You are on page 1of 405

Contract JW6130

Driefontein Wastewater Treatment Works


Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Johannesburg Water (SOC) Ltd

VOLUME 2

CONTRACT

PART 3:

SCOPE OF WORK

CSW.1 Scope of Work


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

C3 SCOPE OF WORK

GENERAL

This section specifies and describes the supplies, services and engineering and construction
works which are to be provided and any other requirements and constraints relating to the
manner in which the contract work is to be performed.

Although the Contract comprises work of a mechanical and electrical nature, the Contract
Document is compiled in accordance with the General Conditions of Contract for Works of
Civil Engineering Construction, Second Edition (2010) and Tenderers are therefore required
to price the Tender accordingly.

SCOPE

The Scope of the Work is set out in three portions:

Portion 1: PROJECT SPECIFICATION covers a general description of the project, the


facilities available and the requirements to be met.

Portion 2: VARIATIONS AND ADDITIONS TO THE STANDARDIZED SPECIFICATIONS


covers variations to the Standardized Specifications which are applicable to the
contract.

Portion 3: PARTICULAR SPECIFICATIONS FOR CIVIL WORKS covers additional


specifications that are applicable to the Civil Portion of the Contract.
Portion 4: PARTICULARS OF REQUIRED MECHANICAL WORK covers a general
description of the mechanical work and the requirements to be met.
Portion 5: PARTICULARS OF REQUIRED ELECTRICAL WORK covers a general
description of the electrical and instrumentation work and the requirements to be
met.

Should any requirement of the Project Specification (i.e. Portions 1 to 5) conflict with any
requirement of the standardized or particular specifications, the requirements of the latter
shall take precedence.

CSW.2 Scope of Work


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Contents

PORTION 1: PROJECT SPECIFICATION ............................................................... 11

PS 1. DESCRIPTION OF THE WORKS ............................................................ 11

PS 1.1 EMPLOYER’S OBJECTIVES............................................................................. 11

PS 1.2 OVERVIEW OF THE WORKS ........................................................................... 11

PS 1.3 SCOPE OF CONTRACT.................................................................................... 11

PS 1.4 LOCATION OF THE WORKS ............................................................................ 14

PS 1.5 TEMPORARY WORKS...................................................................................... 14

PS 2. ENGINEERING ........................................................................................ 15

PS 2.1 EMPLOYER’S DESIGN ..................................................................................... 15

PS 2.2 INTENT OF SPECIFICATION............................................................................ 16

PS 2.3 DRAWINGS ....................................................................................................... 16

PS 3. PROCUREMENT ..................................................................................... 18

PS 3.1 PREFERENTIAL PROCUREMENT PROCEDURES ......................................... 18

PS 3.2 SUBCONTRACTING ......................................................................................... 18

PS 3.3 SUPPLY AND DELIVERY OF EQUIPMENT ...................................................... 19

PS 3.4 PURCHASING OF EQUIPMENT ....................................................................... 19

PS 3.5 GUARANTEE OF EQUIPMENT......................................................................... 20

PS 3.6 PARTICULARS OF EQUIPMENT OFFERED .................................................... 20

PS 3.7 ADDITIONAL EVALUATION CRITERIA ............................................................ 20

PS 3.8 BILL OF QUANTITIES ....................................................................................... 21

PS 3.9 BONDS AND GUARANTEES ............................................................................ 21

CSW.3 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4. CONSTRUCTION .................................................................................... 22

PS 4.1 APPLICABLE SANS 1200 STANDARDS (CIVIL) .............................................. 22

PS 4.2 MECHANICAL, ELECTRICAL AND C&I ............................................................ 22

PS 4.3 ADDITIONAL SPECIFICATIONS ....................................................................... 23

PS 4.4 PLANT AND MATERIALS.................................................................................. 25

PS 4.5 CONSTRUCTION EQUIPMENT ........................................................................ 26

PS 4.6 EXISTING SERVICES ....................................................................................... 26

PS 4.7 SITE ESTABLISHMENT, FACILITIES AVAILABLE AND REQUIRED ............... 36

PS 4.8 SITE FACILITIES REQUIRED ........................................................................... 38

PS 4.9 WASTE DISPOSAL SITES ................................................................................ 40

PS 4.10 SITE USAGE ..................................................................................................... 40

PS 4.11 PERMITS AND WAYLEAVES ........................................................................... 41

PS 4.12 ALTERATIONS, ADDITIONS, EXTENSIONS AND MODIFICATIONS TO


EXISTING WORKS............................................................................................ 41

PS 4.13 INSPECTION OF ADJOINING PROPERTIES ................................................... 41

PS 4.14 WATER AND ELECTRICITY FOR CONSTRUCTION PURPOSES ................... 41

PS 4.15 SURVEY CONTROL AND SETTING OUT OF THE WORKS ............................ 42

PS 4.16 ACCOMMODATION AND CARE OF EMPLOYEES .......................................... 42

PS 4.17 MARKING .......................................................................................................... 42

PS 4.18 OFF-LOADING, STACKING AND LIABILITY FOR BREAKAGES...................... 42

PS 4.19 STORAGE ......................................................................................................... 43

PS 4.20 INSPECTION AT SITE ...................................................................................... 43

PS 4.21 TEMPORARY HOUSING, STORES, ETC. ........................................................ 44

PS 4.22 MANAGEMENT MEETINGS.............................................................................. 44

CSW.4 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 5. MANAGEMENT OF THE WORKS .......................................................... 44

PS 5.1 APPLICABLE SANS 1921 STANDARDS........................................................... 44

PS 5.2 PLANNING AND PROGRAMMING ................................................................... 45

PS 5.3 SEQUENCE OF THE WORKS .......................................................................... 46

PS 5.4 SOFTWARE APPLICATIONS FOR PROGRAMMING ....................................... 47

PS 5.5 METHODS AND PROCEDURES ...................................................................... 47

PS 5.6 QUALITY PLANS AND CONTROL .................................................................... 47

PS 5.7 ACCOMMODATION OF TRAFFIC ON PUBLIC ROADS OCCUPIED BY


THE CONTRACTOR ......................................................................................... 48

PS 5.8 OTHER CONTRACTORS ON SITE................................................................... 48

PS 5.9 TESTING, COMPLETION, COMMISSIONING AND CORRECTION OF


DEFECTS .......................................................................................................... 49

PS 5.10 EXTENSION OF TIME DUE TO INCLEMENT WEATHER ................................ 58

PS 5.11 FORMAT OF COMMUNICATIONS.................................................................... 61

PS 5.12 KEY PERSONNEL............................................................................................. 61

PS 5.13 MANAGEMENT MEETINGS.............................................................................. 62

PS 5.14 FORMS FOR CONTRACT ADMINISTRATION ................................................. 62

PS 5.15 DAILY RECORDS ............................................................................................. 62

PS 5.16 BONDS AND GUARANTEES ............................................................................ 62

PS 5.17 PAYMENT CERTIFICATES ............................................................................... 63

PS 6. FEATURES REQUIRING SPECIAL ATTENTION ................................... 64

PS 6.1 GENERAL CONDITIONS OF CONTRACT (GCC) ............................................. 64

PS 6.2 SECURITY ........................................................................................................ 64

PS 6.3 OPERATION OF VALVES ................................................................................. 64

CSW.5 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 6.4 WORK OUTSIDE NORMAL WORKING HOURS ............................................... 65

PS 6.5 CONTRACT AWARD......................................................................................... 65

PS 6.6 ADDITIONAL MEETINGS .................................................................................. 65

PS 6.7 SANITARY FACILITIES ..................................................................................... 65

PS 6.8 COMMUNITY LIAISON AND COMMUNITY RELATIONS.................................. 65

PS 6.9 CONTROL OF PIPE MANUFACTURING .......................................................... 66

PS 6.10 WATERPROOFING ........................................................................................... 66

PS 6.11 LOCAL LABOUR ............................................................................................... 66

PS 7. HEALTH AND SAFETY SPECIFICATION FOR CONSTRUCTION


WORK ...................................................................................................... 66

PS 7.1 PROJECT-RELATED OCCUPATIONAL HEALTH AND SAFETY RISKS .......... 67

PS 7.2 GUIDE TO RISK ASSESSMENTS..................................................................... 70

PS 8. ENVIRONMENTAL MANAGEMENT PLAN ............................................ 71

PSVD: QUALITY CONTROL PROGRAMME AND SPECIFICATION FOR THE


MANUFACTURE, SUPPLY, INSTALLATION AND TESTING OF
GEOMEMBRANES ................................................................................ 303

PSVD 1 SCOPE ............................................................................................................ 303

PSVD 2 INTERPRETATION.......................................................................................... 303

PSVD 2.1 Supporting References ................................................................................. 303

PSVD 2.2 Definitions ...................................................................................................... 304

PSVD 3 GEOMEMBRANES MANUFACTURING, TRANSPORTATION AND


STORAGE ....................................................................................................... 305

PSVD 3.1 Qualification of Geomembrane Manufacturer .............................................. 305

PSVD 3.2 Geomembrane Plant Audit ............................................................................ 306

CSW.6 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 3..3 Manufacturing of Geomembranes ................................................................ 307

TABLE PSVD 3.3.2.2: MATERIAL SPECIFICATION FOR 750µM HDPE


CUSPATED DRAIN ............................................................................... 310

PSVD 4 GEOMEMBRANE INSTALLATION .................................................................. 320

PSVD 7 MEASUREMENT AND PAYMENT .................................................................. 349

PSM1.1 SLUICE GATES/PENSTOCKS ....................................................................... 357

PSM 1.3 SCREENINGS HANDLING EQUIPMENT ....................................................... 360

PSM1.4 GRIT REMOVAL AND GRIT HANDLING EQUIPMENT .................................. 361

PSM 2.1 SCOPE ............................................................................................................ 365

PSM 2.2 DRAWING REFERENCES .............................................................................. 366

PSM 2.3 PARTICULAR SPECIFICATIONS ................................................................... 366

PSM 2.4 GENERAL ....................................................................................................... 366

PSM 2.5 CENTRIGUGAL PUMPS ................................................................................. 367

PSM 2.6 TOTALLY SUBMERSIBLE PUMPS ................................................................ 368

PSM 2.7 PIPEWORK ..................................................................................................... 370

PSM 2.8 CONTROL OF PUMPS ................................................................................... 371

PSM 2.9 ELECTRICAL INSTALLATION ....................................................................... 371

PSM 2.10 CORROSION PROTECTION .......................................................................... 371

PSM 2.11 LIFTING GEAR FOR PUMPS ......................................................................... 372

PSM 2.12 EXTRACTION FANS ....................................................................................... 372

PSM 2.13 PARTICULAR REQUIREMENTS OF PUMPS................................................. 372

PSM 2.13.1 Emergency Overflow Dam Return Pumps ............................................. 372

PSM 2.13.2 Secondary Scum Pumps ........................................................................ 374

PSM 2.13.3 Sump drainage pumps ............................................................................ 375

CSW.7 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 2.13.4 Subsoil Drainage and Leakage Pumps .................................................. 376

PSM 2.14 MEASUREMENT AND PAYMENT .................................................................. 376

PSM 2.15 GENERAL ....................................................................................................... 377

PSM 2.15.1 CORROSION PROTECTION ........................................................... 377

PSM 2.15.2 CONTROL OF PUMPS .................................................................... 377

PSM 2.15.3 ELECTRICAL INSTALLATION ....................................................... 377

PSM 3.1 SCOPE ............................................................................................................ 378

PSM 3.2 PARTICULAR SPECIFICATIONS ................................................................... 378

PSM 3.3 SECONDARY SCUM PUMP STATION SUMP MIXERS ................................. 378

PSM 3.4 GENERAL ....................................................................................................... 379

PSM 3.5 Corrosion Protection ..................................................................................... 380

PSM 4.1 SCOPE ............................................................................................................ 380

PSM 4.2 MATERIALS .................................................................................................... 381

PSM 4.3 DESIGN ........................................................................................................... 381

PSM 4.4 CONSTRUCTION ............................................................................................ 382

PSM 4.5 OPERATING EQUIPMENT FOR PENSTOCKS .............................................. 383

PSM 4.6 INSTALLATION OF PENSTOCKS .................................................................. 384

PSM 4.7 GENERAL ....................................................................................................... 384

PSX INSTRUMENTATION WORK ................................................................ 387

PSX 1. INTRODUCTION .................................................................................... 387

PSX 1 PSX 1.1 ULTRASONIC LEVEL METERS ............................................. 387

PSX 2 PSX 1.2 ELECTROMAGNETIC FLOW METERS .................................. 387

CSW.8 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSX 3 PSX 1.3 RETURN WATER PUMP STATION PLC ................................ 388

PSX 4 PSX 1.4 PLC AND SCADA SOFTWARE .............................................. 389

PSX 5 PSX 1.5 CERTIFICATION OF IS DESIGNS .......................................... 389

PSX 6 PSX 1.6 TRAINING OF C&I PERSONNEL............................................ 389

PSX 7 PSX 1.7 C&I MAINTENANCE SPARES ................................................ 389

PSY: ELECTRICAL WORK ............................................................................ 391

G01: COLOUR CODING OF EQUIPMENT .................................................... 397

G.01.1. SCOPE ................................................................................................... 398

G.01.1.1. MACHINED COMPONENTS ........................................................................... 403

G.01.1.2. RECORDS ....................................................................................................... 403

G.01.2. MEASUREMENT AND PAYMENT ........................................................ 404

G02: CORROSION PROTECTION ................................................................. 405

PORTION 2 VARIATIONS AND ADDITIONS TO THE STANDARDIZED


SPECIFICATIONS
PSA SANS 1200 A Preliminary and General CSW 43
PSAB SANS 1200 AB Engineer’s Office CSW 51
PSC SANS 1200 C Site Clearance CSW 63
PSD SANS 1200 D Earthworks CSW 65
PSDB SANS 1200 DB Earthworks (pipe trenches) CSW 74
PSDM SANS 1200 DM Earthworks (road, subgrade) CSW 76
PSG SANS 1200 G Concrete (structural) CSW 77

CSW.9 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSH SANS 1200 H Structural steelwork CSW112


PSHA SANS 1200 HA Structural steelwork (Sundry Items) CSW114
PSL SANS 1200 L Medium-pressure pipelines CSW124
PSLB SANS 1200 LB Bedding (pipes) CSW131
PSLC SANS 1200 LC Cable Ducts CSW135
PSLD SANS 1200 LD Sewers CSW136
PSLE SANS 1200 LE Stormwater drainage CSW140
PSLG SANS 1200 LG Pipe Jacking CSW149
PSME SANS 1200 ME Subbase CSW151
PSMG SANS 1200 MG Bituminous Surface Treatment CSW152
PSMH SANS 1200 MH Asphalt base and surfacing CSW154
PSMJ SANS 1200 MJ Segmented Paving CSW155

PORTION 3 PARTICULAR SPECIFICATIONS


PSU Builder’s Work CSW164
PSUD Dynamic Compaction CSW193
PSVA Ancillary work: Landscaping and Grassing CSW200
PSVB Ancillary work: Fencing CSW217

PSVC Glass Reinforced Plastic Open Grid Flooring CSW231


GO1 Colour Coding of Equipment CSW237
GO2 Corrosion Protection CSW242

CSW.10 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PORTION 1: PROJECT SPECIFICATION

PS 1. DESCRIPTION OF THE WORKS


PS 1.1 Employer’s Objectives

The objectives of the Contract are to ensure that the Emergency Overflow Dam
at the Driefontein Wastewater Treatment Works comply with legislation and
that the new upgrade is commissioned successfully.

This Contract covers the supply, delivery, transport, handling, storage, erection,
installation, commissioning, testing, adjustment, handing over in complete
working order and upholding during the Defects Liability Period of all civil,
mechanical and electrical plant to be incorporated in the Driefontein
Wastewater Treatment Works as described below.

PS 1.2 Overview of the Works

The Emergency Overflow Dam forms part of the existing Driefontein


Wastewater Treatment Works. Legislation requires that the existing dam be
upgraded to meet the requirements of the new Water Act.

The dam forms part of an operational Treatment Works and as such it will be in
operation during the construction period.

PS 1.3 Scope of Contract

The Site as defined in the General Conditions of Contract shall include the area
of the Driefontein Wastewater Treatment Works as indicated on the locality
map on drawing no.10367-01-01 and the area between the fence lines as
indicated on drawing nos. 10367-01-01.

The work to be performed under this Contract will be on a live, operational


Treatment Works and the proposed tenderers must therefore take cognisance
of this fact when compiling their respective Occupational Health and Safety

CSW.11 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Plans and shall accommodate appropriate working procedures. It is considered


essential that the quality of the final effluent discharged from the Works shall
take precedence over the Contractor’s rate of progress when performing the
work and the Contractor shall, in the construction programme make adequate
allowance therefore.

All the available drawings are listed above and in Volume 3 and the Tenderer’s
scope of work under the Contract, as understood by the Partnership is as
follows:-

1. Civil Works

a) The construction work for the upgrading of the Emergency Overflow Dam
consisting of:

Subsoil drainage system;

Leakage detection system;

Watertight HDPE geomembrane linings (two layers);

750 micron cuspated drain between HDPE linings;

Two vehicle ramps into the dam;

Roads on top of the dam walls

b) Construction of a 5m high reinforced concrete wall, 50m long to divide the


dam into two basins;

c) Reinforced concrete floor inside the dam, including a geotextile layer below
the concrete to protect the HDPE geomembrane from damage;

d) An elevated concrete platform for manual cleaning of screens and screens


with lifting equipment in front of the suction pipes;

e) Construction of a return water pump station including:

Supply and installation of suction pipelines through the dam wall;

Supply and installation of return water pipeline to the Head of Works;

f) Supply, installation and commissioning of subsoil drainage pump;

CSW.12 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

g) Construction of a Secondary Scum Pump Station together with suction and


delivery pipework;

h) Construction of a Scum Drying Bed;

i) Extensions to the existing Sludge Drying Bed;

j) Construction of paved roads and terraces.

2. Mechanical Works

a) Supply, installation and commissioning of two raw sewage centrifugal pumps


at the Emergency Overflow Dam Pump Station;

b) Supply, installation and commissioning of two helical rotor, positive


displacement pumps at the Secondary Scum Pump Station;

c) Supply, installation and commissioning of two mixers (axial Impeller at the


bottom, radial impeller at the top) at the Secondary Scum Pump Station;

d) Supply, installation and commissioning of one sump pump in each Pump


Station;

e) Supply, installation and commissioning of four submersible centrifugal


pumps near the Emergency Overflow Dam Pump Station for leak and
subsoil detection;

f) Supply, installation and commissioning of penstocks, screening and


degritting equipment at the Head of Works;

g) Supply, installation and commissioning of a Belt Press at the existing


Dewatering Building;

h) Manufacture, supply and installation of two foam traps on the roofs of the
existing Digesters;

3. Electrical / Instrumentation Works

a) Design, manufacturing, installation and commissioning of the motor control


centre for the pump stations;

b) Design, manufacturing, installation and commissioning of the Electrical and


Control Instrumentation equipment for the Pump Stations;

CSW.13 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

c) Design, manufacturing, installation and commissioning of the Electrical and


Control Instrumentation equipment for the Head of Works equipment;

d) Design, manufacturing, installation and commissioning of the Electrical and


Control Instrumentation equipment for a Belt Press at the existing
Dewatering Building;

4. Miscellaneous Works

a) Miscellaneous tasks for the final completion of the expansion to the


Wastewater Treatment Works including alterations to existing structures,
dewatering of structures, disposal of silt and sludge to hazardous disposal
Sites, roof sheeting to existing Dewatering Building, joint
repairs/replacement to existing structures.

PS 1.4 Location of the Works

The Works are located at the Driefontein Wastewater Treatment Works just off
the M5 in Muldersdrift. See Site Plan in Part 4: Site Information.

Tenderers must visit the Site of Works and satisfy themselves as to the means
of access and everything affecting the delivery, storage, handling and complete
erection and installation of the plant and equipment. The Tenderers must
inspect all routes to the site, access within the existing site and access around
the new Works and must make adequate allowance in their tender price to
overcome any issues related to the delivery, storage, handling and complete
erection and installation of equipment supplied under this tender.

PS 1.5 Temporary Works

No temporary works are envisaged under this contract.

No equipment intended for permanent installation shall be operated for


temporary purpose without the written permission of and in complete
agreement with stipulations as set forth by the Engineer.

CSW.14 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 2. ENGINEERING

PS 2.1 Employer’s Design

When and where specific reference is made or preference is given to specified


equipment, the Tenderer shall include such as his main offer in the Tender.
Should the Tenderer fail to comply with these requirements, this may lead to
the disqualification of the tender submitted.

Tenderers are free to propose alternative equipment to that proposed by the


Engineer and, provided that drawings with details of each alternative proposal
are submitted with the Tender, such alternative proposals will be considered in
the adjudication of the Tender. Full details of any changes must be included
with the Tender. The cost of any changes to the Engineer's design will be for
the Contractor's account where full details of the changes were not submitted
with the Tender.

Tenderers must satisfy themselves that the layouts as proposed by the


Engineer suit in all respects the equipment proposed by the Engineer or by the
Tenderer as the case may be. Where equipment other than that proposed by
the Engineer is accepted, it will be the sole responsibility of the Contractor to
ensure that the associated equipment including pipe work is compatible with
the accepted material and proposed structures.

In the case of the Engineer's acceptance of an alternative proposal, the


Contractor shall submit in triplicate to the Engineer for his approval, detailed
working drawings of the Contractor's alternative design proposal before any
related work is executed.

An extension of Time for Completion of the Contract due to time spent on the
alteration of the tender drawings to suit the Contractor's alternative proposals or
due to time spent in obtaining the Engineer's approval of such alternatives,
shall not be considered.

CSW.15 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Acceptance of an alternative proposal or offer shall not relieve the Contractor of


any of his obligations in terms of the Contract. The Contractor's cost of
preparation and submission of an alternative proposal shall be deemed to be
included in the rates tendered for the execution of the Work.

PS 2.2 Intent of Specification

The Specifications supplied with the Tender Document are not intended to be
either complete in detail or to prescribe rigidly the plant to be offered or the
general layout of the Works, but are intended only as guide to Tenderers. The
Specification details the minimum requirements of the Employer and Tenderers
must provide everything necessary, whether mentioned or not, to provide a
satisfactory, efficient and workmanlike installation.

The tenderer shall ensure that his main offer complies fully with the minimum
requirements as set out in this specification. Should the main offer not comply
with this specification, this may lead to disqualification. Should Tenderers
consider that deviations from or additions to the plant as specified by the
Employer are necessary, these must be described and accounted for in detail
as set out in Clause PS 5. Any exclusion by the Tenderer to the installation as
specified shall be itemized and described in detail.

PS 2.3 Drawings

With reference to PS 2.1 above, the Drawings submitted will comprise a


component of the Employer’s proposed design. Drawings shall be read and
understood in sufficient detail to understand the scope of the Works required to
be performed. If there are areas that appear unclear or if the Contractor deems
there to be material errors in the design, he shall bring it to the immediate
attention of the Employer prior to the close of tenders. The Contractor is
expected to address by letter any clarifications he may require in understanding
the tender document and Drawings, such that he may sufficiently price the
document to complete all of the specified works.

CSW.16 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Drawings, forming part of this Tender, are bound into Volume 4 of this
document and are listed therein. All tender Drawings must be returned at the time
of tendering together with the tender documents. If the Contractor deems there to
be Drawings missing, he shall inform the Employer immediately for clarification.

The Drawings included in these tender documents are intended for tender
purposes only and shall not be used for construction purposes.

Only working Drawings which have been approved by the Engineer and marked
accordingly as follows: "APPROVED FOR CONSTRUCTION": and which have
been signed and dated by him and officially issued to the Contractor for
construction, shall be used on the Works.

The Drawings will remain in the sole custody of the Engineer. Three AO and one
A3 copies thereof will be furnished to the Contractor free of cost, but any further
copies shall be paid for by the Contractor. The Contractor shall give reasonable
notice in writing to the Engineer of any further drawings that may be required for
the execution of the Works.

One copy of the Drawings furnished to the Contractor, as aforesaid, shall be kept
by the Contractor on the Site, and shall at all reasonable times be available for
inspection and use by the Engineer and his representatives appointed in terms of
Clause 3 of the GCC (2010).

Where the design of part of the Works is done by the Contractor, he shall, unless
otherwise directed, submit paper prints, in triplicate, of all plans or Drawings of
such works to the Engineer whose written approval must be obtained before the
work concerned is commenced.

Scaled dimensions are not to be used, and where no figure dimensions are given
on the Drawings or in the Bill or any specifications, the Engineer is to be
requested in writing for an instruction regarding the correct dimensions.

CSW.17 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor shall, in accordance with the Engineer’s written instructions,


maintain a register on site of all Drawings and revisions thereof in the
chronological order in which they are delivered to him.

The Contractor shall timeously and carefully examine all Drawings and shall
immediately notify the Engineer in writing of any errors, inaccuracy, discrepancy
or inconsistency detected by him, or raise an objection thereto in order that it may
be rectified or decided upon without disruption or delays to the progress of the
work.

In addition to the above PS 2.3, GCC (2010) Clause 5.9 will apply, including
Clause 1.3.5 referring to copyrights.

PS 3. PROCUREMENT

PS 3.1 Preferential Procurement Procedures

Please refer to JW10 Empowerment and Preferential Procurement, page


RD.14 and complete pages RD.53 and RD.54 in the Returnable Document
pages.

PS 3.2 Subcontracting

In addition to GCC (2010) Clause 4.4 the following will apply;

The Contractor shall not enter into any subcontract agreement without the prior
written approval of the Employer, which approval will not unreasonably be
withheld. The Subcontractor, in respect of whom approval is so granted and his
employees or workmen shall for all the intentions and purposes of the Contract be
deemed to be workmen of the Contractor, as provided in Clause 4.4 of GCC
(2010).

Approval given in terms of subcontracting shall not relieve the Contractor of any
responsibility, duty or obligation imposed upon him by the Contract, and the
Contractor shall in particular be and remain solely liable and responsible for all

CSW.18 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

acts, omissions, negligence or breaches of contract on the part of the assignee or


any of his employees, and for all acts, omissions or negligence of any
subcontractor or any of his employees.

PS 3.3 Supply and Delivery of Equipment

A delivery period of 14 weeks, within which all materials and equipment must
be delivered to site, is envisaged. If the Tenderer considers the delivery time of
14 weeks inadequate for particular items, he must specify the delivery period
required for each item in the covering letter to the Tender Document.

The term "supply and deliver" of materials and equipment includes the
purchase thereof from commercial sources, manufacturing thereof, factory
corrosion protection, factory testing, provision of test certificates certifying
compliance of the goods in accordance the Specifications, provision of
drawings and details, provision of special tools and keys, the handling thereof
and delivery to Site.

Tender rates must provide for all the costs by the Contractor to "supply and
deliver".

No other payment for materials and equipment will be considered other than
that under the "supply and deliver" items in the Schedule of Quantities.

PS 3.4 Purchasing of Equipment

The Contractor is required to purchase the materials and equipment necessary


for the Contract at the earliest possible date thus limiting the effect of inflation.
The Contractor must strive to keep the number of suppliers to a minimum.

Payment for materials and equipment will only be effected if the Contractor can
prove ownership of the items.

In the case that off-site storage is agreed by the Engineer and Johannesburg
Water then payment will only be effected if the Contractor can prove ownership

CSW.19 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

and that cession of ownership from the Contractor to Johannesburg Water has
taken place.

NOTE - It will be the Contractor’s responsibility to ensure that the necessary


warranties from the equipment suppliers is negotiated such that it only comes
into effect on commissioning of the equipment.

PS 3.5 Guarantee of Equipment

It is an express condition of this Contract that the guarantee period on all


equipment given by the suppliers to the Contractor shall only commence once
the Works is in operation. This stage will be reached once the Certificate of
Completion has been issued.

PS 3.6 Particulars of Equipment Offered

The Tenderer must include comprehensive information covering every item of


equipment offered with his Tender. The Engineer must be able to determine,
without reference to the suppliers, any information regarding delivery, power
consumption, efficiency, accuracy, etc. applicable under the specified range of
operation conditions.

Technical information regarding equipment offered must also be supplied.

Failure to comply with the above requirement may lead to the disqualification of
the Tender submitted.

PS 3.7 Additional Evaluation Criteria

Notwithstanding the provisions made in the Tender Data Section, the


adjudicating of Tenders will also take into account the following:

a) Delivery period

b) Annual cost of running the plant during the period of its normal life

CSW.20 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

c) Ease of maintenance

d) Technical resources and previous experience of the Tenderer

e) General soundness and robustness of design

f) Reliability of components

g) Any special conditions or qualifications put forward by the Tenderer.

PS 3.8 Bill of Quantities

The prices quoted in the Bill of Quantities shall cover the cost of all work
required for the execution of the Contract and each price shall be considered
as the full value of the work described in each item and as covering all
contingent expenses.

PS 3.9 Bonds and Guarantees

Security in the amount equal to ten (10) per cent of the contract price shall be
provided by the Contractor for the due and faithful performance by him of all the
duties and obligations resting upon and assumed by him in terms of the
Contract.

Such security shall be in the form of a deed through lodging a bond of


suretyship furnished by an approved bank, insurance or guarantee corporation
in such form as may be prescribed by Johannesburg Water, provided however
that the Engineer may, upon written application by the Contractor, return to the
Contractor the whole or part of such security held by Johannesburg Water. The
Engineer will, subject to his sole discretion, consider what he deems sufficient
for the protection of Johannesburg Water, and is entitled to hold all or a portion
of the security until the completion of the Contract and the expiry of the defects
liability and Defects Liability Period.

CSW.21 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4. CONSTRUCTION
PS 4.1 Applicable SANS 1200 Standards (Civil)

Although not bound in or issued with this document, the SANS 1200
Standardized Specification for Civil Engineering Construction as approved by
the Council of the South African Bureau of Standards shall apply to this
Contract. The Contractor shall be in possession of these Standardized
Specifications and their related SANS 0120 Code of Practice, which apply
equally and shall keep a copy of each on site for reference by him and the
Engineer for the duration of the Contract.

PS 4.2 Mechanical, Electrical and C&I

The Standard Specifications for all associated electrical and instrumentation


work applicable to this Contract shall be SANS 10142-1:2003.

These Specifications are not issued with this volume but are available as
follows:

Standards South Africa,

Office Address: Postal Address:


1 Dr Lategan Road Private Bag X191
Groenkloof PRETORIA
PRETORIA 0001

Telephone:
National: (012) 428-7911
International: + 27 12 428 7911

Email: sales@sabs.co.za

For "Workmen's Compensation Act" read "Compensation for Occupational


Injuries and Diseases Act, 1993 (Act No.130 of 1993)" wherever it appears. For

CSW.22 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

"Machinery and Occupational Safety Act" and "Mines and Works Act" read
"Occupational Health and Safety Act, 1993 (Act 85 of 1993)" wherever they
appear.

For "maintenance period" read "Defects Liability Period in terms of Clause 7.8.1
of the General Conditions of Contract, 2010" wherever it appears.

PS 4.3 Additional Specifications

Civil

Refer to Portion 2: Variations and Additions to the Standardized Specifications


and Portion 3: Particular Specifications both of this Volume 2.

Mechanical

Refer to Portion 3: Particular Specifications of Volume 3.

M01 Mechanical Screens

M02 Mechanical Degritter Systems

M08 Mechanical Gearboxes

M15 Mechanical Filter Belt Press

M16 Mechanical Conveyor Equipment

M17 Mechanical Actuator Equipment

M18 Mechanical Centrifugal Pumps

M20 Mechanical Valves – Manufacture and Supply

M21 Mechanical Pressure Pipework

M23 Linear Sludge Dewatering Screen Equipment

M26 Mechanical Dosing Pumps

M28 Macerators

CSW.23 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

M29 Positive Displacement Sludge Pumps

M34 Sluice and Channel Gates, Adjustable Weirs, Hand Stops and Stop
Logs

Electrical and C&I

The following Particular Generic Specifications forming part of the Contract


have been written to cover phases or items of work involving a specialist type
of operations or material to be encountered on this Contract and that are not
adequately covered by the general specifications.

Electrical Works (Automation and Control Design Standards)

Volume 3 PLC Panels

Volume 5 Clean Power and Surge Protection

Volume 6 Cabling

Volume 7 Networking

Volume 8 Flow Measurement

Volume 9 Level Measurement

Volume 19 Field Junction Boxes and Panels

Electrical Works (Electrical Standards)

E02 Cable Racks

E03 Isolator Push Botton Station (local start/stop) Equipment

E04 Low Voltage Switchboards and Motor Control Centres

E05 Low Voltage Power and Control Cables

E06 Electrical Medium and Low Voltage Cable Installations

CSW.24 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

E08 Wiring

E09 Building Installations

E11 Earthing and Lighting Protection

Painting Specifications

G01 Colour Coding of Equipment

G02 Corrosion Protection

The listed specifications above are bound in Volume 3.

PS 4.4 Plant and Materials

All materials intended for the purpose of this Contract shall bear the approval of
the relevant SANS specifications. Any deviations there from shall be recorded
and reported by the Contractor for approval by the Engineer.

Johannesburg Water shall have the right to refuse acceptance of any material
or workmanship which is found to be unsound, damaged or contrary to the
specification, or which is found during the Defects Liability Period or during
tests in situ to be defective or in any way contrary to the specification due to
causes within the Contractor's control or responsibility. All material or
construction rejected by the Engineer shall be replaced or repaired by the
Contractor at his own expense to the satisfaction of the Engineer, whose
decision with regard to this matter shall be binding on the Contractor.

All materials used shall be the best of their respective kinds and shall be
suitable for working at the pressures and temperatures involved under all
working conditions, without distortion or deterioration or the setting up of undue
stresses in any part and without impairing the efficiency or reliability of the plant
and the strength of its component parts. No welding, burning, filling or plugging

CSW.25 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

of defective castings will be permitted without the Engineer's approval in


writing.

Materials to be supplied “Free Issue” to the Contractor will be indicated as such


in the Bill of Quantities.

PS 4.5 Construction Equipment

In addition to GCC (2010) Clause 7, no plant will be supplied by the Employer,


however the Employer does reserve the opportunity to negotiate with the
Contractor that different plant be used of another origin for whatever purpose
that may become apparent at the time.

In so doing the Contractor shall supply and use suitable and sufficient
construction plant, tools, equipment and material as may be required to carry
out the Works efficiently. Only the construction plant, tools, equipment and
material which are required for this purpose shall be brought onto the Site and
shall be stored, stacked or erected in such a way as not to interfere with other
work or traffic. The Contractor shall furnish statements showing details of
construction plant, tools, equipment and material employed or used on the
Works on a day to day basis, the Daily Site Diary indicating types, numbers,
quantities, hours worked, idle time, etc. all as stipulated in the Project
Specification or as directed by the Engineer.

Construction equipment shall be suited for the onsite intended use and shall
conform to all relevant safety aspects required by the OHS Act Purchasing of
Equipment.

PS 4.6 Existing Services

The Contractor shall make himself acquainted with all existing works. Under no
circumstances shall the Contractor alter or in any way interfere with existing works
or underground services unless authorised by the Engineer.

CSW.26 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Where existing works are of such a nature that the Engineer may require them to
be moved by the Contractor, the cost of such work will be paid for at scheduled
rates or on dayworks, plant and materials basis. The Contractor will be held
responsible for damages to any existing works and any damages caused shall be
made good at his own cost without delay.

The Contractor is to exercise care when the proposed work is to cross an existing
service, or work is to be performed close to an existing service. Prior to
commencement of the relevant portion of the proposed works the Contractor with
the Engineer or his duly appointed representative shall also perform a visual
inspection of the area in question. This inspection will not waive the Contractor of
his obligations with respect care of the works referenced in GCC (2010), Clause
8.2.

Procedures for encountering existing services are addressed in clause PS 4.5.3.

The existing treatment works must remain in operation during the execution of the
contract. The Employer must have access to the works at all times. If the work to
be done requires the treatment works to be out of operation for a short period,
prior arrangements must be made at least one week in advance with the Engineer
and the Works Manager.

PS 4.6.1 Service Providers

Organizations, which have special conditions for crossing of services, are:

b) Johannesburg Water
c) Eskom
d) Gascor
e) Transnet c/o Petronet
f) Telkom

CSW.27 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

For crossing or working in close vicinity of a service under the control of any of the
above organisations, the organisation shall be notified and its general and specific
requirements for each crossing or operation shall be carefully observed.

PS 4.6.2 Priorities

Services are labelled Priority 1 (P1), Priority 2 (P2) or Priority 3 (P3) on


construction Drawings according to the procedure to be observed.

Priority 1. Indicates an extremely important service.

Priority 2. Indicates a less important main service.

Priority 3. Indicates minor services and leadings.

PS 4.6.3 Procedures

Procedure for Priority 1 Services

These services are extremely important.

Once the Contractor is appointed for the Contract, he shall immediately inform the
respective service providers of his appointment in writing. He shall also obtain
current copies of the Drawings with details of each of the services from the
service providers.

The Contractor shall then arrange a meeting with the service provider and the
Engineer, to discuss the proposed work. Immediately after the meeting, the
Contractor shall confirm in writing the content of this meeting.

At least seven days prior to the anticipated service crossing, the Contractor shall
request the service provider to either expose the service or to supervise the
exposure of the service. The service provider will nominate a representative, who
will remain on site for the duration of all works in the vicinity of the service. No
work whatsoever closer than 1,5 meters from the outer extremities of the service

CSW.28 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

shall be carried out in the absence of this service representative. This


representative shall have full authority to protect the safety of the service being
crossed, including the power to halt and revise the Contractors work methods
should he feel his service is in danger of being damaged.

Backfilling around and above the service will either be done by the service
provider or under his supervision to the contract specification.

All instructions shall be in writing, acknowledged by signature of the party


receiving the instruction. On completion of the work at a service crossing, the
service provider will confirm in writing that his service is undamaged.

Procedure for Priority 2 Services

These are less important main services.

Once the Contractor is appointed for the project, he shall immediately inform the
respective service providers of his appointment in writing. He shall also obtain
current copies of the drawings with details of each of the services from the service
providers.

Prior to working close to a service marked P2, the Contractor must discuss the
service crossing with the Engineer.

It is the responsibility of the Contractor to locate the existing service before the
anticipated crossing by hand excavation. Excavation must be done by shovel
only. If this is impossible, work must be discontinued and the problem reported to
the Engineer for further instructions. Any damage, however small, must be
reported immediately.

On exposing the services, the Contractor must notify the Engineer that such
service has been exposed and must arrange for a site visit by the Engineer to
inspect the service for any possible damage. When services have been located,

CSW.29 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

no machine excavation may be done within one metre on either side of such
service.

In the event of the indicated service not being located, the Contractor shall inform
the Engineer, who will in turn request the service provider for assistance.

Backfilling may only be carried out in the presence of the representative of the
service owner who will provide a written clearance indicating that the work has
been completed without damage to the original service.

Procedure for Priority 3 Services

These are minor services.

It is seldom possible to indicate the position of these minor services and leadings
on a drawing and the initiative of the Contractor is relied upon to locate it.

Exposure of these services is the responsibility of the Contractor, and must be


done with caution, by hand. Any damage shall be reported to the Engineer
immediately. No machine excavation is to take place within one meter on either
side of the exposed service.

Before backfilling is done, the service shall be inspected by the Engineer’s


Representative who will give the service provider the option of inspecting his
service.

PS 4.6.4 Damage to Existing Services

In addition to GCC (2010), clause 8.2, should an existing service be damaged, the
procedure as set out below is to be followed. The Contractor must:

1. Take immediate steps to minimize:

g) Damage and loss to property of the service provider and the public
e.g. arrange to close down valves, shut off pumps etc.

CSW.30 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

h) Inconvenience to the public.


i) Further damage to the already damaged service.
j) Damage to other services.

2. Ascertain if an important service is in the vicinity of the problem by


carrying out the following checks on available drawings:

k) Eskom power line.


l) 132 kV or 42 kV cables.
m) Gascor Pipes.
n) Petronet Pipes

If any of the above are present, the Engineer must be informed.

3. The Contractor must contact the Works Manager and inform him/her of
the problem.

4. The Contractor shall then contact the relevant organisation and arrange
for site or other suitable representation by the organisation whose
service may be affected. Failing co-operation, he should refer the matter
to the Engineer, who must repeat the request for co-operation and
record the reaction.

5. The Contractor shall not allow any machine excavation at the site of the
problem unless:

o) No other services are in the vicinity.


p) All affected organizations are represented on site.
q) Any organization not represented has given written permission for
machine excavation.
r) All other services are made visible and adequately protected.

6. The machine shall not work closer than one metre from any undamaged
service.

CSW.31 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

7. All excavation work shall preferably be done by hand using shovels only.

8. On completion of repair work, all representatives of other organizations


must be requested to inspect their respective services and give written
confirmation that their service is undamaged before backfilling takes
place.

PS 4.6.5 Procedures When Dealing With Existing Electrical Services

The following procedures are to be followed when a proposed service is to cross


an existing electrical service or work is to be performed in close proximity to an
existing service.

Procedure for P1 Service

These are highly important services.

Once the Contractor is appointed for the project, he shall immediately inform the
respective service providers of his appointment in writing. He shall also obtain
current copies of the drawings with details of each of the services from the service
providers.

The Contractor shall then arrange a meeting with the service provider and the
Engineer to discuss the proposed work. Immediately after the meeting, the
Contractor shall confirm in writing the content of this meeting.

1. The Electrical Engineer must be informed in writing, a minimum of seven


(7) working days before work commences at or near the site in question
and work shall not commence until this has been acknowledged.

The following special conditions shall be complied with:

s) No excavation work is done within three (3) metres of the centre line of
the cable/s or any of its ancillary equipment, other than for the purpose
of crossing the service.

CSW.32 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

t) Should it be necessary to cross the cable/s at any point, no excavation


work by means of earthmoving machinery may be done. The
necessary material to support the cable or to protect it from any
damage whatsoever shall be supplied free of charge or supplied by the
Electrical Engineer and the costs recovered from, the Contractor.
Should the Electrical Engineer decide that the Contractor may do the
work it shall be under the constant supervision of the Electrical
Engineer.
u) The crossings are so designed as to ensure a minimum distance of
one (1) metre between the cable/s and any object. If the said
minimum distance cannot be maintained an approved reinforced type
concrete culvert shall be installed over the service by the Works at the
cost of the Contractor.
v) The necessary liaison is arranged with the Electrical Engineer during
installation of any object in order to ensure that the equipment of the
Works is not damaged in any way.
w) The crossing of the service is made only under the strict supervision of
the Electrical Engineer.
x) No blasting work is done in close proximity to the service and that all
blasting work required is approved by the Electrical Engineer.
y) Full details of the exact location of the service and its ancillary
equipment, as well as any other information required must be obtained
from the Electrical Engineer.
z) The accompanying form acknowledging all of the above shall be
signed.

2. During the duration of the operation the Works Manager will make
certain that the service is protected and reserves the right to stop work
should he feel that the work being performed could endanger the
service. The matter will then be referred to the Electrical Engineer.

3. Should any damage be caused to the Works service the costs of repairs
will be for the Contractor's account.

CSW.33 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

4. The Electrical Engineer will close and make good the excavations.

5. The written agreement mentioned above will be signed off by both


parties.

6. The costs incurred in all of the above will be to the account of the
Contractor.

7. Should the Cable Surface Right be affected the following additional


procedures shall apply:

aa) No excavation work, storage and parking of motor vehicle is done


within two (2) metres of the cable or any of its ancillary equipment
such as oil pressure tanks, joint bays and link boxes, other than for the
purpose of crossing the 132kV cable.
bb) Should it be necessary to cross the 132kV cable at any point, no
excavation work by means of earthmoving machinery is done, proper
cable supports to the satisfaction of the Electrical Engineer are
installed and the crossings are so designed as to ensure a minimum
distance of one (1) metre between the cable and any object. For this
purpose it must be noted that the cable has been laid at an average
depth of 1 m.
cc) No crossing, structure, fence or any other object shall be constructed
over any of the existing cable joints.
dd) Cable crossing be made only under the strict supervision of the
Electrical Engineer.
ee) No blasting work is done in close proximity to the 132kV cable and
that all blasting work required is approved by the Electrical Engineer.
ff) Access be provided at all times (24 hours a day 7 days a week) where
the Employer’s surface right permit is to be crossed during and after
construction.
gg) No trees and/or shrubs may be removed or planted except by or with
permission from the Engineer.

CSW.34 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

hh) Where vehicular crossing is required such crossing shall conform to


the requirements of the Electrical Engineer.
ii) Before work in the vicinity of the Employer's surface right commences
the Electrical Engineer shall be informed and his permission obtained
to proceed.

Procedure P2

These are services of secondary importance.

Once the Contractor is appointed for the project, he shall immediately inform
the respective service providers of his appointment in writing. He shall also
obtain current copies of the drawings with details of each of the services from
the service providers. Prior to working close to a service marked P2, the
Contractor must discuss the service crossing with the Engineer.

1. The Electrical Engineer must be informed in writing two (2) working days
before work commences and such work shall not commence until this
has been acknowledged.

jj) The top 300 mm of soil above the service may be removed by pick and
shovel.
kk) The remainder of the cover shall be removed carefully by shovel only.
If any damage, however small, is caused to the cable it must be
reported immediately. The costs of repairs will be for the Contractor's
account.
ll) When the cable is exposed, the Electrical Engineer or his
representative must be informed in order that it may be inspected. No
machine excavation within a one meter radius of the exposed cable is
permitted.

2. When the work is completed the excavations may be backfilled until the
cable is just exposed when the Electrical Engineer's representative shall
inspect once again for possible damage.

CSW.35 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Backfilling will then proceed in the presence of the Electrical Engineer's


representative who will provide a written clearance when the job is completed.

PS 4.7 Site Establishment, Facilities Available and Required

PS 4.7.1 Water Supply for Construction Purposes

Water is available on the Site from an existing network. A water supply point
will be made available within approximately 200 meters from the area available
for the erection of site offices and stores. The availability of water is subject to
the Employer's conditions and requirements and the Contractor must make the
necessary arrangements with Johannesburg Water in advance.

The cost of water shall be at the same rate as charged to the Works by Mogale
City. Metering of the supply to be supplied and installed at the Contractor’s
cost.

PS 4.7.2 Power Supply for Construction Purposes

Power is available on site. A power supply point will be made available within
approximately 300 meters from the area available for the erection of site offices
and stores. The availability of power is subject to Johannesburg Water’s
conditions and requirements and the Contractor must make the necessary
arrangements with Johannesburg Water in advance.

The cost of power shall be at the same rate as charged to the Works by
ESKOM. Metering of the supply to be supplied and installed at the Contractor’s
cost.

PS 4.7.3 Site Office, Store and Housing

An area will be made available by the Works Manager for the Contractor’s site
offices, workshops and stores.

CSW.36 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor must make the necessary arrangements with Johannesburg


Water to obtain access for the vehicles and personnel he intends to employ on
site.

The Contractor shall employ security staff to provide security services to his site
camp and other storage areas. The Contractor will not be allowed to cut down any
trees or to make any excavations on the sites for the storage yard and temporary
buildings without the written permission of the Engineer.

No housing for the Contractor's employees on site is permitted under any


circumstances (see PS 4.12). Therefore the Contractor shall make his own
arrangements to house and transport contracting staff. On completion of the
Works, or when ordered by the Engineer, the Contractor shall remove all
temporary buildings and latrines and restore the Site to a clean and sanitary
condition to the satisfaction of the Engineer and rehabilitate the area in
accordance with the EMP.

PS 4.7.4 Crane and Lifting Equipment

Crane and lifting equipment is not available on the site.

PS 4.7.5 Telephone Facilities

The Contractor will be responsible for arranging his own telephone facilities and
will be responsible for all costs relating thereto.

CSW.37 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4.7.6 Ablution Facilities

Ablution facilities are not available on site. The Contractor shall therefore make
the necessary arrangement to provide these facilities. Chemical serviced toilets
shall be the minimum acceptable standard as indicated in the Environmental
Specifications. These must be placed in a position to be approved by the
Engineer. The facilities must be to the Engineer’s approval and must be
maintained in a clean and sanitary condition.

PS 4.7.7 Storage Facilities

Johannesburg Water has no storage facilities available for use by the Contractor
who must make his own arrangements in this regard.

PS 4.8 Site Facilities Required

PS 4.8.1 Facilities for the Engineer

No special facilities are required by the Engineer. However, the conservancy


tank will be required to be emptied on a regular basis by the Contractor. A BoQ
item has been provided for this work.

PS 4.8.1.1 Name boards

Two name boards shall be erected and the boards shall comply with the format
and size shown on Drawing No. 10261-160-1606 bound in Volume 3, as a
reduced drawing. The Name boards shall be erected within a month of the
Letter of Award.

No other name board other than those stated above shall be allowed. The
Contractor shall remove the boards from the Site of Works on completion of the
Contract.

PS 4.8.1.2 Protective Clothing

CSW.38 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor shall provide three sets of safety helmets, safety jackets and
rubber/safety boots of acceptable quality for the exclusive use of the Engineer
and his staff subject to approval by the Engineer.

PS 4.8.2 Facilities for the Contractor

The Contractor will be permitted to establish a stores yard and to erect


presentable temporary buildings for the storage of materials and for offices and
latrines, all of which shall be neatly fenced. The fence must be sturdy, covered
with diamond mesh wire and fitted with a lockable vehicle entrance gate and
shall be at least 2 m in height.

Although the security of the Works is outsourced by Johannesburg Water to a


security firm, the Contractor shall make his own arrangements to secure the
facilities provided.

No employees, apart from a security guard, may be housed on the Site of the
Works. The Contractor must make the necessary arrangements with
Johannesburg Water to obtain daily access for the vehicles and personnel he
intends to employ on site.

The Contractor will not be allowed to cut down any trees or to make any
excavations on the sites for the storage yard and temporary buildings without
the written permission of the Engineer.

Upon completion of the work in terms of this Contract, the site must be cleared
of all structures, concrete slabs and waste. The area is to be rehabilitated
according to the Specification.

The tendered sums for as scheduled by the Engineer, whether grouped or


individually, shall include all costs for the installation, maintenance and removal
of the fencing as specified, in addition to all other facilities specified and as
required by the Contractor for his own purposes..

CSW.39 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4.9 Waste Disposal Sites

The Contractor shall make his own arrangements for solid and liquid waste
disposal. Disposal shall take place at an approved Site. No approved sites are
available within the Driefontein Works for the disposal of any waste material.

PS 4.10 Site Usage

Access to the Site is by means of an existing tarred road through the main
access gate to the North of the Treatment Works, which is controlled by a
security company appointed by Johannesburg Water. Access to the Site from
the South along Clinic Road will not be permitted. No restriction on access to
the Site of Works will be placed on persons or vehicles involved with the
execution of the Works. All traffic on Site shall be restricted to the maximum
speed of 40 km/h and vehicles must be driven by licensed drivers with extreme
caution.

The Contractor shall be required to report daily to the Engineer’s personnel on


the Works.

The Contractor’s staff shall be identified by either clothing or an identification


tag, which shall be displayed when entering the Site of Works.

Movement within the Site of Works is restricted so as to avoid damage to the


existing services, structures, trees and, where practical, to the lawns. The
making good of any damage caused by non-observance of such restrictions will
be for the Contractor’s account.

Access is to be made available to Johannesburg Water’s employees to any


portion of the Site whenever required.

The Contractor shall be responsible for the closing of all gates on roads and
tracks used by him or his employees.

CSW.40 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4.11 Permits and Wayleaves

Work permits for areas of the Works in operation shall be obtained from the
Works Manager and completed and shall be area specific, e.g. working in a
specific area at the Head of Works and submitted to the Works Manager for
approval and signature.

As the Contract will require the removal of equipment from Site, the Contractor
shall acquire permits as required by the Works Manager.

No way-leaves are envisaged under the Contract. The Works called for under
this Contract shall be executed on existing structures within the Works Site
boundaries.

PS 4.12 Alterations, Additions, Extensions and Modifications to Existing Works

The operational modules of the Treatment Works must remain in operation


during the contract period. The operational modules of the Treatment Works
can only be taken out of operation for a maximum period of 4 hours to enable
the Contractor to tie into existing equipment. No tie-in’s that will require the
existing works to be taken out of operation are foreseen except for installation
of the new MCCs if required. The number of such interruptions in operation
shall be limited to the minimum. To facilitate this requirement, the Contractor
shall be required to phase the installation/commissioning of equipment.

PS 4.13 Inspection of Adjoining Properties

The Contract does not require the Contractor to perform inspections of


adjoining properties.

PS 4.14 Water and Electricity for Construction Purposes

The responsibility lies with the Contractor to negotiate all costs and necessary
connections that might be required during the execution of the works as set out in

CSW.41 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Clause PSA 4.2 of Portion 2. All connections will conform to the requirements of
Johannesburg Water and costs applicable will be paid by the Contractor.

PS 4.15 Survey Control and Setting out of the Works

The Contractor shall be responsible for the construction of survey beacons and
the setting out of the Works in accordance with the co-ordinates indicated on
the construction drawings.

PS 4.16 Accommodation and Care of Employees

Housing

No employees, apart from a security guard, may be housed on the Site of


Works. Although the security of the Works is outsourced by JW, to a security
firm, the Contractor shall make his own arrangements to secure the facilities
provided for under the Contract.

The Contractor must make the necessary arrangements with Johannesburg


Water to obtain daily access for the vehicles and personnel he intends to
employ on site.

PS 4.17 Marking

All plant including steel piping and specials delivered under this Contract shall
have painted or marked thereon or on the container the relative item number
given in the Bill of Quantities.

PS 4.18 Off-Loading, Stacking and Liability for Breakages

The Contractor will be required at his own expense to make all arrangements
for off-loading and carefully stacking all plant delivered under this Contract at
the Site of the Works. The off-loading and stacking shall be carried out strictly
in accordance with the requirements of the Engineer so as to permit a thorough

CSW.42 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

and careful examination and testing of all items for breakages, fractures, etc.
and any routine maintenance during storage.

The Contractor shall be fully responsible for the protection of all plant delivered
by him to Site but still in storage, against damage by water, weather, fire and
any other interference until such time as it is erected and installed, put into
satisfactory operation and accepted by the Employer as complete.

PS 4.19 Storage

Facilities for storage at Site for plant is not available on the Treatment Works
and the Contractor shall therefore make his own arrangements for any off-site
storage which may be required for plant which become available before
installation thereof can be commenced. Tenderers shall state in their tenders
what the cost of such off-site storage will be.

Should the Contractor claim payment of a portion of the value of some or all of
the plant held in off-site stores, the items concerned must be clearly marked:
“The property of Johannesburg Water” and a certificate to this effect shall
accompany his claim detailing the items and serial numbers included in his
claim as well as the street address of the store where the plant is held. In
addition, a certificate must also be furnished by the company with whom the
plant has been insured in terms of the requirements of Clause 8.6 of the
General Conditions of Contract, in which it is certified that the plant for which
the Contractor is claiming payment is fully covered by the insurance policy
concerned while the plant is stored away from the Site (street address of store
to be stated)..

PS 4.20 Inspection at Site

All plant will be carefully examined upon delivery at the Site by the Engineer's
representative and all items showing defects or damage of any description shall
be laid aside as not being in accordance with the requirements of the Contract
and these shall be removed and replaced by the Contractor at his own cost.

CSW.43 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 4.21 Temporary Housing, Stores, etc.

The Contractor shall provide and maintain at his own cost all sheds of a
temporary nature necessary for the accommodation and proper protection of
plant from damage or loss. These are to be erected only on sites which shall
have been approved by the Engineer and they shall be removed as soon as
their necessity ceases and the site thereof restored to its original condition and
the ground left clean and sanitary.

PS 4.22 Management Meetings

Meetings will be held every month with the first meeting called the site
handover meeting. The Contractor will be supplied with an appropriate agenda
for the management meetings and meetings will be chaired by the Engineer or
his duly appointed representative. The Engineer or his duly appointed
representative will be responsible for issuing of the minutes.

PS 5. MANAGEMENT OF THE WORKS


PS 5.1 Applicable SANS 1921 Standards

Although not bound in or issued with this document, the following SANS 1921
Construction and Management Requirements for Works Contracts as approved
by the Council of the South African Bureau of Standards shall apply to this
Contract. The Contractor shall be in possession of these Standards and shall
keep a copy of it on site for reference by him and the Engineer for the duration
of the Contract.

SANS 1921 Part 1: General Engineering and construction works

SANS 1921 Part 5: Earthworks activities which are to be performed


by hand

SANS 1921 Part 6: HIV/AIDS awareness

CSW.44 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

These Specifications are not issued with this volume but are available at the
Contractor’s expense from: Standards South Africa. Details are given in
Section PS 4.1 above.

PS 5.2 Planning and Programming

An initial programme in terms of the General Conditions of Contract Clause


5.6, complete with a cash flow budget for the execution of the works must be
made available to the Engineer for approval within 21 days after the receipt of
the Letter of Award. Aspects that will require co-ordination with the Employer
must be indicated clearly and provision must be made for it in the programme.

It is expected that this Contract will be awarded during January 2015 and the
new works must be operational by June 2016.

No work of a permanent nature may be executed before the programme has


been approved by the Engineer.

It will be an explicit requirement of the contract that this program is updated


monthly and submitted to the Engineer at least two working days prior to the
monthly site progress meeting.

The Engineer retains the right to alter, as circumstances may require, the
sequence in which installation is to be executed. Such alterations will only be
made after consultation with all parties concerned.

In drawing up the programme, reference shall be made to clauses PS 1.3, 3.2,


and PS 10.2.2. Also allow for the stipulation that the new works as a whole
must be fully operational for an uninterrupted period of 14 days before the
equipment will be considered as being successfully installed and
commissioned.

The Tenderer is to state in the Technical Data Sheets:

CSW.45 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

a. The period from the date of the notification from the Engineer to
proceed, in which he undertakes to effect complete delivery of all plant
purchased by the Employer in terms of the Contract.

b. The period, from the date of notification from the Engineer to proceed,
he requires to complete the erection and installation.

c. The period, from date of notification from the Engineer to proceed, he


requires to complete the putting into operation, testing and handing over to the
Employer of the plant in a clean and proper operating condition.

Subject to any requirements in the Specification as to completion of any portion


of the Works, it shall be completed within the times mentioned at the end of the
Technical Data Sheets, subject to any extension of time that may be granted in
accordance with the Contract.

