EARTHWORKS and ROADWORK PROJECT SOW
EARTHWORKS and ROADWORK PROJECT SOW
Qatar P ~ t r o l a
APPENDIX-A
4.0
1.
2.
3.
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
4.1.2
4.1.3
4.1.4
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 .
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
4.1.7
4.1.8
4.1.9
4.1.10
CONTRACTOR
Dossiers.
4.1.1 1
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
[\
J , 4 U
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
4.2.1
TC A 3
General
1.
2.
3.
i'
a
&&
Qatar & h o l m
J,U
APPENDIX-A
7.
&
d
Qatar P~troleurn
APPENDIX-A
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.
ED.2.2700-7,Rev.B
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.
8.
9.
ED.2.2100-1, Rev.B
Js~.
e1
Qatar P~trokum
APPENDIX-A
TC A 3
\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
D
I
.
.
Qatar P~trolsum
APPENDIX-A
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
.. ..-,
..
APPENDIX-A
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.
.
.
.
.
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
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.
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
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
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
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
J s d a &
i
Qatar P~trobum
APPENDIX-A
3.
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.
ED.2.2100-1, Rev.6
Contract
No. GC08104100
&,~
Qatar P~trolnrm..rAPPENDIX-A
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
,\
J
j
&
Qatar P ~ t r o h&
APPENDIX-A
2. Procedure
The procedure for haulage of material shall include but not limited to,
the following main activities:
a
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
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.
4.2.7
2.
APPENDIX-A
3.
4.
5.
6.
7.
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.
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.
!\
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
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
parking
bays,
hard
Pavement
Street Lighting
2.
Bollards
APPENDIX-A
3.
The scope of road network shall include but not limited to the
following:
a
ED.2.2100-1,Rev.B
.'
Jsd-
&
Qatar P ~ t r o l ~l
m
APPENDIX-A
4.3:2
4.
Preliminary design for roads has been carried out and the preliminary
design report2100-3500 is included in Attachment 18.
5.
Infrastructure
lnfrastructure in this CONTRACT shall mean to include, amongst others,
the following:
1.
2.
3.
4.
5.
6.
J9dJ.
&
Qatar P ~ t r o l m&
APPENDIX-A
7.
All civil works associated with a new Spare Utility Network similar to
telecommunication network for Q-Tel.
8.
9.
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.
2.
3.
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.
6.
Preliminary design for sewerage has been carried out and the
preliminary design report 2100-3600 is included in Attachment 21.
7.
8.
9.
T.B A 4
including
all
electromechanical
and
ED.2.2100-1, Rev.B
J ~ E - - L&
U ~
Qatar P ~ f r d a n&
APPENDIX-A
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
Electrical Works
The electricity network detailed design and construction works shall
include but not limited to the following:
1.
2.
3.
4.
5.
Low voltage cabling and connection for street lighting system, traffic
signals and signage.
6.
7.
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.
ED.2.2100-1, Rev.B
Contract
No. GC08104100
I C. R
- Qatar."-!
1 --1
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.
Telecommunications Network
The telecommunications network detailed design and construction works
shall include but not limited to the following:
4.3.7
1.
2.
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.
ED.2.2100-1. Rev.B
&&
Qatar P~trolsum
JsiuLl-
APPENDIX-A
2.
4.4
4.4.1
Specialist SUBCONTRACTORS
CONTRACTOR is required to engage as a minimum the following
specialist independent SUBCONTRACTORS required for these works:
1.
4.4.2
'
CivillStructural Engineering
Electrical Engineering
Mechanical Engineering
Building Services
Loss Prevention
Quantity Surveying
2.
3.
4.
5.
6.
7.
8.
&:
Qatar P ~ t r o l m
1.
2.
3.
4.
5.
6.
7.
8.
&$
APPENDIX-A
9.
4.5.1
2.
3.
Geotechnical investigation.
4.
Topographical survey.
5.
6.
4.5.3
4.5.4
4.5.5
4.5.6
2.
Qatar P ~ t r o l ~ u m
APPENDIX-A
4.
4.5.7
Contract No.
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.
3.
4.
5.
JsU-
&
Qatar PEtrol~um&
APPENDIX-A
2.
3.
4.
TCA3
4.5.9
5.
6.
7.
Topographical Survey
1.
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.
3.
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.
6.
7.
8.
9.
ED.Z.2100-1, Rev.B
&
~
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
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.
2.
3.
4.
.\
Qatar P ~ t r o l a m
APPENDIX-A
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.
5.
6.
4.6
4.6.1
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 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.
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
2.
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-
..
4.7.3
4.7.4
4.7.5
4.8
Engineering
4.8.1
General
1.
2.
3.
APPENDIX-A
5.
6.
7.
8.
9.
Qatar P~bolsurn
APPENDIX-A
4.8.2
2.
3.
4.
5.
in
'\
J 4 j y U a
&
Qatar P ~ t r o l ~ u &
m
APPENDIX-A
6.
TCA3
7.
8.
9.
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
Loss Prevention
APPENDIX-A
4.8.4
1.
2.
3.
4.
