request for tender for the construction of wastewater

42
1 | Page Request for Tender for the Construction of Wastewater System Upgrade at Auburn Recreation Ground. Tender Number: T02-2021 Closing Date: 5:00pm Wednesday 17 th March 2021 Clare & Gilbert Valleys Council 4 Gleeson Street, Clare Ph: 8842 6400 [email protected]

Upload: others

Post on 08-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Tender for the Construction of Wastewater

1 | P a g e

Request for Tender for the Construction of Wastewater System Upgrade at Auburn

Recreation Ground.

Tender Number: T02-2021

Closing Date: 5:00pm Wednesday 17th March 2021

Clare & Gilbert Valleys Council 4 Gleeson Street, Clare Ph: 8842 6400 [email protected]

Page 2: Request for Tender for the Construction of Wastewater

2 | P a g e

Invitation to Tender

The Clare & Gilbert Valleys Council invite tenders for the Construction of a Wastewater System Upgrade at Auburn Recreation Ground.

Background

The calling of this tender is in response to Council’s responsibility to meet its procurement requirements as part of the Clare & Gilbert Valleys Council 2020/ 21 capital works budget. Wastewater management at Auburn Recreation Ground has relied on an existing Aerobic treatment unit which is undersized especially during peak season. Council requires an upgrade of the system to adequately manage current loads and to provide additional capacity for future growth.

Specifications

1.1 Contractors are invited to submit a Schedule of Rates for the Construction of a Wastewater System Upgrade at Auburn Recreation Grounds in compliance with the attached Technical specification documents.

1.2 Tenders shall include a Breakdown Schedule of Rates for all elements of construction. (e.g. $ per m2, lm…)

1.3 The Technical Specification and drawings prepared by Water Technology provide comprehensive technical and construction details and include site information, detailed drawings, soil bore logs and the SA Health approval for the design.

1.4 Contractor to provide all traffic management requirements including temporary fencing / barriers etc. and ensure traffic management plans and setup are in accordance with AS1732 WZTM regulations.

1.5 The contractor must liaise with recreation park management, adjoining property and business owners regarding the timing of the works to ensure minimal disruption. (Night or after hours works may be required)

1.6 Tenders shall be submitted electronically to the following email: [email protected] or via SA Tenders and Contracts by 5.00pm Wednesday, 17th March 2021.

Page 3: Request for Tender for the Construction of Wastewater

3 | P a g e

Selection

Contractors shall comply with Clare & Gilbert Valleys Councils Contractor Management and WHS systems.

The Council reserves the right to select Contractors based upon;

− Contract price. − Contractor availability at time of work offer. − Contractors proposed project management plan (PMP) − Contractors demonstrated qualifications and experience. − Performance based criteria; including contractors previous works for Council

or previous similar wastewater management system works with local or state government.

− Contractor’s willingness to comply with all terms of the Tender, Council policies and procedures.

A selection criteria matrix that will be used in the contractor selection process is attached.

The successful Tenderer will be required to complete Councils induction process for preferred contractors.

Timing

The Works are required to start by 30th April 2021 and to be completed within 4 weeks. If any contractor is only available to work before or after the proposed timeline, please submit your tender with proposed work schedule to be considered by Council.

A detailed project management plan is required to be submitted with the tender and will form a key part of the selection criteria.

A site inspection with Council staff and Water Technology will be arranged on Tuesday 9th March 2021 at 11am. All tenderers are invited to attend and a pre-booking will be required which can be made through [email protected].

Questions and requests for clarification can be submitted to [email protected] by Wednesday 10th March 2021 at 5pm. Answers will be shared with all tenderers via email on Friday 12th March 2021.

Tenders shall be submitted electronically to [email protected] or via SA Tenders by 5.00pm Wednesday 17th March 2021.

Site Review and Set out

The Contractor is deemed to have visited the site during the Tender period to ascertain local conditions and the works involved. No claims for extra payments will be considered on grounds of lack of knowledge of the actual site, the scope of the Works or of the conditions under which the Works are to be executed.

The Contractor shall familiarise itself with the availability of temporary access, temporary lighting and power, telephone services, water supply, waste disposal facilities, labour supply, weather conditions, etc. and make allowance in its

Page 4: Request for Tender for the Construction of Wastewater

4 | P a g e

quotation for provision of any services required to enable the Works to be performed.

The Contractor shall ensure that all plant, equipment, materials, temporary workshops, stores and offices are kept within the confines of the site. The cost to provide the Contractor’s temporary power, water and any other services required to execute the works shall be borne by the Contractor.

The Contractor shall be responsible for:

− All matters relating to the establishment of site facilities to service the works in accordance with the WHS Act.

− Securing and maintaining site facilities in a clean and orderly condition and in a satisfactory state of repair.

− Any losses occurring from the site. − Delivery of all materials used in the works and allocating sufficient storage

space for same.

Where the Contractor has commenced any component of the Works, it shall be deemed that the Contractor has reviewed all dimensions and has accepted responsibility. The Contractor shall reinstate any infrastructure or road furniture which may have been disturbed or damaged by its work. In any doubt, prior to start work consult with the Superintendent.

Project Management

The Contractor shall prepare a comprehensive Project Management Plan (PMP) for the works incorporating a detailed work method statement outlining how the Contractor proposes to carry out the works.

The PMP shall clearly address the following items:

− Work, Health and Safety management − Quality control processes − Environmental management plan − Traffic Management plan − Detailed Construction Program with daily and weekly milestones – (MS Project

format preferred) − Communication plan

A detailed draft PMP shall be included in the Tender response and will be a key component of the tender evaluation.

The Contractor shall submit to the Superintendent a copy of the Final PMP within ten working days of contract award and prior to taking possession of the site.

Traffic Management

The Contractor shall provide for the continuous operation of normal traffic and pedestrian movements along all roads, and pedestrian and vehicular access to properties included in or affected by the Contract. The Contractor shall, where

Page 5: Request for Tender for the Construction of Wastewater

5 | P a g e

necessary, provide and maintain side-tracks to the satisfaction of the Superintendent.

The Contractor shall prepare and submit to the Superintendent as part of its PMP, detailed Traffic Management Plans to cover all works in accordance with all relevant legislation, regulations, guidelines, codes of practice and Australian Standards.

The Contractor shall be responsible for the safety of all pedestrians and vehicular traffic at or adjacent to the site of the Works, or in any way affected by the execution of the Works.

Notwithstanding any action that the Superintendent may take in this regard, the Contractor shall be liable for damages arising out of any accident in connection with the carrying out of the Works.

General Construction

The Contractor shall act in compliance with all legislation, regulations, codes and industry guidelines applicable to all works and provide all required notices and pay all required fees, evidence of which shall be submitted to the Superintendent.

