Professional Documents
Culture Documents
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK
AND LANDSCAPE
VOLUME – 2
APPENDIX A
PART 2
GENERAL REQUIREMENTS
1.8.10 Miscellaneous 30
1.8.10.1 Survey Equipment 30
1.8.10.2 Area for use by the Contractor 32
1.8.10.3 Fabrication Areas 32
1.8.10.4 Materials Storage Areas 32
1.8.10.5 Project Sign board 32
1.8.10.6 Name Boards and Other Advertising 33
1.8.10.7 Utilities 33
1.8.10.8 Foul Water Collection System 33
1.8.10.9 Potable Water System 33
1.8.10.10 Fire Fighting Water System 34
1.8.10.11 Electrical Supply 34
1.8.10.12 Instrumentation and Telecommunications 34
1.8.10.13 Waste Collection and Disposal 35
1.8.10.14 HVAC 35
1.8.10.15 Radio Specification 35
1.9 Design Guidelines for Temporary Facilities 37
1.10 Codes, Standards and Specifications for Temporary Facilities and Main Works 38
1.10.1 References 41
1.11 Security 41
1.11.1 Contractor's Security Responsibility 42
1.12 Protection of the Works 43
1.12.1 Protection of Finishes, Equipment and Surfaces 43
1.12.2 Protection and Marking of Utility Terminations 43
1.12.3 Protection Against Damage 43
1.12.4 Procedure for Complaints and Claims for Damage 44
1.13 Water, Drainage and Exposure 44
1.14 Temporary Traffic Arrangements 45
1.14.1 Traffic Police Division Requirements 45
1.14.2 Damage and Reinstatement 46
1.14.3 Materials, Sampling and Testing 46
1.14.4 Use of the Worksite 48
1.15 Contractor’s Submittals 49
1.15.1 General 49
1.15.2 Project Management Plan 49
1.15.3 Project Controls 53
1.15.4 Project Controls Personnel 53
1.15.5 Project Controls Execution 53
1.15.6 Project Controls Data Structure 54
1.15.7 Earned Value Management (EVM) and Variation Analysis 54
1.15.8 Programme Submittals 54
1.15.9 General Scheduling Requirements 54
1.15.10 Contract Execution Plan 55
1.15.11 Procurement Programme 58
1.15.12 Updates and revisions 59
1.15.13 As Built Drawings and Records 59
1.15.14 Staff Organisation Chart 60
1.15.15 Health, Safety Environment & Sustainability Organisation Chart and Plan 61
1.15.16 Quality Assurance Organisation Chart and Plan 61
1.15.17 Method Statements 61
1.15.18 Application & Invoices for Completed Works 62
1.16 Contractor’s Reports 62
1.16.1 General 62
1.16.2 Daily Construction Reports 62
1.16.3 Weekly Design & Construction Reports 63
1.16.4 Design & Construction Monthly Reports 64
1.16.5 Other Reports 65
1.0 Definitions
The following terms, including capitalized words previously defined in the General
Conditions of Contract (“GCoC”), are used in this instrument and are defined as follows:
a) “Authorities” or “Authority” refers to any Government Department or their
representatives, statutory authorities or services or utility providers or any other
relevant body or organization with authority or jurisdiction within Qatar.
b) “Base Date” means the date 28 days prior to the latest date for submission of the
Tender.
c) “CONTRACTOR’S Equipment” means all apparatus, machinery, vehicles and other
things required for the execution and completion of the WORKS and the remedying of
any defects. However, CONTRACTOR’S Equipment excludes TEMPORARY
FACILITIES, Plant, Materials and any other things intended to form or forming part of
the FACILITY.
d) “Drawings” or “Plans” means the drawings of the FACILITY subject of the
CONTRACT, and any additional and modified drawings issued by (or on behalf of)
LREDC in accordance with the CONTRACT.
e) “Engineer” means LREDC (GCoC Article 19.1)k)
f) “Materials” means things of all kinds (other than Plant) intended to form or forming part
of the FACILITY, including the supply-only materials (if any) to be supplied by the
CONTRACTOR under the CONTRACT.
g) “Plant” means the apparatus, machinery and vehicles intended to form or forming part of
the FACILITY.
h) “WORKSITE” means the CONSTRUCTION WORKSITE subject of the
CONTRACT means the Scope of Works and Technical Information (GCoC
Appendix A), and any additions and modifications to the specification in
accordance with the CONTRACT. Such document specifies the FACILITY.
j) “Tests after Completion” means the tests (if any) which are specified in the Scope of
Works and Technical Information (GCoC Appendix A) and which are carried out after
the FACILITY is taken over by LREDC.
k) “Tests on Completion” means the tests which are specified in the Scope of Works and
Technical Information (GCoC Appendix A) or agreed by both PARTIES or
instructed as a VARIATION, and which are carried out before the FACILITY are
taken over by LREDC.
adversely affected by the activities of such other contractors. CONTRACTOR shall maintain
WORKSITE roads and access for all other parties at all times.
Other contractors will be employed on the WORKSITE area during the period of the
CONTRACT and the CONTRACTOR shall be responsible for co-operation and
provision of access routes where applicable.
The CONTRACTOR shall allow for the interfacing of the WORK with other projects
underway in adjacent areas. The following projects are expected to be under construction
in such adjacent areas during all or part of the CONTRACT:
CP No. CP Description
CP02 Fox Hill North and South
CP04 Lusail Highway – Main Works
CP05B Road A1, A2 and D2 UT & Utilities Connection
CP06B Waterfront Residential and Al Kharaej
CP06C Utility Buildings
CP07A1A Waterfront Commercial / Seef Lusail Infrastructure Works - South
CP07A1B Waterfront Commercial/Seef Lusail Infrastructure Works-North
CP07C1A Commercial Boulevard with Road A3 Troughs, Underpass Tunnel, Utilities
Tunnel, FXH-02 LRT Station and Utilities
CP07C1B Commercial Boulevard with Road D3, Road A4, Internal Roads, Utilities
and Underground Car Parks 2, 3, 4 and 5
CP07C1C Commercial Boulevard Enabling Works for Excavation of Road A3 Tunnel
and Troughs and Underground Car Parks 2,3,4 and 5
CP08 Qetaifan Island
CP09 Al Khor Highway
CP010 Landscape
CP011 Education and Medical District
CP012 Long Sea Outfalls and lagoons
CP013 Design for Marafeq District Cooling, PWC & Gas Networks
QRC Qatar Railway Company – LRT Works
CP014 Entertainment Island
CP015 STP and Collection Network
CP016 Utility Control
CP017 Administrative Building
CP018 Public Pier and Aquarium
CP019 Club House
CP020 Nightscape Works
CP021 Signage and Wayfinding
CP022 Advanced Traffic Management
CP023 Smart City
Marafeq Design for District Cooling, PWC & Gas Networks
Not yet assigned SEEF LUSAIL plot developers
Not yet assigned Lusail Towers Plots 1,2,3 and 4
The CONTRACTOR shall carry out coordination with the above contractors and shall carry
out provision and maintenance of access ways. In accordance with Article 2.26 of the
GCoC, cooperation and allowing appropriate opportunities for carrying out work to any
persons or bodies who may be employed in the execution on or near the WORKSITE of
any work not included in the CONTRACT.
1.1.5 Notice
The CONTRACTOR shall give 14 (Fourteen) days’ Notice for every interface occurrence
for preparation of the necessary protection, operational or safety measures.
1.4.1 General
This section outlines specifications and functional requirements for the elements of
TEMPORARY FACILITIES relating to WORKSITE mobilisation including temporary
buildings, access roads, temporary road crossings, WORKSITE formation, civil works
(e.g. gates and fencing), excavation support and various utilities for temporary facilities.
The Hub Office is to be provided by LREDC.
