Section C (Part2) - Project Specification PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 392

SECTION C

PART 2
PROJECT SPECIFICATION

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION

PART 2 - PROJECT SPECIFICATION


All work to be executed under this contract shall be carried out in accordance with the Qatar
Construction Specifications (QCS2010) edition amplified or amended by the following Project
Specifications.
IAN (DXW-GENL-0000-PE-KBR-IP-00013) Amendments / Additions to QCS 2010, issued on
26 April 2012 applies.
AMENDMENTS TO QCS2010 & PROJECT SPECIFICATION
SECTION 1
SECTION 2
SECTION 3
SECTION 4
SECTION 5
SECTION 6
SECTION 8
SECTION 9
SECTION 13
SECTION 16
SECTION 19
SECTION 20
SECTION 21
SECTION 27
SECTION 29
SECTION 31
SECTION 32

GENERAL
BUILDING DEMOLITION
GROUND INVESTIGATION
PILING
CONCRETE
ROAD WORKS
SEWERAGE
M&E EQUIPMENT
MASONRY
STRUCTURAL STEELWORKS
PLUMBING
DRAINAGE WORKS
ELECTRICAL WORKS
EXTERNAL WORKS
APPROVED SUPPLIERS
INTELLIGENT TRANSPORTATION SYSTEM
HIGHWAY STRUCTURES

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

GENERAL REQUIREMENTS
AND SPECIFICATIONS
1.

PROJECT SPECIFIC SPECIFICATIONS


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

SECTION 1 PART 1

INTRODUCTION

Delete sub clauses 1.4.2 and 1.4.5 and substitute with the following:
1.4.2

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

1.4.5

THE ENGINEER
Engineer means the person appointed by the Employer to act as Engineer for the
purposes of the Contract and named as such in the Appendix to Tender, or other
person appointed from time to time by the Employer and notified as such to the
Contractor.
Add new clause as follows:

1.7

OTHER REQUIREMENTS

1.7.1

Site Specific Geotechnical Requirements

The Contractors attention is drawn to the ground conditions likely to be encountered


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

1.7.2

Blasting Requirements

The Contractors attention is drawn to the fact that the Works may be
constructed in developed areas where blasting may be restricted.
Add new clause as follows:

1.8

PROGRAMME

1.8.1

The Contract Programme includes preparing the design of the permanent works
and securing approval for the design from the Employer prior to construction
commencement.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Primavera version 6 shall be used for producing the programme.


SECTION 1 PART 1A
1

GENERAL RESPONSIBILITIES FOR UTILITY WORKS

The contractor shall be responsible for liaison with Public Utility Departments
with regards to the overall coordination and programming of utility works.
No trench or chamber excavation will be permitted until:i)

The locations and depth of all existing services have been established by trial
holes to the satisfaction of the Engineer.

ii)

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

iii)

The Engineer has confirmed the accurate setting information for the line and
levels of the proposed utility installation.

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 3

SITE ACCESS AND ENTRY ONTO THE SITE

3.2

ACCESS ROADS

3.2.1

Temporary Access Roads

PROJECT SPECIFICATION
SECTION 1: GENERAL

Delete paragraph 2 and substitute with the following:


2

Reinstatement shall include restoring the area of any route to at least the degree of
safety, stability, drainage, level, contour and landscaping that existed at the time the
Contractor is given Possession of Site.

3.3

SITE ENTRY

3.3.1

Entry onto the Site


Delete paragraph 3.
Add new paragraph 8 as follows:

The work permit for plants, which are under operation by PWA Operations and
Maintenance Department will be issued as per 'Operations and Maintenance
Department Permit Procedure' based on the Contractors application through the
Engineer or his designated representative.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 4

PROTECTION

4.3

PROTECTION OF OTHER WORKS

4.3.2

Procedure for Complaints and Claims for Damage

PROJECT SPECIFICATION
SECTION 1: GENERAL

Delete paragraph 1 and substitute with the following:


1

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

4.3.3

Protection of Survey Control Points


Add new paragraphs 4 to 7 as follows:

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

The Contractor shall be responsible for the protection of the survey marks within the
boundaries of the Site for the duration of the Contract and shall be liable for all
costs of any remedial work required by the Survey Section.

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

In the event of failure to comply with the requirements of this Clause the PWA,
without prejudice to any other method of recovery, may deduct the costs of any
remedial work after the Time for Completion carried out by the Survey Section, from
any monies in its hands or which may become due to the Contractor.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 5

INTERFERENCE

5.2

GENERAL

5.2.1

Land Interests

PROJECT SPECIFICATION
SECTION 1: GENERAL

Delete paragraph 3 and substitute with the following:


3

The Contractor shall notify the Engineer in writing of his intention to utilise any land
outside the Site and obtain the written approval of the Engineer before approaching
any landowner for use of their land.
Add new paragraph 4 as follows:

Before exercising any right negotiated by him in connection with using land outside
the Site, the Contractor shall notify the Engineer in writing of such arrangements.
The details of the arrangement shall include drawings and description of the land to
be used, purpose of its use and duration of the Contractors use of the land

5.2.2

Existing Properties
Delete paragraph 1 and substitute with the following:

The Contractor shall obtain the approval of the Engineer before interfering with
access to any property, and shall also obtain the approval of the Engineer to any
alternative access arrangements.
Add new paragraph 2 as follows:

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

5.2.3

Existing Roads
Add new paragraph 4 as follows:

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 7

SUBMITTALS

7.9

PHOTOGRAPHS

7.9.1

General

PROJECT SPECIFICATION
SECTION 1: GENERAL

Add new paragraph 5 as follows:


5

The Contractor shall provide six digital cameras and one digital video camera for
the exclusive use of the Engineer or his designated representative and supply
software, batteries, cables and USB flash drives or external hard drives as required.
The digital camera shall have a minimum specification of 35105 zoom, with a
minimum of 10.0 megapixels for prints up to 20 x 30, 4GB internal memory and
video/audio facility. The cameras shall be returned to the Contractor at the end of
the contract period.

7.9.2

Pre-Construction Photographs
Delete paragraph 1 and substitute with the following:

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

7.9.3

Monthly Photographs and Videos


Delete paragraph 1 and substitute with the following:
The Contractor shall take photographs during the course of the Works in order to provide a
visual record of the Works and their construction, from positions agreed with the Engineer.
Two number 125 x 90 mm prints of each photograph and a digital copy on CD shall be
handed to the Engineer within 7 days of the photographs being taken.

Add new Sub-Clause 7.9.4 as follows:


7.9.4

Monthly Photographs/Videos

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

photographs/videos being taken. Any photograph/video which is not clear and


distinct, double exposed, over exposed, blurred, etc., shall be retaken until approved
by the Engineer at the Contractors expense.
7.10

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

7.10.1

Drawings to be provided by the Contractor


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

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

As Built Record Drawings are drawings that show the Works as constructed in all
respects. They are in addition to the elements of the Works shown on the As Built
Survey Drawings, and should include, at least, all finished horizontal and vertical
alignments, chainages, setting out, levels, and details. They shall also include all
underground services, utilities, surface features, and any additional information
deemed necessary to comprehensively represent the works.
No later than the date on which the Contractor shall apply by notice to the Engineer
for a Certificate of Completion, the Contractor shall supply to the Engineer the AsBuilt Documents for all Design and for all Constructed Elements, inclusive of:(i)

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


Supplied As part of As Built Documents).

(ii)

For Road Structures, the As Built, Operational and Maintenance Records to


be in accordance with BD 62 of the UK DMRB, and for any road structure
designed, it should include a fully indexed and referenced set of Design and
Design Check calculations (certified by the Designer and Checker).

(iii)

For all Elements, the following shall be provided:-

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

a)

One copy of each of the drawings specified in Appendix A herein


(Information To Be Supplied As part of As Built Documents) on A1
size paper clearly marked "As Built Drawing" in red, and

b)

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


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

(iv)

If any design of roadway elements is undertaken, a completed Roads Design


Criteria certificate, for every designed section, in the form set out in Appendix
B herein.

(v)

An Execution and Completion Report identifying the actual types of materials


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

Summarize the information obtained by the laboratory or field tests on


the road materials employed in the Works;

b)

Comment on the remedial and corrective actions taken;

c)

Discuss points of interest or the use of "unusual" and "special"


materials and methods of execution;

d)

Contain a statement setting out the problems and defects


encountered during the execution of the Works and how they were
overcome or rectified.

e)

Record material compliance, such as certification, quality assurance,


external testing and otherwise; and

f)

Form a complete record of sampling and testing data.

For the purposes of these As Built Documents, a defect shall mean a failure of any
component in the Works during the execution of the Works, including, deterioration
in the road pavement including chip loss, unexpected movement of earthworks
slopes, evidence of poor drainage and subsequent identification of the use of
materials within the Works that would not have met the requirements of the Design
and/or the Specification.
Notwithstanding any other provisions of the Contract, the Contractor shall supply to
the Engineer within 7 days after the latest of the expiry dates of the Warranty
Periods, As-Built Documents as follows:(i)

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


As-Built Documents

(ii)

A Roadworks Maintenance Manual which shall include, but shall not be


limited to, all relevant details in respect to constructed and/or designed
elements, cross referenced where necessary to information compiled

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

elsewhere as part of the As-Built Documents, and shall comprise Design


information, Materials details, as well as, Maintenance facilities, procedures,
manuals and list of drawings, as relevant to each element constructed and/or
designed and referenced to those provided elsewhere as part of the As Built
Documents.
Notwithstanding any other provisions of the Contract, the Contractor shall store all
records relating to the Design and execution of the Works and the remedying of
defects in good condition for a period of three months from the end of Defects
Liability Period for the Works. At the end of this period the Contractor shall supply,
free of charge, a copy of these records to the Employer and may thereafter destroy
or dispense with such records.
All As Built Documents shall be completed by the Contractor and submitted to the
Engineer prior to the issue of a Certificate of Completion.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

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


The drawings, plans, records, schedules and other information detailed herein shall be provided
as appropriate to form one or multiple composite document elements incorporating information
on individual structures making up the works. A separate group of as-built documents would
need to be established for major structures such as a tunnel.
Notwithstanding any other provisions of the Contract, the format, media and numbers of copies
of the As Built Documents shall be agreed between the Contractor and the clients
Representative.
The As Built Documents shall:1.

Be compiled and delivered, no later than the date on which the Contractor shall apply by
notice to the Engineer for a Certificate of Completion of the overall project or on a
structure-by-structure basis as appropriate.

2.

Be of sufficient details for the constructed assets, in terms of attributes coverage of As


Built Documents, to meet the needs of on-going operation and maintenance
management.

3.

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

4.

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

5.

Be referenced to the general road network (as acceptable by the Clients


Representative) so that it can be easily accessed and updated when future Works or
maintenance are undertaken.

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

APPENDIX B As Built Roads Design Criteria Certificate


(Note, the completion of the below certificate is subject to the inclusion of designed
elements / parameters within the Contract)

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 9

MATERIALS

9.3

TESTING OF MATERIALS

9.3.1

General

PROJECT SPECIFICATION
SECTION 1: GENERAL

Delete paragraph 9 and substitute with the following:


9

The laboratory shall be provided with equipment and trained personnel sufficient for
carrying out all the tests for earthworks, subbase / road base, concrete, asphalt,
etc. referred to in the Specification. The laboratory shall be capable of carrying out
all the relevant tests at the frequency required by the Specification and by the rate
of progress required by the Contractors approved programme for the Works.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

PART 10

HEALTH AND SAFETY

10.1

GENERAL

10.1.1

Scope
Delete paragraph 2 and substitute with the following:

Related Sections and Parts are as follows:


This section

Part 4 Protection
Part 11 Engineers Site Facilities

Section 2
Section 11
Section 11

Part 3
Part 1
Part 2

Hazardous Materials
Regulatory Document
SAMAS

10.7

WELFARE OF WORKMEN

10.7.2

Safety Equipment
Add new paragraphs 9 and 10 as follows:

The Contractor shall provide and maintain in good working order one compressed
air escape respirator set (Drger Saver Auto PP or similar) in the Contractors site
office.

10

One oxygen resuscitation unit shall be provided in the Contractors site office.

10.7.3

Support Facilities for Contractors Staff and Labour


Delete paragraph 5 and substitute with the following:

The Contractor shall provide transportation between staff accommodation and


areas of work for his staff and labourers.
Add new Sub-Clauses 10.7.5 and 10.7.6 as follows:

10.7.5

Additional Environmental Protection and Pollution Control

The Contractor shall comply with all conditions of Environmental Clearance issued
for the Contract by the Ministry of Environment (MoE), and also where relevant, the
predecessor to the MoE, the Supreme Council for the Environment and Natural
Reserves.

The Contractor shall comply with all rules and regulations regarding environmental
protection and pollution control issued by the MoE, and also where relevant, the
predecessor to the MoE, the Supreme Council for the Environment and Natural
Reserves.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

10.7.6

Plant and Equipment Test Certificates

Cranes, whether used to construct the Works or provided as part of the permanent
Works, must have a current test certificate.

Each sling, shackle or other item of loose lifting tackle, whether used to construct
the Works or provided as part of the permanent Works, must have either a current
manufacturers test certificate or a current test certificate.

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


Engineer.

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

The following British Standards and Code of Practice shall be complied with:
(a)
(b)
(c)
(d)
(e)

Mobile and Tower Cranes: BS 1757, BS 2799 and CP 3010


Overhead Cranes: BS 466 and BS 5744
Slings: BS 1290
Chain Blocks: BS 3243
Shackles: Alloy: BS 3551, High Tensile Steel: BS 3032

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

PART 11 ENGINEERS SITE FACILITIES


11.2

ENGINEERS SITE OFFICES

11.2.1

General
Replace paragraph 1 with the following:

The Contractor shall provide, maintain and remove on completion of the Works the
Engineers Site Offices Type 3. The position and location of the site offices shall be
subject to the approval of the Engineer.
Add new Sub-Clause 11.2.5 as follow:

11.2.5

Engineers Site Office Furniture and other Equipment

All furniture and equipment for the Engineers Site Office Type 3 shall be fit for its purpose,
and is to be new, of high quality and durability to sustain heavy duty usage, requiring least
maintenance, to the approval of the Engineer. The list of furniture and equipment
requirements is given below.

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

The Contractor shall proceed with the site office facilities immediately following the
award
of
the
Contract
and
shall
provide
temporary
alternative
accommodation/offices to the Engineers approval until such time as the site office
facilities are made available.

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

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

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

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

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

Throughout the duration of the Contract, the Contractor shall ensure adequate
uninterrupted supplies of clean fresh water, electricity, telephones, fax machines,
internet connections to all computers, refreshments, waste paper baskets, filing
trays to the offices.

10

The Contractor shall provide all typical items listed in the following schedules, and
final configuration shall be as specified by the Engineer. All keys for the Engineers
site offices shall be held by the Engineer until such offices are removed or vacated
by the Engineer.

11

Unless noted otherwise within the following schedules, as a minimum each office
shall be provided with the following furniture to the approval of the Engineer:

12

1 No. kneehole pattern desk with lockable drawers, 1500x800x760mm in size.


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

Unless noted otherwise within the following schedules, as a minimum each toilet
shall be provided with the following sanitary fittings to the approval of the Engineer
and an adequate supply of hot and cold water at all times:

3 No. low level WC suite.


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

13

PROJECT SPECIFICATION
SECTION 1: GENERAL

1 No. hand/face dryer


Adequate supply of paper towels

Unless noted otherwise within the following schedules, as a minimum, the sample
room shall be provided with the following furniture to the approval of the Engineer:

2 No. tables, each approximately 1200x2000mm in size.


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

14

Unless noted otherwise within the following schedules, as a minimum, the Archives
and the storage room shall be provided with adequate storage racking or shelving
for the archiving of documents all to the approval of the Engineer.

15

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

16

Unless noted otherwise within the following schedules, as a minimum, the meeting
room shall be provided with the following furniture to the approval of the Engineer:

17

Very long meeting table and chairs to suit room size.


42 flat plasma TV, a VCR/DVD, a ceiling mounted projector, computer
connections
1 No. wall mounted white board, 1000x2000mm in size.
1 No. wall mounted pin board, 1000x3000 mm in size.
1 No. wall mounted folding screen, 2000x3000mm in size, for presentations
1 No. shelf unit for approved samples with 5 tiers of shelves, 400mx2400mm
overall.

Unless noted otherwise within the following schedules, as a minimum, the kitchen
shall be provided with the following equipment to the approval of the Engineer:

1 No. stainless steel dual bowl drainer sink, hot and cold taps, cupboards
underneath.
4 ring cooker, 1 micro-wave
Cabinets and shelves to match sink, as required.
1 No. 20 cu.ft refrigerator
Sufficient capacity electrical kettles and crockery and cutlery.
A suitable number of cups, saucers and drinking glasses.

18

Corridors shall be provided with three portable dry powder fire extinguisher and 4
water coolers.

19

The offices shall be equipped with fire and smoke detectors in each room and/or
corridor to be fully maintained by the Contractor.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
20

PROJECT SPECIFICATION
SECTION 1: GENERAL

Offices and the Contractors Office compound are to be smart in appearance with a
solid boundary fence with Ashghal logos (as per attached example ASHGHAL
Standard Hoarding Skins for Expressway Programme, Drawing No. EXW-GENL0000-PO-ASH-DG-00042 Rev. A), all to be to the approval of the Engineer.
All site office structures including Contractors site offices should closely align with
ASHGHALs brand colours as long as safety on site is in no way compromised. The
colour proposed for site offices shall be to the approval of the Engineer.
The hoarding shall be made of steel sheet covered with outdoor tarpaulin of 2.4
metre height to be approved by the Engineer. The Steel hoarding shall be 2.4
metres high Continuous Steel hoarding with 2.4 metres Powder Coated Sheets and
Rails, with surface mounted concrete blocks 400 mm x 400 mm x 600 mm. The top
rail will be 2.4 metre from the ground. The fencing will be backed stayed every 2.5
metres. The Hoarding consists of 0.7mm Profile Steel sheet and rails polyester
powder. The hoarding is to be suitable for the fixing of advertising fabric.
The graphics will be in a good resolution printed on a tarpaulin suitable for outdoor
use; the project pictures to be electronically provided by the Engineer. A minimum of
2 pcs- 7 metres wide galvanized mesh vehicle gates and 2 pcs-1.2 metres wide
galvanized pedestrian gates will be provided on each enclosed area.
In addition the Site Offices are to be provided with a Project Sign Board (as per
attached ASHGHAL Standard Sign Board, Drawing No. EXW-GENL-0000-PO-ASHDG-00041 Rev. C), to the approval of the Engineer. Rev C introduces a revamped
standard ASGHAL signboard design, along with an elaboration on project signboard
requirements.

21

Smoking room shall be separate from the office. It shall have adequate seating
arrangement and floor standing sanded ashtrays. Room shall be fitted with Extract
fans capable of 10 air changes per hour.

22

Mosque/prayer room is to be provided and floor shall be suitably carpeted.

23

Offices shall be to the approval of the Civil Defence Department and shall be
provided with a valid Fire Safety Certificate.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Type 3: Engineers Site Offices


Room

Post

Room Size

No.

Remarks

Supervision Consultant

8m x 4m

w/ Toilet + Shower complete

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

Supervision Consultant

4m x 4m

10

Supervision Consultant

6m x 4m

11

Supervision Consultant

4m x 4m

12

Supervision Consultant

4m x 4m

13

Supervision Consultant

4m x 4m

14

Supervision Consultant

4m x 4m

15

Supervision Consultant

4m x 4m

16

Supervision Consultant

4m x 4m

17

Supervision Consultant

4m x 4m

18

Supervision Consultant

4m x 4m

19

Supervision Consultant

4m x 4m

20

Supervision Consultant

8m x 4m

21

Supervision Consultant

8m x 4m

22

Supervision Consultant

8m x 4m

23

Supervision Consultant

6m x 4m

24

Supervision Consultant

4m x 4m

25

Supervision Consultant

6m x 4m

26

Supervision Consultant

6m x 4m

27

Supervision Consultant

6m x 4m

28

Supervision Consultant

6m x 4m

29

Supervision Consultant

4m x 4m

30

Supervision Consultant

4m x 4m

31

Supervision Consultant

8m x 4m

32

Supervision Consultant

6m x 4m

33

Supervision Consultant

4m x 4m

34

Kitchen Complete

4m x 6m

35

Toilet + Shower Complete

4m x 4m

36

Lobby + Reception

8m x 6m

37

Archives

12m x 4m

38

Store Room

4m x 4m

39

Samples Room

4m x 4m

40

Server Room

4m x 2m

41

Printing/Plotting Room

4m x 4m

42

Conference Room

12m x 4m

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

Shares with 19

1 Female

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Room

Post

Room Size

No.

Remarks

43

Prayer Room

8m x 4m

Carpeted

44

Smoking Room (External)

4m x 4m

45

PWA Representative

8m x 4m

w/ toilet+ shower complete

46

PMC Representative

8m x 4m

w/ toilet+ shower complete

47

PMC Representative

6m x 4m

48

PMC Representative

4m x 4m

49

PMC Representative

4m x 4m

Shaded Car Park

3m x 6m

65

Asphalted

Elevated Water Tank

6 day consumption

Underground Septic Tank

6 day consumption

Generator/ Generator Room

Paved Walkways, Steps

2m x Lm

Lit Parking Lot and Access Road

1200m

Landscaping Area

300m

w/ Diesel Tank
Asphalted

Asphalted

As required

Supervision Consultant

Supervision Consultant

Supervision Consultant

Supervision Consultant

Supervision Consultant

Supervision Consultant

Supervision Consultant

10

Supervision Consultant

11
12

1*

19L*

1*

1*

19L*

1*

1*

19L*

1*

Sc

Cub

MT
2

CT

PB

Supervision Consultant

Sh

PC

AC

Supervision Consultant

Cab

CLB

CHB

LD

CHBL

XLD

Post

Room

Type 3: Engineers Site Office Furniture and Equipment

1*

19L*

1*

2*

19L*

2*

1*

19L*

1*

1*

19L*

1*

2*

19L*

2*

2*

19L*

2*

19L*

3*

Supervision Consultant

19L*

2*

Supervision Consultant

2*

19L*

2*

13

Supervision Consultant

2*

19L*

2*

14

Supervision Consultant

2*

19L*

2*

15

Supervision Consultant

2*

19L*

2*

16

Supervision Consultant

1*

19L*

1*

17

Supervision Consultant

2*

19L*

2*

18

Supervision Consultant

2*

19L*

2*

19

Supervision Consultant

2*

19L*

2*

20

Supervision Consultant

4*

19L*

4*

21

Supervision Consultant

4*

19L*

4*

22

Supervision Consultant

4*

19L*

4*

23

Supervision Consultant

3*

19L*

3*

24

Supervision Consultant

2*

19L*

2*

25

Supervision Consultant

3*

19L*

3*

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

February 2013

PC

Sh

PB

3*

19L*

3*

3*

19L*

3*

28

Supervision Consultant

3*

19L*

3*

29

Supervision Consultant

2*

19L*

2*

30

Supervision Consultant

2*

19L*

2*

31

Supervision Consultant

4*

19L*

4*

32

Supervision Consultant

3*

19L*

3*

33

Supervision Consultant

2*

19L*

2*

34

Kitchen complete

35

Toilet + Shower Complete

36

Lobby + Reception

2*

19L*

2*

37

Archives

38

Store Room

39

Samples Room

40

Server Room

41

Plotting/ Printing Room

42

Conference Room

43

Prayer Room

44

Smoking Room External


1

19L

45

PWA Representative

46

PMC Representative

47

PMC Representative

48

PMC Representative

49

PMC Representative

MT

AC
S

Sc

Cab
3

Cub
3

CT

CHB

CLB

Supervision Consultant

LD

27

XLD

Supervision Consultant

Post

26

XLD

PROJECT SPECIFICATION
SECTION 1: GENERAL
CHBL

Room

TECHNICAL SUBMISSION
SECTION C PART 2

19L

19L

19L

19L

Executive Large Desk with 2x3 locking drawers, L shape

Sc

Screen, Size indicated, L for flat LCD

LD

Large Desk with 2x3 locking drawers, L shape

Printer, HP LaserJet A4

Straight Desk with 1x3 locking drawers

Sh

Shelves, as required

CHB

Chair, High Back

PB

Pin Board, as required

CLB

Chair, Low Back or Visitor Chair (Meeting Table)

CT

Conference Table

MT

Meeting Table/Stacking Table

CHLB

Chair, High Back Leather Chair

Cab

Cabinet, vertical, 2x six locking drawers

Cup

Cupboard

AC

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

PC

Personal Computer, with Screen, on network, See Specifications

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
11.3

UTILITY CONNECTIONS

11.3.3

Water

PROJECT SPECIFICATION
SECTION 1: GENERAL

Add new paragraph 2 as follows:


2

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

11.3.4

Telephone
Delete paragraph 1 and substitute with the following:

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

11.4

PROVISIONS OF EQUIPMENT AND SUPPLIES

11.4.3

Photocopier
Add new paragraphs 3 and 4 as follows:

The Contractor shall provide and maintain 1 No multi-functional digital A3


photocopier with a minimum of 60 copies/minute and 600 x 600 dpi resolution for the
exclusive use of the Engineer (PWA representative and PMC staff) together with
servicing, accessories and materials for the contract period. The photocopier shall
have an automatic document feed and minimum 10-copy sorting capacity.

The Contractor shall provide 6 digital cameras for the use of the Engineer as
specified below:

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

Image Capture Device:


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

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

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

Aperture and Shutter

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Maximum Aperture:- f/3.0(W) - f/5.8 (T)


Shutter Speed:- 1 - 1/2000 sec.
15 - 1/2000 sec. (Total shutter speed range)

11.4.4

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

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

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

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

Measuring and Recording Equipment


Delete paragraph 1 and substitute with the following:

The Contractor shall supply the following equipment for the use of the Engineers
Representative for the duration of the Contract:
(i)

Full set of Total Station Equipment.


Comprising:
Qty 4 Nos.
Total Station with internal memory

8 Nos. Target Set (Tribrach, Adaptor and Prism with holder).

4 Nos. Pogo with single prism and prism holder


15 Nos. Tripod (Wild GST 20 or equivalent)
Other accessories like Batteries, Cables, Battery Chargers, Carrying Case etc.

(ii)

Leveling Instrument.
Comprising:
Qty 3 Nos. Automatic Sprit level.

3 Nos. Tripod (Wild GST 10 or equivalent)

6 Nos. Leveling staff with bubble. Target Set

(iii)

Other Survey Accessories.


Qty 9 Nos.
9 Nos.
9 Nos.

50 metre steel tape


30 metre steel tape
30 metre Glass Fibre Plastic / Nylon Tape

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

30 Nos. 5 metre pocket tape


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

GPS Equipment.
Qty 3 Nos. -

GPS Surveying Units suitable for use in static survey mode for
control observations and in Real Time Kinematic (RTK) mode
for detail surveying.

The units must be capable of achieving the following accuracies.


Measurement Performance & Accuracy
Accuracy (rms) Code differential with DGPS / RTCM 2
DGPS / RTCM:
Typically 25 cm (rms)
Accuracy (rms) with Real-Time (RTK)
Standard of compliance:
Compliance with ISO17123-8
Rapid static (phase):
Horizontal: 5 mm + 0.5 ppm (rms)
Static mode after initialization:
Vertical: 10 mm + 0.5 ppm (rms)
Kinematic (phase):
Horizontal: 10 mm + 1 ppm (rms)
Moving mode after initialization:
Vertical: 20 mm + 1 ppm (rms)
Accuracy (rms) with Post Processing
Static (phase) w/ long observations: Horizontal: 3 mm + 0.1 ppm (rms)
Vertical: 3.5 mm + 0.4 ppm (rms)
Static and rapid static (phase):
Horizontal: 5 mm + 0.5 ppm (rms)
Vertical: 10 mm + 0.5 ppm (rms)
Kinematic (phase):
Horizontal: 10 mm + 1 ppm (rms)
Vertical: 20 mm + 1 ppm (rms)
It should be noted that the above list is typical only. All survey equipment to be as noted or
equivalent and as required and approved by the Engineer.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
11.4.7

PROJECT SPECIFICATION
SECTION 1: GENERAL

Telephones and Facsimile Machines


Add new paragraph 3 as follows:

For Type 3 Offices, the Contractor shall supply and install a telephone at each desk
and the meeting room. Each telephone shall be connected to a private address box
exchange (PABX) system. The Contractor shall also supply and install 3 facsimile
machines. The telephones, PABX system and facsimile shall conform to the relevant
provisions of any Q-TEL standard or requirement.
Add new Sub-Clause 11.4.8 as follows:

11.4.8

Electronic Construction Management Tool (ECMT)


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

Dashboard status reporting


Online completion, responses and tracking of Technical Queries, Requests for
Inspection, Inspection Reports and Test Reports, all with signatures, as required
Viewing Inspection & Testing Plans
Uploading, marking up and attaching photographs to Technical Queries
Interrogating online information via reporting and data exports

All Supervision Consultants and Construction Contractors, as well as their


subcontractors, will be required to enter identified information specified by both
Ashghal and the PMC into this online management system.
Information will be able to be entered online or offline and then synchronised into the
system using desktop or laptop PCs or field-based tablet PCs. This includes the
online storage of scanned signatures and password for insertion of signatures in the
designated report areas based on pre-determined management rules. Online, fieldbased data capture is performed via laptops or tablets with mobile internet
connections.
The online system will be made available to the Supervision Consultants, and input
devices (tablets) will be made available by the Supervision Consultants. A
Provisional Amount of QR 550,000 for the purchase of all required software and
licences necessary to enable the ECMT system has been included in the Contract
Price. All tablets and broadband connection for the Contractors field team shall be
provided and supported as part of the Contractors tender price. In addition, if
desired for use with the ECMT, desktop and/or laptop computers will need to be
provided and supported by the Contractor in accordance with the minimum
specifications provided below.
Neither Ashghal nor the PMC will provide
configuration or consultant/contractor-owned infrastructure or firewall configuration
support, other than assistance with the ECMT installation and use, as well as ECMT
system helpdesk functions.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

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

Hardware
- Desktop Intel core i5, DVD/CD, Memory 6GB DDR3, hard drive 500GB
SATA, video card 512MB.
- Laptop (Tablet) wireless and Bluetooth. 3G or Mobile internet connectivity
for field-based access.

Software
Windows7 Professional, Office 2010, Adobe Professional and Internet
Explorer 9 with appropriate and up-to-date and appropriate virus protection
software.

Add new Sub-Clause 11.4.9 as follows:


11.4.9

Desktop Computer Minimum Specifications

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

Software
- Windows7 Professional, Office 2010, Adobe Professional and Internet
Explorer 9 with appropriate and up-to-date virus protection software.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

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

PROJECT SPECIFICATION
SECTION 1: GENERAL

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

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

PROJECT SPECIFICATION
SECTION 1: GENERAL

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 13

PROJECT SPECIFICATION
SECTION 1: GENERAL

SETTING OUT OF THE WORKS

13.3

LEVELS AND REFERENCE GRID

13.3.1

Temporary Bench Marks


Delete paragraph 1 and substitute with the following:

13.3.2

The Contractor shall establish accurate temporary bench marks on permanent


blocks from which the levels to which the Works are to be constructed may be
transferred. The location of temporary bench marks shall be agreed with the
Engineer. The level of temporary bench marks shall be related to the Qatar
National Height Datum.
Site Grid
Delete paragraphs 1 and 2 and substitute with the following:

Should the Contractor choose to establish a local site grid then the grid shall be tied
to the Qatar National Grid and a survey report provided to the Engineer which
establishes the process for conversion between the two.

13.4

SURVEYING

13.4.1

Site Survey
Delete paragraphs 1, 2, 3 and 4 and substitute with the following:

The Contractor shall provide the Site ground survey and the correctness of that
survey shall be entirely the Contractors responsibility.
The Site ground survey shall comply with the requirements of the Qatar Survey
Manual as a minimum.
The Contractor shall, within 3 weeks of the date of commencement of the Works,
carry out a check of the co-ordinates and levels of all permanent monuments, bench
marks and survey markers used in the determination of the site survey model and
proposed to be used for the setting out of the Works.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 15

TEMPORARY CONTROLS

15.2

TEMPORARY CONTROLS

15.2.5

Pollution Control

PROJECT SPECIFICATION
SECTION 1: GENERAL

Add new paragraph 3 as follows:


3

The Contractor will be held responsible for and shall indemnify the PWA and the
Engineer against all claims in connection with noise, vibration, dust, smoke, diesel
spillage and any other nuisance arising from the execution of the Works.
Add new Sub-Clause 15.2.7

15.2.7

Environmental Protection

The Contractor shall comply with all conditions of the Environmental Clearance
issued for the project by the Ministry of Environment/Supreme Council for the
Environment and Natural Reserves.

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

PART 16 TRAFFIC DIVERSIONS


16.1

GENERAL
Add new Sub-Clause 16.1.6 as follows:

16.1.6

Traffic Safety and Control Officers

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

(c)
(d)
(e)

(f)
(g)
(h)

(i)

(j)
(k)

liaison with the Engineer, any relevant highway authority, and the police in all
matters relating to traffic safety and management;
the establishment, resourcing commissioning prior to the commencement of
any work and the decommissioning and removal of all traffic management
systems on completion of that element of work;
the management of traffic during periods when traffic restrictions are in place
and for ensuring that all traffic safety and management requirements are met;
immediately notifying the Traffic Police, the Engineer and the Contractor of any
accidents, spillages or emergencies;
ensuring the safe working of plant, machinery and personnel and ensuring that
all personnel engaged in the Works are aware of the Contractors obligations
and duties in respect of site safety when working on trafficked highways.
notifying the Engineer of any deterioration in Traffic Management Equipment
and trafficked road surface;
monitoring the flow of traffic within the Traffic Management Area to detect any
incident resulting in stationary or delayed traffic and reporting to the Engineer.
submitting information sheets weekly to the Engineer logging all Traffic
Management Operations and advising the expected duration of the current
system, together with notice of the programmed commencement/duration of
the next system;
submitting information sheets weekly to the Engineer logging all incidents and
the consequential effect on the Works and, when called, all movements of the
emergency vehicles. For the purposes of this Clause, an incident is defined
as a shed load, vehicle breakdown, vehicle abandonment, or traffic accident,
whether or not the latter involves personal injury;
assisting any member of the public by ensuring that a breakdown recovery
vehicle is called when required;
ensuring that no employee of the Contractor or any sub-contractor (not
associated with the Traffic Management Operation) enters any part of a
carriageway which is not properly signed and coned off. Ensuring that
employees of the Contractor or sub-contractor are individually and specifically
warned not to step on to any part of the highway which is open to traffic except

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

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


the Works;
(l)
notifying the Engineer of any deterioration of safety precautions including traffic
signs, temporary road markings, road surface, safety zones, works access
provisions and ensuring that rectification is carried out in accordance with the
relevant specified standards;
(m) ensuring that all standing plant, equipment and materials within closed off
areas on the highway are coned-off, placed tidily and in positions so as to
minimise restrictions on the passage of vehicles using the highway and so as
not to inhibit sight lines for traffic;
(n) checking that lanes, carriageways or roads temporarily closed to traffic are to
be reopened at the programmed time and confirming this to the Engineer by
means of an agreed pro-forma;
(o) informing all personnel employed on the Works of any changes to the Traffic
Management System which may affect their access or egress to the Site, or
their working conditions.
2

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

The Traffic Safety and Control Officer and his Deputy shall be able to contact the
Contractors main office at any time.

The Traffic Safety and Control Officer shall patrol all traffic management systems in
service at two hourly intervals to ensure that any defect is immediately corrected.

16.2

TEMPORARY TRAFFIC DIVERSIONS

16.2.1

General Requirements
Delete paragraph 3 and substitute with following:

Where paved carriageways, unpaved carriageways or ramps are required, they shall
be provided and maintained to a standard suitable in all respects for the class or
classes of traffic or pedestrians requiring to use them. The surface provided shall be
equivalent to the surface of the existing carriageway or footway.
Delete Sub-Clause 16.2.2 and substitute with the following:

16.2.2

Maintenance of Traffic flow

The Contractor shall allow for the construction of temporary diversions to permit all
existing traffic movements for the full duration of the Contract period. Temporary
diversion routes may be required to be altered or rerouted during the course of the

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Contract and the Contractor shall allow for this as necessary. Prohibition of any
traffic movement, including those shown cut off in the traffic diversion drawings shall
be to the approval of the Engineer. Cut off traffic movements shall be properly
compensated by installing alternative traffic diversion routes.
2

The Contractor shall prepare and maintain a comprehensive Temporary Traffic


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

Traffic diversions shall be designed by an International Roads Engineering


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

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


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

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

The temporary traffic diversions shall include, but not be limited to, earthworks,
pavement construction, directional signs, traffic signs, road markings, safety
barriers, temporary street lighting, temporary traffic signals (if required), relocation of
existing street furniture, relocation/protection of underground existing services,
reinstatement of permanent works, and subsequent removal of all temporary
diversion works, all to the approval of the Engineer, Traffic Police and the other

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

concerned PWA departments and authorities. Power supply for lighting can be from
permanent or temporary supplies subject to agreement with the relevant authority.
7

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

Special attention shall be given when joining with existing roads and junctions to
ensure smooth transitions and ride-ability. Encountered manholes and chambers
shall be adjusted to be flush with the traffic diversion. The Contractor shall not open
any traffic diversion without the written approval of the Engineer.

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


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

10

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

11

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

12

Upon approval from Engineers representative on any road closure for the purpose
of carrying out the Works of PWA, the Contractor shall place a sufficient notification
to the general public in three local newspapers, coloured, and both in Arabic and
English languages at least on (1) week and on (3) days prior to the road closure.
The contents of notification shall be approved by the Engineer and the extent shall
not be less than a half of the standard size page of a reputed local newspaper. In
order to evident the notification the Contractor shall submit to the Engineer a copy
as appeared on the newspaper on the same day of the notification. Notice is to be
sent to the Engineer for approval 10 days prior.
Add new paragraph 13 as follows:

13

The Contractor shall allow in his pricing for maintaining existing highways within the
Project Site is a safe condition at all times.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

Add new Sub-Clause 16.2.3 as follows:


16.2.3

Notice to Public on Road Closures

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

16.2.4

Maintenance of Roads/Diversions

The Contractors shall maintain the roads and diversions together with road signs
and markings within the site in a safe condition until such time as the Engineer
issues instructions to remove them.

All costs in connection with maintenance of roads/diversions shall be included for in


the Contract Price.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

PART 17 PROJECT COORDINATION


17.1

GENERAL

17.1.2

Responsibility
Delete paragraph 2 and substitute with the following:

No major operations shall be commenced or work outside the usual working hours
be carried out without the consent in writing of the Engineer or without full and
complete notice also in writing being given to him sufficiently in advance of the time
of operation so as to enable him to make such arrangements as he may deem
necessary for its inspection.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 1: GENERAL

PART 19 REGULATORY REQUIREMENTS


19.1

GENERAL

19.1.1

Scope
Delete paragraph 2 and substitute with the following:

This Part also specifies the requirements for co-ordination, co-operation and liaison
with the following authorities and departments:

19.2

Civil Aviation Authority


Ministry of Interior (Civil Defence Department, Traffic Police, Department of
Immigration, etc.)
Ministry of Municipal Affairs and Agriculture
Municipalities
Ports and Customs Authority
Supreme Council for the Environment and Natural Reserves
Urban Planning and Development Authority
Ministry of Environment

NOTICES
Add new Sub-Clause 19.2.3 as follows:

19.2.3
1

Notice to Public on Road closures


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

19.3

MISCELLANEOUS

19.3.2

Regulations of Road Openings


Delete paragraph 1 and substitute with the following:

For Works including road openings, the Contractor shall comply with all relevant
provisions of the PWA and the relevant provisions of the following Parts of this
Section:
Part 16:
Part 21:

Traffic Diversions.
Inspection and Handover Procedures.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 20

CLEARANCE OF SITE

20.2

FINAL CLEARING

20.2.3

The Site

PROJECT SPECIFICATION
SECTION 1: GENERAL

Delete paragraph 3(b) and substitute with the following:


3

(b)

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 1

GENERAL

1.3

MATERIALS ARISING

1.3.1

General Requirement

PROJECT SPECIFICATION
SECTION 2: BUILDING DEMOLITION

Add new paragraph 5 as follows:


5

The Contractor shall coordinate with the Landscaping Section of the relevant
authority for replanting or delivery locations for the trees identified in the Contract to
be retained and/or new trees installed.

END OF SECTION

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 3

PITS AND TRENCHES

3.2

PITS AND TRENCHES GENERALLY

3.2.5

Backfilling and Restoration

PROJECT SPECIFICATION
SECTION 3: GROUND INVESTIGATION

Add new paragraph 5 as follows:


5

Restored surfaces shall match the existing surface in both level and appearance.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 4

SOIL SAMPLING

4.4

GROUNDWATER SAMPLES

PROJECT SPECIFICATION
SECTION 3: GROUND INVESTIGATION

Delete paragraph 1 and substitute with the following:


1

Groundwater samples shall be taken from each exploratory hole where groundwater
is encountered. Where more than one groundwater level is found, each one shall be
sampled separately. Where water has been previously added, the water shall be
baled out before sampling so that only groundwater is present. The sample volume
shall not be less than 0.25 litre.
Where groundwater is to be sampled from rotary drilled holes using water flush the
sample shall, where practicable, be taken at the start of the subsequent shift; the
hole having been baled out at the end of the previous shaft. A sample of the flushing
water shall be taken for analysis at the same time.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 3: GROUND INVESTIGATION

PART 5

IN-SITU TESTING, INSTRUMENTATION AND MONITORING

5.2

TESTING, INSTRUMENTATION AND MONITORING GENERALLY

5.2.2

Instrumentation and Monitoring


Add new paragraph 7 as follows:

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

5.3

TESTS

5.3.2

Tests in accordance with BS 5930


Add new paragraph 2 as follows:

For all in situ permeability testing the Contractor shall establish and record all
relevant data relating to the history of boring the hole and the apparent natural
groundwater level. He shall interpret the test results only once conditions at the time
of test have become established by subsequent monitoring.

END OF SECTION

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 4: PILING

PART 2

GENERAL REQUIREMENTS FOR CONCRETE PILES

2.2

MATERIALS

2.2.4

Admixtures
Delete paragraph 1 and substitute with the following:

Admixtures, when used, shall comply with BS 5075. For use of admixtures refer
to Section 5, Part 5.

2.3

CONCRETE MIXES FOR PILING WORK

2.3.3

Designed Mix
Delete paragraph 2 and substitute with the following:

Designed mixes shall be in accordance with grade 40 (for cast-in-place piles) or


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 4: PILING

PART 3

PRECAST REINFORCED AND PRESTRESSED CONCRETE PILES

3.2

MATERIALS AND COMPONENTS

3.2.1

Fabricated Steel Components


In paragraph 1 substitute BS7613 grades 43A or 50B with the following:
BS EN 10 025 Grades S275 or S355

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 5

BORED CAST-IN-PLACE PILES

5.1

GENERAL

5.1.2

References

PROJECT SPECIFICATION
SECTION 4: PILING

Delete paragraph 1 and substitute with the following:


1

The following codes of practice are referred to in this Part:


BS 8008, Guide to safety precautions and procedures for the construction and
descent of machine-bored shafts for piling and other purposes.
BS 5930, Code of practice for Site investigations

5.1.4

Inspection
In paragraph 1 replace BS 5573 with BS 8008

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 4: PILING

PART 6

BORED PILES CONSTRUCTED USING CONTINUOUS FLIGHT AUGERS


AND CONCRETE OR GROUT INJECTION THROUGH HOLLOW AUGER
STEMS

6.3

BORING
Add new Sub-Clause 6.3.6 as follows:

6.3.6

Specified Pile Diameter

The diameter of a pile shall not be less than the specified diameter. The cutting
head width shall be checked as necessary and recorded for each pile to ensure
the specified diameter is achieved and that the width is greater than the diameter
of the following flight. A tolerance of + 5% - 0 on the cutting head width is
permissible.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 4: PILING

PART 10

STATIC LOAD TESTING OF PILES

10.1

GENERAL
Add Sub-Clause 10.1.5 as follows:

10.1.5

Testing of piles

The number of test piles and test method shall include but not be limited to the
minimum requirements shown below:
Type of Pile

Test Method

Number of Tests

Working Pile

Maintained Load
Compression Testing

5% of all piles

Test Pile

Maintained Load
Compression Testing

1No pile per bridge

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


2

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


2010.

END OF SECTION

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 2

AGGREGATES

2.1

GENERAL

2.1.3

Source Approval

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Add new paragraph 9 as follows:


9

The Contractor shall ensure that the sources of all aggregate have been approved
by the PWA.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 3

CEMENT

3.2

SOURCE APPROVAL

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Insert the following sentence at the start of paragraph 1:


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 4
4.2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

WATER
QUALITY OF WATER
Add following sentence to item 1:
Water for mixing and curing concrete shall not contain total chemical impurities
exceeding 2000 ppm and, in particular, the sulphate content shall not exceed 1000
ppm and the chloride content shall not exceed 500 ppm.

4.3

TESTING AND SAMPLING


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 6

PROPERTY REQUIREMENTS

6.1

GENERAL

6.1.2

References

PROJECT SPECIFICATION
SECTION 5: CONCRETE

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


Concrete Society Report 163 Guide to the design of concrete structures in the Arabian
Peninsula
EXW-GENL-0000-PE-KBR-IP-00009 Design Criteria for Highway Structures (Revision 02)

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 7

BATCHING AND MIXING

7.4

READY-MIXED CONCRETE

7.4.1

General

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Add new paragraph 17 as follows:


17

Dry batch mixing shall not be permitted.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 8

PROJECT SPECIFICATION
SECTION 5: CONCRETE

TRANSPORTATION AND PLACING OF CONCRETE

8.3

PLACING CONCRETE

8.3.3

Placing
Delete paragraph 21 and substitute with the following:

21

Wherever necessary and as required by the Engineer, waterstops of a type


acceptable to the Engineer shall be embedded in the concrete. The waterstop
should be made of a high quality material, which must retain its resilience through
the service life of the structure for the double function of movement and sealing.
The surface of waterstops should be carefully rounded to ensure tightness of the
joint even under heavy water pressure. To ensure a good tightness with or without
movement of the joints, the waterstop should be provided with anchor parts. The
cross-section of the waterstops should be determined in accordance with the
presumed maximum water pressure and joint movements. The complete works of
fixed and welded connections must be carried out strictly in accordance with the
manufacturers instructions.
Water stops shall be carefully maintained in position prior to concreting on
accurately profiled stop boards to create rigid conditions.
Add new Sub-clauses 25 to 27 as follows:

25.

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

26.

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

27.

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


Sub-clause 6.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 9

FORMWORK

9.3

CLASS OF FINISH AND MATERIALS

9.3.1

Unformed Surfaces

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Delete paragraph 1 and substitute with the following:


1

Unformed surfaces shall be classified as either


Class U1 finish. The concrete shall be levelled and screeded to produce a uniform
surface to the profile shown on the Drawings. No further work shall be applied to the
surface unless it is used as a first stage for another class of finish.
Class U2 finish. After the concrete has hardened sufficiently, the Class U1 finish
shall be floated by hand or machine sufficiently only to produce a uniform surface
free from screed marks.
Class U3 finish. When the moisture has disappeared and the concrete has
hardened sufficiently to prevent laitance from being worked to the surface, a Class
U1 finish shall be steel-trowelled under form pressure to produce a dense, smooth
uniform surface free from trowel marks.
Class U4 finish. The concrete shall be levelled and screeded to produce a uniform
surface. When the concrete has sufficiently hardened and the bleed water
evaporated the surface shall be trowelled to produce a hard dense surface, free
from screed marks and exposed aggregate. Finally the surface shall be lightly
textured with a wooden float or equivalent.
Alternatively the concrete shall be levelled, screeded and floated to produce a
uniform surface and immediately before the waterproofing operation this surface
shall receive surface preparation by water jetting or grit blasting to provide a lightly
textured finish.
The finished surface shall not deviate from the required profile by more than 10 mm
over a 3 m gauge length or have any abrupt irregularities more than 3 mm.
Class U5 finish. The concrete shall be levelled and screeded to produce a uniform
finish. When the concrete has sufficiently hardened to prevent laitance being
worked to the surface it shall be floated to produce a surface free from screed marks
and exposed aggregate.
Finally the surface shall be textured to suit the
requirements of the particular waterproofing and surfacing system. The accuracy of
the finished surface shall be such that it does not deviate from the required profile by
more than 5 mm over a 3 m length or have any abrupt irregularities.
Other classes. The finishes shall comply with the specific requirements and
approved by the Engineer.
Delete paragraph 2 and substitute with the following.

The type of finish shall be as specified on the Drawings.


Delete paragraphs 6 and 7.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
9.3.2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Surface Finish Classifications


Delete paragraph 2 and substitute with the following:

Class F1. Formwork for Class F1 finish shall be constructed of timber, or any
suitable materials which will prevent loss of grout when the concrete is vibrated.
Class F2. The irregularities in the finish shall be no greater than those obtained
from the use of wrought thickness square edged boards arranged in a uniform
pattern. The finish is intended to be left as struck but imperfections such as fins and
surface discolouration shall be made good.
Class F3. The resulting finish shall be smooth and of uniform texture and
appearance. The formwork lining shall leave no stain on the concrete and shall be
so joined and fixed to the backing that it imparts no blemishes. It shall be of the
same type and obtained from only one source throughout any one structure. The
Contractor shall make good any imperfections in the finish. Internal ties and
embedded metal parts shall not be used.
Class F4. The requirements for Class F4 are as for Class F3 except that internal
ties and embedded metal parts shall be permitted. The ties shall be positioned only
in rebates.
Class F5. The resulting finish shall be smooth and of uniform texture. Any
blemishes and imperfections, such as discolouration and fins, shall be made good.
Provision for the embedment of metal parts in the Permanent Works on a regular
spacing, shall be allowed.
Other classes. The finishes shall be approved by the Engineer.
Permanently exposed concrete surfaces to all Classes of finish other than F1 shall
be protected from rust marks and stains of all kinds. All formwork joints for all
classes of finish other than F1 shall form a regular pattern with horizontal and
vertical lines continuous throughout each structure and all construction joints shall
coincide with these horizontal or vertical lines.

9.3.3

Formwork Materials
Delete paragraphs 1, 2 and 3 and substitute with the following:

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

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


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

prestressed whilst still resting on the soffit form, provision shall be made to allow for
elastic deformation and any variation in weight distribution.
3

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


good.

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

Immediately before concreting, all form shall be thoroughly cleaned out. The source
of any compressed air used for clearing of foreign matter from formwork shall be
free from oil and other contaminant.

Projecting reinforcement and fixing devices. Where holes are needed in forms to
accommodate projecting reinforcement or fixing devices, care shall be taken to
prevent loss of grout when concreting or damage when striking forms.
All void forming material shall be expanded polystyrene with properties as detailed
below:
Cross breaking strength kN/m minimum
Compressive stress kN/m minimum at 10% compression
Water vapour transmission at 38 C and 90% relative humidity,
microgramme metres/Newton hour (Mgm/Mh), maximum per 50 mm
sample thickness
Thermal conductivity W/m C at 10 C mean temperature, maximum
Dimensional stability at 80 C per cent maximum

9.3.4

140
70
25
0.037
0.5

Exposed Concrete Surfaces Finishes


Delete paragraphs 1 and 4.

9.4.11

Cambers
Delete paragraph 3 and substitute with the following:

Allowance shall be made for compression and settlement of the formwork on line
and level.
The Contractor shall carry out required investigation (such as plate bearing tests,
etc.) to confirm the bearing capacity and settlement of the formwork/falsework
supporting ground as instructed by the Engineer.

9.7

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

Twist of planner concrete elements Permitted deviation 10mmm.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Position on Plan of Foundations


- Within 2% of width from the intended position but not greater that 30mm

Position on Plan of Concrete Elements


- Within 10mm of the intended position.

Level of Foundations
- Top surface to be within 15mm of the intended level

Level of horizontal Elements


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

Plumbs of columns and walls


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 10 CURING
10.2

CURING

10.2.1

General
Add new paragraph 6 as follows:

The Contractor, with the Engineer's approval, will take the necessary measures to limit the
maximum temperature of concrete during hydration to 70o C. The temperature differential in
elements should also be limited to 25o C.

10.2.3

General Requirements
Add new paragraph 9 as follows:

In exceptional weather or other conditions the curing period may be varied by the
Engineer or his designated representative without additional payment to the
Contractor.
Rename Clause 10.2.4 to read "Curing of Formed and Unformed Surfaces"

10.2.4

Curing of Formed and Unformed Surfaces


Delete paragraph 2 and substitute with the following:

When the forms are stripped within 10 days of the pour, curing shall continue by the
same method as unformed surfaces for the remainder of the 10 days.
Add new Sub-clauses 3 to 6 as follows:

An approved curing compound shall be applied to all unformed concrete surfaces as


soon as possible after finishing work is completed. The Contractor shall ensure that
use of the proposed curing compound will not affect the bonding of subsequent
coatings.

The compound shall be applied as directed by the manufacturer with approved


spray equipment. The equipment shall be maintained in good order at all times and
a complete back-up set shall be available at all times.

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

All concrete shall be cured as above for a minimum of 10 days after the day of pour,
and the Contractor shall provide full time attendance on site dedicated to concrete
curing.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 11 REINFORCEMENT
11.1

GENERAL

11.1.2

References
Add the following references to standards under Sub-Clause 11.1.2 as follows:
EN 1992-2

Eurocode 2: Design of concrete structures. Concrete bridges


Design and detailing rules.

11.2

REINFORCING MATERIALS

11.2.1

Reinforcing Bars
Add new paragraph 4 as follows:

Reinforcement shall meet the requirements for minimum yield stress as follows:
Type

Yield stress

Deformed high yield bars


Mild Steel bars

460 N/mm
250 N/mm

Symbol
T
R

Plain round bars shall not be used.


11.5

FIXING OF REINFORCEMENT

11.5.2

Welding
Add at the beginning of paragraph 1:
Welding shall not be used in bridge decks reinforcement.

11.5.3

Mechanical Splices
Add new paragraph 3 as follows:

Mechanical splices shall have satisfactory fatigue properties for their location in the
structure.

11.5.7

Cover
Delete paragraph 2 and substitute with the following:

Minimum cover to ends and sides of reinforcement shall be as follows:

To deck reinforcement (all types)


To foundation, piers and walls within
the groundwater and capillary rise zones
To backfilled areas which are above
the groundwater and capillary rise zones
To abutting faces at movement/contraction joints

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

50 mm
75 mm
50 mm
50 mm
February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

To exposed faces of walls and piers


To exposed faces to marine environment
in direct contact with soil
Bored or cast piles

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

PROJECT SPECIFICATION
SECTION 5: CONCRETE
50 mm
100 mm
75 mm

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 12 JOINTS
12.1

GENERAL

12.1.3

Submittals
Delete paragraph 1.

12.2

CONSTRUCTION JOINTS

12.2.1

General
Delete paragraphs 1 to 9 inclusive and substitute as follows:

The position of construction joints shall be as shown on the Drawings. When


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

Concreting shall be carried out continuously up to construction joints.

Construction joints shall be prepared in either of the following ways


(i)

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

(ii)

By the use of proprietary steel open-mesh permanent formwork.

Retarding agents shall not be used unless approved by the Engineer.

The joint surface shall be clean and damp but free of standing water immediately
before any fresh concrete is placed against it.
Add new paragraphs 6 and 7 as follows:

The number of construction joints shall be kept to a minimum consistent with reasonable
precautions against the effects of shrinkage; their location shall take due account of shear
and other stresses.

Construction joints shall be so made and located as not to impair the strength of the
structure. Provision shall be made for transfer of shear and other forces through construction
joints.

12.2.2

Construction Joints in Water Retaining Structures


Add the following paragraphs after paragraph 9:

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

10

Where the Contractor wishes to introduce a construction joint between movement


joints he shall submit his proposals to the Engineer for approval.

11

Water stop shall be incorporated into construction joints in water retaining structures.
Any joint that leaks or weeps shall be rectified by the Contractor to the Engineer's
satisfaction.

12

Where the Contractor is responsible for the design of the structure, control of early
thermal contraction and restrained shrinkage shall be by Options 2 or 3 of Table 5.1
of BS 8007.

12.3

MOVEMENT JOINTS

12.3.1

General
Add new paragraph 4 as follows:

Stainless steel dowels where shown in joints shall be Steel Designation 1.4429 or
1.4436 and Grade 200 or 500 steel bars complying with BS 6744.

12.3.2

Joint Filler
Add new paragraph 5 as follows:

All materials shall be of proprietary manufacture.

12.3.3

Joint Sealants
Delete paragraphs 1 and 5 and substitute with the following:

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

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


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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 14 PROTECTIVE TREATMENTS FOR CONCRETE


14.1

GENERAL

14.1.4

QUALITY ASSURANCE
Add new paragraphs 5, 6, 7, 8 and 9 as follows:

The waterproofing work shall commence only after the condition of the substrate has
been approved by the manufacturer's representative.

Waterproofing materials of each type required, shall be provided from a single


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

All waterproofing works and related protection shall be installed by same applicator.

Waterproofing sub-contractor certification:


manufacturer's approval of applicator.

Job Conditions:
(i)

14.1.8

The

contractor

shall

submit

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

General Requirements for all Treatment


Delete paragraph 4 and substitute with the following:

The Engineer shall specify the required final colour of the coating and the Contractor
shall submit samples showing the colour before ordering the materials. If not
specified elsewhere the final colour shall be white.

14.3

WATERPROOF MEMBRANE

14.3.1

General
Delete paragraph 2 and substitute with the following:

All foundations, abutments, and wing walls in contact with the ground shall be
protected by a waterproofing membrane.

14.3.2.

MATERIALS
Add paragraphs 4 and 5 as follows:

Membrane to horizontal surfaces beneath ground slab and foundation level shall
comprise 1.2mm nominal thickness HDPE pre-formed membrane incorporating an
adhesive upper surface capable of forming a chemically reactive bond with fresh
concrete. Grace Preprufe 300R or equal approved. The membrane shall be applied
strictly in accordance with the manufacturers recommendations.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Membrane to vertical outer surfaces of abutments shall comprise 1.5mm nominal


thickness membrane incorporating an adhesive surface on one side. Grace
Bituthene 8000 HC or equal approved together with Primer B1 and Bituthene LM or
equal approved. The membrane shall be applied and protected strictly in
accordance with the manufacturers recommendations.

14.3.3

Waterproofing Membrane
Add new paragraph 3 as follows:

All field and laboratory testing of the waterproofing membrane shall be carried out by
an independent laboratory approved by the Engineer.

14.3.4

Application
Delete paragraph 1 and substitute with the following:

Waterproofing membrane shall be protected by preformed asphaltic boards. On


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

14.6.5

Basic Sheet Dimensions


Add the following:
The minimum thickness of PVC interlock sheet for lining precast concrete pipes shall
be 2.0mm.
Add new Sub-Clause 14.8 as follows:

14.8

WATERPROOFING BELOW GROUND CONCRETE SURFACES

14.8.1

General

Waterproofing for below ground concrete surfaces shall be in accordance EXW IAN
004 Specification for Waterproofing of Cut and Cover Tunnel and Underpass
Highway Structures.
Add Sub-Clause 14.9 as follows:

The waterproofing system forms an essential part of the tunnel and therefore needs
careful consideration during construction. It is imperative that the main contractor:
(i)

understands the needs of a specialist waterproofing contractor during


installation of the water proofing system;

(ii)

makes allowance in his construction methodologies for this work;

(iii)

ensures close coordination with the waterproofing contractor throughout


construction and backfilling operations to avoid any mechanical damage. If
damage areas are identified they should be immediately repaired in
accordance with the manufacturers guidelines;

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

(iv)

enforces cooperation between the waterproofing applicator and other trades


to ensure damage by other trades to the waterproofing membranes is
reported timely and otherwise avoided;

(v)

provide all chamfers, fillets, and laps as recommended by the waterproofing


manufacturer and he shall put in place appropriate measures to ensure that
no damage occurs to the waterproofing membrane after placing or
installation;

(vi)

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

All elements of the waterproofing system shall be stored, applied and protected in
strict accordance with the manufacturers recommendations. It shall be stored in
cool (25C), dry and protected conditions out of direct sunlight and in accordance
with the relevant Health and safety regulations.

The waterproofing system shall be designed to be fully effective over the design life
of the structure and shall be demonstrated by the Contractor to be suitable for very
aggressive groundwater and soils.

The waterproofing material shall be specifically formulated to allow application in


the hot climatic conditions encountered in the Middle East and it should not be
adversely affected by temporary heat gain whilst exposed during construction.

Any references to a superseded standard in this document shall be taken as a


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

This Specification is based primarily on products manufactured from PVC.


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

A list of all documents and standards referred to in Clause 14.8 is included in Clause
14.8.12.

14.8.2

CERTIFICATION/ APPROVALS

The waterproofing system shall have a proven record of use in the cut and cover
construction method for underpasses and tunnels as well as immersed Tube
tunnels.

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

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

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

The waterproofing applicator must submit a Method Statement inclusive of


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

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


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

14.8.3

APPLICATION / INSTALLATION

14.8.3.1

BONDED SYSTEM

14.8.3.1.1 Below Base Slabs and up Both Sides of the Base Slab
1

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

A 100mm thick blinding layer shall be finished with a smooth finish, free from any
projections prior to the installation of the sheet membrane.

The PVC sheet membrane shall be laid directly on the blinding layer with a minimum
overlap of 80 mm; all overlap joints shall be double seam continuous machine
welded.

Where double seams are not possible the single welded seams shall have a width of
not less than 30mm. At the commencement of each days installation production, the
wedge welding shall be trialed on test pieces of membrane and the resultant welding
shall resist tearing apart by hand under reasonable force.

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


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

The membrane shall have a Keyed Preformed Membrane (KPM) equipped with
continuous keys, extruded on a preformed sheet membrane at regular intervals to
form compartments and to form an integral bond when cast into concrete.

The membrane shall be made continuous across all construction, contraction and
expansion joints.

The membrane/waterstop detail at expansion joints shall be capable of


accommodating the full design movements (vertical and horizontal) of the
structure.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

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

10

All joints between the membrane and the external waterstops, to form the
compartmentalization, shall be double seam continuous machine welded and where
double seams are not possible the single welded seams shall have a width of not
less than 30mm.

11

Any modifications required to the sheet membrane for heat welding to the
external waterstop shall be carried out strictly in accordance with the
manufacturers recommendations and procedures.

12

The membrane shall be manufactured from polymer resins, be chemically resistant


and shall have the minimum specified mechanical and physical properties as stated
in Table 14.8.3.1.1 below:
Table 14.8.3.1.1
Required Properties for Bonded System
Below Base Slabs and up Both Sides of the Base Slab
Property
Test Method

Value

Thickness
Density
Puncture Resistance
Elongation at Break
Tensile Strength
Tear Resistance
Shore D hardness
Hydro Static Pressure Resistance
Water Absorption

2.0mm
1.25g/cm3
500N minimum
250%
15MPa
300N
54D (1 second)
69m
<0.4%

Direct measurement
ASTM D792
ASTM E154
ASTM D638
ASTM D638
ASTM D1004
ASTM D2240
ASTM D5385-93
ASTM D570

Chemical Resistance to the following substances: Sulphuric No effect


Acid (10%); Hydro Chloric Acid (10%); Kerosene; benzene;
Sodium Hydroxide; Sodium Chloride and Sodium Sulphate
13

The membrane shall be manufactured under BS EN ISO 9001 quality control, tested
by the manufacturer to be free of pinholes, cracks or other defects and be certified
that all batches of material meet the manufacturers quality control and technical
specifications before it is dispatched from the factory.

14

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


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

14.8.3.1.2 Walls and Roof of Tunnel


1

The waterproofing system shall be an elastomeric cold spray liquid system


comprising a primer and two separately applied coats of membrane in contrasting
contrasting colours.

The physical properties of the system shall be resistant to any such effects from the
sun, including but not limited to, UV, radiation and heat.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

The density of the applied cured membrane shall be greater than 1.10g/cm3.

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

The membrane shall be cold applied using a proportioning spray pump system.
Each coat of membrane shall be applied strictly in accordance with the
manufacturers guidelines to a minimum dry film thickness of 1.0mm in order to
produce a minimum total membrane dry film thickness of 2mm.

Wet film thickness checks will be carried out every 10m2 to ensure that the
minimum thickness is being applied.

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

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

Any termination of the waterproofing system at day joints for subsequent lapping of
the waterproofing system shall be staggered with a minimum lap of 50mm for the
primer, first coat and second coat.

10

To ensure that the integrity of any day joints and lapping is assured no
component of the waterproofing system shall have a critical over coating
time.

11

The physical properties and performance of all components of the


waterproofing
system shall not be affected by atmospheric humidity. The waterproofing system
will be able to be applied in levels of Relative Humidity of up to 99%.

12

The details of the membrane at construction, contraction and expansion joints shall
be in accordance with the section on joints of this specification (See Section
14.8.6.Joints).

14.8.3.1.3 Adhesive
1

The adhesive shall be a two component, flexible resin adhesive capable of bonding
PVC sheets to concrete and steel as well as facilitating an intimate bond formation
between the sprayed waterproofing memebrane and PVC base slab and wall

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

waterproofing or PVC Expansion Joints at the overlap. This bond will need to be
proven by tensile adhesion testing.
2

The adhesive shall be capable of being applied underwater.

Lapping of the spray applied liquid waterproofing system onto the PVC base slab
sheet membrane system shall be a minimum of 200mm.

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

time of

14.8.3.1.4 Preparation of Surfaces


1

The minimum age of new concrete shall be 15 days prior to application of the
waterproofing system provided that all required surface preparation is completed
and that the minimum tensile adhesion value of 0.7MPa of the waterproofing system
to the concrete is achieved.

All concrete surfaces to receive the sprayed applied waterproofing shall be dry, free
of all traces of loose material, laitance, shutter oil, grease, curing compound,
windblown deposits and other contaminants which could result in an
adversereaction with the protective system.

The concrete surfaces shall be free from surface defects including but not limited to
small holes, minor cracking or defective joints.The Engineers approval shall be
obtained for the method of repairing any surface defects. Any preparatory filling
required shall normally be carried out using an approved shrinkage compensated
cementitious mortar.

The quality of formed concrete finish to surfaces receiving the waterproofing


membrane shall be:
(i)

Uniform, dense and smooth surface with no grout runs;

(ii)

Abrupt irregularities permitted to be <3mm for formed concrete surface after


stripping of forms. However these abrupt irregularities shall be removed by
grinding;

(iii)

Gradual irregularities permitted are <5mm in 2m:


(a)
(b)
(c)

Tie bolt holes need to be repaired with an appropriate cementitious


mortar;
Bugholes, blowholes and the like must be broken out and then
repaired to an agreed method statement;
Honeycombed concrete areas of concrete must be repaired to an
agreed method statement.

The quality of unformed finish to tunnel roof shall be:


(i)

Uniform, dense and smooth surface;

(ii)

Abrupt irregularities permitted to be <3mm during finishing work of poured


concrete. However these abrupt irregularities shall be removed by grinding;

(iii)

Gradual irregularities permitted are <10mm in 2m;

(iv)

Finish concrete with a wooden or steel trowel;

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(v)

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Target finished concrete surface strength to be 0.7MPa at 14 days.

Prior to the application of the primer all concrete surfaces shall be sandblasted

To verify the quality of the concrete substrate for bonding of the membrane, a
minimum of 1 tensile adhesion test is to be carried out on the substrate every 50m2
prior to the application of the primer and membrane, subject to a minimum of 6 tests
for each structure being tested.

The maximum ambient and substrate temperature permissible for application of


any component of the waterproofing to take place is +50 Celsius.

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

14.8.3.1.5 Construction and Contraction Joints


1

A 175mm wide Polyester reinforcement scrim, as recommended by the


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

14.8.3.1.6 Technical Specification of the Spray Applied Liquid Membrane


1

The membrane shall have the minimum specified mechanical and physical
properties as stated in Table 14.8.3.1.6 below:
Table 14.8.3.1.6
Required Properties for Spray Applied Liquid Membranes
PROPERTY

TEST METHOD

VALUE

Minimum Thickness

ASTM D412

2mm minimum

Elongation

BS903:A2 BS ISO37; ASTM D412

>80% -<150%

Density of cured membrane

ASTM D792

>1.10g/cm

Tensile Adhesion Strength


of membrane

BS EN ISO 4624
Concrete Substrate
Steel Substrate
PVC Substrate

0.7 MPa
2.0 MPa
2.0 MPa

Water Vapour transmission

ASTM E96 at 230 C

<4g/m2 /day

Tensile Strength

BS 903:A2 BS ISO 37; ASTM


D412

9MPa

Tear Strength

BS ISO 34-1

60 N/mm

Shore Hardness

BS2782: Part 3 Method 365BBS


EN ISO 868

40 (Shore D)

Water penetration

BD47

Zero

(or

equivalent

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

standard

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE
approved by the Engineer)

Static Crack-Bridging

ASTM C836

2mm @ 00 C

Dynamic Crack Bridging

BD47 (or equivalent standard


approved by the Engineer)

1mm @ -10C, 23C


& 40C

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

TRL Research Report 248 (or


equivalent standard approved by
the Engineer)

Resistant
Resistant
Resistant
Resistant
Resistant
Resistant

Resistance to Chloride ion


penetration (%)

BD47 (or equivalent standard


approved by the Engineer)

0.00% increase
chloride

Immersion In Sea Water

BS EN ISO 2812-2

No
statistically
significant change

Resistance
indentation

aggregate

BD47 (or equivalent standard


approved by the Engineer)

0.00% increase in
chloride
&
>95%
recovered thickness at
40C, 80C and 125C

Resistance to chisel impact


Chloride ion penetration
(%)
at -100C, 230C and 400C

BD47 (or equivalent standard


approved by the Engineer)

0.00% increase
chloride

Resistance to abrasion

SNCF Taber Method


H22 Wheel 1000 cycles (or
equivalent test approved by the
Engineer)

<0.60g

Puncture resistance

SNCF Vibrogir, 41kN 185kN


Frequency of 5 Hz
2 million cycles using Mohr &
Federhaff
PV200
dynamic
pulsator.
Only SNCF laboratory test report is
acceptable.

No puncture without
protection

Hydrostatic Testing

SNCF requirements on product


specimens following the required
ballast puncture resistance test.
Only
SNCF
designated
laboratories are acceptable.
Equivalent tests may be used
subject to the approval of the
Engineer

18 bar resistance

to

in

in

14.8.3.1.7 Protection of Waterproofing Membrane


1

A minimum 75mm screed protection shall be provided on the waterproofing


membrane on the roof slab and on top surfaces of foundations.

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

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
14.8.3.2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

UNBONDED SYSTEM

14.8.3.2.1 General
1

The waterproofing system shall be a single layer unreinforced synthetic PVC 2.00
mm thick twin colour membrane below base slabs, walls and top slabs of the tunnel.
Alternative materials may be permitted provided that it can be demonstrated to the
Engineer that such materials are fully compatible with all other elements of the
waterproofing system. Alternative materials shall not be used without the written
approval of the Engineer.

For the integrity and water tightness of the waterproofing system, it is


recommended that the entire waterproofing system is supplied by one manufacturer.
manufacturer. Specifically, membranes and waterstops should be manufactured
out of virgin raw materials only from the same formulation of raw materials.
All materials shall be compatible with other materials to which they abut. Particular
attention shall be paid to the compatibility of interfaces and junctions with adjacent
structures.

The system shall be compartmentalised with PVC waterstops and shall be welded to
the membrane.

The compartmentalization shall be limited to the length of tunnel between


construction and expansion joints.

Repairs to a leak need to be limited to the section of tunnel within the compartment
where the leak has been identified.

14.8.3.2.2 Preparation of Surfaces


1

Surfaces to receive waterproofing shall be prepared in strict compliance with the


requirements of the manufacturer. All contaminants, such as dust, loose particles,
moisture, tar, bitumen, oils and greases, shall be removed from the surface. If
necessary, rough or other unsuitable surfaces shall be improved to satisfy the
manufacturer's recommendations for the product to be applied.

The Contractor shall examine substrate surfaces and ensure there are no conditions
which will adversely affect the performance of the waterproofing works.
Waterproofing works must not be commenced until unsatisfactory conditions have
been corrected.

14.8.3.2.3 Below Base Slabs and up Both Sides of Base Slab


1

The blinding shall be finished with a smooth finish, free from any projections.

Formwork or blockwork up to the top of base slab level plus an additional


height
equal to half of the horizontal construction joint external waterstop shall be installed
prior to the installation of the water proofing system on the
underside and up the
sides of the foundation or tunnel floor slab.

The geotextile shall be installed over the width of the base and up the sides of the
formwork on a dry surface with a minimum overlap of 100 mm.

IA 12/13 C 057 ST
C2/S5/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

The PVC membrane shall then be laid on the geotextile with a minimum overlap of
80mm; all overlap joints shall be double seam continuous machine welded.

After the completion of the membrane laying and testing, the waterstops for
construction joints / compartment shall be installed and welded to the membrane to
form closed compartments of maximum 150 m.

The control & injection flanges shall be fixed with each compartment connected
with a PU pipe and terminated in an inspection box.

The second layer of geotextile shall be laid over the PVC membrane.

A protection screed of 75 mm shall be then laid on the geotextile over the width of
the floor slab only, the waterstops shall at all times be exposed.

Special care shall be taken not to damage the waterproofing membrane on the sides
of the foundation slab when fixing of reinforcement. A temporary protection board
may be used in this area to prevent damage to the membrane.

14.8.3.2.4 Vertical Walls


1

Prior to casting of the walls, the control and injection flanges shall be fixed
on the
formwork, connected with a PU pipe and terminated at the inspection box. The reinjectable hose shall be installed at all construction
joints of the walls and
terminated at the junction box. All accessories for the injection hose shall be from
the hose manufacturer. The swelling profile (acrylic base 20 x 10mm) shall also be
fixed at the construction joints.

After casting of the wall, the geotextile shall be fixed on the concrete wall with the
fixing discs spaced 2 m horizontal and vertical.

