0% found this document useful (0 votes)
291 views78 pages

EARTHWORKS and ROADWORK PROJECT SOW

scope of work for EPIC FOR EARTHWORKS, FILLING,ROADS NETWORK & INFRASTRUCTURE IN GABBRO SERVICE SUPPORT AREA AND LIGHT INDUSTRY AREA

Uploaded by

sameh bashnak
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
291 views78 pages

EARTHWORKS and ROADWORK PROJECT SOW

scope of work for EPIC FOR EARTHWORKS, FILLING,ROADS NETWORK & INFRASTRUCTURE IN GABBRO SERVICE SUPPORT AREA AND LIGHT INDUSTRY AREA

Uploaded by

sameh bashnak
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 78

2

Qatar P ~ t r o l a

APPENDIX-A

4.0

1.

It is required only to provide necessary sleeves (pipes) at road


crossings to enable KAHRAMAA install potable water supply network
without cutting the newly built roads in this project.

2.

CONTRACTOR shall refer to drawings in Appendix F & Specification


in Attachment 27 and establish design criteria.

3.

The design criteria for design of sleeves shall be established in


accordance with KAHRAMAA Standards and Practice.

Scope of Work
Except as expressly provided otherwise herein, CONTRACTOR shall
supply all labour, services, supervision, testing, equipment, tools and each
and every items of expense necessary for Completing Earthworks, Road
Network and other Infrastructure for the Gabbro Support Services Area
(GSSA)) and Light Industry Area (LIA) in Mesaieed (Community Area)
(hereinafter referred to as WORK)
The WORK shall be performed in accordance with this Scope of Work and
all standards and requirements referred to herein or attached here to shall
include but not be limited to the following

4.1

General

4.1.1

It is not the intent of Appendix A to specify completely the details of


design, documentation, materials, procurement, supply, fabrication,
inspection, demolition, installation and construction of the FACILITY.

4.1.2

All design data, design standards, drawings, specifications, and other


information herein referred to, provided either directly or indirectly by QP,
are for CONTRACTOR'S information and guidance only.

4.1.3

It is CONTRACTOR'S responsibility to ensure that the FACILITY is


designed, and constnrcted in accordance with CONTRACT specifications,
national, QP and international codes and standards specified herein,
statutes, regulations, and safety codes, and is also consistent with good
engineering practice.

4.1.4

CONTRACTOR shall be responsible for the complete Design and Detailed


Engineering, Procurement and Construction of the FACILITY. Free Issue
of fill materials is specified only for dune sand, DFM and for materials
already transported from DIE and Q-Chem II site. All other types and
additional materials required for the COMPLETION of the CONTRACT
shall be provided by CONTRACTOR as part of his responsibilities.

TCA3

Sand dunes (Material Type A) are not to be used [instead Dredged Fill
Material (Material F) to be used in its place] as a source of free-issue fill
material in this CONTRACT .

Contract No. GC08104100

APPENDIX-A

4.1.5

The design shall comply with the requirements of the MIC, QP - TD & GP,
MMAA and relevant government departments, ministries and statutory
authorities as specified in the CONTRACT and CONTRACTOR shall
obtain the required approvals from these authorities. This is particularly the
case with regards to the construction of the reinforced concrete culverts
crossing over existing QP pipelines.

4.1.6

QP shall approve all CONTRACTOR-prepared documents before


commencement of the transportation and supply of all materials,
procurement and construction activities. Such approval by QP shall not
reiieve CONTRACTOR of its obligation to perform designlengineering so
as to meet the intended FACILITY performance and quality requirements.

4.1.7

CONTRACTOR shall present data sheets, detailed catalogues and


technical properties of all materials to be used in the permanent work of
this project for QP review. It is the responsibility of the CONTRACTOR to
propose materials of high technical standards conforming to CONTRACT
specifications, QP, national and international standards.

4.1.8

The FACILITY shall be handed over to QP in a Ready-for-Use state. Prior


to final acceptance by QP, CONTRACTOR shall demonstrate that the
FACILITY complies with the requirements stated in the CONTRACT.

4.1.9

CONTRACTOR during engineering stage shall provide offices and


facilities for four (4) QP personnel implementing this CONTRACT similar to
those provided to CONTRACTOR PERSONNEL of equal status. QP may
choose not to have these engineers placed in CONTRACTOR'S offices.
For facilities required by QP during the Construction phase, refer to
Section 4.10.6. CONTRACTOR shall also refer to MIC requirements with
regard to land lease, permits, site offices and accommodation in
Section 4.17.

4.1.10

CONTRACTOR
Dossiers.

4.1.1 1

CONTRACTOR shall provide all equipment and special tools necessary


for the timely COMPLETION of the WORK.

4.1.12

Earthworks in this SOW means all cut and fill activities required to bring
the area of Worksite no 1 up to +2.00 m QNHD referred to as the
Formation Level. These shall include removal of existing materials above
natural grade level, surface preparation, trimming, excavation, filling,
ground improvement, handling, double handling, crushing, screening.
grading, blending, compaction, etc.

4.1.13

In the event of any conflict or ambiguity between the Scope of Work, the
Specifications and the Drawings, the more stringent requirements shaii be
adopted.

4.1.14

All works shall comply with the latest issues of MIC and SCENR
Environmental Standards at the time of the award of the CONTRACT.
CONTRACTOR shall prepare and operate an approved Environmental
Management Plan (EMP) based on the Environmental Impact Assessment

ED.2.2100-1,Rev.6

Contract No. GC08104100

shall prepare As-built Drawings and CONTRACT

[\

J , 4 U

Qatar Pdrdeum &

(EIA) included in Attachment No 9. SCENR standards represent minimum


requirements by law. MIC standards represent improvements to SCENR
standards.
4.1.15

CONTRACTOR shall allow for carrying out and organizing a number of


constructability workshops prior to construction. The workshops shall be
chaired by CONTRACTOR and the agreed outcome and actions of which
will be implemented in the design and construction. All workshops shall be
based on international standards and fully recorded by CONTRACTOR
and the minutes distributed to all for review and final approval.

4.1.16

CONTRACTOR shall take into account the sea tidal effects in its design.
particularly for sea defense measures, and the impact of this on sea and
water table levels.

4.1.17

CONTRACTOR to carry out Site Clearance as per QCS.


CONTRACT Scope for Part 1 -Earthworks

4.2.1

TC A 3

General
1.

CONTRACTOR is required to create a flat earthiill platform across


the WORKSITE No.1 at Level + 2.00 m QNHD (refer drawing No
2100-3010-003 and 2100-3003 all sheets). The CONTRACT is
based on the Base Case Scheme (BCS) which allows for the use of
one or a combination of several free-issuelborrowed fill materials,
some of which are in-situ and others are located elsewhere e.g.
Worksite no. 2 and possibly at Worksite No. 3.

2.

BCS is based on the assumption of using free-issue dune sand,


sourced from the sand dunes south of MIC, as a general material
either alone or combined at certain percentages by weight with other
fill materials to produce a compacted earthfill platform which will meet
the requirements of the CONTRACT Specifications given in
Attachment No 4.

3.

CONTRACTOR shall note that the descriptions 'general fill material'


and 'select fill material' throughout this document including
attachments and drawings are based on the BCS. The BCS
considers 'select fill material' is the fill material that shall be used for
road embankments immediately below the road granular sub-base to
attain CBR required, and as capping layer and the 'general fill
material' is the fill material to be used in lower layers in subdivisions
and road embankments.
Further relevant requirements are as follows per TCA3:
1. The BCS assumes that all free issue fill material shall be as per
Table 4.2.4.1 of Appendix A included below.

2. Table 4.2.4.3 of Appendix A included below shows details of


free-issue fill material not yet secured and may become availabie
for use in this CONTRACT..

i'
a
&&
Qatar & h o l m
J,U

APPENDIX-A

3. As per the latest status of Contract No GC0710600 - 'EPIC for


Gabbro Berth Expansion Project (Package I ) at Mesaieed Port',
dredging for the project is being carried out and dredging
material of volume 1,318,750 m3 has already been disposed. The
total quantity of dredged material from this project is
approximately 5,375,000 m3. All dredging and disposal is
expected to be completed by August 2009. However unforeseen
circum'stances may prolong dredging beyond August 2009 and
likely to extend free issue beyond August 2009. The location of
'Disposal Areas' and 'Stilling Basin' for the dredged material is
shown in attached sketches 2100-SK-025 and 2100-SK-026
(Appendix F). All dredging materials (approximately 5,375,000
m3) arising from Contract No. GC07106000 shall be available as
free issue material for this CONTRACT.

4. CONTRACTOR, instead of hauling and using Material Type A


(dune sand) as fill material, shall first utilize the Material Type F
(dredged material) available from 'Gabbro Berth Expansion
Project' (GC07106000). The dredged fill material will be made
available as free issue by QP progressively from the Effective
Date of the CONTRACT till January 2010.
5. Sand dunes (Material Type A) are not to be used [instead
Dredged Material (Material F) to be used] as a source of freeissue fill material in this CONTRACT as make up for quantity of
fill.lt is expected that 3,500,000 m3 to 4,000,000 m3 of the
dredged material will be suitable for filling purpose and remainder
will be 'silt' and may not be suitable for filling purpose in this
CONTRACT.
6.

Preliminary material tests on the dredged material have been


In
carried
out
and
the
results
are
included
Attachment 30.

7.

CONTRACTOR shall note the following also for using the


Dredged Material (Material Type F) for filling under this
CONTRACT:

a) CONTRACTOR shall be responsible for haulage of dredged fill


material from 'Disposal Areas' to stockpile areas and then to
filling areas.
b) CONTRACTOR may use this material as 'general fill material' or
'select fill material' as long as material comply with the
requirements of the project specification given in Attachment No.
4 to Appendix A.
c) CONTRACTOR shall carry out all material tests necessary to
satisfy that the dredged fill material is suitable and comply with
the project specification given in Attachment No. 4 to Appendix
A. As a minimum CONTRACTOR shall allow for similar testing
as that required for Material 'A' described in Appendix A.

&
d

Qatar P~troleurn

APPENDIX-A

d) Dredged fill material may be used on its own or blendedlmixed


with other material types to comply with the project specification.
Blend mix and ratios by weight shall be designed by performing
series of material tests on individual and blended materials and
tests on trial areas filled with blended materials.
e) Dredged fill material may be wet, i.e. has a high moisture content
above its optimum value for compaction, and CONTRACTOR
shall carry out all necessary treatment in order to obtain ihe
optimum moisture content to meet the project specification.
f)

CONTRACTOR shall carry out all required treatment to dredged


fill material as required. This may include any handling, double
handling, blending, screening, mixing, crushing, grading and all
other activities required in order to make the dredged material
complying with Earthworks Specification 2100-3004 in
Attachment 4 to Appendix A.

g) CONTRACTOR to allow for extensive liaison with Contractor for


Contract No GC0710600 - 'EPIC for Gabbro Berth Expansion
Project (Package 1) at Mesaieed Port' and his dredging subcontractor in order to plan the filling work to suit the dredging
programme.

_ h ) CONTRACTOR is, deemed to have visited the site in which the


dredged fill material (Material F) is located, prior to tender, and is
familiar with all site conditions.
4.2.2

CONTRACTOR'S responsibilities under the Scope of Earthworks


The main elements and activities that form scope for Part I shall include,
but not limited to, the following:
1.

Carry out geotechnical field investigations and topographical


surveying for areas shown in drawing No.2100-3010-005 and 21002010-004 have been carried out and CONTRACTOR to carry out
additional surveys and investigations necessary to confirm and verify
project assumptions. Refer to minimum requirements in Section 4.5
for these works which shall be carried out.

2.

Carry out a desk study in order to confirm exact cut and fill volumes
required and confirm geotechnical findings with regard to ground
conditions. Identify areas (primary sub-station sites, certain road
embankments and QRlEC accommodation as shown in drawing
No.2100-3010-002) which have already been previously filled and
confirm if they were filled correctly as per drawings. Areas not filled
up to +2.0 m QNHD shall be filled up to +2.0 m QNHD.

3.

Carry out detailed design and construction for the proposed


earthworks filling confirming technical compliance with the
CONTRACT Specification. This includes carrying out an earthworks
design detailing the exact quantities and technical details of all fill
material proposed for use, or the combination of these materials.

ED.2.2700-7,Rev.B

Contract No. GC08104100

APPENDIX-A

4.

Carry out the detailed design and construction for extending the
existing culvert built recently by QATALUM east of Roundabout No.
1. Culvert structure shall be capable of supporting loads as per
design criteria in Attachment 3 and comply with the clearances
required by QP TD department.

5.

Carry out the detailed design and construction for cuivert east of
Road 15 (Route 7) at the junction of proposed Road No.702. Culvert
structure shall be capable of supporting loads as per design criteria
in Attachment 3 and comply with the clearances required by QP TD.

6.

Carry out the detailed design and construction for earth retaining
measures e.g. small retaining structures along the tie-in between the
new earthfill platform and other existing areas, already filled by
others, where the difference in level exceed 500mm. These are likely
to be small concrete blockwork retaining structures with height
between 500mm minimum to 1000mm maximum. This is likely to be
required along the perimeters of 'Unite Pre-cast Concrete' factory.

7.

Carry out the design and construction of 13 Nos. Surveying Control


Stations within lOmm accuracy. These control stations are located
outside but close to the perimeter of worksite no 1 and shall have
piled foundations to avoid any movements due to settlement andlor
weak ground conditions and also fenced and protected against
vehicle impact. Refer to drawing Nos. MIC-MI-10030-D, MIC-MI10030-E and MIC-MIL10064 in Appendix F.

8.

Construct permanent sub-division plot boundary concrete markers


with plot number and details marked on each marker. Exact plot
boundaries to be approved by MIC prior to placement. Concrete
markers to be made of either concrete blockwork or precast concrete
posts, similar to duct markers. Each plot to have one cross-marker at
each corner plus one marker at every 25m of the straight line
between markers. They are to be placed 0.75 m high minimum and
to have adequate foundations designed by the CONTRACTOR.

9.

Earthworks shall mainly consist o f , but not limited to the following:


a

Prepare Worksite no 1 surface area by removing all unsuitable


materials and dispose off site to an approved licensed tip
within 10 km radius.

Any reference in the CONTRACT to an 'approved tip' shall


mean to be within 15 km of the boundaries of Worksite No 1. If
there is no reference to the disposal location then these shall
be within 4 km of the boundaries of Worksite No 1.

Remove required quantity of dredged fill material from


dumping areas shown in sketches 2100-SK-025 and 2100-SK026, haul to Worksite No 1 via agreed haulage routes and use
as fill material in Worksite No 1.

ED.2.2100-1, Rev.B

Contract No. GC08104100

Js~.

e1

Qatar P~trokum

APPENDIX-A

TC A 3

Remove required quantity of dune sand only when the


dredged material (Material Type F) is not available in sufficient
quantity, from Sand Dune 'C' south of MIC (Worksite No 2),
haul to Worksite No 1 via agreed haulage routes and use as
general fill material in Worksite No 1.

Sand dunes (Material Type A) are not to be used [instead Dredged


Fill Material (Material F) to be used in its place] as a source of
free-issue fill material in this CONTRACT.
e

Remove approximately 458,000 m3 of dredged fill material


(DFM) placed within 10km radius of Worksite no.1 and use as
fill material in Worksite no1 either independently or blending
with other materials based on specification requirements.
Remove all of the existing fill material east of UPCC site within
Worksite no 1, of approximately 320,000m3 of dredged fill
material (similar to dune sand) hauled from Q-Chem II site and
600,000 tons of DIE material and use as fill material in
worksite no1 either independently or blending with other
materials based on specification requirements.

Remove free-issue fill material from DIE site (Worksite No 3)


based on availability at DIE, up to required quantity and haul to
Worksite no 1 in Mesaieed via agreed haulage routes. Cost for
obtaining Material from DIE and haulage cost shall be to the
CONTRACTOR'S account included in the CONTRACT PRICE.

Cany out fill material treatment as required and described in


the CONTRACT Specification 2100-3004 in Attachment 4,
Ground engineering Report 2100-3014 in Attachment 5 and
Blending Investigation report 2100-3007 in Attachment 16.
This shall include any handling, double handling, blending,
screening, mixing, crushing, grading and all other activities
required in order to make the removed and borrowed fill
material(s) complying with Earthworks Specification 2100-3004
in Attachment 4.

Carry out filling, in phases, the road corridors and junctions


areas up to formation level of +2.00 m QNHD as per drawing
Nos. 2100-3003-001 to 010 and Earthworks Specification
2100-3004 in Attachment 4.

Construct edge embankments and sea defense verge zones


as shown in drawings mentioned under 'item g' above.

Carry out filling, in phases, the remaining sub-division areas


between the roads corridors and edge embankments or verge
zones up to formation level at +2.00 m QNHD. Filling to meet
Earthworks Specification 2100-3004 in Attachment 4.

Carry out testing for each area as required in CONTRACT


Earthworks Specification 2100-3004 in Attachment 4.

\I

Qatar P ~ t r o l a m

APPENDIX-A

4.2.3

Earthworks at worksite no 1
In addition to the operations stated in Section 4.2.1 & 4.2.2 above. The
BCS is based on dividing the cut and fill areas of the CONTRACT as
follows:
Table 4.2.3.1 -Earthworks Cut and Fill Zones
CuffFill

--. .-

Remark

Description

7nne

Filling
- within road embankments

Filling within the Subdivision


areas

Filling within Verge zone


..

D
I

General fill materail in lower


layers and Select fill material
in top layers
General fill materail in lower
layers and Select fill material
for capping layer
Verge fill material in lower
layers and rock armour in top
layers
Select fill materail throughout

Filling in areas other than roads


and Verge zone i.e. edge
embankments
Excavation of existing dredged
fill material and silt at CGSDA to
the original ground level

This is an optional item.


CONTRACTOR to indicate
price separetely for this item.
There is a possibility that the
materials (DFM & DSM) in this
zone might be removed and
placed within 10 km radius
from WORKSITE No.1 by
other contractor for earthworks
at CGSDA.
F
I Original Ground Level
1 To remain undisturbed except
for surface to be prepared and
undisturbed by this CONTRACT
proof rolled as per Project
Specification in Attachment 4
Excavating from original
Undercut
ground level and fill with
material to specification for
construction access purposes
in Sabkha areas.
The main earthworks activities under this CONTRACT shall include but not
limited to the following activities:

.
.

Excavation and disposal to designated places.


Surface Preparation & Proofing of Excavated Surfaces
Handling 8 Double Handling.
Crushing if required (controled).

Qatar P~trolsum

APPENDIX-A

Mixing, Blending & Grading as required.


Screening.
Filling & Compaction.
Trimming.
Surface Preparation of Filled Surfaces.

The Gross Quantities Summary Table, given for guidance only, for the
proposed BCS is as follows :
Table 4.2.3.2 - Gross Quantities Summary for Earthwork cut and fill

'Fill volumes provided are for the material placed and compacted. To
estimate the volume of loose material an appropriate shrinkage factor shall
be appiied to each material.
*Fill volumes provided did not consider increase in volume of material
required due to immediate settlement.
**Cut natural ground and fill with select fill under road embankments (only
where required).
*"This is cuttingiremoval of existing Fill Material (Existing Levels to
Natural Ground). The volume estimated for the existing fill material

Contract No. GC08104100

.. ..-,

..

APPENDIX-A

includes the total volume of a number of different materials (industrial


waste, construction debris, etc.) some of which may be unsuitable and
some of which may be suitable for use either as a standalone fill material
or in combination with other fill material.
CONTRACTOR shall note the following when reading Table Nos. 4.2.3.1
and 4.2.3.2:
1.

