Greater Beirut Water Supply Project Tunnels and Ancillaries

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 24

REPUBLIC OF LEBANON

COUNCIL FOR DEVELOPMENT


AND RECONSTRUCTION

GREATER BEIRUT WATER SUPPLY PROJECT


TUNNELS AND ANCILLARIES

ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND


SPECIFICATIONS

June 2023
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

SECTION 1 CONTRACT DESCRIPTION AND PARTICULAR REQUIREMENTS


1.1 THE CONTRACT

1.1.2 Scope of Works

Replace section 1.1.2 with the following:

This Greater Beirut Water Supply Project is for the construction of a series of tunnels and pipelines to
convey water from the existing hydroelectric power system tunnel near the village of Joun some 30 km
south of Beirut to the site of proposed reservoirs at Hadath 90 and Hadath 125 in south Beirut.

The Works of the Project have been partially executed under a separate contract that has been terminated,
following which another contractor has been assigned to complete urgent works. The entrances to the
tunnels were subsequently closed to prevent unauthorized access.

The Employer now intends to commence the procurement process to retender the remaining Works
Under two separate contracts:

- Tunnels and related ancillaries (This Contract)


- Pipelines and related ancillaries (separate contract to be executed by other contractors)

The Tunnels and ancillaries Contract comprises the following key element, among others:

- A tunnel to convey raw water from Joun to the site of a new water treatment works near the
village of Ouardaniye.
- A tunnel from the new water treatment works to Khalde on the southern outskirts of Beirut with
an inverted siphon beneath the Damour valley.
- Permanent and temporary roads
- Tunnel ancillaries. (It is to be noted that execution of Joun Regulating Structure is affected by
expropriation and is included as optional work to be instructed upon clearance of expropriations)
- Khalde Outlet Portal Structure to connect with the pipelines

The tunnel in the hillside above Khalde will connect with the twin pipelines to the Pipeline and related
ancillaries Package that will be executed by another contractor.

Moreover, the treatment works at the Ouardaniye are currently under construction by others, while the
reservoirs at Hadath90 and Hadath125 may be constructed concurrently with this Contract under
separate tenders.

It is to be noted that the design of the Contract works has been designed up to an Avant Projet Détaillé
(APD) level. The previous contractor has developed the detailed design of several project elements as
depicted in the Volume 4 (Drawings). The Contractor shall be responsible for completing the detailed
design for all remaining elements (including all supporting calculations and details) to the satisfaction of
the Engineer, including:

- Reinforced concrete design


- Tunnel lining design: in situ concrete (plain and/or steel reinforced), steel and GRP
- Damour river crossing
- Syphon lining design

Greater Beirut Water Supply Project P a g e 1 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

- SCADA system

The Contractor is deemed to have inspected the Site, conducted the necessary investigations, satisfied
itself as to the conditions and status of the executed works, and to have an accurate understanding of the
remaining works. The Contractor shall be responsible for its own interpretation and opinion of the
technical performance and acceptability of the Works. The information provided by the Employer in this
regard is offered without expressed or implied guaranteed for its completeness or veracity. Should the
Contractor require any additional investigations, this shall be at no additional cost and time to the
Employer.

Within the first two (2) months after Commencement, the Contractor shall inspect the excavated tunnels
and shall submit for approval a comprehensive Inspection Report that describes the status of the tunnels
and that details the remedial measures that the Contractor proposes to take to ensure the safety and
stability of the excavated tunnels.

The Scope of Works of the Contractor comprises the following key main elements, among others:

- Excavation of the northern shaft.


- Development and completion of the tunnels, shafts and syphon lining detailed design based on
the actual conditions, and obtaining the Engineer’s approval thereon. This includes any site
investigations that are deemed necessary at no additional time and cost.
- Plugging of any encountered infiltration point in the tunnels and rectification of tunnel supports
as may be necessary.
- Tunnel connection with Joun Adit.
- Execution of the remaining lining works.
- Development and completion of the detailed design of the tunnel ancillaries based on the actual
conditions, and obtaining the Engineer’s approval thereon.
- Executing/ completing the execution of the tunnel ancillary structures.
- Completing all submittals required for the Works to the satisfaction and approval of the Engineer.
- Reinstatement and replantation works of all temporary areas used in the project, such as but not
limited to Tunnel Portals, Temporary access roads, and any other temporary work after
completion of the project.
- Establishment of temporary access road to reach the shafts as needed.
- Maintenance of temporary and permanent access roads (existing and newly constructed by
Contractor).
- Taking full responsibility of the already executed works as if performed by the Contractor itself,
and rectifying any defects therein.
- Coordinating with the concerned authorities and stakeholders. The Contractor shall also ensure
close coordination with the Pipelines Contractor (for the interface and connection of the two
packages particularly at Khalde, et cetera).
- Establishing, maintaining and servicing the Site establishments for Contractor’s compound and
offices, Contractor’s temporary works, Engineer’s offices, etc… and payment of all related fees.
- Developing a construction environmental and social management plan, and performing
environmental and social monitoring and reporting.
- Effecting insurance in accordance with the relevant provisions of the Contract.

Greater Beirut Water Supply Project P a g e 2 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

- Previously established Damour river diversions and archeological support measures at Damour
Aqueduct shall be properly maintained by the Contractor. Following the completion of the works
in the vicinity, the diversion and the support measures are to be removed, and the river course
shall be reinstated. The Contractor shall liaise and coordinate with the Directorate General of
Antiquities (DGA) and other relevant authorities in this regard.
- Providing adequate storage space for the material on Site and taking appropriate storage
measures (including material provided by the Employer (if any)). The cost of such is deemed to be
included within the Contractor’s rates and prices. An up-to-date material inventory shall be made
available by the Contractor when requested.