The PVC membrane shall be fixed on the vertical surface and welded to the fixing
discs, overlap shall be of minimum 80 mm double seam continuous machine
welded. The membrane shall be welded to the pre-installed waterstops to form the
compartment.

A protection layer of Polypropylene board shall be fixed on the PVC


a contact adhesive followed with a geotextile layer prior backfilling.

membrane by

14.8.3.2.5 On Top Slabs


1

The concrete top slab shall be finished with a smooth finish, free from any
projections.

A sealing tape (PVC tape with fabric strips) shall be fixed with the epoxy adhesive at
expansion, contraction joints and compartment.

The geotextile shall be installed on a dry surface with a minimum overlap of 100
mm.

The PVC membrane shall then be laid on the geotextile with a minimum overlap of
80 mm, all overlap joints shall be double seam continuous machine welded. The
membrane shall be welded on the sealing tape to form the top slab compartment.

IA 12/13 C 057 ST
C2/S5/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

The second layer of geotextile shall be laid.

A protection screed of 75 mm shall then be laid on the geotextile, followed by the


backfilling.

Special attention shall be taken when connecting the sealing tape to the
external waterstop at the outer edges of the tunnel roof to ensure water
tightness. This detail needs careful thought, designed and shop drawings
prepared for approval by the Engineer.

14.8.3.2.6 Geotextile Protection


1

The geotextile protection and slip membrane shall be manufactured from


Polypropylene base of minimum 350 g/m applied on both sides of the
membrane.

The geotextile sheet shall comply with the minimum following properties:
Table 14.8.3.2.6
Required Properties for Geotextile Protection
Test

Test Method

Requirement

Mass

BS EN ISO 9864

350 g/m2

Elongation at break

BS EN ISO 10319

55%

Tensile Strength

BS EN ISO 10319

25 kN/m

Thickness under 2 Kpa

BS EN ISO 9863

2.9mm

CBR
Resistance

Puncture BS EN ISO 12236

4.0 kN

BS EN ISO 13433

10 mm

Cone Drop Test

14.8.3.2.7 Technical Specification of the Unbonded Membrane


1

The membrane shall comply with the following minimum properties:


Table 14.8.3.2.7
Required Properties for Unbonded Membranes
Test (units)
Tensile
(N/mm2)

Test Method
Strength BS EN ISO 527 - 1/3/5

Requirement
> 15 N/mm2

Elongation at break (%)

BS EN ISO 527 - 1/3/5

> 280%

Tear Strength

BS ISO 34 B

> 42 kN/m

Impact Resistance (500 BS EN 1107-2


g/750 mm)

No leakage

Static Puncture

> 2 kN

BS EN ISO 12236

Water tightness to liquid BS EN 1928


IA 12/13 C 057 ST
C2/S5/27
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

No leakage
February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

water (5 bar/72 h) (10


bar/ 24h)
Thermal Ageing (70 d/70 BS EN 1296
C)
Reaction to fire

< 2%

SIA V280-12 (or equivalent Class 4.1


standard approved by the
Engineer)

14.8.3.2.8 PVC Control and Injection Flanges


1

For unbonded systems, compartmentalization is required and will be limited to the


length of tunnel between construction and expansion joints. Compartments should
never extend beyond construction and expansion joints.

PVC control and injection flanges shall be spot-welded to the membrane fixed to the
formwork (minimum 4 No. per compartment) for control and future injection of the
compartment. The flange shall be connected with a PU pipe resistant to 10 bar
pressure and terminated in an injection box at walls/roof slabs.

14.8.4

REINJECTABLE HOSES AND RESIN

The type of reinjectable hoses shall be specified by the water proofing


manufacturer and detailed on the shop drawings for approval by the Engineer.

The system shall be 100% reinjectable at any time during its lifespan.

The reinjectable grout hose shall be suitable to be placed and fixed over rough
concrete substrates and to maintain a continuous contact with that substrate.

The injection resin shall be based on a 3 component polyacrylic resins. The resin
shall be chemically resistant and not be reliant on adhesion to the substrates it is in
contact with for waterproofing performance. The gelling time (from 8 to 50 minutes)
of the resin shall be able to be retarded or accelerated to suit the conditions of water
outflow and length of injection path required. The resin manufacturer shall supply
accelerator and or retarder materials suitable for mixing with the resin to alter the
gelling time.

The compressive strength of the mixed resin after gelling should be very low to allow
reinjection at high pressure.

The injection shall be suitable for reinjection at low temperature to very high
temperatures (-10C to +80C).

The resin shall be a low viscosity reactive to water (swellable) and have a PH in the
range of 8 to 11.

14.8.5

WATERSTOPS

1.

The waterstop shall be based on flexible PVC resins preformed to shape and
thickness and to a suitable profile for both internal and external locations of the
concrete structure. Alternative materials may be permitted provided that it can be
demonstrated to the Engineer that such materials are fully compatible with all other

IA 12/13 C 057 ST
C2/S5/28
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

elements of the waterproofing system. Alternative materials shall not be used


without the written approval of the Engineer.
2

The waterstop shall be chemically resistant and shall have the minimum specified
mechanical and physical properties as stated in Table 14.8.5 below:
Table 14.8.5
Minimum Required Properties for Waterstops
Property

Test Method

Value

Specific gravity

ASTM D792

1.27 ( 0.3)g/m2

Elongation at rupture

ASTM D638

350%

Tensile Strength

ASTM D638

>15 MPa

Water absorption

TS
3078
(or
equivalent 1% by weight
standard approved by the
Engineer)

Hardness

TS
3078
(or
equivalent 75 (5) Shore A
standard approved by the
Engineer)

The waterstops shall be of sufficient thickness and width, have sufficient embedment
capacity into the concrete to withstand 2.5bar negative water pressure without
failure and take the movement indicated on the drawings. The waterstop shall be at
least 4mm thick.

14.8.6

JOINTS

The detail of the waterproofing membrane at construction, contraction and


expansion shall be shown on the shop drawings for approval by the Engineer. Of
particular interest will be the following:

(i)

The location of the reinjectable grout hoses and injection points;

(ii)

The location of the swelling bars;

(iii)

The location of all internal and external waterstops;

(iv)

The details of the additional PVC sheet membrane above the external
waterstops at expansion joints;

(v)

The overlapping joint details of the spray membrane with the external
waterstop and PVC sheet membrane;

(vi)

The waterproofing expansion joint detail at the top corners of the tunnel,
given that the external waterstop stops at that location;

(vii)

The waterproofing details at expansion joints at the top of the tunnel roof
slabs.

The following details are however recommended:


(i)

The concrete substrate at all construction joints is scabbled to remove all


laitance and expose the aggregate. Wetting the surface of the concrete

IA 12/13 C 057 ST
C2/S5/29
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

substrate at the expansion joint to establish a saturated surface dry condition


prior to the placement of concrete is also recommended;
(ii)

Reinjectable hoses should be installed at all construction and expansion joint


locations strictly in accordance with the manufacturers specifications. They
are preferably located at or close to the ends of the internal waterstop at
expansion joints and on the concrete surface close to the centre of the
section at all construction joints;

(iii)

Swelling bars shall also be fixed with swelling mastic on the prepared
concrete substrate at all construction joints. Preparation of
the concrete
substrate at construction joints shall include scabbling of the concrete
surface to remove all laitance and expose the aggregate;

(iv)

All external and internal water stops shall be made of PVC, manufactured
preferably from the same raw material as the membrane for full compatibility.
For construction, contraction joints and compartments (for unbonded system)
the water stops shall be 310 mm wide with 6 no. ribs, while for expansion
joints the waterstops shall be 320 mm wide with 6 no. ribs;

(v)

All expansion joints shall be sealed internally with a PVC water stop of 320
mm wide. The waterstop shall be able to accommodate the design
movements (horizontal and vertical) of the structure;

(vi)

All internal waterstops shall be maintained in their designated location ring


concrete placement by means of non-corrosive tie straps with the purpose of
locating the outer edges of the waterstop to the reinforcement cage. This is
particularly important for the waterstops along the foundation slab to wall
construction joint. These waterstops if left unsupported will be flattened onto
the concrete substrate surface during concrete placement thus rendering
them ineffective.

14.8.7

BACKFILLING OPERATION

A layer of geotextile together with a protection board shall be provided to protect the
waterproofing system on the outer walls of tunnels and retaining walls prior to
backfilling. However in the case of the bonded system, if due care is exercised
during backfilling and fulltime supervision is provided from the waterproofing
manufacturer during the entire backfilling operation, it shall be acceptable to do
away with the geotextile layer and protection board.

The backfilling material shall consist of a selected graded backfill from 0 to


max size of aggregate.

During the compaction of the graded backfill material; the compaction machines
must take care not to come into contact with the waterproofing system. If contact
occurs the contact area shall be inspected to see whether the waterproofing system
has merely been marked by the tracks of the compaction machine or whether it has
been damaged. If damaged, the waterproofing system must be repaired prior to
continuation of the backfilling operation.

If the backfilling contractor notices any potential damage to the waterproofing


system during compaction they are to inform the waterproofing applicator
immediately.

IA 12/13 C 057 ST
C2/S5/30
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

75mm

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

14.8.8

ADDITIONAL REQUIREMENTS

All waterproofing systems shall be bonded to the external waterstop on the entire
circumference of the tunnel at all construction and expansion joints to ensure
compartmentalization requirements.

Where ever possible double seals shall be installed at all joints in the unbounded
systems.

Shear keys at construction and expansion joints shall be continuous on the entire
circumference of the tunnel.

Internal waterstops shall preferably be installed at the centre of the shear key or at a
distance of at least 300mm from the external waterstop.

Waterstops with anchoring and sealing ribs shall not be used at the top of concrete
sections such as at wall foundations and tunnel roof slabs.
An alternate system
which does not require the anchoring and sealing ribs for sealing from water ingress
shall be utilized.

The connection between this alternate system and the wall external waterstop (for
example at the top external corner of a tunnel) shall be carefully designed and
submitted for approval prior to use.
A triple barrier system which will include the internal waterstop, the external
waterstop and an unbounded section of waterproofing membrane shall be
provided at all expansion joints.

Paddle flanges or swelling bars shall be installed on both sides of all pipes passing
through expansion joints. Movement joints in the pipes shall also be designed to be
water tight and to accommodate the expansion and contraction movements of the
expansion joints.

14.8.9

QUALITY ASSURANCE AND QUALITY CONTROL

All sampling and testing shall be carried out in compliance with the specified
sampling and testing standards.

The testing frequency stipulated herein shall be mandatory unless otherwise stated.
The tests are to be conducted as per the demands of the site as applicable. The
same testing sequence and frequency shall be adopted for the recycled materials as
applicable.

All testing will have to be carried out on site or at a designated laboratory


irrespective of whether the materials have been tested by the manufacturer or by an
intermediate party or the availability of the conformity certificates.

Where the testing frequency specified in a standard differs from a specific


requirement stated in this document, the higher frequency is deemed to be
applicable. Sampling and testing frequency may be modified as directed by the
Engineer.

Product manufacturers shall provide independent test reports for each of the
properties listed in the following:

IA 12/13 C 057 ST
C2/S5/31
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Table 14.8.3.1.1

Required Properties for Bonded System


Below Base Slabs and up Both Sides of the
Base Slab

Table 14.8.3.1.6

Required Properties for Spray Applied


Liquid Membranes

Table 14.8.3.2.6

Required
Protection

Properties

for

Geotextile

Table 14.8.3.2.7

Required
Properties
Membranes

for

Unbonded

Table 14.8.5

Required Properties for Waterstops

Product manufacturers shall provide a Certificate of Conformity for each batch of


material delivered to site, confirming compliance with the technical requirements
herein.

The contractor shall submit samples and full technical details for approval by the
Engineer. Samples shall include 300 x 300 mm of membranes and 300mm of strip
products, as appropriate. The submission shall be full and complete and include
components of the whole of the waterproofing system as a single package.

The Contractor shall execute a trial test section on vertical and horizontal surfaces
which shall include details of construction and expansion joints, complete with
protection system for testing and approval by the Engineer before continuing with
the application/installation to the structures.

The membrane shall be visually inspected and any necessary remedial work shall
be carried out before the application of the subsequent covering up. All repairs shall
be inspected and approved by the Engineer.

10

The manufacturer shall be present on site at critical stages of the


application/installation and during all testing and shall be responsible for maintaining
standards and quality and for training of the Material Applicators staff when
required.

11

Where ever possible double seam welds shall be provide at joints in unbounded
systems. All double seam welded joints shall be tested under air pressure of 2bar in
the gap between weld runs. This pressure shall be held for 10 minutes and the
pressure should not drop by more than 15%. All single seam welds shall be tested
non-destructively using a spark testing device at a voltage of approximately
10,000V. All of these joints shall also be tested for any discontinuity of welding by
running a blunt bladed instrument along the entire length of all the welds in
accordance with the manufacturers recommendations.

12

The manufacturers on-site Quality Assurance procedures shall be followed


without exception and shall include but not limited to the following:
(i)

Site inspection;

(ii)

For bonded systems:


(a)
(b)

Substrate cleaning and preparation,


Adhesion testing,

IA 12/13 C 057 ST
C2/S5/32
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(c)
(d)
(e)
(f)
(iii)

Primer application,
Wet film thickness measurements,
Holiday detection testing,
Material consumption monitoring and evaluation;

For unbonded systems:


(a)
(b)
(c)

Membrane cutting to size and laying,


Membrane joint welding and testing,
Membrane terminations detailing;

(iv)

Final inspection;

(v)

Reinjection system:
(a)
(b)
(c)
d)

13

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Grout tube fixing and inlet/outlet tube fixing,


Resin mixing and gel time testing,
Injection inspection (low pressure),
Second injection (high pressure);

The following testing shall be carried out on site:


(i)

Substrate and spray membrane shall include tensile adhesion tests on the
cured membrane (3 per 500m2);

(ii)

Wet film thickness checks (1 per 10m2);

(iii)

Pinhole holiday detection tests (100% of area);

(iv)

Elongation at break, shore hardness, tensile strength and tear strength (1 per
10,000m2)

The test methods and standards indicated in Table 14.8.3.1.1, Table 14.8.3.1.6,
Table 14.8.3.2.6, Table 14.8.3.2.7 and Table 14.8.5 shall be used to verify
compliance.
14

Records shall be maintained on a daily basis for each of the following:


(i)

Coverage rates where appropriate;

(ii)

Weather;

(iii)

Substrate surface condition.

14.8.10

WARRANTY

All components and elements of the waterproofing system which are needed to
make the structure watertight shall be proven to work together. There shall be a
single source of responsibility and performance of the products. The manufacturer
shall confirm full and proven compatibility of the entire waterproofing system in
writing.

The Contractor shall provide 15 years unlimited warranty on all workmanship and 25
years on all waterproofing material and waterstops. The warranty will ensure the
tunnel remains dry during the warranty period and that leaks will be repaired in a
timely manner at no extra cost to the Client.

IA 12/13 C 057 ST
C2/S5/33
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

14.8.11

MEASUREMENT AND PAYMENT

The tendered rate for waterproofing shall include full compensation for supply and
application of all materials and all complementary works, for all labour, equipment,
tools and incidentals necessary to complete the work to the satisfaction of the
Engineer.

The unit of measurement shall be the square metre area of concrete surfaces
receiving the membrane.

14.8.12

STANDARDS AND DOCUMENTS REFERRED TO IN CLAUSE 14.8


British Standards Institution
BS ISO 34

Rubber, vulcanized or thermoplastic. Determination of


tear strength.

BS ISO 37

Rubber, vulcanized or thermoplastic. Determination of


tensile stress-strain properties.

BS EN ISO 527

Plastics. Determination of tensile properties.

BS EN ISO 868

Plastics and ebonite. Determination of indentation


hardness by means of a durometer (Shore hardness).

BS 903-A2

Physical testing of rubber. Determination of tensile


stress-strain properties.

BS EN 1107

Flexible sheets for waterproofing. Determination of


dimensional stability.

BS EN 1296

Flexible sheets for waterproofing. Bitumen, plastic


and rubber sheets for roofing. Method of artificial
ageing by long term exposure to elevated
temperature.

BS EN 1928

Flexible sheets for waterproofing. Bitumen, plastic


and rubber sheets for roof waterproofing.
Determination of watertightness.

BS 2782-3

Methods of testing plastics. Mechanical properties.


Flexural vibration. Non-resonance method.

BS EN ISO 2812-2

Paints and varnishes. Determination of resistance to


liquids. Water immersion method.

BS EN ISO 4624

Paints and varnishes. Pull-off test for adhesion.

BS EN ISO 9001

Quality management systems. Requirements.

BS EN ISO 9863

Geosynthetics. Determination
specified pressures.

IA 12/13 C 057 ST
C2/S5/34
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

of

thickness

at

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

BS EN ISO 9864

Geosynthetics. Test method for the determination of


mass per unit area of geotextiles and geotextilerelated products.

BS EN ISO 10319

Geosynthetics. Wide-width tensile test.

BS EN ISO 12236

Geosynthetics. Static puncture test (CBR test).

BS EN ISO 13433

Geosynthetics. Dynamic peroration test (cone drop


test).

ASTM International
ASTM C836

Standard Specification for High Solids Content, Cold


Liquid Applied Elastomeric Waterproofing Membrane
for Use with Separate Wearing Course.

ASTM D412

Standard Test Methods for Vulcanized Rubber and


Thermoplastic ElastomersTension.

ASTM D570

Standard Test Method for Water Absorption of


Plastics.

ASTM D638

Standard Test Method for Tensile Properties of


Plastics.

ASTM D792

Standard Test Methods for Density and Specific


Gravity
(Relative
Density)
of
Plastics
by
Displacement.

ASTM D1004

Standard Test Method for Tear Resistance (Graves


Tear) of Plastic Film and Sheeting.

ASTM D2240

Standard Test Method


8212;Durometer Hardness.

ASTM D5385-93

Standard Test Method for Hydrostatic Pressure


Resistance of Waterproofing Membranes.

ASTM E96

Standard Test Methods for Water Vapor Transmission


of Materials.

ASTM E154

Standard Test Methods for Water Vapor Retarders


Used in Contact with Earth Under Concrete Slabs, on
Walls, or as Ground Cover.

for

Rubber

Property

Highways Agency (United Kingdom)


BD 47

Waterproofing and Surfacing of Concrete Bridge


Decks.

IA 12/13 C 057 ST
C2/S5/35
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Transport Research Laboratory


TRL Research Report
248

Laboratory tests on waterproofing


concrete bridge decks.

systems

for

Swiss Association for Standardization


SIV V280

Polymer Membranes,
Requirements

Materials

Testing

and

European Committee for Standardization


TS 3078

PVC Plastic for Construction and Expansion Joints In


Concrete

Add Sub-Clause 14.9 as follows:


14.9.

BRIDGE DECK WATERPROOFING

14.9.1

General

The surface finish for new bridge decks between parapet upstands to be
waterproofed shall be Class U4 finish in accordance with Section 5, Part 9.

14.9.2

Protection of Bridge Deck Waterproofing During Construction

On any structure, providing no damage results, plant and equipment all fitted only
with rubber tyres may stand or travel on permitted waterproofing systems solely for
the purposes of laying an additional protective layer or surfacing course on that
structure.

2
Rollers shall not be permitted to stand or travel directly on the waterproofing system.
Where it is necessary for plant, equipment or traffic to stand or travel on a bridge
deck that has been waterproofed with a permitted system before the laying of an
additional protective layer, suitable temporary protection shall be provided. All such
plant and equipment shall have its tyre treads regularly inspected and any
embedded hard objects removed.
2

Temporary protection shall be provided where damage to the waterproofing,


protective layer or additional protective layer could result from particular site traffic.

The protective layer of a permitted two layer waterproofing system, or any protective
layer additional to that included as part of a permitted waterproofing system, shall be
laid immediately after the waterproofing layers bonding agent has set or cured.
Where a waterproofing membrane also serves as an adhesive for the protective
layer, any additional protective layer shall not be laid until the liquid waterproofing
membrane/adhesive has set or cured.

14.9.3

Materials for Waterproofing Concrete Bridge Decks

The waterproofing system shall be an elastomeric spray applied system based on


methacrylate or polyurethane resins. The membrane system should comprise two

IA 12/13 C 057 ST
C2/S5/36
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

separately applied coats. The waterproofing system shall have a current BD47 BBA
certificate and shall have a minimum 10 year proven track record in the Arabian Gulf
climate on similar applications. The waterproofing system shall be manufactured by
an ISO9002 approved manufacturer and shall be applied by an Authorised, trained
Contractor.
2

Permitted waterproofing systems incorporated in the Works shall have a current


quality certificate acceptable to the Engineer. As a minimum, Bridge Deck
waterproofing system shall comply with the following Technical Specifications:
PROPERTY

TEST METHOD

VALUE

Minimum thickness

As approved by the Engineer

2 mm min

Tensile Adhesion Strength

BS
EN
24624:
1993 > 0.7 MPa
(minimum 3 tests per 500 m) > 2.0 MPa
Concrete Substrate Steel
Substrate

Shear adhesion to sand BD 47


asphalt

> 0.1 MPa @ 40 C

Tensile adhesion to sand BD 47


asphalt

> 0.1 MPa

Moisture
Transmission rate

8.1 g/m/day

Vapour BS 3177

Water penetration

BD 47

Static Crack-Bridging

UK
Department
Transport:Technical
Memorandum
BE
Appendix B

Chemical resistance:
Anti-freeze
(ethylene
glycol)
- Calcium chloride
TRL Research Report 248
- Diesel fuel
- Gasoline
- Motor oil
- Sodium chloride

zero
of 2 mm @ C
27:

Resistant
Resistant
Resistant
Resistant
Resistant
Resistant

Resistance to chloride ion BD 47


penetration (%)

0.04% max.

Indentation by hot or cold BD 47


aggregate during asphalt
placing or pedestrian traffic
prior to any protection

Negligible

Resistance
to
high ZTV-BEL-B
temperature from asphalt
placing (150 C)

Yes

Holidays

None

Electronic detection

IA 12/13 C 057 ST
C2/S5/37
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PROPERTY

PROJECT SPECIFICATION
SECTION 5: CONCRETE
TEST METHOD

Blisters

VALUE
None

Resistance to abrasion

SNCF Taber Method

Resistance to embrittlement

UK Department of Transport No cracking


Tech Memo BE 27 90 C
Mandrel Test at 0 C

Resistance to chisel impact

BD 47

Chloride ion penetration (%)


at 10 C
at 23 C
at 40 C

High
abrasion
resistance

0.04% max.
0.04% max.
0.04% max.

Prior to commencement of the Works the Contractor shall provide to the Engineer a
copy of the Certificate appropriate to the work to be undertaken. The procedure
shall be repeated for each subsequent operation either for a different system or a
different location.
3

Additional 20mm Bituminous Protection layer shall be laid and shall comply with
BS594: Part1 recipe Type F wearing course mixture Designation 0/3 except that 5%
0.5% of the total mix shall be inorganic red oxide and regarded as part of the filler
content, where the additional protective layer is required to be tinted. It shall also
comply with the requirements of QCS Section 6 Part 5 Asphalt Works.

14.9.4

Workmanship for Waterproofing Concrete Bridge Decks

Permitted waterproofing systems shall be supplied and installed in accordance with


the certified procedures.
The formation of defects affecting the integrity of the membrane including pin/blow
holes (continuous or non-continuous) and blisters in the waterproofing shall:
(i)

be made good by repair in accordance with the certified procedures before


any subsequent layers are applied; or

(ii)

require the system to be replaced.

For sheet membranes bonded with oxidized bitumen the heating and temperature of
the bitumen shall comply with the manufacturers requirements within the limits
stated in BS 8000 : Part 4.
A means of checking the bitumen temperature shall be provided.
Sheet membranes shall wherever possible be laid in the direction that the additional
protective layer or surfacing will be laid and compacted by roller.
2

Joints between sheets shall be lapped with end laps of at least 150 mm and side
laps of at least 100 mm. The joints shall be arranged so that:

IA 12/13 C 057 ST
C2/S5/38
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

(i)

at no point are there more than three layers of sheeting and,

(ii)

water will drain away from the exposed edge.

Permitted waterproofing systems shall be laid to follow the contours of the concrete
surface. Laps, ridges and ripples in waterproofing sheeting, and peaks and steps at
butt joints in waterproofing boards, shall not be greater than 10 mm in height.

Bituminous protection complying with Clause 14.9.2 above shall be laid on the clean
and dry substrate, and compacted in accordance with QCS Section 6 Part 5 to the
areas and thickness shown on the Drawings.

The additional protective layer or surfacing laid on the waterproofing system shall be
fully bonded to the system for the life of the system. The bond shall be achieved by
either:
(i)

the binder within the directly applied additional protective layer or surfacing; or

(ii)

a separate tack coat which has been included in the Certificate.

Where the tack coat is of the type activated by the heat of the succeeding
bituminous layer the rolling temperature of this layer shall be sufficient to ensure
adhesion.
14.9.5

Integrity Testing of Concrete Bridge Deck Waterproofing

Waterproofing systems to concrete bridge decks shall be tested as recommended


by the manufacturer and agreed with the Engineer.

14.10

PROTECTIVE COATING OF HIGHWAY STRUCTURES

14.10.1

General
Protective coating on all exposed surfaces of highway structures shall be in
accordance with Section 32, Part 70.

IA 12/13 C 057 ST
C2/S5/39
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 15 HOT WEATHER CONCRETING


15.1

GENERAL

15.1.2

References
Include the following reference; BS 5400 Part 4, Code of Practice for design of
concrete bridges, wherever it appears in this Part.
Add the following reference to standards under Clause 15.1.2 as follows:
EN 1992-2

15.1.4

Eurocode 2: Design of concrete structures. Concrete bridges Design


and detailing rules.

System Description
Add new paragraph 2 as follows:

In general the recommendations of The CIRIA guide to Concrete Construction in


the Gulf Region, ACI 305R-91 Recommended Practice for Hot Weather
Concreting and ACI 308 Recommended Practices for Curing Concrete shall be
followed. In case of conflict, the provisions of the QCS shall prevail.

15.2

PLACING TEMPERATURE
Add new paragraph 6 as follows:

Every effort shall be made by the Contractor to keep the temperature of the concrete
at the time of placing as low as possible. If the temperature of the concrete is likely
to exceed 24 C at the time of placing, special measures shall be taken to control
the temperature. Such measures shall be approved by the Engineer and shall
include some, and if decided necessary by the Engineer, all of the following:
(a)

Aggregate stockpiles shall be protected from the direct rays of the sun by
shades. The stockpiles shall not be watered.

(b)

Water for mixing concrete shall be cooled by means of mechanical


equipment or the addition of ice. Storage tanks shall be painted white or
sited under shade and distribution pipes shall be insulated or painted white

(c)

Cement shall be stored in the shade.


painted white.

(d)

The mixing plant and delivery equipment shall be painted white and sited
under shade wherever possible. The interval between mixing and placing
shall be kept to a minimum.

(e)

Reinforcement, metal conduit, etc., shall be kept in the shade for a minimum
period of four hours before concreting.

(f)

Immediately before the concrete is placed, formwork, conduit, etc., shall be


sprinkled with cool water.

IA 12/13 C 057 ST
C2/S5/40
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

Bulk storage containers shall be

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

15.8

PROJECT SPECIFICATION
SECTION 5: CONCRETE

(g)

During the curing period, exposed concrete surfaces shall always be


protected from the direct rays of the sun, and the formwork shall also be
protected.

(h)

In a prevailing arid wind, temporary wind breaks shall be provided.

PLACING AND FINISHING


Add new paragraph 4 as follows:

Covers shall be placed over reinforcement and steel formwork to shade it from the
sun 24 hours prior to concreting. Immediately before the Concrete is placed,
formwork, construction joints, etc. shall be sprinkled with cool water complying with
QCS Section 5 Part 4. The Contractor shall provide and use an ample and clear
water supply, hose and fog nozzle. Fogging equipment to be furnished shall be
capable of applying water to the concrete in the form of a mist in sufficient quantity
to curb the effects of rapid evaporation of mixing water from the concrete resulting
from wind, high temperature, low humidity or a combination of these factors. The
fog mist shall be applied at times and in a manner directed by the Engineer.

IA 12/13 C 057 ST
C2/S5/41
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 16 MISCELLANEOUS
16.6

REPAIR OF CONCRETE

16.6.1

General
Delete paragraphs 1 and 2 and substitute with the following:

The extent and nature of the defects in the concrete shall be established in
accordance with Part 13 of this Section 5 for new concrete or following an inspection
jointly undertaken by the Engineer and the Contractor where existing concrete is to
be refurbished. Typical details to be noted during this inspection are:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)

Crack less than 0.5 mm


Crack greater than 0.5 mm
Surface staining
Crazing
Surface honeycombing
Extensive honeycombing
Local spalling
Voids greater than 10 mm deep
Voids greater than 15 mm deep
Exposed reinforcement
Significant spoiling
Displaced cracks greater than 5 mm
Any other notable defect
Any area that is beyond refurbishment

If remedial works are required the Contractor shall submit a detailed method
statement identifying the specific materials to be used and the sequence of activities
for the repair to the Engineer for approval. No work shall commence until the
method statement has been approved. The method statement shall include but not
necessarily be limited to:
(a)

Material Details:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)

Manufacturer
Product name
Application procedure
Primers required
Method of application
Special precaution required
Technical details and properties
References or case studies of previous applications of a similar
nature
Guarantees applicable to the use of the product in the locations to be
repaired.

IA 12/13 C 057 ST
C2/S5/42
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(b)

Installation:
(i)
(ii)
(iii)
(iv)
(v)
(vi)

16.6.2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Details of temporary scaffolding


Details of formwork
Method of mixing
Method of placing
Equipment to be used
Method of supporting and protecting existing plant and equipment.

Honeycombing or Spalling
Delete paragraph 1 and substitute with the following:

Where there is honeycombed concrete or concrete damaged by physical forces


such as impact that has caused spalling, the concrete shall be replaced using a high
strength free flowing cementitious micro-concrete. This section also applies to
damage caused by gases and chemicals, notably hydrogen sulphide and chlorine.

16.6.5

Repair Methodology
Include after paragraph 3 the following:
The preferred method is high pressure water jetting specifically developed for
cleaning concrete. Light mechanical breakers may be used but the use of heavy
breakers shall not be allowed.
Delete paragraph 4 and substitute with the following:

Water jetting equipment shall be capable of using an entrained abrasive to aid


cutting and cleaning. Only potable water shall be used. Provision for protecting the
rest of the structure shall be made.
Delete paragraph 8 and substitute with the following:

Exposed reinforcement shall be blast cleaned using grit or water to Swedish


Standard SIS 05 5900 Sa 2.5 (near white metal). Two coats of zinc based primer
shall be applied making sure that the back face of the steel is also coated. Time
between coats shall be as the manufacturers instructions.
Delete paragraph 9 and substitute with the following:

Reinforcement damaged during the removal of concrete or eroded by chemical


attack shall, if required by the Engineer, be repaired or replaced. Concrete breakout
along the reinforcement shall continue a minimum of 100 mm past the point where
non-corroded reinforcement is reached, or as directed by the Engineer. Unless
otherwise directed by the Engineer, primary tension or compression reinforcement
which displays a reduction in diameter due to corrosion of more than 10% shall be
supplemented by reinforcement of size suitable to make up the reduction. Such new
reinforcement shall be lapped with the existing sound bars for a distance of 600 mm
in either direction.
Delete paragraph 16 and substitute with the following:

IA 12/13 C 057 ST
C2/S5/43
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
16

PROJECT SPECIFICATION
SECTION 5: CONCRETE

The formwork shall be inspected by the Engineer and, if approved, filled with clean
water which demonstrates that the formwork is grout-tight and saturates the
prepared concrete surfaces. The existing concrete shall be saturated with potable
water for a period of not less than 24 hours. Where formwork is not used saturation
shall be by spray. The formwork shall then be completely drained and resealed.
Add new paragraphs 25, 26, 27 and 28 as follows:

25

Where mortar is used for repair polymer modified mortar shall be mixed in a high
shear pan-type mixer for the minimum time necessary to produce the required
consistency. Free fall mixers may cause air entrainment and shall not be allowed.
For quantities of less than 10 kg, hand mixing may be used.

26

The mortar shall be applied by trowel over tacky bond coat in layers not exceeding
the thickness recommended by the manufacturer. Each layer shall be surface
scored, coated with bonding agent and allowed to take up its initial set prior to the
application of subsequent layers. If sagging occurs due to the applied layer being
too thick, the material shall be completely removed and fresh mortar re-applied at a
reduced thickness.

27

Any fine hair cracks which develop around the perimeter of the repaired area shall
be sealed after 28 days by cement grout gauged with a suitable acrylic emulsion.

28

Repairs which do not adhere and display a hollow sound when tapped with a light
hammer shall be broken out completely and repeated.

IA 12/13 C 057 ST
C2/S5/44
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 17 STRUCTURAL PRECAST CONCRETE


17.1

GENERAL

17.1.2

References
Delete BS 8110 and substitute BS5400 Part 4, Code of practice for design of
concrete bridges.
Include BS 5400 Part 2, as implemented by BD 37/01, Loads for Highway Bridges.
The above substitutions shall apply to all references in subsequent clauses in this
Part.
Add the following reference to standards under Clause 17.1.2 as follows:
EN 1992-2

Eurocode 2: Design of concrete structures. Concrete bridges Design


and detailing rules.

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

17.1.9

Design Loadings, Actions and Structural Members Selection


Delete paragraph 7 and substitute with the following:

Cover to steel shall be in accordance with QCS Section 5 Part 11.

IA 12/13 C 057 ST
C2/S5/45
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

PART 18 PRESTRESSED CONCRETE


18.1

GENERAL

18.1.2

References
Include after paragraph 1 the following:

BS 4447, Specification for the performance of prestressing anchorages for post


tensioned construction
BS 4486, Specification for hot rolled and processed high tensile alloy steel bars for
the prestressing of concrete
Add the following reference to standards under Clause 18.1.2 as follows:
EN 1992-2

Eurocode 2: Design of concrete structures. Concrete bridges Design


and detailing rules.

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

18.1.3

Submittals
Add new paragraphs 5 and 6 as follows:

Working Drawings
Whenever the plans do not include complete details for a prestressing system and
its method of installation, or when complete details are provided in the plans and the
Contractor wishes to propose any change, the Contractor shall prepare and submit
to the Engineer working drawings of the prestressing system proposed for use.
Fabrication or installation of prestressing material shall not begin until the Engineer
has approved the drawings. The working drawings of the prestressing system shall
show complete details and substantiating calculations of the method, materials and
equipment the Contractor proposes to use in the prestressing operations, including
any additions or rearrangement of reinforcing steel and any revision in dimensions
from that shown on the plans. Such details shall outline the method and sequence of
stressing and shall include complete specifications and details of the prestressing
steel and anchoring devices, working stresses, anchoring stresses, tendon
elongations, type of ducts, and all other data pertaining to the prestressing
operation, including the proposed arrangement of the prestressing steel in the
members. Working drawings shall be submitted sufficiently in advance of the start of
the affected work to allow time for review by the Engineer and correction by the
Contractor of the drawings without delaying the work.

Composite Placing Drawings


When required by the special provisions, in addition to all required working
drawings, the Contractor shall prepare composite placing drawings to scale and in
sufficient detail to show the relative positions of all items that are to be embedded in
the concrete, and their embedment depth, for the portions of the structure that are to
be prestressed. Such embedded items include the prestressing ducts, vents,
anchorage reinforcement and hardware, reinforcing steel, anchor bolts, earthquake
restrainers, deck joint seal assemblies, drainage systems, utility conduits and other

IA 12/13 C 057 ST
C2/S5/46
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

such items. Such drawings shall be adequate to ensure that there will be no conflict
between the planned positions of any embedded items and that concrete cover will
be adequate. If during the preparation of such drawings conflicts are discovered, the
Contractor shall revise his working drawings for one or more of the embedded items
or propose changes in the dimensions of the work as necessary to eliminate the
conflicts or provide proper cover. All such revisions shall be approved by the
Engineer before work on any affected item is started. All costs involved with the
preparation of such drawings and with making the necessary modifications to the
work resulting there from shall be borne by the Contractor.
18.2

PRESTRESSING

18.2.1

General
Delete paragraph 3 and substitute with the following:

The system of pre-tensioning and posttensioning shall be of an internationally


recognised manufacturer and acceptable to the Engineer. Such system shall be
used strictly in accordance with the manufacturers recommendation and guidance.

18.2.3

Sheaths and Cores


Add new paragraph 8 as follows:

Deflected tendons. For pre-tensioning single tendons the deflector in contact with
the tendon shall have a radius of not less than 5 times the tendon diameter for wire
or 10 times the tendon diameter for strand. For post tensioning the deflector in
contact with the tendon shall have radius of not less than 50 times the diameter of
the tendon. The total angle of deflection shall not exceed 15 C in both cases.

18.2.4

Anchorages
Add new paragraphs 3 and 4 as follows:

Anchorages shall be tested in accordance with BS 4447 or FIP/FIB or AASHTOLRFD Bridge Construction Specifications. The Contractor shall furnish test
certificates having endorsement of a recognised independent testing / verification
agency. For each anchorage system used in the Works, the characteristic value for
the anchorage efficiency shall not be less than 90%. Strength requirements for the
anchorages shall be specified on the Drawings.

Proprietary anchorages shall be handled and used in accordance with the


manufacturers instructions and recommendations.
Delete Sub-Clauses 18.2.7, 18.2.8 and 18.2.9 and substitute with the following:

18.2.7

Grouting and Duct Systems for Post-tensioned Tendons


Planning, Trials and Basic Requirements

The Contractor shall undertake full-scale trials of the grout mix and of the grouting
operations as required for duct installation, testing, concreting, grouting and any
other associated problems. The trials are required to demonstrate that the grouting

IA 12/13 C 057 ST
C2/S5/47
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

methods and procedures proposed by the Contractor will ensure that grout fills the
ducts and surrounds the prestressing steel.
2

The Contractor shall submit a detailed method statement; at least 4 weeks prior to
use in any trials in the Works, covering proposed materials, ducts, anchorage and
vent arrangements, personnel, equipment, grouting procedures and quality control
for the approval of the Engineer.
Full-scale trials shall be commenced at least 56 days before the planned
commencement of fixing ducts for prestressing for the permanent works.

The trials shall incorporate all relevant details of ducts, vents, duct supports,
prestressing anchorages and couplers, prestressing strands, grout inlets and outlets.
The tendons shall be sufficiently tensioned such that the strands within the duct take
up a representative alignment. All systems, methods and materials are to be those
proposed for the permanent works and shall have been submitted to the Engineer
as part of the detailed method statement required.

After three days the Contractor shall carefully cut or core the trial section to expose
cross sections and longitudinal sections of the duct, anchorages and any other
locations where required, or as further directed by the Engineer, to demonstrate that
the duct is satisfactorily grouted. A report shall be prepared by the Contractor giving
full details of the trial, testing results and photographs of the exposed sections.

Grouting of the ducts shall be shown to leave no void which has a radial dimension
greater than 5% of the duct diameter (or appropriate dimension, in the case of oval
ducts, anchorages, etc.) or which poses a risk to the protective system. The location
of any voids with respect to grout vents and their adequate grouting and subsequent
sealing, and the disposition of the steel tendons within the body of the grout shall be
reported.

Prestressing for the permanent works will not be permitted without the prior written
approval of the Engineer grouting procedures and formal acceptance of the results
of the grouting procedures and formal acceptance of the results of the grouting trial.

The Contractor shall carry out a materials suitability assessment in accordance with
the Grout Materials section below.

Full-scale trials shall be undertaken to demonstrate that the ducts are satisfactorily
grouted.
Grout Materials

10

The properties of the grout, made with the materials, and using the plant and
personnel proposed for use on-site, shall be assessed for suitability for the intended
purpose. This assessment shall be carried out sufficiently in advance of grouting
operations to enable adjustments to be made in use of materials or plant or
personnel.

11

Common and special grouts shall comply with the requirements in the Properties of
Grout section below. The materials assessment shall consist of the preparation of
the grout, made with the materials, and using the plant and personnel proposed for
use on-site, and the testing of it in accordance with Testing of Grout below. The
preparation shall be carried out under representative conditions of temperature

IA 12/13 C 057 ST
C2/S5/48
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

expected on-site. If grouting operations are likely to cover different seasons, the
assessment shall be carried out for the expected range of temperatures.
12

No departures from the sources of the materials and procedures approved as a


result of satisfactory trials will be permitted without the written approval of the
Engineer.

13

The grout shall consist only of Portland cement (CEM I) complying with BS EN 1971 Class 42.5 N, admixtures complying with the Admixtures section below and
water complying with BS 3148.

14

Special grout shall not contain a chloride ion content of more than 0.1% by mass of
the cement.
Duct Systems

15

The system of ducts, duct connectors, grouting connections, vents, vent


connections, drains, transitions to anchorages and caps for anchors shall form a
complete encapsulation for the tendons which is resistant to the ingress of air and
water. Ducts shall be of proven corrosion resistant durable material. Ducting which
may degrade or corrode during the expected life of the structure will not be
permitted. The system shall be fully compatible with the prestressing anchorages,
couplers and other details. Where ducts are non-conductive, metal parts of
anchorages shall be electrically bounded to the adjacent reinforcement at each end
of the tendon and electrical continuity of the structure over the length of the tendon
shall be confirmed by testing.

16

The following air pressure tests shall be carried out on site.


Duct Assembly Verification Tests

17

Each complete duct system including vents, anchorages, anchorage caps, and
where appropriate couplers and their connections, shall be air-pressure tested
before concreting. Testing to a pressure of 0.01 N/mm shall demonstrate that the
system is undamaged and has been correctly assembled. The testing shall
demonstrate that a loss of pressure no greater than 10% occurs after 5 minutes.

18

The minimum manufactured wall thickness of ducting shall be 2 mm. The duct
rigidity and type and spacing of fixings and supports shall be such as to maintain
line, position and cross section shape during concreting. Local deformation of the
duct at supports shall be avoided.

19

The Contractor shall provide evidence of testing to demonstrate the following


requirements:

20

(a)

Wall thickness of ducts after tensioning of the tendons shall be not less than
1.5 mm

(b)

The duct shall transmit full bond strength from the tendons to the surrounding
concrete over a length no greater than 40 duct diameters.

Vents providing an air passage of at least 20 mm internal diameter shall be


provided at the anchorages and in the troughs and crests and beyond each
intermediate crest in the direction of flow of the grout at the point where the duct is

IA 12/13 C 057 ST
C2/S5/49
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

one half diameter lower than the crest, (but no further than 1m from the crest). The
maximum spacing of vents shall be 15 m.
21

The vent diameter and spacing may be varied in full-scale trials demonstrating the
suitability of alternatives. The vents shall be rigidly connected to the ducts. Holes
in the ducts shall be at least the internal diameter of the vents and shall be formed
before pressure testing. All ducts shall be kept free from standing water at all times
and shall be thoroughly clean before grouting. All anchorages shall be sealed by
caps and fitted with grouting connections and vents. Sealing of anchorages shall
permit the flow of grout through the anchor head.

22

Vents on each duct shall be identified by labelling and shall be protected against
damage at all times.

23

Vents at high points shall extend to a minimum of 500 m above the highest point on
the duct profile.
Grouting Equipment

24

Grouting equipment shall consist of a mixer, a storage reservoir and a pump with all
the necessary connection hoses, valves, measuring devices for water, dry
materials, admixtures and testing equipment.

25

The mixing equipment shall be capable of producing grout of homogenous


consistency and shall be capable of providing a continuous supply to the injection
equipment. The capacity of the equipment shall be such that each duct can be
filled and vented without interruption and at the required rate of injection.

26

The injection equipment shall be capable of continuous operation and shall include
a system for re-circulating the grout when grouting is not in progress.

27

The equipment shall provide a constant delivery pressure; it shall have a pressure
gauge and a pressure relief valve to prevent pressure gauge and a pressure relief
valve to prevent pressures exceeding 1 N/mm. All piping to the grout pump shall
have as few bends, valves and changes in diameter as possible, and shall
incorporate a sampling Tee with a locking-off valve.

28

The equipment shall be capable of maintaining pressure on completely grouted


ducts and shall be fitted with a valve that can be locked off without loss of pressure
in the duct.

29

During the grouting operation the Contractor shall provide adequate flushing-out
plant to facilitate complete removal of the grout in the event of a breakdown of the
grouting equipment or other disruption before the grouting operation has been
completed. The Contractor shall demonstrate that this equipment is in full working
order.

30

All equipment shall be kept free from build-up of adhering materials.


Batching and Mixing Grout

31

All materials shall be batched by mass except the mixing water and liquid
admixtures which may be batched by mass or by volume. Bagged materials shall

IA 12/13 C 057 ST
C2/S5/50
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

be weighed before use. The accuracy of batching shall be:


Description

% of specified quantity

(i)

Dry materials, cement and admixtures

2%

(ii)

Mixing water

1%

The total amount of mixing water shall include the water content of liquid
admixtures.
32

Depending upon environmental or material influence (e.g. temperature,


configuration of the tendon and properties of the materials used), the water/cement
ratio shall be kept as low as possible having regard to the required plastic
properties of the grout.

33

The maximum water/cement ratio shall be 0.40 for common grout unless specified
otherwise. For special grout, the maximum water/cement ratio shall be 0.35.

34

The material shall be mixed to produce a homogeneous grout and kept in slow
continuous agitation until pumped into the duct. Unless manufacturers specify
otherwise, water shall be added to the mixer first, followed by the dry materials
which may be added as a whole or in part in sequence until the total quantities are
added. The minimum mixing time determined from grouting trials shall be adhered
to.

35

The temperature of freshly mixed grout shall be between 5 C and 25 C. The


maximum temperature may be increased provided trials demonstrate that the grout
meets the requirements of Properties of Grout below.
Injecting Grout

36

A check shall be made to ensure that the ducts, vents, inlets and outlets are
capable of accepting injection of the grout. This check shall be achieved by blowing
through the system with dry, oil-free air and testing each vent in turn.

37

Any water in the ducts shall be removed before grouting operations commence.

38

Grouting of the ducts shall be carried out within 28 days of installation of the tendon
or as soon as is practicable thereafter, in which case additional measures shall be
taken to avoid corrosion of the prestressing steel. The Engineers written
agreement to commence grouting operations shall be obtained. Injection shall be
continuous and the rate of injection slow enough to avoid segregation of the grout.

39

Unless otherwise agreed by the Engineer, grout injection shall not result in more
than 10 m of duct being grouted per minute. For certain applications, where ducts
are outside the normal range of size (i.e. not multi-strand tendons in 80 mm - 125
mm ducts) this limit may be increased to 15 m of duct per minute.

40

The method of injecting grout shall ensure filling of the ducts and that the tendons
are surrounded by grout. Grout shall be allowed to flow from each vent and the
remote end of the duct until its fluidity is visually equivalent to that of the grout being
injected. In the event of disagreement, testing may be carried out in accordance
with Testing of Grout below.

IA 12/13 C 057 ST
C2/S5/51
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

41

Following this, a further 5 litres of grout at each vent, shall be vented into a clean
receptacle and then discarded. The opening shall be firmly closed. All vents shall
be closed in a similar manner one after another in the direction of the flow except
that at intermediate crests the vents immediately downstream shall be closed
before their associated crest vent.

42

The injection tubes shall then be sealed off under pressure with a pressure of 0.5
N/mm being maintained for at least one minute. Grout vents at high points shall be
reopened immediately after 1 minute, while the grout is still fluid. Any escape of air,
water or grout shall be recorded and reported immediately to the Engineer. A
further pumping of grout shall then be carried out to expel bleed water - and/or
entrapped air. This shall be carried out with the vents open one at a time
sequentially in the direction of grouting with a further 5 litres being released at each
vent.

43

The injection tubes shall then be sealed off under pressure, with a pressure of 0.5
N/mm being maintained for at least one minute.

44

The filled ducts shall not be subjected to shock or vibration or at least 24 hours from
the time of grouting.

45

When the grout has set, the grout vents shall be reopened and left open. The
Engineer may require all or some of the end caps to be removed to demonstrate
that they are satisfactorily filled with grout. End caps which have been removed
shall then be replaced and permanently sealed against ingress of contaminants,
such sealing to be proved to the Engineer.

46

If the method of demonstrating filling of the anchorage caps involves their removal,
a photographic record shall be made. The record shall clearly identify the individual
anchorages, and shall be included in the report to the Engineer.

47

If, in the opinion of the Engineer, there is doubt that the ducts or any part of the
system are not satisfactorily filled with grout, the Engineer may require
investigations to be carried out.

48

The Contractor shall keep full records of grouting for each duct in accordance with
the certification scheme requirements for the installation of post-tensioning
systems. Copies of these records shall be supplied to the Engineer within 24 hours
of completing grouting to each duct.

49

On completion of grouting, grout vents shall be positively sealed and water proofed
by a means separate from the concrete waterproofing.
Properties of Grout
The following criteria shall apply:

50

Fluidity: When tested by the method specified in Testing of Grout below, the fluidity
of the grout shall meet the criteria given in Table 18/1. Additionally, the fluidity (flow
cone passage time) at outlets shall not vary from that of the injected grout by more
than 20%.

IA 12/13 C 057 ST
C2/S5/52
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Table 18/1: Test Requirements for Fluidity of Grout


Test Method

Immediately after
mixing

At the end of the injection


period
subject
to
a
minimum of 30 minutes
after mixing*

At duct outlet

Cone

< 25 s
(see note)

< 25 s
(see note)

> 10 s

*Mixing time shall be measured from the time when all of the materials are in the mixer.
For pre-bagged grout the minimum time shall be 90 minutes.
NOTE: The mixer and these limits shall be subject to the approval of the Engineer.

51

Bleeding: When tested by the method referred to in paragraph 60 below the


bleeding for common grout shall be less than 2% of the initial volume of the grout
and the average of 4 successive results shall be less than 1%. The water shall be
reabsorbed by the grout during the 24 hours after mixing.
For special grout there shall be no bleeding.

52

Volume Change: The volume change assessed may be either an increase or


decrease. When tested in accordance with the method referred to in paragraph 60
below the volume change of common grout shall be within the range - 1% to + 5%.
For grouts containing expanding agents there shall be no decrease in volume. For
special grout the volume change shall be between zero and + 5%.

53

Strength: The compressive strength of 100 mm cubes made of the grout shall
exceed 27 N/mm at 7 days. Cubes shall be made, cured and tested in accordance
with BS 1881.

54

Sieve Test: The grout shall contain no lumps. This shall be verified by testing as
referred to in paragraph 60 below.

55

Sedimentation Test: When tested by the method referred to in paragraph 60 below


the grout shall not exhibit variation in density in excess of 10% within a single test
sample.
Testing of Grout

56

General: Suitability and acceptance tests for the properties of grout shall be
determined in accordance with the Concrete Society Technical Report 47 Durable
Bonded Post-Tensioned Concrete Bridges.
The testing requirements are
summarised in Table 18/2.
Table 18/2: Minimum Test Requirements for Grout
Suitability Testing
Fluidity

Sampled immediately after mixing, one test. Common


grout: after estimated time to grout duct or minimum of
30 min.
Special grout: after 90 min, two tests averaged in both
cases.

IA 12/13 C 057 ST
C2/S5/53
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

Bleed
Volume change
Sedimentation
Strength

Each sampled immediately after mixing, 3 tests averaged.

Acceptance Testing
Fluidity

Bleed
Volume
Strength
Sedimentation

Sampled immediately after mixing, one test from mixer.


After flow through duct, one test from each anchorage
outlet.
On completion, one test from the mixer.
Change

Two tests per day, one of which shall be from grout after
flow through duct, taken from end anchorage outlet, the
other from the mixer.
One test per day for common grout, or one test per prebagged supplied batch (by manufacturers reference
number); subject to a minimum of one test per continuous
grouting operation.

Admixtures
The following criteria shall apply:
57

General: Admixtures shall be used where required to achieve a low water/cement


ratio and impart good fluidity, minimum bleed and volume stability or expansion to
the grout to comply with paragraphs 54 to 59 above. For common grout admixtures
should be added on-site during the mixing process and used in accordance with the
manufacturers recommendations. For special grout the admixtures shall form a
pre-blended component.

58

Types: Admixtures are divided into two types, expanding and non-expanding and
they may be used to obtain the required grout performance. Admixtures used in
combination shall be checked for compatibility.

59

Chemical Composition: Admixtures shall not contain substances in quantities which


will adversely affect the grout or the corrosion protection of the prestressing steel.

60

Material Requirements: The admixture shall not segregate and shall be uniform in
colour. The composition shall not change and the supplier shall operate a quality
system complying with BS EN ISO 9001: 1994 or BS EN ISO 9002: 1994. The
quality system shall be certified by an accredited third party acceptable to the
Engineer.
Where appropriate, admixtures shall comply with BS EN 934-4. Other admixtures
shall be permitted provided they satisfy Clause 8 of BS EN 934-2 and full account is
taken of their effects on the finished product and their fitness for purpose. Data on
their suitability, including previous experience with such materials, shall be made
available and records of the details and performance of such materials shall be
maintained.
It should be noted that additional information beyond that required by Clause 8 of
BS EN 934-2 must be provided by the manufacturer for admixtures bearing CE
marking (see ZA.2.2 and ZA.3 of BS EN 934-2).

IA 12/13 C 057 ST
C2/S5/54
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 5: CONCRETE

61

Corrosion: Grout admixtures shall not cause the grout to promote corrosion of the
prestressing steel by rusting, pitting, stress corrosion or hydrogen embrittlement.

62

Dosage: The optimum dosage of any admixture shall be determined by trial mixes
with the cement to be used in the grout. This dosage shall be expressed as per
cent by mass of the cement. It shall be within the range recommended by the
supplier and shall not exceed 5% by mass of the cement. The method of
measuring dosage and checking weights of pre-packed dry materials shall comply
with section Batching and Mixing of Grout above.

END OF SECTION

IA 12/13 C 057 ST
C2/S5/55
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 1

GENERAL

1.4

MATERIALS TESTING

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Add new item 7 as follows:

The Contractor shall employ a suitably qualified Engineer whose prime function will
be to act as Materials Engineer to the approval of the Engineer.

1.6

TEMPORARY FENCING
Delete paragraphs 1 and 2 and substitute with the following:

Temporary fencing shall be appropriate to the usage of the adjoining land and
unless otherwise described on the Drawings shall be a post and six wire (strained)
fence, 1.2 m high subject to the approval of the Engineer.

As soon as the Contractor is placed in possession of any part of the Site he shall
immediately erect fencing on the Site boundaries. In places where permanent
fencing cannot be erected immediately or where none is required, the Contractor
shall erect, and when and where required re-erect and maintain, temporary fencing
and subsequently take down and remove as necessary.

IA 12/13 C 057 ST
C2/S6/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 3

EARTHWORKS

3.1.2

References

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Add a new Test 9 as follows:


Test 9

Determination of the soil pH value.

3.3

MATERIALS

3.3.3

Unsuitable Material
Delete paragraph (i) and substitute with the following:
(i)

Soil having more than 20% passing the 0.075 mm sieve.

Add a new paragraph (j) as follows:


(j)
3.3.5

PH of the soil shall be Min 7- Max 9.

Selected Fill
Delete paragraphs (a) and (b) and substitute with the following:
(a)

The material passing the 0.075 mm sieve shall be less than 20%.

(b)

The liquid limit shall not exceed 35% and the plasticity index shall not exceed
6%.

Add a new paragraph (d) as follows:


(d)
3.3.6

PH of the soil shall be Min 7- Max 9.

Water
Delete paragraph 1 and substitute with the following:

Potable or brackish water shall be used for all earthwork operations, except that only
potable water shall be used for compaction of backfill material within five metres
from all surfaces of a structure and for the backfill of all service trenches.

3.4

MAIN PLANT FOR EARTHWORKS

3.4.1

General
Delete paragraphs 3, 4 and 5 and substitute with the following:

The Contractor shall supply sufficient machinery to enable progress of the Works to
the agreed programme.

IA 12/13 C 057 ST
C2/S6/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

3.5

EXCAVATION GENERAL

3.5.1

Removal of Unsuitable Soil and Soft Spots


Delete paragraph 6 and substitute with the following:

Unsuitable excavated material shall be removed and carted away approved


dumping areas, after approval has been received from the relevant Authority and the
Engineer.
Delete paragraph 10 and substitute with the following:

10

3.5.2

The Contractor shall probe for voids, using a pattern of holes agreed with the
Engineer, beneath all underpasses, structural foundations and where limestone
materials are encountered. Where such voids are identified, the Contractor shall
submit to the Engineer his proposals for treatment.
Excavating High Level Areas
Delete paragraph 4 and substitute with the following:

In all excavations, the groundwater level shall be maintained at least 900mm below
the formation level.

3.6

FILLING GENERAL

3.6.4

Contractors Imported Fill


Paragraphs 1 to 9 inclusive shall be deleted and substitute with the following:

The Contractor shall source all fill material required for the Works.

It shall be the Contractor's responsibility to obtain all permits or permission and


make any payments that may be required in acquiring the borrow material.

It shall be the Contractor's responsibility to carry out all testing to ensure the
imported fill meets the specification.

The Contractors haul and traffic management arrangements shall be subject to


approval by the Engineer before commencement of the Works.

3.6.8

Work Over Sabkha


Delete Table 3.1 and substitute with the following:
Table 3.1
Definition of Type 1 & 2 backfill materials

IA 12/13 C 057 ST
C2/S6/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
Sieve Size (mm)
152.400
127.000
101.600
50.800
38.100
19.050
12.700
9.525
4.250
2.360
1.18
0.075

PROJECT SPECIFICATION
SECTION 6: ROADWORKS
Percentage Passing
Type 1
Type 2
100
100 85
90 75
65 45
55 35
35 20
100
25 10
95 100
20 5
70 100
0 55
0 10
03

3.7

STRUCTURE EXCAVATION AND FILLING

3.7.3

Dewatering
Delete paragraph 3 and substitute with the following:

The Contractors submitted drawings shall show the arrangement, location and
depths of the proposed dewatering system if required. A complete description of the
equipment and materials to be used and the procedure to be followed shall be
shown, together with the standby equipment, standby power supply, and the
proposed location or locations of points of discharge of water. The Contractor shall
be required to obtain written approval from the PWA for this discharge.

3.7.4

Excavation for Structures


Add new paragraph 9 as follows:

The Contractor may be required to undertake a pattern of rotary percussive probe


holes within the footprint of critical structures where there is considered to be a
hazard from voids within the rock mass beneath. Details shall be proposed by the
Contractor and agreed with the Engineer.

3.7.6

Cofferdams
Delete paragraph 5 and substitute with the following:

As an alternative to a cofferdam, the Contractor may propose a wellpoint dewatering


system, for approval by the Engineer, to keep structural excavation works dry. Such
proposal shall include, but not be limited to, sufficient calculations, sketches and
drawings, to justify the wellpoint positions and lengths in addition to pumping
capacity required. The use of a wellpoint dewatering system may not preclude the
use of support or shoring within the excavation to provide adequate stability and
safety to the satisfaction of the Engineer. Where well-point systems are proposed
the Contractor shall follow the requirements of Sub-Clause 3.7.3 of Section 6 Part 3.

IA 12/13 C 057 ST
C2/S6/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
3.7.7

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Backfill Adjacent to Structures


Delete paragraph 1 and substitute with the following:

EXW IAN 005 Excavation and Backfill for Highways Structures shall be referred to
for procedures relating to backfilling to highways structures. For all other structures,
this Clause 3.7.7 applies.

3.10

TESTING

3.10.1

General
Delete paragraph 1 and substitute with the following:

3.10.3

The Contractor shall be responsible for verifying adherence to the specification of


moisture content, compaction, thickness California Bearing Ratio and other
properties of the materials or workmanship, and shall supply this information to the
Engineer for approval before placement of subsequent layers.
California Bearing Ratio
Delete paragraphs 1, 2 and 3 and substitute with the following:
The soaked value of the California Bearing Ratio shall be determined on the top of
the specimen compacted statically at the optimum moisture content and 95% of the
maximum dry density after soaking for 4 days in accordance with CML 10-97. Both
values shall be reported and both shall comply with the minimum requirements
outlined in the most recent issue of the Qatar Construction Specifications.

3.10.4

Testing Levels and Evenness of the Formation


Delete paragraphs 1, 2 and 6 and substitute with the following:

The Contractor shall be responsible for verifying adherence to the specification of


levels, evenness and cross fall and shall supply this information to the Engineer for
approval before placement of subsequent layers.

The Contractor shall make available to the Engineer a four-metre straight-edge and
a crown template of sturdy and approved design and the necessary labour to carry
out audit checking as required.

These tests shall be taken at a minimum rate of one test per 100 m run and
additionally as directed by the Engineer. In the event of any failure, the Contractor
shall correct the unevenness of the surface and resubmit the area for approval by
the Engineer.

IA 12/13 C 057 ST
C2/S6/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Supplemental Clause to Section 6, Part 3


3.11

ADDITIONAL CLAUSES APPLICABLE TO HIGHWAY STRUCTURES

3.11.1

General

1.

These Specification Clauses shall apply to backfilled structures such as retaining


walls, trough structures, bridge abutments and cut & cover tunnels. They do not
apply to:
(i)

fill for reinforced earth structures, including associated drainage layers;

(ii)

fill for anchored earth structures including associated drainage layers.

(iii)

backfilling of utility excavations such as for trenches, manholes, chambers


etc.

2.

For integral bridges, there may be additional requirements for the properties of
backfill material to limit the settlement of backfill due to the effects of thermal
movements of the structure. These requirements are not specified herein.

3.

Any references to a superseded standard in Clause 3.11 shall be taken as a


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

4.

Except as noted in sub-Clause 6 below, excavation shall be profiled to a slope no


steeper than 1.0 horizontally to 1.0 vertically as shown in Figures 1 and 2.
Additionally, excavations shall be benched as necessary to achieve full compaction
of all of the backfill material.

5.

Except as noted in sub-Clause 6 below, backfilling material as specified in Clause


3.11.2 to walls shall form a wedge of material as illustrated in Figures 1 and 2.

6.

Excavations in rock may be benched to an angle steeper than 1 horizontal in 1


vertical, provided that the backfill material used is lean mix concrete with minimum
28 day strength of15kN/m2.

7.

Backfill material as specified in Clause 3.11.2 shall be placed on the roofs of buried
structures as illustrated in Figure 2.

8.

Waterproofing shall be protected from damage at all times during backfilling and
compaction operations.

9.

Backfilling and compaction shall be completed in layers in accordance with the


Qatar National Construction Standard (QCS).

IA 12/13 C 057 ST
C2/S6/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

IA 12/13 C 057 ST
C2/S6/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

3.11.2

Materials

1.

Except as noted in 3.11.1 (4) above, Type 1 or Type 2 material as specified below
shall be used as backfill to structures:
Type 1
Natural gravel, natural sand, crushed gravel, crushed rock, crushed concrete, slag,
well burnt colliery spoil or any combination thereof. None of these constituents shall
include any argillaceous rock. Recycled aggregate except recycled asphalt. Material
shall meet the requirements indicated in the table below in addition to any other
requirements of the QCS:
Material Properties Required for Acceptability (In Addition to other
Requirements in the Specifications)
Property
Defined and Tested Acceptable Limits Within:
Testing
Grading

Uniformity
coefficient

In Accordance with

Lower

Upper

Frequency

BS 1377: Part 2
(On-site)

See 3.11.2(2)

See 3.11.2(2)

1 per 400
tonnes

BS EN 933-2
(Off-site)

See 3.11.2(3)

See 3.11.2(3)

1 per 400
tonnes

See 3.11.2 (4)

10

1 per 400
tonnes

40

Weekly

Los Angeles See 3.11.2 (5)


coefficient
Type 2

Natural gravel, natural sand, crushed gravel, crushed rock, crushed concrete, slag,
chalk, well burnt colliery spoil or any combination thereof. None of these constituents
shall include any argillaceous rock. Recycled aggregate except recycled asphalt.
Material shall meet the requirements indicated in the table below in addition to any
other requirements of the QCS:
Material Properties Required for Acceptability (In Addition to other
Requirements in the Specifications)
Property
Defined and Tested Acceptable Limits Within:
Testing
Grading

Uniformity
coefficient

In Accordance with

Lower

Upper

Frequency

BS 1377: Part 2
(On-site)

See 3.11.2(2)

See 3.11.2(2)

1 per 400
tonnes

BS EN 933-2
(Off-site)

See 3.11.2(3)

See 3.11.2(3)

1 per 400
tonnes

See 3.11.2 (4)

10

1 per 400
tonnes

40

Weekly

Los Angeles See 3.11.2 (5)


coefficient

IA 12/13 C 057 ST
C2/S6/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
2.

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Grading requirement to BS 1377 : Part 2 (On-site)


% by Mass Passing Sieve Size Shown
Size (mm) BS Series
125

3.

90

75
100

Size (microns)
BS Series
37.5 28 20 14 10 6.3 5 3.25 2 1.18 600 300 150

63
<15

Grading requirement to BS EN 933-2 (Off-site)


% by Mass Passing Sieve Size Shown
Size (mm) BS Series
125

4.

80
100

63

40

31.5

20

16

10

6.3

Size (microns)
BS Series
500 250 150

63
<15

Uniformity coefficient is defined as the ratio of the particle diameters D60 to D10 on
the particle-size distribution curve, where:
D60 = particle diameter at which 60% of the soil by weight is finer;
D10 = particle diameter at which 10% of the soil by weight is finer.

5.

Los Angeles and Other Tests for Particle Soundness


Resistance to Fragmentation Los Angeles Coefficient (LA)
The Value of Los Angeles coefficient shall be determined in accordance with BS EN
1097-2

3.11.3

Compaction

The Contractor shall compact the backfill, in compliance with the Qatar National
Construction Standard, as supplemented/amended below.

The Contractor shall at least 7 days before commencement of end-product


compaction make available the following to the Engineer:
(i)

the values of maximum dry density and the optimum moisture content
obtained in accordance with BS 1377 : Part 4 using the 2.5 kg rammer
method or vibrating hammer method as appropriate for each of the fills he
intends to use which meet the requirements of the permitted material;

(ii)

a graph of density plotted against moisture content from which each of the
values in (i) above of maximum dry density and optimum moisture content
were determined.

Once the information contained in sub-Clause 2 of this Clause has been made
available to the Engineer it shall form the basis for compaction.

Fill shall have a field dry density, measured in accordance with sub-Clause 5 of this
Clause, equal to or greater than end product 98% of maximum dry density of BS
1377 : Part 4(vibrating hammer method) of the maximum dry density for the relevant

IA 12/13 C 057 ST
C2/S6/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

material previously made available to the Engineer in accordance with sub-Clause 2


above.
5

The field dry density referred to in sub-Clause 4 of this Clause shall be measured in
accordance with BS 1377: Part 9, except that nuclear methods shall only be used
where required or permitted in the Specification. Where nuclear methods are used,
the gauge shall be calibrated in accordance with BS 1377: Part 9.

Where fill to structures is required to the same level on more than one side of a
structural element or buried structure, it shall be maintained at heights not differing
by more than 250 mm after compaction on opposing sides of the structural element
as filling proceeds, unless otherwise permitted by the Engineer. Finished levels shall
be as shown on the drawings.

The Contractor shall restrict compaction plant used on fill to structures, within 2 m of
a structure, to the following items as
(i)

vibratory roller having a mass per metre width of roll not exceeding 1,300 kg
with a total mass not exceeding 1,000 kg;

(ii)

vibrating plate compactor having a mass not exceeding 1,000 kg;

(iii)

vibro-tamper having a mass not exceeding 75 kg.

The compacted level of the fill within this zone shall not differ during construction
from the compacted level of the remainder of the adjoining fill to structures by more
than 250mm.
8

Backfill material shall be shown, by means of a trial utilizing not less than 20m of
the material, deposited and compacted in accordance with sub-Clause 3 above, to
be stable in the opinion of the Engineer, when it is trimmed to a slope of 1 vertical to
1.5 horizontal.

IA 12/13 C 057 ST
C2/S6/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 4

UNBOUND PAVEMENT MATERIALS

4.1

GENERAL

4.1.1

Scope

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Add new paragraph 3 as follows:


3

Materials: The materials included by the specification are:


a)

Crushed Rock/Crushed Gravel subbase and

b)

Crushed Rock/Crushed Gravel Road base

4.2

MATERIALS

4.2.4

Fine Aggregate
Delete paragraph 4 and substitute with the following:

For Base and Subbase, the material passing the 0.425 mm sieve shall have a
maximum liquid limit of 25% and the plasticity index shall not exceed 6%.
Delete paragraph 6 and substitute with the following:

The aggregate bases shall have a minimum sand equivalent value of 40 and the
aggregate subbase shall have a minimum sand equivalent of 30, as determined by
ASTM D2419.

4.2.5

Coarse / Combined Aggregate


Delete paragraph 3 and 6 and substitute with the following:

The Los Angeles Abrasion Loss, as determined by ASTM C131/C535, shall be 30%
maximum.

The minimum CBR value obtained when preparing samples of aggregate base and
aggregate subbase at optimum moisture content and at 100% relative compaction
and soaking them for 4 days shall be 80% and 60% respectively. The maximum
permitted swell shall be 0.5% and 1.0% respectively.

4.4

MIX DESIGNS TITLE TO BE REPLACED WITH: ROAD BASE AND SUBBASE MATERIAL
Delete paragraph 6 and substitute with the following:

Aggregate gradation shall conform to the gradation as follows:

IA 12/13 C 057 ST
C2/S6/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
(a)

Road Base
BS Sieve Size (mm)
63
50
37.5
25
20
10
5
2.36
0.425
0.075

(b)

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Percentage Passing
100
70-100
55-85
50-80
40-70
30-60
20-50
10-30
5-15

Road Subbase
Percentage Passing Note
Class A (Heavy Traffic)
Class B (Low CBR)
63
100
50
90-100
37.5
100
60-90
25
70-90
42-77
20
60-90
35-70
10
45-75
25-60
5
35-65
15-40
2.36
25-50
10-26
0.425
15-30
5-15
0.075
0-15
2-9
Note: the selection of subbase class is dependent on the subgrade CBR value
and traffic level.
BS Sieve Size (mm)

4.6

SPREADING AND COMPACTION


Delete paragraph 10 and substitute with the following:

10

Material shall spread to a thickness that would result in layers not more than 150mm
thick after compaction. Where the finished compacted thickness exceeds 150mm,
placing shall be executed in composite layers, each layer not exceeding 150mm. At
the approval of the Engineer, 170mm in compacted thickness may be allowable if
the contractor can demonstrate that compaction and compaction testing can be
achieved.

IA 12/13 C 057 ST
C2/S6/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 5

ASPHALT WORKS

5.1

GENERAL

5.1.2

References

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Add new tests for Performance Graded (PG) Asphalt and Polymer Modified Bitumen
(PMB) as follows:

5.1.4

AASHTO M 320

Performance-Graded Asphalt Binder

AASHTO M 323

Superpave Volumetric Mix Design

AASHTO R 28

Accelerated Aging of Asphalt Binder Using a Pressurized


Aging Vessel (PAV)

AASHTO R 29

Grading or Verifying the Performance Grade (PG) of an


Asphalt Binder

AASHTO R 35

Superpave Volumetric Design for Hot-Mix Asphalt (HMA)

AASHTO T 40

Sampling Bituminous Materials

AASHTO T 44

Solubility of Bituminous Materials

AASHTO T 48

Flash and Fire Points by Cleveland Open Cup

AASHTO T 55

Water in Petroleum Products and Bituminous Materials by


Distillation

AASHTO T 240

Effect of Heat and Air on a Moving Film of Asphalt Binder


(Rolling Thin-Film Oven Test)

AASHTO T 313

Determining the Flexural Creep Stiffness of Asphalt Binder


Using the Bending Beam Rheometer (BBR)

AASHTO T 314

Determining the Fracture Properties of Asphalt Binder in


Direct Tension (DT)

Quality Assurance
Insert new paragraphs 5 to 15 as follows:

Bituminous paving courses shall consist of coarse aggregate, fine aggregate, filler
material, and bitumen binder. Mixture of two different types of rocks, e.g. igneous
and sedimentary having different specific gravities in a single fraction shall not be
permitted.

The Contractor shall provide the Engineer with a complete report on the origin and
composition of all stone and/or gravel aggregates to be used in the work (Aggregate
Resources Report) within thirty (30) days prior to the scheduled beginning of the
crushing and screening operations. All materials shall comply with the specified
requirements for the various aggregates.
The Contractor shall provide petro graphic analysis including x-ray diffraction of clay
minerals conducted by a competent independent testing laboratory which shall
include reports on the suitability of the proposed materials for their use in concrete
and asphaltic mixes.

IA 12/13 C 057 ST
C2/S6/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The source and manufacture of the aggregates, which shall meet the requirements
of the specification, is the responsibility of the Contractor. It is also the Contractors
sole responsibility to manufacture and haul such aggregates at the rates and in the
quantities required to complete the work within the specified contract period.

Delivery of materials produced from commercial manufacturing process shall be


accompanied by the manufacturers certification and test reports showing the
materials comply with the specification for which it is stipulated.

All sources of aggregates shall be approved by the Engineer prior to the processing
of material from such sources. An individual source of aggregate is deemed to be a
particular location within a quarry or borrow pit where material of a constant specific
gravity is obtained (with possible variation due to minor changes in characteristics of
rock).

10

During the execution of the Works variation in the specific gravity of any individual
fraction of aggregates used in the asphaltic mixes by more than 0.020 may be a
cause for rejection of mix design in which case the Engineer may ask the Contractor
for a new mix design.

11

The test certificate obtained by the Contractor or tests performed by the Contractor
at his expense are intended to assist him in his estimate of the location, extent and
quantities which will comply with the specification, when properly processed, and will
no way obviate the need for future testing by the Engineer.

12

Only material from approved sources shall be processed for incorporation into the
work. Approval of specific sources of materials shall not be considered as final
approval and acceptance of materials from such sources. The presence of
weathered materials discovered in the quarry areas shall be a cause of rejection of
the source of materials.

13

After having received approval of specific sources of material the Contractor cannot
change these without prior written approval of the Engineer.