The target date for the commissioning of the mechanical equipment under this
Contract is February 2016, but may be amended in terms of Clause 5.12 of the
General Conditions of Contract.

PS 5.3 Sequence of the Works

The Contractor shall supply his proposed sequence of work together with the
initial programme

For this Contract it may be necessary to start with the reinforced concrete
retaining wall to divide the dam into two compartments. Hereafter one of the
two compartments will be lined and completed. Construction in the second
compartment will only start once the first compartment is operational.

It must be noted that no work will be permitted in the Emergency Overflow Dam
during the high rainfall months of November, December, January, February and
March.

CSW.46 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The work required to assist with the commissioning of the new Unit 2 Works will
be dependent on the completion of the Electrical Contract for Unit 2 expected
to be completed in January 2015.

The work required to be done in the Unit 1 Reactor may only start when the
commissioning of Unit 2 is complete and running to the satisfaction of the
Works Manager and not in the high rainfall months listed above..

PS 5.4 Software applications for Programming

The Contract programme is to be completed using Microsoft Office Project


Professional 2010. It shall show the activities planned start dates, planned end
dates and planned durations.

The programme shall be costed in accordance with the Bill of Quantities and
resourced accordingly.

PS 5.5 Methods and Procedures

The Contractor will advise in his tender the methods and procedures that he
proposes in performing the Works. These methods and procedures shall not
be deemed as terms of the Contract. The Contractor is also allowed to change
his methods and procedures as he sees fit subject to the change being
approved by the Engineer. Methods and procedures will not vary the
specification and cannot be used to provide qualifications to the proposed
agreement. The intention of the method statement is to provide the Engineer
and the Employer with information as how he proposes to perform the said
works.

PS 5.6 Quality Plans and Control

Refer to the GCC 2010 Portion 7. In addition to this, the Contractor will furnish
the Engineer with a Quality Assurance and Control Plan that incorporates all of

CSW.47 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the requirements of this specification within three weeks of the Letter of Award
of the contract.

All material, plant and equipment shall be of the best quality available and shall,
where applicable, comply with the relevant standard specifications of the
SANS. In cases where no specification of the SANS exists, the relevant British,
German or American specifications will be applicable as determined by the
Engineer. The latest amendments of these specifications shall apply.

The Contractor shall submit for the approval of the Engineer and before any
orders are placed, the names of the firms from which he proposed to obtain his
supplies of materials and manufactured articles.

He shall also supply samples as and when required by the Engineer.


The Engineer may also, in exercising the powers vested in him, order the
Contractor to remove all or any of the material and equipment which, in his
opinion, is of an inferior quality and to replace them with proper materials or
equipment at his own expense.

PS 5.7 Accommodation of Traffic on Public Roads Occupied by the Contractor

The Contractor is responsible for pricing traffic accommodation in his tender if


applicable. The Contractor, in understanding his site operations, may require
traffic accommodation and therefore will have to comply with prevailing local
and /or national guidelines in this regard. The Contractor shall make
applications to the relevant authorities for such permissions. The timing and
contractual risk of such applications shall be for the Contractors account. The
Engineer, without prejudice, may assist in this regard.

PS 5.8 Other Contractors on Site

The Contractor will not have sole possession of the designated construction
area as this remains an operational area. The Contractor shall co-operate with

CSW.48 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

other common users of this portion of access in accordance with requirements


of the Act 85, 1993, Occupational Health and Safety Act, see PS 7 below.

This Contract entails Civil, Mechanical, Electrical and Control & Instrumentation
work and will be awarded to one main Contractor. The main contractor will be
responsible to co-ordinate all works of a Civil, Mechanical, Electrical and
Control & Instrumentation nature.

It is expected of the Contractor to schedule his work in such a way to ensure


optimal completion of the work as a whole. The Engineer retains the right to
intervene and prescribe where and when work must be executed in order to
ensure a well-coordinated completion of the works as a whole.

Access is to be made available to employees of Johannesburg Water to any


portion of the Works whenever required for normal operation and maintenance
of the existing works.

PS 5.9 Testing, Completion, Commissioning and Correction of Defects

Workmanship, tolerances and frequency of testing are to be in accordance with


relevant specifications.

The Employer reserves the right to appoint independent testing laboratories to


monitor the results returned by the Contractor for the quality of materials and
work performed.

The Contractor shall conduct his own testing as work proceeds to ensure that
the necessary requirements and specifications are being complied with.

Once the Contractor is satisfied as to the completion of any stage of his work,
he shall arrange for the following:

mm) Necessary measurements (survey, levels, etc.) are taken for


computation of quantities.
nn) Information must be submitted to the Engineer for approval.

CSW.49 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

oo) The said stage shall be tested by his own laboratory, the Engineer
and/or any other party requested by the Engineer. This testing shall
take place jointly by all the parties involved and at the direction of the
Engineer.
pp) Only once the measurement information and the results from the
required tests have been submitted to and approved by the Engineer,
will the Engineer issue a site instruction to proceed with the next stage.
qq) Both the Contractor and the Engineer will keep the measurement
information and all test results for each stage in a filing system that will
enable easy access. All samples taken for testing shall be suitably
referenced to enable them to be traced. This includes a dimensioned
site plan where necessary.
rr) The Contractor shall arrange for each testing as described above at
least 24 hours in advance. Should the Contractor fail to request an
inspection timeously and proceed with work without the Engineer’s
approval, this will be at his own risk.

PS 5.9.1 Performance Tests

General

The Contractor shall carry out all tests required to satisfy the Engineer that the
plant is capable of performing the duties prescribed in the Specification, and
shall allow for this in his Tender. Any defects detected during the testing
operation shall be made good by and at the expense of the Contractor,
including all additional costs incurred by the Employer and his representatives
and the Engineer. These tests shall be carried out to certify that the plant, as
installed on Site is operating in accordance with the specified and guaranteed
hydraulic, mechanical and electrical performance of the equipment and must be
witnessed by the Engineer. Three copies of reports on all tests shall be
submitted within one week after the tests have been carried out.

CSW.50 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Engineer will be entitled to be present at such test and the Contractor shall
give the Engineer reasonable notice of the dates of the test.

Factory Tests

The Contractor shall carry out tests in accordance with the requirements of the
recognised SANS, IEC or BS standards. Comprehensive details of the
standards used and to which equipment the tests will be applicable shall be
supplied. Such additional tests in the manufacturer's "Works", which in the
opinion of the Engineer are necessary to determine that the Contract work
complies with the requirements of the Specification, whether under test
conditions or in normal service, may be called for at no additional cost to the
Employer.

Tests on Site

All Site tests shall normally be carried out in the presence of, but always to the
satisfaction of the Engineer and at such times as he may reasonably require.
The Contractor shall provide all the relevant test equipment and bear the costs
of all testing to be done. All equipment must be tested to ascertain whether it
performs its intended duties in a manner as specified.

The Contractor shall submit to the Engineer, for approval, a schedule of tests to
be performed during cold and hot commissioning. The schedule is to be
submitted at least 14 days before the planned date for cold and hot
commissioning.

On completion of erection and installation the Contractor must carry out the
following tests, where applicable, in addition to any other tests which may be
specified elsewhere:

Before Commissioning:

Insulation tests as required by Johannesburg Metro's By-Laws.

CSW.51 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

b) Earth continuity tests.

c) Tests for correct direction of rotation of motors and reverse if


necessary.

d) Test for correct operation of control gear setting of overload


protection equipment, etc.

e) Test for correct alignment of shaft bearings.

After Commissioning:

Checking overall functions of the unit under specified conditions.

On completion of installation and putting into proper operation all the


plant and equipment, the Contractor will be required to make suitable
arrangements for the testing of all plant and equipment supplied under
this Contract, in presence of the Engineer or his representative.

The entire cost of testing, including supply of test equipment, must be


borne by the Contractor and an adequate allowance for such tests
must be made in the tendered price.

Accepted Laboratories

Unless otherwise stated in a specification that forms part of this Contract, only
the testing laboratories of the South African Bureau of Standards, the Council
of Scientific and Industrial Research, the relevant Government Departments
and Local Authorities will be accepted as approved laboratories in which tests
or design work required in terms of a specification may be carried out.

CSW.52 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Methods of Testing

Unless otherwise prescribed in a specification that forms part of this Contract,


all testing shall be carried out and interpreted in strict accordance with the
methods specified in relevant SANS, IE or BS Specification(s).

PS 5.9.2 Commissioning of Equipment

Before starting up any section of the mechanical plant or filling tanks and
sumps with liquid, the Contractor shall clean out the tanks or structures or, if
necessary, arrange with the Main Contractor to remove any building rubble
from the structures, check that all nuts are tightened correctly, that all
equipment is complete and ready for start-up, that the plant has been installed
correctly and that three copies of the operating manuals have been handed
over.

Each section of the equipment shall be started up by the Contractor and he


shall ensure that all oil fillings, lubrication, vibration monitoring, etc. have been
correctly completed. In addition, he shall be responsible for the first re-filling of
all lubricating oils as well as for adjusting the plant to operate according to
Specification. These costs shall be allowed for in his Tender.

The Contractor shall carry out his own tests on the equipment and only when
these tests meet the requirements of the Specification shall he notify the
Engineer, giving him 24 hours written notice that he is ready to commence with
official commissioning tests.

When all the tests required before commissioning of the Works have been
completed and accepted by the Engineer, the commissioning may proceed.
The Contractor shall instruct the operating staff in the correct procedure of
operating the plant in all circumstances of operation, including emergency
conditions, the correct servicing of every part, type of oil or grease to use and
similar instructions. This shall be done by demonstration and confirmation in
writing, and operating manuals shall be referred to for this purpose.

CSW.53 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All tests that have not been carried out shall be completed during the
commissioning period and be approved before handing over the equipment to
the Employer.

During the commissioning period the Contractor shall be responsible for


providing all labour and materials (including testing equipment) and shall carry
out all servicing and any adjustment of plant required to ensure that it operates
as specified.

Testing of the plant shall include operating at conditions as guaranteed and


required in the Contract for hydraulic requirements, process requirements and
power consumption of all equipment. All safety devices, standby plant,
automatic controls and protection devices shall be adequately tested for
reliability and correct functioning.

PS 5.9.3 Servicing

Without limiting in any way, the obligations or responsibilities of the Contractor


for maintenance, the Contractor shall make regular quarterly visits to the plant
during the Defects Liability Period to supervise the maintenance of the plant.
During these visits, he shall make all adjustments and do everything necessary
to ensure the proper running of the plant. After each supervising visit to the
Site, the Contractor shall submit to the Engineer a report on:-

a. The condition of the equipment and the servicing work carried out, and

b. Any adjustments which may have been made.

The last servicing visit shall be carried out during the last week of the Defects
Liability Period during which visit the Contractor's representative shall carry out
full checks on the equipment to ensure that the alignment, clearances and any
other setting are correct and he shall carry out any adjustments necessary. The
Defects Liability Period will not terminate until the Engineer is satisfied that the
Contractor has finally checked the adjusted equipment.

CSW.54 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Servicing will be measured as scheduled by the number of visits.

The tendered rate shall exclude the cost of providing lubricants but shall cover
the cost of servicing visits and operation as specified above.

The dates for the service visits shall be agreed with the Engineer during the
final inspection prior to issue of the certificate of completion.

PS 5.9.4 Spares, Tools and Lubricants

Tenderers must submit in the appropriate Schedule in the Data Sheets a list of
spare parts which is recommended to be kept by the Employer for maintenance
of the plant. All spares must be packed separately and the cases appropriately
marked. All spares must be new and unused. A full range of spares must be
kept locally for not less than 15 years.

Tenderers must also submit in the appropriate Schedules in the Document a


list of spanners, keys and special tools required for the operation, adjustment
and overhaul of the plant supplied. All spanners, keys and tools shall be new
and unused.

In addition to the lubricating oil to be provided for commissioning the plant an


additional quantity of oil adequate for at least 2 complete refills of such plant
must also be provided.

A grease gun suitable for use in conjunction with all the grease nipples on the
plant must be provided together with at least 5 kg of the appropriate grease to
be used. If more than one type of grease is required, a separate grease gun
for each type of grease and 5 kg of each type of grease must be provided.

Supply of the above must be included in the rates for the equipment.

PS 5.9.5 Operating and Maintenance Instructions

CSW.55 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Before completion of the testing of the plant, the Contractor shall provide the
Employer with adequate and complete working, operating and maintenance
instructions in triplicate, with the necessary drawings and diagrams clarifying
the instructions.

The Contractor must compile and provide three copies of a complete operation
manual for the equipment provided. This manual shall contain comprehensive
information as set out hereafter.

a. Drawings of the equipment detailing all part numbers and materials.

b. A complete spares list.

c. A lubrication and maintenance schedule showing all maintenance and


lubrication operations, their recommended frequency and the grades
of lubricant required.

d. A maintenance brochure describing all maintenance, adjustment and


replacement procedures.

e. Operating manual describing the operation of the equipment with


performance curves where applicable.

f. A manual detailing all dismantling and reassembly procedures.

g. Maintenance procedure for corrosion protection painting systems.

h. Complete Data book of the equipment on completion of the Contract.

The Contractor shall amplify and amend such drafts until the Engineer is
satisfied that they will fulfil the purpose of ensuring that the Employer's staff is
adequately instructed to operate and maintain the works. Once the drafts have
been approved by the Engineer, the Contractor shall prepare three suitably
bound copies and deliver them to the Engineer.

CSW.56 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The manual must be specific for the plant supplied and all extraneous material
not connected with the relevant plant shall be deleted, leaving the manual as a
comprehensive coherent document, bound in a professional way such that it
may be used frequently without falling apart. Standard pamphlets may be
supplied as addenda, bound separately in a good quality file to serve as a
reference but will not be allowed as part of the main manual. The Contractor
shall allow in his tender price for the supply of these operating and
maintenance instructions.

In addition to the above, the Contractor, and where necessary the suppliers of
equipment, will be required to instruct the works personnel in the proper and
correct operation of the equipment installed for a maximum period of 14 days.
The timing of this training will be determined in consultation with the Employer
and the Engineer.

The manuals shall be drawn up in English.

PS 5.9.6 Defects Liability Period

Without limiting in any way, the obligations or responsibilities of the Contractor


for maintenance, the Contractor shall make regular quarterly visits to the plant
during the defects liability period to supervise the maintenance of the plant.
During these visits, he shall make all adjustments to everything necessary to
ensure the proper running of the plant. After each supervising visit to the Site,
the Contractor shall submit to the Engineer a report on:

a. The condition of the equipment and the servicing work carried out, and

b. Any adjustments which may have been made.

The last servicing visit shall be carried out during the last week of the defects
liability period during which visit the Contractor’s representative shall carry out
full checks on the equipment to ensure that the alignment, clearances and any
other setting are correct and he shall carry out any adjustments necessary. The

CSW.57 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

defects liability period will not terminate until the Engineer is satisfied that the
Contractor has finally checked the adjusted equipment.

Servicing will be measured as scheduled by the number of visits.

The tendered rate shall exclude the cost of providing lubricants but shall cover
the cost of servicing visits and operation as specified above.

PS 5.10 Extension of Time Due to Inclement Weather

Introduction

No extension of time will be granted for delays arising out of ‘normal’


unfavourable climatic conditions.

The Contractor shall be responsible for keeping accurate records of weather


conditions in the Daily Site Diary to use as substantiation of any claim for
extension of time in accordance with GCC (2010), Clause 5.12. The Contractor
will inform the Engineer when he is unable to proceed with the Works in
accordance with the approved Contract Program. Subject to the approval of
the Engineer, the rainfall and other relevant notes will be noted in the Daily Site
Diary for the applicable day/s. After the event the Contractor shall provide a
revised Contract Program motivating if the delay affects his schedule to the
extent that he will need to motivate for an extension of time in accordance with
the relevant GCC Clause. The Engineer, together with the Employer, will be
responsible for granting the extension of time.

Applicable Formula

Any possible extension of the Time for Completion arising from abnormal
rainfall shall be calculated separately for each calendar month or part thereof in
accordance with the formula below. Any extension of the Time for Completion
for part of a month shall be calculated using pro-rata values of Nn and Rn.

V = Nw – Nn + (Rw – Rn)/20

CSW.58 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

If V is negative and its absolute value exceeds Nn then V must be taken as


equal to minus Nn.

The symbols shall have the following meanings:

V = Extension of time in calendar days in respect of the calendar month


under consideration.

Nw = Actual number of days during the calendar month on which rainfall of


10mm or more has been recorded.

Nn = Average number of days, as derived from existing rainfall records, on


which a rainfall of 10mm or more has been recorded for the calendar month.

Rw = Actual rainfall in mm recorded for the calendar month under


consideration.

Rn = Average rainfall in mm for the calendar month as derived from existing


rainfall records.

General Provisions

The total extension of Time for Completion which may be granted shall be the
algebraic sum of all monthly totals for the period under consideration.

This formula does not take account of flood damage, which could cause further
or concurrent delays and should be treated separately as far as extension of
time is concerned.

The factor (Nw – Nn) must be considered to represent a fair allowance for
variations from the average number of days during which rainfall exceeds
10mm.

CSW.59 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The factor (Rw-Rn) / 20 must be considered to represent a fair allowance for


the variations from the average in number of days during which the rainfall did
not exceed 10mm, but wet conditions prevented or disrupted work.

Where work is being carried out under cover or not affected by abnormal
rainfall or not on the critical path progress of construction, extension of the
Time for Completion may be granted in terms of this formula.

The following information regarding existing rainfall records obtained from a


rainfall station near the Site, is given below:

Information Centre: Zitholele Consulting, Midrand

Tel: 011 207 2060

Rainfall District: Muldersdrift

Period: 1910 – 1991

MONTH Nn (days) Rn (mm) MONTH Nn (days) Rn (mm)

January 4.1 138 July 0.1 4

February 3.2 96 August 0.3 8

March 2.8 96 September 0.7 24

April 2.1 64 October 2.5 69

May 0.4 17 November 3.7 102

June 0.3 8 December 3.6 110

YEARLY AVERAGE 736

CSW.60 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 5.11 Format of Communications

All instructions to the Contractor will be in writing and shall be deemed to have
been received if left with the Contractor or his agent at the site of the Works or
at the business premises of the Contractor.

The format of the letters, invoices etc, will be determined and agreed at the first
site meeting

A Daily Site Diary shall be used by the Contractor for recording day by day the
state of the weather, the work done each day and full details of any
circumstance which may affect the progress of the works. One original sheet
and two copies shall be used for each day. The original sheet of each set of 3
pages will be retained by the Engineer or his representative. The Contractor
may remove the second sheet but the third sheet shall be retained on the site
until completion of the Works, when it shall be handed over to the Engineer.

PS 5.12 Key Personnel

The Contractor is deemed to have in making his offer, all personnel available to
perform the works entirely in the contracted time and cost. In addition he shall
comply with the prevailing Act 85 of 1993, Occupational Health and Safety Act.

Tenderers shall state, in the format of a schedule, the posts for which he shall
consider key personnel for the Site of Works. The number of such key
personnel occupying the Site shall not be required at the tender stage. The
Contractor, once formally requested by the Engineer, shall make available the
contact details of all the key personnel on site.

The Engineer and his duly appointed representative will be the key contacts on
Site.

CSW.61 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 5.13 Management Meetings

Monthly Progress Meetings will be held with the first meeting called the site
handover meeting. The Contractor will be supplied with an appropriate agenda
for the progress meetings and the meetings will be chaired by the Engineer or
his duly appointed representative. The Engineer or his duly appointed
representative will be responsible for issuing of the minutes.

PS 5.14 Forms for Contract Administration

The Contract will be managed by, but is not limited to, site instructions, letters,
minutes of meetings and quality forms signed by the Engineer or his duly
appointed representative with authorities as stated in the GCC (2010), Clause
3.2.

PS 5.15 Daily Records

The Contractor shall be required to keep a Daily Site Diary (PS Clause 5.11)
recording all on-site activities. The records shall include all material deliveries
for the day, personnel employed on the Site of Works, the number of man-
hours for the week in question, equipment delivered to site or storage and Plant
used during the on-site activities and all other relevant information.

It is important that the Contractor’s record is of sufficient detail and is absolutely


accurate. A proforma Daily Site Diary of which three sheets will be used for
each day will be supplied by the Engineer or his Representative. In addition
Clause PS 5.14 and Clause PS 5.11 shall also apply.

The Daily Site Diary report shall be submitted to the Engineer's Representative
on a daily basis for verification.

PS 5.16 Bonds and Guarantees

Guarantees shall be delivered to the Employer with a copy to the Engineer in


accordance with the GCC within the time stated in the Contract Data Sheet.

CSW.62 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 5.17 Payment Certificates

Monthly payment certificates shall be submitted by the Contractor in the format


approved by the Engineer. Once agreement has been reached with the
Engineer on the value of the certificate, the Contractor shall submit an original
invoice on which payment will be made. The format will be discussed in the
month preceding the first claim and will be resolved before the first payment is
made.

Payment for particular items scheduled shall conform to the applicable payment
clauses of the Pricing Data, Project Specifications and the Particular
Specifications.

Where retention money is applicable to a Contract, the retention money shall


be deducted on the invoice from the total amount for work done and then the
Value Added Tax (VAT) added to calculate the total amount payable on the
invoice.

If penalties are payable, they will be deducted prior to the addition of (VAT) but
after the calculation of retention.

Tax invoices shall be submitted for each interim payment claim. The
Contractor shall submit a provisional invoice with his payment claim as soon as
possible after the date of measurement.

The tendered rates or sums shall cover the cost of drawings and instructions
for anything not specially mentioned but obviously required, (e.g. all ancillaries,
including all bolts, fastenings and brackets, safety guards and any work or
material required for the proper installation of such equipment in complete
working order), to enable the equipment as described to be installed and/or
function safely and correctly as specified.

CSW.63 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

No claims whatever for extras will be allowed on the grounds that a necessary
piece of equipment or a part thereof is not specifically mentioned in the
Schedule of Quantities.

Payment for "supply and delivery", "install and commission", "servicing" and
"tools and spares" is respectively defined in PS 3.2, PS 15, and PS 17.

Before becoming entitled to any of the above payments, the Contractor shall
lodge with the Engineer three copies of a detailed invoice showing the amount
claimed as well as a claim form in triplicate complete by item as scheduled in a
format approved by the Engineer.

Payment Certificates shall be delivered to the Engineer by the 15th of each


month.

PS 6. FEATURES REQUIRING SPECIAL ATTENTION


PS 6.1 General Conditions of Contract (GCC)

The Contract Document is compiled in accordance with the General Conditions


of Contract for Works of Civil Engineering Construction, Second Edition (2010)
and Tenderers are therefore required to price the Tender accordingly.

PS 6.2 Security

Though the security of the Driefontein works is outsourced by JW to a security


company, the Contractor shall make his own arrangements to secure any on-
site facilities provided for the execution of the Contract..

PS 6.3 Operation of valves

During the temporary decommissioning of pipelines and structures, the Works


Manager shall undertake the closing and opening of valves on behalf of the
Employer. The Contractor shall notify the Works Manager well in advance
when this is required.

CSW.64 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 6.4 Work Outside Normal Working Hours

This must be read with Clause 5.8 of the General Conditions of Contract (GCC
2010). The Contractor shall pay to the Employer an amount of R500.00 per
hour per person needed for supervision by the Engineer when construction
work is carried out outside normal working hours, except in the case as set out
in Clause 5.10 of the General Conditions of Contract.

PS 6.5 Contract Award

The Contract shall be awarded to one main Contractor. It is an explicit


requirement of this Contract that the work of the various disciplines be
executed by competent staff and/or Sub-contractors. The Contractor will be
responsible for the coordination of his own work and that of any sub-
contractors.

PS 6.6 Additional Meetings

The costs of all additional meetings or inspections over and above the normal,
that take place because of the Contractor not keeping to his program or
because of the quality of his work will be for the account of the Contractor and
will be deducted from the following payment certificate. An amount of R5
000.00 per meeting will be paid by the Contractor to compensate for the
travelling cost, time, etc. of both the Engineer and the Employer.

PS 6.7 Sanitary Facilities

The Contractor shall provide his own sanitary facilities. No existing sanitary
facilities are to be tampered with. See Clause 5.19 of the Occupational Health
and Safety Specification forming part of Volume 2.

PS 6.8 Community Liaison and Community Relations

See Clause 1.4 of the Environmental Management Plan forming part of Volume
2.

CSW.65 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 6.9 Control of Pipe Manufacturing

The Contractor shall inform the Engineer and the inspection authority timeously
of his program and place of manufacturing so that the necessary inspections
can be arranged for. Copies of all test records must be delivered to the
Engineer before a Certificate of Completion will be issued.

PS 6.10 Waterproofing

Where any work pierces waterproofing, installation shall be as approved.


Supply all necessary sleeves, caulking and flashing required to make openings
absolutely watertight. The cost of complying with these requirements shall be
deemed to be included in the unit rates tendered for the items affecting the
waterproofing.

PS 6.11 Local Labour

The Contractor’s attention is drawn to clause 1.4(d) of the Environmental


Management Plan (Volume 2) regarding the preferential employment from local
communities of labourers and where available skilled artisans.

PS 7. HEALTH AND SAFETY SPECIFICATION FOR CONSTRUCTION WORK

Tendering Contractors are to prepare Health and Safety Plans in accordance


with Johannesburg Water’s Health and Safety Specification (refer to Volume 2:
Occupational Health and Safety Specification and Environmental Management
Plan for Capital Investment Projects). The legal imperatives for this requirement
stem from the Construction Regulations (2014), and more specifically the
following:

Regulation 5(1)(a): A client shall prepare a baseline risk assessment for


an intended construction work project.

Regulation 5(1)(b): A client shall prepare a suitable, sufficiently


documented and coherent site specific health and

CSW.66 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

safety specification for the intended construction work


based on the baseline risk assessment contemplated
in regulation 5(1)(a).

Regulation 5(1)(l): A client shall discuss and negotiate with the principle
contractor the contents of the principle contractor’s
health and safety plan contemplated in regulation 7(1),
and must thereafter finally approve that plan for
implementation.

Regulation 5(1)(n): A client shall take reasonable steps to ensure that


each contractor’s health and safety plan contemplated
in regulation 7(1)(a) is implemented and maintained.

Regulation 7(1)(a): A principal contractor must provide and demonstrate


to the client a suitable, sufficiently documented and
coherent site specific health and safety plan, based on
the client’s documented health and safety
specifications contemplated in regulation 5(1)(b),
which plan must be applied from the date of
commencement of and for the duration of the
construction work and which must be reviewed and
updated by the principal contractor as work
progresses.

PS 7.1 Project-related Occupational Health and Safety Risks

According to the Construction Regulations (2014), a Health and Safety Plan


“means a site, activity or project specific documented plan in accordance with
the client’s health and safety specification”. Apart from complying with the
Health and Safety Specification (Volume 2), specific attention is drawn to the
identification and assessment of risks. The Contractor is required to consider
inter alia the following risks (where applicable):

CSW.67 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Risks identified by the Design Engineer:

• Collapse of the excavation walls;


• Workers or onlookers falling into the excavations;
• Flooding of the excavations by storm water or groundwater;
• Flooding of the excavations by the ingress of sewerage;
• Flooding of stormwater dam by stormwater and sewage;
• Working around heavy machinery;
• Working from heights;
• Working around an operational treatment plant;
• Working in the vicinity of overhead electrical cables; and
• Working in and around existing services (effluent pipelines, potable water
pipelines, underground cable etc.).

CSW.68 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Project- and site-specific risks:

• Existing services;
• Third party exposures;
• Traffic control (heavy machinery);
• Operation of machinery;
• Use of portable electrical tools;
• Location of campsite;
• Overhead electricity cables;
• Excavation of trenches;
• Access to excavations;
• Safeguarding of deep excavations;
• Offloading of material;
• Storage of material;
• Storage of hazardous materials;
• Working in elevated positions;
• Arc welding;
• Handling of compressed gas cylinders;
• Electrical distribution boards; and
• Workshops.

Safe work and emergency procedures need to be prepared to address the


abovementioned risks.

CSW.69 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PS 7.2 Guide to Risk Assessments

PS 7.2.1 Nine steps to effective risk assessments

Step 1 Identifying the current as well as emerging hazard, risks or


exposures.
Step 2 Aim to identify major hazards, don’t waste time on the minor
and detail except if such hazard has the potential be repeat
itself on a frequent basis.
Step 3 Involve as many people as possible in the ongoing risk
assessment process especially those at risk.
Step 4 Gather all the information and analyze it.
Step 5 Look at what actually could or has occurred including non-
routine operations.
Step 6 Use a systematic approach to ensure all hazards are
adequately addressed.
Step 7 Assess the risks identified or the risk that has occurred by
taking into account the effectiveness of current as well as
controls under consideration.
Step 8 Ensure the process is practical, realistic, cost and business
effective.
Step 9 Always record the assessment in writing including i.e.
assumptions, date and why a particular decision has been
made.

PS 7.2.2 How serious is it?

Probability Consequences
A Common 1 Fatality or permanent disability.
B Has Happened 2 Major injury.
C Could Happen 3 Average Lost Time Injury.
D Not Likely 4 Minor Injury.
E Practically impossible 5 Medical Treatment or less.

CSW.70 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Probability
A B C D E
1 1 2 3 4 5
Consequence

2 2 3 4 5 6
3 3 4 5 6 7
4 4 5 6 7 8
5 5 6 7 8 9
Risk rating Action
1-3 = Serious Immediate (within 1 week).
4-5 = High Within 1 month.
6-7 = Moderate > 4 weeks.
8-9 = Acceptable No action but will consider from time to time.

PS 8. ENVIRONMENTAL MANAGEMENT PLAN

Contractors shall adhere to the mitigation measures listed in the Environmental


Management Plan (EMP) and the Environmental Authorisation issued by the
Gauteng Department of Agriculture, Conservation and Environment in Volume
2. Environmental mitigation measures are actions needed to align a project
implementation phase with environmental control principles, where potential
impacts to the natural and social environment are prevented, minimized or
remediated. Environmental safeguarding is governed by various sets of
legislation, with the most noteworthy including the National Environmental
Management Act (No. 107 of 1998) and the National Water Act (No. 36 of
1998).

Cost incurred due to the above shall be included in the scheduled rates in the
Pricing Data.

CSW.71 Project Specification


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PORTION 2: VARIATIONS AND ADDITIONS TO THE STANDARDIZED SPECIFICATIONS

The following variations and additions to the SANS 1200 Standardized


Specifications will be applicable to this Contract.

The Clauses and pay items in this portion of the Project Specification are
numbered “PS” followed by a number corresponding to the number of the relevant
clause or pay item in the Standardized Specifications or numbers following on the
last item in the Standardized Specifications.

SANS 1200A: PRELIMINARY AND GENERAL

PSA 3.3 MATERIALS SUPPLIED BY OTHERS

Where materials are supplied by others, the Contractor shall take delivery of
such materials on site and shall be responsible for the safekeeping of the same
from the time of taking delivery to the time of building into the Works or the time
of return to the supplier. The Contractor shall return to the supplier any
materials not used on the Contract.

PSA 4.2 CONTRACTOR'S OFFICES, STORES AND SERVICES

Add the following:

The Contractor shall make the necessary arrangements with the relevant authority
for the provision of services such as telephone and water for domestic and/or
construction purposes.

The electrical wiring of all buildings shall be carried out by registered and licensed
electricians in accordance with the requirements of SANS 0142 and the regulations
of the local authority.

The Contractor shall not be obliged to make use of local water and electricity
services and shall be at liberty to obtain them from approved alternative sources.

CSW.72 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Should the Contractor make use of local services, he shall make arrangements,
where applicable, for connections to be made, complete with meters, from these
services for use at the Site. All costs incurred in respect of these connections and
the meters, pipes, cables, etc. from the connections to his facilities, the cost of the
water consumed, the cost of the removal of sewage (not chemical toilets), and the
cost for finally disconnecting and removing the services shall be paid by the
Contractor, who shall include full compensation for such costs in his tendered rates
for the various items of work requiring the use of one or more of the services. The
Contractor shall furnish the Engineer with documentary proof that proper notice has
been given to the relevant authority for termination of the services.

The Contractor’s camp shall be kept neat and clean at all times and all surplus or
rejected material shall be removed from site immediately.

The Contractor under this Contract shall supply his own distribution board for
distributing the power to his facilities. He shall be responsible for distribution of
power and water supply to other mechanical and electrical Contractors on the Site.
Payment for these services to other Contractors shall be arranged between the
Contractor under this Contract and the other Contractors. The Employer will not be
involved in any arrangements in this regard.

The Contractor shall deliver to the Engineer a detailed drawing of the proposed
layout of his offices, stores and services before erecting same.

Sufficient backup services shall be provided to ensure the uninterrupted


execution of the Works such as storage tanks for water for use in the mixing of
concrete, standby electrical power for work at night and for electrical plant and
equipment used on Site.

PSA 5. CONSTRUCTION

PSA 5.1.1 SETTING OUT OF THE WORKS

The following shall be added:

CSW.73 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

An item has been provided in the Bill of Quantities for the setting out, construction
and surveying of survey beacons as directed by the Engineer. Where a control
point is likely to be disturbed during construction, the Contractor shall apply to the
Engineer for its re-establishment at a location where it will not be disturbed during
construction. Contractors are to satisfy themselves that the control points shown
on the drawings are sufficient to enable them to set out the works properly. If
additional control points are considered necessary, Contractors are required to
provide details of the number and location of additional control points required.

Should the Contractor cause displacement of any control point, the costs of
repositioning shall be borne by the Contractor.

No separate payment will be made for lower level setting-out points, the costs of
which are to be included in the rates tender for the appropriate scheduled items
of work.

PSA 5.7 SAFETY

Add the following:

1. The Contractor shall at all times observe adequate safety precautions


on Site to ensure the safety of his own staff as well as that of the public
and other persons engaged in or about the Works. In this respect he
shall observe all laws, ordinances and regulations pertaining to his
work.

2. The Contractor's attention is specifically drawn to the following Acts, and


particularly to the relevant regulations under each Act, copies of which
shall at all times be kept by him on the Site:

• The Factories, Machinery and Building Work Act (Act 22 of 1941)


• The Explosives Act (Act 26 of 1956)
• The Mines and Works Act (Act 27 of 1956)
• The Occupational Health and Safety Act (Act 85 of 1993)

CSW.74 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

3. The Contractor is also required to comply with the safety precautions set
out in the following publications, copies of which shall also be kept by him
on the Site:

• The Code of Practice relating to the safety of men working in civil


Engineering inspection pits and small-diameter vertical shafts.
(Transactions of the South African Institution of Civil Engineers, Vol. 2,
No. 11, November 1960, obtainable from the Secretary, S.A. Institution
of Civil Engineers, Private Bag X200, Halfway House, 1685).

• The Operator's Handbook on Sewage Purification (1965) Chapter 26.


Safety Precautions published by the Institute of Water Pollution Control
(Southern African Branch).

4. The Contractor shall provide suitable and safe access by way of


ladders, gangways, etc. to all parts of the Works as may be required
for construction purposes or for inspection by the Engineer or the
authorised Inspectors in terms of the above mentioned Acts.

5. All precautions shall be taken to protect workmen against falling material


and/or objects and other dangers whilst they are carrying out their duties.
Shaft and trenches shall in every way be made and kept safe for persons
working therein.

6. All persons working, inspecting or supervising in places where falling


material and/or objects could be encountered shall be provided by the
Contractor with hard hats of a type approved by the Inspector of Mines,
the use of which shall be strictly enforced.

7. The Contractor shall provide a properly equipped first aid box, which shall
be accessible at all times.

8. Where adequate safety precautions are not being observed, the Engineer
may order the Contractor to comply with minimum safety requirements at

CSW.75 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the latter's expense. Compliance with such order will not absolve the
Contractor from any of his responsibilities and obligations under the
Contract.

9. The Contractor shall display on a prominent place the following


emergency information:

• Local Police Telephone number


• Local Ambulance Telephone number
• Local Fire Brigade Telephone number
• Nearest Doctor Name

Telephone number (office hours)

Telephone number (after hours)


Consulting room street address

PSA 8 MEASUREMENT AND PAYMENT

PSA 8.2.2 Time-Related Items


The following shall be added:

In the event that the net total extension of time granted in terms of the
Contract and/or delay in the anticipated date of award of the Contract results
in the official date for completion extending into or past a Christmas Builders
Holiday period which did not fall within the tendered period for completion
based on the anticipated date of award, and extension of time equivalent to
the number of normal working days falling within that holiday period shall
reduce to 25% of that applicable in terms of the above. It should be noted that
time-related charges for the Christmas Builders Holiday period falling within
the tendered period for completions based on the anticipated date of award of
the Contract will be paid for at the full rate since such holidays are to be
included in the tendered period for completion.

CSW.76 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The anticipated date of award referred to above shall be the date stated in the
Contract Documents. If the date is not stated it shall be considered to be any
date within the period of validity of the Tender.

PSA 8.3 Scheduled Fixed-Charge & Value Related Items

PSA 8.3.1 Contractual Requirements

Add the following:

The Contractor shall be required to produce a copy of their Workplace Skills


Plan and an Implementation Report to CETA

CSW.77 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSA 8.3.3 Tendered Sums for Payment Reference 8.3 and 8.4
& 8.3.4
Should the total sum tendered for Payment References 8.3 and 8.4 exceed 25
percent of the total Tender Sum less any allowances provided for sms stated
provisionally by the Engineer, Contingencies and Contract Price Adjustment,
the Tenderer shall clearly set out his reasons for tendering in this fashion in a
letter accompanying his tender. The employer will take due consideration of
these reasons, but reserves the right to consider the sum tendered for these
items to be inconsistent with the remainder of the tender, and such
consideration may render liable for rejection.

Add the following Sub-Clause:

PSA 8.4.2.2 (k) Water Tanker for Dust Suppression Unit: Sum

The rate shall include for the full time supply and operation of a water tanker,
with assistant to keep all the roads and work areas dust free for the duration of
the contract. The rate shall include for the filling of the tanker from the existing
chlorine contract tank.

PSA 8.7 Daywork

Replace this clause with the following:

PSA 8.7.1 Expenditure on Daywork Items (i.e. Wages paid to workmen and invoices of
cost of materials delivered on site) Unit:
Provisional Sum

PSA 8.7.2 Extra over item PSA 8.7.1 for supervision, overheads and all other costs related
to the Daywork items under item PSA 8.7.1 for the following:

CSW.78 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

a) Skilled artisans Unit: Percentage of provisional


sum (%)
b) Unskilled Labourers Unit: Percentage of provisional
sum (%)
c) Material Unit: Percentage of provisional
sum (%)

PSA 8.7.3 Plant Hire Rates (Types and sizes indicated) Unit: hours (hrs)

a) Labour

The labour charges to be reimbursed under the Daywork item PSA 8.7.1 in the
Schedule of Quantities shall be the actual amount of wages paid to workmen,
chargehands and gangers, (but not foremen), employed on Daywork with the
authorisation of the Engineer. The labour charges will be paid only for the time
that the workmen are actually so employed on Daywork.

Leave pay, bonuses, subsistence allowances, employer's contributions to medical


schemes and provident funds and the like shall not be included in the above
mentioned labour charges but will be deemed to be covered by the percentage
rate tendered by the Contractor against the items PSA 8.7.2(a) and PSA 8.7.2(b)
scheduled for this purpose under Daywork in the Schedule of Quantities.

This percentage rate shall also be deemed to allow for the use of small tools,
supervision, insurances, overhead expenses, transport of workmen, housing and
feeding (if the liability of the Contractor) profit and any other expenses in
connection with workmen employed on Daywork and shall also include for
everything else covered under the allowances as stated in Clause 37.2 of the
General Conditions of Contract.

b) Materials

The material charges to be reimbursed under the Daywork item PSA 8.7.1
scheduled in the Schedule of Quantities shall be the invoiced cost as approved by

CSW.79 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the Engineer, less any discount granted by the Supplier. Only the actual quantities
of materials used, as verified by the Engineer, will be paid for.

The cost of transportation to site, storage, transportation to the point of use on site,
insurance, superintendence and administrative costs, overhead expenses and
profit shall be deemed to be covered by the percentage rate tendered by the
Contractor against the item PSA 8.7.2(c) scheduled for this purpose under
Daywork in the Schedule of Quantities. The percentage rate tendered shall also
include for everything else covered under the allowances as stated in Clause 37.2
of the General Conditions of Contract.

c) Plant Hire Rates

The rates tendered for the hire of plant shall be applicable only to plant that the
Contractor has on the site and shall be total all inclusive unit prices which shall
include, inter alia, for all fuel and lubricants; for the wages of operators, drivers or
attendants; for all tools, accessories, equipment and everything else necessary;
for all depreciation, maintenance and repair costs; for overhead expenses, profit
and for everything in accordance with Clause 37.2 of the General Conditions of
Contract.

The hire charges shall be paid only for the time that the plant is actually working
on the Daywork as authorised by the Engineer.

Payment will not be made in respect of established, fixed or static plant on the site
such as static concrete batching and mixing plant, cocopan track, monorails, static
generators, compressors, pumps, lighting, ventilation plant and the like which are
covered under other items but which may be used for Daywork.

PSA 8.8 TEMPORARY WORKS

PSA 8.8.7 Position, construct and re-survey survey-beacons .........................Unit: No.

CSW.80 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The rate tendered shall cover all work required to position, construct, level
benchmarks and re-survey the survey beacons as shown on drawing no.10420-
09-502. The rate shall include for an independent check of the co-ordinates and
levels of the benchmarks.

CSW.81 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 AB: ENGINEER'S OFFICE

PSAB 1 SCOPE

Replace this Clause with the following:

This section covers the provision of accommodation for the Engineer's resident
staff. This accommodation shall include the necessary additional offices and
furniture as well as the provision of all the services required. Four offices and
one meeting room have been provided by the Employer for the sole use of the
Engineer’s staff on site. The Contractor will only be required to purchase an
additional meeting room and supply an Employers office, one kitchen and seven
car ports. All furniture supplied shall be new.

PSAB 3 MATERIALS

PSAB 3.1 NAME BOARDS

Two name boards are required.

The description of the project and the names and titles of the Employer,
Engineer and Contractor to be painted on the boards shall be handed to the
Contractor at the start of the Contract. The name boards shall comply with the
requirements as detailed on drawing no: 10420-09-701.

The Contractor shall erect the name boards at locations indicated by the
Engineer while establishing himself on Site, but not later than 14 days after the
start of the Contract. On completion of the Contract the Contractor shall
remove the boards.

CSW.82 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSAB 3.2 OFFICE BUILDINGS

Replace this Sub-Clause with the following:

PSAB 3.2.1 Specification for Office Furniture

In addition to the furniture supplied by the Employer, the following items shall be
provided under this Contract:

a) Two (2) office desks each with a surface area of at least 1.5m² with
lockable drawers with keys;

b) Four (4) general purpose steel stationery cabinets each with a shelf area
of at least 1.5m² and a volume of 0.70m³ each. Each cabinet shall have
a lock with two keys;

c) Two (2) steel filing cabinets fitted with four drawers on runners. The
cabinets shall be fitted with two keys and shall be 1300mm high, 460mm
wide and 600mm from front to back;

d) One (1) Laptop with the following minimum specifications: Core I5 660
processor, 3 Gig DDR RAM, 250 Gig hard drive, 17 inch monitor, security
cable, carry case, mouse and Windows 7 operating system;

e) Software – One (1) Microsoft Office Business Suite 2010 (Word, Excel,
Outlook, Powerpoint), One (1) Autocad 2011, three (3) MS Project 2010
and Four (4) Voloview (drawing viewer);

f) Six (6) A4 black & White Laser Printers with two (2) spare cartridges each;

g) One (1) A3 colour Printer with two (2) spare cartridges;

CSW.83 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

h) Seven (7) drawing racks for A0 drawings. The hangers shall be of the
“Barhold” type with ten hangers per drawing rack;

i) Seven (7) wash hand basins mounted on stands;

j) Four (4) draughtsman’s stools fitted with padded seats and backrests, the
height of which shall be adjustable;

k) Seven (7) drawing tables each with an inclined surface area of at least 3m²
and a smooth top constructed to the dimensions as directed by the
Engineer’s Representative;

l) Three (3) sturdy and comfortable chairs fitted with padded seats and
backrests;

m) One (1) 2700 x 900mm pinning board made of suitable material and fitted
to the wall of the meeting room;

n) Four (4) white boards each with an area of 1.5m² complete with a set of six
(6) whiteboard marker pens;

o) Venetian blinds or roller blinds, opaque type fitted to all seven offices;

p) Ten (10) plastic chairs with metal frames; and

q) Seven (7) plastic rubbish bins.

PSAB 3.2.2 Engineer’s Meeting Room and Employer’s Office

The Contractor shall provide one prefabricated site meeting room and one office
similar to the existing meeting room and offices of approved dimensions with at
least 35m² in floor area for the meeting room and 18m² in floor area for the
Employer’s Office. The rooms shall be completed, furnished and ready for use
not later than three weeks after the commencement date of the Contract.

CSW.84 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The timber floor of the office, shall be at least 300mm above the surrounding
ground level. Doors shall be provided at each end of the meeting room and
each shall be provided with a suitable 3 lever lock and two keys.

Windows shall be provided, with a minimum glazed area of 15% of the floor
area. At least half of this area must be able to open, and shall be fitted with
burglar bars and all the windows shall be fitted with venetian or other approved
blinds.

The meeting room will be equipped with furniture supplied under PSAB 3.2.1.

Two (2) air conditioning units shall be supplied with the meeting room with
capacity for the air volume of the room as per PSAB 3.2.6 and one (1) air
conditioning unit shall be supplied for the Employer’s Office.

Adequate electric fluorescent lighting and four (4) 15 amp power points.

PSAB 3.2.3 Kitchen

The Contractor shall provide a pre-fabricated room similar to the existing offices
as a kitchen for the sole use of the Engineer and his staff.

The kitchen shall have a timber floor with and area of at least 12m² with a
ceiling height of not less than 2.4m.

The door to the kitchen shall be provided with a suitable 3 lever lock and two
keys.

The kitchen shall be provided with the following equipment:

1. One refrigerator of not less than 150 litres capacity;

2. One microwave oven;

3. 30 Litre electric hot water cylinder;

CSW.85 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

4. One 1.5 litre electric kettle;

5. Three holders for coffee, tea and milk;

6. One kitchen sink with drain board, complete with hot and cold water
supply;

7. One kitchen table and six chairs;

8. Electric lighting and four 15 Amp power points;

9. All necessary plumbing to the existing waste tank;

10. Two complete sets of cups and saucers for twenty six persons; and

11. Cloths and dishwashing soap for the duration of the Contract

PSAB 3.2.4 Car Ports

Carports shall be so constructed as to protect the vehicles parked under them


at all times against rain, hail and sun. Shade netting will not be permitted for
the carports. Preference is for corrugated iron sheeting for the roof and sides.
The carports shall each be at least 20 m² in area and their floors shall consist
of a layer of broken stone or concrete to minimise dusty and muddy
conditions. Seven car ports are required.

PSAB 3.2.5 Areas surrounding offices

The access and other roads and parking areas surrounding the existing offices
shall be treated and maintained to make them dust free either by using crushed
stone or bituminous surfacing. They shall be well drained and kept trafficable
and free from mud and weeds at all times. They shall also be maintained and
kept clean and tidy at all times.

PSAB 3.2.6 Air-conditioning units and heaters

CSW.86 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor shall provide and install air-conditioning units and heaters as
specified. The air-conditioning units shall be electrically operated compressor
type with closed circuit, and not an evaporation type. The capacity of the air-
conditioning units shall be at least 2,2 kW. The heaters shall preferably be of
the space-heating type without exposed elements and shall have a capacity of
not less than 1,5 kW.

PSAB 3.2.7 Ablution units

(For the sole use of the Engineer’s staff and visitors).

No ablution units need be provided.

PSAB 3.3 SERVICES

PSAB 3.3.1 Sanitary arrangements

The Contractor shall be responsible for providing all sanitary services necessary
to keep the two existing latrines in a clean, neat and hygienic condition.

The ablution units are connected to a waste tank. The tank will be emptied by
the Employer’s staff.

The Contractor shall make provision for the removal of all domestic rubbish on
a regular basis.

PSAB 3.3.2 Water and Electricity

The Contractor shall provide a constant supply of clean potable water suitable
for human consumption.

The cost of all electricity required for the Engineer’s purposes shall be borne by
the Contractor. All buildings supplied shall include the provision of 220 V
electricity.

CSW.87 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSAB 3.3.3 Maintenance

The Contractor shall provide all labour, equipment and material which may be
necessary to keep all accommodation in a neat and clean condition, and repairs
shall be done without undue delay.

PSAB 3.3.4 Cooking facilities

The Contractor shall make available suitable cooking facilities for the Engineer’s
Site staff and shall provide a regular supply of fuel for cooking. The cooking
area shall be kept clean and tidy.

PSAB 3.4 GENERAL

a) The Contractor shall not order any materials, equipment or fittings on the
basis of their having been specified or scheduled without the written
confirmation of the Engineer having been obtained. No building shall be
erected without the Engineer's written instructions as to the exact position
and orientation of the building.

b) Unless otherwise agreed upon, the meeting room shall be erected in close
proximity to the Engineer’s offices.

c) The required facilities shall be completed, ready for occupation as


specified, not later than three (3) weeks after the commencement date of
the contract.

d) The ownership of the meeting room, Employer’s Office and the kitchen
shall remain the property of the Employer at the end of the Contract.

CSW.88 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

e) The ownership of the furniture in PSAB 3.2.1 and PSAB 3.2.3 shall remain
the property of the Employer.

f) The Contractor shall take all reasonable precautions to prevent


unauthorised entry to the offices and to ensure the general security of the
offices and meeting rooms.

g) No accommodation shall be erected without the prior approval of the


Drawings by all local or Government authorities requiring such prior
approval.

PSAB 3.5 INSURANCE

The Contractor shall keep all the site offices, furniture and equipment insured
against loss, damage or breakage and shall indemnify the Employer, the
Engineer and his staff against claims in this regards for the full duration of the
Contract.

PSAB 4 PLANT

PSAB 4.1 TELEPHONE

Add the following sub-Clause:

One (1) cellular telephone complete with 220 V charger for use in the office and
with a car charger for use on site is required in the Engineer's Office. Provision
for the supply and use of the cellphone has been allowed in the Bill of
Quantities as a Provisional Sum.

PSAB 4.2 SURVEY INSTRUMENTS

CSW.89 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor shall supply and maintain for the sole use of the Engineer or the
Engineer’s Representative and his staff, at least the following survey
equipment, including for all necessary maintenance thereof:

Two (2) modern design automatic Engineer's levelling instruments complete


with tripods;

Two (2) telescopic levelling staffs with metric graduations (4m long, 1cm
graduations and 1mm graduations at the rear of the staff);

Two (2) staff bubbles;

One (1) x 100 metre steel tape graduated in millimetres throughout;

One (1) x 30 metre steel tape graduated in millimetres throughout;

Five (5) x 5 metre steel pocket tapes;

One (1) x measuring wheel;

Three (3) ranging rods; and

Steel or wooden pegs and hammer as required.

PSAB 5 CONSTRUCTION

PSAB 5.4 TELEPHONES

Delete the words "Costs of the Engineer's telephone and rental shall be
recoverable from the Employer".

PSAB 5.5 SURVEY ASSISTANTS

One or two survey assistants as and when required by the Engineer.

PSAB 8 MEASUREMENT AND PAYMENT

CSW.90 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Add the following pay items:

PSAB 8.3.5 Engineer’s Meeting Room and Employer’s Office

The sum tendered for the provision of the Engineer’s Meeting Room and
Employer’s Office as per PSAB3.2.2, shall be the total, all inclusive Lump Sum
for all items and will be payable once the units have been delivered to Site and
installed in their final positions to the satisfaction of the Engineer’s
Representative. This item will remain the property of the Employer at the end of
the Contract.

Unit: Lump
sum

PSAB 8.3.6 Office Furniture

The sum tendered for the provision of office furniture as per PSAB3.2.1, shall
be the total, all inclusive Lump Sum for all items and will be payable once all
the items have been delivered to Site and placed in the offices to the
satisfaction of the Engineer’s Representative. These items will remain the
property of the Employer at the end of the Contract.

Unit: Lump
sum

CSW.91 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSAB 8.3.7 Kitchen

The sum tendered for the provision of the Kitchen as per PSAB3.2.3, shall be
the total, all inclusive Lump Sum for the unit and all the items listed and will be
payable once the unit has been delivered to Site and installed in its final
position to the satisfaction of the Engineer’s Representative together with all
the required contents. This unit and all the items will remain the property of the
Employer at the end of the Contract.

Unit: Lump
sum

PSAB 8.3.8 Carports (7 No)

The sum tendered for the provision of the Carports as per PSAB3.2.4, shall be
the total, all inclusive Lump Sum for the carports and will be payable once the
carports have been erected in its final position to the satisfaction of the
Engineer’s Representative. This item will remain the property of the Employer
at the end of the Contract.

Unit: Lump
sum

PSAB 8.3.9 Survey Instruments

The sum tendered for the provision of survey instruments as per PSAB4.2,
shall be a total, all inclusive lump sum for all and will be payable in
installments as the work proceeds, such installments to be directly
proportional to the value of the work done in relation to the total contract
amount, including for contingencies, unless otherwise decided by the
Engineer.

Unit: Lump
sum

CSW.92 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSAB 8.3.10 Survey Assistants and materials

The sum tendered for the provision of two survey assistants and materials,
shall be the total, all inclusive lump sum for both and will be payable in
installments as the work proceeds, such installments to be directly
proportional to the value of the work done in relation to the total contract
amount, including for contingencies, unless otherwise decided by the
Engineer.

Unit: Lump
sum

PSAB 8.3.11 Services

The provision of water, electricity, toilet and rubbish removal, cleaning


services, maintenance and repairs, all as specified in Sub-Clause PSAB 3.3 of
this section. Payment of the lump sums tendered shall be in full compensation
for the provision of the services specified and will be payable in installments
as the work proceeds, such installments to be directly proportional to the value
of the work done in relation to the total contract amount, including for
contingencies, unless otherwise decided by the Engineer. Payment for this
item shall be increased pro rata according to the time for which the services
are required during any extended time of construction in respect of which
extension of time has been granted.

Unit: Lump
sum

PSAB 8.3.12 Treatment and maintenance of areas surrounding office

The sum tendered shall be the total inclusive lump sum for the treatment and
maintenance of access and other roads and parking areas surrounding the
Engineer’s site office and of footpaths providing access to all buildings, all as
specified in Sub-Clause PSAB 3.2 of this section. Payment will be in

CSW.93 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

installments as the work proceeds, such installments to be directly


proportional to the value of the work done in relation to the total contract
amount, including for contingencies, unless otherwise decided by the
Engineer.

Unit: Lump
sum

PSAB 8.3.13 Personal Protection Equipment

The sum tendered shall be the total inclusive lump sum for the provision of the
items listed in PS 4.7.1 and will be payable once all the items have been
delivered to Site and handed over to the Engineer’s Representative’s staff.
These items will remain the property of the Employer at the end of the
Contract.

Unit: Lump
sum

PSAB 8.3.14 Community Liaison Officer (CLO)

The Contractor shall appoint a community liaison officer subject to the


approval of the Employer, Engineer’s Representative and the Environmental
Consultant to administer the functions and requirements of clause 1.4 of the
environmental Management Plan in Volume 2. Payment will be on a monthly
basis for the period the CLO is employed.

Unit: Months

PSAB 8.3.15 Training

The Contractor shall train the local labour employed using an accredited
training provider in the skills to be used on the Contract such as steel fixing,
scaffold erection, basic carpentry, concrete pouring and vibration, pipe-laying
and any other relevant skills. Certificates shall be issued to each employee

CSW.94 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

successfully completing the relevant course. The training shall be approved by


the Engineer’s Representative in writing before commencement of training.
Payment will be in installments as the training proceeds on submission of the
service provider’s invoice with the interim payment certificate.

Unit: Lump
sum

CSW.95 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 C : SITE CLEARANCE

PSC 3.1 DISPOSAL OF MATERIAL

Add the following Sub-Clause:

An approved asbestos consultant/contractor shall be appointed to determine


the presence of asbestos pipes prior to excavation taking place. The
consultant/contractor shall provide documentary evidence stating that they are
registered as a Grade A or B removalist.

The handling of materials containing asbestos shall be in accordance with the


Construction Regulations. Separate Provisional Sums have been provided for
the appointment of a specialist asbestos consultant/contractor and for the
removal of the asbestos materials by a specialist contractor. The Contractor
shall issue the Engineer with a copy of the permit allowing him to dispose of
the asbestos materials to a registered licensed landfill site.

PSC 8. MEASUREMENT AND PAYMENT

Add the following Sub-Clause:

For this Contract freehaul will be regarded as haulage within the extent of the
Site as described in PS 1.3.

PSC 8.2 SCHEDULED ITEMS

PSC 8.2.7 Dismantle and remove cement fibre composite


piping………………………..Unit: m

The unit of measurement shall be the length of piping removed (pipes sizes to
be indicated).The rate shall cover all the costs associated with the removal of
the piping by a registered asbestos contractor under controlled conditions and

CSW.96 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

disposal at an approved hazardous waste site. A certificate of safe disposal


shall be provided.

PSC 8.2.11 Remove and stack existing paving blocks for re-use
……………………........Unit: m2

The unit of measurement shall be the square metre of paving block removed
unbroken.

The rate shall cover all the costs associated with the removal of the blocks,
cleaning of concrete grout, loading, transport within the freehaul area, off-
loading and stacking neatly at a site to be designated by the Engineer.

PSC 8.2.12 Remove and dispose of existing broken paving blocks ………………….
…..Unit: No

The unit of measurement shall be the number of full 5m3 loads of broken
paving.

The rate shall cover all costs associated with the removal of the blocks,
loading, transport within the freehaul area and off-loading at the designated
spoil area.

CSW.97 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 D: EARTHWORKS

PSD 3 MATERIAL

Add the following Sub-Clauses:

PSD 3.1 CLASSIFICATION FOR EXCAVATION PURPOSES

PSD 3.1.2 Classes of excavation

c) Hard rock excavation

Delete the reference to boulder excavation in paragraphs (1) and (2).

d) Boulder excavation Class A

Delete this Clause.

e) Boulder excavation Class B

Delete this Clause.