Long Lead Items - CONTRACTOR shall identify items that have a delivery time greater than
4 months to the WORKSITE.
Deliverables
1.
General
. -
J~E-UW
&
Qatar P ~ t r o l m~lr,
APPENDIX-A
"Approved (or)
"Approved Subject to Qualifications" marked on the
returned copy or described in an accompanying letter (or)
APPENDIX-A
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.
2.
3.
Expediting.
4.
Customs clearance.
5.
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.
8.
9.
10. Transportation
WORKSITE.
of
vendors
and
suppliers'
materials
to
the
r,
Qatar P ~ t r o l m
APPENDIX-A
11. Compliance
4.9.2
and
and
Purchasing
CONTRACTOR'S purchasing responsibility shall include, but not be limited
to, the following:
1.
2.
3.
4.
5.
Assess and ensure that the financial status, workload and suitability
of the vendors are satisfactory before commitment.
6.
7.
8.
9.
4.9.3
Expediting
CONTRACTOR shall carry out all expediting activities including, but not be
limited to, the following:
1.
2.
3.
lLiZiz4
&
&
J43.JQatar P~trolsum
APPENDIX-A
4.
5.
6.
7.
4.9.4
4.9.5
2.
3.
4.
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.
2.
3.
4.
APPENDIX-A
5.
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.
2.
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.
5.
. -
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.
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
1.
2.
4.10
Construction
4.10.1
General
4.10.2
1.
2.
3.
1.
2.
3.
4.
APPENDIX-A
5.
6.
7.
8.
9.
21.
22. CONTRACTOR shall carry out all temporary works necessary for the
completion of the WORK.
23.
Qatar ktroimn
APPENDIX-A
4.10.4
1.
Topographical Survey.
2.
Geotechnical investigation.
3.
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
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.
8.
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.
JsJLUa
Qatar Pmolcurn
&
&
APPENDIX-A
1.
General
~4@.
&
Qatar P~trolsum
APPENDIX-A
2.
.
..
3.
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-
&
APPENDIX-A
.
.
5.
.
.
.6.
APPENDIX-A
7.
8.
9.
APPENDIX-A
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
APPENDIX-A
1.
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.
4.
5.
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.
Ceiling shall be flat and finished with white 100% acrylic latex
textured paint.
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.
6.
7.
8.
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
I 2 office chairs.
APPENDIX-A
9.
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.
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.
Pre-Commissioning
4.1 1.I
General
APPENDIX-A
CONTRACTOR shall prepare plans and procedures for precommissioning at the Engineering stage, in close liaison with QP.
2.
3.
4.
5.
CONTRACTOR shall:
a
Co-ordinate activities of Suppliers and Vendors and any Subcontractors participating in the work and liaise with QP as and
when required.
,.
APPENDIX-A
4.1 1.2
6.
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.
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.
2.
Status lndex
1.
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.
4.1 1.6
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.
2.
3.
Specific procedures.
4.
5.
6.
7.
n.
J s A J J &~d
APPENDIX-A
8.
9.
Commissioning
4.12.1
General
1.
2.
All commissioning operations shall be organized, following a QPapproved, optimized startup sequence.
3.
Preparing interface
procedures.
and
commissioning
and
co-ordination
&U
Qatar P ~ t r o l m n&
APPENDIX-A
4.12.2
4.
5.
6.
7.
8.
1.
2.
upon
APPENDIX-A
4.12.3
4.12.4
3.
4.
5.
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.
3.
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.
2.
Ready-for-Startup Dossier
1.
2.
3.
ED.2.2100-1, Rev.B
Con
The
.ilUjsJ
&
Qatar P ~ t r o h&
APPENDIX-A
Mechanical reports.
Manufacturers' reports.
List of modifications.
4.13
4.13.1
4.13.2
4.13.3
Contract
No. GC08104100
.1
APPENDIX-A
4.13.4
4.13.5
Pressure, flow rate, and composition of all input and output streams.
2.
3.
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
4.13.8
2.
3.
4.
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
4.14.3
I'
w
;
w
,
Qatar F'&-olm &
J
APPENDIX-A
2.
3.
4.
4.25
4.15.1
4.15.2
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
All 00
&*
Qatar P d r o l m .Ilrt:
APPENDIX-A
Project Dossier
4.16.1
forCooshctiin& EnergyPrnje&(w~~)
APPENDIX-A
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
4.18.5
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
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
u1
"',
JsJLLl-
Qatar P E t r o h
APPENDIX-A
4.20.5
4.21
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
4.21.2.1
4.21.2.2
4.21.2.3
4.21.2.4
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
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
4.22.6
4.22.7
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
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
Jsjuli
Qatar P E k o I m
&:
APPENDIX-A
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
4.22.14
4.22.15
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
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
4.22.19
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
4.23.1
4.24
4.24.1
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.
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
4.24.6
&&
Js4-
Qatar P~tmlaum&
APPENDIX-A
5.1.1
5.1.2
5.1.3
1.4
5.1.5
5.1.6
5.3
Project Specifications
See Attachments 4, 19,23 and 26
5.4
5.5
ED 2 2100-1, Rev B
All l