TEMPORARY FACILITIES are to be provided by the CONTRACTOR and shall include (list
not being exhaustive) the following:
1. CONTRACTOR’S Laydown Area
2. CONTRACTOR’S Offices
3. LREDC’S Offices
4. Temporary WORKSITE access and Temporary roads, fencing and hoarding
5. Excavations and their temporary protection and supports
6. Dewatering system Design, equipment installation, maintenance and operation
7. Traffic management equipment and Services
The CONTRACTOR shall design, submit for LREDC’S approval, and Construct, maintain
and operate, the TEMPORARY FACILITIES including obtaining all permits and approvals
required from the Authorities.
The CONTRACTOR shall design, supply, install, construct and maintain the TEMPORARY
FACILITIES as included in the CONTRACT. Unless otherwise instructed by LREDC, the
CONTRACTOR upon COMPLETION of the SERVICES shall attend and remove all
TEMPORARY FACILITIES. The permission of LREDC shall be obtained in writing in time and
before any TEMPORARY FACILITIES can be removed. The areas of WORK affected by
TEMPORARY FACILITIES, shall be handed over to LREDC when WORK is completed or
partially COMPLETED in these areas or sections to the satisfaction and final APPROVAL of
LREDC.
The CONTRACTOR is required to submit full design, detailed specifications, drawings and
calculations for APPROVAL by LREDC for each part or section of the TEMPORARY
FACILITIES, prior to any works on WORKSITE.
The CONTRACTOR is required to obtain all necessary approvals / permits from relevant
Authorities in regard to TEMPORARY FACILITIES works.
The following lay out and detail drawings shall be submitted to the LREDC for review and
approval not more than 28 days after the commencement of the Works:
a) Drawings showing the layout within the WORKSITE of LREDC’S offices, project signboards,
access roads and major facilities required early in the CONTRACT,
b) Drawings showing the details to be included on project signboards.
No temporary structure shall be erected by the CONTRACTOR within the WORKSITE without
LREDC’S written consent; such consent will not relieve the CONTRACTOR of the responsibility of
coordinating and assuring that the locations proposed for the TEMPORARY FACILITIES and
their consequent operation and maintenance shall not in any way hinder the WORK.. A copy of
the plan showing the actual extent and position of all offices, stores, sheds, etc. shall be prepared
by the CONTRACTOR, updated in regular intervals as required by the CONTRACTOR and
submitted to LREDC at any time such request is presented within seven (7) days of the LREDC’S
request.
The workers accommodation and camp and other related facilities to this camp used by the
CONTRACTOR shall be located out of bounds of the WORKSITE and the CONTRACTOR shall
provide the necessary transportation for his workforce as required under this CONTRACT.
1.4.2 Temporary Access Roads and Routes
The CONTRACTOR shall coordinate with other Contractors, design, construct, operate,
maintain and remove as instructed by LREDC all Temporary Access Roads and Routes
through the WORKSITE and adjacent worksites. The CONTRACTOR shall not alter or amend
the approved system of the Temporary Access Roads and Routes without the prior approval of
LREDC. The CONTRACTOR shall not amend or change existing temporary access roads
without the prior approval of LREDC.
CONTRACTOR’s reinstatement works shall include restoring the area of any access road or
route to the degree of safety, stability and drainage that originally existed before the
CONTRACTOR took possession and entered the WORKSITE.
At least fourteen (14) days’ notice shall be given to LREDC and to any other contractors
or third parties at the WORKSITE affected by the CONTRACTOR temporary access Roads
and Routes Works and the traffic loads generated from their operation., . This notice shall
include a full description, plan, drawings, traffic plans, HSE plans, time schedules and a list of
any disruptions as envisaged by the CONTRACTOR which are expected to affect the
WORKSITE operations, other LREDC contractors, or other individual stakeholders or
developers.
The CONTRACTOR shall be responsible to fully co-ordinate, liaise and obtain permissions from
all relevant and affected by his WORK parties including other stakeholders, contractors,,
occupiers or Authorities and shall notify LREDC of any of their activities which may impact the
CONTRACTOR in his WORK. This notification shall be given at least fourteen (14) calendar
days in advance of a forthcoming Event and shall include an assessment of the Event and its
Impact, a method statement detailing the works or Services required to be carried out, and any
HSE implications expected and all other relevant data the CONTRACTOR deems as
necessary to be presented in support of his actions.
The CONTRACTOR shall submit adequate security and HSE safety procedures and shall
be responsible for providing and maintaining clearly designated and safe access Roads and
Routes for any persons authorised to have access through, or work on, the WORKSITE.
Reference should be made to Article 2.22 of the GCoC. The CONTRACTOR shall ensure that
all such persons are briefed and fully informed of the WORKSITE Safety hazards and
issued with all relevant permits information before entering the WORKSITE, including the
CONTRACTOR’S Construction Health and Safety Plan, Environmental Management Plan and
all relevant procedures.
The CONTRACTOR shall abide by the regulations and procedures of the other responsible
contractor(s), stakeholder(s)or occupier(s) of any WORKSITE across which the CONTRACTOR
has an agreed access permit. CONTRACTOR shall ensure that its staff and any drivers and
haulage SUBCONTRACTORS are conversant with, and abide by, such WORKSITE
regulations and procedures.
The CONTRACTOR will be responsible for the security of and access to CONTRACTOR’S
areas of WORK and TEMPORARY FACILITIES for the duration of the CONTRACT.
The CONTRACTOR shall design procure and construct and maintain a WORKSITE perimeter
and internal security fence with all required access control gate(s). The fences, gates and signs
on the WORKSITE shall be maintained at all times in a professional wayand a safecondition to
the acceptance of LREDC.
The permission of LREDC shall be obtained before any fences, gates or signs are installed or
removed. Unless otherwise advised by LREDC, temporary fences and gates, which are left in
position upon completion of the WORKS shall be repaired and repainted and handed over to
LREDC. All signs shall be removed upon completion of the Works unless otherwise instructed
by LREDC.
The CONTRACTOR shall make provision and allow in his pricing of the CONTRACT his full
cooperation in the making of documentary style video (by a third party), one from a flying unit
and one from a ground-based film unit (by a third party).
For the above the CONTRACTOR is guided to refer to the separate Scope of Work Document,
Volume 2 Part 1.
The CONTRACTOR shall maintain all temporary WORKSITE roads in good and safe condition
for the duration of the CONTRACT. Areas of the WORKSITE affected by temporary roads shall
be handed over to the LREDC following completion of the FACILITY or any part thereof in these
areas unless otherwise required by LREDC.
The CONTRACTOR shall carry out all necessary activities, which include, but may not be
limited to:
a) Acquire all the necessary permits from the relevant authority to execute the work
including all necessary design approvals.
1.5.1 General
The CONTRACTOR shall supply and install temporary accommodation facilities for
CONTRACTOR’S management and supervision personnel and other TEMPORARY
FACILITIES required for the WORK in accordance with Qatar Standards and law. In the event
of an inconsistency, conflict or discrepancy between any of the Regulatory Requirements and
the standards set out in these General Requirements, the most stringent requirement will take
precedence. In addition, the CONTRACTOR shall bring the inconsistency to the attention of
LREDC for review and acceptance.
The CONTRACTOR shall ensure that CONTRACTOR’S accommodation facilities have the
following minimum general requirements:
a) Minimum occupant load for worker’s dormitories shall be 4 sq m per person Occupant load
for each accommodation block shall not exceed exit capacity of 60 persons per 1m width of
staircase.
Insofar as there is no available area for allocation as accommodation and workers camp on the
WORKSITE, the CONTRACTOR must ensure that off-WORKSITE facilities comply with the
minimum requirements set out in the Specifications. All of the CONTRACTOR’S facilities may
be inspected by LREDC to confirm they meet the above minimum requirements. Facilities which
do not meet the above minimum requirements shall be rectified by the CONTRACTOR at the
CONTRACTOR’S sole expense.
facilities and the like, as specified in detail hereinafter. Such plans and details shall
include, but shall not be limited to, the following:
(a) Temporary access routes to, from, and upon the WORKSITE.