14

All processed materials shall be tested and approved before being stored on the Site
or incorporated in the Works and may be inspected and tested at any time during
the progress of their preparation and use. Questionable materials, pending
laboratory testing subsequent approval shall not be unloaded and incorporated with
materials previously approved and accepted.

15

If the grading and quality of the material delivered to the Site does not conform to
the grading and quality as previously inspected and tested, or does not comply with
the specifications the Engineer reserves the right to reject such material at the Site
of the work.

5.2

MATERIALS

5.2.1

Fine Aggregate
Delete paragraph 1 and substitute with the following:

Fine aggregate is that portion of the mineral aggregate passing the 4.76mm BS
Sieve.

IA 12/13 C 057 ST
C2/S6/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Delete paragraph 2 and substitute with the following:


2

Fine aggregate shall consist of crushed hard durable rock and shall be of such
gradation that when combined with other aggregates in proper proportions, the
resultant mixture will meet the required gradation. The use of wadi, beach or dune
sand for asphalt works is not permitted. Fine aggregate including filler shall be
obtained from 100% crushed gravel or crushed rock pre-screened to exclude natural
uncrushed fine material or weathered unsound fines.
Delete paragraph 6 and substitute with the following:

Individual stockpiles of crushed fine aggregate shall have a sand equivalent of not
less than 45 for base course and not less than 55 for intermediate and wearing
course.
Delete paragraph 7 and substitute with the following:

The loss by the magnesium sulphate soundness test, as determined by ASTM C 88,
shall be a maximum of 14% for base course and 12% for intermediate and wearing
course.
Add new paragraph 12 as follows:

12

Should a change in a material be encountered or should a change in a source of


material be made a new job-standard mix shall be submitted by the Contractor and
approved by the Engineer before the mix containing the new material is delivered.
Job materials will be rejected if they are found not to have the characteristics
required by the approved job Standard Mix.

5.2.2

Coarse Aggregate
Delete paragraph 1 and substitute with the following:

Coarse aggregate is that portion of the mineral aggregate retained on the 4.76mm
BS Sieve. Coarse aggregate shall consist of crushed natural stones and gravel.
Crushed particles shall be cubic and angular in shape and shall not be thin, flaky or
elongated. The gradation shall be such that when combined with other aggregate
fraction in proper proportions, the resultant mixture will meet the required gradation.
Coarse aggregates shall be of uniform quality and free from decomposed stone,
shale, etc. Specific Gravity of individual fraction (size) of approved aggregates shall
not vary by more than 1%.
Delete paragraph 4 and substitute with the following:

4.

The loss by the magnesium sulphate soundness test, as determined by ASTM C 88,
shall be a maximum of 12% for base course and 10% for intermediate and wearing
course.

5.2.4

Bitumen
Delete all paragraphs and substitute with the following:

IA 12/13 C 057 ST
C2/S6/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The bitumen specified for use in the asphalt mixes shall meet the requirements of
AASHTO MP 19 and equivalent ASTM, EN and BS International Standards and Test
methods.

The bitumen shall only be obtained from approved sources.

The bitumen shall be prepared by the refining of petroleum. It shall be uniform in


character and shall not foam when heated to 175C.

Blending of bitumen materials from different refineries will be permitted only with the
written approval of the Engineer.

When bitumen grades PG76-10 H, V, or E are specified, the bitumen will be required
to meet the requirements of TP 70- Figure 2.1 Passing % recovery.

The Bitumen Grade PG 76-10 shall conform to the requirements listed in Table 5.4.
Table 5.4: Bitumen PG76-10 H, V, and E specifications
Test

Standard a
AASHTO
ASTM

Original Binder
Average 7 days maximum pavement
design temperature, (oC)
Minimum pavement design temperature,
(oC)
Flash Point Temperature, Minimum (oC)b
T48
Viscosity, Maximum, 3 Pa.a, Test
T316c
Temperature (oC)b
Dynamic Shear, G*/sin, Minimum, 1.00
T315d
e
o
kPa Test Temperature ( C) at 10 rad/s

Specification

< 76
>-10
-

230
135
76

Rolling Thin Film Oven ( T240) or Rolling Thin Film Oven (T179)
Mass Loss, Maximum, Percentf
MSCR,
TP70
Standard Traffic S Grade
Jnr3.2,max 4.0 kPa-1
Jnr3.2,max 75%
Test temperature, oC
MSCR,
TP70
Heavy Traffic H Grade
Jnr3.2,max 2.0 kPa-1
Jnr3.2,max 75%
Test temperature, oC
MSCR,
TP70
Very Heavy Traffic V Grade
Jnr3.2,max 1.0 kPa-1
Jnr3.2,max 75%
Test temperature, oC
MSCR,
TP70
Extreme Traffic E Grade
Jnr3.2,max 0.50 kPa-1
Jnr3.2,max 75%
Test temperature, oC
IA 12/13 C 057 ST
C2/S6/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

1%
76

76

76

76

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Pressurized Aging Vessel Residue (R28)


PAV Aging Temperature (oC)g
Dynamic Shear,
T315
S Grade,
G*/sin, Minimum, 5000 kPae
Test Temperature (oC) at 10 rad/s
Dynamic Shear,
T315
H , V , E Grades,
G*/sin, Minimum, 5000 kPae
Test Temperature (oC) at 10 rad/s
Physical Hardening Report
Creep Stiffness, Stiffness , S, Maximum,
T313
300.0 MPa at 60 seconds m-value,
Minimum, 0.300 at 60 seconds Test
Temperature (oC)h
Direct Tension, Failure Strain, Minimum,
T314
1.0% (loading rate of 1.0 mm/min), Test
Temperature (oC)

110
37

37

MSCR testing on RTFO residue should be performed at the PG grade based on the environmental high
pavement temperature. Grade bumping is accomplished by requiring a lower Jnr value while testing at the
environmental temperature.

Pavement temperatures are estimated from air temperatures using an algorithm contained in the LTPP
Bind program, may be provided by the specifying agency, or by following the procedures as outlined in M
323 and R 35, excluding the provisions for grade bumping.

This requirement may be waived at the discretion of the specifying agency if the supplier warrants that the
asphalt binder can be adequately pumped and mixed at temperatures that meet all applicable safety
standards.

For quality control of unmodified asphalt binder production, measurement of the viscosity of the original
asphalt binder may be used to supplement dynamic shear measurements of G*/sin at test temperatures
where the asphalt is a Newtonian fluid.

G*/sin = high temperature stiffness and G* sin = intermediate temperature stiffness.

The mass change shall be less than 1.00 percent for either a positive (mass gain) or a negative (mass
loss) change.

The PAV aging temperature is based on simulated climatic conditions and is one of three temperatures,
90C, 100C, or 110C. Normally the PAV aging temperature is 100C for PG 58-xx and above. However,
in desert climates, the PAV aging temperature for PG 70-xx and above may be specified as 110C.

If the creep stiffness is below 300 MPa, the direct tension test is not required. If the creep stiffness is
between 300 and 600 MPa, the direct tension failure strain requirement can be used in lieu of the creep
stiffness requirement. The m-value requirement must be satisfied in both cases.

The contractor shall submit samples of the bitumen and PMB that he proposes to
use in the work together with a statement as to its source and properties approved
by the Engineer at least 45 days before the asphalt works begins.

The PG binder shall show no separation upon mixing with the modifier either when
the binder is blended by the method of injection into the asphalt line/mixer or when
the binder is blended on site in continuously agitated tanks.

As the performance graded bitumen containing polymer modifiers is susceptible to


separation of the modifier, the contractor shall ensure proper circulation or agitation
in storage if separation of the modifier is suspected.

IA 12/13 C 057 ST
C2/S6/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

10

The PMB shall provide high cohesion when combined with mineral aggregate and
shall offer good elastic recovery after relief.

11

PG binder or polymer modifier supplier instructions with regard to the recommended


application and storage shall be carefully followed.

12

When the Bitumen or PMB is transported in bulk tankers or in drums, the bulk
tankers must have good heating and circulation systems and shall have good
functional insulation that can maintain the same temperature. No drop in
temperature exceeding 10 C /day shall be allowed.

5.3

PLANT GENERALLY
Delete paragraph 3 and substitute with the following:

On first erecting a batching plant and at least once every three months thereafter,
the plant shall be calibrated by a calibration service organisation approved by the
Central Materials Laboratory.

5.4

ASPHALT MIXING PLANT

5.4.2

Automatic Operation
Delete paragraph 3 and substitute as follows:

The use of manual and semi-automatic plants for the production of asphalt is not
permitted unless specific approval is given in writing by the Engineer. Plant shall be
required to be equipped with the facilities to provide computer printout indicating the
quantity of materials used in batch against target setting the hot bin fractions,
bitumen content, mixing time and cycle, date and time of production, mix type, total
production in a given day. The above printout is to be provided to the Engineer for
each production day.

5.4.3

Cold Bins System


Delete paragraph 3 and substitute with the following:

The cold bins and loading equipment used shall be compatible to prevent overflow
between the bins. Baffle plates shall also be used between bins to prevent overflow
of one bin into another. Each cold bin shall include an accurate means for
continuously feeding the required amount of mineral aggregate so that uniform
production is achieved. The settings on the cold bins shall not be altered from the
correct calibrated settings without the approval of the Engineer.

5.4.4

Filler Additive System


Delete paragraph 5 and substitute with the following:

When filler is added as a slurry, a minimum of two slurry chambers will be provided.
One chamber will be used for proportioning the filler and water into slurry
consistency. The second slurry chamber shall contain the mixed slurry and shall be
provided with an accurate metering device with well-defined settings to enable easy
checking, setting and calibration. Both chambers shall be equipped with continuous

IA 12/13 C 057 ST
C2/S6/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

mixing paddles or recirculation pumps in order to prevent the slurry mixture from
separating.
5.4.6

Dust Collector
Delete paragraph 1 and substitute with the following:

The plant shall be provided with a dust collector designed to waste, or to return in a
constant and uniform flow to the hot elevator, all or part of the material collected.
Before permitting the return of such collected dust, the Contractor will examine its
characteristics in relation to the mix requirements and will designate the quantity to
be returned. Dust return shall not be permitted without the approval of the Engineer.
Add new paragraph 3 as follows:

All plants used for preparation of bituminous mixtures shall consist of an effective
filter system to prevent the escape of dust, smoke and any other pollutant to the
atmosphere.

5.4.14

Safety Requirements
Delete paragraph 1 and substitute with the following:

Adequate and safe stairways to the mixer platform and guarded ladders to other
plant units shall be placed at all points required for accessibility to all plant
operations. Accessibility to the top of truck bodies shall be provided by means of a
platform or other suitable device to enable the Contractor to obtain mixture
temperature data. To facilitate handling scale calibration equipment and sampling
equipment, a hoist or pulley system shall be provided to raise or lower the
equipment from the ground to platform or vice versa. All gears, pulleys, chains,
sprockets and other dangerous moving parts shall be thoroughly guarded and
protected. Ample and unobstructed passage shall be maintained at all times in and
around the truck loading space. This space shall be kept free from drippings from
the mixing platform.

5.4.16

Scales or Meters
Delete paragraph 1 and substitute with the following:

All scales and meters shall be calibrated as detailed in Sub-Clause 5.3 of this Part.
Production shall not be permitted if the weight batch calibration fails.

5.5

HAULING EQUIPMENT
Delete paragraphs 3 and 5 and substitute with the following:

Any truck causing excessive segregation of material by its spring suspension or


other contributing factors, or that shows oil leaks in detrimental amounts, or that
causes undue delays, shall be removed from the work until such faults are
corrected.

The Contractor shall provide an adequate number of trucks of such size, speed and
condition to ensure orderly and continuous progress of the work.

IA 12/13 C 057 ST
C2/S6/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
5.6

OTHER PLANT

5.6.1

Spreading and Finishing Equipment

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Delete paragraphs 2 and 3 and substitute with the following:


2

The pavers shall be self-propelled and equipped with hoppers and distributing
screws of the reversing type to place the mixture uniformly in front of adjustable
electronic controlled screeds. The pavers shall be so designed to allow a minimum
paving width of 2 m and must be capable of paving at least the width of a lane.
Paving in widths less than the width of a lane shall require the approval of the
Engineer. Tracked pavers shall be used for major roads and tyred pavers shall be
used for tight junctions and minor roads.

Pavers shall be equipped with such provisions and attachments to suit paving widths
specified for road widening as well to as to suit paving on sloped sections. They
shall be equipped with fast and efficient steering devices and shall have reversed as
well as forward traveling speeds. The operational speed of the pavers shall be
adjustable from 3 to 6 m/min.

5.6.2

Rolling Equipment
Delete paragraph 3 and substitute with the following:

Pneumatic-tyred rollers shall be self-propelled. The rollers shall be equipped with


pneumatic-tyres of equal size and diameter which are capable of exerting varying
average contact pressure. Pneumatic-tyred rollers shall be in good condition and
with enough ballast space to provide uniform wheel loading as may be required.
The Contractor shall furnish to the Engineer charts or tabulations showing the
contact areas and contact pressures for the full range of tyre inflation pressures and
for the full range of tyre loading for each type and size compactor tyre furnished and
used in pneumatic-tyred rollers. The total operating weight and tyre pressure shall
be varied by the Contractor to obtain contact pressures which will result in the
required asphalt course density.

5.7

BITUMINOUS PAVING COURSES MIX DESIGN

5.7.1

Mix Design Criteria


Delete Recommended Compacted Layer Thickness Table outlined immediately
after Table 5.2, and substitute with the following:
Recommended Compacted Layer Thickness
Asphaltic
Asphaltic
Dense Bituminous
Concrete
Concrete
Macadam
Intermediate
Wearing
Wearing Course
Course
Course
(SC-TYPE 2)*
(IC-TYPE 1)
(SC-TYPE 1)
70mm-100mm
50mm-80mm
50mm-60mm
50mm-60mm
*The SC-TYPE 2 Wearing Course is coarser than SC-TYPE 1. It is more open
textured and it has more air voids in the mix than SC-TYPE 1. It is intended for
more heavily-trafficked roads/locations.
Asphaltic
Concrete
Base
Course
(BC-TYPE 1)

IA 12/13 C 057 ST
C2/S6/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
5.7.2

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Mix Design Procedure


Add new paragraph 4 as follows:

The job standard mix shall not be used until certification is issued by the Qatar
General Organization for Standards and Metrology (QGOSM). The assistance of the
Engineer or issuance of a certificate to the Contractor for the job standard mix by the
QGOM in no way relieves the Contractor of the responsibility of producing a
bituminous mix meeting the requirements of the Specification.

5.8.3

Survey and Preparation


Delete paragraph 2 and substitute with the following:

When an asphaltic concrete pavement course is to be placed on top of an existing


pavement, the Contractor shall determine the required treatment of the existing
pavement surface and submit his proposal to the Engineer for approval.
Delete paragraph 4 and substitute with the following:

The surface of kerbs, vertical faces of existing pavements and all structures in actual
contact with asphalt mixes shall be painted with a thin and complete coating of tack
coat to provide a closely bonded, watertight joint.

5.9

DELIVERY SPREADING AND FINISHING

5.9.1

Delivery of Mixes
Delete paragraphs 5 and 6 and substitute with the following:

The mixture at delivery to the paver shall be not more than 163 C and not less than
140 C. Material which has fallen below minimum temperature of 140 C before
discharge shall be rejected and immediately removed from site.
Delivery
temperature shall not exceed the maximum temperature specified for mixing at the
plant.

Should a significant proportion of the mixture delivered to the paver fail to meet this
requirement, or should cold lumps be found in the mixture, the paving operations
shall be suspended until measures are taken, to the approval of the Engineer, to
ensure compliance.

5.9.2

Spreading and Finishing


Delete paragraph 3 and substitute with the following:

The laid material shall be compacted as soon as rolling can be effected without
causing undue displacement and while the temperature does not fall below 135C.
Material still uncompacted and below this temperature shall be rejected.
Add new paragraphs 13, 14 and 15 as follows:

IA 12/13 C 057 ST
C2/S6/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

13

The Contractor shall plan the paving such that longitudinal joints occur on the line of
future lane markings wherever possible. Paving shall not be allowed in a greater
width than 4 m unless otherwise agreed by the Engineer.

14

Asphaltic concrete mixes, except levelling courses shall be laid at a uncompacted


thickness such that, after rolling the thickness of the compacted layer shall be:Base course
Intermediate course
Wearing course

:
:
:

Min. 7 cm
Min. 5 cm
Min. 5 cm

Max. 10 cm
Max. 8 cm
Max. 6 cm

15

The maximum thickness for layers may be increased slightly when such increase is
more adaptable to total pavement thickness and when in the opinion of the Engineer
it is not detrimental to placement and rolling conditions.

5.9.9

Finish Rolling
Delete paragraph 4 and substitute with the following:

After final rolling, the smoothness, levels, cross falls, density and thickness shall be
checked and any irregularity of the surface exceeding the specified limits and any
areas defective in texture, density or composition shall be corrected, including
removal and replacement of the lot in question if required.

5.9.10

Protection of Laid Courses


Delete paragraph 1 and substitute with the following:

The Contractor shall protect all sections of newly constructed pavement from traffic
until they have hardened sufficiently to the approval of the Engineer. In heavily
trafficked roads during the summer months a minimum period of 7 days must elapse
before the newly compacted pavement is opened to traffic. In no case shall traffic
be permitted less than 48 hours after completion of asphaltic course unless a shorter
period is authorised by the Engineer.

5.11

SAMPLING TESTING AND ACCEPTANCE

5.11.1

General
Delete paragraph 1 and substitute with the following:

Each completed asphalt concrete course shall be tested by the Contractor on a lot
basis. The Contractor shall submit a testing plan to the Engineer for approval that
demonstrates how he shall prove compliance with the requirements for compaction,
mix composition, level, evenness and all other requirements of this Section 6. Each
lot shall be approved by the Engineer before placing any subsequent asphalt
concrete course. In cases where the asphalt course is laid in more than one lift,
each lift shall be tested and approved in accordance with the following requirements
before placing the subsequent asphalt concrete lift.

5.11.2

Sampling
Delete paragraphs 1 and substitute with the following:

IA 12/13 C 057 ST
C2/S6/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The Contractor shall cut and test samples from each completed asphalt course
during the progress of the work and before final acceptance. The Engineer may
determine the location of the sample. The test results of each lot demonstrating
compliance or otherwise with this specification shall be submitted to the Engineer.
Add new paragraphs 6, 7 and 8 as follows:

The Contractor shall provide a sample pair of cores to the Engineer at a rate of not
less than 1 per lot for audit testing, unless otherwise instructed by the Engineer.

The size of a lot shall be as defined by the Contractors quality system, but shall not
be greater than 300 m run of road or 1500 m, whichever is less. The locations of
the samples shall be randomly generated however at least one set of samples per
lot shall be at joints as defined in QCS Section 6, Part 5, Clause 5.11.2, paragraph
2.

Two copies of the density results and related air voids results shall be submitted to
the Engineer within 24 hours of compaction of the lot.

5.11.3

Compaction
Delete paragraph 2 and substitute with the following:

The density of the compacted mixes shall be related to the daily Marshall Density,
which shall be determined by making four standard Marshall Specimens from
samples of the mix taken from the mixing plant or paver (provided compacting
temperature is retained). The density of each sample shall be determined and
compared with mean value. Any individual result which varies from the mean by
more than 0.015 gm/cc shall be rejected. Marshall Tests shall be repeated on a daily
basis to establish the daily Marshall Density for that particular days production. The
daily Marshall Density shall not vary from the job mix Design Density by more than
0.75%.
The field density, as determined from each core sample, shall be a minimum of 98%
of daily Marshall Density for the wearing and intermediate courses and a minimum
of 97% for the base course.
Add new paragraph 4 as follows:

Should any bituminous course fail to achieve the specified compaction, at the
discretion of the Engineer re-rolling may be allowed subject to the following
conditions:
(a)

Compaction to be achieved shall be 1% or less.

(b)

Only PTRs to be used weighing no greater than 18 tons.

(c)

Re-rolling to take place within 72 hours from the time of the initial rolling of
the asphalt.

(d)

Re-rolling to take place at the time of the day when the asphalt has attained
its maximum natural temperature.

(e)

Re-rolling to be applied for a maximum of two hours.

IA 12/13 C 057 ST
C2/S6/23
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

5.11.5

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

(f)

Re-rolling to be carried out in the presence of the Engineers Representative.

(g)

The section of the Works in question shall be cored for density determination
immediately after the completion of re-rolling.

(h)

If after re-testing, the compaction achieved is 0.5% below the specified


compaction, the asphaltic material will be accepted in the Works subjected to
a reduction to the billed rates. If, on the other hand, compaction is not
achieved within 0.5% of specified compaction, the asphaltic material shall be
removed and new material to the specification laid at the Contractors cost.

Thickness and Level


Delete paragraph 2 and substitute with the following:

In addition, the variations in the falls to cross sections of the road shall not vary from
the required value by more than 0.15%.
Delete paragraph 4 and substitute with the following:

If the core so taken is not deficient by more than five (5) millimetres from the
specified thickness (individual layer), full payment will be made. If the core is
deficient in thickness by more than five (5) millimetres, from the specified thickness
of individual layer, two (2) additional cores shall be taken from the area represented
and if the average of the three (3) cores is not deficient by more than five (5)
millimetres from the specified thickness of respective layer, full payment will be
made. If the average thickness of three (3) cores is deficient by more than
five (5) millimetres, but not more than ten (10) millimetres, or fifteen (15) per cent
(whichever is less) from the specified thickness of total asphaltic pavement, an
adjusted unit price as provided in the bill of quantities will be paid for the area
represented by these cores.
In calculating the average thickness of each bituminous paving course,
measurements, which are in excess of the specified thickness by more than five (5)
millimetres will be considered as the specified thickness plus five (5) millimetres, the
measurements which are less than specified thickness by more than ten (10)
millimetres or fifteen (15) per cent (whichever is less for total thickness), will not be
included in the average.
When the measurement of any core is less than specified thickness by more than
five (5) millimetres, or fifteen per cent (whichever is less), the actual thickness of the
bituminous paving course in this area will be determined by taking additional cores
at not less than three (3) metre intervals parallel to the centre-line in each direction
from the affected location until, in each direction, a core is found which is not
deficient by more than five (5) millimetres, or fifteen (15) per cent (whichever is less).
Asphalt areas which are deficient by more than ten (10) mm or 15% (whichever is
less for total pavement thickness) shall be removed and replaced at the
Contractors expense. Exploratory cores for deficient thickness may be used
average for adjusted unit price.
Paved cross-section as shown on the Drawings and shall not vary by 6 mm for
base course and 4 mm for intermediate and wearing course from the required
elevation.

IA 12/13 C 057 ST
C2/S6/24
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
5.11.6

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Evenness of Surface (Surface Roughness)


Delete all paragraphs and substitute with the following:

a-

Minor Roads & all other pavement layers except wearing course of major
roads

The Engineer shall test the evenness of surface for each course of various asphalt
paving courses and other pavement layers to determine compliance.

The Contractor shall put at the disposal of the Engineer a 3 m long straightedge and
a crown template of sturdy and approved design and enough labour to assist in the
checking operations.

Any layer containing deviations or variations exceeding the tolerances specified here
shall be corrected or removed and replaced in accordance with the instructions of
the Engineer and to his satisfaction.

The longitudinal regularity of the surface of various pavement layers shall be within
the relevant limits given in Table 5.3.
Table 5.3: Irregularity requirements for asphalt courses of
minor roads and other pavement layers
AC Wearing Course
Minor Roads only

Irregularity

4mm

of AC Intermediate and AC Base


Course of Minor roads, CBM,
Base and Subbase layers

7mm

4mm

7mm

Length (m)

300

75

300

75

300

75

300

75

Number of
Irregularities

20

40

18

Any irregularity is a variation of not less than 4 mm or 7 mm of the profile of the road
surface as measured by a rolling straight edge. No irregularity exceeding 10 mm
shall be permitted.

Compliance with Table 5.3 above shall be tested with a rolling straight edge along
any line or lines parallel to the centre line of the pavement on sections of 300 m
selected by the Engineer, whether or not it is constructed in shorter lengths.
Sections shorter than 300 m forming part of a longer pavement shall be assessed
using the number of irregularities for a 300 m length prorated to the nearest whole
number. Where the total length of pavement is less than 300 m the measurements
shall be taken in 75 m lengths.

IA 12/13 C 057 ST
C2/S6/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Pavements shall also be measured transversely for irregularities at points


decided by the Engineer by a 3 m long straight edge placed at right angles to the
centre line of the road. The maximum allowable differences between the pavement
surface and the straight edge shall be 3 mm.

b-

Major Roads - Freeways, Expressways and Arterials


The rideability (Roughness) of the finished wearing course when tested with a Laser
Road Surface Testing Machine shall have an IRI (International Roughness Index)
not exceeding the following values:
y

New Construction
-

Average value over a 400 metre section < 0.90 m/km.

Pavement Rehabilitation
-

One layer of asphalt:


o

Average value over a 400 metre section < 1.05 m/km

Two layers or more of asphalt


o

Average value over a 400 metre section < 1.0 m/km

Peak individual value over a 25 metre section shall be < 1.5 m/km (Not more
than 2 values per 400 metres) - New construction and Pavement rehabilitation.

The amplitude of the longitudinal profile of the road, filtered between (a) 1 metre
and 3.3 metres and (b) 3.3 metres and 13 metres shall not exceed the following
values:
Filtering Length (m)

Amplitude Tolerance (mm)

1 to 3.3

1.8

3.3 to 13

4.0

All humps and depressions exceeding the specified tolerance shall be corrected
by removing the defective work and replacing it with new material as directed by
the Engineer at the Contractors cost.

The minimum length of any pavement section to be tested shall be 500m.

Directional ramps on bridges or interchanges and tunnels of minimum length of


500m and with widely spaced joints of more than 25m should be tested, unless
otherwise instructed by the Engineer, and shall have an IRI (International
Roughness Index) not exceeding the following values:

Flexible Pavement: Average value over a 400 metre section < 0.90 m/km

Rigid Pavement: Average value over a 400 metre section < 1.20 m/km

Individual roughness readings at joints in rigid pavement shall be excluded


during processing of the roughness data and shall be ignored in the analysis.

IA 12/13 C 057 ST
C2/S6/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Pavement within 20m of Bridge decks or railroad crossings shall be also


excluded.

c-

Ramps, acceleration and deceleration lanes, loops, U Turn lanes, shoulders,


service roads, sides street tie-ins, parking areas and other links (with a length
less than the minimum length specified or those constructed of closely spaced
joints shall be excluded.

The roughness measurements shall be undertaken at minimum 1 week before


opening to the traffic

The minimum length of the rectification work undertaken shall be 100m.

All rectified segments shall be re-tested following the completion of rectification


work at no additional cost to the client.

Roughness Pay Factors


IRI (m/km)

% Deduction/Bonus of the Finished Surface


Wearing Course

<0.0

+2%

0.01< IRI <0.05

No Penalties

0.05< IRI <0.10

-3%

0.10< IRI <0.20

-4%

0.20< IRI <0.60

-6%

IRI >0.61

Removal and Rectification

Surface tolerance for Bituminous Courses


At final compaction, the finished surfaces of the individual layers shall fall within the
following maximum tolerances, measured with a 3m straightedge laid in any
direction

5.12

PRIME COAT

5.12.2

Materials

Surface Layer

Finished Surface Tolerance


(mm)

Base Course

Binder Course

Wearing Course

Delete paragraphs 2 and 3 and substitute with the following:

IA 12/13 C 057 ST
C2/S6/27
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The application rate shall be between 0.75 to1.00 litre/m. The exact rate of
application, which may be varied to suit field conditions, will be determined by the
Engineer following trials to be carried out by the Contractor. The Contractor shall
ensure that excessive application of prime coat is avoided.

The application temperature for the MC-70 liquid asphalt shall be between 60 C
and 85 C.

5.12.5

Application
Delete paragraph 1 and substitute with the following:

After preparing the road surface in accordance with Sub-Clause 5.12.4, the liquid
asphalt shall be applied by means of the distributor at the temperature and rate
determined by the Contractor and approved by the Engineer. Hand-spraying of
restricted, inaccessible areas is permitted, subject to the approval of the Engineer.

5.13

TACK COAT

5.13.2

Materials
Delete paragraphs 1, 2 and 3 and substitute with the following:

5.13.5

The material for bituminous tack coat shall be slow setting emulsified asphalt,
grade SS-1h (anionic) or CSS1h (cationic) conforming to the requirements of
AASHTO M140 and AASHTO M208 respectively.
Application
Delete paragraphs 1, 2, 3 and 4 and substitute with the following:

Immediately after cleaning the surface, the tack coat shall be applied by means of
the distributor at the temperature and rate determined by the Contractor and
approved by the Engineer. Hand-spraying of restricted, inaccessible areas is
permitted, subject to the approval of the Engineer.

The application rate shall be between 0.30 to 0.50 litre/m. The exact rate of
application, which may be varied to suit field conditions, will be determined by the
Engineer following trials to be carried out by the Contractor. The Contractor shall
ensure that excessive application of tack coat is avoided.

The application temperature for the diluted emulsified asphalt shall be between
10 C and 60 C. The material should not be applied when the ambient temperature
is less than 13 C or during rain, fog, dust storms or other unsuitable weather.

After application the surface shall be allowed to dry to the proper condition of
tackiness to receive the following pavement course. Tack coat shall be applied only
so far in advance to pavement courses to obtain the proper condition of tackiness
and the Contractor shall protect the tack coat from damage during this period.

IA 12/13 C 057 ST
C2/S6/28
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 7

VEHICLE CRASH BARRIERS

7.1

GENERAL REQUIREMENTS

7.1.3

Performance Requirements

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Delete paragraph 4 and substitute with the following:


4

The Contractor shall refer to EXW IAN 002 for safety barrier performance levels.

IA 12/13 C 057 ST
C2/S6/29
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 8

KERBS, FOOTWAYS AND PAVED AREAS

8.1

GENERAL

8.1.4

Quality Assurance

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Delete paragraph 1 and substitute with the following:


1

The Contractor shall carry out tests on the concrete mix before beginning
manufacture of precast kerbs and other items to prove that strength and surface
finish requirements can be met. The Contractor shall recommend an alternative
tested mix to the Engineer for approval should the strength and finish not meet the
specification.

8.2

KERBS

8.2.3

Laying
Delete paragraphs 1, 2 and 6 and substitute with the following:

Kerbs shall be laid to the design levels and lines by means of survey. Kerbs shall
not be laid by means of direct measurement from pavement layers.

Unless otherwise indicated, elements shall be laid directly onto a wet-concrete base
or onto a sand/cement (3:1) mortar bedding, 25 mm thick, on a previously laid
concrete base or approved subbase.

Immediately after any concrete is in place, and for seven days thereafter, the kerbs,
base, and backing shall be fully cured and protected from drying out and against
the harmful effects of weather, including rain and rapid temperature changes to the
requirements of QCS Section 5 Part 10 Curing.

8.4

LAYING PRECAST CONCRETE BLOCKS


Delete paragraph 2 and substitute with the following:

A laying course consisting of washed sand, which complies with Table 8.2, shall be
constructed. The sand shall be placed in a moist but not saturated condition and
shall be compacted so that a laying course thickness of 50 mm is formed. This
sand shall be placed on a compacted aggregate subbase or base 200 mm thick to
greater than 95% of maximum dry density unless otherwise specified by the
Engineer.

8.6

CAST IN PLACE CONCRETE PAVED AREAS


Delete paragraph 3 and substitute with the following:

Paving shall be cast in sizes to avoid the formation of shrinkage cracks. The
Contractor may be permitted to cast using non-metallic fibers added to the concrete
mix to eliminate cracking. In all cases the Contractor shall be responsible for
prevention of shrinkage cracks and rectifying cracked works including breaking out
and replacing cracked paved areas.

IA 12/13 C 057 ST
C2/S6/30
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
PART 9

FENCING

9.2

FENCING GENERALLY

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Delete paragraph 2 and substitute with the following:


2

Where necessary, existing fences, gates and stiles, with posts shall be carefully
taken down, laid aside, removed and later re-erected. Fences, gates, stiles and
posts which are to be re-erected shall be handled carefully to avoid any damage.
Fences, gates, stiles and posts which are in poor condition shall be replaced to the
approval of the Engineer.

9.3

CHAIN LINK FENCING

9.3.1

General
Delete paragraph 1 and substitute with the following:

This work consists of the supply and installation of all plastic coated chain link
fencing complete with all necessary hardware and appurtenances as per the
Engineers drawings and to the lines and levels designed by the Contractor and
approved by the Engineer.

IA 12/13 C 057 ST
C2/S6/31
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PART 10 TRAFFIC SIGNS, MARKINGS AND STUDS


Replace Qatar Traffic Control Manual with Qatar Traffic Manual wherever it
appears in this Part.
10.1

GENERAL

10.1.2

References
Delete paragraph 1 and substitute with the following:

The following manuals and standards are referred to in this Part:


Qatar Traffic Manual
BS 381C, Colours for identification purposes
BS 729, Hot dipped galvanizing
BS 873, Road traffic signs
BS 1470, Wrought aluminium for general engineering purposes; plate sheet and
strip
BS 1474, Wrought aluminium for general engineering purposes; bar extruded round
tubes and sections
BS 1490, Aluminium and aluminium alloy ingots for general casting purposes BS
2000, Part 58, Determination of softening point of bitumen (ring and ball) BS EN
1871:2000, Road marking materials Physical properties
BS EN 1423:1998, Road marking materials Drop on materials Glass beads,
antiskid aggregates and mixtures of the two
BS EN 1436:1998, Road marking materials Road marking performance for road
users
BS EN 591-1:2000, Titanium dioxide pigments for paint - Specifications and
methods of test
BS EN 1463-1:1997, Road marking materials Retro-reflecting road studs
ASTM A307, Steel anchor bolts
CML 14-97, Standard method of test for determination of appearance, shape,
dimensions and compressive strength of ceramic non-reflecting road studs.
TRL Road Note 27, Skid resistance portable tester.

10.1.4

Submittals
Delete paragraph 1 and substitute with the following:

The Contractor shall submit working drawings for signs, sign posts and base plates
timeously to the Engineer for approval. Fabrication shall not begin until approval has
been given.

10.2

TRAFFIC SIGNS

10.2.1

Scope of Work
Delete paragraphs 1, 4 and 6 and substitute with the following:

IA 12/13 C 057 ST
C2/S6/32
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

This work shall consist of the design, supply and installation of all road signs and
posts. All sign faces and lettering shall be in accordance with the most recent
edition of the Qatar Traffic Manual. The required post sizes for different sign sizes
shall be as tabulated in the Qatar Traffic Manual. Where in this section of the
specification the term as designated is used, this refers to the Contract Drawings
and the Qatar Traffic Manual.

Permanent traffic signs shall be reflectorised or non-reflectorised and/or illuminated


and except where modified herein, shall comply in respect of quality to the
requirements of the following documents:
BS 873
Qatar Traffic Manual
Any other Interim Advice Note (IAN) as issued by the Engineer

All foundations, posts, framing and fixings shall be suitable for local conditions and
be designed to a design wind speed of 120 km/h with gusts to 160 km/h. The
Contractor shall supply the calculations confirming this requirement and shall
confirm that the nomograms in the Qatar Traffic Manual meet these requirements if
he chooses to use them.
Add new paragraphs 9 and 10 as follows:

Coefficient of reflectorisation for new sheeting shall not be as per BS 873. Table 2.3
of the Qatar Traffic Manual shall be replaced with the following:

Entrance
Angle

Observation
Angle

Degrees

Minutes
12
30
60
12
30
60
12
30
60

-4

30

40

White
1
750
240
12
430
135
10
165
75
10

2
380
275
80
225
135
45
90
35
10

Minimum Coefficient of Retro-reflection


(candelas/lux/m)
Red
Green
Yellow
Class of Material
1
2
1
2
1
2
150
98
75
45
560
300
48
70
24
32
180
220
3.0
20
1.0
9.0
18
60
320
100
8
130
65
8.0

180
100
35
70
27
8.8

Blue
1
34
11
0.5

2
22
17
4.5

86
27
2.4

65
32
11

43
14
0.8

28
16
6.0

20
6.0
0.4

14
8.0
3.0

40
18
2.4

26
10
3.0

15
7.0
0.8

9.8
3.5
1.6

9.0
3.0
0.4

4.5
1.5
0.8

Note: Test to be in accordance with ASTM E-810 Test Method for Coefficient of
Retro-reflection of Retro-reflective Sheeting.
10
10.2.3

After 12 years the minimum percentage of coefficient of reflectorisation retained


shall be 70%.
Traffic Sign Materials
Delete paragraphs 3 and 4 and substitute with the following:

IA 12/13 C 057 ST
C2/S6/33
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Illuminated signs shall be covered with Class 1 reflective sheeting.

Signs shall be covered over the whole front face with Class 1 or Class 2 reflective
sheeting. The rear faces shall be non-reflective grey.
Add new Sub-Clause 10.2.6 as follows:

10.2.6

High Intensity Grade Prismatic Reflective Sheeting

Properties
The initial minimum coefficient of retro-reflection, when measured according to CIE
54.2 conforms to Table 9 of EN 12899-1 for Class Ref. 2 materials (Table A).
Geometry of
COLORS
Measurements

1
White
Yellow
Red
Green
Blue
(2=0)
250
170
45
45
20
0.2
+5
150
100
25
25
11
+30
110
70
15
12
8
+40
180
120
25
21
14
0.33
+5
100
70
14
12
8
+30
95
60
13
11
7
+40
5
3
1
0.5
0.2
2
+5
2.5
1.5
0.4
0.3
+30
1.5
1.0
0.3
0.2
+40
- indicates Value greater than zero but not significant or applicable

Orange
100
60
29
65
40
20
1.5
1
-

Table A: Minimum Coefficient of Retro-reflection [cd/(lx m)]


The above angular definitions apply for the CIE Goniometer System (Co-planar
Geometry). The sheeting shall be mounted in 90 rotation on the Goniometer (as
shown below).
The initial chromaticity coordinates and luminance factor conform to the values of
Table 6 of EN 12899-1 for Class Ref. 2 materials (Table B).
COLOR

White
Yellow
Red
Blue
Green
Orange

1
x
0.305
0.494
0.735
0.130
0.110
0.610

2
y
0.315
0.505
0.265
0.090
0.415
0.390

x
0.335
0.470
0.700
0.160
0.170
0.535

3
y
0.345
0.480
0.250
0.090
0.415
0.375

x
0.325
0.513
0.610
0.160
0.170
0.506

4
y
0.355
0.437
0.340
0.140
0.500
0.404

x
0.295
0.545
0.660
0.130
0.110
0.570

Luminance
Factor
y
0.325
0.454
0.340
0.140
0.500
0.429

0.27
0.16
0.03
0.01
0.03
0.14

Table B: Chromacity and Luminance factors

IA 12/13 C 057 ST
C2/S6/34
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
10.3

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PAVEMENT MARKINGS
Delete Sub-Clauses 10.3.2, 10.3.3, 10.3.4 and substitute with the following:

10.3.2

Materials for Permanent Pavement Markings

Permanent pavement markings shall be thermoplastic road marking material in


accordance with BS EN 1871, except that they shall be white or yellow (Class Y1)
complying with BS EN 1436 Table 6.

All line markings shall be reflectorised with glass beads in accordance with BS EN
1423 by incorporation into the road marking mixture and into the wet surface of the
marking.

Glass beads shall be specified by the Contractor to meet the requirements of


Sub-Clause 10.3.4.

The pavement marking materials shall be such that the final product, when in a
molten state, can be sprayed onto the surface at a thickness of 1.5 mm.

The capacity of the containers containing the materials shall be not less than 25 kg
or more than 100 kg.
Each container shall be clearly marked with the
manufacturers name, batch number and date of manufacture.

10.3.3

Application of Thermoplastic Road Marking Materials

Road markings shall only be applied to surfaces which are clean and dry and free of
all loose and extraneous matter.

Markings shall be free from raggedness at their edges and shall be uniform and free
of streaks.

In addition to the glass beads included in the mix, an additional quantity of glass
beads shall be sprayed on to the hot thermoplastic marking at the time of
application. The rate of application shall be determined by the Contractor to meet
the requirements of Cl 10.3.4, but shall be at the rate of about 0.5 kg/m.

Application shall be by mobile sprayer except for special lettering, arrows and
symbols which shall be hand applied.

Longitudinal markings shall be laid to the lines shown on the Drawings without
deviation.

The thermoplastic material shall be applied to intermittent and continuous lines to a


thickness of 1.5 mm 0.3 mm

10.3.4

Performance Requirements and Testing

Road markings shall have the following road performance as defined in BS EN 1436
and shall be tested using the methods in that standard:

IA 12/13 C 057 ST
C2/S6/35
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
Property
Colour

PROJECT SPECIFICATION
SECTION 6: ROADWORKS
BS EN
Ref.
Table 6

Luminance
Factor
Skid Resistance

Table 7

Retro-reflectivity

Table 2

1436 Requirement*
1.
2.
1.
2.
1.
2.
1.
2.

Table 5

White
Yellow Class Y1
Class B2
Class B1
Class S1
Class S1
Class R2
Class R1

Value
Co-ordinates given
Co-ordinates given
0.3
0.2
45
45
100
80

* Note: 1 = White, 2 = Yellow


2

Road marking materials shall have the following physical properties as defined in BS
EN 1871 and shall be tested using the methods in that standard:
Property
Luminance
Factor
Softening Point

BS EN
Ref.
Table 5

1871 Requirement*

Table 6

Cold Impact

Table 7

UV Ageing

Table 3

1.
2.
1.
2.
1.
2.
1.
2.

LF3
LF1
Class SP4
Class SP4
Class Cl1
Class Cl1
Class UV1
Class UV1

Value
0.65
0.4
110 C
110 C
0 C
0 C
0.05
0.05

* Note: 1 = White, 2 = Yellow


3

In addition to the properties in paragraph 2 above, the following physical properties


shall be tested:
Flow Resistance Test: The material shall be cast into a conical mould having an
apex angle of 60 C and a vertical height of 100 mm. After cooling and setting for 24
h the cone shall be removed from the mould, placed on a flat level surface and
maintained at a temperature of 23 C 2 C for 48 h. There shall be no slump.
Abrasive Test: A3 mm thick coating of material shall be screeded on to a Monel
alloy panel and subject to wet (water lubricated) abrasion at 23 C on a Taber Model
503 standard abrasion tester using H-22 Calibrade wheels, refaced between tests.
The loss in weight after two successive tests of l00 revolutions shall be recorded and
the average taken as the abrasive wear. The abrasive wear shall be less than 0.3
g/100 revolutions.

10.4

TEMPORARY ROAD MARKING

10.4.1

Road Marking Paint


Delete paragraph 7 and substitute with the following:

IA 12/13 C 057 ST
C2/S6/36
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Where markings are to be reflectorised with ballotini it shall be sprayed uniformly on


to the wet paint film at the rate of 400 - 500 g/m. Ballotini shall be graded medium
to comply with the requirements of BS EN 1423.

10.5

REFLECTIVE STUDS
Delete paragraphs Sub-Clause 10.5.1, 10.5.2, 10.5.3 and 10.5.4 and substitute with
the following:

10.5.1

General

Reflective road markers shall comply with the requirements of BS EN 1463-1 Road
Marking Materials Retro-reflecting road studs. They shall; be capable of
withstanding the climatic conditions of Qatar and be maintenance free. A
performance guarantee of five years is required.

The road stud dimensions exposed to traffic after installation shall measure 130 mm
(across the direction of traffic flow) x 115 mm x 25 mm.

All reflective road markers shall be anchored within the road surface. The minimum
anchor length below road surface shall be 65 mm.

The anchorage part of the stud shall be shaped to prevent rotation of the stud when
located on the road surface.

The body of the stud shall be constructed in one integral part.

The profile of the stud shall be smooth and present no sharp edges to traffic.

The studs shall be non-depressible.

The Contractor shall submit a sample of the proposed reflective studs to the
Engineer for approval before commencing procurement.

10.5.2

Reflectors

The reflectors shall be rectangular in shape. The reflective unit shall be firmly
located into a recess within the body of the stud.

The colour limits of the reflectors shall comply with the chromacity region
coordinates in Table 9 of BS EN 1463-1.

White (uncoloured) reflectors shall not produce a selective reflection; that is to say,
the trichromatic co-ordinates X and Y shall undergo a change of more than 0.91
after reflection by the reflector.

10.5.3

Reflectivity

The retro-reflective face of the road stud shall have a coefficient of luminous
intensity meeting or exceeding the requirements of a Type 2 reflector in Table 4 of
BS EN 1463-1.

IA 12/13 C 057 ST
C2/S6/37
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
2

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The daytime visibility of the road stud shall comply with Class DCR 1 of BS EN
1463-1.
Add new Sub-Clause 10.7 as follows:

10.7

SPECIFICATIONS FOR GLASS SPHERES (BEADS)

10.7.1

General

Type I is not coated and Type II is coated to provide moisture proofing for high
humidity conditions, where sphere flow may be impaired.

10.7.2

Specifications and Standards

Specifications and Standards referenced in this document in effect on the opening of


the Invitation To Bid form a part of this specification where referenced.

10.7.3

Requirements

Glass spheres Type I and Type II shall meet the following requirements:

General: Glass spheres shall lend themselves readily to firm embedment in the
traffic paint when dropped on a freshly placed paint line. The embedment shall be of
such character as to provide a highly reflectorized surface on the paint with reserve
reflectorizing capacity in the lower sections of the paint film. The reflection shall be
effectively manifest to the operator of a motor vehicle when the headlights of the
vehicle are shown on the marking.

Appearance: A minimum of 85% of the beads by count shall be colourless, true


spheres, free of dark spot, milkiness, air inclusions and surface scratches when
viewed under 20 x magnifications. The beads shall be clean and free from foreign
matter in accordance with high grade commercial practice.

Gradation: The glass spheres shall conform to the following grading requirements:

Sieve Size

% By Weight Passing

600 m

100

250 m

40 70

180 m

15 35

106 m

05

Physical Properties: Glass sphere shall conform to the following properties:


Refractive Index, minimum
Specific Gravity
Moisture Content, maximum

1.50
2.40 to 2.60
0.01%

Chemical Stability: Refluxing a sample of beads for 8 hours with distilled water shall
not produce more than a very slight reduction in lustre or reflecting power of the
beads.

IA 12/13 C 057 ST
C2/S6/38
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Flow: Beads shall be free flowing. A 23 kg sample of beads, emptied into a service
box screen, Sieve Size 1.18 mm shall pass completely through the screen without
shaking or any excessive hand manipulation.

Type II (Moisture Proof): The Type II beads shall conform to all the requirements for
Type I beads and the following requirement for moisture resistance.

Moisture Resistance Test (Flow): Moisture resistance of the beads shall be


determined by the following procedure:
(a)

Use a pre-washed 267 mm x 444 mm unbleached cotton sheeting bag


having a 48 x 48 thread count.

(b)

Turn the bag inside out to prevent water plus beads from being entrapped
within the seams.
(c) Place 907 g of beads in the cotton bag.

(d)

Immerse the bag containing the sample in a bucket of water at room


temperature 21-22 C for 30 seconds, or until the water covers the beads
(whichever is longer).

(e)

Remove the bag and sample from water and squeeze the excess water out
of the bag by twisting the neck of the bag.

(f)

Allow the bag to be suspended for 2 hours at room temperature. Do not allow
the neck to loosen.

(g)

Mix the sample thoroughly by releasing the tension in the neck and shaking
the bag, thus loosening the beads from bottom and sides.

(h)

Transfer the sample to the clean dry funnel (150 mm top diameter, 120 mm
deep and 6.35 mm ID stem).

(i)

If the beads bridge in the funnel while pouring the sample, the funnel can be
tapped lightly to start the flow.

(j)

After flow stops, the funnel must be essentially empty of glass spheres.

10.7.4

Quality Assurance Provision

Inspection: The material shall be inspected and tested as specified by the Engineer.

Index of Refraction: The beads shall show a minimum index of refraction of 1.5 by
the oil immersion method using tungsten light, per ASTM Special Publication 500
Paragraph 1.3.2.1.

Specific Gravity: The beads shall have a specific gravity from 2.4 to 2.6 at 25 C per
ASTM D-153 Method A.

Moisture Content: As determined by weight loss of 25 g of beads in an oven at


105 C for 3 hours, shall not exceed 0.01%.

Chemical Stability: Refluxing of a 50 g sample of beads in a Soxhlet extraction


apparatus for
8 hours with distilled water shall not produce more than a very
slight reduction in lustre.

IA 12/13 C 057 ST
C2/S6/39
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PART 11 WORKS IN RELATION TO SERVICES


11.1

GENERAL

11.1.4

Notification to Service Authorities & Statutory Bodies


Delete paragraph 1 and substitute with the following:

All works in relation to services shall be carried out by a contractor or sub-contractor


prequalified and approved by the concerned service authority. Proof of such
approval shall be required in writing before the start of Works on the Site. The name
of any sub-contractor to be used shall be designated. Any design work to be
undertaken for the relocation or protection of an existing or proposed service as part
of the Works shall be undertaken by a consultant appointed by the Contractor who is
approved by the relevant service authority or statutory body. Written proof of a
consultants approval shall be provided by the Contractor.

11.3

PARTICULAR REQUIREMENTS

11.3.2

Qatar General Electricity and Water Corporation, Water Network Affairs,


QGEWC (WNA)
Add new paragraph 4 as follows:

The Contractor is to obtain the most recent approved list of manufacturers /


suppliers of materials for water works projects from QGEWC. All relevant water
works materials used on the project will be obtained from a manufacturer / supplier
which is included on this list. The Contractor shall provide a copy of the list to the
Engineer prior to ordering any material.

IA 12/13 C 057 ST
C2/S6/40
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PART 12 ROAD LIGHTING


12.5

HIGH MAST LIGHTNING


Add new Sub-Clause 12.5.19 as follows:

12.5.19

Luminaires

General
(a)

The Specifications contained in this sub-section are typical for all luminaries
to be supplied and utilised. All luminaries supplied and installed shall be in
accordance with the Drawings and Bills of Quantities unless specified
otherwise by the Engineer.

(b)

The luminaries shall be designed to receive one high pressure sodium lamp
and internal control gear necessary for the operation of the lamp. Luminaires
shall operate on 220/230V AC 10% at 50 Hz 5%, with
150w/250w/400w/600w HPSV lamps or as otherwise specified by the
Engineer.

(c)

The street lighting luminaires shall follow the provisions of the latest versions
of the following standards:
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
(xi)
(xii)

BS 4533-101:1990, EN 60598-1:1989
BS 4533-102.1:1990, EN60598-2-1:1989
BS 1615: 1987
BS EN 147000: 1995
BS EN 60922: 1997, IEC 60922: 1997
BS EN 60923:1996
BS 6500: 2000
BS EN 60598-2-3:1994, IEC 60598-2-3:1993
BS 5489 Part 1, 2, 3, 4, 5, 6 and 7: 1992
BS 5225: 1975
BS 51014:1980, BS EN 60061-4:1992, IEC60061-4:1992
BS 2011-2.1 and IEC 60068-2

Construction
Luminaires shall be complete with following assembly:
(a)

The luminaires shall accommodate lamps having cap base E40 size.

(b)

Body made of die cast aluminium alloy casting in two compartments.

(c)

Super purity one piece aluminium reflector of grade S1 with an anodic


coating of not less than Grade AA10 of BS 14 1615: 1987.

(d)

Strong, very high thermally resistant and mechanically transparent protector.


The protector shall be made of clear toughened curved glass with a
transparency of no less than 90%. The protector shall be smooth on both
sides to minimize dirt accumulation.

IA 12/13 C 057 ST
C2/S6/41
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

(e)

Neoprene gaskets or high quality felt gaskets silicon.

(f)

Stainless steel hinges, mounting clips and fastening bolts, grade AISI 316.

(g)

Movable porcelain Lamp Holder with position markings and anti-vibration


fixation device.

(h)

Complete control gear mounted on easily removable tray.

(i)

A terminal block for the connection of incoming supply cables shall be


provided in luminaires incorporating auxiliaries. It shall be situated as close
as possible to the point of entry of the supply cable and shall be readily
accessible.

(j)

A means of clamping the electrical supply cables shall be provided in the


lantern where necessary to relieve the termination of strain. The cable clamp
arrangement shall not damage the insulation of the cable.

(k)

Brass earth terminal set-in housing.

(l)

Protective sheath for power supply cable, and expandable nylon cable grip
for wiring, conforming to BS 6500:2000.

(m)

The lamp caps and the lamp holders shall meet the requirements of
BS EN 60061-4:1992, IEC 60061-4:1992.

Mechanical Requirements
(a)

Luminaires shall be with separate compartments for the optical system and
for the control gear.

(b)

The tightness of the optical compartment shall be IP66 class as per IEC 5981 standard. The access to control gear compartment shall be without using
any tools.

(c)

The tightness of the control rear compartment shall be IP65 or better,


according to the IEC 598-1 and 2 standards.

(d)

Access to lamp shall be by rotating the lampholder support plug and


extracting it from the sleeve. Clips shall not be used for closing the
lampholder support plug as clips cause abnormal stress on the gasket and
thereby affecting IP rating of optic compartment.

(e)

The mechanical strength of the body and its accessories and the protector of
the luminaire shall be sufficient to withstand without any damage a
mechanical shock having an impact energy complying with BS 2011, and BS
EN 60068-2-31:1993.

(f)

Special precautions shall be given to the choice of materials which shall be


able to resist without any damage or aging or alteration in its structural or
physical properties, the severe Qatar climatic conditions, in addition to the
heat emitted by the lamp.

(g)

Fixing on the bracket shall be of an effective locking means using stainless


steel bolts grade AISI316.

(h)

All fixings which carry the weight of the lantern and internal accessories shall
be provided with suitable locking devices to prevent the dislodgement of any
part of the lantern by vibration either in service or in maintenance.

IA 12/13 C 057 ST
C2/S6/42
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Compliance shall be checked as per BS 2011, and BS EN 60068-2-31:1993.


4

Electrical Requirements
(a)

Provision for one lamp for each lantern shall be made. The electrical
accessories such as ballasts, ignitors and capacitors shall be prewired using
heat resistant glass fibre insulated wire and preassembled on metallic
supports that are fixed into the control gear compartment.

(b)

Special care shall be taken to allow easy maintenance and quick


replacement of the accessories. All control gear accessories shall be bolted
(and not riveted) on the removable supports.

(c)

All electrical accessories shall be able to withstand in continuous operation


and without any damage, the temperature existing inside the control
compartment, in an ambient temperature of 50 C. All wires inside the HPSV
luminaires shall be of the heat resistant type with silicon and glass fibre
insulated.
The
arrangement
shall
comply
with
BS 4533102.1:1990 and EN 60598-2-1:1989.

(d)

The cable feed terminals and the earth screw shall be fixed inside the control
gear compartment. A cable holder shall be mounted near the terminals.

(e)

A separate set of control gear shall be provided for the lamp comprising one
choke associated with one capacitor and one ignitor. The control gear
should be encapsulated in an approved enclosure conforming to IP 65 or
better.

(f)

Terminals of all ballasts, capacitors, ignitors and starters, if any, shall be


shrouded. The ballast shall be designed to operate the lamp and control it
continuously in ambient temperatures ranging from 0 C to 80 C.

(g)

The ignitors used for HPSV lamps shall consist of built-in timer so that; it
shall automatically stop its function if lamp does not get ignited within pre-set
time period.

(h)

The choke shall be tropicalised of Class H insulation and vacuum


impregnated. The capacity of the choke should be such as to keep the
illumination of the lamp within the design limit.

(i)

The capacitor shall be of the diphyenyl impregnated type and shall be in a


leak proof metal container fitted with an internal discharge resistor. The
permitted operating temperature of the capacitor shall be marked on its case
and shall be 85 C. The capacitors shall have value sufficient to raise the
power factor of the complete luminaire to 0.90 or better. Each lamp shall
operate using only one capacitor. Any combination of two or more
capacitors to have the equivalent value of capacitance will not be accepted.
Chokes and capacitors shall comply with the latest BS EN 60922: 1991 and
BS EN 60923: 1991.

(j)

Complete luminaire assembly shall have a power factor of minimum 0.9


without the need of any power factor correction at mains.

(k)

The control gear shall be supplied by the lantern manufacturer and shall be
incorporated in a way that heat emitted by lamp is not conducted or
transferred to the gear components.

(l)

The luminaires shall have a screw type lamp holder. The lead at the higher

IA 12/13 C 057 ST
C2/S6/43
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

potential above earth shall be connected to the centre contact.


(m)
5

The operating temperature and thermal endurance characteristics shall


conform to Part 2 of BS 4533 Section 102.3: 1990.

Photometrical Requirement
(a)

The lamp holder position shall be adjustable to allow the luminous flux
distribution to be adapted to the geometrical installation condition.

(b)

The adjusting device of the lamp shall be sufficiently sturdy, and designed in
a way it cannot be disturbed, during its normal life time or during
maintenance operations.

(c)

The device shall have permanent marking so that the lamp position
recommended by the manufacturer can be easily realized.

Photometrical Performance Requirement


(a)

Computer calculations relating to illuminance and luminance results


indicating overall luminance uniformity ratio (Uo) and longitudinal luminance
uniformity ratio (Ul) which will be achieved on the roadway, values of
threshold increment (TI) shall be submitted by the Contractor for Engineers
approval.

(b)

The calculations shall be performed in accordance with CIE Nr. 30


Publication and shall be based on actual dimensions of the roads, and shall
demonstrate that the lighting installation shall achieve the standards required
for all parts of the Project, as specified in the Qatar Highway Design Manual,
the Contract Documents to the requirements of the Engineer. The results are
to be achieved taking into consideration a total Maintenance Factor of 0.9.

Documents to be submitted
The Contractor shall supply the following technical documentation and information
for each type of luminaire for the approval of the Engineer.
(a)

Original catalogue sheet of the luminaire.

(b)

Detailed construction drawing of the luminaire.

(c)

Polar diagram of luminous intensity in roadway vertical plan and transverse


vertical plans.

(d)

Utilisation factor curve for actual inclination of luminaire.

(e)

Isolux diagram for actual inclination of luminaire.

(f)

Intensity table, in the C-gamma co-ordinates recommended by CIE Nr. 27


Publication.

(g)

Calculation printout showing the illuminance and luminance levels,


Longitudinal Uniformity Ratio (UI), overall Uniformity Ratio (UO) and
threshold increment (TI).

(h)

Tightness test certificate conforming to IP66 protection for the optical and
control gear compartments of luminaire.

(i)

Shock test certificate confirming the resistance of the body to impact energy

IA 12/13 C 057 ST
C2/S6/44
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

as per Clause 4.4 Section 1.4 of BS 4533, Part 1.


(j)

Total weight of the luminaire (with lamp and control gear).

(k)

Power factor of one complete luminaire.

(l)

Total electric consumption of the luminaire, including control gear losses.

(m)

Rated lumen output of lamps under nominal conditions.

(n)

Depreciation curve of the luminous flux with burning hours.

(o)

Luminous flux variation with the main voltage.

(p)

Make and type of lamp, ballast, ignitors and capacitors separately with their
electrical characteristics e.g.: Impedance, power factor, Temperature rise (t),
max.
Temperature (tw) and power losses.

(q)

Specification Compliance
specification.

(r)

The Contractor shall submit full details of areas using the same type of
luminaires in the Middle East and Gulf Area.

(s)

The supplier shall submit for the Engineers approval dimensioned drawings
of the control gear arrangements showing the exact positions of chokes and
capacitors within the lantern.

(t)

The Contractor shall submit a sample of each type of proposed luminaire for
the approval of the Engineer.

Statement

covering

each

clause

of

this

Street light fittings shall be from suppliers approved by the PWA.


12.10

UNDERPASS LIGHTING SYSTEM


Add new Sub-Clauses 12.10.9 and 12.10.10 as follows:

12.10.9

Description of Lighting System for Underpass

The tunnel lighting is designed for the road design speed.

The tunnel lighting at and near the approach shall be used to maintain a sufficiently
high lighting level inside the tunnel.

This shall enable the driver approaching the tunnel to see into the tunnel thus
avoiding the black hole effect.

The level of reinforcing lighting shall be continuously adjustable, using lighting


control system.

Luminaires shall be selected and positioned to provide a continuity of lighting


through traffic routes and lanes.

The lighting design and control shall ensure that energy will be conserved and
running costs optimized.

IA 12/13 C 057 ST
C2/S6/45
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
12.10.10

Materials

Tunnel Lighting Luminaires

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

(a)

Totally enclosed, dust and jet proof, conforming to at least IP65 of IEC529,
shock resistant and specially designed to house the required lamps,
electrical gear and accessories. Body to be one piece extruded aluminium
(Magnesium silicon alloy) having a wall thickness of not less than 2.5 mm.

(b)

Exposed metal parts of luminaries are to be factory finished, stove


enameled, with corrosion resisting paint capable of resisting heat emitted by
lamp during continuous operation. The whole assembly shall be treated
against corrosion by anodizing the aluminium.

(c)

Mirror reflectors are to be 99.5% purity, polished aluminium reflectors and


coated with transparent layer of silicon protection against wiping.

(d)

Optical system and electrical control gear and lamp are to be mounted on a
plug-in type control gear tray which will have locating pins to ensure
alignment when being fitted into the body.

(e)

Ground wire is to be connected through the cable connector to ensure that


the ground potential is maintained on the gear tray when it is being removed
from the luminaire for maintenance purposes.

(f)

Luminaires are to have a hinged front glass assembly which shall comprise
of a clear toughened glass plate, not less than 5.0 mm thick fixed into an
aluminium frame which shall have a full length closing device. The front
glass assembly shall seat on to a neoprene non rotting type gasket and once
seated shall provide the required degree of protection. Glass used is to be of
the type which once broken, no part of the glass will fall on the carriageway.
Each lamp is to have an independent HRC fuse for protection.
The luminaries shall have radio interference suppression in accordance to
CENELEC EN 55014 and EN 55015 and CISPR Publication 14 and 15. The
glass shall be parallel to the road surface. The housing shall be suitable for
mechanical cleaning.

(g)

Luminaires are to be complete with their mounting accessories and are to be


supported from unistrut steel channel fixed to the soffit of the tunnel. Fixing
details to be submitted for approval by the Engineer. Numbers of mounting
brackets shall be a minimum of four pieces. The fixing device shall be
removable without any tools.

(h)

Luminaires having one circuit for supply and where applicable are to be
through wired via a 5 core, LSF/PVC cable, heat resistant rubber insulated.
The earth wire shall be solidly bonded to the earthing stud inside the
luminaire.

(i)

Luminaires shall be aligned to the satisfaction of the Engineer and any


necessary realignment shall be made with no additional cost.

(j)

Fixings are to be approved by the Engineer and all bolts used are to be
stainless steel, painted after installation with a two pack anti-corrosion paint
to be approval of the Engineer.

(k)

Fixings are to be such that the installation of luminaries, trays, etc. is capable
of being carried with a minimum of safety factor 3 to 1 per fixing.

IA 12/13 C 057 ST
C2/S6/46
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

(l)

Luminaires are to be wired with approximately one meter length of 2.5 sq.
mm / 1.5 mm high temperature flexible copper cable (LSF) insulated and
sheathed to be terminated in the junction box as per the drawings. The
earthing wire is to be solidly connected to the earthing stud inside the
luminaire.

(m)

Luminaires having two circuits taken into them are to have proper colour
coding. Circuitry within the luminaire is to be designed so that segregation of
the two supplies is maintained.

(n)

Ballast and control gear are to be mounted in luminaire in separate


compartment, isolated from lamp, and with enclosed terminal blocks fitted
with quick disconnect electrical leads. Control gear is to be plug-in type for
operation at 240 V, 50 Hz ballast is to be specially designed and selected for
the particular types of lamps used, and lamps are to be able to start with at
least 10% variation of nominal voltage and continue in normal operation
with dips attaining 20% for four seconds. Control gear losses are not to
exceed 10% of normal lamp wattage. RFI suppression device is to be
provided. Power factor is to be compensated to at least 0.9 logging.

Lighting Control Systems


(a)

Luminance Meter
Sensor:
Temperature stabilized photocell measuring range:
1 to 9 000 cd/sqm for use outside the tunnels and
Output:
Load independent current 4 20 mA,
Working resistance max. 550 ohm
Housing shall be of stainless steel according to AISI 316 TI with window
heating and lens shade.
System of Protection: IP 55
Vario optic with adjustable measuring field 160 to 320.
For each entrance portal there shall be placed one sensor on a column
height of 4 m, 110 m before the portals with stainless steel pan/tilt support.
Work shall include the column as well as all required civil works as
excavation, foundation and back filling.
Microprocessor: 19 plug in unit.
Microprocessor pre-programmed, site programmable by hand, for all
necessary functions and placed in the Distribution Buildings. Fault output
shall be provided.
Calibrated light sources for testing luminance meter shall be provided.

(b)

Tunnel Lighting Control


Entrance Lighting Automatic

IA 12/13 C 057 ST
C2/S6/47
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

The lighting system shall be controlled in a number of stages in dependence


of the access zone luminance. This access zone illuminance shall be
measured continuously by the luminance meter in front of the portal. The
difference between the required luminance and the effective luminance in the
threshold zone shall control the switching of the lighting.
In the event of a failure to the outside sensor, the control shall be done by
adjustable switch steps; also a fault alarm shall be transmitted.
(c)

Control Unit: A microprocessor controlled 19 unit shall be provided to control


the entrance and interior lighting. The lighting control shall fulfill all control
work described in the item above.
The control unit shall have a digital display of the external luminance
measured by the photometers, switch-on and switch-off level presets for
various switching stages, LED indicators show to indicate the activation of a
switching stage, delay-on, delay-off and minimum burning time presets with a
range of 15 seconds to 15 minutes for each switching stage, automatic
switch over to a preset lighting level upon detection of failure of the system,
with time delay and fault indication.
The control unit shall send at least the following information to the Bahce
Maintenance Centre:
o
o
o
o

Luminance meter fault indication


Control unit fault indication
Control unit watch dog reset indication
Control unit configuration parameters shall be down loaded from the subcontrol centres.

12.19

INSTALLATION

12.19.5

Road Lighting Column/Lantern Installation


Add new paragraph 13 as follows:

13

Mast raising cable must pull through the head frame to lantern without exposing to
the sun light. Head frame shall be fabricated to facilitate the above.
Add new Sub-Clause 12.22 and 12.23 as follows:

12.22

ROAD LIGHTING QUALITY ASSURANCE


Add new paragraph 12.22 as follows:

Road lighting works shall be carried out by specialist contractors or sub-contractors


having experience in the provision and installation of lighting columns, provision and
laying of cables and ducts, and provision and installation of supply connections to all
electrical equipment. Specialist contractors or sub-contractors for installation of new
street lighting works shall be pre-qualified by the PWA.

IA 12/13 C 057 ST
C2/S6/48
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Climatic conditions All cables shall be certified by the manufacturer as suitable for
installation in Qatar.

All material shall be approved by the PWA before ordering. Only products with a
proven record of performance, efficiency and long life will be considered for approval
by the PWA.

All works, equipment and materials shall comply with statutory and other regulations,
Codes of Practice and Standards current at the date of Contract signing including
the Qatar Wiring Regulations.
All columns and brackets shall be produced by lighting column manufacturers
registered and certified for the manufacture, supply and certification of lighting
columns under their quality assessment schedule to ISO 9000:2000.

Column manufacturers not registered and certified accordingly will only be


permitted if a satisfactory submission is made for quality assurance and
performance within the climatic conditions in Qatar.

Facilities shall be provided for the Engineer to inspect the lighting columns during
the course of their manufacture and application of the protective treatment.

Any equipment or items damaged in transit will not be acceptable for incorporation
in the Works and the Engineer shall have the right to reject such items. In the case
of minor damage to galvanizing or painting the Engineer may permit repairs to be
carried out. Any such repairs shall be carried out in accordance with the
recommendations of the supplier and to a recognized internationally accepted
repair treatment.

12.23

LIGHTING COLUMNS (MULTI-FUNCTION SMART POLES)

12.23.1

General

The pole system shall be decorative type with multi-functionality features to


accommodate a variety of services at any one time. All poles shall be designed to
accept following services:

(a)

Street lighting

(b)

Illuminated advertisement banners 1.5 m x 3 m size

(c)

CCTV cameras

(d)

Street signs

(e)

Traffic signs

(f)

Traffic signal heads

(g)

Street names

(h)

Microcells

(i)

Antennas, etc.

The poles shall be made up of a structural galvanized steel core and an extruded
aluminium mast that enables accessorys to be mounted along its length at any
height and position.

IA 12/13 C 057 ST
C2/S6/49
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Multi-function poles shall be specially designed for 160 kph with maximum load
configuration. By combining different steel cores with the mast profiles, poles shall
be suitable for the heights as specified in the Contract Documents. The multifunction shall be decoratively designed with 2 m cladding made of extruded
aluminium.

The poles shall comply with the requirements of BS 5649: 1985, BS EN 40-31:2000, BS 5950: Part 1 1985 and BS 8118: Part 1 1991 and the relevant AASHTO
standard.
Materials

12.23.2
1

Structural Steel - All Smartpole steelwork shall be manufactured out of Grade 275
mild steel. Hot dipped galvanising shall be the surface treatment both inside and
out.

Aluminium Mast - The poles external mast shall be made up of extruded aluminium
alloy which has an anodised protective coating to 25 microns.

Service Hatches - Each pole shall have a service hatch approx. 600 mm from
ground level for installing the service cut-outs (size 300 mm height x 110 mm width
x 70 mm depth) where the connection of cables can be made between the outside
network and the poles accessories. The service hatch shall be accessible by
removing a cover plate or cladding from the pole base. The cover shall be fixed by
2 No. security screws. Poles used for vehicular traffic signals shall have additional
hatch to terminate traffic and surveillance related cables.

12.23.3

Bracketry

Bracketry required for attaching various other functions on the pole shall be as
specified by the Engineer.

12.23.4

Fasteners

All fasteners are supplied in stainless steel grade AISI 316. The exception to this is
on the cantilever assemblys where the use of high-tensile fixings have been
adopted. These fasteners are finished with metal plating to resist corrosion.

12.23.5

Electrical Equipment

M8 x 30 mm long threaded stud carrying 2 nuts and 2 washers shall be provided as


an earth point. It shall be located within the service hatch.

Fuse cut-outs shall be supplied along with poles. Single lantern pole shall have
single fuse cut-out and double lantern pole shall have double fuse cut-out.

Each pole shall be fitted with polyester draw wire to assist in feeding electrical and
service cables should they be required.

12.23.6

Light Outreach

Suitable type of light outreach shall be supplied with each pole to fix specified
number of fittings on that pole. The attachment of the outreach arms shall be made

IA 12/13 C 057 ST
C2/S6/50
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

using 4 No. standard fasteners through the arm tube. In turn the light fitting shall be
connected to the arm tube end and wired. The light outreach design shall be as
shown on the drawings.
12.23.7

Pole Top Feature

Where the Engineer specifies, there shall be a decorative pole top feature. This
feature shall be made of cast aluminium.

12.23.8

Warranty

Manufacturer shall provide 10 year warranty for the poles.

12.23.9

Make and Type

Smartpole system by Streetscape.

IA 12/13 C 057 ST
C2/S6/51
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PART 14 ROAD DRAINAGE


14.4

ROAD GULLIES
Add a new paragraph 9 as follows:

Grating for gullies that are flush with the pavement surface shall be of ductile iron
and shall comply with loading category D400 as defined in Table 14.1. The gratings
shall have 600 mm square openings. Gratings set adjacent to kerbs shall have as a
minimum bases on 3 sides of the frame.

14.5

MANHOLE COVERS AND GULLY GRATINGS


Delete paragraph 11 and substitute with the following:

11

The manhole covers shall meet Loading Category D400 as defined in Table 14.1.

14.8

TESTING AND CLEANING SURFACE WATER DRAINS


Add the following:

All highway carrier drains shall be watertight and shall be tested in sections, e.g.
between chambers, by means of the air test described in paragraph 4 of this Clause.
If a pipeline is rejected because of a failed air test, as part of the rectification work, a
water test as described in paragraph 5 of this Clause may be carried out as an
alternative acceptability test. Before testing, the ends of the pipeline to be tested,
including short branches, shall be plugged and sealed.

For the pipeline air test, air shall be pumped in by suitable means until a stable
pressure of 100 mm head of water is indicated in a U-tube connected to the system.
The air pressure shall not fall to less than 75 mm head of water during a period of 5
minutes without further pumping, after an initial period to allow stabilization. Drains
with traps shall be tested to 50 mm head of water and the permissible loss shall then
be no more than 13 mm head of water in 5 minutes without further pumping after the
initial stabilizing period.

For the pipeline water test, the pipes shall be filled with water under a head of not
less than 1.2 m above the crown of the pipe at the high end and not more than 6 m
above the pipe at the low end. Steeply graded pipelines shall be tested in sections
so that the above maximum is not exceeded. The test shall commence not less
than two hours after filling the test section at which time the level of water at the
vertical feed pipe shall be made up to produce the required 1.2 m minimum test
head. The loss of water over a 30 minute period shall be measured by adding water
at regular 10 minute intervals to restore the original water level and recording the
amounts so added. The drain will have passed the test if the volume of water added
does not exceed one litre per hour per linear metre of drain per metre of nominal
internal diameter.

All pipelines less than 350 mm diameter shall be checked by drawing through each
completed length of pipe a spherical mandrel of a diameter 10% less than the
nominal bore of the pipes being tested.

IA 12/13 C 057 ST
C2/S6/52
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Chambers for carrier drains shall be watertight.


described in paragraph 8 of this clause.

Chambers shall be tested hydraulically to a depth of water 1.2 metres above the
soffit of the highest pipe entry with all pipe openings plugged. Unless otherwise
agreed by the Engineer, the test shall commence two hours after filling the chamber
at which time the water level shall be made up to the above stated level. The loss of
water over a 30 minute period shall be measured by adding water at regular 10
minute intervals to maintain the original water level and recording the amounts so
added. The chamber will be deemed to have passed the test for water tightness if
the volume of water added does not exceed one litre per hour per linear metre of
depth of water in the chamber per metre of nominal internal diameter of the
chamber.