1.1.3 Description of the Works to be Undertaken

Requirements for restoration/reforestation works as committed by the previous tunnel contractor in his
CESMP.

1.1.3.1 Tunnels and Headings

Add the following at beginning of Section 1.1.3.1 [Tunnels and Headings]:

The below provides a description of the tunnels and headings which are to be executed as part of the
overall Greater Beirut Water Supply Project; however, the Contractor shall note that substantial part of
the below works is already executed as depicted on the drawings and as ascertained in the Site visit
conducted by the Contractor at the time of Tender.

1.1.3.2 Pipelines

Replace the heading “Section 1.1.3.2 Pipelines” with “Section 1.1.3.2 Pipelines (to be executed under
a separate contract)”.

1.1.3.3 Hydraulic Control System

Delete the first paragraph and replace with:

At Joun, a chamber is to be constructed to house valves for regulating the flow extracted from the
hydroelectric power system tunnel. The valves are to be controlled by telemetry from the water
treatment works at Ouardaniya.

1.1.3.4 Surge Pressure Calculations

Delete section 1.1.3.4 in its entirety.

1.1.3.5 Tunnel Inspection Vehicles

Delete section 1.1.3.5 in its entirety.

1.1.4.1 Tunnel Construction

Delete section 1.1.4.1 and replace with the following:

The work site of Khalde outlet portal in the direction of Damour is accessed via an existing access road.

Greater Beirut Water Supply Project P a g e 3 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

The work site of Wadi Yabes is accessed via an existing temporary access road that was established by
others.

Access to the work sites from Khalde and the drill and blast drive from Damour in the direction from
Ouardaniye is through existing roads.

The work site from Ouardaniye Inlet Portal to Damour is located adjacent to the Water Treatment
Works site and access is via an existing temporary access road.

The work site from Damour in the direction of Ouardaniye is situated at the temporary adit portal and is
accessed via an existing temporary access road.

The work site from Ouardaniye to Joun is accessed via an existing access road.

The drill and blast drive from Joun to the existing construction Adit to the HES is located at the Joun
Portal and is accessed via an existing access road.

As for access to the work site for the construction of shafts C & D, the Contractor shall make
arrangements with land owners for the establishment of a temporary access road. The cost of such is
deemed to be included in the Contractor’s associated BOQ rates.

The Contractor shall keep the access roads in good condition and rectify any damages made by the
Contractor and/or its equipment, and shall make any improvements that may be necessary for the
purpose of its works at no additional cost to the Employer.

1.1.4.2 Pipeline Construction

Replace the heading “Section 1.1.4.2 Pipeline Construction” with “Section 1.1.4.2 Pipeline
Construction (to be executed under a separate contract)”.

1.1.7 Quality Assurance

1.1.7.5 Quality Reports

Delete and replace with the following:

The Contractor shall prepare monthly Quality Reports and relay such to its management. These reports
shall be made available to the Engineer’s Representative upon request.

1.1.5 Land owner's Approval for Construction of Shaft and Access

Delete section 1.1.5 in its entirety.

1.2 THE SITE AND LOCAL ENVIRONMENT

1.2.3 Site Investigation and Survey Data

Delete and Replace with the following:

A Site investigation has been carried out in 1995 and the interpretation is contained in the Mission II
Ground Investigation – Interpretative Reports – November 1995 and are presented in Volume 5 of the
Tender Documents.

Greater Beirut Water Supply Project P a g e 4 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

Additionally, the previous contractor has carried out further investigations which are available at the
Employer’s offices.

The Contractor shall be responsible for making his own interpretation and judging the completeness of
the information given.

A topographical survey of the Site has been carried out and is included in the Tender Drawings. The
Contractor shall be responsible for the accuracy of any information derived from the survey that is used
in the design and execution of the works.

1.2.4 Extent of Site

Add the following after the first paragraph:

The Contractor shall note that goods belonging to the previous contractor, which are under judicial
custody, are located and stored within the Contractor’s working area and area for Site accommodation
and storage. The Contractor is deemed to have collected all requisite information as to their presence
and location on Site, and shall make all necessary arrangements to organize its working areas as
necessary, to take into due consideration the presence of such goods on Site. The Contractor is deemed
to have taken this into consideration in its rates, prices and schedule of Works.

1.2.5 Temporary Site Fencing

Delete the first paragraph and Replace with the following:

Temporary Site fencing has been installed by others. The Contractor shall maintain the existing site
fences and install any additional temporary site fencing as may be necessary for the Works.

1.2.6 Signboards

Delete and Replace with the following:

The previously installed signboards shall be amended to suit the Project requirement and shall be
maintained by the Contractor. The size and wording of all signboards shall be subject to approval by the
Engineer’s Representative.

