END OF SECTION

Page 105: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL 1.4 MATERIALS TESTING Add new item 7 as follows: 7 The Contractor shall employ a suitably qualified Engineer whose prime function will

be to act as Materials Engineer to the approval of the Engineer. 1.6 TEMPORARY FENCING Delete paragraphs 1 and 2 and substitute with the following: 1 Temporary fencing shall be appropriate to the usage of the adjoining land and

unless otherwise described on the Drawings shall be a post and six wire (strained) fence, 1.2 m high subject to the approval of the Engineer.

2 As soon as the Contractor is placed in possession of any part of the Site he shall

immediately erect fencing on the Site boundaries. In places where permanent fencing cannot be erected immediately or where none is required, the Contractor shall erect, and when and where required re-erect and maintain, temporary fencing and subsequently take down and remove as necessary.

Page 106: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 EARTHWORKS 3.1.2 References Add a new Test 9 as follows: Test 9 Determination of the soil pH value. 3.3 MATERIALS 3.3.3 Unsuitable Material Delete paragraph (i) and substitute with the following: (i) Soil having more than 20% passing the 0.075 mm sieve. Add a new paragraph (j) as follows: (j) PH of the soil shall be Min 7- Max 9. 3.3.5 Selected Fill Delete paragraphs (a) and (b) and substitute with the following: (a) The material passing the 0.075 mm sieve shall be less than 20%. (b) The liquid limit shall not exceed 35% and the plasticity index shall not exceed

6%. Add a new paragraph (d) as follows: (d) PH of the soil shall be Min 7- Max 9. 3.3.6 Water Delete paragraph 1 and substitute with the following: 1 Potable or brackish water shall be used for all earthwork operations, except that only

potable water shall be used for compaction of backfill material within five metres from all surfaces of a structure and for the backfill of all service trenches.

3.4 MAIN PLANT FOR EARTHWORKS 3.4.1 General Delete paragraphs 3, 4 and 5 and substitute with the following: 3 The Contractor shall supply sufficient machinery to enable progress of the Works to

the agreed programme.

Page 107: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3.5 EXCAVATION GENERAL 3.5.1 Removal of Unsuitable Soil and Soft Spots

Delete paragraph 6 and substitute with the following:

6 Unsuitable excavated material shall be removed and carted away approved dumping areas, after approval has been received from the relevant Authority and the Engineer. Delete paragraph 10 and substitute with the following:

10 The Contractor shall probe for voids, using a pattern of holes agreed with the Engineer, beneath all underpasses, structural foundations and where limestone materials are encountered. Where such voids are identified, the Contractor shall submit to the Engineer his proposals for treatment.

3.5.2 Excavating High Level Areas Delete paragraph 4 and substitute with the following:

4 In all excavations, the groundwater level shall be maintained at least 900mm below the formation level.

3.6 FILLING GENERAL

3.6.4 Contractors Imported Fill Paragraphs 1 to 9 inclusive shall be deleted and substitute with the following:

1 The Contractor shall source all fill material required for the Works.

2 It shall be the Contractor's responsibility to obtain all permits or permission and make any payments that may be required in acquiring the borrow material.

3 It shall be the Contractor's responsibility to carry out all testing to ensure the imported fill meets the specification.

4 The Contractor’s haul and traffic management arrangements shall be subject to approval by the Engineer before commencement of the Works.

3.6.8 Work Over Sabkha Delete Table 3.1 and substitute with the following:

Table 3.1

Definition of Type 1 & 2 backfill materials

Page 108: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Sieve Size (mm) Percentage Passing Type 1 Type 2

152.400 100 - 127.000 100 – 85 - 101.600 90 – 75 - 50.800 65 – 45 - 38.100 55 – 35 - 19.050 35 – 20 100 12.700 25 – 10 95 – 100 9.525 20 – 5 70 – 100 4.250 - 0 – 55 2.360 - 0 – 10 1.18 - -

0.075 - 0 – 3

3.7 STRUCTURE EXCAVATION AND FILLING 3.7.3 Dewatering Delete paragraph 3 and substitute with the following: 3 The Contractor’s submitted drawings shall show the arrangement, location and

depths of the proposed dewatering system if required. A complete description of the equipment and materials to be used and the procedure to be followed shall be shown, together with the standby equipment, standby power supply, and the proposed location or locations of points of discharge of water. The Contractor shall be required to obtain written approval from the PWA for this discharge.

3.7.4 Excavation for Structures Add new paragraph 9 as follows: 9 The Contractor may be required to undertake a pattern of rotary percussive probe

holes within the footprint of critical structures where there is considered to be a hazard from voids within the rock mass beneath. Details shall be proposed by the Contractor and agreed with the Engineer.

3.7.6 Cofferdams Delete paragraph 5 and substitute with the following: 5 As an alternative to a cofferdam, the Contractor may propose a wellpoint dewatering

system, for approval by the Engineer, to keep structural excavation works dry. Such proposal shall include, but not be limited to, sufficient calculations, sketches and drawings, to justify the wellpoint positions and lengths in addition to pumping capacity required. The use of a wellpoint dewatering system may not preclude the use of support or shoring within the excavation to provide adequate stability and safety to the satisfaction of the Engineer. Where well-point systems are proposed the Contractor shall follow the requirements of Sub-Clause 3.7.3 of Section 6 Part 3.

Page 109: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3.7.7 Backfill Adjacent to Structures

Delete paragraph 1 and substitute with the following:

1 EXW IAN 005 “Excavation and Backfill for Highways Structures” shall be referred to for procedures relating to backfilling to highways structures. For all other structures, this Clause 3.7.7 applies.

3.10 TESTING

3.10.1 General Delete paragraph 1 and substitute with the following:

1 The Contractor shall be responsible for verifying adherence to the specification of moisture content, compaction, thickness California Bearing Ratio and other properties of the materials or workmanship, and shall supply this information to the Engineer for approval before placement of subsequent layers.

3.10.3 California Bearing Ratio Delete paragraphs 1, 2 and 3 and substitute with the following:

The soaked value of the California Bearing Ratio shall be determined on the top of the specimen compacted statically at the optimum moisture content and 95% of the maximum dry density after soaking for 4 days in accordance with CML 10-97. Both values shall be reported and both shall comply with the minimum requirements outlined in the most recent issue of the Qatar Construction Specifications.

3.10.4 Testing Levels and Evenness of the Formation Delete paragraphs 1, 2 and 6 and substitute with the following:

1 The Contractor shall be responsible for verifying adherence to the specification of levels, evenness and cross fall and shall supply this information to the Engineer for approval before placement of subsequent layers.

2 The Contractor shall make available to the Engineer a four-metre straight-edge and a crown template of sturdy and approved design and the necessary labour to carry out audit checking as required.

6 These tests shall be taken at a minimum rate of one test per 100 m run and additionally as directed by the Engineer. In the event of any failure, the Contractor shall correct the unevenness of the surface and resubmit the area for approval by the Engineer.

Page 110: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Supplemental Clause to Section 6, Part 3 3.11 ADDITIONAL CLAUSES APPLICABLE TO HIGHWAY STRUCTURES 3.11.1 General 1. These Specification Clauses shall apply to backfilled structures such as retaining

walls, trough structures, bridge abutments and cut & cover tunnels. They do not apply to:

(i) fill for reinforced earth structures, including associated drainage layers;

(ii) fill for anchored earth structures including associated drainage layers.

(iii) backfilling of utility excavations such as for trenches, manholes, chambers etc.

2. For integral bridges, there may be additional requirements for the properties of

backfill material to limit the settlement of backfill due to the effects of thermal movements of the structure. These requirements are not specified herein.

3. Any references to a superseded standard in Clause 3.11 shall be taken as a reference to the replacement standard that was current forty-two days prior to the date of return of Tenders. If no replacement standard exists, then the reference shall be taken as referring to a comparable, internationally recognized standard as directed by or approved by the Engineer.

4. Except as noted in sub-Clause 6 below, excavation shall be profiled to a slope no

steeper than 1.0 horizontally to 1.0 vertically as shown in Figures 1 and 2. Additionally, excavations shall be benched as necessary to achieve full compaction of all of the backfill material.

5. Except as noted in sub-Clause 6 below, backfilling material as specified in Clause

3.11.2 to walls shall form a wedge of material as illustrated in Figures 1 and 2.

6. Excavations in rock may be benched to an angle steeper than 1 horizontal in 1 vertical, provided that the backfill material used is lean mix concrete with minimum 28 day strength of15kN/m2.

7. Backfill material as specified in Clause 3.11.2 shall be placed on the roofs of buried

structures as illustrated in Figure 2.

8. Waterproofing shall be protected from damage at all times during backfilling and compaction operations.

9. Backfilling and compaction shall be completed in layers in accordance with the

Qatar National Construction Standard (QCS).

Page 111: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Page 112: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3.11.2 Materials

1. Except as noted in 3.11.1 (4) above, Type 1 or Type 2 material as specified below shall be used as backfill to structures:

Type 1 Natural gravel, natural sand, crushed gravel, crushed rock, crushed concrete, slag, well burnt colliery spoil or any combination thereof. None of these constituents shall include any argillaceous rock. Recycled aggregate except recycled asphalt. Material shall meet the requirements indicated in the table below in addition to any other requirements of the QCS:

Material Properties Required for Acceptability (In Addition to other Requirements in the Specifications) Property Defined and Tested Acceptable Limits Within: Testing In Accordance with Lower Upper Frequency Grading BS 1377: Part 2

(On-site) See 3.11.2(2) See 3.11.2(2) 1 per 400

tonnes BS EN 933-2

(Off-site) See 3.11.2(3) See 3.11.2(3) 1 per 400

tonnes Uniformity coefficient

See 3.11.2 (4) 10 - 1 per 400 tonnes

Los Angeles coefficient

See 3.11.2 (5) - 40 Weekly

Type 2

Natural gravel, natural sand, crushed gravel, crushed rock, crushed concrete, slag, chalk, well burnt colliery spoil or any combination thereof. None of these constituents shall include any argillaceous rock. Recycled aggregate except recycled asphalt. Material shall meet the requirements indicated in the table below in addition to any other requirements of the QCS:

Material Properties Required for Acceptability (In Addition to other Requirements in the Specifications) Property Defined and Tested Acceptable Limits Within: Testing In Accordance with Lower Upper Frequency Grading BS 1377: Part 2

(On-site) See 3.11.2(2) See 3.11.2(2) 1 per 400

tonnes BS EN 933-2

(Off-site) See 3.11.2(3) See 3.11.2(3) 1 per 400

tonnes Uniformity coefficient

See 3.11.2 (4) 10 - 1 per 400 tonnes

Los Angeles coefficient

See 3.11.2 (5) - 40 Weekly

Page 113: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2. Grading requirement to BS 1377 : Part 2 (On-site)

% by Mass Passing Sieve Size Shown Size (mm) BS Series Size (microns)

BS Series 125 90 75 37.5 28 20 14 10 6.3 5 3.25 2 1.18 600 300 150 63

100 <15

3. Grading requirement to BS EN 933-2 (Off-site)

% by Mass Passing Sieve Size Shown Size (mm) BS Series Size (microns)

BS Series 125 80 63 40 31.5 20 16 10 8 6.3 4 2 1 500 250 150 63

100 <15

4. Uniformity coefficient is defined as the ratio of the particle diameters D60 to D10 on the particle-size distribution curve, where:

D60 = particle diameter at which 60% of the soil by weight is finer; D10 = particle diameter at which 10% of the soil by weight is finer. 5. Los Angeles and Other Tests for Particle Soundness Resistance to Fragmentation – Los Angeles Coefficient (LA) The Value of Los Angeles coefficient shall be determined in accordance with BS EN

1097-2

3.11.3 Compaction

1 The Contractor shall compact the backfill, in compliance with the Qatar National Construction Standard, as supplemented/amended below.

2 The Contractor shall at least 7 days before commencement of end-product

compaction make available the following to the Engineer:

(i) the values of maximum dry density and the optimum moisture content obtained in accordance with BS 1377 : Part 4 using the 2.5 kg rammer method or vibrating hammer method as appropriate for each of the fills he intends to use which meet the requirements of the permitted material;

(ii) a graph of density plotted against moisture content from which each of the values in (i) above of maximum dry density and optimum moisture content were determined.

3 Once the information contained in sub-Clause 2 of this Clause has been made

available to the Engineer it shall form the basis for compaction. 4 Fill shall have a field dry density, measured in accordance with sub-Clause 5 of this

Clause, equal to or greater than end product 98% of maximum dry density of BS 1377 : Part 4(vibrating hammer method) of the maximum dry density for the relevant

Page 114: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

material previously made available to the Engineer in accordance with sub-Clause 2 above.

5 The field dry density referred to in sub-Clause 4 of this Clause shall be measured in

accordance with BS 1377: Part 9, except that nuclear methods shall only be used where required or permitted in the Specification. Where nuclear methods are used, the gauge shall be calibrated in accordance with BS 1377: Part 9.

6 Where fill to structures is required to the same level on more than one side of a

structural element or buried structure, it shall be maintained at heights not differing by more than 250 mm after compaction on opposing sides of the structural element as filling proceeds, unless otherwise permitted by the Engineer. Finished levels shall be as shown on the drawings.

7 The Contractor shall restrict compaction plant used on fill to structures, within 2 m of

a structure, to the following items as

(i) vibratory roller having a mass per metre width of roll not exceeding 1,300 kg with a total mass not exceeding 1,000 kg;

(ii) vibrating plate compactor having a mass not exceeding 1,000 kg;

(iii) vibro-tamper having a mass not exceeding 75 kg.

The compacted level of the fill within this zone shall not differ during construction from the compacted level of the remainder of the adjoining fill to structures by more than 250mm.

8 Backfill material shall be shown, by means of a trial utilizing not less than 20m³ of

the material, deposited and compacted in accordance with sub-Clause 3 above, to be stable in the opinion of the Engineer, when it is trimmed to a slope of 1 vertical to 1.5 horizontal.

Page 115: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 UNBOUND PAVEMENT MATERIALS 4.1 GENERAL 4.1.1 Scope Add new paragraph 3 as follows: 3 Materials: The materials included by the specification are: a) Crushed Rock/Crushed Gravel subbase and b) Crushed Rock/Crushed Gravel Road base 4.2 MATERIALS 4.2.4 Fine Aggregate Delete paragraph 4 and substitute with the following: 4 For Base and Subbase, the material passing the 0.425 mm sieve shall have a

maximum liquid limit of 25% and the plasticity index shall not exceed 6%. Delete paragraph 6 and substitute with the following: 6 The aggregate bases shall have a minimum sand equivalent value of 40 and the

aggregate subbase shall have a minimum sand equivalent of 30, as determined by ASTM D2419.

4.2.5 Coarse / Combined Aggregate Delete paragraph 3 and 6 and substitute with the following: 3 The Los Angeles Abrasion Loss, as determined by ASTM C131/C535, shall be 30%

maximum. 6 The minimum CBR value obtained when preparing samples of aggregate base and

aggregate subbase at optimum moisture content and at 100% relative compaction and soaking them for 4 days shall be 80% and 60% respectively. The maximum permitted swell shall be 0.5% and 1.0% respectively.

4.4 MIX DESIGNS – TITLE TO BE REPLACED WITH: “ROAD BASE AND SUB-

BASE MATERIAL” Delete paragraph 6 and substitute with the following: 6 Aggregate gradation shall conform to the gradation as follows:

Page 116: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(a) Road Base

BS Sieve Size (mm) Percentage Passing 63 - 50 100

37.5 70-100 25 55-85 20 50-80 10 40-70 5 30-60

2.36 20-50 0.425 10-30 0.075 5-15

(b) Road Subbase

BS Sieve Size (mm) Percentage Passing Note Class A (Heavy Traffic) Class B (Low CBR)

63 - 100 50 - 90-100

37.5 100 60-90 25 70-90 42-77 20 60-90 35-70 10 45-75 25-60 5 35-65 15-40

2.36 25-50 10-26 0.425 15-30 5-15 0.075 0-15 2-9

Note: the selection of subbase class is dependent on the subgrade CBR value and traffic level.

4.6 SPREADING AND COMPACTION Delete paragraph 10 and substitute with the following: 10 Material shall spread to a thickness that would result in layers not more than 150mm

thick after compaction. Where the finished compacted thickness exceeds 150mm, placing shall be executed in composite layers, each layer not exceeding 150mm. At the approval of the Engineer, 170mm in compacted thickness may be allowable if the contractor can demonstrate that compaction and compaction testing can be achieved.

Page 117: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 ASPHALT WORKS 5.1 GENERAL 5.1.2 References Add new tests for Performance Graded (PG) Asphalt and Polymer Modified Bitumen

(PMB) as follows: AASHTO M 320 Performance-Graded Asphalt Binder

AASHTO M 323 Superpave Volumetric Mix Design

AASHTO R 28 Accelerated Aging of Asphalt Binder Using a Pressurized Aging Vessel (PAV)

AASHTO R 29 Grading or Verifying the Performance Grade (PG) of an Asphalt Binder

AASHTO R 35 Superpave Volumetric Design for Hot-Mix Asphalt (HMA)

AASHTO T 40 Sampling Bituminous Materials

AASHTO T 44 Solubility of Bituminous Materials

AASHTO T 48 Flash and Fire Points by Cleveland Open Cup

AASHTO T 55 Water in Petroleum Products and Bituminous Materials by Distillation

AASHTO T 240 Effect of Heat and Air on a Moving Film of Asphalt Binder (Rolling Thin-Film Oven Test)

AASHTO T 313 Determining the Flexural Creep Stiffness of Asphalt Binder Using the Bending Beam Rheometer (BBR)

AASHTO T 314 Determining the Fracture Properties of Asphalt Binder in Direct Tension (DT)

5.1.4 Quality Assurance Insert new paragraphs 5 to 15 as follows: 5 Bituminous paving courses shall consist of coarse aggregate, fine aggregate, filler

material, and bitumen binder. Mixture of two different types of rocks, e.g. igneous and sedimentary having different specific gravities in a single fraction shall not be permitted.

6 The Contractor shall provide the Engineer with a complete report on the origin and

composition of all stone and/or gravel aggregates to be used in the work (Aggregate Resources Report) within thirty (30) days prior to the scheduled beginning of the crushing and screening operations. All materials shall comply with the specified requirements for the various aggregates.

The Contractor shall provide petro graphic analysis including x-ray diffraction of clay

minerals conducted by a competent independent testing laboratory which shall include reports on the suitability of the proposed materials for their use in concrete and asphaltic mixes.

Page 118: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 The source and manufacture of the aggregates, which shall meet the requirements of the specification, is the responsibility of the Contractor. It is also the Contractor’s sole responsibility to manufacture and haul such aggregates at the rates and in the quantities required to complete the work within the specified contract period.

8 Delivery of materials produced from commercial manufacturing process shall be

accompanied by the manufacturer’s certification and test reports showing the materials comply with the specification for which it is stipulated.

9 All sources of aggregates shall be approved by the Engineer prior to the processing

of material from such sources. An individual source of aggregate is deemed to be a particular location within a quarry or borrow pit where material of a constant specific gravity is obtained (with possible variation due to minor changes in characteristics of rock).

10 During the execution of the Works variation in the specific gravity of any individual

fraction of aggregates used in the asphaltic mixes by more than 0.020 may be a cause for rejection of mix design in which case the Engineer may ask the Contractor for a new mix design.

11 The test certificate obtained by the Contractor or tests performed by the Contractor

at his expense are intended to assist him in his estimate of the location, extent and quantities which will comply with the specification, when properly processed, and will no way obviate the need for future testing by the Engineer.

12 Only material from approved sources shall be processed for incorporation into the

work. Approval of specific sources of materials shall not be considered as final approval and acceptance of materials from such sources. The presence of weathered materials discovered in the quarry areas shall be a cause of rejection of the source of materials.

13 After having received approval of specific sources of material the Contractor cannot

change these without prior written approval of the Engineer. 14 All processed materials shall be tested and approved before being stored on the Site

or incorporated in the Works and may be inspected and tested at any time during the progress of their preparation and use. Questionable materials, pending laboratory testing subsequent approval shall not be unloaded and incorporated with materials previously approved and accepted.

15 If the grading and quality of the material delivered to the Site does not conform to

the grading and quality as previously inspected and tested, or does not comply with the specifications the Engineer reserves the right to reject such material at the Site of the work.

5.2 MATERIALS 5.2.1 Fine Aggregate Delete paragraph 1 and substitute with the following: 1 Fine aggregate is that portion of the mineral aggregate passing the 4.76mm BS

Sieve.

Page 119: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Delete paragraph 2 and substitute with the following:

2 Fine aggregate shall consist of crushed hard durable rock and shall be of such gradation that when combined with other aggregates in proper proportions, the resultant mixture will meet the required gradation. The use of wadi, beach or dune sand for asphalt works is not permitted. Fine aggregate including filler shall be obtained from 100% crushed gravel or crushed rock pre-screened to exclude natural uncrushed fine material or weathered unsound fines. Delete paragraph 6 and substitute with the following:

6 Individual stockpiles of crushed fine aggregate shall have a sand equivalent of not less than 45 for base course and not less than 55 for intermediate and wearing course. Delete paragraph 7 and substitute with the following:

7 The loss by the magnesium sulphate soundness test, as determined by ASTM C 88, shall be a maximum of 14% for base course and 12% for intermediate and wearing course. Add new paragraph 12 as follows:

12 Should a change in a material be encountered or should a change in a source of material be made a new job-standard mix shall be submitted by the Contractor and approved by the Engineer before the mix containing the new material is delivered. Job materials will be rejected if they are found not to have the characteristics required by the approved job Standard Mix.

5.2.2 Coarse Aggregate Delete paragraph 1 and substitute with the following:

1 Coarse aggregate is that portion of the mineral aggregate retained on the 4.76mm BS Sieve. Coarse aggregate shall consist of crushed natural stones and gravel. Crushed particles shall be cubic and angular in shape and shall not be thin, flaky or elongated. The gradation shall be such that when combined with other aggregate fraction in proper proportions, the resultant mixture will meet the required gradation. Coarse aggregates shall be of uniform quality and free from decomposed stone, shale, etc. Specific Gravity of individual fraction (size) of approved aggregates shall not vary by more than ± 1%. Delete paragraph 4 and substitute with the following:

4. The loss by the magnesium sulphate soundness test, as determined by ASTM C 88, shall be a maximum of 12% for base course and 10% for intermediate and wearing course.

5.2.4 Bitumen Delete all paragraphs and substitute with the following:

Page 120: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1 The bitumen specified for use in the asphalt mixes shall meet the requirements of AASHTO MP 19 and equivalent ASTM, EN and BS International Standards and Test methods.

2 The bitumen shall only be obtained from approved sources. 3 The bitumen shall be prepared by the refining of petroleum. It shall be uniform in

character and shall not foam when heated to 175°C. 4 Blending of bitumen materials from different refineries will be permitted only with the

written approval of the Engineer. 5 When bitumen grades PG76-10 H, V, or E are specified, the bitumen will be required

to meet the requirements of TP 70- Figure 2.1 Passing % recovery. 6 The Bitumen Grade PG 76-10 shall conform to the requirements listed in Table 5.4.

Table 5.4: Bitumen PG76-10 H, V, and E specifications

Test Standard a Specification AASHTO ASTM

Original Binder

Average 7 days maximum pavement design temperature, (oC)

< 76

Minimum pavement design temperature, (oC)

>-10

Flash Point Temperature, Minimum (oC)b T48 - 230 Viscosity, Maximum, 3 Pa.a, Test Temperature (oC)b

T316c - 135

Dynamic Shear, G*/sinδ, Minimum, 1.00 kPae Test Temperature (oC) at 10 rad/s

T315d 76

Rolling Thin Film Oven ( T240) or Rolling Thin Film Oven (T179)

Mass Loss, Maximum, Percentf 1% MSCR, Standard Traffic “S” Grade Jnr3.2,max 4.0 kPa-1 Jnr3.2,max 75% Test temperature, oC

TP70 76

MSCR, Heavy Traffic “H” Grade Jnr3.2,max 2.0 kPa-1 Jnr3.2,max 75% Test temperature, oC

TP70 76

MSCR, Very Heavy Traffic “V” Grade Jnr3.2,max 1.0 kPa-1 Jnr3.2,max 75% Test temperature, oC

TP70 76

MSCR, Extreme Traffic “E” Grade Jnr3.2,max 0.50 kPa-1 Jnr3.2,max 75% Test temperature, oC

TP70 76

Page 121: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Pressurized Aging Vessel Residue (R28)

PAV Aging Temperature (oC)g 110 Dynamic Shear, “S” Grade, G*/sinδ, Minimum, 5000 kPae Test Temperature (oC) at 10 rad/s

T315 37

Dynamic Shear, “H” , “V” , “E” Grades, G*/sinδ, Minimum, 5000 kPae Test Temperature (oC) at 10 rad/s

T315 37

Physical Hardening Report

Creep Stiffness, Stiffness , S, Maximum, 300.0 MPa at 60 seconds m-value, Minimum, 0.300 at 60 seconds Test Temperature (oC)h

T313 0

Direct Tension, Failure Strain, Minimum, 1.0% (loading rate of 1.0 mm/min), Test Temperature (oC)

T314 0

a MSCR testing on RTFO residue should be performed at the PG grade based on the environmental high pavement temperature. Grade bumping is accomplished by requiring a lower Jnr value while testing at the environmental temperature.

b Pavement temperatures are estimated from air temperatures using an algorithm contained in the LTPP

Bind program, may be provided by the specifying agency, or by following the procedures as outlined in M 323 and R 35, excluding the provisions for “grade bumping”.

c This requirement may be waived at the discretion of the specifying agency if the supplier warrants that the

asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety standards.

d For quality control of unmodified asphalt binder production, measurement of the viscosity of the original

asphalt binder may be used to supplement dynamic shear measurements of G*/sinδ at test temperatures where the asphalt is a Newtonian fluid.

e G*/sinδ = high temperature stiffness and G* sinδ = intermediate temperature stiffness. f The mass change shall be less than 1.00 percent for either a positive (mass gain) or a negative (mass

loss) change. g The PAV aging temperature is based on simulated climatic conditions and is one of three temperatures,

90°C, 100°C, or 110°C. Normally the PAV aging temperature is 100°C for PG 58-xx and above. However, in desert climates, the PAV aging temperature for PG 70-xx and above may be specified as 110°C.

h If the creep stiffness is below 300 MPa, the direct tension test is not required. If the creep stiffness is

between 300 and 600 MPa, the direct tension failure strain requirement can be used in lieu of the creep stiffness requirement. The m-value requirement must be satisfied in both cases.

7 The contractor shall submit samples of the bitumen and PMB that he proposes to

use in the work together with a statement as to its source and properties approved by the Engineer at least 45 days before the asphalt works begins.

8 The PG binder shall show no separation upon mixing with the modifier either when

the binder is blended by the method of injection into the asphalt line/mixer or when the binder is blended on site in continuously agitated tanks.

9 As the performance graded bitumen containing polymer modifiers is susceptible to

separation of the modifier, the contractor shall ensure proper circulation or agitation in storage if separation of the modifier is suspected.

Page 122: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10 The PMB shall provide high cohesion when combined with mineral aggregate and shall offer good elastic recovery after relief.

11 PG binder or polymer modifier supplier instructions with regard to the recommended

application and storage shall be carefully followed. 12 When the Bitumen or PMB is transported in bulk tankers or in drums, the bulk

tankers must have good heating and circulation systems and shall have good functional insulation that can maintain the same temperature. No drop in temperature exceeding 10° C /day shall be allowed.

5.3 PLANT GENERALLY Delete paragraph 3 and substitute with the following: 3 On first erecting a batching plant and at least once every three months thereafter,

the plant shall be calibrated by a calibration service organisation approved by the Central Materials Laboratory.

5.4 ASPHALT MIXING PLANT 5.4.2 Automatic Operation Delete paragraph 3 and substitute as follows: 3 The use of manual and semi-automatic plants for the production of asphalt is not

permitted unless specific approval is given in writing by the Engineer. Plant shall be required to be equipped with the facilities to provide computer printout indicating the quantity of materials used in batch against target setting the hot bin fractions, bitumen content, mixing time and cycle, date and time of production, mix type, total production in a given day. The above printout is to be provided to the Engineer for each production day.

5.4.3 Cold Bins System Delete paragraph 3 and substitute with the following: 3 The cold bins and loading equipment used shall be compatible to prevent overflow

between the bins. Baffle plates shall also be used between bins to prevent overflow of one bin into another. Each cold bin shall include an accurate means for continuously feeding the required amount of mineral aggregate so that uniform production is achieved. The settings on the cold bins shall not be altered from the correct calibrated settings without the approval of the Engineer.

5.4.4 Filler Additive System Delete paragraph 5 and substitute with the following: 5 When filler is added as a slurry, a minimum of two slurry chambers will be provided.

One chamber will be used for proportioning the filler and water into slurry consistency. The second slurry chamber shall contain the mixed slurry and shall be provided with an accurate metering device with well-defined settings to enable easy checking, setting and calibration. Both chambers shall be equipped with continuous

Page 123: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

mixing paddles or recirculation pumps in order to prevent the slurry mixture from separating.

5.4.6 Dust Collector Delete paragraph 1 and substitute with the following: 1 The plant shall be provided with a dust collector designed to waste, or to return in a

constant and uniform flow to the hot elevator, all or part of the material collected. Before permitting the return of such collected dust, the Contractor will examine its characteristics in relation to the mix requirements and will designate the quantity to be returned. Dust return shall not be permitted without the approval of the Engineer.

Add new paragraph 3 as follows: 3 All plants used for preparation of bituminous mixtures shall consist of an effective

filter system to prevent the escape of dust, smoke and any other pollutant to the atmosphere.

5.4.14 Safety Requirements Delete paragraph 1 and substitute with the following: 1 Adequate and safe stairways to the mixer platform and guarded ladders to other

plant units shall be placed at all points required for accessibility to all plant operations. Accessibility to the top of truck bodies shall be provided by means of a platform or other suitable device to enable the Contractor to obtain mixture temperature data. To facilitate handling scale calibration equipment and sampling equipment, a hoist or pulley system shall be provided to raise or lower the equipment from the ground to platform or vice versa. All gears, pulleys, chains, sprockets and other dangerous moving parts shall be thoroughly guarded and protected. Ample and unobstructed passage shall be maintained at all times in and around the truck loading space. This space shall be kept free from drippings from the mixing platform.

5.4.16 Scales or Meters Delete paragraph 1 and substitute with the following: 1 All scales and meters shall be calibrated as detailed in Sub-Clause 5.3 of this Part.

Production shall not be permitted if the weight batch calibration fails. 5.5 HAULING EQUIPMENT Delete paragraphs 3 and 5 and substitute with the following: 3 Any truck causing excessive segregation of material by its spring suspension or

other contributing factors, or that shows oil leaks in detrimental amounts, or that causes undue delays, shall be removed from the work until such faults are corrected.

5 The Contractor shall provide an adequate number of trucks of such size, speed and

condition to ensure orderly and continuous progress of the work.

Page 124: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5.6 OTHER PLANT 5.6.1 Spreading and Finishing Equipment Delete paragraphs 2 and 3 and substitute with the following: 2 The pavers shall be self-propelled and equipped with hoppers and distributing

screws of the reversing type to place the mixture uniformly in front of adjustable electronic controlled screeds. The pavers shall be so designed to allow a minimum paving width of 2 m and must be capable of paving at least the width of a lane. Paving in widths less than the width of a lane shall require the approval of the Engineer. Tracked pavers shall be used for major roads and tyred pavers shall be used for tight junctions and minor roads.

3 Pavers shall be equipped with such provisions and attachments to suit paving widths

specified for road widening as well to as to suit paving on sloped sections. They shall be equipped with fast and efficient steering devices and shall have reversed as well as forward traveling speeds. The operational speed of the pavers shall be adjustable from 3 to 6 m/min.

5.6.2 Rolling Equipment Delete paragraph 3 and substitute with the following: 3 Pneumatic-tyred rollers shall be self-propelled. The rollers shall be equipped with

pneumatic-tyres of equal size and diameter which are capable of exerting varying average contact pressure. Pneumatic-tyred rollers shall be in good condition and with enough ballast space to provide uniform wheel loading as may be required. The Contractor shall furnish to the Engineer charts or tabulations showing the contact areas and contact pressures for the full range of tyre inflation pressures and for the full range of tyre loading for each type and size compactor tyre furnished and used in pneumatic-tyred rollers. The total operating weight and tyre pressure shall be varied by the Contractor to obtain contact pressures which will result in the required asphalt course density.

5.7 BITUMINOUS PAVING COURSES MIX DESIGN 5.7.1 Mix Design Criteria Delete “Recommended Compacted Layer Thickness” Table outlined immediately

after Table 5.2, and substitute with the following:

Recommended Compacted Layer Thickness Asphaltic Concrete

Asphaltic Concrete

Asphaltic Concrete

Dense Bituminous Macadam

Base Course (BC-TYPE 1)

Intermediate Course (IC-TYPE 1)

Wearing Course (SC-TYPE 1)

Wearing Course (SC-TYPE 2)*

70mm-100mm 50mm-80mm 50mm-60mm 50mm-60mm *The ‘SC-TYPE 2 Wearing Course is coarser than SC-TYPE 1. It is more open textured and it has more air voids in the mix than SC-TYPE 1. It is intended for more heavily-trafficked roads/locations.

Page 125: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5.7.2 Mix Design Procedure Add new paragraph 4 as follows: 4 The job standard mix shall not be used until certification is issued by the Qatar

General Organization for Standards and Metrology (QGOSM). The assistance of the Engineer or issuance of a certificate to the Contractor for the job standard mix by the QGOM in no way relieves the Contractor of the responsibility of producing a bituminous mix meeting the requirements of the Specification.

5.8.3 Survey and Preparation Delete paragraph 2 and substitute with the following: 2 When an asphaltic concrete pavement course is to be placed on top of an existing

pavement, the Contractor shall determine the required treatment of the existing pavement surface and submit his proposal to the Engineer for approval.

Delete paragraph 4 and substitute with the following: 4 The surface of kerbs, vertical faces of existing pavements and all structures in actual

contact with asphalt mixes shall be painted with a thin and complete coating of tack coat to provide a closely bonded, watertight joint.

5.9 DELIVERY SPREADING AND FINISHING 5.9.1 Delivery of Mixes Delete paragraphs 5 and 6 and substitute with the following: 5 The mixture at delivery to the paver shall be not more than 163 ºC and not less than

140 ºC. Material which has fallen below minimum temperature of 140 ºC before discharge shall be rejected and immediately removed from site. Delivery temperature shall not exceed the maximum temperature specified for mixing at the plant.

6 Should a significant proportion of the mixture delivered to the paver fail to meet this

requirement, or should cold lumps be found in the mixture, the paving operations shall be suspended until measures are taken, to the approval of the Engineer, to ensure compliance.

5.9.2 Spreading and Finishing Delete paragraph 3 and substitute with the following: 3 The laid material shall be compacted as soon as rolling can be effected without

causing undue displacement and while the temperature does not fall below 135ºC. Material still uncompacted and below this temperature shall be rejected.

Add new paragraphs 13, 14 and 15 as follows:

Page 126: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

13 The Contractor shall plan the paving such that longitudinal joints occur on the line of future lane markings wherever possible. Paving shall not be allowed in a greater width than 4 m unless otherwise agreed by the Engineer.

14 Asphaltic concrete mixes, except levelling courses shall be laid at a uncompacted

thickness such that, after rolling the thickness of the compacted layer shall be:- Base course : Min. 7 cm Max. 10 cm Intermediate course : Min. 5 cm Max. 8 cm Wearing course : Min. 5 cm Max. 6 cm 15 The maximum thickness for layers may be increased slightly when such increase is

more adaptable to total pavement thickness and when in the opinion of the Engineer it is not detrimental to placement and rolling conditions.

5.9.9 Finish Rolling Delete paragraph 4 and substitute with the following: 4 After final rolling, the smoothness, levels, cross falls, density and thickness shall be

checked and any irregularity of the surface exceeding the specified limits and any areas defective in texture, density or composition shall be corrected, including removal and replacement of the lot in question if required.

5.9.10 Protection of Laid Courses Delete paragraph 1 and substitute with the following: 1 The Contractor shall protect all sections of newly constructed pavement from traffic

until they have hardened sufficiently to the approval of the Engineer. In heavily trafficked roads during the summer months a minimum period of 7 days must elapse before the newly compacted pavement is opened to traffic. In no case shall traffic be permitted less than 48 hours after completion of asphaltic course unless a shorter period is authorised by the Engineer.

5.11 SAMPLING TESTING AND ACCEPTANCE 5.11.1 General Delete paragraph 1 and substitute with the following: 1 Each completed asphalt concrete course shall be tested by the Contractor on a lot

basis. The Contractor shall submit a testing plan to the Engineer for approval that demonstrates how he shall prove compliance with the requirements for compaction, mix composition, level, evenness and all other requirements of this Section 6. Each lot shall be approved by the Engineer before placing any subsequent asphalt concrete course. In cases where the asphalt course is laid in more than one lift, each lift shall be tested and approved in accordance with the following requirements before placing the subsequent asphalt concrete lift.

5.11.2 Sampling Delete paragraphs 1 and substitute with the following:

Page 127: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1 The Contractor shall cut and test samples from each completed asphalt course during the progress of the work and before final acceptance. The Engineer may determine the location of the sample. The test results of each lot demonstrating compliance or otherwise with this specification shall be submitted to the Engineer.

Add new paragraphs 6, 7 and 8 as follows: 6 The Contractor shall provide a sample pair of cores to the Engineer at a rate of not

less than 1 per lot for audit testing, unless otherwise instructed by the Engineer. 7 The size of a lot shall be as defined by the Contractor’s quality system, but shall not

be greater than 300 m run of road or 1500 m², whichever is less. The locations of the samples shall be randomly generated however at least one set of samples per lot shall be at joints as defined in QCS Section 6, Part 5, Clause 5.11.2, paragraph 2.

8 Two copies of the density results and related air voids results shall be submitted to

the Engineer within 24 hours of compaction of the lot. 5.11.3 Compaction Delete paragraph 2 and substitute with the following: 2 The density of the compacted mixes shall be related to the daily Marshall Density,

which shall be determined by making four standard Marshall Specimens from samples of the mix taken from the mixing plant or paver (provided compacting temperature is retained). The density of each sample shall be determined and compared with mean value. Any individual result which varies from the mean by more than 0.015 gm/cc shall be rejected. Marshall Tests shall be repeated on a daily basis to establish the daily Marshall Density for that particular day’s production. The daily Marshall Density shall not vary from the job mix Design Density by more than ± 0.75%.

The field density, as determined from each core sample, shall be a minimum of 98%

of daily Marshall Density for the wearing and intermediate courses and a minimum of 97% for the base course.

Add new paragraph 4 as follows: 4 Should any bituminous course fail to achieve the specified compaction, at the

discretion of the Engineer re-rolling may be allowed subject to the following conditions:

(a) Compaction to be achieved shall be 1% or less.

(b) Only PTR’s to be used weighing no greater than 18 tons.

(c) Re-rolling to take place within 72 hours from the time of the initial rolling of the asphalt.

(d) Re-rolling to take place at the time of the day when the asphalt has attained its maximum natural temperature.

(e) Re-rolling to be applied for a maximum of two hours.

Page 128: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(f) Re-rolling to be carried out in the presence of the Engineer’s Representative.

(g) The section of the Works in question shall be cored for density determination immediately after the completion of re-rolling.

(h) If after re-testing, the compaction achieved is 0.5% below the specified compaction, the asphaltic material will be accepted in the Works subjected to a reduction to the billed rates. If, on the other hand, compaction is not achieved within 0.5% of specified compaction, the asphaltic material shall be removed and new material to the specification laid at the Contractor’s cost.

5.11.5 Thickness and Level Delete paragraph 2 and substitute with the following: 2 In addition, the variations in the falls to cross sections of the road shall not vary from

the required value by more than 0.15%. Delete paragraph 4 and substitute with the following: 4 If the core so taken is not deficient by more than five (5) millimetres from the

specified thickness (individual layer), full payment will be made. If the core is deficient in thickness by more than five (5) millimetres, from the specified thickness of individual layer, two (2) additional cores shall be taken from the area represented and if the average of the three (3) cores is not deficient by more than five (5) millimetres from the specified thickness of respective layer, full payment will be made. If the average thickness of three (3) cores is deficient by more than five (5) millimetres, but not more than ten (10) millimetres, or fifteen (15) per cent (whichever is less) from the specified thickness of total asphaltic pavement, an adjusted unit price as provided in the bill of quantities will be paid for the area represented by these cores.

In calculating the average thickness of each bituminous paving course,

measurements, which are in excess of the specified thickness by more than five (5) millimetres will be considered as the specified thickness plus five (5) millimetres, the measurements which are less than specified thickness by more than ten (10) millimetres or fifteen (15) per cent (whichever is less for total thickness), will not be included in the average.

When the measurement of any core is less than specified thickness by more than

five (5) millimetres, or fifteen per cent (whichever is less), the actual thickness of the bituminous paving course in this area will be determined by taking additional cores at not less than three (3) metre intervals parallel to the centre-line in each direction from the affected location until, in each direction, a core is found which is not deficient by more than five (5) millimetres, or fifteen (15) per cent (whichever is less). Asphalt areas which are deficient by more than ten (10) mm or 15% (whichever is less – for total pavement thickness) shall be removed and replaced at the Contractor’s expense. Exploratory cores for deficient thickness may be used average for adjusted unit price.

Paved cross-section as shown on the Drawings and shall not vary by ± 6 mm for

base course and ± 4 mm for intermediate and wearing course from the required elevation.

Page 129: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5.11.6 Evenness of Surface (Surface Roughness) Delete all paragraphs and substitute with the following: a- Minor Roads & all other pavement layers except wearing course of major

roads 1 The Engineer shall test the evenness of surface for each course of various asphalt

paving courses and other pavement layers to determine compliance. 2 The Contractor shall put at the disposal of the Engineer a 3 m long straightedge and

a crown template of sturdy and approved design and enough labour to assist in the checking operations.

3 Any layer containing deviations or variations exceeding the tolerances specified here

shall be corrected or removed and replaced in accordance with the instructions of the Engineer and to his satisfaction.

4 The longitudinal regularity of the surface of various pavement layers shall be within

the relevant limits given in Table 5.3.

Table 5.3: Irregularity requirements for asphalt courses of minor roads and other pavement layers

AC Wearing Course of Minor Roads only

AC Intermediate and AC Base Course of Minor roads, CBM, Base and Subbase layers

Irregularity

4mm

7mm

4mm

7mm

Length (m)

300

75

300

75

300

75

300

75

Number of Irregularities

20

9

4

1

40

18

9

2

5 Any irregularity is a variation of not less than 4 mm or 7 mm of the profile of the road

surface as measured by a rolling straight edge. No irregularity exceeding 10 mm shall be permitted.

6 Compliance with Table 5.3 above shall be tested with a rolling straight edge along

any line or lines parallel to the centre line of the pavement on sections of 300 m selected by the Engineer, whether or not it is constructed in shorter lengths. Sections shorter than 300 m forming part of a longer pavement shall be assessed using the number of irregularities for a 300 m length prorated to the nearest whole number. Where the total length of pavement is less than 300 m the measurements shall be taken in 75 m lengths.

Page 130: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Pavements shall also be measured transversely for irregularities at points decided by the Engineer by a 3 m long straight edge placed at right angles to the centre line of the road. The maximum allowable differences between the pavement surface and the straight edge shall be 3 mm.

b- Major Roads - Freeways, Expressways and Arterials

The rideability (Roughness) of the finished wearing course when tested with a Laser Road Surface Testing Machine shall have an IRI (International Roughness Index) not exceeding the following values:

New Construction

- Average value over a 400 metre section < 0.90 m/km.

Pavement Rehabilitation - One layer of asphalt:

o Average value over a 400 metre section < 1.05 m/km

- Two layers or more of asphalt

o Average value over a 400 metre section < 1.0 m/km

Peak individual value over a 25 metre section shall be < 1.5 m/km (Not more than 2 values per 400 metres) - New construction and Pavement rehabilitation.

The amplitude of the longitudinal profile of the road, filtered between (a) 1 metre and 3.3 metres and (b) 3.3 metres and 13 metres shall not exceed the following values:

Filtering Length (m) Amplitude Tolerance (mm)

1 to 3.3 1.8

3.3 to 13 4.0

All humps and depressions exceeding the specified tolerance shall be corrected by removing the defective work and replacing it with new material as directed by the Engineer at the Contractor’s cost.

The minimum length of any pavement section to be tested shall be 500m.

Directional ramps on bridges or interchanges and tunnels of minimum length of 500m and with widely spaced joints of more than 25m should be tested, unless otherwise instructed by the Engineer, and shall have an IRI (International Roughness Index) not exceeding the following values:

- Flexible Pavement: Average value over a 400 metre section < 0.90 m/km

- Rigid Pavement: Average value over a 400 metre section < 1.20 m/km

Individual roughness readings at joints in rigid pavement shall be excluded during processing of the roughness data and shall be ignored in the analysis.

Page 131: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Pavement within 20m of Bridge decks or railroad crossings shall be also excluded.

Ramps, acceleration and deceleration lanes, loops, U Turn lanes, shoulders, service roads, sides street tie-ins, parking areas and other links (with a length less than the minimum length specified or those constructed of closely spaced joints shall be excluded.

The roughness measurements shall be undertaken at minimum 1 week before opening to the traffic

The minimum length of the rectification work undertaken shall be 100m.

All rectified segments shall be re-tested following the completion of rectification work at no additional cost to the client.

Roughness Pay Factors

Δ IRI (m/km) % Deduction/Bonus of the Finished Surface Wearing Course

<0.0 +2%

0.01< Δ IRI <0.05 No Penalties

0.05< Δ IRI <0.10 -3%

0.10< Δ IRI <0.20 -4%

0.20< Δ IRI <0.60 -6%

Δ IRI >0.61 Removal and Rectification

c- Surface tolerance for Bituminous Courses

At final compaction, the finished surfaces of the individual layers shall fall within the following maximum tolerances, measured with a 3m straightedge laid in any direction

Surface Layer Finished Surface Tolerance (mm)

Base Course 6

Binder Course 6

Wearing Course 4

5.12 PRIME COAT 5.12.2 Materials Delete paragraphs 2 and 3 and substitute with the following:

Page 132: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 The application rate shall be between 0.75 to1.00 litre/m². The exact rate of application, which may be varied to suit field conditions, will be determined by the Engineer following trials to be carried out by the Contractor. The Contractor shall ensure that excessive application of prime coat is avoided.

3 The application temperature for the MC-70 liquid asphalt shall be between 60 °C

and 85 °C.

5.12.5 Application

Delete paragraph 1 and substitute with the following: 1 After preparing the road surface in accordance with Sub-Clause 5.12.4, the liquid

asphalt shall be applied by means of the distributor at the temperature and rate determined by the Contractor and approved by the Engineer. Hand-spraying of restricted, inaccessible areas is permitted, subject to the approval of the Engineer.

5.13 TACK COAT 5.13.2 Materials

Delete paragraphs 1, 2 and 3 and substitute with the following:

1 The material for bituminous tack coat shall be slow setting emulsified asphalt, grade SS-1h (anionic) or CSS–1h (cationic) conforming to the requirements of AASHTO M140 and AASHTO M208 respectively.

5.13.5 Application Delete paragraphs 1, 2, 3 and 4 and substitute with the following:

1 Immediately after cleaning the surface, the tack coat shall be applied by means of the distributor at the temperature and rate determined by the Contractor and approved by the Engineer. Hand-spraying of restricted, inaccessible areas is permitted, subject to the approval of the Engineer.

2 The application rate shall be between 0.30 to 0.50 litre/m². The exact rate of application, which may be varied to suit field conditions, will be determined by the Engineer following trials to be carried out by the Contractor. The Contractor shall ensure that excessive application of tack coat is avoided.

3 The application temperature for the diluted emulsified asphalt shall be between 10 °C and 60 °C. The material should not be applied when the ambient temperature is less than 13 °C or during rain, fog, dust storms or other unsuitable weather.

4 After application the surface shall be allowed to dry to the proper condition of tackiness to receive the following pavement course. Tack coat shall be applied only so far in advance to pavement courses to obtain the proper condition of tackiness and the Contractor shall protect the tack coat from damage during this period.

Page 133: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 VEHICLE CRASH BARRIERS 7.1 GENERAL REQUIREMENTS 7.1.3 Performance Requirements Delete paragraph 4 and substitute with the following: 4 The Contractor shall refer to EXW IAN 002 for safety barrier performance levels.

Page 134: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 8 KERBS, FOOTWAYS AND PAVED AREAS 8.1 GENERAL 8.1.4 Quality Assurance

Delete paragraph 1 and substitute with the following: 1 The Contractor shall carry out tests on the concrete mix before beginning

manufacture of precast kerbs and other items to prove that strength and surface finish requirements can be met. The Contractor shall recommend an alternative tested mix to the Engineer for approval should the strength and finish not meet the specification.

8.2 KERBS 8.2.3 Laying

Delete paragraphs 1, 2 and 6 and substitute with the following: 1 Kerbs shall be laid to the design levels and lines by means of survey. Kerbs shall

not be laid by means of direct measurement from pavement layers. 2 Unless otherwise indicated, elements shall be laid directly onto a wet-concrete base

or onto a sand/cement (3:1) mortar bedding, 25 mm thick, on a previously laid concrete base or approved subbase.

6 Immediately after any concrete is in place, and for seven days thereafter, the kerbs,

base, and backing shall be fully cured and protected from drying out and against the harmful effects of weather, including rain and rapid temperature changes to the requirements of QCS Section 5 Part 10 Curing.

8.4 LAYING PRECAST CONCRETE BLOCKS

Delete paragraph 2 and substitute with the following: 2 A laying course consisting of washed sand, which complies with Table 8.2, shall be

constructed. The sand shall be placed in a moist but not saturated condition and shall be compacted so that a laying course thickness of 50 mm is formed. This sand shall be placed on a compacted aggregate subbase or base 200 mm thick to greater than 95% of maximum dry density unless otherwise specified by the Engineer.

8.6 CAST IN PLACE CONCRETE PAVED AREAS

Delete paragraph 3 and substitute with the following: 3 Paving shall be cast in sizes to avoid the formation of shrinkage cracks. The

Contractor may be permitted to cast using non-metallic fibers added to the concrete mix to eliminate cracking. In all cases the Contractor shall be responsible for prevention of shrinkage cracks and rectifying cracked works including breaking out and replacing cracked paved areas.

Page 135: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/31 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 9 FENCING 9.2 FENCING GENERALLY Delete paragraph 2 and substitute with the following: 2 Where necessary, existing fences, gates and stiles, with posts shall be carefully

taken down, laid aside, removed and later re-erected. Fences, gates, stiles and posts which are to be re-erected shall be handled carefully to avoid any damage. Fences, gates, stiles and posts which are in poor condition shall be replaced to the approval of the Engineer.

9.3 CHAIN LINK FENCING 9.3.1 General Delete paragraph 1 and substitute with the following: 1 This work consists of the supply and installation of all plastic coated chain link

fencing complete with all necessary hardware and appurtenances as per the Engineer’s drawings and to the lines and levels designed by the Contractor and approved by the Engineer.

Page 136: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/32 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 10 TRAFFIC SIGNS, MARKINGS AND STUDS

Replace “Qatar Traffic Control Manual” with “Qatar Traffic Manual” wherever it appears in this Part.

10.1 GENERAL 10.1.2 References

Delete paragraph 1 and substitute with the following: 1 The following manuals and standards are referred to in this Part:

Qatar Traffic Manual BS 381C, Colours for identification purposes BS 729, Hot dipped galvanizing BS 873, Road traffic signs BS 1470, Wrought aluminium for general engineering purposes; plate sheet and

strip BS 1474, Wrought aluminium for general engineering purposes; bar extruded round

tubes and sections BS 1490, Aluminium and aluminium alloy ingots for general casting purposes BS

2000, Part 58, Determination of softening point of bitumen (ring and ball) BS EN 1871:2000, Road marking materials – Physical properties

BS EN 1423:1998, Road marking materials – Drop on materials – Glass beads, antiskid aggregates and mixtures of the two

BS EN 1436:1998, Road marking materials – Road marking performance for road users

BS EN 591-1:2000, Titanium dioxide pigments for paint - Specifications and methods of test

BS EN 1463-1:1997, Road marking materials – Retro-reflecting road studs ASTM A307, Steel anchor bolts

CML 14-97, Standard method of test for determination of appearance, shape, dimensions and compressive strength of ceramic non-reflecting road studs.

TRL Road Note 27, Skid resistance portable tester. 10.1.4 Submittals Delete paragraph 1 and substitute with the following: 1 The Contractor shall submit working drawings for signs, sign posts and base plates

timeously to the Engineer for approval. Fabrication shall not begin until approval has been given.

10.2 TRAFFIC SIGNS 10.2.1 Scope of Work

Delete paragraphs 1, 4 and 6 and substitute with the following:

Page 137: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/33 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1 This work shall consist of the design, supply and installation of all road signs and posts. All sign faces and lettering shall be in accordance with the most recent edition of the Qatar Traffic Manual. The required post sizes for different sign sizes shall be as tabulated in the Qatar Traffic Manual. Where in this section of the specification the term ‘as designated’ is used, this refers to the Contract Drawings and the Qatar Traffic Manual.

4 Permanent traffic signs shall be reflectorised or non-reflectorised and/or illuminated

and except where modified herein, shall comply in respect of quality to the requirements of the following documents:

BS 873

Qatar Traffic Manual

Any other Interim Advice Note (IAN) as issued by the Engineer 6 All foundations, posts, framing and fixings shall be suitable for local conditions and

be designed to a design wind speed of 120 km/h with gusts to 160 km/h. The Contractor shall supply the calculations confirming this requirement and shall confirm that the nomograms in the Qatar Traffic Manual meet these requirements if he chooses to use them.

Add new paragraphs 9 and 10 as follows:

9 Coefficient of reflectorisation for new sheeting shall not be as per BS 873. Table 2.3

of the Qatar Traffic Manual shall be replaced with the following:

Note: Test to be in accordance with ASTM E-810 “Test Method for Coefficient of Retro-reflection of Retro-reflective Sheeting”.

10 After 12 years the minimum percentage of coefficient of reflectorisation retained shall be 70%.

10.2.3 Traffic Sign Materials Delete paragraphs 3 and 4 and substitute with the following:

Entrance Angle

Observation Angle

Minimum Coefficient of Retro-reflection (candelas/lux/m²)

White Yellow Red Green Blue Class of Material

Degrees° Minutes’ 1 2 1 2 1 2 1 2 1 2

-4° 12’ 30’ 60’

750 240 12

380 275 80

560 180 18

300 220 60

150 48 3.0

98 70 20

75 24 1.0

45 32 9.0

34 11 0.5

22 17 4.5

30° 12’ 30’ 60’

430 135 10

225 135 45

320 100

8

180 100 35

86 27 2.4

65 32 11

43 14 0.8

28 16 6.0

20 6.0 0.4

14 8.0 3.0

40° 12’ 30’ 60’

165 75 10

90 35 10

130 65 8.0

70 27 8.8

40 18 2.4

26 10 3.0

15 7.0 0.8

9.8 3.5 1.6

9.0 3.0 0.4

4.5 1.5 0.8

Page 138: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/34 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Illuminated signs shall be covered with Class 1 reflective sheeting. 4 Signs shall be covered over the whole front face with Class 1 or Class 2 reflective

sheeting. The rear faces shall be non-reflective grey. Add new Sub-Clause 10.2.6 as follows: 10.2.6 High Intensity Grade Prismatic – Reflective Sheeting 1 Properties The initial minimum coefficient of retro-reflection, when measured according to CIE

54.2 conforms to Table 9 of EN 12899-1 for Class Ref. 2 materials (Table A).