IA 12/13 C 057 ST
C2/S6/53
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

Chambers shall be tested as

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

PART 16 MISCELLANEOUS
Add the following new Sub-Clauses:
16.6

In Ground Traffic Spikes

16.6.1

Traffic Spike Installation Instructions


Traffic spikes are used to enforce one-way traffic conditions. A warning sign, such
as the DoorKing Model 1615, must be installed with the traffic spikes to alert drivers
that a one-way lane condition exist and that traveling in the wrong direction will
damage tires. Speed bumps (or other means) must be used to control the
speed
of traffic over the traffic spikes.
Installing this traffic control spike unit in such a way that traffic crosses over it an
angle other than 90, or where wide turns are possible, or where traffic speed is
uncontrolled and in excess of 5 MPH, may cause tire damage and will invalidate the
warranty on this product. Maximum speed across the traffic spikes is 5 MPH.

Locate the traffic spikes in a flat section of roadway where there is minimum
possibility of water draining into the unit.
Warning Sign and nighttime illumination MUST be provided. Refer to the
DoorKing Model 1615 traffic sign below
Maximum speed across the traffic spikes is 5 MPH. Use speed bumps
(DoorKing P/N 1610-150), stop signs or other means where needed.
Check for proper spike operation after the installation to be sure that
concrete or asphalt has not blocked drainage or welled up into the unit
prohibiting free movement of the spikes.
Excavate a trench in the roadway for 8.5 inches for installation of the traffic
spike unit.
The trench should be deep enough to allow installation of 4-inch concrete blocks
(or other suitable material) for water drainage.
Typical trench depth is between 9.5 to 12-inches.

When installing the traffic spikes, note the proper orientation of the spike to the flow
of traffic. Spikes must be installed so that the angled surface of the spike is facing
oncoming traffic. Installing the spikes backwards will cause tire damage.

OK

IA 12/13 C 057 ST
C2/S6/54
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

NOT OK

February 2013

TECHNICAL SUBMISSION
SECTION C PART 1
16.6.2

PROJECT SPECIFICATION
SECTION 6: ROADWORKS

Installation Detail of spikes


The trench should be deep enough to allow installation of 4-inch concrete blocks
(or other suitable material) for drainage.
Check for proper operation of spikes after concrete has been poured to be sure
that no loose material is jamming the operation of the spike.

END OF SECTION

IA 12/13 C 057 ST
C2/S6/55
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 1

GENERAL

1.1

SUMMARY

1.1.1

Scope

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add the following to item 3:


Section 29
1.1.5

Approved Suppliers

Submittals
Add new paragraph 16 as follows:

16

All survey works shall be undertaken by a Drainage Affairs approved survey


company (see Section 29)

1.2

TESTING OF MATERIALS
Add new Sub-Clause 1.2.3 as follows:

1.2.3

Approved laboratories
Testing of concrete and other materials shall only be undertaken by laboratories
approved by the PWA.

IA 12/13 C 057 ST
C3/S8/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 3

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

PIPES AND FITTINGS MATERIALS

3.1

GENERAL

3.1.1

Scope
Add the following to item 2:
Section 29, Approved Suppliers

3.11

HIGH DENSITY POLYETHYLENE (HDPE) PIPES

3.11.5

Standards
Change sub-clause title to Testing.

IA 12/13 C 057 ST
C3/S8/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 4

PIPELINE INSTALLATION

4.1

GENERAL

4.1.1

Scope

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add the following to item 2:


Section 29, Approved Suppliers
4.3

PIPE LAYING

4.3.5

Corrosion Protection of Ferrous Pipelines


Add paragraphs 5 to 14 as follows:

Ferrous pipelines shall be supplied with one of the following corrosion protection
systems:
(a)
(b)
(c)

Cold applied self-adhesive laminate tape wrapping


Extruded polyethylene coating
Loose polyethylene coating

Extruded polyethylene coating shall be as Section 8, Clause 3.8.7

Spigot ends of pipes coated in either of the approved manners shall not be coated
over the depth of engagement within the socket or flexible coupling, but shall be
coated with epoxy, polyethylene or polyurethane for pipes internally lined with these
materials.

Where DI buried pipe is designated to be encased in loose polythene sleeving,


installation shall be in accordance with BS 6076.

The pipe shall be supported by a central sling and a length of sleeving pulled over
the spigot end and bunched up to the sling.

10

The pipe shall then be rested on blocks placed at its extremities and the sleeving
pulled up to the socket and folded and taped or tied in position. The sling shall then
be replaced to enable jointing to be carried out. A wide sling shall be used to
distribute the weight and thus obviate intense pressure on the sleeving. Care shall
be taken to avoid damage when removing the sling from the trench.

11

The sleeve shall not be drawn up over the pipe joints until the completion of the
hydrostatic testing. Immediately after making the pipe joint, the pipe trench shall be
backfilled as described hereinbefore in readiness for the hydraulic testing and to
prevent damage to the sleeving.

12

After completion of the hydraulic testing, the sleeving shall be drawn up over and
fixed around the pipe joints. A pad of sleeving shall first be placed around the joint to
prevent damage to the joint sleeve by the edges of the socket or by bolts. A length
of sleeving shall then be drawn over joint overlapping itself either side of the joint for
a minimum of 300 mm and this shall be tied or taped tightly in position.

IA 12/13 C 057 ST
C3/S8/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

13

Any pipe sleeving perforated during fitting shall be repaired by overlaying with a
short sleeve folded and secured with tape. Torn or damaged sleeving which is
considered by the Engineer as not repairable by this method shall be replaced by
the Contractor.

14

Immediately after fitting the pipe sleeving the pipe trench shall be partly backfilled to
prevent damage to the sleeving.

4.5

TESTING OF PIPELINES

4.5.3

Pressure Pipelines
Add new paragraph 4 as follows:

Plastic irrigation drip pipe work shall be completely filled with water and visually
inspected for leakage. No section showing signs of leakage will be accepted. In
addition, any length of pipe which in the opinion of the Engineer or his designated
representative is showing signs of degradation through contact with sunlight shall be
cut out and replaced

4.6

MISCELLANEOUS ITEMS

4.6.1

Manhole Covers and Frames

Delete paragraph 1 and substitute with the following:


1

Manhole covers shall be made from ductile iron and comply with BS EN 124 which
shall include:

Documentation confirming EN 29002 certification; or


Documentation identified under Annex A to BS EN 124, concerning Independent
Third Party Inspection.
Independent random sample testing at an approved testing facility to
demonstrate full compliance with all aspects of the code i.e. load testing and
dimensional tolerances.
Production facilities shall be quality assessed in accordance with ISO 9000 or
EN 29002 (BS 5750).

Delete paragraph 5 and substitute with the following:


5

Where indicated on the Drawings or Bills of Quantities, covers and frames shall
incorporate a removable self-sealing GRP or similar corrosion resistant plate
meeting the requirements of Part 7 of this Section. The plate shall fit between the
cover and the frame such that no surface area of the frame shall be exposed to the
atmosphere within the manhole. This shall be achieved by the inclusion of a
neoprene sealing ring or by a similar approved method. The plate shall be complete
with a lifting handle on the upper surface. The design of the frame and cover and
plate shall be subject to the approval of the Engineer. A heavy grease seal is to be
formed in all cases between the cover and frame to prevent the ingress of sand
where GRP sealing plates are required for the ductile iron manhole cover and frame.
Specific details of the sealing plate to be fitted within the unit offered should be
provided such that those details can be forwarded to the sealing plate supplier.

IA 12/13 C 057 ST
C3/S8/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 5

VALVES, PENSTOCKS AND APPURTENANCES

5.1.1

SCOPE

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add the following to item 2:


Section 29, Approved Suppliers
5.4

BUTTERFLY VALVES
Add the following sentence to item 4:
Disc material shall be duplex stainless steel.

5.13

FLAP VALVES

5.13.1

FLAP VALVES (GENERAL PURPOSE)


Add the following new item:

Gunmetal shall be good quality to BS EN 1982 Grade LG2. Stainless steel shall be
to BS 970 Part 4 Grade 316 S31.

IA 12/13 C 057 ST
C3/S8/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 6

METAL WORKS

6.1

GENERAL

6.1.1

SCOPE

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add the following to item 2:


Section 29 Approved Suppliers
6.4

FABRICATION AND ERECTION

6.4.1

GENERAL
Add the following to item 9:

(h)

All holding down and anchor bolts, nuts, washers and anchor plates for use externally
or in internal areas which are subject to contact with sewage or in wet areas but
above the top water level shall be stainless steel conforming to BS 970:1991 316S13.

(i)

All holding down and anchor bolts, nuts, washers and anchor plates for use internally
in areas not subjected to contact with sewage shall be steel galvanised to BS EN
1461 or sheradised to BS 4921 :1973 Class I and all exposed surfaces shall be
painted after assembly and tightening.

IA 12/13 C 057 ST
C3/S8/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 7

GLASS REINFORCED PLASTICS

7.1

GENERAL

7.1.2

RELATED SECTION AND PARTS

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add the following:


Section 29, Approved Suppliers
7.3

FABRICATION AND ERECTION

7.3.4

GRP Lining for Pump Station Wet Wells


Add new item as follows:

Pumping station wet wells, discharge chambers and inlet channels shall incorporate a
corrosion resistant lining to all internal surfaces. Linings shall comply with Clause 87.3.4, sub-clauses 1 to 3 inclusive.

IA 12/13 C 057 ST
C3/S8/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

PART 9

TRENCHLESS PIPELINE CONSTRUCTION

9.1

GENERAL

9.1.6

Submittals
Delete paragraph 1 and substitute with the following:

The Contractor shall submit complete data and details for the trenchless pipeline
construction for the Engineers approval as follows:
(a)

structural design calculations for the trenchless pipeline and temporary works
(i)
(ii)

(v)
(vi)

the description and specification of pipes and design calculations


details of the permitted angular deflection and draw for the proposed
pipes
the Contractor shall submit full details of the pipes together with
details of previous works undertaken using similar pipes
details of proposed manufacturer of pipes with relevant literature and
details of manufacturers Quality Control system
anticipated jacking loads
structural design of thrust walls

(b)

shop drawings

(c)

materials specifications

(d)

method statements which shall include:

(iii)
(iv)

(e)

(i)

details of the specialist sub-contractors qualifications and


experience in micro-tunnelling together with project references
including previous employers names and current contact
details and a curriculum vitae of the proposed tunnelling
machine operator including details of relevant experience in
Qatar and the Middle East

(ii)

detailed procedure for the Works

(iii)

a description of tunnelling equipment with relevant literature


and a statement from the tunnelling machine manufacturer
detailing a delivery schedule for spare parts and consumables
for the proposed tunnelling machines

(iv)

preconstruction
activities
including test pits)

(v)

safety procedures

(vi)

handling and fixing of the inner pipe in the case of pipejacking


with larger diameter pipes

(vii)

programme of work, including proposed production rates

(viii)

bentonite injection system details

(ix)

detailed method statements for all other aspects of microtunnelling work

(x)

where appropriate for the size of machine proposed, details of


man access into the tunnel and tunnel boring machine

(geotechnical

investigations

designs of thrust and reception shafts and detailed drawings

IA 12/13 C 057 ST
C3/S8/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

(f)

dewatering arrangements and disposal of groundwater

(g)

methods for dealing with different ground conditions

(h)

equipment layout at the thrust and reception shafts

(i)

details of sleeving system

(j)

ventilation

(k)

lighting and communications

(l)

disposal of surplus excavated material

(i)

details of the spoil separation process to produce clean slurry for recirculation to the tunnel boring machine

(ii)

details of the containment of the excavated material to prevent water


and slurry draining from the Contractors designated working area or
wagons. Lagoons for storage and settlement of slurry from the microtunnelling process will not be permitted

(iii)

details of the purpose made tanks for settlement of slurry shall be


provided.

(iv)

details of the solid waste disposal procedure to an approved tip in a


manner which does not cause spillage of slurry, mud or any other
solid or liquid waste on the carriageway

(v)

disposal of surplus water, once all solids have been removed, to an


approved surface/ground water outfall, if locally available, or removed
by tanker to an approved point of disposal

(m)

pilot bore

(n)

plan at 1:50 scale showing working plant positions, spoil removal


faculties, materials storage facilities, launch and reception shafts,
fencing, offices, discharge lines, ground water removal facilities, etc.

The Contractor shall not procure materials or begin construction of the Works until
the Engineer has approved all submittals. The Engineers approval shall not relieve
the Contractor of his obligations.

9.2

TRENCHLESS PIPELINE CONSTRUCTION GENERALLY

9.2.2

Surveys and Setting Out


Delete paragraph 2 and substitute with the following:

During construction of a drive between any two working shafts, the Contractor shall
observe levels on predetermined cross-section points at regular intervals to
determine if there is any subsidence.
Temporary benchmarks shall be set up along the centre of the pipe at 15 metre
intervals between the shafts and at 5 and 10 metres offsets. Levels shall be taken
along the centre of the pipeline and at offsets of 5 metres and 10 metres each side
of the pipeline at 15 metre intervals between shafts. Levels shall be taken and
recorded on all of the above points at daily intervals during micro-tunnelling works,
again one week before issue of a Completion Certificate, and finally at the end of the
400 day period of maintenance.

IA 12/13 C 057 ST
C3/S8/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Add new paragraph 6 as follows:


6

As-built surveys of each micro-tunnel drive shall be undertaken. For all micro-tunnel
drives of internal diameter 800 mm or more, including any permitted sleeves of this
size, the Contractor shall employ an approved independent survey company to
undertake an as-built survey of the drive. Coordinates and levels shall be provided
for every pipe joint. For steel sleeves, coordinates and levels shall be provided at 5
metre intervals. Each completed drive shall be surveyed immediately after
completion of the drive. No further micro-tunnel drives may be commenced until the
survey results have been submitted to and approved by the Engineer. No pipes
may be installed within sleeves until the survey results have been submitted to and
approved by the Engineer.

9.2.3

Monitoring Line and Levels


Delete paragraph 3 and substitute with the following:
The invert level of the finished pipeline at the drive shaft shall be within 10mm of
the required level shown on, or interpolated from, the Contract drawings.
The invert level and line of the pipeline shall at no point deviate from the design by
more than the following:
Pipe Bore
D mm

Vertical
mm

Horizontal
Mm

D < 600

20

25

600 D 1 000

25

40

1000 < D 1 400

30

100

D > 1 400

50

200

Delete paragraph 4 and substitute with the following:


4

The pipe manufacturers stated permitted draw or angular deflection shall not be
exceeded at any individual joint.
Add new paragraph 7 as follows:

Where micro-tunnelled sewers are required to connect into existing pipelines or


pipelines previously completed under this project, due allowance shall be made prior
to commencing the drive to ensure that the finished pipeline profile does not require
the pipe contents to flow uphill.

9.2

MATERIALS

9.3.1

Pipes
Delete paragraph 2 and substitute with the following:

Pipes shall be designed to withstand the maximum axial thrust with a factor of safety
of four based on the full effective area of the pipe and the ultimate compressive
strength of the pipe material. For reinforced concrete pipes the full effective area at

IA 12/13 C 057 ST
C3/S8/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

the joint shall be used. The pipe design shall take into account both permanent
service loads and temporary loads encountered during installation.
Add new paragraphs 12 to 14 as follows:
12

The nominal internal bore of the micro-tunnelling pipes shall be as indicated on the
Drawings or as specified by the Engineer. The Contractor shall select an
appropriate external diameter for the pipe which shall be submitted to the Engineer
for approval.

13

The design of the jacking pipes and determination of acceptable pipe fabrication
tolerances shall be the responsibility of the Contractor. Maximum compressive
stresses applied to the pipe shall not exceed 33% of the design compressive
strength of the pipe and shall not exceed the pipe manufacturers recommended
allowable stresses.

14

Pipes for surface and ground water drains to be installed by micro-tunnelling shall be
fit for purpose and shall be one of the following:

9.3.5

(a)

Concrete designed specifically for jacking to BS 5911: Part 120 with a GRP
pipe lining in accordance with Section 8 Part 3 Clause 3.4. . The GRP lining
pipe shall incorporate watertight joints between adjacent pipes and shall
accept no longitudinal load during jacking. The joint between adjacent pipes
shall be designed to ensure concentricity of adjacent pipes and shall prevent
application of any lateral forces to the GRP pipe. The coarse aggregate
used in the manufacture of the pipes shall be crushed Gabbro rock. The
external surface of the pipe shall be coated with at least 300 DFT abrasion
resistant epoxy. Pipes shall be factory manufactured by an approved
experienced manufacturer. Pipes shall not be manufactured on-site.

(a)

Concrete designed specifically for jacking to BS 5911: Part 120 with a


polymer lining as described in Section 5 Part 14 Clause 14.6. The coarse
aggregate used in the manufacture of the pipes shall be crushed Gabbro
rock. The external surface of the pipe shall be coated with at least 300 DFT
abrasion resistant epoxy. Pipes shall be factory manufactured by an
approved experienced manufacturer. Pipes shall not be manufactured onsite.

(b)

The joint between adjacent jacking pipes shall be designed to ensure


concentric alignment of adjacent pipes and uniform transfer of jacking forces
from one pipe to the next. For concrete pipes the pipe joint shall consist of a
substantial external stainless steel guide ring to achieve this requirement,
which shall be welded to the reinforcing cage of the concrete pipe. The joint
shall also incorporate one or more EPDM or other approved elastomeric
sealing gaskets.

Grout
Add new paragraph 3 as follows:

Unless agreed to the contrary in writing by the Engineer, the annulus around the
installed pipes shall be filled with cement grout installed under pressure by an
approved means.

IA 12/13 C 057 ST
C3/S8/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

9.4

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

THRUST AND RECEPTION SHAFTS


Add new paragraphs 9 to 13 as follows:

The Contractor shall select the location of the drive and reception shafts. These
locations shall be submitted to the Engineer for approval. These shafts may be
incorporated as part of the permanent works. All modifications to the shafts
converting them into access manholes shall be completed at the Contractors own
expense. Details of the modifications shall be submitted to the Engineer for
approval and shall conform to those shown on the Contract drawings.

10

Prior to commencing work at a shaft, the Contractor shall provide details of the shaft
support system, working plant position, spoil facilities, material storage facilities,
dewatering arrangements, etc. The details shall include a sketch of all the working
facilities at the head of the shaft.

11

Access down into the shaft for personnel and equipment shall be approved by the
Engineer. Hand railing set at a height of 1 100 mm above ground level together with
toe boards and protective netting to prevent equipment falling into the shaft shall be
provided at each shaft.
Fencing shall be erected around each shaft site
establishment to prevent the entry of unauthorised persons.

12

The dimensions of shafts shall be the minimum necessary to safely construct the
Works.

13

Backfilling of shafts shall be undertaken in accordance with Section 8 part 2


Sub-Clause 2.3.3.
Delete Sub-Clause 9.6 and substitute with the following:

9.6

MICRO-TUNNELLING

9.6.1

General

Micro-tunnelling shall be defined as a method of installing pipe or casing by jacking


the pipe or casing behind a remotely controlled, laser guided, steerable, guided
tunnel boring machine which fully supports the excavated face with fluid and/or earth
pressure balance at all times.

Micro-tunnelling pipe is defined as pipe or casing capable of withstanding installation


jacking and any other construction loads in addition to permanent live and dead
loads.

The method to be employed for micro-tunnelling shall be selected by the Contractor


to suit ground conditions and ground water pressure. The Contractor shall submit a
detailed method statement which shall be approved by the Engineer prior to
commencing micro-tunnelling.

9.6.2

Contractor Responsibilities

The Contractor shall carry out, and be responsible for, the detailed design of:
(a)

The micro-tunnel;

IA 12/13 C 057 ST
C3/S8/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(b)

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

All associated works (including shafts, connections, etc.).

The design shall be prepared by qualified design engineers or other professionals


who comply with the criteria stated in the Specifications. The Contractor warrants
that he, his designers and design sub-contractors have the experience and
capability necessary for the design. The Contractor undertakes to ensure that the
designers shall be available to attend discussions with the Engineer at all
reasonable times.

The Contractor shall satisfy himself that he has sufficient geotechnical details before
commencing the detailed design. If available, a copy of existing geotechnical
investigation reports shall be provided to the Contractor. These reports are provided
for information only and the Contractor is advised to corroborate the details provided
and commission any additional site investigation works he deems to be necessary.

The Contractor shall be responsible for ensuring that he avails himself of all
necessary utilities information, existing and proposed, prior to commencement.
Where available, a copy of existing utilities information shall be provided by the
Engineer. These reports are provided for information only and the Contractor shall
be responsible for ensuring that the information collected is the most recent and
factual record of existing and proposed services in the project area. The Contractor
shall utilise appropriate equipment and methods to aid him in the determination of
the line and level of existing utilities apparatus. This may be undertaken either by
the Contractors own staff or by specialist sub-contractors.

The Contractor shall be responsible for obtaining all approvals/consents required for
the disposal of excavated material/spoil that is surplus or unsuitable for incorporation
in the permanent works. The Contractor may propose, subject to the approval of the
Engineer, remedial measures to be taken for the improvement of earthwork arisings,
which are not suitable in the as-dug condition, for use in the permanent works.

The Contractor shall allow the Engineer full access to real time micro-tunnelling data
any time during construction.

9.6.3

Safety and Environment

The Contractor shall carry out all works to the requirements outlined in all current
appropriate Regulations, Codes of Practice. The following recognised documents
shall form the basis for guidance and development of the safety plan and site
procedures:

(a)

UK Health and Safety at Work Act including the provisions of BS 5228, Parts 1
and 2;

(b)

BS 6164: Safety in Tunnelling (Code of Practice);

(c)

Guide to Best Practice for the Installation of Pipe-jacks and Micro tunnels.

The Contractor shall develop a safety plan to encompass all aspects of safety and
environmental requirements prior to commencement of the work. This plan shall be
a working document and be subject to continuous review throughout the period of
the contract.

IA 12/13 C 057 ST
C3/S8/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

All machinery, including hoists shall be suitable for quiet and efficient operation and
shall be installed and maintained to an acceptable safety standard.

A site safety culture shall be instigated on-site prior to work commencing and be
developed throughout the course of construction. The culture will comprise of the
use of key management tools by the site management (and outlined in the site
safety plan) in educating the site operatives in all aspects of best safety practice and
awareness in their work. An induction session shall be given to all operatives and
staff irrespective of their discipline and experience. This should, in particular outline
all local requirements relating to the contract, actions to be taken in event of
emergencies, and an overview of the Site and its personnel. The content of the
induction may be varied to suit the recipients. Each operative shall receive training,
together with any appropriate examination or documentation, to ensure he is
completely aware of the requirements of each aspect of his job and the hazards
which are inherent in its execution.

The Contractor shall produce a risk/hazard analysis of the key elements of the
pipe-jacking operation and utilise the results of the analysis in reducing such risks
that remain to a minimum. Such hazards shall be communicated to workers through
induction, tool box talks and the like.

The Contractor shall develop and implement a plan for immediate underground
evacuation in the event that the presence of toxic/inflammable gas is identified in the
excavation. In such case the Contractor shall identify and take appropriate action to
rectify such hazard prior to allowing work to recommence.

Appropriate training and certification shall be given to all operators of plant. This
shall be carried out only by engineering staff competent in the use and hazards
associated with the particular item of plant concerned.

9.6.4

Performance Requirements

The micro-tunnelling system shall be selected by the Contractor to suit local ground
and groundwater conditions. The Contractor shall submit a detailed method
statement for approval by the Engineer prior to starting micro-tunnelling work.

Micro-tunnelling operations shall be carried out in a manner that minimizes ground


movement in front of and surrounding the pipeline. Settlement of the ground surface
shall be minimized. Damage to structures and utilities above and in the vicinity of
the underground operations shall be prevented.

The ground shall be continuously supported in a manner that prevents loss of


ground and maintains the stability of the tunnel face and perimeter at all times.
A full work force shall be maintained on a continuous basis (24 hours per day)
during any emergency or work stoppage that could endanger the tunnel excavation,
sub-surface infrastructure and surface facilities.

Dust, noxious gasses or other atmospheric impurities shall be actively controlled in


accordance with the relevant Qatar occupational health and safety legislation.
Approved instrumentation for monitoring air quality in work areas and pipelines
accessed by personnel shall be provided.
This environmental control and
associated procedures to be followed in monitoring shall be fully documented in the
Contractors Safety Plan.

IA 12/13 C 057 ST
C3/S8/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

All micro-tunnelling and underground construction work shall be performed in


accordance with the relevant Qatar occupational health and safety legislation and
the approved Contractors Safety Plan. This Plan shall include safe procedures to
mitigate risks associated with the work, including identification and logging of any
and all visitors into and out of the underground works and prevention of
unauthorized entry. Safe procedures shall also be established for personnel entering
the tunnel to carry out maintenance or for other purposes.

9.6.5

Micro-tunnel Design Elements

Tunnel Pipe Design


(a)

The watertight lining pipe shall be installed by single pass pipe jacking using
a remote controlled tunnelling operation to the alignments and grades shown
on the drawings. Remote controlled tunnelling operations apply to trenchless
pipe installation by micro-tunnelling where the carrier pipe is installed directly
behind the tunnelling machine and the machine provides support to the
excavation face at all times.

(b)

Jacking pipes shall be of precast concrete, designed and manufactured to


meet the requirements of:
(i)
(ii)
(iii)
(iv)

BS 5911 Specification for reinforced concrete jacking pipes with


flexible joints.
BS EN ISO 9002 Manufacturing.
DIN EN 1916 and DIN 1201 in accordance with ATV 125 for
reinforced concrete jacking pipes.
BS EN ISO 9002 Manufacturing.

(c)

All jacking pipes, including special designs, shall be sufficiently reinforced


with steel to withstand all stresses induced by handling, jacking, earth and
water pressures and all working loads at the depths at which they are to be
used without cracking, spalling or distortion. A load factor of not less than
1.5 shall be used in the calculations to determine the strength of the pipes
required. The clear cover to any steel reinforcement shall not be less than
nominal 50 mm. The pipes are designed and calculated in according
ATV 161 (Technical Standard of pipe jacking).

(d)

The strength of the pipes shall be tested by a three edge bearing test.
When subjected to the design load in such a test, the maximum crack
developed on the pipe shall not exceed 0.25 mm. If this test not possible
an equivalent quality control and security system has to be developed.

(e)

All pipes shall be manufactured by a supplier approved by the Engineer.


The process of manufacture may be by centrifugal or vertical casting
subject to submission and approval by the Engineer. All pipes shall be
cast with a minimum of 3 grout holes equally spaced around the pipe wall.
A steel threaded insert ( to 1 BSP minimum dimension) shall be cast in
each hole. All pipes shall be of spigot and socket design with an integral
steel collar cast on the socket or trailing end. The collar shall be suitably
and securely fixed to the reinforcing cage of the pipe prior to the pipe being
cast. Each pipe shall have a 75 mm dia lifting hole or lifting anchor cast in
the top centre to facilitate a lifting device. All pipes shall have their date of
manufacture clearly and indelibly marked on them. All pipes shall be fully
cured and have reached the designed concrete strength prior to delivery.

IA 12/13 C 057 ST
C3/S8/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

(f)

The Contractor shall submit full details of his proposals for the pipes, giving
detailed drawings showing sizes, reinforcement and jointing arrangements,
all cast in items and concrete design including specifications for all
component materials. A full set of design calculations including the
parameters adopted for the design shall also be submitted.

(g)

The name of the manufacturer, place of manufacture and manufacturing


process shall be identified at an early stage and provision made for
inspection of such facilities by the Engineer for his approval.

(h)

The jacking equipment including any required intermediate jacking stations


shall have a capacity of not less than 20 per cent greater than the
calculated theoretical maximum jacking load.

(i)

The design of the tunnel shall take into account the required life span, the
proposed use, the ground conditions, the sequence and timing of
construction and the local existence of adjacent structures. Relaxation of
stresses in front of boring machine and excavation, installation and watertightness of lining pipe should be considered. The required life span is 100
years. 100-year durability design shall meet the requirements of BS 8110.

(j)

Numerical methods shall be used to evaluate the loading on the lining pipe.
Results of the numerical calculations shall be used to assess surface
settlements. The Contractor shall specify, justify and explain the model he
intends to use. The Contractor shall also submit two licensed English
versions of the software including all manuals, to the Engineer.

(k)

The Contractor shall be solely responsible for the accuracy of the


numerical model and the assumptions necessary to fully simulate the
anticipated ground and the tunnel excavation within it, the installation of
any support measures and the construction of the permanent tunnel lining
system. The Contractor shall provide in his Design Submission numerical
simulations which are applicable to and reflect the work and construction
stages proposed by him. State of the art modelling techniques, material
properties, simulation procedures and material definition, shall be applied.
In addition the Contractor shall at least consider the requirements as
outlined below for the modelling process:

Tunnel Access Shaft


(a)

The positions of the micro-tunnel shafts and tunnel are shown on the
Contract Drawings. The Contractor may suggest alternative positions to suit
his equipment and works programme. The final depth and position of the
shafts and tunnel however shall be subject to the approval of the Engineer.
The maximum spacing of micro-tunnel shafts shall be 700 metres.

(b)

The working shaft shall be designed to withstand the force applied by the
main jacking station and of adequate dimensions to fully cater for the
underground installation of all necessary pipe-jacking equipment. This will
include the jacking frame and thrust ring assembly, slurry pumping
equipment, electrical isolation box and guidance system. Consideration must
also be given to safe access and working space for the pit bottom crew. The
design of the shaft base shall incorporate the requirements of a thrust block
for the jacking frame to bear upon and a tunnel launching eye and sealing
ring through which the TBM is launched. The design of these structures will
depend on the type of ground and jacking pressures envisaged. They are
normally considered to be temporary structures, being removed on

IA 12/13 C 057 ST
C3/S8/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

completion of the drive, but consideration may be given to incorporating them


in the permanent works wherever possible.
(c)

Requirements for launching the TBM assembly, which may comprise multiple
units of varying length, shall also be taken into consideration when deciding
upon the overall size of the shaft base.

(d)

Micro-tunnel shafts shall be placed at main road intersections to take


drainage from the surrounding areas.

(e)

Micro-tunnel shafts shall be built to PWA standards and requirements. The


Contractor may propose alternative designs subject to the approval of the
Engineer.

(f)

Shaft openings shall be located within the central reservation or footway


areas. No openings shall be accepted within the highway carriageway.

(g)

The design of the tunnel shafts shall take due account of the following:
(i)

(ii)
(iii)

(iv)

(v)

Need to provide a structurally sound and stable reinforced concrete


shaft wall and superstructure that shall comply with all relevant BSI
standards. Design calculations and materials shall be submitted for
approval to the Engineer prior to any construction work being
undertaken.
All shafts shall be watertight.
All shafts shall have protective coatings both externally (in
accordance with QCS Section 5, Part 14, Clause 14.3 or as directed
by the Engineer) and internally (white epoxy coating in accordance
with QCS Section 8, Part 8, Clause 8.3.15)
All ladders and handrails shall be to QCS Section 8, Part 6, Clauses
6.4.1 to 6.4.7. Platforms shall be provided at maximum distances of
6 metres and shall be positioned to allow maintenance equipment to
be lowered unhindered to the base of the shaft. Ladders shall
terminate at platforms and be staggered between platforms.
Down-pipes shall be secured by stainless steel brackets to the inside
of walls.

9.6.6

Design Checking

All drawings and calculations intended for incorporation into the design package
shall be checked by an approved Independent Checker. Evidence of the extent and
scope of checking carried out on each set or subset of calculations shall be provided
either in the form of parallel calculations or by marking up the calculation sheets or
by providing a summary on the cover sheet.

All drawings shall be checked with due consideration for the following:
(a)

completeness;

(b)

compliance with the relevant requirements of the Contract Documents;

(c)

consistency between
specifications;

(d)

compliance with standards, codes, regulations and statutory requirements;

(e)

dimensional accuracy and presentation.

calculations,

IA 12/13 C 057 ST
C3/S8/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

schedules,

reports,

drawings,

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

With his approval the Independent Checker confirms that the relevant documents
are in compliance with the PWAs requirements, relevant local and international
standards and designed correctly.

9.6.7

Finite Element (FE) and Finite Difference (FD) Models

A numerical analysis shall be carried out and fulfil the following geometrical
requirements:
(a)

Notwithstanding the requirements as listed below the mesh layout shall be


such that numerical accuracy is guaranteed. If required, the Contractor shall
perform sensitivity studies with different levels of mesh refinement.

(b)

Width of mesh shall extend at least two tunnel diameters beyond the limits of
the tunnel lining.

(c)

The model used for the design at the ground sections of the tunnel shall be
capable of considering the joint system and joint properties of the ground
strata, by either explicitly modelling joint systems or applying suitable models
with equivalent properties.

Element size around excavation contours shall not be larger than those elements
that correspond to an angle of 10 degrees along the arch. Infinite elements shall be
used along the border of the mesh or a suitably large mesh shall be proposed so
that the influence of boundary of mesh is negligible for FE models: The practical
limit of the aspect ratio of zones should be kept to approximately 1:4 or less in order
to achieve reasonable solution accuracy. The practical limit for FD models of the
aspect ratio of zones should be kept to approximately 1:1 or less in order to achieve
reasonable solution accuracy.

Each computation shall be accompanied by a report that shall at least include a


description and interpretation of:
(a)

definition of the mesh;

(b)

selection of design sections;

(c)

definition of geological strata;

(d)

selected input parameters;

(e)

material models used;

(f)

results including surface settlements and expected deformations in the


tunnel;

(g)

dimensioning of the tunnel lining.

9.6.8

Verification of Results

Numerical calculations for the design of the lining shall be verified using different
analytical methods.

9.6.9

Design Parameters for the Calculations

Parameters required for the design and not defined in this document shall be
established by the Contractor. All details on these parameters shall be provided by
the Contractor in his Design Basis Report subject to the consent of the Engineer.

IA 12/13 C 057 ST
C3/S8/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

The results of site investigations carried out are to be summarised in the Data
Reports and the Contractor shall conduct supplementary site investigations within
the project area as designated and/or where considered appropriate. The
interpretation of all site investigation data, including the interpretation of the Data
Reports and of the bore logs shall be the responsibility of the Contractor. The
Contractor shall justify and explain the derivation of all his geotechnical parameters
in his geotechnical interpretative report. The geotechnical parameters used for the
design require the consent of the Engineer. The worst credible ground parameters
as identified in the site investigation data shall be used to check the micro-tunnel
lining (at the ultimate limit state).

9.6.10

Design Loadings

The Contractor shall include for the following loads in his calculation of the stresses
and strains induced in the installed pipeline:
(a)

Ground/Rock Loads;

(b)

Water Loads: Groundwater levels with sufficient safety margins for the
design shall be determined from groundwater observations. The design
calculations shall be carried out both for an upper bound and a lower bound
of the ground water level subject to the consent of the Engineer;

(c)

Live Loads: For underground structures under a roadway, a live load as


defined in BS 5400, Part 2 for highway bridges considering type HA loading
combined with 45 units HB loading shall be allowed for in the design;

(d

Surcharge Loads: For all underground structures and in locations where live
loads as specified above do not apply, a surcharge load of 22.5 kN/m
applied at ground level shall be allowed for in the design;

(e)

All other loads.

The Contractor shall take into account any other loading criteria which may be
applicable to achieve the full performance of the micro-tunnel, including water
pressures under operational conditions within the lined tunnel.

In addition to the design sections as defined above the Contractor shall carry out
case studies of all relevant and possible combinations of geological, hydrogeological
and geometrical conditions as necessary for his design and construction. The
Contractor shall also provide calculations in accordance with the soil /rock
classification proposed by the Contractor and based on the Contractors
geotechnical interpretation. The Contractors calculations shall cover all possible
geotechnical conditions anticipated over the entire tunnel length. Notwithstanding
the calculations as requested above, the Contractor shall consider within his design
submissions one numerical simulation of the tunnel construction of at least every
400 m of the bored tunnel section. Within the Preliminary Design Submission the
Contractor shall propose these calculation sections which shall be subject to the
consent of the Engineer.

9.6.11

Design Submissions

The Contractor shall submit his proposed detailed design report to the Engineer for
approval, not less than four weeks prior to his intended construction start date for
this element of work, or as specified by the Engineer. The submission should
include, but not be limited to, the following:

IA 12/13 C 057 ST
C3/S8/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

(a)

Summary of all subjects addressed in the design stages;

(b)

Summary of the design criteria adopted in the design stages;

(c)

Final hydraulic model for overall drainage system including all input and
output data;

(d)

Final hydraulic design and calculations for overall drainage system including
connections;

(e)

Final hydraulic design and calculations for the temporary pumping station if
required.

For the purpose of obtaining all necessary approvals on completion of the detail
design stage, the Contractor shall submit to the Engineer the following:
(a)

4 no. complete sets of detail drawings-paper prints (A1) to include:

The modified positive surface water drainage system and micro-tunnel


plans at 1:1000 scale based on survey sheets and incorporating
coordinate grid, proposed sewers connections, access and maintenance
shafts, invert, cover and ground levels. Key plan of the proposed system
plans including coordinate grid, contract area, sewer connections, main
building and road/street names, and layout plan of the temporary
pumping station sites at 1:100 or 1:50 scale if required.
Sections of micro-tunnel and the modified positive surface water drainage
system at 1:1000 horizontal and 1:100 vertical scales. Sections are to be
related to each the system plan and include chainages, access and
maintenance shafts number, invert, cover and ground level, tunnel
diameter, gradient, terrain crossed, major service crossings and any
connecting branch sewer details.
Standard drawings for the modified positive surface water drainage
system, micro-tunnel cross section, access and maintenance shafts and
miscellaneous details to appropriate scales based on PWA standards.

(b)

4 no. complete sets of the detailed construction specification;

(c)

4 no. Bills of Quantities, containing the principal items;

(d)

The submittal of the detail design for approval shall also be accompanied by
4 copies of a comprehensive Engineering Report including the design
calculations, which will detail revisions and amendments to the design
subsequent to the approvals given for design. The report shall include
copies of the comments made on the design and corresponding actions
taken;

(e)

Drawings, designs, documents and reports submitted for approval will not be
accepted if there is no evidence of internal, qualified, checking; or if the
quality of the contents of the Drawings and documents clearly indicate that
they have not been checked thoroughly;

(f)

Partial submittals will not be accepted.

If significant changes are required to the above original document submissions, the
Contractor shall re-submit to the Engineer.

IA 12/13 C 057 ST
C3/S8/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

9.6.12

Certification Procedure

The entire design of the Bored and any Cut and Cover Tunnels (layout design,
structural design and geotechnical design) shall be checked by the Accredited
Checker. On completion of the design and check the respective certificates shall be
submitted to the Engineer in accordance with the UK DMRB BD 2/02.

The Contractor shall provide a certificate of assurance from a reputable TBM


manufacturer or refurbisher to warranty that the proposed TBM is fit for purpose to
carry out the intended works.

At least four weeks before the commencement of any tunnel excavation works, the
Contractor shall submit to the Engineer test certificates concerning all material
properties and characteristics as defined in the relevant sections herein and/or used
for tunnel design purposes from an independent and acknowledged source.

9.6.13

Contractors Documents

The Contractors Documents shall comprise, but not be limited to the following:

(a)

Safety Procedure Manual (Project Specific Safety Plan);

(b)

Risk mitigation plan;

(c)

Contingency plan;

(d)

Pre-construction inspection reports of adjacent properties and utilities;

(e)

List of drilling team (Names, qualifications, experience, training, etc.) and


management control.

Full details of the micro-tunnelling system shall be supplied with the above
submittals, including:
(a)

Type(s), number(s) and model reference of proposed micro-tunnelling


system.
If not from single source, detail main elements of the system.

(b)

Written confirmation from manufacturer (with company seal) that the


machine configuration is suitable for the external diameter of pipe proposed.

(c)

Cutter face details, including tooling and face port opening dimensions.

(d)

System of alignment control and steering control and activation.

(e)

Full details and justification for excavation and spoil disposal method(s).

(f)

Hydraulic jacking system maximum capacity and method of limiting to


maximum jacking pipe capacity.

(g)

Details of any intermediate jacking stations.

(h)

Electrical system and on-site power supply.

(i)

Proposed communication system between the MTBM (Micro-Tunnel Boring


Machine) and operating personnel on the surface.

IA 12/13 C 057 ST
C3/S8/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
3

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

Full and comprehensive details of the procedures and resources that will be used to
perform the work shall be provided, including;
(a)

Machine launch and reception;

(b)

Pipe handling and connections;

(c)

Supplementary alignment surveying;

(d)

Excavation and spoil disposal;

(e)

Closure of any intermediate jacking stations;

(f)

Emergency procedures;

(g)

Ventilation of tunnel, including gas monitoring.

(h)

All materials, including slurry, lubricants;

(i)

Location of approved spoil disposal facility;

(j)

Drawings showing layout, temporary equipment locations and complete


jacking set-up in typical jacking shaft.

Daily logs shall be used to record the micro-tunnelling work and any associated
delays. The log shall be submitted to the Engineer for record purposes on a weekly
basis.
The basis of the log shall be the electronic data recorder that operates with the
micro-tunnelling system. The log shall include:
(a)

MTBM alignment deviation data and applied jacking load shall be recorded at
intervals;

(b)

Alignment deviation shall not exceed 0.3 m in 5 minutes;

(c)

The commencement and completion of jacking of each pipe section;

(d)

The operating pressure if pressure balanced system is used;

(e)

Quantities of lubricant injected;

(f)

Air quality monitoring results;

(g)

Unusual events.

9.6.14

Construction Responsibilities

During construction, the Contractor shall be responsible for:

(a)

Providing a temporary and secured drainage system for the Works (N.B.
restricted access, safe and dry working environment, etc.);

(b)

Taking all necessary precautions to protect the tunnel and/or adjacent


properties from flooding (e.g. groundwater may be problematic in the area);

(c)

Provision of a temporary wall, if required, to enable the executed tunnel


section to serve as temporary storage.

The Contractor shall provide temporary pumping facilities to the extent required to
avoid delays to the construction programme and quality of the work. The Contractor
shall also indicate any EFA sites (Emergency Flood Area) if required for flood

IA 12/13 C 057 ST
C3/S8/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

alleviation works during the construction works and confirm the availability of the
land. The Contractor shall be responsible for the fencing, safety and security of any
temporary EFA areas. Any fuel and/or power sources shall be provided as
appropriate. All facilities/connections in this respect shall comply with standard
regulations regarding their storage and/or use.
3

The Contractor however shall be responsible at his cost for providing temporary
submersible pumps to evacuate any flooded tunnel sections and discharge to an
acceptable outfall point.

9.6.15

Quality Assurance/Control

All pipes delivered to site shall be the subject of inspection and approval by the
Engineer before they can be incorporated in the Works. Any and all rejected pipes
shall be immediately removed from site and replaced with pipes acceptable to the
Engineer. Pipes and pipe gaskets shall be stored or stacked on-site in accordance
with the manufacturers recommendations.
Every jacking shift shall be supervised by at least one person with previous
experience of micro-tunnelling work. Operators of the micro-tunnelling system shall
have prior knowledge and ability in its proper operation and shall run test the system
after set-up and before starting the drive. The Contractor shall follow manufacturers
instructions when operating the complete system and operational manuals shall be
available to site operational personnel at all times.

The installed pipeline shall be subject to visual inspection. Visible leaks (flowing or
dripping water) in pipes, pipe joints, manholes and structures shall be repaired even
if leakage test requirements are satisfied.

9.6.16

Materials

Pipe repair materials shall be supplied by the pipe manufacturer as suitable for the
intended purpose and applied strictly in accordance with the pipe manufacturers
instructions. Water used for lubricant or grout shall be of neutral pH and shall be
clean, fresh and free from oil, organic or other deleterious matter. Polymers shall be
non-toxic and grout for filling voids outside the installed micro-tunnel pipeline shall
be designed by the Contractor and submitted for approval. The pipe material shall
be reinforced concrete (RC) or GRP subject to the approval of the Engineer.

The Contractor shall also submit a sample of the pipe wall section, joint band and
gasket seal. This wall section shall be completely fitted with the proposed grout
bush and flush fitting plug to be watertight.

The Contractor shall obtain the pipe manufacturers warranty that the pipe conforms
to the specifications and shall be free from defects in materials and workmanship.

9.6.17

Temporary Works

The Contractor shall develop his temporary works design taking into account all site
constraints identified elsewhere in the Contract Documents. The Contractor shall
provide clear method statements detailing all stages of the temporary works
including supporting calculations for the temporary works.
These method
statements shall be issued to the Engineer before works can commence.
Calculations shall be included where relevant, e.g. as part of settlement checks on

IA 12/13 C 057 ST
C3/S8/23
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

adjacent structures. A Detailed Safety Plan identifying hazards and mitigating


measures shall also be included in the Temporary Works Method Statements.
9.6.18

Construction Preparation

The Contractor shall be responsible for:


(a)

the means and methods of micro-tunnelling and pipe jacking operations and
shall be solely responsible for and shall ensure the safety of the work, his
site personnel, the public and adjacent property (public and private);

(b)

maintenance of clean working conditions at all locations at all times;

(c)

control and implementation of safety precautions for personnel entering


pipeline;

(d)

organizing equipment in all areas to ensure safe operation at all times;

(e)

providing safeguards to prevent leakage of fuel or lubrication oils from


micro-tunnelling system equipment. Hydraulic oils used by the Contractors
plant shall be bio-degradable and non-flammable.

9.6.19

Pipeline Installation

The pipeline shall be placed within 50 mm of the vertical and 200 mm of the
horizontal alignment shown on the Drawings. Steering corrections shall be made to
the pipeline so that the joint to joint angle of any two adjacent pipes does not exceed
0.5 degrees. The Contractor shall submit daily records of deviations.

Each section of pipe shall be jacked forward as the excavation progresses in such a
manner that complete and adequate ground support is provided at all times and
such that joints maintain their integrity and the pipe train continuity is maintained.

The Contractor shall ensure that jacking loads do not exceed the manufacturers
safe jacking capacity by effective management of the pipe jacking alignment and
pipe lubrication controls (intermediate jacking stations).

No damaged pipes shall be permitted to be used in the permanent works. Pipes


damaged in the casting and handling process in the factory shall not be permitted
on-site. Repairs to cast pipes, either in the factory or on-site shall be confined to
minor cosmetic repairs only. All repairs shall be subject to the approval of the
Engineer and carried out to an approved procedure. Any pipes identified as being
unfit for use in the tunnel shall either be removed from site and destroyed or clearly
marked and quarantined for later inspection and possible repair.

A proprietary seal of rubber or EPDM shall be incorporated in each pipe joint,


including joints between pipes and inter-jacks / TBM. The design of the seal shall be
commensurate with the detailing of the pipe joint. Seals may be fitted either at the
place of manufacture or on-site prior to placing of the pipe below ground. In either
case the seals shall be fitted in accordance with the manufacturers instructions.
Seals shall be inspected for damage by the surface crew immediately prior to pipe
use and any damaged seals replaced. Pipe seals shall be suitably lubricated with a
soap solution or other such compound in the pit bottom immediately prior to closing
the joint with the jacking frame.

IA 12/13 C 057 ST
C3/S8/24
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

A minimum of 30 mm thick Medium Density Fibreboard (MDF) packer shall be fitted


to the socket face of each pipe prior to the pipe being used in the tunnel. The
packer, comprising several segments to form the 360% annulus, shall be firmly
glued to the socket end and in such manner as to be 25 mm inset from the intrados
of the pipe. These packers may be fitted on either at the factory or on-site, however
it should be noted that in wet weather conditions suitable protection may be required
in cases of lengthy exposures.

Pipes shall only be lifted on-site using the cast in lifting hole or lifting anchor and a
purpose made lifting device. Such device shall be fully tested and carry relevant
certification. Pipes shall be stored in an orderly fashion in a designated area, not
more than two pipes high and on purpose made timber supports.

Pipes shall be power lowered by crane or gantry down the working shaft and set on
a purpose made cradle comprising the base of the jacking frame assembly. The
cradle shall have been set true to line and level prior to commencement of the
jacking and secured to the shaft bottom. The thrust wall assembly behind the
jacking frame shall also be set at right angles to the line of drive to ensure that no
misalignment occurs at the pipe joint on closure. The lifting device shall be removed
from the pipe prior to the joint being closed and jacking of the pipeline
recommenced. The lifting hole shall be sealed with a precast concrete plug and
rapid setting mortar prior to the hole location passing through the eye seal. Jacking
of the pipeline shall be carried out in such manner as to limit any deflection at a joint
to the manufacturer's recommended maximum. Pipe loadings shall normally be
limited to 50% of the design load (or similar as agreed) whereupon an inter-jack
assembly shall be installed.

On completion of a drive the line shall be fully inspected for damage or leaking
joints. The Contractor shall propose remedial works in such cases. Holes used for
injection of lubricants shall be filled with an approved mortar to a smooth finish at the
intrados of the pipe.

9.6.20

Construction Execution

All excavation works shall be properly set out to the line, level, curve or slope
required within accepted tolerances. Survey stations, centre lines, bench marks and
grade lines shall be clearly marked in paint on the tunnel walls. Chainages at 10
metre intervals shall also be clearly marked by appropriate permanent means.

Internal tunnel marking shall be done prior to jacking any lining pipes. This method
can be used to mark the exact location of any problem areas during the jacking
operation.

The Contractor shall establish and maintain reference control lines and grades for
the Works, which shall be used to exactly locate the pipeline and structures. The
primary control for the micro-tunnelling system shall be checked at least once per
week or not more than 60 metre intervals of constructed pipeline.

9.6.21

Working in Compressed Air

Provisions shall be made on the tunnelling machine to facilitate entry into the face of
the machine under compressed air for inspections and maintenance. These
provisions shall comply in all respects with all relevant statutory regulations

IA 12/13 C 057 ST
C3/S8/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

governing work in compressed air. The airlocks and other equipment fitted to the
machine shall comply with the requirements of CENprEN12110.
2

All equipment and personnel necessary to perform such interventions for inspection
or maintenance shall be available throughout the pipe-jacking operations.

The Contractor shall submit details of the compressed air installation for the
Engineers approval, along with details of the qualification and previous experience
of lock attendants, medical lock attendants, compressor attendants and supervisory
staff.

In highly permeable ground where air losses might be excessive, arrangements


shall be made to inject thick bentonite slurry into the face prior to an intervention to
form a cake on the exposed face in order to limit air loss.

Air compressors shall have a standby capacity of at least 50% and be powered by
an independent power source.

All essential parts of the compressed air system, including pipelines carrying
compressed air to the face, shall be duplicated. All pipework, valves, gauges, etc.
must be protected from impact damage. Where flexible hoses are used to carry the
compressed air through the pit bottom jacking arrangement they shall also be
protected from entrapment. In the event of failure of one part of the system it should
be possible to isolate that part without interrupting the air supply.

A safety valve shall be fitted to free air side of the pressure bulkhead of the
tunnelling machine. This safety valve shall be set to relieve at marginally above the
working pressure and shall be of adequate size to match the installed capacity of the
air compressors. Prior to any work in compressed air the system should be tested
to working pressure.

Any airlock fitted to the tunnelling machine shall be at least 1.5 meters diameter.
The air lock should be designed as a pressure vessel, subjected to a hydraulic test
and issued with an appropriate test certificate. Air lock doors should be at least 500
millimetres by 400 millimetres. Doors should normally be kept closed by the air
pressure but the door opening to the front of the tunnelling machine should also be
able to be locked shut whilst persons are being decompressed in the lock. The
airlock should be comprised of two chambers to allow access into the working
chamber in case of emergency. For use at pressures above one bar the lock should
be fitted with seating for the persons being decompressed. Where the working
pressure is above 0.7 bar a medical lock shall be provided which shall be manned
by a medical lock attendant whenever work in compressed air is in progress and for
twenty four hours afterwards. If necessary the quality of the compressed air
supplied to the working chamber shall be improved by coolers and filters to ensure
compliance with the specified requirements. The supply of compressed air to the
working chamber shall be sufficient to ensure that the level of any contaminant shall
not exceed 10% of the short term exposure level when measured at atmospheric
pressure. Air quality should be monitored at least once per day.

The Contractor shall appoint a registered medical practitioner experienced in


compressed air work to advise on decompression methods to be adopted and on all
other aspects of health relating to the work in compressed air. All employees will be

IA 12/13 C 057 ST
C3/S8/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

medically examined prior to working in compressed air. Records will kept of all
medical examinations and details of each compressed air exposure including
working pressure, working time, decompression procedures, etc. No person shall
be allowed to work in compressed air if the Contractor has reason to suspect that
person is under the influence of drink or drugs such that his capacity is impaired. No
one shall be allowed to enter the compressed air working chamber alone.
10

An experienced lock attendant shall be on duty at the free air side of the air lock at
all times when there are persons in the compressed air working chamber. All valves
gauges and controls at the lock attendants station shall be clearly marked with their
function and method of operation.

11

Smoking shall be banned in compressed air and no person shall take smoking
materials into compressed air. As far as is practicable no combustible material shall
be taken into the air locks and or the working chamber. The use of burning or
welding equipment should be strictly limited and shall be subject to a permit to work
system. Fire extinguishers shall be provided in the air locks and the working
chamber whenever work in compressed air is in progress.

9.6.22

Ground Pre-treatment

Pre-treatment of the ground, where applicable, shall be applied in advance of the


tunnel excavation to provide sufficient stability of the excavated area. Execution of
such works shall not commence before consent has been given to the design of
such works by the Engineer. The surface settlement monitoring shall be installed,
initialised and baselined prior to any ground modification work.

9.6.23

Drainage During Construction

The Contractor shall supply, install, operate and maintain sufficient pumps and pipe
work to control and remove water from any part of the underground works. Standing
water shall not be allowed. The capacity of pumps installed where required,
including at launch/reception pits, shall always be at least twice the normal volume
of the inflow of water plus the volume of flushing water if drilling equipment is used.
The minimum capacity of the pumps shall be 20 l/s.

The Contractor shall store or immediately have available standby pumps in good
working conditions of the same capacity. This equipment shall be maintained
properly and tested frequently.

The Contractor shall provide settlement tanks or other decontamination facilities


before the water is discharged. The Contractor shall submit his design for these
facilities as part of his method statement. The Contractor shall remove all
accumulated slurry, silt or other debris from the Works on an ongoing basis.

9.6.24

Disposal of Tunnel Seepage and Waste Water

Tunnel seepage and wastewater arising from the Works shall be collected and
discharged via a settlement tank. Seepage and wastewater shall not be discharged
into the public drainage system unless it meets the standards listed below. Where
necessary, the water shall be treated to achieve these standards.

IA 12/13 C 057 ST
C3/S8/27
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

The Contractor shall comply with BS 6031:1981 Code of Practice for Earthworks or
equivalent, regarding the general control of site drainage and the requirements of
the Relevant Authority. The Contractor shall ensure that water which may have
come into contact with contaminated material shall be disposed of in an appropriate
manner.
The Contractor shall have to apply for consents and approvals as follows:
(a)

obtain and complete standard permit application form for proposed


discharge into a PWA system.

(b)

before any discharges can be permitted into a PWA pipeline, written


approval shall be obtained from the relevant department of the PWA. Failure
to obtain the permit can result in immediate closure of the Works.

The Contractor shall make provisions that all hazardous substances including oil
drums or containers on-site are controlled in accordance with the relevant legislation
and are properly stored so that no oil or their contaminants are allowed to reach
watercourses or groundwater.

9.6.25

Testing

The Contractor shall provide all apparatus, assistance, documents and other
information, electricity, equipment, fuel, consumable, instruments, labour, materials,
and suitably qualified and experienced staff, as are necessary to carry out the
specified tests efficiently. The Contractor shall agree, with the Engineer, the time
and place for the specified testing of any plant, materials and other parts of the
Works.

The Engineer may vary the locations of details of specified tests, or instruct the
Contractor to carry out additional tests. If these varied or additional tests show that
the tested Materials or workmanship is not in accordance with the Contract, the cost
of carrying out this Variation shall be borne by the Contractor, notwithstanding other
provisions of the Contract.

The Contractor shall promptly forward to the Engineer duly certified reports of the
tests. When the specified tests have been passed, the Engineer shall endorse the
Contractors test certificate, or issue a certificate to him to that effect.

9.6.26

Grouting

As soon as each section of pipeline has been installed, its periphery shall be grouted
using a cement based grout with a minimum 48 hour compressive strength of 345
kPa (50psi) and minimum 28 days compressive strength of 1380 kPa (200psi).
Every effort shall be made by the Contractor to place the grout even when it is
known that the periphery contains polymer or other lubricant and shall demonstrate
that grout is not being taken before the grouting operation is terminated.

The grouting pressure shall be sufficient to move the grout to fill the annulus along
the pipe but shall not be greater at the injection nozzle than the pressure limit set by
the pipe manufacturer. The injection points shall be placed at not more than 6 metre
intervals along the pipeline. Grouting shall be carried out around pipelines at launch
and reception shafts as soon as the pipeline is placed at these locations to prevent

IA 12/13 C 057 ST
C3/S8/28
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

water and soil from entering the shafts. Additional grouting shall be carried out at
the Contractors expense, if required to ensure that the joints are watertight.
3

The micro-tunnel shall be adequately lit and ventilated for safe access, egress and
for working. If open flames are to be used where combustible gasses may enter the
air, tests for combustible gas shall be conducted continuously during the work. The
tunnel workers shall carry a gas meter that automatically records the level of
combustible gas. Particular care shall be taken that pipe repairs are carried out in
accordance with approved ventilation and safety procedures.

Infiltration Acceptance Test of the installed pipe, which shall be witnessed by the
Engineer, shall be in accordance with ASTM C969. The internal inspection of the
completed pipeline shall be the subject of approval by the Engineer.

9.6.27

Surface and Building Settlement Monitoring

The Contractor shall submit, for the consent of the Engineer, the detailed proposal
for positioning of ground and building monitoring points and other instruments and
the frequency of the measurements. Excavation works shall not start until the
consent of the Engineer to that submission has been obtained. During construction
the Contractor shall review monitoring frequencies depending on settlement trends,
the extent of construction activity in an area and the behaviour of the structures.

The monitoring data shall be copied to the Engineer on the same day that the
readings are taken, followed by hard copies with analysis within 24 hours. In
addition to carrying out all the normal surveying requirements for carrying out a pipejack the Contractor shall set-up surface settlement monitoring points at suitable
intervals along the projected pipeline. The spacing of such points may be as close
as 10 metres in sensitive areas however may vary according to the depth and
location of the jack.

In addition to monitoring over the centre line of the drive readings shall be taken at
suitable lateral distances to the centreline at each monitoring chainage. In roads
these cross sections shall extend the full width of the road corridor.

Settlement monitoring points shall also be installed at the corner of each building or
structure within a recognised distance from the tunnel centreline. The distance shall
normally be equivalent to the depth to invert of the proposed pipeline with a
minimum of 20 metres.

A full record of existing ground and structure levels shall be taken and agreed prior
to commencement of pipe-jacking operations.

A photographic record of existing damage and faults to all adjacent surface


structures shall be made by the Contractor and agreed prior to commencement of
pipe-jacking operations.

During the jacking operation between any two shafts the Contractor shall survey the
levels of the appropriate monitoring points on a daily basis.

Monitoring shall be carried out on any particular section of points when the tunnel
face is within 20-50 metres of that section dependent on the tunnel depth and
ground conditions. Monitoring shall continue at each section until the tunnel drive

IA 12/13 C 057 ST
C3/S8/29
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 8: SEWERAGE

has been completed or in the case of excessive settlement until the settlement has
ceased or the rate of settlement becomes acceptable.
9

If during jacking operations the actual movement of the ground reaches 90% of the
predicted value the Contractor shall immediately review his predictions and if
appropriate revise his operational procedures accordingly. Where such movement
occurs suddenly and adjacent to the tunnel face the Contractor shall not proceed
with the jacking operation until a revised method has been agreed with the Engineer.

9.6.28

Contractors Obligations

The Contractor shall carry out the Tests on Completion in accordance with this
Clause after providing the As-Built documents for the part to be tested.

Unless otherwise stated in the Particular Conditions, the Tests on Completion shall
be carried out in the following sequence:
(a)

Pre-commissioning tests per stage, which shall include the appropriate


inspections and pressure tests to demonstrate that each item of the stage is
acceptable and that the Works can safely proceed to the next stage

(b)

Commissioning tests, which shall include the specified operational tests to


demonstrate that the Works or Section can be operated safely and as
specified, under all available operating conditions.

For all tests described in sub-paragraph (a) and (b) the pipe and joints shall be
considered watertight if water infiltration is so low that it can only be detected
as damp patches without flowing or dripping water. Likewise, the tests described in
sub-paragraph (a) and (b) shall be used to confirm that the pipeline remains equally
watertight throughout the leak testing.

As soon as the Works, or a Section, have passed each of the Tests on Completion
described in sub-paragraph (a) and/or (b), the Contractor shall submit a certified
report of the results of these tests to the Engineer.

END OF SECTION

IA 12/13 C 057 ST
C3/S8/30
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PART 1

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

GENERAL

1.1.

GENERAL MECHANICAL AND ELECTRICAL REQUIREMENTS

1.1.2

Related Works
Add the following:
Section 29

Approved Suppliers

Add the following to sub-clause:


1.1.16

Environment

Temperatures:
Maximum recorded shade temperature
Average maximum shade temperature
Average minimum shade temperature
Normal winter minimum temperature
Minimum winter temperature
Maximum sun radiation temperature

52 deg C
46 deg C
20 deg C
12 deg C
0 deg C
84 deg C

Humidity:
Absolute maximum relative humidity
Absolute minimum relative humidity

100%
0%

All equipment/systems shall be suitable for the harsh environmental conditions and
hazardous areas (due to potential danger of flammable gases in the locality) and
shall have a minimum life of 15 years.

1.2

PRODUCTS

1.2.2

Workmanship
Add the following new item:

The Engineer reserves the right to instruct the Contractor to remove damaged
equipment from the site should he consider the equipment is irreparably damaged or
the remedial measures cannot be completed satisfactorily under site conditions.

1.2.14

Name plates and Data plates


Add new items as follows:

Items of plant, i.e. isolators, starters, distribution boards, junction boxes, timers,
fuses, etc., shall be clearly labelled to correspond with the appropriate schematic or
wiring diagram.

Labels shall be fixed to equipment prior to any testing being carried out.

IA 12/13 C 057 ST
C3/S9/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Unless specified elsewhere, labels shall be manufactured from 3 mm thick troffolite


with engraved 5 mm high lettering; the colour shall be white letters on a black
background.

Internal labels must be visible at all times and must not be obscured by panel wiring,
etc.

Warning labels shall be engraved to give black letters on a yellow background, and
be preceded by the lightning flash symbol in accordance with BS 5378.

Internal labels shall be fixed with round or cheesehead stainless steel screws. Selfadhesive labels will not be accepted.

External control panel labels are to be fitted with black plastic rivets.

Internal labels designating components shall be fixed to non-removable equipment.

10

All labels shall be engraved in both English and Arabic. The text of all labels shall
be submitted to the Engineer for approval before the labels are manufactured.
Add the following new Sub-Clause:

1.2.19

Spare Parts and Tools

Spare parts and tools for the various items of equipment shall be provided as
specified.

The spare parts and tools shall be stored in a lockable hardwood cabinet mounted
on the wall of the pumping station storeroom.

The cabinet is to be of robust construction with heavy duty brass hinged doors and a
heavy duty brass hasp and staple locking mechanism. Sufficient internal fittings shall
be provided within the cabinet to enable the neat and safe storage of spare parts
and tools. The cabinet shall be finished off with three coatings of an approved clear
varnish. The Contractor shall supply and install the complete cabinet, including a
brass padlock and three sets of keys.

1.3.5

Installation
Add new items as follows:

Where heavy items are to be lifted, padded slings or other suitable alternative shall
be used to prevent damage to the corrosion protection system. The use of uncoated
lifting chains or cables shall not be permitted.

The equipment shall be inspected by the Engineer prior to installation. Damaged


equipment shall be repaired prior to installation taking place in accordance with
procedures approved by the Engineer.

1.3.6

Testing and commissioning


Add new items as follows:

IA 12/13 C 057 ST
C3/S9/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
7

Testing at works
A.

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

The Contractor shall carry out tests as stated in the current appropriate
British Standard where available. These shall include:(i)

BS EN 60439 -Factory Built Assemblies (FBA)

(ii)

BS 599 -Methods of Testing Pumps

(iii)

BS 5316 -Acceptance Tests for Centrifugal, Mixed Flow and Axial


Pumps

(iv)

BS 5000 -Rotating Electrical Machines

B.

Performance tests and such other tests shall be carried out to determine that
the Works comply with the Specification under test conditions, in the
Manufacturer's works, and on Site.

C.

The Contractor shall provide any labour, equipment and apparatus required
for testing purposes. Test instrumentation shall have current 'Calibration
Certificates' and shall be suitable for the degree of measurement accuracy
necessary for the parameters being checked.

The Contractor shall ensure that the equipment and apparatus required for
these tests shall be suitable for the degree of measurement accuracy.

E.

No inspection or passing by the Engineer of the Work, Plant or materials


included in this Contract, whether carried out or supplied by the Contractor
shall release him from any of his obligations under the Contract.

Manufacturer's Works Tests


A.

Before despatch from a Manufacturer's works each item of Plant shall be


tested in accordance with the relevant Standards Specification or Code of
Practice. In the absence of such Standards or Code of Practice the tests
shall be performed in a manner subject to the approval of the Engineer. The
Engineer shall be given the opportunity to inspect any Plant he deems
necessary. The Contractor shall give the Engineer at least 3 weeks notice of
the tests being carried out. No tests or inspections shall be carried out before
the Contract drawings are approved.

B.

Whether witness tests are required or not, three copies of test certificates
and curves shall be supplied to the Engineer within two weeks of completion
of any tests. No item shall be despatched before the Engineer has approved
such a certificate in writing.

C.

The Contractor shall meet all costs incurred by the Engineer when attending
agreed inspections. These costs shall be drawn against the relevant
Provisional Sum in the Contract.

D.

All costs incurred by the Engineer on repeat tests or inspections of failed


Plant shall be met by the Contractor.

IA 12/13 C 057 ST
C3/S9/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
E.

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

The tests shall include, but not necessarily be limited to, the following:
(i)

Panels.
The following routine tests defined in BS EN 60439 -1 shall be carried
out:

(ii)

(iii)

(a)

Inspection of the FBA including inspection of wiring and


electrical operation tests.

(b)

Dielectric test (2500 V ac for 60 s minimum).

(c)

Checking of protective measures including primary or


secondary injection testing and checking the continuity of the
protective circuit.

(d)

Loop test instruments.

(e)

Functionally test control circuits.

Lighting and small power.


(a)

Visual inspection of equipment and protective devices for


compliance with drawings.

(b)

Continuity.

(c)

Insulation resistance test at 500 V DC between line and


neutral line and earth, neutral and earth of each final circuit,
polarity check and discharge test on all emergency lights.

(d)

Loop impedance and circuit breaker test.

External lighting.
(a) Insulation resistance checking of all equipment.
(b) Pilot energisation functional check of lamps and control.

(iv)

Pump units.
(a)

The Contractor shall carry out Works Witness Tests in


accordance with BS 5316: Part 1 1976 Class C on one of
each type of pump. Only results in the positive tolerance
output area will be acceptable.

(b)

The tests shall be conducted over the full head/flow range of


the pump curve from closed valve to runout, and one of the
test points shall be at the duty point, or duty points, specified
in this document. The pumps shall be tested with their
contract motors. Guaranteed efficiency is required at the duty
point. The combined pump and motor efficiencies quoted by
the Contractor in the Schedules shall be achieved.

(c)

A test report including the items detailed below shall be


submitted to the Engineer at the conclusion of each test.

Place and date of the acceptance test


Manufacturer's name, type of pump, serial number
Duty point(s) specified in this document

IA 12/13 C 057 ST
C3/S9/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

(d)

(v)

Pressure vessels shall be pressure tested in accordance with


the Standard Specification and statutory requirements and a
test certificate issued.

Valves and pipework.


(a)

(ix)

Cranes and other lifting devices shall be load tested in


accordance with the Standard Specification and statutory
requirements and a test certificate issued.

Pressure vessels.
(a)

(viii)

Motors from manufacturer's standard range will be accepted


with a type test certificate. Motors without a type test
certificate shall be tested under a load test including an 8 hour
"heat test".

Lifting appliances.
(a)

(vii)

The pump's compliance with the Specification shall be based


upon their performance during the Works Witness Test. The
Contractor shall undertake further in-situ testing on pumps.
These tests shall be to demonstrate the material integrity of
the pump, and the ability of the system to deliver the required
flow.

Motors.
(a)

(vi)

Description of the test procedure and the measuring


apparatus used including calibration data observed
readings presented in tabular and graph format,
evaluation, analysis of test results and conclusions

Valves and pipework shall be pressure tested in accordance


with the specified standards.

Inverters (soft starters and heat run tests).


Pump inverters shall be Works Witness Tested. A suitable correction
factor shall be applied in respect of the ambient temperature during
the test, and the temperature of the air from the air conditioning unit
during normal service.

COMMISSIONING
A.

Prior to undertaking the equipment commissioning tests in the presence of


the Engineer, the Contractor shall first complete a cold commissioning and
thereafter a hot commissioning to determine that the plant is operating in
accordance with the specifications.

B.

Cold commissioning shall comprise all the necessary checks to ensure that
the installation is complete and the electrical supply and all other
components are correctly connected. The equipment shall not be energised
(hot commissioned) until the Contractor submits a completed schedule of the
items checked to the Engineer for approval. The Engineer may require the

IA 12/13 C 057 ST
C3/S9/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Contractor to conduct additional checks should he consider that insufficient


checks on the equipment have been undertaken.
C.

Hot commissioning shall be undertaken by the Contractor to ensure correct


operation of the equipment. All aspects of the equipment operation shall be
checked and verified during the hot commissioning. Any faults detected shall
be rectified prior to arranging the final commissioning of the equipment in the
presence of the Engineer. A hot commissioning report shall be submitted to
the Engineer for approval prior to arranging the final commissioning. The
Engineer may or may not attend the hot commissioning

D.

Final commissioning shall take place after the approval of the hot
commissioning report. Data included in the hot commissioning report shall be
checked against the values obtained in the final commissioning.

E.

Where the final commissioning of the equipment is unsuccessful, the costs of


rearranging and conducting further commissioning meetings with the
Engineer or the Employer will be for the Contractors account.

F.

The equipment shall only be accepted once the Contractor has satisfactorily
demonstrated the reliability of the equipment and its operation in
conformance with the specification.

Add new clause as follows:


1.4

OPERATING AND MAINTENANCE MANUALS AND INSTRUCTIONS

1.4.1

The Contractor shall supply 4 copies of operating instructions for apparatus installed
under the Contract including service, maintenance and spare parts. Instructions
shall also include step directions for minor fault finding and periodic maintenance
instructions such as cleaning, oiling etc. for all equipment supplied under this
contract together with instructions for removal and reinstatement.

1.4.2

Four complete Operating and Maintenance Manuals and Instructions shall be


submitted no later than 4 weeks after the successful commissioning of the
equipment. One draft copy of the Operating and Maintenance Manuals and
Instructions shall be submitted to the Engineer for review and approval 4 weeks prior
to the installation of any equipment. Upon approval of the draft copy the four
Operating and Maintenance Manuals and Instructions shall be submitted. The
Contractor shall include all the documentation requested.

1.4.3

The Operating and Maintenance Manuals and Instructions shall be written in English
or Arabic and English and in the following format:
A.

Cover similar to the cover of this tender document providing a full description
of the project name, description, project number, project code, budget
reference, pumping station name and shall be titled Operating and
Maintenance Manuals and Instructions Volume - o f -.

B.

Complete Index and Drawing List.

C.

Section 1- List of Contractors and contact details, together with the Scope of
Works.

IA 12/13 C 057 ST
C3/S9/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

D.

Section 2-Detailed description of the operation of the plant providing all


duties, set points, pressure readings, electrical current readings, safety
checks etc.

E.

Section 3-Summarised data sheets for the major items of the plant, including
Manufacturers name and contact details, name plate data, serial numbers,
capacities, sizes, power ratings, and any other information deemed
necessary for the ordering of replacement parts from the Manufacturers.

F.

Section 4-Detailed maintenance requirements including frequency of


checking, types of lubricants, replacement part numbers, recommended
spares to be kept by the Employer and any other information deemed
necessary to ensure the equipment is maintained to provide satisfactory
service.

G.

Section 6-Original Manufacturers brochures of all the items installed.

H.

Section 8-Factory test data records and commissioning data.

I.

Section 9-Electrical component lists and cable schedules.

J.

Section 10-Mechanical As built drawings.

K.

Section 11-Electrical As built drawings, wiring diagrams and cable


schedules.

L..

Pump design calculations

M.

Rising Main details (location, materials and profile)

N.

Discharge Chamber details

1.4.4

The Operating and Maintenance Manuals and Instructions shall submitted in hard
backed binders of suitable quality to withstand the anticipated frequency of use at
the site for the life expectancy of the installed equipment. Ring type lever arch files
are not acceptable.

1.4.5

Complete O&M Manual and Instructions also to be provided in Digital format.

1.4.6

The Plant shall not be deemed to be Taken Over until such time as the Operating
and Maintenance Manuals and Instructions have been submitted and accepted.

IA 12/13 C 057 ST
C3/S9/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PART 2

SUBMERSIBLE PUMPS

2.1

GENERAL

2.1.1

Scope

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add the following to item 2


Section 29, Approved Suppliers
2.2

PRODUCTS

2.2.4

Fabrication
Delete item 3(e) and replace with the following:

(e)

single/multi vane, open or shrouded (closed) or spiral vane type, Vortex type (free
flow) impellers will be allowed only if the specified duty cannot be provided by using
the preferred impeller type. In this event a written statement to this effect from the
pump manufacturer should accompany the proposal.
Add the following new clause:

2.4

PUMP OPERATION AND CONTROL

The pumps shall be operated in manual (hand), automatic (auto) or off mode. A
selector switch for each pump shall be provided to select the operating mode.

In automatic mode, the pumps shall be started and stopped by a suitable and
approved bubbler level controller unit. The pumps shall operate in duty/duty assist
mode.