Replace subsection 1.2.12 with the following:

1.2.12 Contractor’s Environmental and Social Management Plan

The Contractor shall prepare and submit the Contractor’s Environmental and Social Management Plan
(C-ESMP) within 6 weeks of commencement, and obtain the approval of CDR thereon.

a. The purpose of C-ESMP is to consider the social and environmental impacts of construction
activities and recommend best available practices to minimize the social and environmental
impacts on the receptors surrounding the project.
b. The C-ESMP shall be prepared for the Scope of Works. The contractor shall identify the social
and environmental impacts associated with its construction works and the works of its

Greater Beirut Water Supply Project P a g e 5 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

subcontractors. The Contractor shall prepare specific Social and Environmental Control Plans for
aspects which are predicted to have significant impacts.
c. The C-ESMP for this project shall include, but not limited to the following:
i. Ensure that all social and environmental issues anticipated to arise out the proposed
construction activities are accommodated
ii. Recommend best available practices and technologies to minimize the anticipated social
and environmental impacts due to execution activities of this Project
iii. Ensure legal compliance
iv. Ensure that appropriate grievance redress mechanisms are in place
v. Address all issues related to interaction between environmental components and the
construction activities.
vi. Provide a monitoring plan and suggest monitoring methods.
vii. Provide a methodology to investigate and report incident(s)/ accident(s) at the site.
viii. Provide guidance on internal and external inspections/audits.
ix. Identify and define roles and responsibilities within the Contractor’s project team
d. All cost associated with the environmental permitting and protection shall be borne by the
Contractor.
e. All cost associated with social management shall be borne by the Contractor.

1.3 SITE OFFICES, ATTENDANCE AND SITE FACILITIES

1.3.2 Contractor’s compound

Delete second paragraph.

1.3.4 Accommodation for the Engineer’s Representative

Delete the 8th paragraph and Replace by the following:

The Contractor shall arrange for the installation of one telephone line with extensions to be provided for
the offices and a permanent internet connection, and shall pay all related subscription, installation and
usage fees.

Delete the 13th paragraph

Delete table 1.1 and Replace by the following:

Description No of staff Room size No of Rooms


Resident Engineer 1 16 m2 1
Engineer’s staff 7 18 m2 4
Meeting room To Accommodate 12 people 1
Document controller 1 9 m2 1
Filing/ photocopy room 16 m2 1
Kitchen 16 m2 1
Toilets 2
Covered Parking To Accommodate 8 cars

Greater Beirut Water Supply Project P a g e 6 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

Add the following after Table 1.1

The Contractor shall fully equip, furnish, service and maintain the Engineer’s offices, including providing
all office consumables, and payment of all related fees throughout the Project’s duration until the end of
DLP.

1.3.5 Vehicle for the Employer's personnel

Within 28 days after the commencement date of works, the Contractor shall supply, maintain and keep
in full working order, one (1) four wheel drive vehicles with driver for the use of the Employer's
Personnel. The Contractor shall provide a replacement vehicle for the Employer Personnel's use should
the above vehicle be unavailable for more than 48hours.

The Contractor will be responsible for the registration, taxation and insurances (full comprehensive) for
the vehicle for the whole duration of the Contract. The above vehicle's operational, fuel, maintenance
and insurance expenses shall be borne by the Contractor.

The vehicle shall remain the property Contractor at the completion of the Project.
1.3.7 Temporary Access Roads

Delete section 1.3.7 in its entirety.

1.4 Other Contractors

Delete and replace with the following:

It is intended that the treatment works at Ouardaniye, reservoirs at Hadath, and the pipeline works will
be constructed concurrently with this Contract. In this event, contact must be established with the other
contractors and activities coordinated in such a manner that mutual interference is avoided.

The SCADA system of Ouardaniye WTW will be part of the Ouardaniye WTW contract, to be supplied,
installed and commissioned under a separate contract.

The access road east of the Water Treatment Works shall be available to other contractors at all times
unless instructed by the Engineer.

If any points of conflict are anticipated or experienced, immediate notification shall be given to the
Engineer.

1.5 PROGRAMME AND REPORTING

1.5.1 Contract Programme and Sequence of Construction

Delete and replace with the following:

The Contractor shall provide for the Engineer's review a computer-based programme in critical path
network form, using the latest version of Primavera software (P6 or latest).

CPM Schedule Preparation: The Contractor shall prepare a list of all activities required to complete the
Work. Using the start-up network diagram, prepare a skeleton network to identify probable critical
paths.

Greater Beirut Water Supply Project P a g e 7 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

1. Activities: Indicate for each activity, the estimated time duration, sequence requirements, resource
requirements and relationship of each activity in relation to other activities and monetary
value. Include dates andestimated time frames for the following activities:

a. Preparation and processing of submittals.


b. Mobilization and demobilization.
c. Purchase of materials.
d. Delivery.
e. Fabrication.
f. Utility interruptions.
g. Installation.
h. Work by Employer that may affect or be affected by Contractor's activities.
i. Testing and commissioning.
j. Punch list and final completion.
k. Activities occurring following final completion.

2. Critical Path Activities: Identify critical path activities, including those for interim completion
dates. Scheduled start and completion dates shall be consistent with Contract milestone dates.
3.
4. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise
data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM
schedule within the limitations of the Contract Time.
a. Use resource-levelling method in computing the CPM schedule

5. Format: Mark the critical path. Locate the critical path near center of network; locate paths with
most float near the edges.
a. Subnetworks on separate sheets are permissible for activities clearly off the critical path.

6. Cost- and Resource-Loading of CPM Schedule: Assign cost to construction activities on the CPM
schedule. Do not assign costs to submittal activities.

a. Each activity cost shall reflect an appropriate value subject to approval by Engineer
b. Total cost assigned to activities shall equal the total Contract Sum.