Geometry of Measurements

COLORS

α Β1 (Β2=0)

White Yellow Red Green Blue Orange

0.2° +5° +30° +40°

250 150 110

170 100 70

45 25 15

45 25 12

20 11 8

100 60 29

0.33° +5° +30° +40°

180 100 95

120 70 60

25 14 13

21 12 11

14 8 7

65 40 20

2° +5° +30° +40°

5 2.5 1.5

3 1.5 1.0

1 0.4 0.3

0.5 0.3 0.2

0.2 - -

1.5 1 -

“-“ indicates “Value greater than zero but not significant or applicable”

Table A: Minimum Coefficient of Retro-reflection [cd/(lx ⋅ m²)] The above angular definitions apply for the CIE Goniometer System (Co-planar Geometry). The sheeting shall be mounted in 90° rotation on the Goniometer (as shown below). The initial chromaticity coordinates and luminance factor conform to the values of Table 6 of EN 12899-1 for Class Ref. 2 materials (Table B).

COLOR 1 2 3 4 Luminance

Factor x y x y x y x y White 0.305 0.315 0.335 0.345 0.325 0.355 0.295 0.325 ≥ 0.27 Yellow 0.494 0.505 0.470 0.480 0.513 0.437 0.545 0.454 ≥ 0.16 Red 0.735 0.265 0.700 0.250 0.610 0.340 0.660 0.340 ≥ 0.03 Blue 0.130 0.090 0.160 0.090 0.160 0.140 0.130 0.140 ≥ 0.01 Green 0.110 0.415 0.170 0.415 0.170 0.500 0.110 0.500 ≥ 0.03 Orange 0.610 0.390 0.535 0.375 0.506 0.404 0.570 0.429 ≥ 0.14

Table B: Chromacity and Luminance factors

Page 139: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/35 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10.3 PAVEMENT MARKINGS Delete Sub-Clauses 10.3.2, 10.3.3, 10.3.4 and substitute with the following: 10.3.2 Materials for Permanent Pavement Markings 1 Permanent pavement markings shall be thermoplastic road marking material in

accordance with BS EN 1871, except that they shall be white or yellow (Class Y1) complying with BS EN 1436 Table 6.

2 All line markings shall be reflectorised with glass beads in accordance with BS EN

1423 by incorporation into the road marking mixture and into the wet surface of the marking.

3 Glass beads shall be specified by the Contractor to meet the requirements of

Sub-Clause 10.3.4. 4 The pavement marking materials shall be such that the final product, when in a

molten state, can be sprayed onto the surface at a thickness of 1.5 mm. 5 The capacity of the containers containing the materials shall be not less than 25 kg

or more than 100 kg. Each container shall be clearly marked with the manufacturer’s name, batch number and date of manufacture.

10.3.3 Application of Thermoplastic Road Marking Materials 1 Road markings shall only be applied to surfaces which are clean and dry and free of

all loose and extraneous matter. 2 Markings shall be free from raggedness at their edges and shall be uniform and free

of streaks. 3 In addition to the glass beads included in the mix, an additional quantity of glass

beads shall be sprayed on to the hot thermoplastic marking at the time of application. The rate of application shall be determined by the Contractor to meet the requirements of Cl 10.3.4, but shall be at the rate of about 0.5 kg/m².

4 Application shall be by mobile sprayer except for special lettering, arrows and

symbols which shall be hand applied. 5 Longitudinal markings shall be laid to the lines shown on the Drawings without

deviation. 6 The thermoplastic material shall be applied to intermittent and continuous lines to a

thickness of 1.5 mm ± 0.3 mm 10.3.4 Performance Requirements and Testing 1 Road markings shall have the following road performance as defined in BS EN 1436

and shall be tested using the methods in that standard:

Page 140: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/36 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Property BS EN 1436 Ref.

Requirement* Value

Colour Table 6 1. White 2. Yellow Class Y1

Co-ordinates given Co-ordinates given

Luminance Factor

Table 5 1. Class B2 2. Class B1

≥ 0.3 ≥ 0.2

Skid Resistance Table 7 1. Class S1 2. Class S1

≥ 45 ≥ 45

Retro-reflectivity Table 2 1. Class R2 2. Class R1

≥ 100 ≥ 80

* Note: 1 = White, 2 = Yellow

2 Road marking materials shall have the following physical properties as defined in BS

EN 1871 and shall be tested using the methods in that standard:

Property BS EN 1871 Ref.

Requirement* Value

Luminance Factor

Table 5 1. LF3 2. LF1

≥ 0.65 ≥ 0.4

Softening Point Table 6 1. Class SP4 2. Class SP4

≥ 110 °C ≥ 110 °C

Cold Impact Table 7 1. Class Cl1 2. Class Cl1

0 °C 0 °C

UV Ageing Table 3 1. Class UV1 2. Class UV1

≤ 0.05 ∆ß ≤ 0.05 ∆ß

* Note: 1 = White, 2 = Yellow

3 In addition to the properties in paragraph 2 above, the following physical properties

shall be tested: Flow Resistance Test: The material shall be cast into a conical mould having an

apex angle of 60 °C and a vertical height of 100 mm. After cooling and setting for 24 h the cone shall be removed from the mould, placed on a flat level surface and maintained at a temperature of 23 °C ± 2 °C for 48 h. There shall be no slump.

Abrasive Test: A3 mm thick coating of material shall be screeded on to a Monel

alloy panel and subject to wet (water lubricated) abrasion at 23 °C on a Taber Model 503 standard abrasion tester using H-22 Calibrade wheels, refaced between tests. The loss in weight after two successive tests of l00 revolutions shall be recorded and the average taken as the abrasive wear. The abrasive wear shall be less than 0.3 g/100 revolutions.

10.4 TEMPORARY ROAD MARKING 10.4.1 Road Marking Paint

Delete paragraph 7 and substitute with the following:

Page 141: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/37 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Where markings are to be reflectorised with ballotini it shall be sprayed uniformly on to the wet paint film at the rate of 400 - 500 g/m². Ballotini shall be graded medium to comply with the requirements of BS EN 1423.

10.5 REFLECTIVE STUDS Delete paragraphs Sub-Clause 10.5.1, 10.5.2, 10.5.3 and 10.5.4 and substitute with

the following: 10.5.1 General 1 Reflective road markers shall comply with the requirements of BS EN 1463-1 Road

Marking Materials – Retro-reflecting road studs. They shall; be capable of withstanding the climatic conditions of Qatar and be maintenance free. A performance guarantee of five years is required.

2 The road stud dimensions exposed to traffic after installation shall measure 130 mm

(across the direction of traffic flow) x 115 mm x 25 mm. 3 All reflective road markers shall be anchored within the road surface. The minimum

anchor length below road surface shall be 65 mm. 4 The anchorage part of the stud shall be shaped to prevent rotation of the stud when

located on the road surface. 5 The body of the stud shall be constructed in one integral part. 6 The profile of the stud shall be smooth and present no sharp edges to traffic. 7 The studs shall be non-depressible. 8 The Contractor shall submit a sample of the proposed reflective studs to the

Engineer for approval before commencing procurement. 10.5.2 Reflectors 1 The reflectors shall be rectangular in shape. The reflective unit shall be firmly

located into a recess within the body of the stud. 2 The colour limits of the reflectors shall comply with the chromacity region

coordinates in Table 9 of BS EN 1463-1. 3 White (uncoloured) reflectors shall not produce a selective reflection; that is to say,

the trichromatic co-ordinates X and Y shall undergo a change of more than 0.91 after reflection by the reflector.

10.5.3 Reflectivity 1 The retro-reflective face of the road stud shall have a coefficient of luminous

intensity meeting or exceeding the requirements of a Type 2 reflector in Table 4 of BS EN 1463-1.

Page 142: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/38 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 The daytime visibility of the road stud shall comply with Class DCR 1 of BS EN 1463-1.

Add new Sub-Clause 10.7 as follows: 10.7 SPECIFICATIONS FOR GLASS SPHERES (BEADS) 10.7.1 General 1 Type I is not coated and Type II is coated to provide moisture proofing for high

humidity conditions, where sphere flow may be impaired. 10.7.2 Specifications and Standards 1 Specifications and Standards referenced in this document in effect on the opening of

the Invitation To Bid form a part of this specification where referenced. 10.7.3 Requirements 1 Glass spheres Type I and Type II shall meet the following requirements: 2 General: Glass spheres shall lend themselves readily to firm embedment in the

traffic paint when dropped on a freshly placed paint line. The embedment shall be of such character as to provide a highly reflectorized surface on the paint with reserve reflectorizing capacity in the lower sections of the paint film. The reflection shall be effectively manifest to the operator of a motor vehicle when the headlights of the vehicle are shown on the marking.

3 Appearance: A minimum of 85% of the beads by count shall be colourless, true

spheres, free of dark spot, milkiness, air inclusions and surface scratches when viewed under 20 x magnifications. The beads shall be clean and free from foreign matter in accordance with high grade commercial practice.

4 Gradation: The glass spheres shall conform to the following grading requirements:

Sieve Size % By Weight Passing 600 µm 100 250 µm 40 – 70 180 µm 15 – 35 106 µm 0 – 5

5 Physical Properties: Glass sphere shall conform to the following properties: Refractive Index, minimum 1.50 Specific Gravity 2.40 to 2.60 Moisture Content, maximum 0.01% 6 Chemical Stability: Refluxing a sample of beads for 8 hours with distilled water shall

not produce more than a very slight reduction in lustre or reflecting power of the beads.

Page 143: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/39 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Flow: Beads shall be free flowing. A 23 kg sample of beads, emptied into a service box screen, Sieve Size 1.18 mm shall pass completely through the screen without shaking or any excessive hand manipulation.

8 Type II (Moisture Proof): The Type II beads shall conform to all the requirements for

Type I beads and the following requirement for moisture resistance. 9 Moisture Resistance Test (Flow): Moisture resistance of the beads shall be

determined by the following procedure: (a) Use a pre-washed 267 mm x 444 mm unbleached cotton sheeting bag

having a 48 x 48 thread count.

(b) Turn the bag inside out to prevent water plus beads from being entrapped within the seams.

(c) Place 907 g of beads in the cotton bag.

(d) Immerse the bag containing the sample in a bucket of water at room temperature 21-22 °C for 30 seconds, or until the water covers the beads (whichever is longer).

(e) Remove the bag and sample from water and squeeze the excess water out of the bag by twisting the neck of the bag.

(f) Allow the bag to be suspended for 2 hours at room temperature. Do not allow the neck to loosen.

(g) Mix the sample thoroughly by releasing the tension in the neck and shaking the bag, thus loosening the beads from bottom and sides.

(h) Transfer the sample to the clean dry funnel (150 mm top diameter, 120 mm deep and 6.35 mm ID stem).

(i) If the beads bridge in the funnel while pouring the sample, the funnel can be tapped lightly to start the flow.

(j) After flow stops, the funnel must be essentially empty of glass spheres. 10.7.4 Quality Assurance Provision 1 Inspection: The material shall be inspected and tested as specified by the Engineer. 2 Index of Refraction: The beads shall show a minimum index of refraction of 1.5 by

the oil immersion method using tungsten light, per ASTM Special Publication 500 Paragraph 1.3.2.1.

3 Specific Gravity: The beads shall have a specific gravity from 2.4 to 2.6 at 25 °C per

ASTM D-153 Method A. 4 Moisture Content: As determined by weight loss of 25 g of beads in an oven at

105 °C for 3 hours, shall not exceed 0.01%. 5 Chemical Stability: Refluxing of a 50 g sample of beads in a Soxhlet extraction

apparatus for 8 hours with distilled water shall not produce more than a very slight reduction in lustre.

Page 144: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/40 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 11 WORKS IN RELATION TO SERVICES 11.1 GENERAL 11.1.4 Notification to Service Authorities & Statutory Bodies Delete paragraph 1 and substitute with the following: 1 All works in relation to services shall be carried out by a contractor or sub-contractor

prequalified and approved by the concerned service authority. Proof of such approval shall be required in writing before the start of Works on the Site. The name of any sub-contractor to be used shall be designated. Any design work to be undertaken for the relocation or protection of an existing or proposed service as part of the Works shall be undertaken by a consultant appointed by the Contractor who is approved by the relevant service authority or statutory body. Written proof of a consultant’s approval shall be provided by the Contractor.

11.3 PARTICULAR REQUIREMENTS 11.3.2 Qatar General Electricity and Water Corporation, Water Network Affairs,

QGEWC (WNA) Add new paragraph 4 as follows: 4 The Contractor is to obtain the most recent approved list of manufacturers /

suppliers of materials for water works projects from QGEWC. All relevant water works materials used on the project will be obtained from a manufacturer / supplier which is included on this list. The Contractor shall provide a copy of the list to the Engineer prior to ordering any material.

Page 145: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/41 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 12 ROAD LIGHTING 12.5 HIGH MAST LIGHTNING

Add new Sub-Clause 12.5.19 as follows: 12.5.19 Luminaires 1 General

(a) The Specifications contained in this sub-section are typical for all luminaries to be supplied and utilised. All luminaries supplied and installed shall be in accordance with the Drawings and Bills of Quantities unless specified otherwise by the Engineer.

(b) The luminaries shall be designed to receive one high pressure sodium lamp and internal control gear necessary for the operation of the lamp. Luminaires shall operate on 220/230V AC ± 10% at 50 Hz ± 5%, with 150w/250w/400w/600w HPSV lamps or as otherwise specified by the Engineer.

(c) The street lighting luminaires shall follow the provisions of the latest versions of the following standards:

(i) BS 4533-101:1990, EN 60598-1:1989 (ii) BS 4533-102.1:1990, EN60598-2-1:1989 (iii) BS 1615: 1987 (iv) BS EN 147000: 1995 (v) BS EN 60922: 1997, IEC 60922: 1997 (vi) BS EN 60923:1996 (vii) BS 6500: 2000 (viii) BS EN 60598-2-3:1994, IEC 60598-2-3:1993 (ix) BS 5489 Part 1, 2, 3, 4, 5, 6 and 7: 1992 (x) BS 5225: 1975 (xi) BS 5101–4:1980, BS EN 60061-4:1992, IEC60061-4:1992 (xii) BS 2011-2.1 and IEC 60068-2

2 Construction Luminaires shall be complete with following assembly:

(a) The luminaires shall accommodate lamps having cap base E40 size.

(b) Body made of die cast aluminium alloy casting in two compartments.

(c) Super purity one piece aluminium reflector of grade S1 with an anodic coating of not less than Grade AA10 of BS 14 1615: 1987.

(d) Strong, very high thermally resistant and mechanically transparent protector. The protector shall be made of clear toughened curved glass with a transparency of no less than 90%. The protector shall be smooth on both sides to minimize dirt accumulation.

Page 146: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/42 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(e) Neoprene gaskets or high quality felt gaskets silicon.

(f) Stainless steel hinges, mounting clips and fastening bolts, grade AISI 316.

(g) Movable porcelain Lamp Holder with position markings and anti-vibration fixation device.

(h) Complete control gear mounted on easily removable tray.

(i) A terminal block for the connection of incoming supply cables shall be provided in luminaires incorporating auxiliaries. It shall be situated as close as possible to the point of entry of the supply cable and shall be readily accessible.

(j) A means of clamping the electrical supply cables shall be provided in the lantern where necessary to relieve the termination of strain. The cable clamp arrangement shall not damage the insulation of the cable.

(k) Brass earth terminal set-in housing.

(l) Protective sheath for power supply cable, and expandable nylon cable grip for wiring, conforming to BS 6500:2000.

(m) The lamp caps and the lamp holders shall meet the requirements of BS EN 60061-4:1992, IEC 60061-4:1992.

3 Mechanical Requirements

(a) Luminaires shall be with separate compartments for the optical system and for the control gear.

(b) The tightness of the optical compartment shall be IP66 class as per IEC 598-1 standard. The access to control gear compartment shall be without using any tools.

(c) The tightness of the control rear compartment shall be IP65 or better, according to the IEC 598-1 and 2 standards.

(d) Access to lamp shall be by rotating the lampholder support plug and extracting it from the sleeve. Clips shall not be used for closing the lampholder support plug as clips cause abnormal stress on the gasket and thereby affecting IP rating of optic compartment.

(e) The mechanical strength of the body and its accessories and the protector of the luminaire shall be sufficient to withstand without any damage a mechanical shock having an impact energy complying with BS 2011, and BS EN 60068-2-31:1993.

(f) Special precautions shall be given to the choice of materials which shall be able to resist without any damage or aging or alteration in its structural or physical properties, the severe Qatar climatic conditions, in addition to the heat emitted by the lamp.

(g) Fixing on the bracket shall be of an effective locking means using stainless steel bolts grade AISI316.

(h) All fixings which carry the weight of the lantern and internal accessories shall be provided with suitable locking devices to prevent the dislodgement of any part of the lantern by vibration either in service or in maintenance.

Page 147: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/43 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Compliance shall be checked as per BS 2011, and BS EN 60068-2-31:1993. 4 Electrical Requirements

(a) Provision for one lamp for each lantern shall be made. The electrical accessories such as ballasts, ignitors and capacitors shall be prewired using heat resistant glass fibre insulated wire and preassembled on metallic supports that are fixed into the control gear compartment.

(b) Special care shall be taken to allow easy maintenance and quick replacement of the accessories. All control gear accessories shall be bolted (and not riveted) on the removable supports.

(c) All electrical accessories shall be able to withstand in continuous operation and without any damage, the temperature existing inside the control compartment, in an ambient temperature of 50 °C. All wires inside the HPSV luminaires shall be of the heat resistant type with silicon and glass fibre insulated. The arrangement shall comply with BS 4533–102.1:1990 and EN 60598-2-1:1989.

(d) The cable feed terminals and the earth screw shall be fixed inside the control gear compartment. A cable holder shall be mounted near the terminals.

(e) A separate set of control gear shall be provided for the lamp comprising one choke associated with one capacitor and one ignitor. The control gear should be encapsulated in an approved enclosure conforming to IP 65 or better.

(f) Terminals of all ballasts, capacitors, ignitors and starters, if any, shall be shrouded. The ballast shall be designed to operate the lamp and control it continuously in ambient temperatures ranging from 0 °C to 80 °C.

(g) The ignitors used for HPSV lamps shall consist of built-in timer so that; it shall automatically stop its function if lamp does not get ignited within pre-set time period.

(h) The choke shall be tropicalised of Class H insulation and vacuum impregnated. The capacity of the choke should be such as to keep the illumination of the lamp within the design limit.

(i) The capacitor shall be of the diphyenyl impregnated type and shall be in a leak proof metal container fitted with an internal discharge resistor. The permitted operating temperature of the capacitor shall be marked on its case and shall be 85 °C. The capacitors shall have value sufficient to raise the power factor of the complete luminaire to 0.90 or better. Each lamp shall operate using only one capacitor. Any combination of two or more capacitors to have the equivalent value of capacitance will not be accepted. Chokes and capacitors shall comply with the latest BS EN 60922: 1991 and BS EN 60923: 1991.

(j) Complete luminaire assembly shall have a power factor of minimum 0.9 without the need of any power factor correction at mains.

(k) The control gear shall be supplied by the lantern manufacturer and shall be incorporated in a way that heat emitted by lamp is not conducted or transferred to the gear components.

(l) The luminaires shall have a screw type lamp holder. The lead at the higher

Page 148: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/44 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

potential above earth shall be connected to the centre contact.

(m) The operating temperature and thermal endurance characteristics shall conform to Part 2 of BS 4533 Section 102.3: 1990.

5 Photometrical Requirement

(a) The lamp holder position shall be adjustable to allow the luminous flux distribution to be adapted to the geometrical installation condition.

(b) The adjusting device of the lamp shall be sufficiently sturdy, and designed in a way it cannot be disturbed, during its normal life time or during maintenance operations.

(c) The device shall have permanent marking so that the lamp position recommended by the manufacturer can be easily realized.

6 Photometrical Performance Requirement

(a) Computer calculations relating to illuminance and luminance results indicating overall luminance uniformity ratio (Uo) and longitudinal luminance uniformity ratio (Ul) which will be achieved on the roadway, values of threshold increment (TI) shall be submitted by the Contractor for Engineer’s approval.

(b) The calculations shall be performed in accordance with CIE Nr. 30 Publication and shall be based on actual dimensions of the roads, and shall demonstrate that the lighting installation shall achieve the standards required for all parts of the Project, as specified in the Qatar Highway Design Manual, the Contract Documents to the requirements of the Engineer. The results are to be achieved taking into consideration a total Maintenance Factor of 0.9.

7 Documents to be submitted

The Contractor shall supply the following technical documentation and information for each type of luminaire for the approval of the Engineer. (a) Original catalogue sheet of the luminaire.

(b) Detailed construction drawing of the luminaire.

(c) Polar diagram of luminous intensity in roadway vertical plan and transverse vertical plans.

(d) Utilisation factor curve for actual inclination of luminaire.

(e) Isolux diagram for actual inclination of luminaire.

(f) Intensity table, in the C-gamma co-ordinates recommended by CIE Nr. 27 Publication.

(g) Calculation printout showing the illuminance and luminance levels, Longitudinal Uniformity Ratio (UI), overall Uniformity Ratio (UO) and threshold increment (TI).

(h) Tightness test certificate conforming to IP66 protection for the optical and control gear compartments of luminaire.

(i) Shock test certificate confirming the resistance of the body to impact energy

Page 149: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/45 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

as per Clause 4.4 Section 1.4 of BS 4533, Part 1.

(j) Total weight of the luminaire (with lamp and control gear).

(k) Power factor of one complete luminaire.

(l) Total electric consumption of the luminaire, including control gear losses.

(m) Rated lumen output of lamps under nominal conditions.

(n) Depreciation curve of the luminous flux with burning hours.

(o) Luminous flux variation with the main voltage.

(p) Make and type of lamp, ballast, ignitors and capacitors separately with their electrical characteristics e.g.: Impedance, power factor, Temperature rise (t), max. Temperature (tw) and power losses.

(q) Specification Compliance Statement covering each clause of this specification.

(r) The Contractor shall submit full details of areas using the same type of luminaires in the Middle East and Gulf Area.

(s) The supplier shall submit for the Engineer’s approval dimensioned drawings of the control gear arrangements showing the exact positions of chokes and capacitors within the lantern.

(t) The Contractor shall submit a sample of each type of proposed luminaire for the approval of the Engineer.

Street light fittings shall be from suppliers approved by the PWA. 12.10 UNDERPASS LIGHTING SYSTEM Add new Sub-Clauses 12.10.9 and 12.10.10 as follows: 12.10.9 Description of Lighting System for Underpass 1 The tunnel lighting is designed for the road design speed. 2 The tunnel lighting at and near the approach shall be used to maintain a sufficiently

high lighting level inside the tunnel. 3 This shall enable the driver approaching the tunnel to see into the tunnel thus

avoiding the “black hole effect”. 4 The level of reinforcing lighting shall be continuously adjustable, using lighting

control system. 5 Luminaires shall be selected and positioned to provide a continuity of lighting

through traffic routes and lanes. 6 The lighting design and control shall ensure that energy will be conserved and

running costs optimized.

Page 150: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/46 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

12.10.10 Materials 1 Tunnel Lighting Luminaires

(a) Totally enclosed, dust and jet proof, conforming to at least IP65 of IEC529, shock resistant and specially designed to house the required lamps, electrical gear and accessories. Body to be one piece extruded aluminium (Magnesium – silicon alloy) having a wall thickness of not less than 2.5 mm.

(b) Exposed metal parts of luminaries are to be factory finished, stove enameled, with corrosion resisting paint capable of resisting heat emitted by lamp during continuous operation. The whole assembly shall be treated against corrosion by anodizing the aluminium.

(c) Mirror reflectors are to be 99.5% purity, polished aluminium reflectors and coated with transparent layer of silicon protection against wiping.

(d) Optical system and electrical control gear and lamp are to be mounted on a “plug-in” type control gear tray which will have locating pins to ensure alignment when being fitted into the body.

(e) Ground wire is to be connected through the cable connector to ensure that the ground potential is maintained on the gear tray when it is being removed from the luminaire for maintenance purposes.

(f) Luminaires are to have a hinged front glass assembly which shall comprise of a clear toughened glass plate, not less than 5.0 mm thick fixed into an aluminium frame which shall have a full length closing device. The front glass assembly shall seat on to a neoprene non rotting type gasket and once seated shall provide the required degree of protection. Glass used is to be of the type which once broken, no part of the glass will fall on the carriageway. Each lamp is to have an independent HRC fuse for protection. The luminaries shall have radio interference suppression in accordance to CENELEC EN 55014 and EN 55015 and CISPR Publication 14 and 15. The glass shall be parallel to the road surface. The housing shall be suitable for mechanical cleaning.

(g) Luminaires are to be complete with their mounting accessories and are to be supported from unistrut steel channel fixed to the soffit of the tunnel. Fixing details to be submitted for approval by the Engineer. Numbers of mounting brackets shall be a minimum of four pieces. The fixing device shall be removable without any tools.

(h) Luminaires having one circuit for supply and where applicable are to be through wired via a 5 core, LSF/PVC cable, heat resistant rubber insulated. The earth wire shall be solidly bonded to the earthing stud inside the luminaire.

(i) Luminaires shall be aligned to the satisfaction of the Engineer and any necessary realignment shall be made with no additional cost.

(j) Fixings are to be approved by the Engineer and all bolts used are to be stainless steel, painted after installation with a two pack anti-corrosion paint to be approval of the Engineer.

(k) Fixings are to be such that the installation of luminaries, trays, etc. is capable of being carried with a minimum of safety factor 3 to 1 per fixing.

Page 151: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/47 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(l) Luminaires are to be wired with approximately one meter length of 2.5 sq. mm / 1.5 mm high temperature flexible copper cable (LSF) insulated and sheathed to be terminated in the junction box as per the drawings. The earthing wire is to be solidly connected to the earthing stud inside the luminaire.

(m) Luminaires having two circuits taken into them are to have proper colour coding. Circuitry within the luminaire is to be designed so that segregation of the two supplies is maintained.

(n) Ballast and control gear are to be mounted in luminaire in separate compartment, isolated from lamp, and with enclosed terminal blocks fitted with quick disconnect electrical leads. Control gear is to be plug-in type for operation at 240 V, 50 Hz ballast is to be specially designed and selected for the particular types of lamps used, and lamps are to be able to start with at least ± 10% variation of nominal voltage and continue in normal operation with dips attaining 20% for four seconds. Control gear losses are not to exceed 10% of normal lamp wattage. RFI suppression device is to be provided. Power factor is to be compensated to at least 0.9 logging.

2 Lighting Control Systems

(a) Luminance Meter Sensor: Temperature stabilized photocell measuring range: 1 to 9 000 cd/sqm for use outside the tunnels and Output: Load independent current 4 – 20 mA, Working resistance max. 550 ohm Housing shall be of stainless steel according to AISI 316 TI with window

heating and lens shade. System of Protection: IP 55 Vario optic with adjustable measuring field 160 to 320. For each entrance portal there shall be placed one sensor on a column

height of 4 m, 110 m before the portals with stainless steel pan/tilt support. Work shall include the column as well as all required civil works as excavation, foundation and back filling.

Microprocessor: 19” plug in unit. Microprocessor pre-programmed, site programmable by hand, for all

necessary functions and placed in the Distribution Buildings. Fault output shall be provided.

Calibrated light sources for testing luminance meter shall be provided.

(b) Tunnel Lighting Control Entrance Lighting – Automatic

Page 152: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/48 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

The lighting system shall be controlled in a number of stages in dependence of the access zone luminance. This access zone illuminance shall be measured continuously by the luminance meter in front of the portal. The difference between the required luminance and the effective luminance in the threshold zone shall control the switching of the lighting.

In the event of a failure to the outside sensor, the control shall be done by

adjustable switch steps; also a fault alarm shall be transmitted. (c) Control Unit: A microprocessor controlled 19” unit shall be provided to control

the entrance and interior lighting. The lighting control shall fulfill all control work described in the item above.

The control unit shall have a digital display of the external luminance measured by the photometers, switch-on and switch-off level presets for various switching stages, LED indicators show to indicate the activation of a switching stage, delay-on, delay-off and minimum burning time presets with a range of 15 seconds to 15 minutes for each switching stage, automatic switch over to a preset lighting level upon detection of failure of the system, with time delay and fault indication. The control unit shall send at least the following information to the Bahce Maintenance Centre:

o Luminance meter fault indication o Control unit fault indication o Control unit watch dog reset indication o Control unit configuration parameters shall be down loaded from the sub-

control centres. 12.19 INSTALLATION 12.19.5 Road Lighting Column/Lantern Installation

Add new paragraph 13 as follows: 13 Mast raising cable must pull through the head frame to lantern without exposing to

the sun light. Head frame shall be fabricated to facilitate the above.

Add new Sub-Clause 12.22 and 12.23 as follows: 12.22 ROAD LIGHTING QUALITY ASSURANCE

Add new paragraph 12.22 as follows:

1 Road lighting works shall be carried out by specialist contractors or sub-contractors having experience in the provision and installation of lighting columns, provision and laying of cables and ducts, and provision and installation of supply connections to all electrical equipment. Specialist contractors or sub-contractors for installation of new street lighting works shall be pre-qualified by the PWA.

Page 153: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/49 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 Climatic conditions – All cables shall be certified by the manufacturer as suitable for installation in Qatar.

3 All material shall be approved by the PWA before ordering. Only products with a proven record of performance, efficiency and long life will be considered for approval by the PWA.

4 All works, equipment and materials shall comply with statutory and other regulations,

Codes of Practice and Standards current at the date of Contract signing including the Qatar Wiring Regulations.

5 All columns and brackets shall be produced by lighting column manufacturers registered and certified for the manufacture, supply and certification of lighting columns under their quality assessment schedule to ISO 9000:2000.

6 Column manufacturers not registered and certified accordingly will only be

permitted if a satisfactory submission is made for quality assurance and performance within the climatic conditions in Qatar.

7 Facilities shall be provided for the Engineer to inspect the lighting columns during

the course of their manufacture and application of the protective treatment. 8 Any equipment or items damaged in transit will not be acceptable for incorporation

in the Works and the Engineer shall have the right to reject such items. In the case of minor damage to galvanizing or painting the Engineer may permit repairs to be carried out. Any such repairs shall be carried out in accordance with the recommendations of the supplier and to a recognized internationally accepted repair treatment.

12.23 LIGHTING COLUMNS (MULTI-FUNCTION SMART POLES) 12.23.1 General 1 The pole system shall be decorative type with multi-functionality features to

accommodate a variety of services at any one time. All poles shall be designed to accept following services:

(a) Street lighting

(b) Illuminated advertisement banners 1.5 m x 3 m size

(c) CCTV cameras

(d) Street signs

(e) Traffic signs

(f) Traffic signal heads

(g) Street names

(h) Microcells

(i) Antennas, etc. 2 The poles shall be made up of a structural galvanized steel core and an extruded

aluminium mast that enables accessory’s to be mounted along its length at any height and position.

Page 154: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/50 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Multi-function poles shall be specially designed for 160 kph with maximum load

configuration. By combining different steel cores with the mast profiles, poles shall be suitable for the heights as specified in the Contract Documents. The multi-function shall be decoratively designed with 2 m cladding made of extruded aluminium.

4 The poles shall comply with the requirements of BS 5649: 1985, BS EN 40-3-

1:2000, BS 5950: Part 1 1985 and BS 8118: Part 1 1991 and the relevant AASHTO standard.

12.23.2 Materials 1 Structural Steel - All Smartpole steelwork shall be manufactured out of Grade 275

mild steel. Hot dipped galvanising shall be the surface treatment both inside and out.

2 Aluminium Mast - The poles external mast shall be made up of extruded aluminium

alloy which has an anodised protective coating to 25 microns. 3 Service Hatches - Each pole shall have a service hatch approx. 600 mm from

ground level for installing the service cut-outs (size 300 mm height x 110 mm width x 70 mm depth) where the connection of cables can be made between the outside network and the poles accessories. The service hatch shall be accessible by removing a cover plate or cladding from the pole base. The cover shall be fixed by 2 No. security screws. Poles used for vehicular traffic signals shall have additional hatch to terminate traffic and surveillance related cables.

12.23.3 Bracketry 1 Bracketry required for attaching various other functions on the pole shall be as

specified by the Engineer. 12.23.4 Fasteners 1 All fasteners are supplied in stainless steel grade AISI 316. The exception to this is

on the cantilever assembly’s where the use of high-tensile fixings have been adopted. These fasteners are finished with metal plating to resist corrosion.

12.23.5 Electrical Equipment 1 M8 x 30 mm long threaded stud carrying 2 nuts and 2 washers shall be provided as

an earth point. It shall be located within the service hatch. 2 Fuse cut-outs shall be supplied along with poles. Single lantern pole shall have

single fuse cut-out and double lantern pole shall have double fuse cut-out. 3 Each pole shall be fitted with polyester “draw wire” to assist in feeding electrical and

service cables should they be required. 12.23.6 Light Outreach 1 Suitable type of light outreach shall be supplied with each pole to fix specified

number of fittings on that pole. The attachment of the outreach arms shall be made

Page 155: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/51 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

using 4 No. standard fasteners through the arm tube. In turn the light fitting shall be connected to the arm tube end and wired. The light outreach design shall be as shown on the drawings.

12.23.7 Pole Top Feature 1 Where the Engineer specifies, there shall be a decorative pole top feature. This

feature shall be made of cast aluminium. 12.23.8 Warranty 1 Manufacturer shall provide 10 year warranty for the poles. 12.23.9 Make and Type 1 Smartpole system by Streetscape.

Page 156: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/52 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 14 ROAD DRAINAGE 14.4 ROAD GULLIES Add a new paragraph 9 as follows: 9 Grating for gullies that are flush with the pavement surface shall be of ductile iron

and shall comply with loading category D400 as defined in Table 14.1. The gratings shall have 600 mm square openings. Gratings set adjacent to kerbs shall have as a minimum bases on 3 sides of the frame.

14.5 MANHOLE COVERS AND GULLY GRATINGS Delete paragraph 11 and substitute with the following: 11 The manhole covers shall meet Loading Category D400 as defined in Table 14.1. 14.8 TESTING AND CLEANING SURFACE WATER DRAINS Add the following: 3 All highway carrier drains shall be watertight and shall be tested in sections, e.g.

between chambers, by means of the air test described in paragraph 4 of this Clause. If a pipeline is rejected because of a failed air test, as part of the rectification work, a water test as described in paragraph 5 of this Clause may be carried out as an alternative acceptability test. Before testing, the ends of the pipeline to be tested, including short branches, shall be plugged and sealed.

4 For the pipeline air test, air shall be pumped in by suitable means until a stable

pressure of 100 mm head of water is indicated in a U-tube connected to the system. The air pressure shall not fall to less than 75 mm head of water during a period of 5 minutes without further pumping, after an initial period to allow stabilization. Drains with traps shall be tested to 50 mm head of water and the permissible loss shall then be no more than 13 mm head of water in 5 minutes without further pumping after the initial stabilizing period.

5 For the pipeline water test, the pipes shall be filled with water under a head of not

less than 1.2 m above the crown of the pipe at the high end and not more than 6 m above the pipe at the low end. Steeply graded pipelines shall be tested in sections so that the above maximum is not exceeded. The test shall commence not less than two hours after filling the test section at which time the level of water at the vertical feed pipe shall be made up to produce the required 1.2 m minimum test head. The loss of water over a 30 minute period shall be measured by adding water at regular 10 minute intervals to restore the original water level and recording the amounts so added. The drain will have passed the test if the volume of water added does not exceed one litre per hour per linear metre of drain per metre of nominal internal diameter.

6 All pipelines less than 350 mm diameter shall be checked by drawing through each

completed length of pipe a spherical mandrel of a diameter 10% less than the nominal bore of the pipes being tested.

Page 157: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/53 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Chambers for carrier drains shall be watertight. Chambers shall be tested as described in paragraph 8 of this clause.

8 Chambers shall be tested hydraulically to a depth of water 1.2 metres above the

soffit of the highest pipe entry with all pipe openings plugged. Unless otherwise agreed by the Engineer, the test shall commence two hours after filling the chamber at which time the water level shall be made up to the above stated level. The loss of water over a 30 minute period shall be measured by adding water at regular 10 minute intervals to maintain the original water level and recording the amounts so added. The chamber will be deemed to have passed the test for water tightness if the volume of water added does not exceed one litre per hour per linear metre of depth of water in the chamber per metre of nominal internal diameter of the chamber.

Page 158: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/54 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 16 MISCELLANEOUS Add the following new Sub-Clauses: 16.6 In Ground Traffic Spikes 16.6.1 Traffic Spike Installation Instructions

Traffic spikes are used to enforce one-way traffic conditions. A warning sign, such as the DoorKing Model 1615, must be installed with the traffic spikes to alert drivers that a one-way lane condition exist and that traveling in the wrong direction will damage tires. Speed bumps (or other means) must be used to control the speed of traffic over the traffic spikes.

Installing this traffic control spike unit in such a way that traffic crosses over it an angle other than 90°, or where wide turns are possible, or where traffic speed is uncontrolled and in excess of 5 MPH, may cause tire damage and will invalidate the warranty on this product. Maximum speed across the traffic spikes is 5 MPH.

• Locate the traffic spikes in a flat section of roadway where there is minimum possibility of water draining into the unit. • Warning Sign and nighttime illumination MUST be provided. Refer to the DoorKing Model 1615 traffic sign below • Maximum speed across the traffic spikes is 5 MPH. Use speed bumps (DoorKing P/N 1610-150), stop signs or other means where needed. • Check for proper spike operation after the installation to be sure that concrete or asphalt has not blocked drainage or welled up into the unit prohibiting free movement of the spikes. • Excavate a trench in the roadway for 8.5 inches for installation of the traffic spike unit. • The trench should be deep enough to allow installation of 4-inch concrete blocks

(or other suitable material) for water drainage. • Typical trench depth is between 9.5 to 12-inches.

When installing the traffic spikes, note the proper orientation of the spike to the flow of traffic. Spikes must be installed so that the angled surface of the spike is facing oncoming traffic. Installing the spikes backwards will cause tire damage.

OK NOT OK

Page 159: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 1 SECTION 6: ROADWORKS

IA 12/13 C 057 ST C2/S6/55 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

16.6.2 Installation Detail of spikes The trench should be deep enough to allow installation of 4-inch concrete blocks (or other suitable material) for drainage. Check for proper operation of spikes after concrete has been poured to be sure that no loose material is jamming the operation of the spike.

END OF SECTION

Page 160: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL 1.1 SUMMARY 1.1.1 Scope

Add the following to item 3: Section 29 Approved Suppliers

1.1.5 Submittals Add new paragraph 16 as follows: 16 All survey works shall be undertaken by a Drainage Affairs approved survey

company (see Section 29) 1.2 TESTING OF MATERIALS Add new Sub-Clause 1.2.3 as follows: 1.2.3 Approved laboratories Testing of concrete and other materials shall only be undertaken by laboratories

approved by the PWA.

Page 161: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 PIPES AND FITTINGS MATERIALS 3.1 GENERAL 3.1.1 Scope Add the following to item 2: Section 29, Approved Suppliers 3.11 HIGH DENSITY POLYETHYLENE (HDPE) PIPES 3.11.5 Standards Change sub-clause title to “Testing”.

Page 162: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 PIPELINE INSTALLATION 4.1 GENERAL 4.1.1 Scope Add the following to item 2: Section 29, Approved Suppliers 4.3 PIPE LAYING 4.3.5 Corrosion Protection of Ferrous Pipelines Add paragraphs 5 to 14 as follows: 5 Ferrous pipelines shall be supplied with one of the following corrosion protection

systems:

(a) Cold applied self-adhesive laminate tape wrapping (b) Extruded polyethylene coating (c) Loose polyethylene coating

6 Extruded polyethylene coating shall be as Section 8, Clause 3.8.7 7 Spigot ends of pipes coated in either of the approved manners shall not be coated

over the depth of engagement within the socket or flexible coupling, but shall be coated with epoxy, polyethylene or polyurethane for pipes internally lined with these materials.

8 Where DI buried pipe is designated to be encased in loose polythene sleeving,

installation shall be in accordance with BS 6076. 9 The pipe shall be supported by a central sling and a length of sleeving pulled over

the spigot end and bunched up to the sling. 10 The pipe shall then be rested on blocks placed at its extremities and the sleeving

pulled up to the socket and folded and taped or tied in position. The sling shall then be replaced to enable jointing to be carried out. A wide sling shall be used to distribute the weight and thus obviate intense pressure on the sleeving. Care shall be taken to avoid damage when removing the sling from the trench.

11 The sleeve shall not be drawn up over the pipe joints until the completion of the

hydrostatic testing. Immediately after making the pipe joint, the pipe trench shall be backfilled as described hereinbefore in readiness for the hydraulic testing and to prevent damage to the sleeving.

12 After completion of the hydraulic testing, the sleeving shall be drawn up over and

fixed around the pipe joints. A pad of sleeving shall first be placed around the joint to prevent damage to the joint sleeve by the edges of the socket or by bolts. A length of sleeving shall then be drawn over joint overlapping itself either side of the joint for a minimum of 300 mm and this shall be tied or taped tightly in position.

Page 163: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

13 Any pipe sleeving perforated during fitting shall be repaired by overlaying with a short sleeve folded and secured with tape. Torn or damaged sleeving which is considered by the Engineer as not repairable by this method shall be replaced by the Contractor.

14 Immediately after fitting the pipe sleeving the pipe trench shall be partly backfilled to

prevent damage to the sleeving. 4.5 TESTING OF PIPELINES 4.5.3 Pressure Pipelines Add new paragraph 4 as follows: 4 Plastic irrigation drip pipe work shall be completely filled with water and visually

inspected for leakage. No section showing signs of leakage will be accepted. In addition, any length of pipe which in the opinion of the Engineer or his designated representative is showing signs of degradation through contact with sunlight shall be cut out and replaced

4.6 MISCELLANEOUS ITEMS 4.6.1 Manhole Covers and Frames Delete paragraph 1 and substitute with the following: 1 Manhole covers shall be made from ductile iron and comply with BS EN 124 which

shall include:

• Documentation confirming EN 29002 certification; or • Documentation identified under Annex A to BS EN 124, concerning Independent

Third Party Inspection. • Independent random sample testing at an approved testing facility to

demonstrate full compliance with all aspects of the code i.e. load testing and dimensional tolerances.

• Production facilities shall be quality assessed in accordance with ISO 9000 or EN 29002 (BS 5750).

Delete paragraph 5 and substitute with the following: 5 Where indicated on the Drawings or Bills of Quantities, covers and frames shall

incorporate a removable self-sealing GRP or similar corrosion resistant plate meeting the requirements of Part 7 of this Section. The plate shall fit between the cover and the frame such that no surface area of the frame shall be exposed to the atmosphere within the manhole. This shall be achieved by the inclusion of a neoprene sealing ring or by a similar approved method. The plate shall be complete with a lifting handle on the upper surface. The design of the frame and cover and plate shall be subject to the approval of the Engineer. A heavy grease seal is to be formed in all cases between the cover and frame to prevent the ingress of sand where GRP sealing plates are required for the ductile iron manhole cover and frame. Specific details of the sealing plate to be fitted within the unit offered should be provided such that those details can be forwarded to the sealing plate supplier.

Page 164: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 VALVES, PENSTOCKS AND APPURTENANCES 5.1.1 SCOPE Add the following to item 2:

Section 29, Approved Suppliers

5.4 BUTTERFLY VALVES Add the following sentence to item 4: Disc material shall be duplex stainless steel. 5.13 FLAP VALVES

5.13.1 FLAP VALVES (GENERAL PURPOSE) Add the following new item: 6 Gunmetal shall be good quality to BS EN 1982 Grade LG2. Stainless steel shall be

to BS 970 Part 4 Grade 316 S31.

Page 165: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 6 METAL WORKS 6.1 GENERAL 6.1.1 SCOPE Add the following to item 2: Section 29 Approved Suppliers 6.4 FABRICATION AND ERECTION 6.4.1 GENERAL Add the following to item 9: (h) All holding down and anchor bolts, nuts, washers and anchor plates for use externally

or in internal areas which are subject to contact with sewage or in ‘wet’ areas but above the top water level shall be stainless steel conforming to BS 970:1991 316S13.

(i) All holding down and anchor bolts, nuts, washers and anchor plates for use internally

in areas not subjected to contact with sewage shall be steel galvanised to BS EN 1461 or sheradised to BS 4921 :1973 Class I and all exposed surfaces shall be painted after assembly and tightening.

Page 166: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 GLASS REINFORCED PLASTICS 7.1 GENERAL 7.1.2 RELATED SECTION AND PARTS Add the following:

Section 29, Approved Suppliers

7.3 FABRICATION AND ERECTION 7.3.4 GRP Lining for Pump Station Wet Wells

Add new item as follows:

5 Pumping station wet wells, discharge chambers and inlet channels shall incorporate a

corrosion resistant lining to all internal surfaces. Linings shall comply with Clause 8-7.3.4, sub-clauses 1 to 3 inclusive.

Page 167: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 9 TRENCHLESS PIPELINE CONSTRUCTION 9.1 GENERAL 9.1.6 Submittals Delete paragraph 1 and substitute with the following: 1 The Contractor shall submit complete data and details for the trenchless pipeline

construction for the Engineer’s approval as follows:

(a) structural design calculations for the trenchless pipeline and temporary works

(i) the description and specification of pipes and design calculations (ii) details of the permitted angular deflection and draw for the proposed

pipes (iii) the Contractor shall submit full details of the pipes together with

details of previous works undertaken using similar pipes (iv) details of proposed manufacturer of pipes with relevant literature and

details of manufacturer’s Quality Control system (v) anticipated jacking loads (vi) structural design of thrust walls

(b) shop drawings

(c) materials specifications

(d) method statements which shall include:

(i) details of the specialist sub-contractor’s qualifications and experience in micro-tunnelling together with project references including previous employers’ names and current contact details and a curriculum vitae of the proposed tunnelling machine operator including details of relevant experience in Qatar and the Middle East

(ii) detailed procedure for the Works (iii) a description of tunnelling equipment with relevant literature

and a statement from the tunnelling machine manufacturer detailing a delivery schedule for spare parts and consumables for the proposed tunnelling machines

(iv) preconstruction activities (geotechnical investigations including test pits)

(v) safety procedures (vi) handling and fixing of the inner pipe in the case of pipejacking

with larger diameter pipes (vii) programme of work, including proposed production rates (viii) bentonite injection system details (ix) detailed method statements for all other aspects of micro-

tunnelling work (x) where appropriate for the size of machine proposed, details of

man access into the tunnel and tunnel boring machine

(e) designs of thrust and reception shafts and detailed drawings

Page 168: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(f) dewatering arrangements and disposal of groundwater

(g) methods for dealing with different ground conditions

(h) equipment layout at the thrust and reception shafts

(i) details of sleeving system

(j) ventilation

(k) lighting and communications

(l) disposal of surplus excavated material

(i) details of the spoil separation process to produce clean slurry for re-circulation to the tunnel boring machine

(ii) details of the containment of the excavated material to prevent water and slurry draining from the Contractor’s designated working area or wagons. Lagoons for storage and settlement of slurry from the micro-tunnelling process will not be permitted

(iii) details of the purpose made tanks for settlement of slurry shall be provided.

(iv) details of the solid waste disposal procedure to an approved tip in a manner which does not cause spillage of slurry, mud or any other solid or liquid waste on the carriageway

(v) disposal of surplus water, once all solids have been removed, to an approved surface/ground water outfall, if locally available, or removed by tanker to an approved point of disposal

(m) pilot bore

(n) plan at 1:50 scale showing working plant positions, spoil removal faculties, materials storage facilities, launch and reception shafts, fencing, offices, discharge lines, ground water removal facilities, etc.

2 The Contractor shall not procure materials or begin construction of the Works until

the Engineer has approved all submittals. The Engineer’s approval shall not relieve the Contractor of his obligations.

9.2 TRENCHLESS PIPELINE CONSTRUCTION GENERALLY 9.2.2 Surveys and Setting Out Delete paragraph 2 and substitute with the following: 2 During construction of a drive between any two working shafts, the Contractor shall

observe levels on predetermined cross-section points at regular intervals to determine if there is any subsidence.

Temporary benchmarks shall be set up along the centre of the pipe at 15 metre

intervals between the shafts and at 5 and 10 metres offsets. Levels shall be taken along the centre of the pipeline and at offsets of 5 metres and 10 metres each side of the pipeline at 15 metre intervals between shafts. Levels shall be taken and recorded on all of the above points at daily intervals during micro-tunnelling works, again one week before issue of a Completion Certificate, and finally at the end of the 400 day period of maintenance.

Page 169: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new paragraph 6 as follows: 6 As-built surveys of each micro-tunnel drive shall be undertaken. For all micro-tunnel

drives of internal diameter 800 mm or more, including any permitted sleeves of this size, the Contractor shall employ an approved independent survey company to undertake an as-built survey of the drive. Coordinates and levels shall be provided for every pipe joint. For steel sleeves, coordinates and levels shall be provided at 5 metre intervals. Each completed drive shall be surveyed immediately after completion of the drive. No further micro-tunnel drives may be commenced until the survey results have been submitted to and approved by the Engineer. No pipes may be installed within sleeves until the survey results have been submitted to and approved by the Engineer.

9.2.3 Monitoring Line and Levels Delete paragraph 3 and substitute with the following: The invert level of the finished pipeline at the drive shaft shall be within ±10mm of

the required level shown on, or interpolated from, the Contract drawings. The invert level and line of the pipeline shall at no point deviate from the design by

more than the following:

Pipe Bore D mm

Vertical mm

Horizontal Mm

D < 600 ± 20 ± 25

600 ≤ D ≤ 1 000 ± 25 ± 40

1000 < D ≤ 1 400 ± 30 ± 100

D > 1 400 ± 50 ± 200

Delete paragraph 4 and substitute with the following:

4 The pipe manufacturer’s stated permitted draw or angular deflection shall not be exceeded at any individual joint. Add new paragraph 7 as follows:

7 Where micro-tunnelled sewers are required to connect into existing pipelines or pipelines previously completed under this project, due allowance shall be made prior to commencing the drive to ensure that the finished pipeline profile does not require the pipe contents to flow uphill.

9.2 MATERIALS

9.3.1 Pipes Delete paragraph 2 and substitute with the following:

2 Pipes shall be designed to withstand the maximum axial thrust with a factor of safety

of four based on the full effective area of the pipe and the ultimate compressive strength of the pipe material. For reinforced concrete pipes the full effective area at

Page 170: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

the joint shall be used. The pipe design shall take into account both permanent service loads and temporary loads encountered during installation.

Add new paragraphs 12 to 14 as follows:

12 The nominal internal bore of the micro-tunnelling pipes shall be as indicated on the Drawings or as specified by the Engineer. The Contractor shall select an appropriate external diameter for the pipe which shall be submitted to the Engineer for approval.

13 The design of the jacking pipes and determination of acceptable pipe fabrication tolerances shall be the responsibility of the Contractor. Maximum compressive stresses applied to the pipe shall not exceed 33% of the design compressive strength of the pipe and shall not exceed the pipe manufacturer’s recommended allowable stresses.

14 Pipes for surface and ground water drains to be installed by micro-tunnelling shall be fit for purpose and shall be one of the following: (a) Concrete designed specifically for jacking to BS 5911: Part 120 with a GRP

pipe lining in accordance with Section 8 Part 3 Clause 3.4. . The GRP lining pipe shall incorporate watertight joints between adjacent pipes and shall accept no longitudinal load during jacking. The joint between adjacent pipes shall be designed to ensure concentricity of adjacent pipes and shall prevent application of any lateral forces to the GRP pipe. The coarse aggregate used in the manufacture of the pipes shall be crushed Gabbro rock. The external surface of the pipe shall be coated with at least 300μ DFT abrasion resistant epoxy. Pipes shall be factory manufactured by an approved experienced manufacturer. Pipes shall not be manufactured on-site.

(a) Concrete designed specifically for jacking to BS 5911: Part 120 with a polymer lining as described in Section 5 Part 14 Clause 14.6. The coarse aggregate used in the manufacture of the pipes shall be crushed Gabbro rock. The external surface of the pipe shall be coated with at least 300μ DFT abrasion resistant epoxy. Pipes shall be factory manufactured by an approved experienced manufacturer. Pipes shall not be manufactured on-site.

(b) The joint between adjacent jacking pipes shall be designed to ensure concentric alignment of adjacent pipes and uniform transfer of jacking forces from one pipe to the next. For concrete pipes the pipe joint shall consist of a substantial external stainless steel guide ring to achieve this requirement, which shall be welded to the reinforcing cage of the concrete pipe. The joint shall also incorporate one or more EPDM or other approved elastomeric sealing gaskets.

9.3.5 Grout

Add new paragraph 3 as follows:

3 Unless agreed to the contrary in writing by the Engineer, the annulus around the

installed pipes shall be filled with cement grout installed under pressure by an approved means.

Page 171: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

9.4 THRUST AND RECEPTION SHAFTS Add new paragraphs 9 to 13 as follows: 9 The Contractor shall select the location of the drive and reception shafts. These

locations shall be submitted to the Engineer for approval. These shafts may be incorporated as part of the permanent works. All modifications to the shafts converting them into access manholes shall be completed at the Contractor’s own expense. Details of the modifications shall be submitted to the Engineer for approval and shall conform to those shown on the Contract drawings.

10 Prior to commencing work at a shaft, the Contractor shall provide details of the shaft

support system, working plant position, spoil facilities, material storage facilities, dewatering arrangements, etc. The details shall include a sketch of all the working facilities at the head of the shaft.

11 Access down into the shaft for personnel and equipment shall be approved by the

Engineer. Hand railing set at a height of 1 100 mm above ground level together with toe boards and protective netting to prevent equipment falling into the shaft shall be provided at each shaft. Fencing shall be erected around each shaft site establishment to prevent the entry of unauthorised persons.

12 The dimensions of shafts shall be the minimum necessary to safely construct the

Works. 13 Backfilling of shafts shall be undertaken in accordance with Section 8 part 2

Sub-Clause 2.3.3. Delete Sub-Clause 9.6 and substitute with the following: 9.6 MICRO-TUNNELLING 9.6.1 General 1 Micro-tunnelling shall be defined as a method of installing pipe or casing by jacking

the pipe or casing behind a remotely controlled, laser guided, steerable, guided tunnel boring machine which fully supports the excavated face with fluid and/or earth pressure balance at all times.

2 Micro-tunnelling pipe is defined as pipe or casing capable of withstanding installation

jacking and any other construction loads in addition to permanent live and dead loads.

3 The method to be employed for micro-tunnelling shall be selected by the Contractor

to suit ground conditions and ground water pressure. The Contractor shall submit a detailed method statement which shall be approved by the Engineer prior to commencing micro-tunnelling.

9.6.2 Contractor Responsibilities 1 The Contractor shall carry out, and be responsible for, the detailed design of:

(a) The micro-tunnel;

Page 172: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(b) All associated works (including shafts, connections, etc.). 2 The design shall be prepared by qualified design engineers or other professionals

who comply with the criteria stated in the Specifications. The Contractor warrants that he, his designers and design sub-contractors have the experience and capability necessary for the design. The Contractor undertakes to ensure that the designers shall be available to attend discussions with the Engineer at all reasonable times.

3 The Contractor shall satisfy himself that he has sufficient geotechnical details before

commencing the detailed design. If available, a copy of existing geotechnical investigation reports shall be provided to the Contractor. These reports are provided for information only and the Contractor is advised to corroborate the details provided and commission any additional site investigation works he deems to be necessary.

4 The Contractor shall be responsible for ensuring that he avails himself of all

necessary utilities information, existing and proposed, prior to commencement. Where available, a copy of existing utilities information shall be provided by the Engineer. These reports are provided for information only and the Contractor shall be responsible for ensuring that the information collected is the most recent and factual record of existing and proposed services in the project area. The Contractor shall utilise appropriate equipment and methods to aid him in the determination of the line and level of existing utilities apparatus. This may be undertaken either by the Contractor’s own staff or by specialist sub-contractors.