PSD 3.2 CLASSIFICATION FOR PLACING PURPOSES

PSD 3.2.3 Material suitable for backfill or fill against structures


This clause is deleted and replaced by:

Areas against structures which may be damaged by the use of heavy


equipment (e.g. grader, towed grid roller, large self propelled vibratory
roller, etc.) must get filled inlayers with material from the excavations on the
site which shall comply with clause 3.2.1 except that it shall contain more
than 20% material passing the 75 micron sieve.

MSW.98 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSD 3.3 Selection

PSD 3.3.1 General


Add the following

The Contractor will be required to stockpile the surplus excavated material


on sites to be designated on the drawings or by the Engineer.

The Contractor shall be entirely responsible for the selection of suitable


material for all backfilling and embankments from excavation on the site and
from borrow pits.

Importation from borrow pits of the relevant grade of material will only be
permitted when all supplies thereof at the site have been exhausted. It is
stressed that where a shortfall of such material occurs but there is a supply
of such material available from excavations, yet to be excavated, the
Contractor will be required to obtain the material from such excavations i.e.
importation from borrow pits under these circumstances will not be
permitted.

PSD 5 CONSTRUCTION

PSD 5.1.1 Safety

PSD 5.1.1.2 Safeguarding of Excavations

Add the following Sub-Clause:

The Contractor shall be responsible for the design and construction of


measures to ensure stability of the excavation walls. Such designs shall be
done by suitably qualified specialists and before the measures are
implemented the designs shall be submitted to the Engineer for his
information.

MSW.99 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSD 5.1.1.3 Explosives

Delete this Sub-Clause:

No blasting will be allowed on this site.

PSD 5.1.3 Stormwater and Groundwater

Add the following to this Sub-Clause:

Over and above his general obligations in regard to dealing with water as
specified in SANS 1200 A, the Contractor shall be responsible for
preventing the ingress of water into the foundation excavations. The
preventive measures shall include the construction of proper drainage
channels, diversion channels, berms, sumps, and the supply, operation and
maintenance of the necessary bailing and pumping equipment.

The dewatering measures, with the exception of pumping, shall be


maintained until the backfilling has been completed, after which all settled
silt, mud, etc. shall be removed from the exposed surfaces where
necessary. Between the various construction stages, pumping may be
interrupted as may be decided by the Engineer. The draining or pumping of
water from foundation excavations shall be so done that no concrete
materials will be carried away.

PSD 5.2.2 Excavation

Add the following Sub-Clauses:

PSD 5.2.2.4 Utilization of excavated material

Excavated material and material recovered from temporary work shall, in so


far as it is suitable, be utilized for backfill. Material unsuitable for use as
backfill or in excess of the quantity required to complete the backfill shall be
spoiled or utilized as directed by the Engineer.

MSW.100 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSD 5.2.2.5 Excavation limits for payment purposes

For measurement and payment purposes, the limits of the excavations for
structures shall be as shown on the Drawings.

Where no excavation limits are shown on the Drawings and the Engineer
has decided that formwork has to be provided for the sides of a concrete
member, the limits of the excavation for measurement and payment
purposes shall be the vertical planes 0,5 m outside the perimeter of the
concrete member for which the formwork is to be provided, and the founding
level shown on the Drawings.

PSD 5.2.2.6 Unsuitable material

Boulders, logs or any other unsuitable excavated material shall be taken to


spoil.

Where, in the opinion of the Engineer, unsuitable material is encountered at


founding level, such material shall be removed and replaced with foundation
fill in accordance with the requirements of clause PSD 5.2.3.4 of this section
and as directed by the Engineer.

PSD 5.2.2.7 Preparation of the founding surface

Where hard material suitable for founding is encountered at the founding


level, it shall be cut and trimmed to a firm surface, either level, stepped or
serrated, as may be required.

Where there are indications that the material at the founding level will be soft
material or hard material that will deteriorate rapidly on exposure, the
excavation of the final layer with a thickness of 150 mm shall be postponed
until just before the blinding layer is placed.

MSW.101 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Where shown on the Drawings or ordered by the Engineer, excavations


shall be extended to a specified depth below the given undersides of the
slabs and footings to make provision for the placing of a concrete blinding
layer.

PSD 5.2.3.3 Backfill and fill near structures

(a) General

When placing backfill and fill, the following precautions shall be taken:

(i) In so far as it is possible, the material shall be placed simultaneously


to approximately the same elevation on both sides of a structure or
structural member where appropriate. If conditions require that backfill
or fill be placed appreciably higher on one side than on the opposite
side, the additional material on the higher side shall not be place until
authorized by the Engineer and preferably not until the concrete has
been in place for 14 days, or until tests show that the concrete has
attained sufficient strength to withstand any pressure safely that has
been created by the backfill or fill or by the method of construction.

(ii) The material behind structural members restrained at the top by the
superstructure, e.g. portal-type structures, shall be placed as stated
on the Drawings or as directed by the Engineer.

(iii) The material behind the walls of concrete culverts shall not be placed
until the top slab has been placed and cured, unless otherwise
authorized by the Engineer.

(b) Backfill

MSW.102 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Excavated areas around structures, between the structure and the vertical
walls of the surrounding excavation, shall be backfilled with approved
material in horizontal layers not exceeding 150 mm in depth after
compaction, to the level of the original ground surface or to the level
specified on the Drawings. Each layer shall be moistened or dried to the
optimum moisture content for the material and be compacted to a density
of not less than 93 % of modified AASHTO density, except that, in a road
prism, the material shall be compacted to a density of not less than 93 % of
modified AASHTO density. In cases where structures are founded on
backfill material, the density shall be as specified in the Project
Specifications, but shall not be less than 95 % of modified AASHTO
density.

(c) Prevention of wedge action

Before the fill in the space between a structure and any adjacent sloping fill
and the backfill between a structure and the sloping sides of the
surrounding excavation is constructed, the slope of the fill and of the sides
of the excavation shall be benched or serrated in order to prevent wedge
action between the structure and the fill or the sides of the excavation
during backfilling and compaction.

The distance between the exposed face of the structure and the toe of the
fill or excavation side shall be sufficient to allow proper compaction.

MSW.103 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSD 5.2.3.4 Foundation fill

If, during the course of excavation, it is found that the material at the
indicated founding depth does not have the required bearing capacity as
specified on the Drawings, the excavations shall be extended at the
discretion of the Engineer until satisfactory founding material is encountered.
The Engineer reserves the right to order the Contractor to make up the
difference in levels with foundation fill.

Where the foundation fill consists of rock or crushed stone, it shall be


constructed as directed by the Engineer.

Foundation fill consisting of granular material shall be constructed in layers


not exceeding 150 mm in thickness after compaction. Each layer shall be
moistened or dried to optimum moisture content for the material and be
compacted to a density of not less than 95 % of modified AASHTO density.

Mass concrete fill to be used shall be of the class or mix specified or


directed by the Engineer.

PSD 5.2.4.2 Topsoiling

Delete this Sub-Clause and refer to Section PSVA.

PSD 5.2.4.3 Grass or other vegetation

Delete this Sub-Clause and refer to Section PSVA.

PSD 5.2.5.1 Freehaul

Add the following Sub-Clause:

For this Project freehaul will be regarded as haulage within the boundaries
of the extent of the Works as described in PS 1.3.

MSW.104 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSD 7 TESTING

Add the following:

PSD 7.4 The requirements of Clause 7 of SANS 1200 DM and SANS 1200 M shall
also apply to this Section.

PSD 8 MEASUREMENT AND PAYMENT

PSD 8.3.2 Bulk Excavation

(b) Extra-over for: Delete pay items (3) and (4).

PSD 8.3.3 Restricted Excavation

(a) Excavation for restricted foundations, footings and pipe trenches in


all materials and use for backfill or embankment or dispose

Add the following to this pay item

(i) In the case of structures, excavation will be scheduled to different depths


as follows:

(a) 0 m up to 2 m Unit: Cubic metre (m3)


(b) Exceeding 2 m up to 4 m Unit: Cubic metre (m3)
(c) Etc. in increments of 2 m Unit: Cubic metre (m3)
depths

(ii) Extra over item (i) above for additional excavation required by the
Engineer after the excavation has been completed

Unit: Cubic metre (m3)

The limits for the successive depth ranges shall be measured down from the
average surface to the agreed founding level.

MSW.105 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The unit of measurement shall be the cubic metre of material measured in


the original position before excavation. The quantity of excavation for each
depth range shall be calculated from the nett outlines of the excavation limits
shown on the Drawings and the depth of excavation completed within each
range.

Irrespective of the total depth of the excavation, the quantity of material


within each depth range shall be measured and paid for separately.

Where no excavation limits are shown on the Drawings and formwork has to
be provided to the sides of concrete members, an additional quantity of
excavation shall be measured to 0,5 m outside the concrete perimeter in
order to provide a working space.

Where foundation fill is constructed in an excavation, the quantity of


excavated material measured for payment shall be the material excavated
between the average ground surface, and the founding level, from the prism
with vertical sides or as specified or directed by the Engineer.

In no case shall any of the following volumes of excavation be included in


the measurement for payment:

(i) The volume of excavation in excess of the abovementioned limits.

(ii) The volume included within the excavated road prism, contiguous
channels, ditches, etc. for which payment is provided elsewhere in the
Specifications.

(iii) The volume of water or other liquid (except the volume of mud, muck or
similar semi-solid matter, which has not resulted from the construction
operations and which cannot be pumped or drained away).

(iv) Sloping sides of excavations required to make the excavation safe.

MSW.106 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate shall include full compensation for excavation in each
class of material, including overbreak in hard material, the spoiling or
stockpiling of material, the hauling of excavated material within the defined
Site boundaries, for any additional excavation the Contractor may require for
additional working space outside the authorized limits, for trimming and
cleaning the bottoms and sides of excavation, and for strutting, shoring and
safeguarding excavations.

If, after a foundation excavation has been completed, cleaned and trimmed
ready for blinding, the Engineer orders further excavations on account of
changed dimensions and/or founding conditions, an extra-over payment
(item PSD 8.3.3(a)(ii) for the additional excavation shall be payable in full
compensation for any additional costs to the Contractor over and above the
normal excavation costs.

PSD 8.3.3(b) Extra-over for:

Delete pay items (3) and (4).

PSD 8.3.5 Extra excavation in all materials to provide working space around
structures

Delete this Sub-Clause and refer to Sub-Clause PSD 5.2.2.5.

PSD 8.3.10 Grassing or other vegetation cover

Delete this clause and refer to section PSVA.

MSW.107 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 DB: EARTHWORKS (PIPE TRENCHES)

PSDB 4.3 Compaction Equipment

Add the following to this Sub-Clause:

A minimum thickness of compacted selected fill blanket of 300mm is


required over the top of any pipe before machine compaction
commences.

PSDB 5.1.3 Accommodation of Traffic and Access to Property

Add the following Sub-Clause:

All traffic signs and traffic control measures shall comply with the South
African Road Traffic Sign Manual and the Road Signs Note.

PSDB 5.5 TRENCH BOTTOM

Add the following Sub-Clause:

Unsuitable material shall only be excavated once the Engineer has given a
written instruction to this effect. Backfilling material for over excavation shall
comply with the requirements of SANS 1200 LB and shall be compacted to
93 % modified AASHTO.

PSDB 5.6 Backfilling

Add the following Sub-Clause:

Pipe joints shall be left open for 300 mm to either side until the pipeline has
successfully been tested and approved by the Engineer.

PSDB 5.6.3 Disposal of Soft Excavation Material

MSW.108 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Add the following Sub-Clause:

Disposal of surplus material shall take place at agreed sites within the
freehaul distance from the source of such excavation.

PSDB 8 MEASUREMENT AND PAYMENT

Add the following Sub-Clause to 8.1.4:

The freehaul distance for this Project shall be regarded as all haulage within
the extent of the site of works as described in PS 1.3.

MSW.109 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 DM : EARTHWORKS (ROADS, SUBGRADE)

PSDM 5.2.2.4 Temporary Stockpiling of Materials

The Contractor shall programme the Works in such a way that double
handling of material is minimised. No additional payment will be made for
temporary stockpiling or extra handling where materials must be
stockpiled temporarily.

PSDM 5.2.4.3 Topsoiling

The final thickness of topsoil shall be at least 100 mm.

PSDM 5.2.8.2 Overhaul

For this Project freehaul will be regarded as all haulage within the extent of
the Site as described in PS 1.3.

PSDM 7.2 PROCESS CONTROL

The Contractor shall provide and maintain laboratory equipment on site to


perform the following tests or make arrangements to the satisfaction of the
Engineer to have them done as and when required:

a) Indicator Tests.

b) Sieve Analysis.

c) Field Compaction Tests.

d) California Bearing Ratio's (C.B.R.'s)

e) Mod. AASHTO Density Tests

MSW.110 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 G: CONCRETE (STRUCTURAL)

PSG 2.3 DEFINITIONS

PSG 2.3 b) Quality

Change the following Sub-Clause:

Sample (of concrete). The minimum volume of uncompacted freshly mixed


concrete required in terms of SANS Method 861-2 for a designated test
(e.g. 32 dm3 for the compressive strength test for 6 cubes of nominal side
150 mm).

Add the following Sub-Clause:

Set (of concrete cubes). A set of cubes shall consist of 6 cubes of nominal
side 150mm of which 3 will be crushed at 7 days after casting and the
remaining 3 at 28 days.

PSG 2.3 c) Strength

Change the following Sub-Clause:

Valid test result. The average result obtained from the testing of three test
cubes of concrete in accordance with SANS Method 862-1, Method 861-3
and Method 863.

PSG 3.2 CEMENT

PSG 3.2.1 Applicable Specifications

Change this Sub-Clause as follows:

Cementitious materials for concrete shall comply with:

MSW.111 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS EN 197-1-Cement-part 1: Composition, specification and conformity


criteria for common cements.
SANS 1491: Part 2-Fly ash.
SANS 1491: Part 3-Condensed silica fume.
Under no circumstances shall a “masonry cement” complying with SANS
ENV 413 be used for concrete.

Before any concrete is produced, the Contractor shall submit full details of
the cement to be used for the production of concrete to the Engineer for
approval.

The name of the manufacturer of the cement and the place of manufacture
shall also be submitted for approval.

PSG 3.2.2 Alternative types of cementitious materials:

Add the following to this Sub-Clause:

It must be clearly stated on the tender which materials are to be used.

The concrete in the tender must be priced using CEM1 (Portland Cement)
only. If the tenderer wants to use a site blend as indicated below, he shall
indicate this alternative in his tender letter indicating any benefits to the
employer from a cost or otherwise point of view.

The following materials may be used:

CEM II as described in SANS EN 197-1.


Site blend comprising, by mass:
70 parts of CEM I.
30 parts of fly ash.
The use of ground blast furnace slag and condensed silica fume will not be
permitted.

MSW.112 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The type of cementitious material to be used for specific structures or


structural elements may be specified by the Engineer.
For concrete pavements and floors that have joints sawn at an early age,
the strength class of the cementitious material shall be 42,5N, 42,5R,
52,5N or 52,5R.

PSG 3.2.3 Storage of Cement

Add the following to this Sub-Clause:

Where the cement is supplied in bags, the bags shall be closely and neatly
stacked to a height not exceeding 12 bags, and they shall be so arranged
that they can be used in order in which they were delivered to the Site.

Cement shall not be kept in storage for longer than 6 weeks from the date
of manufacture without the Engineer’s permission.

The Engineer may order the removal of cement, which is older than 6
weeks, from the Site or the alteration of the design mix if he does allow its
use.

Alternatively, he may allow the cement to be used in concrete of less


critical importance, as in blinding layers.

PSG 3.4.1 Applicable Specification

Add the following Sub-Clause:

Aggregates for concrete in contact with sewage or sewage gases shall be


of dolomitic origin. All concrete for sewers and sewerage works, except
concrete for the following, shall therefore be made with aggregates of
dolomitic origin:

• Blinding

MSW.113 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Mass concrete for foundation fill


• Concrete for encasing and bedding pipes.

The quantity of insoluble matter in respect of concrete made with


aggregates of dolomitic origin, determined according to the method
described in SANS 677, Appendix C, shall not be more than 15%.

PSG 3.5 ADMIXTURES

PSG 3.5.3 Specifications:

Add the following Sub-Clause:

Admixtures shall comply with the requirements of ASTM C-494 and full
details of the brand and type shall be submitted to the Engineer for
approval. Air entraining agents shall comply with the requirements of
ASTM C-260 and full details of the brand and type shall be submitted to the
Engineer for approval.

PSG 4 PLANT

PSG 4.2 BATCHING PLANT

Add the following Sub-Clause:

d) Admixtures may be batched to an accuracy of within 2 % of the mass


required.

PSG 4.5 FORMWORK

PSG 4.5.2 Finish

Add the following to this Sub-Clause:

MSW.114 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All exposed external corners shall be chamfered by the fixing of fillet strips
into the corners of the formwork to form 20 mm x 20 mm chamfers, all at no
extra payment.

PSG 4.5.3 Ties

Add the following to this Sub-Clause:

Ties must be suitable for grouting to a depth at least equal to the concrete
cover or 50 mm. Details of ties to be used shall be submitted to the
Engineer for approval.

MSW.115 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 5 CONSTRUCTION

PSG 5.1.3 Cover

Add the following to this Sub-Clause:

The cover of concrete over reinforcement shall be measured from the


outside of any reinforcement bar or stirrup. Minimum cover shall be in
accordance with the dimension shown on the relevant drawing. Unless
otherwise shown on the drawings, minimum cover to reinforcement shall be
40mm.

PSG 5.2.1 Classification of Finishes

a) Smooth

Add the following to this Sub-Clause:

Smooth formwork is required where concrete will be in contact with backfill


or where exposed formed surfaces will not readily be visible.

c) Special

Add the following to this Sub-Clause:

Special smooth formwork is required where concrete surfaces are exposed


and is to be carried down to 150mm below adjoining ground or paving
level.

Imperfections such as small fins, bulges, irregularities, surface


honeycombing, and slight surface discolorations shall be made good and
repaired by approved methods including rubbing down or grinding to the
complete satisfaction of the Engineer. The finish of the concrete shall be
accurate to Degree of Accuracy I as defined in terms of Clause 6.

MSW.116 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Patching of the tie holes to match the colour of the concrete where
exposed.

PSG 5.2.2 Preparation of Formwork

Add the following to this Sub-Clause:

Surfaces of formwork that are to be in contact with concrete shall be


treated with an approved release agent to prevent adhesion of the concrete
during stripping. The joints between continuous formwork elements shall
be closely butted and, where necessary, if undue leakage is expected, the
joints shall be caulked, taped or packed with a sealing gasket, all at no
extra payment. Paper, cloth or similar materials shall not be used for this
purpose.

Any discolouration to the concrete by the release agent shall be


permanently removed.

PSG 5.5.1.2 Consistency

Add the following to this Sub-Clause:

The slump, measured in accordance with SANS Method 862-1, shall be


not less than 50 mm and not more than 80 mm, unless permitted
otherwise by the Engineer for specific applications.

PSG 5.5.1.5 Durability

Add the following to this Sub-Clause:

All water retaining structures shall be deemed to be exposed to severe


conditions. The cement/water ratio shall be determined by the strength of
the concrete specified but shall not be less than 2.0.

MSW.117 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

In addition to these requirements the cementitious material content shall


not be less that 325 kg/m3 for structural concrete Grade 35/20.

PSG 5.5.1.7 Strength Concrete

Add the following to this Sub-Clause:

Before the commencement of any construction work, the Contractor shall


submit a concrete mix design report to the Engineer for approval. A
reputable commercial laboratory shall compile this concrete mix design
report.

Unless specified differently the grade of concrete to be used shall be as


follows:

a) Grade 35/20: All reinforced concrete structures;

b) Grade 35/20: All paving slabs and floor slabs;

c) Grade 15/20: Unreinforced foundations, pipe encasements and blinding

d) Grade 10/40: Mass concrete and concrete filling;

e) Grade 15/10: Screeds and benching.

PSG 5.5.2 Batching

Add the following to this Sub-Clause:

Equipment for mass batching shall be clearly marked to show the mass of
each material required for a batch.

PSG 5.5.2.3 Aggregates

MSW.118 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Add the following to this Sub-Clause:

Batching of aggregates shall be by mass to an accuracy of within 2 % of


the mass required. No volume batching will be permitted.

PSG 5.5.6 Compaction

Add the following to this Sub-Clause:

PSG 5.5.6.3 Compaction shall be carried out by mechanical vibration. Compaction by


hand shall not be permitted.

Add the following Sub-Clause:

PSG 5.5.6.5 Particular care shall be taken with the top section of the walls of circular
tanks to prevent cracking.

PSG 5.5.7 Construction Joints

Add the following to Sub-Clause 5.5.7.3:

PSG 5.5.7.3 a) Construction joints when concrete is not more than 24 hours old:

The surface of the concrete shall be brushed with a wire brush, and loose
material removed. New concrete shall be placed directly in contact with the
old concrete and compacted thoroughly.

b) Construction joints when concrete is more than 24 hours old:

The surface of the concrete shall be sand blasted or chipped with a light
hammer, and swept clean. The surface shall then be wetted and allowed to
become surface-dry before new concrete is placed directly in contact with
the old concrete and compacted thoroughly.

Add the following Sub-Clause

MSW.119 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 5.5.7.3 e) No vertical construction joints will be permitted in circular tanks

PSG 5.5.8 Curing and protection

Add the following to this Sub-Clause:

The minimum period of moist curing shall be:

• 5 days for normal weather (temperature 18°C to 22°C, 65 % RH, low


wind speeds).
• 7 days for hot weather with drying winds.
• 9 days for cold weather (temperature 5°C to 12°C).

PSG 5.5.11 Watertight Concrete

Add the following to this Sub-Clause:

All structures shall be deemed to be water retaining unless otherwise


specified.

PSG 5.5.13 Grouting

Add the following to this Sub-Clause:

PSG 5.5.13.1Materials for Grouting

(a) Water - Water for grout shall comply with the requirements given
in Sub-Clause 3.3 of SANS 1200 G.

(b) Aggregates - Notwithstanding the requirements of Sub-Clause


3.4.1 of SANS 1200 G, the grading of fine aggregate (sand) and
coarse aggregate (stone or pea gravel) shall conform to the
gradings given in Tables 1 and 2, respectively, below.

(c) Cementitious material – This shall be type CEM II complying with

MSW.120 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS EN 197-1 and of strength class 42,5 N or higher.

(d) Admixtures - Admixtures shall comply with the requirements of


Sub-Clause 3.5 of SANS 1200 G and shall have a proven record
of satisfactory performance under conditions encountered in the
Republic of South Africa.
(e) Proprietary grouting materials - Unless otherwise approved by
the Engineer, proprietary grouting materials shall be obtained
ready mixed in sealed pockets as supplied by the manufacturers.

TABLE 1 – SAND TABLE 2 - STONE OR PEA GRAVEL


1 2 1 2
Test sieve nominal % Passing Test sieve nominal % Passing (by mass)
aperture size (mm) (by mass) aperture size, (mm)
9,75 100 9,5 100
4,75 95 - 100 4,74 95 - 100
1,18 45 - 65 2,36 0-5
0,3 (300 µm) 5 - 15
0,15(150 µm) 0–5

MSW.121 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 5.5.13.2 Preparation and procedures

(a) Before a machine or structural bedplate is placed on the concrete


the following steps shall be carried out:

1. All defective concrete, laitance, dirt, oil, grease, and loose material
shall be removed from the concrete foundation by
bush-hammering, chipping, or other means until sound clean
concrete is obtained. The surface of the foundation shall be
scabbled, but shall not be so rough as to interfere with proper
placing of the grout. All foundation bolt sleeves shall be cut out, or
cut off flush if the sleeves cannot be removed. The top of the
foundation shall be re-shaped if necessary.

2. The underside of each steel base, particularly in the bearing areas,


shall be cleaned and any burrs and ragged edges removed before
the base is placed in its final location.

3. All holding-down bolt sleeves shall be thoroughly cleaned of any


materials that may prevent the grout from flowing freely to the
bottom of the bolt sockets.

(b) The base shall be properly aligned and levelled and shall be
maintained in that position during grouting.

(c) After the machine or structural bedplate has been placed the
following precautions shall be observed:

1. Shimming shall be kept to a minimum. Steel plates shall be used


for packing and shall be ground to the required thickness, where
necessary.

2. Before grouting is started all loose dirt, oil, grease, and other
foreign matter on the surface of the foundation, the undersides of

MSW.122 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

bedplates, and in the bolt holes shall be removed by means of


compressed air or other approved means. The surface of the
foundation slab shall be thoroughly saturated with clean water, and
all free water shall be removed from the surface and the bolt holes
just before the grout is placed.

3. Grouting shall not be carried out until the alignment of all units to
be grouted has been checked and approved by the Engineer.

4. Special care shall be taken with grouting in hot or cold weather to


ensure proper setting and gain of strength and, in the case of
proprietary grouting materials, by having ice or hot water available,
as the case may be, in accordance with the instructions of the
manufacturer. Enclosures shall be provided for the grout such
that, until it has set, its temperature will be in the range 15°C
-27°C.

Shields to protect the grout from the sun and from hot winds shall be
provided by the Contractor when so ordered.

PSG 5.5.13.3 Formwork

Formwork for grouting shall comply with the applicable requirements of


Clause 5.2 of SANS 1200 G. Forms shall be caulked where necessary.
Adequate clearance between forms and bedplates shall be provided to
enable the grout to be worked into place.

PSG 5.5.13.4 Mixing (all free-flowing grouts except epoxy grouts)

The grout shall be mixed to a homogeneous uniform mixture and delivered


ready for placing at a temperature between 15°C and 25°C.

The materials and water shall be mixed in a mortar mixer for at least 3 min.
or, in the case of small jobs only, shall be thoroughly mixed by hand, the

MSW.123 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

entire mass being turned over enough times to ensure even distribution of
its components.

The mixing shall be done as close as possible to the place(s) where the
grout is placed. No more grout shall be mixed at any one time than can be
placed in a period of 20 min. After the grout has been mixed it shall not be
retempered by the addition of water.

PSG 5.5.13.5 Grouting (all free-flowing grouts except epoxy grouts)

The grout shall be placed quickly and continuously to avoid the undesirable
effects of over-working. (These effects are segregation, bleeding, and
breaking-down of initial set). The method of placement shall be subject to
approval. The means of placing the grout shall be such that the grout will
completely fill the space to be grouted, will be thoroughly compacted, will
be free of air pockets, and will have evenly distributed contact over an area
in excess of 80% or, in the case of expanding grout, 95% of the bearing
area of the item to be supported.

Wherever practicable, grout shall be placed from one side only and where
this is not practicable, care shall be taken to ensure that any entrapped air
is released.

MSW.124 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

After the grout has taken its initial set:

(a) The forms shall be removed;

(b) Excess grout shall be so cut away as to leave a smooth and neatly
finished job;

(c) except where the grout is intended to provide resistance to side


thrust, all edges shall be trimmed at 45° to the vertical, from the bottom
edge of the bedplate; and

(d) All excess grout on or about the bedplates shall be removed.

Damage to paintwork, if any, shall be repaired within 24 hours. Packing


plates, shims, and other levelling devices shall remain in position.

PSG 5.5.13.6 Dry-packed grout (standard dry sand and cement grout)

Dry-packed grout shall have a minimum compressive strength at 28 d of 20


MPa. The quantity of water added after placing shall be kept to a minimum
consistent with placing conditions, and the cement, sand and, where
applicable, pea gravel proportions by mass shall be as follows:

(a) Where the clearance between bedplate and foundation is 25 mm


or less: 1 part of cement and 2 parts of sand;

(b) Where the clearance exceeds 25 mm: 1 part of cement, 1 part of


sand, and 1 part of pea gravel.

Dry-packed grout shall be rammed by means of tamping rods against


formwork placed along three sides of the bedplate.

PSG 5.5.13.7 Non-shrink grout with metallic aggregate

The manufacturer's instructions shall be observed when non-shrink grout

MSW.125 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

with metallic aggregate is used.

Where the clearance between the bedplate and the foundation is less than
50 mm a sand-based mix shall be used. Where the clearance exceeds 50
mm the Engineer may order a mix with a base of sand plus pea gravel to
be used.

PSG 5.5.13.8 Expanding grout with powdered aluminium additive

The manufacturer's instructions shall be observed when an expanding


grout with powdered aluminium additive is used. Where the clearance
between the bedplate and the foundation is less than 25 mm, a sand-based
mix shall be used.

Where the clearance exceeds 25 mm the Engineer may order mix with a
base of sand plus pea gravel to be used.

Each batch shall be mixed for at least 6 min. after the powdered aluminium
has been added. Where a ready-mixed grout is used, the powdered
aluminium shall be added at the placing site and the batch mixed as
specified in PSG 9.4. Grout shall be placed within 45 min. after the
addition of the powdered aluminium.

The Contractor shall not use powdered aluminium additive when the
ambient temperature is below 5°C.

PSG 5.5.13.9 Epoxy grout (epoxy mortar type only)

The manufacturer's instructions shall be observed when an epoxy grout is


used.

PSG 5.5.13.10 Testing (Clause 7)

The Contractor shall, where so ordered, carry out a site test for each
grouting procedure and each grouting gang to be used. The tests shall be

MSW.126 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

carried out on a dummy bedplate similar in configuration to that, which is to


be grouted, but not exceeding 1 m in area unless otherwise ordered.

When the dummy bedplate is dismantled, the underside shall show a


minimum grout contact area of 80% with reasonably even distribution of the
grout over the surface grouted except that, in the case of expanding grout,
the minimum grout contact area shall be 95%. The test shall show
evidence of good workmanship and materials and the results shall be to the
satisfaction of the Engineer.

The Contractor shall, when so ordered, make standard test cubes from
various grout mixtures and subject them to compression tests to determine
whether the specified strength has been achieved. Test procedures shall
comply with the relevant requirements of Sub-Clause 7.2.1 to 7.2.4 SANS
1200 G.

Add the following Sub-Clauses:

PSG 5.5.16 NO-FINES CONCRETE

PSG 5.5.16.1 Materials

Cement, aggregate and water shall comply with the requirements of Clause
3 of this section.

Each size of aggregate shall be a single-sized aggregate graded in


accordance with SANS 1083.

PSG 5.5.16.2 Classes of no-fines concrete

No fines concrete shall be classified by the prefix NF and the size of the
aggregate to be used. Class NF 20 means a no-fines concrete with a 19
mm nominal size aggregate.

The volume of aggregate per 50 kg of cement for each class of no-fines

MSW.127 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

concrete shall be as follows:

Class Aggregate per 50 kg


cement
NF 40 0,33 m3

NF 20 0,30 m3

NF 10 0,27 m3

PSG 5.5.16.3 Batching and mixing

Cement shall be measured by mass or full bags of 50 kg each and


aggregate shall be measured by volume in approved measuring boxes or
barrows.

The quantity of water added shall be just sufficient to form a smooth grout
that will adhere to and completely coat each and every particle of
aggregate and to be just wet enough to ensure that, at points of contact of
the aggregate, the grout will run together to form a small fillet to bond the
aggregate together. The mix shall contain no more than 20 l of water per
50 kg of cement.

Mixing shall be carried out in an approved batch-type mechanical mixer,


but small quantities may be hand mixed.

PSG 5.5.16.4 Placing

No-fines concrete shall be placed in accordance with the procedure agreed


on by the Engineer. It shall be placed in its final position within 30 minutes
of mixing.

MSW.128 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The no-fines concrete shall be worked sufficiently to ensure that it


completely fills the space to be concreted and that adjacent aggregate
particles are in contact with one another. Excessive tamping or ramming
shall be avoided and under no circumstances may the no-fines concrete be
vibrated.

PSG 5.5.16.5 Protection

All no-fines concrete shall be protected from the elements and loss of
moisture. Protection against loss of moisture shall be accomplished in one
or more of the following ways:

(a) Retaining formwork in place.

(b) Covering exposed surfaces with sacking or other approved material


kept continuously wet.

(c) Covering exposed surfaces with plastic sheeting.

No-fines concrete placed during cold weather shall be adequately protected


against frost for at least 3 days.

PSG 5.5.17 Joints in structures

PSG 5.5.17.1 Materials

(a) General

All materials used in the forming, construction and sealing of permanent


joints, as well as all proprietary or custom-built expansion-joint assemblies
shall be subject to the approval of the Engineer.

MSW.129 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

When required by the Engineer, the Contractor shall submit test certificates
from an approved independent testing authority to show that the respective
materials comply with the specified requirements, or a certificate from the
patent holder or designer to certify that the manufactured item complies in
all respects with relevant product specifications.

Where steel shear dowels are required in joints, the dowels must be given
a single coat of Zinc-rich epoxy/paint as a corrosion protection measure.
The cost of painting the dowels shall be included in the cost for providing
and installing the dowels.

(b) Joint filler

Joint filler shall comply with the requirements of the following specifications:

(i) American Association of State Highway Officials (A.A.S.H.O.)


Standard Specification M153-54 Type I and III.
(ii) National Transport Commission "Standard Specification for Roads
and Bridge Works".
(iii) Department of Public Works PW471 "Specification of Materials
and Methods to be used" Section 3.13 Expansion Joints.

Joint fillers shall consist of closed cell expanded polyethylene with a density
of not less than 120 kg/m³.

(c) Sealants

Joint sealers shall consist of a two component polyurethane sealing


compound complying with the requirements of SANS 1077.

Other sealants may be used if approved by the Engineer after submission


of full specifications and information by the Contractor at tender stage.

(d) Waterstops

MSW.130 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Waterstops shall be of natural rubber, or plasticized, virgin,


non-biodegradable PVC, and of the type specified or shown on the
Drawings.

(i) Natural rubber waterstops shall comply with the requirements of


CKS 388.

(ii) Flexible polyvinyl chloride (PVC) rubber waterstops shall comply with
the requirements of CKS 389

(e) Accessory materials

(i) Primers

When a primer is to be used in conjunction with the sealant, it shall


be of the prescribed proprietary material.

(ii) Adhesives

Adhesives used in conjunction with preformed seals shall be of a


proven and approved type, which is compatible with the material of
the seal.

(iii) Bond breakers

Flat PVC adhesive tape or similar approved material may be used


where bond breakers are required. The use of halfround or
rounded backup chords as bond breakers is strictly prohibited.

MSW.131 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(iv) Back-up material

Back-up materials shall be compatible with the sealant used.


Material containing bitumen or volatiles shall not be used with
thermosetting chemically curing sealants.

(f) Storage

All materials used in the forming, construction and sealing of permanent


joints and all proprietary or custom built expansion-joint assemblies shall be
stored off the ground under cover that provides adequate protection against
sunlight, physical or chemical damage or other factors that may cause
deterioration.

PSG 5.5.17.2 Filled Joints

Filled joints shall be accurately formed to the dimensions shown and with
the filler material specified in PSG 5.5.17.1 (b). The filler shall be secured in
position so that it will not be displaced during or after concreting if the filler
is to remain permanently in the joint. In addition the filler shall be provided
with a cut line prior to installation. This cut line, intended to aid removal of
a portion of the filler to make room for the sealant, shall be in a position,
which coincides with the depth of the sealant.

Wherever polystyrene or a similar material, which is susceptible to damage,


is used to form joints it shall be lined with a hard surface on the side to be
concreted. The hard surface shall be sufficiently resilient to ensure that the
joint and surfaces can be formed free from defects.

PSG 5.5.17.3 Sealing of Joints

(a) General

Sealed joints shall be made watertight over the full length of the joints,

MSW.132 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

unless otherwise permitted by the Engineer, and the joint dimensions shall
be as shown on the Drawings.

(b) Preparation of joints

The reaming of joints by sawing or other means shall be undertaken when


edge spalling or ravelling can be avoided and shall be subject to the
Engineer's approval.

After removal of the temporary filler material up to the cut line or the
breaking-out of the excess concrete, the inside faces of the joint shall be
wire-brushed or grit-blasted to remove all laitance and contaminants.
Thereafter the joint shall be cleaned and blown out with compressed air to
remove all traces of dust. Solvents shall not be used for removing
contaminants from concrete and porous surfaces.

Immediately prior to the priming and sealing of the joints the Contractor
shall call for inspection of the joint preparation by the Engineer. The joint
preparation shall be inspected and signed off in the site instruction book by
the Engineer immediately prior to the application of the primer and sealant.
The signing off of the joint preparation shall not relieve the Contractor of his
obligations under the Contract.

Care shall be taken to ensure that primers or adhesives are applied only to
surfaces that are absolutely dry. The primer or adhesive shall be applied
strictly in accordance with the manufacturer's instructions. Unless
otherwise specified, the primer shall be applied within the temperature
range of 10°C to 40°C and the sealant shall be applied after the curing
period of the primer and within the period during which the primer remains
active.

A flat PVC adhesive bond breaking tape shall be applied to the filler prior to
adding the sealant in order to prevent bondage between sealant and filler.

MSW.133 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(c) Sealants

Sealants and primers shall be applied strictly in accordance with the


manufacturer's instructions by a person skilled in the use of the particular
type of sealant. The trapping of air and the formation of voids in the sealant
shall be avoided. The sealant shall be finished to a neat appearance flush
with the edges of the concrete or to the specified depth.

Thermoplastic hot-poured sealants shall not be poured into the joints when
the temperature of the joint is below 10°C. The safe heating temperature
shall not exceed the specified pouring temperature by more than 10°C.

Two-part thermosetting chemically curing sealants shall not be applied after


expiry of the specified pot life period, which shall commence once the base
and activator of the sealant have been combined.

(d) Preformed compression seals

The seal shall be inserted and secured with a lubricant adhesive which
covers both sides of the seal over the full area in contact with the inside
faces of the joint. The lubricant adhesive shall be applied immediately
before the seal is inserted.

The seal shall be installed in a compressed state, with the appropriate


equipment, so that the seal will remain in compression even under the most
adverse conditions. The final position of the seal shall be as shown on the
Drawings or as directed by the Engineer.

Joints in seals shall be bonded or fused and shall be only at positions


agreed on by the Engineer.

(e) Waterstops

(i) General requirements

MSW.134 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The waterstops shall be supplied in unjointed standard production lengths.


Site jointing shall be limited to the absolute minimum. Where lengths in
excess of the standard production lengths are required, such longer lengths
shall preferably be factory jointed.

At intersections, transitions and abrupt changes of direction,


factory-moulded watertight junction pieces shall be used so that any site
jointing can be restricted to simple butt joints.

When a waterstop with a centre bulb is intersected, the centre bulb shall be
continuous throughout the intersection irrespective of the make-up of the
intersection.

(ii) Rubber waterstops

All joints shall be vulcanized and shall have a tensile strength of at least
eighty (80) per cent of that of the unjointed material for water-retaining
structures, and fifty (50) per cent for other structures.

Site joints shall be vulcanized joints made in accordance with the


requirements of these Specifications and the manufacturer's instructions,
and with equipment prescribed or supplied by the manufacturer and
approved by the Engineer.

The vulcanizing process shall be a hot process with strict control on the
pressure, the temperature and the time. The vulcanizing temperature shall
be between 150ºC and 160ºC. The rubber shall not be heated above
160ºC. The vulcanizing time for the specific type of rubber of the
waterstops involved shall be determined with a curometer for the
abovementioned vulcanizing temperatures before a vulcanized joint is
made. The recommended pressure between the two sections which must
be vulcanized is 3,4 MPa and the minimum allowable pressure is 2,4 MPa.

The contact faces of the sections to be jointed shall be accurately and

MSW.135 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

evenly cut at the angle shown on the Drawings or prescribed by the


Engineer to obtain a precise fit and complete contact.

Care shall be taken to keep centre bulbs unobstructed at the joints so that
the lateral flexibility of the waterstops will not be affected by the presence of
clotted rubber inside the bulbs.

The rubber of the waterstop shall not have any porosity of voids between
the contact faces of the sections and/or at the finished vulcanized joint,
especially at the centre bulb.

The vulcanizing equipment shall comply with the following minimum


requirements:

The heating elements shall be equipped with an automatic


temperature-control device to keep the elements at the required
temperature.

It shall be equipped with an automatic temperature-control device to keep


the heating elements at the required temperature, with a device to measure
the temperature at the vulcanizing plane, a device to measure the
temperature applied to the external faces of the rubber, and with a pressure
gauge to regulate the applied pressure within the specified limits in relation
to the liquidity of the rubber.

During the vulcanizing process the pressure shall be spread evenly over
the entire contact area and the pressure plates shall be sufficiently rigid
that they will not bend under the applied pressure. The cut-out forms of the
pressure plates shall fit accurately over the waterstops so that all the faces
of the waterstops will be in contact with the pressure plates.

The planes of contact of the two sections of the waterstops to be joined


together shall be prevented from sliding from each other when pressure is
applied to the plates.

MSW.136 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

A shield shall be available to shield the apparatus against wind, rain, etc.
when joints are made in the open to ensure proper temperature control.

The apparatus as a whole shall be safe in all respects and shall comply
with all the appropriate statutory requirements.

(iii) Plasticized, flexible PVC waterstops

The waterstops shall be manufactured from high-quality virgin material and


shall not contain any scrap or reclaimed material. The waterstops shall be
light coloured so as to reduce heat absorption when exposed to sunlight.

The waterstops shall be precision moulded or extruded to the required


cross-sectional profile, they shall be free from porosity or other
imperfections, and shall be provided with eyelets so that they can be
securely fixed to prevent displacement during concreting.

All joints shall be butt-jointed hot-welded joints. Where joints cannot be


factory made, Site joints shall be made in accordance with the
manufacturer's instructions with equipment prescribed or supplied by the
manufacturer and approved by the Engineer.

(f) Bandages

Bandages shall consist of a highly flexible, waterproof and weatherproof


polymer sheeting between two layers of two component, solvent free,
moisture insensitive, high viscosity, epoxy paste adhesive. The material,
method of application, names of supplier and instance doing the installation
shall all be to the approval of the Engineer.

PSG 5.5.18 Building in of Pipes

The Contractor under this Contract shall be responsible for building-in or


caulking and making watertight around all pipes and fittings which pass

MSW.137 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

through walls or under floors of the structures, irrespective of whether the


Contractor himself supplies and installs the pipes and fittings, or the
Employer purchases the pipes and fittings and the Contractor under this
Contract takes delivery and installs them, or some other Contractor (e.g. a
plant supplier) supplies and installs the pipes and fittings in recesses or
through holes left in the various structures for the reception of such pipes
and fittings. In the latter case the Contractor under this Contract will be
paid for forming the openings for and caulking of these pipes or fittings
under the item provided for this purpose in the Schedule of Quantities.

Where pipes or specials are required to pass through or be set into


concrete work, holes shall be left in the concrete.

Before commencing the positioning in holes of any pipes/specials the


Contractor shall:

(a) Cut the reinforcement to allow the pipe to be installed;

(b) Remove all shuttering and boxing remaining in the holes;

(c) Make any alterations required to the position and shape of the
holes;

(d) Thoroughly clean the sides of the holes so as to obtain a


satisfactory bond surface for the new concrete; and

After accurately positioning the pipes/specials in their respective holes, the


Contractor shall fix the pipes/specials in the holes.

Immediately before grouting is carried out by the placing of mortar and


concrete around the pipes, the surface of the existing concrete shall be
saturated with water. All surplus water shall be removed and the surface
covered with a layer, approximately 12 mm thick, of mortar consisting of 3
parts of concrete sand and 1 part of cement.

MSW.138 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The concrete ingredients shall be mixed and placed as dry as possible to


obtain a dense, waterproof concrete. Where a watertight seal is required,
the concrete shall be carefully worked around the puddle flange, if any, and
the pipe barrel or body of the special, and shall be vibrated in layers so as
to obviate any falling away from pipe/special surfaces of the concrete
already placed. The whole shall, when set, form a dense, homogeneous,
and waterproof mass. A spare vibrator with an independent power source
shall be kept in readiness to ensure continuity of placing in the event of the
breakdown of the duty vibrator.

Smooth formwork that has been suitably strengthened for use with a
vibrator shall be provided for facing the concrete around each pipe/special.

Alternatively, pipes may be cast into the wall in which case the pipes shall
be installed in the required position with the formwork fixed around them
and the concrete worked thoroughly into contact.

PSG 5.5.19 Foundations for Mechanical Equipment

The Mechanical Contractors shall supply the holding down bolts for all
mechanical equipment, together with all dimensions and other details
necessary for the construction of the pedestals and holding down bolt
pockets, or the fixing of the bolts. The Contractor shall either form pockets
for the holding down bolts to be installed at a later stage or he shall position
the bolts before the concrete is cast as ordered by the Engineer. The
Mechanical Contractor shall fix, align and level the mechanical equipment
after which the Contractor shall grout up the units solidly by filling the voids
inside and under the base plates as ordered with an approved non-shrink
grout.

PSG 5.5.20 Testing for Watertightness

The structure that has to be tested for water tightness shall be filled with
water at a uniform rate not exceeding 2,0m in 24 hours until the top water

MSW.139 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

level has been reached. The water level will then be carefully noted and
recorded by the Engineer in relation to a fixed bench-mark, and the
structure shall be allowed to remain filled for a period of two weeks to
permit complete absorption of water by the concrete.

Any loss of water which may have occurred shall then be made up by again
filling the structure to the top water level and by allowing the water to
remain undisturbed for a period of not less than four days. The structure
shall be considered to be watertight if the drop in level in 96 hours (less the
drop caused by evaporation) does not represent more than 0,06% of the
volume of the structure.

The evaporation shall be measured by the mean drop in level caused by


the evaporation of the water in three flat containers floating in the water,
being recorded.

The Contractor is free to attend the taking of all measurements by the


Engineer.

In the event of an appreciable leakage being evident or visible at any stage


of the filling or testing, or in the event of the final degree of watertightness
being unsatisfactory, the Contractor shall, when so ordered by the
Engineer, discontinue such filling or testing that shall, at his own expense,
take approved steps to rectify the leakage, until a test proves that a
sufficient degree of watertightness has been obtained.

Before the expiry of the Defects Liability Period, the Engineer shall have
the right to retest the structure for watertightness; results of such further
tests will be made available for the information of the Contractor. In the
event of these tests indicating an unsatisfactory degree of watertightness,
the Engineer will, before issuing the final certificate, again require the
Contractor to rectify the leakage, at his own expense, in such a manner as
will the soundness of the work, to the satisfaction of the Engineer.

MSW.140 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Water for testing purposes is available from the existing Chlorination


Contact Tank but all costs connected to the conveyance of the water from
the tank to the structures to be tested including the emptying of the
structures afterwards will be for the Contractor’s account .

The costs of retesting the structure for water tightness shall be borne by the
Contractor.

PSG 6 TOLERANCES

Add the following Sub-Clauses

PSG 6.2.4 TOP OF CIRCULAR TANKS

At least 300mm of the top of circular tanks shall be cast continuously and to
degree of Accuracy I.

PSG 6.2.5 VENTURI FLUMES AND APPROACH CHANNEL

a) surface irregularities ± 2 mm

b) cross section ± 5 mm
dimensions other than
throat width
c) throat width within 1% or 5 mm of the
required width whichever is the
smaller
d) floor level ± 2,5 mm

PSG 6.2.5 FLOOR SURFACES OF CYLINDRICAL TANKS

In the case of cylindrical tanks (clarifiers etc.) the scraper mechanisms for
the tanks may be used for checking the tolerances but it shall be borne in

MSW.141 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

mind that these mechanisms will only be installed towards the end of the
contract.

Under no circumstances shall the scraper mechanisms be used for


sweeping the concrete to the required grade or thickness. When the
mechanisms are used for checking the tolerances it must be done with the
approval of the supplier of the mechanism. Grinding may be necessary to
obtain the required tolerances of floor slabs in cylindrical tanks and the
tenderer’s attention is drawn to the various pay items, which include for this
treatment after installation of mechanical equipment.

PSG 7 TESTS

Add the following to this Sub-Clause:

PSG 7.1.1 Facilities

Testing will be done in accordance with SANS Methods 860, 861-3 and
863.

PSG 7.1.2.2 Add the following to the end of this Sub-Clause: “or part thereof”

PSG 7.1.2.3 Add the following:

The minimum sampling frequency shall be as follows:

i) One set/ batch/ day or


ii) One set/ element/ day or
iii) One set/ 50m3/ day

All at the discretion of the Engineer

PSG 8 MEASUREMENT AND PAYMENT

MSW.142 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 8.1.1 Formwork

Add the following to this Sub-Clause:

PSG 8.1.1.6 The unit rate shall also cover the cost of ties and patented ties as specified
in Clause PSG 4.5.3.

PSG 8.1.3 Concrete

Add the following to this Sub-Clause:

PSG 8.1.3.1(c) Delete the wording: "or the plan size of the excavation where additional
excavation is provided to facilitate erection of forms".

PSG 8.1.3.1(d) Add the following to this Sub-Clause:

The tendered rates shall include full compensation for all measures
required to accommodate the overbreak; whether it be formwork with
subsequent backfill or additional concrete or any other approved measure.
The Contractor shall make his own estimate as to the depth of overbreak
expected and shall cost his rate accordingly.

PSG 8.2 SCHEDULED FORMWORK ITEMS

PSG 8.2.6 Box out holes/Form Voids

Replace this pay item with the following pay item:

Box out holes/Form Voids

Items will be scheduled as follows:

MSW.143 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(a) Cylindrical of volume:

Over and Up to and including Unit


(i) - 0.01m³ No
(ii) 0.01m³ 0.05m³ No
(iii) 0.05m³ 0.15m³ No

(b) Cubical of volume:

Over and Up to and including Unit


(i) - 0.01m³ No
(ii) 0.01m³ 0.05m³ No
(iii) 0.05m³ 0.15m³ No

Add the following pay item:

PSG 8.2.7 Chamfers larger than 20 mm x 20 mm

(a) Size and member indicated Unit:


Metre (m)

(b) Ditto for other sizes Unit:


Metre (m)

The unit of measurement shall be the metre length of chamfer formwork


provided. Chamfers 20 mm x 20 mm and smaller will not be measured for
payment and their cost shall be deemed to be included in the rates
tendered for formwork.

PSG 8.4.2 Blinding layer

Replace this pay item with the following:

(a) Blinding layer in … concrete …

MSW.144 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Either of the following will be stated:

Minimum thickness, plane and grade Unit: Square


metre (m2)

Plane and grade Unit: Cubic


metre (m3)

(b) Blinding in hard rock or intermediate material

Plane and grade Unit: Square


2
meter (m )

The Contractor shall make his own estimate as to the expected depth of
the overbreak.

PSG 8.5 JOINTS

Add the following to this pay item:

MSW.145 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 8.5.1 Construction Joints

Forming construction joint only where ordered in writing by the Engineer


(Depth of joint to be stated)

Unit:
Metre (m)

The unit of measurement shall be the linear metre net length of the
concrete that constitutes the joint

The tendered rates shall cover the cost of all materials and labour for the
construction of the joint as specified or shown on the drawings, including
the cost of formwork, surface roughening and cleaning, testing and making
good.

PSG 8.5.2 Filled Joints

Forming filled expansion joint (Thickness and width of joint to be stated,


material of joint filler to be stated)

Unit: Metre (m)

The unit of measurement shall be the linear metre net length of the joint.

The tendered rate shall cover the cost of all materials and labour for the
construction of the joint, including formwork, supply and installation of joint
filler as specified, testing and making good.

PSG 8.5.3 Sealed Joints

Forming sealed expansion joints (Size of finished seal to be stated.


Material of joint sealer to be stated).

Unit: Metre (m)

MSW.146 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The unit of measurement shall be the linear metre net length of the position
where the sealant is applied.

The tendered rate shall cover the cost of supplying, preparing and
application of the joint sealer complete with the required primer and
backing bond breaker where applicable as specified, including testing and
making good.

Other costs related to the joint will be covered by items PS8.5.2 or 8.5.4 as
the case may be.

PSG 8.5.4 Joints with Waterstop

Separate items will be scheduled for:

(a) Waterstops in a straight line Unit:


metre (m)
(b) Waterstops on a curve Unit
metre (m)
(c) Extra-over items (a) and (b) above for factory moulded intersection
pieces (described)
Unit metre (No)

Full description of waterstop with the relevant dimensions to be stated.

The unit of measurement shall be the linear metre net length of waterstop
installed, measured along its central bulb.

The tendered rate shall cover the cost of supplying and installation of the
waterstop. Other costs related to the joint will be covered by items PSG 8.5.2
and /or 3 as the case may be. Regarding the intersection pieces , the rate
shall also include the joining of the intersection piece on site with straight or
curved water stops.

MSW.147 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 8.5.5 Bandaged Joints

Sealing of joints (width of joint to be stated) Unit:


metre (m)

The unit of measurement shall be the linear metre net length of the joint to be
sealed and the rate shall be the same for horizontal, sloping or vertical joints
or of joints around bends.

The tendered rate shall cover the cost of supplying all the material required,
preparing and application of the joint bandage as shown on the drawings
strictly to the supplier’s instructions and making use of the services of an
experienced company for the bandaging of the joints, including cutting and
welding, testing and making good.

Other costs related to the joint will be covered by item PSG 8.5.2.

PSG 8.7 GROUTING

Add the following pay items:

PSG 8.7(c) Grouting in of equipment supplied and installed by the Plant


Supplier

(i) Using non-shrink grout Unit: Cubic


3
metre (m )

(ii) Using dry-packed grout Unit: Cubic


3
metre (m )

The unit of measurement shall be the cubic metre of completed grouting.

The tendered rate shall include full compensation for shuttering and
supplying of all materials, mixing, applying and finishing to a steel-float
surface finish after installation of the Plant.

MSW.148 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Add the following pay items:

PSG 8.9 SEALING OF OPENINGS IN TOP SURFACE OF NO-FINES CONCRETE


WITH PLASTER

(a) Plane horizontal Unit: Square metre


(m²)

(b) Plane sloping Unit: Square meter


(m²)

The unit of measurement shall be the square metre of sealing of no-fines


concrete.

The tendered rate shall include full compensation for the construction of the
plaster work, including the supply of all material, mixing, applying, finishing
to a wood- float finish.

MSW.149 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSG 8.10 TESTING STRUCTURES FOR WATERTIGHTNESS

Unit: Lump sum

The unit of measurement for testing for watertightness shall be the lump
sum.

The tendered sum shall include full compensation for the provision of all
labour, plant and materials necessary for filling and testing the structure for
watertightness as specified in clause PSG 5.5.20, and for emptying it
afterwards, all to the satisfaction of the Engineer.

APPENDIX A. APPLICABLE STANDARDS

Delete the following standards:

BS 1370 Low heat Portland cement.

SANS 471 Portland cement (ordinary, rapid-hardening,


and sulphate-resisting).

SANS 626 Portland blast furnace cement.

SANS 831 Portland cement 15 and rapid-hardening


Portland cement15.

SANS Methods 856, 861, 862 and 863.

Add the following standards:

SANS EN 197-1 Cement – Part 1: Composition, specifications


and conformity criteria for common cements.

SANS 1491: Part 1 Ground granulated blast furnace slag.

SANS 1491: Part 2 Fly ash.

MSW.150 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1491: Part 3 Condensed silica fume.

SANS Method 860: 1994 Concrete tests – dimensions, tolerances and


uses of cast specimens.

SANS Method 861-2: 1994 Concrete tests – sampling of freshly mixed


concrete.

SANS Method 861-2: 1994 Concrete tests – making and curing of test
specimens.

SANS Method 862-1: 1994 Concrete tests – consistency of freshly mixed


concrete – slump test.

SANS Method 863: 1994 Concrete tests – compressive strength of


hardened concrete.

ASTM C494/C494M Standard Specification for Chemical


Admixtures for Concrete.

ASTM C260 Standard Specification for Air-Entraining


Admixtures for Concrete.

MSW.151 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200H: STRUCTURAL STEELWORK

PSH 2 INTERPRETATION

PSH 2.1 Supporting Specifications

(c) SANS 1200 HA

PSH 3 MATERIALS

PSH 3.6 BOLTS, NUTS AND WASHERS

PSH 3.6.1 Bolts and Nuts (Other than Friction Grip)

Add the following to this Sub-Clause:

All bolts and nuts shall comply with the requirements of SANS 136 and shall
be 4.6 strength grade. Washers shall be provided at each nut and shall be of
the same material (or coating where applicable) to match the bolt and nut.
Single coil square section spring washers shall be fitted to all nuts subject to
vibration.

Bolts other than jacking bolts shall project not less than 3 mm and not more
than 10 mm from the heads of the nuts after tightening. An approved nickel
based anti-seize compound shall be used on all stainless steel bolts and nuts.

Unless otherwise shown all bolts, nuts and washers shall be of the material
as specified below:

Holding down bolts to be built into concrete work as well as bolts to be


installed above ground level directly above and under water shall all be of
stainless steel grade 304. Bolts for flexible couplings and flanges for
underground installation shall be of the same material as the couplings or
flanges. Bolts to be installed inside buildings shall be of the same material as

MSW.152 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the pipework and fittings. Corrosion protection shall be as specified in the


Particular Specification G02: Corrosion Protection.

Suitable plastic sleeves and/or washers shall be used for protection against
corrosion by bi-metallic action.

PSH 5.3.9 PROTECTIVE TREATMENT

Delete this Sub-Clause and refer to the Particular Specification G02:


Corrosion Protection.

MSW.153 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200HA: STRUCTURAL STEELWORK (SUNDRY ITEMS)

PSHA 2 INTERPRETATION

PSHA 2.1 SUPPORTING SPECIFICATIONS

(c) SANS 1200 H

PSHA 3 MATERIALS

PSHA 3.3 BOLTS, NUTS AND WASHERS

PSHA 3.3.1 Bolts and nuts (other than friction grip)

Add the following to this Sub-Clause:

All bolts and nuts shall comply with the requirements of SANS 136 and
shall be 4.6 strength grade. Washers shall be provided at each nut and
shall be of the same material (or coating where applicable) to match the
bolt and nut. Single coil square section spring washers shall be fitted to all
nuts subject to vibration.

Bolts other than jacking bolts shall project not less than 3 mm and not more
than 10 mm from the heads of the nuts after tightening. An approved nickel
based anti-seize compound shall be used on all stainless steel bolts and nuts.

Unless otherwise shown all bolts, nuts and washers shall be of the material
as specified below:

Holding down bolts to be built into concrete work as well as bolts to be


installed above ground level directly above and under water shall all be of
stainless steel grade 304. Bolts for flexible couplings and flanges for
underground installation shall be of the same material as the couplings or
flanges. Bolts to be installed inside buildings shall be of the same material as

MSW.154 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the pipework and fittings. Corrosion protection shall be as specified in the


Particular Specification G02: Corrosion Protection.