All works shall be carried out in accordance with the Specification and Drawings, the applicable Australian Standards and Codes. In the absence of any details provided in the aforementioned documents the Contractor shall provide details of alternative recognised standards including but not limited to Department of Planning, Transport and Infrastructure (DPTI) Institute of Public Works Engineering Australia (IPWEA), Engineers Australia (EA) and/or manufacturer’s recommendations.

The Contractor is fully responsible for choosing the appropriate plant, equipment and work methods for the purpose and environment for which they are to be used.

The Contractor shall be fully responsible for the construction of the works and ensure that acceptable work practices are used.

Completion

On completion of the works, the Contractor shall remove all rubbish, debris, surplus materials from the site of the works. The site shall be left in a neat and tidy condition to the satisfaction of the Superintendent.

Any land contaminated through the occupation of the site by the Contractor will be remedied to the satisfaction of the Superintendent. The Superintendent will inspect the site at the conclusion of the contract. Any outstanding clean up works required to leave the site in a satisfactory condition that is not carried out by the Contractor will be completed by others and the cost of that work will be a charge levied against the Contractor.

Page 6: Request for Tender for the Construction of Wastewater

6 | P a g e

Pricing Schedule

Price payable by the Council for the Goods as quoted in the pricing schedule and as agreed between the Council and the Contractor and in keeping with Payment Terms Negotiated with the Council.

This Contract is a Lump Sum Contract for the whole of the Works and not subject to rise and fall. All fees and charges necessary for the successful completion of the Works shall be deemed to be included in the Lump Sum

The Contractor shall pay the Construction Industry Training Board (CITB) Levy pertaining to the Works under this Contract in accordance with the Construction Industry Training Fund Act 1993.

This purchase price will be authorised once the invoice for work has been authorised by the Superintendent. Prices must be listed exclusive of GST unless shown otherwise Contractor shall in their response provide a detailed schedule of rates with a breakdown of the costs for all fixed and variable costs (if applicable).

Work, Health and Safety Requirements

Formal Work Health & Safety Requirements Under the Work Health & Safety Act 2012 (SA), the Councils have a duty as a “person conducting a business or undertaking” (PCBU) to provide and maintain, so far as is reasonably practicable, a safe working environment for its employees, tenderers, contractors, sub-contractors, consultants, visitors and members of the public. To align with The Councils’ WHS duties, the successful Tenderer must comply and ensure that others comply with the following:

1. The Tenderer engaged in providing the Services must identify and discharge their own duties as a PCBU;

2. The Tenderer must ensure through a documented and systematic approach, that it complies with any Acts, regulations, local laws and by-laws or Guidelines applicable to the performance of the Services; and

3. The Tenderer must comply with any reasonable directions of The Council’s Contract Representative relating to safety and environmental matters if they arise.

General Advice It is the responsibility of the contractor to comply with relevant state WHS legislation, relevant codes of practice, Australian standards and for reporting unsafe or unsatisfactory working conditions, hazards and incidents.

The Contractor is to complete and provide all relevant Safe Work Method Statement (SWMS), Job Safety Analysis (JSA), Risk Assessment (RA) or Safe Work Instruction (SWI) paperwork to the Council.

Safe Work Method Statement (SWMS) is a document which records the significant (prescribed) information relating to WHS for a construction project.

Page 7: Request for Tender for the Construction of Wastewater

7 | P a g e

Job Safety Analysis (JSA) simply means looking at the work task and considering what is the safest way to complete it. It is a way of becoming aware of the hazards involved in doing the job and taking action to prevent an injury. The JSA form will allow you to record that the safety assessment has been carried out.

A Risk Assessment (RA) identifies the hazards and evaluates likelihood and consequences of a potential incident.

A Safe Work Instruction (SWI) lists the possible issues for a known work situation or environment and allows you to check that there are no changes that may create new hazards or issues that compromise safety.

The above documents will assist in deciding the following:-

Eliminate the risk The most effective control measure involves eliminating the hazardous manual task and its associated risk. Minimise the risk If it is not reasonably practicable to eliminate the risk, then you must minimise the risk so far as is reasonably practicable.

More Information on WHS requirements are available at www.safework.sa.gov.au The Tenderer shall provide copies of safe work procedures and practices relating to the Works to be undertaken as part of the Tender. Reporting Hazards / Issues / Near Misses In the instance of any incident, assessed hazard or near-miss the Councils Superintendent should be contacted as soon as safely practicable and informed of the situation so that the Council can ensure the appropriate steps have been taken and the incident recorded and reported.

Conflict of Interest

Contractors must inform Council of any circumstances or relationships which will constitute a conflict or potential conflict of interest if the Contractor is successful. If any conflict or potential conflict exists, the Contractor must advise how it proposes to address this. If any conflict or potential conflict of interest is omitted, Council may suspend the whole or any part of the Works if considered necessary.

Page 8: Request for Tender for the Construction of Wastewater

8 | P a g e

Format of Tender Response

Tender responses will be assessed and rated using Councils Tender Evaluation Matrix. It is strongly encouraged for Contractors to address each of the topics listed below in their tender response so that the tender can be assessed thoroughly and fairly 1: Schedule of Rates 2: Breakdown of Schedule of Rates for all elements of construction. 3: Detailed draft PMP including Construction Schedule and milestones 4: Confirmation of Site inspection 5: Confirmation of Compliance with WHS requirements 6: Examples of Contractors site Safety management systems 7: Details of previously completed similar projects 8: Contact details for References for previous similar works completed

Page 9: Request for Tender for the Construction of Wastewater

9 | P a g e

Schedule of Rates – (complete and return)

Construction of Wastewater System Upgrade at Auburn Recreation Ground. Tender Number: T02-2021 Before completing this Pricing Schedule, Respondents should ensure that they have read and understood the entire Tender.

The rates must remain constant for the Term of the proposed Contract for Works.

Clare and Gilbert Valleys Council cannot and will not guarantee the completeness or accuracy of the Schedule and therefore it can only to be used as a guide. It is therefore the Contractor’s responsibility to add items as appropriate to ensure that all items necessary to complete the Works, as provided within the requirements of the Tender documents.

Contract payments will be made based on the rates provided in this Priced Schedule. The total provided will be used as the base price for assessing Quotes and awarding the Contract. The rates provided may also be used for the purpose of calculating variations to the Contract.

If any item contained in this Schedule is not priced it shall be deemed either (a) the cost has been included elsewhere, or (b) no payment is required in respect to that item.

I/We the undersigned, do hereby tender to perform the abovementioned work in accordance with the Tender Documents.

TOTAL OF SCHEDULE OF RATES

$

CITB LEVY $

GOODS & SERVICES TAX (GST)

$

TOTAL CONTRACT SUM $

Tenderer’s Trading Name: .....................................................................................................

ABN: ..........................................................................................................................................

Contact Person: ......................................................................................................................

Address: ...................................................................................................................................

Telephone No: .................................................. Email.........................................................

Signature: .................................................... Witness: .............................................................