5 The Contractor shall be responsible for obtaining all approvals/consents required for

the disposal of excavated material/spoil that is surplus or unsuitable for incorporation in the permanent works. The Contractor may propose, subject to the approval of the Engineer, remedial measures to be taken for the improvement of earthwork arisings, which are not suitable in the as-dug condition, for use in the permanent works.

6 The Contractor shall allow the Engineer full access to real time micro-tunnelling data

any time during construction. 9.6.3 Safety and Environment 1 The Contractor shall carry out all works to the requirements outlined in all current

appropriate Regulations, Codes of Practice. The following recognised documents shall form the basis for guidance and development of the safety plan and site procedures:

(a) UK Health and Safety at Work Act including the provisions of BS 5228, Parts 1

and 2;

(b) BS 6164: Safety in Tunnelling (Code of Practice);

(c) Guide to Best Practice for the Installation of Pipe-jacks and Micro tunnels. 2 The Contractor shall develop a safety plan to encompass all aspects of safety and

environmental requirements prior to commencement of the work. This plan shall be a working document and be subject to continuous review throughout the period of the contract.

Page 173: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 All machinery, including hoists shall be suitable for quiet and efficient operation and shall be installed and maintained to an acceptable safety standard.

4 A site safety culture shall be instigated on-site prior to work commencing and be

developed throughout the course of construction. The culture will comprise of the use of key management tools by the site management (and outlined in the site safety plan) in educating the site operatives in all aspects of best safety practice and awareness in their work. An induction session shall be given to all operatives and staff irrespective of their discipline and experience. This should, in particular outline all local requirements relating to the contract, actions to be taken in event of emergencies, and an overview of the Site and its personnel. The content of the induction may be varied to suit the recipients. Each operative shall receive training, together with any appropriate examination or documentation, to ensure he is completely aware of the requirements of each aspect of his job and the hazards which are inherent in its execution.

5 The Contractor shall produce a risk/hazard analysis of the key elements of the

pipe-jacking operation and utilise the results of the analysis in reducing such risks that remain to a minimum. Such hazards shall be communicated to workers through induction, tool box talks and the like.

6 The Contractor shall develop and implement a plan for immediate underground

evacuation in the event that the presence of toxic/inflammable gas is identified in the excavation. In such case the Contractor shall identify and take appropriate action to rectify such hazard prior to allowing work to recommence.

7 Appropriate training and certification shall be given to all operators of plant. This

shall be carried out only by engineering staff competent in the use and hazards associated with the particular item of plant concerned.

9.6.4 Performance Requirements 1 The micro-tunnelling system shall be selected by the Contractor to suit local ground

and groundwater conditions. The Contractor shall submit a detailed method statement for approval by the Engineer prior to starting micro-tunnelling work.

2 Micro-tunnelling operations shall be carried out in a manner that minimizes ground

movement in front of and surrounding the pipeline. Settlement of the ground surface shall be minimized. Damage to structures and utilities above and in the vicinity of the underground operations shall be prevented.

3 The ground shall be continuously supported in a manner that prevents loss of

ground and maintains the stability of the tunnel face and perimeter at all times. 4 A full work force shall be maintained on a continuous basis (24 hours per day)

during any emergency or work stoppage that could endanger the tunnel excavation, sub-surface infrastructure and surface facilities.

5 Dust, noxious gasses or other atmospheric impurities shall be actively controlled in

accordance with the relevant Qatar occupational health and safety legislation. Approved instrumentation for monitoring air quality in work areas and pipelines accessed by personnel shall be provided. This environmental control and associated procedures to be followed in monitoring shall be fully documented in the Contractor’s Safety Plan.

Page 174: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6 All micro-tunnelling and underground construction work shall be performed in accordance with the relevant Qatar occupational health and safety legislation and the approved Contractor’s Safety Plan. This Plan shall include safe procedures to mitigate risks associated with the work, including identification and logging of any and all visitors into and out of the underground works and prevention of unauthorized entry. Safe procedures shall also be established for personnel entering the tunnel to carry out maintenance or for other purposes.

9.6.5 Micro-tunnel Design Elements 1 Tunnel Pipe Design

(a) The watertight lining pipe shall be installed by single pass pipe jacking using a remote controlled tunnelling operation to the alignments and grades shown on the drawings. Remote controlled tunnelling operations apply to trenchless pipe installation by micro-tunnelling where the carrier pipe is installed directly behind the tunnelling machine and the machine provides support to the excavation face at all times.

(b) Jacking pipes shall be of precast concrete, designed and manufactured to meet the requirements of:

(i) BS 5911 Specification for reinforced concrete jacking pipes with flexible joints.

(ii) BS EN ISO 9002 Manufacturing. (iii) DIN EN 1916 and DIN 1201 in accordance with ATV 125 for

reinforced concrete jacking pipes. (iv) BS EN ISO 9002 Manufacturing.

(c) All jacking pipes, including special designs, shall be sufficiently reinforced with steel to withstand all stresses induced by handling, jacking, earth and water pressures and all working loads at the depths at which they are to be used without cracking, spalling or distortion. A load factor of not less than 1.5 shall be used in the calculations to determine the strength of the pipes required. The clear cover to any steel reinforcement shall not be less than nominal 50 mm. The pipes are designed and calculated in according ATV 161 (Technical Standard of pipe jacking).

(d) The strength of the pipes shall be tested by a three edge bearing test. When subjected to the design load in such a test, the maximum crack developed on the pipe shall not exceed 0.25 mm. If this test not possible an equivalent quality control and security system has to be developed.

(e) All pipes shall be manufactured by a supplier approved by the Engineer. The process of manufacture may be by centrifugal or vertical casting subject to submission and approval by the Engineer. All pipes shall be cast with a minimum of 3 grout holes equally spaced around the pipe wall. A steel threaded insert (¾ to 1 BSP minimum dimension) shall be cast in each hole. All pipes shall be of spigot and socket design with an integral steel collar cast on the socket or trailing end. The collar shall be suitably and securely fixed to the reinforcing cage of the pipe prior to the pipe being cast. Each pipe shall have a 75 mm dia lifting hole or lifting anchor cast in the top centre to facilitate a lifting device. All pipes shall have their date of manufacture clearly and indelibly marked on them. All pipes shall be fully cured and have reached the designed concrete strength prior to delivery.

Page 175: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(f) The Contractor shall submit full details of his proposals for the pipes, giving detailed drawings showing sizes, reinforcement and jointing arrangements, all cast in items and concrete design including specifications for all component materials. A full set of design calculations including the parameters adopted for the design shall also be submitted.

(g) The name of the manufacturer, place of manufacture and manufacturing process shall be identified at an early stage and provision made for inspection of such facilities by the Engineer for his approval.

(h) The jacking equipment including any required intermediate jacking stations shall have a capacity of not less than 20 per cent greater than the calculated theoretical maximum jacking load.

(i) The design of the tunnel shall take into account the required life span, the proposed use, the ground conditions, the sequence and timing of construction and the local existence of adjacent structures. Relaxation of stresses in front of boring machine and excavation, installation and water-tightness of lining pipe should be considered. The required life span is 100 years. 100-year durability design shall meet the requirements of BS 8110.

(j) Numerical methods shall be used to evaluate the loading on the lining pipe. Results of the numerical calculations shall be used to assess surface settlements. The Contractor shall specify, justify and explain the model he intends to use. The Contractor shall also submit two licensed English versions of the software including all manuals, to the Engineer.

(k) The Contractor shall be solely responsible for the accuracy of the numerical model and the assumptions necessary to fully simulate the anticipated ground and the tunnel excavation within it, the installation of any support measures and the construction of the permanent tunnel lining system. The Contractor shall provide in his Design Submission numerical simulations which are applicable to and reflect the work and construction stages proposed by him. State of the art modelling techniques, material properties, simulation procedures and material definition, shall be applied. In addition the Contractor shall at least consider the requirements as outlined below for the modelling process:

2 Tunnel Access Shaft (a) The positions of the micro-tunnel shafts and tunnel are shown on the

Contract Drawings. The Contractor may suggest alternative positions to suit his equipment and works programme. The final depth and position of the shafts and tunnel however shall be subject to the approval of the Engineer. The maximum spacing of micro-tunnel shafts shall be 700 metres.

(b) The working shaft shall be designed to withstand the force applied by the main jacking station and of adequate dimensions to fully cater for the underground installation of all necessary pipe-jacking equipment. This will include the jacking frame and thrust ring assembly, slurry pumping equipment, electrical isolation box and guidance system. Consideration must also be given to safe access and working space for the pit bottom crew. The design of the shaft base shall incorporate the requirements of a thrust block for the jacking frame to bear upon and a tunnel launching eye and sealing ring through which the TBM is launched. The design of these structures will depend on the type of ground and jacking pressures envisaged. They are normally considered to be temporary structures, being removed on

Page 176: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

completion of the drive, but consideration may be given to incorporating them in the permanent works wherever possible.

(c) Requirements for launching the TBM assembly, which may comprise multiple units of varying length, shall also be taken into consideration when deciding upon the overall size of the shaft base.

(d) Micro-tunnel shafts shall be placed at main road intersections to take drainage from the surrounding areas.

(e) Micro-tunnel shafts shall be built to PWA standards and requirements. The Contractor may propose alternative designs subject to the approval of the Engineer.

(f) Shaft openings shall be located within the central reservation or footway areas. No openings shall be accepted within the highway carriageway.

(g) The design of the tunnel shafts shall take due account of the following:

(i) Need to provide a structurally sound and stable reinforced concrete shaft wall and superstructure that shall comply with all relevant BSI standards. Design calculations and materials shall be submitted for approval to the Engineer prior to any construction work being undertaken.

(ii) All shafts shall be watertight. (iii) All shafts shall have protective coatings both externally (in

accordance with QCS Section 5, Part 14, Clause 14.3 or as directed by the Engineer) and internally (white epoxy coating in accordance with QCS Section 8, Part 8, Clause 8.3.15)

(iv) All ladders and handrails shall be to QCS Section 8, Part 6, Clauses 6.4.1 to 6.4.7. Platforms shall be provided at maximum distances of 6 metres and shall be positioned to allow maintenance equipment to be lowered unhindered to the base of the shaft. Ladders shall terminate at platforms and be staggered between platforms.

(v) Down-pipes shall be secured by stainless steel brackets to the inside of walls.

9.6.6 Design Checking 1 All drawings and calculations intended for incorporation into the design package

shall be checked by an approved Independent Checker. Evidence of the extent and scope of checking carried out on each set or subset of calculations shall be provided either in the form of parallel calculations or by marking up the calculation sheets or by providing a summary on the cover sheet.

2 All drawings shall be checked with due consideration for the following:

(a) completeness;

(b) compliance with the relevant requirements of the Contract Documents;

(c) consistency between calculations, schedules, reports, drawings, specifications;

(d) compliance with standards, codes, regulations and statutory requirements;

(e) dimensional accuracy and presentation.

Page 177: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 With his approval the Independent Checker confirms that the relevant documents are in compliance with the PWA’s requirements, relevant local and international standards and designed correctly.

9.6.7 Finite Element (FE) and Finite Difference (FD) Models 1 A numerical analysis shall be carried out and fulfil the following geometrical

requirements:

(a) Notwithstanding the requirements as listed below the mesh layout shall be such that numerical accuracy is guaranteed. If required, the Contractor shall perform sensitivity studies with different levels of mesh refinement.

(b) Width of mesh shall extend at least two tunnel diameters beyond the limits of the tunnel lining.

(c) The model used for the design at the ground sections of the tunnel shall be capable of considering the joint system and joint properties of the ground strata, by either explicitly modelling joint systems or applying suitable models with equivalent properties.

2 Element size around excavation contours shall not be larger than those elements

that correspond to an angle of 10 degrees along the arch. Infinite elements shall be used along the border of the mesh or a suitably large mesh shall be proposed so that the influence of boundary of mesh is negligible for FE models: The practical limit of the aspect ratio of zones should be kept to approximately 1:4 or less in order to achieve reasonable solution accuracy. The practical limit for FD models of the aspect ratio of zones should be kept to approximately 1:1 or less in order to achieve reasonable solution accuracy.

3 Each computation shall be accompanied by a report that shall at least include a

description and interpretation of:

(a) definition of the mesh;

(b) selection of design sections;

(c) definition of geological strata;

(d) selected input parameters;

(e) material models used;

(f) results including surface settlements and expected deformations in the tunnel;

(g) dimensioning of the tunnel lining. 9.6.8 Verification of Results 1 Numerical calculations for the design of the lining shall be verified using different

analytical methods. 9.6.9 Design Parameters for the Calculations 1 Parameters required for the design and not defined in this document shall be

established by the Contractor. All details on these parameters shall be provided by the Contractor in his Design Basis Report subject to the consent of the Engineer.

Page 178: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 The results of site investigations carried out are to be summarised in the Data Reports and the Contractor shall conduct supplementary site investigations within the project area as designated and/or where considered appropriate. The interpretation of all site investigation data, including the interpretation of the Data Reports and of the bore logs shall be the responsibility of the Contractor. The Contractor shall justify and explain the derivation of all his geotechnical parameters in his geotechnical interpretative report. The geotechnical parameters used for the design require the consent of the Engineer. The worst credible ground parameters as identified in the site investigation data shall be used to check the micro-tunnel lining (at the ultimate limit state).

9.6.10 Design Loadings 1 The Contractor shall include for the following loads in his calculation of the stresses

and strains induced in the installed pipeline:

(a) Ground/Rock Loads;

(b) Water Loads: Groundwater levels with sufficient safety margins for the design shall be determined from groundwater observations. The design calculations shall be carried out both for an upper bound and a lower bound of the ground water level subject to the consent of the Engineer;

(c) Live Loads: For underground structures under a roadway, a live load as defined in BS 5400, Part 2 for highway bridges considering type HA loading combined with 45 units HB loading shall be allowed for in the design;

(d Surcharge Loads: For all underground structures and in locations where live loads as specified above do not apply, a surcharge load of 22.5 kN/m² applied at ground level shall be allowed for in the design;

(e) All other loads. 2 The Contractor shall take into account any other loading criteria which may be

applicable to achieve the full performance of the micro-tunnel, including water pressures under operational conditions within the lined tunnel.

3 In addition to the design sections as defined above the Contractor shall carry out

case studies of all relevant and possible combinations of geological, hydrogeological and geometrical conditions as necessary for his design and construction. The Contractor shall also provide calculations in accordance with the soil /rock classification proposed by the Contractor and based on the Contractor’s geotechnical interpretation. The Contractor’s calculations shall cover all possible geotechnical conditions anticipated over the entire tunnel length. Notwithstanding the calculations as requested above, the Contractor shall consider within his design submissions one numerical simulation of the tunnel construction of at least every 400 m of the bored tunnel section. Within the Preliminary Design Submission the Contractor shall propose these calculation sections which shall be subject to the consent of the Engineer.

9.6.11 Design Submissions 1 The Contractor shall submit his proposed detailed design report to the Engineer for

approval, not less than four weeks prior to his intended construction start date for this element of work, or as specified by the Engineer. The submission should include, but not be limited to, the following:

Page 179: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(a) Summary of all subjects addressed in the design stages;

(b) Summary of the design criteria adopted in the design stages;

(c) Final hydraulic model for overall drainage system including all input and output data;

(d) Final hydraulic design and calculations for overall drainage system including connections;

(e) Final hydraulic design and calculations for the temporary pumping station if required.

2 For the purpose of obtaining all necessary approvals on completion of the detail

design stage, the Contractor shall submit to the Engineer the following:

(a) 4 no. complete sets of detail drawings-paper prints (A1) to include:

• The modified positive surface water drainage system and micro-tunnel plans at 1:1000 scale based on survey sheets and incorporating coordinate grid, proposed sewers connections, access and maintenance shafts, invert, cover and ground levels. Key plan of the proposed system plans including coordinate grid, contract area, sewer connections, main building and road/street names, and layout plan of the temporary pumping station sites at 1:100 or 1:50 scale if required.

Sections of micro-tunnel and the modified positive surface water drainage system at 1:1000 horizontal and 1:100 vertical scales. Sections are to be related to each the system plan and include chainages, access and maintenance shafts number, invert, cover and ground level, tunnel diameter, gradient, terrain crossed, major service crossings and any connecting branch sewer details.

Standard drawings for the modified positive surface water drainage system, micro-tunnel cross section, access and maintenance shafts and miscellaneous details to appropriate scales based on PWA standards.

(b) 4 no. complete sets of the detailed construction specification;

(c) 4 no. Bills of Quantities, containing the principal items;

(d) The submittal of the detail design for approval shall also be accompanied by 4 copies of a comprehensive “Engineering Report” including the design calculations, which will detail revisions and amendments to the design subsequent to the approvals given for design. The report shall include copies of the comments made on the design and corresponding actions taken;

(e) Drawings, designs, documents and reports submitted for approval will not be accepted if there is no evidence of internal, qualified, checking; or if the quality of the contents of the Drawings and documents clearly indicate that they have not been checked thoroughly;

(f) Partial submittals will not be accepted.

If significant changes are required to the above original document submissions, the Contractor shall re-submit to the Engineer.

Page 180: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

9.6.12 Certification Procedure 1 The entire design of the Bored and any Cut and Cover Tunnels (layout design,

structural design and geotechnical design) shall be checked by the Accredited Checker. On completion of the design and check the respective certificates shall be submitted to the Engineer in accordance with the UK DMRB BD 2/02.

2 The Contractor shall provide a certificate of assurance from a reputable TBM

manufacturer or refurbisher to warranty that the proposed TBM is fit for purpose to carry out the intended works.

3 At least four weeks before the commencement of any tunnel excavation works, the

Contractor shall submit to the Engineer test certificates concerning all material properties and characteristics as defined in the relevant sections herein and/or used for tunnel design purposes from an independent and acknowledged source.

9.6.13 Contractor’s Documents 1 The Contractor’s Documents shall comprise, but not be limited to the following:

(a) Safety Procedure Manual (Project Specific Safety Plan);

(b) Risk mitigation plan;

(c) Contingency plan;

(d) Pre-construction inspection reports of adjacent properties and utilities;

(e) List of drilling team (Names, qualifications, experience, training, etc.) and management control.

2 Full details of the micro-tunnelling system shall be supplied with the above

submittals, including:

(a) Type(s), number(s) and model reference of proposed micro-tunnelling system. If not from single source, detail main elements of the system.

(b) Written confirmation from manufacturer (with company seal) that the machine configuration is suitable for the external diameter of pipe proposed.

(c) Cutter face details, including tooling and face port opening dimensions.

(d) System of alignment control and steering control and activation.

(e) Full details and justification for excavation and spoil disposal method(s).

(f) Hydraulic jacking system maximum capacity and method of limiting to maximum jacking pipe capacity.

(g) Details of any intermediate jacking stations.

(h) Electrical system and on-site power supply.

(i) Proposed communication system between the MTBM (Micro-Tunnel Boring Machine) and operating personnel on the surface.

Page 181: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Full and comprehensive details of the procedures and resources that will be used to perform the work shall be provided, including;

(a) Machine launch and reception;

(b) Pipe handling and connections;

(c) Supplementary alignment surveying;

(d) Excavation and spoil disposal;

(e) Closure of any intermediate jacking stations;

(f) Emergency procedures;

(g) Ventilation of tunnel, including gas monitoring.

(h) All materials, including slurry, lubricants;

(i) Location of approved spoil disposal facility;

(j) Drawings showing layout, temporary equipment locations and complete jacking set-up in typical jacking shaft.

4 Daily logs shall be used to record the micro-tunnelling work and any associated

delays. The log shall be submitted to the Engineer for record purposes on a weekly basis.

The basis of the log shall be the electronic data recorder that operates with the micro-tunnelling system. The log shall include:

(a) MTBM alignment deviation data and applied jacking load shall be recorded at

intervals;

(b) Alignment deviation shall not exceed 0.3 m in 5 minutes;

(c) The commencement and completion of jacking of each pipe section;

(d) The operating pressure if pressure balanced system is used;

(e) Quantities of lubricant injected;

(f) Air quality monitoring results;

(g) Unusual events. 9.6.14 Construction Responsibilities 1 During construction, the Contractor shall be responsible for:

(a) Providing a temporary and secured drainage system for the Works (N.B. restricted access, safe and dry working environment, etc.);

(b) Taking all necessary precautions to protect the tunnel and/or adjacent properties from flooding (e.g. groundwater may be problematic in the area);

(c) Provision of a temporary wall, if required, to enable the executed tunnel section to serve as temporary storage.

2 The Contractor shall provide temporary pumping facilities to the extent required to

avoid delays to the construction programme and quality of the work. The Contractor shall also indicate any EFA sites (Emergency Flood Area) if required for flood

Page 182: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

alleviation works during the construction works and confirm the availability of the land. The Contractor shall be responsible for the fencing, safety and security of any temporary EFA areas. Any fuel and/or power sources shall be provided as appropriate. All facilities/connections in this respect shall comply with standard regulations regarding their storage and/or use.

3 The Contractor however shall be responsible at his cost for providing temporary

submersible pumps to evacuate any flooded tunnel sections and discharge to an acceptable outfall point.

9.6.15 Quality Assurance/Control 1 All pipes delivered to site shall be the subject of inspection and approval by the

Engineer before they can be incorporated in the Works. Any and all rejected pipes shall be immediately removed from site and replaced with pipes acceptable to the Engineer. Pipes and pipe gaskets shall be stored or stacked on-site in accordance with the manufacturer’s recommendations.

2 Every jacking shift shall be supervised by at least one person with previous experience of micro-tunnelling work. Operators of the micro-tunnelling system shall have prior knowledge and ability in its proper operation and shall run test the system after set-up and before starting the drive. The Contractor shall follow manufacturers’ instructions when operating the complete system and operational manuals shall be available to site operational personnel at all times.

3 The installed pipeline shall be subject to visual inspection. Visible leaks (flowing or

dripping water) in pipes, pipe joints, manholes and structures shall be repaired even if leakage test requirements are satisfied.

9.6.16 Materials 1 Pipe repair materials shall be supplied by the pipe manufacturer as suitable for the

intended purpose and applied strictly in accordance with the pipe manufacturer’s instructions. Water used for lubricant or grout shall be of neutral pH and shall be clean, fresh and free from oil, organic or other deleterious matter. Polymers shall be non-toxic and grout for filling voids outside the installed micro-tunnel pipeline shall be designed by the Contractor and submitted for approval. The pipe material shall be reinforced concrete (RC) or GRP subject to the approval of the Engineer.

2 The Contractor shall also submit a sample of the pipe wall section, joint band and

gasket seal. This wall section shall be completely fitted with the proposed grout bush and flush fitting plug to be watertight.

3 The Contractor shall obtain the pipe manufacturer’s warranty that the pipe conforms

to the specifications and shall be free from defects in materials and workmanship. 9.6.17 Temporary Works 1 The Contractor shall develop his temporary works design taking into account all site

constraints identified elsewhere in the Contract Documents. The Contractor shall provide clear method statements detailing all stages of the temporary works including supporting calculations for the temporary works. These method statements shall be issued to the Engineer before works can commence. Calculations shall be included where relevant, e.g. as part of settlement checks on

Page 183: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

adjacent structures. A “Detailed Safety Plan” identifying hazards and mitigating measures shall also be included in the Temporary Works Method Statements.

9.6.18 Construction Preparation 1 The Contractor shall be responsible for:

(a) the means and methods of micro-tunnelling and pipe jacking operations and shall be solely responsible for and shall ensure the safety of the work, his site personnel, the public and adjacent property (public and private);

(b) maintenance of clean working conditions at all locations at all times;

(c) control and implementation of safety precautions for personnel entering pipeline;

(d) organizing equipment in all areas to ensure safe operation at all times;

(e) providing safeguards to prevent leakage of fuel or lubrication oils from micro-tunnelling system equipment. Hydraulic oils used by the Contractor’s plant shall be bio-degradable and non-flammable.

9.6.19 Pipeline Installation 1 The pipeline shall be placed within 50 mm of the vertical and 200 mm of the

horizontal alignment shown on the Drawings. Steering corrections shall be made to the pipeline so that the joint to joint angle of any two adjacent pipes does not exceed 0.5 degrees. The Contractor shall submit daily records of deviations.

2 Each section of pipe shall be jacked forward as the excavation progresses in such a

manner that complete and adequate ground support is provided at all times and such that joints maintain their integrity and the pipe train continuity is maintained.

3 The Contractor shall ensure that jacking loads do not exceed the manufacturer’s

safe jacking capacity by effective management of the pipe jacking alignment and pipe lubrication controls (intermediate jacking stations).

4 No damaged pipes shall be permitted to be used in the permanent works. Pipes

damaged in the casting and handling process in the factory shall not be permitted on-site. Repairs to cast pipes, either in the factory or on-site shall be confined to minor cosmetic repairs only. All repairs shall be subject to the approval of the Engineer and carried out to an approved procedure. Any pipes identified as being unfit for use in the tunnel shall either be removed from site and destroyed or clearly marked and quarantined for later inspection and possible repair.

5 A proprietary seal of rubber or EPDM shall be incorporated in each pipe joint,

including joints between pipes and inter-jacks / TBM. The design of the seal shall be commensurate with the detailing of the pipe joint. Seals may be fitted either at the place of manufacture or on-site prior to placing of the pipe below ground. In either case the seals shall be fitted in accordance with the manufacturer’s instructions. Seals shall be inspected for damage by the surface crew immediately prior to pipe use and any damaged seals replaced. Pipe seals shall be suitably lubricated with a soap solution or other such compound in the pit bottom immediately prior to closing the joint with the jacking frame.

Page 184: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6 A minimum of 30 mm thick Medium Density Fibreboard (MDF) packer shall be fitted to the socket face of each pipe prior to the pipe being used in the tunnel. The packer, comprising several segments to form the 360% annulus, shall be firmly glued to the socket end and in such manner as to be 25 mm inset from the intrados of the pipe. These packers may be fitted on either at the factory or on-site, however it should be noted that in wet weather conditions suitable protection may be required in cases of lengthy exposures.

7 Pipes shall only be lifted on-site using the cast in lifting hole or lifting anchor and a

purpose made lifting device. Such device shall be fully tested and carry relevant certification. Pipes shall be stored in an orderly fashion in a designated area, not more than two pipes high and on purpose made timber supports.

8 Pipes shall be power lowered by crane or gantry down the working shaft and set on

a purpose made cradle comprising the base of the jacking frame assembly. The cradle shall have been set true to line and level prior to commencement of the jacking and secured to the shaft bottom. The thrust wall assembly behind the jacking frame shall also be set at right angles to the line of drive to ensure that no misalignment occurs at the pipe joint on closure. The lifting device shall be removed from the pipe prior to the joint being closed and jacking of the pipeline recommenced. The lifting hole shall be sealed with a precast concrete plug and rapid setting mortar prior to the hole location passing through the eye seal. Jacking of the pipeline shall be carried out in such manner as to limit any deflection at a joint to the manufacturer's recommended maximum. Pipe loadings shall normally be limited to 50% of the design load (or similar as agreed) whereupon an inter-jack assembly shall be installed.

9 On completion of a drive the line shall be fully inspected for damage or leaking

joints. The Contractor shall propose remedial works in such cases. Holes used for injection of lubricants shall be filled with an approved mortar to a smooth finish at the intrados of the pipe.

9.6.20 Construction Execution 1 All excavation works shall be properly set out to the line, level, curve or slope

required within accepted tolerances. Survey stations, centre lines, bench marks and grade lines shall be clearly marked in paint on the tunnel walls. Chainages at 10 metre intervals shall also be clearly marked by appropriate permanent means.

2 Internal tunnel marking shall be done prior to jacking any “lining” pipes. This method

can be used to mark the exact location of any problem areas during the jacking operation.

3 The Contractor shall establish and maintain reference control lines and grades for

the Works, which shall be used to exactly locate the pipeline and structures. The primary control for the micro-tunnelling system shall be checked at least once per week or not more than 60 metre intervals of constructed pipeline.

9.6.21 Working in Compressed Air 1 Provisions shall be made on the tunnelling machine to facilitate entry into the face of

the machine under compressed air for inspections and maintenance. These provisions shall comply in all respects with all relevant statutory regulations

Page 185: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

governing work in compressed air. The airlocks and other equipment fitted to the machine shall comply with the requirements of CENprEN12110.

2 All equipment and personnel necessary to perform such interventions for inspection

or maintenance shall be available throughout the pipe-jacking operations. 3 The Contractor shall submit details of the compressed air installation for the

Engineer’s approval, along with details of the qualification and previous experience of lock attendants, medical lock attendants, compressor attendants and supervisory staff.

4 In highly permeable ground where air losses might be excessive, arrangements

shall be made to inject thick bentonite slurry into the face prior to an intervention to form a cake on the exposed face in order to limit air loss.

5 Air compressors shall have a standby capacity of at least 50% and be powered by

an independent power source. 6 All essential parts of the compressed air system, including pipelines carrying

compressed air to the face, shall be duplicated. All pipework, valves, gauges, etc. must be protected from impact damage. Where flexible hoses are used to carry the compressed air through the pit bottom jacking arrangement they shall also be protected from entrapment. In the event of failure of one part of the system it should be possible to isolate that part without interrupting the air supply.

7 A safety valve shall be fitted to free air side of the pressure bulkhead of the

tunnelling machine. This safety valve shall be set to relieve at marginally above the working pressure and shall be of adequate size to match the installed capacity of the air compressors. Prior to any work in compressed air the system should be tested to working pressure.

8 Any airlock fitted to the tunnelling machine shall be at least 1.5 meters diameter.

The air lock should be designed as a pressure vessel, subjected to a hydraulic test and issued with an appropriate test certificate. Air lock doors should be at least 500 millimetres by 400 millimetres. Doors should normally be kept closed by the air pressure but the door opening to the front of the tunnelling machine should also be able to be locked shut whilst persons are being decompressed in the lock. The airlock should be comprised of two chambers to allow access into the working chamber in case of emergency. For use at pressures above one bar the lock should be fitted with seating for the persons being decompressed. Where the working pressure is above 0.7 bar a medical lock shall be provided which shall be manned by a medical lock attendant whenever work in compressed air is in progress and for twenty four hours afterwards. If necessary the quality of the compressed air supplied to the working chamber shall be improved by coolers and filters to ensure compliance with the specified requirements. The supply of compressed air to the working chamber shall be sufficient to ensure that the level of any contaminant shall not exceed 10% of the short term exposure level when measured at atmospheric pressure. Air quality should be monitored at least once per day.

9 The Contractor shall appoint a registered medical practitioner experienced in

compressed air work to advise on decompression methods to be adopted and on all other aspects of health relating to the work in compressed air. All employees will be

Page 186: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

medically examined prior to working in compressed air. Records will kept of all medical examinations and details of each compressed air exposure including working pressure, working time, decompression procedures, etc. No person shall be allowed to work in compressed air if the Contractor has reason to suspect that person is under the influence of drink or drugs such that his capacity is impaired. No one shall be allowed to enter the compressed air working chamber alone.

10 An experienced lock attendant shall be on duty at the free air side of the air lock at

all times when there are persons in the compressed air working chamber. All valves gauges and controls at the lock attendant’s station shall be clearly marked with their function and method of operation.

11 Smoking shall be banned in compressed air and no person shall take smoking

materials into compressed air. As far as is practicable no combustible material shall be taken into the air locks and or the working chamber. The use of burning or welding equipment should be strictly limited and shall be subject to a permit to work system. Fire extinguishers shall be provided in the air locks and the working chamber whenever work in compressed air is in progress.

9.6.22 Ground Pre-treatment 1 Pre-treatment of the ground, where applicable, shall be applied in advance of the

tunnel excavation to provide sufficient stability of the excavated area. Execution of such works shall not commence before consent has been given to the design of such works by the Engineer. The surface settlement monitoring shall be installed, initialised and baselined prior to any ground modification work.

9.6.23 Drainage During Construction 1 The Contractor shall supply, install, operate and maintain sufficient pumps and pipe

work to control and remove water from any part of the underground works. Standing water shall not be allowed. The capacity of pumps installed where required, including at launch/reception pits, shall always be at least twice the normal volume of the inflow of water plus the volume of flushing water if drilling equipment is used. The minimum capacity of the pumps shall be 20 l/s.

2 The Contractor shall store or immediately have available standby pumps in good

working conditions of the same capacity. This equipment shall be maintained properly and tested frequently.

3 The Contractor shall provide settlement tanks or other decontamination facilities

before the water is discharged. The Contractor shall submit his design for these facilities as part of his method statement. The Contractor shall remove all accumulated slurry, silt or other debris from the Works on an ongoing basis.

9.6.24 Disposal of Tunnel Seepage and Waste Water 1 Tunnel seepage and wastewater arising from the Works shall be collected and

discharged via a settlement tank. Seepage and wastewater shall not be discharged into the public drainage system unless it meets the standards listed below. Where necessary, the water shall be treated to achieve these standards.

Page 187: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 The Contractor shall comply with BS 6031:1981 Code of Practice for Earthworks or equivalent, regarding the general control of site drainage and the requirements of the Relevant Authority. The Contractor shall ensure that water which may have come into contact with contaminated material shall be disposed of in an appropriate manner. The Contractor shall have to apply for consents and approvals as follows: (a) obtain and complete standard “permit application form” for proposed

discharge into a PWA system.

(b) before any discharges can be permitted into a PWA pipeline, written approval shall be obtained from the relevant department of the PWA. Failure to obtain the permit can result in immediate closure of the Works.

3 The Contractor shall make provisions that all hazardous substances including oil

drums or containers on-site are controlled in accordance with the relevant legislation and are properly stored so that no oil or their contaminants are allowed to reach watercourses or groundwater.

9.6.25 Testing 1 The Contractor shall provide all apparatus, assistance, documents and other

information, electricity, equipment, fuel, consumable, instruments, labour, materials, and suitably qualified and experienced staff, as are necessary to carry out the specified tests efficiently. The Contractor shall agree, with the Engineer, the time and place for the specified testing of any plant, materials and other parts of the Works.

2 The Engineer may vary the locations of details of specified tests, or instruct the

Contractor to carry out additional tests. If these varied or additional tests show that the tested Materials or workmanship is not in accordance with the Contract, the cost of carrying out this Variation shall be borne by the Contractor, notwithstanding other provisions of the Contract.

3 The Contractor shall promptly forward to the Engineer duly certified reports of the

tests. When the specified tests have been passed, the Engineer shall endorse the Contractor’s test certificate, or issue a certificate to him to that effect.

9.6.26 Grouting 1 As soon as each section of pipeline has been installed, its periphery shall be grouted

using a cement based grout with a minimum 48 hour compressive strength of 345 kPa (50psi) and minimum 28 days compressive strength of 1380 kPa (200psi). Every effort shall be made by the Contractor to place the grout even when it is known that the periphery contains polymer or other lubricant and shall demonstrate that grout is not being taken before the grouting operation is terminated.

2 The grouting pressure shall be sufficient to move the grout to fill the annulus along

the pipe but shall not be greater at the injection nozzle than the pressure limit set by the pipe manufacturer. The injection points shall be placed at not more than 6 metre intervals along the pipeline. Grouting shall be carried out around pipelines at launch and reception shafts as soon as the pipeline is placed at these locations to prevent

Page 188: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

water and soil from entering the shafts. Additional grouting shall be carried out at the Contractor’s expense, if required to ensure that the joints are watertight.

3 The micro-tunnel shall be adequately lit and ventilated for safe access, egress and

for working. If open flames are to be used where combustible gasses may enter the air, tests for combustible gas shall be conducted continuously during the work. The tunnel workers shall carry a gas meter that automatically records the level of combustible gas. Particular care shall be taken that pipe repairs are carried out in accordance with approved ventilation and safety procedures.

4 Infiltration Acceptance Test of the installed pipe, which shall be witnessed by the

Engineer, shall be in accordance with ASTM C969. The internal inspection of the completed pipeline shall be the subject of approval by the Engineer.

9.6.27 Surface and Building Settlement Monitoring 1 The Contractor shall submit, for the consent of the Engineer, the detailed proposal

for positioning of ground and building monitoring points and other instruments and the frequency of the measurements. Excavation works shall not start until the consent of the Engineer to that submission has been obtained. During construction the Contractor shall review monitoring frequencies depending on settlement trends, the extent of construction activity in an area and the behaviour of the structures.

2 The monitoring data shall be copied to the Engineer on the same day that the

readings are taken, followed by hard copies with analysis within 24 hours. In addition to carrying out all the normal surveying requirements for carrying out a pipe-jack the Contractor shall set-up surface settlement monitoring points at suitable intervals along the projected pipeline. The spacing of such points may be as close as 10 metres in sensitive areas however may vary according to the depth and location of the jack.

3 In addition to monitoring over the centre line of the drive readings shall be taken at

suitable lateral distances to the centreline at each monitoring chainage. In roads these cross sections shall extend the full width of the road corridor.

4 Settlement monitoring points shall also be installed at the corner of each building or

structure within a recognised distance from the tunnel centreline. The distance shall normally be equivalent to the depth to invert of the proposed pipeline with a minimum of 20 metres.

5 A full record of existing ground and structure levels shall be taken and agreed prior

to commencement of pipe-jacking operations. 6 A photographic record of existing damage and faults to all adjacent surface

structures shall be made by the Contractor and agreed prior to commencement of pipe-jacking operations.

7 During the jacking operation between any two shafts the Contractor shall survey the

levels of the appropriate monitoring points on a daily basis. 8 Monitoring shall be carried out on any particular section of points when the tunnel

face is within 20-50 metres of that section dependent on the tunnel depth and ground conditions. Monitoring shall continue at each section until the tunnel drive

Page 189: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 8: SEWERAGE

IA 12/13 C 057 ST C3/S8/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

has been completed or in the case of excessive settlement until the settlement has ceased or the rate of settlement becomes acceptable.

9 If during jacking operations the actual movement of the ground reaches 90% of the

predicted value the Contractor shall immediately review his predictions and if appropriate revise his operational procedures accordingly. Where such movement occurs suddenly and adjacent to the tunnel face the Contractor shall not proceed with the jacking operation until a revised method has been agreed with the Engineer.

9.6.28 Contractor’s Obligations 1 The Contractor shall carry out the Tests on Completion in accordance with this

Clause after providing the “As-Built” documents for the part to be tested. 2 Unless otherwise stated in the Particular Conditions, the Tests on Completion shall

be carried out in the following sequence:

(a) Pre-commissioning tests per stage, which shall include the appropriate inspections and pressure tests to demonstrate that each item of the stage is acceptable and that the Works can safely proceed to the next stage

(b) Commissioning tests, which shall include the specified operational tests to demonstrate that the Works or Section can be operated safely and as specified, under all available operating conditions.

3 For all tests described in sub-paragraph (a) and (b) the pipe and joints shall be

considered watertight if water infiltration is so low that it can only be detected as damp patches without flowing or dripping water. Likewise, the tests described in sub-paragraph (a) and (b) shall be used to confirm that the pipeline remains equally watertight throughout the leak testing.

4 As soon as the Works, or a Section, have passed each of the Tests on Completion

described in sub-paragraph (a) and/or (b), the Contractor shall submit a certified report of the results of these tests to the Engineer.

END OF SECTION

Page 190: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL 1.1. GENERAL MECHANICAL AND ELECTRICAL REQUIREMENTS 1.1.2 Related Works Add the following:

Section 29 Approved Suppliers

Add the following to sub-clause: 1.1.16 Environment 1 Temperatures:

Maximum recorded shade temperature 52 deg C Average maximum shade temperature 46 deg C Average minimum shade temperature 20 deg C Normal winter minimum temperature 12 deg C Minimum winter temperature 0 deg C Maximum sun radiation temperature 84 deg C

2 Humidity:

Absolute maximum relative humidity 100% Absolute minimum relative humidity 0%

. All equipment/systems shall be suitable for the harsh environmental conditions and hazardous areas (due to potential danger of flammable gases in the locality) and shall have a minimum life of 15 years.

1.2 PRODUCTS 1.2.2 Workmanship Add the following new item: 2 The Engineer reserves the right to instruct the Contractor to remove damaged

equipment from the site should he consider the equipment is irreparably damaged or the remedial measures cannot be completed satisfactorily under site conditions.

1.2.14 Name plates and Data plates Add new items as follows:

2 Items of plant, i.e. isolators, starters, distribution boards, junction boxes, timers,

fuses, etc., shall be clearly labelled to correspond with the appropriate schematic or wiring diagram.

3 Labels shall be fixed to equipment prior to any testing being carried out.

Page 191: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4 Unless specified elsewhere, labels shall be manufactured from 3 mm thick troffolite with engraved 5 mm high lettering; the colour shall be white letters on a black background.

5 Internal labels must be visible at all times and must not be obscured by panel wiring,

etc. 6 Warning labels shall be engraved to give black letters on a yellow background, and

be preceded by the lightning flash symbol in accordance with BS 5378. 7 Internal labels shall be fixed with round or cheesehead stainless steel screws. Self-

adhesive labels will not be accepted. 8 External control panel labels are to be fitted with black plastic rivets. 9 Internal labels designating components shall be fixed to non-removable equipment. 10 All labels shall be engraved in both English and Arabic. The text of all labels shall

be submitted to the Engineer for approval before the labels are manufactured. Add the following new Sub-Clause: 1.2.19 Spare Parts and Tools 1 Spare parts and tools for the various items of equipment shall be provided as

specified. 2 The spare parts and tools shall be stored in a lockable hardwood cabinet mounted

on the wall of the pumping station storeroom. 3 The cabinet is to be of robust construction with heavy duty brass hinged doors and a

heavy duty brass hasp and staple locking mechanism. Sufficient internal fittings shall be provided within the cabinet to enable the neat and safe storage of spare parts and tools. The cabinet shall be finished off with three coatings of an approved clear varnish. The Contractor shall supply and install the complete cabinet, including a brass padlock and three sets of keys.

1.3.5 Installation Add new items as follows:

5 Where heavy items are to be lifted, padded slings or other suitable alternative shall

be used to prevent damage to the corrosion protection system. The use of uncoated lifting chains or cables shall not be permitted.

6 The equipment shall be inspected by the Engineer prior to installation. Damaged

equipment shall be repaired prior to installation taking place in accordance with procedures approved by the Engineer.

1.3.6 Testing and commissioning Add new items as follows:

Page 192: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Testing at works

A. The Contractor shall carry out tests as stated in the current appropriate British Standard where available. These shall include:-

(i) BS EN 60439 -Factory Built Assemblies (FBA)

(ii) BS 599 -Methods of Testing Pumps

(iii) BS 5316 -Acceptance Tests for Centrifugal, Mixed Flow and Axial Pumps

(iv) BS 5000 -Rotating Electrical Machines B. Performance tests and such other tests shall be carried out to determine that

the Works comply with the Specification under test conditions, in the Manufacturer's works, and on Site.

C. The Contractor shall provide any labour, equipment and apparatus required

for testing purposes. Test instrumentation shall have current 'Calibration Certificates' and shall be suitable for the degree of measurement accuracy necessary for the parameters being checked.

D The Contractor shall ensure that the equipment and apparatus required for

these tests shall be suitable for the degree of measurement accuracy. E. No inspection or passing by the Engineer of the Work, Plant or materials

included in this Contract, whether carried out or supplied by the Contractor shall release him from any of his obligations under the Contract.

8 Manufacturer's Works Tests

A. Before despatch from a Manufacturer's works each item of Plant shall be

tested in accordance with the relevant Standards Specification or Code of Practice. In the absence of such Standards or Code of Practice the tests shall be performed in a manner subject to the approval of the Engineer. The Engineer shall be given the opportunity to inspect any Plant he deems necessary. The Contractor shall give the Engineer at least 3 weeks notice of the tests being carried out. No tests or inspections shall be carried out before the Contract drawings are approved.

B. Whether witness tests are required or not, three copies of test certificates

and curves shall be supplied to the Engineer within two weeks of completion of any tests. No item shall be despatched before the Engineer has approved such a certificate in writing.

C. The Contractor shall meet all costs incurred by the Engineer when attending

agreed inspections. These costs shall be drawn against the relevant Provisional Sum in the Contract.

D. All costs incurred by the Engineer on repeat tests or inspections of failed

Plant shall be met by the Contractor.

Page 193: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

E. The tests shall include, but not necessarily be limited to, the following:

(i) Panels.

The following routine tests defined in BS EN 60439 -1 shall be carried out:

(a) Inspection of the FBA including inspection of wiring and electrical operation tests.

(b) Dielectric test (2500 V ac for 60 s minimum).

(c) Checking of protective measures including primary or secondary injection testing and checking the continuity of the protective circuit.

(d) Loop test instruments.

(e) Functionally test control circuits.

(ii) Lighting and small power.

(a) Visual inspection of equipment and protective devices for compliance with drawings.

(b) Continuity.

(c) Insulation resistance test at 500 V DC between line and neutral line and earth, neutral and earth of each final circuit, polarity check and discharge test on all emergency lights.

(d) Loop impedance and circuit breaker test.

(iii) External lighting.

(a) Insulation resistance checking of all equipment.

(b) Pilot energisation functional check of lamps and control.

(iv) Pump units.

(a) The Contractor shall carry out Works Witness Tests in accordance with BS 5316: Part 1 1976 Class C on one of each type of pump. Only results in the positive tolerance output area will be acceptable.

(b) The tests shall be conducted over the full head/flow range of the pump curve from closed valve to runout, and one of the test points shall be at the duty point, or duty points, specified in this document. The pumps shall be tested with their contract motors. Guaranteed efficiency is required at the duty point. The combined pump and motor efficiencies quoted by the Contractor in the Schedules shall be achieved.

(c) A test report including the items detailed below shall be submitted to the Engineer at the conclusion of each test.

• Place and date of the acceptance test • Manufacturer's name, type of pump, serial number • Duty point(s) specified in this document

Page 194: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• Description of the test procedure and the measuring apparatus used including calibration data observed readings presented in tabular and graph format, evaluation, analysis of test results and conclusions

(d) The pump's compliance with the Specification shall be based upon their performance during the Works Witness Test. The Contractor shall undertake further in-situ testing on pumps. These tests shall be to demonstrate the material integrity of the pump, and the ability of the system to deliver the required flow.

(v) Motors.

(a) Motors from manufacturer's standard range will be accepted with a type test certificate. Motors without a type test certificate shall be tested under a load test including an 8 hour "heat test".

(vi) Lifting appliances.

(a) Cranes and other lifting devices shall be load tested in accordance with the Standard Specification and statutory requirements and a test certificate issued.

(vii) Pressure vessels.

(a) Pressure vessels shall be pressure tested in accordance with the Standard Specification and statutory requirements and a test certificate issued.

(viii) Valves and pipework.

(a) Valves and pipework shall be pressure tested in accordance with the specified standards.

(ix) Inverters (soft starters and heat run tests).

Pump inverters shall be Works Witness Tested. A suitable correction factor shall be applied in respect of the ambient temperature during the test, and the temperature of the air from the air conditioning unit during normal service.

9 COMMISSIONING

A. Prior to undertaking the equipment commissioning tests in the presence of

the Engineer, the Contractor shall first complete a cold commissioning and thereafter a hot commissioning to determine that the plant is operating in accordance with the specifications.

B. Cold commissioning shall comprise all the necessary checks to ensure that

the installation is complete and the electrical supply and all other components are correctly connected. The equipment shall not be energised (hot commissioned) until the Contractor submits a completed schedule of the items checked to the Engineer for approval. The Engineer may require the

Page 195: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Contractor to conduct additional checks should he consider that insufficient checks on the equipment have been undertaken.

C. Hot commissioning shall be undertaken by the Contractor to ensure correct

operation of the equipment. All aspects of the equipment operation shall be checked and verified during the hot commissioning. Any faults detected shall be rectified prior to arranging the final commissioning of the equipment in the presence of the Engineer. A hot commissioning report shall be submitted to the Engineer for approval prior to arranging the final commissioning. The Engineer may or may not attend the hot commissioning

D. Final commissioning shall take place after the approval of the hot

commissioning report. Data included in the hot commissioning report shall be checked against the values obtained in the final commissioning.

E. Where the final commissioning of the equipment is unsuccessful, the costs of

rearranging and conducting further commissioning meetings with the Engineer or the Employer will be for the Contractors account.

F. The equipment shall only be accepted once the Contractor has satisfactorily

demonstrated the reliability of the equipment and its operation in conformance with the specification.

Add new clause as follows: 1.4 OPERATING AND MAINTENANCE MANUALS AND INSTRUCTIONS

1.4.1 The Contractor shall supply 4 copies of operating instructions for apparatus installed

under the Contract including service, maintenance and spare parts. Instructions shall also include step directions for minor fault finding and periodic maintenance instructions such as cleaning, oiling etc. for all equipment supplied under this contract together with instructions for removal and reinstatement.

1.4.2 Four complete Operating and Maintenance Manuals and Instructions shall be

submitted no later than 4 weeks after the successful commissioning of the equipment. One draft copy of the Operating and Maintenance Manuals and Instructions shall be submitted to the Engineer for review and approval 4 weeks prior to the installation of any equipment. Upon approval of the draft copy the four Operating and Maintenance Manuals and Instructions shall be submitted. The Contractor shall include all the documentation requested.

1.4.3 The Operating and Maintenance Manuals and Instructions shall be written in English

or Arabic and English and in the following format:

A. Cover similar to the cover of this tender document providing a full description of the project name, description, project number, project code, budget reference, pumping station name and shall be titled “ Operating and Maintenance Manuals and Instructions Volume “-“ o f “-“.

B. Complete Index and Drawing List. C. Section 1- List of Contractors and contact details, together with the Scope of

Works.

Page 196: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

D. Section 2-Detailed description of the operation of the plant providing all duties, set points, pressure readings, electrical current readings, safety checks etc.

E. Section 3-Summarised data sheets for the major items of the plant, including

Manufacturers name and contact details, name plate data, serial numbers, capacities, sizes, power ratings, and any other information deemed necessary for the ordering of replacement parts from the Manufacturers.

F. Section 4-Detailed maintenance requirements including frequency of

checking, types of lubricants, replacement part numbers, recommended spares to be kept by the Employer and any other information deemed necessary to ensure the equipment is maintained to provide satisfactory service.

G. Section 6-Original Manufacturers brochures of all the items installed. H. Section 8-Factory test data records and commissioning data. I. Section 9-Electrical component lists and cable schedules. J. Section 10-Mechanical ‘As built’ drawings. K. Section 11-Electrical ‘As built’ drawings, wiring diagrams and cable

schedules. L.. Pump design calculations M. Rising Main details (location, materials and profile) N. Discharge Chamber details

1.4.4 The Operating and Maintenance Manuals and Instructions shall submitted in hard

backed binders of suitable quality to withstand the anticipated frequency of use at the site for the life expectancy of the installed equipment. Ring type lever arch files are not acceptable.

1.4.5 Complete “O&M Manual and Instructions’ also to be provided in Digital format. 1.4.6 The Plant shall not be deemed to be Taken Over until such time as the Operating

and Maintenance Manuals and Instructions have been submitted and accepted.

Page 197: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 SUBMERSIBLE PUMPS 2.1 GENERAL 2.1.1 Scope

Add the following to item 2 Section 29, Approved Suppliers 2.2 PRODUCTS 2.2.4 Fabrication

Delete item 3(e) and replace with the following: (e) single/multi vane, open or shrouded (closed) or spiral vane type, Vortex type (free

flow) impellers will be allowed only if the specified duty cannot be provided by using the preferred impeller type. In this event a written statement to this effect from the pump manufacturer should accompany the proposal.

Add the following new clause:

2.4 PUMP OPERATION AND CONTROL

1 The pumps shall be operated in manual (hand), automatic (auto) or off mode. A selector switch for each pump shall be provided to select the operating mode.

2 In automatic mode, the pumps shall be started and stopped by a suitable and

approved bubbler level controller unit. The pumps shall operate in duty/duty assist mode.

3 Pumps operation levels are indicated in the drawings A low level sump cut out and warning shall be incorporated in the control circuit to

make the pumps inoperable should the pump sump become dry. The low level cutout shall be operated by both the hydrostatic level controller and a dedicated backup float switch.

A high level flood warning alarm shall activate when the wet well flood reached the

high level flood set point level. In the event that the level in the sump does not reach the pump duty level after 4

hours, a timer shall automatically start the duty pump until the low level set point is reached.

4 In manual mode the pumps shall be operated by manually depressing start and stop

pushbuttons located on the MCC panels. The pumps shall not be able to be started in manual mode if the level in the wet well is lower than the automatic pump stop level. The low level cut out as specified in item (4) above shall operate in the manual mode. An override switch shall be provided to enable the water level to be drawn down from the automatic stop level to the low level cut out.

Page 198: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5 The non-return valve on each branch of the delivery pipework shall be fitted with extension arms, counterweights and limit (proximity) switches to enable the no flow condition to be monitored. Under conditions of no flow, the pumps shall be required to switch off after continuous no flow conditions of one minute. The no flow protection facility shall automatically reset after 5 minutes to enable the pumps to be restarted in automatic or manual mode. After five attempts at restarting the pumps, the pumps shall not be able to be restarted until such time as the no flow protection has been manually reset. The no flow protection shall be operational under both manual and automatic operating modes.

6 One pump shall be selected as the duty pump, one pump as the assist pump. A

manual selector switch shall be provided to select the duty and assist pump arrangement.

7 In the event that the duty pump fails to start, fails under conditions of no flow, fails to

start at the high level or fails due to electrical overload, the assist pump shall be required to start automatically and continue to operate as the duty pump until the selector switch is reset. The standby pump shall then operate as the assist pump. In the event that the assist pump fails to start, the standby pump shall be required to start automatically and continue to operate as the duty pump until such time as the selector switch is reset.

8. Each pump shall be stopped or unable to be started in either operating mode should

the corresponding emergency stop button be depressed

Page 199: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 LIFTING EQUIPMENT 7.2.6 Manually Operated Chain Blocks

Delete items 1 to 8 and replace with following items 1 to 5 and renumber items 9, 10, 11 to 6, 7 8:

1 The hoisting wheel shall be grooved and pocketed to receive the load chain. The

load chain shall be alloy steel chain Grade 80 to BS 3114: 1959. Hand chains shall be to Grade 30 BS 590 or better. Chain guides shall be provided to ensure effective guidance of the load chain into the load chain wheel pockets. A stripper shall be provided to ensure effective disengagement of the load chain from the load chain wheel. Blocks shall be provided with chain guides and the idler wheel scores shall be so shaped as to avoid twisting the chain as it passes round. The pitch diameter of the idler wheels shall not be less than 16 times the size of the chain, unless they are so shaped as to avoid a bending action on the link.

2 The load chain anchorage associated fittings and framework at the slack end shall

be at least equal in strength to 2.5 times the maximum tension in the load chain when the working load limit is being lifted. Any link used for connecting the load chain to a terminal fitting shall be of the material specified for the chain and heat treated to provide mechanical properties and strength equivalent to those of the load chain. The hook shall be made from high grade forged steel complying with BS 2903 ‘C’ type and provided with a safety catch. The safe working load shall be marked on the hook in kilograms in accordance with BS2903.

3 The sheaves of the hook block shall be guarded to prevent a hand or fingers being

trapped. 4 The crab hoisting gear shall be such that one man is capable of easily raising the

maximum load. 5 A chain collecting box shall be incorporated. 7.2.8 Mechanical Components Delete item 1 and replace with the following:

1 End Carriages

(a) Both end carriages of electric operated cranes shall be powered either by a duplicate geared motor drive or by a single motor unit and a lay shaft system connecting the two carriages.

(b) The end carriage of manual operated cranes shall be connected by a lay shaft system and longitudinal and cross traverse motions shall be provided on the crane and shall be such that operation is speedy without impairing safety in working. The longitudinal and traverse motions shall be operated by means of hand chains which shall extend to within 600 mm of the operating floor. The hoisting and lowering chains shall be of the same length. The hook and load chain shall be such that the hook will reach to the lowest floor or duct level. The operating chain for the longitudinal motion of the crane shall

Page 200: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

be suitably positioned to enable the operator to move the unit easily without dragging the operating chains over the control panels or other equipment.