Suitable plastic sleeves and/or washers shall be used for protection against
corrosion by bi-metallic action.

PSHA 5.2.6 Handrails

Add the following to this Sub-Clause:

Stanchions for handrailing shall be of approved prefabricated ball type made


in one piece without welding at ball joints to accept the hand and kneerails
and shall have adequate baseplates drilled for two No. M 16 stainless steel
expansion bolts at 1,4m centres maximum.

Hand and kneerails shall consist of 25mm nominal inside diameter tubing cut
and bent to shape. Stanchions shall be spaced not more than 1,5 metres
apart. Unless otherwise shown, all handrailing shall be 1000mm above
walkway level. All hand and kneerails are to be tack welded on connection
points.

All tubing, stanchions and baseplates shall be manufactured in 3CR12 steel


as scheduled or shown on the Drawings. Expansion bolts, nuts and washers
shall be manufactured from 3CR12 steel.

All stainless steel components shall have a No. 1 surface finish and surfaces
shall be pickled and passivated in accordance with the requirements of the
Particular Specification G02: Corrosion Protection.

PSHA 5.2.7 Ladders

Ladders shall be of all welded construction completely as scheduled or shown


on the Drawings. Corrosion protection shall be carried out in accordance with
the requirements of the Particular Specification G02: Corrosion Protection.

MSW.155 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Unless otherwise scheduled or shown on the Drawings, vertical ladders shall


comprise 70 x 10mm stringers at 450mm centres. Rungs shall be spaced at
300mm centres and made of 20mm diameter solid round bars.

Lugs for bolting ladders to walls shall consist of 70 x 10mm flat cleats.
Baseplates for stringers and lugs shall be 120 x 80 x 10mm and drilled for 2
No. M16 stainless steel bolts at appropriate centres.

Where safety cages are specified the hoops and the longitudinals shall be
made of 50 x 8mm flat bars, all in accordance with the dimensions as shown
on the drawings.

All ladders shall be manufactured in 3CR12 steel as scheduled or shown on


the Drawings. The surfaces shall be pickled and passivated in accordance
with the requirements of the Particular Specification G02: Corrosion
Protection.

PSHA 5.2.8 Prefabricated open grid flooring

Add the following to this sub-clause:

Open grid flooring shall be of square pattern type of approved manufacture


with 40 x 4mm minimum thickness bearer bars spaced at not more than
40mm centres and shall be manufactured in 3CR12 steel (as scheduled or as
shown on the Drawings). The tendered rate shall include for all cutting into
the required panels, banding and for frames detailed below. The bearer bars
shall span the least dimension of the opening.

Open grid flooring shall be provided with welded frames as scheduled, made
of 3CR12 steel as scheduled or as shown on the Drawings and with
dimensions 50 x 50 x 5mm thick angle to provide a seating for the flooring.
The nett clearance between the side bars of the open steel flooring and the
vertical leg of the frame or strip shall be 5mm per side. The frames shall be

MSW.156 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

complete with 100 x 40 x 3mm anchors (of the same material) fixed at
500mm centres for building the frame into the concrete work.

Pickling and passivation shall be carried out in accordance with the


requirements of the Particular Specification G02: Corrosion Protection.

PSHA 5.2.9 Floorplate floors (chequer plates)

Unless otherwise stated on the Drawings or schedules, floorplate shall have a


thickness of 4,5mm and shall be of the non-slip type.

The floorplate shall be made up as shown on the Drawing complete with


handles, hinges, locating angles and stiffening angles welded to the
underside.

Deflection at the centre of a simply supported span shall not exceed 10mm
while the deflection in any direction shall not exceed L/200 where L is the
span of the panel.

The tendered rate shall include for all cutting into the required panels (and for
a frame, should it be described on the Drawings or schedules).

Floorplate shall be manufactured in 3CR12 steel (as scheduled or as shown


on the Drawings) and shall be pickled and passivated as specified in the
Particular Specification G02: Corrosion Protection.

PSHA 5.2.10 Protective treatment

Delete this Sub-Clause and refer to the Particular Specification G02:


Corrosion Protection.

PSHA 5.2.11 Ground water pressure relief valves

Ground water pressure relief valves shall be approved by the Engineer. They
shall be of 110mm diameter with 12mm thick nitrile disc and ring. The body of

MSW.157 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the valve shall be manufactured from S.G. iron and all bolts and fittings shall
be grade 304 stainless steel. The corrosion protection shall be in accordance
with the Particular Specification G02: Corrosion Protection.

A 110 mm diameter uPVC class 6 or any other approved pipe shall be used
as a spacer ring when building the valve into concrete work, all as shown on
the Drawings.

PSHA 5.2.12 Weir plates

Thickness and material of weir plates and fixing bolts as well as plate
dimensions and slots for bolts shall be as shown on the Drawings. If nothing
is shown, the plates shall be 4.5mm thick 3CR12 steel and the bolts M10
stainless steel expansion bolts.

The weir plates shall be fixed to the concrete surface using 8mm thick
neoprene seals.

Pickling and passivation shall be carried out in accordance with the


requirements of the Particular Specification G02: Corrosion Protection.

PSHA 5.2.13 Straps for pipes

Straps for holding down pipes to concrete surfaces shall be manufactured in


the material stated on the drawing and to the dimensions as shown on the
drawing. If no dimensions or materials are shown, same shall be 50mm wide
by 3mm thick 3CR12 steel. The strap shall be slotted and shall be fixed to the
concrete by means of M10 stainless steel self drilling anchor bolts. The
material between the strap and pipe shall be 8mm thick neoprene sealing
material 50mm wide.

Pickling and passivation shall be carried out in accordance with the


requirements of the Particular Specification G02: Corrosion Protection.

MSW.158 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSHA 5.2.14 Hand screens

Unless otherwise stated on the Drawings or scheduled, hand screens shall be


manufactured in 3CR12 steel.

Pickling and passivation shall be carried out in accordance with the


requirements of the Particular Specification G02: Corrosion Protection.

PSHA 5.2.15 Penstocks

All parts shall be designed for the duty required, but the minimum factor of
safety against structural failure shall not be less than 3, based on the working
stress of the material. In the design, due consideration shall be given to the
thickness of materials with regard to corrosion and operating conditions. The
force required at a handwheel or crank to raise a gate or open a penstock
shall not exceed 120 Newton.

Unless otherwise scheduled the frames and gates of penstocks shall be


made of grade 304 stainless steel with a thickness suitable for the duty
required but shall not be less than 3,5mm thick.

All gates shall be well guided with no possibility of jamming. The gates of wall
mounted types shall be held uniformly against the side facings of the frames
by the action of adjustable wedges and shall provide drop-tight closure under
the conditions as shown on the Drawings. Penstocks (any seating condition)
shall not spill water over the top or sides of the frame other than through the
opening provided in the penstock for the water to pass through. All penstocks
shall be of the level invert type fitted with renewable seals of a non-
biodegradable material on the invert.

Permissible leakage rates shall be as laid down in AWWA Spec. C 501.

Penstocks shall have rising spindles protected by suitable transparent nylon


sleeves, the latter providing convenient visual inspection and greasing

MSW.159 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

facilities. Handwheels shall be of cast iron with diameters to suit operating


either directly on the head frame or on a tubular pedestal of the same material
to suit the installation depth, as shown on the Drawings. Where necessitated
by the mass of the gate and/or the pressure against the gate, suitable gearing
shall be provided.

All penstocks measured in the Schedules of Quantities shall be supplied and


installed by the Contractor under this Contract. In the case of penstocks to be
fixed against concrete walls, holding down bolts made of 304 stainless steel
must be supplied and installed into the concrete work. The Contractor shall
also execute the complete grouting of the penstocks and carry out all
necessary adjustments to ensure proper and smooth operation of the
penstocks.

PSHA 5.2.16 Handstops

All parts shall be designed for the duty required, but the minimum factor of
safety against structural failure shall not be less than 3, based on the working
stress of the material. In the design, due consideration shall be given to the
thickness of materials with regard to corrosion and operating conditions. The
force required at the handle(s) to raise a gate or open a handstop shall not be
more than 200 Newton. Should this not be feasible then the handstop gate is
to be cut in more than one part, each with its own handle(s) in order to
achieve this limit of 200 Newton per section.

The frames and gates of handstops shall be made of aluminium or of 3CR12


with a thickness suitable for the duty required but shall not be less than
3,5mm thick.

All gates shall be well guided in frames purpose made to suit their position
and duty and shall provide drop-tight closure under the conditions as shown
on the Drawings. Handstops shall not spill water over the top or sides of the

MSW.160 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

frame other than through the opening provided in the handstops for the water
to pass through.

All handstop frames shall be extended to the top of the concrete member
concerned. Water tightness of handstops shall conform to the requirement
that leakage at full water level will not exceed one litre in 15 seconds.

All handstops shall be supplied and installed by the Contractor under this
Contract. The Contractor shall also execute the complete grouting of the
handstops and carry out all necessary precautions to ensure proper and
smooth operation of the handstops.

PSHA 5.3.7 Repairs to paint and site painting

Delete this Sub-Clause and refer to the Particular Specification G02:


Corrosion Protection.

PSHA 8 MEASUREMENT AND PAYMENT

PSHA 8.3.2 Handrails

PSHA 8.3.2(b) Handrail assembly complete

Delete the reference to "details given" and add: as specified in Sub-Clause


PSHA 5.2.6

(State material to be used). Unit: Linear metre


(m)

The tendered rate shall include handrails comprising hand and knee rails
supplied and installed complete including bends and end pieces as specified.

PSHA 8.3.4 Flooring, complete and installed with frames

Delete the reference to "drawing number stated".

MSW.161 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSHA 8.3.4 (a) Open grind floors as specified in Sub-Clause 5.2.8

(State material to be used). Unit: Square metre (m²) or


sum or No.

PSHA 8.3.4 (b) Floorplate floors, as specified in Sub-Clause 5.2.9

(State material to be used) Unit: Square metre (m²) or


sum or No.

PSHA 8.3.7 Ground water pressure relief valves Unit: Number (No)

The unit of measurement shall be the number of ground water relief valves
installed.

The rate shall include full compensation for manufacture, supplying,


installation and corrosion protection as specified, including a 110mm diameter
approved pipe which will be used as a spacer ring when building the valve
into concrete work.

PSHA 8.3.8 Weir plates (refer to drawing)

(a) (State size, material and thickness) Unit: Number (No)

(b) (Etc. for other sizes) Unit: Number (No)

The unit of measurement shall be the number of completed weir plates.

The tendered rate shall include full compensation for manufacture of the weir
plates, supply and installation, including stainless steel anchor bolts, cutting
slots in plates for bolts, supplying and installing 8mm thick neoprene sealing
material between concrete and plate and adjusting after installation to obtain
the correct level as shown on the drawing.

PSHA 8.3.9 Straps for pipes (refer to drawing)

MSW.162 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(State size, material and thickness of strap) Unit: Number (No)

The unit of measurement shall be the number of straps installed.

The tendered rate shall include full compensation for the manufacture, supply
and installation of straps to the details as shown on the drawing, including
stainless steel bolts and 8mm thick neoprene seals between pipe and strap.

PSHA 8.3.10 Hand raked screens (refer to drawing)

(State material of screen) Unit: Number (No)

The unit of measurement shall be the number of screens installed.

The tendered rate shall include full compensation for the manufacture,
delivery and installation of the screen as shown on the drawing.

PSHA 8.3.11 Brackets for holding down FRC (Fibre Reinforced Cement) baffles
(refer to drawing)

(State material of brackets) Unit: Number (No)

The unit of measurement shall be the number of holding down brackets


installed.

The tendered rate shall include full compensation for the manufacture,
delivery and installation of the holding down brackets, including supply and
installation of stainless steel anchor bolts complete as shown on the drawing.

PSHA 8.3.12 Ladders (refer to drawing and clause PSHA 5.2.7)

(State material and length of both ladder and safety cage) Unit: Number (No)

MSW.163 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate shall include full compensation for the manufacture,
delivery and installation of the ladder, including supply and installation of
stainless steel anchor bolts complete as shown on the drawing.

PSHA 8.3.13 Penstocks (refer to drawing and clause PSHA 5.2.15)

(State material of penstock and also size of clear opening, height to


handwheel and whether channel or wall mounted - on seat or off seat)

Unit: Number (No)

The tendered rate shall include full compensation for the manufacture,
delivery and installation of the penstock including grouting in, to suit the
position described and shown on the drawing.

PSHA 8.3.14 Handstops (refer to drawing and clause PSHA 5.2.16)

(State material and size of handstop blade and size of frame) Unit: Number
(No)

The tendered rate shall include full compensation for the manufacture,
delivery and installation of the handstops including grouting in, to suit the
position described and shown on the drawing.

MSW.164 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 L: MEDIUM-PRESSURE PIPELINES

PSL 2 INTERPRETATION

PSL 2.1.2 Supporting Specifications

Add the following to this Sub-Clause:

(h) SANS 1200 HA

PSL 2.4 ABBREVIATIONS

Add the following to this Sub-Clause:

FC - Fibre reinforced cement

HDPE - High density polyethylene

PSL 3 MATERIALS

PSL 3.3 CI PIPES, FITTINGS AND SPECIALS

Add the following to this Sub-Clause:

All cast iron pipes and fittings shall comply with the requirements of BS2035
and unless otherwise specified, shall be of class D quality for straight pipes
and of class CD quality for fittings. Material used shall comply with the
requirements of SANS 1034 grade 300 for “Grey Iron Castings”.

Before leaving the foundry, all cast iron pipes and fittings shall be protected
against corrosion in accordance with the Particular Specification G02:
Corrosion Protection.

PSL 3.4 STEEL PIPES, FITTINGS AND SPECIALS.

MSW.165 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSL 3.4.1 General

Add the following to this Sub-Clause:

Stainless steel shall be ANSI Type 304L Schedule 10 unless otherwise


specified.

PSL 3.4.3 PIPES OF NOMINAL BORE OVER 150MM

PSL 3.4.3 (a)

Replace this Sub-Clause with the following:

All pipes to comply with SANS 719 Grade “B” with wall thickness as follows:

Nominal Minimum
Bore (mm) Wall
Thickness
200 – 375 4 mm
400 – 550 5 mm
600 – 700 6 mm
750 – 900 8 mm
950 – 1550 10 mm
1800 14 mm

PSL 3.7.2 Polyethylene pipes

Replace this Sub-Clause with the following:

All HDPE pipes and pipe fittings shall comply with SANS ISO 4427. All pipes,
fittings and stub ends shall be joined through butt-welding in accordance with
SANS 10112 and welding beads shall be removed on the inside only of all
butt-welded joints.

PSL 3.8.3 Flanges and accessories

MSW.166 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Add the following to this Sub-Clause:

Unless otherwise scheduled the dimensions and drilling of standard flanges


shall comply with the requirements of SANS 1123 table 16 for pipes and
fittings with a diameter of 150 mm and smaller and in accordance with table
10 for diameters exceeding 150 mm. Flanges shall be machined flat, i.e.
without a raised joint face. Puddle flanges shall have the same dimensions
as standard flanges but shall be undrilled.

Faces of flanges which will be in contact with jointing gaskets shall receive a
protective coating similar to the corrosion protection specified for the internal
surface of the pipes and fittings of such thickness and consistency as will not
impair the air/gas/water tightness of the joint.

The jointing gaskets shall comply with the requirements of BS 3063 and shall
be cut to the full width of the flange and holed for bolts.

All threaded bolts shall be coated with a nickel based anti-seize compound
before adding the nut.

PSL 3.9 CORROSION PROTECTION

Delete this Clause and refer to the Particular Specification G02: Corrosion
Protection.

PSL 3.10 VALVES

Delete this Clause and add the following:

(a) Gate valves shall be double flanged with non-rising spindle and
shall be fitted with gun metal seats, bronze spindles and gun
metal nuts. The direction of closing, which shall be clockwise
when viewed from above, must be clearly indicated on the hand
wheel of each valve. Gate valves shall be of standard

MSW.167 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

waterworks pattern complying with the requirements of SANS


664 for working pressures as specified for each application.

(b) Reflux valves shall, except where otherwise specified, be


Nitrile covered single door swing type and shall be double
flanged and mounted horizontally. The design shall be such
that the gate rests against the seat in the absence of flow or of
differential pressure, without the aid of springs. Reflux valves
shall comply with the requirements of SANS 1551-1 for working
pressures as specified for each application.

(c) Butterfly valves shall be double flanged, double eccentric type


and shall conform to the requirements of BS 5155.

The valve body shall be of spheroidal graphite cast iron, grey cast iron or
ductile iron. The valve body shall have integral hubs for housing shaft
bearings and seals.

Valves shall be capable of operating at any opening without variation of


disc position or flutter of the disc.

The profile of the resilient seats shall be smooth and continuous and shall
provide adequate “lead in” for the resilient seal during closure of the disc to
prevent excessive sealing torque requirements.

The resilient seals shall have non-weathering, non-sticking, long life


properties and shall be fully locked-in, removable and replaceable.

Valve discs shall be of a single casting, with a streamlined shape, and shall
have smooth surfaces.

Shafts shall be continuous or may be of the stub-shaft type. If of the stub-


shaft type, each shaft shall extend into the disc hub for a distance of 1,5
times the shaft diameter.

MSW.168 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Valves shall be capable of opening or closing under an unbalanced


pressure equal to the specified working pressure without any difficulty.
Closure of valves shall be by clockwise rotation of the handwheel (or
ratchet, where specified for valve diameters of 200 mm or smaller) and
shall be suitable for droptight shut-off application.

(d) Pinch Valves shall be double flanged and shall be suitable for
fitting an electrically operated actuator to the valve if required
and shall close in a clockwise direction when viewed from
above. The valve body shall be manufactured in S.G. iron in
accordance with BS EN 10213-2 grade 680. The sleeve shall
be manufactured in neoprene and reinforced with steel cord.
The valves shall be suitable for a working pressure as specified
for each application.

(e) Plug Valves shall be flanged and shall be suitable for fitting an
electrically operated actuator to the valve if required and shall
close in a clockwise direction when viewed from above.

Port arrangements shall be as specified for each application.


The valve shall be antistatic and the body shall be
manufactured in S.G. iron in accordance with BS EN 10213-2
grade 480. The plug shall be manufactured in stainless steel.
The body of the valve shall be supplied with two surge
connections for cleaning the inside of the valve. The valve shall
be suitable for a working pressure as specified for each
application.

(f) Resilient Seal Gate Valves shall be double flanged with


non-rising spindle and shall conform to the requirements of
SANS 664 for working pressures as specified for each
application. Spindles shall be in stainless steel with bronze
nuts. The direction of closing, which shall be clockwise when

MSW.169 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

viewed from above, must be clearly indicated on the handwheel


of each valve.

(g) Air Valves shall have single or double openings as specified


and shall be manufactured, when applicable, to the same
standards of quality and finish as laid down in SANS 664 for
gate valves.

Each single acting air valve shall incorporate either a large or a


small orifice, as specified, and shall be fitted with a detachable
copper- alloy isolating gate valve.

Each double-acting air valve shall incorporate a large and a


small orifice as well as an isolating valve that forms an integral
part of the air valve. Such isolating valves shall have bronze or
stainless-steel spindles fitted with CI cap tops and shall close
clockwise.

The cross sectional area of the orifice openings shall be at least


equal to the nominal bore of the air valve.

(h) Knife gate valves shall have a solid body casting, and shall be
suitable for mounting between flanges or as a terminal valve.
The knife gate valve shall have a polished 304 stainless steel
gate with chamfered edge at the base.

The gate shall seal either on a replaceable nitrile O ring or


P.T.F.E. seal secured in the body. The seal shall be an internal
resilient seal, mechanically retained, to ensure that the blade is
guided throughout its travel and that bi-directional drop tight
leak proof sealing is obtained.

Knife gate valves shall be fitted with rising grade 304 stainless
steel spindles with non-rising hand wheels. The direction of

MSW.170 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

closing, which shall be clockwise when viewed from above,


shall be indicated clearly on the handwheel. The knife gate
valves shall comply with the requirements of SANS 664, for
working pressures as specified for each application.

(i) General: Before leaving the factory valve bodies shall be treated as
follows:

Internally: 150 mm diameter and smaller: manufacturer's


standard corrosion protection treatment

Internally: larger than 150 mm diameter: as specified in the


Corrosion Protection Specification

Externally: as specified in the Corrosion Protection


Specification.

PSL 7.4 TESTS ON EPOXY COATINGS

Delete this Clause and refer to the Particular Specification G02: Corrosion
Protection Specification for Civil, Mechanical and Electrical Engineering
Construction (Golder Associates, 2006 Edition).

PSL 8 MEASUREMENT AND PAYMENT

PSL 8.2.5 Supply and place pipes, valves and specials

Replace this Pay Item with the following Pay Item:

Supply, testing and installation of pipework, fittings and specials as detailed in


the Pipe Schedule of the Schedule of Quantities

Unit: Lump sum

MSW.171 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered lump sum shall include full compensation for the supply of all
material, bolts, nuts and gaskets as described under PSH 3.6.1, manufacture
of the pipes, fittings and specials and shall further include for delivery,
installation, jointing, testing, holding in position during concrete encasing,
blanking off ends to prevent ingress of foreign matter, cleaning out pipes,
fittings and specials before connecting up and the full corrosion protection of
pipes, fittings and specials as specified in the Particular Specification G02:
Corrosion Protection. Testing shall include for the supply of water, testing
equipment, blank flanges, pipe plugs and all other items necessary to conduct
a successful test.

MSW.172 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 LB: BEDDING (PIPES)

PSLB 3.4.1 Contractor required to excavate selectively

Notwithstanding the requirements of Sub-Clause 3.7 of SANS 1200 DB and


Sub-Clause 3.4.1 of SANS 1200 LB regarding the use of selective methods of
excavating, the Contractor shall use selective methods of excavating and
shall provide and use plant that will enable him to avoid burying or
contaminating material that is suitable and is required for bedding.

PSLB 3.4.2 Suitable material not available from trench excavation

For this Project freehaul will be regarded as haulage within the boundaries
of the Site of the Works as well as 1,0 km outside the boundaries including
the access road between the fence lines. This is also valid for Clause LB
8.1.5, LB 8.1.6, LB 8.2.1, LB 8.2.2.2, LB 8.2.2.3 and LB 8.2.5.

PSLB 5.1.2 Details of bedding

Unless otherwise directed on the Drawings or instructed by the Engineer, all


pipes shall be laid on Class B bedding.

PSLB 5.4 CONCRETE CASING TO PIPES

Pipes which are to be encased in concrete shall be encased in grade 10/20


concrete to the dimensions as shown on the Drawings or as instructed by the
Engineer.

Add the following Sub-Clause:

PSLB 5.5 DRAINING OF TRENCHES

Where ground water is present to such an extent that, in the opinion of the
Engineer, it would hamper the placing and consolidation of the fine granular
bedding or the placing of the concrete bedding in the bottom of the trench, as

MSW.173 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the case may be, or would cause buoyancy of the pipes, the Engineer may
order the provision of a drain in the bottom of the trench to assist in
dewatering during construction and until the trench has been backfilled to
such an extent as to prevent buoyancy of the pipes.

The drain ordered will be as shown in the sketches of Types 1, 2, 3 and 4


Subsoil Drains attached.

At certain points along the trench, depending upon the amount of water to be
handled, sumps shall be formed from which the water may be pumped to
prevent a build-up of water in the trench to a level above that of the top of the
layer of stone forming the underdrain.

The stone in the underdrain shall consist of nominal 40 mm crushed stone


complying with the grading as specified for 'Stone for Concrete' in Table 5 of
SANS 1083 (as amended 1979), and shall be well compacted to provide a
uniform support for the pipe bedding to be placed on top of it.

Before placing the granular bedding or the concrete bedding the underdrain
shall be covered with an approved non-woven polyester geofabric of at least
210g/m² to prevent ingress of granular material or mortar into the interstices
of the underdrain.

Add the following pay item

PSLB 8.2.6 Subsoil drainage in trenches

(a) type 1 (state pipe diameter) Unit: Linear metre (m)


(b) type 2 (state pipe diameter) Unit: Linear metre (m)
(c) type 3 (state pipe diameter) Unit: Linear metre (m)
(d) type 4 (state pipe diameter) Unit: Linear metre (m)

The unit rate of measurement shall be the linear metre irrespective of depth
and the tender rate shall include full compensation for all additional

MSW.174 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

excavation below the normal trench depth and removal of excess material
from the bottom of the trench, supply and placing of broken stone and
geofrabric as specified in Clause PSLB 5.5 as well as supply and placing of
uPVC or HDPE drainage pipes all as shown on the drawings included
herewith (concrete will be measured and paid separately).

MSW.175 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

MSW.176 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

MSW.177 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 LC: CABLE DUCTS

PSLC 8 Measurement and Payment

PSLC 8.2.9 Overhaul of surplus excavation

Add the following Sub-Clause:

For this Project freehaul will be regarded as haulage within the boundaries of
the Site of the Works as well as 1,0 km outside the boundaries including the
access roads within the fence lines.

MSW.178 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 LD: SEWERS

PSLD 5 CONSTRUCTION

PSLD 5.2 LAYING AND BEDDING

Add the following Sub-Clauses:

PSLD 5.2.5 Reinforced concrete pipes:

Where concrete pipes are laid between structures, manholes or junction


boxes, laying of pipes shall commence at the manhole or junction box at the
lower end of the pipeline with full length pipes with the last pipe cut to form a
closure piece for building into the structure, manhole or junction box at the
upper end of the pipeline. Only the last pipe at the upper end of the pipeline
shall be cut to avoid problems with jointing.

PSLD 5.2.6 FC pipes:

Where Fibre Cement (FC) pipes are laid between structures, manholes or
junction boxes, laying shall commence at the lower end of the line with a short
length (500 mm or 2.5 times the internal diameter of the pipe, whichever
length is longer – with both ends machined to suit a flexible coupling), and
thereafter by full length pipes with the last pipe cut so as to form the closure
piece in the line as at the lower end of the line.

PSLD 5.2.7 Cut pipes:

In the case of concrete pipes, after the cut end has been finished off it shall
be painted with two coats of bituminous paint to provide protection to the
exposed ends of the reinforcing steel in the pipe.

MSW.179 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

In case of FC pipes, the cut ends shall be machined to the correct outside
diameter with appropriate tools. All work performed on the cut ends shall be
done to the satisfaction of the Engineer.

MSW.180 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSLD 8 MEASUREMENT AND PAYMENT

Add the following pay items:

PSLD 8.3 BUILDING PIPES INTO CONCRETE WORK

(a) Pipes supplied and installed by the Contractor (irrespective of


type)

(i) (state diameter of pipe) Unit: Number (No)


(ii) (etc. for other diameters) Unit: Number (No)

(b) Pipes supplied and installed by the Plant Supplier (irrespective


of type)

(i) (state diameter of pipe) Unit: Number (No)


(ii) (etc. for other diameters) Unit: Number (No)

The unit of measurement shall be the number of pipes built into the concrete
work as shown on the drawing.

The tendered rate shall include full compensation for supplying all materials
(wet to dry epoxy in the case of casting new concrete against the faces of old
concrete) concreting in the pipes, cutting and placing formwork to fit around
pipes and neatly finishing to conform to a smooth surface finish.

In the case of the Contractor building in his own pipes the rate shall also
include for holding the pipe in position and aligning the pipes to the correct
levels as indicated on the drawing or as ordered by the Engineer.

PSLD 8.4 SUPPLYING AND BUILDING HIGH DENSITY POLYETHYLENE (HDPE)


OR uPVC PIPES AS SPECIFIED IN SANS 1200 LF INTO CONCRETE
WORK (FOR CABLE SLEEVES OR PIPE SLEEVES)

MSW.181 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(a) State material, diameter and class Unit: Metre (m)


(b) Etc. for other diameters Unit: Metre (m)

The unit of measurement shall be the linear metre of pipe installed.

The tendered rate shall include full compensation for supplying, fixing and
building in of pipes. The rate shall further include for 2,5mm diameter draw
wires in stainless steel and for cutting ends to the required levels for
installation of cables by the Electrical Contactor or after installing pipework
through ducting. The ends shall be closed with end caps to prevent ingress of
rubbish and water.

PSLD 8.5 EXTRA OVER ITEM LD 8.2.1 FOR CUTTING AND PAINTING ENDS OF
CONCRETE PIPES TO FORM CLOSURE PIECES IN THE PIPELINE
(MEASURED PER CUT END)

(a For type or class of pipe, state diameter Unit: Number (No)


(b etc. for different class or types of pipes, Unit: Number (No)
state diameters

The unit of measurement shall be the number of cut ends in the pipeline. The
tendered rate shall include full compensation for the cutting of the pipe,
including trimming of cut ends, pipe wastage and supplying and applying two
coats of bituminous paint to cut ends to protect the reinforcing steel against
corrosion.

PSLD 8.6 EXTRA OVER ITEM LD 8.2.1 FOR SUPPLYING AND LAYING OF FC
PIPES FOR CUTTING PIPES TO PROVIDE SHORT LENGHTS OF PIPE
TO FORM FLEXIBLE CONNECTIONS AND CLOSURE PIECES IN THE
PIPELINE (MEASURED PER CUT END)

MSW.182 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(a For type or class of pipe, state diameter Unit: Number (No)

(b Etc. for different class or types of pipes state Unit: Number (No)
diameter

The unit of measurement shall be the number of cut ends in the pipeline.

The tendered rate shall include full compensation for cutting wastage and
trimming the end of the pipe to suit the standard flexible coupling.

PSLD 8.7 SUPPLYING AND ERECTING PIPES AS SHOWN ON THE DRAWING


(STATE DRAWING NUMBER) FOR DRAUGHT TUBES.

(a) State diameter, type and class of pipe Unit: Number (No)
(b) Etc. for other pipe (diameter, types and classes) Unit: Number (No)

The unit of measurement shall be the number of pipes built into concrete
work.

The tendered rate shall include full compensation for supply of all materials,
building into concrete work and holding in position during building in as shown
on the Drawing.

MSW.183 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200LE: STORMWATER DRAINAGE

PSLE 1 SCOPE

PSLE 1.1 Add the following:

This specification covers all the work in connection with the construction of
subsurface drains and drainage blankets at the locations and to the size,
shapes, grades and dimensions as shown on the Drawings or as directed
by the Engineer.

PSLE 3 MATERIALS

PSLE 3.5 GEOFABRIC BLANKET

Delete this Sub-Clause and refer to Sub-Clause PSLE 3.7(c).

Add the following Sub-Clauses:

PSLE 3.6 PIPES

Pipes for subsurface drains shall be one of the following types as specified:

(a) Perforated HDPE pipes which comply with the requirements of DIN
4262 Part 1.

(b) Perforated or slotted unplasticised PVC pipes which comply with the
requirements of SANS 791.

(c) Porous concrete pipes which comply with the requirements of BS


1194.

(d) Vitrified clay pipes which comply with the requirements of SANS
559 (excepting the requirement regarding nominal diameter) and
which have special joints intended for subsoil drains may be

MSW.184 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

specified or used if the Engineer's approval is obtained in advance,


provided that, where the gaps at the joint do not conform to the
requirement for the slots specified below, the grading of the
permeable material shall be suitable adapted to meet the design
requirements for preventing permeable material from entering the
pipe.

The size of perforations in perforated pipes shall in all cases be 8 mm in


diameter ± 1,5 mm, and the number of perforations per metre shall not be
fewer than 26 for 100 mm pipes and 52 for 150 mm pipes. Perforations shall
be spaced evenly in two rows for 100 mm pipes and in four rows for 150 mm
pipes.

Slotted pipes shall have a slot width of 8 mm with a tolerance of 1,5 mm in


width. The arrangement of slots shall be subject to the Engineer's approval,
but the total slot area shall not be less than that specified for perforations.

Pipes without slots or perforations required for transporting subsoil water from
the subsoil drain proper to the point of discharge shall be unperforated
pitch-fibre of PVC pipes of the types specified above, or concrete pipes which
comply with the requirements of SANS 677 Class A.

PSLE 3.7 PERMEABLE MATERIAL

Sand, crushed stone and geotextiles used as permeable filter materials for
subsurface drains and drainage blankets shall conform to the following
requirements:

(a) Sand

Sand shall be clean, hard washed river sand obtained from approved
sources. The grading of the sand shall be subject to the Engineer's approval.
The requirements in respect of each type and the comparative prices of sand
from the available sources will determine which source is to be used. The

MSW.185 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Contractor shall submit samples and prices from available sources when so
instructed by the Engineer.

(b) Crushed stone

Crushed stone shall be clean, hard, durable crushed stone from approved
sources. The aggregate crushing value of the stone shall not exceed 30
when tested in accordance with method B1 of TMH1.

(i) Crushed stone for graded filters

Crushed stone for graded filters shall conform to the grading requirements set
out below:

Grade Sieve size (mm) Percentage passing by mass


26,5 100

Fine grade 13,2 60 - 85

3,35 15 min

1,18 15 max
26,5 100

Coarse grade 13,2 60 - 85

6,70 15 min

2,36 15 max

The aggregate shall be evenly graded between the coarse and fine fractions
with no undue discontinuities. The Engineer shall indicate the grade of stone
required.

(ii) Crushed stone for filters which incorporate geotextiles

MSW.186 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Crushed stone for filters which incorporate geotextiles shall be nominally


sized stone which conforms to the grading requirements of SANS 1083, or
crushed stone which complies with the grading requirements for graded
filters. The Engineer shall indicate the type of stone to be used in each
particular case.

(c) Geotextiles

Geotextiles shall be a non-woven, spun or thermic-bonded continuous


filament fabric consisting of at least 85% by mass of poly- propylene,
polyester or other approved material and manufactured for civil-engineering
applications by a recognized manufacturer. The brand and type of geotextile
to be used shall be as specified in the Project Specifications or on the
Drawings or as directed by the Engineer.

PSLE 3.8 POLYETHYLENE SHEETING

Polyethylene sheeting shall be black in colour with a minimum thickness of


0,15 mm and manufactured by a recognized manufacturer.

PSLE 5 CONSTRUCTION

PSLE 5.2.4 Pipes with open joints laid with geofabric blanket wrapping

Delete this Sub-Clause and refer to Sub-Clause PSLE 3.6.

Add the following Sub-Clauses:

PSLE 5.8 GRADED FILTER DRAINS

After the completion of the excavations, the bottom portion of the trench shall
be lined with polyethylene sheeting as shown on the Drawings. The top edges
of the vertical portions of the sheeting shall be tacked to the sides of the
excavation with nails or by any other suitable approved means. The sheeting

MSW.187 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

shall be heat-welded at the laps. Sheeting damaged during installation or


construction shall be replaced at the Contractor's cost.

A layer of permeable material of the class and thickness as shown on the


Drawings shall be placed on the polyethylene sheeting on the bottom of the
trench and shall be lightly tamped and finished to the required gradient to
serve as a bedding for the pipes.

Pipes of the type and size required shall then be firmly bedded in the
permeable material, true to level and grade, and shall be coupled where
required. Where spigot-and-socket pipes are used, the socket ends shall be
laid upgrade with the spigot fully entered into the adjacent socket. Where
plain butt-ended pipes are used, they shall be laid firmly together to prevent
the infiltration of backfill material. Perforated and slotted pipes shall be joined
by couplers. Perforated pipes shall be laid with the perforations at the top
unless otherwise shown on the Drawings or instructed by the Engineer, in
writing. The higher end of a subsurface drain pipe shall be sealed off with a
loose concrete cap, and at the lower end the pipe shall be built into a
concrete headwall to provide a positive outlet, or it shall be connected to
stormwater pipes or culverts, all as shown on the Drawings or as directed by
the Engineer.

Successive layers of permeable material shall be placed after the pipes have
been laid. Permeable material shall be placed in layers not exceeding
300 mm at a time, and shall be lightly compacted. The total thickness of each
type of permeable material shall be carefully controlled by means of spacers.
When successive layers are placed, the lower layer shall not be walked on
and shall, as far as is possible, not be disturbed. Care shall be taken to
prevent the contamination of permeable material during construction of the
subsurface drains, and all permeable material contaminated by the soil or silt
shall be removed and replaced by the Contractor at his expense. Care shall
also be taken at all stages not to perforate or otherwise damage the
polyethylene lining.

MSW.188 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The remainder of the trench shall be immediately backfilled with approved


impermeable material preferably obtained from the excavations, in layers not
exceeding 100 mm and compacted to 90% of modified AASHTO density,
unless otherwise ordered by the Engineer. The trench must be specially
protected against the ingress of water, soil and silt until the backfilling with
impermeable material has been completed.

Permeable material in subsoil drains shall not be taken to the surface but
shall be discontinued at such heights as will be determined by the Engineer.

Any section of a subsurface drain constructed from pipes without perforations


or slots shall be backfilled with impermeable backfill material as described
above.

PSLE 5.9 FILTER DRAINS WHICH INCORPORATE GEOTEXTILES

After the completion of the excavations, the bottom portion of the trench shall
be lined with geotextile sheeting as shown on the Drawings. The top edges of
the vertical portions of the geotextile sheeting shall be tacked to the sides of
the excavation with nails or by another suitable approved means. An overlap
of at least 200 mm shall be provided at each joint. Geotextile sheeting
damaged during the installation or construction shall be replaced at the
Contractor's cost.

The specifications set out in PSLE 5.8 above for the construction of the pipe
bedding, the pipe laying, and the placing of the crushed stone filter materials
for graded filter drains shall apply mutatis mutandis to filter drains which
incorporate geotextiles.

After the pipes have been laid and the specified layer of crushed stone filter
material has been completed, the protruding vertical sections of the geotextile
sheeting shall be folded back across the filter material so that the filter
material will be completely enwrapped in the geotextile sheeting. An overlap
of at least 200 mm shall be provided between the portions folded back.

MSW.189 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The specifications set out in Sub-Clause PSLE 5.8 above shall apply mutatis
mutandis to the placing of the remaining layers of permeable material and the
top layer of impermeable material, all as shown on the Drawings or ordered
by the Engineer.

PSLE 5.10 DRAINAGE BLANKETS

Drainage blankets shall be constructed in accordance with the details shown


on the Drawings. Firstly geotextile sheeting shall be laid on top of the layer
on which the drainage blanket is constructed. Then permeable material of the
type specified shall be spread on the geotextile sheeting to the specified
depth. The Contractor shall take care not to damage the geotextiles. The
permeable material shall be lightly compacted and finished to the required
level. To complete the drainage blanket, geotextile sheeting shall be laid on
the layer of permeable material.

The layers on top of the drainage blanket shall be constructed in such a


manner that the permeable material or the geotextile sheeting will not be
displaced or damaged. Normally material which is to be compacted on top of
the drainage blanket shall be watered and mixed before it is placed on the
blanket. It shall then only be necessary to level and compact the material on
the blanket.

PSLE 8 MEASUREMENT AND PAYMENT

Add the following pay items:

PSLE 8.2.14 Crushed stone

(a) Graded crushed stone (specify grade)

Unit: Cubic metre (m³)

(b) Single-sized crushed stone (specify nominal aggregate size)

MSW.190 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Unit: Cubic metre (m³)

The unit of measurement for graded or single-sized crushed stone shall be


the cubic metre of crushed stone in place, calculated according to the
authorized dimensions.

The tendered rate shall include full compensation for the construction of the
crushed stone layers as specified. No overhaul shall be paid on crushed
stone for subsurface drains and drainage blankets. For payment purposes a
distinction shall be made between the different grades and sizes of crushed
stone.

PSLE 8.2.15 Filter sand Unit: Cubic metre (m³)

The unit of measurement shall be the cubic metre of washed filter sand
measured in place and calculated from the authorized dimensions.

The tendered rate shall include full compensation for the construction of the
filter sand layers as specified.

PSLE 8.2.16 Geotextiles

(Specify type, grade, density, etc) Unit: Square metre (m²)

The unit of measurement shall be the square metre of geotextiles installed,


calculated from the authorized dimensions, including the specified overlaps
on the top surface of filter drains but not at the joints.

The tendered rate shall include full compensation for the construction of the
geotextiles, as specified.

PSLE 8.2.17 Pipes in subsurface drains

(a) (Type of pipe indicated) complete with couplings:

MSW.191 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(i) (diameter and whether perforated or not, indicated Unit:


Metre (m)

(ii) etc. for other diameters Unit: Metre (m)

(b) (Type of fitting indicated)

(i) (diameter indicated) Unit: Number (No)

(ii) etc. for other diameters Unit: Number (No)

(c) Etc. for other types of pipes

(d) Etc. for other types of fittings

The unit of measurement for pipes shall be the metre of pipe, measured in
place along its centre line, including the length of fittings. The unit of
measurement for fittings shall be the number of fittings, irrespective of the
type.

The tendered rate shall include full compensation for the supply and
construction of the pipes and fittings as specified.

PSLE 8.2.18 Polyethylene sheeting

(State thickness or an equivalent approved material, for lining subsurface


drains)

Unit: Square metre (m²)

The unit of measurement shall be the square metre of polyethylene sheeting


installed, measured net from the specified dimensions.

The tendered rate shall include full compensation for the supply and
construction of the sheeting as specified.

MSW.192 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSLE 8.2.19 Concrete outlet structures for subsurface drains, including formwork

(Specify grade of concrete) Unit: Cubic metre (m³)

The unit of measurement shall the cubic metre of the specified grade of
concrete provided for outlet structures for subsurface drains.

The tendered rate shall include full compensation for the construction of the
outlet structures as per drawing, including formwork, excavation and
backfilling.

PSLE 8.2.20 Concrete caps for subsurface drain pipes

(State full description of cap) Unit: Number (No)

The unit of measurement shall be the number of caps supplied, and the
tendered rate shall include full compensation for supplying and installing the
caps.

NOTE: For items PSLE 8.2.14 to PSLE 8.2.17 excavations for subsurface
drains shall be measured in accordance with SANS 1200D or SANS 1200DB
where applicable.

MSW.193 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SABS 1200 LG: PIPE JACKING

PSLG 5.1.1 Authority to Jack Pipeline under Facilities Controlled by Third Parties

Add the following:

The Contractor shall be bound by and shall observe the requirements and/or
conditions imposed by the service provider in granting any such permission
as specified. Although the general supervision and control of the Works falls
under the authority of the Employer, the service provider reserves and shall
have the right to instruct the Contractor directly in any matter that has a direct
bearing on the safety of the service and the protection of the interests of the
service provider.

PSLG 5.6 Backfilling and Disposal of Excavated Material

Add the following Sub-Clause:

The thrust and reception pits shall be backfilled with material obtained from
the pit excavations. Hard and rock material shall be incorporated in the
backfill only to the extent approved by the Engineer. Depending on the
quality of the material, the Engineer may direct that it be mixed with other
backfill material.

If, in the opinion of the Engineer, insufficient or no suitable material is


available for this purpose within the freehaul distance, and the shortage of
such material has not been caused by the methods used by the Contractor,
the Engineer may instruct the Contractor to import sufficient suitable
material. The Contractor shall so arrange his work that the importance of
backfill material is kept to a minimum in respect to both quality and
overhaul.

MSW.194 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The pits shall be backfilled in layers of thickness (after compaction) not


exceeding 300 mm and the material shall be compacted to the same
density as that of the undisturbed surrounding ground or to 93% of Modified
AASHTO maximum density, whichever is the higher.

If, in the opinion of the Engineer, the excavated pit material is not suitable
as backfill material and cannot be disposed of within the freehaul distance,
the said material shall, on approval of the Engineer, be disposed of in terms
of clause PSLG 8.2.4.

PSLG 8.1.1 Measurement and Payment

For this Contract freehaul will be regarded as all haulage within the
boundaries of the Site of the Work as well as 1, 0 km outside the
boundaries including the access road within the fence lines.

MSW.195 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 ME: SUBBASE

PSME 3.2 Physical Properties

Drawing ME-1(c) in SANS 1200 ME shall be applicable to this Contract.

MSW.196 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 MG: BITUMINOUS SURFACE TREATMENT

PSMG 3. MATERIALS

PSMG 3.1 PRIME

A road tar prime complying with the requirements for prime type MC-30 as
specified in SANS 308 shall be used in this Contract.

PSMG 3.3 BITUMINOUS BINDER

The bituminous binder used for the surface treatment shall be one of the
following:

a) A bitumen complying with the requirements for a material Grade 80/100


as specified in SANS 307 (warm weather);

b) A cutback bitumen complying with the requirements for a material of type


and grade designation MC-3000 as specified in SANS 308 (cold weather);

The choice of binder will depend on the temperature when surfacing.

PSMG 3.6 AGGREGATE

Aggregate shall be single-sized crushed stone for roads that complies with
the requirements of SANS 1083 for Grade N.

PSMG 5.1.7 Rates of Application and Tolerances

Add the following:

Unless amended by the Engineer in writing, the proposed rates of application


of binders and aggregates for double seal applications shall be as follows:

Prime coat, 75 - 0,8 l/m²

MSW.197 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

First coat of bituminous binder 1,3 - 1,5 l/m²

Second coat of bituminous binder 1,1 - 1,2 l/m²

13,2 mm aggregate 0,01 - 0,12 m³/m²

6,7 mm aggregate 0,0065 - 0,0075 m³/m²

Pre coating of aggregate 12 l/m³

PSMG 5.4.1 Double Surface Treatment

The nominal size of the aggregate in the first and second layers shall be 13,2
mm and 6,7 mm respectively.

MSW.198 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 MH: ASPHALT BASE AND SURFACING

PSMH 8 MEASUREMENT AND PAYMENT

PSMH 8.5.4 Asphalt

The unit of measurement shall be the square metre. Unit : Square metre (m²)

MSW.199 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SANS 1200 MJ: SEGMENTED PAVING

PSMJ 1 SCOPE

PSMJ 1.1 Add the following:

This section also covers the construction of segmental concrete block


retaining walls, which are stacked in a dry form. The units are made from
pre-cast concrete, and stacked in a pattern specific to the block type.

PSMJ 2.3 DEFINITIONS

Add the following:

Nibs

The blocks are provided with a small up stand concrete section at the form
on top of the block. The concrete section is termed the nib of the block.

Ribs

The blocks are hollow inside, with the top being open, and a part of the
base being open. The outer sides of the block which run perpendicular to
the face of the block are termed the ribs of the block. The blocks also have
a central cross member which is perpendicular to the face. This is termed
the central rib.
Geotextile

A reinforcement item may be specified that interacts with the blocks, and is
part of the retaining wall system. This item is a cloth like material made
from synthetic materials, with specific trade names linked to the strength
and material content of the geotextile. The geotextile functions as either a
drainage structure, or as a reinforcement structure.
Re-start

MSW.200 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

A re-start in a wall occurs when a curved section is higher than a critical


dimension. The re-start is required where the spacing between the blocks
reaches a dimension where ribs no longer line up vertically, and full blocks
cannot be used in the wall. At that level of the wall, the blocks are placed as if
on a foundation, to re-start the rest of the wall.

MSW.201 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSMJ 3 MATERIALS

Add the following:

PSMJ 3.4 Precast concrete segmental blocks

Precast concrete segmental blocks shall be 60mm thick SANS approved


manufactured from 25 MPa concrete, in walking areas. In areas where
vehicles are expected to travel blocks shall be 80mm thick SANS approved.

PSMJ 3.5 Precast concrete retaining blocks

Precast concrete retaining blocks shall be made using masonry concrete or


mass concrete, of minimum concrete cube strength of 20 MPa, at 28 days.
The blocks shall be made with a minimum cement content of 250 kg/cu.m.

PSMJ 3.6 Soil fill

The voids in the blocks shall be filled with a silty sand soil, and lightly
compacted. The front 200mm deep section may be filled with topsoil, if
specified for vegetation purposes. The specification of the topsoil is subject to
a separate specification.

The backfill behind the retaining wall is to be a granular fill, meeting the
specification of a G8 or better soil, as specified in the document TRH 14 :
1985; "Guidelines for road construction materials" by Committee of State
Road Authorities, (unless specified otherwise on the Drawings).

MSW.202 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSMJ 3.7 Geotextile

The geotextile shall be a non-woven needle punched polyester geotextile of


mass 210g/sq.m, which is a filter geotextile.

PSMJ 5 CONSTRUCTION

Add the following:

PSMJ 5.8 Construction of segmental concrete retaining walls

PSMJ 5.8.1 Foundation

The foundation of the retaining wall is to be constructed of 25MPa mass


concrete, suitably vibrated to achieve a dense mass. The foundation is to be
excavated to soil of at least medium dense consistency, which must be
inspected by the engineer prior to placing of concrete. Any loose patches
must be removed and be replaced with soilcrete (8% by mass) or 15MPa
mass concrete.

The key at the back of the foundation is to be cut into medium dense
consistency soil, with a base width of the excavation being at least 250mm
wide. The excavation of the key at the front side of the wall must be trimmed
back to undisturbed soil, before placing the concrete against the soil face.

The first row of blocks is to be cast into the foundation, by squeezing the
blocks into the wet concrete. Care needs to be taken to ensure that the
blocks are level and within alignment tolerance. Alternatively, the foundation
is to be cast with a 75mm by 75mm concrete nib at the front of the foundation.
This nib must be cast monolithically with the rest of the foundation, or be
reinforced with 10mm dowels at 500mm centers 150 mm long.

PSMJ 5.8.2 Geotextiles

MSW.203 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The reinforcement geotextiles are to be placed in horizontal layers in the


backfill behind the wall, to a depth as dimensioned on the drawing. The front
section of the geotextile must be clamped between the concrete blocks, over
a depth of at 400mm, and over both the outer ribs. The geotextile must be
outlet taught before placing the next layer of fill. Compaction should proceed
from the back of the blocks, and working towards the back of the filled
section. Note is to be taken of the specified direction of the reinforcement,
where the strength of the geotextiles vary in the two directions.

Overlap of the geotextile in the direction perpendicular to the wall direction is


not permitted. Overlap of the geotextile in the direction parallel to the wall is
to be 200mm.

Filter geotextiles must be placed with care to minimise the risk of damage to
the geotextile, by puncturing or tearing. Fill should not be dropped onto the
geotextile from excavator buckets or trucks. Fill is to be placed over the
geotextile by a spade, with large particles being removed from the fill. A light
compactor (max.one ton) is to be used to compact the soil layer above the
geotextile.

All joints in the filter geotextile are to be 250mm wide.

When placing the geotextile, allowance should be made to allow the


geotextile to deflect to the shape of the substrate, without inducing tension in
the geotextile.

MSW.204 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSMJ 5.8.3 Wall construction

The blocks of the wall are to be positioned to ensure that the outer ribs of the
blocks align vertically. The surface at the top of the ribs is to be free of fill or
debris, before placing the geotextile of the next row of blocks. A layer of
blocks is to be placed, and then the backfill is to be placed and compacted,
before the next row of blocks is placed.

The voids in and between the blocks must be filled and compacted as the wall
is being built.

The slope of the wall face is to be checked during construction, to ensure that
the slope tolerances specified in clause PSMJ 6 are achieved.

Where specified on the drawing, the fronts of the blocks in every row are to be
placed against the nib of the lower row of blocks. When slope tolerance
deviation occurs, the lower row of blocks are to receive a wedge of non-shrink
epoxy concrete, to form a fillet behind the nib of the block, and the next row of
blocks. When the slope of the wall is too flat, the bottom of the front face of
the next row of blocks may be ground back to form a recess for the nib of the
lower row of blocks. The nib of the block may only be altered with the written
permission of the wall design engineer.

Adjustment to the horizontal alignment of the wall can be made by grinding


down the outer ribs selected blocks. The adjusted rib is to have final surface
similar to the as-cast rib, with no sharp deviations or projections.

Where the wall is sharply curved in plan (i.e. radius less than 4m), and is
higher than 3m high, the blocks in the curve shall be fitted with 15MPa
concrete. The filling of the blocks with concrete applies to the wall part that is
higher than 3m, i.e. the upper 3m of the wall need not be filled. Where
vegetation of the wall is required, the front 200mm of the block pocket can be
left free of concrete, to allow placing of topsoil. The concrete infill is to be
placed as the wall is being built.

MSW.205 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSMJ 5.8.4 Backfill

Backfill shall be placed as the wall is being built. The layer thickness of the
backfill shall be adjusted to cater for the compaction equipment being used,
and the space available for compaction. However, no layer shall be thicker
than 180mm thick (loose), and no compaction equipment heavier than 2,5
tons is to be used within one metre from the back of the block. The soil is to
be compacted at optimum moisture content.

Any cut face is to have benches cut into it of at least 300mm wide, to soil of at
least medium dense consistency. These benches are to be backfilled
monolithically with the rest of the backfill to the wall.

PSMJ 6 TOLERANCES

Add the following Sub-Clauses:

PSMJ 6.3 Retaining block tolerances

The tolerance on the height of the blocks is +2% to -2% of the nominal block
height. This is applicable as an average of a pallet of blocks. The tolerance of
the one side t\rib to the other side rib is 1% difference in the height. The
tolerance on the depth and width of the block is 5% of the nominal
dimensions.

Blocks which are deformed visibly, or have imperfections (chips or cracks)


larger than 20mm in size shall be rejected.

The blocks shall have an empty mass of not less than 5% less than the
specified mass of 43kg block, in its dry state.

PSMJ 6.4 Segmental Concrete Block Retaining Wall Tolerances

PSMJ 6.4.1 Vertical deviation

MSW.206 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The vertical deviation of the wall is applicable over the final height of the
wall, with the limit being 2,5° steeper than specified on the drawing. The
alignment of the slope (i.e. profile) should not deviate by more than 40mm
over 3m height, for stability considerations. Aesthetic considerations may
reduce this tolerance.

PSMJ 6.4.2 Horizontal deviation

The horizontal deviation of the blocks in the wall should not exceed 15mm per
450mm (one block), or 20mm per 3m length of wall.

PSMJ 6.4.3 Curved walls

Where the wall is of a height that required a "re-start" in the wall, the restart
shall be spread equally over at least five blocks. Mass concrete infill in the
lower blocks is to be used, where the upper block rib is not supported by the
lower block.

PSMJ 8 MEASUREMENT AND PAYMENT

PSMJ 8.2 SCHEDULED ITEMS

Add the following Sub-Clause:

PSMJ 8.2.6 Foundations to wall

Excavate in soft soil, remove soil to designated area, supply and place
concrete, including any formwork, dowels, etc for foundation width:

a) 550mm (max 500mm deep) Unit: linear metres of wall


(m)

b) 850mm (max 500mm deep) Unit: linear metres of wall


(m)

MSW.207 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

c) 1330mm (max 500mm deep): Unit: linear metres of wall


(m)

d) Extra over rate for items PSMJ 8.2.6 (a) – (c) for

hard excavation requiring power tools Unit: cubic metres


(m³)

The tender rate shall include full compensation for supply and placing of the
concrete including forming the excavation, trimming, shaping, finishing off and
curing of the foundation. Item PSMJ 8.2.6 (d) must be agreed with the
Engineer prior to commencement of any hard excavation. Where hard
excavation is encountered, the engineer may specify dowels into the hard
material, and eliminate the concrete key in the foundation. The cost of the
supply and installation of the dowels and cleaning of the excavation shall be
included in the tendered for the foundations.

PSMJ 8.2.7 Retaining wall

Supply and construct dry stack concrete retaining wall, to specified


alignments and height for:

a) 70° single skin wall up to 2,7m high Unit: square metre (m²)

b) 65° single skin wall up to 2,7m high Unit: square metre (m²)

c) 65° double skin wall up to 0,8m high

placed at the bottom of the wall under

item PSMJ 8.2.7 (b), incl. approved geofrabric Unit: Square metre (m²)

d) 65° single skin wall up to 4,24m high Unit: square metre (m²)

MSW.208 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

e) 65° double skin wall up to 1,26m high

placed at the bottom of the wall under

item PSMJ 8.2.7 (d), incl. approved geofabric Unit: square metre (m²)

The tendered rate shall include full compensation for the supply, alignment
and placing of the blocks, as well as the placing and compacting of the soil
inside the blocks and 250mm behind the block. Fill is to be supplied by the
earthworks contractor within 20m of the wall face. The supply and installation
of the geotextile, 1000mm wide) every 360mm vertical spacing between the
double skin wall is to be included. The final trimming of the excavated face to
allow the installation of the wall is to be included in the tender rate.

MSW.209 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSMJ 8.2.8 Backfill

Place, spread and compact backfill behind retaining wall to density as


specified, including benching, finishing off to specified levels and profiles:

a) Restricted backfill to wall Unit: cubic metre (m³)

b) Supply and install reinforcement

geotextile in backfill Unit: square metre (m²)

c) Supply and install reinforcement

geotextile in backfill Unit: square metre


(m²)

d) Supply and install filter geotextile

between last two rows of blocks Unit: square metre (m²)

e) Supply and install 13mm aggregate

stone for drains, if specified Unit: cubic metre


(m³)

f) Supply and install 50mm diameter


woven HDPE drainage pipe outlets at 7m centres and T-junctions

Unit: metres
of wall (m)

MSW.210 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PORTION 3: PARTICULAR SPECIFICATION

PSU: BUILDER'S WORK

PSU 1 SCOPE

This section covers the various construction activities associated with the
erection of buildings which form part of certain civil projects.

Building work shall be carried out in accordance with the National Building
Regulations and the information contained in this section.

Work appurtenant to the erection of buildings such as earthworks, concrete


work, structural steelwork, etc. shall be carried out as specified in the
appropriate sections of these specifications and will be measured and paid for
under those sections.

PSU 2 INTERPRETATION
PSU 2.1 SUPPORTING SPECIFICATIONS

The following specifications shall, inter alia, form part of the Contract
Document:

(a) SANS 1200A


(b) SANS 1200D
(c) SANS 1200G
(d) SANS 1200HA
(e) Particular Specification G02: Corrosion.

PSU 3 MATERIALS
PSU 3.1 BRICKWORK, PLASTER WORK AND FLOOR SCREEDS

(a) Bricks

MSW.211 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Bricks shall comply with SANS 227 and shall be classified according to their
intended use as defined below.

Engineering bricks in both the clay and cement categories shall be durable
and selected for their uniformity of dimension, with a minimum average
strength of 25 MPa. These bricks shall be free from cracks, chips or defects.

Face bricks shall not require any further decorative treatment and shall be
selected for their uniformity of dimension, colour and texture, with a minimum
average compressive strength of 25 MPa. These bricks shall be of clay, and
shall be pressed or wire cut and free from chips, cracks, stones or other
defects. Water absorption shall not exceed 5 %. Special care shall be taken in
the loading, stacking and handling of face bricks, as no damaged bricks may
be used.