(b) Temporary fencing, gates and other security requirements.
(c) Extent of covered or open areas designated for Plant and Material storage and/or for
vehicle parking for CONTRACTOR’S and LREDC'S staffs.
(d) Refuse storage and collection points including disposal schedule (minimum once a
week).
(e) Means of providing fresh water supply, showing location of drinking water storage tanks,
tanker fill points, and lines of distribution about the WORKSITE.
(f) Means of providing temporary fire protection facilities, showing location of fire fighting water
storage tanks, tanker fill points, pumping and fire hose stations, and lines of distribution
about the WORKSITE.
(g) Location and methods of sewage disposal and surface water drainage.
(h) Location and source of temporary power generation, temporary switchboards and
the like, for all temporary facilities and, as required, for provision of lighting and power for
the execution of the FACILITIES.
(i) Telephone services.
(j) Location of watchmen tour system stations including security gates to prevent construction
vehicular access to public roads (with particular regard to VIP Road)
(k) Location of radio antenna (as required) for communication with remote off-WORKSITE
batching plant and storage compounds (if any).
(l) Location of project identification signs.
The CONTRACTOR shall provide, operate and maintain all temporary connections to public
utilities and services in locations acceptable to LREDC and local Authorities having jurisdiction
thereof. CONTRACTOR shall make all installations in a manner subject to the acceptance of
such authorities and LREDC.
The CONTRACTOR shall remove temporary connections when no longer required and restore
the services and sources of supply to proper operating conditions.
The CONTRACTOR shall make all arrangements and, provide all necessary equipment and
pay all fees and expenses for a temporary electrical service or temporary generators to
serve the WORKSITE. The electrical service shall be of adequate capacity.
CONTRACTOR shall ensure that temporary equipment and wiring for power and lighting shall
be in accordance with the applicable standards and governing codes. Temporary wiring shall
be maintained in a safe manner and utilized so as not to constitute a hazard to persons or
property.
The permanent power and lighting systems, or a portion thereof, shall not be used.
1.5.6 Security
The CONTRACTOR shall provide suitable number of watchmen 24/7 at all points of access to
the WORKSITE. Special watch duty shall be kept on the inside of the WORKSITE perimeter
during working hours as well during the night hours.
c) An uninterrupted power supply shall be provided for emergency lighting to assist with safe
evacuation of occupants to muster points.
d) Instructions to be followed in the event of detection of smoke or fire and on the usage of fire
extinguishers, manual call points etc. shall be displayed in legible prints at prominent
locations.
to occupation, LREDC’S Satellite Office shall be inspected by and approved by the Civil
Defence Department.
LREDC’s Satellite Office shall be provided and maintained for the duration of the WORK, up to
and including thirty (30) days after the issue of the performance certificate. The Satellite Office
shall include the following:
a) Office space for 32 no. Staff.
b) Separate prayer rooms, male and female (close to washrooms). LREDC’S Office Buildings
must be set so that all prayer rooms face Mecca.
c) Separate toilets, male and female, which shall include showers with hot and cold water.
d) Kitchen which shall include, at a minimum, a twin draining sink, refrigerator, cooker, water
dispenser and microwave ovens.
e) Asphalt paved car park area, clearly signed, with shades for 30 vehicles.
f) Office fit out, including all furniture, fittings and fixtures.
g) Provision of Two-Way Radio System connected to CONTRACTOR’S system.
h) Diesel generators and shelter.
i) Pump room.
j) FMO / electrical room.
k) Water tank area.
l) Guard office;
m) Sewage Tanks (to be located a min of 100m downwind of offices).
n) Mobile phone and laptop for each of LREDC’S staff at this location.
4
21
Office 3 (for 2 persons) 5 105
4
28 3 84
Office 4 (for 4 persons)
854
Approximate Total Net Area (excluding corridors)
The CONTRACTOR shall demobilise the Satellite Office upon completion of the WORK or upon
instruction by LREDC. LREDC’S Satellite Office shall comply with the following requirements:
1.7.1 Utilities
The following utilities shall be constructed according to Qatar Construction Specification (QCS)
2010 LREDC’S WORKSITE Facilities:
1. Potable Water Line System (Hot and Cold)
2. Solid Waste and Wastewater network Systems
3. Irrigation System
4. Telephone System
5. LAN System
6. Internet Access points
7. Power and Lighting System
8. Air Conditioning System
9. Exhaust System
The following utilities shall be constructed according to QCDD Requirement:
1. Fire Alarm and Fire Protection Systems
The following utilities shall be constructed according to Ooredoo Standard or Requirement:
1. Two-Way Radio System
1. Perimeter Fence
2. Vehicle Parking Shades
3. External Areas Lighting
4. Signage
1. Office Furniture
2. Room Signage
3. Storage Shelving
4. Pantries Appliances
5. Toilet Fixtures and Accessories
6. Interior Finishing
The pantry shall contain an insulated hot water cylinder of 20 litres capacity, double draining sink
with hot and cold running water mixing tabs and a working surface with cupboard. All toilets shall
have hand dryers and paper towels holders, toilet roll holders, soap dispensers, waste paper
baskets and storage cupboards. The men’s toilet shall comprise three urinal stands, four toilet
basins, and three wash hand basins with mirrors and two showers. The ladies toilet shall
comprise two toilet basins and one wash hand basin with a mirror and shower. The wash hand
basin and ablution units shall be connected to a hot and cold water supply system. A minimum of
two numbers of water tanks shall be provided for the storage of potable water which shall be used
for drinking and serving the toilets. The CONTRACTOR shall design and construct the
supporting steel structure for these water tanks. The CONTRACTOR shall also provide regular
infilling service for the water tanks to the satisfaction of LREDC from an approved source of water
supply.
The CONTRACTOR shall, within 10 days from the COMMENCEMENT DATE of the WORK,
submit for LREDC'S approval the proposed location, layout and construction details of LREDC’S
offices. The accommodation shall be ready for occupation 24 hours a day, including connection
of all utilities, not more than 8 weeks after the date of consent by LREDC of the proposed
location, layout and construction details. The accommodation shall be complete with office
consumables, watching and protection to the satisfaction of LREDC so as to be habitable and
operational at all times throughout the course of the WORK.
The accommodation shall be maintained in a clean, stable and secure condition and shall be
cleaned at least daily. The CONTRACTOR shall provide security guards 24 hours per day for the
duration of the CONTRACT.
The CONTRACTOR shall supply serviceable furniture and new appliances for the use of
LREDC and LREDC’S personnel for the duration of the CONTRACT as set out below:
as per manufacturer's
White finish 3-drawer filing standard size
18.0 1 desk offices 8
cabinet
support.
32.0 All offices Wall mounted pin board 2000 304 1000 2
Meeting,
Reception,
Pantries,
33.0 Wall mounted pin board 2000 304 1000 2
Printing, and
Conference
Room
All Rooms,
Entrances, as per manufacturer's 1 lot
34.0 Reception, Acrylic Plastic Signage standard
Waiting
Areas/Lobbies
The CONTRACTOR shall provide, and renew from time to time, consumable stores, including,
inter alia, pens, pencils, paper, batteries, films, tapes, toilet requirements, drinking water, tea,
coffee and other such miscellaneous items as might reasonably be required in accommodating
those checking the WORK. The CONTRACTOR shall replace immediately any equipment or
items which become spent, defective, damaged due to whatever cause, stolen or lost.
All charges, operating expenses and insurance in connection with the proper functioning of the
equipment shall be borne by the CONTRACTOR.
All electrical fixtures and fittings shall be provided with corresponding electrical power sockets
with suitable voltage and current as appropriate.
(f) erasers
(g) staplers and staples
(h) hole punches
(i) paper clips and bull dog clips
(j) headed paper for letters and reports
(k) miscellaneous stationary items
Power supply for the system should have an output of over 180 Watt. Power regulator,
stabiliser or transformer should be supplied by the CONTRACTOR for the computer system
such that the system can function efficiently.