1.5.2 Progress Reports, Photographs and Site records

Delete the frist and second paragraphs and replace with the following:

Daily reports and monthly progress reports shall be submitted to the Engineer’s Representative in A4
format as detailed below:

Daily Construction Reports:

The Contractor shall prepare a daily construction report recording the following information concerning
events at Project site:
1. List of construction work activities and operations performed on the Works, referenced to
locations and CPM schedule activity numbers
2. List of subcontractors on the Works.
3. List of separate contractors at Project site.

Greater Beirut Water Supply Project P a g e 8 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

4. Count and trade classification of workmen on the Works, allocated to CPM schedule activity
numbers.
5. Count, category and status (working, idle, under maintenance) of Contractor's Equipment at Site,
allocated to CPM schedule activity numbers.
6. Material deliveries.
7. High and low temperatures and general weather conditions.
8. Accidents.
9. Meetings and significant decisions.
10. Unusual events.
11. Stoppages, delays, shortages, and losses.
12. Meter readings and similar recordings.
13. Emergency procedures.
14. Orders and requests of authorities having jurisdiction.
15. Variation Orders received and implemented.
16. Site Instructions received.
17. Services connected and disconnected.
18. Equipment or system tests and startups.
19. Any other general or specific information, requested by the Engineer to be reported.

1.5.6 Detailed Design

Delete and Replace with the following:

The Contractor shall complete a detailed design of the item listed under Subsections 1.1.2 and 1.1.3, as
applicable, to the satisfaction of the Engineer.

Greater Beirut Water Supply Project P a g e 9 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

SECTION 2 GENERAL OBLIGATIONS

2.1 DEFINING AND MAINTAINING THE SITE

2.1.1 Setting Out and Checking the Works

Delete Section 2.1.1 and replace with the following:

Work temporary benchmarks have been established by the previous contractor and will be handed over
to the Contractor. During the progress of the Works, the value of the benchmarks shall be periodically
checked against the value of the Master Datum. Temporary benchmarks shall be located clear of any
construction works.

The Contractor shall provide details of its proposed method statement for the setting out of its Works.

2.1.2 Site Record Photographs and Videotape

Delete and Replace with the following:

A photographic and video record shall be made of the site to record the existing conditions prior to
commencement of the works. Moreover, the Contractor shall provide photographic and video record of
all Works.

2.3 Site Safety and Welfare

2.3.1 Dangers of Working in Confined Spaces

Delete and replace with:

Attention is drawn to the dangers of working in confined spaces. Any confined space with limited
ventilation which is also connected with water in or from a closed conduit or borehole, or is below
ground level, should be treated as a potentially hazardous location where dangerous gases may be
present and prior to entry adequate safety precautions must be taken in accordance with current good
practice.

Reference shall be made to the relevant guidance publications listed in the schedule of Approved
Standards and Guidance Publications in the document, along with the relevant laws and regulations and
CDR’s HSE requirements.

2.5 MATERIALS AND WORKMANSHIP

2.5.2 Quality of Manufacture and Standards

In the last sentence of the penultimate paragraph, delete “The standards will remain the property of the
Contractor and will be returned to him at the end of the Contract” and replace with “The standards will
become the property of the Employer at the end of the Contract”.

2.5.3 Approval of Materials and Manufactured Items

Add the following items (iv) and (v) at the end of Subsection 2.5.3:

(iv) The Contractor shall also ensure that Employer’s free issue materials that were handed over to
him, are properly stored and protected.

Greater Beirut Water Supply Project P a g e 10 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

(v) The Contractor shall keep an updated inventory of the Employer’s free issue materials that
were handed over to him, specifying where each item was used in the Works.

Greater Beirut Water Supply Project P a g e 11 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

SECTION 4 CONCRETE WORK

4.2 MATERIALS

4.2.1 Cement, cementitious Materials and Aggregates

4.2.1.1 Cement- General

Replace section 4.2.1.1 with the following:

a) Portland Cement

Suitable type of cement, from approved manufacturer, shall be used in conformity with the relevant
applicable standards. The choice of cement type to be used for underground structures shall be
suitable for the exposure conditions.

Cement shall be low alkali with chemical composition in accordance with ASTM C 150/C150M type I,
II & V, BS EN 197-1 or NL-53 standards, with minimum clinker content of 95%, gray and white color,
of same type, brand and source for the entire project unless otherwise approved by the Engineer.
Manufacturer’s test certification shall be supplied for each delivery of cement and shall confirm that
the cement complies with the above requirements and shall be submitted by the Contractor not later
than the day of delivery of the cement. The Engineer shall have the right to call for tests, the cost of
which is to be borne by the Contractor, on each delivery of cement to confirm that the cement meets
the following requirements

- Ordinary Portland Cement (OPC) conforming to ASTM C 150/C150M, Type I, NL 53 Type P


42.5N, or BS EN 197-1 type CEMI 42.5N shall be used for superstructure concrete elements.
Cement meeting the requirements of rapid hardening Portland cement shall not be used and
the heat of hydration shall not exceed 325kj/kg when tested according to ASTM C186.
- Moderate Sulphate Resisting Cement to ASTM C150 Type II or BS EN 197-1 Type CEM I 42.5N,
or NL 53 Type P-RMS 42.5N, C3A content ranging from 5% to 8%, shall be used for reinforced
substructure concrete/concrete elements in contact with soil.
- Sulfate-Resisting Cement conforming to ASTM C150/C150M, Type V, or NL 53 Type P-RMS
42.5N, C3A content shall not be more than 5% by weight, shall be used for plain/unreinforced
substructures concrete.
- Sampling shall be carried out in accordance with EN 196: Part 7 or relevant ASTM standard.
- Test cement for fineness by air permeability apparatus in accordance with ASTM C 204 to
meet the requirements of ASTM C 150/C150M.
- Test cement for soundness, Autoclave expansion in accordance with ASTM C151/C151M.