(c) The runner wheels shall be of cast steel, with double flanges, and shall be mounted on roller bearings or fitted with phosphor-bronze bushes running on hardened steel axles.

Page 201: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 22 VENTILATION SYSTEMS 22.1 GENERAL 22.1.1 Scope Add the following to item 2: Section 29 Approved Suppliers 22.2 VENTILATION SYSTEMS Add new clauses 22.2.8 and 22.2.9 as follows: 22.2.8 Split Type Air Conditioning Units 1 Wall mounted split type air conditioning units shall be provided for air conditioning of

the MCC/Control room and Store Room. The system shall handle predominantly recirculated air with a controlled quantity of fresh air introduced at the unit. The indoor unit shall be wall mounted type and include filter, cooling coil, fan and suitable matching condensing unit mounted on the external side of the MCC/Control room. All necessary power and control cabling, interconnecting copper refrigerant piping duly insulated, condensate piping etc shall be provided. Each MCC room shall be provided with a minimum of two units of 2.0 TR capacity each. The sizing of the units to be verified by the contractor based on maximum ambient conditions, external loads and the internal loads/ heat dissipation from the panels. The final selected unit capacities to be submitted for approval.

2 All items of plant and equipment for building services shall be designed to operate

without malfunction up to a maximum ambient condition of 52 oC dry bulb and a minimum ambient condition of 1 oC dry bulb with instances of 100% relative humidity.

3 The air conditioning system shall be capable of maintaining internal conditions in the

MCC/Control room within the following bands:

(i) 22 +/- 1 oC dry bulb (ii) 40 - 55 % relative humidity 4 The maximum acceptable sound level in the air conditioned space shall have a

Noise Rating (NR) of 40. The room temperature control shall be via a wall mounted thermostat/off-fan-cool control unit located within the MCC room.

5 The refrigerant used in air conditioning plant shall be R 22/ R 134a/R407c. The

condenser coil shall be chemically treated to resist corrosive environment. 6 Condensate water shall be piped from air conditioning units to approved drainage

points. The free discharge of condensation onto the ground shall not be permitted. 7 The approved makes of air conditioning units are Carrier, York and LG. Only units

from approved Manufacturers shall be accepted.

Page 202: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

22.2.9 Ventilation during maintenance 1 Provide minimum 5 air changes per hour during any activity inside the attenuation

tank. Allow sufficient time before actual access to the tank for refreshing air inside. Use portable gas detectors for checking harmful gases concentration before service personnel enters the tank.

2 Provide temporary ventilation for the maintenance period. Fabricate ventilation shaft

covers equipped with a flange for connecting an exhaust fan. Minimum fabricate three covers compatible with fans to be used for ventilation. Submit fan and cover of each type for the Client’s approval before cover fabrication.

3 Provide exhaust fans as follows: minimum three nos 3,600 cfm at 1” wg to be used

for tanks ventilation. 4 Both covers and fans shall be delivered to the Drainage Affairs Maintenance

Department store.

Page 203: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Part 23 as follows: PART 23 CABLING AND WIRING 1 Cables shall be 600-1000 volt grade for LV application and 12.7 kV / 22 kV for HV

application. The following types of cables shall be used:-

(a) Cables for general power distribution within buildings, and all cables underground, shall be wire armoured, stranded copper cored, XLPE insulated, PVC sheathed cables, complying with BS 5467 characteristics.

(b) Cables run in conduits and trunking systems, shall be stranded copper cored PVC insulated cables, complying to BS 6004.

(c) Unless otherwise specified by the equipment Manufacturer, signal cables shall be PVC/SWA/PVC multi-pair cables complying to BS 5308 and shall be used for instrumentation/telemetry circuits. Conductors shall be single strand 0.9 mm diameter. An overall screen shall be provided.

(d) For HV voltages, stranded sectored copper conductors XLPE insulation, PVC bedding, galvanised steel wire armouring and an overall PVC sheath cables complying with IEC 502.

2 Cables shall be selected such that the voltage drop does not exceed the maximum

value defined in BS 7671 (Institution of Electrical Engineers Regulations for Electrical Installations) and regulations of Qatar Electricity Authority.

3 The minimum size of conductors used shall be 1.5 mm2 for control circuits including

programmable controller wiring and 2.5 mm2 for power circuits. These minimum conductor sizes will not apply in the case of instrumentation/telemetry circuits where smaller conductor sizes and special cables may be appropriate.

4 Cables, except those laid in ground, running in cable troughs or in ducts, shall be

firmly supported and fixed.

(a) Single runs of PVC sheathed armoured cables shall be supported using PVC cable clips. Multi-cable runs of PVC sheathed armoured cables shall be fixed onto heavy gauge hot dipped galvanised steel cable trays and supporting steelwork.

(b) Non armoured PVC cables shall be installed in conduits or trunking.

5 The trunking and perforated cable tray shall be selected to form a continuous support for cables. The trunking and tray shall be installed to form a complete, continuous system by the use of Manufacturer’s standard fittings and devices where there are any changes in direction, elevation or branches. The Manufacturer shall supply all cable trunking/tray risers fittings such as flat bends, equal and unequal tees, fourway cross pieces and offset reducers. Also any accessory items required such as dividers, brackets, clips, earth continuity connectors, flexible (expansion) couplers and covers shall also obtained from the same Manufacturer. Trunking is to be manufactured from either mild steel or PVC and shall confirm to BS 4678. Cable trays shall be manufactured from mild steel. Mild steel trunking and cable trays shall be hot dip galvanised.

Page 204: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Where the trunking or cable trays are cut, drilled or where the galvanising is damaged in any way the surfaces shall be adequately treated to restore them to the original galvanised standard. The number of cables installed in the trunking shall not exceed that recommended in BS 7671 (IEE Regulations), and the resulting space factor shall not exceed 45%. The fixing of trunking and cable trays and the installation of cables into or on trunking and cable trays shall be carried out using the manufacturer's approved accessories and fixings only. Such accessories and fixings shall be either manufactured from non-corrodible materials or supplied suitably coated to render them non-corrodible.

6 Conduits for occupied areas shall be concealed; conduit for unoccupied areas shall

be surface mounted. Conduits within buildings and structures shall be extra super-high impact heavy gauge uPVC conduit, installed with solvent welded joints and shall be installed with screwed fittings. Conduit systems shall conform to BS 4607, BS 4568 and BS EN 50086 as appropriate, and the number of cables installed shall not exceed those recommended in BS 7671 (IEE Regulations). The conduit system where it passes through the building structural expansion joints, suitably rated/sized expansion couplers shall be used in order to absorb the expansion/contraction. Fixings and accessories associated with conduit systems shall be either manufactured from non-corrodible materials or suitably coated to render them non-corrodible. No conduit shall be smaller than 20 mm diameter.

7 Cable runs shall be continuous throughout. Jointing shall not be carried out in

conduits or at drawing points under any circumstances. Draw-in boxes shall be spaced so that there is not more than two solid bends, or their equivalent, or more than nine metres of straight run between draw-in boxes.

8 Flexible conduits shall be provided for connection to mechanical equipment.

9 The Contractor shall be responsible for all work associated with cabling including

but not limited to trenching, ducting under roadways and backfilling of trenches. 10 Cables shall be laid at a depth of not less than 500 mm or not more than 1000 mm

below the surface of the ground. The bottom of the trench and the first 250 mm of backfill shall be fine sand free of stones or other sharp objects. Where cable trenches pass through stone fill, the cable shall be laid on an 80 mm thick bed of sand. After laying, the cable shall be covered by a further layer of sand to a depth of 80 mm above the top of the cable. Where sand is likely to leach away, a suitable membrane shall be fitted.

Page 205: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Interlocking PVC cable tiles shall be laid after backfilling a layer of sand at a depth of 400 mm from the finished ground level throughout the cable length and a continuous warning tape shall be laid over the width of the cable trench 250 mm below ground level. The tape shall be heavy gauge polyethylene marked 'CAUTION ELECTRIC CABLE BELOW', in English and Arabic. Cable route markers shall be installed at all changes of direction and at road crossings, and shall have their positions marked on the 'as installed' cable route drawings. Each marker shall be a block of concrete approximately 300 mm square by 150 mm, permanently marked 'ELECTRIC CABLES', in English and Arabic, with arrows showing the directions of the cable route. Cables laid under or through roadways, footpaths, structures or buildings shall be installed in ducts. 50% spare duct capacity shall be provided subject to a minimum of one spare duct, and a maximum of 5 nr spare ducts at each duct installation. Cable trenches shall be adequately supported and kept free of water whilst cable laying proceeds. Where cables pass from made up ground into a fixed structure, sufficient allowance shall be made to cater for subsidence and ground movement.

11 Cable ducts supplied under the Contract shall be rigid Class E uPVC pipe with

rubber ring joints and be not less than 100 mm diameter. Cable ducts shall be complete with nylon draw wires (min 1 kN). The draw wire shall be retained in the duct after installation of the cables. Cable ducts shall be sealed at both ends where they enter buildings in draw pits, or where the end of the duct is visible, using an expanding polyurethane foam impervious to water, gas and vermin on completion of the installation. The length of the foam plug shall be a minimum of 300 mm. Where cable troughs are provided they shall be shown on the cable routing drawings. The Contractor shall include for removing and replacing covers as necessary for the installation of the cables. On completion of the cable installation all entries and exits to the troughs shall be sealed using an expanding polyurethane foam. Cables shall be laid with suitable spacing. Cables and cable cores shall be identified at both ends by means of sleeve bands bearing the cable/core reference number which shall relate to the reference number shown on the drawings. Where multiple cables are laid in troughs, ducts, clipped on tray over long runs or laid in ground close together, intermediate markings to identify specific cables shall be applied. Where cables are installed in ducts, the cables shall be identified with the cable reference number within each cable draw chamber or at each end of the duct. Identification and markers shall be approved by the Engineer.

12 Armoured cables shall be terminated at plant and equipment items using brass

armour lock glands which conform to BS 6121. All glands shall be fitted with PVC

Page 206: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

shrouds. For external applications all glands shall be type EIW and for internal applications type CW.

Where the above type of glands are not suitable for a particular application the requirements shall be as approved by the Engineer.

13 Fire Barrier – All apertures and ducts to be sealed with approved fire-resistant filling.

Page 207: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Part 24 as follows: PART 24 PLANT EARTHING 1 For the earthing of electrical systems, equipment and structures, each installation

shall have one common earth conductor connected to at least two groups of earth electrodes.

2 The earth resistance of the electrode shall be as low as is practicable but shall in

any event be such that the electrical resistance between the main earth grid and the general mass of earth shall not exceed 4 ohm when any one group of electrodes is disconnected.

3 The earth grid shall extend throughout the installation in the form of a main earth

ring with branch interconnections to the equipment and structures to be earthed. The earth connections shall comprise earthing conductors made up of wires of stranded copper with overall green/yellow PVC covering.

Earth electrodes shall be suitable material which guarantees low resistance and long life. Copper electrodes shall not be used in areas with impressed current cathodic protection.

4 The connections between electrode heads and conductors shall be so executed that

easy inspection and testing of the earth resistance of individual electrodes is possible.

5 All bare parts of underground earthing conductors shall be suitably protected against

direct contact with the soil so as to prevent electrolyte corrosion of plant equipment. All earthing terminations shall be made with compression-type cable lugs. Interconnections shall be directly clamped with compression-type branch connectors or 'cad-welded'.

6 The main earth conductor shall have a cross sectional area such that it can act as

the circuit protective conductor on all plant and equipment connected to it. At the point of electricity supply it shall be solidly connected to the earth terminal conductor or site earth terminal to achieve a TN-S system.

7 Electrical plant and equipment external to the Switchgear and Control Rooms shall

be connected to an extended main earth conductor. Cross bonding between extraneous metalwork, and metal supporting structures for the plant and equipment shall also be connected to this main earth terminal conductor.

The conductors from electrical plant and equipment to the main earth conductor shall be treated as circuit protective conductors as described in BS 7671 (IEE Regulations) as applicable. The cross bonding conductors shall be as described in BS 7671 (IEE Regulations) as applicable.

Subcircuit protective conductors (CPC's) and bonding conductors shall be continuous throughout their lengths wherever possible. Cable armouring and cable sheaths are not acceptable as the CPC where equipment is installed.

Page 208: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

8 At each earth electrode, pre-cast chambers with removable cover and installed flush with the finished ground level shall be provided. These should be commercial quality and fitted around approved earth rods.

9 Joints from sub circuit protective conductors to the main earth/CPC shall be made

with compressed joints. Every joint shall have a warning plate securely attached which shall state, in English and Arabic: “Safety Earth and Circuit Protective Conductor. Do Not Remove”. Joints shall be readily accessible for inspection. Where cable troughs are used for installation of the CPC, the joints may be made within the trough. Where the cable installation and CPC are installed underground, CPC joints shall be made in above ground link boxes.

10 The minimum size of conductor for any external earthing connection i.e. outside of

an equipment enclosure shall be 6 mm2. 11 Metalwork within 2.5 m of any other metalwork, plant and equipment which can be

energised, or forms part of any other equipotential zone, shall be bonded to the CPC/Earth System, and shall have a warning notice securely fixed accordingly.

12 On test, supplementary bonding conductors may be required to ensure integrity of

the equipotential zones, the installation of which shall be agreed with the Engineer. 13 Special regard shall be made, where earthing of instrumentation, transducers and

transmitters is concerned, so that all installations are earthed to the Manufacturer's instructions.

14 Lightning protection units for shall be provided for outdoor instruments. A separate

earth to that of the panel and associated equipment shall be provided for the lightning protection units or suppressors as suitable.

Page 209: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add the new Part 25 as follows: PART 25 LIGHTING 25.1 GENERAL REQUIREMENTS

1 The works under this section shall comprise the providing, fixing, wiring, suitably

supporting and connection of the whole of the lighting installation including all luminaires, lamps, outlet boxes, fixings, light switches, switch boxes, wiring, plug-in ceiling roses, etc., and all other items that may be required to complete the installation as indicated on the drawings and as detailed within this specification.

2 Luminaires shall be of the type and manufacture as detailed on the drawing. All

luminaires shall be supplied complete with the correct size and type of lamps and incorporate high frequency ballast’s where applicable. All other luminaires shall be fitted with Polylux high efficiency, triphosphor, T5 high efficiency lamps.

3 The Contractor shall be responsible for the correct ordering of all luminaires. 4 Wiring for the lighting installation shall be PVC cables installed within conduits.

Where ever possible all conduits shall be cast in to slab or chased in to the block walls for a neat finish.

5 Luminaires shall incorporate the relevant high frequency regulating ballasts with all

such equipment being fitted by the luminaire Manufacturer. 6 Quick start fluorescent light fixture of 1500mm length shall be provided with

adequate service illumination for MCC room/control room and storage rooms. The lighting level shall be designed for 500 lux.

7 Bayonet type lampholders complete with lamp shall comply with BS EN 61184.

Wherever practical low energy lamps complete with non-flickering quick type starters shall be adopted throughout the Works.

8 Fluorescent lampholders complete with lamp/lamps and control gear shall comply

with BS 5042/BS 5101. 9 Where practical lights shall be controlled from a switch mounted adjacent to each of

the access doors or shall be door operated. 10 Plant room lights – to be weatherproof and accessible for maintenance. Light fittings

shall be complete with lamps, suitable brackets, and control gear where required. 25.2 EMERGENCY LIGHTING 25.2.1 General Requirements 1 The Works to be executed by the Contractor under this section shall comprise the

providing, fixing, wiring and connecting of the whole of the emergency lighting system including all lumanaires, lamps, outlet boxes, key switches, switch boxes, wiring, supports, fixings, etc., as indicated on the drawings and detailed within this specification.

Page 210: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 The installation of the emergency lighting system shall comply with BS 5266 Part 1: 1988, the General Electrical Specification, the relevant British Standards and this Particular Specification.

3 The Electrical Sub-contractor shall include for the supply and installation of 3 hour

maintained emergency lighting conversion packs as indicated on the drawing. 25.2.2 Final Circuit Wiring 1 The whole of the final sub-circuits shall be carried out using halogen free, low smoke

emitting cables with copper conductors type PVC to BS 6004 and B.A.S.E.C. approval.

2 Minimum cable sizes shall be 2.5 mm2 with the emergency lighting installation being

wired on a “loop in” principle. 3 Throughout the installation all phase conductors of all single-phase circuits and

conductors shall be coloured RED over their entire length.

All neutral conductors shall be coloured BLACK. 25.2.3 Luminaires

1 Emergency luminaires shall comprise a combination of specific and general mains

luminaires fitted with 3 hour self contained conversion packs and local hold-off relays.

2 Emergency luminaires have been designated as follows on the drawings:-

a. (Em) 3hr Self contained maintained conversion pack and hold-off relay fitted with the general mains luminaires

b. (E1) 3hr Self contained non-maintained external luminaires

c. (E2) 3hr Self contained maintained exit luminaires

3 All conversion modules shall be factory fitted by the emergency lighting system Manufacturer, and the Sub-contractor shall be responsible for liaising with the luminaire Manufacturer to ensure that the luminaires are supplied for conversion in adequate time to comply with the installation programme.

4 All emergency luminaires shall be provided with a permanent supply from the local

lighting circuit.

5 All general mains luminaires fitted with conversion packs shall be identified by means of a RED LED fitted to the body of the luminaire.

25.2.4 Emergency Lighting Test Facility

1 The emergency luminaires shall be tested via a local key operated switch installed

integrally as part of the grid lighting switch within each room which contains an emergency luminaire.

Page 211: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

25.3 CERTIFICATION, TESTING AND COMMISSIONING

1 The Contractor shall include for commissioning the emergency lighting system. In addition to the above the Contractor shall complete, sign and handover a Certificate of Test and Inspection as referred to in Appendix A of BS5266: Part 1, 1988.

Page 212: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add the new Part 26 as follows: PART 26 GENERAL POWER INSTALLATION 26.1 GENERAL REQUIREMENTS

1 The works to be executed by the Contractor under this section shall comprise the

providing, fixing, wiring and connecting of the whole small power installation including all socket outlets, spur units, double pole switches, cables, back boxes etc., and all other items required to complete the installation as indicated on the drawings and as detailed within this Specification.

2 The whole of the final sub-circuit power and ancillary power installations shall be

carried out using halogen free, low smoke emitting cables with copper conductors type PVC to BS 6004 and B.A.S.E.C. approval.

26.2 SOCKET OUTLET INSTALLATION

1 All socket outlets shall be the 13A switch type to BS 1363. 2 All socket outlet circuits shall be wired as ring circuits. 3 Where it is reasonably expected that socket outlets shall supply IT equipment/

instrumentation, these sockets shall be single sockets to meet the requirements of regulation 607 of BS7671 for sockets supplying IT equipment. Note: The circuit protective conductors of each ring circuit shall be separately clamped in the earthing terminal block of the relevant distribution board to meet the requirements of Regulation 607.

26.3 CONNECTION UNITS 1 The Sub-contractor shall allow for providing, installing and fixing fused connection

units in the positions indicated for items of fixed equipment. 2 Connection units supplying extraction fans shall be connected as part of the local

ring circuit. Connection units supplying air conditioning split units, water heaters etc shall be

connected as star circuit. 3 All connection units shall be fused DP switched type, unless indicated otherwise and

shall match the socket outlet installation. 4 Connection units shall be fitted with the appropriate size fuse for the equipment they

are supplying as recommended by the supplier of the equipment.

Page 213: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add the new Part 27 as follows: 27 COMMUNICATION EQUIPMENT 27.1 GENERAL REQUIREMENTS

1 The works to be executed by the Contractor under this section shall comprise the

supply and installation of containment systems for Telephone and Data Installations. 2 The Contractor shall be responsible for including the installation of all cable

containment and management systems, and the provision of all other equipment and items required to complete the installations as outlined on the drawings and specification and in full compliance with the appropriate Qatar telecom standards and guidelines.

27.2 VOICE AND DATA INSTALLATION

1 The Contractor shall provide 2 No RJ45 outlet at each voice outlet shown on the

drawing. 2 The Sub-Contractor shall provide a network of suitably sized galvanised trunking

and PVC conduits between the distribution board and outlets for voice/data as shown on the drawings.

3 The trunking and conduits shall be provided with a PVC draw-in wire (1kN) for ease

of installation for future circuits 4 The wiring to the voice and data outlets points shall be carried out by Qatar telecom

during the course of the contract period. The Contractor shall be responsible for liaison and arranging the installation with Qatar Telecom to ensure a complete installation.

27.3 TELEPHONE DUCT

1 A 100 dia PVC duct with necessary manholes to Qatar Telecom requirements shall be laid from the control room to the site boundary in coordination with Qatar Telecom for bringing telecommunication to the site.

Page 214: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add the new Part 28 as follow: PART 28 DE-SILTING EQUIPMENT 28.1 GENERAL

1 Provide vacuum recovery system comprising of 1 air powered pump, 1 silencer, 1

vacuum recovery tank, 1 Density Controller and all Camloc connectors and hoses as required supplied for compact assembly to remove grit and silt with unlimited moisture contents to be transported over 20m vertical and up to 40m horizontal distance to the following requirements.

2 The system shall be designed for removal of sludge, solids, abrasive materials and

concentrated slurries from underground tanks, sumps, culverts, etc. 3 The vacuum pump shall be powered by a 600CFM compressor (not in the scope of

supply) and use this energy to entrain the material to be vacuumed. 4 The pump shall have no moving parts, be simple in operation to be used by

unskilled labour. The pump shall be lightweight no more than 30kg and of small physical dimensions width no more than 30cm and suitable to be handled by one man in a confined space.

28.2 OPERATING PRINCIPLE 1 The pump forms the basis of a highly efficient materials handling system. The pump

takes a high energy stream in this case compressed air derived from a compressor and uses this to entrain the material to be vacuumed. The vacuum recovery system combines the standard pump, operating on compressed air, with a vacuum collection tank, designed to act as a separator which stores material for controlled discharge into a hopper. In this mode, the pump develops a continues vacuum up to 26” mercury (66cm Hg) together with high induced air flow. The system is to be used with a 600CFM compressor at 150PSI.

28.3 CONSTRUCTION 1 Casing shall be 316 stainless steel material complete with 50 mm branch inlet, 600

cfm air nozzle, air nozzle adaptor, Ni-Hard Cast 44mm mixer, Cast 102mm diffuser and vacuum connector.

2 Suction nozzle shall consist of a 4” density controller (gulper) and connector

compatible with the vacuum hose. 3 All connections shall be flanged to the standard compatible with external hoses to be

also supplied with the pump. 4 Hoses shall be heavy duty construction with necessary connectors wire whipped for

connection from pump to the vacuum tank. 50 mm dia compressed air hose shall be 300 psi rated.

Page 215: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 9: M&E EQUIPMENT

IA 12/13 C 057 ST C3/S9/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

28.4 ACCESSORIES 1 Provide 0.254m³ capacity vacuum tank, complete with counter balance door, tank

support and vacuum hose connections. 2 Provide pump silencer with connection 4” Table D to the pump body.

3 Provide compressed air and vacuum hoses with necessary connections as

recommended by the system manufacturer for required duty. 28.4.1 PAINTING 1 Painting shall be as per Qatar Construction Specification Section 8, Clause 8.

28.5 SPARE PARTS 1 Provide spare parts for 2 years operation as recommended by the system

manufacturer.

28.7 POLYURETHANE PIPES AND FITTINGS Material Polyurethane Jointing Flanged, grooved end clamp Lining None Coating None Pressure rating PN 10 Minimum wall thickness 10mm Hardness to ASTM D676-59T 75D Tensile strength ASTM D412-61T 9000 Elongation at break ASTM D412-61T 270% Abrasion index, NBS%, ASTM D1630 435

END OF SECTION

Page 216: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 13: MASONRY

IA 12/13 C 057 ST C3/S13/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 UNIT MASONRY 4.4 CONCRETE MASONRY UNITS 4.4.1 Concrete Blocks Add new item as follows: 15 Where concrete blocks are manufactured with one or more decorative faces and are to be

used for any form of construction other than as a cladding to existing structures they shall comply in all respects with the requirements contained in this Part and workmanship shall comply in all respects with Part 5 of this Section. The Engineer shall define cladding.

END OF SECTION

Page 217: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 16: STRUCTURAL STEELWORKS

IA 12/13 C 057 ST C2/S16/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL 1.1 INTRODUCTION 1.1.2 References Add the following references to standards under Sub-clause 1 as follows:

EN 1993-2 Eurocode 3: Design of steel structures. Steel bridges

1.1.3 System Description

Add item (c) under paragraph 1 of Sub-Clause 1.1.3 as follows:

(c) Eurocode 3: Part 2, Design of steel structures. Steel bridges

END OF SECTION

Page 218: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 19: PLUMBING

IA 12/13 C 057 ST C2/S19/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL

1.3 CONTRACTOR’S RESPONSIBILITY 1.3.4 Notice of Intent Delete paragraph 1 and substitute with the following: 1 The Contractor shall notify QGEWC in writing at least 28 days prior to the

commencement of any plumbing work.

END OF SECTION

Page 219: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 20: DRAINAGE WORK

IA 12/13 C 057 ST C2/S20/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 DRAINAGE PIPES IN TRENCHES 4.2.4 PROTECTIVE COATINGS Add new item 2 as follows:

A Tape shall be cold applied, self adhesive type comprising a bituminous resin

compound on a PVC backing layer, complying with AWWA C209-84 Section 2.4 Type 1.

B Primer shall be as recommended and manufactured by the Tape Manufacturer and

be fast drying and suitable for cold application by brushing and spraying.

C On pipelines of less than 600 mm diameter, tape having the following minimum characteristics:

Overall thickness ASTM D1000 1.1 mm PVC backing thickness ASTM D1000 0.3 mm Tensile strength BS2782 7.5 N/mm Elongation BS2782 200% Tear Resistance ASTM D1004 19 N/mm Adhesion to Steel ASTM D1000 1.0 N/mm Adhesion to Self ASTM D1000 1.0 N/mm Impact Resistance (single layer) DIN 30672 8.0 Nm Dielectric Strength BS2782 25,000 V Insulation Resistance BS2782 1,000,000 Megohms

Water vapour permeability (BS2782) shall not exceed 0.65 g/m

2/day.

Where tape is provided with fabric reinforcement in the bituminous layer, the thickness of the PVC backing shall be a minimum of 0.1 mm.

D On pipelines of 600 mm diameter and more, tape have the following minimum

characteristics:

Overall thickness ASTM D1000 1.6 mm PVC backing thickness ASTM D1000 0.7 mm Tensile strength BS2782 12.0 N/mm Elongation BS2782 200% Tear Resistance ASTM D1004 50 N/mm Adhesion to Steel ASTM D1000 2.0 N/mm Adhesion to Self ASTM D1000 1.8 N/mm Impact Resistance (single layer) DIN 30672 10.0 Nm Dielectric Strength BS2782 30,000 V Insulation Resistance BS2782 1,000,000 Megohms

Page 220: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 20: DRAINAGE WORK

IA 12/13 C 057 ST C2/S20/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Water vapour permeability (BS2782) shall not exceed 0.65 g/m2/day. Where tape is provided with fabric reinforcement in the bituminous layer, the thickness of the PVC backing shall be a minimum of 0.5 mm.

E An anti-contaminant interleaving release paper shall be provided to ensure the tape

remains suitable for application even after prolonged periods of storage.

F Tape shall be applied spirally to give a 55% overlap.

G All on-line valves or pipeline protrusions shall be profiled to accept the wrapping tape using hand applied mastic recommended and manufactured by the tape Manufacturer.

PART 5 STRUCTURES RELATED TO DRAINAGE WORKS

Page 221: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 20: DRAINAGE WORK

IA 12/13 C 057 ST C2/S20/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5.2 CONSTRUCTION OF MANHOLES, CHAMBERS AND SOAKAWAYS Add Sub-Clause 5.2.3 as follows:

5.2.3 Joints

A Flexible joints for pipes built into structures shall be positioned from the outside of the

structures as follows:

Pipe diameter First joint Second joint ("rocker") Up to 300 mm 150 mm maximum 500mm maximum from first

joint 300 - 600 mm 300 mm maximum 600 mm minimum and 2 x

pipe diameter maximum from first joint

Over 600 mm 600 mm maximum 750 mm minimum, & 1200mm

maximum from first joint

unless otherwise indicated on the drawings.

B Where pipes adjacent to structures are laid in excavations which exceed the maximum width specified in Section 8, Clause 2.2.2.3, the pipes shall be surrounded with a minimum of 150 mm of concrete Grade SRC20 extending up from the excavation formation. The concrete surround required for short lengths of pipe built into, and protruding from, structures shall be placed integrally with the concrete to the structure. Where boxing out for pipes is permitted the concrete surround shall be placed integrally with the infilling to the boxout.

PART 6 SURFACE WATER DRAINAGE

Page 222: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 20: DRAINAGE WORK

IA 12/13 C 057 ST C2/S20/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6.3.1 General

Add new items 7, 8 & 9 as follows:

7. For pipelines in trench and other structures, the Contractor shall keep any accumulated water or sewage at a level lower than the bottom of the permanent work until the backfilling is complete or for other such period as the Engineer's Representative shall direct.

8. Partially completed permanent works shall not be allowed to become flooded and the

Contractor shall allow for all additional standby pumps and equipment required to ensure this. A pump operator shall be on site 24 hours/day to supervise pumping equipment. (a) In the event of partially completed trenches becoming flooded, the Contractor

shall re-excavate to formation level and re-lay the pipes.

9. For pipelines in trench and structures formations, the Contractor shall offer the formation for inspection by the Engineer's Representative at two stages:

(a) When excavation is complete to formation level and de-watered. (b) On completion of the replacement of any unsound material in the formation

as directed in the specifications.

No bedding or blinding shall be placed until these inspections have been made by the Engineer's Representative.

6.6.1 General Requirements

Delete item 7 and replace with the following: 7. Ladders shall be fabricated in GRP as shown on the drawings.

(a) GRP ladders shall be obtained from an approved experienced manufacturer, fabricated to an approved pattern and purpose made to suit the depth of each installation as shown on the drawings. The ladders shall be drilled for wall fixing at both ends and additional intermediate fixing connections shall be provided at centres not greater than 1.5 metres. Rungs shall be at 300 mm centres and at a distance of not less than 200 mm from the wall.

The resins, glasses and synthetic fabrics used in the manufacture of the ladders shall be chosen to produce a chemically resistant product with a resin-rich surface layer suitable for use in aggressive atmospheres likely to the encountered in sewers and sewage pumping stations.

Rungs of tubular construction shall be no less than 30 mm outer diameter and stringers shall be of a rectangular or channel section, no less than 70 mm x 25 mm in size. The upper face of non-tubular rungs shall be finished with a non-slip surface such as silica sand. All remaining surfaces shall be free of sharp edges, protrusions etc.

Page 223: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 20: DRAINAGE WORK

IA 12/13 C 057 ST C2/S20/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Each rung shall be able to withstand a point load of 5000 N.

When supported horizontally over a span of 1 m with the climbing face uppermost and with a load of 1000 N applied at the centre of the span the ladder shall not deflect more than 15 mm at the point of application of the load and shall show no permanent deflection after removal of the load. Each ladder fixing shall be capable of withstanding shear and pull-out loads of 5000 N.

(b) All ladders shall comply with BS5395: Part 3. All fixings shall be stainless

steel. Add new item 11 as follows: 11 The tanking membrane shall be applied in two layers for reinforced concrete

structures and laps shall be staggered from one layer to the next. For mass concrete structures and surrounds to manhole liners a single layer of tanking membrane shall be applied. The specification of membrane is specified elsewhere in this specification.

END OF SECTION

Page 224: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL PROVISION FOR ELECTRICAL INSTALLATION 1.1.1 Scope

Delete paragraph 2 and substitute with the following: 2 The Scope of Work shall include but not be limited to:

(a) The supply and installation of all services, equipment, components, accessories and fittings required for the operation of the facility to the extent specified and detailed on the Drawings and Specifications including 400 days maintenance after provisional handover

(b) Builder’s work in connection with the Electrical Installations, including supply, necessary inserts and sleeves

(c) Any work which can be reasonably inferred as necessary for the safe, satisfactory operation of each system, whether such work is specified or shown on drawings or not

(d) The supply and installation of cables, conduits, boxes and termination points, for the motors, starters, controls and the like for the process equipment, heating, ventilation and air-conditioning and plumbing services

(e) Supply and installation of permanent electrical supply equipment in compliance with QGEWC requirements. The electrical equipment is required for the implementation of the diversions that result from the expansion of the road as well for the supply of new loads, including new street lighting feeder pillars and other loads. The supply includes EHV cables, HV/MV substations, HV and MV cables and accessories, consumption meters, and all related civil works, and including submission of all necessary documents to QGEWC, and carrying all necessary approvals

(f) Coordinating with QGEWC regarding outage schedule and carrying out all necessary tests

(g) Supply and installation of the new telecom infrastructure to achieve the required diversion schemes, which will be done directly by Q-Tel

(h) Arranging and carrying out all necessary approvals with the Qatar Civil Defence Department for the Fire Alarm System, extinguishing and protection systems.

Add new paragraph 3 to 6 as follows:

3 The electrical design drawings and specifications are categorised as follows:

(a) The STL package, which includes road lighting, traffic signals, and the Motor Control Centre for the drainage pumping stations. For all major further details related to road lighting, refer to Section 6, Part 12, Road Lighting.

(b) The MV package, which includes power supply requirements for road lighting and other loads as well as the existing MV cables and the proposed diversion schemes where necessary.

(c) The EHV package, which includes the existing EHV services and the proposed relocation schemes for EHV cables, HV cables, and HV/MV substations.

Page 225: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(d) The TEL package, which includes the existing telecommunication services. Relocation schemes of telecommunication utilities are left exclusively to Q-Tel.

4 The Scope of Works related to QGEWC is as shown on the Contract Drawings or as

specified by the Engineer, and will include the power supply requirements for the road lighting and the miscellaneous loads.

5 The Scope of Works related to Q-Tel will include all necessary relocation works for

the fibre optic and copper transmission and distribution lines, as will be designed by Q-Tel.

6 It is the Contractor's responsibility to ascertain that all the authorities’ requirements

are complied with and that any additional works not specifically mentioned herein are covered within his prices and quoted for.

1.1.4 Contract Drawings Add new paragraph 6 as follows: 6 The design specifications and criteria shall not relieve the Contractor from

continuously following up with the respective authorities to obtain up-to-date requirements and instructions.

1.1.16 Quality of Materials Add new paragraph 5 as follows: 5 Supplies of electrical distribution equipment to be as per QGEWC document

Assessment of Manufacturers of Electrical Distribution Equipment. 1.1.21 Electricity Supply Delete paragraph 1 and substitute with the following: 1 Following connection to the high voltage network, the Contractor shall verify in

coordination with QGEWC the following measurements at the terminals of each street lighting feeder pillar or the Motor Control Centre, related to the 3 phase + neutral, 4 wire, 415 V, 50 Hz supply:

(a) Voltage ± 6% (b) Frequency ± 4%

Add new paragraph 11 as follows: 11 Allow for adequate appropriate glands, lugs, and boxes for the cables to be supplied

to the Motor Control Centre. Add new Sub-Clause 1.1.28 as follows: 1.1.28 Testing and Commissioning 1 Testing and Commissioning of the installation shall be carried out in accordance with

the regulations and standards listed in the documents after completion of the work to

Page 226: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

prove compliance with the Specification. The tests will be carried out in the presence of and to the satisfaction of the Engineer.

2 Manufacturer's test certification for appropriate equipment shall be handed to the

Engineer prior to the site testing being carried out. 3 All results of the tests shall be recorded on-site and signed by all witnessing parties.

Subsequently, three copies of all such documents shall be submitted to the Engineer.

4 Prior results of the tests shall be recorded on-site and signed by all witnessing

parties. Subsequently, three copies of all such documents shall be submitted to the Engineer.

5 Prior notice shall be given to the Engineer of proposed tests together with a list of

the equipment to be used. In particular proposals shall be submitted for measuring the luminance and illumination levels and for calculating the average levels as specified elsewhere in the Specification.

6 All tests including, where applicable, insulation tests, continuity tests, effectiveness

of earthing, measuring of earth electrode resistance, shall be carried out. 7 No repeat test shall be carried out until the cause has been established and

rectification of the failure has been carried out. 8 The following tests shall be carried out on-site

(a) Switching Station, Sub-Station:

(i) Insulation resistance test with 1000 volts megger. (ii) Phasing out and polarity check. (iii) Operation and protection tests. (iv) Primary/Secondary Injection tests.

(b) EHV Cables:

EHV cables shall be tested in accordance with the requirements in Part 35 below.

(c) HV Cables:

HV cables shall be tested to the requirements of I.E.C. 502 and shall include:

(i) HV d.c. test between conductors to earth. (ii) Di-electric leakage current at the test voltage. (iii) Insulation resistance test after above tests taken with a 1 000 volts

megger. (iv) Upon completion of all tests the cables shall be left in a fully discharged

condition.

(d) MV Cables:

Insulation resistance test taken between conductors and between conductors and separate earthing cable taken with a 500 volt megger.

Page 227: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Continuity tests:

Approval shall be obtained from the Engineer before starting any tests, for authorisation of connection of the power supply to the installation.

(e) Lighting equipment and Visual Inspection:

The following tests shall be carried out in addition to those previously called for:

(i) Condition of the equipment and quality of the workmanship. (ii) Level, perpendicularity and alignment of the poles and luminaires. (iii) Actual characteristics of the equipment.

(f) Lighting circuits:

Measurement of Insulation Resistance: Insulation resistance test on the various MV circuits. The tests shall be performed after installation, in accordance with approved standards to determine the adequacy of insulation between phases and also between phases neutral and earth (lamps shall be removed during the test where applicable).

Resistance of the earthing of all metallic frames shall also be carried out.

(g) Operational Tests of lighting fixtures:

Normal functioning of all lamps.

Operation test on all power equipment including recording the voltage at the terminals of each ballast on the final column in each circuit.

(h) Performance Tests of lighting levels after 100 hours normal functioning:

Measurement of the lighting levels and uniformities on the road surfaces. The result of which should be submitted to the Engineer in tabulated form.

(i) Operational Tests on pumps:

After checking insulation resistance of motors and control gear and proving it to be satisfactory, all pumps should be operated by means of automatic control and proved to be performing to specification. Pump failure to be simulated and operation of standby system proved.

The Engineer will reserve the right to take any action he may consider necessary, in the event of the measure values not conforming with the lighting design criteria D.2 Section 7.01. Any other tests found necessary by the Engineer to verify conformity of the installation with the specifications, shall be carried out by the Contractor as necessary.

(j) Earthing Tests:

After installation of the individual earthing system in accordance with the above for the various parts of the Specification and after the whole installation has been connected up, an earth resistance test shall be carried out on the earth bar and the readings obtained officially recorded. Three readings shall be obtained for each sub-station relating to the two earth paths connected individually and in parallel. An Evershed and Vignoles or similar earth tester shall be used and all results tabulated and handed to the Engineer.

Page 228: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 MV FACTORY BUILT ASSEMBLIES (FBA'S) 2.2 PRODUCTS 2.2.2 Motor Control Centres 1 General Add the following new items:

(f) The electrical feed to the MCC panel shall be a 415 V, 3 phase, 4 wire, 50 Hz public electricity supply. The introduction of the supply shall be by MCCB. The supply incomers shall be rated to carry the full installed pumping station load including the starting load.

(g) The panel shall be of the composite front access, cubicle type and shall comprise several sections of equal depth and height arranged to stand side by side to form a uniform panel of pleasing appearance. The panel shall be arranged for full front access with removable back covers and hinged doors.

(h) The panel shall be provided with feeders for, pumps, pump house equipment, instrument distribution board, lighting and small power distribution board and spare feeders as indicated in the Drawings or as specified by the Engineer.

(i) The different panel compartments shall be arranged in the following order when facing the front of the MCC and reading from left to right:

(i) Electricity Supply Authority metering. (ii) Supply incoming MCCB and mobile generator incoming. (iii) Pump starters (current pump installation) (iv) Pump starters (future pumps) - only cubicle with feeder MCCB to be

provided. (v) Miscellaneous feeders / valve actuators, etc. (vi) PLC (vii) Instrumentation

(j) The units shall incorporate adequate damping to override transient disturbances.

(k) All control circuits shall be so arranged as to be “dead” when the door is open. A test switch shall be incorporated to override this. The switch shall be suitably labelled to draw attention to its function.

Add new item as follows: 3 Compartments

A. ELECTRICITY SUPPLY AUTHORITY METERING COMPARTMENT

(i) The incoming cable gland plate, cutouts and electrical consumption

meter shall be located in this compartment. The compartment shall be a minimum width of 500 mm and be entire height of the MCC panel.

(ii) Adequately sized tails from the Main Incoming Switchgear to the Incoming Supply Terminals shall be fitted with non-lockable handles.

Page 229: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(iii) Kilowatt hour (kWhr) meter as per electricity authorities requirements shall be installed.

(iv) 100 mm square volt and ammeter with 3 phase selector switches shall be installed.

B. PUBLIC SUPPLY AND MOBILE GENERATOR INCOMER COMPARTMENT (i) The incomer shall comprise 2 Nos. TP & N, MCCBs with mechanical

and electrical interlocking and associated control and measuring units. (For ratings of the MCCB,s refer to the drawings)

C. PUMP CONTROL COMPARTMENTS

(i) Separate compartments shall be provided for each pump.

(ii) Pump starters shall be solid state “soft” starters.

(iii) Each compartment shall be supplied with the following:

• No. 100 mm square ammeter complete with current transformers fitted on the busbar side.

• 1 No. 100 mm square voltmeter with selector switch to read phase to phase and phase to neutral and off.

• 1 set voltmeter fuses. • 1 set of interface / relay contacts for communication with PLC /

PMU • 1 set of power factor correction capacitors • 1 set pump protection relays

(iv) Mounted on the front of the control section for each pump shall be the following equipment:

• 1 No. Pilot Lamp to indicate “Supply On” (Green) • 1 No. Pilot Lamp to indicate “Running” (Amber) • 1 No. Pilot Lamp to indicate “Pump Failure” (Red) • 1 No. Running Hour Meter • 1 No. Reset Push Button. • 1 No. Hand-Off-Auto Switch • 1 Set start /stop push buttons

D. MISCELLANEOUS FEEDER COMPARTMENT

In this compartment, feeders and equipment for electric hoist, socket outlets,air compressor, distribution boards and minor field equipment are to be provided.

E. PLC AND INSTRUMENTATION COMPARTMENTS

Following items shall be provided in this compartments. (For detail specifications, refer to section 21-22 on Instrumentation.)

Page 230: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(i) PLC with VDU

(ii) Pump Duty Selector Switch

(iii) Equipment for instrumentation

(iv) Interfacing circuits for pump starters etc 2.2.4 Distribution Boards Add the following new items: 14 TPN distribution board (DB) fed from the MCC shall be provided. The DB shall

provide 240 V supply to electrical sockets for general purpose and hand tools, air conditioning, other ancillaries and all internal and external lighting.

15 The DB shall have necessary timers and contactors for switching on and off the

external lights. Socket outlet circuits shall be protected with RCCB with 30mA sensitivity. The DB shall be scheduled by the contractor based on all requirements and to the approval of the Engineer and Electricity Authority.

Add new Sub-Clause 2.2.5 as follows: 2.2.5 Free Standing LV Feeder Pillar 1 Refer to QGEWC up-to-date version of Specification No. ED/02-10.

Page 231: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 PROTECTIVE DEVICES 3.2 PRODUCTS 3.2.2 Moulded Case Circuit Breakers Add new paragraph 16 as follows: 16 MCCB'S to be provided as the MCC incoming and outgoing circuits breakers. 3.2.3 Miniature Circuit Breakers Add new paragraph 6 as follows: 6 MCCB's to be provided as per distribution board final branch outgoing circuit

breakers as well as breakers for control circuits within the MCC.

Page 232: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 6 CABLES AND SMALL WIRING 6.1 GENERAL 6.1.2 References Add new paragraphs 3 to 5 as follows: 3 Refer to QGEWC up-to-date version of Specification ED 03-40 and ED 03-140 for

further reference on XLPE Cables and accessories used on the MV distribution system.

4 Refer to QCS Specification 6 Part 12 for details related to road lighting cabling. 5 Refer to additional Parts 34 and 35 within this Specification for details related to HV

and EHV cables.

6.2 PRODUCTS 6.2.4 Jointing 11 kV, L.V. and Pilot Cables Add new paragraph 5 as follows: 5 EHV Cables For details on EHV cable jointing, refer to Part 35. Add new Sub-Clause 6.2.5 as follows: 6.2.5 Operating Conditions for HV Cables 1 11 kV Cables The basic technical values shall be as follows, determined in accordance with the

recommendations of IEC 38, IEC 71-1, IEC 71-2 and other relevant IEC Publications:

(a) Nominal system voltage (r.m.s value, phase to phase voltage) : Un = 11 kV

(b) Highest value of system operating voltage (r.m.s. phase to phase voltage) : Um = 12 kV

(c) Highest voltage for equipment (r.m.s. phase to phase voltage) : Um = 12 kV

(d) Standard rated frequency : 50 cycles

(e) Rated short circuit breaking : 25 kA r.m.s, 1 second capacity

(f) System configuration : 3 phase, non-effectively earthed

Page 233: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(g) Range of highest voltage for equipment (according to IEC 71-1, clause 38) : A

(h) Standard insulation level for equipment (B.I.L.)

(i) rated lighting impulse withstand voltage (peak) : 75 kV (ii) power frequency short duration withstand voltage (r.m.s) : 28 kV

(i) Insulation co-ordination : according to IEC 71-1 and IEC 71-2

Add new Sub-Clause 6.2.6 as follows: 6.2.6 Electrical Criteria for HV Cables 1 Operating Criteria

(a) Maximum Power Rating

(i) Continuous operation : as per existing cables and QGEWC’s requirements

(ii) Cyclic operation : No special requirements (but the Contractors should advise the proposed cable capacity)

(iii) Emergency operation : No special requirements (but the Tenderers should advise the proposed cable capacity)

(iv) Short circuit current rating : 25 kA, 1 sec.

2 Installation Data

(a) Reference Drawing : EHV-01, 02, 03, 11

(b) Length of cable route : Refer to Dwgs

(c) Laying arrangement :

(i) Type of laying

- In PVC ducts at crossings - Directly buried

(ii) Type of sheath - earthing : Single end bonded

(d) Maximum air temperature : 50 °C

(e) Type of termination and joints : Heat shrinkable

Page 234: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Construction Data

(a) Conductor

(i) The conductor shall be segmental stranded conductor, size similar to existing one made of annealed uncoated high conductivity copper wires according to IEC No. 228 (1978). The copper wire before shaping shall be smooth, uniform in quality, and free from scale, inequalities, spills, splits and other defects.

(ii) The term "annealed" signifies that the wire can stand elongation of at least 15 per cent without fracturing before stranding, the test piece being not shorter than 150 mm and not longer than 300 mm.

(iii) When made up from shaped wires the conductor shall be clean and uniform in size and shape and its surface shall be free from sharp edges and unless otherwise approved shall be taped with a layer of conductive or semi-conductive material.

(iv) Not more than two joints shall be allowed in any of the single wires forming each length of conductor and no joint shall be allowed within 300 mm of any other joint in the same layer. The jointing of wires shall be made by brazing, silver soldering or electrical welding. No joint shall be made in the wire after it has been formed up into the required length.

(b) Conductor Screen

(i) The conductor screen shall consist of an extruded semi conductive XLPE compound. The screen shall fill the interstices between the individual strand wires forming the conductor and shall provide a smooth, regular finish that shall be firmly bonded to the inner surface of the insulation.

(c) Insulation

(i) The XLPE insulation shall be triple extruded solid di-electric subjected to a dry curing process. The inner semi-conductive layer (conductor screen), solid insulation and outer semi-conductive layer (insulation screen) shall be extruded and cured in a single process.

(ii) All dimensions and tolerances must comply with IEC 502 and the subsequent Amendments.

(iii) MDCV or VCV process only shall be acceptable for the insulation extrusion, curing and cooling.

(d) Insulation Screen

(i) The insulation screen shall be of an extruded layer of semi-conductive compound having a smooth even surface and shall be in close contact with the core insulation.

(e) Metallic Sheath

(i) The sheath of all cables shall consist of new lead of approved origin and purity applied in the form of a seamless tube. The nominal and minimum thickness of the sheath shall be confirmed before each shipment and shall be in accordance with relevant clause of IEC 502 and as per technical schedules. The sheath shall consist of lead alloy type 0.5 °C and shall be free from blowholes and other defects. Special care shall be taken to ensure that dross or other impurities are excluded from the lead press when the press is being charged.

Page 235: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(ii) The metallic sheath thickness and its composition shall be sufficient to ensure adequate mechanical strength and to resist fatigue caused by vibration.

(iii) The sheath shall be capable of carrying, without damage, the fault current for one second under the most severe fault condition, which has to be confirmed by calculations.

(f) Metallic Sheath Bedding

(i) The compounds applied under and over metallic sheaths shall be of such a nature that in the finished cables they do not crack or run at any temperature likely to be attained in transit to the Site, during installation or when the cables are in operation. The compounds used shall have no detrimental effect on the sheath or outer covering.

(ii) The bedding shall ensure the cable longitudinal water tightness, which is to be demonstrated by test.

(g) Anti-Corrosion Outer Protective Covering

(i) The outer covering over the metallic screen and impervious metallic lead sheath shall be extruded black PVC suitable for the operating temperature of the cable.

(ii) The minimum average thickness and minimum thickness at a point shall comply with requirements of IEC 502 and not less than the value stated in technical schedules.

(iii) Means shall be provided to prevent adhesion between turns and layers of the cable on the drum and between the table and the drum or container at such temperatures as may be met with during transit to the Site, at Site, before laying or while stored.

(iv) The design and efficiency of the coverings shall not be affected by clearing or clamping arrangements supporting the cable. Particular care shall be taken to ensure that the outer covering is not damaged in any way.

(v) An outer conductive coating (graphite coating or extruded layer) shall be applied to the covering to serve as an electrode for the voltage test on the outer covering.

(h) Anti-Termite Protection and Flame Resistance

(i) All cables installed in troughs shall have anti-termite protection applied to the outer covering in the form of a chemical additive such as Gamma BHC, anti-termite poison of similar. The manufacturer shall state the chemical to be used, percentage strength and the reduction in electrical and mechanical properties of the outer covering. The flame resistance shall be confirmed for all cables installed in air (according to IEC 332-1).

(i) Sealing of Cable Lengths

(i) Immediately after the completion of the factory acceptance tests, both ends of every length of cable shall be sealed and shall remain sealed until installed in their final position.

(ii) The sealing shall be done by means of a lead cap fitted over each end and plumed to the metal sheath and finally covered by heat shrinkable cap. The cable ends, which left projecting from the drum for the purpose of the test, shall be protected to avoid damage to the sheathing during transport.

Page 236: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(iii) The same type of the sealing shall be applied on installed lengths if there is a time gap between cable laying and jointing activities.

(j) Cable Identification

(i) The outer covering of all cables shall be embossed with the manufacturer’s name, year of manufacturer, voltage level, type of insulation, number of cores and size in accordance with BS 6346.

(ii) The embossed letters/figures shall be raised and shall consist of upright block capitals/figures the size of which shall be not less than 15 per cent of the nominal or specified external diameter of the cable except that in no case shall they by greater than 13 mm.

(iii) The maximum gap between the end of one set of embossed lettering and figures as above and the beginning of the next shall be 500 mm.

(iv) Cables shall be identified at each end of the run (including joint bays) with a marker consisting of a label incorporating 4 mm characters. The labels shall be attached to the cables with two PVC straps.

6.3 INSTALLATION Add new Sub-Clause 6.3.9 as follows: 6.3.9 Testing The requirements of IEC 502 shall be applicable on this Contract.

Page 237: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 7 CONDUITS AND CONDUIT BOXES 7.2 PRODUCTS 7.2.1 Rigid PVC Conduit and Fittings

Add new paragraph 7 as follows: 7 Rigid PVC conduits shall be provided for embedded and/or exposed installation at

regular indoor locations. 7.2.2 Rigid Steel Conduit and Fittings

Add new paragraph 1(h) and 2(g) as follows: 1 Rigid Steel Conduit

(h) Rigid steel conduit shall be provided for exposed installations at all hazardous locations.

2 Metallic Conduit Boxes

(g) All floor boxes to be of watertight construction.

Page 238: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 10 WIRING ACCESSORIES AND GENERAL POWER 10.2 PRODUCTS 10.2.1 General

Add new paragraph 2 as follows: 2 Unless otherwise indicated in the sections to follow, the faceplate of all devices

shall be polycarbonate. 10.2.3 Switches

Add new paragraph 7 as follows: 7 Lighting Switches Lighting switches are to be provided for local control of all indoor lighting. 10.2.5 Socket Outlets

Delete paragraph 1 and substitute with the following: 1 General Purpose socket outlets

(a) to BS 1363

(b) 3 rectangular pin (2P + E) shuttered with combined switch, rated 13A, 250 V

(c) to be supplied with plug complete with fuse.

(d) to be provided as required for all indoor areas.

Page 239: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 13 TELEPHONE INSTALLATIONS 13.1 GENERAL 13.1.1 Scope

Add new paragraphs 3 to 5 as follows: 3 Telecommunication services that fall under the carriageway or within unacceptable

proximity to the new limit of the upgraded road shall be relocated at the approval of Q-Tel. The Contractor shall be responsible for liaising with Q-Tel and obtain from them, prior to the completion of the Works, written confirmation that all existing and relocated telecommunications infrastructure is no longer within unacceptable proximity to the new limit of the upgraded road. The Contractor shall be responsible for the relocation of any telecommunications infrastructure unless specified otherwise by Q-Tel of the Engineer.

4 The Contractor is to confirm the exact location of existing telecommunication

services with Q-Tel prior to the commencement of the Works. 5 Relocation of fibre optic main lines where relevant, which unless stated to the

contrary are anticipated to be almost wholly replaced, generally entails the following:

(a) All necessary infrastructure (ducts, manholes, etc.) for the new system in the

new reservation.

(b) Retrieval of existing fibre optic lines and manhole covers and delivery to Q-Tel.

(c) Financial reimbursement to Q-Tel for their supply and installation of the new fibre optic lines.

13.2 PRODUCTS 13.2.1 General Add the following sentences to paragraph 1:

1 The name of any sub-contractor to be used shall be entered when in relevant Form

of Tender when the Tender is submitted.

Delete paragraph 3 and substitute with the following: 3 Q-Tel will supply as “free issue” all ducts for the Works together with iron work,

covers and frames for junction boxes. All other materials required for works shall be supplied by the Contractor.

Add the following to paragraph 4:

4 All materials required for the Works shall be as follows:

Page 240: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Item Paid by Supplied by

Installed by

Supervised by

All Ducts/Manholes Main Contractor Q-Tel Contractor Q-Tel

Ducts/Manhole Cover

Main Contractor Q-Tel Contractor Q-Tel

All Cabling Main Contractor Q-Tel Q-Tel Q-Tel

All Junction Boxes / Outlets

Main Contractor Q-Tel Q-Tel Q-Tel

13.3 INSTALLATION

Add new Sub-Clauses 13.3.5 and 13.3.6 as follows: 13.3.5 Modification to Q-Tel Specifications 1 The Q-Tel Specification S.006 shall be modified as follows:

(a) The Supervising officer shall mean any accredited official from Q-Tel or a representative as designated by the Engineer.

(b) All cement used shall be sulphate resisting cement as specified in Section 5 of the Qatar Construction Specification.

(c) The concrete quality classes specified in Clause 202 of the Q-Tel specifications shall be as per the following classes specified in QCS Section 5 Part 6.