1.8.9 Documentation
Sufficient documentation must be supplied with the system. The documentation should be self-
tutorial in nature and be readily understood by non-computer personnel.
The following manuals must be supplied with the system:
(a) Manual on how to operate the equipment
(b) Manual on how to use the facilities and software provided by the supplier.
iii. Accuracy of ± (2mm + 2ppm) for distance and ± 1" for angles;
iv. Measuring time of 3.5 sec. for standard measurement and 0.3 sec. for tracking;
v. Coaxial telescope;
vi. Numeric keyboard and 8-row x 30-character LCD display in both faces;
vii. With internal memory for not less than 4000 points;
viii. Standard RS232C (I/O) port;
ix. Software for basic operation control, distance and angle reduction, viewing and
x. Editing of data, feature code input, station information input, real time coordinate
determination and setting out facility;
xi. One set of internal battery and battery charger;
xii. One set of external battery and battery charger; and
xiii. Connection cables to external battery, data logger and computer
xiv. Tribrach GDF 22
(a) 3 sets of WILD tiltable reflector with tribrach
(b) 1 set of Wild NA-2 level, or equivalent
(c) 1 No. electronic level NA3003 with memory card and card reader
(d) 1 No. WILD parallel plate micrometer GPM3 for NA2
(e) 5 sets of 5-meter levelling staff and bubble
(f) 1 No. WILD GKNL4 PVC dual face staff
(g) 2 No. WILD mini prism poles
(h) 4 No. plumbing poles
(i) 5 No. extension poles
(j) 2 crowfoot stands
(k) 5 wooden tripods
(l) 2 nos. of WILD 2-metre signal pole, or equivalent
(m) 2 No. Pillar plate
(n) 6 No. hand held bubbles
(o) 1 set of KVH DataScope monocular with built-in fluxgate compass, or equivalent
(p) sufficient nos. of miscellaneous survey tools including 100-metre linen tapes, 50mstilon
reel measuring tapes, 5-metre measuring tapes, iron spikes, wooden pegs, nails, spray
paint, hammer, etc
(q) consumables are to be provided, maintenance and replaced when necessary, including
but not limited to carpenters spirit levels, survey umbrellas, ranging rods, plumb bobs,
torches/bulbs/batteries, tools, spray paint (various colours), field bags (canvas,
shoulder type), 500 mm steel straight edge, pegs and concrete nails
(r) Six complete sets of radio transceiver Motorola GP300, or similar approved with battery
charger and spare battery.
(s) Leica Viva RTK Rover GS15 & C15 – GSM/GPRS Gloneass with accompanying
software or similar approved by LREDC.
Project signboards shall be erected not more than 4 weeks, or such other period agreed by
LREDC, after the COMMENCEMENT DATE of the WORK at locations agreed with LREDC.
The CONTRACTOR shall prepare a proper drawing of not less than ¼ full size of the proposal
and submit to LREDC for approval. The signboard shall be repaired and repainted as instructed
by LREDC.
1.8.10.7 Utilities
The CONTRACTOR will be required to design, supply, install and maintain the following utilities
for the TEMPORARY FACILITIES:
Foul Water Collection System.
Potable Water System.
Fire Fighting Water System.
Electrical Supply.
Telecommunications.
Waste Collection and Disposal.
HVAC.
Each of these utilities is described in more detail in the following sections.
The water supply shall be designed to hold a minimum of 7 days’ supply of water. The
CONTRACTOR shall submit its proposals therefor to LREDC for review and approval.
1.8.10.14 HVAC
The CONTRACTOR shall supply and install appropriate HVAC System to all the Facility but not
limited to including the CONTRACTOR’S office, LREDC’S office and any other facility
requested by the LREDC for the duration of the CONTRACT.
CONTRACTOR installed HVAC system shall be able to maintain an ambient air temperature of
21C +/- 2C.
o 1W RF (customizable)
o Adaptive power control supported
o RF power control in 3 steps of 5dB
Receiver (Class a)
o 112 dBm Static sensitivity
o 103 dBm dynamic sensitivity
Environmental
o Dust and water protection to IEC529
o IP54 ETS 300 019 drop and vibration
o Storage temperature -40ºC to +85ºC
o Operating temperature -20ºC to +60ºC
Power Supply
o Intelligent battery packs
1230mAh (standard) to 1850mAh (high capacity)
Hot battery swap
o Voice Services
Half duplex calls (individual and group)
Late entry
Priority call
Emergency call
Talking party identity
Calling line identity
Privacy mode
Whispering mode
Group focus
Data Services
o Status messaging
o Short Message Service messaging
Other
o Support for up to 300 pre-programmed Talk-Groups
o Telephone and radio user address book (up to 2000 entries)
o Call history with missed calls alert
In addition to the hand held radios 6 (six) vehicle mount kits are to be supplied including
professional installation to LREDC’s designated WORKSITE vehicles
(v) In the case of TEMPORARY FACILITIES which involve excavating into or imposing loads
on slopes, the calculations and drawings shall include analysis of the stability of the slopes,
details of temporary drainage arrangements, and details of the method of reinstatement.
(vi) In the case of false work, the design and construction shall, unless the LREDC considers it
inappropriate because of its minor nature, follow the recommendations of BS 5975.
1.10 Codes, Standards and Specifications for Temporary Facilities and Main
Works
The following Codes, Standards and Specifications as listed in Table 3 form a part of this
TEMPORARY FACILITIES and the WORK and shall be used for the design and construction of
the TEMPORARY FACILITIES and construction of the WORK.
When an edition date is not indicated, the latest edition shall apply. This listing is not intended
to be complete for all aspects of design and other Standards may require referencing where
applicable. The CONTRACTOR shall identify any and all deviations to Specifications,
Standards and Codes of Practice and submit for approval in a timely manner.
The CONTRACTOR shall provide its own copies of all relevant International and National
Standards, e.g. Qatar National Standards, etc. and shall provide a copy of relevant standards
available for the use of LREDC as required.
Unless otherwise specified, where the requirements of these Codes, Standards and
Specifications differ, the standard deemed most stringent in LREDC’s sole discretion shall
apply.
Table 3 - Design Codes and Standards for Temporary Facilities:
Standards Title
ROADS, CIVIL AND EARTHWORKS
QCS Qatar Construction Specification
QHDM Qatar Highway Design Manual
QDDM Qatar Drainage Design Manual
QTM Qatar Traffic Manual
QSM Qatar Survey Manual
WZTMG Ashghal Work Zone Traffic Management Guide
ARCHITECTURE
AISC American Institute of Steel Construction
IBC International Building Code
ASCE American Society of Civil LREDCs
QCS Qatar Construction Specification
Qatar Civil Defence Departments Fire Safety Provisions
for Construction Worksites
ELECTRICAL
QCS Qatar Construction Specifications
IEC 60364 Low-voltage electrical Installations
IEC 60439 Low-Voltage Switchgear and Control gear Assemblies
IEC 60947 Low Voltage switchgear and Control gear
LOSS PREVENTION
QCS Qatar Construction Specification
QCDD Fire Safety Provision for Construction Worksites
NFPA 10 Standard for Portable Fire Extinguishers
Standards Title
Standard for the Installation of Standpipe and Hose
NFPA 14
Systems
Standard for the Installation of Stationary Pumps for Fire
NFPA 20
Protection
BUILDING SERVICES – PLUMBING WORKS
QCS-2010 Qatar Construction Specification
IPC-2009 International Plumbing Code
BUILDING SERVICES – HVAC
QCS-2010 Qatar Construction Specification
MECHANICAL
QCS Qatar Construction Specifications
STRUCTURES - BS
BS CP 3, Chapter V, Basic Data for Design of Buildings – “Wind Loads’.