Dated the ....................................................day of ........................................……….. 2021

Page 10: Request for Tender for the Construction of Wastewater

Wastewater System Upgrade Technical Specification

Auburn Recreation Grounds

Clare and Gilbert Valley Council

11 February 2021

Page 11: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 1

20030166 D

esig

n S

pecific

ations v

1.3

Document Status

Version Doc type Reviewed by Approved by Date issued

V1 Draft DP DP 30/10/2020

V3 Final DP DP 15/02/2021

Project Details

Project Name Auburn Recreation Grounds

Client Clare and Gilbert Valley Council

Client Project Manager Ken Dolan

Water Technology Project Manager Dave Pennington

Water Technology Project Director Melinda Lutton

Authors Roxanne Frost

Document Number 20030166 Design Specifications v1.3

COPYRIGHT

Water Technology Pty Ltd has produced this document in accordance with instructions from Clare and Gilbert Valley

Council for their use only. The concepts and information contained in this document are the copyright of Water Technology

Pty Ltd. Use or copying of this document in whole or in part without written permission of Water Technology Pty Ltd

constitutes an infringement of copyright.

Water Technology Pty Ltd does not warrant this document is definitive nor free from error and does not accept liability for

any loss caused, or arising from, reliance upon the information provided herein.

1/198 Greenhill Road

Eastwood SA 5063

Telephone (08) 8378 8000

Fax (08) 8357 8988

ACN 093 377 283

ABN 60 093 377 283

Page 12: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 2

20030166 D

esig

n S

pecific

ations v

1.3

CONTENTS

1 PRELIMINARIES 4

1.1 Background 4

1.2 Scope of Works 5

1.3 Drawings 5

1.4 Schedule of Key Components 5

1.5 Setting Out 6

1.6 Drainage of Site During Construction 6

1.7 Existing Services 6

2 ENVIRONMENTAL PROTECTION 8

2.1 General 8

2.2 Site Control 8

2.3 Hours of Work 8

2.4 Environmental Control 8

2.5 Stock Piling 8

2.6 Contractor’s Waste 9

2.7 Trucking 9

2.8 Preservation of Flora 9

2.9 Clean Up 9

3 GENERAL 10

3.1 Fencing 10

3.2 Quality Control and Assurance 10

3.3 Works Included 10

3.4 Matching in and Making Good 10

3.5 Manufacturers Recommendations 10

4 EARTHWORKS 11

4.1 General 11

4.2 Site Clearing 11

4.3 Work Around Trees 11

4.4 Topsoil Stripping and Spreading 12

4.5 Excavation and Filling 12

4.5.1 General 12

4.5.2 Disposal 12

5 ONSITE WASTEWATER TREATMENT SYSTEM INSTALLATION 13

5.1 Scope 13

5.2 Pipelines 13

5.3 Effluent Disposal Trenches 13

5.3.1 Pressure dosed beds 13

5.4 Septic, Pumping and Balance Tanks 14

5.4.1 Excavation 14

Page 13: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 3

20030166 D

esig

n S

pecific

ations v

1.3

5.4.2 Installation 14

5.4.3 Backfill 14

5.4.4 Pumps 14

5.5 Electrical 14

5.5.1 Electronic Control and Instrumentation 15

APPENDICES

Appendix A Soil Borelog Report

Appendix B Engineering Drawings

Appendix C SA Health Wastewater Approval

Appendix D Safety In Design

LIST OF FIGURES

Figure 1-1 Site layout and features 4

LIST OF TABLES

Table 1-1 Schedule of Key Components 5

Page 14: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 4

20030166 D

esig

n S

pecific

ations v

1.3

1 PRELIMINARIES

1.1 Background

The Auburn Recreation Grounds (the Grounds) incorporates the Caravan Park, Community Centre, and

Sporting clubhouse.

Wastewater management at the Grounds has relied on an existing domestic Ri-Treat Aerobic treatment unit

(AWTS), which is undersized, especially during the holiday season when the caravan park is busy.

Council requires an upgrade of the wastewater facilities to adequately manage current loads and also provide

additional capacity for future growth. For this reason, the proposed upgrade has been separated into two

stages, firstly to address current under-capacity and, secondly, to incorporate into the design the infrastructure

required for future expansion for when that becomes necessary.

The following assessment evaluates site and soil conditions, design criteria, and construction requirements, in

accordance with the SA Health Onsite Wastewater Systems Code, 2013, (DHA code). A layout of the site is

provided in Figure 1-1.

It is important as part of the tender brief, that submissions include the proposed construction methodology and

outline the management approaches to minimise the impact on car parking and pedestrian movements.

FIGURE 1-1 SITE LAYOUT AND FEATURES

Page 15: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 5

20030166 D

esig

n S

pecific

ations v

1.3

1.2 Scope of Works

The scope of work in this contract comprises the supply, construction, installation and commissioning of all

works detailed on the drawings and in this specification. Works include site preparation, clearing, excavation,

pipeline laying and effluent disposal trenches. In general, the scope of works shall include:

◼ Identification of existing underground services, noting council has undertaken a preliminary investigation;

◼ Site access management (both traffic and shared use path);

◼ Excavation for pipeline construction, septic tank, pump chamber and pumps, balance tank installation and

effluent disposal trench construction;

◼ Onsite wastewater treatment system installation, commissioning, and site remediation;

The management of approvals and community liaison with be completed by the Superintendent.

1.3 Drawings

The following drawings all form part of the Contract and are referred to as "the Drawings".

TABLE 1-1 SCHEDULE OF DRAWINGS

Sheet Title Size

D01 Site Plan A3

D02 Onsite Wastewater System Layout North A3

D03 Onsite Wastewater System Layout South A3

D04 Dispersal Bed Detail: Conventional A3

1.4 Schedule of Key Components

The following main items of infrastructure and quantities (but not limited to), are required for the construction

of the wastewater system.

TABLE 1-2 SCHEDULE OF KEY COMPONENTS

Item Quantity Unit

20 kL Septic tank 1 Item

5 kL Pumping Chamber 1 Item

20 kL Balance tank 1 Item

Lowara DOC7 submersible pump, controller, and level probes 1 Item

Calpeda GQR 10 (32) – 12 submersible pump, controller, and level probes.

1 Item

150mm “Stormplastic” Knuckle joint and Expanda joint 2 Item

K-Rain series 6000 with six outlets cammed to 4 ports 1 Item

Ball Valve DN40 PVC (colour lilac) with Valve Box (colour lilac) 16 Item

Flow Meter DN50 1 Item

Gravity DN100 DWV 13 m

Pressurised DN50 PE Class 12 (colour purple stripe) 195 m

Page 16: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 6

20030166 D

esig

n S

pecific

ations v

1.3

Item Quantity Unit

Pressurized DN40 PVC Class 12 (colour lilac) 540 m

Electrical conduit DN50 and wiring, and control wiring, and draw wire.

286 m

Effluent disposal system as detailed, and commissioning 1 item

1.5 Setting Out

Levels given in the Contract Documents are to the Australian Height Datum.