The quanitities given in table 4.2.3.2 are based on the topographical


survey and ground modelling carried out by FUGRO in 2005 followed
by a similar ground modelling work only, carried out by GHD in 2006.
Therefore, the Quantities given above are only indicative & for
guidance, CONTRACTOR is responsible to verify the accuracy of
these quanities and is responsible for any risks associated with any
increase in the quanitities at no cost to QP, as a result of the
information provided above.

2.

The details shown for the BCS in Drawings 2100-3003 Sheet 003 to
010 show the final levels required after all earthworks activities.
completed.

3.

The BCS assumes that all free issue fill material shall be as per
Table 4.2.4.1 below and all other balance materails required for this
CONTRACT shall be arranged by CONTRACTOR. at no cost to QP
from a source approved by QP. The imported materail if any will only
be allowed for road embankments or capping layers or for combining
with dune sand to comply with specification requirements.

4.

CONTRACTOR is responsible for any variations in the quantities due


to the following but not limited to the same:
Compaction Characteristics & Compaction factors.

.
.
.
.
4.2.4

Material Densities.
Settlements of fill material during filling/construction.
Settlements of original ground below the fill material during
iillinglconst~ction.
Bulking factors due to any excavation or disturbance of material.
Volume changes due to moisture presence.
Degradation of
construction.

fill

material

due

to

compaction

during

Sources of Free Issue Fill Materials


The BCS is based on the following free-issue fill material already secured
and will be available to the CONTACTOR to complete filling for Worksite
No. 1 as shown on the following table:
Table 4.2.4.1 - Fee-issue fill material avaiiable for use in this CONTRACT

APPENDIX-A

Material
Type

Volume availabie
to this
CONTRACT in m3
5,375,000

Description

p
p

Dredged fill
material from the
proposed
exoansion of the
~ a b b r oBerth

Dunesand
obtained from
Sand Dune 'C' in
Worksite No. 2

I A l1

Uncrushed varying
size limestone fill material located in
WORKSITE No. 1
hauled in 2005
from DIE site and
paced in-situ

Remarks

5,000,000 or
more if required.
(Total volume of
sand Dune 'C' is
approximately 9.3
million m3)

/
I
1
1

located in CGSDA
by Crushed Stone
Import Facilities
Project (Contract
GTC179IED101)
and olaced on site

'

Dredged fill
material located in
WORKSITE No. 1
hauled from
Q-Chem II Site in
2006

Material
C.
This
material
shall
be
utilized as a main
source of free-issue
fill material for filling
Worksite No. 1 in
place of Material A.
General fill material.
This material is not to
be used in this
CONTRACT
and
Material F will be
used in its place.
Require excavation.
All of this material
shall be used in this
CONTRACT for filling
at Worksite No. 1.
This requires material
treatment** to be
used as select fill.
removed by other
Contractor from
CGSDA and placed
within 10km radius of
WORKSITE No.1 for
use in this oroiect.
This requires material
treatment** to be
used as select fill.
However all of this
material shall be used
in this CONTRACT
for
.- . fillinn
...... . at
NO. I.
All of this material
shall be used in this
CONTRACT for filling
at WORKSITE No. 1
Do not require
material treatment for
use as general fill
material. Require
material treatment**
to be used as seiect

/ WORKSITE

1
I

&

Qatar P ~ t r o l m&

APPENDIX-A

fill material.

* Material treatment means it may include crushing, blending, etc.


CONTRACTOR shall refer to report on Blending Investigation 2100-3007
for detailed characteristics of material Types F,A to D, their suitability as
general fill or select fill, characteristics of blended materials and their
suitability as select fill or general fill.
The following are also details of possible sources of free-issue fill material
which may become available to this CONTRACT but not fully secured for
this CONTRACT. These materials may become available depending on
the schedule of projects referred and also on the schedule and timing
when these materials will be required:
Table 4.2.4.2 showing details of fill material not yet secured and may
become available for use in this CONTRACT (Included for Information
only).
Expenses incurred for obtaining these materials, material cost and
transportation cost shall be to CONTRCTOR's account. . .
Material
Type

Description

Volume which
may become
available to this
CONTRACT
(m3)
1,000,000

Remark

Similar in nature to
Uncrushed
Material Ei and will
varying size
require material
limestone fill
treatment. Material
material located at
will not be available
DIE site (Phase II)
until March 2008 at
and excavated by
earliest.
others
# For limestone material from DIE to be used as select fill material, a
blending investigation has been carried out under contract LTC 061028. A
report has been prepared on blending investigation and extracts from this
report is available in Attachment 16.
6'

Table 4.2.4.3 showing details of free-issue fill material not yet secured and
may become available for use in this CONTRACT (Included for
Information only).

TC#3
Material
Type

Contract No. GC08104100

Description

Volume which
may become
available to this
CONTRACT

Remark

n
J

&34

Qatar P ~ t m l m n&
APPENDIX-A

Dredged fill
material located
south of existing
Q-Chem I Plant

380,000

material arose
from Kahramaa
Power Plant site
east of QATALUM
site

4.2.5

Similar in nature to
Material D subject to
testing. Material will
be available at
contract award.
'dumped' north of
UPCC site and there
is a preliminary
geotechnical report
stating that material
can be made
suitable as fill by
mixinq with dune

Haulage of dune sand from Sand Dune 'C'


1.

Scope
The haulage of general fill material (dune sand) from Worksite no.2
to Worksite no.1 shall include but not limitedto the following:
a

Approximately 4.5 million m3 of dune sand from Sand Dune 'C'


in Mesaieed. CONTRACTOR shall ascertain the exact quantity
and carry out the haulage accordingly. Refer to drawing No.
2100-SK-20 for location of Worksite nos.1 8 2. Also refer to
drawing No. 2100-SK-21 for general view showing haulage
routes between worksite nos. 1 & 2 and drawing No. 2100-SK22 showing typical access arrangement to Sand Dune 'C'. A
similar access arrangement shall be provided by
CONTRACTOR.

The scope described in this section is based on the


assumption that dune sand will be hauled by road.
CONTRCTOR may propose and implement other methods of
transportation of dune sand upon approval by QPIMIC.

Sand dunes (Material Type A) are not to be used [instead Dredged


Fill Material (Material F) to be used in its place] as a source of
free-issue fill material in this CONTRACT.

TC A 3

2.

Procedure
The procedure for haulage of material shall include but not limited to,
the following main activities:
a

ED.2.2100-1, Rev.B

Contract No. GC08104100

Prepare and submit method statement and drawings


describing in full the haulage operations and all site
operations, for QPiMlC approval prior to any work on site.

J s d a &
i
Qatar P~trobum

APPENDIX-A

3.

Set up a system whereby the material at Sand Dune 'C',


intended for removal, is clearly marked so that other
contractors in the area are aware of this and the fill material is
not affected in any way. Liaise with all contractors in order to
ensure that this is achieved.

Set up an access road to sand Dune ' C from existing access


road from sealine road to emergency gate No.5 and also set
up the security system at MIC fence as required.

Remove dune sand by loading, using an ordinary loading


machine, into trucks. CONTRACTOR may have to use shovel
or suitable equipment at certain areas. The material to be
removed will be designated by QP prior to any work on site.

Transport the fill material from worksite no.2 to worksite no.1 in


Mesaieed.

CONTRACTOR may propose an alternative route which shall


allow for cost associated with any tracwdirt road construction
or modifications, signage and approvals required from relevant
authorities.

Construct temporary haul roads for dump trucks if necessary


at worksite no.1, to avoid the risk of delay from vehicles
sinking in the Sabkha land and hence delay. The transported
fili material may be used subject to detaiis being approved by
QPlMlC prior to any work on site.

Unload safely the fill material in a designated area at worksite


no.1.

The fill material at the Sand Dune 'C' is fine uniform sized sand
(refer to test reports for dune sand in Attachment No. 5).
CONTRACTOR shall ensure that any variations in densities,
material properties, bulking factors, compaction factors, etc.
are taken into account, in CONTRACT price and schedule.

CONTRACTOR shall ensure that all fill material, which has left
worksite no.2 has arrived in full and intact, and later dumped in
their designated area at WORKSITE No.1. CONTRCTOR shall
prepare a method statement for this purpose and get it
approved by QPlMlC before the start of haulage operation.

Access and Haulage Routes


a

ED.2.2100-1, Rev.6

Contract

No. GC08104100

CONTRACTOR shall base prices and schedule the WORK


based on the assumptions that only public and MIC roads will
be used as haulage routes without the need for any temporary
access routes and traffic management. However accesses
local at Sand Dune 'C' and worksite no.' area shall be agreed
with QP and MIC prior to any work..

&,~

Qatar P~trolnrm..rAPPENDIX-A

CONTRACTOR shall note that there is an extensive traffic


management system along the Sealine Road.

Refer to sketch No. 2100-SK-21 and 2100-SK-22 with regard


to the routes.

CONTRACTOR shall also note the following:

The above route information is given as guidelines only.


CONTRACTOR shall ascertain the accuracy of the
information and is deemed to have verified the details of
the route.
CONTRACTOR may wish to alter the above route in order
to achieve shorter routes. CONTRACTOR is responsible
for obtaining all the necessary statutory and non-statutory
approvals by all authorities which may be affected
including QP, MIC and public authorities.
The above route shows the haulage route upon which the
price for the WORK shall be based on. It is based on
using existing public highways and roads within MIC.
CONTRACTOR, if chooses to adopt a different route, shall
also be responsible for all aspects of installing,
maintaining and removing any traffic management system
in order to do so.

T.C.# 3 The above description of haulage operation is applicable for the utilization of
sand dunes (Material A) as a source of free-issue fill. However this
CONTRACT is based on utilization of dredged fill material (Material F) as a
source of free-issue fill in place of sand dunes (Material A). The above
description shall still be applicable for this CONTRACT where it is relevant
to Material F. Refer also to Section 4.2.1 and Section 2.4.4 for further
details.

4.2.6

Haulage of Fill Material from DIE


1. Scope
CONTRACTOR shall comply with this section of scope in the event
that fill material from DIE Phase II project is secured and need to
haul the material from DIE to worksite no.1.
The haulage of fill material (similar to Type 8)from Worksite no.3 to
Worksite no.1 shall include but not limited to the following:
a

CONTRACTOR shall ascertain the exact quantity to be hauled


and carry out the haulage accordingly. Refer to drawing No.
2100-SK-24 for location of Worksite no.3. Also refer to drawing
No. 2100-SK-23 for general view showing haulage routes
between Worksite nos. 1 & 3.

,\
J

j
&

Qatar P ~ t r o h&
APPENDIX-A

The scope described in this section is based on the


assumption that fill material will be hauled by road.
CONTRCTOR may propose and implement other methods of
transportation of fill material from DIE upon approval by
QPIMIC.

2. Procedure
The procedure for haulage of material shall include but not limited to,
the following main activities:
a

Prepare and submit method statement and drawings


describing in full the haulage operations and all site
operations, for QPIMIC approval prior to any work on site.

Set up a system whereby the material at DIE, intended for


removal, is clearly marked so that other contractors in the area
are aware of this and the fill material is not affected in any way.
Liaise with all contractors in order to ensure that this is
achieved.

Confirm with DIE the roads to be used for haulage operations


within DIE premises.

The common ground level to which the fill material will be


removed to be pre-agreed with the inspector from DIE, before
any work on site.

Remove material by loading, using an ordinary loading


machine, into trucks. CONTRACTOR may have to use shovel
or suitable equipment at certain areas. The material to be
removed will be designated by DIE prior to any work on site.

Transport the fill material from Worksite 170.3 to Worksite n0.1


in Mesaieed.

CONTRACTOR may propose an alternative route which shall


allow for cost associated with any trackldirt road construction
or modifications, signage and approvals required from relevant
authorities.

Construct temporary haul roads for dump trucks if necessary


at Worksite no.1, to avoid the risk of delay from vehicles
sinking in the Sabkha land and hence delay. The transported
fill material may be used subject to details being approved by
QPIMIC prior to any work on site.

Unload safely the fill material in a designated area at Worksite


no.1.

The fill material at the DIE is similar to Type B material but not
crushed. CONTRACTOR shall ensure that any variations in
densities, material properties, bulking factors, compaction

act No GC08104100

~ a b eand
r ~vrtnenfor C n n s t m W & i
I C.k NO.24999 P.0.BOX:2.3007 Doha- Oatar r

APPENDIX-A

factors, etc. are taken into account, in CONTRACT PRICE and


schedule.
k

CONTRACTOR shall ensure that all fill material, which has left
Worksite no.3 has arrived in full and intact, and later dumped
in their designated area at Worksite no.1. CONTRCTOR shall
prepare a method statement for this purpose and get it
approved by QPlMlC before the start of haulage operation.

3. Access and Haulage Routes

4.2.7

CONTRACTOR shall base prices and schedules based on the


assumptions that only public and MIC roads will be used as
haulage routes without the need for any temporary access
routes and traffic management. However accesses local at
DIE and worksite no.1 area shall be agreed with QP and DIE
prior to any work.

CONTRACTOR shall note that there is an extensive traffic


management system along the Sealine Road.

Refer to sketch No. 2100-SK-23 and 2100-SK-24 with regard


to the routes.

CONTRACTOR shall also note the following:

The above route information is given as guidelines only.


CONTRACTOR shall ascertain the accuracy of the
information and is deemed to have verified the details of
the route.
CONTRACTOR may wish to alter the above route In order
to achieve shorter routes. CONTRACTOR is responsible
for obtaining all the necessary statutory and non-statutory
approvals by all authorities which may be affected
including QP, MIC and public authorities.
The above route shows the haulage route upon which the
price for the WORK shall be based on. It is based on
using existing public highways and roads within MIC.
CONTRACTOR, if chooses to adopt a different route, shall
also be responsible for all aspects of installing,
maintaining and removing any traffic management system
in order to do so.
Requirements for Haulage of Fill Materials
1.

CONTRACTOR shall ensure that the vehicles used for transporting


materials and plant to site will not cause overloading on bridges or
culverts and conform to the requirements imposed by the local
Municipal Authorities and Traffic Police.

2.

CONTRACTOR shall be responsible for ensuring, that all roads and


bridges en route to the site are suitable for transporting all materials
required under the CONTRACT.

Contract No. GC08104100

APPENDIX-A

3.

CONTRACTOR shall provide and maintain such temporary roads


where required for conveyance of materials, plant and labor.

4.

All temporary roads shall be maintainkd throughout the CONTRACT


to the satisfaction of Public Authorities and QP. CONTRACTOR shall
permit QP and any Contractors authorized by QP to use such
temporary roads.

5.

The precise location, levels and materials of construction of all


temporary roads shall be agreed with Public Authorities and QP
before construction.

6.

Subject to the agreement of QP, CONTRACTOR shall remove all


temporary roads and reinstate the site on COMPLETION of the
WORK.

7.

CONTRACTOR shall be responsible for all charges and expenses in


respect of any security fencing, temporary roads, watching and
lighting, maintaining, clearing away and reinstating the area when no
longer required all to the satisfaction of QP and Public Authorities.

8.

CONTRACToR shall protect public and private roads and the like
from damage by site traffic or other causes arising from the
execution of the WORK and shall repair any damage to the
satisfaction of the relevant Public Authority or Private Owner.

9.

CONTRACTOR shall adequately protect, maintain and prevent


damage to all services and shall not interfere with their operation. If
any damage is caused to existing services or adjoining property as a
result of the execution of the WORK, CONTRACTOR shall
immediately notify QP and the Service AuthoritylPrivate Owner and
make arrangements to repair the damage to the satisfaction of the
Service Authority or Private Owner as appropriate.

10. CONTRACTOR shall be responsible for carrying out the WORK in a


safe and sound manner so as to avoid risk or danger to all people
either employed by CONTRACTOR or the General Public to the
satisfaction of QP.
11. If material to be transported or other objectionable matter is
deposited on public or private roads as a result of the WORK,
CONTRACTOR shall provide sufficient labor, plant, equipment etc.
as is necessary and as required by QP to ensure that deposits are
removed immediately.
12.

CONTRACTOR shall not make use of public or private rights of way


for depositing or storing materials.

13. All vehicles used must have valid road permits and comply with all
legal and statutory requirements by Traffic Police in Qatar.
CONTRACTOR shall produce evidence for each vehicle and provide
QP with all the necessary paperwork. No vehicle is allowed to be
used without being registered in the list of vehicles to be used, prior
to any work commencing on site.

Contract No. GC08104100

!\

J 9 j Y U J19

Qatar P~troleum
APPENDIX-A

14. Ail laden dump trucks shall be fully covered with a 'Green Sheet' so

that no dust or any parts of the fill material may escape from the back
of vehicles. All loads shall never be higher than the top of the truck
box at any point.
4.3

Project Scope for Part II - Roads &Other Infrastructure:

4.3.1

Road Network
1.

This part of the CONTRACT requires an EPIC for road network, fully
serviced with all associated infrastructure, in order to serve the future
developers in the GSSA and LIA. Road network, in this CONTRACT,
shall include but not limited to the following:
a

Highways: Carriageways, on-street


shoulders, footpath B verges.

parking

bays,

hard

All types of road junctions.

Landscaping areas: Hard landscaping being mainly hard areas


e.g. interlock block paving as shown on the roads drawings in
Appendix F.

Pavement

Surfacing (all types)

Kerbs (normal, dropped and high-level as required)

Footway and verge edgings (where shown)

Road gullies, pipes & manholes

Surface water system (soakaway system)

TSE irrigation system

Street Lighting

Traffic Lights (if necessary)

m Road Markings (standard and directional)

2.

Traffic signage (standard and directional)

Vehicle protection barriers

Pedestrian hand rails

Bollards

Other miscellaneous street furniture e.g. flag poles

The road network consists, amongst others, of the following main


items (Refer also to Attachments 18 and 19):

APPENDIX-A

3.

40m wide road corridor as shown on the typical cross sections


Drawing No 2100-3110 and layout drawings 2100-3120 &
2100-3121.

32m wide road corridor as shown on the typical cross sections


Drawing No. 2100-3110 and layout drawings 2100-3120 &
2100-3121.

24m wide road corridor as shown on the typical cross sections


Drawing No 2100-3110 and layout drawings 2100-3120 &
2100-3121.

Roundabouts and priority T-junctions all as per layout


drawings 2100-3121 and 2100-3123. (Refer also to Junction
Schedule).

Conversion of existing T Junction in between RIA No.1 and


RIA No.2 to RIA.

Culverts to cross QP gas lines at RIA No.1 and junction


between Road 15 (Route 7) and road 702.

Road network within existing GSSA is excluded from the


scope, Refer to road layout drawings in Appendix F.

The scope of road network shall include but not limited to the
following:
a

Carry out verification of the preliminary design already carried


out and confirm the widths of each road corridor in the road
network, types and sizes of junctions, e.g. priority junctions,
roundabouts andlor signalized, pavement design, road
furniture and surface water drainage design.

Carry out detailed design for road network design based on


preliminary layout and cross sections drawings in Appendix F
to establish accurate locations of the road corridors, their
areas, earthworks limits and their alignment, both horizontal
and vertical, for earthworks purposes.

Carry out detailed design for horizontal and vertical geometry


of roads.

Carry out detailed design of road pavement design based on


preiiminary design presented in report 2100-3500 in
Attachment 18.
Where roads are constructed on existing partially or fully filled
road corridors, CONTRACTOR shall ensure that the filling
works carried out by others is adequate and meet specification
requirements. CONTRACTOR shall allow for all necessary
testing required to confirm the adequacy of the existing fill.
CONTRACTOR shall however note that most of the roadways,
which have already been filled by QP, are filled with

ED.2.2100-1,Rev.B

Contract No. GC08104100

.'

Jsd-

&

Qatar P ~ t r o l ~l
m

APPENDIX-A

compacted crushed rocks (Section 1.4.2 (2) of Appendix A) to


meet QCS requirements.