Stock bricks shall be suitable for general building work and shall have a
minimum compressive strength of 15 MPa. The water absorption of stock
bricks shall not exceed 10 %.

Satisfactory proof of the load-bearing capacity of the bricks offered shall be


submitted before deliveries are made to the Site.

Air bricks shall be well-burnt terracotta and shall be free from cracks and
blemishes and lined with copper mosquito gauze.

Three samples of each type of brick shall be submitted to the Engineer for
approval prior to the delivery of the bricks concerned. All subsequent
deliveries shall be of a standard equal to or better than that of the approved
samples.

(b) Wall ties

Wall ties shall be of the galvanized, crimped, single-wire type with a 3,5
diameter, and shall comply with the requirements of SANS 28.

(c) Damp-proof sheeting

MSW.212 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Damp-proof sheeting shall comply with SANS 248, type FV for fibre felt, or
SANS 952, type B for embossed polyethylene sheeting.

(d) Masonite

Masonite used for roof bearings on top of brick walls shall be 3 mm thick
approved tempered masonite.

(e) Roof bearings

Commercial roof bearings used on top of brick walls shall (unless otherwise
stated) consist of an approved neoprene core protected with approved
polyethylene sponge both sides, rated at 40 kN/m and which allows horizontal
movement less than 2 mm.

MSW.213 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 3.2 IRONMONGERY

(a) General

All steel and iron work shall be delivered clean and free from rust, pitting or
other defects. Shop priming’s shall be applied before delivery and shall
consist of a coat of red oxide paint, or any other approved anti-rust paint on all
surfaces.

Unless otherwise specified, all materials shall conform at least to the


appropriate SANS or BS standards where such standards apply to
ironmongery, steel, cast iron or any other related materials.

(b) Pressed steel door frames

Pressed steel door frames shall comply with SANS 1129 and shall be
manufactured from 1,6 mm thick mild-steel sheeting, pressed to the required
shapes, properly mitred, welded and reinforced, with all welding neatly
cleaned off.

Frames shall be of the widths required to suit the thickness of the walls into
which they are built and shall be fitted with suitable tie bars and braces at the
bottom. Three lugs to be built into the brickwork shall be provided on each
jamb.

Rebates in frames and transoms for doors shall be of the widths required to
suit the thicknesses of the doors and shall be fitted with a pair of approved
steel butt hinges set flush into recesses in the frames. 4,5 mm thick
reinforcing plates shall be welded to the backs of the frames at hinge
positions.

Heads of frames over double doors shall be drilled where required to form
keeps for bolts and shall be fitted with one rubber buffer for each leaf of the
door.

Frames for single doors shall be fitted with approved chromium striking plates
and adjustable striking-plate keeper boxes in at the back of the frame by a

MSW.214 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

welded-on sheet-metal box. The frames shall be fitted with a minimum of two
rubber buffers.

Frames shall be protected against twisting and damage during transit and
erection.

(c) Pressed-steel doors

Pressed-steel doors shall be manufactured from 1,6 mm thick steel plate. The
doors shall be of standard design, pressed to shape with 40 mm reveals all
round. The doors shall be strengthened with full-length vertical V-shaped or
other approved sectional strengthening ribs projecting to the outer face. Two
horizontal stiffening rails shall also be welded to the inner face of the doors.

A door shall be hung on a pair of 100 mm long steel butt hinges with loose
pins. The leaves of the hinges shall be welded to both the door and the door
frame, and a 1,6 mm thick steel plate shall be welded to the inner face of the
door to protect the lock.

One leaf of double doors shall be fitted at the top and bottom with approved
150 mm cast brass barrel bolts in an approved manner and the other leaf
shall be fitted with a lock, the striking plate of which shall be fixed to the first
leaf.

Where indicated on the Drawings, doors shall be fitted with louvered


ventilation grills of approved design, backed with insect and vermin-proof
gauze screening.

(d) Steel window frames

All steel window frames shall comply with SANS 727 and shall be of the types
and sizes shown on the Drawings.

Standard industrial types of steel window frames shall be constructed from


rolled mild-steel industrial sections, 35 mm wide by 3 mm thick, with opening
sections constructed from standard residential sections, 25 mm wide by 3 mm
thick, welded at angles and properly jointed at intersections.

MSW.215 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Window frames shall be formed perfectly flat, truly square and properly jointed
at all angles, and the opening portion shall fit properly on all faces and shall
open and close freely.

Glazing bars shall be continuous with jointed intersections, the ends being
neatly tenoned into the frame and securely welded in position.

Frames shall be fitted with standard fixing lugs.

Opening sections shall open as indicated on the Drawings, and shall be fitted
with steel hinges with brass pins. Pivots shall be fitted with bronze ring
centres.

Side hung or top hung opening sections shall be fitted with brass handles and
friction stays. Bottom hung sections shall be fitted with friction pivots and
spring catches.

Weather bar drips shall be attached to the fixed frames for the complete width
of the window at the head of outward opening sections.

Composite windows may either be delivered completely assembled with


mullions and transoms or as separate units for assembly on the Site, but "one
piece" construction is preferred.

(e) Burglar proofing for steel window frames

Burglar proofing for steel window frames shall be constructed from rolled mild
steel rods of at least 12 mm diameter and welded at all intersections to form
openings not exceeding 125 mm by 250 mm.

Burglar proofing sections shall be formed perfectly flat, truly square where
applicable and properly welded onto the window frame in such a manner that
it does in no way prohibit the opening/closing of windows nor the cleaning of
window panes.

Burglar proofing shall be welded/fixed to the window frame prior to the


building in of the frame.

MSW.216 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(f) Door locks and handles

All door locks shall comply with the requirements of SANS 4 and shall be of
approved manufacture and pattern. All locks shall be supplied with two keys.
Keys shall be distinctly numbered with consecutive numbers and each key
shall be stamped with the same number as that of the lock which it controls.
No two locks in any one building may have the same key.

External doors shall be fitted with three-lever heavy-duty mortice locks, which
shall be master-keyed.

All locks shall be properly installed and, after completion, striker plates shall
be adjusted and the locks serviced.

Door handles shall be of cast zinc of approved manufacture and pattern.

(g) Miscellaneous fittings

All retaining devices for doors and windows as well as fittings such as coat
hooks, retaining hooks, etc. shall be of solid brass. All fittings shall be secured
by screws or set screws of the same material and finish as the fitting.

Fittings to be fixed to plastered walls, masonry or floors shall be fixed direct by


means of patent plastic or fibre plugs fitted into drilled holes.

Door stops shall be provided at every door and shall be 40 mm diameter


rubber stops.

(h) Valves

All water taps, other than those for special hospital and similar fittings, and
stop taps shall comply with the requirements of SANS 226.

Ball valves shall comply with the requirements of SANS 752.

Non swinging rotary fire hose reels shall comply with the requirements of
SABS 543 with solid discs and a 25 mm waterway at the brackets. They
must incorporate a Jennkin’s type control valve and a rotary pressure joint at

MSW.217 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

hub to hose connection. Valve handwheels are to be clearly marked with a


arrow and “Open” in red.

All reels are to be fitted with the specified length of 19mm internal diameter
first quality 4 ply canvas reinforced red rubber hose having a smooth black
rubber core or with another equal type of hose to the approval of the Engineer
and the local Firemaster. The hose must be firmly fixed at one end to the reel
hub connection and must be so arranged that the hose coils without kinking at
the joints. It must be fitted at the other end with chromium plated 19mm metal
shutoff cock and an 8mm detachable nozzle. A suitable chromium plated
flexible hose guide through which hose is to be permanently threaded is to be
provided and securely fixed to the wall and is to be near the reel in a way
which will allow the hose to be run out in any direction. A suitable chromium
plated bracket is to be provided for supporting the nozzle when the hose is
not in use.

PSU 3.3 GLAZING

(a) Glass

Glass shall comply with the requirements of CKS 55. The quality of all
window glass shall be such that surface deterioration will not develop after
glazing.

All glass shall be free from bubbles, waviness, scratches, stains or other
imperfections.

Unless otherwise specified, sheet glass for glazing shall be flat-drawn clear
glass of ordinary glazing quality and of the thicknesses indicated below.

For panes not exceeding 0.75 m in area 3 mm

For panes exceeding 0.75 m but not exceeding 1,5 m in area 4 mm

(b) Putty

All putty shall comply with the requirements of SANS 680.

MSW.218 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Putty shall not be too hard or soft or caked when used, and shall dry evenly
without crazing or cracking.

Defective putty shall be cut out and replaced by the Contractor at his own
expense, and any broken glass shall also be so replaced and putty so
repainted.

PSU 3.4 CARPENTRY AND JOINERY

(a) Materials

All timber used for structural purposes shall be of merchantable grade and
shall comply with the requirements of SANS 563 and SANS 1245. Structural
timber shall be carefully selected and of the best quality, free from large or
dead knots, shakes, waney edges or other defects. Purlins, battens (for roof
tiles) and brandering shall comply with the requirements of SANS 653.
Finger-jointed structural timber shall comply with the requirements of SANS
096 and laminated timber with the requirements of SANS 1089.

Hardwoods and softwoods for joinery shall comply with SANS 1099 and
SANS 1359 respectively and suitable species shall be used for the various
purposes.

Unless otherwise specified, all materials shall conform to the appropriate


SANS or BS specification where such standards exist for nails, screws, bolts,
adhesives, etc.

(b) Preservative treatment

All structural timber shall be given a preservative treatment suitable for the
duty for which the timber is intended in accordance with SANS 05, and no
untreated timber shall be used. The preservative treatment shall not impair
the final finish. The timber shall be impregnated throughout. When surface
coating is specified, the compounds applied on the surfaces of the timber
shall form an unbroken film.

(c) Priming

MSW.219 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The jointing surfaces of all joints exposed to the weather and built-in portions
of frames shall be thickly primed except where adhesives are specified.

Carpentry and joinery items which are prepared for painting by the
manufacturer shall be knotted and primed before being dispatched to the Site.

Primes surfaces shall be touched up where necessary during the progress of


the work or where Site adjustments have been made.

PSU 3.5 ROOF COVERING AND ACCESSORIES

(a) Roof covers

(i) Galvanized-steel sheeting

Unless otherwise stated, galvanized-steel sheeting shall have a


minimum ungalvanized thickness of 0,5 mm and shall be of the
profile as scheduled or shown on the Drawings. The sheeting shall
comply with the requirements of an approved manufacturer's
specification. The galvanizing shall comply with the relevant
requirements of SANS 934 for class Z 600 coating and shall have
been passivated.

(ii) Fibre-cement sheeting

Fibre-cement sheeting shall have a minimum thickness of 5 mm,


shall be of the profile as scheduled or shown on the Drawings, and
shall comply with the relevant requirements of SANS 685.

(iii) Roofing tiles (clay and concrete)

Clay roofing tiles shall comply with the requirements of SANS


specification 632, and shall be of approved pattern, free of cracks,
crazing, chips, twists and other defects, of a uniform colour and
equal to the sample submitted to and approved by the Engineer.

MSW.220 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Clay tiles shall be approximately 381 mm x 230 mm, weighing 2,95


kg per tile and laid to a gauge to give a coverage of 17,8 tiles to the
square meter.

Concrete roofing tiles shall comply with the requirements of SANS


Specification 542 and shall be of approved pattern and colour, free
of cracks, crazing, chips, twists and other defects, uniform in colour
and equal to a sample submitted to and approved by the Engineer.

Concrete tiles shall be approximately 420 mm x 330 mm weighing


4,8 kg and shall be laid to a gauge to give a coverage of 10,25 tiles
to the square meter.

Unless otherwise specified, concrete tiles shall have a natural stone


granular finish.

(iv) Roofing underlays

Roofing underlays for tiled roofs shall either be reinforced bitumen


felt complying with BS747 type 1F or polyethylene sheeting
complying with SANS 952 type C with a minimum thickness of 0,25
mm.

(b) Fasteners

Fasteners and washers shall comply with the requirements of SANS


1273, shall be durable, and shall be protected against corrosion to a
standard at least equal to the standard of corrosion protection of the
sheeting material with which they are to be used. Fasteners to be
used with fibre-cement sheeting shall be hot-dip galvanized
fasteners and nails for roof tiles shall be made of copper, aluminium
or stainless steel.

Bolts and rivets used with galvanized sheeting shall be at least


4 mm in diameter, and those used with fibre cement sheeting, at
least 6 mm in diameter. Nails for roof tiles shall be at least 2,8 mm
thick and of sufficient length to penetrate the batten by 25 mm.

MSW.221 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Self-tapping screws and blind rivets may be used for side-stitching


and as fasteners for ridging, flashings, etc.

(c) Rain-water goods and flashings

Rain-water goods such as launders, gutters, down pipes, etc. and


flashings shall be of the size and materials as scheduled or shown
on the Drawings, and the materials shall, if similar, comply with the
same requirements as specified for the sheeting. All rain-water
goods shall be supplied complete with adequate quantities of
suitably shaped brackets and fasteners.

(d) Sealants
Sealants shall comply with the requirements of SANS 110,
SANS 1254 or SANS 1305 as applicable or with the sheeting
manufacturer's recommendations as approved by the Engineer.

MSW.222 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(e) Battens

Battens for tiled roofs shall comply with clause PSU 3.4(a) and shall
be of size 38 x 50 mm.

PSU 3.6 WALL AND FLOOR TILES

(a) Wall tiles shall be 'first grade' glazed ceramic tiles complying with the
requirements of SANS 22 for class E tiles and shall be true and
regular in shape and size and of even colour.

(b) Quarry tiles shall be the best quality pressed tiles, sound, well burnt,
even in size and colour and free of markings, hollows, cracks and
chips.

PSU 3.7 WATERPROOFING OF CONCRETE ROOFS

Waterproofing material for concrete roof slabs shall be an approved synthetic


membrane such as a multiple layer polyester reinforced acrylic membrane or
other approved material capable of being fusion welded at joints to provide a
homogeneous layer over the whole roof area. The membrane must be
capable of withstanding extreme climatic conditions. It shall furthermore be
biologically neutral, resistant to ultra-violet rays and heat, compatible with
bitumen and be of a thickness of not less than 1.5 mm.

PSU 3.8 PAINT

Refer to the Corrosion Protection Specification for Civil, Mechanical and


Electrical Engineering Construction (Golder Associates, 2006 Edition).

PSU 4 PLANT

Not applicable to this Section

PSU 5 CONSTRUCTION

MSW.223 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 5.1 BRICKWORK, PLASTER WORK AND FLOOR SCREEDS

PSU 5.1.1 Construction of brickwork

(a) Cement mortar

Cement mortar shall, unless otherwise specified, consist of 1 part of Portland


cement to 4 parts of sand by volume for normal brickwork and 1 part of
Portland cement to 3 parts of sand by volume for reinforced brickwork. The
ingredients for cement mortar shall be measured in proper gauge boxes on a
boarded platform and thoroughly mixed. Alternatively, mixing may be by
means of an approved mechanical batch mixer. Only when the dry
ingredients have been thoroughly mixed and a mixture of uniform colour has
been obtained may the water be added in sufficient quantity to obtain mortar
with the required consistency.

Cement mortar shall be used within two hours of adding water to the mix and
shall not be used after two hours or if it has begun to set. Mortar shall be
turned over frequently until it is used to prevent it from setting.

(b) Brickwork

Dimensions of all the brickwork shall be set out and built as shown on the
Drawings. Bricks shall be kept wet before laying and the top of brickwork shall
be wetted before any further bricks are laid. Bricks shall be well buttered with
mortar before being laid and all joints shall be thoroughly flushed up as the
work proceeds. All joints to faced brickwork shall be neatly made and key
drawn with a 6 mm key.

Brickwork shall be carried up in a uniform manner with no portion being raised


more than 1 m above an adjacent portion. All perpends, quoins, etc. shall be
kept strictly true and square and the whole properly bonded together.

Unless otherwise stated, brickwork shall be built in stretcher bond and bats
shall not be used except where required for the bond. All joints shall be
10 mm wide and four courses shall measure 340 mm.

MSW.224 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Brickwork for cavity walls and solid walls built in stretcher bond shall be tied
with wall ties placed not more than one metre apart in every third course, and
shall be staggered vertically or as otherwise specified in the Project
Specifications. At openings, the ties shall be positioned not more than
300 mm apart along the periphery of the opening and 150 mm from the
opening.

Face brickwork shall be kept perfectly clean. Cavities in cavity walls shall be
free of any rubble. Soiled brickwork shall be cleaned at the Contractor's
expense, and the cleaning method shall be approved by the Engineer.

(c) Reinforced brickwork

Brickwork over door and window openings shall be reinforced with steel rods,
welded or expanded mesh, etc. Reinforcement shall be placed in each course
of brickwork for a minimum of 4 courses or as shown on the Drawings.
Reinforced brickwork shall continue at least 300 mm on each side of the
openings.

Brick lintels are to be formed of good, sound well-burnt bricks properly


bonded longitudinally. They are to have a bearing of at least 330mm on each
side of the opening. Where two openings are less than 1 000mm apart that
lintels shall be continuous over all the openings and their dividing piers and
also have at least 330mm bearing at both extreme ends. At each reveal the
end bricks of the bottom course must have bearing of at least half its face
length.

The number of courses in each lintel shall be at least the number of courses
stated in the table below. In continuous lintels, the height shall be for the
widest opening spanned. The space between the brick skins of the bottom
two courses of lintels in cavity walls is to be filled in with concrete made with
small aggregate. The bricks are to be bedded and jointed in 3:1 cement
mortar. Particular care must be taken to ensure solid bedding, particularly
where the reinforcement occurs.

Each lintel is to be reinforced with lengths of approved brick reinforcement in


single layers to the full length of the lintel as set out in the table below. Brick
reinforcing must be placed in the bottom courses. All brick lintels must be

MSW.225 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

built upon approved rigid temporary supports left in position for at least 7 days
after the lintel is completed.

Width of Thickness No. of Brick


Opening of Wall Brick Reinforcement
Courses
Not 115mm 4 1 Run 82mm wide in
Exceeding each of 2 joints
1 500mm 230mm or 4 1 Run 158mm wide
280mm in each of 2 joints
1 500mm 115mm 6 1 Run 82mm wide in
to each of 4 joints.
2 250mm 230mm or 6 1 Run 158mm wide
280mm in each of 4 joints
2 250mm 115mm 8 1 Run 82mm wide in
to each of 6 joints.
3 000mm 230mm or 8 1 Run 158mm wide
280mm in each of 6 joints
Reinforcement of other diameters and strengths may be used providing the
values used are equivalent to those shown in this table.

Prestressed concrete lintels may be used where approved by the Engineer.


Prestressed lintels are to be as manufactured and supplied by an approved
manufacturer, in the appropriate widths and in the lengths to provide a
minimum bearing of 225mm each side of opening. Care must be taken to
avoid breakages in handling.

(d) Key for plaster

Joints of all brickwork receiving plaster shall be raked out, or the brick
surfaces shall otherwise be prepared with an acrylic slurry or any other
approved bonding agent.

(e) Damp-proofing

A damp-proof course shall be laid over the full width of all the walls at a
minimum height of 150 mm above the final ground level or wherever else it

MSW.226 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

may be required, and it shall be lapped for at least 150 mm at angles and
joints. A damp-proof course shall also be laid and stepped up under all
external sills.

(f) Roof bearings on top of brick walls

Top of brick wall shall be properly finished with a 10 mm thick mortar layer
with steel float finish and the bearing positioned securely on the centre of the
wall. Should the bearing consist of two layers of masonite, the smooth faces
of the masonite should each be covered with a thin layer of approved grease
and stuck together to form a sliding bearing.

(g) General

Rough and fair cutting shall be performed as required, and the brickwork shall
be fitted around any steel work. Face brickwork shall be carefully cut and
fitted to suit fittings.

Chases shall be left or formed for edges of concrete floors, staircases, etc.
Chases shall also be provided wherever they may be required for pipes,
conduits, switch boxes, distribution boards, and the like. Joints shall be raked
out for flashings.

PSU 5.1.2 Plaster work

(a) A plastered finish may consist of a combination of one or more of


the following:

(i) A single coat or first coat, comprising one application of a 1:6


cement : sand mixture with a wood or steel-float finish.

If a first coat, the plaster shall be wood-floated and then


scratched, raked or otherwise roughened to provide a
mechanical key for the second coat, which shall be applied
within 24 hours. Should it be impossible to apply the second
coat within 24 hours, the first coat shall be kept moist until
the second coat is applied.

MSW.227 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(ii) A second coat comprising one application of a 1:6


cement : sand mixture with a wood-float finish.

(iii) A finishing coat comprising a 1:1½ gypsum : sand mixture


with a steel-float finish.

(b) Thickness

The total thickness of the plaster finish shall be 10 mm minimum and


20 mm maximum.

(c) Workmanship

All plaster work shall be finished smooth and ready to receive paint.
Plaster shall be flush with the faces of all switch and plug boxes, the
interiors of which shall be kept free from plaster. Plastered surfaces
shall be plumb and jambs and reveals shall be formed square.

The plasterer shall cut out and make good all cracks, blisters and
other defects and leave the plaster work, on completion, in a state
which is acceptable to the Engineer
PSU 5.1.3 Floor screeds

(a) Normal screeds

Normal screeds shall have a mix proportion by mass consisting of 1


part of Portland cement and 3 parts of fine aggregate. A minimum
amount of water is to be used but it shall be sufficient to allow
adequate compaction and activation of cement.

Screeds shall be laid on clean hardened bases, prepared as for


granolithic screeds, and shall be steel-trowelled to a true and
smooth finish. Joints in screeds shall coincide as nearly as possible
with joints in the bases. The thickness of screeds shall be as shown
on the Drawings or as directed by the Engineer.

MSW.228 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The entire screed surface shall be free from loose or raised particles
of aggregate, trowel marks or from any irregularities, humps or
depressions exceeding 5 mm when measured from a 3 m long
straight-edge.

Screeds shall be cured for 3 to 7 days as may be directed by the


Engineer, and shall be protected from damage.

No moisture-sensitive floor finish shall be laid on screeds unless a


reliable moisture test shows that the screed is sufficiently dry to
receive the covering.

(b) Granolithic screeds

Granolithic floor screeds shall be composed of 2 parts of Portland


Cement to 3 parts of aggregate with sufficient water added to obtain
a consistency as dry as may be practicable. The screed shall be
rendered with a wood float and struck off with a steel trowel after set
has commenced.

The granolithic mixture shall be floated onto the concrete floor slab
within 12 hours of the latter having been laid. Where this cannot be
done within 12 hours, the concrete surfaces shall be thoroughly
hacked, cleaned, watered and treated with approved cement slurry
or with an approved bonding agent, as may be directed before the
granolithic screed is laid.

Where a tinted granolithic screed is specified, it shall be placed in


two layers, a lower layer placed to within 6 mm of the finished level
and an upper layer into which the pigment has been mixed. No
dusting on of colouring material will be allowed.

The surface of all granolithic screeds shall be kept damp for a period
of at least 7 days after laying by covering it with polyethylene
sheeting or by thickly covering it with wet sand, sawdust or Hessian
kept moist by frequently sprinkling it with water.

MSW.229 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The granolithic screeds shall be not less than 20 mm thick, finished


to falls as shown on the Drawings, and shall be laid in panels not
exceeding 4,0 m in any direction.

Where shown on the Drawings or directed by the Engineer


thresholds shall be finished with granolithic screeds 25 mm thick,
treads 25 mm thick, and risers 20 mm thick, including rounded
nosings and reedings.
Edges next to walls shall be finished with projecting skirting, 75 mm
high, with rounded top edges, unless otherwise specified or
instructed by the Engineer.

PSU 5.2 INSTALLATION OF DOORS AND WINDOWS

All built-in door and window frames shall be set straight, plumb and level, and
shall operate to the satisfaction of the Engineer after fixing has been
completed.

Fittings shall be either removed, or wrapped and protected from damage, until
all rough trades have been completed.

PSU 5.3 GLAZING

Glass shall be cut in panes to suit all glazed openings with sufficient
clearance all round to prevent cracking by expansion, contraction or vibration.

In all cases the glass shall be well bedded and back-puttied and installed as
specified in SANS Code of Practice 0137.

All putty shall be carefully trimmed, cleaned off and neatly finished off straight
with smooth surfaces and sharp mitres. A paint primer shall be applied as
soon as the putty has dried out sufficiently to prevent shrinkage cracks from
forming.

The entire glazing operation shall be cleaned before the premises are handed
over for occupation.

MSW.230 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 5.4 CARPENTRY AND JOINERY

PSU 5.4.1 Carpentry work

(a) Scope of work

Carpentry work shall be carried out in a manner consistent with good


workmanship and in compliance with the Drawings.

The carpenter shall perform all cutting away and making good in attendance
upon all other trades and he shall provide and maintain temporary coverings
required for the protection of any finished work that might be damaged if left
unprotected during the progress of the work.

MSW.231 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(b) Dimensions

"Unwrought" timber shall be "as sawn" and shall be to the dimensions and
within the tolerances specified in the relevant SANS Standard Specifications
mentioned in Sub-Clause PSU 3.4 (a).

(c) Jointing

Unless otherwise specified, all joints shall be secured by means of a


suitable type and a sufficient number of approved connectors. All joints shall
be carefully made in such a way that they will not impair the strength and
stiffness of the beams or members.

(d) Timber roof construction

The plates, joists, rafters, purlins, brandering and other pieces used for the
construction of the roof and trusses shall be of the dimensions, spacing and
construction, as shown on the Drawings.

All the joints in the framework shall be of the most appropriate type,
accurately formed and adequately secured with fasteners as specified.

PSU 5.4.2 Joinery work

(a) Scope of work

Joinery work shall consist of the manufacture, delivery to the Site, and fixing
in the buildings, of all joinery shown on the Drawings.

Except where a special finish is specified, the Contractor shall have all
stairs, landings, doors, shelves and other joinery work cleaned and
scrubbed down and shall leave all his work in a good order to the
satisfaction of the Engineer.

(b) Dimensions

MSW.232 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All "wrought" timber shall be sawn, planed, drilled or otherwise machined or


worked to the correct sizes and shapes shown on the Drawings.

Reasonable tolerance shall be provided at all connections between joinery


works and the building structure to compensate adequately for any
irregularities, settlements or any other movements.

(c) Fabrication

The joiner shall perform all the necessary mortising, tenoning, grooving,
matching, tonguing, housing, rebating and all the other works necessary for
correct jointing. He shall also provide all metal plates, screws, nails and
other fixings that may be necessary for doing the specified joinery work
properly.

(d) Joints

Where joints are not specifically indicated, they shall be the recognised
forms of joints for each position. The joints shall be so made as to comply
with part 2 of BS 1186.

(e) Doors and frames

Door frames, linings, panel doors, framed, ledged and braced doors, flush
doors, sliding doors, etc. shall be supplied or made by the joiner and shall
be installed, fitted or hung as detailed on the Drawings.

All timber shall be "wrought" and prepared for oiling, staining, varnishing or
painting.

(f) Skirting, cornices, etc.

Skirting, cornices, etc. shall not be installed until after the wall coverings
have been applied, the flooring laid and ceilings installed, unless otherwise
specified.

MSW.233 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(g) In situ joinery

In situ joinery work shall not be executed until after all floor, wall and ceiling
surfaces have been formed or constructed, unless otherwise instructed.

(h) Ceilings

Ceilings shall consist of fibre-cement panels as shown on the Drawings and


shall be nailed to the brandering or suspended from the roof structure. The
panels shall be separated by exposed tees and insulated with a 50 mm
thick fibreglass wool blanket where shown on the Drawings.

PSU 5.5 ROOF COVERING AND ACCESSORIES

(a) General

Roofs shall be left perfect and watertight on completion of the work,


and all gutters and valleys shall be cleaned out.

(b) Metal Roof sheeting

Wherever possible, roof sheets shall be of a single length from eave


to eave. However, if these lengths exceed the standard sheet
lengths, the number of laps shall be kept to a minimum and shall
conform to the manufacturer's recommendations for the roof slopes
indicated. End laps extend beyond the purlin or rail by 150 mm.

Sheeting shall be fixed to purlins with approved screws, each


complete with a galvanized steel washer over an approved sealing
grommet.

The sides of sheets shall be lapped over for a minimum of one


corrugation or according to the manufacturer's recommendations
and shall be stitched with approved screws or blind rivets.

MSW.234 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All laps in sheeting shall be sealed with an approved sealant. Swarf,


grindings and surplus fasteners shall be removed from the roof on
completion. Holes for fasteners shall be drilled and not punched.

Flashings, ridging, eaves closers, etc. shall be of the size and shape
necessary to suit the sheeting used. Flashings shall be of an
approved type and shall be properly cut, lapped, shaped, dressed
and fixed in an approved manner to render a waterproof finish.
Provision shall be made for expansion and contraction in long
lengths and at expansion joints of the building.

Gutters shall be fixed on suitable brackets and shall fall to outlets, all
as directed by the Engineer. Gutters and brackets shall be standard
units.

All down pipes shall be watertight and shall be fixed 25 mm clear of


the finished wall face or structure by means of suitable brackets, and
at approved spacings. The positions of the down pipes shall be as
directed by the Engineer.

(c) Roof tiling (both clay and concrete)

Note: All roofs to be tiled shall be provided with an underlay


regardless of the slope of the roof.

Roof tiling shall be laid according to the "broken bond" method, and
vertical joints between tiles and the bottom edge of each course of
tiles, shall range perfectly straight.

For roof slopes up to 25°, tile overlap shall not be less than 100 mm
and for steeper slopes not less than 75 mm.

Half tiles shall be provided as required at abutments and at verges


of roofs.

Unless otherwise specified, each tile in every third course, all tiles in
eaves courses and ridge courses, end tiles in every course at each
side of hips and valleys, half tiles and full tiles at verges, and all tiles

MSW.235 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

to open eaves and open overhanging verges shall be secured to the


battens with galvanised wire having a diameter of 1,6 mm passed
through the holes in nibs, and wound round the battens or round
stout galvanised clout-headed nails driven into the battens.

Tiling shall be carefully cut and dressed at hips and valleys and,
where necessary, at abutments, etc. Mitred portions of tiles at hips
and valleys shall be holed and properly secured.

Hip and ridge tiles shall be of the same material and manufacture as
the roofing tiles, with a minimum cover of 75 mm over the top course
of tiling on each side and with collars for overlapping joints, and shall
be bedded and pointed in 1 to 3 cement mortar, with strips of
approved bituminous sheeting laid under the mortar bedding of such
a width as will give a lap of at least 25 mm onto the tiling at each
side and lapped not less than 75 mm at end joints.

All hip tiles and every fourth ridge tile shall be holed and fixed with
approved nails.

The hip and ridge junction tiles, stop ends, etc. shall be of approved
design, made to work in with ridging and ordinary tiles and bedded
and pointed as before.

(d) Roof underlays

Underlays shall be draped over the rafters in such a manner that


both horizontal and vertical overlaps are at least 150 mm. The
underlay shall further extend over the tiling fillet and fascia board
and into the eaves gutter in such a manner that no troughs be
formed behind the fascia board to inhibit the free drainage of any
condensation that may be formed.

MSW.236 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(e) Setting out of tiled roofs

(i) Positioning top and bottom battens

Fix the bottom batten which is to carry the eaves or first


course of tiles so that it allows an overhang of the tiles over
the fascia board and of one third of the gutter. Fix the top
battens so that the gap between the tiles of the two ridge
courses is not more than 100 mm.

(ii) Batten gauge

The distance between the top of the eaves batten to the top
of the top batten must be divided into equal batten gauges,
which must not exceed those prescribed for the tile to be
fixed (i.e. (for clay tiles) not exceeding 320 mm for roof
slopes up to 25° and not exceeding 345 mm for steeper
slopes).

Fixing battens

The nails for fixing battens and counter battens should be of


sufficient length to penetrate the rafter by 40 mm. Ensure
that all batten joints are located on a rafter.

(iii) Setting out tiles

Set out a full course of tiles over the eaves course, starting
with the correct overhang at the right hand verge. By
opening or closing all the joints between the tiles it should be
possible, given a normal run of eaves, to complete the
required eaves length using only whole tiles and hence
eliminating cutting.

Note: All general tile patterns are designed to allow a side


lock tolerance of approximately 3 mm. Hence, by using this

MSW.237 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

side lock tolerance along an eaves length; tile cutting can


generally be avoided.

(iv) Keeping perpendicular lines true

This can be achieved by striking perpendicular chalk lines


from eaves to ridge at three tile intervals. If the tiles are
subsequently laid so that their edges coincide with these
lines, the roof tiles will be perpendicular and a raking left-
hand verge will be avoided.

(v) Keeping horizontal lines true

This can be achieved by marking the batten gauge on a rod


to make corresponding marks on the underlay or rafter
across the roof.

Note: The bargeboard should not be fitted and the battens


should not be cut until the above setting out procedure has
been completed.

PSU 5.5 WALL AND FLOOR TILING

(a) Tiles shall be fixed to walls with an approved adhesive and finished
with white cement joints. Tiles shall be laid with straight joints and
arranged symmetrically in the tiling pattern.

(b) Concrete tiles and all other types of hard tiles used as floor cover
shall be bedded in cement mortar and shall be laid level. Tiles shall
be laid with straight joints and flush with granolithic work, where
applicable.

(c) Vinyl floor tiles shall be laid level and with straight joints. the
adhesive compound used and the method of laying employed shall
be strictly in accordance with the tile manufacturer's instructions.

MSW.238 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 5.6 PAINT

Refer to the Particular Specification G02: Corrosion Protection Specification


for Civil, Mechanical and Electrical Engineering Construction (Golder
Associates, 2006 Edition).

PSU 5.7 WATERPROOFING OF CONCRETE ROOFS

The water proofing material shall be properly bonded or stuck to the concrete
slab and shall be sealed up against parapets and properly flashed, sealed
and dressed down into outlets and flashed around all protrusions all as shown
on the Drawings.
On completion the entire surface area of the waterproofing shall be given two
coats of a reflective paint compatible with the waterproofing material and be
left neat, clean and watertight.

The whole of the waterproofing installation must be carried out by specialists


appointed by the manufacturer and the work must be guaranteed against any
defects in material and/or workmanship for a period of ten years. Should any
leaks become apparent during this time, the Contractor must undertake to
have same repaired without delay and at his own cost.

MSW.239 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 6 TOLERANCES

Not applicable to this Section.

PSU 7 TESTING

Not applicable to this Section.

PSU 8 MEASUREMENT AND PAYMENT

PSU 8.1 BRICKWORK

(a) 345 mm thick (state type of brick outside face and inside face)
Unit: Square metre (m²)

(b) 230 mm thick (state type of brick outside face and inside face)
Unit: Square metre (m²)

(c) 115 mm thick (state type of brick)


Unit: Square metre (m²)

The unit of measurement shall be the square metre of each type of brickwork
built, calculated from the leading dimensions of the brickwork. Areas of
windows, doors etc. built into brickwork shall not be included in the areas
measured for payment. At corners and intersections common to more than
one brick wall, the areas shall be measured only once.

The tendered rate shall include full compensation for the construction of the
brickwork complete as specified, including pointing, the building-in of
conduits, beams, pipe sleeves, doors, windows, the raking-out of joints,
damp-proof course, bricks on edge (if applicable) etc.

PSU 8.2 ROOF BEARINGS ON BRICKWALLS

MSW.240 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(a) Masonite bearings as specified (state width) Unit: Metre (m)


(b) Commercial bearing as specified (state type) Unit: Metre (m)

The tendered rate shall include full compensation for supply of material,
cutting waste, applying grease where applicable and laying on top of
brickwork including the mortar bed with steel trowel finish.

PSU 8.3 PLASTER WORK

(a) Single coat or first coat (thickness indicated)


(i) wood-float finish Unit: Square metre (m²)

(ii) steel-float finish Unit: Square metre (m²)

(b) Second coat (thickness indicated) Unit: Square metre (m²)

(c) Finishing coat Unit: Square metre (m²)

The unit of measurement shall be the square metre of each type of coat
completed as specified.

The tendered rate shall include full compensation for the construction of the
plaster work, including the supply of all materials, mixing, applying, finishing,
forming reveals, joints, etc. complete as specified.

PSU 8.4 FLOOR SCREEDS

(a) Normal screeds (thickness and finish indicated)


Unit: Square metre (m²)

(b) Granolithic screeds (thickness and finish indicated)


Unit: Square metre (m²)

(c) Extra-over (a) or (b) for skirting (or nosings or reeding)

MSW.241 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Unit: Metre (m)


The unit of measurement shall be the square metre of floor screed laid, as
specified, on floors, steps or areas shown on the Drawings or as designated
by the Engineer.

The tendered rate shall include full compensation for the construction of the
floor screeds skirting, etc., including the supply of all materials, mixing, laying
and finishing.

PSU 8.5 TILING

(a) Wall tiles (type and location) Unit: Square metre (m²)

(b) Floor tiles (type and location) Unit: Square metre (m²)

(c) Quarry tiles (type and location) Unit: Square metre (m²)

The unit of measurement shall be the square metre of each type of tile laid.

The tendered rate shall include full compensation for laying, jointing and
pointing of tiles, including the supply of all materials necessary to complete
the tiling, including any cutting and waste, all as specified.

MSW.242 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSU 8.6 WATERPROOFING OF CONCRETE ROOFS

The unit of measurement shall be

(a) Main surface Unit: Square metre (m²)

(b) GMS or other approved flashing Unit: Metre (m)

The tendered rate for the main surface shall include full compensation for
the supply of all material, including installation of waterproofing, welding of
joints, gluing down, sealing and painting with protective paints all as
specified.

The tendered rate for the flashing shall include full compensation for the
supply and installation of the flashing including all fasteners and silicone
sealant as specified.

PSU 8.7 RAINWATER OUTLETS

(a) Supply and installation of 80 mm diameter cast iron full bore


rainwater outlet

Unit: Number (No)

The unit of measurement shall be the number of outlets, installed

(b) Extra over item PSU 8.7(a) for the supply and installation of 80 mm
diameter screwed and socketed galvanised steel pipes and fittings

(i) medium quality screwed and socketed pipes


Unit: Metre (m)

The unit of measurement shall be the linear metre of galvanised mild steel
pipe installed

MSW.243 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(ii) etc. for fittings Unit: Number (No)

The unit of measurement shall be the number of fittings installed.

The tendered rates shall include full compensation for the supply of material,
corrosion protection as specified, including building into brickwork, cutting and
threading, waste and neatly sealing and finishing waterproofing around
rainwater outlets.

PSU 8.8 IRONMONGERY

PSU 8.8.1 Doors and Windows

(a) Steel door frames, including lintol (type and size indicated)
Unit: Number (No)

(b) Steel door with frame, including lintol (type and size indicated)
Unit: Number (No)

(c) Dark bronze anodised aluminium door with frame, including glazing
and lintol (type and size indicated) Unit: Number (No)

(d) Steel window frame, including burglar proofing, glazing, sills and
lintols (type and size indicated) Unit: Number (No)

(e) Dark bronze anodised aluminium window with frame, including


glazing, sills and lintols (type and size indicated)
Unit: Number (No)

(f) Adjustable louver. Extra over PSU 8.8.1(e) for approved glass
louvers, including 6 mm glazing and galvanized wire mesh screen
on inside (type and size indicated)
Unit: Number (No)

MSW.244 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The unit of measurement shall be the number of steel door frames, steel
doors with frames, dark bronze anodised aluminium doors with frames, steel
windows with frames, dark bronze anodised aluminium windows with frames
and adjustable louvers installed complete as specified. The tendered rate
shall include full compensation for the installation of the doors, windows and
louvers including the supply of all materials, manufacturing, installing, hinges,
handles, locks, barrel bolts, retaining devices, door stops, stays and any other
work necessary to complete the work as specified. The tendered rate for
windows shall also include full compensation for glazing, window sills, lintols
and dampproof sheeting all as specified. For steel window frames the supply
and installation of burglar proofing shall also be included in the tendered rate.
For aluminium windows the supply and installation a galvanized wire mesh
(20 x 20 x 1.8 mm) screen, fixed to the inside of each adjustable louver in
such a manner as not to prohibit the opening or closing of the louver as well
as the supply and installation of hot dipped galvanized steel mullions between
windows or where indicated on the drawing shall also be included in the
tendered rate.

PSU 8.8.2 Fixed Louvers:

Supply and installation of approved powder coated steel louvers (state


opening size)
Unit: Number (No)

The unit of measurement shall be the number of louvers installed.

The tendered rate shall include full compensation for cutting of openings in
walls and neatly finishing after the installation, including supply of necessary
materials, wooden frames or 12 mm thick plastered sills and lintols (steel
float), etc.

PSU 8.8.3 Security Gates

Supply and fixing of security gates (refer to drawing)

(a) Mild steel gates (size and type indicated) Unit: Number (No)

MSW.245 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(b) (Etc. for other sizes) Unit: Number (No)

The unit of measurement shall be the number of gates installed complete as


shown on the drawing.

The tendered rate shall include full compensation for the installation of the
gates, including the supply of all materials, manufacturing, installing hinges,
handles, locks, barrel bolts, retaining devices and any work necessary to
complete the work as shown on the drawing. The rate shall further include
for corrosion protection of the mild steel and applying a final coat of paint
after erection. Colour to be approved by the Engineer.

PSU 8.9 STRUCTURAL TIMBER

(a) Plates (sizes indicated) Unit: Metre (m)

(b) Beams (sizes indicated) Unit: Metre (m)

(c) Joists (sizes indicated) Unit: Metre (m)

(d) Rafters (sizes indicated) Unit: Metre (m)

(e) Purlins (sizes indicated) Unit: Metre (m)

(f) Battens (sizes indicated) Unit: Metre (m)

(g) Brandering (sizes indicated) Unit: Metre (m)

(h) Roof trusses complete (refer to drawing no.) Unit: Number (No)

The unit of measurement shall be the metre of individual types of timber


elements or number of complete trusses installed.

MSW.246 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate shall include full compensation for the supply of all
materials, manufacture, cutting, waste, jointing and installation of the timber
as shown on the Drawings.

PSU 8.10 CEILINGS

(a) Plaster-board ceiling (type and thickness indicated)

(i) Fixed ceiling Unit: Square metre (m²)

(ii) Suspended ceiling Unit: Square metre (m²)

(b) Fibre-cement ceiling (thickness indicated)

(i) Fixed ceiling Unit: Square metre (m²)

(ii) Suspended ceiling Unit: Square metre (m²)

(c) Acoustical-tiles (type and thickness indicated)

(i) Fixed ceiling Unit: Square metre (m²)

(ii) Suspended ceiling Unit: Square metre (m²)


The unit of measurement shall be the square metre of fixed or suspended
ceiling installed complete as specified.

The tendered rates shall also include full compensation for the construction
of the ceilings, including the exposed tees, insulation blanket and
brandering as specified, as well as the suspension system where
applicable.

PSU 8.11 JOINERY

(a) Doors (type and size indicated) Unit: Number (No)

MSW.247 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(b) Other items measured by number Unit: Number (No)

(c) Skirting (size indicated) Unit: Metre (m)

(d) Other items measured by length Unit: Metre (m)

The units of measurement shall be the number or metre of each type and/or
size of joinery item specified. The tendered rate shall include full
compensation for the supply of all materials, manufacture, cutting, waste,
fixing and installation of the joinery items.

PSU 8.12 ROOF COVERING

(a) Metal sheeting (type and profile indicated) Unit: Square metre (m²)

(b) Fibre cement sheeting (type and profile indicated)


Unit: Square metre (m²)

(c) etc. for other materials Unit: Square metre (m²)

The unit of measurement shall be the square metre of net area of roof
covering installed. The area of over laps shall not be measured for payment.

The tendered rate shall include full compensation for the installation of the
covering material including the supply of battens and underlays where
applicable and of all materials, cutting, installing, sealing, stitching,
flashings, ridging and eaves closers, and any other work necessary for
installing the roof covering complete as specified

PSU 8.13 GUTTERS AND RAIN WATER DOWNPIPES

(a) Gutters (size and material to be indicated) Unit: Metre (m)

MSW.248 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(b) Rain water downpipes (size and material to be indicated) Unit: Metre (m)

The unit of measurement shall be the metre of each size of gutter or rain
water downpipe installed where directed by the Engineer. The tendered
rate shall include full compensation for the installation of the gutters and
downpipes, including the supply of all materials, cutting, installing, jointing,
and brackets. The tendered rate shall also include full compensation for
stop ends, nozzles, shoes, goose necks, galvanized-wire gratings in gutter
outlets, and any other work necessary for installing the gutters and
downpipes as specified.

PSU 8.14 ROOF VENTILATORS

(Type and material indicated) Unit: Number (No)

The unit of measurement shall be the number of roof ventilators installed as


shown on the Drawings or directed by the Engineer.

The tendered rate shall include full compensation for the installation of the
ventilators, including the supply of all materials, manufacturing and sealing
and for the cutting of roof sheeting.

PSU 8.15 PAINT WORK

(a) Steel door frames (type and size indicated) Unit: Number (No)

(b) Steel door and frame (type and size indicated)


Unit: Number (No)

(c) Steel window frame including burglar proofing (type and size
indicated)
Unit: Number (No)

(d) Other sheet metal work Unit: Square metre (m²)

MSW.249 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(e) Structural steelwork Unit: Kilogram (kg) weight

(f) Plastered or concrete walls (interior) Unit: Square metre (m²)

(g) Plastered or concrete walls (exterior) Unit: Square metre (m²)

(h) Gypsum board or cement fibre ceilings Unit: Square metre (m²)

(i) Concrete soffit ceilings Unit: Square metre (m²)

(j) Gutters (size and material indicated) Unit: Metre (m)

(k) Downpipes (size and material indicated) Unit: Metre (m)

The unit of measurement for paintwork will be as stated above.


The tendered rates shall include full compensation for the supply and
application to the complete satisfaction of the Engineer of all protective and
decorative coatings required, as specified for the various structural
members in the Particular Specification G02: Corrosion Protection.

PSU 8.16 SHELVES IN STORES

Supply and installation of shelves (refer to drawing number and room)


Unit: Lump sum

The unit of measurement shall be the lump sum for shelves. The sum
tendered shall include full compensation for the supply and installation of
shelves as shown on the drawing.

MSW.250 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD: DYNAMIC COMPACTION

PSUD 1 TENDERER' S EXPERIENCE

The tenderer is to submit details regarding experience in the field of dynamic


compaction or shall reference experience of the Subcontractor who will be
responsible for the execution of this work.

PSUD 2 EQUIPMENT

Equipment shall comprise of at least the following mobile units: but the
contractor is responsible for determining the equipment and procedures
necessary to meet the requirements outlined in PSUD 10.2.

1. A 60 ton crane fitted with a boom and appropriate cable, clutch and braking
system to handle a 12 ton free falling tamper.
2. The boom configuration shall allow a drop height of 18 metres measured
from normal ground level whilst the closest portion of the crane is a minimum
of 5 metres away from the point of impact.

PSUD 3 ADDITIONAL EQUIPMENT AND LOSS OF EQUIPMENT

Neither the Employer nor Engineer shall be responsible or liable for any
damages or loss of equipment. The tenderer shall take note of the soil
conditions contained in the geotechnical report prepared by Inroads
Consulting.

PSUD 4 CONTRACTOR'S SUPERINTENDENCE

No work shall be executed unless supervised by a suitable Representative of


the Contractor who shall be made known, in writing, to the Engineer for his
approval prior to commencement of the work.

MSW.251 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD 5 SETTING OUT OF THE WORKS

The Engineer shall set out the external boundaries of the compaction
area with the Contractors' representative present.

PSUD 6 PRIORITY OF COMPACTION SEQUENCE

The Engineer reserves the right to determine priorities regarding the


sequence of compaction at different sites.

PSUD 7 STANDING TIME

No provision or claims for standing time shall be heard or allowed. In the


event of insufficient information to continue compaction due to lack of data
or uncertainty regarding compaction sequence, or the location of marked
compaction positions, the Contractor shall inform the Engineer, during
normal business hours, 6 hours in advance of any planned execution of
work.

PSUD 8 LOCATION, PROTECTION AND DAMAGES TO EXISTING SERVICES

The Engineer shall furnish the Contractor with the position of buried
services. The Contractor shall excavate up to a depth of 1,5 metres to
expose such services if deemed necessary by the Engineer.

Repair or damages to under/above ground services shall be for the account


of the Contractor once the position of such service had been made known to
the Contractor or indicated by the Engineer.

All damages are to be reported to the Engineer within 1(one) hour of


occurrence. The Contractor is to submit a full damage report within 24 hours.

Nearby structures shall be isolated from the effects of Dynamic Compaction


by the provision of a suitable cut-off trench excavated between the works and
the structure.

MSW.252 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD 9 INITIAL SITE ESTABLISHMENT AND TIME RELATED COST

PSUD 9.1 SITE ESTABLISHMENT

Site establishment shall include provision on the site of required equipment


ready for the work. It shall also include removal from the site the
aforementioned equipment and all costs related thereto. The Engineer
reserves the right to terminate the Dynamic Compaction work at any time, or
change the tamper size or drop height, if in his opinion the required effect is
not obtained. In the event of termination, the cost of Site Establishment plus
the completed work measured in m2 shall be deemed as full payment of work
executed. No other claims for this stoppage of work shall be heard from or
claimed by the Contractor.

PSUD 9.2 MOVEMENT ON SITE

Movement on the site shall include the full cost of moving and downtime
related costs of all crew and machinery between any two sites. It shall further
include setting up the equipment and setting out the desired compaction
grid as per engineering drawing figure 1.

Please note the movement on the site is restricted and road travelling of the
crane may not always be possible. Rates for movement of the crane, between
sites, under own power as well as per truck are allowed for in the Schedule of
Quantities.

The contractor is to visit the site before tendering to assess the access
constraints of the crane both by truck and under own power.

PSUD 10 DYNAMIC COMPACTION

PSUD 10.1 PREPARATION WORK

The bulk earthworks platform is to be prepared prior to compaction being


carried out.

MSW.253 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD 10.2 COMPACTION

Compaction is to be executed by dropping a weight from a predetermined


height in a desired pre-marked pattern. The height and weight are to be
determined by the contractor and shall be such that 4m depth of in-situ soil
is treated to ensure an allowable bearing pressure of 150 KPa is achieved
with an elastic modulus of at least 50 MPa over the full depth of treatment.

The spacing of the compaction imprints shall be determined by the contractor


and filled and the Contractor is to record the settlement of each blow or
number of blows as instructed by the Engineer.

PSUD 10.3 MEASURED QUANTITY IN BILLS

The tenderer is to note that the quantities allowed for in the Schedule of
Quantities are provisional and could change depending on the site conditions
encountered.

PSUD 11 FIELD REPORT

The Contractor is to provide marked drawings showing the location of the


pre-marked grid and subsequent compaction imprints as well as the
settlement per blow.

PSUD 12 TESTING

Dynamic Probe Super Heavy (DPSH) tests are to be carried out on the
platform before and after Dynamic Compaction to a minimum depth of 6m. A
minimum of 5 tests per platform are to be carried out before and after
Dynamic Compaction treatment.

Plate load testing is measured in the Schedule of Quantities as well as a


provisional sum for the ordering of tests as required by the Engineer.

MSW.254 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD 13 MEASUREMENT AND PAYMENT

PSUD 13.1 SITE ESTABLISHMENT AS PER CLAUSE PSUD 9.1

Unit rate: Sum

PSUD 13.2 DISMANTLING AND RE-ERECTION FOR MOVEMENT ON THE


SITE UNDER OWN POWER AS PER CLAUSE PSUD 9.2

Unit rate: No

PSUD 13.3 DISMANTLING AND RE-ERECTION FOR MOVEMENT ON THE


SITE PER TRUCK AS PER CLAUSE PSUD 9.2

Unit rate: No

PSUD 13.4 MOVEMENT ON THE SITE UNDER OWN POWER AS PER CLAUSE
PSUD 9.2

Unit rate: km

PSUD 13.5 PROTECTION TO PAVED SURFACES WHILST MOVING ON THE


SITE UNDER OWN POWER AS PER CLAUSE PSUD 9.2

The rate shall cover all costs to protect and repair if required all surfaces
traversed in movements between sites.

Unit rate: m

PSUD 13.6 MOVEMENT ON THE SITE PER TRUCK AS PER CLAUSE PSUD 9.2

Unit rate: No

MSW.255 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSUD 13.7 DYNAMIC COMPACTION AS PER CLAUSES PSUD 10 AND 11

Rate to cover work described in Clauses PSUD 10 and 11 as well as all


related hiring, operational and overhead costs for the plant and related
personnel on site for duration of execution. Rate to be paid as the area (m2)
treated.

Unit: rate: m2

PSUD 13.8 PLATE LOAD TESTING AS PER CLAUSE PSUD 12

The rate includes load testing up to 300 KPa on a 1000 mm diameter plate of
which 3 test are to be conducted before Dynamic Compaction and 3 after.

Unit: rate: No

PSUD 13.9 DPSH TESTING AS PER CLAUSE PSUD 12

The rate includes all costs for all testing required to prove compaction to all
depths of Dynamic Compaction.

Unit rate: No

MSW.256 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SECTION VA: ANCILLARY WORK: LANDSCAPING AND GRASSING

PSVA 1 SCOPE

This section covers the landscaping and/or the establishing of vegetation in


such areas as indicated on the Drawings or ordered by the Engineer, in
writing, including rehabilitation of borrowpits, stockpile and spoil areas and
the contractor’s work areas, access roads, office and store areas etc.

PSVA 2 INTERPRETATIONS

PSVA 2.1 SUPPORTING SPECIFICATIONS

The following specifications shall, inter alia, form part of the Contract
Document:

(a) SANS 1200A

(b) SANS 1200D.

PSVA 3 MATERIALS

PSVA 3.1 FERTILIZER

The type of fertilizer to be used shall be as specified or ordered by the


Engineer or scheduled.

PSVA 3.2 GRASS CUTTINGS

Grass cuttings shall be fresh and in a good condition for planting, with
sufficient root material to ensure good growth. Species to be planted shall
be as specified or scheduled.

PSVA 3.3 GRASS SEED

MSW.257 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Only good-quality fresh seed shall be used. The types of seed in the mixture
and the pure live-seed content shall be as specified or scheduled.

PSVA 3.4 TREES, SHRUBS AND GROUND COVERS

Plants shall be of the variety and size shown on the Drawings.

When trees, shrubs and ground covers are supplied and delivered to the
Site by the Employer, the Contractor shall give the Engineer at least six
weeks advance notice of his requirements. Upon receipt of the plants, the
Contractor shall ensure that the plants are in good condition and free from
obvious diseases and shall accept full responsibility to maintain the plants in
good condition throughout the Contract. The plants shall be fully maintained
and watered during this period, and any losses of plants due to lack of
maintenance or diseases developing during the Contract period shall be
replaced at the Contractor's expense.

Plants shall be handled and packed in the approved manner for the
particular species or variety, and all necessary precautions shall be taken to
ensure that plants will arrive at the point of use in proper condition for
successful growth. Trucks used for transporting plants shall be equipped
with covers to protect plants from windburn. Containers shall be in a good
condition.

Plants supplied by the Contractor shall be healthy, shapely and well-rooted.


Roots shall not show any evidence of having been restricted or deformed at
any time. Plants shall be well-grown and free from insect pests and
diseases.

PSVA 3.5 GRASS SODS

Grass sods shall be of approved quality and shall be harvested, delivered


and planted within 36 hours, unless otherwise authorized by the Engineer.
Grass sods shall be free from noxious weeds and diseases and shall
contain a minimum of 30 mm of soil.

MSW.258 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Sods shall be of the variety of grass specified or scheduled. The grass shall
have been grown specifically for sod purposes, mown regularly and
maintained to provide an approved quality of uniformity. It shall be
harvested by special machines manufactured for this purpose to ensure an
even depth of cut with sufficient root material and soil.

PSVA 3.6 ANTI-EROSION COMPOUNDS

Anti-erosion compounds shall consist of a plastic material in dispersion,


such as Verdyol or a similar approved compound, which can be sprayed
onto the soil to bind and protect it against erosion.

PSVA 3.7 TOPSOIL


Topsoil shall consist of fertile loamy soil selected from areas showing a
good coverage of natural vegetation, preferably grasses. It shall be free
from deleterious matter such as large roots, stones, refuse, stiff or heavy
clays and noxious weeds, which would adversely affect its suitability for the
planting of grass.

Topsoil shall be obtained wherever suitable material occurs; either from the
Site or from borrow areas to be cleared, as described in Sub-Clause 5.2.1.2
of SANS 1200D. The Engineer shall indicate his requirements to the
Contractor regarding the quantity of topsoil required and the areas at which
it shall be selected and when it shall be removed. Unless otherwise
specified or as instructed by the Engineer, topsoil shall not be taken from
more than 400 mm below the original undisturbed surface. If the Contractor
fails to conserve topsoil as instructed, he shall obtain suitable substitute
material from other sources at no extra cost to the Employer.

Where so specified, the Contractor shall procure and supply topsoil from his
own sources outside the Site. Such sources shall be subject to the approval
of the Engineer.

Topsoil shall be stockpiled in separate loose heaps as tipped from the


trucks and shall not be stockpiled higher than 2,0 m.

PSVA 3.8 MANURE

MSW.259 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Manure shall, unless another type is approved by the Engineer, be pure


"kraal" manure, free from soil, weed seed or other objectionable material. It
shall not contain any particles that will not pass through a 50 mm screen.
Only manure which has been approved by the Engineer shall be delivered
to the Site.

PSVA 3.9 COMPOST


Compost shall be well-decayed, friable and free from weed seed, dust and
other objectionable materials.

PSVA 4 PLANT

Not applicable to this Section.

PSVA 5 CONSTRUCTION

PSVA 5.1 LANDSCAPING OF AREAS

PSVA 5.1.1 Shaping

Areas that require shaping which involves bulk earthworks, such as contoured
areas, shall be excavated, filled, compacted when required, and shaped to
the correct contours to within a tolerance of plus or minus 150 mm. Such work
shall be considered as earthworks and measurement and payment shall be
made under SANS 1200D, except that quantities may be measured by
means of a grid of levels taken at 10 m intervals before and after shaping, or
by means of levelled cross-sections.

MSW.260 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVA 5.1.2 Trimming

Trimming shall consist of bringing the existing or previously shaped ground to


an even surface with the final levels generally following the original surface.
Trimming shall normally be done by grader, or, in more confined or steep
areas, by bulldozer. Where machine operations are not practicable because
of confined spaces or steep slopes, trimming shall be done using hand tools.