(d) In clause 105 of Q-Tel Specification “earth, free from stones” is replaced “ sand, free of salt to a fine grading as approved by the Engineer”

13.3.6 Record Drawings 1 The Contractor shall keep accurate record drawings of the arrangement, positions

and details of all works constructed by him. These drawings will be of forms and to scales approved by the Engineer and his designated representative.

2 As soon as each drawing has been completed, two prints shall be submitted to the

Engineer and his designated representative for approval. 3 If the Drawings or documents are not approved, one copy shall be returned to the

Contractor with marked indications of the alterations required. Upon final approval one copy of the drawing or document shall be stamped "Approved" by the Engineer or his designated representative and returned to the Contractor forthwith.

4 After such approval is given, the Contractor shall supply to the Engineer two prints

of the finalised drawings, and the digital files in CAD format on CD, for the use of the Engineer.

5 All record drawings shall be completed within 30 days of the commencement of the

Maintenance Period.

Page 241: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6 Record drawings will show accurately the exact locations of all road crossings, ducts, joint boxes, etc., fully dimensioned and triangulated.

Page 242: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 22 EARTHING AND BONDING 22.3 INSTALLATION 22.3.1 Installation

Delete paragraph 14 and substitute with the following: 14 Cable Armour Earthing:

(a) Connect steel armour to the earthing system

(b) Coordinate with QGEWC regarding any specific earthing requirements for the EHV cable sheaths.

Add new paragraph 17 as follows:

17 Transformer Earthing:

(a) Transformer Earthing Terminal is to be connected to MV main earthing bar by bare copper earthing conductor not less than 20 mm² per 100 kVA of transformer rating, with a minimum of 35 mm².

(b) Transformer Neutral (Star Point) is to be connected by insulated earthing conductor (colour black) to MV side main earthing bar. Neutral earthing conductor is to be sized for maximum earth fault current for 5 seconds with final conductor temperature not exceeding 160 °C or sized not less than 30 mm² per 100 kVA of transformer rating, and with a minimum of 50 mm². Where a neutral is directly connected to earth electrode, an insulated disconnecting device is to be provided at the transformer.

Page 243: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 23 INSPECTION AND TESTING 23.3 ELECTRICAL EQUIPMENT TESTING 23.3.1 General

Delete paragraph 2 and substitute with the following: 2 The following equipment will be inspected and tested on-site after installation. Any

omission or defects, or faults raised by the Engineer are to be remedied or corrected by the Contractor and re-testing made at the direction of the Engineer at the Contractor’s expense:

(a) 415 V switchgear

(b) Mains cable

(c) Motors

(d) Starters and control gear

(e) Control and starter panels

(f) Small wiring, etc.

(g) Elevator, walkway system

(h) Radio and TV interference

(i) Fire alarm and detection system

(j) Public address system

(k) HV switchgear

(l) HV cables

(m) Power transformer

(n) EHV cables

(o) Main telephone installations

Delete paragraph 3 and substitute with the following: 3 The following functional tests shall be carried out to ensure proper functioning of the

plant and all apparatus.

(a) All protective circuits, interlocks, control and alarm shall be tested for correct operation

(b) All lighting circuits shall be energised and checked to ensure that they are operational

(c) All motors, plants and electrical equipment connected with mechanical services shall be checked to ensure that they run freely in the correct direction/rotation and in correct sequence

(d) Fire alarm system, elevator system and building management system (if applicable) shall be tested for correct operation

(e) All major authority related testing requirements shall be witnessed by the relevant authority representative (QGEWC or Q-Tel). The Contractor shall

Page 244: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

give a minimum of one-week advance notice prior to performing any major tests

(f) The Contractor shall obtain all relevant testing requirements from QGEWC and Q-Tel and make available all necessary testing apparatus.

Page 245: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 31 POWER TRANSFORMERS 31.1 GENERAL 31.1.1 Scope

Add new paragraphs 2 to 4 as follows: 2 This Part is additional to QCS and it specifies the general requirements for 11

kV/415 V power transformer. 3 Related Parts and Sections are as follows: This Section: Part 6 HV Cables Part 22 Earthing and bonding

Part 32 HV Switchgear 4 Power transformers are required as shown on the Contract Drawings.

Insert new clauses as follows: 31.6 SUBMITTALS 1 The following documents to be submitted to QGEWC for approval: (a) Product data for each product specified, detailed description of construction,

including dimensioned plans, sections, and elevations. Show minimum clearances and installed devices and features, weight and bearing forces, incoming and outgoing terminals and provisions for feeder terminations.

(b) Wiring diagrams of transformers and accessory components, differentiating between manufacturer-installed and field-installed wiring and cabling.

(c) Routine Tests And Special Tests are to include measurement of noise level, winding resistance, voltage ratio, check of polarity/vector group, impedance voltage, load loss, no-load loss, no-load current, induced overvoltage withstand test and separate source voltage withstand test.

(d) Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include a list of relevant completed projects with project names and addresses, and names and addresses of the respective Engineers and Government.

(e) Shop and construction drawings including foundation details, grouting holes, base frames and installation details. All civil works are to be approved by END, Civil Section (EWD).

(f) Operation and maintenance data for materials and products. 31.7 QUALITY ASSURANCE 1 Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of

high voltage electrical distribution equipment to perform the installation specified in this Section.

Page 246: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 Standards: Comply with IEC 76, 354, 726 - Power Transformers and IEC 296 - Insulating Oil.

31.8 DELIVERY, STORAGE AND HANDLING 1 Spare Parts: provide spare parts as recommended by the manufacturer, for one

year maintenance as expected under local conditions, and to allow for emergency replacement due to accidental breakage or failure.

2 Spare Parts for Oil Filled Transformers are to include, but are not limited to, one set

of 11 kV bushings, drain plug, fragile parts which are subject to external damage and suitable quantity of make-up insulating oil.

3 Tools and Instruments: provide tools and instruments required for normal routine

inspection, testing, operation and maintenance, recommended by the manufacturer. 31.9 PRODUCTS 31.9.1 Oil Filled Transformer 1 Transformer to be 3-phase, two-winding, liquid immersed, sealed type, rated for

continuous operation under site ambient conditions at full rated power, naturally cooled (ONAN), with off-load, manual, externally operated tap-changer, lockable in all positions on primary side. Transformer is to comply with IEC 76, 354 and 404-2.

2 Transformer Construction is to be variable volume steel tank, with corrugated wall

design forming integral cooling pockets, heavy rolled and welded steel bottom and base frame and hermetically sealed bolted-on cover. Tank is to be completely filled with insulating liquid drawn in under vacuum. Tank cover is to have provision for two thermometers or temperature sensors, lugs for lifting, four lashing lugs and filler- pipe with valve. Tank is to have drain plug at bottom, earthing bolt on cover and earthing pad on base-frame, and a rating plate.

3 Transformer Noise Level in general is to be less than 76 dB at 0.3 m for ratings up

to 1600 kVA and 69 dB for ratings up to 630 kVA and in accordance with IEC 551. Windings are to be copper, unless otherwise approved.

4 Transformer Bushings are to be porcelain, tank-cover mounted, or tank-side

mounted to manufacturer's standard, and as approved, with plug-in or bolt-on arrangements.

5 Finish for surfaces are to be steel grit blasted, caustic washed and phosphatized,

primed with waterproof primer and finished with weather-resistant enamel and final coat of air-drying enamel. Alternative finish may be used subject to approval.

6 Characteristics of Transformer are:

(a) Rated power (net site rating) : 1,000 kVA

(b) Winding connection : Dyn 11, neutral insulated and brought out

(c) Frequency : 50 Hz

Page 247: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(d) Type of insulating liquid : Oil natural with radiator sealed type ONAN liquid

(e) Rated voltage:

(i) primary : 11 kV (ii) secondary (no load) : 415 V

(f) Impedance voltage at rated current : 6%

(g) Tap-changer positions at : ± 25% and ± 5%

(h) Rated power frequency withstand voltage : 50 kV

(i) Rated lightning impulse withstand voltage : 75 kV

(j) Short-circuit apparent power of system at location : 500 MVA

(k) Duration of short-circuit : two seconds

(l) Terminal connections:

(i) HV side : fully insulated with cable sealing ends, bolted type.

(ii) MV side : MV busbars or cables to MV compartment.

7 Accessories are to include the following:

(a) magnetic liquid level gauge with N.O. low level alarm contact;

(b) dial type thermometer with N.O. contact and maximum pointer;

(c) pressure relief device with N.O. contact. 31.10 EXECUTION 31.10.1 Installation 1 Comply with QGEWC electrical safety codes and the manufacturer's written

installation instructions. 2 Equipment Bases: ensure that concrete bases and foundations provided for

installation of equipment are constructed in accordance with approved shop and construction drawings and equipment manufacturer’s drawings and that holes for fixings bolts and provisions for passage of cables etc. are provided as required.

3 Cable Trenches: ensure that trench construction and covers provided for installation

of power and control cables are in accordance with approved shop and construction drawings.

4 Cabling And Wiring: install cables, wires, raceways, supports, cable ends and

termination fittings in accordance with the appropriate sections of the Specification and/or as shown on the Drawings. Tighten electrical connectors and terminals according to manufacturer's published torque-tightening values.

Page 248: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

31.10.2 Earthing 1 Earth transformers shall be in accordance with Part 22. 31.10.3 Testing and Commissioning 1 Transformer to be tested in accordance with QGEWC requirements. 2 Schedule tests and provide notification at least one week in advance of test

commencement. 3 Report: Submit a written report of observations and tests. Report defective

materials and workmanship. 4 Tests: Include the following minimum inspections and tests according to the

manufacturer's instructions. For test method and data correction factors, conform to applicable Standards.

(a) Inspect accessible components for cleanliness, mechanical, and electrical

integrity, for presence of damage or deterioration, and to ensure removal of temporary shipping bracing. Do not proceed with tests until deficiencies are corrected.

(b) Inspect bolted electrical connections for tightness according to manufacturer's published torque values or, where not available, those of applicable Standards.

(c) Insulation Resistance: Perform megohmmeter test of primary and secondary winding-to-winding and winding-to-ground according to the following:

WINDING RATING (VOLTS)

MINIMUM TEST VOLTS (d.c.)

MINIMUM INSULATION RESISTANCE (MEGOHMS)

FOR LIQUID FILLED

601 – 5.000 2.500 1.000

5.000 – 35.000 5.000 5.000

(i) Duration of Each Test: 10 minutes. (ii) Temperature Correction: correct results for test temperature, deviation

from 20 C standards.

(d) Turns Ratio: Measure between windings at each tap setting. Measured ratios deviating more than 0.5 per cent from the calculated ratio or the measured ratio for adjacent coil are not acceptable.

(e) Winding Resistance: Measure for winding at nominal tap setting. Measured resistance deviating more than 1 per cent from that of adjacent winding is not acceptable.

5 Test Failures: Compare test results with specified performance or manufacturer's

data. Correct deficiencies identified by tests and retest. Verify that transformers meet specified requirements.

Page 249: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

31.10.4 Final Adjustments 1 After completing installation and cleaning, touch up scratches and mars on finish to

match original finish. 2 Adjust transformer taps to provide optimum voltage conditions at utilization

equipment throughout the normal operating cycle of the facility. Record voltages and tap settings to submit with test results.

31.10.5 Demonstration 1 Training: Include a minimum of 2 days of training in operation and maintenance.

Provide both classroom training and hands-on equipment operation covering the following:

(a) Safety precautions

(b) Features and construction of project transformers and accessories

(c) Routine inspection, test and maintenance procedures

(d) Routine cleaning

(e) Features, operation, and maintenance of integral disconnect and protective devices

(f) Interpretation of readings of indicating and alarm devices

(g) Protective relay setting considerations

(h) Features, operation and maintenance of separable insulated connector system

(i) Tap-changing procedures. 2 Schedule training with at least 7 days advance notice.

Page 250: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Part 34 as follows: PART 34 HIGH VOLTAGE SWITCHGEAR 34.1 GENERAL 34.1.1 Scope 1 This Part covers the requirements for high voltage switchgear and associated

auxiliary equipment. It is based on QGEWC Specification ED/02-60. 2 Related Parts and Sections are as follows: Part 1 General Provisions for Electrical Installations Part 31 Power Distribution Transformer Part 35 HV Cables 3 For the package substations, the HV switchgear is an integral part and should be

furnished pre-installed as a complete unit. 34.1.2 Submittals 1 The following documents to be submitted to QGEWC for approval: (a) Product data for each product specified, including complete manufacturer's

catalogues, operating characteristics, provisions for extension or for addition of components, protective relays and characteristics, instrument transformers and metering components, accuracies and curves.

(b) Shop drawings for each switchgear line up and accessory component. Include dimensional plans, sections, and elevations showing minimum clearances, installed devices, major features, and materials lists, weights cable accesses in slabs, grouting holes and installation details.

(c) Wiring diagrams, both elementary and schematic, differentiating between manufacturer-installed and field-installed wiring including detailed identification of relays, control gear and any other components.

(d) Manufacturer's certification, signed by the manufacturer certifying that equipment complies with the requirements specified in Quality Assurance below. Upon request submit evidence of experience.

(e) Product Certification: Signed by manufacturer of equipment certifying that products comply with the specified requirements.

(f) Routine Tests of each complete switchgear unit is to undergo routine tests at the manufacturer's works in accordance with the relevant standards. Submit routine test reports, prior to shipping equipment, indicating ambient test conditions and guaranteed rating of equipment under site conditions.

(g) Installers' certificates signed by the Contractor, certifying that the Installers comply with the requirements specified under Quality Assurance below.

(h) Report of Field Tests: Certified copies of field tests including ground resistance tests.

(i) Maintenance data for materials and products.

Page 251: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(j) Protection coordination scheme with pick-up time-current settings as required to coordinate with upstream and downstream protective devices of the complete system.

34.1.3 Quality Assurance 1 Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of

high-voltage electrical distribution equipment to perform the installation specified in this section.

2 Manufacturer Qualifications: Manufacturer shall be regularly engaged in

manufacturing switchgear complying with the requirements of these Specifications, experienced with at least 5 projects of similar size and scope.

3 Type Test Certificates are to be submitted to verify compliance of main equipment

with the relevant IEC Standards, including, but not limited to, the following: impulse withstand voltage tests, power frequency withstand voltage tests, temperature rise tests, short time current tests, verification of making and breaking capacity, mechanical endurance/operation tests, verification of degrees of protection for persons against contact with live and moving parts, internal arc test, protection degree test.

4 Standards equipment and component parts are to comply with the following

Standards:

(a) common clauses for HV switchgear and control gear standards : IEC 694

(b) a.c. metal-enclosed switchgear and control gear for rated voltages above 1 kV and up to and including 72.5 kV : IEC 298

(c) HV a.c. circuit breakers : IEC 56

(d) insulation coordination : IEC 71

(e) HV a.c. fuse-switch combinations and fuse-circuit-breaker combinations : IEC 420

(f) a.c. disconnectors (isolators) and earthing switches : IEC 129

(g) HV switches : IEC 265

(h) metering and protective current transformers (CTs) : IEC 185

(i) metering and protective voltage transformers (VTs) : IEC 186

(j) relays : IEC 225

(k) reading instruments : IEC 51

(l) watt-hour meters : IEC 521

(m) power transformers : IEC 76 (for)

(n) insulating oil : IEC 296

(p) sulphur hexafluoride : IEC 376

Page 252: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(q) fuses : IEC 282-1

(r) surge arrestors : IEC 99 5 Electrical Component Standard: Components and installation shall comply with the

local applicable codes and regulations of the Authority having jurisdiction. 6 Manufacturer/Product Selection: The Drawings indicate sizes, profiles, and

dimensional requirements of high-voltage switchgear which are based on specific types and models of manufacturers. Switchgear having equal performance characteristics by other manufacturers may be considered provided that deviations in dimensions and profiles do not change the design concept and space requirements or intended performance as judged by the Engineer.

34.1.4 Delivery, Storage, and Handling 1 Deliver Switchgear and components properly packaged and mounted on pallets, or

skids to facilitate handling of heavy items. Utilize factory-fabricated type containers or wrappings for Switchgear and components which protect equipment from damage. Inspect equipment to ensure that no damage has occurred during shipment.

2 Store Switchgear in original packaging and protect from weather and construction

traffic. Store above grade and enclose with watertight wrapping. 3 Handle Switchgear carefully to prevent physical damage to equipment and

components. Remove packaging, including the opening of crates and containers, avoiding the use of excessive hammering and jarring which would damage the electrical equipment contained therein. Do not install damaged equipment; remove from site and replace damaged equipment with new.

34.1.5 Sequencing and Scheduling 1 Schedule delivery of switchgear and accessories equipment that permits ready

building ingress for large equipment components to their designated installation spaces. Coordinate delivery of equipment with the installation of other building components.

2 Coordinate the size and location of concrete equipment pads. Cast anchor bolt

inserts into pad. Concrete, reinforcement, and formwork requirements are specified in QCS Section 5.

3 Coordinate with other electrical work including raceways, electrical boxes and

fittings, and cabling/wiring work, as necessary to interface installation of switchgear with other work.

34.2 PRODUCTS 34.2.1 High voltage Switchgear, General Requirements 1 HV Switchgear Compartment is to include metal-enclosed ring main switchgear unit

with SF6 switching and SF6 insulated busbars comprising two incoming switch-disconnectors for ring main network feeders, one transformer protection fuse-switch

Page 253: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

combination, cable terminal fittings behind dead front panels, and front mounted switchgear operating handles, control, indication and metering devices.

2 HV Switchgear Characteristics

(a) rated voltage : 12 kV

(b) nominal service voltage : 11 kV

(c) rated impulse withstand voltage (peak) : 75 kV

(d) rated frequency : 50 Hz

(e) rated one minute power frequency withstand voltage (r.m.s) : 28 kV

(f) rated short-time withstand current for one second : 25 kA

(g) busbar current rating : 630 A (minimum)

(h) rated peak withstand current : 63 kA

3 HV switch-disconnector is to be of the general purpose, 3-pole, load-break, short-

circuit make, category B to IEC 265.

(a) rated normal current : 630 A

(b) rated short-circuit making

(c) capacity (peak) : equal to rated peak with-stand current. 4 Switch-disconnector Operation is to be by removable handles at front of unit.

Switching mechanism is to be manual, or automatic with remote control, spring charged, quick-make, quick-break, with speed of switching independent of operator. Switch is to be provided with a suitably rated universal motor capable of one complete off-on-off cycle in case of loss of control power. Main switch and earth switch operations are to be separated and safety interlocked with the manual handle inserted in separate access holes for on/off operation of main switch and earth on/earth off operation of earth switch. Handle design is to ensure delay between closing and re-opening of main switch or earthing switch, to provide an anti-reflex operation. It is to be impossible to move earth switch inadvertently into or from earth position except when main switch is in the open position. Indication of switch position is to be mechanical, directly connected to moving contacts. Each switch is to have padlocking device in the open, closed and earth positions.

5 Fuse-Switch Combination is to consist of trip-free, load- break, short-circuit make

fuse-switch combination, with operational requirements as for switch-disconnector. Fuse is to be separately located in fuse chamber with interlocked earthing switches providing upstream and downstream earthing of the fuse assembly. Automatic trip switching is to be actuated by fuse striker pins which actuate common trip-bar in switch mechanism. Once operated, striker pins remain in ejected position, preventing reclosure of switch until fuse has been replaced. Single phasing is not

Page 254: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/31 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

to be possible. Fuses are to be totally enclosed, current limiting, cartridge type, high-breaking capacity, with striker pins, and withdrawable from front of unit. Fuse switch combination is to have the following ratings.

(a) rated normal current : 200 A

(b) rated prospective short- circuit breaking current : 25 kA to IEC 420

(c) rated prospective short- circuit making current : 65 kA

(d) rated current of fuse link : 100 A 6 Incoming/Outgoing Cables of type and size are to be as shown on the Drawings. 7 Cable Terminal Connectors to stress-relieving, epoxy sealed end, bolted type,

complete with all accessories. Alternative arrangement may be proposed by manufacturer.

8 Potential Indicators to be neon type provided at front of each unit, one per phase,

using capacitive potential divider to indicate voltage at switch-disconnector cable terminals.

9 Accessories are to include the following:

(a) two N.C. and two N.O. auxiliary contacts on each switch

(b) shunt trip release on fuse-switch combination

(c) earth fault indicator, operated by core-balance type current transformer, located near and outside cable box/termination's with indicator visible from front and with automatic reset.

34.3 EXECUTION 34.3.1 Installation 1 Equipment Bases: ensure that concrete bases and foundations provided for

installation of equipment are constructed in accordance with approved shop and construction drawings and equipment manufacturer’s drawings and that holes for fixings bolts and provisions for passage of cables, etc. are provided as required.

2 Install switchgear and accessory items in accordance with manufacturer's written

installation instructions and the following specifications:

(a) Anchoring: Anchor each switchgear assembly to two 100 mm minimum channel iron sills by tack welding or bolting.

(b) Sills shall suit the switchgear and shall be leveled and grouted flush into the floor.

(c) Platform: Where a membrane-waterproofed floor or pressure slab is indicated under a switchgear location and elsewhere, where indicated, there shall be provided a concrete housekeeping pad. The 100 mm channel sills specified above shall be provided in the pad.

Page 255: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/32 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets and temporary blocking of moving parts from switchgear units and components.

4 Framed Operating Instructions: Printed basic operational instructions for

switchgear, including key interlocking sequence, if any, and emergency procedures, framed under clear acrylic plastic on the front of the switchgear are to be provided.

5 Cable Trenches: ensure that trench construction and covers provided for installation

of power and control cables are in accordance with approved shop and construction drawings.

34.3.2 Earthing 1 Earthing to be as per paragraph 9.4 of QGEWC Specification ED/02-60. 34.3.4 Connections 1 Install all incoming and outgoing cable supports, cable ends and termination fittings

required for HV, MV and control cables. 2 Tighten electrical connectors and terminals in accordance with manufacturer's

published torque-tightening values. 34.3.5 Testing and Commissioning 1 General: Comply with applicable IEC standards or the international Electrical

Testing Association (INETA) including Standard ATS, "Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems" where no other local standards have precedence.

2 Pre-testing: Upon completing installation of the system, perform the following

preparations:

(a) Equipment: inspect equipment upon delivery to site and report any damage to the Engineer.

(b) Switchgear: inspect and check switchgear for completeness and as recommended by the manufacturer and check phasing of buses, contact alignment and clearances.

(c) Components: check component ratings, types, sizes and wiring connections, including current and voltage transformers, fuses, switches, instruments and relays.

(d) Make insulation resistance tests of switchgear buses, components, and connecting supply, feeder, and control circuits.

(e) Make continuity test of circuits.

(f) Provide Manufacturer's installation and testing instructions to test organization.

3 Test Procedure: Conform to the following: (a) Test objectives: To assure switchgear installation is operational within

Page 256: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/33 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

industry tolerances and is installed in accordance with the specified requirements, and is suitable for energizing.

(b) Procedures: Make field tests in accordance with applicable IEC standards.

(c) Schedule tests and notify Engineer at least one week in advance of test commencement.

4 Protective Relay Settings: Set in accordance with manufacturer's instructions and the coordinated QGEWC

systems requirements. Settings given on drawings shall be verified to be accurate for final system configuration and parameters. Where discrepancies are found, final relay settings shall be recommended to the Engineer, and any revised settings accepted by him shall be used by the test organization to make the final adjustments.

5 Tests: Perform high-potential test of switchgear and accessories and such other

tests and examinations as are needed to achieve specified objectives, including the following:

(a) Perform mechanical and electrical operator tests. Check main and auxiliary

contact alignment.

(b) Check arc-interrupter operation on load-interrupter switches.

(c) Verify key interlock operation.

(d) Test insulation resistance on each phase to ground and from each phase to each other phase.

(e) Test a.c. overpotential as recommended by IEC standards.

(f) Test contact resistance across each main contact set. Report contact resistance in excess of manufacturer's tolerances.

(g) Test polarity and ratio of CT's.

(h) Test protective relays to determine pickup parameters. Verify accuracy of timing setting for three points on time dial curve.

(i) Trip each circuit breaker by operating each associated protective relay.

(j) Measure minimum pickup voltage of each trip and close coil.

(k) Test arc chutes for losses in accordance with manufacturer's instructions.

(l) Check integrity and insulation of ground and test device.

(m) Check calibration and adjust ammeters and voltmeters.

(n) Verify operation of all auxiliary and emergency equipment. 6 Retesting: Correct deficiencies identified by tests and retest switchgear under such

circumstances. Verify by the system test that the total system meets the specified requirements.

34.3.6 Final Adjustments 1 Upon completion of installation, inspect interior and exterior of switchgear. Remove

paint splatters and other spots, dirt, and debris. Touch up scratches and mars of

Page 257: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/34 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

finish to match original finish. 34.3.7 Demonstration 1 Training: Conduct a minimum of two days’ training in operation and maintenance.

Include both classroom training and hands-on equipment operation and maintenance procedures.

2 Schedule training with at least seven days' advance notice.

Page 258: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/35 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Part 35 as follows: PART 35 EXTRA HIGH VOLTAGE CABLES 35.1 GENERAL 35.1.1 Scope 1 This Part includes single and multiple conductor cables and splices, terminations,

and accessories for cables above 11,000 V rating. 2 Related Parts and Sections are as follows:

This Section: Part 1 General Provisions for Electrical Installations

Part 6 Cables and Small Wiring

Part 31 Power Distribution Transformers

Part 32 11 KV Switchgear 3 General This section deals with the specific technical requirements related to material,

equipment, execution of works and all other activities necessary for the implementation of works related to 132 kV and 66 kV cables.

132 and 66 kV power cables shall be connected to the existing QGEWC

transmission system and, after connection, shall form part of the system. The EHV circuits that will be installed and connected shall be as specified by the Engineer. The new lines shall meet the requirements of the existing system.

The 11 kV circuits that require diversion and hence new installation in specific

locations are indicated on the Drawings, and they are covered in QCS Section 21, Part 6.

35.1.2 Submittals 1 The following documents to be submitted to QGEWC for approval:

(a) Product data on cables and cable accessories including descriptions and detailed specifications.

(b) Shop drawings of joints and terminations.

(c) Product certificate signed by manufacturer that its products comply with the specified requirements.

(d) Installer certificates signed by manufacturer of cable splicing and terminating products that Installers comply with training requirements specified under "Quality Assurance".

(e) Installer certificates signed by Contractor that Installers of cable splices and terminations meet the experience qualifications specified under "Quality Assurance".

Page 259: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/36 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(f) Product Test Reports: Certified reports of manufacturers' factory production and final tests indicating compliance of cable and accessories with referenced standards.

(g) Report of Field Tests: Certified copies of field test records. (h) Maintenance data for cables and accessories, manufacturer's written

instructions for periodic tests of cables in service, operating instructions for fault indicators and separable insulated connectors and their accessories.

35.1.3 Quality Assurance 1 Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of

high-voltage electrical cable to perform the installation specified in this section. In addition, for the specific work of cable splicing and terminating, engage Installers who are experienced in cable splices for the specific types of cable and cable accessories specified in this Section.

2 Standards Compliance: Cables and components shall be marked, listed and

labelled by Manufacturer in accordance with the approved standards of manufacture (IEC, BS, UL, DIN, UTE, NFC, ICEA, etc.).

3 IEC Compliance: Components and installation shall comply with the relevant IEC

Standards and the local Authority specification having jurisdiction. 4 Electrical Component Standard: Components and installation shall comply with

NFPA 70 "National Electrical Code". 5 IEEE Compliance: Comply with applicable IEEE standards including C2 "National

Electrical Safety Code". 35.1.4 Delivery, Storage and Handling 1 Deliver extra high and high-voltage cable on factory reels conforming to Standard

applicable or as otherwise specified. 2 Store cables on reels on elevated platforms in a clean, dry location. 35.1.5 Warranty 1 Special Project Warranty: Submit a written warranty, mutually executed by

manufacturer and the principal Installer, agreeing to repair or replace high voltage cables, splices, and terminations that fail in materials or workmanship within the special project warranty period specified below. This warranty shall be in addition to, and not a limitation of, other rights and remedies the PWA may have against the Contractor under the Contract Documents.

2 Special Project Warranty Period: 2 years beginning on the date of Substantial

Completion. 35.2 PRODUCTS 35.2.1 Environmental Conditions 1 The following conditions apply:

Page 260: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/37 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(a) Altitude above sea level : Below 1000 m (b) Distance from sea : Less than 10 km (c) Wind speed : 140 km/h Prevailing wind direction NW to

NNW (d) Ground water level : 2-70 m (e) Pollution level : Air heavily laden with dust and

salt (vide IEC 8.15, Table 1) with high percentage of salt

(f) Creepage distance phase to phase : 35 mm/kV (Vide IEC 815) (based on the highest phase to phase system voltage)

(g) Isokeraunical level : 20 thunderstorm days per year (h) Lightning current (peak) (for protective earthing) : 60 kA (i) Earthquake factor : intensity approx. VI of M.M Scale

(Modified Mercalli Scale) (j) Design absolute maximum

temperature : 50 °C (k) Rainfall Summer : 13 mm, 1 month

Winter : 29 mm, 1 month 35.2.2 Current Carrying Capacity 1 The maximum continuous current capacity, maximum permissible conductor

temperature and the factors for determining such rating and temperature shall be based on IEC recommendation No. 287 and subsequent amendments and all actual conditions at site.

2 Cable rating calculations shall be submitted along with the offer based on the data

provided under "Design Criteria". The calculations shall be reconfirmed and approved after the Site investigations and before the manufacture.

3 The Contractor shall carry out, at his own expense, moisture content, water table

level, and soil thermal resistivity tests along the 132 and 66kV cable route and such other tests as he may consider necessary, sufficiently in advance of the manufacture of any cable, to satisfy himself that, the conditions on-site and his proposed arrangement of cables and method of installation are such that the maximum current carrying capacity can be maintained. If the Contractor considers that the conditions and the proximity to other power cables, spacing and method of installation are likely to reduce the maximum current carrying capacity below the declared value, he shall immediately notify QGEWC as to what the maximum current carrying capacity would be under these conditions and shall not proceed with the work on that portion of the route affected until QGEWC has given its permission.

4 Power cable sizes proposed for this project are based on the sizes of the existing

cables to which the new ones will be jointed. 5 The conductor and metallic sheath shall be adequate for carrying the specified

Page 261: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/38 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

short-circuit current when operating under the specified load conditions without deterioration of the di-electric or other component materials of the cable. The overall performance of the new circuit under specified load and short circuit conditions will be equivalent or superior to the original circuit.

35.2.3 Electrical Criteria for EHV Oil Filled Cables

Item No.

Description 132 kV 66 kV

1 Voltage between phases of three phase circuit kV

132 66

2 Number of cores 1 1 3 Sectional area of conductor (2) sq.mm 500 500 4 Conductor details: 4.1 Material Plain Copper

Special features, e.g. plain, tinned, died down, screened shaped, etc.

(Hollow, self-supporting type, screened )

5 Oil ducts: 5.1 Material Formed by segments 5.2 Nominal internal diameter 12.0 12.0

6 Maximum di-electric stress at the conductor, assumed smooth - MV/m

11.2 9.6

7 Minimum radial thickness of insulation between conductor and screen - mm

8.7 4.6

8 Insulating paper: 8.1 Type Kraft Paper Tape 8.2 Nominal thickness - mm 0.100 0.150

9 Core screen: 9.1 Material 9.2 Nominal thickness - mm *1 *2

10 Materials used for fillers Paper 11 Type of Impregnant (º) Low Viscosity Insulating

Oil Viscosity 20ºC - Centipoise 12 ~ 15 Viscosity 50ºC“ 4 ~ 6 Viscosity 85ºC“ 2 ~ 3

12 Binder cover laid-up cores: 12.1 Material Copper Woven Fabric 12.2 Nominal thickness - mm 0.3 0.3

13 Minimum radial thickness of metal sheath - mm

2.3 2.1

Page 262: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/39 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Note: *1 One carbon paper tape and one metallized paper tape intercalated with one carbon paper tape: 0,13, 0,14 and 0,13 respectively.

*2 Ditto as above, but: 0,15, 0,14 and 0,13 respectively.

Item No.

Description 132 kV 66 kV

14 Nominal diameter over metal sheath - mm 54 45

15 Composition of lead Sheath Lead alloy: Tin % 0.175 to 0.225 Cadmium % 0.06 to 0.09 Antimony % - - - - - - - - - - - - - - - - - - Lead % The Remainder

16 Wrappings under reinforcement: Rubber coated fabric tape Thickness - mm 0.5

17 Reinforcement material oof stress - MN/sq.m. 600 600 thickness - mm 0.10 0.10 of layers - mm 2 2 m working stress – MN/sq.m at

maximum static pressure of 525 kN/sq.m

71

59 18 Protective outer covering nominal

thickness P.V.C. sheath - mm 3.0 2.8 19 Nominal overall diameter of:

completed cable - mm 63 54 20 Nominal weight per metre of

completed cable - kg 12.5 10.4 21 Minimum radius of bend round

which cable can be laid: Laid Direct or in air - m 1.9 1.7 In ducts - m 2.2 1.9

22 Minimum internal diameter of pipes or ducts that can be used - mm 100 100

23 Maximum D.C. resistance of conductor per 1.000 m of cable at 20 ºC - ohm 0.0366 0.0366

24. Maximum A.C. resistance of conductor per 1.000 m of cable

Page 263: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/40 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Item No.

Description 132 kV 66 kV

at 85 ºC and 50Hz - ohm 0.04715 0.0473 25 Equivalent star reactance per

1.000 m of three-phase circuit at 50Hz (a) In spaced formation 0.23 0.23 (b) In trefoil - ohm ohm 0.11 0.10

26 Maximum. electrostatic capacitance per core per 1.000 m of cable at

50Hz - pF

415 x 10³

707 X 10³ 27 Maximum charging current per

conductor per 1.000 m of cable at nominal voltage - amp 9.9 8.5

28 Maximum continuous current carrying capacity per conductor when laid direct in the ground (Net g = 2.5 ºC/m/Watt) 1.1 m to top of cable at a ground

temperature of 35 ºC Sheaths bonded at both ends

28.1 One Three Phase circuit per trench (a) 132 kV 500 mm²: 3 x single core cables laid in Trefoil 389 A - (b) 66 kV 500 mm²: 3 x single core cables laid in Trefoil - 417 A 28.2 Two Three Phase Circuit per trench (a) 132 kV 500 mm²: 6 x single core cables laid in two 328 A - Trefoil groups with 700 mm between circuits (b) 66 kV 500 mm²: 6 x single core cables laid as (a) - 361 A between circuits. 28.3 Assumed maximum conductor Temperature 85 ºC 85 ºC

29 Maximum continuous current carrying capacity per conductor when drawn into pipes (filled with Bentonite Grout) at ground temperature of 35 ºC with Net g = 2.5 ºC/m/Watt with I. 1 m to top of cable.

Page 264: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/41 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Item No.

Description 132 kV 66 kV

29.1 One three phase circuit (a) 132 kV 500 mm²: 3 x single core cables laid Trefoil. 390 A - (b) 66 kV 500 mm²: 3 x single core cables laid Trefoil - 415 A 29.2 Two three phase circuits (a) 132 kV 500 mm²: 6 x single core cables laid. in two 319 A - Trefoil groups with 700 mm between circuits. (b) 66 kV 500 mm²: 6 x single core cables laid as (a) - 350 A 29.3 Assumed maximum conductor Temperature 85 ºC 85 ºC

30 Maximum continuous current carrying capacity per conductor when laid on rack in air at ambient temperature of 50 ºC (with cable duly clamped) 30.1 One three -phase circuit - amp. 708 728 30.2 Assumed maximum conductor temperature - ºC 85 85

31 Maximum power factor of charging kVA of cable when laid direct in the ground at nominal voltage, normal frequency and operating oil pressure, at a conductor temperature of: 15 ºC % 0.35 0.35 30 ºC % 0.30 0.30 45 ºC % 0.30 0.30 65 ºC % 0.28 0.30

85 ºC % 0.28 0.30 32 Maximum di-electric loss of cable per

1.000 metres of three-phase circuit when laid direct in the ground at nominal voltage, normal frequency and operating oil pressure at maximum conductor temperature - kW 6.36 2.90

33 Maximum power factor of charging

Page 265: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/42 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Item No.

Description 132 kV 66 kV

kVA of cable at normal frequency and operating oil pressure at a conductor temperature of 20 ºC at 50% nominal voltage % 0.30 0.35 Nominal voltage % 0.30 0.35 150% nominal voltage % 0.32 0.37 200% nominal voltage % 0.35 0.40

34 Sheath loss, including reinforcement of cable per 1.000 metres of three

phase circuit at nominal voltage, normal frequency and operating oil pressure, at maximum current rating: Laid direct in the ground with current per conductor as stated in item 28.1 (a) Trefoil - kW 2.1 1.93 Drawn into duct cluster with current per conductor as stated in item 29.1 (a) Trefoil - kW 6.61 7.55

35 Cable thermal resistance nominal design value

36 Oil pressure, above atmospheric Pressure 36.1 Minimum operating pressure

kN/sq.m

Cable and joints 20 Sealing ends 20

Pressure tanks: 1 Atmos - kN/sq.m - 1 ½ Atmos 59 2 Atmos - 3 Atmos - 36.2 Maximum operating pressure: Static conditions Cable and joints 525 Sealing ends 525 Pressure tanks: 1 Atmos - kN/sq.m - 1 ½ Atmos -

Page 266: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/43 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Item No.

Description 132 kV 66 kV

2 Atmos 441 3 Atmos - Transient conditions - Cable and joints 784 Sealing ends 784

37 Pressure/Volume characteristics of Pressure Tanks: Nominal size : 44 litre 88 litre 135 litre 180 litre 225 litre 300 litre

REFER TO QGEWC DRAWING NO. 7660/26/169

38 Oil Feed pipes: 38.1 Material and dimensions Copper inner diameter

12mm EXTRUDED BLACK PVC

38.2 Protective covering EXTRUMED BLACK PVC

39 Total oil volume per km of cable approx. litres/km

900 600

40 Maximum length per drum approx. - m 650 700 41 Maximum dimensions and weight of drum

arranged for shipping Diameter (m) Width (m) Weight (Gross weight) (kg)

2.42 1.50

9.300

2.42 1.35

8.100 42 Is the impregnating oil compatible with

Butmah Oil Type C6 and Pirelli Volfoil 10 Yes 43 Electrical resistance of cable sheath:

43.1 Nominal resistance at 20 ºC ohm/km

0.523

0.677

35.2.4 Site Survey 1 The proposed routes of the cable lines will be established within the way leave

accepted and approved by QGEWC. 2 Within a reasonable time after the Contract has come into force, the Contractor

shall verify the route through Design Enquiry Letter Procedure survey and agree a final route with QGEWC and confirm the arrangements.

Page 267: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/44 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Trial pits shall be opened by the Contractor at approved positions proposed by him, to determine the most suitable detailed route and position for the trenches. The width of trial pit shall be sufficient to determine the cable route, but not smaller than that of cable trench.

4 On the basis of the trial pits, detailed survey and the requirements of concerned

Government authorities relating to safety clearances, the Contractor shall arrange the necessary drawings to process the necessary RO (Road Opening) forms before the installation commences, as detailed in General Technical Requirements. Obtaining of RO approvals shall be Contractor’s responsibility and cost for these works shall be deemed to have been included in his Contract price. However, QGEWC will assist by issue of necessary letters, etc.

5 All routes shall be defined precisely, and shown in drawings at an approved

scale (1:500). The stable structures shall be indicated clearly as well as distances. The crossings with roads and underground installation shall be shown. Joint locations shall be identified clearly and sufficient section views shall be shown. Joint locations shall be identified clearly and sufficient section views shall be provided where necessary. The dates of installation of cable joints, cable drum serial No’s., name of jointers, shall be included in the "as-built" drawings. Cable section lengths shall also be given.

6 All drawings shall be subject to QGEWC’s approval. 7 The quantity of cables, accessories, etc. to be supplied shall be based upon this

survey. The programme for route survey works shall be agreed upon with QGEWC prior to commencement of the Works.

35.3 FURTHER REQUIREMENTS FOR EHV CABLES 35.3.1 132 and 66 kV Cable Line 1 Where EHV circuits that require new sections are oil filled, these shall be replaced

with oil filled cables. 2 Cable lines shall consist of independent circuits similar to existing requirements,

with the minimum spacing to QGEWC’s requirements. 3 The minimum following tests are required for the EHV cables:

(a) Conductor Resistance Tests:

The copper resistance of the conductors shall be measured by direct current at room temperature in accordance with IEC publication 141-1 and BSS 6480. The values thus obtained shall not be greater than the guaranteed values as per IEC Publication 141-1 and BSS 6480.

(b) Capacitance Tests:

The electrostatic capacitance of each drum length of completed cable shall be measured at length of completed cable shall be measured at power frequency and shall not be greater than the guaranteed values specified by the Engineer.

Page 268: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/45 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(c) High Voltage Tests:

The voltage tests shall be carried out with alternative current in accordance with IEC publications 141-1 for oil filled cables.

(d) Di-electric Power Factor/Voltage Tests:

Each drum length of completed cable shall be tested for power factor at normal frequency and at ambient temperature and at 100 and 200 per cent of normal. The power factor of the charging kVA, after correction to a temperature of 20 °C shall not exceed the guaranteed values stated in the schedules of guarantees. These guaranteed values shall be in accordance with IEC publication 141-1 and BSS 6480.

(e) Voltage Tests on Anti-Corrosion Coverings:

This shall be carried out in accordance with IEC-141 and IEC-229. Accessories:

(i) Visual dimensional checks on selected samples of each batch of joint boxes (not less than one joint box of each 50 boxes).

(ii) Tests to check inner lead sleeve composition.

(iii) Tests analysis of plumbing and solder to check compliance with B.S 219. Tests should be carried out on samples selected from each batch (but not less than one sample of each 200 sticks)

4 The continuous power rating per circuit under the conditions specified above must

be ensured for entire life span of the installation. The Contractor shall submit detailed calculations according to IEC 287, for the proposed equipment to confirm this requirement along with the bids.

5 In order to meet the specified current rating capacity, cross bonding of the metallic

sheathes with phase transposition at each joint shall be adopted. 6 The maximum conductor operating temperature shall be limited to 85 °C. 7 The special bonding of the metallic sheathes shall be designed according to

Engineer Recommendation C.55/2, issued by Electricity Council – Insulated Sheath Power Cable System.

8 The maximum value of circulating current losses in the metallic sheath and screen

shall be 3% of the conductor losses at full rated load current at maximum temperature and shall be taken into account when cable size is determined.

9 The maximum induced voltage at cable sheath at rated load current shall not exceed:

(a) 65 V normal working conditions

(b) 2.5 kV for ground fault conditions (25 kA earth fault current). 10 The metallic sheath (lead alloy) shall be able to carry the complete earth fault

current for the specified period. Each component shall be checked to ensure that there is no overloading when they carry fault current together. This shall be confirmed by calculation as per IEC 949.

Page 269: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/46 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

11 Cyclic and emergency ratings shall be guaranteed by the Contractor. Calculation of these rating shall be carried out according to IEC 853.

12 During installation, when crossing with other heat sources, or laying at depths

deeper than 1.1 m at the crossings or such similar conditions, the Contractor shall maintain the specified rating, either by application of the special stabilised backfill or by increasing the phase spacing. For every situation the arrangement with relevant calculations shall be submitted to QGEWC for approval, prior to installation.

13 Specific thermal resistance of 2.5 °C m/W shall be maintained even for completely

dry backfilling material. This has to be confirmed before placing the backfill materials in the trench. The ground temperature at depth of laying as well as the thermal resistance of the backfilling material shall be controlled during the cable installation and shall form part of the installation procedure. The Works, material or labour supply necessary to meet this requirement is deemed included in the Contract price.

14 Application of the special backfill in order to achieve cable rating shall be allowed

where conditions require so, without additional cost.

35.4 CABLE ACCESSORIES 35.4.1 General 1 All cable accessories (sealing ends, straight joints, link boxes, etc.) must be of an

approved and reliable design. The accessories design shall be confirmed by performance of the type test as defined elsewhere. For the EHV cables, the joints should be furnished from the cable supplier or from a supplier with a previous history with the cable supplier.

2 The maintenance requirement shall be brought to minimum, but the design shall be

such to enable easy maintenance without disturbing the other items in the system. 3 The voltage stress grading shall be achieved by stress cone device. 4 Design of sealing ends shall comply with IEC 859. Bonding and earthing system shall comply with IEEE 80 and C55/4 requirements. 5 The earthing resistance of the joint bay earthing system shall not exceed value of

5 ohms. 35.5 TELECOMMUNICATION REQUIREMENTS 35.5.1 General The following clauses provide information about the existing telecommunication

system: 1 The QGEWC Telecommunication System of Qatar Power Transmission System

covers transmission of data, tele-protection signals and telephone messages.

The QGEWC telecommunication System consists of 3 networks:

Page 270: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/47 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(a) Data communication network

(b) Tele-protection signalling network and

(c) Telephone network 2 Communication lines of newly relocated 132, 66 and 11 kV cables shall be

connected to QGEWC Telecommunication System on the same principles of existing system. Each EHV and HV circuit shall be accompanied by a fibre optic cable, which will be connected to the communication equipment in each respective location. The fibre optic cables will be installed and tested to insure that all tele-protection, data communication, and voice communication systems are maintained as the existing system. All signals between substations shall be retested following installation of new circuits.

35.5.2 Fibre Optic Links 1 Two fibre optic pilot cables along the proposed power cables laid on independent

way leaves with two appropriate optical line equipment of capacity of 120 telephone channels and one multiplex equipment shall be applied for connection of Existing Substation, to QGEWC Telecommunication System.

2 Error performance and availability objective from ITU-T Recommendation and

Reports has been used as criterion in fibre optic links calculations, as well as: (a) GuaranteedBER during life

time of the system 10-10

(b) System margin (dB) 3 3 Requirements for fibre optic cable and accessories are given below under the

heading entitled “35.16 Fibre Optic Cable and Accessories”. 35.6 CROSSING WITH OTHER UTILITIES AND INTERFERENCE WITH PIPELINES 35.6.1 General 1 In case of crossing with the other installations the following have to be observed:

(a) Clearances between installations shall be according to "Guideline for Planning Works in the Vicinity of EHV Installations", issued by QGEWC (old MEW), May, 91.

(b) The service authorities may imply additional requirements (mechanical protection, etc.) through the work permit procedure. This has to be complied with by the Contractor, and it is considered included in the Contract price.

(c) In case of the crossing with the other heat sources the special attention shall be paid to cable current rating calculations, and additional measures have to be applied.

2 At the crossing with the existing installations the new cable shall be preferably

installed beneath, always taking into account the current rating requirements. If necessary, the phase spacing could be increased at the crossing point.

Page 271: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/48 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 After opening of the existing installations and before cable laying, the sketch of the final arrangement shall be approved.

4 Each crossing point shall be clearly marked with the route markers, after backfilling. 5 In case of running parallel with pipelines, the Contractor shall carry out the following

checking before starting installation works:

(a) calculation of the induced voltage on the pipeline for the normal working conditions and earth fault conditions

(b) influence due to galvanic coupling between the installations

(c) checking of influence on the pipeline cathodic protection system

(d) possibility of the accelerated corrosion of the metallic structures of the cable line

(e) any requirement arising from these calculations shall be implemented by the Contractor, and are deemed included in the Contract price.

35.7 CIVIL WORKS CRITERIA 35.7.1 General 1 Two circuits in one trench shall be accepted only following QGEWC’s approval of

the clearance requirements. 2 Method of laying is direct burial in ground with exception of the road crossing where

cables are to be laid in ducts. The supply and installation of the supporting structures is part of this Contract.

3 Concrete pits and tunnels/trenches at road crossing and areas subject to traffic

shall be designed for the maximum wheel load of 6T. (maximum axle load of 12.5T).

4 Concrete structures at and below ground level are to be constructed using sulphate

resistant cement only. 5 All foundations and concrete surface at and below ground level are to be isolated

from contact with soil in accordance to QGEWC specifications. The cable route is mainly located parallel with existing or proposed roads, and in

principle agreed with the concerned authorities. 35.7.2 Cable Laying Condition 1 The cables shall be laid in flat formation. 2 The material surrounding the cable in its trench must not damage the cable surface

and must be suitable for restraining the cable against any thermal expansion or traffic induced movements and, also must be suitable for thermal dissipation from the cable to its surrounding. Bedding material must be sufficiently dense to ensure that the value of thermal resistivity of cable environment should not exceed 2.5°K - m/W even if dried out due to cable loading. The compaction of backfill to obtain a

Page 272: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/49 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

low thermal resistivity is usually carried out with vibrating plates and punners. The cables shall be laid on approximately 200 mm of sand fill, which will be placed to form a bed for a cable. Upon completed laying of a cable it shall be covered with additional sand layer 200 mm thick above the top of the uppermost cable.

3 The reinforced concrete slabs are to be used as mechanical protection over the

cables. They shall be carefully centred over the cables, and each cover being closely interlocked with the adjacent covers along the entire length of cable.

4 The width of protective covers shall be enough to overlap cable circuits on both

sides with 100 mm at least. Cable slabs shall be covered with a 50 mm layer of sand followed by 250 mm of backfill over which PVC warning taped shall be laid. Semi-permeable membrane shall be provided where the water table is found above the cable laying depth.

5 QCS requirements shall be applied where necessary. After installation of the

cables, regularly spaced markers will identify the routes. Route markers are required at both ends of joints crossing points, location where route changes direction at both ends of road crossing ducts, locations where site repairs have been carried out to the approval. Different designs of route markers will be required to suit: (a) unmade ground, (b) paved areas, (c) landscaped areas. Route markers shall be installed at specific intervals of about 50 m.

6 Before commencement of excavation works, opening of trial pits shall be carried out

at points where obstacles or crossings with other underground installations might be expected and final cable route and method of cable laying shall be determined after this checking. Appropriate sketches/drawings shall be submitted for approval for each crossing before commencement of cable laying.

7 On road crossings cables are to be laid in PVC ducts embedded in concrete 1:3:6

to enable fastest repair of carriageways and easier replacement of cable in case of cable fault. Also on crossings with the proposed roads cable are to be laid in ducts. Continuous ducts length shall not exceed 30 m. Before commencement of excavation works it is necessary to install all ducts under the future streets at cable crossings which shall be extended by at least 1 m on either side of the crossings, to prevent damage to the cables during the construction of the streets. At all crossings one set of spare ducts for each cable circuit shall be provided to avoid future excavation on roads.

To maintain thermal resistance in ducts equal to the adjacent directly buried

sections, pumpable filling materials have to be used. Bentonite mixture with a small quantity of cement or similar materials can be used. This material has to be such that it is easily removable. Sample of mixture shall be prepared and tested for thermal resistivity and easy removal before its acceptance for implementation.

8 The procedure of applying for cable route approval shall be as per QGEWC

requirements and shall be carried out prior to the commencement of the installation works.

9 The former Ministry of Municipal Affairs and Agriculture specifications shall be used

as a guide for the reinstatement of road works, unless specified otherwise by the Engineer.

Page 273: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/50 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10 The cable route shall follow the hierarchy specified by QGEWC. Route drawings shall be produced by the Contractor and shall be detailed and accurate in order that they offer easy reference to locate the cables exactly at a later date, by showing the arrangement of cables as laid with complete information regarding their depth, joint locations, services crossed, their location with respect to adjacent permanent structures, etc.

11 Position of each joint bay shall be exactly determined during route identification.

This position thus chosen shall be easily accessible for installation works and later for maintenance of the installations.

35.7.3 Cable Joint Bay - Arrangement 1 Joint bay shall be constructed with concrete floor on which the finished joint rest

and with width sufficient to allow an increase of spacing between the phases within the joint bay as compared with that in the cable trench.2 This increase of spacing is necessary for the practical reasons to allow adequate access for the jointer to carry out his work but is also necessary for thermal reasons to avoid excessive temperatures within the joint. Joints shall be staggered fully and segregated, and mounted on concrete supports. The final arrangement shall be submitted for approval.

3 Cables have to be supported in the length between the point where they enter the

joint and the floor of the trench. Concrete blocks with clamps may be used under the cable and joint for their support. The joint bays shall be filled with sand.

Covers of joints, pits, etc., should carry truck load 6T per wheel (and the specified

axle load). They shall be of removable type with facility for lifting. 4 Pilot cable joints shall always be located at the main cable joint pit and shall include

the laying or re-make loop at each joint. 5 Each joint bay has to be properly marked. 35.7.4 Soil Thermal Condition 1 The soil thermal conditions are assumed as follows: 2 Maximum temperature of soil at 1.2 m depth: 40 °C 3 Maximum thermal resistivity of ground: 2.5°K- m/W 4 In the calculation of current rating, the soil has been assumed to have constant

thermal resistivity of 2.5°K - m/W regardless of the heat input from the cables. The Contractor shall maintain this figure even in case of the moisture migration and completely dry soil.

5 The main factors determining thermal resistivity are: composition density, moisture

content and degree of saturation, burial depth of cables and soil and cable surface temperature.

6 The Contractor shall check these factors at two stages:

Page 274: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/51 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(a) The Contractor shall carry out tests of soil characteristics along the cable route prior to excavation of trenches. These tests shall be carried out at as many points as are dictated by variations in soil material and levels, and in any case at each trial pit.

(b) Upon completed trench excavation, the Contractor shall, if and when required so by QGEWC, test the thermal properties of the soil in an open trench.

(c) The costs of these tests are deemed to be included in the installation costs of the Contract price.

(d) Each test shall comprise the excavation of a trial pit down to 1.3 m depth and the measurement of soil thermal properties and its temperature and moisture content.

(e) A sample of soil shall also be taken from the trial pit for further laboratory analysis if required by QGEWC.

7 After completion of the trial tests specified, the Contractor shall submit his

proposals for meeting the requirements for a maximum net thermal resistivity as specified, for approval by in case of crossings with the other installation the following have to be observed.

(a) Clearances between installations shall be according to "Guideline for Planning

Works in the Vicinity of EHV Installations", issued by QGEWC (old MEW), May, 91.

(b) The existing installation authority may imply additional requirements (mechanical protection, etc.) through the work permit procedure. This has to be complied with by the Contractor, and it is considered included in the Contract Price.

(c) In case of the crossing with the other heat sources the special attention shall be paid to cable current rating calculations, and additional measures have to be applied.

8 Ministerial Circular No. 6 (with all latest revisions and additions) shall be followed

for working in the vicinity of power cables. 9 At the crossing with the existing installations, the new cables shall be preferably

installed beneath, always taking into account the current rating requirements. If necessary, the phase spacing could be increased at the crossing point.

10 After opening of the existing installations and before cable laying the sketch of the

final arrangement and method statement shall be approved, before cable installation.

11 Each crossing point shall be clearly marked with the route markers, after backfilling. 12 In case of running parallel with pipelines, the Contractor shall carry out the following

checking before starting installation works:

(a) calculation of the induced voltage on the pipeline for the normal working conditions and earth fault conditions

(b) influence due to galvanic coupling between the installations

Page 275: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/52 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(c) checking of influence on the pipeline cathodic protection system

(d) possibility of the accelerated corrosion of the metallic structures of the cable line

(e) any requirement arising from these calculations shall be implemented by the Contractor, and are deemed included in the Contractor Price

(f) the minimum size of cable trench is specified in the Contract Drawings, but the Contractor may propose and increase this size to meet his obligations with no extra cost.

13 During the construction (backfilling) before placing the material in the trench. This

checking could be repeated during the cable laying at the discretion of QGEWC. 14 During the site survey the trial pits shall be opened and the following measurements

shall be taken:

(a) ground temperature

(b) moisture content

(c) thermal resistivity 15 The location of the trial pits shall be chosen based on the local soil conditions as

well as at the zones where other services are expected to decide exact cable routing.