4.3:2

Carry out detailed design of road surface water drainage


based on preliminary design presented in report 2100-3503 in
Attachment 20.

Carry out utility services and infrastructure design, as part to


identify any deep dry legs, culverts, deep service crossings or
deep trunk sewers which may require constmction as part of
the earthworks operation and prior to filling.

Construction of all road networks as listed in item 1 and 2


under Section 4.3.1. Construction shall include road network
with associated services including tying into existing road
(Road 15) at various locations.

4.

Preliminary design for roads has been carried out and the preliminary
design report2100-3500 is included in Attachment 18.

5.

For road network specification refer to document No.2100-3502


'Gabbro Area Roads - Specification' in Attachment 19.

Infrastructure
lnfrastructure in this CONTRACT shall mean to include, amongst others,
the following:
1.

Foul sewerage and associated pumping station PS-8, rising mains


and trunk sewers (Refer to Attachments 21,22 and 23).

2.

Construction of 2Nos Indoor Electrical 1IkV Substations and 5Nos


Outdoor Electrical IIkV Substations, to KAHRAMAA approval (Refer
to Attachments 2.5 and 26).

3.

HV and LV Electrical supply from existing primary sub-stations to


distribution sub-stations required for street iighting and sewage
pumping station PS-8 including all duct crossings and civil works
required and necessary, to KAHRAMAA approval (Refer to
Attachments 25 and 26).

4.

Road crossing ducts for future HV distribution network from primary


sub-stations to distribution sub-stations for various plots. Refer to
typical drawings in Appendix F (Refer to Electrical Duct Schedule).

5.

Concrete pipe sleeves for future potable water supply network at


road crossings to avoid excavation of newly built roads during
potable water supply network installation by KAHRAMAA. This shall
include all engineering and design of potable water network to
establish sleeve size, length, location and elevation. The design shall
be approved by KAHRAMAA (Refer to Appendix F for Sleeve Pipe
Schedule).

6.

All civil works associated with a new Q-Tel telecommunication


network civil works at worksite no.1 which shall include ail road

Contract No. GC08104100

J9dJ.

&

Qatar P ~ t r o l m&
APPENDIX-A

crossing ducts and concrete chambers. The design shall be


approved by Q-Tel.

7.

All civil works associated with a new Spare Utility Network similar to
telecommunication network for Q-Tel.

8.

Complete telecommunication network (fiber optic) for interface


between sewage pumping station PS-8 and DWTP including Q-Tel
approval.

9.

Concrete pipe sleeves for future TSE network at road crossings to


avoid excavation of the newly built roads during TSE network
installation by others. This shall include all engineering and design of
potable TSE network to establish sleeve size, length, location and
elevation.

10. Preliminary design has been carried out for all the infrastructure
works listed above and included as attachments and drawings in
Appendix F. CONTRACTOR shall verify the preliminary design, carry
out detailed design and construction for all infrastructure listed
above.
4.3.3

Foul Sewerage
The foul sewerage detailed design and construction works shall include
butnot limited to the following:
1.

Gravity sewerage network consisting of sewers, manholes and sewer


spur pipes for each plot (extending to the edge of plot boundary).

2.

Trunk sewers and manholes, also gravity, leading to Pumping


Stations PS-8 and DWTP.

3.

Pumping Station PS-8


instrumentation works.

4.

Pressure rising mains from pumping stations to DWTP including tieins at DWTP. T.B # 7 The Rising Mains shall be PE-100 (10 bar)
only.

5.

For detailed scope of sewerage under this project refer to report


No.2100-3603 'Gabbro Area Foul Sewerage - SOW and
Specification' in Attachment 23.

6.

Preliminary design for sewerage has been carried out and the
preliminary design report 2100-3600 is included in Attachment 21.

7.

For technical schedules refer to report No.2100-3602 'Gabbro Area


Foul Sewerage - Technical schedules' in Attachment 22.

8.

All drainage-relating work shall be in compliance with MIC's Drainage


Division requirements.

9.

T.B A 4

including

all

electromechanical

and

Refer to Section 3.0 of Attachment No 25 and Clause 11.20 of


Attachment 26 of Appendix A. All electrical associated with the
pumping stations shall comply with KAHRAMAA Standards and

ED.2.2100-1, Rev.B

Contract No. GC08104100

J ~ E - - L&
U ~

Qatar P ~ f r d a n&

APPENDIX-A

carried out by a KAHRAMAA approved sub-contractor who are fully


familiar with their standards.
10. T.B A 4
CONTRACTOR shall be fully responsibie for the detailed design and
the construction and to have made his own assessments and allow
for all risks regarding the Surge Vessel.

P.S.8 shall be rated at a peak flow rate of 215 11s (twin pump
capacity). The total head shall be designed and confirmed by
CONTRACTOR under this CONTRACT and is based on provided
design parameters. Preliminary calculations are presented in item D
of Page 1307 of 1970 of the Tender Documentation. CONTRACTOR
shall confirm (based on his pump selection) the operating duty of the
pumping station when only one pump (Duty) is operational.
12. T.B A 4
The overload rating of the Jib Cranes in drawing no. 2100-3412,
sheet 001, it is stated (item no. 06), under testing & certification, shall
be carried out by an agency approved by the client with " 2 5 %
excess weight. All other requirements to be as - Section 9 Part 7 of
QCS and particular Specification.
13. T . B A 4
It is considered that only 1No. Flanged Bauer Coupling will be
required of size 200 mm diameters. CONTRACTOR to design and
confirm all other details.
14. T . B A 4
The specification of Penstock is as detailed in Section 8 Part 5 of
QCS and any drainage Affairs Particular amendments. The type of
extension spindle provided will be dependent on the CONTRACTOR
final EPIC design. Preliminary drawings have indicated a "rising
type" extension spindles. The Penstock materials should be provided
to the requirements as stated in Attachment 22 - Technical
schedules - Schedule 4 (Page 1305 of 1970)
15. T . B A 5
MIC adopts the pumping philosophy of having 3Nos pumps in each
pumping station acting as DutylAssisffStandby. This is in addition to
the 1No spare pump required for each pumping station i.e. total
number of 4Nos. pumps. This philosophy shall be adopted
throughout this CONTRACT by the CONTRACTOR.
16. T . B A 7
The detail for Washout Valve Chamber is same as that for Scour
Valve Chamber for a given diameter as shown in Drawing 2100-3406
Sheet 005 of 007 of Appendix F.
17. T.B A 7

APPENDIX-A

CONTRACTOR shall be fully responsible to deal with water arising from


dewatering of excavated trenches as part of his temporary works and
for obtaining SCENR/MIC environmental approvalslpermits.
4.3.4

Electrical Works
The electricity network detailed design and construction works shall
include but not limited to the following:
1.

All the works shall be carried out in accordance with KAHRAMAA


requirements.

2.

All design calculations such as equipment sizing, cable sizing,


voltage drop, earthing and illumination.

3.

Il k V distribution sub-stations (7Nos total consisting 2No indoor and


5Nos outdoor) as shown on Drawing Nos. in Appendix F.

4.

Cable connections from Primary Electrical Sub-stations to the


distribution sub-stations and to sewage pumping station PS-8. This
shall include all interconnecting power cables, control cables and
earthing cables. CONTRACTOR shall submit cable sizing for QP
approval.

5.

Low voltage cabling and connection for street lighting system, traffic
signals and signage.

6.

All work relating to electrical supply to the sewage pumping station


PS-8. This shall include:

Design, supply, install, commission the entire electrical system


for the sewage pumping station. This shall include tie-in with
KAHRAMAA to supply power to the sewage pumping station
PS-8. (Refer to relevant Single Line Diagram in Appendix F)
CONTRACTOR shall provide HV switchboard, transformer.
and 415V switchboard to supply the loads in the sewage
pumping station PS-8.
Distribution Board shall be provided in the buildings to feed
small power, lighting, air-conditioning and other miscellaneous
loads in the buildings.
Package type Diesel Generator set with AMF panel.
UPS panels for instrumentation power supply.

Provide Safety Earthing System for all buildings. All Electrical


Equipment and Panels and all metallic items shall be connected
to the safety earth system. Also instrument earthing shall be
separate from safety earthing system.
All interconnecting power cables, control cables and earthing
cables shall be supplied, installed and commissioned by
CONTRACTOR.
All work relating to electrical supply for the street lightings. This shall
include:

7.

Contract No. GC08104100

J 4 d .

&,

Qatar P ~ t r o l m

APPENDIX-A

Feeder pillar.
Indoor and Package substations.
Traffic lights.
Earthing and Grounding system as required.
Protective relayslprotection system.
HV, MV and control cables.
Cable trenches, cable markers, cable tiles, marker tapes, road
crossings, crash barriers for package substationslfeeder pillars,
equipment foundations, associated civil works and the like.

8.

9.

The street lighting system shall be designed to provide the


required illumination for the proposed roads. Street lighting shall
be in accordance with the requirements of Qatar Highway
Design Manual.
All lighting installations shall be based upon a QP approved
lighting calculation software and conform to latest IESNA
standards.
Duct Crossings (refer to Duct Crossing Schedule) at all junctions and
at discrete locations along the lengths of the roads for future HV
distribution network to developers to connect their electrical supply to
the distribution l l k v sub-stations. CONTRACTOR'S designer shall
liaise with the FEED Consultant for the HV Network (Project 0 in
Section 2.5.2 above) and Kahramaa to determine and obtain the final
layout, exact locations and sizes of duct crossings for all future
HVIMVILV Network connection as per Kahramma standard detail
STDIDCTI03 titled 'Typical Road Crossing Duct Layout (Major
Roads)' and STDIDCTI04 titled 'Typical Road Crossing Ducts for
Cable Laid in Housing Development for Distribution (HV & MV)' both
included in Appendix F.
Minimum 25% fully equipped spare feeders with minimum one circuit
of each type and 25% spare space shall be provided in the new
switchboards and distribution boards (DB's) procured in the project.

10. For specification refer to document No.2100-4532.in Attachment 26.


11. Preliminary design for electrical works has been carried out and the
technical report 2100-4530 is included in Attachment 25. Detailed
design shall be based on the preliminary design.
12. CONTRACTOR shall be responsible for obtaining permits and all
interfaces with KAHRAMAA including drawing approvals, installation,
testing and commissioning works in the KAHRAMAA sub-station.
13. T.B A 4
All electrical works associated with the pumping stations shall comply
with KAHRAMAA Standards and carried out by a KAHRAMAA
approved sub-contractor who are fully familiar with their standards.
4.3.5

Potable Water Network

ED.2.2100-1, Rev.B

Contract

No. GC08104100

I C. R

- Qatar."-!

1 --1

No. 21999 P.0.Box :23007 coha

5.

J g j A , k&
i !&
Qatar P~trolwm

APPENDIX-A

The potable water detailed design and constructlon works (refer to Sleeve
Pipe Schedule) shall include but not limited to the following:

4.3.6

1.

Carry out a preliminary design for the future potable water network
for whole area and to the approval by Kahramaa. This design shall
lead to identification of the exact location, size and all details of
concrete pipe sleeves for future use, all to Kahramaa's approval.

2.

Install concrete pipe sleeves as approved by Kahramaa at junctions


and at discrete locations along the lengths of the roads to enable
KAHRAMAA install potable water supply network without excavating
newly constructed roads. This requires extensive interaction with
KAHRAMAA to design and locate the pipe sleeves.

Telecommunications Network
The telecommunications network detailed design and construction works
shall include but not limited to the following:

4.3.7

1.

Installation of the civillstructural works including chambers and road


crossing ducts for a telecommunication conventional network to meet
QTEL standards. Refer to preliminary design drawings in Appendix
F.

2.

Installations of a separate fiber optic network for sewage pumping


stations PS-8 and connect it to the DWTP under expansion. (Phase 1
expansion which will be under construction during this CONTACT).

Spare Utility Network


Installation of the civil/structural works including chambers and road
crossing ducts for a spare utility network, separate from the Q-Tel network
mentioned above, within road corridors equal to or greater than 32m in
width. Refer to preliminary design drawings in Appendix F.

4.3.8

TSE Network
The future TSE network will be required for road corridors which have 40m
width only (refer to typical cross sections in Appendix F). Therefore the
detailed design and construction works shall include but not limited to the
following:

1.

Carry out a preliminary landscaping design leading to a design for


the future TSE Network, for approval by MIC. The design shall lead
to identification of the exact location, size and all details of concrete
pipe sleeves for future use. Only roads with Section Type 5 (40m
wide road corridors) will have a central median which will be
landscaped under a separate future contract by others.
CONTRACTOR'S Landscaping Designer shall carry out design
(including cost estimates and Bills of Quantities) leading to the
design of a future TSE Network, also to be carried out by the
CONTRACTOR Design Team. This will be based on irrigation water
demand to suit the landscape design. MIC approval to landscape and
TSE Network design shall be obtained.

ED.2.2100-1. Rev.B

Contract No. GC08104100

&&
Qatar P~trolsum

JsiuLl-

APPENDIX-A

2.

Install concrete pipe sleeves, as approved by MIC at junctions and at


discrete locations along the lengths of the roads to enable MIC install
TSE network without excavating the newly constructed roads in
future. This requires extensive interaction with MIC to design and
locate the pipe sleeves. Refer to preliminary design drawings in
Appendix F.

4.4

Specialist SUBCONTRACTORS and Key Personnel

4.4.1

Specialist SUBCONTRACTORS
CONTRACTOR is required to engage as a minimum the following
specialist independent SUBCONTRACTORS required for these works:

1.

Engineering Design with, as a minimum, qualified personnel


assigned to the following disciplines:
a

Project management, planning & scheduling and Q N Q C


management of engineering design.

3D Ground modeling to determine exact cufffill volumes

Geotechnical Engineering Design

4.4.2

'

Ground Engineering & Earthworks design

CivillStructural Engineering

Utility Services Design

Electrical Engineering

Mechanical Engineering

Instrumentation and control engineering for pumping stations

Building Services

Loss Prevention

Quantity Surveying

2.

Third-Party Inspector (TPI) to implement the approved Project


Quality Plan (PQP) of the project.

3.

MMAA approved topographical surveying.

4.

MMAA approved geotechnical investigations & testing.

5.

KAHRAMAA approved contractor for all electrical works.

6.

KAHRAMAA approved contractor for potable water works

7.

QTEL approved contractor for telecommunication works.

8.

Landscaping, TSE network and irrigation.

CONTRACTOR'S Key Personnel

&:

Qatar P ~ t r o l m

CONTRACTOR shall allow as a minimum to employ the following qualified


independent key personnel full-time for the whole duration of the
CONTRACT:
Project Manager: A qualified project manager with overall
responsibilities for the adequate management and delivery of the
project in accordance with the approved Planning Package.

1.

2.

Assistant Project Manager: A qualified engineer with general


responsibilities in assisting and supporting the Project Manager in
undertaking his duties. This resource shall also provide management
support to the processes involved in the engineering, procurement
and construction.

3.

Health, Safety & Environment (HSE) Manager: A qualified site


manager with overall responsibilities to all Health, Safety and Welfare
during the period of the CONTRACT as per the requirements of this
CONTRACT. This resource must also be available during design
activities to advice on safety issues during the design reviews.
Attendance at all progress meetings is required.

4.

Engineering Manager (design & later site support): A qualified design


manager with overall responsibilities for the adequate management
and timely submission of the design deliverables in accordance with
the approved design schedule. Continuing responsibilities in
providing engineering support and managing the design issues when
they are raised during site activities after the design deliverables are
approved. Attendance at all technical meetings is required.
Attendance at site progress meetings is also required.

5.

Procurement Manager: A qualified procurement manager with overall


responsibilities to the submission of all material submittals and
approvals, purchase and material re-conciliation records in
.
accordance with the requirements of this CONTRACT. '

6.

Construction Manager: A qualified site manager with overall


responsibilities to all site activities. Attendance at all progress
meetings is required:

7.

Environment Manager: A qualified environmental engineer and


manager who will be the owner of the Environmental Management
Plan (Attachment 9) and will be solely responsible for the
development and compliance with the plan and continuing updating
and submissions for QPlMlC approval. Also responsible for
continuing meetings and liaisons with MIC and SCENR on any
environmental issues which may be raised during the CONTRACT.
Attendance at all progress meetings is required.

8.

QNQC Manager: A qualified QNQC Manager with overall


responsibilities to all QNQC activities as per the QNQC
requirements of this CONTRACT. Responsibility for the preparation
of the Project Quality Plan (PQP) and its adequate implementation.
Attendance at all progress meetings is required.

&$

Qatar P~trolam ~.r_

APPENDIX-A

9.

Planning Engineer: A qualified planning engineering with


responsibilities to schedule and programming activities as per the
requirements of Appendix D and G of this CONTRACT.
Responsibility for the preparation of the Planning Package, progress
monitoring and progress reporting. Attendance at all progress
meetings is required.

10. Surveying Engineer: A qualified surveyor with responsibilities to the


surveying requirements as per this CONTRACT.
4.5

Site Survey, Investigations, and Document Retrieval

4.5.1

CONTRACTOR shall carry out all surveys, site investigations of existing


facilities associated with the WORK as follows:
1.

Dilapidation and condition Surveys.

2.

Underground services surveys & investigations.

3.

Geotechnical investigation.

4.

Topographical survey.

5.

Continuing monitoring surveys.

6.

Traffic Surveys for haulage operations.

7. Traffic survey for proposed road network at worksite no.1.


4.5.2

CONTRACTOR shall allocate for this CONTRACT a site survey team


during the whole period of the CONTRACT in order to respond to the
requirements of the CONTRACT as well as QP and MIC requirements
related to the WORKSITE.

4.5.3

CONTRACTOR shall retrieve and verify accuracy of all relevant existing


drawings and documents related to the WORK and to other related
projects from various locations.

4.5.4

QP will assist CONTRACTOR in retrieving the documents, however, the


overall responsibility for co-ordination lies with CONTRACTOR.

4.5.5

CONTRACTOR shall compile site survey report(s) containing all


information gathered. Survey findings shall be arranged in order of location
and distributed using the project document distribution matrix.

4.5.6

Dilapidation and Condition Surveys


1.

Prior to start of any construction work, CONTRACTOR shall carry out


dilapidation surveys to all areas affected by the work at WORKSITE
to maintain adequate record of all existing defects present on these
sites and later use these records as basis of the required
reinstatement works to bring these areas back to their original
conditions.

2.

Dilapidation and condition surveys shall consist of the following areas


and WORKSITE:
Worksite No I:All tie-in into existing areas

Contract No. GC08104

Qatar P ~ t r o l ~ u m

APPENDIX-A

Worksite No 2: Perimeter of the WORKSITE area particulariy


where they interface with existing features e.g. fence. Q-Chem
II site, NGL fence, MIC Security Gate No 3 , existing pipelines,
etc.
Worksite No 3: All designated areas where fill material will
originate (only if applicable).
Haulage Routes areas from worksite no 1 to worksite 2 in
Mesaieed.
3.

4.
4.5.7

Contract No.

Haulage Routes within DIE site (only if applicabie).


The dilapidation surveys shall consist of detailed description of the
presence of any existing defects within the affected areas and shall
include for photographic records and video (all digital).
CONTRACTOR to submit a Method Statement for this survey prior to
any work commencing, for QP approval.
CONTRACTOR shall submit one or a series of dilapidation and
condition survey reports prior to any work for QP approval.

Underground Services Surveys & Investigations

1.

Worksite No.1 is relatively free from existing utility services. This was
confirmed generally under the topographical survey which has been
carried out for the CGSDA, GSSA and LIA under Contract LTC
051046. However CONTRACTOR shall allow for establishing if any
utility services exist within the site prior to any work. This shall
include collection and study of as-built information from MIC and QP
and also carrying out site survey to detect the presence any buried
services. CONTRACTOR shall also allow for any electromagnetic
scanning and hand dig pits to establish if services are present and for
any protection measures, including concrete slabs, which may be
required to these services during the WORK

2.