All trimming alongside roads and streets shall be completed before


landscaping commences. Such trimming shall be carried out on both sides of
the road or street up to the boundaries of the road reserve unless otherwise
specified or instructed by the Engineer.

Where applicable, trimmed surfaces shall be left slightly rough to facilitate


binding with topsoil or the natural establishing of vegetation.

When subsequent grassing is required or when instructed by the Engineer,


areas previously shaped shall be trimmed as described above to within a
tolerance of plus or minus 25 mm, with all undulations following a smooth
curve. The above tolerance shall apply only to areas where the final contours
are given in the Drawings.

During trimming, all stones in excess of 50 mm in size and all excess material
shall be removed. The trimming of any areas requiring grass shall be done in
such a way that, after cultivation and application of any topsoil, the finished
surface of the area shall be approximately 25 mm below the top of adjacent
kerbing, channelling or pavement.

PSVA 5.1.3 Plant rates

The Engineer shall be entitled to pay for shaping and trimming as described
above on the basis of the hourly rates for motor graders and bulldozers. The
motor grader and bulldozer to be provided shall each have a fly-wheel power
of not less than 93 kW. Any labour or other plant ordered shall be paid for as
"extra work" as specified in clause 40 of the General Conditions of Contract.

PSVA 5.2 PREPARATION OF AREAS FOR GRASSING

MSW.261 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The various areas to be grassed shall be prepared as follows:

PSVA 5.2.1 Areas not requiring topsoil

Where the areas to be grassed consist of organically suitable material, they


shall be scarified to a minimum depth of 150 mm. All loose stones larger than
30 mm on areas to be mowed by machine shall be removed.
PSVA 5.2.2 Areas requiring topsoil

Where areas to be grassed consist of organically unsuitable material, the


surface shall be roughened to ensure a proper bonding between the topsoil
and the subsoil. If required, the area shall be scarified as described in
Sub-Clause PSVA 5.2.1 above.

Topsoil shall be placed on the prepared surfaces and trimmed to the uniform
thickness required. The topsoil shall be prepared by means of hand-rakes or
light rotavators to obtain a smooth surface. All stones shall be removed as
specified for areas not requiring topsoil in Sub-Clause PSVA 5.2.1 above.

PSVA 5.2.3 Fertilizing

The Contractor shall have the top 150 mm of the prepared surfaces tested to
determine the amount and type of fertilizer required for establishing proper
growing conditions for the grass. The fertilizer shall be evenly applied over all
surfaces where grass is to be planted and shall then be thoroughly mixed with
the soil, either mechanically or manually, to a depth of 150 mm. Where
hydroseeding is to be performed, the fertilizer may be mixed with the cellulose
pulp and water used in hydroseeding.

PSVA 5.3 GRASSING


The method of establishing grass shall depend on the circumstances relating
to each case. The method to be used in each case shall be agreed on by the
Engineer and the Contractor.

PSVA 5.3.1 Planting of grass cuttings

MSW.262 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The areas to be planted shall, unless they are wet, be thoroughly watered
before planting to ensure that the soil will be uniformly wet over a depth of at
least 150 mm during planting.

The Contractor shall plant an approved variety of grass cuttings, using his
own method, in such a way as to obtain a sufficient number of live and
actively growing plants per square metre to provide an acceptable cover as
defined in Sub-Clause PSVA 5.4.2 of this section. At least 70 grain bags of
cuttings shall be planted per hectare. Only fresh cuttings shall be used. Grass
cuttings that have been allowed to dry out shall not be used. Immediately
after planting the grass cuttings shall be given a copious watering and when
sufficiently dry shall be rolled with a light agricultural roller.
PSVA 5.3.2 Sodding

Areas to be grassed by sodding shall be given a layer of topsoil at least 75


mm thick unless the Engineer instructs that the topsoil be omitted where
suitable subsoil is present. The areas to be sodded shall be thoroughly
watered beforehand so that they will be wet to a depth of at least 150 mm
after sodding. The surface shall be slightly roughened to ensure a good
penetration of roots into the soil. Sods shall be protected against drying out
and shall be kept moist from the time of harvesting until finally placed.

Wherever possible, the first row of sods shall be laid in a straight line and, if
on a slope, laying shall be started at the bottom of the slope. The sods shall
be butted tightly against each other and care shall be taken not to stretch or
overlap the sods. Where a good fit cannot be obtained, the intervening space
shall be filled with topsoil. The next row shall similarly be placed tightly against
the bottom row with the joints staggered, and so on, until the entire area is
covered with sods. On the instructions of the Engineer, sods shall be held in
position on steep slopes by a sufficient number of robust wooden stokes
approximately 300 mm in length by 20 mm in diameter.

Each section of completed sodding shall be lightly rolled and thoroughly


watered.

PSVA 5.3.3 Hydroseeding

MSW.263 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The types and mixtures of seeds to be used shall be as specified or


scheduled if not so specified and shall be agreed on by the Engineer and the
Contractor before any seed is ordered for use by the Contractor. The
Contractor shall be solely responsible for establishing an acceptable grass
cover, and any approval by the Engineer of seed or seed mixtures proposed
for use shall not relieve him of this responsibility.

Cellulose pulp shall be added to the hydroseeding mix at a rate of 25 kg of


pulp per kilolitre of water used, except where otherwise instructed for flat
slopes.

Hydroseeding shall then be carried out with the use of an approved


hydroseeding machine at a rate of application of not less than 38 kg of seed
mixture per hectare, unless otherwise specified in the Project Specifications.

When the use of an anti-erosion compound is required and the compound is


to be applied simultaneously with the hydroseeding, it shall be mixed with the
hydroseeding mixture before application. In this case the amount of cellulose
pulp shall be decreased by one-third to a half, depending on the amount of
compound added.

PSVA 5.3.4 Grassing of borrow pits, temporary bypasses, camp sites, access
roads and stockpile sites

Prior to any grassing that may be required on borrow areas, the finishing-off
of borrow pits as described in Sub-Clause 5.2.2.2 of SANS 1200D, the
obliteration of bypasses and access roads as described in clause 5.8 of
SANS 1200A and the clearing of camp sites as described in SANS 1200A
shall have been carried out as specified in the relevant sections.

PSVA 5.4 ESTABLISHING AND MAINTENANCE OF GRASS

PSVA 5.4.1 Watering, weeding, cutting and replanting

All sodded and planted areas shall be adequately watered at frequent and
regular intervals in order to ensure proper seed germination and the growth of

MSW.264 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

grass until the grass has established to an acceptable cover and thereafter
until the beginning of the maintenance period of the grass. The amount and
frequency of watering shall be subject to the Engineer's approval. Where
hydroseeding is carried out, the commencement of watering may be
postponed until a favourable time of the year, but watering shall in any case
commence and continue as soon as the seeds have germinated and growth
begins.

The Contractor shall mow the grass on all areas that have been grassed,
whenever so instructed by the Engineer, until the end of the contract period.
All grass cuttings shall be collected and disposed of if so directed by the
Engineer. Weeds shall be controlled by means of pulling or cutting or by any
other approved means. Any bare patches where the grass has not taken, or
where it has been damaged or has dried out shall be re-cultivated, planted,
sodded or hydroseeded at the Contractor's expense.

PSVA 5.4.2 Acceptable cover

An acceptable grass cover shall mean that not less than 75% of the area
planted or hydroseeded shall be covered with grass and that there shall be no
bare patches the maximum dimension of which shall not exceed 500 mm. In
the case of sodding, acceptable cover shall mean that the full area shall be
covered with live grass at the end of any period of not less than three months
after sodding.

MSW.265 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVA 5.5 TREES, SHRUBS AND GROUND COVERS

PSVA 5.5.1 Positions of plants

The positions in which trees, shrubs and ground covers are to be planted
shall be as indicated on the Drawings or as determined by the Engineer, and
care shall be taken that the taller plants will not obscure traffic signs.

PSVA 5.5.2 Preparation of plant holes

Unless otherwise directed by the Engineer, holes for trees and shrubs shall
be placed and prepared as follows:

(a) All holes shall be square in plan.

(b) For shrubs the holes shall be at least 500 mm square by 600 mm
deep.

(c) For trees the holes shall be at least 600 mm square by 700 mm
deep.

(d) The planting holes shall be refilled with selected and approved
topsoil, thoroughly mixed with manure or compost (one heaped
spade full added to every plant hole) and, depending on soil-test
reports, the required amount and type of fertilizer.

(e) The holes shall be thoroughly watered before planting. Where the
local soil has poor drainage, 150 mm of broken rock shall be placed
at the bottom of the planting hole before filling it with soil.

PSVA 5.5.3 Planting

Before planting, the plants shall be well watered before they are removed
from their containers.

MSW.266 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Ground-cover plants shall be carefully lifted from their containers and


transferred to holes in the prepared soil, which holes shall be just large
enough to accommodate the plant and the adhering soil. Care shall be taken
to avoid exposure of the roots during planting. Soil for ground covers shall be
prepared as for grassing as specified in clause PSVA 5.2.

Directly after the planting, plants shall be well-watered to establish them firmly
in the soil. After the soil has set, additional soil shall, in the case of trees and
shrubs, be added where necessary to bring the backfill material to within 150
mm of the ground surface to ensure the retention of sufficient water. All trees
shall be tied to a suitable creosote-treated timber stoke planted firmly in the
ground. The stoke shall have a minimum diameter of 35 mm and shall be at
least 300 mm longer than the planted tree, with a maximum length of 3 m
above the ground. After planting the ground surface around the plants shall
be covered with straw or grass or any other type of mulch to minimize
evaporation.

PSVA 5.6 GENERAL

PSVA 5.6.1 Time of planting

The planting of grass, trees, shrubs and ground covers shall be carried out as
far as is practicable during periods most likely to produce beneficial results.
The Contractor shall make every effort to programme his operations to make
this possible.

PSVA 5.6.2 Traffic on grassed areas

The Contractor shall not plant grass until all operations that may require
construction equipment to be taken over the grassed areas have been
completed. No equipment, trucks or water carts shall be allowed on areas that
have been grassed and only equipment required for the preparation of areas,
the application of fertilizer and the spreading of topsoil will be allowed to
operate on areas ready for grassing.

PSVA 5.6.3 Erosion control

MSW.267 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

During construction, the Contractor shall protect all areas susceptible to


erosion by installing all necessary temporary and permanent drainage works
as soon as possible and by taking such other measures as may be necessary
to prevent the concentration of surface water and the scouring of slopes,
banks and other areas.

Runnels or erosion channels developing during the construction period or


during the maintenance period shall be backfilled and consolidated and the
affected areas shall be restored to their former proper condition. The
Contractor shall not allow large-scale erosion to develop before effecting
repairs and all erosion damage shall be repaired as soon as possible and in
any case not later than three months before the end of the maintenance
period. Topsoil washed away shall be replaced.

PSVA 5.6.4 Proprietary brand materials used for erosion control

Proprietary brands of materials that may be required for erosion protection to


enable natural grass to become established shall be to the approval of the
Engineer.

MSW.268 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVA 5.6.5 Responsibility for establishing an acceptable cover

Notwithstanding the fact that the method of grassing and the type of seed or
grass used and the rate of seed application may be specified or agreed to by
the Engineer, and that the frequency of mowing will be as instructed by him,
the Contractor shall be solely responsible for establishing an acceptable grass
cover and for the cost of replanting or re-hydroseeding where an acceptable
cover has not been obtained. Where, however, in the opinion of the
Contractor, it is doubtful from the outset whether an acceptable cover can be
established, he may inform the Engineer of his reasons for this, and the
Engineer shall, if he agrees, either adopt another grassing method or agree to
accept whatever cover can be obtained, provided that all reasonable efforts
are made to establish a good cover by the method proposed. Such
agreement shall only be valid if given in writing by the Engineer.

PSVA 5.7 Site-specific Rehabilitation Requirements

PSVA 5.7.1 Rehabilitation of Construction activity sites (such as batch plants,


offices, workshops, access roads, borrow areas, etc.)
The rehabilitation measures include:
Soil and vegetation must be rehabilitated before the last rainy season.
The following remedial action must be applied to compacted soil according to
the construction areas in which they occurred:
• Soils that were compacted by construction vehicles must be ripped to a
depth not less than 0,5-m with a D7 or similar type tracked equipment.
• Where soils were not compacted by construction vehicles the subsoil
must be ripped to 150mm with a grader of similar equipment.
All soil originally stripped from the areas must be placed and spread
uniformly to create a free draining area.

MSW.269 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All oil contaminated or otherwise polluted soil and wastes from the vehicle
park/site office areas must be removed to licensed landfill sites using a
registered waste disposal company and a certificate obtained.
All damaged fences and gates must be repaired before rehabilitation is
completed.
All roads impacted by construction must be repaired and reinstated to their
original condition.
PSVA 5.7.2 Reseeding of disturbed areas
The primary purpose for reseeding is to facilitate the re-establishment of
natural vegetation and thereby limit soil erosion. Since alien invasive
species are prone to establish more quickly in disturbed areas, reseeding
must be undertaken in tandem with an alien invasive plant control
programme. The measures required for reseeding are given below:
All areas that were affected by construction activities must be reseeded;
All reseeding activities must be undertaken at the end of the dry season
(middle to end September) to ensure optimal conditions for germination and
rapid vegetation establishment.
Disturbed areas must be nipped to refusal or a minimum of 500mm a mix of
2:3:2 N:P:K fertilizer at 1ton/ha must be used to soil amelioration. Disturbed
areas must be harrowed after spreading 100mm topsoil uniformly.
The area must be seeded with a mix of 3 kg/ha Eragrostis curvula, 6kg/ha
Cynodon dactylon, 6 kg/ha Digitaria eriantha, 1kg/ha Eragrostis tef and 6
kg/ha Chloris gayana.
An agricultural roller must be used to cover seeds.
Rehabilitated areas must be inspected at three monthly intervals during the
first and second growing season to determine the efficacy of rehabilitation
measures.
Appropriate remedial action must be taken where vegetation establishment
has not been successful or erosion is evident.
Weeds, especially Khakibos Tagetes minuta, Blackjack Bidens pilosa must
be controlled with a broadleaf herbicide that is non-toxic to the environment
and is used sparingly.

MSW.270 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

No construction equipment, vehicles or unauthorized personnel will be


allowed onto areas that have been re-vegetated; and
Only persons/ equipment required for maintenance thereof will be allowed to
operate on such areas.

PSVA 6 TOLERANCES
Not applicable to this Section.

PSVA 7 TESTING

Not applicable to this Section.

PSVA 8 MEASUREMENT AND PAYMENT

PSVA 8.1 TRIMMING

(a) Machine trimming Unit: Square metre


(m²)

(b) Hand trimming Unit:Square metre


(m²)

NOTE: All bulk earth-moving operations as described in Sub-Clause


PSVA 5.1.1 shall be measured and paid for under SANS 1200D.

The unit of measurement for trimming shall be the square metre of area
trimmed on the Engineer's instructions, including areas trimmed after shaping.

The tendered rate shall include full compensation for trimming areas to the
specified finish, including the moving of small quantities of material which
would be inherent in this process, and the removal of surplus material and
stones. For payment purposes a distinction shall be made between machine

MSW.271 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

trimming that can reasonably be carried out by bulldozer or motor grader, and
hand trimming that cannot be done by machine owing to confined space,
steep slopes or difficult shapes.

PSVA 8.2 USE OF MACHINES FOR TRIMMING OR SHAPING (ALTERNATIVE TO


SUB-ITEM PSVA 8.1(a))

(a) Bulldozer Unit: Hour (h)

(b) Motor grader Unit: Hour (h)

The unit of measurement shall be the hour actually worked by each machine
in trimming or shaping areas. Standing time shall not be measured.

The tendered rates shall include full compensation for the supply and use of
the machines, including the cost of fuel, operators, maintenance, transporting
the machine to and from the point of use, and for all other incidentals
necessary to carry out the work.

PSVA 8.3 PREPARING AREAS FOR GRASSING AND GROUND COVERS

(a) Scarifying Unit: Hectare (ha) or


square metre (m²)

(b) Topsoiling on the Site with:

(i) Topsoil obtained from the Site or borrow areas provided by


the Employer (state thickness) Unit: Square metre (m²)

(ii) Topsoil obtained by the Contractor from other sources


(including all haulage)(state thickness) Unit: Square metre (m²)

MSW.272 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(c) Topsoiling of borrow pits with topsoil obtained from borrow areas or
from the Site (state thickness) Unit: Square metre (m²)

(d) Supplying and applying chemical fertilizers:

(i) Lime Unit: Ton (t)

(ii) Super phosphate Unit: Ton (t)

(iii) Limestone ammonium nitrate


Unit: Ton (t) or kilo gram (kg)

(iv) 2:3:2 (22) Unit: Ton (t)


(v) Other fertilizers if required (type stated)
Unit: Ton (t)

(e) Stockpiling of topsoil Unit: Cubic metre (m3)

The unit of measurement for scarifying shall be the hectare or square metres
of ground scarified and prepared as specified. Only areas scarified on the
written instructions of the Engineer shall be measured for payment.

The tendered rate shall include full compensation for scarifying, removing
stones and smoothing the surface.

The unit of measurement for topsoiling shall be the square metre of topsoil
applied to the specified thickness or as directed by the Engineer, measured in
situ after the topsoil has been placed. The quantity shall be calculated from
the net area of the surface topsoil, before the application of grass sods. Any
topsoil placed in excess of the average thickness specified or ordered shall
not be measured for payment.

MSW.273 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

For payment purposes a distinction shall be made between topsoil obtained


from designated areas on the Site or borrow areas and topsoil obtained by
the Contractor from outside sources found by him when sufficient topsoil is
not available from the said designated areas. For payment purposes a further
distinction shall be made between topsoil applied to areas on the Site and
topsoil applied to borrow areas.

The tendered rate shall include full compensation for constructing the topsoil
as specified, including any royalties or compensation that may be payable in
the case of topsoil under Sub-item PSVA 8 (b) (ii).

The unit of measurement of fertilizer shall be the ton or kilogram of each type
of fertilizer ordered and applied.

The tendered rate shall include full compensation for supplying the fertilizers,
and for fertilizing the designated surfaces, all as specified.
The unit of measurement for stockpiling of topsoil shall be the cubic metre
of topsoil stockpiled on the written instructions of the Engineer, where this
operation is unavoidable despite proper advance planning. Only material
actually loaded, transported to and stockpiled on sites designated for
stockpiling shall be measured, and not any material merely pushed or bladed
into heaps adjacent to the area from which it was taken.

The tendered rate shall include full compensation for removal and loading the
topsoil, transporting it, placing it in stockpile, and for any payments to private
owners for the use of stockpile areas.

PSVA 8.4 GRASSING

(a) Planting of grass (type indicated) Unit: Square metre (m²)

(b) Sodding (type indicated) Unit: Square metre (m²)

(c) Revegetation cylinders (description) Unit: Metre (m)

(d) Hydroseeding:

MSW.274 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(i) Providing approved seed mixture for hydroseeding (type


indicated)
Unit: Kilogram (kg)

(ii) Hydroseeding (type indicated) Unit: Hectare (ha)

The unit of measurement for the planting of grass cuttings shall be the
square metre of established grass with an acceptable grass cover.
The tendered rate shall include full compensation for the planting of grass
cuttings, the establishing of an acceptable cover, the replanting of dead areas
and the maintenance of the grass, all as specified, but excluding the mowing
of grass.

The unit of measurement for sodding shall be the square metre covered with
sods and having an acceptable cover.

The tendered rate shall include full compensation for sodding, the establishing
of an acceptable cover, the replanting of dead areas, and the maintenance of
the grass, all as specified, but excluding the mowing of the grass.

The unit of measurement for revegetation cylinders shall be the metre of


revegetation cylinders furnished and placed as specified, measured along the
rows in which they are placed end to end.

The tendered rates shall include full compensation for constructing and
maintaining the revegetation cylinders, all as specified. Topsoiling shall be
paid for separately under items PSVA 8.3 (b) and (c) and due allowance shall
be made for excluding the volume occupied by the revegetation cylinders
from the volume of topsoil measured for payment. Hydroseeding shall be paid
for separately.

The unit of measurement for hydroseeding shall be the hectare of grass


established by hydroseeding and having an acceptable cover. The unit of
measurement for providing seed shall be the kilogram of seed of the specified
mixture, excluding the mass of any pulp added thereto.

MSW.275 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate shall include full compensation for planting grass by
hydroseeding the establishing of an acceptable cover, re-hydroseeding bare
patches, and the maintenance of the grass, all as specified, but excluding the
mowing of the grass.

MSW.276 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

General

Half the payments under item PSVA 8.4 shall become due when the grassing
or hydroseeding has been carried out, and the remainder shall become due
when a satisfactory cover has been established, except in the case of
Sub-item PSVA 8.4(c) where the full amount will become due upon the
satisfactory execution of the work.

PSVA 8.5 MOWING OF GRASS Unit: Hectare (ha)

The unit of measurement shall be the hectare measured each time when the
grass has been cut on the instructions of the Engineer.

The tendered rate shall include full compensation for all plant, equipment and
labour required for each grass cutting and the disposal of grass cuttings, i.e.
payment shall be made every time the grass has been cut on the instructions
of the Engineer.

PSVA 8.6 APPROVED ANTI-EROSION COMPOUND

Anti-erosion compound (type indicated) Unit: Kilogram (kg)

The unit of measurement shall be the kilogram net mass of anti-erosion


compound used as approved by the Engineer.

The tendered rate shall include full compensation for supplying the material
and mixing and applying it with the hydroseeding or by itself.

PSVA 8.7 TREES, SHRUBS AND GROUND COVERS

(a) Provision of trees and shrubs (types indicated) Unit: Number


(No)

(b) Provision of ground covers (types indicated) Unit: Number


(No)

MSW.277 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The unit of measurement shall be the number of each variety of tree, shrub
or ground cover supplied and established.

The tendered rate shall include full compensation for supplying the plants at
the point of final use, including substitutes for plants that may become
diseased or may die.

(c) Planting and establishing of:

(i) Trees (types indicated) Unit: Number (No)

(ii) Shrubs (types indicated) Unit: Number (No)

(iii) Ground covers (types indicated) Unit: Number (No)

The unit of measurement shall be the number of each type planted and
established.
The tendered rates shall include, in the case of trees and shrubs, full
compensation for excavating the holes to the specified dimensions, for
supplying topsoil, wooden stokes, broken rock, manure and compost, and
mixing them with any fertilizer required for planting, for refilling each hole with
the topsoil mixture and other soil, for watering the plants until the end of the
contract period, and in the case of ground covers, for planting in the soil
prepared as specified in Clause for supplying and replanting substitutes for
plants that have died, and for maintaining the plants as specified until the end
of the contract period, including any other incidentals that may be necessary
for the proper execution of the work. Where the Employer supplies the plants,
the above rates shall also include full compensation for taking delivery of the
plants, maintaining them until required, transporting them to the point of final
use, and for providing substitutes for plants that die or become diseased
during storage.

MSW.278 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Any chemical fertilizer required will be measured and paid for under Sub-item
PSVA 8.3(d). Preparation of soil for the planting of ground covers will be
measured and paid for under items 8.3(a), (b) and/or (c) as applicable.

PSVA 8.8 EXTRA WORK FOR LANDSCAPING Unit: Provisional sum

The provisional sum allowed shall be expended at the discretion of the


Engineer to cover the cost of work in addition to the scheduled items that may
be required in respect of landscaping when plant is used at hourly rates, e.g.
the cost of loading and transporting surplus material, in respect of establishing
the grass by topsoiling only, repairing erosion damage after topsoil has been
applied, or in respect of any other items of work required for which no pay
items have been provided.

Payments shall be made as specified in clause 45 of the General Conditions


of Contract.
PSVA 8.9 SITE-SPECIFIC REHABILITATION
The cost of rehabilitation of the areas affected by the Contractor’s activities on
the site will be for the Contractor’s account and must be provided for in the Bill
of Quantities.
The requirements for rehabilitation are covered in PSVA 5.6.1 and PSVA
5.6.2.

MSW.279 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SECTION VB: ANCILLARY WORK: FENCING

PSVB 1 SCOPE

This section covers the erection of new fences, the moving of existing
fences, the erection and later removal of temporary fences and the
dismantling of existing fences.

PSVB 1.1 TYPES OF FENCES

The following types of fences shall be erected in accordance with the


dimensions shown on the Drawings:

(a) Pedestrian fences with diamond mesh, or tension fencing to the full
height of the fence.

(b) Security fences, either the veranda type with diamond mesh or
tension fencing on the vertical portion and barbed wire on the
overhang, or the vertical type with full height diamond mesh, tension
fencing, or razer mesh, either with or without rolls of barbed-tape
concertinas fitted as shown on the Drawings. The fences can also
be fitted with "Flat Rap" concertinas.

(c) Palisade fences (ten pales per section).

(d) Stock fences, standard barbed wire type.

PSVB 2 INTERPRETATIONS

The following Specifications shall, inter alia, form part of the Contract
Document:

(a) SANS 1200 A


(b) SANS 1200 C
(c) SANS 1200 G
(d) The Particular Specification G02: Corrosion Protection.

MSW.280 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVB 3 MATERIALS

PSVB 3.1 POSTS, STAYS, STANDARDS AND DROPPERS

Posts, stays, standards and droppers shall be of the type and size indicated
on the Drawings. Posts shall include gate posts, straining posts and corner
posts.

Metal posts, stays, standards and droppers shall comply with the
requirements of CKS 82 and SANS 280. "Acceptable" in CKS 82 means
"acceptable to the Engineer".

Tubular posts shall be sealed at the top with caps and shall be fitted with base
plates as shown on the Drawings.

Tubular posts, standards and stays shall be galvanized in accordance with


SANS 763 Table 1 for type B1 articles. All rail sections, Y-sections and metal
droppers shall be provided with a protective coating of tar or other approved
material.

Timber posts, stays, standards and droppers shall comply with the
requirements of SANS 457 and shall be creosote impregnated in accordance
with SANS 05, with creosote complying with SANS 538 or SANS 539. All
timber shall be straight and free from unsightly knots, splits and other
imperfections.

Corner, gate and straining posts shall be suitably drilled for stay bolts or gate
fittings as indicated on the Drawings.

PSVB 3.2 BOLTS FOR STAYS

Bolts shall be of mild steel and galvanized in accordance with SANS 763
Table 1 for type C articles. The length and diameter of the bolts shall be as
shown on the Drawings. All the necessary bolts, together with nuts and
washers, shall be supplied with each post.

PSVB 3.3 WIRE

MSW.281 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All wire shall conform to the requirements of SANS 675 and shall be Class B
galvanized, except where otherwise specified below.

(a) Barbed wire

Barbed wire shall be one of the following types:

(i) High-tensile grade, oval shaped, single-strand wire,


2,60 mm x 2,00 mm.

(ii) Mild-steel grade, double strand, uni-directional twist wire,


each strand 2,50 mm in diameter.

Barbs shall be spaced at not more than 150 mm intervals.


(b) Smooth wire

Smooth wire shall be of the types specified below:

(i) Straining wire shall be mild-steel wire, 4,00 mm in diameter.

(ii) Fencing wire shall be high-tensile-grade 2,24 mm diameter


wire.

(iii) Tying wire or binding wire shall be 2,50 mm diameter


mild-steel Class C galvanized wire for tying fencing wire to
standards and droppers, and 1,60 mm diameter, mild-steel
Class C galvanized wire for tying wire mesh to fencing wire.

(c) Barbed-tape concertinas and "Flat Rap"

Barbed-tape concertinas and "Flat Rap" shall comply with the requirements
for type A in CKS Specification 592 and shall consist of close-coiled
high-tensile wire with a continuous strip of flat steel barbs (barbed tape)
crimped to the wire along the entire length of the wire. The coils shall further
be attached together by clips to give a concertina configuration when pulled
apart. The coils shall be of the diameter as shown on the Drawings. Each
concertina shall have a minimum of 55 coils, and the maximum effective
length of open concertina, when pulled apart, shall depend on the diameter of
the roll but shall not exceed 12 m.

MSW.282 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The high-tensile wire shall be Class B galvanised.

The barbed tape shall be made of cold-rolled carbon steel galvanized to


Class Z450.
The concertina clips shall be manufactured from steel strip galvanized to
Class Z450.

(d) Diamond mesh

Diamond mesh (chain-link fencing) shall comply with the requirements of


SANS 1373. The width shall be as shown on the Drawings, and both edges
shall be clinched.

The diameter of the wire shall be 2,5 mm and the mesh size shall be as
shown on the Drawings.

The wire shall be Class B galvanized.

MSW.283 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(e) Razor mesh

Razor mesh shall comply with the currently applicable SANS Specifications.
The width shall be as shown on the drawing and the mesh shall be joined and
fixed as specified by the manufacturer.

The diameter of the wire shall be not less than 2,5 mm and the razor barbs
shall be needle sharp and approximately 23 x 19 mm in size.

It shall be a welded mesh with diamond sharp apertures, 150 mm wide by


300 mm high. The mesh shall be heavy duty galvanised.

(f) Tension fencing

Pre-assembled (welded) tension fencing shall be manufactured from wires


complying with the requirements of SANS 675. The width shall be as shown
on the Drawings with the wires having a minimum diameter of 2,24 mm and
apertures between them not exceeding 0.01 m². All wires shall be of a
high-tensile grade, and shall be Class B1 galvanized.

PSVB 3.4 GATES


Gates shall comply with the requirements of CKS 146 and shall be
manufactured to the dimensions shown on the Drawings.

Gates shall be complete in every respect, and shall include hinges, bolts with
nuts and washers, barrel bolts with tubular receivers in both closed and open
positions, suitable and effective catches and locking chain, which shall be
attached to the gate with padlock and two keys.

PSVB 3.5 MATERIALS FOR TEMPORARY FENCES

All new material for temporary fences shall be of the same quality as the
material for new fences. Second-hand material, whether available on Site or
purchased, shall be submitted to the Engineer for approval before use.

The protective galvanized coating on all second-hand fencing wires shall be


intact, but may have a rusty appearance provided that the rust is superficial
and does not impair the structural strength of the items.

MSW.284 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVB 3.6 MATERIALS FOR PALISADE FENCES

(a) Posts

Posts shall be 3 m in overall length, the front edge shall be curved at 40 mm


diameter curve tapering to the back to a thickness of 120 mm, the width of the
post shall be 200 mm. Posts shall be slotted in positions suitable to take the
horizontal load bearing rails. The top edge of the post shall be at an angle of
approximately 26° dropping from back to front. The front and sides shall be off
shutter finish and the back shall be floated smooth. Reinforcing to the posts
shall be three 8 mm diameter mild steel bars.

Posts with a single internal security arm shall have a 80 mm x 80 mm x 450


mm long concrete veranda arm cast into the post, reinforced with two 8 mm
diameter deformed bars. The concrete veranda arm shall have three 3 mm
diameter holes to take the tie wires to secure the barbed wire to the veranda.

(b) Rails

Rails shall be 2,0 m long x 50 mm thick x 150 mm deep. The top edge shall
be bevelled 10 mm from the front to back, the rails shall be reinforced with
one 10 mm diameter deformed bar at the bottom and one 8 mm diameter bar
at the top. The back, top and bottom edges shall be of shutter finish and the
front to be floated smooth.

(c) Pales

The pales shall be 2.4 m long, curved at 40 mm diameter at the front tapering
to 85 mm at the back with a depth of 140 mm minimum over the total length
of the pale excepting the section where the fixing rail passes through the pale.
The pales shall comply with Degree of Accuracy II as set out in sub-clauses
6.1 to 6.2 of SANS 1200G. Each pale shall have two cut outs for fixing the
horizontal rails. Each pale shall be reinforced with two 5,6 mm diameter steel
mild bars. The top edge of the pale shall be tapered at the same angle as the
top of the posts. The front and sides shall be off shutter finish and the back
shall be floated smooth. Pales shall be spaced at 200 mm centre to centre

MSW.285 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(d) Ground Beans


Ground Beans consisting of 200mm x 200mm grade 15/20 concrete shall
be cast below the fence with the top on the same level as the bottom of the
pales.
PSVB 3.7 CONCRETE

Concrete used for fencing shall comply with the requirements of SANS
1200G.

PSVB 4 PLANT

Not applicable to this Section.

PSVB 5 CONSTRUCTION

PSVB 5.1 CLEARING OF FENCE LINE

Strip clearing for the fence shall be carried out and paid for in accordance with
SANS 1200C.

PSVB 5.2 INSTALLING POSTS AND STANDARDS

Straining posts shall be erected at all ends, corners and bends in the line of
fencing and at all junctions with other fences. Straining posts shall not be
spaced further apart than shown on the Drawings. The height of the posts
above the ground shall be such that the correct clearance between the lowest
wire and the ground can be obtained.

Posts shall be accurately set in holes and where indicated, shall be provided
with concrete bases to the dimensions shown on the Drawings.

Holes shall be dug to the full specified depth. Where, owing to the presence
of rock, the holes cannot be excavated by hand or by pneumatic tools and the
Contractor has to resort to the use of explosives, he will be paid separately for
the drilling and blasting operations required.

MSW.286 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Corner, gate, end and straining posts shall be braced by means of stays or
anchors, as shown on the Drawings. Pipe stays shall be bolted to the posts.

Standards shall be firmly planted in the ground at the spacing shown on the
Drawings or as directed by the Engineer. The spacing of standards between
any two straining posts shall be uniform. In rock or hard material standards
shall either be driven or set in holes drilled into the rock. The size of drilled
holes shall be such that a tight fit is obtained. Care shall be taken not to
buckle or damage the standards when driven. Where indicated, standards
shall be provided with concrete bases to the dimensions shown on the
Drawings.

All posts and standards shall be accurately aligned and set plumb. Where
veranda-type security fencing is used, the posts and standards shall be
planted with the overhang as shown on the Drawings and at right angles to
the direction of the fence. After posts and standards have been firmly set in
accordance with the foregoing requirements, the fencing wire shall be
attached thereto as described below.

PSVB 5.3 INSTALLING WIRE AND TENSION FENCING

All fencing wire shall be carefully stretched and hung without sag and with
true alignment and care shall be taken not to stretch the wire so tightly as to
cause breaking, to pull up straining posts, or to be easily damaged during veld
fires.

Each strand of fencing wire shall be securely fastened in the correct position
to each standard with galvanized binding wire. The binding wire for each
horizontal fence wire shall pass through a hole or notch in the standard and
the ends of the wire shall be wound at least four times around the fencing
wire.

At the end, corner, straining and gate posts the fencing wire shall be securely
wrapped twice around the post and secured against slipping by tying the end
tightly around the wire by means of at least six snug, tight twists. In the case
of high-tensile wire, two long windings must first be made before the six tight
twists to prevent the wire from breaking at the first twist. Where smooth wire is
used, the loose end shall be bent back and hooked into the opening between
the fencing wire and the first winding.

MSW.287 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Splices in the fencing wire will be permitted if made in the following manner
with the use of a splice tool. The end of each wire at the splice shall be
carried at least 75 mm past the splice tool and wrapped snugly around the
other wire for not less than six complete turns, after which the two separate
wire ends shall be wound in opposite directions. After the splice tool has been
removed, the space left by it in the splice wire shall be closed by pulling
together the wire ends. The unused ends of wire shall be cut close so as to
leave a neat splice.

Tension fencing shall be installed according to the methods and with the
special tools recommended by the manufacturer.

PSVB 5.4 INSTALLING DROPPERS

Droppers shall be tied to each fence wire with binding wire in the required
position to prevent vertical slipping. The spacing of droppers between any two
standards shall be uniform and shall be at distances as shown on the
Drawings. Droppers shall be suspended just clear of the ground.

PSVB 5.5 INSTALLING DIAMOND MESH AND RAZOR MESH

Where indicated on the Drawings, mesh shall be stretched against the fence
and properly tied to the fencing wire. The mesh shall be secured by means of
binding wire at 450 mm centres along the top and bottom wires and at
1 500 mm centres along each of the other fencing wires, unless shown
otherwise on the Drawings. Recommendations by the manufacturer not
mentioned here, must also be adhered to.

PSVB 5.6 INSTALLING BARBED-TAPE CONCERTINAS AND "FLAT RAP"

Barbed-tape concertinas or "Flat Rap" shall be positioned on the fence as


shown on the Drawings. The concertinas shall be fastened to the appropriate
fencing wires at each standard as well as at 1,0 m maximum intervals
between standards.
Rolls of barbed-tape concertinas shall be joined with binding wire at four
points, spaced at equidistant intervals around the circumference of the loop.
Joints shall be made to coincide with the positions of standards.

MSW.288 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVB 5.7 CLOSING OPENINGS UNDER FENCES

At ditches, streams, drainage channels or other hollows where the fence


cannot follow the general ground contour, the Contractor shall close the
opening under the fence by means of horizontal barbed wires 150 mm apart
and stretched between additional standards or straining posts as shown on
the Drawings. The opening shall be covered with strips of mesh, fixed to the
barbed wires where applicable.
In the case of larger streams the opening below the lower fencing wire shall
be closed by means of loose-hanging wire nets as shown on the Drawings.
These mats shall be erected at streams only on the instructions of the
Engineer.

PSVB 5.8 EXISTING FENCES


Where a new fence joins an existing fence, whether in line or at an angle, the
new fence shall be erected with a new straining post positioned at the junction
with the existing fence.

Existing fences that are required to be taken down or moved to a new location
shall be dismantled and shall either be re-erected to the same design as
originally constructed, with such modifications as the Engineer may require, or
shall be erected to one of the standards specified in PSVB 1.1 if so
scheduled.

Material not required for re-erection or declared to be unsuitable for re-use


shall be removed from the site in accordance with the Engineer's instructions.
In the case of existing fences that require moving, the Contractor shall, where
possible, re-use all material found to be suitable for this purpose, and shall
supply any such new materials as may be required for re-erecting the fence to
the standards specified for new fences.
The Contractor shall take extreme care when straining used wire to avoid
unnecessary breakage.

PSVB 5.9 TEMPORARY FENCES

At any time during the currency of the Contract, the Engineer may direct the
Contractor to erect temporary fencing where necessary in order to prevent

MSW.289 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

unauthorised access to the Works. Such fencing shall be of one of the types
mentioned in Clause PSVB 1.1 and the type to be used shall be as
scheduled.

Should material be available from fences that have been dismantled


elsewhere on the Site, it shall be utilized, where possible, before additional
new or second-hand material is acquired for completing the fence.
The fencing shall be maintained in good order during construction operations,
and on completion of the Works it shall be removed from the Site. Wherever
practicable, the Engineer may instruct that permanent and not temporary
fencing be erected before construction operations commence.
Payment for temporary fencing around the Contractor's camp shall be
included in the amount tendered for the Contractor's establishment on Site as
specified in SANS 1200 A.

PSVB 5.10 INSTALLING GATES

Gates shall be installed at the positions indicated on the Drawings. The gates
shall be hung on gate fittings in accordance with the details shown on the
Drawings. Gates shall be so erected that they swing in a horizontal plane at
right angles to the gate posts and clear of the ground in all positions. Double
swing gates shall close to have gaps as shown on the Drawings.

PSVB 5.11 INSTALLING PALISADE FENCES

Unless otherwise shown on the Drawings, foundations shall be 400 mm x


400 mm x 600 mm deep, posts shall be set at 2,0 m centres, rails shall be
slotted into holes provided in the posts and then grouted with approved epoxy
cement. The pales are then hung onto the rails and secured onto the rails
with epoxy cement. The gap between the bottom of the rail and the cut out of
the pale shall be caulked with 2:1 sand and cement mix.
No metal components shall be used for fixing rails to posts and for
fixing pales to rails. (Refer to Drawings).

Grade 30/10 concrete shall be used for all precast components. Foundations
and ground beans shall be in grade 15/20 concrete.

PSVB 6 TOLERANCES

MSW.290 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The completed fences shall be plumb, taut, true to line and to the ground
contour, and with all posts, standards and stays firmly set.

The height of the lower fencing wire above the ground at posts and standards
shall not vary by more than 25 mm from that shown on the Drawings. Other
fencing wires shall not vary by more than 10 mm from their prescribed relative
vertical positions.
Anchoring of a fence to structures shall be done as shown on the Drawings.
The Contractor shall, on completion of each section of fence, remove all
cut-offs and other loose wire or mesh so as to leave the fence with a neat and
finished appearance.
Any cracked or damaged section of the palisade fencing shall be removed
and replaced.

PSVB 7 TESTING

Not applicable to this Section.

PSVB 8 MEASUREMENT AND PAYMENT

PSVB 8.1 SUPPLY AND ERECTION OF NEW FENCING MATERIAL

(a) Barbed wire (grade, size and type of wire indicated)


Unit: Metre (m)

(b) Smooth wire (grade and size indicated Unit: Metre (m)

(c) Barbed tape concertinas or "Flat Rap" (coil diameter indicated)


Unit: Meter (m)

The unit of measurement shall be the metre of each type of fencing wire and
barbed tape concertinas measured between end posts. Binding wire and
wire used for the bracing and anchoring of posts shall not be measured for
payment.

(d) Diamond mesh (mesh height, mesh size indicated)


Unit: Square metre (m²)

MSW.291 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

(e) Razor mesh (height of fence and grade of galvanising stated)


Unit: Square metre (m²)

(f) Tension fencing (proper description indicated)


Unit: Square metre (m²)

The unit of measurement shall be the square metre of mesh or tension


fencing and the quantity shall be calculated on the prescribed width and the
length between straining posts or gate posts or the length of strips for
covering openings under fences, or the length used for the covering of gates.
(g) Corner, end, straining and gate posts, including anchors (type, size
and length indicated) Unit: Number (No)

(h) Ditto but with two stays Unit: Number (No)

(i) Supply, cast and finish 0.1m³ concrete grade 10/20 footings for
posts
Unit: Number (No)

(j) Excavate holes for posts in rock (blasting)


Unit: Number (No)

(k) Standards (length and type indicated)


Unit: Number (No)

(l) Droppers (length and type indicated)


Unit: Number (No)

The unit of measurement shall be the number of posts, standards and


droppers erected and holes blasted and filled with concrete in accordance
with the maximum specified spacing or such lesser spacing as authorized by
the Engineer.

The tendered rates shall include full compensation for binding wire, straining
wire, bolts, washers and nuts and for the complete erection of the fence as
specified and as shown on the Drawings. The tendered rate for posts shall
make provision for the construction of the stays of the types shown on the
Drawings.

MSW.292 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The quantity of materials used shall be determined by measuring the


quantities of individual items of material installed in the complete fence. No
linear measure of completed fence shall be applicable.

PSVB 8.2 NEW GATE

(a) Single leaf (size and type indicated) Unit: Number (No)

(b) Double leaf (size and type indicated) Unit: Number (No)
The unit of measurement shall be the number of new gates erected. A pair of
gates shall be measured as one.

The tendered rate shall include full compensation for barrel bolts, tubular
receivers, catches, chains, padlocks etc. and for the erection of the gates as
specified and as shown on the Drawings. It shall not include compensation
for any fencing wire or mesh required on the gate.

PSVB 8.3 MOVING OF EXISTING FENCES AND GATES

(a) Fences:

(i) Pedestrian fences (full description indicated) Unit: Metre (m)

(ii) Security fences (full description indicated) Unit: Metre (m)

(iii) Stock fences (full description indicated) Unit: Metre (m)

(iv) Gates (full description indicated) Unit: Number (no)

The unit of measurement for moving existing fences shall be the metre of
fence moved and the quantity shall be taken as the length of fence which is
permanently re-erected where material available from fences that have been
dismantled elsewhere is used. Additional new material used during the
re-erection of existing fences shall be measured as set out under item PSVB
8.1. The unit of measurement for the moving of gates shall be the number of
gates moved. A double-leaf gate shall be measured as one.

MSW.293 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate for each metre of existing fence moved, or for each existing
gate moved, shall include full compensation for dismantling the old fence,
coiling and stacking the material not suitable for reuse, moving all material,
including posts and wire, re-erecting the fence or gate in the new position,
and providing new binding, tying and straining wire. Additional new material
used during the re-erection of the old fence shall be paid for under item PSVB
8.1.

The tendered rate for each gate moved shall include full compensation for
taking down the gate and re-erecting it where required, including all new bolts,
nuts and other accessories required, but excluding new gate posts, which will
be measured and paid for under sub item PSVB 8.1(g).

PSVB 8.4 DISMANTLING OF EXISTING FENCES

(i) Fencing (State type of fence and height) Unit: Metre (m)
(ii) Gates (State type and size) Unit: Number (No)

The unit of measurement shall be the metre of existing fencing, and the
number of existing gates taken down and dismantled on the instruction of the
Engineer. The tendered rate shall include full compensation for taking down
existing fences and gates, the coiling of wires, rolling netting into rolls,
transporting the material to designated sites as specified.

PSVB 8.5 PROVISION OF TEMPORARY FENCING

(a) Pedestrian (full description indicated) Unit: Metre (m)

(b) Security (full description indicated) Unit: Metre (m)

(c) Stock (full description indicated) Unit: Metre (m)

(d) Gates (full description indicated) Unit: Number (No)

The unit of measurement shall be the metre of each type of temporary fence
erected and the number of gates installed as instructed by the Engineer.

MSW.294 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The tendered rate shall include full compensation for the provision of all
labour, and new or suitable second hand material, for the erection of the
temporary fence and when no longer required, the dismantling and removal of
such material from the Site or to any new position where required.
When second-hand material is obtained from existing fences for the erection
of temporary fences, the material shall be transported to designated sites and
stacked when the fence has been dismantled and the material is no longer
required.

PSVB 8.6 RING BOLTS FOR ANCHORING FENCING TO STRUCTURES

(a) Ring bolts (length and diameter stated) Unit: Number (No)

The unit of measurement shall be the number of ring bolts supplied and fixed
to the structure.
The tendered rate shall include full compensation for the supplying and fixing
of ring bolts, of the type shown on the Drawings, to the structure, including
where necessary, drilling holes, the grouting-in of ring bolts with epoxy resin,
and for all incidentals.

PSVB 8.7 SUPPLY AND ERECTION OF PALISADE FENCES

(a) Palisade fencing complete excluding barbed wire and taped


concertinas
Unit: Metre (m)

The tendered rates shall include full compensation for all excavations,
concrete, formwork and the completed fence as indicated on the drawings
(barbed wire and concertinas shall be measured and paid under items PSVB
8.1 (a) and (c).

MSW.295 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

SECTION VC : GLASS REINFORCED PLASTIC OPEN GRID FLOORING


PSVC 1 SCOPE
This section covers the supply and installation of pultruded glass reinforced
plastic (GRP) open grid flooring to cover openings in concrete structures,
handrailing, solid covers, beams and columns. The Contractor shall furnish,
fabricate and install all GRP structural items with all appurtenances,
accessories and incidentals necessary to produce a complete, operable
and serviceable installation as shown on the Drawings or as specified
herein.

PSVC 2 INTERPRETATIONS

PSVC 2.1 SUPPORTING SPECIFICATIONS

PSVC 2.1.1 Where this specification is required for a project, the following
specifications shall, inter alia, form part of the Contract Document:

a) Project Specification
b) SANS 1200 A

PSVC 2.1.2 In addition to the specifications referred to in PSVC 2.1.1, additional


specifications are required for this project. The latest revisions of the
publications listed below form part of this specification to the extent
referenced herein. The publications are referred to within the text by the
designation only.

American Society For Testing And Materials (ASTM) Test methods:

a) ASTM D 570
b) ASTM D 635
c) ASTM D 638
d) ASTM D 695
e) ASTM D 696
f) ASTM D 732
g) ASTM D 790
h) ASTM D 792

MSW.296 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

i) ASTM D 2344
j) ASTM E 84
k) SANS 0177 : Part IV
l) BS 4592 Part 4

PSVC 2.2 APPLICATION


This specification contains clauses that are generally applicable to glass
reinforced plastic structural items.

PSVC 2.3 DEFINITIONS

GRP Glass Reinforced Plastic

UV Ultra violet

PSVC 3 MATERIALS

PSVC 3.1 Manufacture

PSVC 3.1.1 GRP structural items on this project shall be manufactured by a reputable
and qualified manufacturer of proven ability well established in the
manufacture of GRP products. Before any GRP product can be ordered,
the manufacturer will be required to submit to the Engineer the following
information:

• Details of similar projects completed successfully.


• Production capacity.
• Product details, samples and specifications.
• Productions procedures.
• Quality System.

PSVC 3.1.2 Materials used in the manufacture of GRP structural items shall be new
stock of the best quality and shall be free from any defects and
imperfections that may affect the performance of the finished product.
Material shall be of the kind and quality specified and where the quality not

MSW.297 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

specified, it shall be the best of the respective kinds and suitable for the
purpose intended.

PSVC 3.1.3 All GRP products shall be manufactured using a pultruded process utilizing
either isophthalic polyester or a vinyl ester. It shall contain ultra-violet
inhibitor additives and additionally it shall receive a UV coating to shield it
from UV rays. A synthetic surface veil shall be the outmost layer covering
the exterior surface.

PSVC 3.1.4 A Class I rating for flame spread in accordance with SANS 0177 : Part IV,
“Surface Fire Index Test For Flooring” shall be achieved by using flame-
retardant additives with the Isophthalic polyester resin.

PSVC 3.1.5 All finished surfaces of GRP items shall be smooth, resin-rich and true to
form. It shall also be free from voids, dry spots, cracks, crazes or
unreinforced areas. All glass fibers shall be well covered with resin to
protect it against exposure to wear or weathering.

PSVC 3.1.6 All gratings shall have a non-slip surface.

PSVC 3.2 DESIGN

PSVC 3.2.1 The Contractor shall be responsible for the design of the individual GRP
structural items and the production of fabrication drawings. Before
commencement of any work, the Contractor shall submit the following
information to the Engineer:

• Manufacturer’s published literature.


• Structural design data.
• Structural properties data.
• Load/deflection tables.
• Corrosion resistance tables.
• Certificates of compliance.
• Test reports as applicable.
• Frame details and anchoring.
• Allowable load tables.

MSW.298 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVC 3.2.2 The Contractor shall also submit design calculations and shop drawings of
all GRP structural items and accessories to be fabricated. These shop
drawings shall include the following details:

• Material sizes.
• Material types.
• Material styles.
• Part or catalog numbers.
• Complete details for fabrication of components.
• Complete details for erection of components.
• Location, lengths, type and size of fasteners.
• Clip angles.
• Member sizes.
• Connection details.

PSVC 3.2.3 Open grid flooring shall be designed such that the deflection at the centre
of a simply supported span shall not exceed 10 mm. Deflection in any
direction of a panel shall not be more than L/200 where L is the span of the
panel.

PSVC 3.2.4 Panels shall be designed to carry loads as specified in BS 4592 Part 4.

PSVC 4 PLANT
Not applicable to this Section.

PSVC 5 CONSTRUCTION

PSVC 5.1 Fabrication

PSVC 5.1.1 All GRP open grid flooring panels shall be fabricated from 38 mm thick
sheets with a grating size of 38 mm x 38 mm. The panel shall be cut such
that the bearer bars span in the short length of an opening to be covered by
GRP open grid flooring.

MSW.299 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVC 5.1.2 All GRP flooring shall be provided with GRP frames made of GRP angles
to provide seating for the flooring. The frame shall be embedded in the
concrete and held in place by lugs fixed at 500 mm centres cast into the
concrete. It shall be sized such that the level of the concrete, the top of the
frame and the GRP flooring carried in the frame are all on the same level.
The nett clearance between the bars of the open grid flooring and the
vertical leg of the frame shall be 5 mm per side.

PSVC 5.1.3 After manufacturing, all cut ends, holes and abrasions of GRP products
shall be sealed with a compatible resin coating to prevent intrusion of
moisture.

PSVC 5.1.4 All items shall be shop fabricated unless the Engineer approves fabrication
of items on site.

PSVC 5.1.5 Every panel shall be fabricated from one sheet of GRP flooring and no
joints in a panel shall be allowed.

PSVC 5.2 Transportation and Storage

PSVC 5.2.1 Fabricated items shall be assembled into the largest practical size suitable
for transportation.

PSVC 5.2.2 Before, during and after transportation fabricated items shall be stored in a
manner to prevent cracking, twisting, bending, breaking, chipping or
damage due to over exposure to the elements. Any material, which in the
opinion of the Engineer, has become damaged, shall be promptly removed
from the site of the works and the Contractor shall be responsible for the
replacement of such material at no additional cost.

PSVC 5.2.3 All fabricated items shall be clearly marked to ensure that it can be
identified on site.

PSVC 6 TOLERANCES

Not applicable to this Section

PSVC 7 TESTING

MSW.300 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVC 7.1 The following minimum mechanical properties shall apply:

MATERIAL PROPERTIES TEST VALUES


METHOD
Tensile Stress ASTM D638 206.8 MPa
Tensile Modules ASTM D638 17.2 GPa
Compressive Stress ASTM D695 206.8 MPa
Compressive Modules ASTM D695 17.2 GPa
Flexural Stress ASTM D790 206.8 MPa
Flexural Modules ASTM D790 11 031.6 MPa
Shear Stress ASTM D2344 31.0 MPa
Density ASTM D792 1.661 – 1.938 glss³
Water Absorption (24h) ASTM D570 0.6% max
Coefficient Of Thermal ASTM D696 4.4 X 10¯6
Expansion
Flexural Stress Full Section 2 482.1 MPa
Flexural Modules Full Section 25 510.6 MPa

PSVC 8 MEASUREMENT AND PAYMENT

PSVC 8.1 GRP open grid flooring (state dimensions).


Unit: Square metre (m²)

The rate shall allow for the design supply, and installation of GRP open grid
flooring complete with frame.

PSVC 8.2 GRP solid panels (covered grating) (state dimensions)


Unit: Square
2
metre (m )

The rate shall allow for the design, supply and installation of GRP solid
panels fabricated from fibreglass gritted plate fixed to the open grid flooring
complete with hinges, supports and frames as specified or as shown on the
drawings.

MSW.301 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVC 8.3 Handrail Assembly Complete

GRP handrails Unit: Linear


metre (m)
The tendered rate shall include handrails comprising hand and knee rails,
bends, end plates, wall fixings, etc, supplied and installed complete,
including supply and installation of stainless steel anchor bolts.

PSVC 8.4 G.R.P Ladders

(state length of both ladder and safety cage) Unit: Number


(No)
The tendered rate shall include full compensation for the design,
manufacture, delivery and installation of the ladder, including supply and
installation of stainless steel anchor bolts.

MSW.302 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD: QUALITY CONTROL PROGRAMME AND SPECIFICATION FOR THE


MANUFACTURE, SUPPLY, INSTALLATION AND TESTING OF
GEOMEMBRANES

PSVD 1 SCOPE

This specification covers the requirements for furnishing materials,


equipment and services necessary and incidental to complete high-density
polyethylene (HDPE) geomembrane installations.

PSVD 2 INTERPRETATION

PSVD 2.1 Supporting References

The publications below form part of this specification to the extent


referenced. Where a particular publication is referred to, that publication
shall, unless otherwise stated, be the edition in effect 30 (thirty) days prior
to the date of issue of this specification. Any contradictions between
publications shall be submitted to the Engineer for decision.
• American Society for Testing and Materials (ASTM)
– D638 Standard Test Method for Tensile Properties of Plastics
– D746 Standard Test Method for Brittleness Temperature of Plastics and
Elastomers by Impact
– D1004 Standard Test Method for Initial Tear Resistance of Plastic Film
and Sheeting
– D1204 Standard Test Method for Linear Dimensional Changes of
Nonrigid Thermoplastic Sheeting or Film at Elevated
Temperature
– D1238 Standard Test Method for Flow Rates of Thermoplastics by
Extrusion Plastometer
– D1505 Standard Test Method for Density of Plastics by the Density-
Gradient Technique
– D1603 Standard Test Method for Carbon Black in Olefin Plastics
– D3895 Standard Test Method for Oxidative-Induction Time of
Polyolefins by Differential Scanning Calorimetry
– D4437 Standard Practice for Determining the Integrity of Field Seams
Used in joining Flexible Polymeric Sheet Geomembranes

MSW.303 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

– D4833 Standard Test Method for Index Puncture Resistance of


Geotextiles, Geomembranes, and Related Products
– D5199 Standard Test Method for Measuring Nominal Thickness of
Geotextiles and Geomembranes
– D5397 Standard Test Method for Evaluation of Stress Crack Resistance
of Polyolefin Geomembranes Using Notched Constant Tensile
Load Test
– D5596 Standard Test Method for Microscopic Evaluation of the
Dispersion of Carbon Black in Polyolefin Geosynthetics

PSVD 2.2 Definitions

For the purposes of this specification, the definitions given in the Contract
and the following definitions shall apply:

“High Density Polyethylene Geomembrane (HDPE)” is a planar,


relatively impermeable, polymeric sheet used in contact with soil/rock
and/or any other geotechnical material in civil engineering applications,
which is manufactured from a polyethylene resin with a density of less
than 0.940 g/cm3, but greater than 0.930 g/cm3.

"Lot" is a quantity of resin, usually the capacity of one railcar used in


the manufacture of geomembrane that shall be identified on the
geomembrane roll.

"Master Seamer" is the person in the Contractor’s organisation who is


responsible for all seaming operations, and shall possess the minimum
qualifications required in the Project Specifications. The Master
Seamer may also be the Superintendent as defined in the Project
Specification.

"Minimum Average Roll Value (MARV)" is the property value calculated


as Typical Roll Value minus two standard deviations. Statistically, it
yields a 97.7 percent degree of confidence that any sample taken

MSW.304 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

during quality assurance testing will exceed the Minimum Average Roll
Value.

"Panel" is a unbroken unit of geomembrane that is seamed on the Site.

"Prepared Subgrade" is the layer of in situ material that underlies the


geosynthetic liner.

"Typical Roll Value (TRV)" is the property value calculated as the


mean, or average, obtained from test data for one roll.

"Welding Technician" is a person in the Contractor’s organization who


performs geomembrane welding operations, and shall possess the
minimum qualifications required in the Project Specification.

PSVD 3 Geomembranes manufacturing, transportation and storage


PSVD 3.1 Qualification of Geomembrane Manufacturer

Details of the Manufacturer shall be provided by the GSM Installer in the


Data Sheets forming part of this Tender.

The Manufacturer shall be able to provide sufficient production capacity


and qualified personnel to meet the demands of this project.