Pumps operation levels are indicated in the drawings


A low level sump cut out and warning shall be incorporated in the control circuit to
make the pumps inoperable should the pump sump become dry. The low level
cutout shall be operated by both the hydrostatic level controller and a dedicated
backup float switch.
A high level flood warning alarm shall activate when the wet well flood reached the
high level flood set point level.
In the event that the level in the sump does not reach the pump duty level after 4
hours, a timer shall automatically start the duty pump until the low level set point is
reached.

In manual mode the pumps shall be operated by manually depressing start and stop
pushbuttons located on the MCC panels. The pumps shall not be able to be started
in manual mode if the level in the wet well is lower than the automatic pump stop
level. The low level cut out as specified in item (4) above shall operate in the manual
mode. An override switch shall be provided to enable the water level to be drawn
down from the automatic stop level to the low level cut out.

IA 12/13 C 057 ST
C3/S9/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

The non-return valve on each branch of the delivery pipework shall be fitted with
extension arms, counterweights and limit (proximity) switches to enable the no flow
condition to be monitored. Under conditions of no flow, the pumps shall be required
to switch off after continuous no flow conditions of one minute. The no flow
protection facility shall automatically reset after 5 minutes to enable the pumps to be
restarted in automatic or manual mode. After five attempts at restarting the pumps,
the pumps shall not be able to be restarted until such time as the no flow protection
has been manually reset. The no flow protection shall be operational under both
manual and automatic operating modes.

One pump shall be selected as the duty pump, one pump as the assist pump. A
manual selector switch shall be provided to select the duty and assist pump
arrangement.

In the event that the duty pump fails to start, fails under conditions of no flow, fails to
start at the high level or fails due to electrical overload, the assist pump shall be
required to start automatically and continue to operate as the duty pump until the
selector switch is reset. The standby pump shall then operate as the assist pump. In
the event that the assist pump fails to start, the standby pump shall be required to
start automatically and continue to operate as the duty pump until such time as the
selector switch is reset.

8.

Each pump shall be stopped or unable to be started in either operating mode should
the corresponding emergency stop button be depressed

IA 12/13 C 057 ST
C3/S9/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

PART 7 LIFTING EQUIPMENT


7.2.6

Manually Operated Chain Blocks


Delete items 1 to 8 and replace with following items 1 to 5 and renumber items 9,
10, 11 to 6, 7 8:

The hoisting wheel shall be grooved and pocketed to receive the load chain. The
load chain shall be alloy steel chain Grade 80 to BS 3114: 1959. Hand chains shall
be to Grade 30 BS 590 or better. Chain guides shall be provided to ensure effective
guidance of the load chain into the load chain wheel pockets. A stripper shall be
provided to ensure effective disengagement of the load chain from the load chain
wheel. Blocks shall be provided with chain guides and the idler wheel scores shall
be so shaped as to avoid twisting the chain as it passes round. The pitch diameter of
the idler wheels shall not be less than 16 times the size of the chain, unless they are
so shaped as to avoid a bending action on the link.

The load chain anchorage associated fittings and framework at the slack end shall
be at least equal in strength to 2.5 times the maximum tension in the load chain
when the working load limit is being lifted. Any link used for connecting the load
chain to a terminal fitting shall be of the material specified for the chain and heat
treated to provide mechanical properties and strength equivalent to those of the load
chain. The hook shall be made from high grade forged steel complying with BS 2903
C type and provided with a safety catch. The safe working load shall be marked on
the hook in kilograms in accordance with BS2903.

The sheaves of the hook block shall be guarded to prevent a hand or fingers being
trapped.

The crab hoisting gear shall be such that one man is capable of easily raising the
maximum load.

A chain collecting box shall be incorporated.

7.2.8

Mechanical Components
Delete item 1 and replace with the following:

End Carriages
(a)

Both end carriages of electric operated cranes shall be powered either by a


duplicate geared motor drive or by a single motor unit and a lay shaft system
connecting the two carriages.

(b)

The end carriage of manual operated cranes shall be connected by a lay


shaft system and longitudinal and cross traverse motions shall be provided
on the crane and shall be such that operation is speedy without impairing
safety in working. The longitudinal and traverse motions shall be operated by
means of hand chains which shall extend to within 600 mm of the operating
floor. The hoisting and lowering chains shall be of the same length. The hook
and load chain shall be such that the hook will reach to the lowest floor or
duct level. The operating chain for the longitudinal motion of the crane shall

IA 12/13 C 057 ST
C3/S9/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

be suitably positioned to enable the operator to move the unit easily without
dragging the operating chains over the control panels or other equipment.
(c)

The runner wheels shall be of cast steel, with double flanges, and shall be
mounted on roller bearings or fitted with phosphor-bronze bushes running on
hardened steel axles.

IA 12/13 C 057 ST
C3/S9/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

PART 22 VENTILATION SYSTEMS


22.1

GENERAL

22.1.1

Scope
Add the following to item 2:
Section 29 Approved Suppliers

22.2 VENTILATION SYSTEMS


Add new clauses 22.2.8 and 22.2.9 as follows:
22.2.8

Split Type Air Conditioning Units

Wall mounted split type air conditioning units shall be provided for air conditioning of
the MCC/Control room and Store Room. The system shall handle predominantly
recirculated air with a controlled quantity of fresh air introduced at the unit. The
indoor unit shall be wall mounted type and include filter, cooling coil, fan and suitable
matching condensing unit mounted on the external side of the MCC/Control room.
All necessary power and control cabling, interconnecting copper refrigerant piping
duly insulated, condensate piping etc shall be provided. Each MCC room shall be
provided with a minimum of two units of 2.0 TR capacity each. The sizing of the
units to be verified by the contractor based on maximum ambient conditions,
external loads and the internal loads/ heat dissipation from the panels. The final
selected unit capacities to be submitted for approval.

All items of plant and equipment for building services shall be designed to operate
without malfunction up to a maximum ambient condition of 52 oC dry bulb and a
minimum ambient condition of 1 oC dry bulb with instances of 100% relative
humidity.

The air conditioning system shall be capable of maintaining internal conditions in the
MCC/Control room within the following bands:
(i)
(ii)

22 +/- 1 oC dry bulb


40 - 55 % relative humidity

The maximum acceptable sound level in the air conditioned space shall have a
Noise Rating (NR) of 40. The room temperature control shall be via a wall mounted
thermostat/off-fan-cool control unit located within the MCC room.

The refrigerant used in air conditioning plant shall be R 22/ R 134a/R407c. The
condenser coil shall be chemically treated to resist corrosive environment.

Condensate water shall be piped from air conditioning units to approved drainage
points. The free discharge of condensation onto the ground shall not be permitted.

The approved makes of air conditioning units are Carrier, York and LG. Only units
from approved Manufacturers shall be accepted.

IA 12/13 C 057 ST
C3/S9/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

22.2.9

Ventilation during maintenance

Provide minimum 5 air changes per hour during any activity inside the attenuation
tank. Allow sufficient time before actual access to the tank for refreshing air inside.
Use portable gas detectors for checking harmful gases concentration before service
personnel enters the tank.

Provide temporary ventilation for the maintenance period. Fabricate ventilation shaft
covers equipped with a flange for connecting an exhaust fan. Minimum fabricate
three covers compatible with fans to be used for ventilation. Submit fan and cover of
each type for the Clients approval before cover fabrication.

Provide exhaust fans as follows: minimum three nos 3,600 cfm at 1 wg to be used
for tanks ventilation.

Both covers and fans shall be delivered to the Drainage Affairs Maintenance
Department store.

IA 12/13 C 057 ST
C3/S9/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add new Part 23 as follows:


PART 23 CABLING AND WIRING
1

Cables shall be 600-1000 volt grade for LV application and 12.7 kV / 22 kV for HV
application. The following types of cables shall be used:(a)

Cables for general power distribution within buildings, and all cables
underground, shall be wire armoured, stranded copper cored, XLPE
insulated, PVC sheathed cables, complying with BS 5467 characteristics.

(b)

Cables run in conduits and trunking systems, shall be stranded copper cored
PVC insulated cables, complying to BS 6004.

(c)

Unless otherwise specified by the equipment Manufacturer, signal cables


shall be PVC/SWA/PVC multi-pair cables complying to BS 5308 and shall be
used for instrumentation/telemetry circuits. Conductors shall be single strand
0.9 mm diameter. An overall screen shall be provided.

(d)

For HV voltages, stranded sectored copper conductors XLPE insulation,


PVC bedding, galvanised steel wire armouring and an overall PVC sheath
cables complying with IEC 502.

Cables shall be selected such that the voltage drop does not exceed the maximum
value defined in BS 7671 (Institution of Electrical Engineers Regulations for
Electrical Installations) and regulations of Qatar Electricity Authority.

The minimum size of conductors used shall be 1.5 mm2 for control circuits including
programmable controller wiring and 2.5 mm2 for power circuits. These minimum
conductor sizes will not apply in the case of instrumentation/telemetry circuits where
smaller conductor sizes and special cables may be appropriate.

Cables, except those laid in ground, running in cable troughs or in ducts, shall be
firmly supported and fixed.

(a)

Single runs of PVC sheathed armoured cables shall be supported using PVC
cable clips. Multi-cable runs of PVC sheathed armoured cables shall be
fixed onto heavy gauge hot dipped galvanised steel cable trays and
supporting steelwork.

(b)

Non armoured PVC cables shall be installed in conduits or trunking.

The trunking and perforated cable tray shall be selected to form a continuous
support for cables. The trunking and tray shall be installed to form a complete,
continuous system by the use of Manufacturers standard fittings and devices where
there are any changes in direction, elevation or branches. The Manufacturer shall
supply all cable trunking/tray risers fittings such as flat bends, equal and unequal
tees, fourway cross pieces and offset reducers. Also any accessory items required
such as dividers, brackets, clips, earth continuity connectors, flexible (expansion)
couplers and covers shall also obtained from the same Manufacturer.
Trunking is to be manufactured from either mild steel or PVC and shall confirm to
BS 4678. Cable trays shall be manufactured from mild steel. Mild steel trunking and
cable trays shall be hot dip galvanised.

IA 12/13 C 057 ST
C3/S9/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Where the trunking or cable trays are cut, drilled or where the galvanising is
damaged in any way the surfaces shall be adequately treated to restore them to the
original galvanised standard. The number of cables installed in the trunking shall
not exceed that recommended in BS 7671 (IEE Regulations), and the resulting
space factor shall not exceed 45%.
The fixing of trunking and cable trays and the installation of cables into or on
trunking and cable trays shall be carried out using the manufacturer's approved
accessories and fixings only. Such accessories and fixings shall be either
manufactured from non-corrodible materials or supplied suitably coated to render
them non-corrodible.
6

Conduits for occupied areas shall be concealed; conduit for unoccupied areas shall
be surface mounted.
Conduits within buildings and structures shall be extra super-high impact heavy
gauge uPVC conduit, installed with solvent welded joints and shall be installed with
screwed fittings.
Conduit systems shall conform to BS 4607, BS 4568 and BS EN 50086 as
appropriate, and the number of cables installed shall not exceed those
recommended in BS 7671 (IEE Regulations).
The conduit system where it passes through the building structural expansion joints,
suitably rated/sized expansion couplers shall be used in order to absorb the
expansion/contraction.
Fixings and accessories associated with conduit systems shall be either
manufactured from non-corrodible materials or suitably coated to render them
non-corrodible. No conduit shall be smaller than 20 mm diameter.

Cable runs shall be continuous throughout. Jointing shall not be carried out in
conduits or at drawing points under any circumstances.
Draw-in boxes shall be spaced so that there is not more than two solid bends, or
their equivalent, or more than nine metres of straight run between draw-in boxes.

Flexible conduits shall be provided for connection to mechanical equipment.

The Contractor shall be responsible for all work associated with cabling including
but not limited to trenching, ducting under roadways and backfilling of trenches.

10

Cables shall be laid at a depth of not less than 500 mm or not more than 1000 mm
below the surface of the ground.
The bottom of the trench and the first 250 mm of backfill shall be fine sand free of
stones or other sharp objects.
Where cable trenches pass through stone fill, the cable shall be laid on an 80 mm
thick bed of sand. After laying, the cable shall be covered by a further layer of sand
to a depth of 80 mm above the top of the cable. Where sand is likely to leach away,
a suitable membrane shall be fitted.

IA 12/13 C 057 ST
C3/S9/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Interlocking PVC cable tiles shall be laid after backfilling a layer of sand at a depth of
400 mm from the finished ground level throughout the cable length and a
continuous warning tape shall be laid over the width of the cable trench 250 mm
below ground level. The tape shall be heavy gauge polyethylene marked 'CAUTION
ELECTRIC CABLE BELOW', in English and Arabic.
Cable route markers shall be installed at all changes of direction and at road
crossings, and shall have their positions marked on the 'as installed' cable route
drawings. Each marker shall be a block of concrete approximately 300 mm square
by 150 mm, permanently marked 'ELECTRIC CABLES', in English and Arabic, with
arrows showing the directions of the cable route.
Cables laid under or through roadways, footpaths, structures or buildings shall be
installed in ducts. 50% spare duct capacity shall be provided subject to a minimum
of one spare duct, and a maximum of 5 nr spare ducts at each duct installation.
Cable trenches shall be adequately supported and kept free of water whilst cable
laying proceeds.
Where cables pass from made up ground into a fixed structure, sufficient allowance
shall be made to cater for subsidence and ground movement.
11

Cable ducts supplied under the Contract shall be rigid Class E uPVC pipe with
rubber ring joints and be not less than 100 mm diameter. Cable ducts shall be
complete with nylon draw wires (min 1 kN). The draw wire shall be retained in the
duct after installation of the cables.
Cable ducts shall be sealed at both ends where they enter buildings in draw pits, or
where the end of the duct is visible, using an expanding polyurethane foam
impervious to water, gas and vermin on completion of the installation. The length of
the foam plug shall be a minimum of 300 mm.
Where cable troughs are provided they shall be shown on the cable routing
drawings. The Contractor shall include for removing and replacing covers as
necessary for the installation of the cables. On completion of the cable installation all
entries and exits to the troughs shall be sealed using an expanding polyurethane
foam.
Cables shall be laid with suitable spacing.
Cables and cable cores shall be identified at both ends by means of sleeve bands
bearing the cable/core reference number which shall relate to the reference number
shown on the drawings. Where multiple cables are laid in troughs, ducts, clipped on
tray over long runs or laid in ground close together, intermediate markings to identify
specific cables shall be applied.
Where cables are installed in ducts, the cables shall be identified with the cable
reference number within each cable draw chamber or at each end of the duct.
Identification and markers shall be approved by the Engineer.

12

Armoured cables shall be terminated at plant and equipment items using brass
armour lock glands which conform to BS 6121. All glands shall be fitted with PVC

IA 12/13 C 057 ST
C3/S9/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

shrouds. For external applications all glands shall be type EIW and for internal
applications type CW.
Where the above type of glands are not suitable for a particular application the
requirements shall be as approved by the Engineer.
13

Fire Barrier All apertures and ducts to be sealed with approved fire-resistant filling.

IA 12/13 C 057 ST
C3/S9/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add new Part 24 as follows:


PART 24 PLANT EARTHING
1

For the earthing of electrical systems, equipment and structures, each installation
shall have one common earth conductor connected to at least two groups of earth
electrodes.

The earth resistance of the electrode shall be as low as is practicable but shall in
any event be such that the electrical resistance between the main earth grid and the
general mass of earth shall not exceed 4 ohm when any one group of electrodes is
disconnected.

The earth grid shall extend throughout the installation in the form of a main earth
ring with branch interconnections to the equipment and structures to be earthed.
The earth connections shall comprise earthing conductors made up of wires of
stranded copper with overall green/yellow PVC covering.
Earth electrodes shall be suitable material which guarantees low resistance and long
life. Copper electrodes shall not be used in areas with impressed current cathodic
protection.

The connections between electrode heads and conductors shall be so executed that
easy inspection and testing of the earth resistance of individual electrodes is
possible.

All bare parts of underground earthing conductors shall be suitably protected against
direct contact with the soil so as to prevent electrolyte corrosion of plant equipment.
All earthing terminations shall be made with compression-type cable lugs.
Interconnections shall be directly clamped with compression-type branch connectors
or 'cad-welded'.

The main earth conductor shall have a cross sectional area such that it can act as
the circuit protective conductor on all plant and equipment connected to it. At the
point of electricity supply it shall be solidly connected to the earth terminal conductor
or site earth terminal to achieve a TN-S system.

Electrical plant and equipment external to the Switchgear and Control Rooms shall
be connected to an extended main earth conductor. Cross bonding between
extraneous metalwork, and metal supporting structures for the plant and equipment
shall also be connected to this main earth terminal conductor.
The conductors from electrical plant and equipment to the main earth conductor
shall be treated as circuit protective conductors as described in BS 7671 (IEE
Regulations) as applicable.
The cross bonding conductors shall be as described in BS 7671 (IEE Regulations)
as applicable.
Subcircuit protective conductors (CPC's) and bonding conductors shall be
continuous throughout their lengths wherever possible. Cable armouring and cable
sheaths are not acceptable as the CPC where equipment is installed.

IA 12/13 C 057 ST
C3/S9/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

At each earth electrode, pre-cast chambers with removable cover and installed flush
with the finished ground level shall be provided. These should be commercial quality
and fitted around approved earth rods.

Joints from sub circuit protective conductors to the main earth/CPC shall be made
with compressed joints. Every joint shall have a warning plate securely attached
which shall state, in English and Arabic:
Safety Earth and Circuit Protective Conductor. Do Not Remove.
Joints shall be readily accessible for inspection.
Where cable troughs are used for installation of the CPC, the joints may be made
within the trough.
Where the cable installation and CPC are installed underground, CPC joints shall be
made in above ground link boxes.

10

The minimum size of conductor for any external earthing connection i.e. outside of
an equipment enclosure shall be 6 mm2.

11

Metalwork within 2.5 m of any other metalwork, plant and equipment which can be
energised, or forms part of any other equipotential zone, shall be bonded to the
CPC/Earth System, and shall have a warning notice securely fixed accordingly.

12

On test, supplementary bonding conductors may be required to ensure integrity of


the equipotential zones, the installation of which shall be agreed with the Engineer.

13

Special regard shall be made, where earthing of instrumentation, transducers and


transmitters is concerned, so that all installations are earthed to the Manufacturer's
instructions.

14

Lightning protection units for shall be provided for outdoor instruments. A separate
earth to that of the panel and associated equipment shall be provided for the
lightning protection units or suppressors as suitable.

IA 12/13 C 057 ST
C3/S9/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add the new Part 25 as follows:

PART 25 LIGHTING
25.1

GENERAL REQUIREMENTS

The works under this section shall comprise the providing, fixing, wiring, suitably
supporting and connection of the whole of the lighting installation including all
luminaires, lamps, outlet boxes, fixings, light switches, switch boxes, wiring, plug-in
ceiling roses, etc., and all other items that may be required to complete the
installation as indicated on the drawings and as detailed within this specification.

Luminaires shall be of the type and manufacture as detailed on the drawing. All
luminaires shall be supplied complete with the correct size and type of lamps and
incorporate high frequency ballasts where applicable. All other luminaires shall be
fitted with Polylux high efficiency, triphosphor, T5 high efficiency lamps.

The Contractor shall be responsible for the correct ordering of all luminaires.

Wiring for the lighting installation shall be PVC cables installed within conduits.
Where ever possible all conduits shall be cast in to slab or chased in to the block
walls for a neat finish.

Luminaires shall incorporate the relevant high frequency regulating ballasts with all
such equipment being fitted by the luminaire Manufacturer.

Quick start fluorescent light fixture of 1500mm length shall be provided with
adequate service illumination for MCC room/control room and storage rooms. The
lighting level shall be designed for 500 lux.

Bayonet type lampholders complete with lamp shall comply with BS EN 61184.
Wherever practical low energy lamps complete with non-flickering quick type starters
shall be adopted throughout the Works.

Fluorescent lampholders complete with lamp/lamps and control gear shall comply
with BS 5042/BS 5101.

Where practical lights shall be controlled from a switch mounted adjacent to each of
the access doors or shall be door operated.

10

Plant room lights to be weatherproof and accessible for maintenance. Light fittings
shall be complete with lamps, suitable brackets, and control gear where required.

25.2

EMERGENCY LIGHTING

25.2.1

General Requirements

The Works to be executed by the Contractor under this section shall comprise the
providing, fixing, wiring and connecting of the whole of the emergency lighting
system including all lumanaires, lamps, outlet boxes, key switches, switch boxes,
wiring, supports, fixings, etc., as indicated on the drawings and detailed within this
specification.

IA 12/13 C 057 ST
C3/S9/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

The installation of the emergency lighting system shall comply with BS 5266 Part 1:
1988, the General Electrical Specification, the relevant British Standards and this
Particular Specification.

The Electrical Sub-contractor shall include for the supply and installation of 3 hour
maintained emergency lighting conversion packs as indicated on the drawing.

25.2.2

Final Circuit Wiring

The whole of the final sub-circuits shall be carried out using halogen free, low smoke
emitting cables with copper conductors type PVC to BS 6004 and B.A.S.E.C.
approval.

Minimum cable sizes shall be 2.5 mm2 with the emergency lighting installation being
wired on a loop in principle.

Throughout the installation all phase conductors of all single-phase circuits and
conductors shall be coloured RED over their entire length.
All neutral conductors shall be coloured BLACK.

25.2.3

Luminaires

Emergency luminaires shall comprise a combination of specific and general mains


luminaires fitted with 3 hour self contained conversion packs and local hold-off
relays.

Emergency luminaires have been designated as follows on the drawings:a.

(Em) 3hr Self contained maintained conversion pack and hold-off relay fitted
with the general mains luminaires

b.

(E1) 3hr Self contained non-maintained external luminaires

c.

(E2) 3hr Self contained maintained exit luminaires

All conversion modules shall be factory fitted by the emergency lighting system
Manufacturer, and the Sub-contractor shall be responsible for liaising with the
luminaire Manufacturer to ensure that the luminaires are supplied for conversion in
adequate time to comply with the installation programme.

All emergency luminaires shall be provided with a permanent supply from the local
lighting circuit.

All general mains luminaires fitted with conversion packs shall be identified by
means of a RED LED fitted to the body of the luminaire.

25.2.4

Emergency Lighting Test Facility

The emergency luminaires shall be tested via a local key operated switch installed
integrally as part of the grid lighting switch within each room which contains an
emergency luminaire.

IA 12/13 C 057 ST
C3/S9/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

25.3

CERTIFICATION, TESTING AND COMMISSIONING

The Contractor shall include for commissioning the emergency lighting system.
In addition to the above the Contractor shall complete, sign and handover a
Certificate of Test and Inspection as referred to in Appendix A of BS5266: Part 1,
1988.

IA 12/13 C 057 ST
C3/S9/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add the new Part 26 as follows:


PART 26 GENERAL POWER INSTALLATION
26.1

GENERAL REQUIREMENTS

The works to be executed by the Contractor under this section shall comprise the
providing, fixing, wiring and connecting of the whole small power installation
including all socket outlets, spur units, double pole switches, cables, back boxes
etc., and all other items required to complete the installation as indicated on the
drawings and as detailed within this Specification.

The whole of the final sub-circuit power and ancillary power installations shall be
carried out using halogen free, low smoke emitting cables with copper conductors
type PVC to BS 6004 and B.A.S.E.C. approval.

26.2

SOCKET OUTLET INSTALLATION

All socket outlets shall be the 13A switch type to BS 1363.

All socket outlet circuits shall be wired as ring circuits.

Where it is reasonably expected that socket outlets shall supply IT equipment/


instrumentation, these sockets shall be single sockets to meet the requirements of
regulation 607 of BS7671 for sockets supplying IT equipment.
Note: The circuit protective conductors of each ring circuit shall be separately
clamped in the earthing terminal block of the relevant distribution board to meet the
requirements of Regulation 607.

26.3

CONNECTION UNITS

The Sub-contractor shall allow for providing, installing and fixing fused connection
units in the positions indicated for items of fixed equipment.

Connection units supplying extraction fans shall be connected as part of the local
ring circuit.
Connection units supplying air conditioning split units, water heaters etc shall be
connected as star circuit.

All connection units shall be fused DP switched type, unless indicated otherwise and
shall match the socket outlet installation.

Connection units shall be fitted with the appropriate size fuse for the equipment they
are supplying as recommended by the supplier of the equipment.

IA 12/13 C 057 ST
C3/S9/23
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add the new Part 27 as follows:


27

COMMUNICATION EQUIPMENT

27.1

GENERAL REQUIREMENTS

The works to be executed by the Contractor under this section shall comprise the
supply and installation of containment systems for Telephone and Data Installations.

The Contractor shall be responsible for including the installation of all cable
containment and management systems, and the provision of all other equipment
and items required to complete the installations as outlined on the drawings and
specification and in full compliance with the appropriate Qatar telecom standards
and guidelines.

27.2

VOICE AND DATA INSTALLATION

The Contractor shall provide 2 No RJ45 outlet at each voice outlet shown on the
drawing.

The Sub-Contractor shall provide a network of suitably sized galvanised trunking


and PVC conduits between the distribution board and outlets for voice/data as
shown on the drawings.

The trunking and conduits shall be provided with a PVC draw-in wire (1kN) for ease
of installation for future circuits

The wiring to the voice and data outlets points shall be carried out by Qatar telecom
during the course of the contract period. The Contractor shall be responsible for
liaison and arranging the installation with Qatar Telecom to ensure a complete
installation.

27.3

TELEPHONE DUCT
1 A 100 dia PVC duct with necessary manholes to Qatar Telecom requirements
shall be laid from the control room to the site boundary in coordination with Qatar
Telecom for bringing telecommunication to the site.

IA 12/13 C 057 ST
C3/S9/24
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

Add the new Part 28 as follow:


PART 28 DE-SILTING EQUIPMENT
28.1

GENERAL

Provide vacuum recovery system comprising of 1 air powered pump, 1 silencer, 1


vacuum recovery tank, 1 Density Controller and all Camloc connectors and hoses as
required supplied for compact assembly to remove grit and silt with unlimited
moisture contents to be transported over 20m vertical and up to 40m horizontal
distance to the following requirements.

The system shall be designed for removal of sludge, solids, abrasive materials and
concentrated slurries from underground tanks, sumps, culverts, etc.

The vacuum pump shall be powered by a 600CFM compressor (not in the scope of
supply) and use this energy to entrain the material to be vacuumed.

The pump shall have no moving parts, be simple in operation to be used by


unskilled labour. The pump shall be lightweight no more than 30kg and of small
physical dimensions width no more than 30cm and suitable to be handled by one
man in a confined space.

28.2

OPERATING PRINCIPLE

The pump forms the basis of a highly efficient materials handling system. The pump
takes a high energy stream in this case compressed air derived from a compressor
and uses this to entrain the material to be vacuumed. The vacuum recovery system
combines the standard pump, operating on compressed air, with a vacuum
collection tank, designed to act as a separator which stores material for controlled
discharge into a hopper. In this mode, the pump develops a continues vacuum up to
26 mercury (66cm Hg) together with high induced air flow. The system is to be used
with a 600CFM compressor at 150PSI.

28.3

CONSTRUCTION

Casing shall be 316 stainless steel material complete with 50 mm branch inlet, 600
cfm air nozzle, air nozzle adaptor, Ni-Hard Cast 44mm mixer, Cast 102mm diffuser
and vacuum connector.

Suction nozzle shall consist of a 4 density controller (gulper) and connector


compatible with the vacuum hose.

All connections shall be flanged to the standard compatible with external hoses to be
also supplied with the pump.

Hoses shall be heavy duty construction with necessary connectors wire whipped for
connection from pump to the vacuum tank. 50 mm dia compressed air hose shall be
300 psi rated.

IA 12/13 C 057 ST
C3/S9/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 9: M&E EQUIPMENT

28.4

ACCESSORIES

Provide 0.254m capacity vacuum tank, complete with counter balance door, tank
support and vacuum hose connections.

Provide pump silencer with connection 4 Table D to the pump body.

Provide compressed air and vacuum hoses with necessary connections as


recommended by the system manufacturer for required duty.

28.4.1

PAINTING

Painting shall be as per Qatar Construction Specification Section 8, Clause 8.

28.5

SPARE PARTS

Provide spare parts for 2 years operation as recommended by the system


manufacturer.

28.7

POLYURETHANE PIPES AND FITTINGS


Material
Jointing
Lining
Coating
Pressure rating
Minimum wall thickness
Hardness to ASTM D676-59T
Tensile strength ASTM D412-61T
Elongation at break ASTM D412-61T
Abrasion index, NBS%, ASTM D1630

Polyurethane
Flanged, grooved end clamp
None
None
PN 10
10mm
75D
9000
270%
435

END OF SECTION

IA 12/13 C 057 ST
C3/S9/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 4

PROJECT SPECIFICATION
SECTION 13: MASONRY

UNIT MASONRY

4.4

CONCRETE MASONRY UNITS

4.4.1

Concrete Blocks
Add new item as follows:

15

Where concrete blocks are manufactured with one or more decorative faces and are to be
used for any form of construction other than as a cladding to existing structures they shall
comply in all respects with the requirements contained in this Part and workmanship shall
comply in all respects with Part 5 of this Section. The Engineer shall define cladding.

END OF SECTION

IA 12/13 C 057 ST
C3/S13/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 1

GENERAL

1.1

INTRODUCTION

1.1.2

References

PROJECT SPECIFICATION
SECTION 16: STRUCTURAL STEELWORKS

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


EN 1993-2
1.1.3

Eurocode 3: Design of steel structures. Steel bridges

System Description
Add item (c) under paragraph 1 of Sub-Clause 1.1.3 as follows:
(c)

Eurocode 3: Part 2, Design of steel structures. Steel bridges

END OF SECTION

IA 12/13 C 057 ST
C2/S16/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 19: PLUMBING

PART 1

GENERAL

1.3

CONTRACTORS RESPONSIBILITY

1.3.4

Notice of Intent
Delete paragraph 1 and substitute with the following:

The Contractor shall notify QGEWC in writing at least 28 days prior to the
commencement of any plumbing work.

END OF SECTION

IA 12/13 C 057 ST
C2/S19/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 20: DRAINAGE WORK

PART 4

DRAINAGE PIPES IN TRENCHES

4.2.4

PROTECTIVE COATINGS
Add new item 2 as follows:

Tape shall be cold applied, self adhesive type comprising a bituminous resin
compound on a PVC backing layer, complying with AWWA C209-84 Section 2.4
Type 1.

Primer shall be as recommended and manufactured by the Tape Manufacturer and


be fast drying and suitable for cold application by brushing and spraying.

On pipelines of less than 600 mm diameter, tape having the following minimum
characteristics:
Overall thickness
PVC backing thickness
Tensile strength
Elongation
Tear Resistance
Adhesion to Steel
Adhesion to Self
Impact Resistance
(single layer)
Dielectric Strength
Insulation Resistance

ASTM D1000
ASTM D1000
BS2782
BS2782
ASTM D1004
ASTM D1000
ASTM D1000

1.1 mm
0.3 mm
7.5 N/mm
200%
19 N/mm
1.0 N/mm
1.0 N/mm

DIN 30672
BS2782
BS2782

8.0 Nm
25,000 V
1,000,000 Megohms
2

Water vapour permeability (BS2782) shall not exceed 0.65 g/m /day.
Where tape is provided with fabric reinforcement in the bituminous layer, the
thickness of the PVC backing shall be a minimum of 0.1 mm.
D

On pipelines of 600 mm diameter and more, tape have the following minimum
characteristics:
Overall thickness
PVC backing thickness
Tensile strength
Elongation
Tear Resistance
Adhesion to Steel
Adhesion to Self
Impact Resistance
(single layer)
Dielectric Strength
Insulation Resistance

ASTM D1000
ASTM D1000
BS2782
BS2782
ASTM D1004
ASTM D1000
ASTM D1000

1.6 mm
0.7 mm
12.0 N/mm
200%
50 N/mm
2.0 N/mm
1.8 N/mm

DIN 30672
BS2782
BS2782

10.0 Nm
30,000 V
1,000,000 Megohms

IA 12/13 C 057 ST
C2/S20/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 20: DRAINAGE WORK

Water vapour permeability (BS2782) shall not exceed 0.65 g/m2/day.


Where tape is provided with fabric reinforcement in the bituminous layer, the
thickness of the PVC backing shall be a minimum of 0.5 mm.
E

An anti-contaminant interleaving release paper shall be provided to ensure the tape


remains suitable for application even after prolonged periods of storage.

Tape shall be applied spirally to give a 55% overlap.

All on-line valves or pipeline protrusions shall be profiled to accept the wrapping
tape using hand applied mastic recommended and manufactured by the tape
Manufacturer.

PART 5

STRUCTURES RELATED TO DRAINAGE WORKS

IA 12/13 C 057 ST
C2/S20/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

5.2

PROJECT SPECIFICATION
SECTION 20: DRAINAGE WORK

CONSTRUCTION OF MANHOLES, CHAMBERS AND SOAKAWAYS


Add Sub-Clause 5.2.3 as follows:

5.2.3
A

Joints
Flexible joints for pipes built into structures shall be positioned from the outside of the
structures as follows:
Pipe diameter

First joint

Second joint ("rocker")

Up to 300 mm

150 mm maximum

500mm maximum from first


joint

300 - 600 mm

300 mm maximum

600 mm minimum and 2 x


pipe diameter maximum from
first joint

Over 600 mm

600 mm maximum

750 mm minimum, & 1200mm


maximum from first joint

unless otherwise indicated on the drawings.


B

PART 6

Where pipes adjacent to structures are laid in excavations which exceed the
maximum width specified in Section 8, Clause 2.2.2.3, the pipes shall be surrounded
with a minimum of 150 mm of concrete Grade SRC20 extending up from the
excavation formation. The concrete surround required for short lengths of pipe built
into, and protruding from, structures shall be placed integrally with the concrete to the
structure. Where boxing out for pipes is permitted the concrete surround shall be
placed integrally with the infilling to the boxout.

SURFACE WATER DRAINAGE

IA 12/13 C 057 ST
C2/S20/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
6.3.1

PROJECT SPECIFICATION
SECTION 20: DRAINAGE WORK

General
Add new items 7, 8 & 9 as follows:

7.

For pipelines in trench and other structures, the Contractor shall keep any
accumulated water or sewage at a level lower than the bottom of the permanent work
until the backfilling is complete or for other such period as the Engineer's
Representative shall direct.

8.

Partially completed permanent works shall not be allowed to become flooded and the
Contractor shall allow for all additional standby pumps and equipment required to
ensure this. A pump operator shall be on site 24 hours/day to supervise pumping
equipment.
(a)

9.

In the event of partially completed trenches becoming flooded, the Contractor


shall re-excavate to formation level and re-lay the pipes.

For pipelines in trench and structures formations, the Contractor shall offer the
formation for inspection by the Engineer's Representative at two stages:
(a)

When excavation is complete to formation level and de-watered.

(b)

On completion of the replacement of any unsound material in the formation


as directed in the specifications.

No bedding or blinding shall be placed until these inspections have been made by
the Engineer's Representative.
6.6.1

General Requirements
Delete item 7 and replace with the following:

7.

Ladders shall be fabricated in GRP as shown on the drawings.


(a)

GRP ladders shall be obtained from an approved experienced manufacturer,


fabricated to an approved pattern and purpose made to suit the depth of
each installation as shown on the drawings. The ladders shall be drilled for
wall fixing at both ends and additional intermediate fixing connections shall
be provided at centres not greater than 1.5 metres. Rungs shall be at 300
mm centres and at a distance of not less than 200 mm from the wall.
The resins, glasses and synthetic fabrics used in the manufacture of the
ladders shall be chosen to produce a chemically resistant product with a
resin-rich surface layer suitable for use in aggressive atmospheres likely to
the encountered in sewers and sewage pumping stations.
Rungs of tubular construction shall be no less than 30 mm outer diameter
and stringers shall be of a rectangular or channel section, no less than 70
mm x 25 mm in size. The upper face of non-tubular rungs shall be finished
with a non-slip surface such as silica sand. All remaining surfaces shall be
free of sharp edges, protrusions etc.

IA 12/13 C 057 ST
C2/S20/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 20: DRAINAGE WORK

Each rung shall be able to withstand a point load of 5000 N.


When supported horizontally over a span of 1 m with the climbing face
uppermost and with a load of 1000 N applied at the centre of the span the
ladder shall not deflect more than 15 mm at the point of application of the
load and shall show no permanent deflection after removal of the load. Each
ladder fixing shall be capable of withstanding shear and pull-out loads of
5000 N.
(b)

All ladders shall comply with BS5395: Part 3. All fixings shall be stainless
steel.

Add new item 11 as follows:


11

The tanking membrane shall be applied in two layers for reinforced concrete
structures and laps shall be staggered from one layer to the next. For mass
concrete structures and surrounds to manhole liners a single layer of tanking
membrane shall be applied. The specification of membrane is specified elsewhere in
this specification.

END OF SECTION

IA 12/13 C 057 ST
C2/S20/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

PART 1

GENERAL PROVISION FOR ELECTRICAL INSTALLATION

1.1.1

Scope
Delete paragraph 2 and substitute with the following:

The Scope of Work shall include but not be limited to:


(a)

The supply and installation of all services, equipment, components,


accessories and fittings required for the operation of the facility to the extent
specified and detailed on the Drawings and Specifications including 400 days
maintenance after provisional handover

(b)

Builders work in connection with the Electrical Installations, including supply,


necessary inserts and sleeves

(c)

Any work which can be reasonably inferred as necessary for the safe,
satisfactory operation of each system, whether such work is specified or shown
on drawings or not

(d)

The supply and installation of cables, conduits, boxes and termination points,
for the motors, starters, controls and the like for the process equipment,
heating, ventilation and air-conditioning and plumbing services

(e)

Supply and installation of permanent electrical supply equipment in compliance


with QGEWC requirements. The electrical equipment is required for the
implementation of the diversions that result from the expansion of the road as
well for the supply of new loads, including new street lighting feeder pillars and
other loads. The supply includes EHV cables, HV/MV substations, HV and MV
cables and accessories, consumption meters, and all related civil works, and
including submission of all necessary documents to QGEWC, and carrying all
necessary approvals

(f)

Coordinating with QGEWC regarding outage schedule and carrying out all
necessary tests

(g)

Supply and installation of the new telecom infrastructure to achieve the


required diversion schemes, which will be done directly by Q-Tel

(h)

Arranging and carrying out all necessary approvals with the Qatar Civil
Defence Department for the Fire Alarm System, extinguishing and protection
systems.

Add new paragraph 3 to 6 as follows:


3

The electrical design drawings and specifications are categorised as follows:


(a)

The STL package, which includes road lighting, traffic signals, and the
Motor Control Centre for the drainage pumping stations. For all major further
details related to road lighting, refer to Section 6, Part 12, Road Lighting.

(b)

The MV package, which includes power supply requirements for road lighting
and other loads as well as the existing MV cables and the proposed diversion
schemes where necessary.

(c)

The EHV package, which includes the existing EHV services and the proposed
relocation schemes for EHV cables, HV cables, and HV/MV substations.

IA 12/13 C 057 ST
C2/S21/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(d)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

The TEL package, which includes the existing telecommunication services.


Relocation schemes of telecommunication utilities are left exclusively to Q-Tel.

The Scope of Works related to QGEWC is as shown on the Contract Drawings or as


specified by the Engineer, and will include the power supply requirements for the
road lighting and the miscellaneous loads.

The Scope of Works related to Q-Tel will include all necessary relocation works for
the fibre optic and copper transmission and distribution lines, as will be designed by
Q-Tel.

It is the Contractor's responsibility to ascertain that all the authorities requirements


are complied with and that any additional works not specifically mentioned herein
are covered within his prices and quoted for.

1.1.4

Contract Drawings
Add new paragraph 6 as follows:

The design specifications and criteria shall not relieve the Contractor from
continuously following up with the respective authorities to obtain up-to-date
requirements and instructions.

1.1.16

Quality of Materials
Add new paragraph 5 as follows:

Supplies of electrical distribution equipment to be as per QGEWC document


Assessment of Manufacturers of Electrical Distribution Equipment.

1.1.21

Electricity Supply
Delete paragraph 1 and substitute with the following:

Following connection to the high voltage network, the Contractor shall verify in
coordination with QGEWC the following measurements at the terminals of each
street lighting feeder pillar or the Motor Control Centre, related to the 3 phase +
neutral, 4 wire, 415 V, 50 Hz supply:
(a)
(b)

Voltage
Frequency

6%
4%

Add new paragraph 11 as follows:


11

Allow for adequate appropriate glands, lugs, and boxes for the cables to be supplied
to the Motor Control Centre.
Add new Sub-Clause 1.1.28 as follows:

1.1.28

Testing and Commissioning

Testing and Commissioning of the installation shall be carried out in accordance with
the regulations and standards listed in the documents after completion of the work to

IA 12/13 C 057 ST
C2/S21/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

prove compliance with the Specification. The tests will be carried out in the presence
of and to the satisfaction of the Engineer.
2

Manufacturer's test certification for appropriate equipment shall be handed to the


Engineer prior to the site testing being carried out.

All results of the tests shall be recorded on-site and signed by all witnessing parties.
Subsequently, three copies of all such documents shall be submitted to the
Engineer.

Prior results of the tests shall be recorded on-site and signed by all witnessing
parties. Subsequently, three copies of all such documents shall be submitted to the
Engineer.

Prior notice shall be given to the Engineer of proposed tests together with a list of
the equipment to be used. In particular proposals shall be submitted for measuring
the luminance and illumination levels and for calculating the average levels as
specified elsewhere in the Specification.

All tests including, where applicable, insulation tests, continuity tests, effectiveness
of earthing, measuring of earth electrode resistance, shall be carried out.

No repeat test shall be carried out until the cause has been established and
rectification of the failure has been carried out.

The following tests shall be carried out on-site


(a)

(b)

Switching Station, Sub-Station:


(i)

Insulation resistance test with 1000 volts megger.

(ii)

Phasing out and polarity check.

(iii)

Operation and protection tests.

(iv)

Primary/Secondary Injection tests.

EHV Cables:
EHV cables shall be tested in accordance with the requirements in Part 35
below.

(c)

HV Cables:
HV cables shall be tested to the requirements of I.E.C. 502 and shall include:

(d)

(i)

HV d.c. test between conductors to earth.

(ii)

Di-electric leakage current at the test voltage.

(iii)

Insulation resistance test after above tests taken with a 1 000 volts
megger.

(iv)

Upon completion of all tests the cables shall be left in a fully discharged
condition.

MV Cables:
Insulation resistance test taken between conductors and between conductors
and separate earthing cable taken with a 500 volt megger.

IA 12/13 C 057 ST
C2/S21/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Continuity tests:
Approval shall be obtained from the Engineer before starting any tests, for
authorisation of connection of the power supply to the installation.
(e)

Lighting equipment and Visual Inspection:


The following tests shall be carried out in addition to those previously called
for:
(i)
(ii)
(iii)

(f)

Condition of the equipment and quality of the workmanship.


Level, perpendicularity and alignment of the poles and luminaires.
Actual characteristics of the equipment.

Lighting circuits:
Measurement of Insulation Resistance: Insulation resistance test on the
various MV circuits. The tests shall be performed after installation, in
accordance with approved standards to determine the adequacy of insulation
between phases and also between phases neutral and earth (lamps shall be
removed during the test where applicable).
Resistance of the earthing of all metallic frames shall also be carried out.

(g)

Operational Tests of lighting fixtures:


Normal functioning of all lamps.
Operation test on all power equipment including recording the voltage at the
terminals of each ballast on the final column in each circuit.

(h)

Performance Tests of lighting levels after 100 hours normal functioning:


Measurement of the lighting levels and uniformities on the road surfaces.
The result of which should be submitted to the Engineer in tabulated form.

(i)

Operational Tests on pumps:


After checking insulation resistance of motors and control gear and proving it
to be satisfactory, all pumps should be operated by means of automatic control
and proved to be performing to specification. Pump failure to be simulated and
operation of standby system proved.
The Engineer will reserve the right to take any action he may consider
necessary, in the event of the measure values not conforming with the lighting
design criteria D.2 Section 7.01. Any other tests found necessary by the
Engineer to verify conformity of the installation with the specifications, shall be
carried out by the Contractor as necessary.

(j)

Earthing Tests:
After installation of the individual earthing system in accordance with the above
for the various parts of the Specification and after the whole installation has
been connected up, an earth resistance test shall be carried out on the earth
bar and the readings obtained officially recorded. Three readings shall be
obtained for each sub-station relating to the two earth paths connected
individually and in parallel. An Evershed and Vignoles or similar earth tester
shall be used and all results tabulated and handed to the Engineer.

IA 12/13 C 057 ST
C2/S21/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

PART 2

MV FACTORY BUILT ASSEMBLIES (FBA'S)

2.2

PRODUCTS

2.2.2

Motor Control Centres

General
Add the following new items:
(f)

The electrical feed to the MCC panel shall be a 415 V, 3 phase, 4 wire, 50 Hz
public electricity supply. The introduction of the supply shall be by MCCB. The
supply incomers shall be rated to carry the full installed pumping station load
including the starting load.

(g)

The panel shall be of the composite front access, cubicle type and shall
comprise several sections of equal depth and height arranged to stand side by
side to form a uniform panel of pleasing appearance. The panel shall be
arranged for full front access with removable back covers and hinged doors.

(h)

The panel shall be provided with feeders for, pumps, pump house equipment,
instrument distribution board, lighting and small power distribution board and
spare feeders as indicated in the Drawings or as specified by the Engineer.

(i)

The different panel compartments shall be arranged in the following order


when facing the front of the MCC and reading from left to right:
(i)
(ii)
(iii)
(iv)

Electricity Supply Authority metering.


Supply incoming MCCB and mobile generator incoming.
Pump starters (current pump installation)
Pump starters (future pumps) - only cubicle with feeder MCCB to be
provided.
(v) Miscellaneous feeders / valve actuators, etc.
(vi) PLC
(vii) Instrumentation
(j)

The units shall incorporate adequate damping to override transient


disturbances.

(k)

All control circuits shall be so arranged as to be dead when the door is open.
A test switch shall be incorporated to override this. The switch shall be suitably
labelled to draw attention to its function.

Add new item as follows:


3

Compartments
A.

ELECTRICITY SUPPLY AUTHORITY METERING COMPARTMENT


(i)

The incoming cable gland plate, cutouts and electrical consumption


meter shall be located in this compartment. The compartment shall be
a minimum width of 500 mm and be entire height of the MCC panel.

(ii)

Adequately sized tails from the Main Incoming Switchgear to the


Incoming Supply Terminals shall be fitted with non-lockable handles.

IA 12/13 C 057 ST
C2/S21/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

B.

(iii)

Kilowatt hour (kWhr) meter as per electricity authorities requirements


shall be installed.

(iv)

100 mm square volt and ammeter with 3 phase selector switches shall
be installed.

PUBLIC SUPPLY AND MOBILE GENERATOR INCOMER COMPARTMENT


(i)

C.

The incomer shall comprise 2 Nos. TP & N, MCCBs with mechanical


and electrical interlocking and associated control and measuring units.
(For ratings of the MCCB,s refer to the drawings)

PUMP CONTROL COMPARTMENTS


(i)

Separate compartments shall be provided for each pump.

(ii)

Pump starters shall be solid state soft starters.

(iii)

Each compartment shall be supplied with the following:

(iv)

No. 100 mm square ammeter complete with current transformers


fitted on the busbar side.
1 No. 100 mm square voltmeter with selector switch to read
phase to phase and phase to neutral and off.
1 set voltmeter fuses.
1 set of interface / relay contacts for communication with PLC /
PMU
1 set of power factor correction capacitors
1 set pump protection relays

Mounted on the front of the control section for each pump shall be the
following equipment:

D.

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

1 No. Pilot Lamp to indicate Supply On (Green)


1 No. Pilot Lamp to indicate Running (Amber)
1 No. Pilot Lamp to indicate Pump Failure (Red)
1 No. Running Hour Meter
1 No. Reset Push Button.
1 No. Hand-Off-Auto Switch
1 Set start /stop push buttons

MISCELLANEOUS FEEDER COMPARTMENT


In this compartment, feeders and equipment for electric hoist, socket
outlets,air compressor, distribution boards and minor field equipment are to
be provided.

E.

PLC AND INSTRUMENTATION COMPARTMENTS


Following items shall be provided in this compartments.
(For detail specifications, refer to section 21-22 on Instrumentation.)

IA 12/13 C 057 ST
C2/S21/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

2.2.4

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(i)

PLC with VDU

(ii)

Pump Duty Selector Switch

(iii)

Equipment for instrumentation

(iv)

Interfacing circuits for pump starters etc

Distribution Boards
Add the following new items:

14

TPN distribution board (DB) fed from the MCC shall be provided. The DB shall
provide 240 V supply to electrical sockets for general purpose and hand tools, air
conditioning, other ancillaries and all internal and external lighting.

15

The DB shall have necessary timers and contactors for switching on and off the
external lights. Socket outlet circuits shall be protected with RCCB with 30mA
sensitivity. The DB shall be scheduled by the contractor based on all requirements
and to the approval of the Engineer and Electricity Authority.
Add new Sub-Clause 2.2.5 as follows:

2.2.5

Free Standing LV Feeder Pillar

Refer to QGEWC up-to-date version of Specification No. ED/02-10.

IA 12/13 C 057 ST
C2/S21/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 3

PROTECTIVE DEVICES

3.2

PRODUCTS

3.2.2

Moulded Case Circuit Breakers

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new paragraph 16 as follows:


16

MCCB'S to be provided as the MCC incoming and outgoing circuits breakers.

3.2.3

Miniature Circuit Breakers


Add new paragraph 6 as follows:

MCCB's to be provided as per distribution board final branch outgoing circuit


breakers as well as breakers for control circuits within the MCC.

IA 12/13 C 057 ST
C2/S21/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 6

CABLES AND SMALL WIRING

6.1

GENERAL

6.1.2

References

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new paragraphs 3 to 5 as follows:


3

Refer to QGEWC up-to-date version of Specification ED 03-40 and ED 03-140 for


further reference on XLPE Cables and accessories used on the MV distribution
system.

Refer to QCS Specification 6 Part 12 for details related to road lighting cabling.

Refer to additional Parts 34 and 35 within this Specification for details related to HV
and EHV cables.

6.2

PRODUCTS

6.2.4

Jointing 11 kV, L.V. and Pilot Cables


Add new paragraph 5 as follows:

EHV Cables
For details on EHV cable jointing, refer to Part 35.
Add new Sub-Clause 6.2.5 as follows:

6.2.5

Operating Conditions for HV Cables

11 kV Cables
The basic technical values shall be as follows, determined in accordance with the
recommendations of IEC 38, IEC 71-1, IEC 71-2 and other relevant IEC
Publications:
(a)

Nominal system voltage


(r.m.s value, phase to phase
voltage)

Un = 11 kV

Highest value of system


operating voltage
(r.m.s. phase to phase voltage)

Um = 12 kV

Highest voltage for equipment


(r.m.s. phase to phase voltage)

Um = 12 kV

(d)

Standard rated frequency

50 cycles

(e)

Rated short circuit breaking

25 kA r.m.s, 1 second capacity

(f)

System configuration

3 phase, non-effectively earthed

(b)

(c)

IA 12/13 C 057 ST
C2/S21/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(g)

Range of highest voltage


for equipment (according
to IEC 71-1, clause 38)

(h)

Standard insulation level for


equipment (B.I.L.)

(i)

rated lighting impulse


withstand voltage (peak)
power frequency short
duration withstand voltage
(r.m.s) :

(ii)

(i)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

75 kV

28 kV

Insulation co-ordination

according to IEC 71-1 and IEC 71-2

Add new Sub-Clause 6.2.6 as follows:


6.2.6

Electrical Criteria for HV Cables

Operating Criteria
(a)

Maximum Power Rating


(i)

Continuous operation

as per existing cables and


QGEWCs requirements

(ii)

Cyclic operation

No special requirements (but


the Contractors should advise
the proposed cable capacity)

(iii)

Emergency operation

No special requirements (but


the Tenderers should advise
the proposed cable capacity)

(iv)

Short circuit current


rating

25 kA, 1 sec.

Installation Data
(a)

Reference Drawing

EHV-01, 02, 03, 11

(b)

Length of cable route

Refer to Dwgs

(c)

Laying arrangement

(i)

Type of laying
-

(ii)

In PVC ducts at crossings


Directly buried

Type of sheath
- earthing

Single end bonded

(d)

Maximum air temperature

50 C

(e)

Type of termination and


joints

Heat shrinkable

IA 12/13 C 057 ST
C2/S21/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
3

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Construction Data
(a)

Conductor
(i)

(ii)

(iii)

(iv)

(b)

Conductor Screen
(i)

(c)

(ii)
(iii)

The XLPE insulation shall be triple extruded solid di-electric subjected to


a dry curing process. The inner semi-conductive layer (conductor
screen), solid insulation and outer semi-conductive layer (insulation
screen) shall be extruded and cured in a single process.
All dimensions and tolerances must comply with IEC 502 and the
subsequent Amendments.
MDCV or VCV process only shall be acceptable for the insulation
extrusion, curing and cooling.

Insulation Screen
(i)

(e)

The conductor screen shall consist of an extruded semi conductive XLPE


compound. The screen shall fill the interstices between the individual
strand wires forming the conductor and shall provide a smooth, regular
finish that shall be firmly bonded to the inner surface of the insulation.

Insulation
(i)

(d)

The conductor shall be segmental stranded conductor, size similar to


existing one made of annealed uncoated high conductivity copper wires
according to IEC No. 228 (1978). The copper wire before shaping shall
be smooth, uniform in quality, and free from scale, inequalities, spills,
splits and other defects.
The term "annealed" signifies that the wire can stand elongation of at
least 15 per cent without fracturing before stranding, the test piece being
not shorter than 150 mm and not longer than 300 mm.
When made up from shaped wires the conductor shall be clean and
uniform in size and shape and its surface shall be free from sharp edges
and unless otherwise approved shall be taped with a layer of conductive
or semi-conductive material.
Not more than two joints shall be allowed in any of the single wires
forming each length of conductor and no joint shall be allowed within 300
mm of any other joint in the same layer. The jointing of wires shall be
made by brazing, silver soldering or electrical welding. No joint shall be
made in the wire after it has been formed up into the required length.

The insulation screen shall be of an extruded layer of semi-conductive


compound having a smooth even surface and shall be in close contact
with the core insulation.

Metallic Sheath
(i)

The sheath of all cables shall consist of new lead of approved origin and
purity applied in the form of a seamless tube. The nominal and minimum
thickness of the sheath shall be confirmed before each shipment and
shall be in accordance with relevant clause of IEC 502 and as per
technical schedules. The sheath shall consist of lead alloy type 0.5 C
and shall be free from blowholes and other defects. Special care shall be
taken to ensure that dross or other impurities are excluded from the lead
press when the press is being charged.

IA 12/13 C 057 ST
C2/S21/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(ii)

(iii)

(f)

(ii)

(ii)

(iii)

(iv)

(v)

The outer covering over the metallic screen and impervious metallic lead
sheath shall be extruded black PVC suitable for the operating
temperature of the cable.
The minimum average thickness and minimum thickness at a point shall
comply with requirements of IEC 502 and not less than the value stated
in technical schedules.
Means shall be provided to prevent adhesion between turns and layers of
the cable on the drum and between the table and the drum or container
at such temperatures as may be met with during transit to the Site, at
Site, before laying or while stored.
The design and efficiency of the coverings shall not be affected by
clearing or clamping arrangements supporting the cable. Particular care
shall be taken to ensure that the outer covering is not damaged in any
way.
An outer conductive coating (graphite coating or extruded layer) shall be
applied to the covering to serve as an electrode for the voltage test on
the outer covering.

Anti-Termite Protection and Flame Resistance


(i)

(i)

The compounds applied under and over metallic sheaths shall be of such
a nature that in the finished cables they do not crack or run at any
temperature likely to be attained in transit to the Site, during installation
or when the cables are in operation. The compounds used shall have no
detrimental effect on the sheath or outer covering.
The bedding shall ensure the cable longitudinal water tightness, which is
to be demonstrated by test.

Anti-Corrosion Outer Protective Covering


(i)

(h)

The metallic sheath thickness and its composition shall be sufficient to


ensure adequate mechanical strength and to resist fatigue caused by
vibration.
The sheath shall be capable of carrying, without damage, the fault
current for one second under the most severe fault condition, which has
to be confirmed by calculations.

Metallic Sheath Bedding


(i)

(g)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

All cables installed in troughs shall have anti-termite protection applied to


the outer covering in the form of a chemical additive such as Gamma
BHC, anti-termite poison of similar. The manufacturer shall state the
chemical to be used, percentage strength and the reduction in electrical
and mechanical properties of the outer covering. The flame resistance
shall be confirmed for all cables installed in air (according to IEC 332-1).

Sealing of Cable Lengths


(i)

(ii)

Immediately after the completion of the factory acceptance tests, both


ends of every length of cable shall be sealed and shall remain sealed
until installed in their final position.
The sealing shall be done by means of a lead cap fitted over each end
and plumed to the metal sheath and finally covered by heat shrinkable
cap. The cable ends, which left projecting from the drum for the purpose
of the test, shall be protected to avoid damage to the sheathing during
transport.

IA 12/13 C 057 ST
C2/S21/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(iii)
(j)

The same type of the sealing shall be applied on installed lengths if there
is a time gap between cable laying and jointing activities.

Cable Identification
(i)

(ii)

(iii)
(iv)

6.3

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

The outer covering of all cables shall be embossed with the


manufacturers name, year of manufacturer, voltage level, type of
insulation, number of cores and size in accordance with BS 6346.
The embossed letters/figures shall be raised and shall consist of upright
block capitals/figures the size of which shall be not less than 15 per cent
of the nominal or specified external diameter of the cable except that in
no case shall they by greater than 13 mm.
The maximum gap between the end of one set of embossed lettering and
figures as above and the beginning of the next shall be 500 mm.
Cables shall be identified at each end of the run (including joint bays)
with a marker consisting of a label incorporating 4 mm characters. The
labels shall be attached to the cables with two PVC straps.

INSTALLATION
Add new Sub-Clause 6.3.9 as follows:

6.3.9

Testing
The requirements of IEC 502 shall be applicable on this Contract.

IA 12/13 C 057 ST
C2/S21/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 7

CONDUITS AND CONDUIT BOXES

7.2

PRODUCTS

7.2.1

Rigid PVC Conduit and Fittings

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new paragraph 7 as follows:


7

Rigid PVC conduits shall be provided for embedded and/or exposed installation at
regular indoor locations.

7.2.2

Rigid Steel Conduit and Fittings


Add new paragraph 1(h) and 2(g) as follows:

Rigid Steel Conduit


(h)

Rigid steel conduit shall be provided for exposed installations at all hazardous
locations.

Metallic Conduit Boxes


(g)

All floor boxes to be of watertight construction.

IA 12/13 C 057 ST
C2/S21/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

PART 10

WIRING ACCESSORIES AND GENERAL POWER

10.2

PRODUCTS

10.2.1

General
Add new paragraph 2 as follows:

Unless otherwise indicated in the sections to follow, the faceplate of all devices
shall be polycarbonate.

10.2.3

Switches
Add new paragraph 7 as follows:

Lighting Switches
Lighting switches are to be provided for local control of all indoor lighting.

10.2.5

Socket Outlets
Delete paragraph 1 and substitute with the following:

General Purpose socket outlets


(a)

to BS 1363

(b)

3 rectangular pin (2P + E) shuttered with combined switch, rated 13A, 250 V

(c)

to be supplied with plug complete with fuse.

(d)

to be provided as required for all indoor areas.

IA 12/13 C 057 ST
C2/S21/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 13

TELEPHONE INSTALLATIONS

13.1

GENERAL

13.1.1

Scope

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new paragraphs 3 to 5 as follows:


3

Telecommunication services that fall under the carriageway or within unacceptable


proximity to the new limit of the upgraded road shall be relocated at the approval of
Q-Tel. The Contractor shall be responsible for liaising with Q-Tel and obtain from
them, prior to the completion of the Works, written confirmation that all existing and
relocated telecommunications infrastructure is no longer within unacceptable
proximity to the new limit of the upgraded road. The Contractor shall be
responsible for the relocation of any telecommunications infrastructure unless
specified otherwise by Q-Tel of the Engineer.

The Contractor is to confirm the exact location of existing telecommunication


services with Q-Tel prior to the commencement of the Works.

Relocation of fibre optic main lines where relevant, which unless stated to the
contrary are anticipated to be almost wholly replaced, generally entails the
following:
(a)

All necessary infrastructure (ducts, manholes, etc.) for the new system in the
new reservation.

(b)

Retrieval of existing fibre optic lines and manhole covers and delivery to QTel.

(c)

Financial reimbursement to Q-Tel for their supply and installation of the new
fibre optic lines.

13.2

PRODUCTS

13.2.1

General
Add the following sentences to paragraph 1:

The name of any sub-contractor to be used shall be entered when in relevant Form
of Tender when the Tender is submitted.
Delete paragraph 3 and substitute with the following:

Q-Tel will supply as free issue all ducts for the Works together with iron work,
covers and frames for junction boxes. All other materials required for works shall
be supplied by the Contractor.
Add the following to paragraph 4:

All materials required for the Works shall be as follows:

IA 12/13 C 057 ST
C2/S21/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

13.3

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Item

Paid by

Supplied
by

Installed
by

Supervised
by

All Ducts/Manholes

Main Contractor

Q-Tel

Contractor

Q-Tel

Ducts/Manhole
Cover

Main Contractor

Q-Tel

Contractor

Q-Tel

All Cabling

Main Contractor

Q-Tel

Q-Tel

Q-Tel

All Junction Boxes /


Outlets

Main Contractor

Q-Tel

Q-Tel

Q-Tel

INSTALLATION
Add new Sub-Clauses 13.3.5 and 13.3.6 as follows:

13.3.5

Modification to Q-Tel Specifications

The Q-Tel Specification S.006 shall be modified as follows:


(a)

The Supervising officer shall mean any accredited official from Q-Tel or a
representative as designated by the Engineer.

(b)

All cement used shall be sulphate resisting cement as specified in Section 5


of the Qatar Construction Specification.

(c)

The concrete quality classes specified in Clause 202 of the Q-Tel


specifications shall be as per the following classes specified in QCS Section 5
Part 6.

(d)

In clause 105 of Q-Tel Specification earth, free from stones is replaced


sand, free of salt to a fine grading as approved by the Engineer

13.3.6

Record Drawings

The Contractor shall keep accurate record drawings of the arrangement, positions
and details of all works constructed by him. These drawings will be of forms and to
scales approved by the Engineer and his designated representative.

As soon as each drawing has been completed, two prints shall be submitted to the
Engineer and his designated representative for approval.

If the Drawings or documents are not approved, one copy shall be returned to the
Contractor with marked indications of the alterations required. Upon final approval
one copy of the drawing or document shall be stamped "Approved" by the Engineer
or his designated representative and returned to the Contractor forthwith.

After such approval is given, the Contractor shall supply to the Engineer two prints
of the finalised drawings, and the digital files in CAD format on CD, for the use of
the Engineer.

All record drawings shall be completed within 30 days of the commencement of the
Maintenance Period.

IA 12/13 C 057 ST
C2/S21/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
6

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Record drawings will show accurately the exact locations of all road crossings,
ducts, joint boxes, etc., fully dimensioned and triangulated.

IA 12/13 C 057 ST
C2/S21/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 22

EARTHING AND BONDING

22.3

INSTALLATION

22.3.1

Installation

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Delete paragraph 14 and substitute with the following:


14

Cable Armour Earthing:


(a)

Connect steel armour to the earthing system

(b)

Coordinate with QGEWC regarding any specific earthing requirements for the
EHV cable sheaths.

Add new paragraph 17 as follows:


17

Transformer Earthing:
(a)

Transformer Earthing Terminal is to be connected to MV main earthing bar by


bare copper earthing conductor not less than 20 mm per 100 kVA of
transformer rating, with a minimum of 35 mm.

(b)

Transformer Neutral (Star Point) is to be connected by insulated earthing


conductor (colour black) to MV side main earthing bar. Neutral earthing
conductor is to be sized for maximum earth fault current for 5 seconds with
final conductor temperature not exceeding 160 C or sized not less than 30
mm per 100 kVA of transformer rating, and with a minimum of 50 mm.
Where a neutral is directly connected to earth electrode, an insulated
disconnecting device is to be provided at the transformer.

IA 12/13 C 057 ST
C2/S21/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
PART 23

INSPECTION AND TESTING

23.3

ELECTRICAL EQUIPMENT TESTING

23.3.1

General

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Delete paragraph 2 and substitute with the following:


2

The following equipment will be inspected and tested on-site after installation. Any
omission or defects, or faults raised by the Engineer are to be remedied or
corrected by the Contractor and re-testing made at the direction of the Engineer at
the Contractors expense:
(a)

415 V switchgear

(b)

Mains cable

(c)

Motors

(d)

Starters and control gear

(e)

Control and starter panels

(f)

Small wiring, etc.

(g)

Elevator, walkway system

(h)

Radio and TV interference

(i)

Fire alarm and detection system

(j)

Public address system

(k)

HV switchgear

(l)

HV cables

(m)

Power transformer

(n)

EHV cables

(o)

Main telephone installations

Delete paragraph 3 and substitute with the following:


3

The following functional tests shall be carried out to ensure proper functioning of the
plant and all apparatus.
(a)

All protective circuits, interlocks, control and alarm shall be tested for correct
operation

(b)

All lighting circuits shall be energised and checked to ensure that they are
operational

(c)

All motors, plants and electrical equipment connected with mechanical


services shall be checked to ensure that they run freely in the correct
direction/rotation and in correct sequence

(d)

Fire alarm system, elevator system and building management system (if
applicable) shall be tested for correct operation

(e)

All major authority related testing requirements shall be witnessed by the


relevant authority representative (QGEWC or Q-Tel). The Contractor shall

IA 12/13 C 057 ST
C2/S21/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

give a minimum of one-week advance notice prior to performing any major


tests
(f)

The Contractor shall obtain all relevant testing requirements from QGEWC
and Q-Tel and make available all necessary testing apparatus.

IA 12/13 C 057 ST
C2/S21/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

PART 31

POWER TRANSFORMERS

31.1

GENERAL

31.1.1

Scope
Add new paragraphs 2 to 4 as follows:

This Part is additional to QCS and it specifies the general requirements for 11
kV/415 V power transformer.

Related Parts and Sections are as follows:


This Section:

Part 6
Part 22
Part 32

HV Cables
Earthing and bonding
HV Switchgear

Power transformers are required as shown on the Contract Drawings.


Insert new clauses as follows:

31.6

SUBMITTALS

The following documents to be submitted to QGEWC for approval:


(a)

Product data for each product specified, detailed description of construction,


including dimensioned plans, sections, and elevations. Show minimum
clearances and installed devices and features, weight and bearing forces,
incoming and outgoing terminals and provisions for feeder terminations.

(b)

Wiring diagrams of transformers and accessory components, differentiating


between manufacturer-installed and field-installed wiring and cabling.

(c)

Routine Tests And Special Tests are to include measurement of noise level,
winding resistance, voltage ratio, check of polarity/vector group, impedance
voltage, load loss, no-load loss, no-load current, induced overvoltage
withstand test and separate source voltage withstand test.

(d)

Qualification data for firms and persons specified in the "Quality Assurance"
Article to demonstrate their capabilities and experience. Include a list of
relevant completed projects with project names and addresses, and names
and addresses of the respective Engineers and Government.

(e)

Shop and construction drawings including foundation details, grouting holes,


base frames and installation details. All civil works are to be approved by
END, Civil Section (EWD).

(f)

Operation and maintenance data for materials and products.

31.7

QUALITY ASSURANCE

Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of


high voltage electrical distribution equipment to perform the installation specified in
this Section.

IA 12/13 C 057 ST
C2/S21/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Standards: Comply with IEC 76, 354, 726 - Power Transformers and IEC 296 Insulating Oil.

31.8

DELIVERY, STORAGE AND HANDLING

Spare Parts: provide spare parts as recommended by the manufacturer, for one
year maintenance as expected under local conditions, and to allow for emergency
replacement due to accidental breakage or failure.

Spare Parts for Oil Filled Transformers are to include, but are not limited to, one set
of 11 kV bushings, drain plug, fragile parts which are subject to external damage
and suitable quantity of make-up insulating oil.

Tools and Instruments: provide tools and instruments required for normal routine
inspection, testing, operation and maintenance, recommended by the manufacturer.

31.9

PRODUCTS

31.9.1

Oil Filled Transformer

Transformer to be 3-phase, two-winding, liquid immersed, sealed type, rated for


continuous operation under site ambient conditions at full rated power, naturally
cooled (ONAN), with off-load, manual, externally operated tap-changer, lockable in
all positions on primary side. Transformer is to comply with IEC 76, 354 and 404-2.

Transformer Construction is to be variable volume steel tank, with corrugated wall


design forming integral cooling pockets, heavy rolled and welded steel bottom and
base frame and hermetically sealed bolted-on cover. Tank is to be completely filled
with insulating liquid drawn in under vacuum. Tank cover is to have provision for
two thermometers or temperature sensors, lugs for lifting, four lashing lugs and
filler- pipe with valve. Tank is to have drain plug at bottom, earthing bolt on cover
and earthing pad on base-frame, and a rating plate.

Transformer Noise Level in general is to be less than 76 dB at 0.3 m for ratings up


to 1600 kVA and 69 dB for ratings up to 630 kVA and in accordance with IEC 551.
Windings are to be copper, unless otherwise approved.

Transformer Bushings are to be porcelain, tank-cover mounted, or tank-side


mounted to manufacturer's standard, and as approved, with plug-in or bolt-on
arrangements.

Finish for surfaces are to be steel grit blasted, caustic washed and phosphatized,
primed with waterproof primer and finished with weather-resistant enamel and final
coat
of
air-drying enamel. Alternative finish may be used subject to approval.

Characteristics of Transformer are:


(a)

Rated power (net site rating)

1,000 kVA

(b)

Winding connection

Dyn 11, neutral insulated and brought


out

(c)

Frequency

50 Hz

IA 12/13 C 057 ST
C2/S21/23
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(d)

Type of insulating liquid

(e)

Rated voltage:

Oil natural with radiator sealed type


ONAN liquid

:
:

11 kV
415 V

Impedance voltage at rated


current

6%

(g)

Tap-changer positions at

25% and 5%

(h)

Rated power frequency


withstand voltage

50 kV

Rated lightning impulse


withstand voltage

75 kV

Short-circuit apparent power


of system at location

500 MVA

(k)

Duration of short-circuit

two seconds

(l)

Terminal connections:

(i)

HV side

fully insulated with cable sealing ends,


bolted type.

(ii)

MV side

MV busbars
compartment.

(i)
(ii)

(f)

(i)
(j)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

primary
secondary (no load)

or

cables

to

MV

Accessories are to include the following:


(a)

magnetic liquid level gauge with N.O. low level alarm contact;

(b)

dial type thermometer with N.O. contact and maximum pointer;

(c)

pressure relief device with N.O. contact.

31.10

EXECUTION

31.10.1

Installation

Comply with QGEWC electrical safety codes and the manufacturer's written
installation instructions.

Equipment Bases: ensure that concrete bases and foundations provided for
installation of equipment are constructed in accordance with approved shop and
construction drawings and equipment manufacturers drawings and that holes for
fixings bolts and provisions for passage of cables etc. are provided as required.

Cable Trenches: ensure that trench construction and covers provided for installation
of power and control cables are in accordance with approved shop and construction
drawings.

Cabling And Wiring: install cables, wires, raceways, supports, cable ends and
termination fittings in accordance with the appropriate sections of the Specification
and/or as shown on the Drawings. Tighten electrical connectors and terminals
according to manufacturer's published torque-tightening values.

IA 12/13 C 057 ST
C2/S21/24
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

31.10.2

Earthing

Earth transformers shall be in accordance with Part 22.

31.10.3

Testing and Commissioning

Transformer to be tested in accordance with QGEWC requirements.

Schedule tests and provide notification at least one week in advance of test
commencement.

Report: Submit a written report of observations and tests.


materials and workmanship.

Tests: Include the following minimum inspections and tests according to the
manufacturer's instructions. For test method and data correction factors, conform
to applicable Standards.
(a)

Inspect accessible components for cleanliness, mechanical, and electrical


integrity, for presence of damage or deterioration, and to ensure removal of
temporary shipping bracing. Do not proceed with tests until deficiencies are
corrected.

(b)

Inspect bolted electrical connections for tightness according to manufacturer's


published torque values or, where not available, those of applicable
Standards.

(c)

Insulation Resistance: Perform megohmmeter test of primary and secondary


winding-to-winding and winding-to-ground according to the following:

WINDING RATING
(VOLTS)

MINIMUM TEST
VOLTS (d.c.)

MINIMUM INSULATION
RESISTANCE (MEGOHMS)
FOR LIQUID FILLED

601 5.000

2.500

1.000

5.000 35.000

5.000

5.000

(i)
(ii)

Report defective

Duration of Each Test:


10 minutes.
Temperature Correction: correct results for test temperature, deviation
from 20 C standards.

(d)

Turns Ratio: Measure between windings at each tap setting. Measured ratios
deviating more than 0.5 per cent from the calculated ratio or the measured
ratio for adjacent coil are not acceptable.

(e)

Winding Resistance: Measure for winding at nominal tap setting. Measured


resistance deviating more than 1 per cent from that of adjacent winding is not
acceptable.

Test Failures: Compare test results with specified performance or manufacturer's


data. Correct deficiencies identified by tests and retest. Verify that transformers
meet specified requirements.

IA 12/13 C 057 ST
C2/S21/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

31.10.4

Final Adjustments

After completing installation and cleaning, touch up scratches and mars on finish to
match original finish.

Adjust transformer taps to provide optimum voltage conditions at utilization


equipment throughout the normal operating cycle of the facility. Record voltages
and tap settings to submit with test results.

31.10.5

Demonstration

Training: Include a minimum of 2 days of training in operation and maintenance.