Prior to any work, CONTRACTOR shall carry out a survey of all


existing facilities and underground services by hand-dug trial pits
andlor trial trenches and using detection equipment, with respect to
all pipelines, utilities and services as appropriate.

3.

For road crossing pipelines and utilities, road excavation shall be


subject to obtaining Road Opening Permits. The responsibility for
obtaining Road Opening Permits (via. MIC Site Check Sheet and
Permit to Work System) shall rest with CONTRACTOR who shall
adhere to all the requirements of any relevant authority.
CONTRACTOR shall be responsible for liaising with MIC for issuing
of an 'Approval to Proceed' with the Work.

4.

Surveys and investigations shall cover ali areas likely to be affected


by the work at WORKSITE to maintain proper records (line, levels,
size, type and photographs) of the existence of these services.

5.

All trial pits and trenches shall be adequately backfilled, reinstated to


their original conditions and surplus arising removed and disposed
adequately. CONTRACTOR shall submit one or a series of the

JsU-

&

Qatar PEtrol~um&

APPENDIX-A

underground services survey reports prior to any work for QP


approval.
4.5.8

Geotechnical Investigation & Testing


1.

CONTRACTOR shall note that geotechnical investigation has been


carried out for CGSDA, GSSA and LIA under Contract LTC 051045
(ECS for Geotechnical Investigation) and extracts from the report
2099-3100 are included in Attachment 7.

2.

Report No. 2100-3014 in Attachment 5 lists various geotechnical


parameters considered for ground engineering study. These
parameters are sourced from report mentioned in item 1 and other
sources listed in ground engineering study report 2100-3014.

3.

CONTRACTOR shall note that the previous geotechnical


investigation mentioned in item 1 above does not cover areas ABCD
and EFGH as shown in drawing No.2100-3010-005. CONTRACTOR
shall carry out geotechnical investigation for these areas. The
boreholes for these areas shall be located at 150 m grid intersections
and depth of boreholes shall not be less than 20 m. The field and
laboratory tests shall be similar to tests mentioned in report 20993100 in Attachment 7. The purpose of this geotechnical investigation
is to determine whether it is in line with earlier investigation soil
profile and parameters. If there are significant changes, this shall be
taken care in detailed design of earthworks.

4.

CONTRACTOR shall note that geotechnical investigation has been


carried out for sand dunes at Mesaieed under Contract LTC 061028
(ECS for EIA and Ground Engineering). Field and laboratory test
results for dune sand are attached with ground engineering report in
Attachment 5.
Sand dunes (Material Type A) are not to be used [instead Dredged Fili
Material (Material F) to be used in its place] as a source of free-issue
fill material in this CONTRACT

TCA3

4.5.9

5.

Extracts from geotechnical investigation report for DIE area is


provided in Attachment 13. This will be useful in the event that if fill
material can be sourced from DIE.

6.

CONTRACTOR shall carry out any other geotechnical investigation


necessary for the completion of the WORK.

7.

CONTRACTOR shall appoint an MMAA (Qatar General Organization


for Standards and Metrology office) approved geotechnical
investigation Subcontractor to carry out any Geotechnical
Investigation. Geotechnical investigation Subcontractor shall be
capable of carrying out CPTU (Cone Penetration Tests with pore
pressure measurement) tests at worksite no.1.

Topographical Survey
1.

CONTRACTOR shall note that topographical survey has been


carried out for CGSDA, GSSA, LIA and Sand Dunes under Contract
LTC 051046 (ECS for Topographical Survey) and the report for these

APPENDIX-A

areas are included in Attachment 8. This survey was carried out prior
to the construction of the filling work at KAHRAMAA's primary substations, QATALUM temporary Labor Accommodation & Lay down^
Areas and transportation of fill materials from DIE and Q-Chem II
site. CONTRACTOR is responsible for verification and validation of
this survey prior to any work commencing on site. CONTRACTOR
shall report any discrepancies to QP.
2.

CONTRACTOR shall verify QNG co-ordinates for various reference


points given In drawing No. 2100-3010 Sheet 003 in Appendix F for
the extent of filling at WORKSITE No.1 and incorporate them in the
layout drawings for QP approval before starting filling activities at
WORKSITE.

3.

CONTRACTOR shall establish all the required ternporary and


permanent benchmarks before, during construction or afler
construction depending upon construction requirements. Setting up
of benchmarks and construction details shall comply with Qatar
Survey Manual.

4.

CONTRACTOR shall note that a cut and fill calculation has been
carried out under contract No. LTC 061028 (ECS for EIA and Ground
Engineering) for CGSDA, GSSA, LIA and the ground modeling report
is in Attachment 6. This report provides approximate cut and fill
quantities for the whole worksite no.1 and CONTRACTOR is
responsible for calculatinglestimating the cut and fill quantities. Refer
also to Table 4.2.3.2 wherein approximate cut and fill quantities are
given.

5.

Parts of the WORK will tie-in to existing facilities such as existing


GSSA and existing facilities like UPCC and Boom Asphalt plant.
CONTRACTOR shall be responsible for carrying out all the
necessary survey required for tie-in points along the perimeter and
necessary survey for design in order to achieve accurate information
with regard to line and level of existing boundaries of these facilities.

6.

CONTRACTOR shall note that the previous topographical survey


mentioned in item 1 above does not cover areas ABCD and EFGH
as shown in drawing No.2100-3010-004. CONTRACTOR shall carry
out topographical survey for these areas. The survey shall be similar
to earlier topographical survey mentioned in item 1 above.
CONTACTOR is required to carry out this topographical survey to
establish the ground levels followed by ground modeling to establish
the exact quantities of cut and fill.

7.

CONTRACTOR shall carry out any other topographical survey


necessary for the purpose of designing of ternporary access routes
and fill transport routes.

8.

CONTRACTOR shall carry out any other topographical survey


necessary for the completion of the WORK.

9.

CONTRACTOR shall appoint an MMAA (Qatar Land Information


Centre) appr'oved topographical survey Sub-contractor, to carry out
any detailed topographical survey.

ED.Z.2100-1, Rev.B

Contract No. GC08104100

&

~
4
Qatar Pstrolsum &

APPENDIX-A

10. All topographic survey works shall comply with Qatar Survey Manual
prepared by 'The Centre for GIs' and also requirements in QHDM.
4.5.10

Continuing Monitoring Surveys


1.

CONTRACTOR shall carry out the following monitoring during the


CONTRACT:
Condition monitoring to ensure that existing conditions around
and within WORKSITE are kept within acceptable conditions.
Environmental management as described in the EMP.

2.
4.5.1 2

4.5.12

Traffic monitoring.
Prior to undertaking monitoring survey, CONTRACTOR shall
prepare a Method Statement detailing the method of monitoring
and thresholds (amber and red) at which details of actions at
each threshold is to be taken by the CONTRACTOR.
CONTACTOR shall prepare and submit one or a series of reports
covering the outcome of the monitoring of each of the above.

Traffic Survey for Haulage Operations


1.

There is a requirement as part of the scope to satisfy MIC with regard


to the construction traffic impact on Mesaieed road network.

2.

The objective of the traffic survey is to mitigate the impacts on the


traffic volumes which will cover the period of the CONTRACT.
CONTRACTOR may have to create new haul roadsltracks in certain
areas if necessary if the traffic impacts of haulage operation is
unacceptable on certain junctions and 'pinch points'. This issue is
more relevant should the method of haulage of the fill material
chosen by CONTRACTOR is by roads using trucks. Other methods
of haulage, for example mechanical or hydraulic pumping, will clearly
reduce the significance of this issue.

3.

QP would make available to CONTRACTOR traffic volume forecast


for various roads in Mesaieed community area. CONTRACTOR shall
review the information provided and undertake any traffic survey
necessary to arrive at correct traffic volume for traffic management
on existing roads and to design temporary access roads during
transportation of fill materials.

4.

Traffic survey if necessary shall include an assessment of the traffic


flows using the roadways together with a review of the effect of the
WORK on existinglfuture roads and junctions. MIC will provide
information relating to planned development of adjacent areas.

Traffic survey for proposed road network at worksite no.1


Traffic survey works shall include but not limited to the following:
1.

Section Three of 'Gabbro Area Roads - Preliminary Design repoti


document No. 2100-3500 in Attachment 18 includes traffic
assessment for worksite no.1. CONTRACTOR shall review the
information provided in this report and undertake any traffic survey

.\
Qatar P ~ t r o l a m
APPENDIX-A

necessary to arrive at correct traffic volume to determine the


adequacy of the proposed road network, and the proposed junction
size and type, for the projected traffic volumes.
2.

Liaison with MIC regarding the latest projections of traffic volumes at


different horizons in the future and their originating sources and
locations.

3.

Liaison with MIC and their consultant for the CGSDA, Mls.COW1,
regarding the exact locations of the access and egress of the Gabbro
vehicles entering and exiting the proposed CGSDA.

4.

Field survey of the existing traffic within the existing GSSA.

5.

Trafftc surveys required for the design of any traffic diversions


required during the CONTRACT particularly for the construction of
RIA between RIA No 1 & 2 and also tie-ins into existing areas.

6.

CONTRACTOR shall submit one or a series of reports detailing all


outcomes and include conclusions and recommendations if the
proposed road network within the proposed GSSA and LIA are
adequate and if the junction types and size are adequate.
Determination of the requirements of any future upgradation (such as
upgrading a priority junction to a roundabout or a roundabout junction
into a signalized junction) shall also be included in the report.

4.6

Environmental Management Plan

4.6.1

CONTRACTOR shall ensure compliance to state environmental


legislations, QP procedures and MIC environmental standards.

4.6.2

CONTRACTOR shall note that an EIA has been carried out under a
separate contract (LTC 061028 - ECS for EIA and Ground Engineering) for
the removal and transportation of dune sand from Sand Dunes within
secured industrial area at Mesaieed. QPlMlC had received approval from
SCENR for the removal of the dunes within MIC Security Fence, of which
Sand Dune 'C' is one. Extracts of the EIA report for environmental
management plan is included in Attachment 9.

TCA3

Sand dunes (Material Type A) are not to be used [instead Dredged Fill
Material (Material F) to be used in its place] as a source of free-issue fill
material in this CONTRACT.

4.6.3

CONTRACTOR shall note that both MIC and SCENR will inspect the
WORKSITE periodically to ensure that the EMP is strictly followed.

4.6.4

CONTRACTOR shall allow for all possible liaison and discussions with
SCENR with regard to environmental management during construction.

4.6.5

CONTRACTOR shall note that the SCENR has granted their Initial
Environmental Authorization, for the DMP, in their letter (Attachment 15)
dated 17 March 2003 (Reference SCE 002-172-2003) with comments.

&:

J
9
d
M
Qatar P ~ t r o l ~ m

APPENDIX-A

CONTRACTOR shall take into account the comments made by SCENR


when carrying out the WORK.
4.6.6

CONTRACTOR shall note that DIE had received SCENR approval for the
development of Phase-l & Phase-ll of DIE. CONTRACTOR is not required
to obtain a separate approval from SCENR for the removal of fili material if
any from DIE.

CONTACTOR shall prepare and update the EMP as described elsewhere


in Appendix A and Attachment 9.

CONTRACTOR shall apply, liaise and obtain the necessary SCENR's


(MoE) temporary permits with regard to crushing of the DIE fill material if
utilized.

The description for EMP above applicable for the utilization of sand dunes
(Material A) as a source of free-issue fill. However this CONTRACT is
based on utilization of dredged fill material (Material F) as a source of freeissue fill instead of sand dunes (Material). The above description shall still
be applicable where they are relevant. Refer also to Section 4.2.1 and
Section 2.4.4 for further details. References to SCENR shall mean Ministry
of Environment (MoE).
Design Basis Memorandum
4.7.1

4.7.2

Upon verification of the design information and completion of the design


enquiries, investigations, surveys and studies, CONTRACTOR shall
prepare a Design Base Memorandum (DBM) for the CONTRACT and
submit it to QP for review and approval. The activities shall include, but not
limited to, the following:
1.

Submit all the necessary Design Enquiries, as early as possible, to


the relevant public authorities e.g. MIC. DIE, Q-Tel and KAHRAMAA,
to obtain required information and to identify any existing services
within the WORKSITE area.

2.

Any discrepancy identified during verification of design information


provided by QP, CONTRACTOR shall inform QP immediately and
support this with all the necessary proof and supporting calculations.

The DBM shall include, but not limited to, the following:
Updated design criteria, covering all works and disciplines
Principle design codes and standards.

Constraints.
Areas of concern and recommendations.

JsJLU W

bd

Qatar P ~ t r d a m&

APPENDIX-A

.
a-

Proposed methodology of interface between existing and new


facilities.
Construction strategy and methodology including access
routes for construction purposes and transportation of all types
of fill materials.
Dredged fill Material (TC#3) Transportation (haulage) matters
& details including haulage routes and detailed impacts.
Utilities requirements including power, air, telecommunications,
etc.
Traffic management philosophy and phasing for the whole
project.
Outline of operating, control and maintenance philosophy and
requirements.

..

Client-based economic basis.


Environmental impact.
Risk and consequences of failure.
Health and safety of public and operating staff
Equipment standardization with existinglplanned facilities.

4.7.3

Constructability issues to be considered in the Constructability


workshops.
CONTRACTOR shali update the DBM to incorporate all QP comments
and resubmit the final version for approval by QP.

4.7.4

Upon completion of the final version of the DBM, CONTRACTOR shall


arrange and conduct a presentation to MICIQP.

4.7.5

Detailed Design and Engineering shall be based on the approved DBM.

4.8

Engineering

4.8.1

General

1.

CONTRACTOR shall engage an independent international consulting


engineering SUBCONTRACTOR(s) specialist to be responsible for
and shall cany out all detailed design and engineering necessary for
completion of the WORK.

2.

Engineering and design of the WORK shall be in accordance with the


requirements of the CONTRACT. The design of the WORK shall also
comply with the requirements of the codes of practice mentioned
therein.

3.

CONTRACTOR shall check, review and verify the design and


engineering information contained in CONTRACT including all
aspects of the design provided by QP to satisfy himself that they are
adequate for the purpose in accordance with the CONTRACT.
CONTRACTOR shall also check for errors, omissions, conflicts and

Contract No. GC08104100

APPENDIX-A

technical accuracy. CONTRACTOR shall carry out any additional


scope required to achieve the CONTRACT Objectives.
4.

CONTRACTOR shall advise QP of any design alternatives that may


offer better techno-economic solutions.

5.

CONTRACTOR shall base its design on proven technology and on


established design and construction techniques.

6.

CONTRACTOR shall not assume that any documents or drawings in


their possession at or prior to the award of CONTRACT are up-todate and CONTRACTOR shall not use such documentation in the
execution of the CONTRACT. The latest revisions of all drawings or
documents deemed relevant to the CONTRACT shall be requested
from QP in writing.

7.

CONTRACTOR shall be responsible for correcting any drawings or


documents that are found to be incorrect due to insufficient site
checks, errors, or omissions on the part of CONTRACTOR.

8.

CONTRACTOR shall liaise with all service and utility authorities,


industries, MIC and any publiclprivate body, which may be effected,
to locate and identify existing and planned services within the
WORKSITE. CONTRACTOR shall also liaise with MIC, which
operates a Permit to Work System, and adopts Site Check Sheets for
notification to all utility authorities and industries operating in
Mesaieed.

9.

CONTRACTOR shall liaise with the appropriate services authorities


prior to design of modification, replacement or re-routing of their
services.

10. CONTRACTOR shall carry out all necessary calculations,


specifications and conduct all appropriate design procedures as
required.
11. CONTRACTOR shall produce all necessary engineering drawings,
specifications, procedures, and method statements for the
completion of the WORK.
12. CONTRACTOR shall submit a list of proposed design software for
QP approval prior to start of WORK. Where requested by QP.
CONTRACTOR shall submit software validation.
13. All design calculations shall be documented in reports, which
CONTRACTOR shall submit to QP on completion of the design for
approval.
14. CONTRACTOR shall note that significant amount of engineering has
already been carried out for Part I - Earthworks by QP under a
separate contract LTC 061028 - EIA for Sand Dunes and Ground
Engineering. Drawings, specifications and reports prepared are
available in Appendix F and in various attachments to this Appendix
A.

Qatar P~bolsurn

APPENDIX-A

Sand dunes (Material Type A) are not to be used [instead Dredged


Fill Material (Material F) to be used in its place] as a source of freeissue fill material in this CONTRACT .

15. CONTRACTOR shall note that significant amount of engineering has


already been carried out for Part I1 - Road Network & Other
Infrastructure by QP under a variation to separate contract GTC
051237. Drawings, specifications and reports prepared are available
in Appendix F and in various attachments to this Appendix A.
16. CONTRACTOR shall design and engineer the work such that the
new facilities and modification to the existing facilities can be safely
designed, installed, tested, commissioned and operated in a
sequence approved by QP. MIC and any other concerned
government agency e.g. KAHRAMAA, with no or very minimum
shutdown time.

4.8.2

Scope of Engineering for Part I and Part I1


The scope of engineering and design shall generally be in accordance with
this Appendix A and as shown on drawings in Appendix F and shall
include but not be limited to the following:
1.

Topographical Survey, report and drawings in accordance with


Section 4.5.9 of this Appendix A.

2.

Geotechnical investigation, report and sketchesldrawings


accordance with Section 4.5.8 of this Appendix A

3.

Underground services survey, report and drawings in accordance


with Section 4.5.7 of this Appendix A.

4.

Traffic survey, report and drawings in accordance with Section 4.5.11


and 4.5.12 of this Appendix A.

5.

Engineering and design for earthworks.

in

This shall cover scope of earthworks described in Section 4.2 of this


Appendix A. Earthworks design shall include but not limited to the
following:
Ground modeling to confirm cut and fill quantities.
Design of fill for road embankments
Design of fill for the sub-division areas within the GSSA and
LIA.
Design of edge embankments and verge zones.
Earth retaining structures at interfaces between existing fill
(e.g. UPCC area) and new fill.
Earthworks design shall be based on project specifications, design
criteria and various attachments to this appendix.
The design of fill shall include for any mixing at different proportions
of different fill materials, sorting, screening methods, layer thickness.

'\

J 4 j y U a

&

Qatar P ~ t r o l ~ u &
m
APPENDIX-A

compaction requirements, specifications, and calculations inciuding


short-term and long-term settlement calculations. The design of fill,
regardless of the scheme of fill selected, shall comply with the
specifications in Attachment 4.

6.

Engineering and design for transportation of Cll materials.


The BCS is based on the assumption that the transportation method
of dune sand, and any other fill material hauled e.g. from DIE, will be
by trucking only. The EMP, included in Attachment 9, is based on this
assumption and SCENR indicated in their approval that any other
haulage method will require a separate submission for an EIA
adequately dealing with the environmental impacts and issues.
Sand dunes (Material Type A) are not to be used [instead Dredged Fill
material (Material F) to be used in its place] as a source of free-issue fill
material in this CONTRACT.

TCA3

CONTRACTOR is responsible for obtaining all approvals from QP,


MIC, SCENR and others for any other haulage method if proposed.
CONTRACTOR shall include in the engineering scope any
modification required to existing roads, traffic signage, road
markings, fence and diverting or protection any utility services.

7.

Engineering and design for road crossings


This shall include culvert for the protection of existing 2 4 and 12"
diameter QP pipelines crossing proposed main access roads at the
following locations:
Culvert at RIA No.1. Part of the culvert is already built by
QATALUM and for design for the remaining part to be carried
out.
Culvert at junction between Road 15 (Route 7) and Road
No.702.
Culvert loading and design shall be similar to culvert built at RIA No.2
to take a minimum loading of 25 tons per axle.