16 The measurement results shall be provided in the form of chart with the cable

length on X-axis and other parameter shown on the Y-axis for each measured location. This will enable identification of the hot spots along the route.

17 Prior to placing in the trench, the backfilling has to be confirmed through the site

tests and current rating calculations before it is approved for application. 35.8 TESTING 35.8.1 132 and 66 kV Cables 1 Apart from the testing requirements specified herein, the Contractor shall

coordinate with QGEWC for additional testing requirements. 35.9 SEALING ENDS 35.9.1 General Construction 1 The cable termination shall be of an approved and reliable design. Terminating

proposals shall be made available by the Contractor before the final approval on the equipment design. Satisfactory type test certificates shall be submitted to the Engineer. The Contractor shall be obliged to carry out one example termination to demonstrate satisfactory performance of the same in gas and oil tight enclosures under all conditions of maximum and operating pressures as well as during testing.

2 The termination shall be designed to restrict the voltage gradients to the safe values

both inside and outside the termination and shall be compatible with the SF6 switchgear or transformer cable box.

Page 276: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/53 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The terminations shall be complete with suitable supporting and lifting arrangements. The design shall be such that stresses due to expansion and contraction in each part of the insulator and fittings shall not lead to the development of defects.

4 The design of all terminations (if any) shall be such as to permit easy cleaning. 5 The termination shall be solid type or filled with oil of an approved type compatible

with the main cable insulation. The design shall be such as to prevent the formation of air spaces and air pockets during filling. Means shall be provided to ensure that the filling medium is maintained under pressure if required during the termination procedure. External oil expansion tanks are not permitted.

35.9.2 Accessories 1 Disconnecting link box shall be provided on all sealing ends terminating metallic

sheathed cables. Earthing clamps shall be fitted to all boxes. 2 A separated earth terminal of adequate dimensions shall be provided on the main

metalwork of all termination points. 3 Supporting structures for all cable terminations shall be provided as part of this

Contract. They shall be of an approved design and as appropriate. 4 All steelwork shall be galvanized in accordance with BS 729 and the requirements

specified in the QCS and herein. 5 Foundation bolts and plates or steel stubs shall be provided and shall be firmly

keyed and grouted into foundation blocks. Complete details of the structures with dimensions and loading shall be provided by the Contractor to enable the foundation design to be checked. Responsibility for final grounding and levelling of the structures and co-operation with the other contractors shall form part of this Contract.

6 All steel structures shall be provided in accordance with the requirements of Section

16 of QCS. 35.9.3 Execution 1 Support structures adjacent to the termination shall be earthed against accidental

touch (in accordance with IEEE 80). 2 The Contractor shall liaise with manufacturer of existing switchgear to obtain details

of equipment into which the new cables would be terminated in order to clarify the design and manufacture of the cable termination and its enclosure.

35.10 EHV CABLE JOINT 35.10.1 General Construction 1 All cable joints shall be of an approved and reliable design.

Page 277: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/54 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 Complete description and instructions for the jointing method to be used at site shall be submitted before equipment approval. The instructions shall contain information concerning jointing of the cores, copper to copper, insulation, semi-conductive layers, metallic screen or sheath, sheath covering, bedding, etc.

3 The Contractor shall provide joint boxes to protect the joint under all conditions of

service and the joint boxes shall be designed to exclude ingress of moisture and all foreign matters.

4 The Contractor shall note that the specially constructed jointing bays are required

and shall recommend horizontal distance and staggering to be maintained between joints of adjacent cables. Full details of joint bays shall be submitted by the Contractor.

5 For the 132 kV circuits, the Contractor will lower the existing joints and link boxes in

the new underground joint chamber, in coordination with QGEWC. The link boxes will be disconnected and re-connected in the new location. All existing components of the existing link boxes will be safeguarded and protected to insure proper relocation.

35.11 BONDING OF METALLIC SHEATHS 35.11.1 General 1 The metallic sheaths of the 132 and 66 kV cables shall be specially

bonded (i.e. sectionalising cross bonding method shall be applied). The installation shall fully comply with Engineering Recommendation C.55/4 issued by Electricity Association, 1989.

2 The conductors and sheath of single-core 132 and 66 kV cables shall be successively transposed at each joint pit location.

3 The cross-bonding system of the single-core 132 and 66 kV cable sheath circuit as

well as design of the relative individual accessories shall be subject to the approval. Insulation flanges at each joint are required to simplify fault locations at the cable sheath.

4 The standard delivered drum length shall include a maximum tolerance of

approximately ± 50 metres for achievement of perfect cross bonding and the pertinent calculation shall be submitted with the approved cable route.

35.11.2 Execution 1 The cable sheaths shall be directly earthed through link boxes at every third joint pit

and at terminations. 2 At intermediate joints the sheaths shall be earthed through voltage limiters to limit

steep-fronted transient over voltages to a value which can be safely withstood by the sheath insulation (i.e. in addition to the cable over-sheath this includes external joint insulation, terminal base insulation, sheath sectionalising insulation if any, as well as the insulation of the bonding leads and link boxes themselves). The specification of surge voltage limiters is given in clause 2.10.

Page 278: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/55 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

35.11.3 Characteristics 1 The bond connection must be able to carry the normal sheath current as well as the

maximum fault current without undue heating. The completed bonding system shall be subject to a test after installation. The cables used for cross-bonding leads shall be of a twin conductor concentric design with an inner insulation of PVC or XLPE and an outer insulation of PVC.

Earthing at each joint location shall comprise of tinned copper wires and insulated

copper earth connections of not less than 300 mm² copper cross section, all supplied and installed by the Contractor complete with stainless steel link boxes at each joint and cross-bonding links. All DLBs shall be housed in reinforced underground concrete pits necessary for easy access and disconnection to facilitate periodical serving tests. Lids of concrete pits shall be made of steel reinforced concrete with two handles sufficiently strong to the weight of lids used. These shall move freely and shall not project after being placed in position. They shall be designed for heavy traffic loading.

2 The size of lead covered copper earth cable shall be adequate to carry the full,

expected fault current for the cable system. 3 The individual ground resistance at each earthing point shall not exceed 5.0 ohm

and shall comply with requirements of IEEE 80. Where necessary, additional earth rods shall be provided to obtain this value.

35.12 LINK BOXES 35.12.1 General 1 All link boxes shall be designed, manufactured, tested and supplied as per

Engineering Recommendation C.55/4 – Insulated Sheath Power Cable Systems. 2 All bonding links and SVL shall be housed in stainless steel boxes, which shall be

earthed by connection to the adjacent earth electrode system. Voltage Limiters (SVL) and associated links shall be housed in a common box. Cross bonding link boxes shall be buried, horizontal type with diving bell lids suitable for installation in shallow pits below ground surface. Cross bonding cabinets shall be mounted clear of the bottom of pit. The highest point of a pit-mounted box shall be not more than 1m below ground level.

35.12.2 Characteristics 1 Link boxes shall be water and dust proof, with protection class IP 65. The lid of

each box shall have a label fitted externally bearing the Company’s standard message. The label shall also give circuit identification details.

2 Phase identification label shall be provided adjacent to each terminal. 3 Link boxes shall be lockable and supplied complete with padlock and keys to suit

master series.

Page 279: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/56 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4 The containment of the link box shall be designed so that it can withstand the effects of at least a moderate power arc. The insulation between links must be capable of withstanding the following voltages, with an additional margin of 25%.

(a) DC voltage of 10 kV, used for maintenance testing of the sheath insulation,

(b) Highest 50 Hz voltage arising between sheaths during a system fault,

(c) A 1.2/50 microsecond impulse voltage with a maximum value equal to the protective level as stated in C55/2 Recommendation.

35.12.3 Execution 1 Bonding cable entries at sealing end terminations shall be from bottom only and

shall be gantry mounted. 2 Inside the box, cross bonding connection shall be made by links, which shall be

removable to allow voltage testing of the cable sheaths. The links shall be able to be removed for testing without distributing the cable leads.

35.13 BONDING LEADS 35.13.1 General 1 All bonding and earthing leads shall have PVC insulated stranded plain copper

conductors and shall be of concentric construction. 2 Design of bonding leads shall be based on data given in paragraph 1 above.

Electrical criteria: Cross section of copper conductors shall be sufficient to meet the imposed short circuit duty without excessive temperature rise, but not less than 300 mm². Relevant calculations shall be made according to IEC Recommendation Nos. 949 and 986. The electric strength between inner and outer conductors must be consistent with the electric strength of the joint sleeve-sectionalising insulator, both at power and impulse frequency. The insulation level between outer conductor and ground must be half this value.

3 The exterior surface of all bonding leads shall be coated with graphite to serve as

an electrode for voltage testing. The outer insulation shall be embossed with words as per Company’s Standard.

4 All concentric leads shall be as short as possible, and no bonding lead shall exceed

10 metres in length. 35.14 SHEATH VOLTAGE LIMITERS (SVLS) 35.14.1 General 1 The Sheath Voltage Limiters shall be of gap-less type arrester (zinc oxide type) with

the characteristics of the non-linear resistor. SVL shall be star connected with the star point normally earthed.

2 The SVL unit must be capable of continuously withstanding the sheath standing

voltage applied to it during full load or emergency overload.

Page 280: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/57 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The unit selected for service in each and every situation shall be such as not to be endangered by the calculated impressed voltage resulting from the maximum prospective short circuit current in the cable system.

4 When subjected to transient currents up to 10 kA, their residual voltage must not

exceed approximate 10 kV. It must be capable of dissipating without damage the energy developed in case of switching associated with faults external to the cables.

35.15 CABLE TILES, WARNING TAPE AND ROUTE MARKERS 35.15.1 General 1 Refer to QCS Section 21, Part 25 or as specified by the Engineer. 35.16 FIBRE OPTIC CABLE AND ACCESSORIES 35.16.1 General 1 This item contains equipment requirements for pilot fibre optic cable and

accessories. Design criteria shall be in accordance with IEC (793-1, 2 794-1, 2) and ITU-T (G.652) recommendations as well as Telecommunication system requirements, as given above. Type test certificate for FO cable is required.

35.16.2 Characteristics 1 Fibre Optic Pilot Cable

(a) Operating conditions:

Type of optical cable metal-free, with single mode fibres Number of optical fibres min. 12 Refractive index profile matched Cut-off wavelength at 1.300 nm at 1.550

1.100 to 1.280 nm 1.350 to 1.580 nm Operational wavelength window 1.300 or 1.550 nm Attenuation coefficient (dB/km) at 1.300 nm at 1.550 nm

≤ 0.40 ≤ 0.25 Dispersion coefficient (ps/(nm-km)) at 1.300 nm at 1.550 nm

≤ 3.5 ≤ 20 Temperature dependence Range 0 °C to 40 °C (dB/km) < ± 0.05 Application trunk or junction networks, for

transmission speeds up to 565 Mbit/s

(b) Installation data:

Laying arrangement "below in" of cables in HDPE ducts (40 mm) buried in ground along with power cables, under roads in PVC ducts 100 m

Depth of laying 1.0 to 1.5 m

Page 281: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/58 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Width of the trench depending on power cable formation Maximum soil temperature 40 °C at 1.2 m depth Maximum pulling force 1.000 N Minimum bending radius 400 mm

(c) Cable Construction Data:

Type of optical fibre single mode Mode field diameter 9.5 ± 0.5 µm Mode field non-circularity max. 6% Mode field concentricity error 1 µm Cladding diameter 125 µm Cladding non circularity max. 2% Primary coating acrylate or silicon Diameter over primary coating 250 ± 10 µm Type of secondary coating Loose-buffered Type of central strength element fibre-reinforced plastic material Peripheral tensile strength elements high-tensile plastic and/or glass yarns Type or belt insulation PVC tapes Type of outer sheath PVC Type of anti-termite protection "rigid" plastic over the cable sheath Typical delivery length up to 4.000 m (usually 2.100 ± 100 m) Fibre optic joint closures

2 Fibre optic joint closures for fibre optic communication / pilot cables (if any) shall

have following characteristics:

Splice capacity min. 12 fibres with a loose buffered Installation alternatives direct buried, in manholes, on portal

support Attenuation max. 0.1 dB/splice

3 Optical terminal boxes for fibre communication and approach cables shall have the

following characteristics:

Splice capacity min. 12 fibres with a loose buffered Installations wall - mounted type Attenuation 0.5 - 1 dB/per connector

0.1 dB/per splice Optical connectors F.C. - P.C. type

35.17 INSTALLATION REQUIREMENTS 35.17.1 General 1 The arrangement of cables and all methods of laying and installation, including any

special methods, which may be necessary, shall be subject to approval of QGEWC.

Page 282: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/59 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2 Each length of cable and joint bay shall be allotted a distinctive and separate reference number. This number shall appear on the test sheet covering the respective length of cable, shall be clearly marked on the cable drum on which the cable length is delivered to site. It shall be referred to in invoices and Advice Notes and recorded on the route plans.

3 The cables may be laid directly in the ground, installed in cable trenches, shafts,

pipes, ducts on concrete troughs or on racks in air in accordance with the route requirements and approved installation practices.

4 Adjacent to terminations and joints the cables shall be laid in a loop or snaked in

the ground in order to provide approximately 3 metres spare length on each side to facilitate re-termination and re-jointing at a later date, if necessary. It may not be possible, however, to loop the power cables adjacent to terminations due to the dimensions allocated for the cable route and this requirement will therefore be assessed by QGEWC on a case-by-case basis.

5 The Contractor shall ascertain from the cable manufacturer, the limitations of the

PVC over-sheath with respect to exposure to sunlight and the maximum temperature for cable laying governed by the tensile strength of the over-sheath at high ambient to QGEWC in writing and approval of the method of repair must be obtained. The position of the damage must be accurately recorded prior to commencement of repair.

6 Only damages to outer PVC sheath shall be permitted for repairs. 7 The depth of laying cables from the surface of the ground to the top of the cable

must satisfy the requirements of the Local Municipality and relevant Statutory Authority. The said depth shall not be less than 1.1 m.

8 It shall be measured from the ground level to the upper surface of the top most

cable. This depth may be increased in selected parts of the route or locally to avoid other service installations. On the Central Reserve and on the foot path the depth shall be measured from the Finished Road Level.

9 Unless it has been agreed that the construction of cables is such as to permit laying

at sub-zero temperatures, cable laying shall take place only when the ambient temperature is above 0 °C and has been at this temperature for at least 24 hours, and approved special precautions have been taken to keep the cable above this temperature to avoid risk of damage during handling. Cabling laying shall not be permitted above ambient temperatures recommended by the cable manufacturer.

10 All cables shall be installed with a bending radius not less than that recommended

by the cable manufacturer. 11 All combustible outer coverings of cables installed within buildings shall be

protected against the spread of fire in an approved manner. Cables passing through floors shall be installed in the manner specified and where required shall be sealed into bushes employing fire resisting material to minimize the risk of spreading fire.

12 Where PVC sheath cables are to have a flame-retardant paint finish applied this

shall be applied after completion of cable glanding and termination.

Page 283: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/60 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

13 All cables specified under this Contract shall be installed in an approved manner. Pilot cables shall be installed in the same trench as power cables.

35.17.2 Provision of Labour and Skilled Supervision 1 The Contractor shall be responsible for providing all labour and skilled supervisors

for handling equipment, and laying cable in accordance with this Specification. 2 The Contractor shall also provide the necessary trained staff and tools for

terminating and jointing all cables supplied and laid under this Contract. 35.17.3 Responsibility 1 The Contractor shall be responsible for all Site Works associated with the Contract

Works, installation and termination of all cables in accordance with this specification.

35.17.4 Trial Pits 1 Trial pits shall be carried out at approved positions proposed by the Contractor,

early enough to check the data of the Drawings, to make sure that passage is possible and to determine the most suitable detailed route and position for the trenches and to ascertain the original soil properties. They shall be kept open until QGEWC inspects them and lets the Contractor know its decision about definitive route adjustment.

35.17.5 Method of Cable Laying 1 The procedure of cable laying shall be subject to QGEWC’s approval. 2 Unless instructed to the contrary by QGEWC, the Contractor shall lay cables direct

in the ground in the following manner: The material surrounding the cables, between trench floor, walls and cable titles,

shall be at least, 150 mm of sand or other approved material free of stones or any other material likely to damage or penetrate the cable outer sheath. It may be necessary to use an approved semi-permeable membrane to avoid migration of the fill under wet conditions.

The backfill in the reminder of the trench shall be adequate to meet the required

thermal resistivity value as specified. A high degree of compaction is required, sufficient to restore and maintain thermal resistivity levels equal or better than undisturbed ground.

At the direction of QGEWC, the Contractor shall remove any material, which is

considered harmful, and replace it with an approved backfilling material, if the thermal resistivity of this material can rise above 2.5° Km/W, the Contractor shall provide calculations to ensure that effective external thermal resistivity shall remain below the specified value under all operating conditions.

3 The results of all tests shall be logged and shown on as-laid records of the route.

Page 284: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/61 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4 After any cable has been laid and until the whole length of the cables to be laid in the trenches have been covered with protective covers, no sharp metal tools such as spaces or facing stakes shall be used in the trench or placed in such a position that they may fall into the trench. The protective covers shall consist of interlocked slabs of the hydraulically pressed concrete or other approved material of approved dimension and of ample width to protect the cables.

5 If more than one cover is required to cover a group of cables, the width for the

covers shall be such that the longitudinal joint between adjacent covers shall be placed above the space between the groups of cables and not immediately above a cable. The position of cables or groups of cables in a trench shall be staked out once the cable has been laid so that covers may be placed in the correct position when the top layer of riddled soil or sand has been applied. The width of the cover or covers shall be such that there is a minimum 100 mm overlap on each outside edge of the cable or group of cables.

6 A provisional sheath test shall be carried out for every section before backfilling

over the cable tile. 7 The route markers shall be installed as specified by the Engineer. Where, in the

opinion of QGEWC, the soil on-site is unsuitable for ridding or back-filling, the Contractor shall arrange for the importation of suitable material (at Contractor’s own expanse), which shall be subject to approval of QGEWC.

8 The Contractor shall take all reasonable steps to ascertain where the cables and

associated corrodible materials may be subjected to chemical or electrolytic action and shall submit his recommendations for special precautions to the Engineer for his approval.

9 Where auxiliary cables are laid under the same covers as power cables, there shall

be at least 75 mm of riddled earth between the two types of cables. 10 The position of the cables and joints shall be recorded on the route plans. The route

shall be identified by means of a grid with at least two reference points for each length of straight cable run.

11 The distance between the centres of power cables and power cable circuits shall be

in accordance with the cable manufacturer’s specification and recommendation. The Contractor shall be responsible for obtaining the correct spacing parameters from the cable manufacturer and details of installation limitations from QGEWC to ensure cables operation at the pre-determined operation temperatures when installed.

12 The Contractor shall be responsible for obtaining values of the minimum bending

radii for all cables required under the Works from the cable manufacturer prior to the commencement of installation.

13 Rollers used during the installation of the cables shall have no sharp projecting

metal parts liable to damage the cable. 14 All cables on vertical runs or horizontal runs in the vertical plane shall be cleated.

Page 285: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/62 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

15 The Contractor shall provide all necessary pulling tools and equipment such as jacks, shafts, rollers, self-driven rollers, pulling cords, etc. including any required power for this equipment. The procedure for unwinding and pulling the cables shall be approved by QGEWC. Pulling by use of stockings is not allowed.

16 The Contractor shall strictly conform to the prescriptions given by QGEWC for all

handling of cables and their accessories. 17 The Contractor shall have as many men as necessary for all pulling and supervising

operations to be carried out according to the best procedure. The number of men shall be stated in the cable laying procedure and approved by QGEWC.

18 The Contractor shall be solely responsible for any damage due to the carelessness

of his staff or workmen. Any cable length so damaged shall be rejected as destroyed.

19 Mechanical pull with a winch solely from one end will be only in special cases

because of the cables greater fragility. The self-driven cable rollers shall be used for installation of power cables.

20 Extra snaking 3.0 m length at termination and joints location shall be provided. 21 The Contractor shall allow for installation of permanent thermocouples for sheath

temperature test in his Contract Price. At least one set of permanent thermocouples shall be installed at every 3 000 m. The locations, number and arrangement of testing (the number of thermocouples at each location shall be at least seven) shall be submitted to QGEWC for review and approval, prior to installation.

35.17.6 Excavation of Trenches 1 The Contractor’s attention is drawn to the procedures and requirements detailed in

the Contract Documents and Specifications. 2 The exact location of each trench shall be approved on-site. Trenches shall be kept

as tight as possible and each trench shall be excavated to the approved formation and dimensions and shall have vertical sides which shall be timbered or otherwise secured where necessary so as to avoid subsidence and damage to all walls, roads, sewers, drains, pipes, cables and other structures. Timber and other material for this purpose shall be supplied by the Contractor.

3 The depth of all excavations for trenches shall be measured from the surface of the

ground and the width of the trench shall be measured between the vertical sides of the trench or between the inside faces of the sheeting (if any).

4 The bottom of each trench shall be firm and of smooth contour. The Contractor

shall take reasonable precautions to prevent damage to the road or highway or ground surface from a slip of breaking away of the sides of the trench. Where trenches pass from a footway to a roadway or at other positions where a change of level is necessary, the bottom of the trench shall rise or fall gradually. The rate of rise or fall shall be approved.

Page 286: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/63 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5 It is the Contractor’s responsibility to ensure that he is acquainted with the nature of the ground conditions prevailing along the cable route and the installation rates of the cables shall include for any and all types of excavation and backfill on the "as found" basis.

6 The Contractor shall deal with and dispose of water to prevent any risk of cables

and other materials to be laid in the trenches being adversely affected. He shall provide all pumps and appliances required and shall carry out necessary pumping and baling.

7 Unless otherwise agreed, provision shall be made during excavation and until

interim restoration has been completed for reasonable access of persons and vehicles to property or places adjacent to the route.

8 When the excavation for trenches has been accurately executed, the relevant

notice shall be given by the Contractor to QGEWC. Laying of cables, shall not be started until the Contractor has obtained the QGEWC’s approval to proceed with the work.

9 The maximum length of trench open at any time shall be as per Traffic Police and

PWA regulations. It should not cover more than one drum length. 10 The Contractor shall not work in any area where other underground services are

still covered. QGEWC shall have the right to stop the work or part of the Works where the Contractor fails to take the necessary measures to uncover these utilities and the Contractor shall not claim for additional compensation in time or money.

11 The Contractor shall perform all hand excavations, protection and other work as

specified herein or as required to locate existing utilities and services within the limits of this Contract, or at off-site locations as designed by QGEWC and in accordance with the requirements of all Contract Documents. The existing utilities and services referred to herein shall include, but shall not be limited to all sewers, water mains and lines, gas mains, electric (both power and lighting), telephone and such others as may be encountered under this Contract.

12 The Contractor shall notify the concerned Municipality and other relevant authorities

in good time of his intention to excavate sections of road, which include plantation and shall not start digging before getting approval from PWA. All works shall be done according to the rules and regulations from the relevant department of the PWA.

13 During the execution of works related to laying of cable lines within gardens and

road landscaping areas, the Contractor shall comply with the following rules and regulations:

(a) Power cable lines shall not be closer than a horizontal distance of 1.50 m to

the nearest tree trunk axis.

(b) The details of the irrigation lines shall be obtained from the PWA.

(c) The approval to the excavation works shall be obtained from the PWA.

(d) Branch irrigation lines are usually laid at a depth of 60 cm from ground level.

(e) The Contractor shall bear the full expenses of reinstating the disturbed irrigation lines network to its original shape existing before the start of the excavation works. Approval from the relevant authority of the quality of the

Page 287: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/64 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

agricultural clay soil to be reinstated and its leveling procedures shall be provided by the Contractor.

(f) The Contractor shall bear the full expenses incurred in the process of removal of the plantations, their subsequent reinstatement as well as the cost of the plantations within the excavation zone.

(g) The Contractor shall include the cost of relocating the path of the irrigation lines or the cost of irrigation of the plantations, if necessary.

(h) QGEWC shall withhold payment of the dues of the Contractor until a confirmation from the relevant authority to the effect that the Contractor has abided by the above-mentioned rules and regulations is obtained. Such confirmation shall be given either in writing it through a site meeting.

14 The Contractor’s attention is drawn to the following:

(a) He must use all necessary precautions and protective measures to maintain existing utilities, services and appurtenances that must be kept in operation. In particular, the Contractor shall take adequate measures to prevent undermining of utilities and services, which are presently in service.

(b) He must protect existing or new utilities and services when considered necessary and as directed by QGEWC. The Contractor shall be responsible for bracing and supporting utilities and services to prevent settlement, displacement of drainage. The protection of utilities and services as specified herein, will not be paid for separately but shall be considered as subsidiary obligation to the work under this Contract unless specified otherwise by the Engineer.

(c) The Contractor shall not remove any utility or service line, conduit or any structure, above or below the ground, within the limits of the works before receiving written permission from QGEWC.

(d) The Contractor prepares appropriate drawings for protection work of other utility services and shall obtain the approval of the appropriate utility authorities before commencing the construction.

(e) The Contractor shall not interfere with supplies and services of whatsoever nature such as but not limited to water, electric power and light, telephone, buried cables and sewerage. If any such supply or service is damaged as a result of the Contractor’s actions, the Contractor shall report it to the owner of the supply or service immediately.

(f) The Contractor shall be responsible for any damage caused to such supplies or services as the result of his operations and shall fully indemnity and keep indemnified the PWA, the Engineer, QGEWC and the owner of such supplies and services for all consequences of the damage of whatsoever nature.

(g) The method of execution of repairs shall be decided by the owner of the supply or service and shall be carried out by the Contractor at no extra cost.

15 In cases where the excavation is to be made on asphalt, paved or concrete roads

and/or pavements, the asphalt or concrete surfacing shall be cut using a suitable disk cutter at a depth of not less than 120 mm. The Contractor shall take all necessary measures to minimise damage of the asphalt beyond the width of the excavated trench. Reinstatement of roads is to be as per the requirements of the

Page 288: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/65 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

latest issue of the "Code of Practice and Specification of Road openings in the Highway" or as specified by the Engineer.

16 The method of cutting of road surfacing is essential and shall be strictly adhered to. 17 The use of an air compressor and associated cutting tools will not be allowed. 18 There shall not be any soil classification for excavating either in soft or in hard

material. The Contractor is responsible for obtaining information he considers necessary regarding the possibility of encountering soil with varying degree of hardness, and shall be deemed to have allowed for it in his Contract price.

The excavation of hard material, if any, shall be carried out by pneumatic tools.

Blasting shall not be allowed under any circumstances. 20 All trenches shall be excavated with vertical sides to the width, lines, grades and

depths as shown on the Drawings or as specified in writing by QGEWC. 21 All excavations shall be adequately supported and kept free from water from any

source at the Contractor’s expense and to the satisfaction of QGEWC. 22 Any over-excavation shall be backfilled with suitable fill material and completed in

accordance with the specifications. Where directed by the Company such over excavations shall be backfilled with mass concrete at the Contractor’s expense.

23 The unsuitable or surplus excavated material shall be removed, to an area

approved by the PWA, by the Contractor and at his expense. 24 The Contractor shall take all necessary security measures, such as signs, lights,

supports, etc. and generally comply with the recommendations and requirements of the relevant authorities and/or Police in order to avoid accidents, landslides and other damages.

25 The closing of roads should be avoided. Where this is unavoidable the Contractor

shall obtain the approval of the relevant authorities. 26 Prior to commencement of excavation the Contractor shall survey and submit the

existing ground levels. 35.17.7 Excavated Material 1 The material excavated from each trench shall be placed so as to prevent nuisance

or damage to adjacent hedges, trees, ditches, drains, gateways and other property, objects or things. Excavated material shall be stacked so as to avoid undue interference with traffic. Where, owing to traffic or other considerations, this is not permissible, the excavated material shall be removed from the Site and returned for refilling the trench on completion of laying. Surplus materials shall be disposed of by and at the cost of the Contractor as specified by the Engineer. Surplus material shall never be left on-site for more than one week.

2 Excavated material shall be stacked at a minimum distance of 300 mm from the

edge of the trench to provide a walkway and eliminate risk of stones falling in the trench.

Page 289: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/66 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

35.17.8 Galvanised Support Built In 1 Where required for security of the Works and adjacent buildings or structures, the

galvanized support shall be placed in trenches and built in as QGEWC may instruct or approve and shall form part of the Works.

35.17.9 Obstructions 1 When, in the course of the Contract Works, obstructions are encountered which

necessitate the diversion or alteration to gas, electric, hydraulic, water of sewage mains, or other works, or alterations to buildings, foundations and tunnels, or when conditions necessitate adoption of a special construction of trench, the Contractor shall immediately notify QGEWC.

35.17.10 Filling In and Reinstatement 1 Filling in of trenches shall not commence until QGEWC has inspected and

approved the cables and accessories in situ. Such inspection shall not be unreasonably delayed.

2 Where the cable route passes along public roads or pavements or areas designed

for future roads or pavement the backfilling shall comply with PWA requirements. 3 All excavations made (whether for the purpose of cable laying or trial holes) shall be

backfilled in 150 mm layers. Each layer shall be adequately sprayed with water in such manner that, in conjunction with the means of compaction that are to be used, a density of at least 95% of the dry density at the optimum moisture content shall be achieved. The backfilling and the interim restoration of the upper levels shall be completed to the satisfaction of QGEWC.

4 If the Contractor is required by QGEWC to carry out permanent reinstatement of

any portion of the route, the refilled trench shall be temporarily reinstated and left and maintained in a thoroughly safe condition until the work of permanent reinstatement is carried out. On any portion of the route where the Contractor is not required by QGEWC to carry out the permanent reinstatement, the refilled trench shall be temporarily reinstated and left and maintained in a thoroughly safe condition and be in suitable state for permanent reinstatement.

5 The work of permanent reinstatement shall include all necessary keying into the

existing surface and shall be carried out to the approval of QGEWC. 6 If at any time road traffic is required to cross the cable trench or route, the part of

the trench or route affected by the road crossing shall be permanently reinstated. It shall remain in place until permission is granted by QGEWC to proceed with the road crossing.

35.17.11 Excavation of Tunnels 1 Where required by QGEWC, a tunnel shall be driven, such as will allow ducts, pipes

or cables to be laid as specified. The cross section and levels of each tunnel shall be approved, and the Works shall be carried out in accordance with the provisions of the relevant clauses of these specifications.

Page 290: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/67 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

35.17.12 Cables Drawn Into Ducts and Pipes 1 Cable ducts are required at all road crossings, regardless of whether they are minor

or major. 2 Where existing road crossing ducts are indicated on Drawings, their existence or

their adequacy for the cable sizes cannot be guaranteed. The Contractor shall clearly understand that the information provided shall be used as a guideline and they shall be responsible for providing necessary ducts and ensure they are adequately sized.

3 On the crossings with the marked future roads, the Contractor shall install the

standard ducts arrangement, extending them minimum 1 m beyond the proposed kerb lines into each verge or verge and centre reservation.

4 On the roads less than two years old, open cutting is not permitted. If it becomes

necessary, "Thrust Boring" method is acceptable. 5 At all road crossings 50% spare duct arrangement for double circuit and 100%

spare ducts for single circuit are required. 6 The Contractor shall provide the ducts and pipes. The Contractor shall remove any

loose material from the ducts, and prove them by drawing through a mandrel of slightly less diameter than the duct, immediately before pulling in the cables. A suitable draw line shall be used to facilitate cable pulling. If the pipe or ducts form a tortuous path with friction a suitable lubrication may be used to ease the stress on the cables when pulled. Any lubricant used shall have no detrimental effect on the cables.

7 The Contractor shall reapply graphite coating if it is scraped off while pulling or after

the application of a lubricant. Where specified by QGEWC, two split pipes shall fit around the cable. The splits shall be positioned on opposite sides of the cable after its installation.

8 All ducts or pipes, whether in use for cables or not, shall be sealed against entry of

water, oil and vermin with a suitable semi-plastic compound supplied and installed by the Contractor after the approval of QGEWC. Cable ducts on the existing road shall be extended 500 mm beyond verge.

9 All ducts, floor bushings, etc. shall be completely filled and sealed at either end.

The filling material shall be bentonite mixture with addition of a small quantity of cement to stabilize the gel and sand to improve load bearing. The material shall be pumped into suitably prepared ducts with a cement pump and must be able of being removed by the application of high-pressure water jets. The content of bentonite mix shall be subject to QGEWC’s approval.

10 It is preferable that cable ducts are not longer than 12 m, but the maximum allowed

length is 30 m. 11 When the cable route is such that changes in direction of pipes do not facilitate a

continuous pipe or where a pipe is too long to allow a continuous cable run, facilities shall be made for cable draw pits in which the cables shall be supported and routed in accordance with these specifications.

Page 291: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/68 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

35.17.13 Concrete Structures 1 Concrete structures for joint-pits, etc. shall be provided and the concrete shall be in

accordance with Section 5 (Concrete). Grade of concrete shall be SRC 25. Concrete structures at and below ground level are to be constructed using sulphate resistant cement. All foundations and concrete surfaces at and below ground level are to be isolated from contact with soil in accordance with concrete protection details as specified by the Engineer.

2 Complete designs of joint bays and draw-pits shall be submitted with by the

Contractor. Cover slabs for joint-bays and draws-pits and the joint-bays and draw-pits themselves shall be designed by the Contractor and shall allow for a 36 tonne truck to pass over it and axle load of 12.5 tons. The point load under such a condition shall be indicated accordingly.

35.17.14 Guards 1 Where cables are exposed to mechanical damage, sheet steel guards shall be

provided to protect them. Detailed drawings of all cable guards produced by the Contractor shall be approved by QGEWC before fabrication has commenced.

35.17.15 Cable Markers and Records 1 Cable markers and other approved means shall be provided to mark the position of

each joint and shall also be used in approved positions to show the positions of all cables, pipes and ducts, particularly where they cross a road, or are laid along a road or where there is an abrupt deviation on the route, and such cable markers shall be erected as reinstatement is being carried out. At road crossings permanent markers shall be provided on both sides of the crossings in the event of damage to or removal of one of the markers.

2 The Contractor shall supply as soon as possible after installation two copies of the

route plan showing the certified depth and position of all buried cables including these laid to the specified instructions of QGEWC. An up-to-date copy must be available at site at all times.

35.17.16 Tests During Cable Laying 1 During the process of laying, the Contractor shall subject the cable and other

accessories to the provisional sheath test for every section, before backfilling over cable tile.

35.17.17 Cable Routes 1 The Contractor shall verify all the cable routes through Design Enquiry Letter

Procedure with the QGEWC. 2 The Contractor shall apply for access to all cable routes, prior to commencement of

works. 3 The procedure of applying for cable routes shall be the responsibility of the

Contractor. Based on trial holes and information obtained during site surveys and

Page 292: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 21: ELECTRICAL WORKS

IA 12/13 C 057 ST C2/S21/69 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

from concerned Government authorities the Contractor shall arrange the necessary drawings and circulate RO (Road Openings) forms as necessary. The Contractors responsibility shall be to provide all road-crossing ducts, which are necessary and/or replace existing ducts which are found not suitable under the existing system.

35.17.18 Route Plan 1 Where cable routes are shown on Drawings, these shall be verified with the

concerned authorities. Within a reasonable time after the contract has come into force, the Contractor shall survey the route and agree a final route with QGEWC. He shall confirm the arrangements and submit required drawings for processing the necessary RO forms before the installation commences. The quantity of cables, accessories, etc. to be supplied shall be based upon this survey. The programme for route survey works shall be agreed with QGEWC prior to commencement of works.

2 The Contractor shall, during the progress of the work, record on a set of route plans

at 1:500 scale or other approved scale, such particulars as will allow an accurate reference to be made afterwards in case of any fault of projected modifications. The plans shall show exact position of every joint termination and oil feeding point, location of oil pressure tanks, gauges and terminal boxes.

3 The Contractor shall also record on approved cross-section plans particulars of the

depth of the trench, the arrangement of the cables, the positions of all obstructions beneath or above which the cables are laid and such other particulars as may be required. These plans shall be made as reproducible drawings of approved dimensions and shall be the property of QGEWC. They shall be submitted to QGEWC within one month of completion of each section of the Works together with such prints as may be required.

4 Suitable binders shall be provided for the route plans. 35.17.19 Cable Termination 1 The Contractor is to terminate and connect up the cables in accordance with details

approved by QGEWC. 2 Necessary sunshields shall be provided and installed for cables exposed to direct

solar radiation. 3 The Contractor is to be responsible for the correct phase rotation and connections

in accordance with information supplied by QGEWC. Particular care is to be taken in case of these cables, where subsequent correction may be difficult. Phase tests will be carried out by the Contractor to the satisfaction of QGEWC. All equipment required to carry out these tests shall be provided under this contact.

4 Where insulated glands are provided, the Contractor is to ensure that the

insulations are maintained after jointing the cable, and shall demonstrate this to the satisfaction of QGEWC.

Page 293: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Add new Part 10 as follows: PART 10 HARDSCAPING 1.0 LOCAL STONEWORK PAVING: NOTE: this section applies also to stone cladded retaining walls at 60-degree maximum inclination. MATERIALS STONE: a split approved local limestone 15 cm x 15-20cm x 15-20cm Provide stone samples illustrating range of sizes prior to delivery of any stones to the site. Provide stone free from stains, cracks, seams, fissures, planes of weakness, or other qualities, which might lead to crumbling or breaking during handling, placing, or later weathering. Replace rejected stone until accepted. JOINT FILLER:

Portland cement, STM C 150, Type V, Sand: ASTM C 144 and Colour additive: to match stone Colour. To be approved. BASE: to be Portland Cement, ASTM C150, Type V and Sand: ASTM C 33 JOINT FILLER MIX: Provide a dry mixture of one part coloured Portland cement to three parts sand. 1 part coloured Portland to be 1 part ordinary Portland to 1 part white Portland. INSTALLATION: EXCAVATION:

Excavate the site to required sub-grade elevations as indicated on the drawings. Compact sub-grade, bring to required grade. Place and compact the sand base to provide an even surface. Form 100mm thick SR grade 28 concrete base on 0.25e polyethylene. FIBREBOARD Movement joints to be added to form bays not exceeding 9.0 sq. m. STONE PLACEMENT:

Place each stone individually, using vibrator roller to set stone, so that surface is straight, free of warps, depressions, or projections and that stones are not damaged. Joint spacing between stones to be minimum and at right angles to the surface plane. FLEXCELL Joints to be added in stonework above fibre movement joints in SRC base. Edge of stonework next to planting bays or services chambers to be formed by selected stones set vertically, but within the overall profile, on concrete hunching.

Page 294: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

JOINT TREATMENT:

Brush in a dry mixture of joint filler mix into the joints with a soft broom within 30 mm of top of the joint. Sweep until all joint filler mix has been removed from the visible surface of the stone. Fog lightly with water. CLEANUP: keep premises neat and orderly at all times during the work. SAMPLE INSTALLATION Construct a ten square meter (10m²) sample including show the following: full range of stone sizes, colours, pattern, texture, evenness of surface grade, and joint treatment, where applicable Obtain approval of Consultant. Once approved, retain sample during construction as a standard for judging completed work If sample fails to meet Consultants' approval, remove and reconstruct until approval is granted OUTDOOR CLAY/ PORCELAIN/MOSAIC TILES: TYPES OF TILING TILING TO WALLS Tiles: from approved manufacturer Size: 37 x 37 x 6; 100x100x6 mm. Or similar and approved Background/ Base: Blockwork/ Situ-Concrete Bedding: from approved manufacturer Grouting Material: from approved manufacturer Joint Width: 2.5 mm. Movement Joints: from approved manufacturer

Joints must extend through tiles and bedding to substrate. Ensure that joints coincide with any movement joints left for the purpose in the substrate.1

Location: As shown in drawing Width: Generally 10mm. Accessories: Approved void fillers GENERALLY: EXTERNAL TILING: The anchored mesh reinforcement and rendering to receive external tiling must be carried out by the tiling sub-contractor or under his direct supervision and to his approval. SUITABILITY OF BACKGROUND/ BASES: Before starting work ensure that backgrounds/ bases: Are sufficiently flat to permit specified flatness of finished surfaces, bearing in mind the permissible minimum and maximum thickness of the bedding material have been allowed to dry out by exposure to the air for not less than the following:

Page 295: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Concrete Slabs: 6 weeks Concrete Walls: 6 weeks Brick/Block Walls: 6 weeks Cement/ Sand Screed: 3 weeks Rendering: 2 weeks Gypsum Plaster: 4 weeks FALLS IN THE BASE:

Before starting work, check where required, falls have been provided in the base. Inform the CA if the falls are inadequate. Do not attempt to provide falls by increasing or decreasing the specified thickness of the bedding material. SAMPLES: Before placing orders, submit representative sample(s) of all tile types. Ensure that delivered materials match sample(s). CONTROL SAMPLE(S): Complete sample area(s), being part of the finished work in approved location(s) and obtain approval of appearance before proceeding. PREPARATION: NEW IN SITU CONCRETE:

Scrub with water containing detergent to ensure complete removal of mould, oil, surface retarders and other materials incompatible with the bedding. Rinse with clean water and allow to dry unless specified otherwise. NEW PLASTER:

Ensure plaster is dry, solidly bedded, free from dust and friable matter. Apply plaster primer if recommended by the adhesive manufacture and allow to dry before tiling. HACKING FOR KEY:

Roughen specified backgrounds thoroughly and evenly by removing the entire surface to a depth of 3 mm. By pneumatic scabbing, bush hammering or abrasive blasting. Remove all dust and debris and wash clean before commencing tiling. RAKING OUT FOR KEY:

Rake out soft joints in existing brickwork to a depth of not less than 13 mm. Brush out joints to remove dust. SPATTERDASH KEYING MIX:

• 1 part Portland cement – Class 42.5 to BS 12 • parts clean, fairly coarse sand • Mix to a thick of slurry and keep well stirred. • Throw onto previously dampened background to a thickness of 3-5 mm. and leave rough.

Keep damp with fine water spray or by covering with polyethylene until set and allow drying out slowly before applying bedding.

Page 296: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

SMOOTHING UNDERLAYMENT:

• Type recommended by the adhesive manufacturer. • Apply to the base and allow drying before fixing tile. FIXING FIXING GENERALLY:

CHECK that there are no unintended colour/shade variations within the tiles for use in each area/ room. Thoroughly mix variegated tiles. Check that adhesive is compatible with background or base. CUT tiles neatly and accurately. FIX: Unless specified otherwise fix tiles so that there is adhesion over the whole of the background/base and tile backs. BEDDING: Before bedding material sets make adjustments necessary to give true, regular appearance to tiles and joints when viewed under final lighting conditions. Clean surplus bedding material from joints and face of tiles without disturbing tiles. ADVERSE WEATHER:

Comply with manufacture’ recommendations for maximum temperatures when using proprietary adhesives. Take adequate precautions to protect work from inclement weather and premature drying out. JOINTS SETTING OUT: to be true to line, continuous and without steps.

• Joints on walls to be truly horizontal, vertical and in alignment round corners. • Joints in floors to be parallel to the main axis of the space or specified features. • Joints in walls and floors to be in alignment. • Where positions of movement joints are not specified they are to be agreed with the

Engineer. Cut tiles/slabs to be kept to the minimum, as large a possible and in unobtrusive locations.

• For setting out of floors and walls – see project’s drawings • Before laying tiles, obtain approval of setting out. FLATNESS OF TILING:

Sudden irregularities not permitted. When checked with a 2.0 m. straight edge with 3 mm. thick feet at each end, placed anywhere on the surface, the straight edge should not be obstructed by the tiles and no gap should be over 6 mm. LEVEL OF TILING ACROSS JOINTS: Maximum deviation between tiles surfaces either side of a joint, including movement joints to be:

• 1 mm. for joints less than 6 mm. wide.

Page 297: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• 2 mm. for joints 6 mm. or greater in width. MORTAR FOR BEDDING: Unless specified otherwise:

• Cement: Portland cement – Class 42.5 to BS 12 • Sand For Walls: To BS 1199, Table 1 • Sand For Floors: To BS 882, Table 5, grading limit C or M, but where fine sand is specified

grading limit F. BATCH by volume. Specified proportions are for dry sand, allow for bulking if damp. MIX materials thoroughly to a uniform consistence in a suitable forced action mechanical mixer. Do not use a free fall type (tilting drum) mixer. Use the minimum amount of water necessary to give required workability. MORTAR: Use mortar within two hours of mixing at normal temperatures. Do not use after the initial set has taken place and do not re-temper. POROUS TILES:

If to be bedded in cement: sand, soak in clean water for at least 30 minutes, and fix as soon as surface water has drained. COVED TILE SKIRTING:

Bed solid to wall before laying floor tiles. Ensure joints in skirting match and align with joints in floor tiling. TILE SKIRTINGS:

Bed solid to wall after laying floor tiles. Ensure joints in skirting match and align with joints in floor tiling. THIN BED ADHESIVE – RIBBED (WALLS):

Apply 3 mm. floated coat of adhesive to dry background in areas of approximately 1 sq. m. then trowel to a ribbed profile using the recommended notched trowel. Press tiles firmly into adhesive with a twisting/sliding action. BED ADHESIVE – SOLID (WALLS): Apply floated coat of adhesive to dry background in areas of approximately 1 sq. m. and comb the surface with the recommended solid bed trowel. Apply thin even coat of adhesive to backs of dry tiles. Press tiles onto bedding with a twisting/sliding action to give finished bed thickness of not more than 3 mm. THIN BED ADHESIVE – MOSAIC (WALLS): • Apply 3 mm. floated coat of adhesive to dry background and comb the surface with the

recommended solid bed trowel. • Hang mosaic sheets in horizontal rows, working downwards, with vertical joints staggered.

Page 298: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• Ensure that width, plane and alignment of joints between sheets matches the joints between mosaic tiles.

• Temporarily secure sheets with metals pins to prevent slippage and lightly beat mosaic into adhesive.

THIN BED ADHESIVE – MOSAIC (WALLS): • Apply 3 mm. floated coat of adhesive to dry background and comb the surface with the

recommended solid bed trowel. • Pre-grout mosaic sheets and remove surplus before fixing. Hang mosaic sheets in

horizontal sheets, working downwards, with vertical joints staggered. Ensure that width, plane and alignment of joints between mosaic tiles. Grout joints between sheets before removing paper face.

THIN BED ADHESIVE – SOLID (WALLS): • Apply floated coat of adhesive to dry background and comb the surface with the

recommended solid bed trowel. • Fill any keys and apply thin even coat of adhesive over the entire back of each tile. • Press tiles onto bedding with twisting/sliding action to give finished bed thickness within the

range recommended by the manufacturer. CHECKING TILE ADHESION: As work proceeds and before the bedding has set, carefully remove random tiles as directed and in the presence of the CA to verify that there is the specified adhesion. Remove the initial adhesive, butter the removed tiles with fresh adhesive and re-fix. GROUTING/ COMPLETION: CEMENT: SAND GROUTING MIX: • Cement: White Portland • Sand: To BS 1199, Table 1 • Proportions: 1:1 • Pigment: Subject to Agreement Mix thoroughly with the minimum of clean water to give required workability. GROUTING: • Allow bedding material to harden sufficiently before grouting. • Ensure that joints are 6 mm. Deep (or the depth of the tile is less), and are free from dust

and debris. • Fill joints completely, tool to an approved profile, clean off surface and leave free from

blemishes. • Polish wall tiling with a dry cloth when joints are hard. COLOURED GROUT: Check the potential risk of staining by applying the grout to a few tiles in a small trial area. If discolouration occurs, apply a protective sealer to the tiles and repeat the trial.

Page 299: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

MOVEMENT JOINT METAL EDGINGS: NATURAL MARBLE/SANDSTONE CLADING/PAVING

To be read with Preliminaries/General Conditions and Q.C.S. TYPE OF CLADDING: CLADDING LANDSCAPE STRUCTURES Supporting Structure/Background: Concrete slab, 100 mm thick SRCGrade20 - See Standard Details Stone: 20 mm. thick Travertino marble free from vents, cracks, fissures, discolouration, or other defects, which may adversely affect strength, durability or appearance. Thoroughly seasoned, dressed and worked before delivery to site in accordance with shop drawings prepared by the supplier. Finish: Polished to match approved sample. Location: As shown in drawings. Installation: To BSCP 202, 1972 and BSCP 5290, 1976. Supplier: To be agreed Basic Joints: Mortar filled as Clause “Mortars” Nominal Width: 1.5 mm. Movement/ Other Requirements: As approved Accessories/ Other Requirements: Approved marble filler. CLADDING LANDSCAPE PAVING – SLATE/SANDSTONE TILES Supporting Structure/Background: Concrete slab, 100 mm thick SRC Grade 20 - see Standard Details Stone: 11 to 13 mm thick approved colour and quality slate or sandstone tiles (for location – see site hardscape layout) free from vents, cracks, fissures, discolouration, or other defects which may adversely affect strength, durability or appearance. Thoroughly seasoned, dressed and worked before delivery to site in accordance with shop drawings prepared by the supplier. Edges to be machine sawn. Finish: Semi-polished to match approved sample. Location: As shown in drawings. Installation: To BSCP 202, 1972 and BSCP 5290, 1976. Supplier: To be agreed Basic Joints: Mortar filled as Clause “Mortars” Nominal Width: 1.5 mm. Movement/ Other Requirements: As approved Accessories/ Other Requirements: Approved marble filler. CLADDING LANDSCAPE STRUCTURES WALLS/RETAINING WALLS Supporting Structure/Background: Block work/Concrete

Page 300: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Stone: 20 mm. thick Travertine marble free from vents, cracks, fissures, discolouration, or other defects, which may adversely affect strength, durability or appearance. Thoroughly seasoned, dressed and worked before delivery to site in accordance with shop drawings prepared by the supplier.

Finish: Polished to match approved sample. Location: As shown in drawings Installation: To BSCP 298, 1972 and BSCP 5290, 1976. Supplier: To be agreed Fixings: To BS 8298, Clauses 6 and 20 To be sufficiently adjustable to meet the specified requirements for accuracy. Wherever practicable to be fixed to the backing wall with expanding bolts and sockets in order to avoid problems of misplaced pockets or channels provided by others. Basic Joints: Mortar, filled as Clause 3.11 Nominal Width: 12 mm Accessories/ Other Requirements: Approved fixing cramps Approved marble filler. GENERAL REQUIREMENTS/PRODUCTION: DESIGN:

• Complete the detailed design of the cladding and associated features shown on the drawings, in accordance with BS 8298 to meet the requirements of this specification.

• Contractor is to prepare shop drawings for the approval of Client, showing all setting out points, dimensions, fixings, general details, construction joints, terminations/ edges and pointing.

DESIGN OF FIXINGS:

Fixings must be designed and supplied by a supplier approved by Client and Structural Engineer. SAMPLES:

The Contractor shall allow for the provision for approval of ample areas 1000x 1000 mm. of each type of marble and finish, together with sample of the fixings proposed. GRINDING:

In situ grinding will only be allowed for limited adjustments and only with the permission of the Client. CUTTING OF STONE:

• Production generally, including permissible deviations, to be in accordance with BS 8298, Section 4. Cut stone so that the bedding is appropriate to its position in the building.

• Minimum thickness of stone to be accordance with BS 8298, Clause 19 and Table 4. • Finished dimensions of stone units to be such that the cladding, when erected, complies

with Clause 330. • In order to accommodate deviation within the building structure, selected stone units must

be left oversize for cutting to precise dimensions taken on site, using a suitable bench aw.

Page 301: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• The units are to be selected by the Subcontractor and clearly identified as such on the shop drawings.

FIXING/ JOINTING: PROTECTION:

• Prevent over stressing of units during transit, handling, storage and fixing. • Store units on level bearers and separate with resilient spacers. • Prevent damage to units and any chipping, staining, marking or dirtying of surfaces, which

will be visible in the completed work. ACCURACY OF ERECTION:

• Survey the structure, including any fixing inserts, before commencing erection. Report to Client immediately if structure will not allow the required accuracy of erection.

• Within the length of any joint (including in-line continuations across transverse joints) the greatest width must not exceed the least width by more than 10%. Any variation to be evenly distributed with no sudden changes.

• The offset in elevation between nominally in-line edges across any joint must not be more than 10% the width of the joint.

• The width of joints must be such as to ensure that the joints perform as intended and are within the recommendations of the joint material manufacturer.

• The finished work must have a satisfactory appearance, being square, regular, true to line, level and plane with a satisfactory fit at all junctions, all to approval.

FIXINGS: To BS8298, Clauses 6 and 20

• To be sufficiently adjustable to meet the specified requirements for accuracy. • Wherever practicable to be fixed to the backing wall with expanding bolts and sockets in

order to avoid problems of misplaced pockets or channels provided by others. FIXINGS:

• Do not exceed the torque figure or shim dimensions recommended by the fixings manufacturer.

• Grout dowel bars with a fairly dry 1:4 cement: sand mix or a suitable epoxy or polyester mix, well tamped in.

• In external cladding do not use mortar spacer dabs and keep cavity completely free of mortar and other debris.

• Give reasonable notice to Client to allow inspection to take place before covering up load bearing fixings.

• Give reasonable notice to Client of completion of alternate stone courses to allow inspection of restraint fixings and cavity before proceeding with the next course.

BASIC JOINTS (MORTAR FILLED):

• Mortar: 4:1 Cement; Sand – As Section “Mortars” • Fully butter vertical joints, lay on a full bed, ensure that excess mortar does not fall into

cavity and finish joints flush as the work proceeds. • Plastic joint spacers may be used but must be removed and made good to match as soon

as mortar has set.

Page 302: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• Synthetic marble joint filler to be used to complete all joints, installed to manufacturers instructions and in accordance with all technical information.

BASIC JOINTS (SEALANT FILLED): Sealant: Subject to Approval Colour: To match marble colour. Application: As Section “ Sealants” NATURAL LOCAL LIMESTONE WALL CLADDING GENERAL - CLADDING TO R.C. /BLOCKWORK RETAINING WALL

• Reference(s): VA111- 116 VA121 • Supporting Structure/ Background: Block work/ Concrete • Stone: A split local limestone 10 x 15 x 15 to 20 cm. with flat face, free from vents, cracks,

fissures, discoloration, or other defects which may adversely affect strength, durability or appearance. Thoroughly seasoned, dressed and worked before delivery to site in accordance with shop drawings prepared by the supplier.

• Finish: Natural, rough, to match approved sample • Installation to: BSCP 298, 1972 and BSCP 5290, 1976 • Fixing: Place each stone individually to set in grade 25 concrete bedding so that surface is

straight and joints gaps minimal. Surface shall be free of depressions or projection and at the inclination shown in drawings.

• Nominal Cavity Width: 12 m. to 20mm • Accessories / Other Requirements: Approved Fixing Cramps Approved Synthetic Filler

GENERAL REQUIREMENTS / PRODUCTIONS DESIGN: Complete the detailed design of the cladding and associated features shown on the drawings, in accordance with BS 8298 and to meet the requirements of this specification. Contractor is to prepare shop drawings for the approval of the Client, showing all setting out points, dimensions, fixings, general details, construction joints, terminations/ edges and pointing. DESIGN OF FIXINGS: Fixings must be designed and supplied by: Any supplier approved by the Engineer and Structural Engineer. SAMPLES: The contractor shall allow for the provision for approval of sample areas 1000 x 3000 mm. high together with samples of the fixings proposed. GRINDING: In situ grinding will only be allowed for limited adjustments and only with the permission of the Client. CUTTING OF STONE:

• Production generally, including permissible deviations, to be in accordance with BS 8298,

Page 303: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Section 4. • Cut stone so that the bedding is appropriate to its position in the building. • Minimum thickness of stone to be in accordance with BS 8298 Clause 19 and Table 4. • In order to accommodate deviations within the building structure, selected stone units must

be left oversize for cutting to precise dimensions taken on site, using a suitable bench saw. The units are to be selected by the contractor and clearly identified as such on the shop drawings.