The Manufacturer shall be approved by the Engineer and the Employer


and the following information is to be submitted
1. Corporate background and information

2. Manufacturing capabilities:
• Information on plant size, equipment, number of shifts per day,
capacity per shift, quality control manual for manufacturing
• List of material properties, including certified test results

3. A list of at least 10 completed projects totaling a minimum area of


2,000,000 m2 for which the Manufacturer has manufactured
geomembrane materials from the same type as that proposed to

MSW.305 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

be used for this Contract. For each facility, the following


information will be provided:
• Purpose of installation, its location and start/finish dates
• Name of facility owner, project manager and engineer
• Type, thickness and surface area of the installed geomembrane

4. Manufacturing Quality Control manuals and related documentation

PSVD 3.2 Geomembrane Plant Audit


PSVD 3.2.1 Scope

The Engineer may perform an audit of the manufacturing and quality


control procedures used by the Manufacturer, specifically for the
production of the geomembranes to be used for installation at the
Employer’s facility. The Manufacturer shall give the Engineer at least one
month’s notice of the start of production of geomembranes for this project.
QC tests shall be performed as the geomembranes are manufactured.

PSVD 3.2.2 Quality Control

The manufacturer shall make available to the Employer and Engineer,


Manufacturing Quality Control manuals, which outline all quality
procedures, to be implemented for the manufacture of the
geomembranes.

The Manufacturer shall provide valid calibration certificates for laboratory


testing equipment. The Engineer shall verify that, during select runs of
material, all MQC procedures are performed.

PSVD 3.2.3 Manufacturing Process

In general, the Manufacturer shall provide access for the Engineer to all
equipment used to manufacture the geomembranes. This does not
include divulging trade secrets, formulations and procedures that are not
commonly known as basic manufacturing processes.

MSW.306 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Engineer shall monitor production and testing of geomembrane


material allocated for this project. If material for this project has already
been manufactured, the Engineer shall monitor production of the same
type of geomembrane on the same production line to verify that
manufacturing controls are in place. Additional tests by one independent
laboratory are also required before the material will be approved. The
Engineer shall review the QC certificates and notify the Manufacturer in
writing which geomembrane rolls are approved for shipping. The Engineer
shall be allowed to monitor the loading of the geomembranes for shipping.

Where material, which has already been manufactured and has been
delivered to storage in South Africa, the Engineer shall be furnished with
the test results from an independent laboratory and the QC certificates
and will notify the Manufacturer in writing which geomembrane rolls are
approved for shipping from storage.

The Contractor/Installer shall obtain approval from the Engineer before


the geomembrane material is loaded for shipping.

Polyethylene geomembrane shall be of the type specified on the


Drawings, and shall be high-density polyethylene.

PSVD 3..3 Manufacturing of Geomembranes


PSVD 3.3.1 Resin Properties

The base resin shall be new, first quality, compounded and manufactured
specifically for producing geomembrane, and supplied by the same
manufacturer. The base resin, prior to the addition of carbon black, shall
conform to the following requirements:

MSW.307 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Table PSVD 3.3.1: Compounded HDPE Resin Properties

ASTM
MQ Test
Test
Property Value Frequenc
Metho
y
d
Density, range D1505 0,932 – 0,940 1 per Lot
g/cm3
Melt Flow Index1, D1238 1,0 g/10 1 per Lot
max. minutes
Oxidative D3895 100 minutes
Induction Time2,
min.
1
Using 2,16 kg at 190 C.
2
At 200 C in oxygen at 1 atmosphere.

Internal Quality Assurance testing will be carried out by the geomembrane


Manufacturer to demonstrate that the incoming resin meets this
specification. The resin shall be virgin material with no more than 10
percent rework. If rework is used, it shall be of the same formulation as
the parent material. No post-consumer resin of any type shall be added
to the formulation.

PSVD 3.3.2 Geomembrane Properties


The geomembrane shall be of high quality formulation polyethylene material,
resistant to ultraviolet rays, manufactured of new, first-quality products,
containing no plasticizers, fillers or extenders, and designed and manufactured
specifically for the purpose of liquid containment in hydraulic structures. A
maximum of 3 percent total additives consisting of carbon black, anti-oxidants
and heat stabilizers, with a maximum of 1 percent of additives other than
carbon black, shall be permitted in the geomembrane.

MSW.308 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Table PSVD 3.3.2.1: Material Specification for Smooth HDPE Geomembrane

Property ASTM Test MQ Test


Method Value Frequency
Nominal Geomembrane Thickness 1,5 mm 2,0 mm
Thickness:
Minimum (average of all of 10 values) D5199 1,5 mm 2,0 mm Each Roll
Minimum (individual of any of 10 values) D5199 1,35 mm 1,8 mm Each Roll
3 3
Density, min. D1505 0,94 g/cm 0,94 g/cm 90000 kg
1
Tensile Properties in each direction: (min D6693
ave.) Type IV
Yield Strength, 22 N/mm 29 N/mm
Break Strength, min. 40 N/mm 53 N/mm 9000 kg
Yield Elongation, min. 12 % 12 %
33 mm gauge length
Break Elongation, min. 700 % 700 %
50 mm gauge length
Tear Resistance, min. D1004 187 N 249 N 20000 kg
Puncture Resistance, min. D4833 480 N 640 N 20000 kg
Environmental Stress Crack Resistance D5397 300 hours 300 hours 90000 kg
(Constant Load), min. Appendix
Brittleness Temperature by Impact D746 – 77º C – 77º C 90000 kg
(Condition B), max.
Dimensional Stability2, max. change in each D1204 <2 % <2 % 90000 kg
direction
Carbon Black Content, range D1603 2.0 – 3.0 % 2.0 – 3.0 % 9000 kg
Carbon Black Dispersion D5596 See Note 3 See Note 3 20000 kg
1
Tested at a speed of 51 mm per minute.
2
Tested for 1 hour at 100º C.
3
Carbon Black Dispersion for 10 different views: Minimum 9 of 10 views in Categories 1 or 2, and one view in Category 3.

MSW.309 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The finished material shall be free of holes, blisters, undispersed raw


materials, or any sign of contamination by foreign matter, and nicks and
cuts on roll edges. The geomembrane material shall be supplied in rolls
having a minimum width of 6,7 metres and shall have no factory seams.

The material shall be manufactured with or without surface texture as


required on the Drawings, and shall conform to the following additional
requirements:

Smooth geomembrane shall have no texture applied to its surfaces. The


material provided as smooth HDPE geomembrane shall conform to the
following requirements:

Smooth geomembrane shall have good appearance qualities, and shall


be free from such defects that would affect the specified properties.

Table PSVD 3.3.2.2: Material specification for 750µM hdpe cuspated drain

Property ASTM
Test
Method Value MQ Test
Nominal Geomembrane Thickness 0.75 Frequency
mm
Thickness:
Minimum (average of all of D5199 0.75 Each Roll
10 values) mm
Minimum (individual of any D5199 0.68 Each Roll
of 10 values) mm
Density, min. D1505 0,94 90000 kg
g/cm3
Tensile Properties in each D6693
direction:1(min ave.) Type IV
Yield Strength, 11
N/mm
Break Strength, min. 21 9000 kg
N/mm
Yield Elongation, min. 12 %
33 mm gauge length
Break Elongation, min. 700 %
50 mm gauge length

MSW.310 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Property ASTM
Test
Method Value MQ Test
Tear Resistance, min. D1004 98 N 20000 kg
Puncture Resistance, min. D4833 263 N 20000 kg
Environmental Stress Crack D5397 300 90000 kg
Resistance (Constant Load), Appendix hours
min.
Brittleness Temperature by D746 – 77º C 90000 kg
Impact (Condition B), max.
Dimensional Stability2, max. D1204 <2 % 90000 kg
change in each direction
Carbon Black Content, range D1603 2.0 – 9000 kg
3.0 %
Carbon Black Dispersion D5596 See 20000 kg
Note 3
Compressive Yield Strength 900
kPa
Cuspate Height (uncompressed) 3.5 mm
1
Tested at a speed of 51 mm per minute.
2
Tested for 1 hour at 100º C.
3
Carbon Black Dispersion for 10 different views: Minimum 9 of 10 views in Categories 1 or 2, and one view in
Category 3.
4
All properties determined on self edge except for Environmental Stress Cracking by Bent Strip Method

PSVD 3.3.3 Submittals

The geomembrane manufacturer shall issue Quality Control submissions


to the Engineer and the QA Officer for each delivery of material. The
submissions shall include the following information:

Prior to the shipment of any geomembrane, the Manufacturer will provide


the Engineer with the following:
• A certified properties sheet including, at a minimum, all specified
properties, and test methods indicated in the specifications.
• The internal MQC sampling procedures, frequencies of testing,
and results of testing of material supplied to the project.

MSW.311 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The QA Officer will verify that:


• The property values certified by the Manufacturer are properly
documented, the test methods used are acceptable and the
geomembrane meets the Project Specifications.

Geomembrane Manufacturer Tracking List – Cross-referencing list


delineating the corresponding resin used in the production of the rolls
delivered.

Manufacturing Quality Control Data – The manufacturing quality control


test data indicating the actual test values.

Physical Properties Sheet – The material specification for the


geomembrane supplied in accordance with this specification and that no
plasticizers, fillers, or extenders were added during the manufacture of the
resin, geomembrane and extrudate rods and beads.

Letter of Certification – The letter indicating that the material is in


conformance with the physical properties specified.

PSVD 3.3.4 Testing

The geomembrane material shall be tested by the manufacturer for


compliance with the specifications listed in Tables PSVD 3.3.1 and PSVD
3.3.2 by the test methods and frequencies indicated. The costs of these
tests are to be included for in the tendered price.

Conformance Testing may, at the discretion of the Engineer, be carried


out by an independent laboratory (MQA laboratory). Conformance testing
is not an opportunity to reproduce the QC testing program. It is a check to
provide confirmation that satisfactory material is delivered to the site. The
testing frequency shall be at the discretion of the Engineer, but the
frequency as indicated in Tables PSVD 3.3.1 and 3.3.2 can be used as a
guideline. The name and address of the laboratory shall be approved by

MSW.312 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the Engineer. The Engineer has a right to reject any roll or production
batch if the samples do not pass the conformance testing.

Conformance Testing will be performed before material is shipped from


the Manufacturer’s plant so that it may be used immediately on arrival at
the site.

PSVD 3.3.4.1 In-Plant Conformance Testing

The purpose of in-plant Material Conformance Test Sampling is to verify


that geomembrane material which is designated for the Owner’s project is
confirmed as meeting the project specifications prior to shipment to the
site. Thus barring a transportation accident, the geomembrane can be
installed immediately it arrives on site.

The Manufacturer will make available all necessary personnel and


equipment to assist the QA Officer in retrieving conformance samples of
the geomembrane material.

The QA Officer shall send to the MQA Laboratory conformance samples


for testing. The frequency of sampling shall be at the discretion of the QA
Officer but shall typically be between 10000 m2 and 25000 m2 of
geomembrane. No material shall be shipped to the site until conformance
test results are obtained.

The QA Officer shall report any non-conformance of sampling procedures


as outlined in Section 3.3.6 to the Engineer

MSW.313 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 3.3.4.2 On-site conformance testing

If in-plant conformance testing is not possible, upon delivery of the rolls of


geomembranes to the site, the QA Officer will ensure that samples are
removed at the frequency specified in the Project Specifications and
forwarded to the MQA Laboratory for testing to ensure conformance to
both the Project Specifications and the Manufacturer’s list of guaranteed
properties.

PSVD 3.3.5 Sampling

Samples will be taken across the entire width of the roll and will not
include the outer wrap of the roll. Unless otherwise specified, samples will
be 500 mm long by the roll width. Specimens for testing will be taken
across the full width of the sample.

If more than one resin type is used, each resin type shall be sampled at
the same frequencies and tested.

If roll numbers are very different and non-sequential, consideration should


be given to testing each block of roll numbers at the same frequency.

PSVD 3.3.6 Test Results

The QA Officer will examine all results from laboratory conformance


testing and will report any non-conformance to the Engineer.

The following procedure will apply whenever a sample fails a


conformance test that is conducted by the MQA Laboratory:
• The Supplier will replace the roll of geomembrane that is in non-
conformance with the specifications with a roll that meets
specifications.

MSW.314 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• The QA Officer will remove conformance samples for testing by


the MQA Laboratory from the next higher and next lower
numbered rolls. These two samples must both conform to
specifications. If either of these samples fail, testing shall
continue until the defective rolls are isolated. The Supplier, at
no expense to the Owner, will replace these rolls. This
additional conformance testing will be at the expense of the
Supplier.

The QA Officer will document actions taken in conjunction with


conformance test failures.

PSVD 3.3.7 Packaging and Identification

All geomembrane rolls shall be packaged in opaque moisture resistant


plastic sleeves. The roll cores shall be sufficiently strong to resist collapse
during transit and handling. The Engineer has the right to reject any roll if
the core has collapsed or if the roll is damaged in any other way.

Before shipment, the manufacturer shall label each roll, both on the
geomembrane roll and on the surface of the plastic protective sleeve.
Labels shall be resistant to fading and moisture degradation to ensure
legibility at the time of installation. At a minimum the roll labels shall
identify the following:
• Product Name and Grade
• Length and Width of roll
• Total weight of roll
• Production Lot number and Individual roll number

MSW.315 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 3.4 Transportation, Handling and Storage of Geomembrane Liners

PSVD 3.4.1 Transportation and handling of materials

The installer shall contact the supplier before shipment to determine if the
unloading methods and equipment differs from that specified below.
Significant deviations from theses procedures shall be pre-approved by
the Engineer in writing.

Geomembranes must be supported during the handling to ensure worker


safety and to prevent damage to the product. Under no circumstances
may the rolls be dragged, lifted from one end, lifted with only the forks of a
lift truck or dropped on the ground from the delivery vehicle.

The QA officer shall verify that proper handling equipment exists which
does not pose any danger to installation personnel or risk of damage or
deformation to the liner material itself. Suitable handling equipment is
described below:

Spreader Bar Assembly – A spreader bar assembly shall include a core


pipe or bar and a spreader bar beam. The core pipe shall be used to
uniformly support the roll when inserted through the geomembrane core
while the spreader bar beam will prevent chains or straps from chafing the
roll edges.

Carpet Spike – A carpet spike is a rigid pipe or rod with one end directly
connected to a forklift or other handling equipment and the other end
rounded off to allow easy insertion into roll material cores. If a carpet
spike is used, it must be at least 3.0m long and inserted to its full length
into the roll core to prevent excessive bending of the roll when lifted.

Roller Cradles – Roller cradles consist of two large diameter rollers


spaced approximately 75 mm apart, which both support the
geomembrane roll and allow it to unroll freely. The use of roller cradles

MSW.316 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

will be permitted if the rollers support the entire width of the


geomembrane roll.

Straps – Straps may be used to support the ends of spreader bars but
are not recommended as the primary support mechanism. As straps may
damage the geomembrane where wrapped around the roll and generally
do not provide sufficient uniform support to prevent roll bending or
deformation, great care must be exercised when this option is used.

PSVD 3.4.2 Inspection upon delivery

Each roll shall be visually inspected when unloaded to determine if any


packaging or material has been damaged during transit. Possible product
conditions and actions are listed below:
• Rolls, including the roll cores, exhibiting damage shall be marked
and set aside for closer examination during employment. Minor
rips or tears in the plastic packaging shall be repaired with
moisture resistant tape before being placed in storage to prevent
moisture damage.
• The presence of free-flowing water within any roll packaging shall
require that the roll is set aside for further examination to
ascertain the extent of any damage.
• Geomembrane rolls delivered to the project site shall be those
indicated on geomembrane manufacturing quality control
certificates.
• Repairs to damaged geomembrane rolls shall be performed in
accordance with PA 5.7 of this specification.

The Engineer reserves the right to reject any roll at any stage prior to
installation should it exhibit any of the above damages or non-
conformance.

MSW.317 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 3.5 Overview of Quality Assurance Submissions

PSVD 3.5.1 Manufacturing Quality Assurance Documentation

Geomembrane Manufacturing Quality Assurance (MQA) sampling and


testing for compliance with this specification shall be co-ordinated by the
Quality Assurance (QA) officer as necessary to support the Manufacturing
Quality Control (MQC) data.

PSVD 3.5.2 Information required at tender

The following shall be submitted with the Tender:


1. Statement of experience from the proposed geosynthetic
membrane manufacturer/supplier.
2. Statement of experience from the proposed geosynthetic
membrane Installer.
3. Statement of the details of the supplier/manufacturer of the
geosynthetic membranes.This is to be submitted during the
tender evaluation period on request from the engineer and no
deviation from this will be allowed before the completion of the
contract, special permission must be obtained in writing from the
Engineer to obtain the geosynthetic membranes from another
supplier. However, no change of unit rate of supply or installation
will be allowed. The material supply costs and contractor’s mark
up is also to be supplied.
4. Geomembrane material specification sheet

PSVD 3.5.3 Submissions required before shipment

Prior to shipment, the Manufacturer will furnish the QA officer with Quality
Control certificates covering each roll of geomembrane and welding ro
provided. (NOTE: Tests do not have to be done on each roll, they simply

MSW.318 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

need to be done according to the frequency, defined in PSVD 3.3. The


Quality Control certificate will be signes by a responsible party employed
by the Manufacturer, preferably the QC Laboratory Manager. The Quality
Control certificates will include:
• Resin manufacturer, resin type, resin lot number and
geomembrane roll numbers.
• Results of QC tests. At a minimum, results will be given for
thickness, specific gravity/density, uniaxial tensile strength and
elongation at yield and break, single point stress rupture time,
and carbon black content and dispersion, evaluated in
accordance with the methods indicated in the specifications or
equivalent methods previously approved by the Project Manager
and QA officer. No material will be installed until complete QC
test data have been approved by the Project Manager and
CQAO. No material will be installed until complete QC data have
been provided.

The QA officer will:

• Verify that the Quality Control certificates have been provided at


the specified frequency for all rolls and that each certificate
identifies the rolls and resin related to it:
• Review the QC certificates and verify that the certified roll
properties meet the Manufacturer’s and Project Specification

MSW.319 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 3.6 Extrudate Rods and Beads

The extrudate rods and beads shall be manufactured from the same resin
type as the geomembrane, and additives shall be thoroughly dispersed
throughout the material. Details of this must be provided in writing prior to
the start of construction. The material shall be free of contamination by
moisture and foreign matter.

PSVD 3.7 Materials Warranty

The Contractor shall request, and the geomembrane manufacturer shall


provide a warrant of the quality of the geomembrane material, and that
the material will not fail due to ultraviolet degradation for a minimum
period of 10 (ten) years from date of acceptance of installation. The
warranty shall cover the cost of material, labour and equipment to replace
the failed geomembrane.

PSVD 4 GEOMEMBRANE INSTALLATION

PSVD 4.1 Equipment

PSVD 4.1.1 General

The Contractor shall provide and maintain all equipment that is necessary
and suitable for handling, installing, and testing geosynthetic membranes
under the conditions found on the Site.

PSVD 4.1.2 Geomembrane Welding Equipment

The Contractor shall maintain on the Site, in fully operable condition,


sufficient spare geomembrane welding equipment and generators so that
the seaming operations are not adversely affected by equipment failures.
As a minimum one spare welder in working condition for every five or less
production welders, and one spare generator in working condition for
every five or less production generators, shall be provided.

MSW.320 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.1.3 Fusion Welding

The fusion welding equipment used shall be an automated, self-propelled


device capable of operating unassisted on the slopes to be covered with
geomembrane and equipped with a seaming speed controller and an
electronic controller capable of continuously displaying, monitoring and
controlling the temperature in the zone of contact where the machine is
actually fusing the geomembrane material. In addition, the fusion welding
equipment shall be capable of producing a seam with an enclosed air
space.

PSVD 4.1.4 Extrusion Welding

The extrusion welding equipment used shall be equipped with two


temperature gauges, each capable of continuously displaying the
temperature, one at the pre-heat and the other at the extrudate.

PSVD 4.1.5 Heat Bonding

The temperature of the hot air at the heat nozzle of the heat bonding
apparatus shall be capable of being controlled such that the
geomembrane is not damaged.

PSVD 4.1.6 Generators

Power sources capable of providing constant voltage under the combined


line load shall be used.

PSVD 4.2 Safety

The Contractor shall be solely and completely responsible, until


completion of the Work, for the safety of its employees, the employees of
others, and the public while they are in the Contractor's working areas.
The Contractor is responsible to employ the proper systems and
techniques and shall be solely responsible for the safety, adequacy, and
cost of the methods employed.

MSW.321 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The Contractor shall be aware of risks inherent in working with


geomembrane, such as slipping, and shall provide suitable access by
means of rope ladders and/or non-slip walking surfaces. Precautions
shall be taken to prevent heat stroke and the effects of heat radiation from
working on the geomembrane surface.

PSVD 4.3 Panel Layout

Prior to commencing geomembrane deployment the Contractor shall


prepare and submit to the Engineer for approval a proposed panel layout
drawing for each type of geomembrane and each layer showing the
proposed deployment pattern and sequence, and general location of field
seams. No deployment of geomembrane shall commence until the panel
layout has been approved by the Engineer.

In preparing the panel layout, the Contractor shall take into account the
construction schedule, access restrictions and the following limitations
placed on seam locations:
• To the maximum extent possible, field seams shall be parallel to the
slope
• The number of transverse field seams on slopes steeper than 6H:1V
shall be minimized, and in this case the location of such seams shall be
approved by the Engineer
• A minimum of 1,0 metre shall be provided from the toe of any slope
steeper than 6H:1V before providing any transverse seam
• The field seams at inside and outside corners, odd-shaped geometric
configurations, seam convergences, and small panels shall be avoided

Each panel, seam, and penetration shall be given a simple and logical
identification code consistent with the panel layout drawing. The panel
layout drawing shall be updated from time to time to reflect the actual

MSW.322 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

deployment configuration and shall show the locations of destructive


tests.

On completion of the installation the Lining Contractor/Installer shall


prepare and submit to the Engineer as-built drawings to scale for each
type of geomembrane and each layer, showing the final panel layout and
test locations.

PSVD 4.4 Substrata Acceptance

PSVD 4.4.1 Prepared Subgrade Acceptance

Prior to deployment of geomembrane over the prepared subgrade, the


Contractor shall inspect, with the earthworks contractor, QC Contractor
and Engineer, all surfaces on and trenches in which the geomembrane is
to be placed. The Contractor shall certify in writing that the prepared
subgrade is acceptable for the installation of the geomembrane. Surfaces
not in compliance with the Specifications shall be rectified by the
earthworks contractor and be subjected to inspection and acceptance
before geomembrane is deployed. The responsibility for maintenance of
the accepted areas remains the responsibility of the Earthworks
Contractor.

PSVD 4.4.2 In-Place Geosynthetics Surface Acceptance

Prior to deployment of geomembrane over in-place geosynthetics, the


Contractor shall inspect, with the QC Contractor and Engineer, all in-place
geosynthetics surfaces on and trenches in which the geomembrane is to
be placed. The surface shall be clean and free of debris, and the in-place
geosynthetic material shall not have deteriorated since it was first
deployed. The Contractor shall certify in writing that the in-place
geosynthetics surface is acceptable for the installation of the
geomembrane. Surfaces not in compliance with the Specifications shall
be rectified by the Contractor and be subjected to inspection and
acceptance before geomembrane is deployed. The responsibility for

MSW.323 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

maintenance of the accepted areas is described in the Project


Specification.

PSVD 4.5 Deployment

The geomembrane shall be installed on the approved areas shown on the


Drawings and according to the approved panel layout, or as directed by
the Engineer, using methods and procedures that ensure a minimum of
handling and to minimize the formation of wrinkles, especially differential
wrinkles between adjacent panels.

Geomembrane deployment shall only proceed when ambient air


temperatures measured are between 4 and 38 °C, unless approved by
the Engineer.

The method used to unroll the geomembrane shall not cause scratches or
crimps in the geomembrane and shall not damage the prepared subgrade
or in-place geosynthetics. The geomembrane shall not be dragged over
gravel, stones, debris or other material that could cause it damage.
During deployment, the geomembrane shall be visually inspected by the
CQC Contractor. Damaged, faulty or suspect areas shall be marked for
testing and/or repair.

The geomembrane shall be placed one panel at a time in a relaxed


condition with the required overlap so that it is in intimate contact with the
underlying subgrade at all locations and free of tension or stress upon
completion of the installation. All necessary precautions, including
installing extra material, shall be taken to avoid bridging of geomembrane.
Cutting and trimming of geomembrane placed over other geomembranes
shall be undertaken with hooked-blade knives or other approved cutters.
Special care shall be taken to protect other geosynthetic materials from
damage that could be caused when cutting.

MSW.324 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

No equipment or procedures shall be used that could damage the


geomembrane or excessive rutting of the prepared subgrade. Any
equipment that has the potential to leak hydrocarbons shall be repaired,
modified or removed from the Site. Areas of heavy foot traffic, under
portable generators, and locations where portable welding machines, fuel
cans, or tools are placed on the geomembrane, shall be protected with
geotextile or geomembrane scraps. Personnel shall not engage in
activities, e.g., smoking, or wear shoes that could damage the
geomembrane. Vehicles shall not be permitted on the geomembrane.

All panels, whether welded or not, shall be securely ballasted and


anchored at all times to prevent any wind uplift, movement, or slipping,
using sandbags or other items that will not damage the geomembrane.
The ballast material shall be provided by the Contractor.

Only the amount of geomembrane that can be seamed up by the end of


the work day shall be deployed, unless otherwise approved by the
Engineer, and the amount of geomembrane deployed without quality
control and repairs being completed shall not exceed 20 000 m2.

PSVD 4.6 Seaming

PSVD 4.6.1 General

Geomembrane seams shall be created using thermal methods. A Master


Seamer shall be on the Site and supervising seaming operations at all
times when seaming operations are in progress. No Welding Technicians
or welding apparatus shall be allowed to perform field seaming operations
until the technicians and equipment have successfully completed
prequalification and trial seams called for in 0 and 0, respectively.

PSVD 4.6.2 Welding Technician and Welding Apparatus Prequalification

When a Welding Technician arrives on the Site for the first time or after an
absence from Site exceeding one month, he/she shall be prequalified in

MSW.325 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

the presence of the QC Contractor by performing three consecutive


passing trial welds made according to 0 for each geomembrane type and
thickness to be welded by the technician.

When a welding apparatus arrives on the Site for the first time, after
repair, or after being removed from the Site, it shall be prequalified in the
presence of the QC Contractor by performing three consecutive passing
trial welds made according to 0 for each geomembrane type and
thickness to be welded by the apparatus.

A new or returning Welding Technician may be prequalified using an


existing welding apparatus, and a new, repaired, or returning welding
apparatus may be prequalified by a qualified Welding Technician.

A record shall be maintained of each geomembrane type and thickness


for which each technician and apparatus has prequalified, and a
technician or apparatus shall not be used for seaming operations for
which it has not prequalified.

PSVD 4.6.3 Weather Restrictions

The Contractor shall take into account that rapid weather changes are
possible at the Site, resulting in delays in production of field seams.
Seaming shall only be undertaken under weather conditions allowing such
work within the warranty limits imposed by the geomembrane
manufacturer and which will not jeopardize the integrity of the
geomembrane installation. Seaming shall not occur under adverse
environmental conditions, including, but not limited to:
• Precipitation of any kind, including condensing fog
• Areas of ponded water
• Periods of excessive winds or dust
• Extreme heat or cold, unless trial and field seams are shown to produce
acceptable and consistent results

MSW.326 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.6.4 Preparation

Extreme care shall be taken by the Contractor in the preparation of the


areas to be welded. The surface of the geomembrane in the area to be
welded shall be cleaned and prepared, and shall be free of grease,
moisture, dust, dirt, debris, and foreign material of any kind. Lint-free
cloth rags shall be used for cleaning, and the Contractor shall supply at
least one clean rag for every 30 metres of weld.

The area to be extrusion welded shall be roughened by grinding the


surface no more than 30 minutes before welding. The roughened surface
shall not extent beyond the extrudate bead and shall not remove more
than 10 percent of the geomembrane thickness.

PSVD 4.6.5 Overlap

Adjacent panels shall be overlapped with the sufficient material required


to perform the welding process, but in no case less than 125 mm for
fusion welds and no case less than 75 mm for extrusion welds. To
facilitate overlap control, the edge of deployed panels shall be marked at
regular intervals with a mark showing the required overlap.

Overlaps shall be shingled in the direction of anticipated water flow in


floors with a fall.

PSVD 4.6.6 Fusion Welding

A fusion welding process shall generally be used for production seams,


unless otherwise approved by the Engineer. A fragment strip of
geomembrane shall be used beneath the seam area as required where
the underling material is too cold, where moisture build-up between the
sheets is expected, or to prevent the welding equipment from sticking to
the prepared subgrade.

MSW.327 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.6.7 Extrusion Welding

An extrusion welding process shall generally be used primarily for repairs,


detailing, capping, unless otherwise approved by the Engineer. The seam
to be welded shall be temporarily spot heat bonded before extrusion
welding. The temperature of the hot air at the heat nozzle of the heat
bonding apparatus shall be controlled such that the geomembrane is not
damaged. If non-destructive spark testing will be performed on the seam,
a wire is embedded in the weld during the extrusion process.

When welding operations are interrupted, the extrusion welding apparatus


shall be purged of heat-degraded extrudate before continuing welding.
The restart end of any extrusion weld shall be tapered to a feather edge of
not less than 100 mm in length.

PSVD 4.6.8 Markers

The QC Contractor shall provide sufficient indelible, legible markers


(Mean Streak, or other approved) for its own use, and use by the
Engineer. A colour convention shall be agreed by all parties.

PSVD 4.6.9 Seam Properties

All geomembrane seams shall conform to the following requirements:


HDPE Geomembrane Seam Properties
A Value
S
T
M
Te
st
M Fusio Extr
et n usion
ho Weld Weld
Property d Units s s
Shear
D
44 % of PM2 break
1
Break Strength , min. 37 strength 100 100
D
Strain at Break1, min. 44 % of PM strain at break 50 50

MSW.328 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

HDPE Geomembrane Seam Properties


A Value
S
T
M
Te
st
M Fusio Extr
et n usion
ho Weld Weld
Property d Units s s
37
N
SF
Adhesion 54 - FTB3 FTB
Peel4
D
44
Break Strength1, min. 37 % of PM break strength 100 100
Incursion, max. - % of weld width 10 n/a
N
SF
Adhesion 54 - FTB FTB
1
Tests shall be performed at the same strain rate that was used when determining the parent material
properties.
2
PM = parent material.
3
Break shall classify as film-tearing bond (FTB) as defined in NSF Standard 54 Annex A.
4
All failures shall be ductile.

PSVD 4.6.10 Trial Seams

Before commencing production seaming, trial seams conforming to the


requirements in 0 shall be made, and approved by the Engineer, on the
same subgrade, under the same operating and environmental conditions,
using the same materials, overlap, and seaming techniques, by the same
Welding Technician as will be used to fabricate field seams. Trial seams
shall be made under the following conditions:
• To prequalify a Welding Technician upon arrival on the Site
• To prequalify a welding apparatus upon arrival on the Site
• Before commencing seaming operations at the start of a shift
• Before commencing seaming operations after the mid-shift break

MSW.329 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• After every four hours of seaming operation


• When a different Welding Technician starts seaming
• When a welding apparatus is restarted after repair or adjustment
• After a welding apparatus is stopped for 30 minutes or more
• When there is a substantial change in environmental conditions
• At the sole discretion of the QC Contractor or the Engineer

Fusion weld trial seams shall be a minimum of 3,0 metres long by 300
mm wide after seaming, with the seam centred lengthwise. Extrusion
weld trial seams shall be a minimum of 1,0 metre long by 300 mm wide
after seaming, with the seam centred lengthwise. All trial seams shall be
labelled by the Welding Technician, who shall record pertinent details
relative to the weld, including:
• Welding Technician's initials
• Welding apparatus identification number
• Welding apparatus temperatures
• Ambient temperature measured 150 mm above the geomembrane
• Date and time welding of the seam commenced

The seam shall be allowed to cool naturally to ambient temperature


before performing destructive testing described in 0. Failure of the trial
seam to meet the specified requirements shall require the Master Seamer
to establish the cause of the failure, take corrective action, and repeat the
trial seam procedure. If the second trial seam fails, the Welding
Technician and welding apparatus shall not be allowed to perform field
seams until the deficiencies are corrected, and two consecutive passing
trial seams are achieved.

The QC Contractor shall monitor the pass/fail ratio of trial seams with
respect to geomembrane material, Welding Technician and welding
apparatus, and the results shall be reported daily to the Engineer.

MSW.330 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.6.11 Field Seams

The Welding Technician shall prepare the area to be welded, and


continuously monitor the seaming operation and maintain the specified
overlap. The welding apparatus temperature shall be monitored, and the
information marked on the geomembrane periodically.

Seaming shall extend to the outside edge of geomembrane to be placed


in trenches. No fish mouths shall be allowed within the seam area, and if
fish mouths occur, the material shall be cut, overlapped, and extrusion
welded. No seams shall be left unwelded and no openings in the
geomembrane shall be left at the end of a shift, without approval from the
Engineer.

All field seams shall be labelled by the Welding Technician according to


the identification code on the panel layout, who shall record pertinent
details relative to the weld, including:
• Welding Technician's initials
• Welding apparatus identification number
• Set temperature for fusion welders or nozzle temperature and preheat
temperature for extrusion welders
• Ambient temperature measured 150 mm above the geomembrane
• Date and time welding of the seam commenced

The seam shall be allowed to cool naturally to ambient temperature


before performing destructive testing described in 0. Failure of the field
seam to meet the specified requirements shall require the Master Seamer
to follow the procedure described in 0, and to withdraw the welding
apparatus from service until a passing trial weld is obtained.

MSW.331 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The QC Contractor shall monitor the pass/fail ratio of field seams with
respect to geomembrane material, Welding Technician and welding
apparatus, and the results shall be reported daily to the Engineer.

PSVD 4.6.12 Non-Destructive Seam Testing

Inspections and non-destructive tests shall be performed on the full length


of all seams and repairs using air pressure, vacuum, water, spark, or
other approved method. Inter-seam air-pressure tests shall be performed
to test continuity on seams with an enclosed air space. Vacuum testing
shall be performed to test continuity on seams that cannot be tested with
air pressure due to the absence of an enclosed air space. Hydrostatic or
spark testing shall be conducted on seams used to make pipe boots and
other prefabricated pieces. In locations where seams cannot be non-
destructively tested, the area shall be capped, if possible, as instructed by
the Engineer. Seams that are accessible for testing prior to final
installation of the geomembrane or prefabricated piece shall be tested
before final installation.

Non-destructive testing shall be performed by the QC Contractor as the


seaming progresses, and in no case shall it be undertaken more than 24
hours after the seam was made. The QC Contractor shall monitor the
pass/fail ratio of non-destructive tests with respect to test type,
geomembrane material, Welding Technician and welding apparatus, and
the results shall be reported daily to the Engineer.

The non-destructive testing program shall include:

PSVD 4.6.12.1 Observation

Visual observations shall be made routinely and shall include the


following:
• Visually check of field seams for squeeze out, foot print, melt and
overlap
• Check machines for cleanness, temperature, and related items

MSW.332 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.6.12.2 Inter-Seam Air-Pressure Testing (Pressure Testing)

Pressure testing equipment shall be capable of generating and sustaining


an air pressure up to 275 kPa. The pressure test shall be
performed according to the following procedure:
• Seal both ends of the seam to be tested.
• Insert a pressure gauge/needle assembly into the inter-seam void.
Pressure test locations shall be at the extreme ends of the seams, and
positioned in anchor trenches or at other non-critical locations.
• Apply an initial air pressure to the inter-seam void according to the
following schedule. The initial air pressure shall be recorded after a 2-
minute period to allow the air pressure and temperature to stabilize.
Polyethylene Geomembrane Inter-Seam Pressure Schedule
Initial Pressure,
Nominal Range Maximum Difference
Geomembrane Mini Maxi Between Initial and
Thickness mum mum Final Pressure
1.0 mm 165 200 28 kPa
kPa kPa
1.5 mm 185 220 20 kPa
kPa kPa
2.0 mm 205 240 14 kPa
kPa kPa
2.5 mm 205 240 14 kPa
kPa kPa

• Five minutes after recording the initial pressure, the final pressure shall
be recorded. If the difference between the initial and final pressure
reading is more than the allowable difference contained in the above
table, or the pressure does not stabilize, the seam shall fail. The
location of the leak shall be found and repaired as described in 0, and
the entire seam retested.
• Record details relative to the pressure test on the geomembrane at the
test location or on a portion of the seam tested, including:
– Tester=s initials
– Date
– Initial pressure and time
– Final pressure and time

MSW.333 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

– Pass/fail designation
• After the test is completed and with the pressure still applied, the end of
the seam furthest from the pressure gauge shall be cut open to observe
the presence of escaping air which serves to confirm the that the inter-
seam channel is continuous. Alternatively, pressure gauges may be
used at both ends of the seam during the test. If air does not escape, the
blockage in the channel shall be located, and a pressure test performed
un the untested part of the seam.
• Seal the penetration holes made by the pressure gauge/needle assembly
by extrusion welding.

PSVD 4.6.12.3 Vacuum Testing

Vacuum testing equipment shall be capable of generating and sustaining


a negative pressure of at least 34 kPa, or 250 mm of mercury, and be
fitted with a translucent viewing window for observing the test. Vacuum
testing equipment of various sizes and configurations shall be provided to
test seams in all locations. The vacuum test shall be performed according
to the following procedure:
• Trim excess overlap, if any, from the seam.
• Apply a generous amount of a strong solution of liquid detergent and
water to the area to be tested.
• Place the vacuum box over the area and apply a slight amount of
downward pressure to the box to seat the seal strip to the geomembrane.
• Apply a vacuum of at least 34 kPa to the area for a minimum of 10
seconds, and observe the seam through the viewing window for the
presence of soap bubbles emitted from the seam. If no bubbles are
observed, reposition the box over the next area to be tested with an
overlap of at least 75 mm. If bubbles are observed, the area tested shall
fail. The location of the leak shall be marked, repaired as described in
0, and retested.
• Record details relative to the vacuum test on the geomembrane at the
test location or on a portion of the seam tested, including:
– Tester=s initials
– Date and time of test
– Pass/fail designation

MSW.334 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.6.12.4 Spark Testing

Spark test must be performed on all extrusion welds. To perform the


spark testing of extrusion welds, a 1,22-mm-diameter bare copper or
stainless steel wire is embedded in the weld close to the overlap during
the extrusion process. One end of the wire is left exposed and grounded.
The spark test shall be performed according to the following procedure:
• Hold the electrode of the spark tester near the grounding source and set
the voltage to a level that will enable the unit to generate a spark at least
1,5 to 2,0 times the length of the longest anticipated leak path. (This is
typically the distance from the wire to the outer edge of the weld bead.)
• Run the testing electrode along the length of the seam while
maintaining contact between the electrode and the seam/membrane
ensuring that the spark gap does not become too great for the voltage
setting. If a spark is observed, the area tested shall fail. The location of
the spark shall be marked, repaired as described in 0, and retested.
• Record details relative to the spark test on the geomembrane at the test
location or on a portion of the seam tested, including:
– Tester’s initials
– Date and time of test
– Voltage setting
– Pass/fail designation

PSVD 4.6.12.5 Hydrostatic Testing

Hydrostatic testing shall be performed according to the following


procedure after completion of welding of pipe boots and other
prefabricated pieces:
• Raise and the perimeter of the piece at a height that will form a basin
and allow the weld to be seen from below. The elevation of the
perimeter shall be at least 200 mm higher than the weld to be tested.
• Slowly add sufficient water to the basin that is formed to submerge the
weld being tested at least 100 mm.
• Monitor the weld for a period of at least 15 minutes. If a leak is
observed, the weld tested shall fail. The location of the leak shall be
marked, repaired as described in 0, and retested.

MSW.335 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• The water shall be added and removed from the basin in such a manner
that does not cause damage to the surrounding geomembrane or
subgrade.
• Record details relative to the hydrostatic test in an area that will be
visible after the piece is installed, including:
– Tester’s initials
– Date and time of test
– Pass/fail designation
PSVD 4.6.13 Destructive Seam Testing

Destructive tests shall be performed on samples cut from trial and field
seams. Field seam samples shall be taken at a frequency not less than
one sample per 100 metres, at locations identified by the Engineer.
Destructive testing shall be performed by the QC Contractor as the
seaming progresses, and in no case shall it be undertaken more than 24
hours after the test location has been marked by the Engineer. The QC
Contractor shall monitor the pass/fail ratio of non-destructive tests with
respect to test type, geomembrane material, Welding Technician and
welding apparatus, and the results shall be reported daily to the Engineer.

Destructive test samples shall be a minimum of 600 mm long by 300 mm


wide, with the seam centred lengthwise. The sample shall be cut into two
300 mm long pieces, with one piece used by the QC Contractor (QC
Sample) for destructive testing as described and the other piece retained
by the Engineer. An additional 300 mm by 300 mm sample may be cut, if
requested by the Engineer, for independent laboratory testing. The
sample shall be marked with a sample identification number, the seam
number, and date and time. The QC Contractor shall accurately mark the
sample location and sample identification number on the panel layout
drawing.

The destructive test shall be performed according to the following


procedure:

MSW.336 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Cut 10 coupon specimens from the QC Contractor’s sample using a


coupon cutter and die.
• Test and examine 5 coupons for conformance to the shear requirements
contained in 0. If any of the test results for any of the coupons fail to
conform, the seam shall fail. In the event of a failure, the procedure
outlined below shall be followed.
• Test and examine 5 coupons for conformance to the peel requirements
contained in 0. Seams with enclosed air space shall have each weld
tested in peel. If any of the test results for any of the coupons fail to
conform, the seam shall fail. In the event of a failure, the procedure
outlined below shall be followed.
• Record details relative to the destructive test on the geomembrane at the
test location or on a portion of the seam tested, including:
– Tester’s initials
– Date and time sample taken
– Pass/fail designation.
• Repair the area where the sample was taken, as described
in 0.

The procedure outlined below shall be followed when there is a


destructive test failure:
• Perform two additional destructive seam tests according the procedure
outlined above, one on each side of the failed test location, and at least
3,0 metres from the failed test. If either of the additional tests fail,
additional samples shall be taken in accordance with the above
procedure until two passing tests are achieved to establish a zone in
which the seam shall be repaired as described in 0. In lieu of taking an
excessive number of samples, with the approval of the Engineer, the
entire seam may be repaired.
• Record details relative to the destructive test on the geomembrane at the
test location or on a portion of the seam tested, including:
– Tester’s initials
– Date and time sample taken
– Pass/fail designation.
PSVD 4.6.14 Verification of Repairs

Repairs shall be non-destructively tested according to 0. In cases where


the repaired seam exceeds 50 metres in length, the Engineer may require
that a destructive test be performed according to 0 from within the zone in

MSW.337 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

which the seam was repaired. Repairs that fail the tests shall be repaired
and retested until a passing test result is obtained.

PSVD 4.7 Repairs

PSVD 4.7.1 General

Any portion of the geomembrane or seam showing a defect, or having a


failed destructive or non-destructive test shall be repaired. Reasons for
requiring repairs to the geomembrane installation include, but are not
limited to:
• A failed non-destructive seam test
• A destructive seam test
• Seam intersections
• A hole, tear, or penetration, including holes in the seam for air pressure
testing device
• A scratch, gouge, or nick that penetrates more than 10 percent of the
material thickness
• A hard object underneath the geomembrane
• A fish mouth or wrinkle at seam overlaps
• Insufficient overlap
• Bridging
• Excessive scuffing
• Geomembrane material defects
• Large wrinkles

Panels that require more than one repair per 25 m2 shall, if instructed by
the Engineer, be removed and replaced with new geomembrane at the
Contractor's expense.

All repairs shall be labelled by the Welding Technician, who shall record
pertinent details relative to the weld, including:
• Welding Technician's initials

MSW.338 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Welding apparatus identification number


• Set temperature for fusion welders or nozzle temperature and preheat
temperature for extrusion welders
• Ambient temperature measured 150 mm above the geomembrane
• Date and time welding of the repair commenced

PSVD 4.7.2 Repair Methods

Agreement on the appropriate repair and welding method shall be


reached between the Contractor and the Engineer. The seams used to
make repairs shall conform to the requirements of 0. Repairs shall be
undertaken using one or a combination of the following methods:

PSVD 4.7.2.1 Patching

Used to repair large holes or tears, destructive test locations, fish mouths,
wrinkles, seam intersections, insufficient overlap, bridging, and
geomembrane material defects.

Fish mouths and wrinkles shall be cut along the ridge of the wrinkle to
achieve a flat overlap. The cut shall be extrusion welded before applying
a patch. Where there is a hard object underneath the geomembrane, the
geomembrane shall be cut, the object removed, and the hole patched. If
the object is thought to be a lump of soil that can be broken up with the
heel of a boot, the geomembrane need not be cut. The resulting stress
point or hole shall be patched or spot welded as required by the Engineer.

Patching shall comprise installing a new piece of geomembrane of the


same material type and thickness over the area to be repaired, and
welding it to the underlying geomembrane by extrusion welding. Patches
shall be large enough to extend a minimum of 150 mm beyond the limits
of the area being repaired, and shall have smoothly rounded corners with
a radius exceeding 150 mm.

MSW.339 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

No patches shall overlap. If this is required to make a repair, the entire


area, including all previous patches in the near vicinity, shall be covered
with a single large patch. Deviations from this requirement shall be
approved by the Engineer.

PSVD 4.7.2.2 Grinding and Rewelding

Used to repair small sections of seams made with extrusion welds.

The length of weld to be repaired shall be abraded without removing more


than 10 percent of the geomembrane thickness before rewelding the
seam.

PSVD 4.7.2.3 Spot Welding

Used to repair a scratch, gouge, or nick that penetrates more than 10


percent of the material thickness, but does not fully penetrate the
geomembrane. An exception is a pinhole or a hole made by the pressure
testing device.

The spot to be repaired shall be abraded without removing more than 10


percent of the geomembrane thickness before applying an extrudate
bead.

PSVD 4.7.2.4 Capping

Used to repair long failed seams, or a series of destructive test sample


holes.

Patching shall comprise installing a new piece of geomembrane of the


same material type and thickness over the area to be repaired, and
welding it to the underlying geomembrane by fusion or extrusion welding.
If fusion welding is approved by the Engineer, a hole may be cut in the
geomembrane for inserting the welding apparatus. The insertion hole
shall be patched. The cap shall be large enough to extend a minimum of

MSW.340 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

600 mm beyond the end of the failed seam., and shall have a minimum
width of 900 mm. Any cap that is wider than 1,5 metres shall be
considered a new panel and shall be shown on the panel layout drawing.

PSVD 4.7.2.5 Seam Replacement

Used to repair long failed seams in lieu of capping, with approval of the
Engineer.

Seam replacement shall be performed by removing the failed seam and a


1,5 metres wide strip of geomembrane. A new strip of geomembrane of
the same material type and thickness shall be inserted and welded to the
adjacent geomembrane by fusion welding. The replaced material shall be
considered a new panel and shall be shown on the panel layout drawing.

PSVD 4.7.2.6 Flap Welding

Used to repair long failed seams in lieu of capping, and may only be used
in limited circumstances, with prior approval of the Engineer.

Flap welding shall be performed by welding the seam overlap flap of the
failed seam to the underling geomembrane by extrusion welding.

PSVD 4.7.2.7 Seam Reconstruction

Used to repair long failed seams in lieu of capping, and may only be used
in limited circumstances, with prior approval of the Engineer.

Seam reconstruction shall be performed by removing the failed seam and


the minimum possible strip of geomembrane. The remaining
geomembrane shall then be pulled together and seamed using fusion
welding. The Contractor shall demonstrate to the satisfaction Engineer
that pulling the panels will not cause damage to the geomembrane or any
other portion of the installation.

MSW.341 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 4.7.3 Large Wrinkles

When seaming of the geomembrane is completed (or when seaming of a


large area of the geomembranes is completed) and prior to placing
overlying materials, The CQA officer will observe the sizes and
distribution of geomembrane wrinkles. The CQA officer will discuss with
the Engineer which wrinkles should be cut and re-seamed by the Installer
at his cost. The seam thus produced will be tested like any other seam.

The wrinkle height to width ratio for the installed geomembrane shall not
exceed 0.5. In addition, geomembrane wrinkles shall not exceed 100mm
in height. Wrinkles that do not meet the above criteria shall be cut out and
repaired in accordance with the Installer’s approved QC manual.

PSVD 4.7.4 Bridging of Geomembrane

Bridging or trampolining of the geomembrane at any temperature higher


than the design minimum service temperature or higher than the expected
covering temperature at any location at any time shall be considered
unacceptable. Compensating material will be installed at these locations.
The geomembrane must be fully supported by the subgrade at the time of
covering with liquid or soil. The minimum service temperature includes
any period (after acceptance of the installation by the owner) when the
liner is uncovered even though final service may involve covering the
liner.

PSVD 4.8 Anchor Trench Backfill

Prior to backfilling termination or anchor trenches, the Contractor shall


inspect, with the earthworks contractor, QC Contractor and Engineer, all
trenches to be backfilled, and the Contractor shall certify in writing that the
trench is ready to be backfilled. The responsibility for maintenance of the
accepted trench is described in the Project Specification.

MSW.342 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Sandbags used to ballast the geosynthetics shall be removed by the


geosynthetics contractor from the trench during backfilling at a rate
commensurate with backfilling so that the geosynthetics do not pull out of
the trench.

PSVD 4.9 Wear Sheets

Where shown on the Drawings, or required by the Engineer, the


Contractor shall install wear sheets of material type and thickness
specified. Prior to installing wear sheets, the underlying geomembrane
shall be tested and approved, and cleaned to remove any objects that
may damage the geomembrane. The wear sheet shall be tacked the
underlying geomembrane by extrusion welds of length and spacing shown
on the Drawings. If no length or spacing is specified, tack welds shall be
a minimum of 500 mm long on minimum 3-metre centres. Testing of the
seams is not required.

PSVD 4.10 Cover Material

The cover materials shall be compatible as well as suitable for use over
the geomembrane and placed in a manner appropriate to the particular
subgrade. Regardless of the cover material, the uncovered edge of
geomembrane panels shall be protected at the end of the working day
with a waterproof sheet, which is adequately secured with ballasts.

PSVD 4.10.1 Protection Geosynthetic

Precaution shall be taken to prevent damage to the geomembrane by


restricting the use of heavy equipment over the liner system. Installation
of the overlying geosynthetic component (protection geotextile or geogrid)
shall be done either using manual labour or lightweight, rubber-tyred
equipment such as a 4-wheel all terrain vehicle (ATV). This vehicle can be
driven directly on the geomembrane, provided the ATV makes no sudden
stops, starts or turns. If such occurrences do occur, the CQA officer shall
be notified immediately. The CQA officer will then inspect the possible

MSW.343 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

damage and may instruct a repair in accordance with PSVD 4.7. No other
mechanical plant shall ride on the geomembrane.

Smooth HDPE sheets may be dragged across the geomembrane surface


with equipment or by hand labour during position. Similarly, the HDPE
may be unrolled with the use of low ground pressure equipment.

PSVD 4.10.2 Earth Cover

A minimum thickness of 250 mm (or as indicated on the drawings) of


clean, selected sand (approved by the CQA officer) shall be placed over
the geomembrane and protection geotextile (as indicated on the
drawings. The soil shall be free of sharp-edged stones greater than 10mm
in size.

Soil cover shall only be placed when the liner temperature is less than 45°
C and it shall be placed with low ground pressure equipment. This may
require that the soil cover be placed only during the cool part of the day or
at night. Care shall be taken to avoid damaging the geomembrane or
geotextile by making sharp turns or pivots with equipment as well as
sudden starts or stops.

Soils may be placed on the geomembrane by pushing with a track-dozer


or by carefully placing it with a loader or a backhoe. The use of
construction machinery directly over the geomembrane is strictly
prohibited. A minimum thickness of 250 mm of cover shall be kept
between heavy equipment and geomembrane at all times, except when
final-grading. No heavy vehicles nay be driven directly over the
geomembrane until the proper thickness of cover has been placed.

Wrinkles in the geomembrane shall be prevented from folding over during


the placement of cover material.

To prevent damage to the geomembrane, the initial lift(s) of soil cover


shall not be compacted more than 85% of modified AASHTO density or

MSW.344 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

as specified by the Engineer. Cover soil shall not be dropped from a


height greater than 1m.

When covering geomembrane on sloped areas, cover shall be pushed up-


slope to minimize tension on the geoemembrane.

PSVD 4.11 Installation Warranty

Upon completion of the installation and testing program, and acceptance of


the installation by the Owner, the Contractor shall provide a warrant of the
quality of the geomembrane installation, and that the installation will not
fail for a minimum period of 10 (ten) years from date of acceptance of
installation. The warranty shall cover the cost of material, labour and
equipment to replace the failed installation.

PSVD 5 Tolerances

The Works shall be finished to the Degree of Accuracy given in the


Project Specifications, and the permissible deviations (PD) shall be within
the limits given below for the Degree of Accuracy specified.
Permissible Deviation (PD)
Degree of Accuracy
III II I
1. Geomembrane Overlap − 0 mm − 0 mm − 0 mm

PSVD 6 DOCUMENTATION

PSVD 6.1 General

An effective CQA plan depends largely on recognition of all construction


activities that must be monitored, and on assigning responsibilities for the
monitoring of each activity. This is most effectively accomplished and
verified by the documentation of quality assurance activities. The

MSW.345 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Engineer will ensure that all quality assurance requirements have been
addressed and satisfied.

PSVD 6.2 Daily Record keeping

Standard reporting procedures shall include preparation of daily reports


that, at a minimum, will consist of:
• Field notes, including memoranda of meetings and/or
discussions with the Contractor and GSM Installer.
• Observation logs and testing data sheets.
• Construction problem and solution data sheets.

This information must be regularly submitted to, and reviewed by the


Engineer.

PSVD 6.3 Observation Logs and Testing Data Sheets

Observation logs and testing data sheets shall be prepared daily. At a


minimum, these logs and data sheets shall include the following
information:
• An identifying log/sheet number of cross-referencing and
document control
• Date, client name, project name, location and other identification
• Data on weather conditions
• A site plan showing all active work areas and test locations
• Descriptions and locations of on-going construction
• Equipment and personnel in each work area, including those of
all related subcontractors
• Description and specific locations of areas, or units, of work
being tested and/or observed and documented
• Locations where tests were undertaken and samples taken
• A summary of test results

MSW.346 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Calibrations of test equipment and actions taken as a result of


any non-conformance
• Off-site materials received, including quality verification
documentation
• Decisions made regarding acceptance of units of work and/or
corrective actions to be taken in instances of non-conformance
• Signatures of CQA officer and CQC monitor

These logs must show all non-complying test results.

A comprehensive set of CQA logs shall be as follows:


• Manufacturer/GCL Installer Compliance Agreement
• Daily personnel attendance list
• Material inventory
• Conformance testing
• Subgrade acceptance
• Material deployment
• Trial Seaming
• Production seaming
• Repairs
• Non-destructive testing
• Destructive testing
• Laboratory test results
• Problems and Solutions
• Soil Cover placement
• Daily report

These documents shall provide fully traceable record of men, machines,


machine settings, materials, weather and test results, in the event of in-
service operational problems.

The CQA Officer shall incorporate all these logs in the CQA Final Report.

MSW.347 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 6.4 CQA Final Report

PSVD 6.4.1 Submission of report

The CQA Final Report, will be submitted by the Engineer to the Employer
within 40 days of completion of installation of the lining system.

PSVD 6.4.2 CQA Final Report Contents

At a minimum the CQA Final Report shall contain the following


information:
• An outline of the project
• A description of the lining system
• Reference to the CQA Plan and other documents used
• Geosynthetic membrane and other geosynthetic materials
specifications
• A summary of on-site CQA activities and quantities (samples,
failing results)
• A photographic record of construction
• Manufacturer/Geomembrane Installer Compliance Agreement
• Subgrade acceptance certificates
• Copies of all logs
• All test results
• Discussion of problems and solutions
• Record drawings
• Certificate statement

PSVD 6.4.3 Record/As Built Drawings

The record drawings must show:


• The location of all geomembrane joints and the types of joints
• Geomembrane panel and roll numbers and geomembrane type
• The location of all geomembrane repairs and the types of repairs
• Toes of slopes
• Crests of slopes

MSW.348 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Location of anchor trenches


• Location and numbers of any geomembrane destructive test
sample sites
• Construction details that differ from as-designed details

PSVD 7 Measurement and Payment

PSVD 7.1 Measurement

Quantities for payment will be measured to finished shapes, sections, and


profiles as shown on the Drawings will be included in the measurements
unless performed on the written instruction of the Engineer.

Final quantities for the payment will be determined by the Engineer from
the pre-construction, intermediate, and post-construction surveys and the
approved as-built drawings. The Contractor shall provide all personnel,
equipment and materials required to make such surveys, measurements,
and other computations as are necessary to determine all estimates of
monthly and final payments for Work performed, or as requested from
time to time by the Engineer. A copy of the survey data and calculations
shall be provided to the Engineer. Failure on the part of the Contractor to
submit its survey data to the Engineer before commencing work will be
held to indicate that it is prepared to accept the volume provided by the
Engineer for the purposes of measurement and payment.

The Engineer may conduct such checks on the Contractor's survey,


measurements and calculations, as he considers necessary, to confirm
their adequacy and accuracy. Any discrepancies in the survey data
identified by the Engineer shall be resolved with the Contractor before the
Contractor may proceed with Work in that area. In the event of such
failure, no subsequent claim in this regard will be considered. The

MSW.349 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Contractor shall allow in its construction schedule for the Engineer to


check the surveys, measurements and computations.

PSVD 7.1.1 Length

The measurement of length will be made along the centreline, adjusted


for slope.

PSVD 7.1.2 Area

Unless geomembrane is deployed in simple geometric forms, area will be


computed using a planimeter, survey methods, or other means as
determined by the Engineer. The plan area measured will be adjusted for
slope.

Measurement will not be made of geosynthetic waste, overlaps, patches,


or scrap unless otherwise approved by the Engineer. Geosynthetics
placed in trenches will be measured according to the embedded length
shown on the Drawings multiplied by the length of the trench.

PSVD 7.2 Payment

Items listed in the Schedule of Rates and Prices are deemed to cover all
work indicated in the Drawings or detailed in the Contract. No additional
items may be claimed by the Contractor and the Contractor must allow in
the unit rates and prices for completing the Works in their entirety.