b) Silica Fume
- Silica Fume: Silica fume (SF) used as a cement replacement shall be in accordance with ASTM
C 1240, amorphous silica. There shall be a 5 - 10 percent replacement of the cementitious
weight. The silica fume shall be obtained from an approved supplier.
- The approved supplier shall provide documentation to establish the following:
o That the silica fume complies with ASTM C1240 standard requirements.
▪ The silica fume results from the production of silicon or ferro-silicon alloys
containing at least 85 percent silicon.

Greater Beirut Water Supply Project P a g e 12 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

▪ That source of supply shall remain the same for the construction period of
the project.
▪ That the supply shall be adequate to meet the anticipated peak requirement.
▪ Chemical analyses to give the percentages of the following materials:

SiO2 C SO3
CaO Fe2O3 K2O
Al2O3 Na2O MgO

▪ Loss on ignition.
▪ Percentage of particles greater than 44 mm.
▪ Specific surface area and method of test, together with corresponding
particle size.

- Delivery of silica fume to the concrete batching plant shall be in dry powder form, with a bulk
density between 400 and 720 kg/cu. m.
- Manufacturer's test certification shall be supplied for each delivery of silica fume and shall
confirm that the silica fume complies with the above requirements and shall be submitted by
the Contractor no later than the day of delivery of the silica fume.
- The Engineer shall have the right to call for tests, the cost of which are to be borne by the
Contractor, on each delivery of silica fume, if necessary to establish or confirm that the silica
fume meets the above requirements.

4.2.1.2 Testing Cement

Add the below phrase:

Testing of cement shall also comply with the requirements of NL 53 standard.

4.2.1.3 Aggregates for Concrete

Replace section 4.2.1.3 with the following:

B. Normal-Weight Aggregates: Aggregates shall be from approved sources and shall conform to the
requirements of ASTM C 33/C33M or BS EN 12620, from the same source for entire project,
uniformly graded. Petrographic analyses shall be made in accordance with ASTM C 295/C295M.
Aggregates for exposed concrete shall not contain substances that cause spalling. Only aggregates
not susceptible to alkali aggregate reaction shall be used. The Contractor shall supply samples of
the materials for approval by the Engineer and each aggregate source shall be subject to
monitoring by the Engineer.

1. Coarse Aggregate: Coarse aggregate size shall be 20 mm nominal and those retained on
a 5mm sieve and shall consist of crushed or uncrushed gravel or crushed stone and shall
be selected, recrushed, finish screened and washed with potable water, as necessary, to
comply with the following:

Greater Beirut Water Supply Project P a g e 13 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

Frequency of Tests Test Description Standard Limit


Initial Los Angeles Abrasion Loss ASTM C 131 25% maximum
(Grading A or B)
Initial Ratio of Los Angeles Abrasion ASTM C 131 Note 6 0.25% maximum
Loss at 100 & 500 Revolutions
(100/500 Revolutions Value)
1 per day Clay Lumps and Friable Particles ASTM C 142/C142M 1.0% maximum
1 per day Material Finer than 75 Microns ASTM C 117 1.0% maximum
1 per 7 days Water Absorption ASTM C 127 2.0% maximum
1 per 3 days Chlorides as Cl BS EN 1744-1 0.03% maximum
1 per 3 days Sulfates as SO3 BS EN 1744-1 0.3% maximum
1 per 30 days Magnesium Sulfate Soundness ASTM C 88 10.0% maximum
Loss (5 cycles)
1 per 3 days Flakiness Index BS EN 933-3 25% maximum
1 per 3 days Elongation Index BS 812 25% maximum
1 per source Reactive Silica ASTM C 227 As per Appendix
X1.3.7 of
ASTM C 33/C33M
1 per 7 days Specific gravity Minimum 2.6
1 per each batch Moisture Content
1 in 7 days Light weight pieces ASTMC 123/C123M 0.5% maximum
1 in 3 days Sieve analysis ASTM C136 As per ASTM C33
requirements

2. Fine Aggregate: Fine aggregate, those passing a 5mm sieve, shall consist of natural sand
with rounded or surrounded particles alone or in combination with certain percentage of
crushed gravel or crushed stone, and shall be washed as necessary to comply with the
following:

Greater Beirut Water Supply Project P a g e 14 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

Frequency of Tests Test Description Standard Limit


1 per day Clay Lumps and Friable ASTM C 142/C142M 1.0% maximum
Particles
1 per day Material Finer than 75 ASTM C 117 maximum 3% for natural
Microns sand and 5% for crushed
sand with no plastic fines
1 per 7 days Water Absorption ASTM C 128 2.0% maximum
1 per 3 days Chlorides as Cl BS EN 1744-1 0.06% maximum
1 per 3 days Sulfates as SO3 BS EN 1744-1 0.30% maximum
1 per 7 days Organic Impurities ASTM C 40/C40M Lighter than Standard Color
1 per day Sand equivalent ASTM D2419 75% minimum
1 per day Light weight pieces ASTM C 123/C123M 0.5% maximum
1 per source Reactive Silica ASTM C227 Per Appendix X1.3.7 of
ASTM C 33/C33M
1 in 3 days Sieve analysis ASTM C136 As per ASTM C33/C33M
requirements