8.

Design for 13 Nos. permanent survey control stations

9.

Design of Road Network.


CONTRACTOR shall cany out engineering and design for ail road
network at worksite no.1. The design shall include for all roads and
associated road elements as described in Section 4.3.1.
The engineering and design for new roads shall be in accordance
layout and cross-sections drawings in Appendix F.
Refer to Section 4.3.1 item 3 for scope of engineering to be carried
for road network including surface water drainage.

APPENDIX-A

Preliminary design for roads has been carried out and the preiiminary
design report 2100-3500 is included in Attachment 18 and drawings
included in Appendix F.
For specification refer to document No.2100-3502 'Gabbro Area
Roads - Specification' in Attachment 19.
Preliminary design for surface water drainage of roads has been
carried out the technical report 2100-3503 is included in Attachment
20 and drawings included in Appendix F.
10. Foul Sewerage.
CONTRACTOR shall carry out engineering and design for all foul
sewerage. The design shall include for all elements of foul sewerage
as described in Section 4.3.3.
The engineering and design for foul sewerage shall be in accordance
drawings in Appendix F.
Refer to Section 4.3.3 for scope of engineering to be c a l ~ i e dfor foul
sewerage.
Preliminary design for foul sewerage has been carried out and the
preliminary design report 2100-3600 is included in Attachment 21
and drawings included in Appendix F.
For detailed scope of foul sewerage under this project refer to report
No.2100-3603 'Gabbro Area Foul Sewerage - SOW and
Specification' in Attachment 23.
11. Electrical Works.
CONTRACTOR shall carry out engineering and design for all
electrical works related to street lighting and sewage pumping station
PS-8. The design shall include for all elements of electrical works as
described in Section 4.3.4.
Preliminary design for electrical works has been carried out and the
preliminary design report 2100-4530 is included in Attachment 25
and drawings included in Appendix F.
For scope of electrical works refer to Section 4.3.4.
12. Potable Water Network.
CONTRACTOR shall cany out engineering and design until approval
by KAHRAMAA leading to identification of the required pipe sleeves
at junctions and at discrete locations along the lengths of the roads to
enable KAHRAMAA install potable water supply network without
excavating newly constructed roads. This shall include all
engineering and design of potable water network to establish sleeve
size, length, location and elevation. This requires extensive
interaction with KAHRAMAA to design and locate the pipe sleeves.
The engineering and design for potable water network shall be based
on tender drawings provided in Appendix F.
13. Telecommunications and Spare Utility Networks.

APPENDIX-A

CONTRACTOR shall carry out engineering and design leading to


approval by Q-Tel for complete fibre optic network for sewage
pumping station PS-8 and only c i v i l works for other
telecommunications and spare utility networks at worksite no.1. The
design shall include for all elements as described in Section 4.3.6
and 4.3.7.
The engineering and design for telecommunications and spare utility
networks shall be based on drawings provided in Appendix F.
Refer also to preliminary design report for foul sewerage 2100-3600
included in Attachment 21 and drawings in Appendix F with regard to
fiber optic network for sewage pumping station PS-8.
CONTRACTOR shall liaise with MIC and Q-Tel to allow for the
installation of ducts, chambers, junction boxes and road crossings.
14. TSE Network.
CONTRACTOR shall carry out engineering and design until approval
by MIC leading to identification of the required pipe sleeves at
junctions and at discrete locations along the lengths of the roads to
enable MIC install TSE network without excavating newly
constructed roads. This shall include all engineering and design of
TSE network to establish sleeve size, length, location and elevation.
This requires extensive interaction with QPlMlC to design and locate
the pipe sleeves.
The engineering and design for TSE network shall be based tender
drawings provided in Appendix F.
15. Building Services.
The Building Services elements of the project (Pumping Station PS8) shall be designed by CONTRACTOR. It is CONTRACTOR'S
responsibility to ensure that they provide a fully designed package for
the mechanical, electrical and public health works associated with
the buildings.
The entire system shall be designed to suit the hazard classification
as describedlquoted in the Loss Prevention Philosophy.
The design shall comply with the requirements of Qatar Construction
Specification (QCS).
Refer to preliminary design for foul sewerage 2100-3600 included in
Attachment 21 and drawings included in Appendix F where in
building services elements are indicated.
For detailed scope of building services elements refer to report
No.2100-3602 'Gabbro Area Foul Sewerage - SOW and
Specification' in Attachment 23.
Refer to Attachment 24 for minimum requirements for building
services design.
4.8.3

Loss Prevention

APPENDIX-A

4.8.4

1.

Safety Reviews: CONTRACTOR shail conduct safety review


exercises during and after the completion of the engineering.
Desktop reviews involving the CONTRACTOR'S engineers and
QPIMIC engineers shall be adequate. The aim of the review is to
establish that adequate level of safety is achieved against undesired
events such as fires, accidents, explosions and other incidents due to
inadequate design. Environmental issues such as waste disposal,
recreational fires, etc. shall also be addressed.

2.

CONTRACTOR shall implement all actions from the safety review at


no extra cost to QP.

3.

CONTRACTOR shall prepare and submit a method statement to all


its site activities which shall include, as a minimum, description of all
work activities, constraints and a risk assessment including risk
identification, consequences and mitigation measures with clear lines
of responsibilities.

4.

Fire Detection and Protection System: CONTRACTOR shall design


fire detection system in accordance with drawings in Appendix F,
specifications and scope of work in Attachments 21 to 23 for foul
sewerage in which control room, diesel generator room and pump
house are included.

Long Lead Items - CONTRACTOR shall identify items that have a delivery time greater than
4 months to the WORKSITE.
Deliverables

1.

General

For a comprehensive list of Deliverables, see Attachment 10.


CONTRACTOR shail submit the Deliverables to QP for review
and approval. Documents shall be submitted in packages as
per the approved Technical Document Register (TDR).
All documents submitted to QP shall besubject to a detailed inhouse review by CONTRACTOR (author, checker and
approver) as per PQP and be signed off by CONTRACTOR
prior to submission to QP.
CONTRACTOR shall make all necessary changes to any of
the documents as required by QP as appropriate until final
approval is obtained.
All documents issued by CONTRACTOR to QP, whether for
commenffapproval or upon COMPLETION, shall be subjected
to a thorough in-house quality assurance check by
CONTRACTOR. Each document shall bear the hand-written
initials of: the draftsmanldesigner, as applicable; the discipline
engineer responsible for the designlcreation of that document;
and of CONTRACTOR or other approved individual responsible
for Quality Assurance and design coordination. All documents

. -

~ l ~ o b e & ~ r m t r s R @ ' j m N ~ & ~


C. R. No. 25W 99.0.Box :23007 Doha - Qatar j

J~E-UW

&

Qatar P ~ t r o l m~lr,

APPENDIX-A

must be properly checked and signed off prior to any comment


and approval activities or acceptance on the part of QP can
occur.
All documents submitted to QP shall be under cover of a formal
document transmittal system. QP Document Controller shall
advise details of acceptable system.
Drawings shall be produced in accordance with QP
Engineering Standard for Drafting, ES.D -10 Issue 4.0.
CONTRACTOR shall in particular address the layering system,
and ensure it complies with QP requirements. Wherever
possible, all drawing submissions shall be in I S 0 standard A1
format (841mm x 594mm) and I S 0 standard A3 format (420mm
x 297mm). All two dimensional drawings shall be prepared
using AutoCAD software, Release 2004 model space DWG
format. Any drawings and documents not complying with ES.D
-10 will be rejected.
CONTRACTOR shall submit a list of proposed design software
for QP approval prior to start of the WORK. Where requested by
QP, CONTRACTOR shall submit software validation.
Calculations in the form of computer printouts shall only be
acceptable if they incorporate explanation of the data
presented.
For all deliverable?., levels shall be related to QNHD (Qatar
National Datum) and co-ordinates shall be related to QNG
(Qatar National Grid).
The following procedure shall be adopted for the submission of
documents to QP for approval:
CONTRACTOR shall submit Four (4) Nos. hard copies of
documents for comments1 approval. CONTRACTOR shall submit
a soft copy of all submissions.
Within 21 days of the receipt of documents at the QP office, QP
shall return one copy of the documents stamped as:
(i)
(ii)

"Approved (or)
"Approved Subject to Qualifications" marked on the
returned copy or described in an accompanying letter (or)

"Rejected with recommendations for resubmission.


(iii)
Upon approval by QP, WORK may be commenced or orders
placed.
Upon approval with qualification
WORK may be commenced,
including placement of orders at CONTRACTOR'S risk, providing
the qualifications are implemented. CONTRACTOR shall resubmit
revised documents for approval.
Upon rejection CONTRACTOR shall make corrections and
resubmit until approval is obtained.

APPENDIX-A

If QP fails to comment on, or return CONTRACTOR'S submission


within Twenty One (21) days, CONTRACTOR shall send a written
reminder to QP. If QP fails to reply within four (4) days of receipt of
CONTRACTOR'S reminder the submission shall be considered
approved. However CONTRACTOR shall note its obligations to
the correctness, fitness and wholeness of deliverables stated in
the General Conditions of the CONTRACT and that QP's approval
does not constitute assuming any liability relating to any errors,
mistakes, omissions, incompleteness, deficiencies, inaccuracies,
inadequacies, etc. in these deliverables.
For the purposes of schedule preparation only a 21-day period
shall be allowed for each deliverable/submissions which require
QP's approval prior to any further work proceeding by the
CONTRACTOR.
4.9

Procurement

4.9.1

General
CONTRACTOR shall procure all materials and equipment required for this
CONTRACT. Procurement shall include all materials and equipment for
installation. CONTRACTOR shall note that fill materials available at
worksite no.1 and worksite no.2 ( dredged fill material ) are free issue
materials. CONTRACTOR to ascertain & arrange fill material to be
imported & sourced from worksite no.3 or other approved places at his
own cost. Refer to Section 4.2.4 for available quantities of these materials.
CONTRACTOR'S procurement services shall include, but not be limited to,
the following activities:
1.

Purchase all equipment and materials required for this CONTRACT.

2.

CONTRACTOR1 supplier documentation control.

3.

Expediting.

4.

Customs clearance.

5.

Procurement monitoring and other procurement procedures.

6.

Procurement of materials for capital, construction, installation, precommissioning, commissioning, tie-in, including required spare parts,
lubricants, special tools and handling gear as required and as
recommended by the manufacturers.

7.

All materials where required shall be painted in accordance with the


project painting specification (QP-SPC-L-002), latest edition, unless
otherwise approved by QP.

8.

Material traceability shall be in accordance with I S 0 9000 and


EN 10204.

9.

Only round-nosed, non-stress raising dies shall be used at the


Manufacturer's Works for stamping.

10. Transportation
WORKSITE.

of

vendors

and

suppliers'

materials

to

the

r,

Qatar P ~ t r o l m

APPENDIX-A

11. Compliance

with vendors and suppliers' instructions


recommendations for transportation, handling, storage
construction.

4.9.2

and
and

Purchasing
CONTRACTOR'S purchasing responsibility shall include, but not be limited
to, the following:
1.

Impose on all material suppliers, a mandatory requirement, that they


be certified to I S 0 9000 series.

2.

Prepare purchase documentation for all items and submit to QP for


approval prior to order placement.

3.

Endorse purchase documentation for any novated items.

4.

Purchase goods as per the project specifications, preferred vendors


list, and in accordance with the project schedule requirements.

5.

Assess and ensure that the financial status, workload and suitability
of the vendors are satisfactory before commitment.

6.

Conduct purchasing on a competitive basis except when technical


regulations or specifications require otherwise, and abiding by the
Qatari regulations regarding the countries of origin.

7.

Issue monthly (or as requested) material status reports to QP on


purchasing activities.

8.

Review and approval of the Vendors and Suppliers' drawings and


documents. Approved drawings and documents shall be submitted to
QP for comment prior to returning them to vendorlsupplier.

9.

CONTRACTOR shall be responsible for sourcing, approval and


transportation of additional fill materials to meet project
specifications. Transportation of construction materials shall be within
the Environmental Rule and Regulations of State of Qatar.

4.9.3

Expediting
CONTRACTOR shall carry out all expediting activities including, but not be
limited to, the following:
1.

Achieving or improving the contractual delivery dates. Any actual or


potential deviation or slippage from the scheduling requirements shall
be immediately transmitted to QP in writing and agreement obtained
prior to modifications of the EXECUTION PROGRAM.

2.

Expediting of equipment, materials, vendors and suppliers' data,


technical assistance, personnel and documentation from bid
invitation to delivery at the WORKSITE for Vendors and Suppliers'
items including the materials on suborders. .

3.

Expediting all the replacement materials and associated documents,


which is the subject of guarantee or insurance claims. Such
expediting shall be performed, a s necessary, for the duration of the
CONTRACT.

Contract No. GC08104100

lLiZiz4

&
&

J43.JQatar P~trolsum

APPENDIX-A

4.

Expediting and taking all appropriate actions to obtain all technical


data and other documentation from the manufacturers and their
vendors and suppliers.

5.

Issuing expediting reports on each purchase order and maintain


records for determining reasons for delay in delivery. CONTRACTOR
shall also identify delinquent orders and inform QP.

6.

Maintaining a system to monitor progress on all the purchase orders


and preparing and issuing a critical schedule to QP at bi-monthly
intervals. This schedule shall identify all items of equipment and
materials that are critical or that are potentially critical to the schedule
and require special attention to ensure timely delivery.

7.

4.9.4

4.9.5

Taking appropriate remedial action with Vendors and Suppliers who


are behind schedule. CONTRACTOR shall not limit his expediting
activities to only progress reporting and shall promptly recommend
an appropriate alternative remedial action to QP and implement the
same, after approval by QP.

lnspection and Testing


1.

CONTRACTOR shall appoint a QP-approved Third Party lnspection


Agency to carry out all required inspection activities at any location
required by QP, as applicable.

2.

QP may elect to conduct the inspection alone or in conjunction with a


Third Party lnspection Agency.

3.

All Third Party lnspection Reports shall be issued simultaneously and


in identical detail to both QP and CONTRACTOR.

4.

All major equipment and systems shall be subject to Factory


Acceptance Tests (FAT's). QP Discipline Engineers will witness all
major equipment and system Factory Acceptance Tests (FAT's) and
Site Acceptance Tests (SAT'S) CONTRACTOR shall give sufficient
notice, as agreed with QP, of any testing.

Forwarding
CONTRACTOR shall be responsible for organizing and coordinating
packing, marking and transport of materials from the source of supply to
the WORKSITE. Such coordination work shall include, but not be limited
to:

1.

Preparation of packing, marking, transporting and documentation


specifications.

2.

lnspection of packing, marking, and loading.

3.

Development of plans and procedures for freight forwarding, handling


and customs clearance of equipment and materials to ensure that all
the freight is consigned to arrive at the WORKSITE.

4.

Organize and ensure timely shipment of the materiais and equipment


to the WORKSITE.

APPENDIX-A

5.

Prepare, maintain and issue a monthly progress report in a format


approved by QP.

6.

Arrange for the import of all the materials and equipment purchased,
for receiving and off-loading at the WORKSITE and for obtaining all
necessary licenses, insurance certificates and any other documents
required.

Spares

4.9.6
1

General

1.

CONTRACTOR shall provide all the supplies and services in


accordance with approved procedures for handling of spare parts,
which shall include arranging for their proper receipt, stacking and
storage.

2.

CONTRACTOR shall obtain and submit Spare Parts and


Interchangeability Record (SPIR) forms as per QP format, duly filied
in by each vendor, while submitting the purchase recommendation
for QP's approval. QP will not accept purchase recommendations
unless accompanied by SPlR forms. A sample SPlR sheet will be
provided after CONTRACT award.

3.

CONTRACTOR shall compile and update all SPlR forms with related
drawings and documentation for equipment installed under the
CONTRACT such that spare parts can be made available to maintain
the FACILITY immediately after hand-over.

4.

Spares for Commissioning &Startup.

5.

CONTRACTOR shall identify, define, procure and supply


construction, pre-commissioning, commissioning and start-up spare
parts, lubricants, special tools and handling gear for each item of
equipment.

. -

Spares for First Year of Operation

1.

CONTRACTOR shall identify, define, procure and supply for the first
year of operation spare parts, lubricants, special tools and handling
gear for each item of equipment. Items for supply of spare parts,
lubricants, special tools, and handling gears and their quantities shall
be subject to QP approval.

2.

Upon completion of commissioning, CONTRACTOR shall take


inventory and ensure that spares for the first year of operation as
identified and defined are available.

Spares for Second and Third Year of Operation


CONTRACTOR shall identify and define for the second and third year of
operation, spare parts and lubricants for each item of equipment.

4.9.7

SAP

APPENDIX-A

CONTRACTOR shall compile and enter required data for all supplied
items into QP's computerized Maintenance Management System (MMS).
This data shall be compiled in the specified pro forma; a sample of this pro
forma will be provided after CONTRACT award.

4.9.8

Preferred Vendor List

1.

Attachment 11 (QP standard ED.00.15.001 - Preferred Vendor List)


contains lists of Vendors who are generally recognized by QP as
bona fide suppliers of materials and equipment. This list is not
intended to be exhaustive; inclusion does not signify any more than
provisional recognition of a Vendor. Prior to placement of any
purchase order, CONTRACTOR shall furnish full details of all
proposed vendors and their products for QP's review and project
approval.

2.

Should CONTRACTOR wish to propose a Vendor not iisted in QP


standard ED.00.15.001, full qualification documents for the proposed
vendor, including details of cost savings to QP, shall be submitted
along with written justification for deviation from the Preferred Vendor
List for QP review. CONTRACTOR shall not proceed, in any
respect, regarding the proposed material until QP has approved the
deviation in writing.

4.10

Construction

4.10.1

General

4.10.2

1.

CONTRACTOR shall carry out construction/installation to achieve


COMPLETION of the WORK.

2.

All details of the WORK shall comply with Approved-for-Construction


(AFC) drawings. Specifications and all applicable Codes and
Standards.

3.

The WORK shall be provided and constructed in a safe and reliable


manner. Effective construction methods shall be adopted to achieve
the required performance.

Requirements for construction work


CONTRACTOR'S scope of construction work shall include, but not be
limited to:

1.

Compliance with QPlMlC Permit to Work (PTW) system.

2.

Prepare and provide detailed method statements.

3.

Establishing site safety rules in accordance with QP and statutory


safety requirements.

4.

Providing a quality assurance plan and quality control procedures in


compliance with I S 0 9001

APPENDIX-A

5.

Providing all c o n s t ~ c t i o nmanagement, supervision and technical


support. CONTRACTOR shall also plan, manage and coordinate all
interfaces.

6.

Obtaining all licenses, approvals and permits with QP support.

7.

Preparing construction procedures that shall be submitted to QP for


approval.

8.

Providing manpower charts, schedules and progress reports.

9.

Preparing remedial plans where late material deiivery andior other


construction problems arise.

10. Attending meetings with QP.


11. Maintaining and operating an adequate system to control availability
of drawings, documents and specifications at their latest revision at
WORKSITE.
12. Maintaining and operating an adequate material control procedure at
WORKSITE.
13. Managing field changes and revision of drawings, suitable for
preparation of As-Built drawings.
14. Preparing a complete set of As-Built drawings.
15. Maintaining construction records in formats to be submitted for QP
approval.
16. Providing construction personnel and labor required for construction.
17. Evaluating all personnel proposed for the project to ensure they are
adequately qualified and capable of safely performing the work
assigned.
All costs associated with this shall be borne by
CONTRACTOR.
18. Supervising all Sub-contracton to ensure that the WORK is
performed to the required specifications, schedule and quality
requirements.
19. Managing, coordinating and supervising the work of Vendors and
Suppliers to ensure that the WORK is performed to the required
specifications, schedule, quality and safety requirements.
20.