Part 2 : 1972 British Standards Institutions
Including all
amendments:
Amd.4952 - January
1986;
Amd.5152 – March
1986;
Amd.5343 – June 1986;
Amd.6028 – September
1988;
Amd.7908 – September
1993)
BS 6349 Code of Practice for Maritime Structures
BS 8110-1:1997 Structural use of Concrete. Code of Practice for Design
and Construction
BS 5328 – 1:1997 Part 1: Guide to specifying Concrete
BS 5328 – 2:1997 Part 2: Methods for specifying concrete mixes
BS 5328 – 3:1990 Part 3: Specification for the procedures to be used in
producing and transporting concrete
BS 5328 – 4:1990 Part 4: Specification for the procedures to be used in
sampling, testing and assessing compliance of
concrete
BS 5328 – 4:1999 Methods for specifying concrete mixes.
BS 5950 - 1: 2000 Structural use of Steelwork in Building.
Part 1: Code of Practice for Design in Simple and
Continuous
Construction - Rolled and Welded Sections.
BS 5950 - 2: 2001 Structural use of Steelwork in Building.
Part 2: Specification for materials, fabrication and erection.
Rolled and welded Sections.
BS 5950 - 5: 1998 Part 5: Structural use of Steel Work in Building. Code of
Practice for Design of Cold Formed Thin Gauge Sections.
BS 5950 - 8: 2003 Part 8: Structural use of Steel Work in Building. Code of
Practice for Fire Resistant Design.
BS 5975 : 2008 Code of Practice for TEMPORARY FACILITIES
Procedures and the Permissible Stress Design of
Falsework
BS 4190 : 2001 Specifications for ISO Metric Black Hexagon Bolts,
Screws and Nuts.
Standards Title
BS 4604 - 1 & 2: 1970 Specifications for the use of High Strength Friction Grip
Bolts in Structural Steelwork.
BS 4592 - 1 to 5: 2006 Industrial Type Floorings and Stair Treads
BS 8007 : 1987 Code of Practice for Design of Concrete Structures for
Retaining Aqueous Liquids
BS 6399 - 1 to 3 Parts 1 to 3: Loadings for Buildings
BS 8004 : 1986 Code of Practice for Foundations
BS EN ISO 1461 : 1999 Hot dip galvanized coatings on fabricated iron and
steel articles.
DMRB Design Manual for Roads and Bridges
STRUCTURES - US
UBC 97 Volume 2 1997 Uniform Building Code - Structural Engineering
Design Provisions
AWS D1.1 American Welding Society
AASHTO Standards,
Specifications and
Guidelines
AISC 13th edition
IBC 2012 International Building Code - 2012 edition
1.10.1 References
1.11 Security
The CONTRACTOR shall provide suitable watchmen during all hours at all points of access to
the WORKSITE. Security gates are to be established to prevent Construction vehicular access
to public roads with particular regard to the VIP road. Special watch duty shall be kept on the
inside of the WORKSITE during working hours as well as at night. Security services to be
maintained to provide continuous (24/7) cover.
The perimeter of the WORKSITE has been made secure with a metal fence and main gate that
has 24 hour operation.
The primary access to the WORKSITE shall be through the LREDC main gate from Lusail
Road.
The secondary access to the WORKSITE shall be proposed within the logistics plan for the
approval of LREDC.
The location of access to the WORKSITE may be subject to change throughout the duration of
the CONTRACT.
The CONTRACTOR shall establish and maintain the access route to the WORKSITE and shall
allow access for other contractors, service providers, occupiers, investors and authorised
persons and vehicles as may be authorised by LREDC.
The CONTRACTOR shall comply with the security systems that are in force for LREDC and
shall establish CONTRACTOR’S own security within the WORKSITE including fencing.
The construction of any additional temporary access through the perimeter fence shall be
subject to LREDC’S written approval. The CONTRACTOR’S application for approval shall
include full details of the security systems, including allocation of security passes, vehicle
checking and logging procedures. The security systems shall be in compliance with LREDC
security procedures which will be made available by LREDC at the COMMENCEMENT DATE.
They shall be updated, as may be required from time to time, by LREDC. Any temporary
access shall be through a manned and lockable gate; suitable gate houses shall be provided
for the security personnel and the gates shall be securely locked whenever the access is
unmanned. LREDC may require the CONTRACTOR to grant access to other authorised
persons and vehicles through any temporary access.
The CONTRACTOR shall notify LREDC in writing at least 14 days in advance of
CONTRACTOR’S intentions to start work on any area of the WORKSITE.
The CONTRACTOR shall keep records of the dates of his entry onto and departure from all
areas included in the WORKSITE, together with the dates of the erection and removal of
temporary hoarding, and shall furnish copies of these records as required by LREDC.
The CONTRACTOR shall make a record of the condition of the WORKSITE at handover, to be
agreed with LREDC.
Any temporary access routes and working areas that may be located outside of the limits of the
WORKSITE shall be agreed with LREDC.
Where work is required on LREDC’S plant and equipment, the CONTRACTOR shall comply
with LREDC’S permit and maintenance procedures.
n) The CONTRACTOR shall ensure that all personnel, visitors, vendors, etc. are provided with
WORKSITE health and safety “Induction” on their first day of employment/ visit to the
WORKSITE.
o) The CONTRACTOR shall be required to cooperate with the security consultant and abide by
the WORKSITE rules and regulations provided by LREDC or the security consultant.
p) Provide adequate lighting and clear access to and on all paths of travel
The CONTRACTOR shall ensure that no damage is caused by WORKSITE traffic to roads and
footpaths outside the WORKSITE boundaries and shall adequately maintain approaches to the
WORKSITE. The CONTRACTOR shall repair all damage attributable to its performance of the
CONTRACT.
The CONTRACTOR shall take all reasonable precautions to ensure that roads and footpaths
outside the WORKSITE boundaries are kept clean of any dirt or debris as a result of any
aspect of the Works, including movement of WORKSITE traffic. The CONTRACTOR shall
take all necessary and immediate steps to clean roads and footpaths outside the WORKSITE
boundaries as required and/or requested by LREDC.
The CONTRACTOR shall obtain permission from LREDC, if it is necessary to use or in any way
impinge upon adjoining property or works areas and shall clear away and make good on
completion or when directed.
Where any existing or newly installed apparatus is affected by the Works the CONTRACTOR
shall take all necessary measures to avoid damage to the apparatus and ensure uninterrupted
operation of the apparatus. The measures may include, but will not be limited to;
providing temporary supports, amending working methods, providing temporary or permanent
diversions, and maintaining supplies at all times.
Should any damage be discovered to existing apparatus, the CONTRACTOR shall at once
notify LREDC and any Authority, as appropriate.
The CONTRACTOR shall afford every facility for the repair or replacement of the apparatus
affected.
In the event of any damage caused by the CONTRACTOR to roads, land, properties, trees and
any other works outside of the WORKSITE, the CONTRACTOR shall undertake all necessary
repairs.
Details of all claims or warnings of intended claims which the CONTRACTOR may receive shall
be brought to the attention of LREDC by the CONTRACTOR without delay. Likewise, any such
claims or warnings, which may be submitted directly to LREDC, shall be transmitted to the
CONTRACTOR by LREDC without delay.
A similar exchange of information shall also be made in relation to all complaints which may be
received.
The CONTRACTOR shall notify LREDC in writing immediately following any damage or
injury to the person, property or the works resulting from the performance of the
CONTRACT.
The CONTRACTOR will be responsible for carrying out investigations into any complaints
and claims, as required by LREDC. The CONTRACTOR shall undertake any such
investigations.
temporary drainage or pumping systems or by other methods capable of keeping the Works free
of water and protected from damage due to water. Silt and debris shall be intercepted by traps
before water is discharged from the WORKSITE.
The conveyance of storm water run-off and dewatering outflows shall comply with the appropriate
environmental requirements stipulated by the Government including the conditions of the
Environmental Permit and LREDC. The CONTRACTOR shall make all arrangements with and
obtain the necessary approvals and inspections from the relevant Authorities for discharging
water to drains, watercourses or the sea. The relevant work shall not start until the approved
arrangements for disposal of the water have been implemented.
