You are on page 1of 2

SUBCONTRACT AGREEMENT – AUS

6975-019-SRG
20 JAN 2023

the works. Proprietary and suitable covers to protect hoses are to be provided by the Subcontractor where the hoses
are positioned in an area that will have vehicles travelling over them or where crossing defined pedestrian access
pathways around the site.
bb) Subcontractor to allow for management and control of welding fumes during welding works for the welder and any
other personnel working in the area that may be affected by welding fumes. Provision, set-up, use and maintenance of
extraction fans to remove welding fumes from the work area is to be allowed for in the pricing and provision,
management and maintenance of an adequate number of fans/ducting to provide fresh air to the work areas under the
wharf is also to be included in the Subcontractors scope of work.

cc) Subcontractor to include management and controls for preventing air-borne concrete dust/particles from spreading out
of the immediate work zone that may lead to health issues including silicosis type issues. Note this is to include for
concrete drilling, grinding to repair defects and concrete clean-up works etc. with allowances in the pricing for
appropriate control measures for workforce performing the works in addition to other workers in adjacent areas and
management of concrete dust/particles.

dd) Subcontractor to allow for all testing as outlined in Infracorr Tech. Spec. No. 2021.j019-doc4, Technical Specification
for Concrete Repair and Protection – Swanson Dock West Berths 1, 2 & 3 applicable to the rehabilitation of the fender
beam works scope.

ee) Subcontractor to provide “As-Constructed” drawings as outlined in Infracorr Tech. Spec. No. 2021.j019-doc4, Technical
Specification for Concrete Repair and Protection – Swanson Dock West Berths 1, 2 & 3. As-constructed details to be
submitted progressively during each works stage and within 10 working days of completion of each discrete work area
(e.g., fender bay, soffit work area etc.).

Specific work items in relation to the Cathodic Protection Package include the following;
General
1. Supply and deliver to site all materials to complete the works including:
a. Concrete repair materials including steel reinforcement primer, grout, mortar, & epoxies etc.
b. Subcontractor to include in their pricing pre-approval methods for products including taking core samples to
determine strength of existing concrete in repair mortar as per Section 3.3.1 of the Specification.
c. Ribbon & ICCP System – CCU’s, anodes, negative connections, positive connections, reference electrodes,
pseudo references titanium bar/wires, all cabling, junction boxes, cables, conduits, cable trays including
covers, labels and any other material and consumables required to complete the works.
d. Welding consumables.
2. Proved suitable and safe access including:
a. Designing a suitable temporary works access system to access the works and submitting to MCD for 3rd party
verification. The subcontractors temporary works designers must meet the following;
i. Temporary works designers must be ISO 9001 accredited
ii. Verifiers who sign off on the design must hold a Chartered Engineer (CPEng) status
iii. Verifiers who sign off on the design must be registered in line with requirements of the Professional
Engineers Registration Act 2019
b. Fabricating a temporary works access system and delivering to site.
c. Temporary works fabrication NDT to include 100% visual, 20% Magnetic Particle inspection & 100% UT (to
butt welds), all lifting lugs to be 100% Magnetic Particle Inspected and all NDT completed by a NATA
endorsed certified weld inspector. Reports to be submitted with NATA stamp.
d. Managing movement of temporary works access system through out the works inclusive of supply of cranes,
pontoons (or similar) and labour.
e. Provide vessel(s) and marine support for area/scope which does not use an access frame.
f. Lifting points on items (including temporary works, vessels) to have lifting points inspected annually
throughout the project.
g. Any walkway grating used on access systems that is immersed partially or fully in water is to be inspected
regularly to ensure it is in a suitable condition for personnel to use.
h. The Temporary access system which hangs over the front of the wharf for fender face access is to follow the
requirements of the construction loading Drawing Numbers P1359-SWA G007, P1359-SWA-G008 and
P1359-SWA-G009. Namely 20kPa maximum loading from the front edge of the wharf to Row T and 24kPa
maximum loading west of Bent T. Also overall length from the front edge of the wharf is to be no greater than
4.2m from the front of the wharf to allow MCD service crawler crane to pass.
i. Temporary works along the front of the wharf must be designed not to clash with 100T bollard bolts which will
protrude out of the top of concrete by no more than125mm. Please refer to drawing P1359-SWA-S212 for
locations.
#MCCONNELL_DOWELL_CONSTRUCTORS (AUST) PTY LTD# PAGE 73 OF 169
PROJECT NO.: 6975 BASED ON CMC-PRO-TEM005-GEN-AUS
#PROJECT_SWANSON DOCK WEST REMEDIATION PROJECT# REV7 26AUG2022
#PORT OF MELBOURNE OPERATIONS PTY LTD#
SUBCONTRACT AGREEMENT – AUS
6975-019-SRG
20 JAN 2023