FIXING / JOINTING PROTECTION:

• Prevent over stressing of units during transit, handling, storage and fixing. • Store units on level bearers and separate with resilient spacers. • Prevent damage to units and any chipping, staining, marking or dirtying of surfaces, which

will be visible in the completed work. ACCURACY OF ERECTION:

• Survey the structure, including any fixing inserts, before commencing erection. Report to the Client immediately if structure will not allow the required accuracy of erection.

• Within the length of any joint (including in-line continuations across transverse joints), the greatest width must not exceed 25 mm. Any variations required to be evenly distributed with no sudden changes.

OFFSETS:

• Offset in elevation between normally in-line edges across a transverse joint must not be more than 15% the width of the transverse joint.

• The offset in plan or section between flat faces of adjacent panels across any joint must not be more than 15% the width of the joint.

JOINTS:

• Widths of joints must be such as to ensure that the joints perform as intended and are within the recommendations of the joint material manufacturer.

• The finished work must have a satisfactory appearance, regular, although informal in nature, level and plane with a satisfactory fit at all junctions, all to approval by the Client.

• Replace rejected stone until accepted. FIXINGS: To BS 8298, Clauses 6 and 20

• To be sufficiently adjustable to meet the specified requirements for accuracy. • Wherever necessary to be fixed to the backing wall with expanding bolts and sockets in

order to avoid problems of misplaced pockets or channels provided by others. • Do not exceed the torque figures or shim dimensions recommended by the fixings

manufacturer. • Grout dowel bars with a fairly dry 1:4 cement, sand mix or a suitable epoxy or polyester mix,

well tamped in. • In external cladding do not use mortar spacer dabs and keep cavity completely free of

mortar and other debris to the depth of 15 mm.

Page 304: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

• Give reasonable notice to the Engineer of completion of alternate stone courses to allow inspection of restraint fixings and cavity before proceeding with the next course.

JOINTS BASIC JOINTS (MORTAR FILLED)

• Mortar: 4:1 cement: sand, Portland cement STMC 150, Type V. Sand: ASTM C 144 and colour additive to match stone colour, to be approved.

• Fully butter vertical joints, lay on a full bed, ensure that excess mortar does not fall into cavity and finish joints shall be 15mm. recessed.

• Approved synthetic marble joint filler to be used to complete all joints, installed to manufacturers instructions and in accordance with all technical information.

BASIC JOINTS (SEALANT FILLED): Sealant: Subject to approval Colour: To match stone colour Application: To manufacture recommendations MOVEMENT / OTHER JOINTS: In addition to the basic joints, the following sealant filled joints are required as part of this section:

• Vertical movement joints at intervals max. 20mm wide to accommodate relative movement between the cladding and the structure.

• Joints at junctions between cladding and max. 10mm wide adjacent finishes or grc. • Structural movement joints subject to instruction generally 20mm wide Sealant: Subject to approval Colour: To match stone Colour Application: To manufacture recommendations Where the width of any type of joint is not given, it is to be determined by the contractor, and is to be as small as practicable having regard to shrinkage, thermal and other movements which may be expected in the wall structure and the cladding. COMPLETION: On completion of fixing operations thoroughly clean down the face of the stonework to remove all dust, dirt, marks, stains and mortar droppings. 2.0 NATURAL ROCKERY ROCKS selected local limestone to sizes as shown in the drawings with max height of 500 mm. SELECTION to ensure that rocks are free from stains, cracks, seams, fissures, plants of weakness, or other qualities which might lead to crumbling or breaking during handling, placing, or later weathering. REPLACE rejected rocks until accepted

Page 305: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PLACING OF ROCKS: shall strictly comply with locations indicated in the drawings, and be carried out by suitable technical equipment ensuring safety and possibility to relocate stones to meet Engineer's acceptance. It shall be carried out during the time when easy access of technical equipment to location is ensured and adjacent finishes (e.g. aggregate, paving) are not yet completed ROCK BANKS and rockery landscaping where required shall be in the best selected local quarry limestone boulders to sizes as shown in the drawings. ROCKS to be placed on pool edges and part in water and shall be placed neatly to fit and provide a sloping profile. ROCKS to be placed on dry slopes shall be packed in slope on SRC 20 dry pack base. Joints shall be maximum 35 mm and grouted with cement mortar in matching colour. 3.0 ARTIFICIAL ROCKERY 3.1 ARTIFICIAL ROCK FINISH shall be in GRC panels bedded on SRC dry pack base. The elevation as shown in the drawings shall serve as a guide on the required contour, projections, etc. The Contractor shall submit shop drawings showing details of profile, joints, and anchoring, etc. for the approval of the Consultant before placing the order or commencing Works on the site. ARTIFICIAL ROCK FEATURES will be constructed in reinforced gunite or equal and approved. The works shall be carried out by a specialist contractor with proven experience in State of Art Gunite Sculptors. The final rock colour shall be approved by the client’s Engineers. The contractor shall prepare, at site, various samples for the client’s approval. The rock feature shall incorporate rock veins and crevices to create the appearance of natural rock. CONSTRUCTION a reinforced concrete sub-structure will be constructed in accordance with the tender drawings. Thereafter, mesh steel will be installed to form the shape and contours of the Rock Feature. The gunite will be sprayed utilizing pro-mix gunite as manufactured by CONMIX with recommended admixtures. The mix will include Portland cement with graded gabbro aggregates and micro silica. The final gunite spray coating shall utilize FEB products colour admixture and final sculptor by the gunite artist. 3.2 GUNITE ARTIFICIAL ROCK CONSTRUCTION The swimming pool will be constructed utilizing the gunite spray method. The gunite mix will achieve high quality gunite and will have a test strength of 35N/ mm2 after 28 days of curing. The mix will comprise of 9 bags of Portland cement /m2 and will have a 1to 4 mix of graded aggregates. The mix water will be with 10% volume of FEB SBR waterproofing and bonding additives, The dry mix application with water mix at the nozzle will have a water/ cement ratio of 0.33 the structure shall be cured for a period of 14 days from completion. Upon completion of the gunite works and following the curing period a leveling render slab shall be applied utilizing FEB SBR waterproofing and bonding agent in accordance with the manufacturer’s recommendations.

Page 306: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

ROCKART ARTIFICIAL ROCK CONSTRUCTION: alternatively, the Contractor might select an artificial rock construction method as provided by “Rock Art”, USA and the local agent: “Aqua Masters”, Doha, Qatar, tel: 437 3283 or equal and approved. 4.0 GLASS REINFORCED CEMENT (G.R.C.) MANUFACTURING: All elements designated in the drawings as GRC components (perforated screens, panels, etc.) shall be manufactured locally by an approved manufacturer using approved cement-based composite reinforced with fire resistance grade glass fibers to the dimensions as shown in the drawings. GLASS REINFORCED CEMENT shall be in accordance with the Specifications for Grade 1 GRC as produced by the Glass Fiber Reinforced Cement Association. DESIGN of the GRC elements shall be by a qualified Chartered Engineer with 10 years experience in the design of GRC elements and production shall be by suitably qualified employees. The manufacturer's specifications and shop drawings shall be subject to the approval of the Engineer. CURING shall be by the use of a cement matrix polymer to outer skins and a sprayed curing membrane to the faces. FIXING: the assembly and fixing methods shall be strictly in accordance with the manufacturer's specifications. Bolts, however, shall be non-corrosive, HILTI or equal and approved and spaced not exceeding 300 mm centers. TESTING: components testing shall be required for adequacy of design and manufacture and test reports shall be submitted to the Engineer. All costs for such tests shall be borne by the Contractor. DECORATIVE PATTERNS: to be generally of “Qatari decoration patterns” type - refer to the attached samples. 5.0 STAINLESS STEEL SHEET GENERALLY: Use 304 stainless steel and a “2B” mill finish; Pattern finish to be equal to or greater than depicted in design plans; 6mm thick; to be in accordance with ASTM Volume 01.03/A666/A947M FIXING: Fixing method shall be proposed by the Contractor shall ensure that the stainless steel sheets as fixed are flat with concrete walls surfaces. The Contractor shall provide adequate recesses in relevant concrete walls to ensure the above is achieved. “Stainless Steel” sheets layout and colour design and fixing methods shall be a subject to the approval by the Engineer of the shop drawings submitted by the appointed Contractor.

Page 307: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

ATTACHMENT NO 1 – SAMPLES OF QATARI DECORATION PATTERNS

Page 308: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Page 309: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Page 310: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

STALOK® OR APPROVED EQUAL PART 1 GENERAL 1.1 SUMMARY A. The work of this Section consists of all Bare Ground work and related items as

indicated on the drawings and or as specified herein and includes, but is not limited to, the following items:

1. StaLok® or Approved Equal

B. Related Sections of QCS: 1. Section 6 part 2 – Site Preparation

2. Section 6 part 3 – Earthwork

3. Section 6 part 4 – Unbound Pavement Materials C. General Provisions 1. All of the contract documents, including General and Supplementary

Conditions and Division I General Requirements, apply to the work of this Section.

2. Examine all drawings and all other Sections of the Specifications for requirements therein affecting the work of this trade.

3. Coordinate work with that of all those affected by work of this Section. Cooperate with such trades to assure the steady progress of all work under the Contract.

1.2 PERFORMANCE REQUIREMENTS A. The following standards and definitions are applicable to the work of this Section to

the extent referenced herein: 1. Standard Specifications: Highway Department, Standard Specifications for

Highways and Bridges, latest edition.

2. ASTM: American Society for Testing and Materials.

3. AASHTO: American Association of State Highway and Transportation Officials.

1.3 SAMPLES AND SUBMITTALS A. Sieve analysis of aggregate for pathways and patios. B. Samples and or shop drawings for the following:

1. Aggregate for strength and colour. C. Construction Samples:

Page 311: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1. Construct mock-up panels or areas for each different type of paving system as specified herein to demonstrate ability to archive types of setting bed, joints, pattern, colour and texture required herein.

Stabilizer Solutions, Inc. or Approved Equal 33 S. 28th St. Phoenix, AZ 85034 800-336-2468 (Fax) 602-225-5902 Website: stabilizersolutions.com E-Mail: [email protected]

2. StaLok® OR Approved: Construct a 12’ x 24’ sample of finished path as directed by the Engineer’s Representative on site.

3. General:

a. Schedule mock-up construction so that mock-up can be accepted a minimum of 30 days prior to the application of paving surfaces represented by the mock-up.

b. Locate mock-up panel(s) in areas as directed by the Engineer’s Representative.

c. Continue to construct mock-ups until acceptable mock-up is produced (at no cost to the Engineer). Acceptable mock-up shall be standard for texture, colour and workmanship.

d. Use same setting bed and joint mixes used in accepted mock-up in final work unless otherwise directed by Engineer’s Representative.

e. Protect accepted mock-ups from damage until completion and acceptance of the work represented by the mock-ups.

f. Remove mock-up panel(s) from the site at completion of the project, unless otherwise instructed by Engineer’s Representative.

1.4 PROJECT/SITE CONDITIONS A. Field Measurements: Each bidder is required to visit the site of the work to verify the

existing conditions. No adjustments will be made to the Contract Sum for variations in the existing conditions. 1. Where surfacing is indicated to fit with other construction, verify dimensions

of other construction by field measurements before proceeding with the work. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Installer to provide evidence to indicate successful

experience in installation of StaLok® OR APPROVED EQUAL. 1.6 WARRANTY A. General Warranty: The special warranty specified in this Article shall not deprive

the Owner of other rights the Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by the Contractor under requirements of the Contract Documents.

Page 312: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

B. Special Warranty: Submit a written warranty executed by the installer agreeing to repair or replace components of StaLok® OR APPROVED EQUAL that fail in materials or workmanship within the specified warranty period. Failures include, but are not limited to, the following:

1. Premature wear and tear, provided the material is maintained in accordance

with manufacturer’s written maintenance instructions.

2. Failure of system to meet performance requirements.

C. Warranty Period: Contractor shall provide warranty for performance of product. Contractor shall warranty installation of product for the time of one year from completion.

D. Contractor shall provide, for a period of sixty days, unconditional maintenance and

repairs as required. PART 2 PRODUCTS 2.1 MANUFACTURERS A. StaLok® or Approved Equal is provided by the following manufacturer:

1. Stabilizer Solutions, Inc. 33 South 28th St., Phoenix, AZ 85034; phone (602)

225-5900, (800) 336-2468; fax (602) 225-5902; website www.stabilizersolutions.com; email [email protected]

2.2 MATERIALS B. Aggregate Specifications

1. Crushed stone shall consist of inert materials that are hard, durable, with

stone free from surface coatings and deleterious materials. Gradation requirements shall be as follows:

U.S. Sieve No. Percent Passing by Weight

#1/2-inch 98 – 100

# 3/8-inch 90 – 100

# 4 65 – 80

# 8 48 – 63

# 16 40 – 49

# 30 30 – 40

# 50 20 – 27

# 100 10 – 18

# 200 10 – 12

2. R-value minimum of 70 determined by ASTM D 2488 Methodology (R-value is a measure of wear resistance).

3. Sand equivalent – an engineering measurement of the proportion of sand to silt and clay, will stay at a range of 30-55. As determined by ASTM D 2419 methodology.

Page 313: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4. Dense graded crushed stone base shall be furnished and installed as required and specified under Section 02200, Earthwork and Section 02230 Granular Materials to a 6” compacted depth.

PART 3 EXECUTION 3.1 PREPARATION A. Base shall be 3” thick layer of crushed granular base material installed at 95%

compaction on top of subgrade. B. Make any corrections necessary to base furnished and installed under Section

02200 Earthwork and Section 02230 Granular Materials to bring gravel to the sections and elevations shown on the drawings.

C. Pre-soak base material with water prior to installing StaLok® OR APPROVED

EQUAL as needed to compact base. D. Make sure proper drainage is available to ensure no standing water on surface or

adjacent to StaLok® OR APPROVED EQUAL, including downspouts when placed under roof overhang.

3.2 BLENDING A. StaLok® OR APPROVED EQUAL is a solely owned patented process. B. Blending procedures are performed only by a licensed StaLok® OR APPROVED

EQUAL blender and can only be sold through licensed StaLok® OR APPROVED EQUAL Material Dealers. It is a pre-blended, bulk material.

3.3 PLACEMENT/COMPACTION A. Consult manufacturer if installing on slope. B. Do not install in rainy conditions. C. Avoid installing StaLok® OR APPROVED EQUAL below 30°F. StaLok® OR

APPROVED EQUAL may form clods during transport below 60°F. Large clods may be broken apart with machinery such as front loader, or on their own if left to warm in sun. Small clods will break apart during placement and compaction.

D. Place StaLok® OR APPROVED EQUAL at a minimum 2”, maximum 3” compacted

depth. Using a Paver Box, Paver, Crawler Paver, Asphalt Paver, Drag Box Paver, Pavement Profiler, Slip Form Paver, Pav-Saver Place Spreader, Front Loader or Equal.

1. Crown StaLok® OR APPROVED EQUAL. Slope material to edge 1/4” per

foot.

2. Pockets of large aggregate may develop, inspect surface and evenly spread any 1/4” or 3/8” loose rock.

E. Compact StaLok® OR APPROVED EQUAL.

1. Compaction can be achieved by a 1 to 5-ton double-drum roller

Page 314: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 27: EXTERNAL WORKS

IA 12/13 C 057 ST C3/S27/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2. Lightly compact making one pass.

3. Make any grade adjustments and add needed material.

4. Heavily compact material making 8 to 10 passes. Avoid turning on material with roller.

5. Use plate compactor on edges and hard to get areas. If near wall, hand tamp may be necessary.

6. Loose material shall not be present on final surface.

7. No set up or curing time is needed.

3.4 INSPECTION A. Finished surface shall be uniform and solid, with no evidence of chipping or

cracking. Compacted paving material shall be firm to full depth with no soft areas. Loose material shall not be present on the surface and no ruts shall be present. Compaction may increase with time and use.

3.5 MAINTENANCE A. Remove debris, such as paper, grass clippings, leaves or other organic material by

mechanically blowing or hand raking the surface as needed. Any plowing program required during winter months shall involve the use of a rubber baffle on the plow blade or wheels on the plow that lifts the blade 1/4" off the paving surface.

3.6 REPAIRS A. Excavate damaged area to the depth of the StaLok® OR APPROVED EQUAL and

square-off. B. If area is dry, moisten damaged portion lightly and scarify. C. Apply pre-blended StaLok® OR APPROVED EQUAL to excavated area to finish

grade. D. Compact with an 8” to 10” hand tamp or 1000 lb. Roller.

END OF SECTION

Page 315: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/Contents(i) February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

CONTENTS Page 1.  GENERAL ................................................................................................................ 1 

1.1  SCOPE ..................................................................................................................... 1 1.1.1 Related Works ........................................................................................... 1 1.1.2 Applicability ................................................................................................ 1 

2.  MISCELLANEOUS ................................................................................................... 2 

2.1  SURVEY DATA FOR RECORD DRAWING PRODUCTION ................................... 2 

2.2  LABORATORIES ..................................................................................................... 2 

2.3  COMPUTATIONAL FLUID DYNAMIC (CFD), PHYSICAL HYDRAULIC MODELING, HYDAULIC SURGE ANALYSIS ............................................................................... 3  

2.4  THIRD PARTY INSPECTION AGENCIES FOR CIVIL WORKS .............................. 4 

2.5  NON DESTRUCTIVE TESTER (NDT) COMPANIES .............................................. 4 

2.6  CALIBRATION LABORATORIES ............................................................................ 4 

3.  DUCTILE AND GREY IRON PIPES AND FITTINGS ............................................... 5 

4.  RESERVED FOR FURURE USE ............................................................................ 7 

5.  PVC PRESSURE PIPES AND FITTINGS................................................................ 8 

6.  HDPE PIPES AND FITTINGS .................................................................................. 9 

7.  VITRIFIED CLAY PIPES AND FITTINGS .............................................................. 11 

8.  CONCRETE PIPES AND FITTINGS...................................................................... 12 

9.  MATERIALS FOR CONCRETE ............................................................................. 13 

9.1  CEMENT ................................................................................................................ 13 

9.2  REINFORCEMENT ................................................................................................ 13 

9.3  AGGREGATE ........................................................................................................ 13 

10.  GRP PIPES & FITTINGS ....................................................................................... 14 

11.  PRECAST CONCRETE MANHOLES SYSTEM .................................................... 15 

12.  RESERVED FOR FUTURE USE ........................................................................... 16 

13.  RESERVED FOR FUTURE USE ........................................................................... 16 

14.  RESERVED FOR FUTURE USE ........................................................................... 16 

15.  RESERVED FOR FUTURE USE ........................................................................... 16 

16.  LOCAL MECHANICAL & ELECTRICAL CONTRACTORS .................................... 17 

Page 316: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/Contents(ii) February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

17.  LOCAL MECHANICAL WORKSHOPS ................................................................. 19 

18.  LOCAL ELECTRICAL WORKSHOPS .................................................................. 20 

19.  VERTICAL SPINDLE & HORIZONTAL DRY WELL PUMPS ................................ 21 

20.  SUBMERSIBLE PUMPS ....................................................................................... 23 

21.  DRIVE MOTORS .................................................................................................. 24 

22.  FACTORY BUILT ASSEMBLIES (MOTOR CONTROL CENTRES) ..................... 26  

23.  PROGRAMMABLE LOGIC COMPUTERS (PLCs) ............................................... 28 

24.  PLC/SCADA SYSTEM INTEGRATORS ............................................................... 29  

25.  SCADA SOFTWARE ............................................................................................ 30 

26.  REMOTE TERMINAL UNITS ................................................................................ 31 

27.  DIESEL GENERATORS SET (FIXED AND MOBILE) – ENGINES, ALTERNATORS, DG SET MANUFACTURERS ................................................................................ 33 

28.  GATE VALVES & NR VALVES ............................................................................. 34 

29.   BUTTERFLY VALVES .......................................................................................... 35 

30.   AIR VALVES ......................................................................................................... 37 

31.   PENSTOCKS ........................................................................................................ 38 

32.   VALVES & PENSTOCKS ACTUATORS............................................................... 40

33.   DEODORISERS & ODOUR CONTROL UNIT SYSTEMS .................................... 41

34.   SURGE VESSELS ASSEMBLIES ........................................................................ 42

35.   LIFTING EQUIPMENTS ........................................................................................ 43

36.   SCREENS ............................................................................................................. 44

Page 317: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1 GENERAL

1.1 SCOPE

This section specifies the list of Manufacturers, Mechanical & Electrical Contractors and miscellaneous Service Providers that are approved by the Infrastructure Affairs for the providing of materials and services.

1.1.1 Related Works Qatar Construction Standard (QCS) 2010, Section 1 - General 1.1.2 Applicability 1 Contractors may employ any Manufacturer and/or Mechanical and Electrical

Contractor and/or any other Service Provider listed in Section 29 at the date of submission of the tender, even if that party is subsequently deleted from the list. Any approved party added subsequent to submission of the tender may also be considered.

2 Where there is no Approved Manufacturer, the contractor shall submit details of the

materials in accordance with Qatar Construction Standard (QCS) 2010, Section 1 Part 7.

3 Where materials or services are listed in this section they shall only be obtained from

one of the parties on this approved list, unless otherwise agreed by the Engineer. 4 If a Supplier/Manufacturer proposes to change the manufacturing location from the

location stated in this Section, Infrastructure Affairs of Public Works Authority (PWA) shall be informed in writing by the Supplier/Manufacturer. The new manufacturing facility shall be approved by PWA Infrastructure Affairs, prior to the submission of any material submittals from this new location.

END OF PART  

Page 318: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2. MISCELLANEOUS

2.1 SURVEY DATA FOR RECORD DRAWING PRODUCTION

Bureau of Engineering Studies (BEST) P O Box 8201, Doha, Qatar Tel. 4417883 Fax. 4417020

Gulf International Consultants (GIC) P O Box 4769, Doha, Qatar Tel. 4478771 Fax. 4478572 , 4778879

MTC Surveys P O Box 22103, Doha, Qatar Tel. 4654415 Fax. 4654405

Qatar Land Surveys P O Box 20425, Doha, Qatar Tel. 4685221 Fax. 4685221

Concord Surveying Works Co. P O Box 30, Doha, Qatar Tel. 4320232 Fax. 4320332

GHD P O Box 14352, Doha, Qatar Tel 432 2579 Fax 444 6127

Qatar Company for Survey Services P O Box 2966 Tel. 4353504 Fax. 4365367

Fugro Middle East Company P O Box 4533 Tel. 4323879 Fax. 4418958

2.2 LABORATORIES Please refer to the approved private laboratories list from quality & safety department, published in Ashghal official web site.

Page 319: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2.3 COMPUTATIONAL FLUID DYNAMIC (CFD), PHYSICAL HYDRAULIC MODELLING, HYDRAULIC SURGE ANALYSIS

Alden Research Laboratory 30 Shrewsbury Street Holden Massachusetts U.S.A. Tel +1 508 8296000 Fax +1 508 8295939 E-mail [email protected]

. BHR Group Ltd. Cranfield Bedford, MK43 0AJ United Kingdom Tel +44 (0) 1234 750422 Fax +44 (0) 1234 750074 e-mail : www.bhrgroup.co.uk

Delft Hydraulics P.O. Box 177 2600 MH Delft The Netherlands Tel +31 (0)15 285 8585 Fax +31 (0)15 285 8582 E-mail : [email protected] HR Wallingford Wallingford Oxfordshire United Kingdom Tel +44 (0)1491 835381 Fax +44 (0)1491 832233 E-mail : [email protected]

Page 320: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

2.4 THIRD PARTY INSPECTION AGENCIES FOR CIVIL WORKS

Germanischer Lloyd (GL) P.O. Box 3288 Doha Tel +974 4661909 Fax +974 4661969

BUREAU VERITAS (BV) P.O. Box 22157 Doha Tel +974 4437024 Fax +974 4437190

2.5 NON DESTRUCTIVE TESTER (NDT) COMPANIES

Qatar Inspection Services (QIS) P.O. Box 14134 Salwa Industrial Area, Doha, Qatar Tel +974 4501079 Fax +974 4501807

Amsyco International P.O. Box 22410 Doha, Qatar Tel +974 4604550 Fax +974 4604054

2.6 CALIBRATION LABORATORIES

Gray Mackenzie Engineering Services LLC (GMES) QATAR P.O Box: 60920, Ras Al Khor City, Doha, Qatar Telephone No: 00974 44902586 Fax No: 00974 44720769 Email: [email protected] Web: www.gmes.ae

Qatar Armed Forces laboratory Qatar Armed Forces Calibration Center P.O. Box 24129 Doha, State of Qatar Tel: 44616900 / 902/ 906 Fax: 44616901 / 921 E-mail: [email protected]

Qatar Calibration Services (QCAL) P.O. Box 16069 Doha, Qatar Tel +974 4604883 Fax +974 4602219 E mail: [email protected]

END OF PART

Page 321: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3. DUCTILE AND GREY IRON PIPES AND FITTINGS

Kubota Ltd. 2-47 Shikitsuhigashi 1-chome Naniwa-Ku, Osaka, Japan Tel: 06 6648 2111 Fax: 06 6048 3862 Email : www.kubota.co.jp

Local Agent: Al Tawfeeq Petroleum Services PO Box 187, Doha, Qatar Tel: +974 4626111 Fax: +974 4622299

Saint Gobain – PAM Les Longues Raies, Maidiers, BP 109, 54704 Pont a Mousson cedex, France Tel: + 33 (0) 3 83 80 75 79 Fax: +33 (0) 3 83 80 75 78 E-mail: www.pont-a-mousson.com

Local Agent: Mannai Trading Co., PO Box 76, Doha, Qatar Tel: + 974 4412555 Fax: + 974 4431858

United States Pipe & Foundry Co. 3300 1st Avenue North, Birmingham Alabama 35222, USA Tel: + 1 205 254 7230 Fax: + 1 205 254 7274 E-mail : www.uspipe.com

Local Agent: M/s Globe Construction Co. LLC PO Box 10521, Doha, Qatar Tel: +974 44301675 Fax: +974 44357990

American Cast Iron Pipe Company Birmingham Alabama 35202, USA Tel: 1-800-442-ADIP(2347) Fax: 1-800-442-2348 E-mail: www.acipco.com

Local Agent: OITC Group WLL PO Box 4844, Doha, Qatar Tel: +974 44427107/ 44411570 Fax: +974 44418426 E mail: [email protected] Web: www.oitcgroup.com

Saudi Arabian Ductile Iron Pipe Co. (SADIP) PO Box 3430, Dammam 31471 Saudi Arabia Tel: +966 3 812 10 01 Fax: +966 3 812 11 31 E-mail : [email protected]

Local Agent: Trading Agency Services Ltd. PO Box 1884, Doha, Qatar Tel: +974 4432212/13, 4421100 Fax: +974 4422255

Page 322: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Following Approval is limited up to 600mm Internal Diameter: Xinxing Ductile Iron Pipes Co. Ltd. A3005, Fortune Plaza, Middle Road East 3rd Ring, Beijing China Tel: +8610 5929 0139 Fax: +8610 5929 0154

Local Agent: International Ductile Iron Pipes WLL PO Box 2515, Doha, Qatar Tel: +974 6633 5353 Fax: +974 4444 1583

In addition to the above pipe manufacturers ductile iron fittings can be obtained from following manufacturer: Düker Fried Wilh Eisenwerk GmbH & Co. KGaA Ducker GmbH & Co. KgaA Hauptstrasse 39-41, D-63846, Laufach, Germany Tel: +49 60 93/87-2 50 Fax: +49 60 93/87-2 46

Local Agent: Ahmed Al Uthman & Bros. PO Box 2117, Doha, Qatar Tel: +974 4325230 Fax: +974 4443309

END OF PART

Page 323: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4. RESERVED FOR FUTURE USE

Page 324: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5. PVC PRESSURE PIPES AND FITTINGS

PVC Pipes & Fittings approvals shall be on project by project basis.

END OF PART

Page 325: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

6. HDPE PIPES AND FITTINGS

HEPWORTH PME (QATAR) WLL PO Box: 50207 Mesaieed, Qatar Tel: 4760588 Fax: 4760525 E-mail: [email protected]

Qatar Pipeline & Fittings PO Box 40290 Doha, Qatar Tel: +974-44603773 Fax: +974-44603993 E-mail : www.qaddcoqatar.com

Al Wasail Industrial Co. PO Box: 21599 Riyadh, 11485, KSA Tel: +966 1 4508433 Fax: +966 1 4508166 E-mail : [email protected]

Local Agent Al-Wasail Al-Saudi Al-Qatari PO Box: 10078 Doha, Qatar Telefax: +974 44682123

Dura-Line Middle East LLC. P.O. Box : 530, Sohar Industrial Estate, Sultanate of Oman. Tel : 00968 2670 1593 Fax : 00968 2670 1620 E-mail: [email protected] Munir Munif Factory for Plastic Pipes & Fittings PO Box: 355342 Riyadh, 11383, KSA Tel: +966 1 2652111 Fax: +966 1 2651845 Union Pipes Industry P.O. Box : 9650, Abu Dhabi, UAE Tel : 00971 2 5500102 Fax : 009712 5500105 E-mail : [email protected]

Local Agent Jersey Industrial Division P.O. Box : 7922, Doha, Qatar Tel : 00974 4499 5077 Fax : 00974 4499 5088 E-mail : [email protected] Local Agent Al Gazal Business Solutions WLL PO Box: 45729 Doha, Qatar Tele: +974 44274456/ 44631752 Fax: + 974 44274458/ 44631829 Local Agent Petrofac Qatar, PO Box 4404, Doha, Qatar Tel: +974 447 8800 Fax: +974 447 8811

Page 326: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Cosmoplast Industrial Co. PO Box: 6032 Sharjah, UAE Tel: +971 6 5331264 Fax: +971 6 5331917 E-mail : www.industrial-uae.com National Industries Company PO Box: 3314 Safat, 13034 Kuwait Tel: +965 24837099 Fax: +965 24833498

Local Agent Chemtech Trading &

Contracting WLL PO Box: 40233 Doha, Qatar Tel: +974 4465 1234 Fax: +974 4469 6562

END OF PART

Page 327: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7. VITRIFIED CLAY PIPES AND FITTINGS

VC Pipes & Fittings approvals shall be on project by project basis.

END OF PART

Page 328: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

8. CONCRETE PIPES AND FITTINGS

Concrete Pipes & Fittings approvals shall be on project by project basis.

END OF PART

Page 329: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

9. MATERIALS FOR CONCRETE

9.1 CEMENT Qatar National Cement Company

P.O. Box 1333, Doha, Qatar Tel: +974 44693800 Fax: +974 44693900 E-Mail: [email protected]

9.2 REINFORCEMENT Qatar Steel Company Ltd

P.O.Box 50090, Mesaieed, Qatar Tel: +974 44778778 Fax: +974 44771424 E-Mail: [email protected]

9.3 AGGREGATE

Aggregate Source approvals shall be on project by project basis.

END OF PART

Page 330: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

10. GRP PIPES & FITTINGS

M/s Future Pipe Industries Qatar – (QCISC) P.O. Box: 24678 Doha, Qatar

Tel: + 974 44768111 Fax: +974 44114772 E mail:[email protected]

Saudi Arabian Amiantit Company Corporate Headquarters P.O Box 589 Dammam 31421 Saudi Arabia Tel: + 966 3 847 15 00 Fax: + 966 3 847 13 98 Email: [email protected] Web: www.amiantit.com

Amiantit Qatar Pipes Co. Ltd. PO Box 40194 Street 41, New Industrial Area, Doha - State of Qatar Tel: +974 4114873/4/6 Tel: +974 4114875 Email: [email protected] Web: www.amiantit.com M/s Advanced Composites P.O. Box: 41632 Sharjah, UAE Tel: +971 65263113 Fax: +971 65263112

END OF PART

Page 331: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

11. PRECAST CONCRETE MANHOLES SYSTEM

Precast Concrete Manhole System approvals shall be on project by project basis.

END OF PART

Page 332: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

12. RESERVED FOR FUTURE USE

13. RESERVED FOR FUTURE USE

14. RESERVED FOR FUTURE USE

15. RESERVED FOR FUTURE USE

Page 333: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/17 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

16. LOCAL MECHANICAL & ELECTRICAL CONTRACTORS

AA Engineering Services PO Box 40541, Doha, Qatar Tel: +974 4460 0235 ; Fax: +974 4460 0237

Qatar Engineering & Construction Company WLL (QCON) PO Box 24491, Doha, Qatar Tel: +974 4458 7200 ; Fax: +974 4458 7201 Email: [email protected]

Petroserv PO Box 7098, Doha, Qatar Tel: +974 443 5175 ; Fax: +974 4418249

Qatar Kentz PO Box 3865, Doha, Qatar Tel: +974 44659435 ; Fax: +974 44552153

Danway Qatar PO Box 10315, Doha, Qatar Tel: +974 4436 0495 ; Fax: +974 4436 0496

ROOTS Energy & Engineering Services PO Box 22867, Doha, Qatar Tel: +974 4401 9666 ; Fax: +974 4401 9777 Pioneer Contracting & Trading (PICTRA) PO Box 4486, Doha, Qatar Tel: +974 4486 2264 ; Fax: +974 4486 2296

AMEM Qatar PO BOX 24970 Doha, Qatar Tel: +974 4465 9879 ; Fax: +974 4466 9381 Email: [email protected]

Al Jaber Engineering (L.L.C). P.O BOX: 22801 Doha – Qatar Tel: +974 4444 6206 ; Fax: +974 4437 0501 Email: [email protected]

Page 334: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/18 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Deutsche Babcock Al Jaber WLL (DEBAJ) P.O BOX: 24313 Doha, Qatar Tel: +974 4465 1900 ; Fax: +974 4465 9682 Stream Industrial & Engineering P.O. Box: 22647 Doha, Qatar Tel: +974 44365415 Fax: +974 44322193 Email: [email protected]

METITO (Overseas) Qatar Limited P.O. Box: 23616 Doha, Qatar Tel: +974 44568650 Fax: +974 44568750 Email: [email protected]

ABDULLA NASS GROUP CO. P.O. Box: 24287 Doha, Qatar Tel: +974-4436 8778 Fax: +974-4436 8338 E-mail: [email protected]

HBK Engineering Services W.L.L P.O. Box: 8091 Doha, Qatar Tel: +974-44687611 Fax: +974-44687341 E-mail: [email protected]

END OF PART

Page 335: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/19 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

17. LOCAL MECHANICAL WORKSHOPS

Manweir Ltd Doha, Qatar Tel: +974 460 0111, Fax: +974 460 1883

AA Engineering Services Doha, Qatar Tel: +974 460 0235, Fax: +974 460 0237

Doha Petroleum Construction Co. Ltd Doha, Qatar Tel: +974 460 0350, Fax +974 460 1066

Qatar National Navigation & Transport Co Doha, Qatar Tel: +974 477 1690, Fax: +974 446 8777

Al Nisr Machinery Doha, Qatar Tel: +974 465 2452, Fax: +974 465 3064

Madina Group PO Box 20459, Doha, Qatar Tel: +974 460 0818, Fax: +974 460 3143

END OF PART

Page 336: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/20 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

18. LOCAL ELECTRICAL WORKSHOPS

Manweir Ltd Doha, Qatar Tel: +974 460 0111, Fax: +974 460 1883

A.A. Engineering Services Doha, Qatar Tel: +974 460 0235, Fax: +974 460 0237

Qatar National Navigation & Transport Co Doha, Qatar Tel: +974 477 1690, Fax: +974 446 8777

Gulf Lights Doha, Qatar Tel: +974 460 2329, Fax: +974 469 9686

END OF PART

Page 337: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/21 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

19. VERTICAL SPINDLE & HORIZONTAL DRY WELL PUMPS Kubota Corporation Hirakata Plant, 1-1 Nakamiya, Oike 1 – Chome, Hirakata – Shi, Osaka – 573 – Japan Telex: 5267785 Kubota J, Fax : 06 6483062 E-mail : www.kubota.com

Local Agent: Stream PO Box 22119, Doha Qatar Tel: +974 4836915, Fax: +974 4837138

KSB, Aktiengisellschaft D-6710 Frankentghal, PSA L7, Germany Tel: 49 6233 860 Fax: E-mail : [email protected]

Local Agent: AA Engineering Services PO Box 40541, Doha, Qatar Tel: +974 4600235, Fax: +974 4600237

Sulzer Pumps Ltd Manor Hill Lane, Leeds LS 11 8BR, U.K. Tel: +44-1252-523858, Fax: +44 (0) 113 272 4512 E-mail : www. Sulzer pumps.com

Local Agent: Oriental Trading Co PO Box 96, Doha, Qatar Tel: +974 4423750, Fax: +974 4433573

Goulds Pumps Inc 240 Fall St., Seneca Falls, New York, 13148, USA Fax: +1-315-568-2418 E-mail : www.goulds pumps.com

Local Agent: Doha Petroleum Construction Co. Ltd (DOPET), PO Box 1744, Doha, Qatar Tel: +974 4600350, Fax: +974 4601066

Torishima Pump Mfg. Co. Ltd 1-1-8, Miyata-Cho Takatsuki – Shi, Osaka, Japan Tel: 0726 902313, Fax 0726 902023 E-mail : www.torishima.co.jp

Local Agent: Al Jaber Engineering PO Box 1120, Doha, Qatar Tel: +974 4446206, Fax +974 4446361

Cornell Pump USA 290 Paulino Avenue Costa Mesa, CA 92626 USA Tel: (949) 833-3888, Fax (949) 833-8858 Email:[email protected]

Local Agent: Arabi Co Qatar PO Box 22096, Doha, Qatar Tel: +974 4469 6841, Fax +974 4468 4936 Email: [email protected]

Page 338: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/22 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

HITACHI Pump Plant Technologies, Ltd. Japan 5-2, Higashi-Ikebukuro 4-chome, Toshima-ku, Tokyo,170-8466,Japan Tel: +81-3-5928-8001 SPP Pumps Limited Theale Cross, Pincents Lane Calcot, Reading Berkshire England RG31 7SP Tel: +44 (0) 118 932 3123 Fax: +44 (0) 118 932 3302

Local Agent ITOCHU – Doha PO BOX: 5807 Qatar Tel: +974 44913633 Fax +974 44913627 Local Agent TADMUR Trading WLL P.O. Box: 37493 Doha, Qatar Tel: 4401 5300 Fax: 4401 5330 Email: [email protected]

END OF PART

Page 339: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/23 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

20. SUBMERSIBLE PUMPS

Flygt Pumps Xylem Water Solutions AB PO Box 36180 Emmaboda, Sweden Tel: +46 471 24 7000 Fax: +46 471 24 7401 E-mail: [email protected] Web: www.xyleminc.com

Local Agent Tadmur Trading W.L.L. PO Box 37493 Doha, Qatar Tel: +974 4401 5300 Fax: +974 4401 5330

ABS Pumpen AG, Scheiderhohe, Postfach 1220, D-5204 LOHMAR 1, Germany Telex: 889619, Fax: 049 2246 13200 E-mail: www.abs pimps.com

Local Agent Petrofac Qatar, PO Box 4404, Doha, Qatar Tel: +974 4478800, Fax: +974 4478811

GrundFos Holding A/S Poul Due Jensens Vej 7 DK-8850, Bjerringbro, Denmark Tel: +45 87501400 Fax: +4587501402

Local Agent Oriental Trading Co., PO Box 96, Doha, Qatar Tel: +974 4423750, Fax: +974 4433573

KSB, Aktiengisellschaft, D-6710 Frankentthal, PSA L7, Germany Tel: +49 6233 860 Fax:+49 623386-3401 E-mail : [email protected]

Local Agent AA Engineering Services, PO Box 40541, Doha, Qatar Tel: +974 44600 235 Fax: +974 44600 237

END OF PART

Page 340: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/24 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

21. DRIVE MOTORS Brook Crompton St. Thomas Road, Huddersfiled, West Yorshire, HD1 3LJ – UK Tel: +44 (0) 1484 422150 Fax: +44 (0) 1484 514027 E-mail : www.brook crompton.com

Local Agent: Oriental Trading Co PO Box 96, Doha, Qatar Tel: +974 442 3750, Fax: +974 443 3573

Siemens 5400 Triangle Parkway, Norcross GA 30092 Tel: 770 326 2000 Fax: 732 906 3851 E-mail: www.siemens.com

Regional Agent: Siemens LLC PO Box 2154, Dubai, UAE Tel: 09714 3188155, Fax: 09714 3319547

BEVI El Ab PO Box 41, 384 21 Blomstermala, Sweden Tel: + 46 499 27100 Fax: + 46 499 20008

A.B.B. ABB Motors, Business Area Marketing Communications, PO Box 633 FIN – 65101, Vassa, Finland Tel: + 358 (0) 10 22 4000 Fax: + 358 (0) 10 22 43575

Local Agent ABB Overseas Marketing Ltd., PO Box 8688, Doha, Qatar Tel: +974 444 1789, Fax: +974 444 6189

Toshiba Industrial Corporation 13131 West Little, York Road Houston, TX 77041 USA Tel: +1 (800) 231 1412 Fax: +1 (713) 466 0277 Email : www.tic.toshiba.com

Page 341: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/25 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Lawrence Scott & Electromotors ATB Laurence Scott Ltd, PO Box 25 Hardy Road Norwich Norfolk, England Telephone: 44 (0)1603 628333 Telefax: 44 (0) 1603 660767 E-mail: [email protected]

Local Agent Al SAYGH PROJECTS & Cont. Co, P.O. Box 372 Doha - Qatar Tel: (0974)-4440451 Fax: (0974)-4442587

Loher GmbH P O Box 1164 94095 Ruhstorf Germany Tel : +49(8531)39-0 Fax: +49(8531)32-895 Email: www.loher.de

Local Agent Al Shaibeh Establishment P O Box 3975 Doha, Qatar Tel: 4322140/41 Fax: 4416650

END OF PART

Page 342: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/26 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

22. FACTORY BUILT ASSEMBLIES (MOTOR CONTROL CENTRES) ABB SACE, Italy A division of ABB S.p.A Via Italia, 58 23846 Garbagnate Monastero (LC), Italy. Telephone: +39 031 3570201 Telefax: +39 031 3570234 Blackburn Starling Eng. Ltd Queens Drive, Nottingham NG2 3AY, U.K. Tel: +44 (0) 115 9866331 Fax: +44 (0) 115 9539544

EATON Industries (Netherlands) B.V. Europalaan 202, 7559 SC Hengelo P.O BOX: 23; 7550 AA Hengelo The Netherlands Tel: +31 74 246 3462 Fax: +31 74 246 4445 Email: [email protected]

Regional Branch ABB Industries PO Box: 11070 Dubai, UAE Tel: +971 4 3147500 Fax: +971 4 3401771

Eaton Regional Office Al Emadi Business Centre Doha, Qatar Tel: +974 44674273 Fax: +974 44667134

Switchgear & Instrumentation Limited Bowling Park Works, Ripley Road, Bradford West Yorkshire BD4 7EU, U.K. Tel: +44 (0) 1274 734221 Fax: +44 (0) 1274 731390 E-mail : www.switchgear.co.uk

Siemens AG Infrastructure & Cities Sector Low & Medium Voltage Division Low Voltage Suedstr. 74 04178 Leipzig, Germany Tel: +49 (911) 433-8085/ +49 341 4470-576 Fax: +49 341 4470-870 Email: [email protected]

Schneider Electric SAS Marketing HQ 5, Rue Nader, F-92506 Rueil – Malmaison Cedex – France Tel: +33 (0) 141 298200 Fax: +33 (0) 141 518020 E-mail : www.schneider-electric.com

Local Office: Schneider Qatar Liaison Office, PO Box 4484, Doha, Qatar Tel: +974 432 2710 Fax: +974 442 4358

Page 343: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/27 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Schneider Electric FZE CK-06 Jebel Ali Free Zone PO BOX 17192 Dubai, UAE Tel: +971 (4) 808 7100 Fax: +971 (4) 808 7101

END OF PART

Page 344: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/28 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

23. PROGRAMMABLE LOGIC CONTROLLERS (PLCs)

Allen Bradley, Rockwell Automation Allen Bradley & Rockwell Softwares Brands 1201 South Second Street, Milwaukee, WI 53204 2496 – USA Tel: + 1 414 382 2000 Fax: + 1 414 382 4444 E-mail :www.rockwell.com

Regional Office: Rockwell Automation Middle East Emarat Atrium Bloc 2-5, Sheik Zayed Road, Dubai, UAE Tel: +9714 321 1814 Fax: +9714 321 1816

Modicon, Schneider Electric SAS Marketing HQ, 5, Rue Nader, F-92506 Rueil – Malmaison, Cedex – France Tel: +33 (0) 141 298200, Fax: +33 (0) 141 518020 E-mail : www.modicon.com

Local Office: Schneider Qatar Liaison Office, PO Box 4484, Doha, Qatar Tel: +974 432 2710 Fax: +974 442 4358

GE Fanuc Automation General Electric International Inc. PO Box 11549 Dubai –UAE Tel: +971 433 10444 Fax: +971 433 10053

Local Agent: Middle East Business Development P O Box 14172 Doah, Qatar Tel: +974 4358989 Fax: +974 4600237

Siemens International Siemens plc. Sir William Siemens House Manchester M20 2UR UK Tel: +44 (0) 161 446 5277 Fax: +44 (0) 161 446 5262 E-mail : www.siemens.co.uk

Local Office: SIEMENS W.L.L. 7th Floor, Al-Wakra Tower, Old Salata Road, Corniche Area, P.O.Box 21757, Doha, Qatar +974 4456 0222 +974 44413652

END OF PART

Page 345: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/29 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

24. PLC/SCADA SYSTEM INTERGRATORS

Reserved for future use

END OF PART

Page 346: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/30 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

25. SCADA SOFTWARE

WONDERWARE In Touch by WONDERWARE 26561Rancho Parckway South Lake Forest CA 92630 U.S.A SIMATIC WINCC by SIEMENS Siemens AG, Moorenbrunn Gleiwitzer Str. 555 P.O. Box No. 4848 90475 Nuernberg GERMANY Tel.: +49 (911) 895 0 Fax.: +49 (911) 895 3630 URL: http://www.siemens.de CIMPLICITY by GE FANUC GE Fanuc Intelligent Platforms Rt 29 North & Rt 606 PO Box 8106 Charlottesville, VA Zip Code 22911-8300 U.S.A VIJEO-CITECT by Schneider Electric Schneider Electric Industries SAS 35 Rue Joseph Monier 92506 Rueil Malmaison France

Regional Office Wonderware Middle East PRECAST FZCO P.O.Box 54654 Dubai United Arab Emirates T:0097142045344 Local Office SIEMENS WLL Al Wakara Tower,Old Salata Roa P.O. Box 21757, Doha, QATARPhone:+974-4560222 Fax.: +974-467 0391 Local Office GE Fanuc Intelligent Platforms C-Ring Road GE International Offices P.O.Box: 24997 Doha ,Qatar Local Office Schneider Electric SA Al Emadi Business Center P.O. Box 24795 Doha, Qatar Tel : +974 432 2710 Fax: +974 442 4358 Email: [email protected]

END OF PART

Page 347: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/31 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

26. REMOTE TERMINAL UNITS

Reserved for future use

END OF PART

Page 348: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/32 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

27. DIESEL GENERATORS SET (FIXED AND MOBILE) - ENGINES, ALTERNATORS, DG SET MANUFACTURERS

Cummins, Cummins Cumberlan Inc 41 North Evansville, IN, 47711, USA Tel: +1 812 867 4402 Fax: +1 812 867 4411 E-mail : www.cummins.com

Local Agent: Jaidah Motors & Trading Co. Ltd PO Box 7901, Doha, Qatar Tel: +974 4466888 Fax: +974 4414100

Perkins, Perkins Engines Co. Ltd. Frank Perkins Way, Peterborough, PE1 5NA UK Tel: + 44 (0) 1733 58 3000 Fax: + 44 (0) 1733 58 2240 E-mail : www.perkins.com

Local Agent: Al Nisr Machinery W.L.L. PO Box 2224, Doha, Qatar Tel: +974 4652452, Fax: +974 4653064

Volvo, AB Volvo, SE – 40508 Goteborg Sweden Tel: + 46 (0) 31 660 000 E-mail : www.volvo.com

Southwest Trading Products: Deutz Detroit Diesel 2910N. EL Dorado AV Lake Havasu City , AZ 86403 Tel : (888) 365 9709 Fax : (928)680 4179 E-mail:www.portable-electric-power-generators.com

Caterpillar Caterpillar Corporate Headquarters 100 North East Adams Street Peoria, Illinois USA 61629 1 (309) 675-1000 www.cat.com

Local Agent: Mohamed Abdulrahman Al-Bahar PO Box 2171, Doha, Qatar Tel: +974 44600222 Fax: +974 44600225 www.albahar.com

Page 349: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/33 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Newage Newage product: Markon , Stamford , AVK and SEG Barnack Road Stamford, Lincolnshire PE 2NB Engalnd Phone: 44 (0) 17 80 48 40 00 Fax: 44 (0) 17 80 48 41 00 E-mail: www.newage.com

END OF PART

Page 350: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/34 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

28. GATE VALVES & NR VALVES

Glenfield Works Queen Drive, Kilmarnock Ayrshire, KA 13 XF UK Tel: +44 (0) 1563 52150, Fax: +44 (0)1563 545604 E-mail: www.glenfield.co.uk

Local Agent: Al Obeidly & Gulf Eternit Trading Co., PO Box 1965, Doha, Qatar Tel: +974 4694111, Fax: +974 4694449

VAG Armaturen Carl Reuther Str – 1, 68305 Mannheim, Postach 31 05 48, 68265 Mannheim Germany Tel: +49 (0) 621 749-0, Fax: +49 (0) 621 749-1845 E-mail : [email protected]

Local Agent: Petrofac Qatar, PO Box 4404, Doha, Qatar Tel: +974 447 8800 Fax: +974 447 8811

Metalska Industrija Varazdin (MIV Valves) Fabijanska 33, 42000 Varazdin, Croatia Tel: 00 385 42 240 211 Fax: 00 385 42 242 004 E-mail : www.miv.hr

Local Agent: Al Raida Engineering & Industrial Services WLL P.O. Box: 24875, Doha, Qatar Tel: +974 44329001 Fax: +974 44329008

HAWLE Valves A-4840 Vocklabruck Wagrainer, Austria Tel:+(+43)-(7672)-725760 Fax: +(+43)-(7672)-78464

Local Agent: Field Industrial Supplies WLL. PO Box 55735 Doha Qatar Tel: +974 44367839; Fax: +974 44360853

END OF PART

Page 351: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/35 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

29. BUTTERFLY VALVES

Ebro Armaturen PO Box 1280 D-89502 Heidenheim Germany Tel: +49 (0) 7321 3200 Fax: +49 (0) 7321 3204911 E-mail : www.ebro.armaturen.com

Local Agent SIBTA Projects & Trading PO Box 22146 Doha, Qatar Tel: +974 4693079 Fax: +974 4693075

Erhard Valves Limited PO Box 1280, D-89502, Heidenheim, Germany Tel:+49 (0) 7321 320 0, Fax: +49 (0) 7321 320525 E-mail : www.erhard.de

Local Agent: Dutco Tennant Qatar WLL PO Box 3288, Doha, Qatar Tel: +974 44655808, Fax: +974 44657519

TTV Valves Spain P O BOX 28914 LEGANES MADRID SPAIN Tel:+34-916-857-365; Fax VAG Armaturen Carl Reuther Str – 1, D-68305 Mannheim, Postach 31 05 48, 68265 Mannheim Germany Tel: +49 (0) 621 749-0, Fax: +49 (0) 621 749-1845 E-mail : [email protected] Metalska Industrija Varazdin (MIV Valves) Fabijanska 33, 42000 Varazdin, Croatia Tel: 00 385 42 240 211 Fax: 00 385 42 242 004 E-mail : www.miv.hr

Local Agent: Field Industrial Supplies WLL. PO Box 55735 Doha Qatar Tel: +974 44367839; Fax: +974 44360853

Local Agent: Petrofac Qatar, PO Box 4404, Doha, Qatar Tel: +974 447 8800 Fax: +974 447 8811

Local Agent: Al Raida Engineering & Industrial Services WLL P.O. Box: 24875, Doha, Qatar Tel: +974 44329001

Fax: +974 44329008

Page 352: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/36 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

KSB SAS 2.1. de Gagnaire-Fonseche 24490 La Roche Chalais Bordeaux France Tel: +33 (5) 5392 4400 Fax: +33 (5) 53924401 KSB-AMVI SA Poligono Industrial Villalonquelar C/del escudo 4 09001 Villalonqueler (Burgos) Spain Tel: +34 (947) 298527 Fax: +34 (947) 298298

Local Agent: KSB Aktiengesellschaft (Representative Office) PO Box 23913, Doha, Qatar Tel: +974 44869596 Fax: +974 44863459

END OF PART

Page 353: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/37 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

30. AIR VALVES

Dynamic Fluid Control (Pty) Ltd (Trading as Vent-O-Mat) PO Box 5064 Benoni South 1502 South Africa Tel : +27 11 748-0200 Fax : +27 11 421-2749 email: [email protected]

Local Agent Sibta Projects & Trading Doha, Qatar Tel: (+974) 469 3079 Fax: (+974) 469 3075 Email: [email protected]

Erhard Valves Limited, PO Box 1280, D-89502, Heidenheim, Germany Tel:+49 (0) 7321 320 0, Fax: +49 (0) 7321 320525 E-mail : www.erhard.de

Local Agent: Dutco Tennant Qatar WLL PO Box 3288, Doha, Qatar Tel: +974 44655808 Fax: +974 44657519

Following approval is limited to the TSE applications only : HAWLE Valves A-4840 Vocklabruck Wagrainer, Austria Tel:+(+43)-(7672)-725760 Fax: +(+43)-(7672)-78464

Local Agent: Field Industrial Supplies WLL. PO Box 55735 Doha Qatar Tel: +974 44367839; Fax: +974 44360853

END OF PART

Page 354: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/38 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

31. PENSTOCKS

Simon Hartley, Garner Street, Eturia, Stoke on Trent, Stafford ST4 7B4, UK Tel: + 44 (0) 1782 202300, Fax: + 44 (0) 1782 260534

Ham barker Hartley, Garner Street, Eturia, Stoke on Trent, Stafford ST4 7B4, UK Tel: + 44 (0) 1782 203611 Fax: + 44 (0) 1782 203639

Adams Hydraulics, George Cayley Drive, Clifton Moor, York YO30 4TA, P.O.Box : 15 UK Tel: + 44 (0) 1904 695695, Fax: + 44 (0) 1904 695600

VAG Armaturen, Carl Reuther Str – 1, 68305 Mannheim, Postach 31 05 48, 68265 Mannheim Germany Tel: +49 (621) 749 0 Fax:+49 (621) 749 29 1000 E-mail : [email protected]

Waterman Industries Inc., 25500 Road 204, Exeter, California 93221, PO Box 458, USA Tel: +1 (559) 562 4000, Fax: +1 (559) 562 2277

Local Agent SIBTA Projects & Trading, PO Box 22146, Doha, Qatar Tel: (+974) 469 3079 Fax: (+974) 469 3075

Page 355: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/39 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Passavant-Geiger Business Unit Passavant Passavant-Roediger-Strasse 1 65326 Aarbergen Germany Tel: +49 (0) 612028 – 2888 Fax: +49 (0) 612028 – 2119

Local Agent International Gulf trading Company P.O. Box: 6572 Doha, Qatar Tel: +974 44694323 Fax: +974 44694467

KWT Holding BV Wentelploeg 42 8256 SN, Biddinghuizen The Netherlands Tel: +31 (0) 321-335563 Fax: +31 (0) 321-335573 E-mail: [email protected]

Local Agent Dutco Tennant Qatar WLL PO Box 3288, Doha, Qatar Tel: +974 44655808 Fax: +974 44657519

END OF PART

Page 356: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/40 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