Notwithstanding the above, the Contractor declares that every unit rate
and price submitted in the Schedule of Rates and Prices has been
derived in a reasonable fashion and properly reflects the cost of doing the
portion of the Work to which that unit rate or price pertains.

MSW.350 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSVD 7.3 Listed Items

PSVD 7.3.1 Supply geomembrane (m2)

Separate items will be listed for each structure or work area and for each
geomembrane type and thickness. The rate shall cover the cost of
material and consumables (such as welding rods/beads), delivery to and
offloading at the Site.

PSVD 7.3.2 Install geomembrane (m2)

Separate items will be listed for each structure or work area and for each
geomembrane type and thickness. The rate shall cover the cost of
storage, handling, and loading and transporting from the storage area to
the work area, protecting the prepared subgrade, deployment,
consumables (such as sandbags), and seaming.

PSVD 7.3.3 Install wear sheet (m2)

Separate items will be listed for each structure or work area and for each
geomembrane type and thickness. The rate shall cover the cost of
deployment, seaming, and tack welding to underlying geomembrane.

PSVD 7.3.4 Fabricate and install pipe boots (No.)

Separate items will be listed for each structure or work area and for each
geomembrane type and thickness, and pipe diameter. The rate shall
cover the cost of fabrication and installation, including clamps, bands,
gaskets, etc.

MSW.351 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PORTION 4: STANDARDISED PARTICULAR SPECIFICATIONS FOR MECHANICAL


AND ELECTRICAL WORKS

The following Particular Generic Specifications form part of this Contract


and shall be used in conjunction with the Detailed Specifications. The listed
specifications are bound separately in Volume 4.

Should any requirements of the Standardised Particular Specifications


conflict with any requirements of the Detailed Specifications, the
requirements of the Detailed Specifications shall prevail.

Volume Description of Particular Specification

M01 Mechanical Screens

M02 Mechanical Degritter Systems

M05 Mechanical Anaerobic and Anoxic Mixing Equipment

M08 Mechanical Gearboxes

M15 Mechanical Filter Belt Press

M16 Mechanical Conveyor Equipment

M17 Mechanical Actuator Equipment

M18 Mechanical Centrifugal Pumps

M20 Mechanical Valves: Manufacture and Supply

M21 Mechanical Pressure Pipework

M29 Positive Displacement Sludge Pumps

M34 Sludge Gates, Adjustable Weirs and Handstops

G01 Colour Coding of Equipment

G02 Corrosion Protection

MSW.352 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Volume Description of Particular Specification

E01 Electrical Motors

E02 Electrical Cable Racks

E03 Electrical Isolator Pushbutton Stations

E04 Electrical Low Voltage Switchboards and Motor Control Centres

E05 Electrical Low Voltage Power and Control Cables

E06 Electrical Medium and Low Voltage Cable Installation

E08 Electrical Wiring

E10 Electrical Busbar Trunking

E12 Electrical Medium Voltage Cables

E13 Electrical Medium Voltage Switchgear

MSW.353 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PORTION 5 – DETAILED SPECIFICATIONS FOR MECHANICIAL AND ELECTRICAL


EQUIPMENT

This section specifies and describes the supplies, services and engineering
and construction works which are to be provided for the mechanical and
electrical parts of the Contract and any other requirements and constraints
relating to the manner in which the Contract work is to be performed.

SECTION 1 – MECHANICAL EQUIPMENT FOR HEAD OF WORKS


SECTION 2 – MECHANICAL EQUIPMENT FOR PUMPS
SECTION 3 – MECHANICAL EQUIPMENT FOR MIXERS
SECTION 4 – MECHANICAL EQUIPMENT FOR SLUICE GATES
SECTION 5 – MECHANICAL EQUIPMENT FOR BELT PRESS

SECTION 1 - MECHANICAL EQUIPMENT FOR HEAD OF WORKS

MECHANICAL SCREENS

Scope

This section of the Contract covers the supply, delivery, transport, handling,
storage, erection, installation, commissioning, testing, adjustment, handing
over in complete working order and upholding during the Defects Liability
Period of:

a) Two Mechanical Front Raked Fine Screens

PSM1.1.1 Drawing References

The drawings listed are bound in Volume 3 of the tender document.

Site Layout ....................................................................................... 10367-01-01

Screening P&I Diagram ................................................................... 10367-00-02

MSW.354 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Screen Channels: Plan and Sections: ............................................... 10367-07-09

Screen Channels: Plan and Sections: ............................................... 10367-07-09

PSM1.1.2 Particular Specifications

This specification shall be read in conjunction with the Standard Particular


Specification M01 - Mechanical Screens.

PSM1.1.3 Specification of the Mechanical Front Raked Screens

The incoming wastewater flow from the main sewer to the new inlet works is
split between four parallel screening channels and screened by four front
raked mechanical screens of which two have already been installed and the
other two to be installed under this contract.

The screens are protected from stones and large objects by a stone trap in
front of the screens.

The screening installation will comprise two mechanically front raked fine
screens mounted in 1300 mm wide channels. Each screen shall be capable
of handling a maximum flow of 0.91m3/sec. The channels are 1600 mm
deep while the maximum downstream depth of the screened sludge will be
500 mm at maximum flow.

The average screenings production rate for Johannesburg Water Treatment


Works is expected to be 0.025 m3 of dry screenings per Mℓ of wastewater
treated.

The design peak screenings load is equal to 5 times average daily load.

The screens are to be designed to be installed into a channel 1300mm wide


x 2200mm deep. The details of which are given on the drawings listed under
Volume 3.

The mechanical screens shall comprise of 6.0 mm wide bars with the clear
opening between bars not exceeding 6.0 mm. The screen bars shall be

MSW.355 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

tapered. The screens and all associated equipment supplied under this
section shall be capable of handling a screening content in the incoming
sludge of 0.3m3/Mℓ and a fats content of 15%.

PSM1.1.4 General Requirements of the Screens

The following clauses of the Particular Specification M01 are amended as


follows:

PSM1.1.5 Discharge Chute

The discharge chute shall be set to guide all screenings removed by the rake
into the hydro conveyor. The chute shall form an integral part of the screen
and shall terminate below the lip of the hydro conveyor.

PSM1.1.6 Drive Unit

Add the following to clause M01.4.8

The electrical switchboards and controls will be designed and supplied by


the electrical subcontractor under this contract to meet the operating
requirements given below.

The following electrical control equipment shall be supplied and installed with
the screens:

A current sensing overload device with a built-in intelligent control facility


shall be incorporated with the screen starter compartment in the motor
control centre. The device shall have the facility to be able to reverse the
direction of travel of the scraping mechanism, should a blockage occur on
the screen and cause the overload device to trip the normal operation of
the screen.

The device shall have the additional facility to enable this reversing action
to be affected twice for any one occurrence, before tripping the alarm.
Further, the device shall either re-set automatically if the blockage
causing the initial overload conditions is cleared, or should the blockage

MSW.356 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

remain upon the completion of the second attempt at automatic


clearance, the alarm shall be generated.

The drive unit shall have a fixed position and shall in no way move with
the screen rake or chain.

PSM1.1 SLUICE GATES/PENSTOCKS

PSM1.2.1 Scope

This section of the Contract covers the supply, delivery, transport, handling,
installation, commissioning, testing, adjustment, handing over in complete
working order and upholding during the Defects Liability Period of Sluice
Gates/Penstocks complete with operating equipment as listed in Table 1 at
the end of this section and in the positions (where applicable) as shown on
the drawings.

a) One electrically actuated incoming raw sewage flow isolating penstock


shall be supplied to suit a channel width of 1200mm x 2200mm deep. The
maximum water operating depth will be 1850mm. Further details of the
channels are shown on the drawings included in Volume 3 (10367-07-09).
The actuators are to be suitable for open and close operation.

b) Convert the existing manual incoming raw sewage flow isolating penstock
to an electrically actuated penstock. The actuator is to be suitable for open
and close operation.

c) Two electrically actuated screen isolating penstocks shall be supplied to


suit a channel width of 1300mm x 2200mm deep. The maximum water
operating depth will be 1850mm. Further details of the channels are shown
on the drawings included in volume 3 (10367-07-09). The actuators are to be
suitable for open and closed operation.

d) Two electrically actuated screen isolating penstocks shall be supplied to


suit a channel width of 1300mm x 2300mm deep. The maximum water
operating depth will be 1850mm. Further details of the channels are shown

MSW.357 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

on the drawings included in volume 3 (10367-07-09). The actuators are to be


suitable for open and closed operation.

The tendered price for installation must include for the grouting in of the
penstocks/sluice gates.

PSM1.2.2 Materials

Manufacturing of penstocks shall comply with requirements of M34 Sluice


Gates, Adjustable Weirs and Handstops, Section 3 of this Portion and
Chapter 7 of the Corrosion Protection Specification. (Particular Specification
G02)

PSM1.2.3 Design

All parts shall be designed for the duty required, but the minimum factor of
safety against structural failure shall not be less than 3, based on the
working stress of the material.

In the design, due consideration shall be given to the thickness of materials


with regard to corrosion and operating conditions. The maximum force
required at a handwheel or crank to raise a gate shall be 120 Newton.

PSM1.2.4 Construction

All gates shall be well guided with no possibility of jamming. The gates of
wall-mounted types shall be held uniformly against the side facings of the
frames and shall provide drop-tight closure under the conditions listed in the
Table above. Penstocks (any seating condition) shall not spill water over the
top or sides of the frame other than through the opening provided in the
penstock for water to pass through. All penstocks shall be of the level invert
type fitted with renewable seals of a non-biodegradable material on the
invert.

MSW.358 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM1.2.5 Operating Equipment for Penstocks

Electrical operation

Actuators shall be equal to those manufactured by "AUMA" or similar


approved and shall be supplied with the following equipment:

• An integral 415 volt motor, complete with a reversing starter and


limit switches.

• Facilities for remote open/stop/close push buttons.

• An integral local/off/remote selector switch.

• 4 to 20 mA transducer.

• The control supply shall be 230 volts A.C. 50Hz.

• Facility for hand operation in the event of a power failure.

PSM1.2.6 Installation of Penstocks

All penstocks shall be installed by the Contractor under this Contract and the
Contractor shall carry out all necessary adjustments to ensure proper and
smooth operation of the penstocks. In the event where penstocks are to be
fixed against concrete walls. 304 stainless steel holding down bolts must be
supplied and installed into the concrete work.

PSM1.2.7 GENERAL
PSM1.2.7.1 Electrical Installation

The power and control cables for the electrically operated penstocks shall be
supplied under this Contract. Any special electrical requirements related to
the penstocks, shall be stated by the Contractor in the schedule of technical
details provided at the end of this series.

MSW.359 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM1.2.7.2 Corrosion Protection

Corrosion protection must be carried out strictly in accordance with the


requirements of the Corrosion Protection Specification G02.

Stainless Steel : Chapter 7

3CR12 : Chapter 8

Aluminium : Chapter 9

PSM 1.3 SCREENINGS HANDLING EQUIPMENT

PSM1.3.1 Drawing References

The drawings listed are bound in Volume 3 of the tender document.

Site Layout ....................................................................................... 10367-01-01

Screen Channels: Sheet 1 of 2 Plan: ................................................ 10367-0?-03

Screen Channels: Sheet 1 of 2 Sections: .......................................... 10367-0?-04

Primary Screening Building: Sheet 1 of 3…………………………..….10367-


0?-01

Primary Screening Building: Sheet 2 of 3……………………………...10367-


0?-02

Primary Screening Building: Sheet 3 of 3……………………………...10367-


0?-03

PSM1.3.2 Particular Specifications

This specification shall be read in conjunction with the Particular


Specification M01 - Mechanical Screens.

PSM1.3.3 Particular Specification of the Screening Handling Equipment

The screenings from the screens will be washed before being discharged on
to a single hydro type conveyor and into the screening dewatering

MSW.360 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

press/compacters (two off – 1 existing, one free issue) from where the
washed/dewatered screenings will be discharged into a screenings bin. The
screenings bin will be supplied by Johannesburg Water.

The screenings hydro type conveyor is to be sized to transfer the screenings


from two screens to be supplied under this contract plus the screenings from
the existing two screens. An extension to the existing screenings hydro type
conveyor will be required under this Contract.

The press/compacter (two off) have been sized on a duty standby


configuration and each machine has been sized to handle the total
screenings from the two screens to be supplied under this Contract plus the
screenings from the existing screens.

Wash water for the screens, screenings hydro conveyer and the screenings
press/compacter is chlorinated final effluent.

The chlorinated effluent is pumped into a GRP wash water tank from where it
is pumped by the existing wash water pumps to the screens, screenings
hydro conveyor and the screenings press / compactors.

The system will be as indicated on the P&I Diagram and generally will
consist of the following equipment:

a). All discharge pipework, valves, fittings and supports from the
existing reticulation to the new screens, hydro conveyor and
compactors.

The wash water outlet from the screenings transfer conveyor and the
screenings press/compacter returns to the inlet works down-stream of the
screens.

PSM1.4 GRIT REMOVAL AND GRIT HANDLING EQUIPMENT

PSM1.4.1 Drawing References

The drawings listed are bound in volume 3 of the tender document.

Vortex Degritter: P&I Diagram: ........................................................ ???????????

MSW.361 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Vortex Degritters: Plan and Sections – Sheet 1of 2 .......................... 10367-0?-05

Vortex Degritters: Plan and Sections – Sheet 2of 2 .......................... 10367-0?-06

Grit Classifier Building: Layout and Sections – Sheet 1of 3: .............. 10367-0?-01

Grit Classifier Building: Layout and Sections – Sheet 2of 3: .............. 10367-0?-02

Grit Classifier Building: Layout and Sections – Sheet 3of 3: .............. 10367-0?-03

PSM1.4.2 Particular Specifications

This specification shall be read in conjunction with the Particular


Specification M02 - Mechanical Degritter Systems.

PSM1.4.3 Particular Specification of the Grit Removal and Handling Equipment

The screened sewage will be split between four parallel Vortex Type
Degritters, of which two have been fitted with the required mechanical
equipment and two of which will be fitted with the required mechanical
equipment under this contract. The max flow to each Degritter will be
1.22m3/sec

The maximum to water level in the vortex chamber will be 4700 mm from the
floor of the vortex and the minimum water level will be 3500 m from the floor
of the vortex chamber.

Downstream venturi flumes on each Degritter will control the water level in
each Degritter. The water level in the channel at peak flow will be 1250 mm.

Sand and grit will settle into the hopper bottom of each Degritter from where
it is removed by means of a dedicated air lift pump that will lift the settled grit
into a dedicated grit classifier for washing and dewatering. The tenderer is to
size the pipework to suit his design; however the velocity in the pipe should
not be less than 2 m/sec to maintain solids in suspension or greater than 3
m/sec to limit wear by erosion of the pipe.

Fluidising of the grit prior to degritting by the air lift pump will be done by a
self-priming pump that shall be mounted on the bridge of each degritter. The
self priming pump will extract screened sewage form the vortex chamber and

MSW.362 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

pump it back into the vortex chamber to fluidise the grit. The tenderer is to
price the suction and delivery pipework complete with fittings, pipe supports
etc for the complete installation on two degritters.

Two compressors and a common air receiver with a minimum capacity of 0.5
m3 have been provided for scouring and fluidising the settled grit in the
Degritter. The tenderer is to price for the pipework, fittings valves and control
valves from the blower room to each of the two degritting units.

The blowers and compressors etc. for the complete system are indicated on
the P&I Diagram included in Volume 3 of the tender document. Only 4
blowers are required under this contract. No compressors or air receivers are
required under this contract.

PSM1.4.4 Isolating Penstocks

a) Two electrically actuated isolating channel type penstocks downstream of


the degritters shall be supplied to suit a channel width of 850mm x 1500mm
deep. The maximum operating water pressure will be 1500mm. Further
details of the channels are shown on the drawings included in Volume 3
(10367-07-09).

b) Two electrically operated isolating penstocks upstream of the degritters shall be supplied to su

c) Convert the two existing manually operated isolating penstocks upstream


of the degritters to electrically actuated penstocks. The actuators are to be
suitable for open and close operation.

All the penstocks shall be manufactured from 304 stainless steel.

The tenderers price for installation must include for the grouting in of the
penstocks/sluice gates

PSM1.4.5 Measurement and Payment

Measurement items have been provided under the supply and delivery and
the install and commission section of the Bill of Quantities.

MSW.363 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The rate tendered for the items shall further include for all the labour,
material, replacement parts, transport, new fasteners, sand blasting,
corrosion protection, testing and commissioning of the Head of Works
Equipment to ensure compliance with the relevant clauses of the Project
Specification.

MSW.364 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM.1 SECTION 2 – MECHANICIAL EQUIPMENT FOR PUMPS

PSM 2.1 SCOPE

This section of the Contract covers the supply, delivery, transport, handling,
storage, erection, installation, commissioning, testing, adjustment, handing
over in complete working order and upholding during the Defects Liability
Period of the following equipment:

a) (i) TWO Raw Sewage Centrifugal Pumps (Emergency


Overflow Dam Pump Station);

(ii) Pipework and accessories for the above pumps;

(iii) ONE Sump Pump and pipework and accessories;

(iv) ONE Extraction Fan for Emergency Overflow Pump


Station.

b) (i) TWO Helical Rotor, Positive Displacement Pumps


(Secondary Scum Pump Station);

(ii) Pipework and accessories for the above pumps;

(iii) ONE Sump Pump and pipework and accessories;

(iv) ONE Extraction Fan for the Secondary Scum Pump Station;

c) (i) FOUR Subsoil Drainage and Leakage Submersible Pumps

(ii) Pipework and accessories for the above pumps

d) (i) TWO Self Priming Pumps (HOW)

(ii) Pipework and accessories for the above pump

MSW.365 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 2.2 DRAWING REFERENCES

The details pertaining to the pumping equipment to be installed is given on


the following drawings included in Volume 3 of the tender document.

Emergency Overflow Dam Pump Station - Drawing No 10367-05-03

Scum Pump Station - Drawing No 10367-05-04

Vortex Degritters: Plan and Sections – Sheet 1of 2 - Drawing No 10367-07-


11

P&ID for Sludge Pumping - Drawing No 10367-00-02

PSM 2.3 PARTICULAR SPECIFICATIONS

This specification shall be read in conjunction with the Particular


Specification, M18: Mechanical Centrifugal Pumps, M20: Mechanical Valves
– Manufacture and Supply, M21: Mechanical Pressure Pipework, M29:
Positive Displacement Sludge Pumps.

PSM 2.4 GENERAL

Dry-well pumping equipment shall mean pumping equipment of which the


motors may or may not be submersible, but which operate in a non-
submersible mode.

The design of the pumps shall be in accordance with BS 5257.

All working parts of the pumps shall be removable and serviceable and shall
under no circumstances be integrated into the body of the pumps.

All pipework and support structures for the pumps for the conveyance of
fluid, as shown on the drawing must be supplied by the Contractor under this
section of the contract. The pipework shall include all fittings.

MSW.366 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The construction of the Civil Works will form part of this Contract.

All valve hand wheels must be able to be operated from ground level.

PSM 2.5 CENTRIGUGAL PUMPS

Dry-well pumps supplied under this contract shall be of the centrifugal type
except where otherwise specified. If applicable it shall be suitable to pump
the media mentioned in the particular specification for each type of
application (Raw Sewage, sludge or settled sewage, etc).

Together with their tenders, tenderers shall provide full details of any
proposed pump layout, including all pipework to comply with the
requirements of the pumping systems and as shown on the drawings for
consideration by the Engineer.

Pumps shall be of the self-regulating type and where the power consumption
characteristic is such that with an increase in delivery to beyond a certain
limit the power consumption decreases thereby ensuring that the motor is
not overloaded in the event of a large reduction in pumping head.

The pumps shall be a currently catalogued product. Documentation shall


include performance curves or selection tables, indicating flow, head, NPSH
required, power absorbed, speed and efficiency for the expected range of
operational conditions.

Performance curves and selection tables shall be based on a reproducible


and certified test carried out in an approved laboratory.

The flow rate at break-off point of the curve for the impeller selected shall be
at least 1.5 times that of the maximum flow rate specified.

MSW.367 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The pumps selected shall have their rated duty point to the left of the peak
efficiency point on the head-capacity curve for the impeller diameter
proposed.

The head at zero delivery of the curve for the impeller selected shall be at
least 1,2 times the maximum head in the pump’s duty range.
All pumps shall be supplied complete with electrical motors.
Complete overhauling of the pump shall be possible without damaging the
piping.

Water shall not be spilt over the pump house floor, condensate and gland
leakage shall be piped to the drainage channel in the pump house.

A metal lubrication instruction plate shall be attached to the pump where it is


clearly visible. The plate shall indicate the recommended lubricant, points of
lubrication and the recommended frequency of lubrication.

All horizontal spindle pumps and delivery pipework with local high points or
positions upstream of the reflux valves where air can be trapped shall be
equipped with the necessary drains and air cocks or automatic air release
equipment with pipe connections for discharging from the drains to the
drainage system in the pump station.

PSM 2.6 TOTALLY SUBMERSIBLE PUMPS

PSM 2.6.1 General design

Submersible pumps comprise motor and pump as one unit, with the impeller
mounted on the extended motor shaft and suction inlet arranged from the
bottom of the casing. The shaft shall run in deep groove oil-lubricated ball
bearings. Preference will be given to units which incorporate an oil lubricated
mechanical seal.

MSW.368 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Submersible pumps shall be supplied with guide rails for the easy removal of
the unit. The guide rails shall be manufactured in grade 304 stainless steel
and all the equipment shall be corrosion proof. The pump shall be firmly fixed
to the rails such that no vibration or whipping of the pump will take place.

If the mass of the complete unit exceeds 50 kg, adequate lifting gear shall be
supplied. The lifting gear shall be sufficiently protected against corrosion.
The lifting gear shall be fitted with a cog with good lever advantage for lifting
of the unit without the necessity of great force. The gear must be designed
for a clear lifting operation that will make wash-down of the equipment
possible on removal of a unit.

Flexible delivery pipes will not be considered.

Full details of the guide rails and lifting gear shall be provided with the
tender.

PSM 2.6.2 Materials

The motor casing shall be manufactured of close grained cast iron to BS


1452 Grade 14 or of equal quality.

The motor and pump shaft shall be integral and manufactured of stainless
steel to BS 970 Part 4 Type 43 S 29 or of equal quality.

PSM 2.6.3 Motors for submersible pumps

The stator shall be designed at least to temperature Class F (140oC). The


insulation material employed shall be extra moisture-resistant. An approved
overheat protection sensor shall be provided in the motor and a leakage
detector shall be fitted to the stator casing. The systems shall be provided
with appropriate connections for an external monitoring unit, in which over-

MSW.369 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

temperature of the motor or leakage shall cause the motor to trip and trigger
an alarm.
The motor shall be completely sealed by an oil bath lubricated, double, self-
adjusting mechanical seal on the shaft. The seal shall preferably be of
tungsten carbide or other material possessing great resistance to abrasion.
The motor enclosure shall be at least IP 68 and the cable shall be triple
sealed.

PSM 2.7 PIPEWORK

Layouts of pumps and pipework are shown on the drawings. Should the
tenderer consider alternative layouts then fully detailed drawings showing the
proposed layout of pumps and pipework shall be submitted with the tender.

The delivery and suction pipework shall terminate (unless otherwise shown
on the drawing) in a flanged puddle pipe 500 mm clear of the wall outside the
structure, suitable for connection to the delivery and suction pipes or as
specified.

The pipework shall be of grade 304L stainless steel and unless otherwise
stated shall be flanged and drilled to SANS 1123 for a working pressure of 1
000kPa (10 bar). Bends and branches shall provide non-turbulent flow
conditions and the layout of pipework shall be such as to facilitate
dismantling and inspection. The pipes are to be properly supported and so
arranged that all stresses created in the pipeline by static and dynamic
forces, including recoil shock, will be taken up by suitable anchors. Unless a
specific size is specified, pipework shall be sized so as to limit maximum flow
velocities to 1,5 meters per second.

All suction pipework shall be provided with a flexible coupling in a convenient


position and adequately anchored (downstream of the gate valve if
applicable) to facilitate removal and reinstallation of a pump. Any reducers

MSW.370 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

used on the suction pipework shall have level soffits (as installed) and the
length of such reducers shall be four times the difference in diameters.

Valves shall be knife gate valves as specified in Clause M20.7.2 of the


Particular Specification - Volume M20. Hand wheels shall be non-rising with
rising spindles and the valves shall be suitable for installation at any angle
but in horizontal piping only.

Check valves on delivery mains shall only be used in a horizontal position.

All gantries, brackets and supports shall be of galvanized mild steel and of
grade 304 stainless steel in wet wells of pump stations.

PSM 2.8 CONTROL OF PUMPS

All control and switchgear will form the subject of this Contract.

PSM 2.9 ELECTRICAL INSTALLATION

The electrical scope of supply for the pumping equipment shall be the
electric motors. The motors shall comply with the specifications.

All special requirements of the Contractor completing this contract shall be


specifically identified e.g. Single line diagrams indicating the exact electrical
requirements and interlocks of all his equipment. The electrical equipment
forming an integral part of this mechanical equipment forms part of the scope
of supply of the Contractor completing this section.

PSM 2.10 CORROSION PROTECTION

Corrosion protection shall be carried out strictly in accordance with the requirements of the
Particular Specification GO2: Specification for Corrosion Protection.

MSW.371 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Equipment inside buildings and above ground level not painted to System
B.1.A, shall receive a further coat of paint after installation.

PSM 2.11 LIFTING GEAR FOR PUMPS

The Tenderer shall provide lifting gear (travelling trolley, block and tackle) for
the dry well pumps in the Emergency Overflow Dam Pump Station and the
Scum Pump Station as detailed on drawings 10367-05-02 and 10367-05-04
respectively. The crawl beam for the lifting gear shall be supplied and
installed under this Contract and the Contractor under this Section of the
Contract shall supply and install suitable manually chain operated lifting gear
for the pumps. Full detail of the lifting gear shall be provided with the tender.
A vertical distance of 6000 mm from the crawl beam to the floor of the pump
station shall be allowed for.

PSM 2.12 EXTRACTION FANS

One extraction fan shall be mounted in each of the dry wells of the pump
stations. It shall withdraw from 300 mm above the dry-well floor level and
discharge via ducting at a point 2m above the ground level. The fan shall be
complete with necessary mountings, louvred outlet and galvanized mild steel
ducting.

Each fan shall be capable of extracting not less than 60m3 of air per minute
as installed, complete with ducting and louvres.

The fan shall be supplied complete with all ducting wire and controls and the
operation of the fan shall be arranged for manual control.

PSM 2.13 PARTICULAR REQUIREMENTS OF PUMPS

PSM 2.13.1 Emergency Overflow Dam Return Pumps

PSM 2.13.1.1 General

MSW.372 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Two (2) fixed speed chopper pumps are required in the new Emergency
Overflow Dam Pump Station. One duty and one standby pumps are
required.

The general arrangement of the pumps and associated pipework is shown


on drawing 10367-05-02.

The pumps shall be centrifugal dry well pumps or horizontal self-priming


pumps in accordance with the Particular Specification M18: Mechanical
Centrifugal Pumps.

The two (2) pumps draw raw sewage directly from the Emergency Overflow
Dam via screens in the outlet structure and return the raw sewage back to
the Head of Works.

PSM 2.13.1.2 Required Duty

The pumps shall be capable of pumping sludge having a maximum solids


concentration of 6%.

Each pump shall be capable of delivering 555 ℓ/s against a total maximum
head of 53m and a minimum head of 48m and shall be capable of operating
between the total system head curves. Each pump shall be fitted with a
90kW motor.

PSM 2.13.1.3 Equipment Required

The following equipment is required:

• Suction piping from the Emergency Overflow Dam outlet


structure coupled to the two raw sewage centrifugal pumps. The
suction piping shall be complete including an isolating valve for
each pump;

MSW.373 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

• Two constant speed raw sewage centrifugal pumps, couplings


and drive motors, each pump and motor set mounted on a
common base plate;

• Delivery piping including non-return and isolating valves for two


pumps. The Contractor shall supply all pipework, fittings and
supports from the Emergency Overflow Dam Pump Station to the
Head of Works;

• One manually chain operated travelling trolley, block and tackle


of 1 ton capacity to fit a crawl beam of 254 x 146 x 31 kg/m.

PSM 2.13.2 Secondary Scum Pumps

PSM 2.13.2.1 General

Two (2) positive displacement pumps are required in the new Secondary
Scum Pump Station. One duty and one standby pumps are required.

The general arrangement of the pumps and associated pipework is shown


on drawing 10367-05-04.

The pumps shall be helical rotor, positive displacement pumps in accordance


with the Particular Specification M29: Positive Displacement Sludge Pumps.

The two (2) pumps draw scum directly from the Secondary Scum Pump
Station sump and pump the “scum” to the Scum Drying Beds on the
dewatering terrace.

PSM 2.13.2.2 513.1.2 Required Duty

MSW.374 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

Each pump shall be capable of delivering 1,2 ℓ/s against a total maximum
head of 41m and a minimum head of 40m and shall be capable of operating
between the total system head curves. Each pump shall be fitted with a 3kW
motor.

PSM 2.13.2.3 513.1.3 Equipment Required

The following equipment is required:

• Suction piping from the existing Clarifiers in Unit 1 to the Secondary


Scum Pump Station sump. The suction piping shall be complete including
an isolating valve for each pump;

• Two helical rotor, positive displacement pumps, couplings and drive


motors, each pump and motor set mounted on a common base plate;

• Delivery piping including non-return and isolating valves for two pumps.
The Contractor shall supply all pipework, fittings and supports from the
Secondary Scum Pump Station to the Scum Drying Bed;

• One manually chain operated travelling trolley, block and tackle of 1 ton
capacity to fit a crawl beam of 254 x 146 x 31 kg/m.

PSM 2.13.3 Sump drainage pumps

ONE sump drainage pump shall be supplied and installed in each of the two
Pump Stations. The pump shall be capable of pumping sludge at a rate of 7
ℓ/s at a total maximum head of 15 m and a minimum head of 7m and shall be
capable of operating between the total system head curves. Each pump shall
be fitted with a 1.3kW motor.

The pump shall be a vertical shaft submersible centrifugal pump. It shall be


equipped with high and low level sensors for on/off operation of the pump.

MSW.375 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

The pump shall be capable of delivering leakage water from the sump in the
pump room floor to the pump station sump through 50 mm diameter
galvanized mild steel piping, supplied under this contract.

The pump shall be fitted with an open or vortex type impeller capable of
passing 35 mm diameter solids.

The delivery piping shall each be fitted with a reflux valve.

PSM 2.13.4 Subsoil Drainage and Leakage Pumps

FOUR submersible Subsoil Drainage and Leakage Pumps capable of


delivering 2.0 l/sec against a total head of 12m and a minimum head of 7m
and shall be capable of operating between the total system head curves.
Each pump shall be fitted with a 1.3kW motor.

The pump shall be capable of delivering leakage water from the sump in the
Emergency Overflow Dam wall back to the Emergency Overflow Dam
through 50 mm diameter galvanized mild steel piping, supplied under this
contract.

PSM 2.14 MEASUREMENT AND PAYMENT

(Clause M18.30 of Particular Specification: Volume M18: Mechanical


Centrifugal pumps)
Add the following to this Clause:
Payment under scheduled items shall be made per complete pump set, i.e.
pump set with base plate and not as separate items as stated. Payment for
pipework shall be made for complete pipework per installation as specified.

MSW.376 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 2.15 GENERAL

PSM 2.15.1 Corrosion Protection

Corrosion protection must be carried out strictly in accordance with the


requirements of specification G02 : Volume G02 : Particular Specification for
Corrosion Protection to the following systems :

Application System
All steelwork other than items in stainless steels or 3CR12 steel Above
water : System B.1.A

Below water : System B.1

Motor, speed reducer, bearing blocks etc. System A.1, A.2 or A.3
(colours to conform to colour coding of equipment G01). If existing paints on
these items are incompatible with alkyd paints, the Contractor shall provide
suitable alternatives approved by the Engineer.

Stainless Steel as per Chapter 7

3CR12 as per Chapter 8

All painted equipment installed above water level shall receive a further coat
after installation.

PSM 2.15.2 Control of Pumps

All control and switchgear will form the subject of another contract.

PSM 2.15.3 Electrical Installation

The electrical scope of supply for the pumping equipment shall be the
electric motors. The motors shall comply with the specifications.

MSW.377 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All special requirements of the Contractor completing this contract shall


be specifically identified e.g. Single line diagrams indicating the exact
electrical requirements and interlocks of all his equipment. The electrical
equipment forming an integral part of this mechanical equipment forms
part of the scope of supply of the Contractor completing this section.

PSM.2 MIXERS

PSM 3.1 SCOPE

This section of the Contract covers the supply, delivery, transport,


handling, storage, erection, installation, commissioning, testing,
adjustment, handing over in complete working order and upholding during
the Defects Liability Period of:

a) TWO Secondary Scum Pump Station Sump Mixers.

PSM 3.2 PARTICULAR SPECIFICATIONS

This specification must be read in conjunction with the Particular


Specification M05: Mechanical Anaerobic and Anoxic Mixing Equipment

PSM 3.3 SECONDARY SCUM PUMP STATION SUMP MIXERS

Two (2) vertical shaft platform mounted (axial impeller at the bottom and radial
impeller at the top) mixers are required in the Secondary Scum Pump Station
Sump to mix the scum from the existing Unit 1 Clarifiers. The detail of the
Secondary Scum Pump Station Sump is shown on drawing 10367-05-04. The
3
volume of the sump is approximately 25m at a depth of 2,500mm.

3
The two mixers shall impart at least 20 W/m into the Secondary Scum Pump
Station sump and each mixer shall have a minimum rated output of 1.5
kW.

All parts below water level shall be manufactured from stainless steel.

MSW.378 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 3.4 GENERAL

PSM 2.16.4.1 General Requirements for Mixers

The Tenderer shall supply all relevant information for the proper
adjudication of all the units, giving information regarding:

• Type of impeller

• Size and shape of impeller

• Tip speed of impeller

• Pattern of flow in the basin

• Shaft length and diameters

• Construction of unit

The mixers in the Secondary Scum Pump Station sump shall be mounted
on a reinforced concrete walkway. Full details are supplied on the Tender
Drawings.

PSM 2.16.4.2 Electrical Installation.

The supply and installation of a distribution/control boards (including


starters) and electrical cables is part of this contract and must be carried
out in accordance with the requirements of the Contract Specifications.

MSW.379 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 3.5 Corrosion Protection

Corrosion protection must be carried out strictly in accordance with the


requirements of specification G02 : Volume G02 : Particular Specification for
Corrosion Protection to the following systems :

Application System
All steelwork other than items in Above water : System B.1.A
stainless steels Below water : System B.1
or 3CR12 steel
Motor, speed reducer, bearing System A.1, A.2 or A.3 (colours to conform to colour
blocks etc. coding of equipment G01). If existing
paints on these items are incompatible
with alkyd paints, the Contractor shall
provide suitable alternatives approved
by the Engineer
Stainless Steel As per Chapter 7
3CR12 As per Chapter 8

All painted equipment installed above water level shall receive a further coat after installation.

PSM.3 SLUICE GATES


PSM.4

PSM 4.1 SCOPE

This section of the Contract covers the supply, delivery, transport, handling,
installation, commissioning, testing, adjustment, handing over in complete
working order and upholding during the Defects Liability Period of Sluice Gates
complete with operating equipment as listed in Table 900.1 at the end of this
section and in the positions (where applicable) as shown on the drawings.

MSW.380 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 4.2 MATERIALS

PSM 4.2.1 Penstocks

The frames and gates of penstocks shall be made of grade 304 stainless
steel. The thickness of materials used in the construction of penstocks
shall be suitable for the duty required but shall not be less than 4,5mm
thick.

Manufacturing of penstocks shall comply with requirements of Chapter 7


of the Corrosion Protection Specification. (Particular Specification G02)

PSM 4.2.2 Handstops

The frames and gates of handstops shall be made of aluminium with a


thickness suitable for the duty required but shall not be less than 3.5 mm
thick.

Manufacturing of handstops shall comply with requirements of Chapter 9


of the Corrosion Protection Specification.

PSM 4.3 DESIGN

PSM 4.3.1 Penstocks

All parts shall be designed for the duty required, but the minimum factor of
safety against structural failure shall not be less than 3, based on the
working stress of the material.

In the design, due consideration shall be given to the thickness of


materials with regard to corrosion and operating conditions. The
maximum force required at a handwheel or crank to raise a gate shall be
120 Newton.

PSM 4.3.2 Handstops

MSW.381 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

All parts shall be designed for the duty required, but the minimum factor of
safety against structural failure shall not be less than 3, based on the
working stress of the material. In the design, due consideration shall be
given to the thickness of materials with regard to corrosion and operating
conditions.

The force required at the handle(s) to open a handstop shall not be more
than 200 Newton. Should this not be feasible then the handstop gate is to
be cut in more than one part, each with its own handle(s) in order to
achieve this limit of 200 Newton per section.

Handstops shall be designed such that the gate cannot be removed from
the frame totally. Furthermore, provision shall be made for gate to be
locked in the open and closed position.

PSM 4.4 CONSTRUCTION

PSM 4.4.1 Penstocks

All gates shall be well guided with no possibility of jamming. The gates of
wall-mounted types shall be held uniformly against the side facings of the
frames and shall provide drop-tight closure under the conditions listed in
Table 900.1. Penstocks (any seating condition) shall not spill water over
the top or sides of the frame other than through the opening provided in
the penstock for water to pass through. All penstocks shall be of the level
invert type fitted with renewable seals of a non-biodegradable material on
the invert.

PSM 4.4.2 Handstops

All gates shall be well guided in frames purpose made to suit their position
and duty and shall provide drop-tight closure under the conditions as

MSW.382 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

shown on the drawings. Handstops shall not spill water over the top or
sides of the frame other than through the opening provided in the
handstops for the water to pass through.

PSM 4.5 OPERATING EQUIPMENT FOR PENSTOCKS

PSM 4.5.1 Hand operation

All hand operated penstocks shall have rising spindles, manufactured in


grade 304 stainless steel, protected by suitable grade 304 stainless steel
sleeves, the latter providing convenient visual inspection and greasing
facilities.

Handwheels shall be of cast iron with diameters to suit operating either


directly on the head frame or on a grade 304 stainless steel tubular
pedestal to suit the installation depth, as set out in Table 900.1. Where
necessitated by the mass of the gate and/or the pressure against the
gate, suitable gearing shall be provided.

PSM 4.5.2 Electrical operation

Actuators shall be equal to those manufactured by "Rotork" or similar approved


and shall be supplied with the following equipment:

• An integral 415 volt motor, complete with a reversing starter and limit
switches.

• Facilities for remote open/stop/close push buttons.

• An integral local/off/remote selector switch.

• 4 to 20 mA transducer.

• The control supply shall be 230 volts A.C. 50Hz.

• Facility for hand operation in the event of a power failure.

MSW.383 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

PSM 4.6 INSTALLATION OF PENSTOCKS

PSM 4.6.1 Penstocks

All penstocks shall be installed by the Contractor under this Contract and
he shall carry out all necessary adjustments to ensure proper and smooth
operation of the penstocks. In the event where penstocks are to be fixed
against concrete walls, 304 stainless steel holding down bolts must be
supplied and installed into the concrete work.

PSM 4.6.2 Handstops

All handstops shall be supplied and installed by the Contractor under this
Contract. The Contractor shall also execute the complete grouting of the
handstops and carry out all necessary precautions to ensure proper and
smooth operation of the handstops.

PSM 4.7 GENERAL

PSM 4.7.1 Electrical Installation

For electrically operated penstocks the power and control cables shall be
the subject of a separate Contract. Any special electrical requirements
related to the penstocks, shall be stated by the Mechanical Contractor in
the schedule of technical details provided at the end of this series.

PSM 4.7.2 Corrosion Protection

Corrosion protection must be carried out strictly in accordance with the


requirements of the Corrosion Protection Specification G02.

Stainless Steel : Chapter 7

3CR12 : Chapter 8

Aluminium : Chapter 9

MSW.384 Particular Specifications


Contract JW6130
Driefontein Wastewater Treatment Works
Upgrade of the Emergency Overflow Dam
Volume 2
Scope of Work

MSW.385 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

TABLE 1
Sluice Location Type Width x depth of Height Invert Type of Max head Seating Handwheel Method of
Gate channel level to Top Mounting when closed above walkway operating
No. (mm) of (mm) (mm) Quantity
Wall/walkway
(mm)
Channel 1200 wide x
1 Head of Works 2300 Slots in wall 1850 On - Actuator 1
Gate 2300 deep

Channel 1300 wide x


2 Head of Works 2300 Slots in wall 1850 On - Actuator 2
Gate 2200 deep

Channel 1300 wide x


3 Head of Works 2300 Slots in wall 1850 On - Actuator 2
Gate 2300 deep
Channel 850 wide x
4 Head of Works 1800 Slots in wall 1800 On - Actuator 2
Gate 1800 deep
Channel 850 wide x
5 Head of Works 1550 Slots in wall 1550 On - Actuator 2
Gate 1550 deep

MSW.386 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

PSX INSTRUMENTATION WORK

PSX 1. INTRODUCTION

This part contains the specific requirements for the project regarding
instrumentation work that is to be carried out for the installation of the return
water pump station at the Driefontein Wastewater Treatment Works.

Should clauses in this detailed specification (i.e. Portion 2) be in contradiction


with clauses in the particular specifications (see item PS 4.2), the detailed
specification clauses (i.e. Portion 2) shall take precedence.

PSX 1 PSX 1.1 Ultrasonic Level Meters

Supply and install two ultrasonic level meters, LIT001 and LIT002 in the two
compartments of the emergency overflow dam, complete with brackets,
supports, instrument junction boxes, terminals, surge protection, etc. Connect
these ultrasonic level meters to the new Return Water Pump PLC. The
junction boxes will contain the transmitters, terminals, circuit breakers for local
isolation, surge protection, etc. The junction boxes must comply with all the
requirements of the attached “Automation and Control Standards, Volume 19,
Field Junction Boxes” and the level meters must comply with all the
requirements of the attached “Automation and Control Standards, Volume 9,
Level Measurement”.

PSX 2 PSX 1.2 Electromagnetic Flow Meters

Supply and install one electromagnetic flow meters, FIT001 (DN: 200mm pipe
line) on the delivery pipe inside the return water pump station complete with
brackets, supports, instrument junction boxes, terminals, surge protection, etc.
Connect FIT001 to the new return water pump station PLC. The junction

MSW.387 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

boxes will contain the transmitters, terminals, circuit breakers for local
isolation, surge protection, etc. The junction boxes must comply with all the
requirements of the attached “Automation and Control Standards, Volume 19,
Field Junction Boxes” and the flow meters must comply with all the
requirements of the attached “Automation And Control Standards, Volume 8,
Flow Measurement”.

PSX 3 PSX 1.3 Return Water Pump Station PLC

Supply and install a new PLC for the return water pump system, complete with a floor-
standing, bottom-entry enclosure, 24V DC power supply, circuit breakers,
surge protection, UPS, etc. and wire it to the relevant field I/O. The tenderer
must ensure that there is sufficient space for all terminals, fused terminals,
circuit breakers, surge protection, etc. There must also be sufficient space to
ensure that all spare slots in the PLC racks can be equipped and wired in
future if required. The PLC panel must be equipped with a true online UPS as
specified in the attached “Automation and Control Standards, Volume 5, Clean
Power and Surge Protection”. NOTE: The UPS must be a TRANSFORMER-
BASED unit (NOT TRANSFORMERLESS) and must have a 3kVA rating. The
applicable PLC circuits must also be equipped with proper surge protection as
detailed in this same standard (“Automation and Control Standards, Volume 5,
Clean Power and Surge Protection”). The panel must comply with all the
requirements of the attached “Automation and Control Standards, Volume 3,
PLC Panels”. Apart from the PLC hardware listed below, all the data
communication hardware must be supplied and installed in this panel.

This PLC panel must be labelled “Return Water Pump Station PLC”.

The contractor must allow for the supply and installation of cross-members over trenches to
support the PLC panels.

MSW.388 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

PSX 4 PSX 1.4 PLC And SCADA Software

The PLC and SCADA programming will be done by others. No cost needs to be allowed for
this, but the contractor must allow costs to provide the Engineer with
commissioning assistance.

PSX 5 PSX 1.5 Certification of IS Designs

The tenderer must allow a cost for the certification of the Engineer’s intrinsically safe circuit
designs by a suitable authority such as Ark Holdings, Explolabs, etc. Similarly
a cost must be allowed for the testing and certification of the installation after
completion.

PSX 6 PSX 1.6 Training of C&I Personnel

The tenderer must allow an amount to cover the cost of training of up to two Johannesburg
Water personnel by the supplier (not only the contractor) on new
instrumentation supplied on this contract. Training will be by the supplier at the
supplier’s premises or on site. If no training is required then this amount will
not be claimed.

PSX 7 PSX 1.7 C&I Maintenance Spares

The tenderer will be required to provide a recommended list of instrumentation spares,


including PLC equipment and data communications equipment including, but
not limited to, at least one type of each PLC I/O module processor and power
supply, spare Ethernet Switch etc., for at least the following three years
maintenance. The tenderer must allow a corresponding cost for these spares
in the BOQ.

MSW.389 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

MSW.390 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

PSY: ELECTRICAL WORK

PSY1.1 INTRODUCTION

This part contains the specific requirements for the project regarding electrical work that is to
be carried out for the Return Water Pump System at the Driefontein
Wastewater Treatment Works.

Should clauses in this detailed specification (i.e. Portion 3) be in contradiction with clauses in
the particular specifications (see item PS 4.2), the detailed specification
clauses (i.e. Portion 2) shall take precedence.

The scope of work consist of:

Power supply to the Return Water Pump Station

PSY1.1.1 JOHANNESBURG WATER MV SWITCHGEAR

The switchgear to be installed shall be manufactured to comply with Johannesburg Water’s


MECHANICAL AND ELECTRICAL DESIGN STANDARDS - VOLUME E13: ELECTRICAL
MEDIUM VOLTAGE SWITCHGEAR.

PSY1.2 MOTOR CONTROL CENTRES (MCC’S)

Supply and installation of one new Motor Control Center (MCC) is required (located at the
new Return Water Pump Station).

The Incomers must be fitted with door-interlocked Moulded Case Circuit Breakers/Isolators,
such that the panel door cannot be opened while the circuit breakers/isolators are switched
on.

MSW.391 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Each of the feeder “buckets” must also be fitted with door-interlocked moulded case circuit
breakers. The door-interlocked circuit breakers for the drive compartments must also be
lockable in the “OFF” position.

The DOL breakers MUST be the moulded case “magnetic protection type” i.e. Motor Circuit
Breakers.

The DOL starters must be equipped with a Motor Protection relays with adjustable overload
and time delay settings.

The FEEDER breakers MUST be the moulded case “thermal-magnetic protection type”. The
Feeder must include an adjustable earth leakage unit which must be the manual reset type.

The power (kW.hr) meter in the MCC’s must include for an Ethernet port which is compatible
with the MODBUS/TCP protocol.

A combination Class 1 and Class 2 three phase surge protection device must be installed in
the MCC. It must be equipped with one normally open signaling contact rated for 1 A at 230
V.

The MCC’s must comply with the requirements of the attached specifications: Mechanical
and Electrical Design Standards, Volume E04, Electrical Low Voltage Switchboards and
Motor Control Centres”.

The contractor must allow for the supply and installation of cross-members over trenches to
support the MCC panels.

PSY1.3 FIELD STOP/START STATIONS (ISOLATOR STATIONS)

Supply and install field mounted Stop/Start stations for all the rotating machinery.

MSW.392 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

All mounting accessories and support structures MUST be included in the tender price.

The Stop/Start stations shall be installed within a 1000 mm radius of the accompanying
motor.

Each of the isolators must be equipped complete with supports, racking, mounting brackets
and enclosures.

The Stop/Start stations and isolators must comply with the relevant requirements of the
attached specification “Electrical Design Standards, Volume E03, Electrical
Isolator Pushbutton Stations”.

PSY1.4 EARTHING AND LIGHTNING PROTECTION

The Vendor shall appoint a reputable company to design, install test and commission the
earthing and lightning protection in and around the new Return Water Pump
Station building and all external staircases etc.

The Vendor shall submit a full set of drawings detailing the design intent and installation
methods to be used by the earthing and lighting protection company for review
and approval by the Electrical Engineer. The installation shall ONLY
commence once the drawings are approved by the Engineer.

All new metal parts, structures and equipment are to be bonded to the general plant earth
system.

The Earthing and Lightning Protection must comply with the relevant requirements of the
attached specification “Electrical Design Standards, Volume E11, General
Electrical Earthing and Lighting Protection” as well as SANS 10313.

MSW.393 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

PSY1.5 LV CABLES

The Vendor will be responsible for the supply and installation of all the LV cable, including
the termination of all LV cables. The cables will be fixed to a cable rack, passed through
conduit or buried in a trench.

LV cables will be installed between the new MCC’s and all the downstream equipment.

The cables (and the installation thereof) must comply with the attached specifications:
“Mechanical and Electrical Design Standards, Volume E02, Electrical Cable Racks,
“Electrical Design Standards, Volume E05, Electrical Low Voltage Power and Control
Cables”, “Electrical Design Standards, Volume E06, Electrical Medium, Low Voltage Cable
Installation” and Electrical Wiring” and “Electrical Design Standards, Volume E09, Electrical
Building Installation”.

PSY1.6 SMALL POWER AND LIGHTING

The Vendor shall install small power and lighting in and around the Return Water Pump
Station building and general site lighting.

One small power and lighting DB will be required for the Return Water Pump station.
The installation must comply with the attached specifications: “Electrical Design Standards,
Volume E05, Electrical Low Voltage Power and Control Cables”, “Electrical Design
Standards, Volume E06, Electrical Medium and Low Voltage Cable Installation”, “Electrical
Design Standards, Volume E07, Electrical Industrial Welding Plugs, Couplers and Socket
Outlets”, “Electrical Design Standards, Volume E08, Electrical Wiring” and “Electrical Design
Standards, Volume E09, Electrical Building Installation”.

PSY1.7 CABLE TRENCHING

MSW.394 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

The Vendor shall allow for the excavation of trenches and road crossings in and around the
Return Water Pump Station building and the site reticulation paths.

All trenching for the Control & Instrumentation and Electrical installation will be done under
the Electrical scope of work.

There will be several road crossings along the cables routes.

The cabling and trenching shall comply with all the requirements of the attached “Automation
and Control Standards, Volume 6, Cabling” and “Electrical Design Standards,
Volume E06, Electrical Medium and Low Voltage Cable Installation”.

PSY1.8 CABLE RACKING

The Vendor shall install cable racking for all MV and LV cables. Cable racks must be bonded
together between every break in their length using a 6 mm2 ICEW and at both
cable ladder ends using a 35 mm2 ICEW.

The cable rack installation must comply with all the requirements of the attached “Electrical
Design Standards, Volume E02, Electrical Cable Racks” and “Electrical
Design Standards, Volume E11, General Electrical Earthing and Lighting
Protection”.

PSY1.9 DOCUMENTATION AND COMMISSIONING

The issuing of a Certificate of Compliance for each individual area/equipment in the entire
installation must be included in the tender price.

QA documentation for each set of equipment must be provided.

MSW.395 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Commissioning and setting up of all protection equipment must be included in the tender
price AND overall commissioning assistance.

The vendors recommended list of commissioning spares must be included in the tender
price.

MSW.396 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

G01: COLOUR CODING OF EQUIPMENT

2009

Review of Mechanical / Electrical and Control /


1 Instrumentation Standards, plus
New Design Guidance

MSW.397 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Signature
:
JW
Signature:
W
Approval from
a
J
s
o
t
h
e
a
w
n
a
n
t
e
R e
s
Date Description r
b
u
P
r
a
g
r
t
W
n
a
e
t
r
e
s
r
h
i
p

G.01.1. SCOPE

This Specification has been adopted by Johannesburg Water to ensure the colour coding of
electrical equipment, mechanical plant and pipework located on Johannesburg

MSW.398 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Water’s Wastewater Treatment Works shall conform to the ruling Occupational


Health and Safety Act.

The Specification comprises of three parts, namely:

(a) SANS Code of Practice 10140-3, Identification colour marking – Part 3 :


Contents of pipelines: 2003

(b) A table (Table 1) which supplements SANS 10140-3, above, in order to


provide greater detail or clarity on the colour marking of pipelines
conveying fluids commonly found on the treatment works

(c) A table (Table 2) which gives the colours adopted for certain electrical
equipment and mechanical plant.

Throughout the Specification the colours used shall match the corresponding colours given in
SANS Specification 1091, National Colour Standards for Paint: 2004 (as
amended).

Where a colour code is not covered by this Specification, the matter shall be referred in
writing to the Divisional Manager: Investment Delivery for ratification.

Table 1 : Colour Coding of Pipework on Johannesburg Water’s Wastewater Treatment Works

Colour Coding Indicator


Contents of Pipeline Basic Colour
Single Band Second Band
Water, non-drinkable
Cooling water Brilliant Green
Final treated effluent White
Recycled effluent Black Dark Violet
Air saturated effluent Black Dar Violet
Filtrate Black Aquamarine
Wash Water Black

MSW.399 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Colour Coding Indicator


Contents of Pipeline Basic Colour
Single Band Second Band
Scum water Black Dark violet
Dewatering Liquors Black Dark Violet
Overflow from P.S.T’s Black Crimson
Overflow from Clarifier Black Dark Violet
D.A.F Underflow Black Crimson
Supernatant Liquor Black Avocado
Overflow Gravity Thickener Black Crimson
Fire Fighting
Boiler feed Cornflower
Hydraulic power Salmon Pink -
Poly-electrolyte Light Grey -
Raw sewage Middle Brown -
Settled sewage Mid-grey -
Thickener overflow from:
Primary sludge Crimson -
Activated sludge Canary Yellow -
Digested sludge Maroon -
DAF liquors Canary Yellow Turquoise Blue
Filtrate Ultramarine -
Washwater Black -

Scum water Dark Violet Crimson


Treated effluent Dark Violet -
Dewatering liquors Black Ultramarine
Acids Jacaranda
Ferric chloride Crimson
Ferric sulphuric Artic Blue

MSW.400 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Colour Coding Indicator


Contents of Pipeline Basic Colour
Single Band Second Band
Alkalis
Lime Slurry Dove Grey
Gases
Sludge gas Light Stone Jacaranda
Steam Pastel grey Aluminium Clad/lagging
Nitrogen Light Stone Black Light Grey
Hydrogen Light Stone Black Signal Red
Methane (digested) Light Stone Turquoise Blue
Carbon dioxide Light Stone Light Grey
Chlorine/Hypochloride Canary Yellow
Oxygen White
Compressed Air Artic Blue
Ventilated Air Artic Blue
Vacuum Air Artic Blue
Instrument Air Artic Blue
Sludges
Anaerobically digested Middle Brown Maroon
Anaerobically digested: thickened Maroon Light Grey
Raw Sludge Dark Violet
Lime treated Dark Brown Dove grey
Primary Dark Brown Crimson
Primary thickened Dark Brown Crimson
Digester supernatant liquor Middle Brown Salmon Pink
Activated : mixed liquor Royal Blue Canary Yellow
Activated : gravity thickened Royal Blue Canary Yellow Dark Violet
Activated : return sludge Royal Blue Canary Yellow Middle Brown
Activated : DAF overflow/float Royal Blue Canary Yellow Turquoise Blue
Activated : primary Royal Blue Canary Yellow Crimson

MSW.401 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Colour Coding Indicator


Contents of Pipeline Basic Colour
Single Band Second Band
Activated : digested Royal Blue Canary Yellow Maroon
Activated : waste Royal Blue Canary yellow
Pasteurised Light Brown
Oil
Diesel oil Black White
Hydraulic oil Golden brown Salmon Pink
Lubricating Golden brown Brilliant Green
Transformer Golden brown Crimson
Other Liquids
Polyelectrolyte Golden Yellow Jacaranda
Cooling liquid White

Notes: This table supplements SANS 10140-3: 2003

All codes are in relation to SANS 1091: 1975

Table 2: Colour Coding of Electrical Equipment and Mechanical Plant

Code to
Item Colour Remarks SANS
1091
Electrical panels : (external) Light Orange NOSA B.26
Electrical panels : (external) Signal Red A.11
emergency power on
Electrical panels : (Internal) White G.80
Coupling guards and motor Golden Yellow SANS 10140-2 B.4
guards
Motor cowls Light Orange Historical B.26
Electrical motors, pumps and Deep Pastel Green H.28

MSW.402 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

Code to
Item Colour Remarks SANS
1091
compressors
Gearboxes Navy Light Grey NOSA: See also G.35
“Small Gearboxes”
Blower Deep Pastel Green NOSA H.28
Baseplates Olive Drab
Cranes Golden Yellow B.4
Valve bodies See SANS 10104-3,
Valve hand-wheels Clause 4.2
Small gearboxes To be same colour as
prime mover

G.01.1.1. Machined Components

All machined components shall be protected by “Tectyl” or similar proprietary coating after
manufacture. The coating shall be sufficiently durable to prevent corrosion
during storage and installation and shall be removed using the manufacturers
recommended solvent after final adjustment of the equipment. Final paining
shall be carried out in accordance with the system specified.

G.01.1.2. Records

The contractor and sub-contractors shall maintain records of the application environment,
dates of applications, conditions of surfaces before preparation, blast profiles,
wet and dry film thicknesses, overcoating times, paint types and batch
number, method of application, tests and type of instruments used, which shall
be incorporated into the Component Quality Plan and be available to the
Engineer or his Representative for review and surveillance. Two copies of the

MSW.403 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

completed Component Quality Plan shall be provided within 2 weeks of


completion of the corrosion protection system.

G.01.2. MEASUREMENT AND PAYMENT

For the purpose of this Contract the electro-mechanical items shall be supplied and installed
conforming to this specification. The cosmetic panting application shall be
included for and the surface preparation, transporting of equipment to and fore
from the applicator shall be included for. No separate measurement item shall
be included for the application of these coatings.

MSW.404 Particular Specifications


Contract JW9062R
Bushkoppie Wastewater Treatment Works
Mechanical Equipment Sludge Thickening and Digestion
Volume 1 Tender and Contract
C3 Contract

G02: CORROSION PROTECTION

MSW.405 Particular Specifications

You might also like