Ensuring timely mobilization of Vendors and Suppliers'


representatives andior any specialists, and their retention at
WORKSITE for the required durations.

21.

Providing and maintaining all construction support facilities including:


job site buildings, transportation, sanitary facilities, office supplies,
mess facilities, office equipment and other such items as may be
required for the construction and for QP personnel.

22. CONTRACTOR shall carry out all temporary works necessary for the
completion of the WORK.

23.

Providing, operating, and maintaining all equipment required for


construction as well as all temporary items including: power

Contract No. GC08104100

Qatar ktroimn

APPENDIX-A

generation, lifting, transporting, other equipment, tools, implements,


construction equipment, all construction materials and consumables
and such other items as may be required for the construction and
commissioning of the FACILITY.
24.

CONTRACTOR shall be responsible for identifying and executing the


total construction scope of work including, but not necessarily limited
to the following:

Keeping the WORKSITE, access to WORKSITE, all equipment


used upon it, clean at all times.
Safe accumulation, in suitable pre-determined areas, regular
removal and safe disposal of all debris from the WORKSITE.
Removing all temporary covering and structures upon
COMPLETION of WORK.
Transporting and unloading excess and redundant equipment
and materials to a location approved by QP.

25. CONTRACTOR shall be responsible for the following construction


related activities in the scope:
Material submittal, approval and procurement.
Testing of materials in accordance with specification and
QAIQC activities.

26. Refer to the environmental data with respect to tides given in


Attachment 1. CONTRACTOR shall allow for any seawater flooding
during construction phase.
4.10.3

Interruption to Construction Activities


QP shall have the right to interrupt construction activities if CONTRACTOR
does not adhere to QP safety andlor operational requirements

4.10.4

Scope of Construction Works for Part I and Part II


The scope of construction shall generally be in accordance with this
Appendix A and as shown on AFC drawings to be produced under this
CONTRCT. This shall include but not be limited to the following:

1.

Topographical Survey.

2.

Geotechnical investigation.

3.

Underground services survey.

4.

Traffic survey.

5.

Earthworks.
This shall cover scope of earthworks described in Section 4.2 of this
Appendix A. Earthworks construction shall include but not limited to
the following:
Removal and disposal of unsuitable materials lying over
WORKSITE No.1

APPENDIX-A

Haulage of fill materials from various sources.


Fill for road embankments.
Fill for the sub-division areas within the GSSA and LIA.
Edge embankments and verge zones.

Earth retaining structures at interfaces between existing fill


(e.g. UPCC area) and new fill.
The construction work of fill shall include for any mixing at different
proportions of different fill materials, sorting, screening, handling,
double handling, laying, compaction and testing in accordance with
specification in Attachment 4 and AFC drawings.
6.

Road crossings.
This shall include culvert for the protection of existing 24" and 1 2
diameter QP pipelines crossing proposed main access roads at the
following locations:

7.

Culvert at RIA No.1. Part of the culvert is already built by


QATALUM and for design for the remaining part to be carried
out.
Culvert at junction between Road 15 (Route 7) and Road
No.702.
Construction of 13 Nos. permanent survey control stations.

8.

Construction of Road Network.


CONTRACTOR shall carry out construction for all road networks at
WORKSITE No.1. The construction shall include for all roads and
associated road elements as described in Section 4.3.1.
For specification of road network refer to document No.2100-3502
'Gabbro Area Roads - Specification' in Attachment 19.

9.

Foul Sewerage.
CONTRACTOR shall carry out construction for all foul sewerage.
The design shall include for all elements of foul sewerage as
described in Section 4.3.3.
For detailed scope of construction for foul sewerage under this
project refer to report No.2100-3603 'Gabbro Area Foul Sewerage SOW and Specification' in Attachment 23.

10. Electrical Works.


CONTRACTOR shall carry out construction of all electrical works
related to street lighting and sewage pumping station PS-8. The
construction work shall include for all elements of electrical works as
described in Section 4.3.4.
For scope of electrical works refer to Section 4.3.4.
11. Potable Water Network.
CONTRACTOR shall install pipe sleeves at junctions and at discrete
locations along the lengths of the roads to enable KAHRAMAA install

JsJLUa

Qatar Pmolcurn

&
&
APPENDIX-A

potable water supply network without excavating newly constructed


roads. This requires extensive interaction with KAHRAMAA to
construct and locate the pipe sleeves.
12. Telecommunications and Spare Utility Networks.
CONTRACTOR shall carry out construction and installation for
complete fibre optic network for sewage pumping station PS-8 and
only civil works for other telecommunications and spare utility
networks at WORKSITE No.1. Construction shall include for all
elements as described in Section 4.3.6 and 4.3.7.
Refer also to preliminary design report for foul sewerage 2100-3600
included in Attachment 21 and drawings Appendix F with regard to
fiber optic network for sewage pumping station PS-8.
CONTRACTOR shall liaise with MIC and Q-Tel to allow for the
installation of duds, chambers, junction boxes and road crossings.
13. TSE Network.
CONTRACTOR shall install pipe sleeves at junctions and at discrete
locations along the lengths of the roads to enable MIC install TSE
network without excavating newly constructed roads. This requires
extensive interaction with MIC to construct and locate the pipe
sleeves. .
14. Building Services.
CONTRACTOR shall carry out construction of mechanical, electrical
and public health works associated with the buildings in pumping
station
PS-8.
For detailed scope of building services elements refer to report
No.2100-3603 'Gabbro Area Foul Sewerage - SOW and
Specification' in Attachment 23.
4.10.5

Health, Safety & Environmental

1.

General

CONTRACTOR shall construct the WORK in accordance with


QP-PHL-S-001, related industrial city safety regulations and
State of Qatar HSE requirements.
Maximum safety shall be the target during construction.
CONTRACTOR shall comply with the requirements of QP
'Safety Regulations for Contractors". CONTRACTOR shall be
fully responsible for adherence to the safety requirements by its
direct labour and Subcontractor's personnel.
CONTRACTOR shall provide complete details of their HSE
organization chart at corporate level and project level clearly
identifying the personnel. This shall be submitted immediately
after the award of CONTRACT.

~4@.

&

Qatar P~trolsum

APPENDIX-A

CONTRACTOR and key Subcontractors shall have clearly


defined HSE policy at corporate level and copy of the same
shall be submitted along with the tender bid.

2.

CONTRACTOR as a minimum shall have project HSE


manager and safety officer and QP reserves the right to ask
CONTRACTOR to employ more safety personnel based on the
project demand.
CONTRACTOR'S key safety personnel shall have minimum 5
years experience in construction safety and should have
worked in at least one similar project. Key safety personnel
should preferably have undergone safety courses such as
NEBOSH.
HSE Plan
Prior to commencement of any field activity, CONTRACTOR shall
prepare a project specific HSE plan identifying HSE issues that will
be addressed during execution of the project and submit to QP for
review and approval. While developing the plan, CONTRACTOR
shall liaise with Fire and Safety Department of the area of
construction and obtain necessary site-specific safety requirements.
It shall as a minimum contain the following:
Policy and statement of commitment.
Corporate organization as well as project specific organization
chart.
Definition of roles and responsibilities of HSE personnel with
designations, names and contact telephone numbers as well as
those of connected management personnel.
lnteriacing with QP HSE personnel and line management.
Procedures for reporting, traininglinduction, PTW.
Competency level and CV's of all project HSE personnel.
Procedure for Subcontractors and their personnel.

.
..
3.

Selection and control procedures for third parties.


Details on shift arrangements, working hours, personal
protective gears and material safety datasheets and its control.
Emergency Response Plan.
Safety procedures for hazardous activities.
Safety Auditing procedure, schedule and recording.

Training
CONTRACTOR shall ensure that all labor, directly or indirectly
employed by them have undergone necessary safety training as
required by QP procedures as well as statutory requirements
and shall provide records to substantiate the same.

4.

Safety Meetings

JsU-

&

Qatar PEtrolcum Y1=

APPENDIX-A

CONTRACTOR shall arrange fortnightly 'toolbox' safety


meeting wherein job specific hazardous activities related to
WORK either scheduled or in progress shall be discussed and
necessary measures for implementation shall be identified.
Independent of fortnightly toolbox
meeting, before
commencement of any new work at WORKSITE, tool box
meeting shall be conducted
CONTRACTOR shall record all toolbox meetings and advise
QP, in writing, of the safety topics discussed and numbers of
attendees.
Safety EngineersIOfficers, supervisors, new personnel who are
being inducted for the specific work and where necessary site
managers shall participate in the toolbox meetings.

.
.

5.

CONTRACTOR shall inform the safety statistics to their


employees periodically and shall notify QP in their weekly
progress report.
Displaying the safety statistics on the site in English and Arabic
shall be considered and QP may direct the CONTRACTOR do
the same if considered necessary.

CONTRACTOR shall conduct senior level monthly Safety


Management meetings and minutes of the meetings shall be
submitted to QP for information.
Facilities
CONTRACTOR shall as minimum provide following facilities:
Transportation vehicles with standby arrangements.
Fire protection accessories.

.
.

First Aid accessories.


Communication facilities.
Adequate potable water.
Salt tabletslGlucose.
Rest shedsltents where required.

.6.

Personal protection accessories such as helmet, overall,


goggles, dust caps, masks, hand gloves, safety shoes, etc.
Safety signs in Arabic and English.
Recreation facilities for their staff.
Healthy and Hygienic mess.

First Aid and primary health clinic.


Audits
CONTRACTOR shall provide adequate healthy and hygienic
environment at the place of work and accommodation in their camps
and offices. CONTRACTOR'S premises including their messing
facilities, food, etc. shall be inspected, audited for safety and hygiene

APPENDIX-A

by a competent doctor and safety inspectors on a monthly basis and


report submitted to QP. When necessary QP will also participate in
such audits. CONTRACTOR shall impiement any recommendations
arising out of such inspections.

7.

Permit to Work System (PTW)


CONTRACTOR shall comply with QP Work Permit Procedure as
detailed in Safety Regulations for CONTRACTOR.
CONTRACTOR shall adopt and apply the PTW system of QP in all
QP restricted areas.
CONTRACTOR shall ensure that a work execution plan,
method statement and approvals of third party like SCENR,
municipality, other ministry approvals etc shall be attached
along with the permit. QP Construction and Safety team shall
approve the PTW before submitting it to operational authority.

8.

Prior to crossing any third party installation such as cables,


pipes, high-tension overhead power lines, etc., permission shall
be obtained from the necessary authorities and notification
given to them at least two weeks in advance. Where road
deviations are required, all end users to be informed two weeks
in advance. Police permission and local authority permissions
shall be taken for approval of detour roads and attached with
the PTW.
Accident Reporting

CONTRACTOR shall immediately report to QP any accident or


near miss in accordance with Clause 7 of Appendix D.
The actual reporting procedure shall accord with section No. 17
of the CONTRACTOR'S Safety Regulations Rev.01 1992.

CONTRACTOR shall conduct a detailed investigation and


identify any and all hazards that arise of any incident and
submit to QP the intended corrective actions proposed.
Based on frequency of incidents, CONTRACTOR performance
will be subject to review and where necessary work shall be
stopped until corrective measures are in place.
Safety Equipment

9.

CONTRACTOR shall provide following minimum safety equipment to


all personnel who are directly or indirectly under his control:
All personal safety equipments as defined in CONTRACTOR'S
Safety Regulations Rev.01 1992.
All key site safety personnel and managers shall have mobile
phones.
Each Safety Supe~isor/Officershall have a transport allocated
for his sole use.
10. Safety Personnel

APPENDIX-A

CONTRACTOR shall identify and nominate adequate safety officers


for each area where WORK would be carried out. QP reserves the
right to instruct CONTRACTOR to employ more safety personnel if
deemed necessary.
11. Environmental Compliance
CONTRACTOR shall comply with the requirements , o f State
environmental legislations (Law No. 30 of 2002 and its executive
regulations issued by SCENR) and QPIMIC environmental
standards, during construction. CONTRACTOR shall develop an
effective Environmental Management Plan to reflect the overall
environmental policy of the project. EIA and requirements of SCENR.
As a -part of Constmction Environmental Management Plan,
CONTRACTOR plan shall identify specific techniques, practices and
measures that will be utilized to minimize any adverse environmental
impact during construction. The construction environmental
management plan shall cover the plans for managing environmental
risks from contaminated soils, handling radioactive sources and
waste management plan.
CONTRACTOR shall note that the Supreme Council for the
Environment and Natural Reserves (SCENR) has granted their Initial
Environmental Authorization, for the DMP, in their letter (Attachment
15) dated 17 March 2003 (Reference SCE 002-172-2003) with
comments. CONTRACTOR shall take into account the comments
made by SCENR when carrying out the WORK.
CONTRACTOR shall also note that the Supreme Council for the
Environment and Natural Reserves (SCENR) has granted their
approval for removal of dune sand within MIC security fences and
extracts from EIA report for removal of dune sand is provided in
Attachment 9. CONTRACTOR shall implement all environmental
management as required in Attachment 9.
.. .

Sand dunes (Material Type A) are not to be used [instead Dredged


Fill Material (Material F) to be used in its place] as a source of freeissue fill material in this CONTRACT .

TCA3

Waste Management
CONTRACTOR shall identify types of waste that will be generated
during construction and operation phase of the project.
CONTRACTOR shall ensure compliance to QP specifications for
waste management SPC-ENV-001 and address issues and MIC
Waste Management Manual.
12.

Noise Control
CONTRACTOR shall control the sound levels during transportation
and construction complying with the requirements of QP and
standards issued by SCENR.

4.10.6

Office for QP Engineers Site Facilities

APPENDIX-A

1.

CONTRACTOR shall provide, maintain and remove on


COMPLETION, the following site office facilities described in this
Section.

2.

CONTRACTOR shall proceed with the provision of site ofices for the
exclusive use of QP from the EFFECTIVE DATE and shall provide
temporary alternative accommodation to QP's approval until such
time the oftice is made available.

3.

CONTRACTOR shall provide temporary site facilities as described in


QCS Section 1 Part 11. Clauses that call for particular requirement or
amended by addition clauses are stated below with specification as
appropriate. All remaining clauses in the mentioned Section apply.

4.

Provide Type 2 Oftices as per QCS (1 1.2.3).

5.

The layout of the offices shall be submitted for prior approval of QP


with configuration as follows:
a

Coupled units to accommodate 4 offices with an area of 16m2


each, a meeting room for minimum of 10 persons, a
filinglphotocopylprint process room, sample room, pantry and
toilets.

The facilities shall be of adequate construction with properties


and workmanship in accordance with QCS requirements.
Materials used shall be of best standard to the approval of QP.

Floors shall be firm and stable, finished with heavy duty,


antistatic carpet tiles. Color of the carpet shall be submitted for
approval.

On the room's perimeter carpet shall be fixed by hard wood


skirting.

The floor finish for the wet areas shall be durable PVC. The
wet areas wall finish shall be durable PVC. Note that the toilet
floor and walls up to 1.0 m have to be waterproof treated
before laying the PVC finish.

The other walls finish shall be with laminated wood veneer


apparent finish.

Ceiling shall be flat and finished with white 100% acrylic latex
textured paint.

The external door shall be with Georgian wired glass and


appropriate ironmongery.

The internal wood doors shall be semi-solid construction flush


doors with laminated wood veneer apparent finish with
hardwood frames and architraves. The ironmongery shall be
with firm lever handles.

All doors shall have locks with keys, door closers and
doorstopper.

APPENDIX-A

The toilet door should have water resistant finish at 113 from
bottom. All timber shall be treated, especially against termites
and other pests.

Aluminium windows shall have two sliding leaves with


reflective glass and fitted with insect mesh. Windows
dimensions for offices shall not be not less than 2000x1200
mm and positioned as per approved plan.

m The electrical installation shall be in accordance with


KAHRAMAA standard with the following details.
n

All offices and conference room shall have surface mounted


fluorescent luminaries with cati2 louvers suitable for VDU
station.

Toilets, corridors, stores and exterior shall have closed


luminaries suitable for the respective area classification.

Power and telecommunication outlets shall be dual outlets,


quantity and location to suit the utility and layout to the
agreement of QP.

Light fixtures, socket type and position shall be submitted for


approval prior to order. All wiring shall be totally concealed.

6.

N C units shall be Split type as per QCS (1 1.2.3) (10).

7.

Each office shall be provided with the following furniture to the


approval of QP as per QCS (1 1.2.3) (12).

8.

1 No. kneehole pattern desk (1800x900x760) L shape and


side desk with a total of six lockable drawers.

1 No. swivel chair with armrests

2 No. visitor chairs.

1 No. hanging file or plan chest suitable for An size prints.

1 No. waste paper basket.

1 No. four drawer filing cabinet.

1 No. book shelf to match office furniture.

1 No. wall mounted pin board (1000x2000mm).

The office shall be provided with window blinds and window fly
screens.

The meeting room shall be provided with the following furniture to the
approval of QP as per QCS (11.2.3) (14):
a

2 No. tables, each 120Ox2000mm.

I 2 office chairs.

APPENDIX-A

9.

1 No. white board (1800x1100mm)

The sample room (16m2) shall be provided with 2no. Shelf


units (5 tiers of shelves 400mm wide x 2400mm long.

Filing1 photocapylprint process room (9mZ) shall be provided


with 1 No. metal, lockable cupboard and 1 no. shelf unit (5
tiers of shelves 400mm widex2400mm long).

CONTRACTOR shall provide one (1) no. telefax machine (plain


paper). Cannon FX-L300 as per QCS (11.4.7) (2).

10. CONTRACTOR shall provide 2 numbers PC, each with 2.5 GHz,
Pentium IV processor and 1 GB RAM as per QCS (1 1.4.2).
11. The PC configuration shall be submitted for approval and shall
include ernail and interconnection with QPILAN.
12. CONTRACTOR shall provide 1 no. Printers, with shared connection;
HP lnkjet color Printer A3 size.
13. CONTRACTOR shall provide one Photocopier capable of providing
copies up to A3 size with enlargement and reduction option and
sorter. Minolta CSPRO-EP 6000 as per QCS (1 1.4.3).
14.

1 No. facsimile machine (plain paper). Cannon FX-WOO as per QCS


(I
I.4.7) (2).

15. TB A 7
It is possible to locate site facilities within Worksie No 1. However
CONTRACTOR to liaise directly with MIC with regard to any
feeslcosts and be fully responsible for servicing his facilities. Also
MIC has its own particular policies with regard to Labour Camps in
which only Qatar Real Estate Investment Company (QREIC)'s
Labour Camps can be used by contractors working in MIC.
CONTRACTOR to liaise directly with MIC and determine all
requirements including any chargeslcosts.
4.10.7

Photographs
1.
2.
3.

In order to maintain the necessary photographic record


CONTRACTOR shall use QP approved studio to take photographs.
. Photographs

shall be taken at monthly intervals, or as otherwise


directed by QP

CONTRACTOR shall supply 2 No. prints together with the negatives


of each photograph. All prints shall be 250 x 200 rnm size on glossy
paper in color.

Pre-Commissioning
4.1 1.I

General

APPENDIX-A

CONTRACTOR shall execute pre-commissioning activities to demonstrate


that pumping stations, sub-stations and associated items installation are
complete and ready for commissioning.
1.

CONTRACTOR shall prepare plans and procedures for precommissioning at the Engineering stage, in close liaison with QP.

2.

Pre-commissioning shall include, but not be limited to:


a

Systematic conformity checks, carried out on each part or item


of equipment or component, to visually verify the condition of
the equipment, the quality of installation, compliance with
drawings and specifications, manufacturers' instruction, safety
rules, codes, standards and good workmanship.