32. VALVES & PENSTOCKS ACTUATORS

Rotork Controls Inc., 19 JET VIEW DRIVE Rochester NY, USA – 14624 Tel: +1 585 328 1550, Fax: +1 585 328 5848

Local Agent Petrotec, PO Box 16069, Doha, Qatar Tel: +974 4419 603, Fax: +974 4419 604

Auma Riestar GmbH, Werk Mullheim, PO Box 1362, 79373, Mullheim Germany Tel: + 49 (0) 7631 8090, Fax: + 49 (0) 7631 13218 BERNARD CONTROLS Group - France 4, rue d'Arsonval - B.P. 70091 95505 GONESSE cedex France Tel: +33 (0)1 34 07 71 00 Fax: +33 (0)1 34 07 71 01 www.bernardcontrols.com [email protected]

Local Agent: Behzad Trading Enterprises, PO Box 1129, Doha, Qatar Tel: +974 4433 236, Fax: +974 4433 237 Local Agent Jaidah Group PO Box 150 Doha, Qatar Phone: +974 4446 6829 Fax: +974 4442 6168

END OF PART

Page 357: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/41 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

33. DEODORISERS & ODOUR CONTROL UNIT SYSTEMS

Chemviron, Chemviron Carbon Boulevard de la Woluwe, 60 bte 7 B – 1200 Brussels, Belgium Tel: (02) 773 20 11, Fax: (02) 770 93 94

US Filters RJ Environmental Products, 13 100 Gregg Street, Suite B, Poway, CA 92064, USA Tel: +1 858 486 8500, Fax: +1 858 486 8501

Local Agent: Marine Trading & Contracting Co. PO Box 399, Doha , Qatar Tel: +974 4435229, Fax: +974 4434181

Technium Cardna Industrial F. Casablancas 24-8240 Manresa, Spain Tel: +34 902 443 000, Fax: +34 93 875 7668

Local Agent: SIBTA Projects & Trading PO Box 22146, Doha Tel: +974 4693079, Fax: +974 4693075

Cetriquip Ltd, Derby Road Clay Cross Derbyshire S45 9AG UK Tel: +44 (0) 1246 252600, Fax: +44 (0) 1246 252601 M/s Corodex Industries P.O. Box: 12282, Dubai United Arab Emirates Tel: +971 43472900 Fax: +971 43472796 E-mail: [email protected] AMTRAD ENVIRONMENTAL Rue Familleureux 61 7170 BOIS-D'HAINE BELGIUM Tel: +32 64 55 63 98 Fax: +32 64 55 63 98 IPEC, Belgium Graaf Lodewijkplein 5.02 3840 Borgloon(Belgium) Tel: +32 (0) 12672369 Fax: +32 (0) 12672371

Local Agent: Eastern Trading & Technology Ltd PO Box 3479, Doha, Qatar Tel: +974 4421353, Fax: +974 4421323 Local Agent M/s International Gulf Trading company P.O. Box: 6572 Doha, Qatar. Tel: +974 44694340 Fax: +974 44694467 Local Agent Al Raida Eng & Ind. Services WLL PO Box 24875 Doha, Qatar Tel: +974 - 44 329 001 Fax: +974 - 44 329 008 Email: [email protected] Local Agent AA Engineering, Services P.O. Box: 40541 Doha, Qatar Tel: +974 44600235 Fax: +974 44600237

END OF PART

Page 358: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/42 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

34. SURGE VESSELS ASSEMBLIES

Charlatte, 17, Rue Paul Bert 89 400 Migennes, France Tel: (33) 3 86 92 30 00 Fax: (33) 3 86 92 30 01

Massal, Le Reservoir Massal BP 117 – 34302, Agde France Tel: +33 (4) 6747911, Fax: +33 (4) 67210689

Consolidated Surge Engg (CSE) – UAE Al Ghaith Building – Suite 801, Hamdan St., PO Box 44540, Abu Dhabi, UAE Tel; +971 2 6266626, Fax: +971 2 7277676

Local Agent: Omega Technical Services, PO Box 20844, Doha, Qatar Tel: + 974 4622703/5, Fax:+974 4626014

END OF PART

Page 359: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/43 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

35. LIFTING EQUIPMENTS

KONECRANES P.O. Box 661 Hyvinkaa, Finland. Tel: + 358(0)2042711 Fax: + 358(0)204272099

Local Agent: Technical Parts Company WLL, PO Box 9841, Doha, Qatar Tel: +974 44605124 Fax: +974 44604996

Demag

Demag Cranes & Components, Beaumont Road, Banbury, Oxon OX 16 1QZ, UK Tel: +44 (0) 1295 676100, Fax: +44 (0) 1295 271408 Street Crane Company Limited Chapel-En-Le-Frith High Peak, SK23 OPH United Kingdom Phone: +44(0) 1298812456 Fax: +44(0) 1298814945

Local Agent: Stream Industrial & Engg. WLL PO Box 22119, Doha, Qatar Tel: +974 4836915, Fax: +974 4837138 Local Agent: Eastern Trading & Technology Ltd. PO Box: 3479, Doha, Qatar Tel: (+974) 4421353 Fax: (+974) 4421323

Abus Kransysteme GmbH P.O. Box: 100162 • 51601 Gummersbach, Germany Phone: +49 2261-370 Fax: +49 2261-37247

Local Agent: Engineering Fluid Solutions, Doha, Qatar Tel: +974-4427 6076 Fax: +974-4437 6226 www.efsqatar.com

END OF PART

Page 360: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 29: APPROVED SUPPLIERS

IA 12/13 C 057 ST C2/S29/44 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

36. SCREENS

The Longwood Engineering Company Ltd Parkwood Mills Longwood Huddersfield West Yorkshire HD3 4TP UK Tel: + 44 (0) 1484 642 011 Fax: + 44 (0) 1484 642 936

Brackett Green Ltd Severalls Lane Colchester Essex CO4 4 PD UK Tel: +44 (0) 1206 756 600 Fax: +44 (0) 1206 756 501

Huber Technology Huber Technology units C & D Brunel Park Bumper Farm Industrial Estate Chippenham Wiltshire SN14 6 NQ UK Tel +44 (0) 1249 765 000 Fax +44 (0) 1249 449 076

Passavant-Geiger Local Agent Business Unit International Gulf trading Passavant-Roediger-Strasse 1 P.O. Box : 6572 65326 Aarbergen Doha, Qatar Germany Tel: +974 44694323 Tel: +49 (0) 612028 – 2888 Fax: +974 44694467 Fax: +49 (0) 612028 – 2119

END OF PART

Page 361: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/Contents(i) February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

CONTENTS Page

1. GENERAL REQUIREMENTS ..................................................................................... 1

1.1 Scope .......................................................................................................................... 1

1.2. References Standards ................................................................................................ 1

1.3 System Responsibility ................................................................................................. 1

1.4 Submittals ................................................................................................................... 2 

1.5 Quality Standards ........................................................................................................ 4

1.6 Manuafacturers Experience ........................................................................................ 4

1.7 Factory Inspection ....................................................................................................... 5

1.8 Factory Test and Test Certificates ............................................................................. 5

1.9 Shipment, Storage, and Handling ............................................................................... 5

1.10 Guarantee ................................................................................................................... 5

1.11 Approved Manufacturers ............................................................................................. 6

1.12 Approved Installation Subcontractors ......................................................................... 6

1.13 Spare Parts and Tools ................................................................................................ 6 

1.14 Software ...................................................................................................................... 6

1.15 Site Conditions ............................................................................................................ 7 2. DESIGN ...................................................................................................................... 7 2.1 Hardware Design ........................................................................................................ 7 

2.2 Software Design .......................................................................................................... 9 

2.3 System Design ............................................................................................................ 9 3. PRODUCTS .............................................................................................................. 11 3.1 Materials .................................................................................................................... 11 

3.2 Structural Steel Fabrications ..................................................................................... 11 

3.3 Mountings .................................................................................................................. 11 

3.4 Equipment Identification ............................................................................................ 12 

3.5 Electronic Equipment ................................................................................................ 12 

3.6 Equipment Operating Conditions .............................................................................. 12 

3.7 Painting and Protective coatings ............................................................................... 12 

3.8 Electrical .................................................................................................................... 13 4. DATA COMMUNICATIONS LINKS .......................................................................... 13 4.1 Communication Standards ........................................................................................ 13

Page 362: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/Contents(ii) February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5. FACTORY INSPECTION AND TESTING................................................................. 13 5.1 General ..................................................................................................................... 13

5.2 Test Plan ................................................................................................................... 14  6. INSTALLATION ........................................................................................................ 14 6.1 Tools ......................................................................................................................... 14 

6.2 Site Inspection and Testing ....................................................................................... 14 

6.3 Installation and Supervision ...................................................................................... 15 

6.4 Instruction and Training of the Owner’s Personnel ................................................... 15 

Page 363: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/1 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 1 GENERAL REQUIREMENTS 1.1 SCOPE 1 This document specifies the requirements for supplying ITS equipment signalling

hardware for freeway applications. This includes equipment hardware and software, communications, power, foundations and support structures. The Contractor shall provide design, manufacturing testing, packaging, transport, storage, delivery, installation, commissioning, handover and maintenance services.

2 The specific equipment specified in this document includes;

a) Lane and Speed Control Equipment;

b) VMS;

c) Telephones;

d) CCTV Cameras (fixed and PTZ);

e) Detectors.

f) Comms equipment;

g) Cabinets;

h) Cabling;

i) Ducting.

j) Weigh in Motion (WIM) Equipment

k) Over Height Vehicle Detection (OHVD) Equipment

1.2 REFERENCES STANDARDS 1 The following general standards apply

• BS EN 12966-1,2,3:2005 Road vertical signs — Variable message traffic signs • BS EN 60255-22-5 Surge protection • BS EN 61000-6 Electromagnetic Compatibility • BS EN ISO 9000-3 Recommendation for achievement of quality in software • BS ISO/IEC 6592 Documentation of computer based systems • BS ISO/IEC 9075 Structured Query Language (SQL)

2 Specific Standards for ITS equipment will be developed following the publication of

the Qatar ITS Master Plan. Any reference to the Qatar ITS Master Plan in this document shall also refer to supporting documentation, standards and specifications that are generated by the Qatar ITS Master Plan. If the Qatar ITS Master Plan or its supporting documentation is not available, the ITS Concept Design shall apply. The Qatar ITS Master Plan shall take precedence over other requirements.

1.3 SYSTEM RESPONSIBILITY 1 This specification does not provide the requirements for the Control System or the

Control Centre, other than to identify that interfaces are required.

Page 364: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/2 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1.4 SUBMITTALS 1 Items shall be identified by tag number, description, function, manufacturer, model

number, descriptive literature and statement as to whether items is “as specified or equivalent”.

2 Drawings shall be provided before proceeding with any manufacturing, Drawings shall be submitted for approval in complete bound sets indexed by specification number. The items being submitted shall be described. Manufacturer's specification or data sheets shall be clearly marked to delineate the options or styles to be furnished. Only complete systems/equipment shall be provided, not pieces of equipment from various systems. Drawings shall show dimensions, physical configurations, loop diagrams and cable termination schedules;

 3 Fabrication drawings shall show nameplate legends, control panel internal wiring

and piping schematic drawings. All equipment and tag numbers shall be shown on all panels

 4 Within 90 days from the start of the contract, an "Equipment Specification Data" form

shall be submitted for each item of equipment which shall summarise the equipment features for reordering an exact duplicate of the original item from the manufacturer at some future date.

5 Operation and Maintenance Manuals and Instructions shall be provided;

 a) Two (2) copies of manuals shall be delivered 60 days before commencing

the Site Acceptance Tests. After installation is complete, manuals shall be updated to reflect any changes which occurred during installation and the remaining three copies of manuals shall be delivered to the Engineer immediately after the Site Acceptance Test. The manuals shall be in English.

b) Manuals shall be contract specific and shall be fully indexed and sectioned, for allocation and distribution to the specialist staff involved on the particular plant and equipment.

c) Where several sub-contractors and manufacturers have supplied equipment the Contractor shall, if required by the Engineer, provide a complete integrated manual, which clearly demonstrates the inter-relation of the equipment.

d) Manuals shall be provided in durable hard cover backed A4 sized loose-leaf four ring binders. Lever arch binders are not acceptable. The full project title shall appear on the cover and spine.

e) Manuals shall enable the client to safely operate and maintain all parts of the works.

f) Original copies of leaflets and instructions provided by the specialist manufacturers shall be provided. Superfluous information shall be clearly deleted and relevant information referred to separately in the text.

g) All instructions and manuals shall be written in accordance with BS 4884, IEC 278, and in accordance with other recognised guidelines on technical manual writing.

Page 365: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/3 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

h) Manuals shall include not less than the following information:

(i) general, introduction and overall description, purpose, functions, simplified theory of operations, etc

(ii) specifications (including equipment specification data sheet as described above);

(iii) installation procedures, commissioning and operational procedures and precautions;

(iv) shut down procedures; (v) maintenance, calibration, and troubleshooting instructions; (vi) schematic and wiring diagrams or flow charts; (vii) detailed functional description; (viii) parts list and spare parts recommendations; (ix) material, test and calibration certificates; (x) copies of final approved equipment specification data forms; (xi) drawings and pictorials shall be used to illustrate the text to the extent

necessary to ensure a clear, concise presentation. If manuals have been written to cover a family of similar instruments or equipment;

i) Operational descriptions shall identify the functions and their relation to the other system elements.

j) Binding shall be in a cover that indicates the system name, manufacturer's name, local address and telephone number, and year of purchase.

6 The Contractor shall ensure that the structure of the operation and maintenance manual are agreed with the Engineer.

7 Record Drawings shall include complete schematics, wiring diagrams and

installation drawings to include all installed conduit and piping/tubing runs and routing, tray systems, supports and mounting details. Point to point diagrams shall include cable, wire, tube and termination numbers to the satisfaction of the Engineer. The Contractor shall provide the Owner with 3 prints of each on thick paper. All drawings shall be prepared on a CAD system and printed on ISO standard sized paper A3 unless specifically requested otherwise. One set of drawings shall also be submitted in Windows based AutoCAD System software version and storage media shall be as approved by the Engineer. Each drawing shall be marked with the Owner’s, Consultant’s, Contractor’s and manufacturer’s names and references, drawing number, title, scales, date of completion and a full description and date of all amendments, and shall be certified “as-built”. The project title shall be included in a box at the bottom right hand corner of each drawing.

 8 The Contractor shall submit a report certifying that the equipment:

 a) has been properly installed under his supervision;

b) is in accurate calibration;

c) has been placed in operation in his presence;

d) has been checked, inspected, calibrated and adjusted as necessary;

e) has been operated under maximum power variation conditions and operated

Page 366: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/4 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

satisfactorily;

f) is fully covered under the terms of the guarantee.

9 The report shall indicate calculated system tolerances, data verifying that the system meets these tolerances, and any provisional settings made to devices. Data sheets shall be similar to those used for Calibration.

10 Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) specifications shall

be submitted for approval at least 30 days prior to the test demonstration. These shall include a written plan for demonstrating that the ITS equipment meets the specified operational requirements. The plan shall include procedures to be used in final operation testing of entire systems including a description for each system of test methods and materials, testing instruments and recorders, a list of the equipment involved with the functional parameters to be recorded on each item, and shop drawings of required temporary by-passes and like facilities.

 11 Three copies of a Final Acceptance Report shall be submitted, including certified

test results and records.

1.5 QUALITY STANDARDS 1 All hardware and software proposed shall have been successfully proven in a similar

application for a period of at least three years, and be from established and reputable suppliers. A single hardware vendor for each functional component of the system shall be used exclusively on a given site. If this is not possible full compatibility shall be demonstrated.

2 Upgrades and improvements to the manufacturers standard system that are released before the expiration of the warranty period shall be supplied, installed and commissioned at no additional cost. These shall include all hardware and software necessary to implement the upgrade.

3 All equipment shall be suitable for installation and continuous services in the climatic

conditions prevailing in Qatar. 4 All electrical equipment and materials, including their installation, shall conform to

the standards specified for each item of equipment, unless specified otherwise in this Section.

5 All equipment of a similar type shall be supplied from a single manufacturer to

ensure common spares, operation and maintenance procedures.

1.6 MANUFACTURERS EXPERIENCE

2 The ITS equipment supplier shall be an approved systems integrator, and an installer of roadside equipment. The ITS equipment supplier shall have a minimum of 5 years documented experience in providing ITS equipment on a single system responsibility basis. The ITS equipment supplier shall be fully responsible for the technical supervision of the installation to ensure that it is proper in all respects.

Page 367: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/5 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1.7 FACTORY INSPECTION 1 The Engineer or his representative may inspect fabricated equipment at the factory.

The Engineer shall be notified at least 30 days prior to shipment, so that factory inspection can be arranged. Factory inspection shall be made only after the manufacturer has performed satisfactory checks, adjustments, tests and operations. Tests shall be made using simulated inputs and output loads. Approval of equipment at the factory only allows the manufacturer to ship the equipment to the site, and does not constitute final acceptance by the Engineer.

3 The Engineer reserves the right to inspect the ITS equipment at the factory. The

Engineer will indicate on return of the approved submittal, each item requiring factory inspection.

1.8 FACTORY TESTS AND TEST CERTIFICATES 1 Factory Acceptance Test (FAT) tests shall be carried out to certify conformity to

specifications.

2 FAT procedures shall be submitted to the Engineer for approval. FAT based on the approved test procedure shall be witnessed by the Engineer or his authorized representative at the expense of the Contractor.

 3 If after examining or testing any equipment, the Engineer, or his representative, shall

decide that such equipment or any part thereof is defective or, not in accordance with the specification, he may reject the said equipment or part thereof. He shall notify the Contractor in writing within 7 calendar days of the rejection, stating the grounds on which the rejection is based.

1.9 SHIPMENT, STORAGE, AND HANDLING 1 The Contractor shall arrange for the delivery to Site, off loading, temporary storage

in a suitable environment. 2 The Contractor shall box, crate, or otherwise enclose and protect equipment during

shipment, handling, and storage. All equipment shall be kept dry and covered from exposure to weather, moisture, corrosive liquids, and gases or any element which could degrade the equipment.

3 The Contractor shall protect painted surfaces against impact, abrasion,

discoloration, and other damage and shall repair any damage or replace defective equipment, as directed and approved by the Engineer.

 1.10 GUARANTEE 1 The Contractor shall provide a guarantee during the maintenance period for all the

equipment in accordance with the General Conditions of the Contract.

2 Equipment warranty shall cover defects in materials or workmanship for 400 days from date of satisfactory completion of Site performance test and issue of Practical Completion Certificate.

 

Page 368: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/6 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 Individual warranties by component manufacturer in lieu of single source responsibility shall not be acceptable.

 4 Items that fail during the warranty period, excluding expendable items, shall be

replaced without cost to the Owner.  

1.11 APPROVED MANUFACTURERS 1 The ITS equipment shall be provided by approved, prequalified system

manufacturers and suppliers designated in the Project Specification.

1.12 APPROVED INSTALLATION SUBCONTRACTORS 1 The Installation Subcontractor shall be approved, prequalified and designated in the

Project Specification.

1.13 SPARE PARTS AND TOOLS 1 The Contractor shall provide the Engineer with an itemised list in a letter of

transmittal accompanying each shipment.

2 The Contractor shall provide special tools and accessories for maintaining equipment requiring periodic repair and adjustment. Special lifting and handling devices for equipment requiring such devices shall also be provided.

 3 Maintenance Materials and Spare Parts shall be provided by the Contractor in

manufacturer's original containers, labelled to completely describe contents and equipment for which it is furnished.

 4 Spare parts shall be sufficient for 2 years of normal service from completion of the

maintenance period, and shall include, as a minimum, the following basic items:  

a) five (5) percent but not less than one (1) minimum of each type of plug-in unit, etched or printed circuit board assembly;

b) ten (10) percent but not less than one (1) of each type relay and timer used;

c) ten (10) percent but not less than one (1) of each type switch used;

d) twenty (20) percent but not less than ten (10) of each type light bulb and fuse used;

e) 2 years supply of expendable items, diskettes, toner cartridges etc.

1.14 SOFTWARE

1 The ITS equipment supply contractor shall be responsible for obtaining all software user licences for development and runtime systems as necessary. Application software written specifically for the Owner under this contract shall remain the property of the Owner and shall not be disclosed, copied or distributed at any time to a third party without the Owners explicit written consent.

Page 369: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/7 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1.15 SITE CONDITIONS 1 The equipment shall be installed in an environment having a temperature range of 0

°C to +60 °C and a maximum relative humidity of 100 % (non- condensing). The Contractor shall use, where required, fans, heaters, and air conditioning units to maintain a correct working temperature for the equipment. All Parts of the equipment shall be constructed of materials or treated to prevent the formation of mould, fungus or any corrosion over the temperature and relative humidity ranges specified.

2 The equipment shall be adequately protected against interference from the use of the radio transmitters, at any point external to the equipment housings, and no malfunction of the equipment shall result from this cause. Responsibility for the correct and reliable operation of the equipment shall rest with the Contractor, who must ensure that the equipment is adequately protected against the ingress of radiated, mains-borne signal-borne interference.

3 The Contractor shall ensure that the computer, instrumentation and communications equipment conforms to BS EN 50081-1 for noise emissions.

 4 The Contractor shall make applications to Qatar Telecom (Q-TEL) for provision of

communications and Qatar General Electricity & Water Corporation (QGEWC) for power supply services. Applications shall be made in time to ensure services are available for installation and commissioning of the telemetry equipment.

 5 The Contractor shall check with other trades to ensure equipment and material can

be installed in space provided. The Contractor shall provide other trades with information necessary for them to execute their work. The Contractor shall coordinate with other trades to ensure work can be installed as indicated.

2 DESIGN

2.1 HARDWARE DESIGN 1 The general hardware design requirements that shall apply to all ITS equipment are;

a) Hardware shall be designed to meet the mechanical, electrical, structural,

visual and environmental requirements identified in this document.

b) Mounting arrangements shall be designed to ensure that the ITS equipment is secured, adjustable and readily maintainable, subject to approval by The Engineer.

c) Connectors shall be designed to provide power and communications without compromising water and dust ingress performance.

d) Foundation and support structures shall be designed by The Contractor to meet all of the loading conditions appropriate for individual sites and shall be approved by The Engineer.

e) Communications interfaces for all ITS equipment shall be designed to be consistent with the Qatar ITS Master Plan and to take advantage of the specific communications services available at the location where the equipment is to be sited. This shall be subject to approval by The Engineer.

Page 370: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/8 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

f) Comprehensive diagnostics and automatic self testing and reporting shall be provided for all electronic ITS equipment (i.e. not cables, cabinets and ducts).

2 Lane and speed control equipment hardware design requirements are;

a) Lane and speed control equipment shall conform to BS EN 12966-1.

b) The lane and speed control equipment shall display symbols, characters and pictograms to motorists to indicate warnings, restrictions, instructions and advice.

c) The Contractor shall identify the variants of lane and speed control equipment (e.g. gantry-mounted, post-mounted) that are necessary to meet the requirements of the system design. This shall be approved by The Engineer. The number of variants shall be minimised to reduce ongoing maintenance costs and shall be consistent with the Qatar ITS Master Plan.

d) The size and light output performance of the lane and speed control equipment display shall be consistent with BS EN 12966-1. The lane and speed control equipment shall be appropriate for displaying symbols and figures identified by the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

3 The hardware design requirements that apply to VMS are;

a) VMS equipment shall conform to BS EN 12966-1.

b) VMS equipment shall display text, symbols, characters and pictograms to motorists to indicate warnings, restrictions, instructions and advice.

c) The Contractor shall identify the variants of VMS equipment (e.g. gantry-mounted, post-mounted, “large”, “small”) that are necessary to meet the requirements of the system design. This shall be approved by The Engineer. The number of variants shall be minimised to reduce ongoing maintenance costs and shall be consistent with the Qatar ITS Master Plan.

d) The size and light output performance of the VMS equipment display shall be consistent with BS EN 12966-1. VMS shall be appropriate for displaying text (dual langauge) and pictograms of the required character size identified by the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

4 The hardware design requirements for Emergency Roadside Telephones (ERTs)

are; a) ERTs shall have a display for user prompting, volume control and non-voice

communication;

b) ERT variants shall be configurable for multiple connection arrangements (PSTN, mobile, IP/fibre);

c) The design and mounting arrangements shall be approved by The Engineer and shall allow for disabled users;

d) Shall employ renewable energy sources to avoid the need for external power supplies.

Page 371: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/9 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

5 The CCTV Camera hardware design requirements are;

a) Two generic types of CCTV camera shall be supplied; fixed and pan, tilt, zoom (PTZ). PTZ cameras shall have a control interface that enable operator control over the image capture.

b) Other variants shall be provided as required by the Qatar ITS Master Plan.

c) The performance of the CCTV cameras shall be consistent with the requirements of the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

d) CCTV cameras shall provide images for control room staff and operational systems for traffic surveillance, incident detection and incident management.

6 Detectors shall be provided in two generic forms as identified in the Qatar ITS

Master Plan. They shall be either inductive loop or Above Ground Detectors (AGD). They shall be used to detect speed, occupancy and flow.

7 Comms equipment (e.g. hubs, routers, switches) shall be provided at the roadside to

meet the needs of the communications system, which shall be consistent with the Qatar ITS Master Plan.

8 Cabinets shall be provided to house all roadside equipment. This shall include

communications equipment, connection boxes, power isolation and protection equipment and cable jointing.

9 A cabling system shall be provided as described in the Qatar ITS Master Plan. This

shall include longitudinal cable and cross carriageway links. 10 The cabling system shall be installed in a ducted network as described in the Qatar

ITS Master Plan. The ducting network shall be designed to meet current and future needs as approved by The Engineer.

11 Weigh In Motion (WIM) equipment (e.g. detectors, signs, poles, controllers, wiring)

shall be provided at the roadside to weigh vehicles and inform drivers, consistent with the Qatar ITS Master Plan.

12 Over Height Vehicle Detection (OHVD) equipment (e.g. detectors, signs, poles,

controllers, wiring) shall be provided at the roadside to measure vehicle heights and inform drivers, consistent with the Qatar ITS Master Plan.

2.2 SOFTWARE DESIGN 1 Software shall be designed to meet the functional, operational and control

performance requirements of the ITS control equipment. The specific display shall be controlled by the central control system. The ITS equipment shall ensure that it only displays what the control system has instructed it to display. Faults shall be reported automatically and the ITS equipment shall respond to status requests from the central control system as indicated in the Qatar ITS Master Plan.

2.3 SYSTEM DESIGN 1 The general system design requirements that apply to all ITS equipment are;

Page 372: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/10 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

a) The ITS communications system shall be designed to be consistent with the Qatar ITS Master Plan and to take into account availability of communications infrastructure, the overall ITS system architecture, operational requirements, maintenance and access arrangements, service provision costs and the approval of The Engineer.

b) The ITS equipment shall be sited to take account of highway type (speed, number of lanes), traffic levels, upstream and downstream merge/diverge arrangements, nearby structures (i.e. avoiding masking), quantity of information provision (i.e. avoiding information overload), maintenance

access constraints and availability of power and communications services.

c) The ITS equipment will be controlled from a control system as identified in the Qatar ITS Master Plan. The ITS equipment shall be fully integrated with the control system as approved by The Engineer.

d) The ITS equipment shall be configurable for specific site situations. Configuration shall be achievable on site without significant manual intervention. Configuration data shall not be lost during power failure situations. The arrangements that are employed to achieve configuration shall be subject to approval by The Engineer.

e) Power supply arrangements shall be designed to meet safety and regulatory requirements. Local power distribution shall be designed in accordance with the Qatar ITS Master Plan. Cable sizes shall be selected by the Contractor to ensure that voltage regulation does not exceed equipment requirements. Isolation, earthing and protection arrangements shall be designed by the Contractor and approved by The Engineer.

f) The Contractor shall integrate the ITS system elements together.

g) Common system components shall be used wherever possible, consistent with the Qatar ITS Master Plan. This applies, for example, to equipment cabinets, connectors, cabling, interfaces and power supply.

 2 Lane and Speed Control Equipment mounting arrangements, variant selection and

configuration shall be designed according to location, siting and information provision criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

3 VMS mounting arrangements, variant selection and configuration shall be designed

according to location, siting and information provision criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

4 ERT mounting arrangements, variant selection and configuration (connection

arrangments) shall be designed according to location criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

5 CCTV Camera mounting arrangements and variant selection shall be in accordance

with criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

6 Detector locations, variant selection and configuration shall be designed according

to location and information provision criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

Page 373: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/11 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

7 Comms equipment mounting arrangements, variant selection and configuration shall be designed according to location, siting and information provision criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

8 Cabinet variant selection shall be consistent with location and equipment housing

criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

9 Cabling (power and comms) shall be designed to reduce losses, maintain electrical

power supply and ensure comms services are maintained according to criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

10 Cabling (power and comms) shall be designed to reduce losses, maintain electrical

power supply and ensure comms services are maintained according to criteria identified in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

11 Ducting shall be designed according to the ITS Master Plan. This shall include

longitudinal and transverse (cross carriageway) ducting.

3. PRODUCTS

3.1 MATERIALS 1 The Contractor shall provide equipment and materials suitable for service conditions

and meeting the appropriate British Standards. All equipment supplied by the Contractor of the same type shall be by the same manufacturer. This allows the stocking of the minimum number of spare parts.

3.2 STRUCTURAL STEEL FABRICATIONS 1 The Contractor shall design all fabrications for dynamic and vibratory loading.

Design calculations showing adequate structural integrity for the intended purpose shall be submitted for approval by The Engineer.

3.3 MOUNTINGS 1 The Contractor shall mount and install equipment as indicated in the Project

Specification and as confirmed through design. 2 Equipment mounting shall be designed to be suitable to provide easy access. All

such equipment shall be weather and splash proof, and electrical equipment shall be in IP 66 enclosures.

 3 The equipment shall be guaranteed suitable for operation under the climatic

conditions specified in this specification;  

a. such that routine and occasional maintenance throughout its life shall be a practical minimum, compatible with the preservation of maximum reliability;

b. to withstand the electrical, mechanical, thermal and atmospheric stresses to which it may be subjected under operational conditions, without deterioration

Page 374: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/12 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

or failure;

c. constructed to the highest available standards of manufacture, reliability, accuracy and repeatability;

d. to ensure that the degree of protection for equipment enclosures shall be in accordance with BS EN 12966-1.

3.4 EQUIPMENT IDENTIFICATION

1 All equipment items or systems specified in the Project Specification shall be identified by system and tag numbers. This same number shall appear in the tag number designations on the Drawings and on the schedules of the Project Specification. Tags shall be black lamacoid with engraved white characters of 5 mm minimum height. Tags shall be attached to equipment with a commercial tag holder using a stainless steel band with a worm screw clamping device or by a holder fabricated with standard hose clamps and meeting the same description. In some cases where this would be impractical, use 0.5 mm2 stainless steel wires. For field panels or large equipment cases use stainless steel screws, however, such permanent attachment shall not be on an ordinarily replaceable part. In all cases the tag shall be plainly visible to a standing observer. In addition to tags, field mounted control stations, recorders or indicators shall have a nameplate indicating their function and the variable controlled or displayed. Nameplate shall be attached by one of the above methods.

3.5 ELECTRONIC EQUIPMENT 1 Components for construction shall be selected for their performance and reliability.

Adequate component derating shall be used to preclude failures because of transients and momentary overloads reasonably expected in normal operation. Shall not rely on forced cooling unless the use of the cooling system can be increases the availability of the equipment to the satisfaction of The Engineer. Protection shall be provided for all relevant circuits and equipment against the effects of lightning and other induced voltages.

3.6 EQUIPMENT OPERATING CONDITIONS 1 All equipment shall be rated for normal operating performance with varying

operating conditions over the following minimum ranges; a. electrical; 110 V a.c. ± 5 %, 50 Hz ± 1 Hz except where specifically stated

otherwise on the drawings or in the specifications;

b. environment; All the ITS equipment supplied shall be suitable for operation in the tropical climate prevalent in Qatar. All ITS equipment shall be designed and constructed to operate satisfactorily and without any deleterious effect for prolonged and continuous periods.

3.7 PAINTING AND PROTECTIVE COATINGS 1. The ITS equipment contractor shall provide factory paint for all instruments and

equipment except where in pipelines. Provide paint as required for structural supports, brackets, etc.

Page 375: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/13 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3.8 ELECTRICAL 1 The Contractor shall provide all the power supply wiring, interconnecting wiring and

equipment grounding as indicated, specified and required. 2 Wiring installations shall include cables, conductors, terminals connectors, wire

markers, conduits, conduit fittings, supports, hardware and all other required materials not specifically included elsewhere.

2 The Contractor shall provide the materials and complete all the required installations

for equipment grounding as specified in Section 21 of these Specifications indicated on the Electrical Drawings or necessary to complete the Work.

3 The Contractor shall provide wire number tags marked in indelible waterproof form

of slip-on type or equal for each termination. Provide preinsulated crimp-on connectors for wire terminations and splices. Use ratchet type crimping tool which does not release until proper crimp pressure has been applied.

4. DATA COMMUNICATIONS LINKS

4.1 COMMUNICATION STANDARDS 1 Data communications shall be consistent with the Qatar ITS Master Plan and are

expected to include; a. Leased lines or PSTN;

b. Private Mobile Radio (e.g. TETRA);

c. Mobile services (e.g. for temporary/backup facilities);

d. Fibre Optic Network (provided as part of the highway infrastructure).

5. FACTORY INSPECTION AND TESTING

5.1 GENERAL 1 The Contractor shall advise the Engineer the date on which the equipment is

available for factory inspection and tests. No equipment shall be shipped to Site without written permission of the Engineer.

2 Before dispatch from a manufacturer, each item of equipment, software and its components shall be tested in accordance with the relevant specification or code issued by the British Standards Institution or similar internationally recognised standards authority. In the absence of such a specification or code, these tests shall be performed in a manner subject to the approval of the Engineer, and may be witnessed and approved by the Engineer or his representative.

 3 The equipment will be generally inspected by the Engineer or his representative, to

ascertain compliance with the functional design specification, satisfactory finish and workmanship, and relevant functional tests shall be carried out with simulated inputs/outputs as necessary.

 

Page 376: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/14 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

4 If simulated inputs/outputs are necessary then the simulation equipment shall be provided by the Contractor as Part of the Works unless otherwise agreed.

 5 Subject to the Engineer agreement, the works system tests shall take place

according to the program detailed by the Contractor.

6 Any surface coating applied prior to the initial inspection of equipment shall be considered sufficient reason for its rejection. Where any attempt to conceal defects is discovered the works may be rejected.

 5.2 TEST PLAN 1 A test plan shall be produced for the Engineer’s approval, by the Contractor, for the

factory and site acceptance tests. The plan shall indicate a logical step by step schedule comprising step, action and reaction

2 All hardware including spares shall be required to pass an agreed preliminary hardware performance test to ensure known hardware operability before software testing begins.

3 Functional testing using the system software shall be comprehensive. Simulation of

the inputs and responses from equipment operation shall be as realistic as possible.

4 The means of fault detection and diagnostics provided by the system software shall be validated.

5 The Engineer shall have the option not to attend these tests and to instruct the

Contractor to carry them out on a Self Certification basis.

6 Three copies of all manufacturers’ tests certificates, log sheets, performance curves, etc. relating to the tests at manufacturer’s works shall be provided for the Engineer’s approval prior to system installation and commissioning.

6. INSTALLATION

6.1 TOOLS 1 The Contractor shall supply all tools, gauges and other electronic and calibration

tools required for the efficient installation, commissioning and operation of the equipment.

6.2 SITE INSPECTION AND TESTING 1 The Engineer shall have the option to attend the inspections and tests. The

Contractor shall notify the Engineer in writing 48 hours before commencing tests.

2 A Site Acceptance Test (SAT) shall be conducted as part of the equipment validation and shall include all equipment and software within the Contractor’s scope of supply. This test shall be conducted after the above equipment has been installed at the Site and the Contractor is satisfied of the correctness of the installation and of the operation of the equipment.

Page 377: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/15 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The following particular tests shall be performed for active equipment;  

a) communication test;

b) hardware test;

c) functionality test. 4 The Contractor shall prepare a test report following the SAT.

5 The Contractor shall provide staff to work in conjunction with the Owner to ensure

the satisfactory operation of all equipment in the system and to assist the Owner to adjust configuration data.

 6 The criteria for takeover of the system shall be

 a) submission by the Contractor and approval of all documentation, including

as-built drawings, and software design and support documentation

b) the lodging of source codes in a place of secure safe-keeping and storage with a third Party

c) issuing of all relevant test certificates

d) successful completion of the SAT

e) system commissioning and issue of Final System Test Certificate by the Contractor.

7 Following satisfactory completion of the above, The Engineer will issue the

necessary system takeover certificate.

6.3 INSTALLATION AND SUPERVISION 1 The Contractor shall provide suitably trained and experienced personnel to:

a) complete the installation in accordance with the manufacturers instruction

manual

b) inspect, check, adjust as necessary, and prepare the equipment for system validation

c) configure the equipment in accordance with the specifications herein, until all defects are corrected and the installation and operation are acceptable.

6.4 INSTRUCTION AND TRAINING OF THE OWNER'S PERSONNEL 1 Training shall be conducted by personnel employed by the Contractor, familiar with

the system supplied, experienced and trained in developing and implementing instructional courses.

2 The Contractor shall submit information on the training program for approval by The Engineer prior to shipment of the equipment. This submittal shall include a course outline, time required, course schedule, sample workbook and instructor qualification information for each level.

Page 378: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION PROJECT SPECIFICATION SECTION C – PART 2 SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

IA 12/13 C 057 ST C2/S31/16 February 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

3 The Contractor make a workbook on each course available to every person taking the courses listed herein. The workbook shall be of sufficient detail so at a later date a trainee could review in detail the major topics of the course.

4 The training times shall be scheduled by Owner in advance so as not to disrupt Owner’s ability to operate the equipment.

 5 Specialised training shall be provided for a minimum of three of the Owner’s

personnel in the operation and maintenance of the system at the manufacturer’s facility or in Qatar, as specified in the Project Specification. The training programme shall be divided into two segments and each shall consist of at least five, eight hour working days.

6 The maintenance training programme shall be developed for personnel that have electronics maintenance and repair experience and a general knowledge of computer systems, but shall not assume any familiarity with the specific hardware furnished. As a minimum, the following subjects shall be covered: a) system architecture and layout;

b) hardware components;

c) configuration;

d) interfaces;

e) power supplies;

f) data connections;

g) troubleshooting;

h) disassembly;

i) cleaning;

j) component replacement;

k) reassembling.

Page 379: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/1 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

SECTION 32/40

BRIDGE EXPANSION JOINTS

PART 1 GENERAL 1 Bridge deck expansion joints, and sealing gaps in bridges and structures shall be as

described in drawings respectively and shall comply with the requirements of this Part and to EXW-GENL-0000-PE-KBR-IP-00009 Design Criteria for Highway Structures.

2 Only bridge deck expansion joints which are in accordance with the requirements of

BD 33/94 and acceptable to the Engineer shall be incorporated into the Works. 3 Storage and installation of joints, jointing materials, sealants and other associated

items shall be in accordance with the manufacturer’s recommendations. 4 The same joint system, seal or sealant shall continue across the full width of the

deck including footway, verge, hard strip, hard shoulder and central reserve. Different joint systems shall not be combined at one end of a deck.

Page 380: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/2 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 INSTALLATION OF BRIDGE DECK EXPANSION JOINTS

1 The positioning of holding down bolts and anchorage systems shall be checked for accuracy before the casting of concrete commences. Templates or shuttering shall be fixed to box out the concrete for the joint and to locate holding down bolts or anchorage pockets. Threaded parts shall be protected, kept clean and free from rust.

2 Where the surfacing and bridge deck waterproofing are to be removed to

accommodate the bridge joint these shall be cut to a clean straight line for the full depth of the surfacing without damage to the concrete substrate.

3 Before installation of the joint, the concrete surfaces shall be free from laitance,

sound, clean and comply with the manufacturer’s requirements. 4 The expansion joint and the bridge deck waterproofing shall be formed so that a

watertight seal is provided. Where prefabricated units are used, the seal between each unit shall be made watertight and in addition a secondary waterproofing system in the form of a continuous membrane shall be installed.

5 The gap width shall be set, in relation to the prevailing deck temperature, with the

joint gap sides parallel as shown on drawings. Seals which are not held in metal runners shall remain in compression for the full range of joint movement.

6 Expansion joints shall be of uniform width and straight alignment and shall be

accurately set and finished and aligned with the finished surface. 7 During the placing and hardening of the bedding and bonding materials, movement

between the joint and the substrate shall be prevented. 8 Subsurface and below-joint drainage systems shall be designed, provided and

installed in accordance with the joint manufacturer’s recommendations. The complete drainage system shall be accessible for cleaning and, on completion of the joint, the drainage system shall be checked and cleared of any obstructions.

9 Before vehicles traffic the joints, temporary covers capable of withstanding vehicular

loading shall be provided over expansion joints during and after their installation as appropriate for protection.

END OF SECTION 32/40

Page 381: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/3 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

SECTION 32/60

REINFORCED SOIL AND ANCHORED EARTH STRUCTURES

PART 1 GENERAL 1.1 Reinforced soil or anchored earth structures shall be constructed using a proprietary

system complying with this Part of the specification. The system shall be designed by a recognized specialist acceptable to the Engineer. The system shall be backed by a current quality certificate acceptable to the Engineer.

The design and construction of the reinforced soil or anchored earth structures shall

be in accordance with Standard BD70. 1.2 The Contractor shall provide a maintenance manual for the system. This shall

include in particular proposals for monitoring the condition of the elements of the system for corrosion.

1.3 The work for Reinforced Soil Walls shall also include the design and construction of:

the concrete barrier above the Reinforced Soil wall together with its counterbalancing slab and the concrete coping above Reinforced Soil Wall not adjacent to roadways.

Page 382: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/4 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 EARTHWORKS 2.1 Earthworks for reinforced soil and anchored earth structures shall comply with

Section 6.

Page 383: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/5 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 REINFORCEMENT ELEMENTS FOR REINFORCED SOIL AND ANCHOR ELEMENTS FOR ANCHORED EARTH

3.1 Carbon steel strip to be hot dip galvanized shall comply with BS EN 10025-1 and BS

EN 10025-2 either grade S235 JR or S355 JR or BS 1449 : Part 1.1, either quality KHR 34/20P or quality KHR 50/35P, each having a silicon content of not less than 0.25% and not more than 0.40%. The fabricated element shall be hot dip galvanized in compliance with BS EN ISO 1461 except that the average zinc coating weight for any individual test area shall be not less than 1000 g/m2.

3.2 Friction ties shall be of polymeric / polyester fibre type anchored to the wall panel

with non-metallic or stainless fixings. 3.3 Stainless steel strip and fixings shall comply with:

(i) BS EN 10029, BS EN 10048, BS EN 10051, BS EN 10258, BS EN 10259 designation 1.4401 or 1.4436 except that the material shall be cold rolled to provide a 0.2% proof stress of not less than 400 N/mm2 and the tensile strength shall be not less than 540 N/mm2; or

(ii) BS EN 10029, BS EN 10048, BS EN 10051, BS EN 10258, BS EN 10259

designation 1.4401 CR temper rolled to a minimum 0.2% proof stress of 310 N/mm2.

3.4 Proprietary reinforcing elements and systems using such elements shall have a

current quality Certificate acceptable to the Engineer. 3.5 Anchor elements for anchored earth shall be made of cold worked steel reinforcing

bar Type 2, Grade 460 complying with BS EN 10080 and BS4449 except that no bar shall contain a flash weld. Welding of steel reinforcement bars to form anchors shall not be permitted. The fabricated elements shall be hot dip galvanized in compliance with BS EN ISO 1461 except that the average zinc coating weight for any individual test area shall be not less than 1000 g/m2.

3.6 Reinforcing and anchor elements shall be prefabricated and delivered to Site ready

for installation into the Works. The elements shall be:

(i) Loaded, unloaded and handles in such a manner that:

(a) no permanent set or other structural damage is caused; (b) the protective coating is not damaged.

(ii) Stored flat and clearly marked to identify items having different lengths and cross-sectional dimensions.

Page 384: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/6 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 4 FASTENERS 4.1 Bolts, screws and nuts complying with BS EN ISO 898-1, property classes A and B,

shall comply with BS EN ISO 4014, BS EN ISO 4017 and BS EN ISO 4032, and shall be made from one of the following:

(i) Steel property class 8.8, complying with BS EN ISO 898-1 and hot dip

galvanized in compliance with BS EN ISO 1461.

(ii) Stainless steel to BS EN ISO 10088-1, designation 1.4401 or 1.4436 except that the 0.2% proof stress of the bolt shall be not less than 450 N/mm2 and the tensile strength shall be not less than 700 N/mm2.

4.2 Bolts, screws and nuts comply with one of the following:

(i) BS EN ISO 898-1 and BS EN ISO 4016, BS EN ISO 4018 and BS EN ISO 4034, hot dip galvanized in compliance with BS EN ISO 1461. The property class of the bolts and screws shall be not less than 4.6, while the property class of the nuts shall not be less than 4.0.

(ii) Stainless steel to BS EN ISO 3506-1 and BS EN ISO 3506-2 grade A4-70.

4.3 Plain washers shall be of either Form A or Form E complying with BS 4320 and shall

be made from one of the following:

(i) Cold rolled carbon steel strip CS4 complying with BS 1449 : Part 1.1 hot dip galvanized in compliance with BS EN ISO 1461. 

(ii) Stainless steel strip designation 1.4401 or 1.4436 complying with BS EN 10029, BS EN 10048, BS EN 10051, BS EN 10258 and BS EN 10259.

4.4 Dowels and rods shall be made from one of the following:

(i) Steel bar conforming to BS EN 10080 and BS 4449 grade 460, hot dip galvanized in compliance with BS EN ISO 1461.

(ii) Steel of grade S 355 JR complying with BS EN 10025 hot dip galvanized in compliance with BS EN ISO 1461.

(iii) Stainless steel to BS EN 10088-1, designation 1.4401 or 1.4436 except that the 0.2% proof stress shall be not less than 450 N/mm2 and the tensile strength shall be not less than 700 N/mm2.

Page 385: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/7 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 5 PREFABRICATED AND PRECAST FACING AND CAPPING UNITS 5.1 Carbon steel strip or sheet to be hot dip galvanized shall comply with BS 1449 : Part

1.1, either quality KHR 34/20P or quality KHR 50/35P each having a silicon content of not less than 0.25% and not more than 0.40%. Following fabrication, the units shall be hot dip galvanized in compliance with BS EN ISO 1461 except that the average zinc coating weight for any individual test area shall be not less than 1000 g/m2.

5.2 Friction ties shall be of polymeric / polyester fibre type anchored to the wall panel

with non-metallic or stainless fixings. 5.3 Stainless steel strip or sheet shall comply with BS EN 10029, BS EN 10048, BS EN

10051, BS EN 10258 and BS EN 10259 designation 1.4401 or 1.4436. 5.4 Reinforced concrete shall comply with QCS Section 5. 5.5 Proprietary facing units and systems using such units shall have a current quality

Certificate acceptable to the Engineer. 5.6 All parts of prefabricated and precast units in direct contact with soil shall receive

protective treatment according to QCS Section 5, Part 14.

Page 386: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/8 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 6 METAL COMPONENTS – MATERIAL COMPATIBILITY 6.1 All metallic components buried in the soil, i.e. reinforcing elements, connections,

facing lugs and facing units, shall be of electrolytically compatible material. Where this is not possible, effective insulation shall be provided between different materials.

END OF SECTION 32/60

Page 387: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/9 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

SECTION 32/70

PROTECTIVE COATING FOR CONCRETE PART 1 GENERAL 1.1 SUMMARY 1.1.1 Work Included

(a) Provide and apply protective coating on all exposed surfaces of bridge/tunnel

construction, as specified herein or as required to complete the Work.

(b) The coating system shall be used for the protection of reinforced concrete structures against carbonation or chloride induced corrosion. Work includes, but not necessarily limited to:

(i) Exposed pier columns. (ii) Abutments, wing walls and retaining walls. (iii) Bridge deck soffit and sides and other exposed surfaces of deck

including soffit and sides of diaphragm drop beams. (iv) Precast fascia elements. (v) Tunnel walls, top and bottom slab

1.1.2 Related Work

(a) Cast-in-Place Concrete is specified in Section 32/00.

(b) Concrete Highway Structures Construction is specified in Section 32/20. 1.1.3 Related Documents

(a) Drawings, General and Supplementary Conditions, applicable provisions of

the front end documents apply to this Section. 1.2 SUBMITTALS 1.2.1 GENERAL: Submit the following according to Conditions of Contract and the front

end documents. 1.2.2 PROPRIETARY COATING SYSTEM: Proprietary special coating system for the

protection of exposed concrete surfaces shall be proposed by the Contractor and is subject to the Engineer's approval. Submittal shall include the coating type and coating manufacturer. When submitting for the approval of the coating system to be used, the Contractor shall enclose a list of projects, executed in environmental conditions similar to those experienced in Qatar, in which the same expansion joint was successfully used.

1.2.3 The Contractor's application shall be accompanied by the manufacturer's detailed

product specifications together with application instructions, and guarantee that the product is suitable for use at the operating temperatures in Qatar.

Page 388: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/10 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

1.2.4 Trial Panels as specified in Clause 1.4 A.  

1.3 PERFORMANCE REQUIREMENTS:

The coating system is required to provide in-depth protection against carbonation and chloride penetration while permitting water vapor transmission from the concrete. Final color shall be selected by the Architect.

1.4 QUALITY ASSURANCE: 1.4.1 Trial Panels

(a) Prior to applying the system in the works, trial applications shall be carried out on trial panels made by the Contractor to the specified finishes. The trial will demonstrate the method proposed for applying the system, coverage, coating thickness, color and final appearance of the coating. Representatives of the coating manufacturers shall be present at the trials and the surface preparation and application of the coating shall be carried out under their direction. The Contractor shall, at his own expense, surface coat as many panels as required by the Engineer until a trial panel has been accepted by the Engineer as satisfactory. The coated panel, when accepted, will form the standard against which the corresponding coating in the works shall be judged. No application of the coating in the works shall be undertaken until trials have been completed to the Engineer's satisfaction.

(b) Trial panels shall be tested for permeability and ISAT as defined in other sections of this specification as a check on the effectiveness of the primer. Acceptance of the primer shall be based on compliance with the acceptance limits specified in Section 32/20. Based on this result, the Engineer may reject the work or require additional coating.

1.4.2 Testing

(a) Testing of the coating shall conform to the following:

Test for Reference Carbon Dioxide diffusion resistance(R value)

Taywood Engineering Laboratories

Water vapor transmission Taywood Engineering Laboratories Chloride ion diffusion Taywood Engineering Laboratories Reduction in chloride ion penetration BS 1881: Part 124 Tear resistance ASTM D624 Crack Bridgeability BRE method Reduction in water absorption ASTM C642

(b) Where test methods are not specified, the procedure for establishing

compliance with the specification requirements shall be agreed with the Engineer.

Page 389: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/11 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 2 PRODUCTS 2.1 MATERIALS 2.1.1 GENERAL: The coating system shall comprise of a penetrating, reactive primer and

an acrylic topcoat system to minimize ingress of acidic gases, chlorides and water. 2.1.2 PRIMER: The primer shall be a low viscosity silane-siloxane acrylic blend dissolved

in a penetrating organic carrier. The primer shall have the capability to penetrate and produce a chemically bound hydrophobic barrier to prevent the passage of chloride and sulfate ions. The primer shall also be film forming to condition and stabilize the substrate prior to the application of the topcoat. The primer shall be applied in full accordance with the manufacturer's instructions.

2.1.3 TOPCOAT: The topcoat shall be a pure aliphatic acrylic resin, decorative, high

performance water based, pigmenting coating. It shall have resistance to water, carbon dioxide and other air- borne acids and have the ability to allow passage of water vapor from within the structure. The topcoat shall have elastomeric and flexural capabilities. The color shall be selected by the Architect.

2.2 SPECIFICATIONS: 2.2.1 The material employed for the coating shall comply with the following requirements

and complying to EXW-GENL-0000-PE-KBR-IP-00009 Design Criteria for Highway Structures:

Wet film thickness 650 microns

Dry film thickness 400 microns

Carbon Dioxide diffusion resistance R value at 325 � greater than 161 m

Water vapor transmission greater than 13 g/m2day

Chloride ion diffusion 3.63 x 10-10 cm2/sec

Reduction in chloride ion penetration minimum 94 % at 28 days

Tear resistance 7.3 kN/mm2

Crack Bridgeability 5.1 mm

Adhesion minimum 1.0 N/mm2

Reduction in water absorption (measured against a control concrete sample)

minimum 82 % at 28 days when tested at a water-cement ratio<0.5

Page 390: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/12 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

PART 3 EXECUTION 3.1 GENERAL 3.1.1 The Contractor is required to adhere strictly to the manufacturer's recommendations

regarding the use, storage, application and safety rules in respect of the approved materials.

3.1.2 In all operations of storage, mixing and application, the Contractor shall comply with

the health and safety recommendations of the manufacturer and governing authorities.

3.2 INSPECTION OF CONCRETE

The Contractor shall not proceed with the surface finish or making good of concrete surfaces until he has received the Engineer's permission to do so and he shall not apply cement slurry or mortar or any other coating to the concrete surfaces from which the formwork has been struck until the Engineer has inspected and approved the concrete.

3.3 SURFACE PREPARATION 3.3.1 Before application, all surfaces must be dry and free from oil, grease, loose

particles, decayed matter, moss or algae growth and general curing compounds.

3.3.2 All such contamination and laitance must be removed by the use of grit blasting, high pressure jetting or equivalent mechanical means.

3.3.3 Before proceeding to apply the protective coatings, all surfaces which are not to be

coated, but which may be affected by the application of the coating shall be fully masked and, in particular, flora and fauna shall be protected.

3.3.4 Blow holes and areas of pitting shall be made good with a one part modified

cementitious material and allowed to cure in accordance with the manufacturer's recommendations. In particular, the application shall be in accordance with the manufacturer's recommendations, with respect to the maximum application thickness.

3.4 APPROVAL PRIOR TO COATING APPLICATION IN THE WORKS

The Engineer's approval must be obtained prior to applying the coating system in the works. Before giving the approval, the Engineer will need to be satisfied as to the following:

(a) All construction work in the immediate vicinity of the structure to be coated

has been completed.

(b) The surface preparation of the structure has been completed.

(c) The whole of the structure can be coated in a continuous operation.

(d) Adequate measures have been taken to protect the property of third parties, including vehicles, from coating splatters.

Page 391: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/13 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

(e) The weather conditions accord with the coating manufacturer's directions for coating application.

3.5 APPLICATION 3.5.1 The exposed concrete surfaces as defined in the documents or as agreed with the

Engineer shall be conditioned by the application of the penetrating hydrophobic primer. The primer shall be allowed to dry in accordance with the manufacturer's requirements.

3.5.2 The Contractor shall then apply two coats of the pigmented topcoat in accordance

with the manufacturer's instructions. The finished coating shall be pinhole free. The color and finish shall be agreed with the Architect.

3.5.3 The coating shall be applied by spray, roller or brush to achieve a finish acceptable

to the Engineer.

END OF SECTION 32/70

Page 392: Section C (part2) - Project Specification.pdf

TECHNICAL SUBMISSION SPECIFICATION SECTION C SECTION 32: HIGHWAY STRUCTURES

IA 12/13 C 057 ST C2/S32/14 January 2013 Construction and Upgrade of Rayyan Road Project 7: Contract 1 West of New Rayyan R/A to East of Bani Hajer R/A

Section 32/80

APPROVAL IN PRINCIPLE DOCUMENTS PART 1 GENERAL 1.1 Approval in Principle (AIP) documents shall be in accordance to EXW-GENL-0000-

PE-KBR-IP-00007.

END OF SECTION 32/80