Measurements from Drawing and other information required to set out the Works shall be confirmed by the

Contractor on Site. The Contractor shall not be entitled to any claim arising from failure to confirm dimensions

or obtain measurements and other information on Site.

The Contractor shall exercise proper care in the preservation of all reference pegs or marks set out for its use

and that of the Superintendent. If such pegs or marks are damaged, lost or removed by the Contractor’s

operations, they shall be reset by or on behalf of the Principal at the Contractor’s expense. The Contractor

shall under no circumstances attempt to replace pegs other than its own.

1.6 Drainage of Site During Construction

The Contractor shall be deemed to have fully informed itself concerning water flows and levels insofar as they

may affect the work under the Contract.

The Contractor shall not obstruct any drain or channel and shall carry out the work in such a way as to ensure

that no heading up of floodwaters in new or existing drains or gutters occurs. The exception to this shall be the

management of any flows in the stormwater pipe, which must be managed during the construction process.

The contractor shall ensure optimal earthworks practices are implemented.

The Principal accepts no responsibility for loss of or damage to completed work or the Contractor’s plant or

materials due to flooding or erosive forces associated with River flows during construction.

The Contractor shall sequence and carry out the work under the Contract in such a manner as shall ensure

that an adequate drainage facility is operational at all times and shall minimise the effects of runoff and erosion

on the Site.

The Contractor will need to provide a mechanism by which normal drainage flows from the stormwater pipe

can bypass the works during the construction period. The contractor will be required to program and stage the

works in such a way as to prevent damage to any partially completed works by inundation.

1.7 Existing Services

It shall be the Contractor’s responsibility to accurately locate any existing services, to carry out services checks

and make arrangements for any relocation or protection which may be required. All existing services indicated

on drawings are indicative only.

The contractor shall coordinate the set out of all infrastructure and location of existing underground services

in conjunction with council, to ensure existing services are not damaged. Council will undertake vacuum

potholing, as necessary, in conjunction with the contractor to identify existing services prior to commencement

of excavation.

The Contractor shall exercise all care during the progress of the work under the Contract to ensure that no

damage of any nature whatsoever arises to or in connection with the installations of and the workings of any

Page 17: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 7

20030166 D

esig

n S

pecific

ations v

1.3

services including services provided by any public utility and, without limiting the generality of the foregoing,

with those of gas, water, sewerage, electricity, telephone and general communication authorities. The

Contractor shall comply with all regulations and safety requirements of the relevant authorities responsible for

these services. The Contractor shall be liable for any such damage of whatsoever nature resulting from its

operations or arising through any act or through any failure to act on the part of the Contractor.

Such information (if any) relating to any such services as may be supplied by the Principal or Superintendent

to the Contractor shall be for the purposes of general information only. The locations of any services shown in

any document provided by the Principal are approximate only. It shall be the responsibility of the Contractor to

check and ascertain the accuracy and correctness of all such information and to make such other enquiries as

to enable the Contractor to comply with the provisions set forth in the previous paragraph. Any costs incurred

by a public utility due to any such damage by the Contractor and charged to the Principal shall be recovered

by the Principal by way of a deduction from the Contract Sum.

The contractor shall inform the Superintendent immediately on uncovering any services that may affect their

works.

Where it is necessary for an alteration to any existing service or the installation of any new service due to the

design requirements of the Works, such alteration or installation will be arranged at the expense of the

Principal. The Contractor shall be responsible for programming and co-ordinating the relevant authority to

implement the required work.

The Contractor shall arrange for the relocation of services to provide minimum clearance requirements from

the final alignment and levels. However, this shall not relieve the Contractor of any of its responsibilities and

obligations under the Contract.

If, during the course of the work under the Contract, the Contractor deems it necessary to have any utility

service removed or altered to enable easier or quicker construction, such removal or alteration shall be

arranged by the Contractor and any costs incurred shall be paid by the Contractor.

The Contractor shall give notice in writing to the owner of any utility that may be affected by construction

operations at least 48 hours prior to the commencement of such work.

If, while work is in progress, any authority desires to place a service, the Contractor shall allow reasonable

access and working space for the authority to carry out such placement, if requested by the Superintendent.

Page 18: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 8

20030166 D

esig

n S

pecific

ations v

1.3

2 ENVIRONMENTAL PROTECTION

2.1 General

The Contractor shall take all measures necessary to ensure minimum disturbance to the existing environment

by its operations.

2.2 Site Control

The Contractor and its agents shall observe all Rules and Regulations applicable to the Site and shall comply

with all notices and instructions issued by the Superintendent in relation to such Rules and Regulations.

Except as otherwise provided in the Contract, delivery of any materials for the Works, space or the storage of

materials and for building sheds, offices and workshops will be allowed only as arranged between the

Contractor and the Superintendent.

When flammable or combustible materials are to be stored or used, the Contractor shall adhere strictly to any

instructions given by the Superintendent in regard to their storage or usage.

No new tracks shall be formed, existing tracks altered, camps erected, trees or shrubs removed, fences cut,

water, sewerage or power lines cut or any other such things done without the prior permission of the

Superintendent, apart from those identified on the project Drawings.

Under no circumstances whatsoever shall fires be lit without the prior permission in writing of the

Superintendent.

The Contractor shall keep all compounds, storage and work areas in a clean and tidy condition throughout the

work under the Contract.

2.3 Hours of Work

The hours of works shall be between 7am and 5pm Monday to Friday. Work outside these hours shall only be

completed with prior approval of the superintendent.

2.4 Environmental Control

The Contractor shall be responsible for ensuring that the provisions of this clause and any other environmental

protection provisions in the Contract are complied with and that the requirements of any statute, by-law,

standard and the like related to environmental protection are observed.

The Contractor shall design, construct, maintain and operate suitable pollution and erosion control facilities to

prevent discharge of water containing polluting matter or visible suspended soil or other materials into any

defined drainage line, water course, drain or drainage structure.

The Contractor shall, not less than 3 working days before commencement of work on the Site, submit to the

Superintendent its proposals for traffic movements, temporary structures, temporary diversions, erosion

control, cleaning up and the like. After the proposals have been approved by the Superintendent, the

Contractor shall be responsible for ensuring that the approved proposals are observed. Any changes to the

approved proposals shall be subject to the prior agreement of the Superintendent. Such approvals shall not

relieve the Contractor of its responsibilities and obligations under the Contract.

2.5 Stock Piling

Stock piling of construction materials may be necessary during the works. Instruction should be sought from

the superintendent on the appropriate location for stockpiling of materials prior to starting works.

Page 19: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 9

20030166 D

esig

n S

pecific

ations v

1.3

The contractor shall ensure appropriate sediment control is implemented to control sediment from stockpiles.

This should include the use of sediment fences.

2.6 Contractor’s Waste

The Contractor shall prevent the entry of all detritus and any concrete, hydrocarbon, garbage, liquid or human

waste from the Site to the stormwater drainage/creek system.