The FACILITY, including materials for the FACILITY, shall be protected by methods agreed by
LREDC from exposure to weather conditions which may adversely affect the work or materials.
The CONTRACTOR shall carry out any temporary diversion, maintenance and reinstatement of
watercourses and drainage systems to enable the Works to be executed.
right of ways. The CONTRACTOR shall inform LREDC of any requirements of, or arrangements
made with, the Traffic Police Division.
Before placing any order for material, manufactured articles or machinery and, as soon as
possible after the CONTRACT has been awarded, the CONTRACTOR shall submit for the
approval of LREDC a list of the manufacturers and suppliers from whom he proposes to purchase
the materials for the execution of the Works with all necessary materials data sheets.
The information regarding the names of the manufacturers and suppliers may be submitted at
different times, as may be convenient, but no source of supply shall be changed without the prior
approval of LREDC.
The test certificates submitted by the CONTRACTOR to LREDC furnished by the supplier or
manufacturer of any material or article shall demonstrate compliance with the requirements of the
CONTRACT.
All sampling and testing shall be arranged and paid for by the CONTRACTOR at no additional
cost to LREDC. Samples shall be of sufficient size to enable all specified tests to be made.
Samples shall be taken in accordance with the approved sampling and testing plan.
Once LREDC / LREDC Representative selects samples, they shall be conveyed under chain of
custody to the place of testing. Samples shall be protected, handled and stored in such a manner
that they are not damaged or contaminated, and such that the properties of the sample do not
change.
Samples on which non-destructive tests have been carried out shall be collected from the place
of testing after testing and delivered to a secure facility on WORKSITE.
Records of in-situ tests and laboratory compliance tests carried out by the CONTRACTOR shall
be kept by the CONTRACTOR on the WORKSITE and a report shall be submitted to LREDC
within 7 days, or such other time stated in the CONTRACT, after completion of each test. The
report shall contain the following details in addition to the specified reporting requirements:
(a) material or part of the work tested.
(b) location of the batch from which the samples were taken or location of the part of the work.
(c) place of testing.
(d) date and time of tests.
(e) weather conditions in the case of in-situ tests.
(f) technical personnel supervising or carrying out the tests.
(g) size and description of samples and specimens.
(h) method of sampling.
(i) properties tested.
(j) method of testing.
(k) readings and measurements taken during the tests.
(l) test results, including any calculations and graphs.
(m) other details stated in the CONTRACT.
Reports of tests shall be signed by the CONTRACTOR’S Representative or by another
representative authorised in writing by the CONTRACTOR. All documentation of testing shall be
to the approval of LREDC.
Required QA/QC audits on supplier or manufacturer shall be arranged and paid for by the
CONTRACTOR.
submitted. The CONTRACTOR shall not undertake any setting out before obtaining LREDC’S
consent to CONTRACTOR’S methods.
As part of the setting-out, the CONTRACTOR shall establish offset lines and/or reference marks
close to the location of the WORK, which shall relate directly to the WORK in both alignment and
level. They shall be located so as to enable the Independent Surveyor and LREDC to check
readily any part of the WORK to which they refer. The locations and levels of such marks shall
be checked by an Independent Surveyor and approved by LREDC prior to the commencement of
the WORK to which they refer.
Before commencing the setting out of the WORK, the CONTRACTOR shall ascertain the location
of all existing underground services within the WORKSITE boundary. The CONTRACTOR shall
prepare a plan detailing the location of the services.
Any conflict between existing services and any part of the proposed WORK shall be brought to
the attention of LREDC without delay.
Any re-work resulting from the CONTRACTOR’S failure to locate and identify services shall be
undertaken by the CONTRACTOR at its own cost.
The survey marks shall be of such construction and sufficiently well protected as to ensure that
they are not moved or damaged during construction of the WORK. However, should they be
moved or damaged, the CONTRACTOR shall re-establish them immediately in the manner
outlined above. The CONTRACTOR shall provide all temporary markers, profiles etc., necessary
for the proper setting out of the WORK.
A survey to verify the precise boundaries of the WORKSITE and the levels within the WORKSITE
will be carried out by the CONTRACTOR before WORKSITE clearance or any other work starts.
The CONTRACTOR shall notify LREDC in writing fourteen (14) days in advance of his intention
to set out any part of the Works that lies in private land or outside the WORKSITE area and shall
ensure that all requirements and instructions of private land owners including government lands
are strictly adhered to.
A Risk Register is to be submitted as part of the tender technical submission which follows the following
format.
Risk ID Risk Cause Risk Description Risk Impact Risk Owner Response Action
1 The reason why the Description of the Impact on one or more Insert Specific actions that will be
adverse event might potential adverse of the project name of implemented to address the
materialise. event. objectives of time, cost organisation, risks identified.
The subjects to be addressed in the Risk Register are to include as a minimum the following:
The PMP should reflect the holistic thinking process of the CONTRACTOR for the successful
design and completion of works from the commencement until completion..
b) Lead Planner
The Senior Planning Engineer must have:
1. A minimum of 10 years planning experience to include cost and planning
2. A minimum of 10 years of experience with Primavera scheduling software
including latest version.
3. Preferably the above noted experience would have been gained on similar major
projects.
4. Experience must include:
(i) Preparing reviewing and analysing cost and resource schedules
(ii) Earned value analysis
sufficient detail to allow cost & schedule baselines to be set at a level that facilitates visibility of
performance.
6) Float is for the exclusive use or benefit of LREDC which can use it as needed to meet
the CONTRACT SECTIONS and the CONTRACT COMPLETION DATE, or to cover
changes to the CONTRACT.
7) Float Suppression: Pursuant to float sharing requirements of the above, use of float
suppression techniques such as preferential sequencing or logic, special lead/lag logic
restraints, and extended activity times or durations are prohibited. Acceptance of any
programme submission by LREDC shall not preclude later correction of float suppression
techniques or of any other deficiency by the CONTRACTOR.
8) LREDC shall review the CONTRACT EXECUTION PLAN but shall not be responsible
regardless whether the CONTRACT EXECUTION PLAN will result in timely completion of the
WORK.
9) In the event that LREDC gives notice of any non-compliance to the CONTRACT
EXECUTION PLAN including any subsequent update or revision, the CONTRACTOR
shall revise the CONTRACT EXECUTION PLAN to the satisfaction of LREDC to
comply with the CONTRACT and resubmit it to LREDC within 14 days of notification of
rejection or instruction to resubmit.
10) The CONTRACT EXECUTION PLAN shall indicate the following:
a) WBS Code
b) Activity Descriptions (enough details to include Area, Stage)
c) The original and remaining duration for each activity
d) Planned early start and planned early finish dates for each activity
e) Available total float for each path of activities
f) Critical path for the project shall:
i. Be clearly shown and easily recognisable
ii. Show on the time-scaled network diagrams
iii. Clearly show the relationship between all non-critical activities and activities on the
critical path
g) Planned progress curve consisting of a plot of percent complete versus time for
each programme of value item and the total project
h) Associated explanatory drawings
i) Cost &resource loadings shall include resource allocation(s) for each activity in
the CONTRACT EXECUTION PLAN identifying the man-hours by trade, the physical
quantity of material to be installed (cubic meters of concrete, linear meter of pipe,
etc.) and the cost(s), or part thereof, of those stated within the Schedule of Prices.
LREDC reserves the right to accept or reject any value and allocation of the man-
hours and/or the materials.
j) The CONTRACTOR shall submit a cross-reference register of the activities in the
CPM programme to the Payment Schedule. This register shall reflect that each
activity in the programme has a cross reference to the Payment Schedule
k) and the total values of all activities in the programme, i.e. quantities, man-hours and
cost, shall correspond to their respective total values of the Payment Schedule. The
cross-reference register shall be subject to the review and acceptance by LREDC.
l) Not Used
m) The CONTRACTOR shall submit a narrative report with the CONTRACT
EXECUTION PLAN indicating anticipated use of the following resources and work
shifts:
1. Labour resources
2. Equipment resources
3. Quantities to be placed
4. Work shifts
5. Work weeks (5, 6, or 7 day work week)
6. Production rates
7. Holidays and special non-working days
n) The CONTRACT EXECUTION PLAN shall show every significant activity
required for the completion of the WORK, including but not limited to,
CONTRACTOR’S:
1) Sown detailed design, submittals and approvals.