Provide both classroom training and hands-on equipment operation covering the
following:

(a)

Safety precautions

(b)

Features and construction of project transformers and accessories

(c)

Routine inspection, test and maintenance procedures

(d)

Routine cleaning

(e)

Features, operation, and maintenance of integral disconnect and protective


devices

(f)

Interpretation of readings of indicating and alarm devices

(g)

Protective relay setting considerations

(h)

Features, operation and maintenance of separable insulated connector


system

(i)

Tap-changing procedures.

Schedule training with at least 7 days advance notice.

IA 12/13 C 057 ST
C2/S21/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new Part 34 as follows:


PART 34

HIGH VOLTAGE SWITCHGEAR

34.1

GENERAL

34.1.1

Scope

This Part covers the requirements for high voltage switchgear and associated
auxiliary equipment. It is based on QGEWC Specification ED/02-60.

Related Parts and Sections are as follows:


Part 1
Part 31
Part 35

General Provisions for Electrical Installations


Power Distribution Transformer
HV Cables

For the package substations, the HV switchgear is an integral part and should be
furnished pre-installed as a complete unit.

34.1.2

Submittals

The following documents to be submitted to QGEWC for approval:


(a)

Product data for each product specified, including complete manufacturer's


catalogues, operating characteristics, provisions for extension or for addition
of components, protective relays and characteristics, instrument transformers
and metering components, accuracies and curves.

(b)

Shop drawings for each switchgear line up and accessory component.


Include dimensional plans, sections, and elevations showing minimum
clearances, installed devices, major features, and materials lists, weights
cable accesses in slabs, grouting holes and installation details.

(c)

Wiring diagrams, both elementary and schematic, differentiating between


manufacturer-installed and field-installed wiring including detailed
identification of relays, control gear and any other components.

(d)

Manufacturer's certification, signed by the manufacturer certifying that


equipment complies with the requirements specified in Quality Assurance
below. Upon request submit evidence of experience.

(e)

Product Certification: Signed by manufacturer of equipment certifying that


products comply with the specified requirements.

(f)

Routine Tests of each complete switchgear unit is to undergo routine tests at


the manufacturer's works in accordance with the relevant standards. Submit
routine test reports, prior to shipping equipment, indicating ambient test
conditions and guaranteed rating of equipment under site conditions.

(g)

Installers' certificates signed by the Contractor, certifying that the Installers


comply with the requirements specified under Quality Assurance below.

(h)

Report of Field Tests: Certified copies of field tests including ground


resistance tests.

(i)

Maintenance data for materials and products.

IA 12/13 C 057 ST
C2/S21/27
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(j)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Protection coordination scheme with pick-up time-current settings as required


to coordinate with upstream and downstream protective devices of the
complete system.

34.1.3

Quality Assurance

Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of


high-voltage electrical distribution equipment to perform the installation specified in
this section.

Manufacturer Qualifications: Manufacturer shall be regularly engaged in


manufacturing switchgear complying with the requirements of these Specifications,
experienced with at least 5 projects of similar size and scope.

Type Test Certificates are to be submitted to verify compliance of main equipment


with the relevant IEC Standards, including, but not limited to, the following: impulse
withstand voltage tests, power frequency withstand voltage tests, temperature rise
tests, short time current tests, verification of making and breaking capacity,
mechanical endurance/operation tests, verification of degrees of protection for
persons against contact with live and moving parts, internal arc test, protection
degree test.

Standards equipment and component parts are to comply with the following
Standards:
(a)

common clauses for HV switchgear


and control gear standards

IEC 694

a.c. metal-enclosed switchgear and


control gear for rated voltages above
1 kV and up to and including 72.5 kV

IEC 298

(c)

HV a.c. circuit breakers

IEC 56

(d)

insulation coordination

IEC 71

(e)

HV a.c. fuse-switch combinations


and fuse-circuit-breaker combinations :

IEC 420

a.c. disconnectors (isolators) and


earthing switches

IEC 129

(g)

HV switches

IEC 265

(h)

metering and protective current


transformers (CTs)

IEC 185

metering and protective voltage


transformers (VTs)

IEC 186

(j)

relays

IEC 225

(k)

reading instruments

IEC 51

(l)

watt-hour meters

IEC 521

(m)

power transformers

IEC 76 (for)

(n)

insulating oil

IEC 296

(p)

sulphur hexafluoride

IEC 376

(b)

(f)

(i)

IA 12/13 C 057 ST
C2/S21/28
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(q)

fuses

IEC 282-1

(r)

surge arrestors

IEC 99

Electrical Component Standard: Components and installation shall comply with the
local applicable codes and regulations of the Authority having jurisdiction.

Manufacturer/Product Selection:
The Drawings indicate sizes, profiles, and
dimensional requirements of high-voltage switchgear which are based on specific
types and models of manufacturers. Switchgear having equal performance
characteristics by other manufacturers may be considered provided that deviations
in dimensions and profiles do not change the design concept and space
requirements or intended performance as judged by the Engineer.

34.1.4

Delivery, Storage, and Handling

Deliver Switchgear and components properly packaged and mounted on pallets, or


skids to facilitate handling of heavy items. Utilize factory-fabricated type containers
or wrappings for Switchgear and components which protect equipment from
damage. Inspect equipment to ensure that no damage has occurred during
shipment.

Store Switchgear in original packaging and protect from weather and construction
traffic. Store above grade and enclose with watertight wrapping.

Handle Switchgear carefully to prevent physical damage to equipment and


components. Remove packaging, including the opening of crates and containers,
avoiding the use of excessive hammering and jarring which would damage the
electrical equipment contained therein. Do not install damaged equipment; remove
from site and replace damaged equipment with new.

34.1.5

Sequencing and Scheduling

Schedule delivery of switchgear and accessories equipment that permits ready


building ingress for large equipment components to their designated installation
spaces. Coordinate delivery of equipment with the installation of other building
components.

Coordinate the size and location of concrete equipment pads. Cast anchor bolt
inserts into pad. Concrete, reinforcement, and formwork requirements are specified
in QCS Section 5.

Coordinate with other electrical work including raceways, electrical boxes and
fittings, and cabling/wiring work, as necessary to interface installation of switchgear
with other work.

34.2

PRODUCTS

34.2.1

High voltage Switchgear, General Requirements

HV Switchgear Compartment is to include metal-enclosed ring main switchgear unit


with SF6 switching and SF6 insulated busbars comprising two incoming switchdisconnectors for ring main network feeders, one transformer protection fuse-switch

IA 12/13 C 057 ST
C2/S21/29
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

combination, cable terminal fittings behind dead front panels, and front mounted
switchgear operating handles, control, indication and metering devices.
2

HV Switchgear Characteristics
(a)

rated voltage

12 kV

(b)

nominal service voltage

11 kV

(c)

rated impulse withstand


voltage (peak)

75 kV

(d)

rated frequency

50 Hz

(e)

rated one minute power


frequency withstand
voltage (r.m.s)

28 kV

rated short-time
withstand current for
one second

25 kA

(g)

busbar current rating

(h)

rated peak withstand


current

(f)

630 A (minimum)
63 kA

HV switch-disconnector is to be of the general purpose, 3-pole, load-break, shortcircuit make, category B to IEC 265.
(a)

rated normal current

(b)

rated short-circuit making

(c)

capacity (peak)

630 A

equal to rated peak with-stand current.

Switch-disconnector Operation is to be by removable handles at front of unit.


Switching mechanism is to be manual, or automatic with remote control, spring
charged, quick-make, quick-break, with speed of switching independent of operator.
Switch is to be provided with a suitably rated universal motor capable of one
complete off-on-off cycle in case of loss of control power. Main switch and earth
switch operations are to be separated and safety interlocked with the manual
handle inserted in separate access holes for on/off operation of main switch and
earth on/earth off operation of earth switch. Handle design is to ensure delay
between closing and re-opening of main switch or earthing switch, to provide an
anti-reflex operation. It is to be impossible to move earth switch inadvertently into
or from earth position except when main switch is in the open position. Indication of
switch position is to be mechanical, directly connected to moving contacts. Each
switch is to have padlocking device in the open, closed and earth
positions.

Fuse-Switch Combination is to consist of trip-free, load- break, short-circuit make


fuse-switch combination, with operational requirements as for switch-disconnector.
Fuse is to be separately located in fuse chamber with interlocked earthing switches
providing upstream and downstream earthing of the fuse assembly. Automatic trip
switching is to be actuated by fuse striker pins which actuate common trip-bar in
switch mechanism. Once operated, striker pins remain in ejected position,
preventing reclosure of switch until fuse has been replaced. Single phasing is not

IA 12/13 C 057 ST
C2/S21/30
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

to be possible. Fuses are to be totally enclosed, current limiting, cartridge type,


high-breaking capacity, with striker pins, and withdrawable from front of unit. Fuse
switch combination is to have the following ratings.
(a)

rated normal current

200 A

(b)

rated prospective shortcircuit breaking current

25 kA to IEC 420

rated prospective shortcircuit making current

65 kA

rated current of fuse link

100 A

(c)
(d)
6

Incoming/Outgoing Cables of type and size are to be as shown on the Drawings.

Cable Terminal Connectors to stress-relieving, epoxy sealed end, bolted type,


complete with all accessories. Alternative arrangement may be proposed by
manufacturer.

Potential Indicators to be neon type provided at front of each unit, one per phase,
using capacitive potential divider to indicate voltage at switch-disconnector cable
terminals.

Accessories are to include the following:


(a)

two N.C. and two N.O. auxiliary contacts on each switch

(b)

shunt trip release on fuse-switch combination

(c)

earth fault indicator, operated by core-balance type current transformer,


located near and outside cable box/termination's with indicator visible from
front and with automatic reset.

34.3

EXECUTION

34.3.1

Installation

Equipment Bases: ensure that concrete bases and foundations provided for
installation of equipment are constructed in accordance with approved shop and
construction drawings and equipment manufacturers drawings and that holes for
fixings bolts and provisions for passage of cables, etc. are provided as required.

Install switchgear and accessory items in accordance with manufacturer's written


installation instructions and the following specifications:
(a)

Anchoring: Anchor each switchgear assembly to two 100 mm minimum


channel iron sills by tack welding or bolting.

(b)

Sills shall suit the switchgear and shall be leveled and grouted flush into the
floor.

(c)

Platform: Where a membrane-waterproofed floor or pressure slab is indicated


under a switchgear location and elsewhere, where indicated, there shall be
provided a concrete housekeeping pad. The 100 mm channel sills specified
above shall be provided in the pad.

IA 12/13 C 057 ST
C2/S21/31
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and


brackets and temporary blocking of moving parts from switchgear units and
components.

Framed Operating Instructions: Printed basic operational instructions for


switchgear, including key interlocking sequence, if any, and emergency procedures,
framed under clear acrylic plastic on the front of the switchgear are to be provided.

Cable Trenches: ensure that trench construction and covers provided for installation
of power and control cables are in accordance with approved shop and construction
drawings.

34.3.2

Earthing

Earthing to be as per paragraph 9.4 of QGEWC Specification ED/02-60.

34.3.4

Connections

Install all incoming and outgoing cable supports, cable ends and termination fittings
required for HV, MV and control cables.

Tighten electrical connectors and terminals in accordance with manufacturer's


published torque-tightening values.

34.3.5

Testing and Commissioning

General: Comply with applicable IEC standards or the international Electrical


Testing Association (INETA) including Standard ATS, "Acceptance Testing
Specifications for Electrical Power Distribution Equipment and Systems" where no
other local standards have precedence.

Pre-testing: Upon completing installation of the system, perform the following


preparations:

(a)

Equipment: inspect equipment upon delivery to site and report any damage to
the Engineer.

(b)

Switchgear: inspect and check switchgear for completeness and as


recommended by the manufacturer and check phasing of buses, contact
alignment and clearances.

(c)

Components: check component ratings, types, sizes and wiring connections,


including current and voltage transformers, fuses, switches, instruments and
relays.

(d)

Make insulation resistance tests of switchgear buses, components, and


connecting supply, feeder, and control circuits.

(e)

Make continuity test of circuits.

(f)

Provide Manufacturer's
organization.

installation

and

testing

instructions

to

test

Test Procedure: Conform to the following:


(a)

Test objectives: To assure switchgear installation is operational within

IA 12/13 C 057 ST
C2/S21/32
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

industry tolerances and is installed in accordance with the specified


requirements, and is suitable for energizing.

(b)

Procedures: Make field tests in accordance with applicable IEC standards.

(c)

Schedule tests and notify Engineer at least one week in advance of test
commencement.

Protective Relay Settings:


Set in accordance with manufacturer's instructions and the coordinated QGEWC
systems requirements. Settings given on drawings shall be verified to be accurate
for final system configuration and parameters. Where discrepancies are found, final
relay settings shall be recommended to the Engineer, and any revised settings
accepted by him shall be used by the test organization to make the final
adjustments.

Tests: Perform high-potential test of switchgear and accessories and such other
tests and examinations as are needed to achieve specified objectives, including the
following:
(a)

Perform mechanical and electrical operator tests. Check main and auxiliary
contact alignment.

(b)

Check arc-interrupter operation on load-interrupter switches.

(c)

Verify key interlock operation.

(d)

Test insulation resistance on each phase to ground and from each phase to
each other phase.

(e)

Test a.c. overpotential as recommended by IEC standards.

(f)

Test contact resistance across each main contact set. Report contact
resistance in excess of manufacturer's tolerances.

(g)

Test polarity and ratio of CT's.

(h)

Test protective relays to determine pickup parameters. Verify accuracy of


timing setting for three points on time dial curve.

(i)

Trip each circuit breaker by operating each associated protective relay.

(j)

Measure minimum pickup voltage of each trip and close coil.

(k)

Test arc chutes for losses in accordance with manufacturer's instructions.

(l)

Check integrity and insulation of ground and test device.

(m)

Check calibration and adjust ammeters and voltmeters.

(n)

Verify operation of all auxiliary and emergency equipment.

Retesting: Correct deficiencies identified by tests and retest switchgear under such
circumstances. Verify by the system test that the total system meets the specified
requirements.

34.3.6

Final Adjustments

Upon completion of installation, inspect interior and exterior of switchgear. Remove


paint splatters and other spots, dirt, and debris. Touch up scratches and mars of

IA 12/13 C 057 ST
C2/S21/33
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

finish to match original finish.


34.3.7

Demonstration

Training: Conduct a minimum of two days training in operation and maintenance.


Include both classroom training and hands-on equipment operation and
maintenance procedures.

Schedule training with at least seven days' advance notice.

IA 12/13 C 057 ST
C2/S21/34
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Add new Part 35 as follows:


PART 35

EXTRA HIGH VOLTAGE CABLES

35.1

GENERAL

35.1.1

Scope

This Part includes single and multiple conductor cables and splices, terminations,
and accessories for cables above 11,000 V rating.

Related Parts and Sections are as follows:


This Section:

Part 1

General Provisions for Electrical Installations

Part 6

Cables and Small Wiring

Part 31

Power Distribution Transformers

Part 32

11 KV Switchgear

General
This section deals with the specific technical requirements related to material,
equipment, execution of works and all other activities necessary for the
implementation of works related to 132 kV and 66 kV cables.
132 and 66 kV power cables shall be connected to the existing QGEWC
transmission system and, after connection, shall form part of the system. The EHV
circuits that will be installed and connected shall be as specified by the Engineer.
The new lines shall meet the requirements of the existing system.
The 11 kV circuits that require diversion and hence new installation in specific
locations are indicated on the Drawings, and they are covered in QCS Section 21,
Part 6.

35.1.2

Submittals

The following documents to be submitted to QGEWC for approval:


(a)

Product data on cables and cable accessories including descriptions and


detailed specifications.

(b)

Shop drawings of joints and terminations.

(c)

Product certificate signed by manufacturer that its products comply with the
specified requirements.

(d)

Installer certificates signed by manufacturer of cable splicing and terminating


products that Installers comply with training requirements specified under
"Quality Assurance".

(e)

Installer certificates signed by Contractor that Installers of cable splices and


terminations meet the experience qualifications specified under "Quality
Assurance".

IA 12/13 C 057 ST
C2/S21/35
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(f)

Product Test Reports: Certified reports of manufacturers' factory production


and final tests indicating compliance of cable and accessories with referenced
standards.

(g)

Report of Field Tests: Certified copies of field test records.

(h)

Maintenance data for cables and accessories, manufacturer's written


instructions for periodic tests of cables in service, operating instructions for
fault indicators and separable insulated connectors and their accessories.

35.1.3

Quality Assurance

Installer Qualifications: Engage an experienced Installer (approved by QGEWC) of


high-voltage electrical cable to perform the installation specified in this section. In
addition, for the specific work of cable splicing and terminating, engage Installers
who are experienced in cable splices for the specific types of cable and cable
accessories specified in this Section.

Standards Compliance: Cables and components shall be marked, listed and


labelled by Manufacturer in accordance with the approved standards of
manufacture (IEC, BS, UL, DIN, UTE, NFC, ICEA, etc.).

IEC Compliance: Components and installation shall comply with the relevant IEC
Standards and the local Authority specification having jurisdiction.

Electrical Component Standard: Components and installation shall comply with


NFPA 70 "National Electrical Code".

IEEE Compliance: Comply with applicable IEEE standards including C2 "National


Electrical Safety Code".

35.1.4

Delivery, Storage and Handling

Deliver extra high and high-voltage cable on factory reels conforming to Standard
applicable or as otherwise specified.

Store cables on reels on elevated platforms in a clean, dry location.

35.1.5

Warranty

Special Project Warranty: Submit a written warranty, mutually executed by


manufacturer and the principal Installer, agreeing to repair or replace high voltage
cables, splices, and terminations that fail in materials or workmanship within the
special project warranty period specified below. This warranty shall be in addition
to, and not a limitation of, other rights and remedies the PWA may have against the
Contractor under the Contract Documents.

Special Project Warranty Period: 2 years beginning on the date of Substantial


Completion.

35.2

PRODUCTS

35.2.1

Environmental Conditions

The following conditions apply:

IA 12/13 C 057 ST
C2/S21/36
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(a)

Altitude above sea level

Below 1000 m

(b)

Distance from sea

Less than 10 km

(c)

Wind speed

140 km/h
Prevailing wind direction NW to
NNW

(d)

Ground water level

2-70 m

(e)

Pollution level

Air heavily laden with dust and


salt (vide IEC 8.15, Table 1) with
high percentage of salt

(f)

Creepage distance phase to phase

35 mm/kV (Vide IEC 815) (based


on the highest phase to phase
system voltage)

(g)

Isokeraunical level

20 thunderstorm days per year

(h)

Lightning current (peak)


(for protective earthing)

60 kA

(i)

Earthquake factor

intensity approx. VI of M.M Scale


(Modified Mercalli Scale)

(j)

Design absolute maximum


temperature

50 C

Rainfall Summer
Winter

:
:

13 mm, 1 month
29 mm, 1 month

(k)
35.2.2

Current Carrying Capacity

The maximum continuous current capacity, maximum permissible conductor


temperature and the factors for determining such rating and temperature shall be
based on IEC recommendation No. 287 and subsequent amendments and all
actual conditions at site.

Cable rating calculations shall be submitted along with the offer based on the data
provided under "Design Criteria". The calculations shall be reconfirmed and
approved after the Site investigations and before the manufacture.

The Contractor shall carry out, at his own expense, moisture content, water table
level, and soil thermal resistivity tests along the 132 and 66kV cable route and such
other tests as he may consider necessary, sufficiently in advance of the
manufacture of any cable, to satisfy himself that, the conditions on-site and his
proposed arrangement of cables and method of installation are such that the
maximum current carrying capacity can be maintained. If the Contractor considers
that the conditions and the proximity to other power cables, spacing and method of
installation are likely to reduce the maximum current carrying capacity below the
declared value, he shall immediately notify QGEWC as to what the maximum
current carrying capacity would be under these conditions and shall not proceed
with the work on that portion of the route affected until QGEWC has given its
permission.

Power cable sizes proposed for this project are based on the sizes of the existing
cables to which the new ones will be jointed.

The conductor and metallic sheath shall be adequate for carrying the specified

IA 12/13 C 057 ST
C2/S21/37
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

short-circuit current when operating under the specified load conditions without
deterioration of the di-electric or other component materials of the cable. The
overall performance of the new circuit under specified load and short circuit
conditions will be equivalent or superior to the original circuit.
35.2.3

Electrical Criteria for EHV Oil Filled Cables


Item
No.

Description

132 kV

66 kV

Voltage between phases of three phase


circuit kV

132

66

Number of cores

Sectional area of conductor (2) sq.mm

500

500

Conductor details:
4.1 Material

Plain Copper

Special features, e.g. plain, tinned, died (Hollow, self-supporting


down, screened shaped, etc.
type, screened )
5

Oil ducts:
5.1 Material

Formed by segments

5.2 Nominal internal diameter

12.0

12.0

Maximum di-electric stress at


conductor, assumed smooth - MV/m

the

11.2

9.6

Minimum radial thickness of insulation


between conductor and screen - mm

8.7

4.6

Insulating paper:

8.1

Type

8.2

Nominal thickness - mm

Kraft Paper Tape


0.100

0.150

*1

*2

Core screen:
9.1

Material

9.2

Nominal thickness - mm

10

Materials used for fillers

Paper

11

Type of Impregnant ()

Low Viscosity Insulating


Oil

Viscosity 20C - Centipoise

12

Viscosity 50C

4~ 6

Viscosity 85C

2~ 3

Binder cover laid-up cores:


12.1 Material

13

12 ~ 15

Copper Woven Fabric

12.2 Nominal thickness - mm

0.3

0.3

Minimum radial thickness of metal sheath


- mm

2.3

2.1

IA 12/13 C 057 ST
C2/S21/38
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
Note:

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

*1

One carbon paper tape and one metallized paper tape


intercalated with one carbon paper tape: 0,13, 0,14 and 0,13
respectively.

*2

Ditto as above, but: 0,15, 0,14 and 0,13 respectively.

Item
No.
14

Description

66 kV

54

45

Nominal diameter over metal


sheath - mm

15

132 kV

Composition of lead Sheath


Lead alloy:
Tin

0.175 to 0.225

Cadmium %

16

0.06 to 0.09

Antimony %

------------------

Lead

The Remainder

Wrappings under reinforcement:


Rubber coated fabric tape
Thickness - mm

17

Reinforcement material
oof stress - MN/sq.m.

600

600

0.10

0.10

71

59

3.0

2.8

63

54

12.5

10.4

Laid Direct or in air - m

1.9

1.7

In ducts - m

2.2

1.9

100

100

0.0366

0.0366

thickness - mm
of layers - mm
m working stress MN/sq.m at
maximum static pressure of 525 kN/sq.m
18

Protective outer covering nominal


thickness P.V.C. sheath - mm

19

Nominal overall diameter of:


completed cable - mm

20

Nominal weight per metre of


completed cable - kg

21

0.5

Minimum radius of bend round


which cable can be laid:

22

Minimum internal diameter of


pipes or ducts that can be used - mm

23

Maximum D.C. resistance of


conductor per 1.000 m of
cable at 20 C - ohm

24.

Maximum A.C. resistance of


conductor per 1.000 m of cable

IA 12/13 C 057 ST
C2/S21/39
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Item
No.

Description
at 85 C and 50Hz - ohm

25

132 kV

66 kV

0.04715

0.0473

Equivalent star reactance per


1.000 m of three-phase circuit at 50Hz

26

(a)

In spaced formation

0.23

0.23

(b)

In trefoil - ohm

0.11

0.10

415 x 10

707 X 10

9.9

8.5

ohm

Maximum. electrostatic capacitance


per core per 1.000 m of cable at
50Hz - pF

27

Maximum charging current per


conductor per 1.000 m of cable
at nominal voltage - amp

28

Maximum continuous current carrying


capacity per conductor when laid
direct in the ground
(Net g = 2.5 C/m/Watt)
1.1 m to top of cable at a ground
temperature of 35 C

Sheaths bonded at both


ends

28.1 One Three Phase circuit per trench


(a)

132 kV 500 mm: 3 x single


core cables laid in Trefoil

(b)

389 A

417 A

328 A

361 A

85 C

85 C

66 kV 500 mm: 3 x single


core cables laid in Trefoil

28.2 Two Three Phase Circuit per trench


(a)

132 kV 500 mm: 6 x single


core cables laid in two
Trefoil groups with 700 mm
between circuits

(b)

66 kV 500 mm: 6 x single


core cables laid as (a)
between circuits.

28.3 Assumed maximum conductor


Temperature
29

Maximum continuous current carrying


capacity per conductor when drawn
into pipes (filled with Bentonite Grout)
at ground temperature of 35 C with
Net g = 2.5 C/m/Watt with I. 1 m to
top of cable.

IA 12/13 C 057 ST
C2/S21/40
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Item
No.

Description
29.1

66 kV

390 A

415 A

319 A

350 A

85 C

85 C

708

728

85

85

One three phase circuit


(a)

132 kV 500 mm: 3 x single


core cables laid Trefoil.

(b)

66 kV 500 mm: 3 x single


core cables laid Trefoil

29.2

132 kV

Two three phase circuits


(a)

132 kV 500 mm: 6 x single


core cables laid. in two
Trefoil groups with 700 mm
between circuits.

(b)

66 kV 500 mm: 6 x single


core cables laid as (a)

29.3

Assumed maximum conductor


Temperature

30

Maximum continuous current carrying


capacity per conductor when laid on
rack in air at ambient temperature
of 50 C (with cable duly clamped)
30.1

One three -phase circuit - amp.

30.2

Assumed maximum
conductor temperature - C

31

Maximum power factor of charging


kVA of cable when laid direct in the
ground at nominal voltage, normal
frequency and operating oil pressure,
at a conductor temperature of:

32

15 C

0.35

0.35

30 C

0.30

0.30

45 C

0.30

0.30

65 C

0.28

0.30

85 C

0.28

0.30

6.36

2.90

Maximum di-electric loss of cable per


1.000 metres of three-phase circuit
when laid direct in the ground at
nominal voltage, normal frequency
and operating oil pressure at maximum
conductor temperature - kW

33

Maximum power factor of charging

IA 12/13 C 057 ST
C2/S21/41
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Item
No.

Description

132 kV

66 kV

kVA of cable at normal frequency


and operating oil pressure at a
conductor temperature of 20 C at

34

50% nominal voltage

0.30

0.35

Nominal voltage

0.30

0.35

150% nominal voltage

0.32

0.37

200% nominal voltage

0.35

0.40

2.1

1.93

6.61

7.55

Sheath loss, including reinforcement


of cable per 1.000 metres of three
phase circuit at nominal voltage,
normal frequency and operating oil
pressure, at maximum current rating:
Laid direct in the ground with

current

per conductor as stated in item 28.1


(a)

Trefoil - kW

Drawn into duct cluster with current


per conductor as stated in item 29.1
(a)

Trefoil - kW

35

Cable thermal resistance nominal design


value

36

Oil pressure, above atmospheric


Pressure
36.1

Minimum
kN/sq.m

operating

pressure

Cable and joints

20

Sealing ends

20

Pressure tanks:
1 Atmos - kN/sq.m
1 Atmos

36.2

59

2 Atmos

3 Atmos

Maximum operating pressure:


Static conditions
Cable and joints

525

Sealing ends

525

Pressure tanks:
1 Atmos - kN/sq.m

1 Atmos

IA 12/13 C 057 ST
C2/S21/42
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
Item
No.

37

38

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS
Description

132 kV

66 kV

2 Atmos

441

3 Atmos

Transient conditions

Cable and joints

784

Sealing ends

784

Pressure/Volume characteristics of
Pressure Tanks:
Nominal size :
44 litre
88 litre
135 litre
180 litre
225 litre
300 litre

REFER TO QGEWC
DRAWING NO.
7660/26/169

Oil Feed pipes:


38.1 Material and dimensions

Copper inner diameter


12mm EXTRUDED
BLACK PVC

38.2 Protective covering

EXTRUMED
PVC

BLACK

39

Total oil volume per km of cable approx.


litres/km

900

600

40

Maximum length per drum approx. - m

650

700

41

Maximum dimensions and weight of drum


arranged for shipping
Diameter (m)
Width (m)
Weight (Gross weight) (kg)

2.42
1.50
9.300

2.42
1.35
8.100

42

Is the impregnating oil compatible with


Butmah Oil Type C6 and Pirelli Volfoil 10

43

Electrical resistance of cable sheath:


43.1 Nominal resistance at 20
ohm/km

Yes
0.523

0.677

35.2.4

Site Survey

The proposed routes of the cable lines will be established within the way leave
accepted and approved by QGEWC.

Within a reasonable time after the Contract has come into force, the Contractor
shall verify the route through Design Enquiry Letter Procedure survey and agree a
final route with QGEWC and confirm the arrangements.

IA 12/13 C 057 ST
C2/S21/43
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Trial pits shall be opened by the Contractor at approved positions proposed by him,
to determine the most suitable detailed route and position for the trenches. The
width of trial pit shall be sufficient to determine the cable route, but not smaller than
that of cable trench.

On the basis of the trial pits, detailed survey and the requirements of concerned
Government authorities relating to safety clearances, the Contractor shall arrange
the necessary drawings to process the necessary RO (Road Opening) forms before
the installation commences, as detailed in General Technical Requirements.
Obtaining of RO approvals shall be Contractors responsibility and cost for these
works shall be deemed to have been included in his Contract price. However,
QGEWC will assist by issue of necessary letters, etc.

All routes shall be defined precisely, and shown in drawings at an approved


scale (1:500). The stable structures shall be indicated clearly as well as distances.
The crossings with roads and underground installation shall be shown. Joint
locations shall be identified clearly and sufficient section views shall be shown.
Joint locations shall be identified clearly and sufficient section views shall be
provided where necessary. The dates of installation of cable joints, cable drum
serial Nos., name of jointers, shall be included in the "as-built" drawings. Cable
section lengths shall also be given.

All drawings shall be subject to QGEWCs approval.

The quantity of cables, accessories, etc. to be supplied shall be based upon this
survey. The programme for route survey works shall be agreed upon with QGEWC
prior to commencement of the Works.

35.3

FURTHER REQUIREMENTS FOR EHV CABLES

35.3.1

132 and 66 kV Cable Line

Where EHV circuits that require new sections are oil filled, these shall be replaced
with oil filled cables.

Cable lines shall consist of independent circuits similar to existing requirements,


with the minimum spacing to QGEWCs requirements.

The minimum following tests are required for the EHV cables:
(a)

Conductor Resistance Tests:


The copper resistance of the conductors shall be measured by direct current
at room temperature in accordance with IEC publication 141-1 and BSS 6480.
The values thus obtained shall not be greater than the guaranteed values as
per IEC Publication 141-1 and BSS 6480.

(b)

Capacitance Tests:
The electrostatic capacitance of each drum length of completed cable shall be
measured at length of completed cable shall be measured at power frequency
and shall not be greater than the guaranteed values specified by the
Engineer.

IA 12/13 C 057 ST
C2/S21/44
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
(c)

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

High Voltage Tests:


The voltage tests shall be carried out with alternative current in accordance
with IEC publications 141-1 for oil filled cables.

(d)

Di-electric Power Factor/Voltage Tests:


Each drum length of completed cable shall be tested for power factor at
normal frequency and at ambient temperature and at 100 and 200 per cent of
normal. The power factor of the charging kVA, after correction to a
temperature of 20 C shall not exceed the guaranteed values stated in the
schedules of guarantees. These guaranteed values shall be in accordance
with IEC publication 141-1 and BSS 6480.

(e)

Voltage Tests on Anti-Corrosion Coverings:


This shall be carried out in accordance with IEC-141 and IEC-229.

Accessories:
(i)

Visual dimensional checks on selected samples of each batch of joint


boxes (not less than one joint box of each 50 boxes).

(ii)

Tests to check inner lead sleeve composition.

(iii)

Tests analysis of plumbing and solder to check compliance with B.S


219. Tests should be carried out on samples selected from each batch
(but not less than one sample of each 200 sticks)

The continuous power rating per circuit under the conditions specified above must
be ensured for entire life span of the installation. The Contractor shall submit
detailed calculations according to IEC 287, for the proposed equipment to confirm
this requirement along with the bids.

In order to meet the specified current rating capacity, cross bonding of the metallic
sheathes with phase transposition at each joint shall be adopted.

The maximum conductor operating temperature shall be limited to 85 C.

The special bonding of the metallic sheathes shall be designed according to


Engineer Recommendation C.55/2, issued by Electricity Council Insulated Sheath
Power Cable System.

The maximum value of circulating current losses in the metallic sheath and screen
shall be 3% of the conductor losses at full rated load current at maximum
temperature and shall be taken into account when cable size is determined.
The maximum induced voltage at cable sheath at rated load current shall not
exceed:

10

(a)

65 V normal working conditions

(b)

2.5 kV for ground fault conditions (25 kA earth fault current).

The metallic sheath (lead alloy) shall be able to carry the complete earth fault
current for the specified period. Each component shall be checked to ensure that
there is no overloading when they carry fault current together. This shall be
confirmed by calculation as per IEC 949.

IA 12/13 C 057 ST
C2/S21/45
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

11

Cyclic and emergency ratings shall be guaranteed by the Contractor. Calculation of


these rating shall be carried out according to IEC 853.

12

During installation, when crossing with other heat sources, or laying at depths
deeper than 1.1 m at the crossings or such similar conditions, the Contractor shall
maintain the specified rating, either by application of the special stabilised backfill or
by increasing the phase spacing. For every situation the arrangement with relevant
calculations shall be submitted to QGEWC for approval, prior to installation.

13

Specific thermal resistance of 2.5 C m/W shall be maintained even for completely
dry backfilling material. This has to be confirmed before placing the backfill
materials in the trench. The ground temperature at depth of laying as well as the
thermal resistance of the backfilling material shall be controlled during the cable
installation and shall form part of the installation procedure. The Works, material or
labour supply necessary to meet this requirement is deemed included in the
Contract price.

14

Application of the special backfill in order to achieve cable rating shall be allowed
where conditions require so, without additional cost.

35.4

CABLE ACCESSORIES

35.4.1

General

All cable accessories (sealing ends, straight joints, link boxes, etc.) must be of an
approved and reliable design. The accessories design shall be confirmed by
performance of the type test as defined elsewhere. For the EHV cables, the joints
should be furnished from the cable supplier or from a supplier with a previous
history with the cable supplier.

The maintenance requirement shall be brought to minimum, but the design shall be
such to enable easy maintenance without disturbing the other items in the system.

The voltage stress grading shall be achieved by stress cone device.

Design of sealing ends shall comply with IEC 859.


Bonding and earthing system shall comply with IEEE 80 and C55/4 requirements.

The earthing resistance of the joint bay earthing system shall not exceed value of
5 ohms.

35.5

TELECOMMUNICATION REQUIREMENTS

35.5.1

General
The following clauses provide information about the existing telecommunication
system:

The QGEWC Telecommunication System of Qatar Power Transmission System


covers transmission of data, tele-protection signals and telephone messages.
The QGEWC telecommunication System consists of 3 networks:

IA 12/13 C 057 ST
C2/S21/46
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(a)

Data communication network

(b)

Tele-protection signalling network and

(c)

Telephone network

Communication lines of newly relocated 132, 66 and 11 kV cables shall be


connected to QGEWC Telecommunication System on the same principles of
existing system. Each EHV and HV circuit shall be accompanied by a fibre optic
cable, which will be connected to the communication equipment in each respective
location. The fibre optic cables will be installed and tested to insure that all teleprotection, data communication, and voice communication systems are maintained
as the existing system. All signals between substations shall be retested following
installation of new circuits.

35.5.2

Fibre Optic Links

Two fibre optic pilot cables along the proposed power cables laid on independent
way leaves with two appropriate optical line equipment of capacity of 120 telephone
channels and one multiplex equipment shall be applied for connection of Existing
Substation, to QGEWC Telecommunication System.

Error performance and availability objective from ITU-T Recommendation and


Reports has been used as criterion in fibre optic links calculations, as well as:
(a)
(b)

GuaranteedBER during life


time of the system

10-10

System margin (dB)

Requirements for fibre optic cable and accessories are given below under the
heading entitled 35.16 Fibre Optic Cable and Accessories.

35.6

CROSSING WITH OTHER UTILITIES AND INTERFERENCE WITH PIPELINES

35.6.1

General

In case of crossing with the other installations the following have to be observed:

(a)

Clearances between installations shall be according to "Guideline for Planning


Works in the Vicinity of EHV Installations", issued by QGEWC (old MEW),
May, 91.

(b)

The service authorities may imply additional requirements (mechanical


protection, etc.) through the work permit procedure. This has to be complied
with by the Contractor, and it is considered included in the Contract price.

(c)

In case of the crossing with the other heat sources the special attention shall
be paid to cable current rating calculations, and additional measures have to
be applied.

At the crossing with the existing installations the new cable shall be preferably
installed beneath, always taking into account the current rating requirements. If
necessary, the phase spacing could be increased at the crossing point.

IA 12/13 C 057 ST
C2/S21/47
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

After opening of the existing installations and before cable laying, the sketch of the
final arrangement shall be approved.

Each crossing point shall be clearly marked with the route markers, after backfilling.

In case of running parallel with pipelines, the Contractor shall carry out the following
checking before starting installation works:
(a)

calculation of the induced voltage on the pipeline for the normal working
conditions and earth fault conditions

(b)

influence due to galvanic coupling between the installations

(c)

checking of influence on the pipeline cathodic protection system

(d)

possibility of the accelerated corrosion of the metallic structures of the cable


line

(e)

any requirement arising from these calculations shall be implemented by


the Contractor, and are deemed included in the Contract price.

35.7

CIVIL WORKS CRITERIA

35.7.1

General

Two circuits in one trench shall be accepted only following QGEWCs approval of
the clearance requirements.

Method of laying is direct burial in ground with exception of the road crossing where
cables are to be laid in ducts. The supply and installation of the supporting
structures is part of this Contract.

Concrete pits and tunnels/trenches at road crossing and areas subject to traffic
shall be designed for the maximum wheel load of 6T. (maximum axle load of
12.5T).

Concrete structures at and below ground level are to be constructed using sulphate
resistant cement only.

All foundations and concrete surface at and below ground level are to be isolated
from contact with soil in accordance to QGEWC specifications.
The cable route is mainly located parallel with existing or proposed roads, and in
principle agreed with the concerned authorities.

35.7.2

Cable Laying Condition

The cables shall be laid in flat formation.

The material surrounding the cable in its trench must not damage the cable surface
and must be suitable for restraining the cable against any thermal expansion or
traffic induced movements and, also must be suitable for thermal dissipation from
the cable to its surrounding. Bedding material must be sufficiently dense to ensure
that the value of thermal resistivity of cable environment should not exceed 2.5K m/W even if dried out due to cable loading. The compaction of backfill to obtain a

IA 12/13 C 057 ST
C2/S21/48
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

low thermal resistivity is usually carried out with vibrating plates and punners. The
cables shall be laid on approximately 200 mm of sand fill, which will be placed to
form a bed for a cable. Upon completed laying of a cable it shall be covered with
additional sand layer 200 mm thick above the top of the uppermost cable.
3

The reinforced concrete slabs are to be used as mechanical protection over the
cables. They shall be carefully centred over the cables, and each cover being
closely interlocked with the adjacent covers along the entire length of cable.

The width of protective covers shall be enough to overlap cable circuits on both
sides with 100 mm at least. Cable slabs shall be covered with a 50 mm layer of
sand followed by 250 mm of backfill over which PVC warning taped shall be laid.
Semi-permeable membrane shall be provided where the water table is found above
the cable laying depth.

QCS requirements shall be applied where necessary. After installation of the


cables, regularly spaced markers will identify the routes. Route markers are
required at both ends of joints crossing points, location where route changes
direction at both ends of road crossing ducts, locations where site repairs have
been carried out to the approval. Different designs of route markers will be required
to suit: (a) unmade ground, (b) paved areas, (c) landscaped areas. Route markers
shall be installed at specific intervals of about 50 m.

Before commencement of excavation works, opening of trial pits shall be carried out
at points where obstacles or crossings with other underground installations might
be expected and final cable route and method of cable laying shall be determined
after this checking. Appropriate sketches/drawings shall be submitted for approval
for each crossing before commencement of cable laying.

On road crossings cables are to be laid in PVC ducts embedded in concrete 1:3:6
to enable fastest repair of carriageways and easier replacement of cable in case of
cable fault. Also on crossings with the proposed roads cable are to be laid in ducts.
Continuous ducts length shall not exceed 30 m. Before commencement of
excavation works it is necessary to install all ducts under the future streets at cable
crossings which shall be extended by at least 1 m on either side of the crossings, to
prevent damage to the cables during the construction of the streets. At all
crossings one set of spare ducts for each cable circuit shall be provided to avoid
future excavation on roads.
To maintain thermal resistance in ducts equal to the adjacent directly buried
sections, pumpable filling materials have to be used. Bentonite mixture with a small
quantity of cement or similar materials can be used. This material has to be such
that it is easily removable. Sample of mixture shall be prepared and tested for
thermal resistivity and easy removal before its acceptance for implementation.

The procedure of applying for cable route approval shall be as per QGEWC
requirements and shall be carried out prior to the commencement of the installation
works.

The former Ministry of Municipal Affairs and Agriculture specifications shall be used
as a guide for the reinstatement of road works, unless specified otherwise by the
Engineer.

IA 12/13 C 057 ST
C2/S21/49
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

10

The cable route shall follow the hierarchy specified by QGEWC. Route drawings
shall be produced by the Contractor and shall be detailed and accurate in order that
they offer easy reference to locate the cables exactly at a later date, by showing the
arrangement of cables as laid with complete information regarding their depth, joint
locations, services crossed, their location with respect to adjacent permanent
structures, etc.

11

Position of each joint bay shall be exactly determined during route identification.
This position thus chosen shall be easily accessible for installation works and later
for maintenance of the installations.

35.7.3

Cable Joint Bay - Arrangement

Joint bay shall be constructed with concrete floor on which the finished joint rest
and with width sufficient to allow an increase of spacing between the phases within
the joint bay as compared with that in the cable trench.2
This
increase
of
spacing is necessary for the practical reasons to allow adequate access for the
jointer to carry out his work but is also necessary for thermal reasons to avoid
excessive temperatures within the joint. Joints shall be staggered fully and
segregated, and mounted on concrete supports. The final arrangement shall be
submitted for approval.

Cables have to be supported in the length between the point where they enter the
joint and the floor of the trench. Concrete blocks with clamps may be used under
the cable and joint for their support. The joint bays shall be filled with sand.
Covers of joints, pits, etc., should carry truck load 6T per wheel (and the specified
axle load). They shall be of removable type with facility for lifting.

Pilot cable joints shall always be located at the main cable joint pit and shall include
the laying or re-make loop at each joint.

Each joint bay has to be properly marked.

35.7.4

Soil Thermal Condition

The soil thermal conditions are assumed as follows:

Maximum temperature of soil at 1.2 m depth:

40 C

Maximum thermal resistivity of ground:

2.5K- m/W

In the calculation of current rating, the soil has been assumed to have constant
thermal resistivity of 2.5K - m/W regardless of the heat input from the cables. The
Contractor shall maintain this figure even in case of the moisture migration and
completely dry soil.

The main factors determining thermal resistivity are: composition density, moisture
content and degree of saturation, burial depth of cables and soil and cable surface
temperature.

The Contractor shall check these factors at two stages:

IA 12/13 C 057 ST
C2/S21/50
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(a)

The Contractor shall carry out tests of soil characteristics along the cable
route prior to excavation of trenches. These tests shall be carried out at as
many points as are dictated by variations in soil material and levels, and in
any case at each trial pit.

(b)

Upon completed trench excavation, the Contractor shall, if and when required
so by QGEWC, test the thermal properties of the soil in an open trench.

(c)

The costs of these tests are deemed to be included in the installation costs of
the Contract price.

(d)

Each test shall comprise the excavation of a trial pit down to 1.3 m depth and
the measurement of soil thermal properties and its temperature and moisture
content.

(e)

A sample of soil shall also be taken from the trial pit for further laboratory
analysis if required by QGEWC.

After completion of the trial tests specified, the Contractor shall submit his
proposals for meeting the requirements for a maximum net thermal resistivity as
specified, for approval by in case of crossings with the other installation the
following have to be observed.
(a)

Clearances between installations shall be according to "Guideline for Planning


Works in the Vicinity of EHV Installations", issued by QGEWC (old MEW),
May, 91.

(b)

The existing installation authority may imply additional requirements


(mechanical protection, etc.) through the work permit procedure. This has to
be complied with by the Contractor, and it is considered included in the
Contract Price.

(c)

In case of the crossing with the other heat sources the special attention shall
be paid to cable current rating calculations, and additional measures have to
be applied.

Ministerial Circular No. 6 (with all latest revisions and additions) shall be followed
for working in the vicinity of power cables.

At the crossing with the existing installations, the new cables shall be preferably
installed beneath, always taking into account the current rating requirements. If
necessary, the phase spacing could be increased at the crossing point.

10

After opening of the existing installations and before cable laying the sketch of the
final arrangement and method statement shall be approved, before cable
installation.

11

Each crossing point shall be clearly marked with the route markers, after backfilling.

12

In case of running parallel with pipelines, the Contractor shall carry out the following
checking before starting installation works:
(a)

calculation of the induced voltage on the pipeline for the normal working
conditions and earth fault conditions

(b)

influence due to galvanic coupling between the installations

IA 12/13 C 057 ST
C2/S21/51
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

(c)

checking of influence on the pipeline cathodic protection system

(d)

possibility of the accelerated corrosion of the metallic structures of the cable


line

(e)

any requirement arising from these calculations shall be implemented by the


Contractor, and are deemed included in the Contractor Price

(f)

the minimum size of cable trench is specified in the Contract Drawings, but
the Contractor may propose and increase this size to meet his obligations with
no extra cost.

13

During the construction (backfilling) before placing the material in the trench. This
checking could be repeated during the cable laying at the discretion of QGEWC.

14

During the site survey the trial pits shall be opened and the following measurements
shall be taken:
(a)

ground temperature

(b)

moisture content

(c)

thermal resistivity

15

The location of the trial pits shall be chosen based on the local soil conditions as
well as at the zones where other services are expected to decide exact cable
routing.

16

The measurement results shall be provided in the form of chart with the cable
length on X-axis and other parameter shown on the Y-axis for each measured
location. This will enable identification of the hot spots along the route.

17

Prior to placing in the trench, the backfilling has to be confirmed through the site
tests and current rating calculations before it is approved for application.

35.8

TESTING

35.8.1

132 and 66 kV Cables

Apart from the testing requirements specified herein, the Contractor shall
coordinate with QGEWC for additional testing requirements.

35.9

SEALING ENDS

35.9.1

General Construction

The cable termination shall be of an approved and reliable design. Terminating


proposals shall be made available by the Contractor before the final approval on the
equipment design. Satisfactory type test certificates shall be submitted to the
Engineer. The Contractor shall be obliged to carry out one example termination to
demonstrate satisfactory performance of the same in gas and oil tight enclosures
under all conditions of maximum and operating pressures as well as during testing.

The termination shall be designed to restrict the voltage gradients to the safe values
both inside and outside the termination and shall be compatible with the SF6
switchgear or transformer cable box.

IA 12/13 C 057 ST
C2/S21/52
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

The terminations shall be complete with suitable supporting and lifting


arrangements. The design shall be such that stresses due to expansion and
contraction in each part of the insulator and fittings shall not lead to the
development of defects.

The design of all terminations (if any) shall be such as to permit easy cleaning.

The termination shall be solid type or filled with oil of an approved type compatible
with the main cable insulation. The design shall be such as to prevent the formation
of air spaces and air pockets during filling. Means shall be provided to ensure that
the filling medium is maintained under pressure if required during the termination
procedure. External oil expansion tanks are not permitted.

35.9.2

Accessories

Disconnecting link box shall be provided on all sealing ends terminating metallic
sheathed cables. Earthing clamps shall be fitted to all boxes.

A separated earth terminal of adequate dimensions shall be provided on the main


metalwork of all termination points.

Supporting structures for all cable terminations shall be provided as part of this
Contract. They shall be of an approved design and as appropriate.

All steelwork shall be galvanized in accordance with BS 729 and the requirements
specified in the QCS and herein.

Foundation bolts and plates or steel stubs shall be provided and shall be firmly
keyed and grouted into foundation blocks. Complete details of the structures with
dimensions and loading shall be provided by the Contractor to enable the
foundation design to be checked. Responsibility for final grounding and levelling of
the structures and co-operation with the other contractors shall form part of this
Contract.

All steel structures shall be provided in accordance with the requirements of Section
16 of QCS.

35.9.3

Execution

Support structures adjacent to the termination shall be earthed against accidental


touch (in accordance with IEEE 80).

The Contractor shall liaise with manufacturer of existing switchgear to obtain details
of equipment into which the new cables would be terminated in order to clarify the
design and manufacture of the cable termination and its enclosure.

35.10

EHV CABLE JOINT

35.10.1

General Construction

All cable joints shall be of an approved and reliable design.

IA 12/13 C 057 ST
C2/S21/53
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Complete description and instructions for the jointing method to be used at site shall
be submitted before equipment approval. The instructions shall contain information
concerning jointing of the cores, copper to copper, insulation, semi-conductive
layers, metallic screen or sheath, sheath covering, bedding, etc.

The Contractor shall provide joint boxes to protect the joint under all conditions of
service and the joint boxes shall be designed to exclude ingress of moisture and all
foreign matters.

The Contractor shall note that the specially constructed jointing bays are required
and shall recommend horizontal distance and staggering to be maintained between
joints of adjacent cables. Full details of joint bays shall be submitted by the
Contractor.

For the 132 kV circuits, the Contractor will lower the existing joints and link boxes in
the new underground joint chamber, in coordination with QGEWC. The link boxes
will be disconnected and re-connected in the new location. All existing components
of the existing link boxes will be safeguarded and protected to insure proper
relocation.

35.11

BONDING OF METALLIC SHEATHS

35.11.1

General

The metallic sheaths of the 132 and 66 kV cables shall be specially


bonded (i.e. sectionalising cross bonding method shall be applied).
The installation shall fully comply with Engineering Recommendation C.55/4 issued
by Electricity Association, 1989.
The conductors and sheath of single-core 132 and 66 kV cables shall be
successively transposed at each joint pit location.

2
3

The cross-bonding system of the single-core 132 and 66 kV cable sheath circuit as
well as design of the relative individual accessories shall be subject to the approval.
Insulation flanges at each joint are required to simplify fault locations at the cable
sheath.

The standard delivered drum length shall include a maximum tolerance of


approximately 50 metres for achievement of perfect cross bonding and the
pertinent calculation shall be submitted with the approved cable route.

35.11.2

Execution

The cable sheaths shall be directly earthed through link boxes at every third joint pit
and at terminations.

At intermediate joints the sheaths shall be earthed through voltage limiters to limit
steep-fronted transient over voltages to a value which can be safely withstood by
the sheath insulation (i.e. in addition to the cable over-sheath this includes external
joint insulation, terminal base insulation, sheath sectionalising insulation if any, as
well as the insulation of the bonding leads and link boxes themselves). The
specification of surge voltage limiters is given in clause 2.10.

IA 12/13 C 057 ST
C2/S21/54
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

35.11.3

Characteristics

The bond connection must be able to carry the normal sheath current as well as the
maximum fault current without undue heating. The completed bonding system shall
be subject to a test after installation. The cables used for cross-bonding leads shall
be of a twin conductor concentric design with an inner insulation of PVC or XLPE
and an outer insulation of PVC.
Earthing at each joint location shall comprise of tinned copper wires and insulated
copper earth connections of not less than 300 mm copper cross section, all
supplied and installed by the Contractor complete with stainless steel link boxes at
each joint and cross-bonding links. All DLBs shall be housed in reinforced
underground concrete pits necessary for easy access and disconnection to facilitate
periodical
serving
tests.
Lids of concrete pits shall be made of steel reinforced concrete with two handles
sufficiently strong to the weight of lids used. These shall move freely and shall not
project after being placed in position. They shall be designed for heavy traffic
loading.

The size of lead covered copper earth cable shall be adequate to carry the full,
expected fault current for the cable system.

The individual ground resistance at each earthing point shall not exceed 5.0 ohm
and shall comply with requirements of IEEE 80. Where necessary, additional earth
rods shall be provided to obtain this value.

35.12

LINK BOXES

35.12.1

General

All link boxes shall be designed, manufactured, tested and supplied as per
Engineering Recommendation C.55/4 Insulated Sheath Power Cable Systems.

All bonding links and SVL shall be housed in stainless steel boxes, which shall be
earthed by connection to the adjacent earth electrode system. Voltage Limiters
(SVL) and associated links shall be housed in a common box. Cross bonding link
boxes shall be buried, horizontal type with diving bell lids suitable for installation in
shallow pits below ground surface. Cross bonding cabinets shall be mounted clear
of the bottom of pit. The highest point of a pit-mounted box shall be not more than
1m below ground level.

35.12.2

Characteristics

Link boxes shall be water and dust proof, with protection class IP 65. The lid of
each box shall have a label fitted externally bearing the Companys standard
message. The label shall also give circuit identification details.

Phase identification label shall be provided adjacent to each terminal.

Link boxes shall be lockable and supplied complete with padlock and keys to suit
master series.

IA 12/13 C 057 ST
C2/S21/55
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
4

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

The containment of the link box shall be designed so that it can withstand the
effects of at least a moderate power arc. The insulation between links must be
capable of withstanding the following voltages, with an additional margin of 25%.
(a)

DC voltage of 10 kV, used for maintenance testing of the sheath insulation,

(b)

Highest 50 Hz voltage arising between sheaths during a system fault,

(c)

A 1.2/50 microsecond impulse voltage with a maximum value equal to the


protective level as stated in C55/2 Recommendation.

35.12.3

Execution

Bonding cable entries at sealing end terminations shall be from bottom only and
shall be gantry mounted.

Inside the box, cross bonding connection shall be made by links, which shall be
removable to allow voltage testing of the cable sheaths. The links shall be able to
be removed for testing without distributing the cable leads.

35.13

BONDING LEADS

35.13.1

General

All bonding and earthing leads shall have PVC insulated stranded plain copper
conductors and shall be of concentric construction.

Design of bonding leads shall be based on data given in paragraph 1 above.


Electrical criteria: Cross section of copper conductors shall be sufficient to meet the
imposed short circuit duty without excessive temperature rise, but not less than 300
mm. Relevant calculations shall be made according to IEC Recommendation Nos.
949 and 986. The electric strength between inner and outer conductors must be
consistent with the electric strength of the joint sleeve-sectionalising insulator, both
at power and impulse frequency. The insulation level between outer conductor and
ground must be half this value.

The exterior surface of all bonding leads shall be coated with graphite to serve as
an electrode for voltage testing. The outer insulation shall be embossed with words
as per Companys Standard.

All concentric leads shall be as short as possible, and no bonding lead shall exceed
10 metres in length.

35.14

SHEATH VOLTAGE LIMITERS (SVLS)

35.14.1

General

The Sheath Voltage Limiters shall be of gap-less type arrester (zinc oxide type) with
the characteristics of the non-linear resistor. SVL shall be star connected with the
star point normally earthed.

The SVL unit must be capable of continuously withstanding the sheath standing
voltage applied to it during full load or emergency overload.

IA 12/13 C 057 ST
C2/S21/56
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

The unit selected for service in each and every situation shall be such as not to be
endangered by the calculated impressed voltage resulting from the maximum
prospective short circuit current in the cable system.

When subjected to transient currents up to 10 kA, their residual voltage must not
exceed approximate 10 kV. It must be capable of dissipating without damage the
energy developed in case of switching associated with faults external to the cables.

35.15

CABLE TILES, WARNING TAPE AND ROUTE MARKERS

35.15.1

General

Refer to QCS Section 21, Part 25 or as specified by the Engineer.

35.16

FIBRE OPTIC CABLE AND ACCESSORIES

35.16.1

General

This item contains equipment requirements for pilot fibre optic cable and
accessories. Design criteria shall be in accordance with IEC (793-1, 2 794-1, 2) and
ITU-T (G.652) recommendations as well as Telecommunication system
requirements, as given above. Type test certificate for FO cable is required.

35.16.2

Characteristics

Fibre Optic Pilot Cable


(a)

Operating conditions:
Type of optical cable
Number of optical fibres
Refractive index profile
Cut-off wavelength
Operational wavelength window
Attenuation coefficient (dB/km)
Dispersion coefficient (ps/(nm-km))
Temperature dependence
Range 0 C to 40 C (dB/km)
Application

(b)

metal-free, with single mode fibres


min. 12
matched
at 1.300 nm
at 1.550
1.100 to 1.280 nm 1.350 to 1.580 nm
1.300 or 1.550 nm
at 1.300 nm
at 1.550 nm
0.40
0.25
at 1.300 nm
at 1.550 nm
3.5
20
< 0.05
trunk or junction networks, for
transmission speeds up to 565 Mbit/s

Installation data:
Laying arrangement

Depth of laying
IA 12/13 C 057 ST
C2/S21/57
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

"below in" of cables in HDPE ducts


(40 mm) buried in ground along with
power cables, under roads in PVC
ducts 100 m
1.0 to 1.5 m
February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
Width of the trench
Maximum soil temperature
at 1.2 m depth
Maximum pulling force
Minimum bending radius
(c)

1.000 N
400 mm

single mode
9.5 0.5 m
max. 6%
1 m
125 m
max. 2%
acrylate or silicon
250 10 m
Loose-buffered
fibre-reinforced plastic material
high-tensile plastic and/or glass yarns
PVC tapes
PVC
"rigid" plastic over the cable sheath
up to 4.000 m (usually 2.100 100 m)

Fibre optic joint closures for fibre optic communication / pilot cables (if any) shall
have following characteristics:
Splice capacity
Installation alternatives
Attenuation

depending on power cable formation


40 C

Cable Construction Data:


Type of optical fibre
Mode field diameter
Mode field non-circularity
Mode field concentricity error
Cladding diameter
Cladding non circularity
Primary coating
Diameter over primary coating
Type of secondary coating
Type of central strength element
Peripheral tensile strength elements
Type or belt insulation
Type of outer sheath
Type of anti-termite protection
Typical delivery length
Fibre optic joint closures

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

min. 12 fibres with a loose buffered


direct buried, in manholes, on portal
support
max. 0.1 dB/splice

Optical terminal boxes for fibre communication and approach cables shall have the
following characteristics:
Splice capacity
Installations
Attenuation
Optical connectors

min. 12 fibres with a loose buffered


wall - mounted type
0.5 - 1 dB/per connector
0.1 dB/per splice
F.C. - P.C. type

35.17

INSTALLATION REQUIREMENTS

35.17.1

General

The arrangement of cables and all methods of laying and installation, including any
special methods, which may be necessary, shall be subject to approval of QGEWC.

IA 12/13 C 057 ST
C2/S21/58
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

Each length of cable and joint bay shall be allotted a distinctive and separate
reference number. This number shall appear on the test sheet covering the
respective length of cable, shall be clearly marked on the cable drum on which the
cable length is delivered to site. It shall be referred to in invoices and Advice Notes
and recorded on the route plans.

The cables may be laid directly in the ground, installed in cable trenches, shafts,
pipes, ducts on concrete troughs or on racks in air in accordance with the route
requirements and approved installation practices.

Adjacent to terminations and joints the cables shall be laid in a loop or snaked in
the ground in order to provide approximately 3 metres spare length on each side to
facilitate re-termination and re-jointing at a later date, if necessary. It may not be
possible, however, to loop the power cables adjacent to terminations due to the
dimensions allocated for the cable route and this requirement will therefore be
assessed by QGEWC on a case-by-case basis.

The Contractor shall ascertain from the cable manufacturer, the limitations of the
PVC over-sheath with respect to exposure to sunlight and the maximum
temperature for cable laying governed by the tensile strength of the over-sheath at
high ambient to QGEWC in writing and approval of the method of repair must be
obtained. The position of the damage must be accurately recorded prior to
commencement of repair.

Only damages to outer PVC sheath shall be permitted for repairs.

The depth of laying cables from the surface of the ground to the top of the cable
must satisfy the requirements of the Local Municipality and relevant Statutory
Authority. The said depth shall not be less than 1.1 m.

It shall be measured from the ground level to the upper surface of the top most
cable. This depth may be increased in selected parts of the route or locally to avoid
other service installations. On the Central Reserve and on the foot path the depth
shall be measured from the Finished Road Level.

Unless it has been agreed that the construction of cables is such as to permit laying
at sub-zero temperatures, cable laying shall take place only when the ambient
temperature is above 0 C and has been at this temperature for at least 24 hours,
and approved special precautions have been taken to keep the cable above this
temperature to avoid risk of damage during handling. Cabling laying shall not be
permitted above ambient temperatures recommended by the cable manufacturer.

10

All cables shall be installed with a bending radius not less than that recommended
by the cable manufacturer.

11

All combustible outer coverings of cables installed within buildings shall be


protected against the spread of fire in an approved manner. Cables passing
through floors shall be installed in the manner specified and where required shall be
sealed into bushes employing fire resisting material to minimize the risk of
spreading fire.

12

Where PVC sheath cables are to have a flame-retardant paint finish applied this
shall be applied after completion of cable glanding and termination.

IA 12/13 C 057 ST
C2/S21/59
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

13

All cables specified under this Contract shall be installed in an approved manner.
Pilot cables shall be installed in the same trench as power cables.

35.17.2

Provision of Labour and Skilled Supervision

The Contractor shall be responsible for providing all labour and skilled supervisors
for handling equipment, and laying cable in accordance with this Specification.

The Contractor shall also provide the necessary trained staff and tools for
terminating and jointing all cables supplied and laid under this Contract.

35.17.3

Responsibility

The Contractor shall be responsible for all Site Works associated with the Contract
Works, installation and termination of all cables in accordance with this
specification.

35.17.4

Trial Pits

Trial pits shall be carried out at approved positions proposed by the Contractor,
early enough to check the data of the Drawings, to make sure that passage is
possible and to determine the most suitable detailed route and position for the
trenches and to ascertain the original soil properties. They shall be kept open until
QGEWC inspects them and lets the Contractor know its decision about definitive
route adjustment.

35.17.5

Method of Cable Laying

The procedure of cable laying shall be subject to QGEWCs approval.

Unless instructed to the contrary by QGEWC, the Contractor shall lay cables direct
in the ground in the following manner:
The material surrounding the cables, between trench floor, walls and cable titles,
shall be at least, 150 mm of sand or other approved material free of stones or any
other material likely to damage or penetrate the cable outer sheath. It may be
necessary to use an approved semi-permeable membrane to avoid migration of the
fill under wet conditions.
The backfill in the reminder of the trench shall be adequate to meet the required
thermal resistivity value as specified. A high degree of compaction is required,
sufficient to restore and maintain thermal resistivity levels equal or better than
undisturbed ground.
At the direction of QGEWC, the Contractor shall remove any material, which is
considered harmful, and replace it with an approved backfilling material, if the
thermal resistivity of this material can rise above 2.5 Km/W, the Contractor shall
provide calculations to ensure that effective external thermal resistivity shall remain
below the specified value under all operating conditions.

The results of all tests shall be logged and shown on as-laid records of the route.

IA 12/13 C 057 ST
C2/S21/60
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

After any cable has been laid and until the whole length of the cables to be laid in
the trenches have been covered with protective covers, no sharp metal tools such
as spaces or facing stakes shall be used in the trench or placed in such a position
that they may fall into the trench. The protective covers shall consist of interlocked
slabs of the hydraulically pressed concrete or other approved material of approved
dimension and of ample width to protect the cables.

If more than one cover is required to cover a group of cables, the width for the
covers shall be such that the longitudinal joint between adjacent covers shall be
placed above the space between the groups of cables and not immediately above a
cable. The position of cables or groups of cables in a trench shall be staked out
once the cable has been laid so that covers may be placed in the correct position
when the top layer of riddled soil or sand has been applied. The width of the cover
or covers shall be such that there is a minimum 100 mm overlap on each outside
edge of the cable or group of cables.

A provisional sheath test shall be carried out for every section before backfilling
over the cable tile.

The route markers shall be installed as specified by the Engineer. Where, in the
opinion of QGEWC, the soil on-site is unsuitable for ridding or back-filling, the
Contractor shall arrange for the importation of suitable material (at Contractors own
expanse), which shall be subject to approval of QGEWC.

The Contractor shall take all reasonable steps to ascertain where the cables and
associated corrodible materials may be subjected to chemical or electrolytic action
and shall submit his recommendations for special precautions to the Engineer for
his approval.

Where auxiliary cables are laid under the same covers as power cables, there shall
be at least 75 mm of riddled earth between the two types of cables.

10

The position of the cables and joints shall be recorded on the route plans. The route
shall be identified by means of a grid with at least two reference points for each
length of straight cable run.

11

The distance between the centres of power cables and power cable circuits shall be
in accordance with the cable manufacturers specification and recommendation.
The Contractor shall be responsible for obtaining the correct spacing parameters
from the cable manufacturer and details of installation limitations from QGEWC to
ensure cables operation at the pre-determined operation temperatures when
installed.

12

The Contractor shall be responsible for obtaining values of the minimum bending
radii for all cables required under the Works from the cable manufacturer prior to
the commencement of installation.

13

Rollers used during the installation of the cables shall have no sharp projecting
metal parts liable to damage the cable.

14

All cables on vertical runs or horizontal runs in the vertical plane shall be cleated.

IA 12/13 C 057 ST
C2/S21/61
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

15

The Contractor shall provide all necessary pulling tools and equipment such as
jacks, shafts, rollers, self-driven rollers, pulling cords, etc. including any required
power for this equipment. The procedure for unwinding and pulling the cables shall
be approved by QGEWC. Pulling by use of stockings is not allowed.

16

The Contractor shall strictly conform to the prescriptions given by QGEWC for all
handling of cables and their accessories.

17

The Contractor shall have as many men as necessary for all pulling and supervising
operations to be carried out according to the best procedure. The number of men
shall be stated in the cable laying procedure and approved by QGEWC.

18

The Contractor shall be solely responsible for any damage due to the carelessness
of his staff or workmen. Any cable length so damaged shall be rejected as
destroyed.

19

Mechanical pull with a winch solely from one end will be only in special cases
because of the cables greater fragility. The self-driven cable rollers shall be used for
installation of power cables.

20

Extra snaking 3.0 m length at termination and joints location shall be provided.

21

The Contractor shall allow for installation of permanent thermocouples for sheath
temperature test in his Contract Price.
At least one set of permanent
thermocouples shall be installed at every 3 000 m. The locations, number and
arrangement of testing (the number of thermocouples at each location shall be at
least seven) shall be submitted to QGEWC for review and approval, prior to
installation.

35.17.6

Excavation of Trenches

The Contractors attention is drawn to the procedures and requirements detailed in


the Contract Documents and Specifications.

The exact location of each trench shall be approved on-site. Trenches shall be kept
as tight as possible and each trench shall be excavated to the approved formation
and dimensions and shall have vertical sides which shall be timbered or otherwise
secured where necessary so as to avoid subsidence and damage to all walls,
roads, sewers, drains, pipes, cables and other structures. Timber and other
material for this purpose shall be supplied by the Contractor.

The depth of all excavations for trenches shall be measured from the surface of the
ground and the width of the trench shall be measured between the vertical sides of
the trench or between the inside faces of the sheeting (if any).

The bottom of each trench shall be firm and of smooth contour. The Contractor
shall take reasonable precautions to prevent damage to the road or highway or
ground surface from a slip of breaking away of the sides of the trench. Where
trenches pass from a footway to a roadway or at other positions where a change of
level is necessary, the bottom of the trench shall rise or fall gradually. The rate of
rise or fall shall be approved.

IA 12/13 C 057 ST
C2/S21/62
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

It is the Contractors responsibility to ensure that he is acquainted with the nature of


the ground conditions prevailing along the cable route and the installation rates of
the cables shall include for any and all types of excavation and backfill on the "as
found" basis.

The Contractor shall deal with and dispose of water to prevent any risk of cables
and other materials to be laid in the trenches being adversely affected. He shall
provide all pumps and appliances required and shall carry out necessary pumping
and baling.

Unless otherwise agreed, provision shall be made during excavation and until
interim restoration has been completed for reasonable access of persons and
vehicles to property or places adjacent to the route.

When the excavation for trenches has been accurately executed, the relevant
notice shall be given by the Contractor to QGEWC. Laying of cables, shall not be
started until the Contractor has obtained the QGEWCs approval to proceed with
the work.

The maximum length of trench open at any time shall be as per Traffic Police and
PWA regulations. It should not cover more than one drum length.
The Contractor shall not work in any area where other underground services are
still covered. QGEWC shall have the right to stop the work or part of the Works
where the Contractor fails to take the necessary measures to uncover these utilities
and the Contractor shall not claim for additional compensation in time or money.

10

11

The Contractor shall perform all hand excavations, protection and other work as
specified herein or as required to locate existing utilities and services within the
limits of this Contract, or at off-site locations as designed by QGEWC and in
accordance with the requirements of all Contract Documents. The existing utilities
and services referred to herein shall include, but shall not be limited to all sewers,
water mains and lines, gas mains, electric (both power and lighting), telephone and
such others as may be encountered under this Contract.

12

The Contractor shall notify the concerned Municipality and other relevant authorities
in good time of his intention to excavate sections of road, which include plantation
and shall not start digging before getting approval from PWA. All works shall be
done according to the rules and regulations from the relevant department of the
PWA.

13

During the execution of works related to laying of cable lines within gardens and
road landscaping areas, the Contractor shall comply with the following rules and
regulations:
(a)

Power cable lines shall not be closer than a horizontal distance of 1.50 m to
the nearest tree trunk axis.

(b)

The details of the irrigation lines shall be obtained from the PWA.

(c)

The approval to the excavation works shall be obtained from the PWA.

(d)

Branch irrigation lines are usually laid at a depth of 60 cm from ground level.

(e)

The Contractor shall bear the full expenses of reinstating the disturbed
irrigation lines network to its original shape existing before the start of the
excavation works. Approval from the relevant authority of the quality of the

IA 12/13 C 057 ST
C2/S21/63
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

agricultural clay soil to be reinstated and its leveling procedures shall be


provided by the Contractor.

14

15

(f)

The Contractor shall bear the full expenses incurred in the process of removal
of the plantations, their subsequent reinstatement as well as the cost of the
plantations within the excavation zone.

(g)

The Contractor shall include the cost of relocating the path of the irrigation
lines or the cost of irrigation of the plantations, if necessary.

(h)

QGEWC shall withhold payment of the dues of the Contractor until a


confirmation from the relevant authority to the effect that the Contractor has
abided by the above-mentioned rules and regulations is obtained. Such
confirmation shall be given either in writing it through a site meeting.

The Contractors attention is drawn to the following:


(a)

He must use all necessary precautions and protective measures to maintain


existing utilities, services and appurtenances that must be kept in operation.
In particular, the Contractor shall take adequate measures to prevent
undermining of utilities and services, which are presently in service.

(b)

He must protect existing or new utilities and services when considered


necessary and as directed by QGEWC. The Contractor shall be responsible
for bracing and supporting utilities and services to prevent settlement,
displacement of drainage. The protection of utilities and services as specified
herein, will not be paid for separately but shall be considered as subsidiary
obligation to the work under this Contract unless specified otherwise by the
Engineer.

(c)

The Contractor shall not remove any utility or service line, conduit or any
structure, above or below the ground, within the limits of the works before
receiving written permission from QGEWC.

(d)

The Contractor prepares appropriate drawings for protection work of other


utility services and shall obtain the approval of the appropriate utility
authorities before commencing the construction.

(e)

The Contractor shall not interfere with supplies and services of whatsoever
nature such as but not limited to water, electric power and light, telephone,
buried cables and sewerage. If any such supply or service is damaged as a
result of the Contractors actions, the Contractor shall report it to the owner of
the supply or service immediately.

(f)

The Contractor shall be responsible for any damage caused to such supplies
or services as the result of his operations and shall fully indemnity and keep
indemnified the PWA, the Engineer, QGEWC and the owner of such supplies
and services for all consequences of the damage of whatsoever nature.

(g)

The method of execution of repairs shall be decided by the owner of the


supply or service and shall be carried out by the Contractor at no extra cost.

In cases where the excavation is to be made on asphalt, paved or concrete roads


and/or pavements, the asphalt or concrete surfacing shall be cut using a suitable
disk cutter at a depth of not less than 120 mm. The Contractor shall take all
necessary measures to minimise damage of the asphalt beyond the width of the
excavated trench. Reinstatement of roads is to be as per the requirements of the

IA 12/13 C 057 ST
C2/S21/64
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

latest issue of the "Code of Practice and Specification of Road openings in the
Highway" or as specified by the Engineer.
16

The method of cutting of road surfacing is essential and shall be strictly adhered to.

17

The use of an air compressor and associated cutting tools will not be allowed.

18

There shall not be any soil classification for excavating either in soft or in hard
material. The Contractor is responsible for obtaining information he considers
necessary regarding the possibility of encountering soil with varying degree of
hardness, and shall be deemed to have allowed for it in his Contract price.
The excavation of hard material, if any, shall be carried out by pneumatic tools.
Blasting shall not be allowed under any circumstances.

20
21

All trenches shall be excavated with vertical sides to the width, lines, grades and
depths as shown on the Drawings or as specified in writing by QGEWC.
All excavations shall be adequately supported and kept free from water from any
source at the Contractors expense and to the satisfaction of QGEWC.

22

Any over-excavation shall be backfilled with suitable fill material and completed in
accordance with the specifications. Where directed by the Company such over
excavations shall be backfilled with mass concrete at the Contractors expense.

23

The unsuitable or surplus excavated material shall be removed, to an area


approved by the PWA, by the Contractor and at his expense.

24

The Contractor shall take all necessary security measures, such as signs, lights,
supports, etc. and generally comply with the recommendations and requirements of
the relevant authorities and/or Police in order to avoid accidents, landslides and
other damages.

25

The closing of roads should be avoided. Where this is unavoidable the Contractor
shall obtain the approval of the relevant authorities.

26

Prior to commencement of excavation the Contractor shall survey and submit the
existing ground levels.

35.17.7

Excavated Material

The material excavated from each trench shall be placed so as to prevent nuisance
or damage to adjacent hedges, trees, ditches, drains, gateways and other property,
objects or things. Excavated material shall be stacked so as to avoid undue
interference with traffic. Where, owing to traffic or other considerations, this is not
permissible, the excavated material shall be removed from the Site and returned for
refilling the trench on completion of laying. Surplus materials shall be disposed of
by and at the cost of the Contractor as specified by the Engineer. Surplus material
shall never be left on-site for more than one week.