Waste from construction operations, including food scraps and the like, shall not be dropped free but shall be

removed from the Site. The Contractor shall provide hoppers or garbage bins for the collection of Site waste

and shall regularly remove it. All such hoppers or bins shall be covered or be of such design as to fully confine

the material and prevent dissemination of dust and odour.

2.7 Trucking

Trucks leaving the Site with earth materials or loose debris shall be loaded in such a manner as will prevent

dropping of materials on the roadways and prevent a dust nuisance being caused from the load. Trucks

bringing materials to the Site shall be similarly loaded.

The wheels, tracks and body surfaces of all plant and vehicles leaving the Site shall be free of mud so that

mud is not carried on to adjacent roads or paved areas.

2.8 Preservation of Flora

The Contractor shall take every reasonable precaution not to damage any tree (unless required by the Contract

to be removed), including its root system, and shall keep stripping of topsoil, trafficking of vehicles and plant,

storage of materials, equipment or rubbish away from existing trees which are to be retained.

The Superintendent may direct the Contractor to repair any damage or injury to a tree or vegetation that is to

remain. This work shall be carried out promptly as directed by the Superintendent at the Contractor’s expense.

If trimming of trees or vegetation is required in, approval must be sought from the Superintendent (who will

consult with the Principal) at least 48 hours before the planned activity.

The Contractor shall also remove woody weeds and pest plants in areas to be excavated and avoid the spread

of caltrop during earthworks and vehicle movements through the Site.

2.9 Clean Up

The Contractor shall clean up the Site of all loose and surplus materials, debris, rubbish and other items and

leave the Site in a clean, tidy condition.

Areas of the Site subjected to disturbance by the marks or machinery shall be restored and left in a condition

satisfactory to the Superintendent.

Page 20: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 10

20030166 D

esig

n S

pecific

ations v

1.3

3 GENERAL

3.1 Fencing

The contractor shall ensure that the site is kept secure at all times to ensure the safety of the public. The

location and extent of the perimeter fencing is to be negotiated with the Superintendent.

3.2 Quality Control and Assurance

The Contractor shall inform itself of all quality requirements of the Contract and prepare and implement at its

own cost quality control and quality assurance programmes for the whole of the Works.

The Contractor shall maintain effective control of the quality of the materials and work and perform all

examinations and tests required by the Contract to demonstrate their conformance to the technical

requirements of the Contract and shall offer for acceptance only materials and work that so conform. The

Contractor shall, if requested by the Superintendent, provide objective evidence that controls and inspection

are effective.

The Superintendent may perform any examination or tests to ensure that materials and work conform to the

technical requirements of the Contract and to reject any which do not so conform.

3.3 Works Included

The work under the Contract comprises the supply of the whole of the plant, labour, technical skills and

materials necessary to execute the Works described in the Specification and/or shown on the Drawings.

The Contractor is responsible for confirming on Site the exact location and extent of the Works.

3.4 Matching in and Making Good

The Contractor shall carry out all work necessary for the proper matching in of new and existing works.

Where partial removal of items such as kerbs, gutters, pipes, pathways, concrete or bitumen, is required, the

item is to be first cut neatly with a saw or other means approved for the purpose in such a way as to avoid

unnecessary damage and repair.

The Contractor shall not interfere with or damage property which is to remain on or adjacent to the site,

including adjoining property encroaching onto the site, and trees. If interference or damage to such property

occurs the contractor shall immediately rectify any damage.

Any damage shall be made good and left in a safe and secure condition at least equal to the existing standard

of construction and to the satisfaction of the Superintendent.

Where the item is controlled by a statute or regulation, the standard of reinstatement shall meet the

requirements of that statute or regulation.

3.5 Manufacturers Recommendations

Manufactured products should be transported delivered, stored, handled, protected, finished and prepared for

use in accordance with the current written recommendations and instructions of the manufacturer or supplier.

Page 21: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 11

20030166 D

esig

n S

pecific

ations v

1.3

4 EARTHWORKS

4.1 General

This Part specifies the requirements for the construction of earthworks, including soft spot repair, excavation,

the construction of fill and spreading of topsoil.

The Contractor shall construct earthworks to conform to the lines, grades, cross sections, levels, dimensions

and tolerances detailed in the Contract Documents.

4.2 Site Clearing

The Site shall be cleared of vegetation, rubbish, existing pavement seal and structures (including fencing) to

the extent indicated on the Drawings or as necessary to satisfy the requirements of the Contract.

If in the course of clearing and excavation any hazardous or potentially hazardous material is encountered,

the Contractor shall immediately notify the Superintendent and request a direction.

4.3 Work Around Trees

All trees are to be protected unless marked for removal.

The Contractor shall keep the area within the drip line free of paths, construction material and debris. The

Contractor must not store bulk materials under trees. The Contractor must not place spoil against tree trunks.

Prevent damage to bark. The Contractor shall not compact the ground under the tree drip line.

Where severing of roots above 30mm in diameter is required the work should be assessed by a qualified

Arborist (to be supplied by the Principal). In all situations as many roots as is possible are to be retained.

Where excavation is required near trees to be retained use hand methods to locate and expose and cleanly

remove the roots.

Removal shall include felling, grubbing, disposal and backfill.

Backfill shall be with selected excavated material or approved granular material compacted to the density

required for the relevant constituent layer. If no density is specified, compaction shall be in layers of maximum

300 mm uncompacted thickness to 80% of standard maximum dry density as defined by AS1289.5.1.1.

Where branches intrude onto the working area and are likely to be damaged during execution of the work

under the Contract, they shall be trimmed as approved by the Superintendent to the branch collar with a clean

saw cut.

Prior to commencement of work, the Contractor shall inspect all vegetation to be removed and any areas to

be cleared for the presence of insects or animals that could either potentially cause harm to on-site staff or

themselves during the course of carrying out the works.

Should during the course of works any potentially harmful insects or animals be detected, the Superintendent

is to be notified immediately and all work in the area is to cease.

Page 22: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 12

20030166 D

esig

n S

pecific

ations v

1.3

4.4 Topsoil Stripping and Spreading

Topsoil is defined as the surface layer of organic material, high in humus content and suitable for propagating

seedlings.

Grass cover and topsoil shall be stripped from areas to be worked. Where topsoil is of a greater depth than

100 mm, the Contractor shall strip topsoil up to a maximum depth of 200 mm. Where topsoil depth is less than

100 mm, only topsoil shall be stripped.

Topsoil shall be stockpiled at a location approved by the Superintendent for later respreading over the works

or disposal if topsoil is found to be in excess.

4.5 Excavation and Filling

4.5.1 General

The Contractor shall construct earthworks (i.e. excavation and/or filling) to conform to the lines, grades, cross

sections, levels, dimensions and tolerances as specified in the Contract.