2) SUBCONTRACTORS’ and suppliers’ design, approval and manufacturing.
3) The supply of Construction Documents, Information and approvals by
LREDC.
4) Approvals required by Statutory Authorities and Agencies.
5) Appointment of major SUBCONTRACTORS and Suppliers.
6) Submission and approval of design drawings, shop drawings and other
construction documents.
8) Mobilisation, time on the WORKSITE and removal of major items of
CONTRACTOR’S equipment and temporary facilities.
9) Off-WORKSITE activities such as prefabrication and/or ordering of major
materials and equipment.
10) Shipping and delivery period for major items of essential equipment and
materials to the WORKSITE.
11) Construction and installation of the Works on WORKSITE.
12) Mock-ups.
13) Key Dates and interface dates with ancillary contractors and other
contractors of the related WORKS.
14) Milestone Dates.
15) Inspection and Testing on the WORKSITE.
16) Erection and removal of temporary structures and equipment.
17) All other activities that have a significant bearing on the time required to
complete the WORK.
18) Due consideration should be made of resource limitations in the
CONTRACT programme and resource levelling used as a scheduling tool if
necessary.
19) The CONTRACTOR shall supply LREDC with two (2) hard copies of all
programmes. An electronic copy shall also be supplied either on CD-ROM or on DVD
or via the PMIS as instructed by LREDC. The CONTRACTOR shall allow for adequate
distribution to SUBCONTRACTORS and suppliers of sufficient and suitable extracts
from the programme to permit them to properly understand and carry out their work in
accordance with the programme. Whenever the programme is revised two (2) hard
copies of the revised version shall be submitted to LREDC for LREDC review and
approval. An electronic copy shall also be supplied either on CD-ROM or on DVD or
via the PMIS as instructed by LREDC, Native Files to be issued as per
Clause 4.2.1 of Appendix F
20) The CONTRACTOR shall at all times keep a copy of the current approved
CONTRACT EXECUTION PLAN prominently displayed in CONTRACTOR’S
offices on the WORKSITE for ease of reference by all parties concerned.
4) The CONTRACTOR shall notify LREDC in writing whenever it is anticipated that the
delivery date of any material or equipment will be later than shown on the latest approved
CONTRACT EXECUTION PLAN. The cost of inspections by LREDC or any other specialist
required for Off-WORKSITE inspections shall be borne by the CONTRACTOR.
information fully marked-up, revised and updated to indicate the “As-Built” details. “As built”
drawings shall be prepared in AutoCAD format to a recognised international, or local
Regulatory Authority, Standard as appropriate. The CONTRACTOR shall supply 11 (eleven)
sets of prints in A1 size along with CD’s including all drawings in PDF (showing all approvals)
and AutoCAD electronic format. As Built drawings shall be prepared in AutoCAD format.
“As-Built” drawings of reclamation Works shall be at 1 in 500 scale showing the accurate layout
plan of all reclamation areas.
“As-Built” drawings shall be produced to the ISO drawing standard. “As-Built” drawings shall be
in an approved digital format.
These drawings shall be completed and supplied to LREDC within sixty (60) days of completion
of part or all of the Works. If requested by LREDC, the CONTRACTOR shall supply drawings
of completed parts of the WORK as and when these parts are completed. Further issues of
“As-Built” drawings shall then be made as the CONTRACT proceeds.
These drawings, and other records thus submitted once approved, shall become the property
and shall remain in the permanent custody of LREDC who may issue copies to all other
relevant Authorities. The cost of these drawings and records shall be included in the
CONTRACT PRICE.
The CONTRACTOR submittal shall be compatible with the 3D Model that will be used with the
established BIM process and BIM requirements of LREDC.
Any failure of the CONTRACTOR to submit the “As-Built” drawings within the stipulated period
will entitle LREDC to have such drawings prepared by others at the expense of the
CONTRACTOR.
1.15.15 Health, Safety Environment & Sustainability Organisation Chart and Plan
The CONTRACTOR shall submit a Health, Safety, Environment & Sustainability
Organisation Chart for LREDC's approval within ten (10) days of the COMMENCEMENT
DATE.
The CONTRACTOR shall submit its Health & Safety Plan to LREDC for approval no
later than thirty (30) days from the COMMENCEMENT DATE.
All CVs of key personnel shall be reviewed / approved by LREDC / PMCM. LREDC has the
right to reject any CONTRACTOR/ SUBCONTRACTOR CVs of key personnel at any stage of
the CONTRACT or the WORK.
Application and invoices for completed works shall be submitted in accordance with
Appendix B of the CONTRACT.
1.16.1 General
The CONTRACTOR shall submit templates of all reports for the review and acceptance of
LREDC prior to use on the WORK.
- Sizes and numbers of barges to be used and locations where material is to be deposited
4) The report shall accurately estimate the work completed on each activity, including design,
procurement, engineering and construction activities on the approved construction programme.
5) Required information shall include but not necessarily be limited to the following:
a) Executive Summary of previous month’s events including a clear summary statement of
the current progress position.
b) Total work progress as at the end of the previous month with progress chart showing
progress achieved as a percentage against planned progress
c) State existing status, rate of progress, estimated time of completion and cause of any delay
(if any).
d) Description of work accomplished since submission of previous progress Programme.
e) Compare actual work status against the CONTRACTOR’S Baseline Programme,
indicating:
i. Activity Description
ii. Original Duration
iii. Remaining Duration
iv. Current Early Start
v. Current Early Finish
vi. Planned Percent Complete
vii. Target Early Start
viii. Target Early Finish
ix. Actual Percent Complete
x. Date Variance
xi. Percent Variance
f) S-Curves for physical progress against planned.
g) Details of work for the next month.
h) Safety and Health Performance Reporting.
i) Information regarding any design changes.
j) Information regarding any VARIATIONS.
k) Changes on the programme
l) Details of inspections and approvals required to proceed with work.
m) Records of manpower, Equipment etc. compared to programmed requirements.
n) Information required from LREDC.
o) Environmental Monitoring Reporting
p) Weather records.
and direction from which the photographs were taken. The CONTRACTOR shall provide
approved photographic albums to accommodate these pictures.
The full set of digital copies and 2 photographic albums each comprising on average 25 No.
photographs (which will be selected by LREDC from the proofs but may not be the same for all
sets) per month to be issued in hard and soft copies having a picture size of 250 x 180 mm with a
20 mm blank edge at the bottom. The CONTRACTOR shall provide approved hard cover ring-file
type albums with clear plastic sleeves to separately accommodate these sets of pictures. The
backs of the photographs are to be titled by the CONTRACTOR in accordance with LREDC’S
instructions and dated and signed both by the CONTRACTOR and LREDC as agreement of the
date on which they were taken and their location. The CONTRACTOR shall also affix a typed
label giving the approved title and number to the front of the photograph. Sets of photographs
shall be provided within 14 days of LREDC notifying the CONTRACTOR of those photographs
which have been selected.
The photographs shall be taken by a skilled photographer approved by LREDC.
In addition to the required photographs identified above, the CONTRACTOR shall be required to
submit high quality satellite photographs on a monthly basis to LREDC. The CONTRACTOR shall
provide 2 hard copies in A1 size and 1 soft copy. Satellite resolution shall be 1 metre or better
and the format shall be professional jpeg. The images shall also contain a geo reference
Microsoft Word file that provides the information needed to import the images into AutoCAD and
ArcGIS type software. The exact details and samples demonstrating the satellite photo format
and resolution standards shall be proposed by the CONTRACTOR for approval of LREDC prior
to the commencement of the Works. The CONTRACTOR shall have the proposed area for the
satellite photograph approved by LREDC prior to obtaining the first month’s photographs.