Excavated material shall be stacked at a minimum distance of 300 mm from the


edge of the trench to provide a walkway and eliminate risk of stones falling in the
trench.

IA 12/13 C 057 ST
C2/S21/65
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

35.17.8

Galvanised Support Built In

Where required for security of the Works and adjacent buildings or structures, the
galvanized support shall be placed in trenches and built in as QGEWC may instruct
or approve and shall form part of the Works.

35.17.9

Obstructions

When, in the course of the Contract Works, obstructions are encountered which
necessitate the diversion or alteration to gas, electric, hydraulic, water of sewage
mains, or other works, or alterations to buildings, foundations and tunnels, or when
conditions necessitate adoption of a special construction of trench, the Contractor
shall immediately notify QGEWC.

35.17.10

Filling In and Reinstatement

Filling in of trenches shall not commence until QGEWC has inspected and
approved the cables and accessories in situ. Such inspection shall not be
unreasonably delayed.

Where the cable route passes along public roads or pavements or areas designed
for future roads or pavement the backfilling shall comply with PWA requirements.

All excavations made (whether for the purpose of cable laying or trial holes) shall be
backfilled in 150 mm layers. Each layer shall be adequately sprayed with water in
such manner that, in conjunction with the means of compaction that are to be used,
a density of at least 95% of the dry density at the optimum moisture content shall be
achieved. The backfilling and the interim restoration of the upper levels shall be
completed to the satisfaction of QGEWC.

If the Contractor is required by QGEWC to carry out permanent reinstatement of


any portion of the route, the refilled trench shall be temporarily reinstated and left
and maintained in a thoroughly safe condition until the work of permanent
reinstatement is carried out. On any portion of the route where the Contractor is not
required by QGEWC to carry out the permanent reinstatement, the refilled trench
shall be temporarily reinstated and left and maintained in a thoroughly safe
condition and be in suitable state for permanent reinstatement.

The work of permanent reinstatement shall include all necessary keying into the
existing surface and shall be carried out to the approval of QGEWC.

If at any time road traffic is required to cross the cable trench or route, the part of
the trench or route affected by the road crossing shall be permanently reinstated. It
shall remain in place until permission is granted by QGEWC to proceed with the
road crossing.

35.17.11

Excavation of Tunnels

Where required by QGEWC, a tunnel shall be driven, such as will allow ducts, pipes
or cables to be laid as specified. The cross section and levels of each tunnel shall
be approved, and the Works shall be carried out in accordance with the provisions
of the relevant clauses of these specifications.

IA 12/13 C 057 ST
C2/S21/66
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

35.17.12

Cables Drawn Into Ducts and Pipes

Cable ducts are required at all road crossings, regardless of whether they are minor
or major.

Where existing road crossing ducts are indicated on Drawings, their existence or
their adequacy for the cable sizes cannot be guaranteed. The Contractor shall
clearly understand that the information provided shall be used as a guideline and
they shall be responsible for providing necessary ducts and ensure they are
adequately sized.

On the crossings with the marked future roads, the Contractor shall install the
standard ducts arrangement, extending them minimum 1 m beyond the proposed
kerb lines into each verge or verge and centre reservation.

On the roads less than two years old, open cutting is not permitted. If it becomes
necessary, "Thrust Boring" method is acceptable.

At all road crossings 50% spare duct arrangement for double circuit and 100%
spare ducts for single circuit are required.

The Contractor shall provide the ducts and pipes. The Contractor shall remove any
loose material from the ducts, and prove them by drawing through a mandrel of
slightly less diameter than the duct, immediately before pulling in the cables. A
suitable draw line shall be used to facilitate cable pulling. If the pipe or ducts form a
tortuous path with friction a suitable lubrication may be used to ease the stress on
the cables when pulled. Any lubricant used shall have no detrimental effect on the
cables.

The Contractor shall reapply graphite coating if it is scraped off while pulling or after
the application of a lubricant. Where specified by QGEWC, two split pipes shall fit
around the cable. The splits shall be positioned on opposite sides of the cable after
its installation.

All ducts or pipes, whether in use for cables or not, shall be sealed against entry of
water, oil and vermin with a suitable semi-plastic compound supplied and installed
by the Contractor after the approval of QGEWC. Cable ducts on the existing road
shall be extended 500 mm beyond verge.

All ducts, floor bushings, etc. shall be completely filled and sealed at either end.
The filling material shall be bentonite mixture with addition of a small quantity of
cement to stabilize the gel and sand to improve load bearing. The material shall be
pumped into suitably prepared ducts with a cement pump and must be able of
being removed by the application of high-pressure water jets. The content of
bentonite mix shall be subject to QGEWCs approval.

10

It is preferable that cable ducts are not longer than 12 m, but the maximum allowed
length is 30 m.

11

When the cable route is such that changes in direction of pipes do not facilitate a
continuous pipe or where a pipe is too long to allow a continuous cable run,
facilities shall be made for cable draw pits in which the cables shall be supported
and routed in accordance with these specifications.

IA 12/13 C 057 ST
C2/S21/67
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

35.17.13

Concrete Structures

Concrete structures for joint-pits, etc. shall be provided and the concrete shall be in
accordance with Section 5 (Concrete). Grade of concrete shall be SRC 25.
Concrete structures at and below ground level are to be constructed using sulphate
resistant cement. All foundations and concrete surfaces at and below ground level
are to be isolated from contact with soil in accordance with concrete protection
details as specified by the Engineer.

Complete designs of joint bays and draw-pits shall be submitted with by the
Contractor. Cover slabs for joint-bays and draws-pits and the joint-bays and drawpits themselves shall be designed by the Contractor and shall allow for a 36 tonne
truck to pass over it and axle load of 12.5 tons. The point load under such a
condition shall be indicated accordingly.

35.17.14

Guards

Where cables are exposed to mechanical damage, sheet steel guards shall be
provided to protect them. Detailed drawings of all cable guards produced by the
Contractor shall be approved by QGEWC before fabrication has commenced.

35.17.15

Cable Markers and Records

Cable markers and other approved means shall be provided to mark the position of
each joint and shall also be used in approved positions to show the positions of all
cables, pipes and ducts, particularly where they cross a road, or are laid along a
road or where there is an abrupt deviation on the route, and such cable markers
shall be erected as reinstatement is being carried out. At road crossings permanent
markers shall be provided on both sides of the crossings in the event of damage to
or removal of one of the markers.

The Contractor shall supply as soon as possible after installation two copies of the
route plan showing the certified depth and position of all buried cables including
these laid to the specified instructions of QGEWC. An up-to-date copy must be
available at site at all times.

35.17.16

Tests During Cable Laying

During the process of laying, the Contractor shall subject the cable and other
accessories to the provisional sheath test for every section, before backfilling over
cable tile.

35.17.17

Cable Routes

The Contractor shall verify all the cable routes through Design Enquiry Letter
Procedure with the QGEWC.

The Contractor shall apply for access to all cable routes, prior to commencement of
works.

The procedure of applying for cable routes shall be the responsibility of the
Contractor. Based on trial holes and information obtained during site surveys and

IA 12/13 C 057 ST
C2/S21/68
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 21: ELECTRICAL WORKS

from concerned Government authorities the Contractor shall arrange the necessary
drawings and circulate RO (Road Openings) forms as necessary. The Contractors
responsibility shall be to provide all road-crossing ducts, which are necessary
and/or replace existing ducts which are found not suitable under the existing
system.
35.17.18

Route Plan

Where cable routes are shown on Drawings, these shall be verified with the
concerned authorities. Within a reasonable time after the contract has come into
force, the Contractor shall survey the route and agree a final route with QGEWC.
He shall confirm the arrangements and submit required drawings for processing the
necessary RO forms before the installation commences. The quantity of cables,
accessories, etc. to be supplied shall be based upon this survey. The programme
for route survey works shall be agreed with QGEWC prior to commencement of
works.

The Contractor shall, during the progress of the work, record on a set of route plans
at 1:500 scale or other approved scale, such particulars as will allow an accurate
reference to be made afterwards in case of any fault of projected modifications.
The plans shall show exact position of every joint termination and oil feeding point,
location of oil pressure tanks, gauges and terminal boxes.

The Contractor shall also record on approved cross-section plans particulars of the
depth of the trench, the arrangement of the cables, the positions of all obstructions
beneath or above which the cables are laid and such other particulars as may be
required. These plans shall be made as reproducible drawings of approved
dimensions and shall be the property of QGEWC. They shall be submitted to
QGEWC within one month of completion of each section of the Works together with
such prints as may be required.

Suitable binders shall be provided for the route plans.

35.17.19

Cable Termination

The Contractor is to terminate and connect up the cables in accordance with details
approved by QGEWC.

Necessary sunshields shall be provided and installed for cables exposed to direct
solar radiation.

The Contractor is to be responsible for the correct phase rotation and connections
in accordance with information supplied by QGEWC. Particular care is to be taken
in case of these cables, where subsequent correction may be difficult. Phase tests
will be carried out by the Contractor to the satisfaction of QGEWC. All equipment
required to carry out these tests shall be provided under this contact.

Where insulated glands are provided, the Contractor is to ensure that the
insulations are maintained after jointing the cable, and shall demonstrate this to the
satisfaction of QGEWC.

IA 12/13 C 057 ST
C2/S21/69
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Add new Part 10 as follows:


PART 10 HARDSCAPING
1.0

LOCAL STONEWORK PAVING:

NOTE: this section applies also to stone cladded retaining walls at 60-degree maximum
inclination.
MATERIALS
STONE: a split approved local limestone 15 cm x 15-20cm x 15-20cm
Provide stone samples illustrating range of sizes prior to delivery of any stones to the site.
Provide stone free from stains, cracks, seams, fissures, planes of weakness, or other qualities,
which might lead to crumbling or breaking during handling, placing, or later weathering.
Replace rejected stone until accepted.
JOINT FILLER:
Portland cement, STM C 150, Type V, Sand: ASTM C 144 and Colour additive: to match stone
Colour. To be approved.
BASE: to be Portland Cement, ASTM C150, Type V and Sand: ASTM C 33
JOINT FILLER MIX:
Provide a dry mixture of one part coloured Portland cement to three parts sand. 1 part coloured
Portland to be 1 part ordinary Portland to 1 part white Portland.
INSTALLATION:
EXCAVATION:
Excavate the site to required sub-grade elevations as indicated on the drawings. Compact subgrade, bring to required grade. Place and compact the sand base to provide an even surface.
Form 100mm thick SR grade 28 concrete base on 0.25e polyethylene.
FIBREBOARD
Movement joints to be added to form bays not exceeding 9.0 sq. m.
STONE PLACEMENT:
Place each stone individually, using vibrator roller to set stone, so that surface is straight, free
of warps, depressions, or projections and that stones are not damaged. Joint spacing between
stones to be minimum and at right angles to the surface plane.
FLEXCELL
Joints to be added in stonework above fibre movement joints in SRC base.
Edge of stonework next to planting bays or services chambers to be formed by selected stones
set vertically, but within the overall profile, on concrete hunching.
IA 12/13 C 057 ST
C3/S27/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

JOINT TREATMENT:
Brush in a dry mixture of joint filler mix into the joints with a soft broom within 30 mm of top of
the joint. Sweep until all joint filler mix has been removed from the visible surface of the stone.
Fog lightly with water.
CLEANUP: keep premises neat and orderly at all times during the work.
SAMPLE INSTALLATION
Construct a ten square meter (10m) sample including show the following: full range of stone
sizes, colours, pattern, texture, evenness of surface grade, and joint treatment, where
applicable
Obtain approval of Consultant. Once approved, retain sample during construction as a
standard for judging completed work
If sample fails to meet Consultants' approval, remove and reconstruct until approval is granted
OUTDOOR CLAY/ PORCELAIN/MOSAIC TILES:
TYPES OF TILING
TILING TO WALLS
Tiles:
from approved manufacturer
Size:
37 x 37 x 6; 100x100x6 mm. Or similar and approved
Background/ Base: Blockwork/ Situ-Concrete
Bedding:
from approved manufacturer
Grouting Material:
from approved manufacturer
Joint Width:
2.5 mm.
Movement Joints:
from approved manufacturer
Joints must extend through tiles and bedding to substrate. Ensure that joints coincide
with any movement joints left for the purpose in the substrate.1
Location:
As shown in drawing
Width:
Generally 10mm.
Accessories:
Approved void fillers
GENERALLY:
EXTERNAL TILING:
The anchored mesh reinforcement and rendering to receive external tiling must be carried out
by the tiling sub-contractor or under his direct supervision and to his approval.
SUITABILITY OF BACKGROUND/ BASES:
Before starting work ensure that backgrounds/ bases:
Are sufficiently flat to permit specified flatness of finished surfaces, bearing in mind the
permissible minimum and maximum thickness of the bedding material have been allowed to dry
out by exposure to the air for not less than the following:
IA 12/13 C 057 ST
C3/S27/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Concrete Slabs: 6 weeks


Concrete Walls: 6 weeks
Brick/Block Walls: 6 weeks
Cement/ Sand Screed: 3 weeks
Rendering:
2 weeks
Gypsum Plaster: 4 weeks
FALLS IN THE BASE:
Before starting work, check where required, falls have been provided in the base. Inform the CA
if the falls are inadequate. Do not attempt to provide falls by increasing or decreasing the
specified thickness of the bedding material.
SAMPLES:
Before placing orders, submit representative sample(s) of all tile types.
Ensure that delivered materials match sample(s).
CONTROL SAMPLE(S):
Complete sample area(s), being part of the finished work in approved location(s) and obtain
approval of appearance before proceeding.
PREPARATION:
NEW IN SITU CONCRETE:
Scrub with water containing detergent to ensure complete removal of mould, oil, surface
retarders and other materials incompatible with the bedding. Rinse with clean water and allow
to dry unless specified otherwise.
NEW PLASTER:
Ensure plaster is dry, solidly bedded, free from dust and friable matter. Apply plaster primer if
recommended by the adhesive manufacture and allow to dry before tiling.
HACKING FOR KEY:
Roughen specified backgrounds thoroughly and evenly by removing the entire surface to a
depth of 3 mm. By pneumatic scabbing, bush hammering or abrasive blasting. Remove all dust
and debris and wash clean before commencing tiling.
RAKING OUT FOR KEY:
Rake out soft joints in existing brickwork to a depth of not less than 13 mm. Brush out joints to
remove dust.
SPATTERDASH KEYING MIX:

1 part Portland cement Class 42.5 to BS 12


parts clean, fairly coarse sand
Mix to a thick of slurry and keep well stirred.
Throw onto previously dampened background to a thickness of 3-5 mm. and leave rough.
Keep damp with fine water spray or by covering with polyethylene until set and allow drying
out slowly before applying bedding.

IA 12/13 C 057 ST
C3/S27/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

SMOOTHING UNDERLAYMENT:

Type recommended by the adhesive manufacturer.


Apply to the base and allow drying before fixing tile.

FIXING
FIXING GENERALLY:
CHECK that there are no unintended colour/shade variations within the tiles for use in each
area/ room. Thoroughly mix variegated tiles. Check that adhesive is compatible with
background or base.
CUT

tiles neatly and accurately.

FIX: Unless specified otherwise fix tiles so that there is adhesion over the whole of the
background/base and tile backs.
BEDDING:
Before bedding material sets make adjustments necessary to give true, regular appearance to
tiles and joints when viewed under final lighting conditions. Clean surplus bedding material from
joints and face of tiles without disturbing tiles.
ADVERSE WEATHER:
Comply with manufacture recommendations for maximum temperatures when using
proprietary adhesives.
Take adequate precautions to protect work from inclement weather and premature drying out.
JOINTS SETTING OUT: to be true to line, continuous and without steps.

Joints on walls to be truly horizontal, vertical and in alignment round corners.


Joints in floors to be parallel to the main axis of the space or specified features.
Joints in walls and floors to be in alignment.
Where positions of movement joints are not specified they are to be agreed with the
Engineer.

Cut tiles/slabs to be kept to the minimum, as large a possible and in unobtrusive locations.

For setting out of floors and walls see projects drawings


Before laying tiles, obtain approval of setting out.

FLATNESS OF TILING:
Sudden irregularities not permitted. When checked with a 2.0 m. straight edge with 3 mm.
thick feet at each end, placed anywhere on the surface, the straight edge should not be
obstructed by the tiles and no gap should be over 6 mm.
LEVEL OF TILING ACROSS JOINTS:
Maximum deviation between tiles surfaces either side of a joint, including movement joints to
be:

1 mm. for joints less than 6 mm. wide.

IA 12/13 C 057 ST
C3/S27/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

2 mm. for joints 6 mm. or greater in width.

MORTAR FOR BEDDING: Unless specified otherwise:

Cement: Portland cement Class 42.5 to BS 12


Sand For Walls: To BS 1199, Table 1
Sand For Floors: To BS 882, Table 5, grading limit C or M, but where fine sand is specified
grading limit F.

BATCH by volume. Specified proportions are for dry sand, allow for bulking if damp.
MIX materials thoroughly to a uniform consistence in a suitable forced action mechanical mixer.
Do not use a free fall type (tilting drum) mixer. Use the minimum amount of water necessary to
give required workability.
MORTAR:
Use mortar within two hours of mixing at normal temperatures. Do not use after the initial set
has taken place and do not re-temper.
POROUS TILES:
If to be bedded in cement: sand, soak in clean water for at least 30 minutes, and fix as soon as
surface water has drained.
COVED TILE SKIRTING:
Bed solid to wall before laying floor tiles. Ensure joints in skirting match and align with joints in
floor tiling.
TILE SKIRTINGS:
Bed solid to wall after laying floor tiles. Ensure joints in skirting match and align with joints in
floor tiling.
THIN BED ADHESIVE RIBBED (WALLS):
Apply 3 mm. floated coat of adhesive to dry background in areas of approximately 1 sq. m. then
trowel to a ribbed profile using the recommended notched trowel. Press tiles firmly into
adhesive with a twisting/sliding action.
BED ADHESIVE SOLID (WALLS):
Apply floated coat of adhesive to dry background in areas of approximately 1 sq. m. and comb
the surface with the recommended solid bed trowel.
Apply thin even coat of adhesive to backs of dry tiles. Press tiles onto bedding with a
twisting/sliding action to give finished bed thickness of not more than 3 mm.
THIN BED ADHESIVE MOSAIC (WALLS):

Apply 3 mm. floated coat of adhesive to dry background and comb the surface with the
recommended solid bed trowel.
Hang mosaic sheets in horizontal rows, working downwards, with vertical joints staggered.

IA 12/13 C 057 ST
C3/S27/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Ensure that width, plane and alignment of joints between sheets matches the joints between
mosaic tiles.
Temporarily secure sheets with metals pins to prevent slippage and lightly beat mosaic into
adhesive.

THIN BED ADHESIVE MOSAIC (WALLS):

Apply 3 mm. floated coat of adhesive to dry background and comb the surface with the
recommended solid bed trowel.
Pre-grout mosaic sheets and remove surplus before fixing. Hang mosaic sheets in
horizontal sheets, working downwards, with vertical joints staggered. Ensure that width,
plane and alignment of joints between mosaic tiles. Grout joints between sheets before
removing paper face.

THIN BED ADHESIVE SOLID (WALLS):

Apply floated coat of adhesive to dry background and comb the surface with the
recommended solid bed trowel.
Fill any keys and apply thin even coat of adhesive over the entire back of each tile.
Press tiles onto bedding with twisting/sliding action to give finished bed thickness within the
range recommended by the manufacturer.

CHECKING TILE ADHESION:


As work proceeds and before the bedding has set, carefully remove random tiles as directed
and in the presence of the CA to verify that there is the specified adhesion. Remove the initial
adhesive, butter the removed tiles with fresh adhesive and re-fix.
GROUTING/ COMPLETION:
CEMENT: SAND GROUTING MIX:

Cement: White Portland


Sand:
To BS 1199, Table 1
Proportions:
1:1
Pigment: Subject to Agreement

Mix thoroughly with the minimum of clean water to give required workability.
GROUTING:

Allow bedding material to harden sufficiently before grouting.


Ensure that joints are 6 mm. Deep (or the depth of the tile is less), and are free from dust
and debris.
Fill joints completely, tool to an approved profile, clean off surface and leave free from
blemishes.
Polish wall tiling with a dry cloth when joints are hard.

COLOURED GROUT:
Check the potential risk of staining by applying the grout to a few tiles in a small trial area. If
discolouration occurs, apply a protective sealer to the tiles and repeat the trial.

IA 12/13 C 057 ST
C3/S27/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

MOVEMENT JOINT METAL EDGINGS:


NATURAL MARBLE/SANDSTONE CLADING/PAVING
To be read with Preliminaries/General Conditions and Q.C.S.
TYPE OF CLADDING:
CLADDING LANDSCAPE STRUCTURES
Supporting Structure/Background: Concrete slab, 100 mm thick SRCGrade20 - See Standard
Details
Stone: 20 mm. thick Travertino marble free from vents, cracks, fissures, discolouration, or other
defects, which may adversely affect strength, durability or appearance. Thoroughly seasoned,
dressed and worked before delivery to site in accordance with shop drawings prepared by the
supplier.
Finish:
Location:
Installation:
Supplier:

Polished to match approved sample.


As shown in drawings.
To BSCP 202, 1972 and BSCP 5290, 1976.
To be agreed

Basic Joints:
Mortar filled as Clause Mortars
Nominal Width:
1.5 mm.
Movement/ Other Requirements: As approved
Accessories/ Other Requirements: Approved marble filler.
CLADDING LANDSCAPE PAVING SLATE/SANDSTONE TILES
Supporting Structure/Background:
Concrete slab, 100 mm thick SRC Grade 20 - see Standard Details
Stone: 11 to 13 mm thick approved colour and quality slate or sandstone tiles (for location
see site hardscape layout) free from vents, cracks, fissures, discolouration, or other defects
which may adversely affect strength, durability or appearance. Thoroughly seasoned, dressed
and worked before delivery to site in accordance with shop drawings prepared by the supplier.
Edges to be machine sawn.
Finish:
Semi-polished to match approved sample.
Location:
As shown in drawings.
Installation: To BSCP 202, 1972 and BSCP 5290, 1976.
Supplier:
To be agreed
Basic Joints:
Mortar filled as Clause Mortars
Nominal Width: 1.5 mm.
Movement/ Other Requirements: As approved
Accessories/ Other Requirements: Approved marble filler.
CLADDING LANDSCAPE STRUCTURES WALLS/RETAINING WALLS
Supporting Structure/Background: Block work/Concrete
IA 12/13 C 057 ST
C3/S27/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Stone: 20 mm. thick Travertine marble free from vents, cracks, fissures, discolouration, or other
defects, which may adversely affect strength, durability or appearance. Thoroughly seasoned,
dressed and worked before delivery to site in accordance with shop drawings prepared by the
supplier.
Finish:
Location:
Installation:
Supplier:
Fixings:

Polished to match approved sample.


As shown in drawings
To BSCP 298, 1972 and BSCP 5290, 1976.
To be agreed
To BS 8298, Clauses 6 and 20

To be sufficiently adjustable to meet the specified requirements for accuracy. Wherever


practicable to be fixed to the backing wall with expanding bolts and sockets in order to avoid
problems of misplaced pockets or channels provided by others.
Basic Joints:
Mortar, filled as Clause 3.11
Nominal Width:
12 mm
Accessories/ Other Requirements: Approved fixing cramps
Approved marble filler.
GENERAL REQUIREMENTS/PRODUCTION:
DESIGN:

Complete the detailed design of the cladding and associated features shown on the
drawings, in accordance with BS 8298 to meet the requirements of this specification.
Contractor is to prepare shop drawings for the approval of Client, showing all setting out
points, dimensions, fixings, general details, construction joints, terminations/ edges and
pointing.

DESIGN OF FIXINGS:
Fixings must be designed and supplied by a supplier approved by Client and Structural
Engineer.
SAMPLES:
The Contractor shall allow for the provision for approval of ample areas 1000x 1000 mm. of
each type of marble and finish, together with sample of the fixings proposed.
GRINDING:
In situ grinding will only be allowed for limited adjustments and only with the permission of the
Client.
CUTTING OF STONE:

Production generally, including permissible deviations, to be in accordance with BS 8298,


Section 4. Cut stone so that the bedding is appropriate to its position in the building.
Minimum thickness of stone to be accordance with BS 8298, Clause 19 and Table 4.
Finished dimensions of stone units to be such that the cladding, when erected, complies
with Clause 330.
In order to accommodate deviation within the building structure, selected stone units must
be left oversize for cutting to precise dimensions taken on site, using a suitable bench aw.

IA 12/13 C 057 ST
C3/S27/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

The units are to be selected by the Subcontractor and clearly identified as such on the shop
drawings.

FIXING/ JOINTING:
PROTECTION:

Prevent over stressing of units during transit, handling, storage and fixing.
Store units on level bearers and separate with resilient spacers.
Prevent damage to units and any chipping, staining, marking or dirtying of surfaces, which
will be visible in the completed work.

ACCURACY OF ERECTION:

Survey the structure, including any fixing inserts, before commencing erection. Report to
Client immediately if structure will not allow the required accuracy of erection.
Within the length of any joint (including in-line continuations across transverse joints) the
greatest width must not exceed the least width by more than 10%. Any variation to be
evenly distributed with no sudden changes.
The offset in elevation between nominally in-line edges across any joint must not be more
than 10% the width of the joint.
The width of joints must be such as to ensure that the joints perform as intended and are
within the recommendations of the joint material manufacturer.
The finished work must have a satisfactory appearance, being square, regular, true to line,
level and plane with a satisfactory fit at all junctions, all to approval.

FIXINGS: To BS8298, Clauses 6 and 20

To be sufficiently adjustable to meet the specified requirements for accuracy.


Wherever practicable to be fixed to the backing wall with expanding bolts and sockets in
order to avoid problems of misplaced pockets or channels provided by others.

FIXINGS:

Do not exceed the torque figure or shim dimensions recommended by the fixings
manufacturer.
Grout dowel bars with a fairly dry 1:4 cement: sand mix or a suitable epoxy or polyester mix,
well tamped in.
In external cladding do not use mortar spacer dabs and keep cavity completely free of
mortar and other debris.
Give reasonable notice to Client to allow inspection to take place before covering up load
bearing fixings.
Give reasonable notice to Client of completion of alternate stone courses to allow inspection
of restraint fixings and cavity before proceeding with the next course.

BASIC JOINTS (MORTAR FILLED):

Mortar:
4:1 Cement; Sand As Section Mortars
Fully butter vertical joints, lay on a full bed, ensure that excess mortar does not fall into
cavity and finish joints flush as the work proceeds.
Plastic joint spacers may be used but must be removed and made good to match as soon
as mortar has set.

IA 12/13 C 057 ST
C3/S27/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Synthetic marble joint filler to be used to complete all joints, installed to manufacturers
instructions and in accordance with all technical information.

BASIC JOINTS (SEALANT FILLED):


Sealant:
Colour:
Application:

Subject to Approval
To match marble colour.
As Section Sealants

NATURAL LOCAL LIMESTONE WALL CLADDING


GENERAL - CLADDING TO R.C. /BLOCKWORK RETAINING WALL

Reference(s):
VA111- 116 VA121
Supporting Structure/ Background: Block work/ Concrete
Stone: A split local limestone 10 x 15 x 15 to 20 cm. with flat face, free from vents, cracks,
fissures, discoloration, or other defects which may adversely affect strength, durability or
appearance. Thoroughly seasoned, dressed and worked before delivery to site in
accordance with shop drawings prepared by the supplier.
Finish: Natural, rough, to match approved sample
Installation to: BSCP 298, 1972 and BSCP 5290, 1976
Fixing: Place each stone individually to set in grade 25 concrete bedding so that surface is
straight and joints gaps minimal. Surface shall be free of depressions or projection and at
the inclination shown in drawings.
Nominal Cavity Width: 12 m. to 20mm
Accessories / Other Requirements: Approved Fixing Cramps
Approved Synthetic Filler

GENERAL REQUIREMENTS / PRODUCTIONS


DESIGN:
Complete the detailed design of the cladding and associated features shown on the drawings,
in accordance with BS 8298 and to meet the requirements of this specification. Contractor is to
prepare shop drawings for the approval of the Client, showing all setting out points, dimensions,
fixings, general details, construction joints, terminations/ edges and pointing.
DESIGN OF FIXINGS: Fixings must be designed and supplied by:
Any supplier approved by the Engineer and Structural Engineer.
SAMPLES:
The contractor shall allow for the provision for approval of sample areas 1000 x 3000 mm. high
together with samples of the fixings proposed.
GRINDING:
In situ grinding will only be allowed for limited adjustments and only with the permission of the
Client.
CUTTING OF STONE:

Production generally, including permissible deviations, to be in accordance with BS 8298,

IA 12/13 C 057 ST
C3/S27/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Section 4.
Cut stone so that the bedding is appropriate to its position in the building.
Minimum thickness of stone to be in accordance with BS 8298 Clause 19 and Table 4.
In order to accommodate deviations within the building structure, selected stone units must
be left oversize for cutting to precise dimensions taken on site, using a suitable bench saw.
The units are to be selected by the contractor and clearly identified as such on the shop
drawings.

FIXING / JOINTING
PROTECTION:

Prevent over stressing of units during transit, handling, storage and fixing.
Store units on level bearers and separate with resilient spacers.
Prevent damage to units and any chipping, staining, marking or dirtying of surfaces, which
will be visible in the completed work.

ACCURACY OF ERECTION:

Survey the structure, including any fixing inserts, before commencing erection. Report to the
Client immediately if structure will not allow the required accuracy of erection.
Within the length of any joint (including in-line continuations across transverse joints), the
greatest width must not exceed 25 mm. Any variations required to be evenly distributed
with no sudden changes.

OFFSETS:

Offset in elevation between normally in-line edges across a transverse joint must not be
more than 15% the width of the transverse joint.
The offset in plan or section between flat faces of adjacent panels across any joint must not
be more than 15% the width of the joint.

JOINTS:

Widths of joints must be such as to ensure that the joints perform as intended and are within
the recommendations of the joint material manufacturer.
The finished work must have a satisfactory appearance, regular, although informal in
nature, level and plane with a satisfactory fit at all junctions, all to approval by the Client.
Replace rejected stone until accepted.

FIXINGS: To BS 8298, Clauses 6 and 20

To be sufficiently adjustable to meet the specified requirements for accuracy.


Wherever necessary to be fixed to the backing wall with expanding bolts and sockets in
order to avoid problems of misplaced pockets or channels provided by others.
Do not exceed the torque figures or shim dimensions recommended by the fixings
manufacturer.
Grout dowel bars with a fairly dry 1:4 cement, sand mix or a suitable epoxy or polyester mix,
well tamped in.
In external cladding do not use mortar spacer dabs and keep cavity completely free of
mortar and other debris to the depth of 15 mm.

IA 12/13 C 057 ST
C3/S27/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Give reasonable notice to the Engineer of completion of alternate stone courses to allow
inspection of restraint fixings and cavity before proceeding with the next course.

JOINTS
BASIC JOINTS (MORTAR FILLED)

Mortar: 4:1 cement: sand, Portland cement STMC 150, Type V. Sand: ASTM C 144 and
colour additive to match stone colour, to be approved.
Fully butter vertical joints, lay on a full bed, ensure that excess mortar does not fall into
cavity and finish joints shall be 15mm. recessed.
Approved synthetic marble joint filler to be used to complete all joints, installed to
manufacturers instructions and in accordance with all technical information.

BASIC JOINTS (SEALANT FILLED):


Sealant:
Colour:
Application:

Subject to approval
To match stone colour
To manufacture recommendations

MOVEMENT / OTHER JOINTS:


In addition to the basic joints, the following sealant filled joints are required as part of this
section:

Vertical movement joints at intervals


max. 20mm wide to accommodate relative
movement between the cladding and the structure.
Joints at junctions between cladding and max. 10mm wide adjacent finishes or grc.
Structural movement joints subject to instruction generally 20mm wide

Sealant:
Colour:
Application:

Subject to approval
To match stone Colour
To manufacture recommendations

Where the width of any type of joint is not given, it is to be determined by the contractor, and is
to be as small as practicable having regard to shrinkage, thermal and other movements which
may be expected in the wall structure and the cladding.
COMPLETION:
On completion of fixing operations thoroughly clean down the face of the stonework to remove
all dust, dirt, marks, stains and mortar droppings.
2.0

NATURAL ROCKERY

ROCKS selected local limestone to sizes as shown in the drawings with max height of 500 mm.
SELECTION to ensure that rocks are free from stains, cracks, seams, fissures, plants of
weakness, or other qualities which might lead to crumbling or breaking during handling, placing,
or later weathering.
REPLACE rejected rocks until accepted

IA 12/13 C 057 ST
C3/S27/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

PLACING OF ROCKS: shall strictly comply with locations indicated in the drawings, and be carried
out by suitable technical equipment ensuring safety and possibility to relocate stones to meet
Engineer's acceptance. It shall be carried out during the time when easy access of technical
equipment to location is ensured and adjacent finishes (e.g. aggregate, paving) are not yet
completed
ROCK BANKS and rockery landscaping where required shall be in the best selected local quarry
limestone boulders to sizes as shown in the drawings.
ROCKS to be placed on pool edges and part in water and shall be placed neatly to fit and
provide a sloping profile.
ROCKS to be placed on dry slopes shall be packed in slope on SRC 20 dry pack base. Joints
shall be maximum 35 mm and grouted with cement mortar in matching colour.
3.0

ARTIFICIAL ROCKERY

3.1

ARTIFICIAL ROCK FINISH shall be in GRC panels bedded on SRC dry pack base.

The elevation as shown in the drawings shall serve as a guide on the required contour,
projections, etc. The Contractor shall submit shop drawings showing details of profile, joints,
and anchoring, etc. for the approval of the Consultant before placing the order or commencing
Works on the site.
ARTIFICIAL ROCK FEATURES will be constructed in reinforced gunite or equal and approved.
The works shall be carried out by a specialist contractor with proven experience in State of Art
Gunite Sculptors. The final rock colour shall be approved by the clients Engineers. The
contractor shall prepare, at site, various samples for the clients approval. The rock feature shall
incorporate rock veins and crevices to create the appearance of natural rock.
CONSTRUCTION a reinforced concrete sub-structure will be constructed in accordance with the
tender drawings. Thereafter, mesh steel will be installed to form the shape and contours of the
Rock Feature.
The gunite will be sprayed utilizing pro-mix gunite as manufactured by CONMIX with
recommended admixtures. The mix will include Portland cement with graded gabbro
aggregates and micro silica. The final gunite spray coating shall utilize FEB products colour
admixture and final sculptor by the gunite artist.
3.2

GUNITE ARTIFICIAL ROCK CONSTRUCTION

The swimming pool will be constructed utilizing the gunite spray method. The gunite mix will
achieve high quality gunite and will have a test strength of 35N/ mm2 after 28 days of curing.
The mix will comprise of 9 bags of Portland cement /m2 and will have a 1to 4 mix of graded
aggregates.
The mix water will be with 10% volume of FEB SBR waterproofing and bonding additives, The
dry mix application with water mix at the nozzle will have a water/ cement ratio of 0.33 the
structure shall be cured for a period of 14 days from completion.
Upon completion of the gunite works and following the curing period a leveling render slab shall
be applied utilizing FEB SBR waterproofing and bonding agent in accordance with the
manufacturers recommendations.
IA 12/13 C 057 ST
C3/S27/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

ROCKART ARTIFICIAL ROCK CONSTRUCTION: alternatively, the Contractor might select an


artificial rock construction method as provided by Rock Art, USA and the local agent: Aqua
Masters, Doha, Qatar, tel: 437 3283 or equal and approved.
4.0

GLASS REINFORCED CEMENT (G.R.C.)

MANUFACTURING: All elements designated in the drawings as GRC components (perforated


screens, panels, etc.) shall be manufactured locally by an approved manufacturer using
approved cement-based composite reinforced with fire resistance grade glass fibers to the
dimensions as shown in the drawings.
GLASS REINFORCED CEMENT shall be in accordance with the Specifications for Grade 1 GRC as
produced by the Glass Fiber Reinforced Cement Association.
DESIGN of the GRC elements shall be by a qualified Chartered Engineer with 10 years
experience in the design of GRC elements and production shall be by suitably qualified
employees. The manufacturer's specifications and shop drawings shall be subject to the
approval of the Engineer.
CURING shall be by the use of a cement matrix polymer to outer skins and a sprayed curing
membrane to the faces.
FIXING: the assembly and fixing methods shall be strictly in accordance with the manufacturer's
specifications. Bolts, however, shall be non-corrosive, HILTI or equal and approved and
spaced not exceeding 300 mm centers.
TESTING: components testing shall be required for adequacy of design and manufacture and
test reports shall be submitted to the Engineer. All costs for such tests shall be borne by the
Contractor.
DECORATIVE PATTERNS: to be generally of Qatari decoration patterns type - refer to the
attached samples.
5.0

STAINLESS STEEL SHEET

GENERALLY: Use 304 stainless steel and a 2B mill finish; Pattern finish to be equal to or
greater than depicted in design plans; 6mm thick; to be in accordance with ASTM Volume
01.03/A666/A947M
FIXING: Fixing method shall be proposed by the Contractor shall ensure that the stainless
steel sheets as fixed are flat with concrete walls surfaces.
The Contractor shall provide adequate recesses in relevant concrete walls to ensure the above
is achieved.
Stainless Steel sheets layout and colour design and fixing methods shall be a subject to the
approval by the Engineer of the shop drawings submitted by the appointed Contractor.

IA 12/13 C 057 ST
C3/S27/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

ATTACHMENT NO 1 SAMPLES OF QATARI DECORATION PATTERNS

IA 12/13 C 057 ST
C3/S27/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

IA 12/13 C 057 ST
C3/S27/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

IA 12/13 C 057 ST
C3/S27/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

STALOK OR APPROVED EQUAL


PART 1

GENERAL

1.1

SUMMARY

A.

The work of this Section consists of all Bare Ground work and related items as
indicated on the drawings and or as specified herein and includes, but is not limited
to, the following items:
1.

B.

C.

StaLok or Approved Equal

Related Sections of QCS:


1.

Section 6 part 2 Site Preparation

2.

Section 6 part 3 Earthwork

3.

Section 6 part 4 Unbound Pavement Materials

General Provisions
1.

All of the contract documents, including General and Supplementary


Conditions and Division I General Requirements, apply to the work of this
Section.

2.

Examine all drawings and all other Sections of the Specifications for
requirements therein affecting the work of this trade.

3.

Coordinate work with that of all those affected by work of this Section.
Cooperate with such trades to assure the steady progress of all work under
the Contract.

1.2

PERFORMANCE REQUIREMENTS

A.

The following standards and definitions are applicable to the work of this Section to
the extent referenced herein:
1.

Standard Specifications: Highway Department, Standard Specifications for


Highways and Bridges, latest edition.

2.

ASTM: American Society for Testing and Materials.

3.

AASHTO: American Association of State Highway and Transportation


Officials.

1.3

SAMPLES AND SUBMITTALS

A.

Sieve analysis of aggregate for pathways and patios.

B.

Samples and or shop drawings for the following:


1.

C.

Aggregate for strength and colour.

Construction Samples:

IA 12/13 C 057 ST
C3/S27/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
1.

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Construct mock-up panels or areas for each different type of paving system
as specified herein to demonstrate ability to archive types of setting bed,
joints, pattern, colour and texture required herein.
Stabilizer Solutions, Inc. or Approved Equal
33 S. 28th St.
Phoenix, AZ 85034
800-336-2468 (Fax) 602-225-5902
Website: stabilizersolutions.com
E-Mail: info@stabilizersolutions.com

2.

StaLok OR Approved: Construct a 12 x 24 sample of finished path as directed by


the Engineers Representative on site.

3.

General:
a.

Schedule mock-up construction so that mock-up can be accepted a minimum


of 30 days prior to the application of paving surfaces represented by the
mock-up.

b.

Locate mock-up panel(s) in areas as directed by the Engineers


Representative.

c.

Continue to construct mock-ups until acceptable mock-up is produced (at no


cost to the Engineer). Acceptable mock-up shall be standard for texture,
colour and workmanship.

d.

Use same setting bed and joint mixes used in accepted mock-up in final work
unless otherwise directed by Engineers Representative.

e.

Protect accepted mock-ups from damage until completion and acceptance of


the work represented by the mock-ups.

f.

Remove mock-up panel(s) from the site at completion of the project, unless
otherwise instructed by Engineers Representative.

1.4

PROJECT/SITE CONDITIONS

A.

Field Measurements: Each bidder is required to visit the site of the work to verify the
existing conditions. No adjustments will be made to the Contract Sum for variations
in the existing conditions.
1.

Where surfacing is indicated to fit with other construction, verify dimensions


of other construction by field measurements before proceeding with the work.

1.5

QUALITY ASSURANCE

A.

Installer Qualifications: Installer to provide evidence to indicate successful


experience in installation of StaLok OR APPROVED EQUAL.

1.6

WARRANTY

A.

General Warranty: The special warranty specified in this Article shall not deprive
the Owner of other rights the Owner may have under other provisions of the
Contract Documents and shall be in addition to, and run concurrent with, other
warranties made by the Contractor under requirements of the Contract Documents.

IA 12/13 C 057 ST
C3/S27/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
B.

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Special Warranty: Submit a written warranty executed by the installer agreeing to


repair or replace components of StaLok OR APPROVED EQUAL that fail in
materials or workmanship within the specified warranty period. Failures include, but
are not limited to, the following:
1.

Premature wear and tear, provided the material is maintained in accordance


with manufacturers written maintenance instructions.

2.

Failure of system to meet performance requirements.

C.

Warranty Period: Contractor shall provide warranty for performance of product.


Contractor shall warranty installation of product for the time of one year from
completion.

D.

Contractor shall provide, for a period of sixty days, unconditional maintenance and
repairs as required.

PART 2

PRODUCTS

2.1

MANUFACTURERS

A.

StaLok or Approved Equal is provided by the following manufacturer:


1.

Stabilizer Solutions, Inc. 33 South 28th St., Phoenix, AZ 85034; phone (602)
225-5900,
(800)
336-2468;
fax
(602)
225-5902;
website
www.stabilizersolutions.com; email info@stabilizersolutions.com

2.2

MATERIALS

B.

Aggregate Specifications
1.

Crushed stone shall consist of inert materials that are hard, durable, with
stone free from surface coatings and deleterious materials. Gradation
requirements shall be as follows:
U.S. Sieve No. Percent Passing by Weight
#1/2-inch 98 100
# 3/8-inch 90 100
# 4 65 80
# 8 48 63
# 16 40 49
# 30 30 40
# 50 20 27
# 100 10 18
# 200 10 12

2.

R-value minimum of 70 determined by ASTM D 2488 Methodology (R-value


is a measure of wear resistance).

3.

Sand equivalent an engineering measurement of the proportion of sand to


silt and clay, will stay at a range of 30-55. As determined by ASTM D 2419
methodology.

IA 12/13 C 057 ST
C3/S27/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
4.

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

Dense graded crushed stone base shall be furnished and installed as


required and specified under Section 02200, Earthwork and Section 02230
Granular Materials to a 6 compacted depth.

PART 3

EXECUTION

3.1

PREPARATION

A.

Base shall be 3 thick layer of crushed granular base material installed at 95%
compaction on top of subgrade.

B.

Make any corrections necessary to base furnished and installed under Section
02200 Earthwork and Section 02230 Granular Materials to bring gravel to the
sections and elevations shown on the drawings.

C.

Pre-soak base material with water prior to installing StaLok OR APPROVED


EQUAL as needed to compact base.

D.

Make sure proper drainage is available to ensure no standing water on surface or


adjacent to StaLok OR APPROVED EQUAL, including downspouts when placed
under roof overhang.

3.2

BLENDING

A.

StaLok OR APPROVED EQUAL is a solely owned patented process.

B.

Blending procedures are performed only by a licensed StaLok OR APPROVED


EQUAL blender and can only be sold through licensed StaLok OR APPROVED
EQUAL Material Dealers. It is a pre-blended, bulk material.

3.3

PLACEMENT/COMPACTION

A.

Consult manufacturer if installing on slope.

B.

Do not install in rainy conditions.

C.

Avoid installing StaLok OR APPROVED EQUAL below 30F. StaLok OR


APPROVED EQUAL may form clods during transport below 60F. Large clods may
be broken apart with machinery such as front loader, or on their own if left to warm
in sun. Small clods will break apart during placement and compaction.

D.

Place StaLok OR APPROVED EQUAL at a minimum 2, maximum 3 compacted


depth. Using a Paver Box, Paver, Crawler Paver, Asphalt Paver, Drag Box Paver,
Pavement Profiler, Slip Form Paver, Pav-Saver Place Spreader, Front Loader or
Equal.

E.

1.

Crown StaLok OR APPROVED EQUAL. Slope material to edge 1/4 per


foot.

2.

Pockets of large aggregate may develop, inspect surface and evenly spread
any 1/4 or 3/8 loose rock.

Compact StaLok OR APPROVED EQUAL.


1.

Compaction can be achieved by a 1 to 5-ton double-drum roller

IA 12/13 C 057 ST
C3/S27/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 27: EXTERNAL WORKS

2.

Lightly compact making one pass.

3.

Make any grade adjustments and add needed material.

4.

Heavily compact material making 8 to 10 passes. Avoid turning on material


with roller.

5.

Use plate compactor on edges and hard to get areas. If near wall, hand tamp
may be necessary.

6.

Loose material shall not be present on final surface.

7.

No set up or curing time is needed.

3.4

INSPECTION

A.

Finished surface shall be uniform and solid, with no evidence of chipping or


cracking. Compacted paving material shall be firm to full depth with no soft areas.
Loose material shall not be present on the surface and no ruts shall be present.
Compaction may increase with time and use.

3.5

MAINTENANCE

A.

Remove debris, such as paper, grass clippings, leaves or other organic material by
mechanically blowing or hand raking the surface as needed. Any plowing program
required during winter months shall involve the use of a rubber baffle on the plow
blade or wheels on the plow that lifts the blade 1/4" off the paving surface.

3.6

REPAIRS

A.

Excavate damaged area to the depth of the StaLok OR APPROVED EQUAL and
square-off.

B.

If area is dry, moisten damaged portion lightly and scarify.

C.

Apply pre-blended StaLok OR APPROVED EQUAL to excavated area to finish


grade.

D.

Compact with an 8 to 10 hand tamp or 1000 lb. Roller.

END OF SECTION

IA 12/13 C 057 ST
C3/S27/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS
CONTENTS
Page

1.

GENERAL ................................................................................................................ 1

1.1

SCOPE ..................................................................................................................... 1
1.1.1
1.1.2

Related Works ........................................................................................... 1


Applicability................................................................................................ 1

2.

MISCELLANEOUS ................................................................................................... 2

2.1

SURVEY DATA FOR RECORD DRAWING PRODUCTION ................................... 2

2.2

LABORATORIES ..................................................................................................... 2

2.3

COMPUTATIONAL FLUID DYNAMIC (CFD), PHYSICAL HYDRAULIC MODELING,


HYDAULIC SURGE ANALYSIS ............................................................................... 3

2.4

THIRD PARTY INSPECTION AGENCIES FOR CIVIL WORKS.............................. 4

2.5

NON DESTRUCTIVE TESTER (NDT) COMPANIES .............................................. 4

2.6

CALIBRATION LABORATORIES ............................................................................ 4

3.

DUCTILE AND GREY IRON PIPES AND FITTINGS............................................... 5

4.

RESERVED FOR FURURE USE ............................................................................ 7

5.

PVC PRESSURE PIPES AND FITTINGS................................................................ 8

6.

HDPE PIPES AND FITTINGS .................................................................................. 9

7.

VITRIFIED CLAY PIPES AND FITTINGS .............................................................. 11

8.

CONCRETE PIPES AND FITTINGS...................................................................... 12

9.

MATERIALS FOR CONCRETE ............................................................................. 13

9.1

CEMENT ................................................................................................................ 13

9.2

REINFORCEMENT ................................................................................................ 13

9.3

AGGREGATE ........................................................................................................ 13

10.

GRP PIPES & FITTINGS ....................................................................................... 14

11.

PRECAST CONCRETE MANHOLES SYSTEM .................................................... 15

12.

RESERVED FOR FUTURE USE ........................................................................... 16

13.

RESERVED FOR FUTURE USE ........................................................................... 16

14.

RESERVED FOR FUTURE USE ........................................................................... 16

15.

RESERVED FOR FUTURE USE ........................................................................... 16

16.

LOCAL MECHANICAL & ELECTRICAL CONTRACTORS.................................... 17

IA 12/13 C 057 ST
C2/S29/Contents(i)
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

17.

LOCAL MECHANICAL WORKSHOPS ................................................................. 19

18.

LOCAL ELECTRICAL WORKSHOPS .................................................................. 20

19.

VERTICAL SPINDLE & HORIZONTAL DRY WELL PUMPS................................ 21

20.

SUBMERSIBLE PUMPS ....................................................................................... 23

21.

DRIVE MOTORS .................................................................................................. 24

22.

FACTORY BUILT ASSEMBLIES (MOTOR CONTROL CENTRES)..................... 26

23.

PROGRAMMABLE LOGIC COMPUTERS (PLCs) ............................................... 28

24.

PLC/SCADA SYSTEM INTEGRATORS ............................................................... 29

25.

SCADA SOFTWARE ............................................................................................ 30

26.

REMOTE TERMINAL UNITS ................................................................................ 31

27.

DIESEL GENERATORS SET (FIXED AND MOBILE) ENGINES, ALTERNATORS,


DG SET MANUFACTURERS ................................................................................ 33

28.

GATE VALVES & NR VALVES ............................................................................. 34

29.

BUTTERFLY VALVES .......................................................................................... 35

30.

AIR VALVES ......................................................................................................... 37

31.

PENSTOCKS ........................................................................................................ 38

32.

VALVES & PENSTOCKS ACTUATORS............................................................... 40

33.

DEODORISERS & ODOUR CONTROL UNIT SYSTEMS .................................... 41

34.

SURGE VESSELS ASSEMBLIES ........................................................................ 42

35.

LIFTING EQUIPMENTS ........................................................................................ 43

36.

SCREENS ............................................................................................................. 44

IA 12/13 C 057 ST
C2/S29/Contents(ii)
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
1

GENERAL

1.1

SCOPE

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

This section specifies the list of Manufacturers, Mechanical & Electrical Contractors and
miscellaneous Service Providers that are approved by the Infrastructure Affairs for the
providing of materials and services.
1.1.1

Related Works
Qatar Construction Standard (QCS) 2010, Section 1 - General

1.1.2

Applicability

Contractors may employ any Manufacturer and/or Mechanical and Electrical


Contractor and/or any other Service Provider listed in Section 29 at the date of
submission of the tender, even if that party is subsequently deleted from the list. Any
approved party added subsequent to submission of the tender may also be
considered.

Where there is no Approved Manufacturer, the contractor shall submit details of the
materials in accordance with Qatar Construction Standard (QCS) 2010, Section 1 Part
7.

Where materials or services are listed in this section they shall only be obtained from
one of the parties on this approved list, unless otherwise agreed by the Engineer.

If a Supplier/Manufacturer proposes to change the manufacturing location from the


location stated in this Section, Infrastructure Affairs of Public Works Authority (PWA)
shall be informed in writing by the Supplier/Manufacturer. The new manufacturing facility
shall be approved by PWA Infrastructure Affairs, prior to the submission of any material
submittals from this new location.

END OF PART

IA 12/13 C 057 ST
C2/S29/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

2.

MISCELLANEOUS

2.1

SURVEY DATA FOR RECORD DRAWING PRODUCTION


Bureau of Engineering Studies (BEST)
P O Box 8201, Doha, Qatar
Tel. 4417883
Fax. 4417020

Gulf International Consultants


(GIC)
P O Box 4769, Doha, Qatar
Tel. 4478771
Fax. 4478572 , 4778879

MTC Surveys
P O Box 22103, Doha, Qatar
Tel. 4654415
Fax. 4654405

Qatar Land Surveys


P O Box 20425, Doha, Qatar
Tel. 4685221
Fax. 4685221

Concord Surveying Works Co.


P O Box 30, Doha, Qatar
Tel. 4320232
Fax. 4320332

GHD
P O Box 14352, Doha, Qatar
Tel 432 2579
Fax 444 6127

Qatar Company for Survey Services


P O Box 2966
Tel. 4353504
Fax. 4365367
Fugro Middle East Company
P O Box 4533
Tel. 4323879
Fax. 4418958
2.2

LABORATORIES
Please refer to the approved private
laboratories list from quality & safety
department, published in Ashghal
official web site.

IA 12/13 C 057 ST
C2/S29/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
2.3

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

COMPUTATIONAL FLUID DYNAMIC (CFD), PHYSICAL HYDRAULIC


MODELLING, HYDRAULIC SURGE ANALYSIS
Alden Research Laboratory
30 Shrewsbury Street
Holden
Massachusetts
U.S.A.
Tel +1 508 8296000
Fax +1 508 8295939
E-mail info@aldenlab.com
. BHR Group Ltd.
Cranfield
Bedford, MK43 0AJ
United Kingdom
Tel +44 (0) 1234 750422
Fax +44 (0) 1234 750074
e-mail : www.bhrgroup.co.uk
Delft Hydraulics
P.O. Box 177
2600 MH Delft
The Netherlands
Tel +31 (0)15 285 8585
Fax +31 (0)15 285 8582
E-mail : info@wldelft.nl
HR Wallingford
Wallingford
Oxfordshire
United Kingdom
Tel +44 (0)1491 835381
Fax +44 (0)1491 832233
E-mail : info@hrwallignford.com

IA 12/13 C 057 ST
C2/S29/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
2.4

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

THIRD PARTY INSPECTION AGENCIES FOR CIVIL WORKS


BUREAU VERITAS (BV)
P.O. Box 22157 Doha
Tel +974 4437024
Fax +974 4437190

Germanischer Lloyd (GL)


P.O. Box 3288 Doha
Tel +974 4661909
Fax +974 4661969
2.5

NON DESTRUCTIVE TESTER (NDT) COMPANIES


Qatar Inspection Services (QIS)
P.O. Box 14134
Salwa Industrial Area,
Doha, Qatar
Tel +974 4501079
Fax +974 4501807

2.6

Amsyco International
P.O. Box 22410
Doha, Qatar
Tel +974 4604550
Fax +974 4604054

CALIBRATION LABORATORIES
Gray Mackenzie Engineering Services
LLC (GMES) QATAR
P.O Box: 60920, Ras Al Khor City,
Doha, Qatar
Telephone No: 00974 44902586
Fax No: 00974 44720769
Email: graymackenzi@qatar.net.qa
Web: www.gmes.ae

Qatar Calibration
Services (QCAL)
P.O. Box 16069
Doha, Qatar
Tel +974 4604883
Fax +974 4602219
E mail: qcal@qatar.net.qa

Qatar Armed Forces laboratory


Qatar Armed Forces Calibration Center
P.O. Box 24129
Doha, State of Qatar
Tel: 44616900 / 902/ 906
Fax: 44616901 / 921
E-mail: ccqaf@yahoo.com

END OF PART

IA 12/13 C 057 ST
C2/S29/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
3.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

DUCTILE AND GREY IRON PIPES AND FITTINGS


Kubota Ltd.
2-47 Shikitsuhigashi 1-chome
Naniwa-Ku, Osaka, Japan
Tel: 06 6648 2111
Fax: 06 6048 3862
Email : www.kubota.co.jp

Local Agent:
Al Tawfeeq Petroleum Services
PO Box 187, Doha, Qatar
Tel: +974 4626111
Fax: +974 4622299

Saint Gobain PAM


Les Longues Raies, Maidiers,
BP 109, 54704
Pont a Mousson cedex, France
Tel: + 33 (0) 3 83 80 75 79
Fax: +33 (0) 3 83 80 75 78
E-mail: www.pont-a-mousson.com

Local Agent:
Mannai Trading Co.,
PO Box 76, Doha, Qatar
Tel: + 974 4412555
Fax: + 974 4431858

United States Pipe & Foundry Co.


3300 1st Avenue North, Birmingham
Alabama 35222, USA
Tel: + 1 205 254 7230
Fax: + 1 205 254 7274
E-mail : www.uspipe.com

Local Agent:
M/s Globe Construction Co. LLC
PO Box 10521, Doha, Qatar
Tel: +974 44301675
Fax: +974 44357990

American Cast Iron Pipe Company


Birmingham
Alabama 35202, USA
Tel: 1-800-442-ADIP(2347)
Fax: 1-800-442-2348
E-mail: www.acipco.com

Local Agent:
OITC Group WLL
PO Box 4844, Doha, Qatar
Tel: +974 44427107/ 44411570
Fax: +974 44418426
E mail: ashok@oitcgroup.com
Web: www.oitcgroup.com

Saudi Arabian Ductile Iron Pipe Co.


(SADIP)
PO Box 3430, Dammam 31471
Saudi Arabia
Tel: +966 3 812 10 01
Fax: +966 3 812 11 31
E-mail : info@amiantit.com

Local Agent:
Trading Agency Services Ltd.
PO Box 1884, Doha, Qatar
Tel: +974 4432212/13, 4421100
Fax: +974 4422255

IA 12/13 C 057 ST
C2/S29/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Following Approval is limited up to 600mm Internal Diameter:


Xinxing Ductile Iron Pipes Co. Ltd.
A3005, Fortune Plaza,
Middle Road East 3rd Ring,
Beijing China
Tel: +8610 5929 0139
Fax: +8610 5929 0154

Local Agent:
International Ductile Iron Pipes WLL
PO Box 2515,
Doha, Qatar
Tel: +974 6633 5353
Fax: +974 4444 1583

In addition to the above pipe manufacturers ductile iron fittings can be obtained
from following manufacturer:
Dker Fried Wilh Eisenwerk GmbH &
Co. KGaA Ducker GmbH & Co. KgaA
Hauptstrasse 39-41, D-63846,
Laufach, Germany
Tel: +49 60 93/87-2 50
Fax: +49 60 93/87-2 46

Local Agent:
Ahmed Al Uthman & Bros.
PO Box 2117, Doha, Qatar
Tel: +974 4325230
Fax: +974 4443309

END OF PART

IA 12/13 C 057 ST
C2/S29/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
4.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

RESERVED FOR FUTURE USE

IA 12/13 C 057 ST
C2/S29/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
5.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

PVC PRESSURE PIPES AND FITTINGS


PVC Pipes & Fittings approvals
shall be on project by project basis.

END OF PART

IA 12/13 C 057 ST
C2/S29/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
6.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

HDPE PIPES AND FITTINGS


HEPWORTH PME (QATAR) WLL
PO Box: 50207
Mesaieed, Qatar
Tel: 4760588
Fax: 4760525
E-mail: info@hepworthpme.com.qa
Qatar Pipeline & Fittings
PO Box 40290
Doha, Qatar
Tel: +974-44603773
Fax: +974-44603993
E-mail : www.qaddcoqatar.com
Al Wasail Industrial Co.
PO Box: 21599
Riyadh, 11485, KSA
Tel: +966 1 4508433
Fax: +966 1 4508166
E-mail : info@al-wasail.com

Local Agent
Al-Wasail Al-Saudi Al-Qatari
PO Box: 10078
Doha, Qatar
Telefax: +974 44682123

Dura-Line Middle East LLC.


P.O. Box : 530,
Sohar Industrial Estate,
Sultanate of Oman.
Tel : 00968 2670 1593
Fax : 00968 2670 1620
E-mail: enquiries@duralineme.com

Local Agent
Jersey Industrial Division
P.O. Box : 7922,
Doha, Qatar
Tel : 00974 4499 5077
Fax : 00974 4499 5088
E-mail : info@jerseygroup.com

Munir Munif Factory for Plastic


Pipes & Fittings
PO Box: 355342
Riyadh, 11383, KSA
Tel: +966 1 2652111
Fax: +966 1 2651845

Local Agent
Al Gazal Business Solutions WLL
PO Box: 45729
Doha, Qatar
Tele: +974 44274456/ 44631752
Fax: + 974 44274458/ 44631829

Union Pipes Industry


P.O. Box : 9650,
Abu Dhabi, UAE
Tel : 00971 2 5500102
Fax : 009712 5500105
E-mail : upipipes@eim.ae

Local Agent
Petrofac Qatar,
PO Box 4404,
Doha, Qatar
Tel: +974 447 8800
Fax: +974 447 8811

IA 12/13 C 057 ST
C2/S29/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Cosmoplast Industrial Co.


PO Box: 6032
Sharjah, UAE
Tel: +971 6 5331264
Fax: +971 6 5331917
E-mail : www.industrial-uae.com

National Industries Company


PO Box: 3314
Safat, 13034
Kuwait
Tel: +965 24837099
Fax: +965 24833498

Local Agent
Chemtech Trading &
Contracting WLL
PO Box: 40233
Doha, Qatar
Tel: +974 4465 1234
Fax: +974 4469 6562

END OF PART

IA 12/13 C 057 ST
C2/S29/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
7.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

VITRIFIED CLAY PIPES AND FITTINGS


VC Pipes & Fittings approvals
shall be on project by project basis.

END OF PART

IA 12/13 C 057 ST
C2/S29/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
8.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

CONCRETE PIPES AND FITTINGS


Concrete Pipes & Fittings approvals
shall be on project by project basis.

END OF PART

IA 12/13 C 057 ST
C2/S29/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

9.

MATERIALS FOR CONCRETE

9.1

CEMENT
Qatar National Cement Company
P.O. Box 1333, Doha, Qatar
Tel: +974 44693800
Fax: +974 44693900
E-Mail: qatarcement@qatar.net.qa

9.2

REINFORCEMENT
Qatar Steel Company Ltd
P.O.Box 50090, Mesaieed, Qatar
Tel: +974 44778778
Fax: +974 44771424
E-Mail: qasco@qatar.net.qa

9.3

AGGREGATE
Aggregate Source approvals
shall be on project by project basis.

END OF PART

IA 12/13 C 057 ST
C2/S29/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
10.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

GRP PIPES & FITTINGS


M/s Future Pipe Industries Qatar (QCISC)
P.O. Box: 24678
Doha, Qatar
Tel: + 974 44768111
Fax: +974 44114772
E mail:qatar@futurepipe.com
Saudi Arabian Amiantit Company
Corporate Headquarters
P.O Box 589
Dammam 31421
Saudi Arabia
Tel: + 966 3 847 15 00
Fax: + 966 3 847 13 98
Email: info@amiantit.com
Web: www.amiantit.com
Amiantit Qatar Pipes Co. Ltd.
PO Box 40194
Street 41, New Industrial Area,
Doha - State of Qatar
Tel: +974 4114873/4/6
Tel: +974 4114875
Email: aqap@qatar.net.qa
Web: www.amiantit.com
M/s Advanced Composites
P.O. Box: 41632
Sharjah, UAE
Tel: +971 65263113
Fax: +971 65263112

END OF PART

IA 12/13 C 057 ST
C2/S29/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
11.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

PRECAST CONCRETE MANHOLES SYSTEM


Precast Concrete Manhole System approvals
shall be on project by project basis.

END OF PART

IA 12/13 C 057 ST
C2/S29/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
12.

RESERVED FOR FUTURE USE

13.

RESERVED FOR FUTURE USE

14.

RESERVED FOR FUTURE USE

15.

RESERVED FOR FUTURE USE

IA 12/13 C 057 ST
C2/S29/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
16.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

LOCAL MECHANICAL & ELECTRICAL CONTRACTORS


AA Engineering Services
PO Box 40541,
Doha, Qatar
Tel: +974 4460 0235 ; Fax: +974 4460 0237
Qatar Engineering & Construction Company WLL (QCON)
PO Box 24491,
Doha, Qatar
Tel: +974 4458 7200 ; Fax: +974 4458 7201
Email: qcon@qcon.com.qa
Petroserv
PO Box 7098,
Doha, Qatar
Tel: +974 443 5175 ; Fax: +974 4418249
Qatar Kentz
PO Box 3865,
Doha, Qatar
Tel: +974 44659435 ; Fax: +974 44552153
Danway Qatar
PO Box 10315,
Doha, Qatar
Tel: +974 4436 0495 ; Fax: +974 4436 0496
ROOTS Energy & Engineering Services
PO Box 22867,
Doha, Qatar
Tel: +974 4401 9666 ; Fax: +974 4401 9777
Pioneer Contracting & Trading (PICTRA)
PO Box 4486,
Doha, Qatar
Tel: +974 4486 2264 ; Fax: +974 4486 2296
AMEM Qatar
PO BOX 24970
Doha, Qatar
Tel: +974 4465 9879 ; Fax: +974 4466 9381

Email: info@amemqatar.com

Al Jaber Engineering (L.L.C).


P.O BOX: 22801
Doha Qatar
Tel: +974 4444 6206 ; Fax: +974

Email: info@aljaberengineering.com

4437 0501

IA 12/13 C 057 ST
C2/S29/17
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Deutsche Babcock Al Jaber WLL


(DEBAJ)
P.O BOX: 24313
Doha, Qatar
Tel: +974 4465 1900 ; Fax: +974 4465 9682
Stream Industrial & Engineering
P.O. Box: 22647
Doha, Qatar
Tel: +974 44365415
Fax: +974 44322193 Email: info@stream-qatar.com
METITO (Overseas) Qatar Limited
P.O. Box: 23616
Doha, Qatar
Tel: +974 44568650
Fax: +974 44568750 Email: infoqatar@metito.com
ABDULLA NASS GROUP CO.
P.O. Box: 24287
Doha, Qatar
Tel: +974-4436 8778
Fax: +974-4436 8338
E-mail: nassgroup@qatar.net.qa
HBK Engineering Services W.L.L
P.O. Box: 8091
Doha, Qatar
Tel: +974-44687611
Fax: +974-44687341
E-mail: hbkengg@qatar.net.qa

END OF PART

IA 12/13 C 057 ST
C2/S29/18
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
17.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

LOCAL MECHANICAL WORKSHOPS


Manweir Ltd
Doha, Qatar
Tel: +974 460 0111, Fax: +974 460 1883
AA Engineering Services
Doha, Qatar
Tel: +974 460 0235, Fax: +974 460 0237
Doha Petroleum Construction Co. Ltd
Doha, Qatar
Tel: +974 460 0350, Fax +974 460 1066
Qatar National Navigation & Transport Co
Doha, Qatar
Tel: +974 477 1690, Fax: +974 446 8777
Al Nisr Machinery
Doha, Qatar
Tel: +974 465 2452, Fax: +974 465 3064
Madina Group
PO Box 20459, Doha, Qatar
Tel: +974 460 0818, Fax: +974 460 3143

END OF PART

IA 12/13 C 057 ST
C2/S29/19
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
18.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

LOCAL ELECTRICAL WORKSHOPS


Manweir Ltd
Doha, Qatar
Tel: +974 460 0111, Fax: +974 460 1883
A.A. Engineering Services
Doha, Qatar
Tel: +974 460 0235, Fax: +974 460 0237
Qatar National Navigation & Transport Co
Doha, Qatar
Tel: +974 477 1690, Fax: +974 446 8777
Gulf Lights
Doha, Qatar
Tel: +974 460 2329, Fax: +974 469 9686

END OF PART

IA 12/13 C 057 ST
C2/S29/20
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
19.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

VERTICAL SPINDLE & HORIZONTAL DRY WELL PUMPS


Kubota Corporation
Hirakata Plant, 1-1 Nakamiya,
Oike 1 Chome, Hirakata Shi,
Osaka 573 Japan
Telex: 5267785 Kubota J,
Fax : 06 6483062
E-mail : www.kubota.com

Local Agent:
Stream
PO Box 22119,
Doha Qatar
Tel: +974 4836915, Fax: +974 4837138

KSB, Aktiengisellschaft
D-6710 Frankentghal,
PSA L7,
Germany
Tel: 49 6233 860
Fax:
E-mail : info@ksb.com

Local Agent:
AA Engineering Services
PO Box 40541,
Doha, Qatar
Tel: +974 4600235, Fax: +974 4600237

Sulzer Pumps Ltd


Manor Hill Lane, Leeds
LS 11 8BR,
U.K.
Tel: +44-1252-523858,
Fax: +44 (0) 113 272 4512
E-mail : www. Sulzer pumps.com

Local Agent:
Oriental Trading Co
PO Box 96,
Doha, Qatar
Tel: +974 4423750, Fax: +974 4433573

Goulds Pumps Inc


240 Fall St., Seneca Falls,
New York, 13148,
USA
Fax: +1-315-568-2418
E-mail : www.goulds pumps.com

Local Agent:
Doha Petroleum Construction Co. Ltd
(DOPET),
PO Box 1744,
Doha, Qatar
Tel: +974 4600350, Fax: +974 4601066

Torishima Pump Mfg. Co. Ltd


1-1-8, Miyata-Cho Takatsuki Shi,
Osaka, Japan
Tel: 0726 902313, Fax 0726 902023
E-mail : www.torishima.co.jp

Local Agent:
Al Jaber Engineering
PO Box 1120,
Doha, Qatar
Tel: +974 4446206, Fax +974 4446361

Cornell Pump USA


290 Paulino Avenue
Costa Mesa, CA 92626 USA
Tel: (949) 833-3888, Fax (949) 833-8858
Email:jwce@jwce.com

Local Agent:
Arabi Co Qatar
PO Box 22096,
Doha, Qatar
Tel: +974 4469 6841,
Fax +974 4468 4936
Email: arabi@qatar.net.qa

IA 12/13 C 057 ST
C2/S29/21
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

HITACHI Pump Plant Technologies,


Ltd. Japan
5-2, Higashi-Ikebukuro 4-chome, Toshimaku,
Tokyo,170-8466,Japan
Tel: +81-3-5928-8001

Local Agent
ITOCHU Doha
PO BOX: 5807 Qatar
Tel: +974 44913633
Fax +974 44913627

SPP Pumps Limited


Theale Cross, Pincents Lane
Calcot, Reading
Berkshire
England
RG31 7SP
Tel: +44 (0) 118 932 3123
Fax: +44 (0) 118 932 3302

Local Agent
TADMUR Trading WLL
P.O. Box: 37493
Doha, Qatar
Tel: 4401 5300
Fax: 4401 5330
Email: watersystems@tadmur-trading.com

END OF PART

IA 12/13 C 057 ST
C2/S29/22
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
20.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

SUBMERSIBLE PUMPS
Flygt Pumps
Xylem Water Solutions AB
PO Box 36180
Emmaboda, Sweden
Tel: +46 471 24 7000
Fax: +46 471 24 7401
E-mail: mea@xyleminc.com
Web: www.xyleminc.com

Local Agent

ABS Pumpen AG,


Scheiderhohe,
Postfach 1220, D-5204 LOHMAR 1,
Germany
Telex: 889619, Fax: 049 2246 13200
E-mail: www.abs pimps.com

Local Agent

Tadmur Trading W.L.L.