If any of the following are encountered the Superintendent is to be informed immediately and instructions are

to be obtained before any further work can be carried out:

◼ poor ground;

◼ rock;

◼ springs seepages;

◼ discrepancies; and

◼ contaminated soil or water (visual or odours).

4.5.2 Disposal

Disposal of excess excavated material should be spread on site as directed by the Principal.

Page 23: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 13

20030166 D

esig

n S

pecific

ations v

1.3

5 ONSITE WASTEWATER TREATMENT SYSTEM INSTALLATION

5.1 Scope

This section covers the requirements for construction and installation of the onsite wastewater system. The

system includes pipework, effluent disposal trenches, septic tanks, balance tanks, pumps and electronic

control and instrumentation.

5.2 Pipelines

Several different types of pipe must be installed for the system please refer to Drawing D01-D03 for location

and arrangement of pipework. All pipe connection must be flexible connections as soil profile indicated

moderate to high reactivity. The following types of pipe types will be installed:

◼ Gravity DN100 DWV in accordance with AS/NZS 1260

◼ Pressurised DN50 PE Class 12 (colour purple stripe) in accordance with AS/NZS 4130 Polyethylene (PE)

pipes for pressure applications

◼ Pressurized DN40 PVC Class 12 (colour lilac) in accordance with AS/NZS 4765 Modified PVC (PVC-M)

pipes for pressure applications

The following pipe connections and valves for the effluent disposal system must be installed:

◼ DN40 PVC Ball Valve (colour lilac handle)

◼ Valve Box (DURA large lilac lids)

◼ K-Rain series 6000 with six outlets cammed to 4 ports

◼ New DN50 flow meter for effluent flow metering in large in ground valve box

◼ 150mm “Stormplastic” Knuckle joint and Expanda joint (or similar approved)

◼ Location and new connection to existing sewer as indicated on the Drawings

The minimum trench with and depth shall be in accordance with the relevant pipe material standard.

5.3 Effluent Disposal Trenches

Pressure dosed beds using the LPED dosing laterals in accordance with AS1547:2012 is selected for this site.

Refer to Drawing D04 for details, and D01-D03 for location, and arrangement.

5.3.1 Pressure-dosed beds

The following construction methodology shall be used to install the disposal beds:

◼ Remove and stockpile topsoil and sandy material to approximately 450mm.

◼ Thoroughly deep rip 300mm with 2 applications of gypsum (1.0kg/m²) following ripping.

◼ Firm the bed floor using the excavator bucket without over-compacting, and screed level;

◼ Place screenings, distribution system and geo-textile fabric, and backfill with remaining stockpiled topsoil;

◼ Mound slightly over all beds to divert surface water finished level approx.50mm above existing ground.

◼ Allow to undertake a flow test of the distribution system ensuring the indexing valve is operating correctly,

and dosing laterals have even squirt height, prior to covering.

Page 24: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 14

20030166 D

esig

n S

pecific

ations v

1.3

The whole wastewater disposal area should be smoothed and finished by planting with salt and nutrient

tolerant plants and/or grasses or turf to promote the transpiration capacity of the system and stabilise the

disturbed surfaces. The contractor shall seek advice from council regarding the preferred finishing and

landscaping requirements. Refer to D04 for further details.

5.4 Septic, Pumping and Balance Tanks

The onsite wastewater system includes the following septic, pumping and balance tanks in accordance with

AS1547:2012:

A RI Industries 20,000L septic tank fitted with Nobis outlet filter and a 5,000L pumping chamber fitted with a

Lowara DOC7 submersible pump, and RI Industries 20,000L holding tank fitted with a Calpeda GQR10(32)-

12 submersible pump, has been selected for this project. Refer to Drawings for location and arrangement.

The 12,000L septic tank, and additional 2 disposal beds identified on the Drawings are for future project and

will not be constructed in this contract.

5.4.1 Excavation

Tank location should be carefully selected to ensure that no surface water or stormwater collects or will be

directed to it. The surface area of the excavation for the tanks must exceed the tank dimensions by

approximately 500 mm on each side, to allow for adequate compaction.

Place a layer of clean bedding sand in the hole and compact to minimum 50mm thick. Sand surface must be

flat and level, and free from all foreign matter.

5.4.2 Installation

Tanks must be lowered into the prepared excavation pit using appropriate lifting lugs. Ensure bedding sand is

not disturbed during installation. Inlet and outlet pipes must be connected according to manufacturer’s

instructions. All inlet and outlet pipes must be laid with an incline of at least 1.65%, in accordance with AS3500.

5.4.3 Backfill

Use sand or excavated material or spoil with maximum particle size of 5mm. Backfill around the tanks layer by

layer in steps of a maximum of 300mm Each layer must be well compacted (hand tamper). Ensure no damage

occurs to the tank while compacting backfill.

5.4.4 Pumps

A Lowara DOC7 submersible pump will be installed in the 5,000L pumping chamber. A Calpeda GQR10(32)-

12 submersible pump will be installed in the 20,000L holding tank. Refer to manufacturer brochures for details.

5.5 Electrical

Power supply for the project can be sourced from the switchboard located on the existing toilet block. It is

understood from a preliminary inspection that there is capacity and space for the proposed connections.

All electrical connections must be carried out by tradespersons who are experienced and licensed for such

work.

The contractor shall allow to supply and install all conduit, wiring, and equipment as detailed, for the full

functioning of the wastewater system. This includes:

◼ Sizing of power supply, wiring, conduits, and solid connection to 2 x pumps,

Page 25: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds Page 15

20030166 D

esig

n S

pecific

ations v

1.3

◼ Supply and installation of audible/visual level alarms, conduits, wiring and connections

◼ Coordination with other trades including trenching, installation, and backfilling of common service

trenching as detailed on the Drawings.

In addition, council has requested that the Contractor allow to investigate cost saving opportunities, including

the potential to connect to the existing electrical feed to the Riding club.

5.5.1 Electronic Control and Instrumentation

The electrical contractor is required to design, supply and install the pump control system to manage the flow

of effluent described by the following operational rules:

◼ The transfer pump located in the 5,000L pumping chamber shall operate on a float switch on demand,

capable of being over-ridden when the 20kL holding tank is full.

◼ Either a level probe or float switch shall be fitted to the pump chamber to activate the pump when there is

at least 650L available in the chamber.

◼ The 20kL holding tank shall have a high-level alarm probe set to alert the operator when full. When this

occurs, the transfer pump will be isolated leaving approximately 5000L capacity/emergency storage, which

should allow the operator time sufficient time to remediate.

◼ An alarm condition is also activated if the transfer pump or distribution pump fails to activate.

◼ The distribution pump located in the 20kL holding tank shall be controlled by timer to ensure no greater

volume than 5,208L is delivered to the disposal beds per day. This can be arranged by sequentially time

dosing each disposal bed with 660L per event. Over an average day, the 4 beds will be dosed twice per

day.