Static, de-energized tests of specific equipment, to ensure the


quality of critical components. Cold testing shall include
calibration of instruments, stroking of valves, cable continuity
testing, etc.

Piping and pipeline flushing, cleaning and safe de-watering in


a QP-approved location.

Pressure/vacuum and leak tests, cleaning and drying out.

3.

CONTRACTOR shall prepare a Startup & Operating Manual and


submit this to QP for review and approval. The Operating Manual
shall be submitted in its final revision, prior to the commencement of
pre-commissioning.

4.

CONTRACTOR shall not proceed with pre-commissioning and


commissioning activities without approved documentation.

5.

CONTRACTOR shall:
a

Provide a team of suitably experienced and qualified personnel


for pre-commissioning.

Provide necessary pre-commissioning spare parts. - -

Provide necessary pre-commissioning equipment, tools,


instruments and fluidsiutilities, including but not necessarily
limited to: fresh, clean, inhibited water, chemicals; temporary
power, compressed air, nitrogen and lube oils.

Execute all scheduling, planning and progress reporting


procedures.

Co-ordinate activities of Suppliers and Vendors and any Subcontractors participating in the work and liaise with QP as and
when required.

Obtain the necessary Suppliers and Vendors' documentation.

Conduct work-planning meetings, in coordination with QP.

,.

APPENDIX-A

4.1 1.2

Maintain all documentation and records

6.

All pre-commissioning operations shall be organized by system,


following a QP-approved, optimized startup sequence.

7.

The preparation activities shall include, but not be limited to, the
following:
a

Divide the whole system into sub-systems that shall form the
basis of the organization of pre-commissioning, commissioning
and start-up activities and for the issue of the relevant
Completion Certificates.

Prepare and issue marked-up diagrams, showing the limits of


the sub-systems.

Compile lists of items for all sub-systems.

Prepare a pre-commissioning, commissioning and startup plan


& schedule and system handover sequence.

Quantify the work and prepare manpower histograms.

Compile all required


documentation.

Engineer and provide all required temporary facilities for precommissioning.

engineering

and

manufacturers'

Checklists
Pre-commissioning checklists shall define the scope of work that shall be
systematically petformed on each selected item of equipment and shall
also be used as a log to record the checks made. Conformity checks shall
be carried out in accordance with, and reported on, pre-commissioning
check lists. One pre-commissioning check list shall be filled-in for each
sub-system and type of equipment.

4.1 1.3

4.1 1.4

Test Sheets
1.

Static, de-energized tests shall be carried out in accordance with the


relevant specifications and reported on pre-commissioning test
sheets

2.

One pre-commissioning test sheet shall be filled-in for each test


performed. All other pre-commissioning activities such as piping and
pipeline flushing and cleaning, shall be supported by reports and
drawings.

Status lndex
1.

Pre-commissioning Status lndex shall be an exhaustive list, arranged


by sub-system, discipline and type of equipment, for ail equipment
and materials subject to pre-commissioning operations.

n.
Qatar P~trolcum
APPENDIX-A

2.
4.1 1.5

Status of each pre-commissioning task shall be recorded on the Precommissioning Status Index and used for following up.

Punch Lists
1.

Pre-commissioning punch lists shall be established for each system


being pre-commissioned, for the purpose of recording all
discrepancies, damaged or missing equipment, malfunctions,
missing documents and any deviation from the design drawings and
specifications.

2. -- .Punch lists shall be categorized as follows:

4.1 1.6

Category A: Those punch list items which shall be addressed


and remedied before proceeding any further with precommission'ing lcommissioning activities.

Category 6: Those punch list items that can be addressed and


remedied
simultaneously
with
pre-commissioninglcommissioning activities.

Category C: Those punch list items that shall be addressed


and remedied after commissioning activities have been
completed. However, these shall be cleared prior to
demobilization of CONTRACTOR personnel.

CONTRACTOR shall clear all Category A. punch list items prior


to applying for the Ready-for-Commissioning Certificate for
each system.

All punch list items (all categories) shall be cleared prior to


issue of the CERTIFICATE OF COMPLETION by QP.

Dossiers
CONTRACTOR shall compile documentation pertaining to precommissioning activities in a dossier arranged by subsystem, which shall
contain all information required to demonstrate that such system has
reached the Ready-for-Commissioning status.
The pre-commissioning dossiers shall include the following, but not
necessarily be limited to the following:
1.

Updated Punch Lists.

2.

System description and marked up drawings.

3.

Specific procedures.

4.

Pre-commissioning Status Index.

5.

Pre-commissioning Check Lists.

6.

Pre-commissioning Test Sheets.

7.

As-Built marked up AFC drawings.

n.

J s A J J &~d

Qatar PEtrolm &

APPENDIX-A

8.

Quality Control reports including non-destructive testing reports


(flushing, pressure tests, etc.).

9.

CONTRACTOR'S shop test reports.

10. Supplier and Vendor documentation needed for commissioning.

11. Ready-for-Commissioning Certificate


4.12

Commissioning

4.12.1

General

1.

All pre-commissioning activities and documentation shall be


completed to QP satisfaction prior to commencing Commissioning.

2.

All commissioning operations shall be organized, following a QPapproved, optimized startup sequence.

3.

CONTRACTOR'S responsibilities for commissioning shall include, but


not be limited to the following:
a

Providing a team of suitably experienced and qualified


personnel for commissioning as per approved plans,
schedules and procedures. CONTRACTOR'S Commissioning
Team shall report to QP.

Prepare updates to the commissioning & startup plan &


schedule and system handover sequence, as applicable.

Managing and coordinating all external interfaces related to


commissioning.

Executing all scheduling, planning and progress reporting


procedures.

Coordinating activities of CONTRACTOR, Vendors


Suppliers participating in the work.

Conducting work planning meetings as required

Preparing interface
procedures.

Preparing safety audits and maintaining. record of all approved


safety audit items.

Providing necessary commissioning and start-up spare parts


on site.

Supplying, operating, maintaining and removing materials, and


equipment (such as oils, tools, fittings and consumables) and
services required for commissioning.

Executing a smooth operation test run.

and

commissioning

and

co-ordination

&U

Qatar P ~ t r o l m n&

APPENDIX-A

Performing repair work for defective systems and retesting as


required by QP.

m Updating all documentation and drawings with As-Built


information.

4.12.2

Compiling commissioning dossier for all systems.

Submitting to QP the application for Ready-for-Startup


Certificates.

Providing startup assistance support to QP.

4.

QP shall issue Ready-for-Startup Certificates for each unit that has


been satisfactorily commissioned.

5.

CONTRACTOR shall maintain the FACILITf until handover to QP.

6.

As soon as any utility or system is under commissioning or in


operation, CONTRACTOR shall enforce an approved safe-system of
work which accommodates and interfaces with the other parties'
safety requirements.

7.

QP will startup the plant under supervision and responsibility of


CONTRACTOR when all relevant systems have been satisfactorily
commissioned, and when the corresponding Ready-for-Startup
Certificates have been issued, with the relevant final documentation.

8.

CONTRACTOR shall be responsible for commissioning and start-up


of FACILITY. CONTRACTOR shall resolve any problems
encountered during these activities at no additional cost to QP.

CONTRACTOR'S Basic Commissioning Duties

1.

The FACILITY shall be fully commissioned by CONTRACTOR after


pre-commissioning, in order to demonstrate the reliability, integrity
and performance of relevant equipment in actual running condition.
CONTRACTOR, Vendor and Supplier Representatives shall assist in
Commissioning.

2.

CONTRACTOR shall submit commissioning procedures showing the


following, as a minimum:
a

Commissioning procedures and checklists based


equipment manufacturers' commissioning procedures.

upon

Duration of commissioning activities.

Vendors' and suppliers' representative mobilization notices.

CONTRACTOR'S requirement for workmanship assistance.

Special tools to be supplied by CONTRACTOR.

Requirement for special products, lubricants, etc.

APPENDIX-A

4.12.3

4.12.4

3.

CONTRACTOR shall record any retrofitimodifications on the new


installed equipment during and after commissioning and shall issue
the relevant As-Built drawings appropriately updated with new
revision index.

4.

CONTRACTOR shall replace any parts damaged or found unsuitable


during commissioning.

5.

CONTRACTOR shall issue a Final Commissioning Report that


includes status of equipment, notifications of completion, and a
detailed list of all pending items.

Preliminary Checks
1.

Prior
to
commencement
of
commissioning
activities,
CONTRACTOR'S commissioning team shall carry out Preliminary
Checks to verify that each system is ready for commissioning. This
shall include a thorough review of the pre-commissioning documents
and physical check of FACILITY.

2.

Preliminary Checks shall be carried out by discipline and formalized


on a specific report form.

3.

Pre-commissioning punch lists shall be updated following these


Preliminary Checks.

Functional Checks
Live Functional Tests shall be carried out on each instrumentation and
electrical system related to their given Basic Function. A separate
Functional Test Sheet form shall be prepared for each type of Functional
Test.

4.12.5

4.12.6

Punch Lists
1.

Punch lists established during pre-commissioning shall be continually


updated during commissioning operations to reflect the addition of
new items as well as signing off of cleared items.

2.

CONTRACTOR shall clear all categories A and B punch list items


prior to applying for the Ready-for-Startup Certificate for each facility.

Ready-for-Startup Dossier

1.

CONTRACTOR shall handover only fully operable systems.


CONTRACTOR shall rectify any defect in design, materials and
construction, omissions or discrepancies, which would impede the
intended operation, as specified herein, at his own expense.

2.

CONTRACTOR shall compile documentation of commissioning


activities in a Ready-for-Startup Dossier arranged by sub-system,
which shall contain all information required to demonstrate that the
sub-systems have reached the Ready-for-Startup stage.

3.

CONTRACTOR shall provide five (5) sets of the Dossier.


Dossier shall include, but not be limited to, the following:

ED.2.2100-1, Rev.B

Con

The

.ilUjsJ

&

Qatar P ~ t r o h&

APPENDIX-A

Ready for Startup Certificate

Cleared punch lists

Basic Function list.

Functional Test Sheets.

Mechanical reports.

Manufacturers' reports.

Leak tests reports

Marked-up Ready-for-Startup P&IDs, Plot Plans, Cause &


Effect, Single-Line Diagrams, Loop Diagrams, etc.

Any specific procedures.

All relevant parts of Final Documentation

List of modifications.

Trip and alarm settings, system configuration details.

m The following documents shall also be submitted prior to


Startup.

Operational Test Procedures


Performance Test Procedures
As-Built records and drawings. As-Built documentation shall be
generated both in electronic files and in hard copy in
accordance with QP requirements.

Startup and Operating Manual.


Maintenance Manual for each item supplied.

4.13

Operational and Performance Tests

4.13.1

Each sub-system shall be subject to Operational Tests. An Operational


Test shall consist of bringing a given system into operation under the
conditions as specified in the data sheetslspecificatlon for the sub-system.
Operational Test for utilities shall be as specified in CONTRACTOR'S data
sheets.

4.13.2

Whenever applicable, the Vendors and Suppliers' performance guarantees


shall be verified during such Operational Test. CONTRACTOR shall issue
an Operational Test Certificate on successful completion of such test since
these performances are guaranteed by the CONTRACTOR.

4.13.3

In addition to Operational Tests on individual units and systems,


CONTRACTOR shall conduct a Performance Test on the entire new
FACILITY to demonstrate that its actual performance is in accordance with
the intended process, environmental, and safety criteria required.

Contract

No. GC08104100
.1

APPENDIX-A

4.13.4

Tests shall be conducted in accordance with approved procedures.


CONTRACTOR shall submit, at least four (4) weeks in advance of the
scheduled date of the test, his test procedure for review and approval by
QP. CONTRACTOR shall modify his test procedure to incorporate all QP
comments.

4.13.5

Test Procedures shall include, as a minimum, the procedures for the


verification and recording of:
1.

Pressure, flow rate, and composition of all input and output streams.

2.

Utility consumption rates.

3.

Performance acceptance criteria.

4.13.6

All gauges and meters intended for reading and recording test parameters
shall be calibrated prior to commencement of the test. Mechanical
preparation of each piece of equipment, prior to start-up, shall be included.

4.13.7

The test shall be conducted for an uninterrupted period of 48 hours.

4.13.8

Within one week of completion of the Performance Test, CONTRACTOR


shall submit for QP review and approval a Performance Test Report. The
Performance Test Report shall contain, as a minimum, the following:
1.

FACILITYIunitlsystem performance,. demonstrating its efficiency,


utility consumption, and consumables consumption rates.

2.

FACILITYluniUsystem performance, at maximum throughput, normal


throughput, and at minimum turndown.

3.

Copies of instrument calibration confirmations.

4.

Copies of all test record sheets.

4.13.9

In addition, if the inlet conditions are different at the time of the test to
those specified, CONTRACTOR shall, following the test, perform
engineering calculations to demonstrate that the FACILITYIunitlsystem
performance is in accordance with the intended design.

4.14

Completion

4.14.1

QP will take over the FACILITY when construction of fill and all related
works as required in CONTRACT document has been satisfactorily
completed, with submission of the relevant final documentation.

4.14.2

QP will issue the CERTIFICATE OF COMPLETION upon the satisfactory


COMPLETION and hand-over of the FACILITY as per CONTRACT.

4.14.3

CONTRACTOR'S responsibilities for completion shall include the following:


1.

Prior to COMPLETION, CONTRACTOR shall carry out checks to


cross verify that construction and all related works are complete in
accordance with specifications, drawings, codes and standards. Any
new punch list items found during verification shall be added to the
construction completion punch lists.

Contract No. GC08104100

I'
w
;
w
,
Qatar F'&-olm &
J

APPENDIX-A

2.

CONTRACTOR shall perform an As Built survey of the entire area


covered by the WORK, and shall prepare As Built drawings based on
this information. The surveys shall give elevations on a 20 m grid in
filled areas.

3.

CONTRACTOR shall clear all punch list items established during


construction and completion by performing repair work for defective
construction as required by QP at no cost to QP and shall issue the
relevant as-built drawings properly updated with new revision index.

4.

CONTRACTOR shall demonstrate the reliability and the performance


of the fill by settlement monitoring program.

4.25

Quality Assurance and Compliance

4.15.1

All works shall be carried in accordance with QP Quality System


Requirements for Engineering, Procurement, c o n s t ~ d i o n , Precommissioning and Commissioning phases for Onshore and Offshore
Revision 1.
Projects QP-S;~-Q-OO~

4.15.2

CONTRACTOR shall nominate dedicated QNQC Engineers with suitable


quaiification and experience to the approval of QP.

4.15.3

Upon award the CONTRACTOR shall submit Project Quality Plan (PQP)
which shall include all the requested details listed in QP Standard
QP-std-Q-004 Revision 1.

4.15.4

CONTRACTOR shall allow for a minimum of two (2) QNQC project audits
by an approved third party, under QP supervision at 25% and 50% of the
project progress and shall incorporate all audit recommendations.

4.15.5

CONTRACTOR shall appoint at its own cost an international independent


Third Party lnspector (TPI) company throughout the duration of the
CONTRACT to ensure compliance with the approved QNQC documents.
The Third Party Inspector shall report directly to the QP
REPRESENTATIVE.
The Third Party Inspectors shall be approved by QP prior to
commencement of the Work. QP reserves the right for QP
REPRESENTATIVE to attend the inspections and witness the tests in
addition to the Third Party Inspector.
The scope of work to be undertaken by the Third Party lnspector shall
include, but not limited to the following:

Ensure that the approved PQP is being adequately and


properly implemented by all parties involved and within the
agreed timeframe for each activity.
Ensure that all Non-Conformance Reports raised by QP or the
CONTRACTOR are adequately dealt with by agreeing the
Corrective Action, ensuring the action has been implemented,
and then closing them out, all within a pre-agreed time frame as
per the approved PQP.

All 00

&*

Qatar P d r o l m .Ilrt:
APPENDIX-A

Review of system for material tracing with random witness of


identification transfer. This shall include all fill material (FreeIssue or not), Rock Armour, Geotextile, Vertical Drains, etc.
Check and randomly monitor that the testing required under
this CONTRACT is being followed as per the specification both
in the CONTRACTOR'S laboratory and also its Geotechnical
Investigation Sub-contractor.
Check and randomly monitor the quality of incoming fill
materials, etc. and ensure compiiance with specification.
Verification and conciliation of fill material quantities (volumes
or weight) before and after transportation to WORKSITE.
Verification and conciliation of fill material quantities (volumes
or weight) before and after filling operations to WORKSITE.

Check and randomly monitor that the CONTRACTOR is


following the agreed Method Statement for monitoring the
settlements during the Ground Improvement process.

Submit to the QP REPRESENTATIVE, monthly reports with


details of the progress of earthworks operations, construction,
testing of components and status of material procurement. Any
non-conformity and malpractice found shall also be repoded.
Any other inspection required as agreed by CONTRACTOR
and the QP REPRESENTATIVE.
CONTRACTOR shall make available all inspection reports for verification
when requested by QP REPRESENTATIVE or Third Party inspector.
CONTRACTOR shall allow QP REPRESENTATIVE or Third Party
Inspector to conduct the necessary inspections as and when required. All
testing devices and equipment shall be state-of-the art, provided by
CONTRACTOR or its SUBCONTRACTOR.
CONTRACTOR shall submit a Monthly Progress Report of all major Works
and status of material procurement to the QP REPRESENTATIVE and
Third Party Inspector. The reports shall be certified whenever possible by
the Third Party Inspector.
CONTRACTOR shall make good all defects and non-conformities noted
during the inspection and testing. All additional cost incurred due to
additional inspections as a result of poor workmanship or poor quality
control by CONTRACTOR shall be born by CONTRACTOR.
Approval or review of tests and inspections shall not relieve
CONTRACTOR from its responsibilities under the CONTRACT.
4.16

Project Dossier

4.16.1

CONTRACTOR shall be responsible for the preparation of the Project


Dossier.

forCooshctiin& EnergyPrnje&(w~~)

C. R NO.21999 P. 0. Bot :23007 Doha Qatar

Qatar PEtrd~um Ilr_

APPENDIX-A

CONTRACTOR shall compile the Project Dossier in accordance with the


Project Dossier contents list provided in Attachment 12.
CONTRACTOR shall proceed with the preparation of the Project Dossier
upon the completion and issue of the last construction package (AFC) and
material submittals.
~.

CONTRACTOR shall submit the Project Master Index and the Volume
Indexes to QP for review and approval prior to submission of the Project
Dossiers.
CONTRACTOR shall submit a total of 5 sets hard copy of the approvea
Project Dossier and soft copy in CDs.
MIC Land Lease, MIC Permits, Site Offices and Accommodation
MIC operates strict rules with regard to obtaining Permit to Work. All work,
which involves any form of excavation, is also subject to Road Opening
permit, which has to be signed and approved by MIC. All permits require a
detailed Method Statement with Health and Safety Risk Assessment for
the approval of MIC Safety Section.
DIE also has certain requirements with regard to any work within their site
area. All work within DIE shall be subjected to DIE approval and
CONTRACTOR is required to submit fully detailed method statement with
sketches showing working method, working hours, plant, equipment, labor
and all interface issues with DIE.
CONTRACTOR shall allow for all MIC charges as listed in Appendix G and
Attachment 17 regarding site offices in Mesaieed. CONTRACTOR shall
also obtain all necessary approval from DIE for any site accommodation
within DIE. CONTRACTOR is fully responsible for providing any services
which may be required for site offices.
CONTRACTOR shall liaise and coordinate for any labor, supervisor & staff
accommodation and messing facilities directly with QP's Mesaieed
Industrial City management. CONTRACTOR shall be fully responsible for
any approvals, cost and time implications on this CONTRACT.
Name board and Advertising
CONTRACTOR shall supply and erect 2 Nos. nameboard at eacn
WORKSiTE to the satisfaction of QP. The location is to be fixed by QP.
The board shall be securely fixed to scaffolding or timber supports not
carrying any other boards and erected approximately 1.5 m above ground
level. Minimum size shall be (3 x 3) m broken into 3 sections, each of
which shall be (3 x I ) m.
The nameboard shall be finished to the satisfaction of QP and shall bear at
least the following information in both English and Arabic script:
1.