3. Certification: Obtain from each proposed source of supply Test Certification to confirm
that the aggregates comply with the above requirements. The following information shall
be provided:

a. Quarry location.
b. Aggregate type.
c. Petrographic analysis report.
d. Grading curve.
e. Shape and surface texture.
f. Flakiness index.
g. 10 percent fines value.
h. Impact test.
i. Shell content.
j. Chloride and sulfate content.
k. Relative density.
l. Water absorption value and moisture content.
m. Silt, clay, and dust content.
n. Results of reactive silica tests.
o. Organic impurities (fine aggregate only).
p. Sand equivalent

4. Testing:

a. When a source of supply for each aggregate type had been established, samples of
materials delivered to Project site shall be taken for testing in accordance with BS
812 as follows:

1) Tests for clay, silt and dust, and sieve analysis shall be carried out for every
20 tons of fine aggregate and every 40 tons of coarse aggregate.

Greater Beirut Water Supply Project P a g e 15 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

2) Chemical analyses shall be carried out on every 100 tons of aggregate.

b. The Engineer shall have the right to call for additional samples at any time for
testing of aggregates delivered to the Project site or of aggregates at the source of
supply in order to confirm that the aggregates meet the above requirements.

5. Transportation: During transportation to the Project site, all aggregates shall be protected
from wind-borne contaminants. If these contaminants are present at time of delivery to
the Project site, then the aggregates shall be washed with potable water. Transport
vehicles shall be cleaned of possible contamination due to previous use.

6. Storage: Aggregates shall be stored (under shade) on hard concrete floors or other
approved materials having sufficient slope to ensure adequate drainage of aggregate
before being used for concrete and each size and type shall be stored in separate heaps
without intermixing. Storage shall prevent contamination of the aggregates by foreign
material including windblown dust. Fine and coarse aggregates shall be separated by
permanent substantial partitions. Methods of storing, shading and cooling aggregates
shall be approved by the Engineer.

4.2.1.4 Grading of aggregates

Delete section 4.2.1.4 in its entirety.

4.2.2 Water and Admixtures

4.2.2.3 Admixtures

Add the following:

- Third Generation admixtures, Polycarboxylate Ether, to ASTM C1017, shall be used in concrete
containing silica fume or if self-consolidating concrete is required.

4.2.3 Concrete Mixes and Specifications

4.2.3.4 Concrete Mix Specifications

Add the following:

The following requirements are applicable to the secondary in situ concrete C40 tunnel lining concrete
mix:

- Prepare design mixes for each type and strength of concrete proportioned on the basis of
laboratory trial mix, according to ACI 301, and ACI 211.1.

- Engage a qualified independent testing agency acceptable to the Engineer for preparing and
reporting proposed mix designs for the laboratory trial mix basis.

Greater Beirut Water Supply Project P a g e 16 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

▪ Do not engage the same testing agency for field quality control.

- Submit written reports to the Engineer of each proposed mix for each class of concrete at least
30 days prior to start of Work. Do not begin concrete production until proposed mix designs have
been reviewed and approved by the Engineer.

- Design mixes to provide normal-weight concrete with the following properties unless otherwise
indicated on Drawings:

▪ Tunnel Lining Concrete: Proportion normal-weight concrete mix as follows:


a. Compressive Strength (28 Days): C40/50 (40 Mpa cylinder strength)
b. Minimum cementitious materials content : 380 kg/m3
c. Maximum W/C ratio: 0.35.
d. Maximum Slump: 100 mm.
e. Maximum Slump for Concrete Containing High-Range Water-Reducing Admixture:
200 mm ±20 mm after admixture is added to concrete with 50 to 100 mm slump.
f. Silica fume (5% to 10% of cementitious content) shall be added to the concrete mix.
g. The concrete mix shall be dense and durable satisfying the specified absorption and
permeability test requirements.

- Total Salt Content:

1. Chlorides: The water-soluble chloride content of the concrete, expressed as chloride ion,
shall not exceed 0.15 percent by weight of dry cement, inclusive of cementitious
additives, when tested in accordance with BS 1881.
2. Sulfates: The total sulfate content of the concrete from all sources, expressed as SO3,
when tested in accordance with BS 1881, shall not exceed 3 percent by weight of dry
cement, inclusive of cementitious additives.

- Initial Setting Time:

1. The initial setting time shall be not less than one hour after the production concrete is
discharged into the form. With a maximum time between mixing and placing concrete
of one hour, the total time between mixing and initial set shall be a minimum of 2 hours.
There shall be a maximum setting time of 6 hours.
2. When trial mixes are made to determine the workability of the concrete, the initial
setting time of the cement paste shall be determined using the method defined in
ASTM C 191 but at the maximum allowable temperature and with same proportions of
cementitious additives and retarding superplasticizer as specified in this Specification.

J. Test Mixes - Structural Grade Concrete: When the proposed workability, proportions of
aggregates and superplasticizer, and strength of concrete have been established, test concrete
shall be produced for approval by the Engineer. The following shall be performed for each grade
of concrete:

1. Six separate test mixes shall be made and cured in accordance with ASTM C 192/C192M
and tested in accordance with ASTM C 39/C39M.
2. The 36 cylinders for each grade of concrete shall be tested for compressive strength at 28
days and the mean strength and standard deviation established for each grade.