◼ Level alarm probes fitted to both holding tanks shall be connected to two audible/visual alarm units

mounted externally on the toilet block wall.

Level alarm probes fitted to holding tank and pumping chamber shall be connected to two audible/visual alarm

units mounted externally on the toilet block wall.

Page 26: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

APPENDIX A SOIL BORELOG REPORT

Page 27: Request for Tender for the Construction of Wastewater
Page 28: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

APPENDIX B ENGINEERING DRAWINGS

Page 29: Request for Tender for the Construction of Wastewater
Page 30: Request for Tender for the Construction of Wastewater
Page 31: Request for Tender for the Construction of Wastewater
Page 32: Request for Tender for the Construction of Wastewater
Page 33: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

APPENDIX C SA HEALTH WASTEWATER APPROVAL

Page 34: Request for Tender for the Construction of Wastewater

OFFICIAL

WWI-10749 On-site wastewater system to service Auburn Recreation Grounds.

Page 1 of 3

OFFICIAL

Contact: Katie Koto Telephone: 08 226 7100 Email: [email protected] Our reference: WWI-10749 Clare and Gilbert Valleys Council C/O Dave Pennington Water Technology 1/198 Greenhill Road, EASTWOOD SA 5063 Dear Mr Pennington, RE: On-site wastewater system to service Auburn Recreation Grounds located at Ford

Street, Auburn SA 5451. I refer to your wastewater water works application relating to wastewater management at the above location. Pursuant to the South Australian Public Health (Wastewater) Regulations 2013, the wastewater system has been approved by the Department for Health and Wellbeing (DHW) subject to the following conditions: 1. The approved system incorporates:

Stage 1 works

1.1. 1 X 20kL RI Industries septic tank with Nobis outlet filter. 1.2. 1 X 5kL SA Health approved pump chamber and Lowara DOC7 submersible pump. 1.3. 1 X 20kL RI Industries balance tank with Calpeda GQR10(32)-12 submersible

pump and provision for connection to future septic tank. 1.4. 4 X 42m x 3.1m pressure-dosed soakage beds. 1.5. Decommission of existing Ri-Treat aerated wastewater treatment system and

existing septic tank. Stage 2 works

1.6. 1 X 12kL RI Industries septic tank. 1.7. 2 X 42m x 3.1m pressure-dosed soakage beds.

2. The system is to be installed, commissioned, operated and maintained in accordance

with: 2.1. The reports, plans and specifications as referenced in this approval 2.2. Designers, manufacturers, installers and equipment suppliers’ instructions and

recommendations.

Health Protection and Licensing Services

Citi Centre Building 11 Hindmarsh Square Adelaide SA 5000

PO Box 6 Rundle Mall SA 5000 DX 243

Tel 08 8226 7100 Fax 08 8226 7102

ABN 97 643 356 590

www.health.sa.gov.au

Page 35: Request for Tender for the Construction of Wastewater

OFFICIAL

WWI-10749 On-site wastewater system to service Auburn Recreation Grounds.

Page 2 of 3

OFFICIAL

2.3. South Australian On-site Wastewater Systems Code. 2.4. AS/NZS 3500 Plumbing and drainage. 2.5. AS/NZS 1547 On-site domestic-wastewater management. 2.6. Operation and maintenance manuals for the system. 2.7. All other relevant standards and codes. 2.8. Conditions of this approval.

3. A licensed plumber must carry out the installation of the wastewater system and submit

to the Department for Health and Wellbeing (DHW) a plumbing certificate of compliance and ‘as-constructed’ drawings within 28 days of the works being completed.

4. The DHW reserves the right to inspect during any stage of construction and at practical completion of the installation.

5. The operator of the on-site wastewater management system must ensure that the lids

and access openings are to be fitted so as to be childproof and gas and water tight.

6. The septic tank must be de-sludged on a minimum four yearly basis by an Environmental Protection Authority (EPA) licenced waste transporter. De-sludge records must be retained by the operator and provided to the DHW on request.

7. The subsurface effluent disposal system must not be subject to vehicle traffic and

structural loadings.

8. Pumps must be suitable for their intended load and operating environment.

9. An alarm system must be provided for the pump sump in accordance with the requirements outlined in the SA On-site Wastewater Systems Code.

10. The following discharges into an on-site wastewater system are prohibited:

10.1. Any storm water. 10.2. Any back-flush waters from a swimming pool or water softener. 10.3. Any discharge or back flush from a spa bath/pool in excess of 680 litres capacity. 10.4. Any sanitary napkin, clothing, flushable wipes, plastic material or liner. 10.5. Any paint, petroleum products, strong alkaline, acids or other flammable or

explosive substance whether solid, liquid or gas. 10.6. Any trade waste, other than that associated with the commercial food

preparation activities conducted on the site.

11. A change to the capacity of the system due to an increase in hydraulic load will require wastewater works approval.

12. In accordance with the engineer’s design report, the subsurface effluent disposal system

is to receive no more than 5,208L/d. Upon completion of Stage 2, the subsurface disposal system is to receive no more than 7,812L/d.

Page 36: Request for Tender for the Construction of Wastewater

OFFICIAL

WWI-10749 On-site wastewater system to service Auburn Recreation Grounds.

Page 3 of 3

OFFICIAL

13. Non-compliance with any of the conditions of approval shall be reported as soon as practicable but within one business day by email to the Minister for Health and Wellbeing (c/o Wastewater Management Section, Department for Health and Wellbeing).

14. Pursuant to the South Australian Public Health (Wastewater) Regulations 2013, the DHW

reserves the right to vary any or all of the approval conditions, and require the repair, replacement, rectification, or alteration of the system or any part thereof should at any time:

14.1. The system or a component thereof not be manufactured, installed and/or operated in accordance with the approval conditions; or

14.2. The system is defective and not able to perform the function for which the approval was issued; or

14.3. The system is operated in a manner that is prejudicial to public and environmental health, or causes environmental nuisance.

15. This approval shall become void if the installation is not completed within 24 months of the date of this approval.

Approved by: Date: 18 February 2021

Karen Bennink Manager, Wastewater Management Delegate of the Minister for Health and Wellbeing Cc Clare and Gilbert Valleys Council References: Onsite Wastewater Assessment and Design, Ref. 20030166_OSWS

report_v3.0, dated 16 February 2021, prepared by Water Technology. Note 1. The approval does not abrogate responsibilities under other Acts or Regulations

to obtain the necessary approvals, permits or licences from other agencies, including but not limited to:

Environment Protection Authority (EPA) Department for Environment and Water Natural Resource Management Boards Office of the Technical Regulator Department of Primary Industries and Regions SA State Planning Commission The Local Council

Page 37: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

APPENDIX D SAFETY IN DESIGN

Page 38: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

In accordance with the Work Health and Safety Act 2012, the aim of Safety in Design is to identify potential

health and safety hazards during the design process and recommend control measures to mitigate the risks,

as far as reasonably practical, to the environment and personnel.