Project Title.

!.%.

Qatar PEtrol~m
APPENDIX-A

2.

Name of Client.

3.

Name of Contractor

4.18.4

On completion of the WORK, the board posts and foundations shall be


removed and disposed by CONTRACTOR.

4.18.5

Details of any further nameboards or advertisements that CONTRACTOP


may wish to erect shall be submitted to QP for approval.

4.19

Transportation by NTO

In contracting for land transportation within the State of Qatar of soil, sand fill,
quarry powder, aggregate or gravel, CONTRACTOR and SUBCONTRACTORS
shall employ the National Transport Office, provided that (a) delivery schedules
and quantities of material to be transported meet the requirements of the
EXECUTION PROGRAM and (b) the unit rates charged do not exceed those
listed below.
SI.
No.
1.0

. ..

Description
Transportation of soil, sand, fill, quany
powder, aggregate or gravel in trucks of
19rn3capacity:

1.I
1.2
1.3

Distance up to 40 Km
Distance over 40 Km and up to 70 Km
Distance over 70 Km

Unit Rate
QWrip

170.00
210.00
5.00IKm

As-Built Drawings
4.20.1

Prior to COMPLETION OF THE WORK, CONTRACTOR shall submit to


QP, in respect of 'AS BUILT' and 'AS INSTALLED' drawings the following:
1.

One full set originals in reproducible form

.2. . 3 set of Electronic files of all documents and drawings in CDs.


4.20.2

As-built record drawings, operations and maintenance manuals and any


other documentation required for the efficient operation of the completed
WORK shall be provided by CONTRACTOR.

4.20.3

As-built information shall include all details of grid lines, levels, setting out
stations, bench marks and profiles recorded on setting out drawings and
shall be maintained at the WORKSITE during the construction period.

4.20.4

CONTRACTOR is advised that until all As-built records have been


satisfactorily received (and a certificate has been issued by QP to this
effect) QP shall neither issue the Certificate of Completion at the end of
the CONTRACT nor release any money depending on the issuance of the
Certificate of Completion.

u1
"',

JsJLLl-

Qatar P E t r o h

APPENDIX-A

4.20.5

As-built drawings shall comply with QP Standard ES-D-10 which shall be


made available to CONTRACTOR if requested.

4.21

Determination o f Earthworks Quantities

4.21.1

Appendix B comprises of Lump Sum items which are not subject to remeasurement but to VARIATION only and Provisional items. The quantity
of material required for this CONTRACT as specified for the purpose of
quidance & ease of reference only. CONTRACTOR shall verify I assess
the quantity of material required independently and shall allow for any
difference and material factors and densities

4.21.2

Notwithstanding above, the CONTRACTOR is still required to determine


with +I- 1% accuracy the earthworks quantities for all items in the Bills of
Quantities. These items are mainly relating to Part I (Earthworks Filling
included in Bill No 2) but some are to Part II (Road network, Sewerage and
Infrastructure Bill No 3).

4.21.2.1

Upon award, method of quantification supported by full calculation, shall


be agreed in advance for all fill materials. However, CONTRACTOR shall
allow for these to be either by using a existing weightbridge e.g. MIC
weighbridge or topographical surveying of final levels, or both.
CONTRACTOR to allow in its rates and prices for all that is required in
order to independently verify the quantity of fill used.

4.21.2.2

Where the weighbridge is used to determine a volume of fill then tests


shall be undertaken by the CONTRACTOR to confirm material density
tests and confirm compaction factors achieved in order to be able to
convert weighbridge recording into volumes.

4.21.2.3

Quantified material shall be subject to verification


CONTRACTOR to allow for any wastage of material.

4.21.2.4

This being Lump-sum CONTRACT, the purposes of determination of


earth quantification is entirely for academic knowledge, record & QP's
internal requirement.

by the

TPI.

Special Considerations
CONTRACTOR shall allow for the following special consderations:

4.22.1

Extra over fill for road and verges cross falls: The Formation Level for all
the roads in this CONTRACT has been set flat at +2.00. CONTRACTOR
to allow for extra filling in order to create the required cross falls shown on
the road typical cross sections particularly within the crown area. All
surfaces of all existing filled road embankements shall be roughened and
filled as necessary in accordance with the specification. CONTRACTOR to
allow for this filling to be over the whole width of the verges and not limited
over the carriageways.

Qatar P&d~um

&
APPENDIX-A

4.22.2

Extra over fill for roads longitudinal gradients: All roads shall be designed
and constructed so that a longitudinal gradient of a minimum of 0.3% over
a maximum distance of 300m is created. CONTRACTOR to allow for extra
filling in order to create this gradient and for the whole width of the corridor
including verges. This will result in some road embankement edge levels
to be around 0.9m higher than the surrounding sub-division piots.
CONTRACTOR shall allow for a 1 : l slope batter at these edge
embankments for future plot developers to consruct their fences which, if
necessary retain this level difference.

4.22.3

QATALUM Labour CamplLaydown Area Access: The northern section for


Road 701 from the First Roundabout and until its intersection with Road
550 has been filled by QATALUM for accessing their Labour Camp and
their Laydown Area. The access has been filled too low in terms of levels
with low-level street lighting (fed by a generator) and is heavily used by
different contractors working for QATALUM. CONTRACTOR shall allow for
all liaison in order to raise the filling of this section of the road without
causing any restrictions or problems to QATALUM infrastructure or their
access to their site. Further the street lighting shall be replaced with
minimum impacts on QATALUM's operations in this area and allowance
for phased construction in order to ensure that this section of the road is
kept accessible and lit at all times. CONTRACTOR to allow for difference
in levels in design and construction between Road 701 finished levels and
the Labour CampILaydown Area levels. CONTRACTOR also to allow for
QATALUM's vehicles access south through Road 701 and Road 707
during the CONTRACT.

4.22.4

Extra Filling over Culvert Approaches: Currently the levels of the filling
around the culverts east of Roundabout No 1 and Roundabout No 2 show
a 'hump' over the culvert which is not considered aesthetically pleasing. In
order to reduce the visual impact, CONTRACTOR to allow for extra over
filling to raise the road levels east of these culverts in order to create a
natural rising gradient for the roads and over a long distance.
CONTRACTOR to allow for a maximum gradient of 5% over a minimum
distance of 500rn.

4.22.5

Extra Over Filling for Superelevation: CONTRACTOR to allow for extra


over filling which may become required in order to create superelevation
on certain radii of roads. These shall be mainly, amongst others, Roads
Nos. 701,702, 500 and 600.

4.22.6

Site Works and diversions of existing services at Tie-in areas:


CONTRACTOR to allow for all existing services to be protected or diverted
as necessary and approved by the relevant authoritylutility company at tiein areas and all areas modified so that they are trafficked whilst they are
currently not trafficked. Allowance shall be made for removal of any
existing trees and protection of any TSE mains. Allow also for safe traffic
management during the work.

4.22.7

Re-alignment of Road 600 under Kahramaa's Corridor: Currently the


section of the road embankment filling for Road 600 under Kahramaa's
Corridor has been filled long a straight line alignment until it meets Road

J s G W

&
A
Qatar Pdrol6m &
APPENDIX-A

702. However, in order to improve the traffic arrangement for the future
Gabbro Storage Facility, an S-curve alignment is introduced for Road 600
in this area to link it to Road 711. The new alignment proposed in
Appendix F shall result in a new road embankment to be built.
CONTRACTOR may excavate the existing unrequired section of this road
embankment and re-use it for filling or use new fill material.
CONTRACTOR shall allow for full and extensive liaison with Kahramaa
regarding any overhead clearances and if they require any overhead
warning structures. CONTRACTOR to design the new alignment to
reduce the impact on Kaharamaa's facilities and their Primary Sub-station
MIC-SUPER to a minimum. CONTRACTOR to allow for possible
construction of a culvert over Kahramaa's underground cables and also
local re-alignment of the existing fence of Primary Sub-station MICSUPER south east comer.
4.22.8

Tie-in areas to existing Gabbro Support Services Roads: The proposed


roads (Roads 702 and 707) which will tie-in with the existing Gabbro
Support Services area (Road 715) require special attention due to the fact
that existing system is a one-way traffic (anti-clockwise) and the proposed
roads to be built under this CONTRACT are all two-way traffic. There are
also differences in road corridor widths. CONTRACTOR to allow for any
protection required for existing services, semi-permanent traffic
management system which may cbntinue beyond the completion of the
CONTRACT, transitions in levels differences, traffic phasing, interface and
clashes with existing plot boundaries and allowance for relocating existing
fences.

4.22.9

Integrated Design: CONTRACTOR'S designer to adopt an integrated overall approach to the design for this CONTRACT. The CONTRACTOR'S
designer shall carry out all the necessary detailed design for the whole
WORKSITE No 1 area as well the surrounding areas such as Gabbro
Storage accesses and existing Gabbro Support Services roads and
consider the overall impacts on the main existing highways, particularly on
Road 315. This will require extensive laision with MIC to understand their
traffic and highway philosophy and constraints. This is also applicable to
the design of the utility services. The CONTRACTOR'S designer shall
design the whole potable water network and TSE Network and obtain the
approval of MIC and Kahramaa, leading to identification of the exact
locations and sizes of concrete sleeve pipes for future use. The duct
crossings rquired for all electrical networks shall be designed and
approved by Kahramaa prior to installation.

4.22.10

Traffic opening on Base Couse due to delaying the laying of the Wearing
Course until the end of the CONTRACT: CONTRACTOR shall allow for
the possibility that certain and may be all roads shall be opened to traffic
after the laying of the final layers of the base course. CONTRACTOR to
allow for temporary water-based road markings and for their removal later
prior to laying the wearing course. This strategy may be adopted in the
CONTRACT in order to allow access to developers to their plots prior to
the completion of the CONTRACT. It may also be required in order to
reduce any damage to the wearing course and leaving the wearing course

Contract No. GC08104100

Jsjuli

Qatar P E k o I m

&:
APPENDIX-A

to be laid in one single final operation over a period of time.


CONTRACTOR to allow for dealing with live traffic and traffic phasing.
4.22.1 1

Maximum Depth of Soakaway System: CONTRACTOR shall allow in his


design and construction that the depth of the water table is around the
existing Sabkha level (around +1.00m QNHD). Therefore the
CONTRACTOR shall allow for the design and construction of the surface
water system (soakaway trenches) not to be deeper than the water table
level. The finished road levels along the kerb lines is expected to be +2.63
QNHD. Therefore the depth of soakway trench is likely to vary between
7.63 m and 2.53 m considering increase in road levels due to the
longitudinal gradient (refer to Item 4.22.2 above). CONTRACTOR to allow
for possible requirement for emergency overflow pipes from the soakaway
trenches to discharge to low-lying areas in extreme rain fall periods.

4.22.12

Site Works to Road Verges: CONTRACTOR to allow for filling all the
verges to the required levels shown on the typical road cross sections. All
finished surfaces in verge areas shall be prepared compacted to smooth
and tidy finish.

4.22.13

Provisions of Semi-permanent Duct Markers for all buried services: All


buried services, ducts and sleeve pipe crossings shall have concrete duct
markers for ease of identification by future contractors and developers. All
ductmaikersare to utility companies' approval and also MIC approval. All
markers shall be cross referenced in the As-Built drawings to be prepared
by the CONTRATOR at the end of the CONTRACT.

4.22.14

CONTRACTOR to allow for EPC of a number of vehicle crash barriers at


major junctions such as (refer to Junction Schedule) Junctions 1, 3, 4, 5, 7,
9,10,15,20,30,35,38,42,43,&43.

4.22.15

CONTRACTOR to allow for the EPC of 14Nos Bi-Lingual (EnglishIArabic)


Directional Signs designed to Qatar Traffic Manual and to the approval of
MIC. Each sign to have a maximum surface area of 100m2 with all the
necessary posts and foundations. Some of these shall be constructed
outside the limit of WORKSITE No 1 as follows : 4Nos in Roundabout No 1
(Junction No I ) , 2Nos for Junction No 3, 4Nos for Junction No 10 and 4
Nos for Junction No 38.

4.22.16

Extra over fill for tie-ins, junctions and roundabouts superelevations: All tiein into existing areas, new junctions and new roundabouts shall be
designed and constructed in accordance with the latest edition of Qatar
Highway Design Manual with all appropriate cross falls and
superelevations. CONTRACTOR shall allow for all of the extra filling
required in order to create these requirements including any impacts on
slope batter
the filling for the verges. CONTRACTOR shall allow for a I:?
at all edge embankments for future plot developers to construct their
fences which, if necessary retain this level difference by them at a later
date.

4.22.17

As per QCS requirements, CONTRACTOR to allow for all utility services


chambers located within the verges to protrude by a minimum of 150mm

Contract No. GC08104100

APPENDIX-A

(typically 200mm) above finished verge levei around them. This is in order
to avoid any future vehicle impacts for vehicles driving over the verges.
4.22.18

CONTRACTOR to allow for functional buildings, equipment and facilities


such as the sewerage pumping station. QTEL Building (refer to Item
4.22.21 below) all chambers, all electrical indoor and packaged substations, ali street lighting feeder pillars and all similar external facilities to
be placed at a level which is at least 0.5 m higher than the surrounding
finished levels of the verges and on an area which extends around each
facility by a minimum distance equal to or grater than height of the
building. These facilities will be placed on a compacted area of Select Fill
in accordance with QCS. CONTRACTOR to allow for all impacts on length
of pipework, cables, fittings, etc. CONTRACTOR to allow for all civil works
including filling.

4.22.19

CONTRACTOR to engage the services of a Process vs. Quality


Improvement Specialist (Six Sigma Management System or similar) to
introduce measures aimed at improving the process of the compaction of
the fill material leading to a maximum reduction in the variations of
compaction test results and hence leading to reduction in the amount of
testing required as the process is optimised. Details of the scope of work
to be carried out by CONTRACTOR'S specialist is included in
Attachment 29.

4.22.20

CONTRACTOR to allow for the fact that some electrical facilities such as
1No Indoor Sub-stations and Feeder Pillars are required to be constructed
within the existing Gabbro Support Services Area. This area is already
occupied and there are several plot owners operating within the area.
Therefore the exact location of the indoor sub-station and feeder pillars will
be required to be coordinated with MIC, and the Plot Owners directly, and
may be subject to change. CONTRACTOR to allow for all coordination,
design changes, Kahramaa approvals, MIC approvals and also for any
cost and time impacts as a result. CONTRACTOR also to allow for any
coordination required with existing services and ensure minimum impacts
and that no diversion of existing services will be required.

4.22.21

CONTRACTOR to allow for the construction of a 10x10m (on plan) 3mhigh building for QTEL for their telecommunication network. The building is
to be built centrally within the WORKSITE (to be confirmed and agreed
with QTEL and MIC) as a stand-alone building located away from any
vibrations or High Voltage cables. CONTRACTOR to allow for all the
architectural, building and civil works associated with this item of work
complying fully with QTEL requirements. The building is expected to be a
reinforced concrete structure (with spread padistrip footings) with concrete
blockwork infill and shall also comply with ail requirements for building
services as per Attachment 24. CONTRACTOR to allow for all windows,
doors, louvres, ironmongery, etc. Building shall be sealed and
waterproofed as necessary. CONTRACTOR to allow for external works
including a l m wide concrete-block paved footpath around the building
and vehicle access drive if necessary.

J9,i.A-

&

Qatar P~troleum&
APPENDIX-A

4.22.22

CONTRACTOR to allow for the design, construction and approvals for a


number of temporary and, if necessary, permanent KAHRAMAA-approved
goal-post structures for crossing before an existing HV overhead lines.
These shall be required in each direction in Road 550 and Road 600 (total
= 4Nos.). The span will be to span over the whole corridor of the road and
not over the carriageway width only unless there is a raised kerb within the
central median.
Guarantee Period

4.23.1

With reference to Article 13.1.1 of the General Conditions of Contract, the


Guarantee Period shall be 2 years from the COMPLETION DATE of the
CONTRACT.

4.24

Asset Capitalisation Schedule (ACS)

4.24.1

An un priced Preliminary Asset Capitalisation Schedule (PACS) is


enclosed as Attachment 28, to this Appendix A and shows as the basis the
minimum level of asset classification details required by QP.

4.24.2

CONTRACTOR shall complete and submit to QP the final ACS and obtain
QP approval for same, prior to COMPLETION. The ACS shall detail the
QP assets (movable and immovable) generatedireplaced during the
performance of the CONTRACT. These assets shall be classified mainly
under four headings, which are as follows:
Asset ClassIMinor Category (Sub-class).

.
4.24.3

Asset LocationlPlanffArea.
Asset tag number and Description of assets.

All inclusive amounts in Qatari Riyals (QR).


A list showing fixed, movable and intangible assets, with asset classes and
minor categories, which are to be used when completing the PACS, is in
included in Attachment 28.

4.24.4

CONTRACTOR shall further ensure that the final ACS is priced and that
the total costs allocated to all the assets, reconciles with the amount
specified in the CONTRACT PRICE.

4.24.5

CONTRACTOR shall provide QP with regular updates of the ACS, during


the duration of the CONTRACT, indicating the actual QP assets generated
and/or replaced during the performance of the CONTRACT and on the
actual costs to be allocated to the assets.

4.24.6

The ACS shall be deemed as final when QP REPRESENTATIVE is


satisfied that the cost allocated to the assets truly reflects the actual costs
of the assets and the total of the costs aliocated to the assets reconciles
with the amount as specified in the CONTRACT PRICE.

Specifications, Standards and Codes o f Practice


General

ED.2 2100-1, Rev B

Contract No. GC08104100

&&

Js4-

Qatar P~tmlaum&

APPENDIX-A

5.1.1

CONTRACTOR shall carry out the WORK in accordance with good


engineering practice and the latest revisions of Project Specifications,
National, QP, and recognized lnternational Codes of Practice and
Standards and their addenda.

5.1.2

CONTRACTOR shall provide his own copies of all lnternational and


National Standards.

5.1.3

Copies of QP Standards and Specifications listed in Attachment 2 will be


provided to the successful bidder upon request.

1.4

If CONTRACTOR desires to use codes and standards different from those


specified herein, CONTRACTOR shall furnish copies and full details of all
proposed codes and standards for QP's review and acceptance prior to
commencing the WORK. CONTRACTOR shall provide justification for the
proposal to use alternative codes and standards and shall confirm their
use will not adversely affect schedule.

5.1.5

Should any conflict arise, the following ranking of precedence shall be


applied, in decreasing order:
Qatar statutory regulations.
Project Specifications and Design Criteria
QP Standards and Specifications.
Qatar National Standards.

5.1.6

QP-Recognized lnternational Standards and Codes of


Practice.
CONTRACTOR shall identify any or all deviations to Specifications,
Standards and Codes of Practice and submit to QP for formal approval in
a timely manner.
Qatar Statutory Regulations
See Attachment 2.

5.3

Project Specifications
See Attachments 4, 19,23 and 26

5.4

QP Standards & Specifications


List of QP Standards and Specifications applicable to this project is given
in Attachment 2.

5.5

QP-Recognized International Standards 8 Codes of Practice


Standards and Codes of Practice applicable to this project and that are
acceptable to QP are listed in Attachment 2.

ED 2 2100-1, Rev B

All l

You might also like