Greater Beirut Water Supply Project P a g e 17 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

3. The test mixes shall be accepted provided that:

a. The mix proportions and workability are in accordance with this Specification.
b. The standard deviation for each grade is 3.5 MPa or less.
c. The mean strength for structural concrete exceeds the specified design strength by
the limits specified in ACI 318 standard.

K. Adjustment to Concrete Mixes: Mix design adjustments may be requested when characteristics
of materials, job conditions, weather, test results, or other circumstances warrant. Laboratory
test data for revised mix design and strength results shall be submitted to and approved by the
Engineer before using in the Work.

L. Absorption Test: The absorption of the hardened concrete from the trial mixes for structural
grades shall be tested as a measure of the concrete’s ability to resist the ingress of aggressive
salts. Absorption tests shall be in accordance with modified BS 1881: Part 122 and tested at 28-
days. The mean of the corrected absorption figure for each concrete grade shall be calculated
and the absorption of the concrete mixes shall be acceptable if the mean absorption is less than
1.5%.

N. Permeability Tests:

4. BS EN 12390-8 Depth of Penetration shall be carried out as a measure of water


permeability on concrete samples before the mix design or manufacturing method are
approved. The tests shall be carried out in accordance with BS EN 12390-8 at age 28 days
and the maximum value of penetration shall not exceed 10mm.

5. Initial Surface Absorption Test (ISAT) shall be tested and the limit of 0.05 ml/m²/s shall
not be exceeded.

6. The chloride permeability of the concrete shall be determined using cores taken from the
concrete trial samples, in accordance with ASTM C1202 "Electrical Indication of
Concrete's Ability to Resist Chloride Ion Penetration" and the limit of 1000 coulombs shall
not be exceeded at 28-days.

7. The concrete will be deemed to comply with the permeability requirements of this
specification if all test results comply with the absorption test requirement and the
permeability test limits indicated in paragraphs 1, 2 and 3.

8. If any of the absorption test, BS EN 12390-8 and the rapid chloride permeability test
results of unprotected surfaces of a sample failed to meet the above requirements, then
the concrete trial mix represented by such sample shall be deemed not to comply with
the permeability requirements. New and adjusted concrete mixes shall be performed.

Greater Beirut Water Supply Project P a g e 18 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

4.12 REINFORCEMENT STEEL

4.12.2 Material Specifications

Replace the section by the following:

All reinforcement bars shall be of a deformed type in accordance with BS 4449, except that plain bars may
be used where specifically indicated on the Drawings. Plain bars shall be in accordance with BS 4449.

All steel reinforcement shall conform to the requirements of the Specifications for deformed High Yield
Steel Bars, Grade B500C.

Mild steel where specified or called for shall be either deformed or plain bars complying with BS 4449 or
any equivalent National Standard as directed and approved by the Engineer.

Tying wire shall be No.18 gauge stainless steel wire or the equivalent BS specification for tying wire and
uPVC coated suitable for epoxy coated rebar.

Welded wire fabric shall be used as reinforcement for concrete where shown on the Drawings and as
directed. Welded wire fabric shall conform to the requirements of BS 4483.

Greater Beirut Water Supply Project P a g e 19 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

SECTION 7 HEADINGS AND TUNNELS

7.1 Materials

Add new Section 7.1.10

7.1.10 GRP Lining

1 SCOPE
This specification covers the minimum requirements for the GRP piping diameter 2800 mm for tunnel
internal lining material. This specification is related to the design, manufacture, workmanship, installation
and testing of GRP pipes wit un-restrained coupling joint, not transferring axial loads between two pipes,
but allowing certain angular deflection across the joint. .

2 MANUFACTURERS PRE-QUALIFICATION
GRP pipe and fittings shall be manufactured by an established pipe Manufacturer in a purpose-built facility
for the production of such materials. The Manufacturer shall have at least 10 years’ experience in the
manufacture and testing of large diameter GRP pipes (2000 mm and larger) with fittings and all other
related products at the production facility. Evidence of completed and ongoing successful projects under
execution shall be presented with the Tender. Minimum qualification to include the supply of at least 50
km of pipes above 2000 mm dia in the last 5 years. The Manufacturer shall have an approved Quality
Management System covering all activities being undertaken during the manufacturing, supervision and
installation of the subject pipe systems.

The Manufacturer Quality Management System shall comply with:

• ISO 9001 for all activities being undertaken during pipe design, manufacture and supply.
• ISO 9002 for all activities being undertaken during the supervision and installation of the subject
pipe systems.
• ISO 14001 for all related activities

2.1 Manufacturer’s Scope of Work


The GRP pipe system Manufacturer will be responsible for the following:

a) Manufacture and Supply of the GRP pipe, fittings, flanges, saddles for instrumentation
tapping and pipe closing (make-up) pieces. Manufacturer to also supply the gaskets for use
in flange connections and provide general recommendations on associated equipment.

b) Design of the GRP pipe system including Stress Analysis, Support, and the Conceptual
Design for the given design and routing. These Engineering Design analyses are to be
implemented by the Contractor on site.

c) Allowing for inspection and testing at the Manufacturer’s works in accordance with
specified requirements herein.

e) Marking of pipe for identification.

Greater Beirut Water Supply Project P a g e 20 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

f) Provision of Site Supervisor(s) to assist / advice during installation and testing.


g) Complete training and certification program for the Contractor’s installation crews.