j. Temporary works along the front of the wharf must be designed no to clash with 150T bollard bolts which will
protrude out of the top of concrete by no more than125mm. Please refer to drawing P1359-SWA-S211 for
locations.
k. Removal of all temporary works at the end of the works to allow MCD to continue other deck works.
l. Damage caused to the wharf by the temporary works must be repaired immediately by the Subcontractor.
m. Provide all cranage required for the work including management of temporary works vessel management and
movement of materials. MCD will provide a DRY hire 4T telehandler to the subcontractor for unrestricted use
for the duration of the site works. Subcontractor to provide all fuel, rigging, operators and riggers.

STAGE 1 WORKS

Existing Ribbon System

3. Prior to the Stage 1 works for fender beam hydro-demolition and remediation works (separate subcontractor scope)
there is an existing CP ribbon system in the fender beam (Drawings P1359-SWA-CP100 & CP101) of which the
cabling and cable trays must be removed and then (towards the end of the stage) integrated into the new ICCP
infrastructure. The works also require the existing system in Stage 2 (existing CP ribbon system located north of
CH320 that is currently connected back to Southern CCU’s) to be reconnected at the end of the Stage 1 works. The
works to remove this system includes;
a. Completing functionality tests on the existing operating Stage 1 & 2 Fender Beam Ribbon System. Tests to be
in accordance with Section 3.1.1 of the specification and includes full visual assessment to record existing
conditions of all exposed components.
b. Switch the system off at the Southern CCU’s located at approximately CH -15.
c. Disconnection of the fender ribbon system at the Southern CCU (approx. CH-15).
d. Cutting of cables at each cone fender location in Stage 1 allowing enough cable length to join cable post
remediation works with an approved and correctly rated resin kit.
e. At the stage 1-2 interface complete an identification & labelling process of the stage 2 cabling and complete
disconnection of the cables at this point for future re-connections.
f. Reconnection of the Stage 2 area existing CP ribbon cabling to the new cabling at the Stage1-2 interface via
a temporary Junction Box, these works are completed as part of the New ICCP fender beam system below in
Section 6.
g. Protection of all cut cable ends to stop moisture ingress.
h. Removal of the existing cable tray system including cabling throughout Stage 1.
i. Repairing all removed cable tray fixing and cable fixing locations at the soffit/concrete beams including
removing all steel/plastic within the 50mm cover zone and repairing in accordance with the specification.
j. Install new cables from the CCU’s and connect to existing fender CP ribbon system in Stage 1 including new
cable tray, cable tray supports and cable tray covers including around new water main and branches to back
of fender beam.
k. Follow the cable splicing requirements as per section 3.6.7.1 of the specification for CP ribbon system joints.
l. Follow Section 4.2.2 of the Specification for the junction boxes, noting the different requirements for the
temporary junction boxes connecting the existing stage 2 ribbon system to the new cables installed as part of
stage 1 works.
m. Undertake identification, survey, measurement and mapping of concrete repair and defective areas of the
Fender beam Ribbon CP locations CH66 to CH320 in accordance with Section 2.4 of Infracorr Tech. Spec.
No. 2021.j019-doc4, Technical Specification for Concrete Repair and Protection – Swanson Dock West
Berths 1, 2 & 3.
n. Subcontractor to issue mark-ups of defective/repair areas on appropriate drawings for submission to
MCD/Superintendent for approval and will make up part of the QA/ITP documentation.
o. Identified damaged areas of concrete protected by CP ribbon system to be repaired in accordance with the
Specification & Drawings.
p. Reinforcement welding to include 100% Visual scanning, 100% Visual Inspection and 20% Magnetic Particle
Inspection by NATA endorsed certified weld inspector with NATA endorsed report issued.
q. Cost for repairs to ribbon CP system locations will be paid as a Schedule of Rates.
r. All waste to be placed in the bins provided by MCD above deck.

#MCCONNELL_DOWELL_CONSTRUCTORS (AUST) PTY LTD# PAGE 74 OF 169


PROJECT NO.: 6975 BASED ON CMC-PRO-TEM005-GEN-AUS
#PROJECT_SWANSON DOCK WEST REMEDIATION PROJECT# REV7 26AUG2022
#PORT OF MELBOURNE OPERATIONS PTY LTD#

You might also like