The following sections summarise the health and safety hazards which have been considered in this design.

Intended Purpose of Design

Onsite domestic wastewater treatment and disposal systems for residential and commercial installations

requiring detailed system design, site and soil evaluation, and construction report.

The Australian Design standards used for the design of the onsite domestic wastewater treatment and disposal

systems are AS1547:2012 in conjunction with relevant Public Health Act and Wastewater Regulations, EPA

Act, and Codes.

Design Parameters

The following design parameters has the following safety considerations:

TABLE D-1 DESIGN PARAMETERS

Design Parameter Safety Consideration

Design Flow Sufficient redundancy to ensure system function for a range of occupancy rates

Surface soil infiltration rate Soil permeability is variable. Always consider Long term acceptance rate (LTAR)

Treatment capacity and type Meets WQ parameters/ fit for purpose use

Site location Regional influences, contamination of watercourses and groundwater

Disposal location Setback distances to structures, effect of soil movement on structures due to wetting and drying soils

Design Features

The following design features has the following safety considerations:

TABLE D-2 DESIGN FEATURES

Design Feature Safety Consideration

Excavation work for infiltration beds, holding tanks, irrigation/pipework

Provision for fall protection. Shoring, benching to prevent trench collapse.

Soil testing and analysis Driller required to visit uncontrolled sites (Driller WHS plan). Safe access provisions. Location of underground services. Use accredited soil laboratory analysis

Materials selection Proprietary/Approved product selection fit for purpose (ie reclaimed water use). Appropriate material warrantees. Selection of certified aggregates from quarries, as appropriate.

Soil categorisation AS1547:2012 procedure. COC maintained. Reference to previous knowledge in locality.

Page 39: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

Design Feature Safety Consideration

Construction methodology Construction hazards statement/checkbox provided with report to client.

Hazard Identification and Risk Assessment Construction

The following construction hazards has been identified with its corresponding risks and control measures:

TABLE D-3 CONSTRUCTION HAZARD IDENTIFICATION AND RISK ASSESSMENT

Hazard Risk(s) Identified Control Measures

Traffic Traffic accident Traffic/Access Control Plan

Inspection of installation during construction

Earthmoving machinery. Uncontrolled sites

Water Technology WHS plan. Appropriate PPE

Injury/ Damage to property Contractor not providing safe workplace. Unsafe practices

Ensure Contractor has relevant licences/ insurances. Maintain Water Technology contractor register.

Inclement weather Injury, damage. Poor soil drainage/ soil matrix exposed/damaged

Advise construction to proceed only in fine weather, where possible

Underground services/power, water, gas, data (eg fibre optic)

Electrocution, service damage. DB4UDig, service locator, hand excavation. Notification to service provider.

Steep or difficult site access and/or working conditions

Plant and machinery unstable, rollover damage, injury

Contractor to use suitable plant and machinery, safe work procedures, plan access requirements before construction.

Excavation safety When depth over 1.5m must be shored or benched.

Include in specification/drawing

Overhead services (eg SAPN/ TELSTRA)

Electrocution, service damage, damage to plants and machinery.

Protection of service prior to construction, plant selection, safety signage.

Page 40: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

Operation

The following operation hazards has been identified with its corresponding risks and control measures:

TABLE D-4 OPERATION HAZARD IDENTIFICATION AND RISK ASSESSMENT

Hazard Risk(s) Identified Control Measures

Untreated effluent exposed to human contact

Public health, contamination, sickness

Instruction to operator/ landowner of correct O&M. System maintenance information for client

Untreated effluent exposed to environment

Enter stormwater system. Pollute ground/surface water environment. Eutrophication.

Use only approved products, fit for purpose with appropriate warrantees.

Burst pipes, system mechanical failure, overspill

Public Health issue /Environmental impact

Design containment provisions (eg bunding) where necessary

Maintenance

The following maintenance hazards has been identified with its corresponding risks and control measures:

TABLE D-5 MAINTENANCE HAZARD IDENTIFICATION AND RISK ASSESSMENT

Hazard Risk(s) Identified Control Measures

Contact with untreated effluent Infections (eg Giardia, Dysentery) from pathogens in effluent

Provide instruction to the operator/landowner re hazard of contact with effluent.

Damage to equipment Incorrect adjustment of valves, pumps and equipment

Maintenance by licensed operators/contractors

Demolition

The following demolition hazards has been identified with its corresponding risks and control measures:

TABLE D-6 DEMOLITION HAZARD IDENTIFICATION AND RISK ASSESSMENT

Hazard Risk(s) Identified Control Measures

Contact with sewage effluent/pathogens

Contraction of Hepatitis B/Infections

Ensure old systems are decommissioned appropriately

Latent soil conditions Unknown buried contaminants, old disposal systems

Statement of design limitations in design report

Page 41: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

Material Properties Hazard Identification

The following construction hazards has been identified with its corresponding risks and control measures:

TABLE D-7 MATERIAL PROPERTIES HAZARD IDENTIFICATION HAZARD IDENTIFICATION AND RISK ASSESSMENT

Hazard Substance Risk(s) Identified Control Measures

Sewage/ effluent/grey water Public health/ environmental risk Traffic/Access Control Plan

concrete corrosion Water Technology WHS plan. Appropriate PPE

polyethylene Burst. damage Ensure Contractor has relevant licences/ insurances. Maintain Water Technology contractor register.

sprinklers Incorrect distribution/pattern Advise construction to proceed only in fine weather, where possible

filtration Outlet filter malfunctions DB4UDig, service locator, hand excavation. Notification to service provider.

Irrigation screen filters Proprietary/ fit for purpose Contractor to use suitable plant and machinery, safe work procedures, plan access requirements before construction.

Chlorine Insufficient residual chlorine in effluent. Exposure

Include in specification/drawing

Page 42: Request for Tender for the Construction of Wastewater

Clare and Gilbert Valley Council | 11 February 2021 Auburn Recreation Grounds

20030166 D

esig

n S

pecific

ations v

1.3

Melbourne 15 Business Park Drive Notting Hill VIC 3168 Telephone (03) 8526 0800 Fax (03) 9558 9365

Brisbane Level 3, 43 Peel Street South Brisbane QLD 4101 Telephone (07) 3105 1460 Fax (07) 3846 5144

Adelaide 1/198 Greenhill Road Eastwood SA 5063 Telephone (08) 8378 8000 Fax (08) 8357 8988

Perth Ground Floor 430 Roberts Road Subiaco WA 6008 Telephone 08 6555 0105

Geelong PO Box 436 Geelong VIC 3220 Telephone 0458 015 664

Gippsland 154 Macleod Street Bairnsdale VIC 3875 Telephone (03) 5152 5833

Wangaratta First Floor, 40 Rowan Street Wangaratta VIC 3677 Telephone (03) 5721 2650

Wimmera PO Box 584 Stawell VIC 3380 Telephone 0438 510 240

www.watertech.com.au

[email protected]