2.2 PIPES AND FITTINGS SPECIFICATION

2.2.1 MATERIAL: Conform to BS 1796 / AWWA C950 or equivalent suitable for 6 bars working pressure
with a minimum stiffness of 5,000 N/m2. Suitability of stiffness shall be verified by Contractor for the
various loading conditions within the tunnel as determined by the tunnel lining design and as
recommended by the manufacturer.

Pipe and fittings shall include an internal corrosion resistant liner, a structural wall and a resin rich exterior
surface.

The internal liner shall have a nominal thickness of 1.0 mm. The liner internal layer shall be 0.5 mm thick
and shall be reinforced with "C" glass. The remainder of the liner thickness shall be reinforced with an acid
resistant chopper "E" glass strand or mat. The resin used for the corrosion resistant liner of the pipe and
fittings shall be high grade polyester resin (isophthalic or better) type.

The pipe structural wall shall consist of glass reinforcement, and fine silica sand, all impregnated with resin.
The fine silica sand shall be added to the structural layer to achieve the design thickness for the required
stiffness and pressure rating specified such that the overall hoop flexural modulus (E) for pipe is not less
than 24 GN/M2. Silica sand and filler content shall not exceed 50%. Thickness of structural wall shall be
determined by the contractor according to tunnel lining design requirements.

Pipes shall be provided with a resin rich outer layer reinforced with one layer of "C" glass veil. The exterior
layer shall have a minimum thickness of 0.2 mm. The resin layer shall be rich and reinforced with one layer
of C glass.

For the structural wall and exterior layer of the pipe a high grade isophthalic polyester resin shall be used.
No dark pigments shall be used in the pipe or fittings.

Pipes shall be designed for a life of not less than 50 years. Contractor shall submit calculations for initial
and long term deflection in accordance with Appendix "A" of AWWA C 950 or equivalent.

2.2.2 JOINTS: GRP double socket couplings or bell and spigot type with rubber rings to BS EN 681-2.
Allowable angular deflection to BS EN 1796.

2.2.3 TESTING ON GRP PIPES: The following tests shall be carried out on manufactured pipes. Details of
testing program to be submitted to the Engineer for review and approval prior to commencement of pipe
manufacture. The manufacturer quality control scheme shall be to BS EN ISO 9001 and 9004. The following
tests shall be carried out and reported for approval:

1) Pipes and fittings shall show no porosity when tested in accordance with BS 1796.

2) Samples made from pipe or fitting laminates shall show no evidence of delamination or
other impairment when tested in accordance with ASTM D 570.

3) The axial modulus of elasticity of pipes shall be tested in accordance with ASTM D 2925.

Greater Beirut Water Supply Project P a g e 21 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

4) The short-time hydraulic failure strength of pipe and fittings, shall be tested in accordance
with ASTM D 1599.

5) The axial tensile stress for pipes shall be tested in accordance with ASTM D 2105.

6) The hoop tensile strength of pipes shall be tested in accordance with ASTM D 2290.

7) The indentation hardness of pipes and fittings shall be tested in accordance with ASTM D
2583.

8) The glass content of the reinforced wall of pipes and fittings, will be determined in
accordance with ASTM D 2584.

9) The hydrostatic design stress for pipes and fittings will be obtained from the extrapolated
long term hydrostatic tests in accordance with ASTM D 2992.

10) Strain corrosion resistance: tests are to be carried out as per BS EN 1796 strain corrosion
value at 50 years to equal or exceed 0.7%.

The following tests shall be carried out and reported

• On each and every pipe : visual inspection , dimensions, wall thickness, length, spigot outside
diameter, hydrostatic( to ISO/ AWWA), Barcol hardness,
• Daily or per lot : hoop tensile, stiffness, axial tensile strength, loss of ignition,
• One per 100 couplings : joint tightness test at t.5 times the working pressure

2.2.3 MARKINGS: to BS EN 1796 clause 11.

3.0 DELIVERY: A Customer Acceptance Certificate including an inspection and test carried out shall be
submitted with every batch.

4.0 HANDLING and STORAGE: As per manufacturer recommendations

5.0 INSTALLATION and TESTING: a method statement for installation of the pipe within the tunnel
including grouting the annular space between the pipe and the tunnel, joint lamination as well as testing
the pipe joints at 7.5 bars shall be submitted with the Tender.

The sequence of construction shall be broadly as follows

• Installation of pipe within tunnel


• Testing at joints
• Grouting between pipe and tunnel wall
• Plugging of grout holes as directed

Joints that fail the pressure test may be laminated at no additional cost to the Employer.

All comments/ modifications proposed by CDR/Engineer to the Contractor’s method statement shall be
implemented by the Contractor at no additional cost to the Employer.

Greater Beirut Water Supply Project P a g e 22 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)
ADDENDUM A TO VOLUME 2: PARTICULAR REQUIREMENTS AND SPECIFICATIONS

7.2 CONSTRUCTION

7.2.1 Glossary of Terms

7.2.1.1 Permanent Linings

Replace section the section with the following:

Permanent linings are the final structural support of the tunnel or shaft, and include in situ concrete
(unreinforced or reinforced), steel lining pipes, or GRP pipes placed within the tunnel or shaft and the void
outside the pipes filled with concrete. In the case of the cut and cover tunnel, the permanent lining
includes the concrete surround to the steel lining.

Greater Beirut Water Supply Project P a g e 23 / 23 June 2023


REMAINING TUNNEL WORKS
(TUNNELS AND ANCILLARIES)

You might also like