PO Box 37493
Doha, Qatar
Tel: +974 4401 5300
Fax: +974 4401 5330

Petrofac Qatar,
PO Box 4404,
Doha, Qatar
Tel: +974 4478800,
Fax: +974 4478811
Local Agent

GrundFos Holding A/S


Poul Due Jensens Vej 7
DK-8850, Bjerringbro,
Denmark
Tel: +45 87501400
Fax: +4587501402

Oriental Trading Co.,


PO Box 96,
Doha, Qatar
Tel: +974 4423750,
Fax: +974 4433573

KSB,
Aktiengisellschaft,
D-6710 Frankentthal,
PSA L7,
Germany
Tel: +49 6233 860
Fax:+49 623386-3401
E-mail : info@ksb.com

Local Agent
AA Engineering Services,
PO Box 40541,
Doha, Qatar
Tel: +974 44600 235
Fax: +974 44600 237

END OF PART

IA 12/13 C 057 ST
C2/S29/23
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
21.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

DRIVE MOTORS
Brook Crompton
St. Thomas Road,
Huddersfiled, West Yorshire,
HD1 3LJ UK
Tel: +44 (0) 1484 422150
Fax: +44 (0) 1484 514027
E-mail : www.brook crompton.com
Siemens
5400 Triangle Parkway,
Norcross GA 30092
Tel: 770 326 2000
Fax: 732 906 3851
E-mail: www.siemens.com

Local Agent:
Oriental Trading Co
PO Box 96,
Doha, Qatar
Tel: +974 442 3750, Fax: +974 443 3573

Regional Agent:
Siemens LLC
PO Box 2154,
Dubai, UAE
Tel: 09714 3188155,
Fax: 09714 3319547

BEVI El Ab
PO Box 41, 384 21
Blomstermala, Sweden
Tel: + 46 499 27100
Fax: + 46 499 20008
A.B.B.
ABB Motors,
Business Area Marketing
Communications,
PO Box 633
FIN 65101, Vassa, Finland
Tel: + 358 (0) 10 22 4000
Fax: + 358 (0) 10 22 43575

Local Agent
ABB Overseas Marketing Ltd.,
PO Box 8688,
Doha, Qatar
Tel: +974 444 1789, Fax: +974 444 6189

Toshiba Industrial Corporation


13131 West Little,
York Road
Houston, TX 77041
USA
Tel: +1 (800) 231 1412
Fax: +1 (713) 466 0277
Email : www.tic.toshiba.com

IA 12/13 C 057 ST
C2/S29/24
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Lawrence Scott & Electromotors


ATB Laurence Scott Ltd,
PO Box 25 Hardy Road
Norwich
Norfolk, England
Telephone: 44 (0)1603 628333
Telefax: 44 (0) 1603 660767
E-mail: info@laurence-scott.com

Local Agent
Al SAYGH PROJECTS & Cont. Co,
P.O. Box 372
Doha - Qatar
Tel: (0974)-4440451
Fax: (0974)-4442587

Loher GmbH
P O Box 1164
94095 Ruhstorf
Germany
Tel : +49(8531)39-0
Fax: +49(8531)32-895
Email: www.loher.de

Local Agent
Al Shaibeh Establishment
P O Box 3975
Doha, Qatar
Tel: 4322140/41
Fax: 4416650

END OF PART

IA 12/13 C 057 ST
C2/S29/25
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
22.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

FACTORY BUILT ASSEMBLIES (MOTOR CONTROL CENTRES)


ABB SACE, Italy
A division of ABB S.p.A
Via Italia, 58
23846 Garbagnate Monastero (LC),
Italy.
Telephone: +39 031 3570201
Telefax: +39 031 3570234

Regional Branch
ABB Industries
PO Box: 11070
Dubai, UAE
Tel: +971 4 3147500
Fax: +971 4 3401771

Blackburn Starling Eng. Ltd


Queens Drive,
Nottingham NG2 3AY, U.K.
Tel: +44 (0) 115 9866331
Fax: +44 (0) 115 9539544
EATON Industries (Netherlands) B.V.
Europalaan 202, 7559 SC Hengelo
P.O BOX: 23; 7550 AA Hengelo
The Netherlands
Tel: +31 74 246 3462
Fax: +31 74 246 4445
Email: WouterKonijnenburg@eaton.com

Eaton Regional Office


Al Emadi Business Centre
Doha, Qatar
Tel: +974 44674273
Fax: +974 44667134

Switchgear & Instrumentation Limited


Bowling Park Works, Ripley Road,
Bradford
West Yorkshire BD4 7EU, U.K.
Tel: +44 (0) 1274 734221
Fax: +44 (0) 1274 731390
E-mail : www.switchgear.co.uk
Siemens AG
Infrastructure & Cities Sector
Low & Medium Voltage Division
Low Voltage
Suedstr. 74
04178 Leipzig, Germany
Tel: +49 (911) 433-8085/ +49 341 4470-576
Fax: +49 341 4470-870
Email: christ.wolfgang@siemens.com
Schneider Electric SAS
Marketing HQ
5, Rue Nader,
F-92506 Rueil Malmaison
Cedex France
Tel: +33 (0) 141 298200
Fax: +33 (0) 141 518020
E-mail : www.schneider-electric.com

IA 12/13 C 057 ST
C2/S29/26
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

Local Office:
Schneider Qatar Liaison Office,
PO Box 4484, Doha, Qatar
Tel: +974 432 2710
Fax: +974 442 4358

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Schneider Electric FZE


CK-06 Jebel Ali Free Zone
PO BOX 17192
Dubai, UAE
Tel: +971 (4) 808 7100
Fax: +971 (4) 808 7101

END OF PART

IA 12/13 C 057 ST
C2/S29/27
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
23.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

PROGRAMMABLE LOGIC CONTROLLERS (PLCs)


Allen Bradley, Rockwell Automation
Allen Bradley & Rockwell Softwares Brands
1201 South Second Street,
Milwaukee,
WI 53204 2496 USA
Tel: + 1 414 382 2000
Fax: + 1 414 382 4444
E-mail :www.rockwell.com
Modicon, Schneider Electric SAS
Marketing HQ,
5, Rue Nader,
F-92506 Rueil Malmaison,
Cedex France
Tel: +33 (0) 141 298200,
Fax: +33 (0) 141 518020
E-mail : www.modicon.com
GE Fanuc Automation
General Electric International Inc.
PO Box 11549
Dubai UAE
Tel: +971 433 10444
Fax: +971 433 10053

Regional Office:
Rockwell Automation Middle East
Emarat Atrium Bloc 2-5,
Sheik Zayed Road,
Dubai, UAE
Tel: +9714 321 1814
Fax: +9714 321 1816
Local Office:
Schneider Qatar Liaison Office,
PO Box 4484,
Doha, Qatar
Tel: +974 432 2710
Fax: +974 442 4358

Local Agent:
Middle East Business Development
P O Box 14172
Doah, Qatar
Tel: +974 4358989
Fax: +974 4600237
Local Office:

Siemens International
Siemens plc.
Sir William Siemens House
Manchester M20 2UR
UK
Tel: +44 (0) 161 446 5277
Fax: +44 (0) 161 446 5262
E-mail : www.siemens.co.uk

SIEMENS W.L.L.
7th Floor, Al-Wakra Tower, Old Salata
Road,
Corniche Area, P.O.Box 21757,
Doha, Qatar
+974 4456 0222
+974 44413652

END OF PART

IA 12/13 C 057 ST
C2/S29/28
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
24.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

PLC/SCADA SYSTEM INTERGRATORS


Reserved for future use

END OF PART

IA 12/13 C 057 ST
C2/S29/29
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
25.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

SCADA SOFTWARE
WONDERWARE In Touch by
WONDERWARE
26561Rancho Parckway South
Lake Forest
CA 92630 U.S.A

Regional Office
Wonderware Middle East
PRECAST FZCO
P.O.Box 54654
Dubai
United Arab Emirates
T:0097142045344

SIMATIC WINCC by SIEMENS


Siemens AG,
Moorenbrunn
Gleiwitzer Str. 555
P.O. Box No. 4848
90475 Nuernberg
GERMANY
Tel.: +49 (911) 895 0
Fax.: +49 (911) 895 3630
URL: http://www.siemens.de

Local Office
SIEMENS WLL
Al Wakara Tower,
Old Salata Roa
P.O. Box 21757, Doha, QATAR
Phone:+974-4560222
Fax.: +974-467 0391

CIMPLICITY by GE FANUC
GE Fanuc Intelligent Platforms
Rt 29 North & Rt 606 PO Box 8106
Charlottesville, VA
Zip Code 22911-8300
U.S.A

Local Office
GE Fanuc Intelligent Platforms
C-Ring Road
GE International Offices
P.O.Box: 24997
Doha ,Qatar

VIJEO-CITECT by Schneider Electric


Schneider Electric Industries SAS
35 Rue Joseph Monier
92506 Rueil Malmaison
France

Local Office
Schneider Electric SA
Al Emadi Business Center
P.O. Box 24795
Doha, Qatar
Tel : +974 432 2710
Fax: +974 442 4358
Email: ae-qatar@ae.schneiderelectric.com

END OF PART

IA 12/13 C 057 ST
C2/S29/30
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
26.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

REMOTE TERMINAL UNITS


Reserved for future use

END OF PART

IA 12/13 C 057 ST
C2/S29/31
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
27.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

DIESEL GENERATORS SET (FIXED AND MOBILE) - ENGINES, ALTERNATORS,


DG SET MANUFACTURERS
Cummins, Cummins Cumberlan Inc
41 North
Evansville, IN, 47711,
USA
Tel: +1 812 867 4402
Fax: +1 812 867 4411
E-mail : www.cummins.com

Local Agent:
Jaidah Motors & Trading Co. Ltd
PO Box 7901,
Doha, Qatar
Tel: +974 4466888
Fax: +974 4414100

Perkins, Perkins Engines Co. Ltd.


Frank Perkins Way,
Peterborough,
PE1 5NA
UK
Tel: + 44 (0) 1733 58 3000
Fax: + 44 (0) 1733 58 2240
E-mail : www.perkins.com

Local Agent:
Al Nisr Machinery W.L.L.
PO Box 2224,
Doha, Qatar
Tel: +974 4652452, Fax: +974 4653064

Volvo, AB Volvo,
SE 40508 Goteborg
Sweden
Tel: + 46 (0) 31 660 000
E-mail : www.volvo.com
Southwest Trading
Products: Deutz Detroit Diesel
2910N. EL Dorado AV
Lake Havasu City , AZ 86403
Tel : (888) 365 9709
Fax : (928)680 4179
E-mail:www.portable-electric-powergenerators.com
Caterpillar
Caterpillar Corporate Headquarters
100 North East Adams Street
Peoria, Illinois USA 61629
1 (309) 675-1000
www.cat.com

IA 12/13 C 057 ST
C2/S29/32
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

Local Agent:
Mohamed Abdulrahman Al-Bahar
PO Box 2171,
Doha, Qatar
Tel: +974 44600222
Fax: +974 44600225
www.albahar.com

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Newage
Newage product:
Markon , Stamford , AVK and SEG
Barnack Road
Stamford, Lincolnshire PE 2NB
Engalnd
Phone: 44 (0) 17 80 48 40 00
Fax: 44 (0) 17 80 48 41 00
E-mail: www.newage.com

END OF PART

IA 12/13 C 057 ST
C2/S29/33
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
28.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

GATE VALVES & NR VALVES


Glenfield Works
Queen Drive,
Kilmarnock Ayrshire,
KA 13 XF
UK
Tel: +44 (0) 1563 52150,
Fax: +44 (0)1563 545604
E-mail: www.glenfield.co.uk

Local Agent:
Al Obeidly & Gulf Eternit Trading Co.,
PO Box 1965,
Doha, Qatar
Tel: +974 4694111, Fax: +974 4694449

VAG Armaturen
Carl Reuther Str 1,
68305 Mannheim,
Postach 31 05 48,
68265 Mannheim
Germany
Tel: +49 (0) 621 749-0,
Fax: +49 (0) 621 749-1845
E-mail : info@vag-armaturen.com
Metalska Industrija Varazdin
(MIV Valves)
Fabijanska 33, 42000 Varazdin,
Croatia
Tel: 00 385 42 240 211
Fax: 00 385 42 242 004
E-mail : www.miv.hr

Local Agent:
Petrofac Qatar,
PO Box 4404,
Doha, Qatar
Tel: +974 447 8800
Fax: +974 447 8811

Local Agent:
Al Raida Engineering & Industrial
Services WLL
P.O. Box: 24875,
Doha, Qatar
Tel: +974 44329001
Fax: +974 44329008
Local Agent:
Field Industrial Supplies WLL.
PO Box 55735 Doha Qatar
Tel: +974 44367839; Fax: +974 44360853

HAWLE Valves
A-4840 Vocklabruck
Wagrainer, Austria
Tel:+(+43)-(7672)-725760
Fax: +(+43)-(7672)-78464

END OF PART

IA 12/13 C 057 ST
C2/S29/34
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
29.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

BUTTERFLY VALVES
Ebro Armaturen
PO Box 1280
D-89502 Heidenheim
Germany
Tel: +49 (0) 7321 3200
Fax: +49 (0) 7321 3204911
E-mail : www.ebro.armaturen.com

Local Agent
SIBTA Projects & Trading
PO Box 22146
Doha, Qatar
Tel: +974 4693079
Fax: +974 4693075

Erhard Valves Limited


PO Box 1280,
D-89502, Heidenheim,
Germany
Tel:+49 (0) 7321 320 0,
Fax: +49 (0) 7321 320525
E-mail : www.erhard.de

Local Agent:
Dutco Tennant Qatar WLL
PO Box 3288,
Doha, Qatar
Tel: +974 44655808, Fax: +974 44657519

TTV Valves Spain


P O BOX 28914 LEGANES
MADRID SPAIN
Tel:+34-916-857-365; Fax

Local Agent:
Field Industrial Supplies WLL.
PO Box 55735 Doha Qatar
Tel: +974 44367839; Fax: +974 44360853

VAG Armaturen
Carl Reuther Str 1,
D-68305 Mannheim,
Postach 31 05 48,
68265 Mannheim
Germany
Tel: +49 (0) 621 749-0,
Fax: +49 (0) 621 749-1845
E-mail : info@vag-armaturen.com

Metalska Industrija Varazdin


(MIV Valves)
Fabijanska 33, 42000 Varazdin,
Croatia
Tel: 00 385 42 240 211
Fax: 00 385 42 242 004
E-mail : www.miv.hr

Local Agent:
Petrofac Qatar,
PO Box 4404,
Doha, Qatar
Tel: +974 447 8800
Fax: +974 447 8811

Local Agent:
Al Raida Engineering & Industrial Services WLL
P.O. Box: 24875,
Doha, Qatar
Tel: +974 44329001
Fax: +974 44329008

IA 12/13 C 057 ST
C2/S29/35
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

KSB SAS
2.1. de Gagnaire-Fonseche
24490 La Roche Chalais
Bordeaux
France
Tel: +33 (5) 5392 4400
Fax: +33 (5) 53924401
KSB-AMVI SA
Poligono Industrial
Villalonquelar
C/del escudo 4
09001 Villalonqueler (Burgos)
Spain
Tel: +34 (947) 298527
Fax: +34 (947) 298298

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Local Agent:
KSB Aktiengesellschaft
(Representative Office)
PO Box 23913,
Doha, Qatar
Tel: +974 44869596
Fax: +974 44863459

END OF PART

IA 12/13 C 057 ST
C2/S29/36
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
30.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

AIR VALVES
Dynamic Fluid Control (Pty) Ltd
(Trading as Vent-O-Mat)
PO Box 5064
Benoni South
1502
South Africa
Tel : +27 11 748-0200
Fax : +27 11 421-2749
email: ventomat@dfc.co.za

Local Agent
Sibta Projects & Trading
Doha, Qatar
Tel: (+974) 469 3079
Fax: (+974) 469 3075
Email: sibtaco@hotmail.com

Local Agent:
Dutco Tennant Qatar WLL
PO Box 3288,
Doha, Qatar
Tel: +974 44655808
Fax: +974 44657519

Erhard Valves Limited,


PO Box 1280,
D-89502, Heidenheim,
Germany
Tel:+49 (0) 7321 320 0,
Fax: +49 (0) 7321 320525
E-mail : www.erhard.de

Following approval is limited to


the TSE applications only :
HAWLE Valves
A-4840 Vocklabruck
Wagrainer, Austria
Tel:+(+43)-(7672)-725760
Fax: +(+43)-(7672)-78464

Local Agent:
Field Industrial Supplies WLL.
PO Box 55735 Doha Qatar
Tel: +974 44367839; Fax: +974 44360853

END OF PART

IA 12/13 C 057 ST
C2/S29/37
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
31.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

PENSTOCKS
Simon Hartley,
Garner Street, Eturia,
Stoke on Trent,
Stafford ST4 7B4,
UK
Tel: + 44 (0) 1782 202300,
Fax: + 44 (0) 1782 260534
Ham barker Hartley,
Garner Street, Eturia,
Stoke on Trent,
Stafford ST4 7B4,
UK
Tel: + 44 (0) 1782 203611
Fax: + 44 (0) 1782 203639

Adams Hydraulics,
George Cayley Drive,
Clifton Moor,
York YO30 4TA,
P.O.Box : 15
UK
Tel: + 44 (0) 1904 695695,
Fax: + 44 (0) 1904 695600

VAG Armaturen,
Carl Reuther Str 1,
68305 Mannheim,
Postach 31 05 48, 68265 Mannheim
Germany
Tel: +49 (621) 749 0
Fax:+49 (621) 749 29 1000
E-mail : info@vag-armaturen.com
Waterman Industries Inc.,
25500 Road 204,
Exeter,
California 93221,
PO Box 458,
USA
Tel: +1 (559) 562 4000, Fax: +1 (559) 562 2277

IA 12/13 C 057 ST
C2/S29/38
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

Local Agent
SIBTA Projects & Trading,
PO Box 22146,
Doha, Qatar
Tel: (+974) 469 3079
Fax: (+974) 469 3075

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

Passavant-Geiger
Business Unit Passavant
Passavant-Roediger-Strasse 1
65326 Aarbergen
Germany
Tel: +49 (0) 612028 2888
Fax: +49 (0) 612028 2119

Local Agent
International Gulf trading Company
P.O. Box: 6572
Doha, Qatar
Tel: +974 44694323
Fax: +974 44694467

KWT Holding BV
Wentelploeg 42
8256 SN, Biddinghuizen
The Netherlands
Tel: +31 (0) 321-335563
Fax: +31 (0) 321-335573
E-mail: info@kwtgroup.nl

Local Agent
Dutco Tennant Qatar WLL
PO Box 3288,
Doha, Qatar
Tel: +974 44655808
Fax: +974 44657519

END OF PART

IA 12/13 C 057 ST
C2/S29/39
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
32.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

VALVES & PENSTOCKS ACTUATORS


Local Agent
Petrotec,
PO Box 16069,
Doha, Qatar
Tel: +974 4419 603,
Fax: +974 4419 604

Rotork Controls Inc.,


19 JET VIEW DRIVE
Rochester NY,
USA 14624
Tel: +1 585 328 1550,
Fax: +1 585 328 5848

Local Agent:
Behzad Trading Enterprises,
PO Box 1129,
Doha, Qatar
Tel: +974 4433 236,
Fax: +974 4433 237

Auma Riestar GmbH,


Werk Mullheim,
PO Box 1362,
79373, Mullheim
Germany
Tel: + 49 (0) 7631 8090,
Fax: + 49 (0) 7631 13218

BERNARD CONTROLS Group - France


4, rue d'Arsonval - B.P. 70091
95505 GONESSE cedex France
Tel: +33 (0)1 34 07 71 00
Fax: +33 (0)1 34 07 71 01
www.bernardcontrols.com
mail@bernardcontrols.com

Local Agent
Jaidah Group
PO Box 150
Doha, Qatar
Phone: +974 4446 6829
Fax: +974 4442 6168

END OF PART

IA 12/13 C 057 ST
C2/S29/40
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
33.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

DEODORISERS & ODOUR CONTROL UNIT SYSTEMS


Chemviron, Chemviron Carbon
Boulevard de la Woluwe, 60 bte 7
B 1200 Brussels, Belgium
Tel: (02) 773 20 11, Fax: (02) 770 93 94
US Filters
RJ Environmental Products,
13 100 Gregg Street, Suite B,
Poway, CA 92064,
USA
Tel: +1 858 486 8500, Fax: +1 858 486 8501
Technium Cardna Industrial
F. Casablancas
24-8240 Manresa,
Spain
Tel: +34 902 443 000, Fax: +34 93 875 7668

Cetriquip Ltd,
Derby Road
Clay Cross
Derbyshire S45 9AG
UK
Tel: +44 (0) 1246 252600, Fax: +44 (0) 1246 252601
M/s Corodex Industries
P.O. Box: 12282, Dubai
United Arab Emirates
Tel: +971 43472900
Fax: +971 43472796
E-mail: info@corodex.com

Local Agent:
Marine Trading & Contracting Co.
PO Box 399,
Doha , Qatar
Tel: +974 4435229, Fax: +974 4434181
Local Agent:
SIBTA Projects & Trading
PO Box 22146, Doha
Tel: +974 4693079, Fax: +974 4693075

Local Agent:
Eastern Trading & Technology Ltd
PO Box 3479, Doha, Qatar
Tel: +974 4421353, Fax: +974 4421323

Local Agent
M/s International Gulf Trading company
P.O. Box: 6572
Doha, Qatar.
Tel: +974 44694340
Fax: +974 44694467
Local Agent
Al Raida Eng & Ind. Services WLL
PO Box 24875
Doha, Qatar
Tel: +974 - 44 329 001
Fax: +974 - 44 329 008
Email: sales@alraida.com

AMTRAD ENVIRONMENTAL
Rue Familleureux
61 7170 BOIS-D'HAINE
BELGIUM
Tel: +32 64 55 63 98
Fax: +32 64 55 63 98

IPEC, Belgium
Graaf Lodewijkplein 5.02
3840 Borgloon(Belgium)
Tel: +32 (0) 12672369
Fax: +32 (0) 12672371

Local Agent
AA Engineering, Services
P.O. Box: 40541
Doha, Qatar
Tel: +974 44600235
Fax: +974 44600237
END OF PART

IA 12/13 C 057 ST
C2/S29/41
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
34.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

SURGE VESSELS ASSEMBLIES


Charlatte,
17, Rue Paul Bert
89 400 Migennes,
France
Tel: (33) 3 86 92 30 00
Fax: (33) 3 86 92 30 01
Massal,
Le Reservoir Massal
BP 117 34302, Agde
France
Tel: +33 (4) 6747911,
Fax: +33 (4) 67210689
Consolidated Surge Engg (CSE) UAE
Al Ghaith Building Suite 801,
Hamdan St.,
PO Box 44540,
Abu Dhabi, UAE
Tel; +971 2 6266626,
Fax: +971 2 7277676

Local Agent:
Omega Technical Services,
PO Box 20844,
Doha, Qatar
Tel: + 974 4622703/5,
Fax:+974 4626014

END OF PART

IA 12/13 C 057 ST
C2/S29/42
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
35.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

LIFTING EQUIPMENTS
Local Agent:
Technical Parts Company WLL,
PO Box 9841,
Doha, Qatar
Tel: +974 44605124
Fax: +974 44604996

KONECRANES
P.O. Box 661
Hyvinkaa,
Finland.
Tel: + 358(0)2042711
Fax: + 358(0)204272099

Local Agent:
Stream Industrial & Engg. WLL
PO Box 22119,
Doha, Qatar
Tel: +974 4836915,
Fax: +974 4837138

Demag
Demag Cranes & Components,
Beaumont Road,
Banbury,
Oxon OX 16 1QZ, UK
Tel: +44 (0) 1295 676100,
Fax: +44 (0) 1295 271408
Street Crane Company Limited
Chapel-En-Le-Frith
High Peak,
SK23 OPH
United Kingdom
Phone: +44(0) 1298812456
Fax: +44(0) 1298814945

Local Agent:
Eastern Trading & Technology Ltd.
PO Box: 3479, Doha, Qatar
Tel: (+974) 4421353
Fax: (+974) 4421323

Abus Kransysteme GmbH


P.O. Box: 100162 51601
Gummersbach,
Germany
Phone: +49 2261-370
Fax: +49 2261-37247

Local Agent:
Engineering Fluid Solutions,
Doha, Qatar
Tel: +974-4427 6076
Fax: +974-4437 6226
www.efsqatar.com

END OF PART

IA 12/13 C 057 ST
C2/S29/43
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
36.

PROJECT SPECIFICATION
SECTION 29: APPROVED SUPPLIERS

SCREENS
The Longwood Engineering Company Ltd
Parkwood Mills
Longwood
Huddersfield
West Yorkshire
HD3 4TP
UK
Tel: + 44 (0) 1484 642 011
Fax: + 44 (0) 1484 642 936
Brackett Green Ltd
Severalls Lane
Colchester
Essex
CO4 4 PD
UK
Tel: +44 (0) 1206 756 600
Fax: +44 (0) 1206 756 501
Huber Technology
Huber Technology units C & D Brunel Park
Bumper Farm Industrial Estate
Chippenham
Wiltshire
SN14 6 NQ
UK
Tel +44 (0) 1249 765 000
Fax +44 (0) 1249 449 076
Passavant-Geiger
Business Unit
Passavant-Roediger-Strasse 1
65326 Aarbergen
Germany
Tel: +49 (0) 612028 2888
Fax: +49 (0) 612028 2119

Local Agent
International Gulf trading
P.O. Box : 6572
Doha, Qatar
Tel: +974 44694323
Fax: +974 44694467

END OF PART

IA 12/13 C 057 ST
C2/S29/44
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM
CONTENTS
Page

1.

GENERAL REQUIREMENTS ..................................................................................... 1

1.1

Scope .......................................................................................................................... 1

1.2.

References Standards ................................................................................................ 1

1.3

System Responsibility ................................................................................................. 1

1.4

Submittals ................................................................................................................... 2

1.5

Quality Standards ........................................................................................................ 4

1.6

Manuafacturers Experience ........................................................................................ 4

1.7

Factory Inspection ....................................................................................................... 5

1.8

Factory Test and Test Certificates ............................................................................. 5

1.9

Shipment, Storage, and Handling ............................................................................... 5

1.10

Guarantee ................................................................................................................... 5

1.11

Approved Manufacturers ............................................................................................. 6

1.12

Approved Installation Subcontractors ......................................................................... 6

1.13

Spare Parts and Tools ................................................................................................ 6

1.14

Software ...................................................................................................................... 6

1.15

Site Conditions ............................................................................................................ 7

2.

DESIGN ...................................................................................................................... 7

2.1

Hardware Design ........................................................................................................ 7

2.2

Software Design .......................................................................................................... 9

2.3

System Design ............................................................................................................ 9

3.

PRODUCTS .............................................................................................................. 11

3.1

Materials .................................................................................................................... 11

3.2

Structural Steel Fabrications ..................................................................................... 11

3.3

Mountings .................................................................................................................. 11

3.4

Equipment Identification ............................................................................................ 12

3.5

Electronic Equipment ................................................................................................ 12

3.6

Equipment Operating Conditions .............................................................................. 12

3.7

Painting and Protective coatings ............................................................................... 12

3.8

Electrical .................................................................................................................... 13

4.

DATA COMMUNICATIONS LINKS .......................................................................... 13

4.1

Communication Standards ........................................................................................ 13

IA 12/13 C 057 ST
C2/S31/Contents(i)
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

5.

FACTORY INSPECTION AND TESTING................................................................. 13

5.1

General ..................................................................................................................... 13

5.2

Test Plan ................................................................................................................... 14

6.

INSTALLATION ........................................................................................................ 14

6.1

Tools ......................................................................................................................... 14

6.2

Site Inspection and Testing ....................................................................................... 14

6.3

Installation and Supervision ...................................................................................... 15

6.4

Instruction and Training of the Owners Personnel ................................................... 15

IA 12/13 C 057 ST
C2/S31/Contents(ii)
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

PART 1

GENERAL REQUIREMENTS

1.1

SCOPE

This document specifies the requirements for supplying ITS equipment signalling
hardware for freeway applications. This includes equipment hardware and software,
communications, power, foundations and support structures. The Contractor shall
provide design, manufacturing testing, packaging, transport, storage, delivery,
installation, commissioning, handover and maintenance services.

The specific equipment specified in this document includes;


a)

Lane and Speed Control Equipment;

b)

VMS;

c)

Telephones;

d)

CCTV Cameras (fixed and PTZ);

e)

Detectors.

f)

Comms equipment;

g)

Cabinets;

h)

Cabling;

i)

Ducting.

j)

Weigh in Motion (WIM) Equipment

k)

Over Height Vehicle Detection (OHVD) Equipment

1.2

REFERENCES STANDARDS

The following general standards apply

BS EN 12966-1,2,3:2005 Road vertical signs Variable message traffic signs


BS EN 60255-22-5 Surge protection
BS EN 61000-6 Electromagnetic Compatibility
BS EN ISO 9000-3 Recommendation for achievement of quality in software
BS ISO/IEC 6592 Documentation of computer based systems
BS ISO/IEC 9075 Structured Query Language (SQL)

Specific Standards for ITS equipment will be developed following the publication of
the Qatar ITS Master Plan. Any reference to the Qatar ITS Master Plan in this
document shall also refer to supporting documentation, standards and specifications
that are generated by the Qatar ITS Master Plan. If the Qatar ITS Master Plan or its
supporting documentation is not available, the ITS Concept Design shall apply. The
Qatar ITS Master Plan shall take precedence over other requirements.

1.3

SYSTEM RESPONSIBILITY

This specification does not provide the requirements for the Control System or the
Control Centre, other than to identify that interfaces are required.

IA 12/13 C 057 ST
C2/S31/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

1.4

SUBMITTALS

Items shall be identified by tag number, description, function, manufacturer, model


number, descriptive literature and statement as to whether items is as specified or
equivalent.

Drawings shall be provided before proceeding with any manufacturing, Drawings


shall be submitted for approval in complete bound sets indexed by specification
number. The items being submitted shall be described. Manufacturer's specification
or data sheets shall be clearly marked to delineate the options or styles to be
furnished. Only complete systems/equipment shall be provided, not pieces of
equipment from various systems. Drawings shall show dimensions, physical
configurations, loop diagrams and cable termination schedules;

Fabrication drawings shall show nameplate legends, control panel internal wiring
and piping schematic drawings. All equipment and tag numbers shall be shown on
all panels

Within 90 days from the start of the contract, an "Equipment Specification Data" form
shall be submitted for each item of equipment which shall summarise the equipment
features for reordering an exact duplicate of the original item from the manufacturer
at some future date.

Operation and Maintenance Manuals and Instructions shall be provided;

a)

Two (2) copies of manuals shall be delivered 60 days before commencing


the Site Acceptance Tests. After installation is complete, manuals shall be
updated to reflect any changes which occurred during installation and the
remaining three copies of manuals shall be delivered to the Engineer
immediately after the Site Acceptance Test. The manuals shall be in English.

b)

Manuals shall be contract specific and shall be fully indexed and sectioned,
for allocation and distribution to the specialist staff involved on the particular
plant and equipment.

c)

Where several sub-contractors and manufacturers have supplied equipment


the Contractor shall, if required by the Engineer, provide a complete
integrated manual, which clearly demonstrates the inter-relation of the
equipment.

d)

Manuals shall be provided in durable hard cover backed A4 sized loose-leaf


four ring binders. Lever arch binders are not acceptable. The full project title
shall appear on the cover and spine.

e)

Manuals shall enable the client to safely operate and maintain all parts of the
works.

f)

Original copies of leaflets and instructions provided by the specialist


manufacturers shall be provided. Superfluous information shall be clearly
deleted and relevant information referred to separately in the text.

g)

All instructions and manuals shall be written in accordance with BS 4884,


IEC 278, and in accordance with other recognised guidelines on technical
manual writing.

IA 12/13 C 057 ST
C2/S31/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
h)

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

Manuals shall include not less than the following information:


(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
(ix)
(x)
(xi)

general, introduction and overall description, purpose, functions,


simplified theory of operations, etc
specifications (including equipment specification data sheet as
described above);
installation procedures, commissioning and operational procedures
and precautions;
shut down procedures;
maintenance, calibration, and troubleshooting instructions;
schematic and wiring diagrams or flow charts;
detailed functional description;
parts list and spare parts recommendations;
material, test and calibration certificates;
copies of final approved equipment specification data forms;
drawings and pictorials shall be used to illustrate the text to the extent
necessary to ensure a clear, concise presentation. If manuals have
been written to cover a family of similar instruments or equipment;

i)

Operational descriptions shall identify the functions and their relation to the
other system elements.

j)

Binding shall be in a cover that indicates the system name, manufacturer's


name, local address and telephone number, and year of purchase.

The Contractor shall ensure that the structure of the operation and maintenance
manual are agreed with the Engineer.

Record Drawings shall include complete schematics, wiring diagrams and


installation drawings to include all installed conduit and piping/tubing runs and
routing, tray systems, supports and mounting details. Point to point diagrams shall
include cable, wire, tube and termination numbers to the satisfaction of the
Engineer. The Contractor shall provide the Owner with 3 prints of each on thick
paper. All drawings shall be prepared on a CAD system and printed on ISO standard
sized paper A3 unless specifically requested otherwise. One set of drawings shall
also be submitted in Windows based AutoCAD System software version and storage
media shall be as approved by the Engineer. Each drawing shall be marked with the
Owners, Consultants, Contractors and manufacturers names and references,
drawing number, title, scales, date of completion and a full description and date of all
amendments, and shall be certified as-built. The project title shall be included in a
box at the bottom right hand corner of each drawing.

The Contractor shall submit a report certifying that the equipment:

a)

has been properly installed under his supervision;

b)

is in accurate calibration;

c)

has been placed in operation in his presence;

d)

has been checked, inspected, calibrated and adjusted as necessary;

e)

has been operated under maximum power variation conditions and operated

IA 12/13 C 057 ST
C2/S31/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

satisfactorily;
f)

is fully covered under the terms of the guarantee.

The report shall indicate calculated system tolerances, data verifying that the system
meets these tolerances, and any provisional settings made to devices. Data sheets
shall be similar to those used for Calibration.

10

Factory Acceptance Test (FAT) and Site Acceptance Test (SAT) specifications shall
be submitted for approval at least 30 days prior to the test demonstration. These
shall include a written plan for demonstrating that the ITS equipment meets the
specified operational requirements. The plan shall include procedures to be used in
final operation testing of entire systems including a description for each system of
test methods and materials, testing instruments and recorders, a list of the
equipment involved with the functional parameters to be recorded on each item, and
shop drawings of required temporary by-passes and like facilities.

11

1.5

Three copies of a Final Acceptance Report shall be submitted, including certified


test results and records.
QUALITY STANDARDS

All hardware and software proposed shall have been successfully proven in a similar
application for a period of at least three years, and be from established and
reputable suppliers. A single hardware vendor for each functional component of the
system shall be used exclusively on a given site. If this is not possible full
compatibility shall be demonstrated.

Upgrades and improvements to the manufacturers standard system that are


released before the expiration of the warranty period shall be supplied, installed and
commissioned at no additional cost. These shall include all hardware and software
necessary to implement the upgrade.

All equipment shall be suitable for installation and continuous services in the climatic
conditions prevailing in Qatar.

All electrical equipment and materials, including their installation, shall conform to
the standards specified for each item of equipment, unless specified otherwise in
this Section.

All equipment of a similar type shall be supplied from a single manufacturer to


ensure common spares, operation and maintenance procedures.

1.6

MANUFACTURERS EXPERIENCE

The ITS equipment supplier shall be an approved systems integrator, and an


installer of roadside equipment. The ITS equipment supplier shall have a minimum
of 5 years documented experience in providing ITS equipment on a single system
responsibility basis. The ITS equipment supplier shall be fully responsible for the
technical supervision of the installation to ensure that it is proper in all respects.

IA 12/13 C 057 ST
C2/S31/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

1.7

FACTORY INSPECTION

The Engineer or his representative may inspect fabricated equipment at the factory.
The Engineer shall be notified at least 30 days prior to shipment, so that factory
inspection can be arranged. Factory inspection shall be made only after the
manufacturer has performed satisfactory checks, adjustments, tests and operations.
Tests shall be made using simulated inputs and output loads. Approval of equipment
at the factory only allows the manufacturer to ship the equipment to the site, and
does not constitute final acceptance by the Engineer.

The Engineer reserves the right to inspect the ITS equipment at the factory. The
Engineer will indicate on return of the approved submittal, each item requiring
factory inspection.

1.8

FACTORY TESTS AND TEST CERTIFICATES

Factory Acceptance Test (FAT) tests shall be carried out to certify conformity to
specifications.

FAT procedures shall be submitted to the Engineer for approval. FAT based on the
approved test procedure shall be witnessed by the Engineer or his authorized
representative at the expense of the Contractor.

If after examining or testing any equipment, the Engineer, or his representative, shall
decide that such equipment or any part thereof is defective or, not in accordance
with the specification, he may reject the said equipment or part thereof. He shall
notify the Contractor in writing within 7 calendar days of the rejection, stating the
grounds on which the rejection is based.

1.9

SHIPMENT, STORAGE, AND HANDLING

The Contractor shall arrange for the delivery to Site, off loading, temporary storage
in a suitable environment.

The Contractor shall box, crate, or otherwise enclose and protect equipment during
shipment, handling, and storage. All equipment shall be kept dry and covered from
exposure to weather, moisture, corrosive liquids, and gases or any element which
could degrade the equipment.

The Contractor shall protect painted surfaces against impact, abrasion,


discoloration, and other damage and shall repair any damage or replace defective
equipment, as directed and approved by the Engineer.

1.10

GUARANTEE

The Contractor shall provide a guarantee during the maintenance period for all the
equipment in accordance with the General Conditions of the Contract.

Equipment warranty shall cover defects in materials or workmanship for 400 days
from date of satisfactory completion of Site performance test and issue of Practical
Completion Certificate.

IA 12/13 C 057 ST
C2/S31/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
3

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

Individual warranties by component manufacturer in lieu of single source


responsibility shall not be acceptable.

Items that fail during the warranty period, excluding expendable items, shall be
replaced without cost to the Owner.

1.11

APPROVED MANUFACTURERS

The ITS equipment shall be provided by approved, prequalified system


manufacturers and suppliers designated in the Project Specification.

1.12

APPROVED INSTALLATION SUBCONTRACTORS

The Installation Subcontractor shall be approved, prequalified and designated in the


Project Specification.

1.13

SPARE PARTS AND TOOLS

The Contractor shall provide the Engineer with an itemised list in a letter of
transmittal accompanying each shipment.

The Contractor shall provide special tools and accessories for maintaining
equipment requiring periodic repair and adjustment. Special lifting and handling
devices for equipment requiring such devices shall also be provided.

Maintenance Materials and Spare Parts shall be provided by the Contractor in


manufacturer's original containers, labelled to completely describe contents and
equipment for which it is furnished.

Spare parts shall be sufficient for 2 years of normal service from completion of the
maintenance period, and shall include, as a minimum, the following basic items:

a)

five (5) percent but not less than one (1) minimum of each type of plug-in
unit, etched or printed circuit board assembly;

b)

ten (10) percent but not less than one (1) of each type relay and timer used;

c)

ten (10) percent but not less than one (1) of each type switch used;

d)

twenty (20) percent but not less than ten (10) of each type light bulb and fuse
used;

e)

2 years supply of expendable items, diskettes, toner cartridges etc.

1.14

SOFTWARE

The ITS equipment supply contractor shall be responsible for obtaining all software
user licences for development and runtime systems as necessary. Application
software written specifically for the Owner under this contract shall remain the
property of the Owner and shall not be disclosed, copied or distributed at any time to
a third party without the Owners explicit written consent.

IA 12/13 C 057 ST
C2/S31/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

1.15

SITE CONDITIONS

The equipment shall be installed in an environment having a temperature range of 0


C to +60 C and a maximum relative humidity of 100 % (non- condensing). The
Contractor shall use, where required, fans, heaters, and air conditioning units to
maintain a correct working temperature for the equipment. All Parts of the equipment
shall be constructed of materials or treated to prevent the formation of mould, fungus
or any corrosion over the temperature and relative humidity ranges specified.

The equipment shall be adequately protected against interference from the use of
the radio transmitters, at any point external to the equipment housings, and no
malfunction of the equipment shall result from this cause. Responsibility for the
correct and reliable operation of the equipment shall rest with the Contractor, who
must ensure that the equipment is adequately protected against the ingress of
radiated, mains-borne signal-borne interference.

The Contractor shall ensure that the computer, instrumentation and communications
equipment conforms to BS EN 50081-1 for noise emissions.

The Contractor shall make applications to Qatar Telecom (Q-TEL) for provision of
communications and Qatar General Electricity & Water Corporation (QGEWC) for
power supply services. Applications shall be made in time to ensure services are
available for installation and commissioning of the telemetry equipment.

The Contractor shall check with other trades to ensure equipment and material can
be installed in space provided. The Contractor shall provide other trades with
information necessary for them to execute their work. The Contractor shall
coordinate with other trades to ensure work can be installed as indicated.

DESIGN

2.1

HARDWARE DESIGN

The general hardware design requirements that shall apply to all ITS equipment are;
a)

Hardware shall be designed to meet the mechanical, electrical, structural,


visual and environmental requirements identified in this document.

b)

Mounting arrangements shall be designed to ensure that the ITS equipment


is secured, adjustable and readily maintainable, subject to approval by The
Engineer.

c)

Connectors shall be designed to provide power and communications without


compromising water and dust ingress performance.

d)

Foundation and support structures shall be designed by The Contractor to


meet all of the loading conditions appropriate for individual sites and shall be
approved by The Engineer.

e)

Communications interfaces for all ITS equipment shall be designed to be


consistent with the Qatar ITS Master Plan and to take advantage of the
specific communications services available at the location where the
equipment is to be sited. This shall be subject to approval by The Engineer.

IA 12/13 C 057 ST
C2/S31/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
f)

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

Comprehensive diagnostics and automatic self testing and reporting shall be


provided for all electronic ITS equipment (i.e. not cables, cabinets and
ducts).

Lane and speed control equipment hardware design requirements are;


a)

Lane and speed control equipment shall conform to BS EN 12966-1.

b)

The lane and speed control equipment shall display symbols, characters and
pictograms to motorists to indicate warnings, restrictions, instructions and
advice.

c)

The Contractor shall identify the variants of lane and speed control
equipment (e.g. gantry-mounted, post-mounted) that are necessary to meet
the requirements of the system design. This shall be approved by The
Engineer. The number of variants shall be minimised to reduce ongoing
maintenance costs and shall be consistent with the Qatar ITS Master Plan.

d)

The size and light output performance of the lane and speed control
equipment display shall be consistent with BS EN 12966-1. The lane and
speed control equipment shall be appropriate for displaying symbols and
figures identified by the Qatar ITS Master Plan and shall be subject to
approval by The Engineer.

The hardware design requirements that apply to VMS are;


a)

VMS equipment shall conform to BS EN 12966-1.

b)

VMS equipment shall display text, symbols, characters and pictograms to


motorists to indicate warnings, restrictions, instructions and advice.

c)

The Contractor shall identify the variants of VMS equipment (e.g.


gantry-mounted, post-mounted, large, small) that are necessary to meet
the requirements of the system design. This shall be approved by The
Engineer. The number of variants shall be minimised to reduce ongoing
maintenance costs and shall be consistent with the Qatar ITS Master Plan.

d)

The size and light output performance of the VMS equipment display shall be
consistent with BS EN 12966-1. VMS shall be appropriate for displaying text
(dual langauge) and pictograms of the required character size identified by
the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

The hardware design requirements for Emergency Roadside Telephones (ERTs)


are;
a)

ERTs shall have a display for user prompting, volume control and non-voice
communication;

b)

ERT variants shall be configurable for multiple connection arrangements


(PSTN, mobile, IP/fibre);

c)

The design and mounting arrangements shall be approved by The Engineer


and shall allow for disabled users;

d)

Shall employ renewable energy sources to avoid the need for external power
supplies.

IA 12/13 C 057 ST
C2/S31/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
5

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

The CCTV Camera hardware design requirements are;


a)

Two generic types of CCTV camera shall be supplied; fixed and pan, tilt,
zoom (PTZ). PTZ cameras shall have a control interface that enable operator
control over the image capture.

b)

Other variants shall be provided as required by the Qatar ITS Master Plan.

c)

The performance of the CCTV cameras shall be consistent with the


requirements of the Qatar ITS Master Plan and shall be subject to approval
by The Engineer.
CCTV cameras shall provide images for control room staff and operational
systems for traffic surveillance, incident detection and incident management.

d)

Detectors shall be provided in two generic forms as identified in the Qatar ITS
Master Plan. They shall be either inductive loop or Above Ground Detectors (AGD).
They shall be used to detect speed, occupancy and flow.

Comms equipment (e.g. hubs, routers, switches) shall be provided at the roadside to
meet the needs of the communications system, which shall be consistent with the
Qatar ITS Master Plan.

Cabinets shall be provided to house all roadside equipment. This shall include
communications equipment, connection boxes, power isolation and protection
equipment and cable jointing.

A cabling system shall be provided as described in the Qatar ITS Master Plan. This
shall include longitudinal cable and cross carriageway links.

10

The cabling system shall be installed in a ducted network as described in the Qatar
ITS Master Plan. The ducting network shall be designed to meet current and future
needs as approved by The Engineer.

11

Weigh In Motion (WIM) equipment (e.g. detectors, signs, poles, controllers, wiring)
shall be provided at the roadside to weigh vehicles and inform drivers, consistent
with the Qatar ITS Master Plan.

12

Over Height Vehicle Detection (OHVD) equipment (e.g. detectors, signs, poles,
controllers, wiring) shall be provided at the roadside to measure vehicle heights and
inform drivers, consistent with the Qatar ITS Master Plan.

2.2

SOFTWARE DESIGN

Software shall be designed to meet the functional, operational and control


performance requirements of the ITS control equipment. The specific display shall
be controlled by the central control system. The ITS equipment shall ensure that it
only displays what the control system has instructed it to display. Faults shall be
reported automatically and the ITS equipment shall respond to status requests from
the central control system as indicated in the Qatar ITS Master Plan.

2.3

SYSTEM DESIGN

The general system design requirements that apply to all ITS equipment are;

IA 12/13 C 057 ST
C2/S31/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

a)

The ITS communications system shall be designed to be consistent with the


Qatar ITS Master Plan and to take into account availability of
communications infrastructure, the overall ITS system architecture,
operational requirements, maintenance and access arrangements, service
provision costs and the approval of The Engineer.

b)

The ITS equipment shall be sited to take account of highway type (speed,
number of lanes), traffic levels, upstream and downstream merge/diverge
arrangements, nearby structures (i.e. avoiding masking), quantity of
information provision (i.e. avoiding information overload), maintenance
access constraints and availability of power and communications services.

c)

The ITS equipment will be controlled from a control system as identified in


the Qatar ITS Master Plan. The ITS equipment shall be fully integrated with
the control system as approved by The Engineer.

d)

The ITS equipment shall be configurable for specific site situations.


Configuration shall be achievable on site without significant manual
intervention. Configuration data shall not be lost during power failure
situations. The arrangements that are employed to achieve configuration
shall be subject to approval by The Engineer.

e)

Power supply arrangements shall be designed to meet safety and regulatory


requirements. Local power distribution shall be designed in accordance with
the Qatar ITS Master Plan. Cable sizes shall be selected by the Contractor to
ensure that voltage regulation does not exceed equipment requirements.
Isolation, earthing and protection arrangements shall be designed by the
Contractor and approved by The Engineer.

f)
g)

The Contractor shall integrate the ITS system elements together.


Common system components shall be used wherever possible, consistent
with the Qatar ITS Master Plan. This applies, for example, to equipment
cabinets, connectors, cabling, interfaces and power supply.

Lane and Speed Control Equipment mounting arrangements, variant selection and
configuration shall be designed according to location, siting and information
provision criteria identified in the Qatar ITS Master Plan and shall be subject to
approval by The Engineer.

VMS mounting arrangements, variant selection and configuration shall be designed


according to location, siting and information provision criteria identified in the Qatar
ITS Master Plan and shall be subject to approval by The Engineer.

ERT mounting arrangements, variant selection and configuration (connection


arrangments) shall be designed according to location criteria identified in the Qatar
ITS Master Plan and shall be subject to approval by The Engineer.

CCTV Camera mounting arrangements and variant selection shall be in accordance


with criteria identified in the Qatar ITS Master Plan and shall be subject to approval
by The Engineer.

Detector locations, variant selection and configuration shall be designed according


to location and information provision criteria identified in the Qatar ITS Master Plan
and shall be subject to approval by The Engineer.

IA 12/13 C 057 ST
C2/S31/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

Comms equipment mounting arrangements, variant selection and configuration shall


be designed according to location, siting and information provision criteria identified
in the Qatar ITS Master Plan and shall be subject to approval by The Engineer.

Cabinet variant selection shall be consistent with location and equipment housing
criteria identified in the Qatar ITS Master Plan and shall be subject to approval by
The Engineer.

Cabling (power and comms) shall be designed to reduce losses, maintain electrical
power supply and ensure comms services are maintained according to criteria
identified in the Qatar ITS Master Plan and shall be subject to approval by The
Engineer.

10

Cabling (power and comms) shall be designed to reduce losses, maintain electrical
power supply and ensure comms services are maintained according to criteria
identified in the Qatar ITS Master Plan and shall be subject to approval by The
Engineer.

11

Ducting shall be designed according to the ITS Master Plan. This shall include
longitudinal and transverse (cross carriageway) ducting.

3.

PRODUCTS

3.1

MATERIALS

The Contractor shall provide equipment and materials suitable for service conditions
and meeting the appropriate British Standards. All equipment supplied by the
Contractor of the same type shall be by the same manufacturer. This allows the
stocking of the minimum number of spare parts.

3.2

STRUCTURAL STEEL FABRICATIONS

The Contractor shall design all fabrications for dynamic and vibratory loading.
Design calculations showing adequate structural integrity for the intended purpose
shall be submitted for approval by The Engineer.

3.3

MOUNTINGS

The Contractor shall mount and install equipment as indicated in the Project
Specification and as confirmed through design.

Equipment mounting shall be designed to be suitable to provide easy access. All


such equipment shall be weather and splash proof, and electrical equipment shall be
in IP 66 enclosures.

The equipment shall be guaranteed suitable for operation under the climatic
conditions specified in this specification;

a.

such that routine and occasional maintenance throughout its life shall be a
practical minimum, compatible with the preservation of maximum reliability;

b.

to withstand the electrical, mechanical, thermal and atmospheric stresses to


which it may be subjected under operational conditions, without deterioration

IA 12/13 C 057 ST
C2/S31/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

or failure;
c.

constructed to the highest available standards of manufacture, reliability,


accuracy and repeatability;

d.

to ensure that the degree of protection for equipment enclosures shall be in


accordance with BS EN 12966-1.

3.4

EQUIPMENT IDENTIFICATION

All equipment items or systems specified in the Project Specification shall be


identified by system and tag numbers. This same number shall appear in the tag
number designations on the Drawings and on the schedules of the Project
Specification. Tags shall be black lamacoid with engraved white characters of 5 mm
minimum height. Tags shall be attached to equipment with a commercial tag holder
using a stainless steel band with a worm screw clamping device or by a holder
fabricated with standard hose clamps and meeting the same description. In some
cases where this would be impractical, use 0.5 mm2 stainless steel wires. For field
panels or large equipment cases use stainless steel screws, however, such
permanent attachment shall not be on an ordinarily replaceable part. In all cases the
tag shall be plainly visible to a standing observer. In addition to tags, field mounted
control stations, recorders or indicators shall have a nameplate indicating their
function and the variable controlled or displayed. Nameplate shall be attached by
one of the above methods.

3.5

ELECTRONIC EQUIPMENT

Components for construction shall be selected for their performance and reliability.
Adequate component derating shall be used to preclude failures because of
transients and momentary overloads reasonably expected in normal operation. Shall
not rely on forced cooling unless the use of the cooling system can be increases the
availability of the equipment to the satisfaction of The Engineer. Protection shall be
provided for all relevant circuits and equipment against the effects of lightning and
other induced voltages.

3.6

EQUIPMENT OPERATING CONDITIONS

All equipment shall be rated for normal operating performance with varying
operating conditions over the following minimum ranges;
a.

electrical; 110 V a.c. 5 %, 50 Hz 1 Hz except where specifically stated


otherwise on the drawings or in the specifications;

b.

environment; All the ITS equipment supplied shall be suitable for operation in
the tropical climate prevalent in Qatar. All ITS equipment shall be designed
and constructed to operate satisfactorily and without any deleterious effect
for prolonged and continuous periods.

3.7

PAINTING AND PROTECTIVE COATINGS

1.

The ITS equipment contractor shall provide factory paint for all instruments and
equipment except where in pipelines. Provide paint as required for structural
supports, brackets, etc.

IA 12/13 C 057 ST
C2/S31/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

3.8

ELECTRICAL

The Contractor shall provide all the power supply wiring, interconnecting wiring and
equipment grounding as indicated, specified and required.

Wiring installations shall include cables, conductors, terminals connectors, wire


markers, conduits, conduit fittings, supports, hardware and all other required
materials not specifically included elsewhere.

The Contractor shall provide the materials and complete all the required installations
for equipment grounding as specified in Section 21 of these Specifications indicated
on the Electrical Drawings or necessary to complete the Work.

The Contractor shall provide wire number tags marked in indelible waterproof form
of slip-on type or equal for each termination. Provide preinsulated crimp-on
connectors for wire terminations and splices. Use ratchet type crimping tool which
does not release until proper crimp pressure has been applied.

4.

DATA COMMUNICATIONS LINKS

4.1

COMMUNICATION STANDARDS

Data communications shall be consistent with the Qatar ITS Master Plan and are
expected to include;
a.

Leased lines or PSTN;

b.

Private Mobile Radio (e.g. TETRA);

c.

Mobile services (e.g. for temporary/backup facilities);

d.

Fibre Optic Network (provided as part of the highway infrastructure).

5.

FACTORY INSPECTION AND TESTING

5.1

GENERAL

The Contractor shall advise the Engineer the date on which the equipment is
available for factory inspection and tests. No equipment shall be shipped to Site
without written permission of the Engineer.

Before dispatch from a manufacturer, each item of equipment, software and its
components shall be tested in accordance with the relevant specification or code
issued by the British Standards Institution or similar internationally recognised
standards authority. In the absence of such a specification or code, these tests shall
be performed in a manner subject to the approval of the Engineer, and may be
witnessed and approved by the Engineer or his representative.

The equipment will be generally inspected by the Engineer or his representative, to


ascertain compliance with the functional design specification, satisfactory finish and
workmanship, and relevant functional tests shall be carried out with simulated
inputs/outputs as necessary.

IA 12/13 C 057 ST
C2/S31/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
4

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

If simulated inputs/outputs are necessary then the simulation equipment shall be


provided by the Contractor as Part of the Works unless otherwise agreed.

Subject to the Engineer agreement, the works system tests shall take place
according to the program detailed by the Contractor.

Any surface coating applied prior to the initial inspection of equipment shall be
considered sufficient reason for its rejection. Where any attempt to conceal defects
is discovered the works may be rejected.

5.2

TEST PLAN

A test plan shall be produced for the Engineers approval, by the Contractor, for the
factory and site acceptance tests. The plan shall indicate a logical step by step
schedule comprising step, action and reaction

All hardware including spares shall be required to pass an agreed preliminary


hardware performance test to ensure known hardware operability before software
testing begins.

Functional testing using the system software shall be comprehensive. Simulation of


the inputs and responses from equipment operation shall be as realistic as possible.

The means of fault detection and diagnostics provided by the system software shall
be validated.

The Engineer shall have the option not to attend these tests and to instruct the
Contractor to carry them out on a Self Certification basis.

Three copies of all manufacturers tests certificates, log sheets, performance curves,
etc. relating to the tests at manufacturers works shall be provided for the Engineers
approval prior to system installation and commissioning.

6.

INSTALLATION

6.1

TOOLS

The Contractor shall supply all tools, gauges and other electronic and calibration
tools required for the efficient installation, commissioning and operation of the
equipment.

6.2

SITE INSPECTION AND TESTING

The Engineer shall have the option to attend the inspections and tests. The
Contractor shall notify the Engineer in writing 48 hours before commencing tests.

A Site Acceptance Test (SAT) shall be conducted as part of the equipment


validation and shall include all equipment and software within the Contractors scope
of supply. This test shall be conducted after the above equipment has been installed
at the Site and the Contractor is satisfied of the correctness of the installation and of
the operation of the equipment.

IA 12/13 C 057 ST
C2/S31/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2
3

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

The following particular tests shall be performed for active equipment;

a)

communication test;

b)

hardware test;

c)

functionality test.

The Contractor shall prepare a test report following the SAT.

The Contractor shall provide staff to work in conjunction with the Owner to ensure
the satisfactory operation of all equipment in the system and to assist the Owner to
adjust configuration data.

The criteria for takeover of the system shall be

a)

submission by the Contractor and approval of all documentation, including


as-built drawings, and software design and support documentation

b)

the lodging of source codes in a place of secure safe-keeping and storage


with a third Party

c)

issuing of all relevant test certificates

d)

successful completion of the SAT

e)

system commissioning and issue of Final System Test Certificate by the


Contractor.

Following satisfactory completion of the above, The Engineer will issue the
necessary system takeover certificate.

6.3

INSTALLATION AND SUPERVISION

The Contractor shall provide suitably trained and experienced personnel to:
a)

complete the installation in accordance with the manufacturers instruction


manual

b)

inspect, check, adjust as necessary, and prepare the equipment for system
validation

c)

configure the equipment in accordance with the specifications herein, until all
defects are corrected and the installation and operation are acceptable.

6.4

INSTRUCTION AND TRAINING OF THE OWNER'S PERSONNEL

Training shall be conducted by personnel employed by the Contractor, familiar with


the system supplied, experienced and trained in developing and implementing
instructional courses.

The Contractor shall submit information on the training program for approval by The
Engineer prior to shipment of the equipment. This submittal shall include a course
outline, time required, course schedule, sample workbook and instructor qualification
information for each level.

IA 12/13 C 057 ST
C2/S31/15
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C PART 2

PROJECT SPECIFICATION
SECTION 31: INTELLIGENT TRANSPORTATION SYSTEM

The Contractor make a workbook on each course available to every person taking
the courses listed herein. The workbook shall be of sufficient detail so at a later date
a trainee could review in detail the major topics of the course.

The training times shall be scheduled by Owner in advance so as not to disrupt


Owners ability to operate the equipment.

Specialised training shall be provided for a minimum of three of the Owners


personnel in the operation and maintenance of the system at the manufacturers
facility or in Qatar, as specified in the Project Specification. The training programme
shall be divided into two segments and each shall consist of at least five, eight hour
working days.

The maintenance training programme shall be developed for personnel that have
electronics maintenance and repair experience and a general knowledge of
computer systems, but shall not assume any familiarity with the specific hardware
furnished. As a minimum, the following subjects shall be covered:
a)

system architecture and layout;

b)

hardware components;

c)

configuration;

d)

interfaces;

e)

power supplies;

f)

data connections;

g)

troubleshooting;

h)

disassembly;

i)

cleaning;

j)

component replacement;

k)

reassembling.

IA 12/13 C 057 ST
C2/S31/16
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

February 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES
SECTION 32/40
BRIDGE EXPANSION JOINTS

PART 1

GENERAL

Bridge deck expansion joints, and sealing gaps in bridges and structures shall be as
described in drawings respectively and shall comply with the requirements of this
Part and to EXW-GENL-0000-PE-KBR-IP-00009 Design Criteria for Highway
Structures.

Only bridge deck expansion joints which are in accordance with the requirements of
BD 33/94 and acceptable to the Engineer shall be incorporated into the Works.

Storage and installation of joints, jointing materials, sealants and other associated
items shall be in accordance with the manufacturers recommendations.

The same joint system, seal or sealant shall continue across the full width of the
deck including footway, verge, hard strip, hard shoulder and central reserve.
Different joint systems shall not be combined at one end of a deck.

IA 12/13 C 057 ST
C2/S32/1
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 2

INSTALLATION OF BRIDGE DECK EXPANSION JOINTS

The positioning of holding down bolts and anchorage systems shall be checked for
accuracy before the casting of concrete commences. Templates or shuttering shall
be fixed to box out the concrete for the joint and to locate holding down bolts or
anchorage pockets. Threaded parts shall be protected, kept clean and free from
rust.

Where the surfacing and bridge deck waterproofing are to be removed to


accommodate the bridge joint these shall be cut to a clean straight line for the full
depth of the surfacing without damage to the concrete substrate.

Before installation of the joint, the concrete surfaces shall be free from laitance,
sound, clean and comply with the manufacturers requirements.

The expansion joint and the bridge deck waterproofing shall be formed so that a
watertight seal is provided. Where prefabricated units are used, the seal between
each unit shall be made watertight and in addition a secondary waterproofing
system in the form of a continuous membrane shall be installed.

The gap width shall be set, in relation to the prevailing deck temperature, with the
joint gap sides parallel as shown on drawings. Seals which are not held in metal
runners shall remain in compression for the full range of joint movement.

Expansion joints shall be of uniform width and straight alignment and shall be
accurately set and finished and aligned with the finished surface.

During the placing and hardening of the bedding and bonding materials, movement
between the joint and the substrate shall be prevented.

Subsurface and below-joint drainage systems shall be designed, provided and


installed in accordance with the joint manufacturers recommendations. The
complete drainage system shall be accessible for cleaning and, on completion of the
joint, the drainage system shall be checked and cleared of any obstructions.

Before vehicles traffic the joints, temporary covers capable of withstanding vehicular
loading shall be provided over expansion joints during and after their installation as
appropriate for protection.

END OF SECTION 32/40

IA 12/13 C 057 ST
C2/S32/2
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES
SECTION 32/60

REINFORCED SOIL AND ANCHORED EARTH STRUCTURES


PART 1

GENERAL

1.1

Reinforced soil or anchored earth structures shall be constructed using a proprietary


system complying with this Part of the specification. The system shall be designed
by a recognized specialist acceptable to the Engineer. The system shall be backed
by a current quality certificate acceptable to the Engineer.
The design and construction of the reinforced soil or anchored earth structures shall
be in accordance with Standard BD70.

1.2

The Contractor shall provide a maintenance manual for the system. This shall
include in particular proposals for monitoring the condition of the elements of the
system for corrosion.

1.3

The work for Reinforced Soil Walls shall also include the design and construction of:
the concrete barrier above the Reinforced Soil wall together with its
counterbalancing slab and the concrete coping above Reinforced Soil Wall not
adjacent to roadways.

IA 12/13 C 057 ST
C2/S32/3
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 2

EARTHWORKS

2.1

Earthworks for reinforced soil and anchored earth structures shall comply with
Section 6.

IA 12/13 C 057 ST
C2/S32/4
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 3

REINFORCEMENT ELEMENTS FOR REINFORCED SOIL AND ANCHOR


ELEMENTS FOR ANCHORED EARTH

3.1

Carbon steel strip to be hot dip galvanized shall comply with BS EN 10025-1 and BS
EN 10025-2 either grade S235 JR or S355 JR or BS 1449 : Part 1.1, either quality
KHR 34/20P or quality KHR 50/35P, each having a silicon content of not less than
0.25% and not more than 0.40%. The fabricated element shall be hot dip galvanized
in compliance with BS EN ISO 1461 except that the average zinc coating weight for
any individual test area shall be not less than 1000 g/m2.

3.2

Friction ties shall be of polymeric / polyester fibre type anchored to the wall panel
with non-metallic or stainless fixings.

3.3

Stainless steel strip and fixings shall comply with:


(i)

BS EN 10029, BS EN 10048, BS EN 10051, BS EN 10258, BS EN 10259


designation 1.4401 or 1.4436 except that the material shall be cold rolled to
provide a 0.2% proof stress of not less than 400 N/mm2 and the tensile
strength shall be not less than 540 N/mm2; or

(ii)

BS EN 10029, BS EN 10048, BS EN 10051, BS EN 10258, BS EN 10259


designation 1.4401 CR temper rolled to a minimum 0.2% proof stress of 310
N/mm2.

3.4

Proprietary reinforcing elements and systems using such elements shall have a
current quality Certificate acceptable to the Engineer.

3.5

Anchor elements for anchored earth shall be made of cold worked steel reinforcing
bar Type 2, Grade 460 complying with BS EN 10080 and BS4449 except that no bar
shall contain a flash weld. Welding of steel reinforcement bars to form anchors shall
not be permitted. The fabricated elements shall be hot dip galvanized in compliance
with BS EN ISO 1461 except that the average zinc coating weight for any individual
test area shall be not less than 1000 g/m2.

3.6

Reinforcing and anchor elements shall be prefabricated and delivered to Site ready
for installation into the Works. The elements shall be:
(i)

Loaded, unloaded and handles in such a manner that:


(a)
(b)

(ii)

no permanent set or other structural damage is caused;


the protective coating is not damaged.

Stored flat and clearly marked to identify items having different lengths and
cross-sectional dimensions.

IA 12/13 C 057 ST
C2/S32/5
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 4

FASTENERS

4.1

Bolts, screws and nuts complying with BS EN ISO 898-1, property classes A and B,
shall comply with BS EN ISO 4014, BS EN ISO 4017 and BS EN ISO 4032, and
shall be made from one of the following:

4.2

4.3

4.4

(i)

Steel property class 8.8, complying with BS EN ISO 898-1 and hot dip
galvanized in compliance with BS EN ISO 1461.

(ii)

Stainless steel to BS EN ISO 10088-1, designation 1.4401 or 1.4436 except


that the 0.2% proof stress of the bolt shall be not less than 450 N/mm2 and
the tensile strength shall be not less than 700 N/mm2.

Bolts, screws and nuts comply with one of the following:


(i)

BS EN ISO 898-1 and BS EN ISO 4016, BS EN ISO 4018 and BS EN ISO


4034, hot dip galvanized in compliance with BS EN ISO 1461. The property
class of the bolts and screws shall be not less than 4.6, while the property
class of the nuts shall not be less than 4.0.

(ii)

Stainless steel to BS EN ISO 3506-1 and BS EN ISO 3506-2 grade A4-70.

Plain washers shall be of either Form A or Form E complying with BS 4320 and shall
be made from one of the following:
(i)

Cold rolled carbon steel strip CS4 complying with BS 1449 : Part 1.1 hot dip
galvanized in compliance with BS EN ISO 1461.

(ii)

Stainless steel strip designation 1.4401 or 1.4436 complying with BS EN


10029, BS EN 10048, BS EN 10051, BS EN 10258 and BS EN 10259.

Dowels and rods shall be made from one of the following:


(i)

Steel bar conforming to BS EN 10080 and BS 4449 grade 460, hot dip
galvanized in compliance with BS EN ISO 1461.

(ii)

Steel of grade S 355 JR complying with BS EN 10025 hot dip galvanized in


compliance with BS EN ISO 1461.

(iii)

Stainless steel to BS EN 10088-1, designation 1.4401 or 1.4436 except that


the 0.2% proof stress shall be not less than 450 N/mm2 and the tensile
strength shall be not less than 700 N/mm2.

IA 12/13 C 057 ST
C2/S32/6
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 5

PREFABRICATED AND PRECAST FACING AND CAPPING UNITS

5.1

Carbon steel strip or sheet to be hot dip galvanized shall comply with BS 1449 : Part
1.1, either quality KHR 34/20P or quality KHR 50/35P each having a silicon content
of not less than 0.25% and not more than 0.40%. Following fabrication, the units
shall be hot dip galvanized in compliance with BS EN ISO 1461 except that the
average zinc coating weight for any individual test area shall be not less than 1000
g/m2.

5.2

Friction ties shall be of polymeric / polyester fibre type anchored to the wall panel
with non-metallic or stainless fixings.

5.3

Stainless steel strip or sheet shall comply with BS EN 10029, BS EN 10048, BS EN


10051, BS EN 10258 and BS EN 10259 designation 1.4401 or 1.4436.

5.4

Reinforced concrete shall comply with QCS Section 5.

5.5

Proprietary facing units and systems using such units shall have a current quality
Certificate acceptable to the Engineer.

5.6

All parts of prefabricated and precast units in direct contact with soil shall receive
protective treatment according to QCS Section 5, Part 14.

IA 12/13 C 057 ST
C2/S32/7
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 6

METAL COMPONENTS MATERIAL COMPATIBILITY

6.1

All metallic components buried in the soil, i.e. reinforcing elements, connections,
facing lugs and facing units, shall be of electrolytically compatible material. Where
this is not possible, effective insulation shall be provided between different materials.

END OF SECTION 32/60

IA 12/13 C 057 ST
C2/S32/8
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES
SECTION 32/70

PROTECTIVE COATING FOR CONCRETE


PART 1

GENERAL

1.1

SUMMARY

1.1.1

Work Included
(a)

Provide and apply protective coating on all exposed surfaces of bridge/tunnel


construction, as specified herein or as required to complete the Work.

(b)

The coating system shall be used for the protection of reinforced concrete
structures against carbonation or chloride induced corrosion. Work includes,
but not necessarily limited to:
(i)
(ii)
(iii)
(iv)
(v)

1.1.2

1.1.3

Exposed pier columns.


Abutments, wing walls and retaining walls.
Bridge deck soffit and sides and other exposed surfaces of deck
including soffit and sides of diaphragm drop beams.
Precast fascia elements.
Tunnel walls, top and bottom slab

Related Work
(a)

Cast-in-Place Concrete is specified in Section 32/00.

(b)

Concrete Highway Structures Construction is specified in Section 32/20.

Related Documents
(a)

Drawings, General and Supplementary Conditions, applicable provisions of


the front end documents apply to this Section.

1.2

SUBMITTALS

1.2.1

GENERAL: Submit the following according to Conditions of Contract and the front
end documents.

1.2.2

PROPRIETARY COATING SYSTEM: Proprietary special coating system for the


protection of exposed concrete surfaces shall be proposed by the Contractor and is
subject to the Engineer's approval. Submittal shall include the coating type and
coating manufacturer. When submitting for the approval of the coating system to be
used, the Contractor shall enclose a list of projects, executed in environmental
conditions similar to those experienced in Qatar, in which the same expansion joint
was successfully used.

1.2.3

The Contractor's application shall be accompanied by the manufacturer's detailed


product specifications together with application instructions, and guarantee that the
product is suitable for use at the operating temperatures in Qatar.

IA 12/13 C 057 ST
C2/S32/9
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C
1.2.4

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

Trial Panels as specified in Clause 1.4 A.

1.3

PERFORMANCE REQUIREMENTS:
The coating system is required to provide in-depth protection against carbonation
and chloride penetration while permitting water vapor transmission from the
concrete. Final color shall be selected by the Architect.

1.4

QUALITY ASSURANCE:

1.4.1

Trial Panels

1.4.2

(a)

Prior to applying the system in the works, trial applications shall be carried
out on trial panels made by the Contractor to the specified finishes. The trial
will demonstrate the method proposed for applying the system, coverage,
coating thickness, color and final appearance of the coating. Representatives
of the coating manufacturers shall be present at the trials and the surface
preparation and application of the coating shall be carried out under their
direction. The Contractor shall, at his own expense, surface coat as many
panels as required by the Engineer until a trial panel has been accepted by
the Engineer as satisfactory. The coated panel, when accepted, will form the
standard against which the corresponding coating in the works shall be
judged. No application of the coating in the works shall be undertaken until
trials have been completed to the Engineer's satisfaction.

(b)

Trial panels shall be tested for permeability and ISAT as defined in other
sections of this specification as a check on the effectiveness of the primer.
Acceptance of the primer shall be based on compliance with the acceptance
limits specified in Section 32/20. Based on this result, the Engineer may
reject the work or require additional coating.

Testing
(a)

Testing of the coating shall conform to the following:

Test for
Carbon Dioxide diffusion resistance(R
value)
Water vapor transmission
Chloride ion diffusion
Reduction in chloride ion penetration
Tear resistance
Crack Bridgeability
Reduction in water absorption
(b)

Reference
Taywood Engineering Laboratories
Taywood Engineering Laboratories
Taywood Engineering Laboratories
BS 1881: Part 124
ASTM D624
BRE method
ASTM C642

Where test methods are not specified, the procedure for establishing
compliance with the specification requirements shall be agreed with the
Engineer.

IA 12/13 C 057 ST
C2/S32/10
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C
PART 2

PRODUCTS

2.1

MATERIALS

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

2.1.1

GENERAL: The coating system shall comprise of a penetrating, reactive primer and
an acrylic topcoat system to minimize ingress of acidic gases, chlorides and water.

2.1.2

PRIMER: The primer shall be a low viscosity silane-siloxane acrylic blend dissolved
in a penetrating organic carrier. The primer shall have the capability to penetrate and
produce a chemically bound hydrophobic barrier to prevent the passage of chloride
and sulfate ions. The primer shall also be film forming to condition and stabilize the
substrate prior to the application of the topcoat. The primer shall be applied in full
accordance with the manufacturer's instructions.

2.1.3

TOPCOAT: The topcoat shall be a pure aliphatic acrylic resin, decorative, high
performance water based, pigmenting coating. It shall have resistance to water,
carbon dioxide and other air- borne acids and have the ability to allow passage of
water vapor from within the structure. The topcoat shall have elastomeric and
flexural capabilities. The color shall be selected by the Architect.

2.2 SPECIFICATIONS:
2.2.1

The material employed for the coating shall comply with the following requirements
and complying to EXW-GENL-0000-PE-KBR-IP-00009 Design Criteria for Highway
Structures:
Wet film thickness

650 microns

Dry film thickness

400 microns

Carbon Dioxide diffusion resistance

R value at 325

Water vapor transmission

greater than 13 g/m2day

Chloride ion diffusion

3.63 x 10-10 cm2/sec

Reduction in chloride ion penetration

minimum 94 % at 28 days

Tear resistance

7.3 kN/mm2

Crack Bridgeability

5.1 mm

Adhesion

minimum 1.0 N/mm2

Reduction in water absorption


(measured against a control concrete
sample)

minimum 82 % at 28 days when tested


at a water-cement ratio<0.5

IA 12/13 C 057 ST
C2/S32/11
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

greater than 161 m

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

PART 3

EXECUTION

3.1

GENERAL

3.1.1

The Contractor is required to adhere strictly to the manufacturer's recommendations


regarding the use, storage, application and safety rules in respect of the approved
materials.

3.1.2

In all operations of storage, mixing and application, the Contractor shall comply with
the health and safety recommendations of the manufacturer and governing
authorities.

3.2

INSPECTION OF CONCRETE
The Contractor shall not proceed with the surface finish or making good of concrete
surfaces until he has received the Engineer's permission to do so and he shall not
apply cement slurry or mortar or any other coating to the concrete surfaces from
which the formwork has been struck until the Engineer has inspected and approved
the concrete.

3.3

SURFACE PREPARATION

3.3.1

Before application, all surfaces must be dry and free from oil, grease, loose
particles, decayed matter, moss or algae growth and general curing compounds.

3.3.2

All such contamination and laitance must be removed by the use of grit blasting,
high pressure jetting or equivalent mechanical means.

3.3.3

Before proceeding to apply the protective coatings, all surfaces which are not to be
coated, but which may be affected by the application of the coating shall be fully
masked and, in particular, flora and fauna shall be protected.

3.3.4

Blow holes and areas of pitting shall be made good with a one part modified
cementitious material and allowed to cure in accordance with the manufacturer's
recommendations. In particular, the application shall be in accordance with the
manufacturer's recommendations, with respect to the maximum application
thickness.

3.4

APPROVAL PRIOR TO COATING APPLICATION IN THE WORKS


The Engineer's approval must be obtained prior to applying the coating system in
the works. Before giving the approval, the Engineer will need to be satisfied as to the
following:
(a)

All construction work in the immediate vicinity of the structure to be coated


has been completed.

(b)

The surface preparation of the structure has been completed.

(c)

The whole of the structure can be coated in a continuous operation.

(d)

Adequate measures have been taken to protect the property of third parties,
including vehicles, from coating splatters.

IA 12/13 C 057 ST
C2/S32/12
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES

(e) The weather conditions accord with the coating manufacturer's directions for
coating application.
3.5

APPLICATION

3.5.1

The exposed concrete surfaces as defined in the documents or as agreed with the
Engineer shall be conditioned by the application of the penetrating hydrophobic
primer. The primer shall be allowed to dry in accordance with the manufacturer's
requirements.

3.5.2

The Contractor shall then apply two coats of the pigmented topcoat in accordance
with the manufacturer's instructions. The finished coating shall be pinhole free. The
color and finish shall be agreed with the Architect.

3.5.3

The coating shall be applied by spray, roller or brush to achieve a finish acceptable
to the Engineer.

END OF SECTION 32/70

IA 12/13 C 057 ST
C2/S32/13
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

TECHNICAL SUBMISSION
SECTION C

SPECIFICATION
SECTION 32: HIGHWAY STRUCTURES
Section 32/80

APPROVAL IN PRINCIPLE DOCUMENTS


PART 1

GENERAL

1.1

Approval in Principle (AIP) documents shall be in accordance to EXW-GENL-0000PE-KBR-IP-00007.

END OF SECTION 32/80

IA 12/13 C 057 ST
C2/S32/14
Construction and Upgrade of Rayyan Road
Project 7: Contract 1
West of New Rayyan R/A to East of Bani Hajer R/A

January 2013

You might also like