The CONTRACTOR shall utilise the exact same area as that approved by LREDC for all
monthly satellite photographs.
The photographs and albums shall become the property of LREDC.
Copies of correspondence relevant to the execution of the WORK and not of a confidential nature
received from or submitted to Government departments, utility providers and other contractors
employed by LREDC shall be submitted to LREDC for information as soon as possible but in any
case not later than 7 days after receipt or submittal.
1.16.9 Meetings
Progress meetings will be convened by LREDC at monthly intervals and at other times as
appropriate. The purpose of the meetings will be to review the progress of the WORK, to
discuss the CONTRACTOR’S programmes and to cover such other matters under the
CONTRACT as may be specified or notified by either LREDC or its representative, or the
CONTRACTOR. Such meetings shall be attended by the CONTRACTOR’S Representative.
The CONTRACTOR shall attend co-ordination meetings, arranged by LREDC, during the
course of design, manufacture and construction/setting up and testing of WORK so as to
ensure good communication with LREDC and to prevent delays in the WORK. The
CONTRACTOR’S Representative shall be present at these meetings together with any other
person who LREDC may require.
The CONTRACTOR shall arrange meetings for the representatives of SUBCONTRACTORS,
Government departments, transport companies, utility providers and other contractors to attend
when required by LREDC. The CONTRACTOR shall inform LREDC 48 hours, or such shorter
period agreed by LREDC, before such meetings are to be held and shall give LREDC the
opportunity to attend such meetings.
The CONTRACTOR must ensure attendance of the Pre-Construction meeting, Pre-Start Up
Meeting, All Technical and Commercial meetings by all persons required to attend or requested
by LREDC to attend, including all Pre-Completion, Hand-Over Meeting and other meetings
deemed by LREDC as requiring the CONTRACTOR’S presence. The CONTRACTOR shall
ensure those attending and participate in any meetings as requested by LREDC are suitable
support personnel approved by LREDC.
1.18.2 Glossary
The meaning of terms and abbreviations used in this Specification shall be those in BS EN ISO
9000:2005 “Quality management systems – Fundamentals and vocabulary”, except where
otherwise described in this Specification.
The CONTRACTOR shall provide protective clothing comprising safety helmets, reflective
vests, protective boots, rubber boots, safety belts, dust masks and gloves sufficient for 30
persons. CONTRACTOR shall be responsible for replacement of these consumables
including gauze for dust masks. All sizes of boots, belts, gloves and helmets to be agreed
with LREDC prior to any purchase. In addition the CONTRACTOR shall provide LREDC with
other health and safety provisions as and when requested by LREDC such as solar reflective
safety glasses protective goggles, ear protection, life jackets when working over or near
water, etc. CONTRACTOR shall obtain LREDC approval prior to PPE purchasing.
The CONTRACTOR shall also provide similar additional protective clothing as specified
above for use by LREDC and visitors to the WORKSITE.
d) Automated External Defibrillator (AED) – Provide one (1) AED for the use by LREDC and to
be mounted in LREDC’S office with clear instructions for use posted in English, Arabic and
symbols. The CONTRACTOR shall be responsible for maintaining the AED in accordance
with the device’s requirements and instructions. The CONTRACTOR shall also provide
certified First Aid (including AED) for a minimum of 10 staff selected by LREDC.
The CONTRACTOR shall be solely responsible for all equipment and protective clothing and
shall ensure that they are at all times in good repair and adjustment. Replacement items shall be
provided as necessary. All equipment and protective clothing, other than expendable items, will
revert to the CONTRACTOR at the end of the GUARANTEE PERIOD or at such time as advised
by LREDC.
In the event of failure to comply with the requirements of this Clause the Public Works Authority,
without prejudice to any other method of recovery, may deduct the costs of any remedial work
after COMPLETION carried out by the Survey Section, from any monies in its hands or
which may become due to the CONTRACTOR.
The Public Works Authority survey marks and those established by LREDC are shown on the
Drawing. The CONTRACTOR shall be responsible for maintaining all the survey points and for
verifying the certified survey information.
(f) Complete start-up, testing of system, and training of LREDC’s operations and
maintenance personnel; submit plant operating data as well as all test reports and test
data required by the CONTRACT
(g) Dismantle and remove temporary facilities and services from the WORKSITE; this
includes utilities, construction tools, buildings and facilities, mock- ups, and similar
elements
(h) Complete final cleaning
(i) Repair and restore exposed finishes which have been marred or otherwise
damaged
(j) Taking-over all spare parts, tools and maintenance plant
When the CONTRACTOR has completed and cleaned the WORK to the satisfaction of
LREDC, the CONTRACTOR shall request a final inspection. A suitable date for the inspection
shall be arranged. The CONTRACTOR and LREDC shall be present. A list of outstanding items (if
any) shall be agreed and issued to the CONTRACTOR.
Upon completion of the listed outstanding items a further inspection shall be requested by
the CONTRACTOR and a suitable date for the inspection shall be arranged. The
CONTRACTOR and LREDC shall be present.
A list of any items still outstanding shall be issued to the CONTRACTOR. If any of these are
deemed to be significant the CONTRACTOR shall complete these items and then request
another inspection as described in Sub-section 2 above.
In respect of a pumping station or WORK involving mechanical or electrical plant, if items
outstanding are deemed not significant or if no outstanding items remain then a seven (7)
day commissioning and running test shall be initiated. On completion of all tests and
agreement by LREDC that the Plant is considered operable, then it shall be taken over.
A fourteen (14) day training period for LREDC’S staff on the operation of the pumping station
shall commence.
Deemed not to be significant or if no outstanding items remain, the WORK inspected shall
be taken over.
(c) Approval from the Highway Maintenance Section of the Roads regarding
satisfactory trench reinstatement in the Highway (if applicable).
and weekly a schedule of tests to be carried out the following week. The CONTRACTOR
shall inform LREDC not later than 24 hours in advance of changes in the scheduling
of a test.
For all specified performance tests, the CONTRACTOR shall prepare and submit the
following:
(a) A draft test procedure no later than two (2) months in advance of the schedule test
date
(b) A final test procedure no later two (2) weeks in advance of the scheduled test
date
(c) A test report within two (2) weeks of the successful completion of the test.
c. The Qatar Highway Design Manual 1997 Editions prepared by the Ministry of Municipal
Affairs and Agriculture.
d. The Qatar Traffic Manual prepared by the Ministry of Industry and Public Works.
e. The Qatar Subdivision Regulations (Draft) prepared by the Ministry of Municipal Affairs
and Agriculture.
f. The Qatar Construction Specification issued by the Ministry of Environment for the year
2010.
g. Any current and relevant notice or circular issued by the Ministry of Municipal Affairs
and Agriculture (including the previous Ministry of Public Works and the Ministry of
Industry and Public Works); or the Qatar General Electricity and Water Corporation; or the
Ministry of Electricity and Water; or the Ministry of Finance, Economy and Trade Income Tax
Department, prior to the date of the CONTRACT. Any local Municipality Regulations.
h. Environmental Protection Law, issued under ordnance Law No (30) of 2002.
i. State of Qatar Law No.26 of the year 2005 and all subsequent amendments including
Law No.10 of the year 1990, concerning the Organization of Tenders and Public
Auction, obtainable from Government House, Doha.
j. State of Qatar Law No.06 of the year 1987 and all subsequent amendments concerning
Materials and Equipment from Qatar or other GCC countries, obtainable from the
Government House, Doha.
k. Non-compliance with the State of Qatar Law No 06 of the year 1987 in relation to items
purchased outside Qatar or the GCC countries shall be subject to further penalties in
accordance with Article (8) of Law No. 6 of 1987.
l. The State of Qatar Decree Law No. (11) of the year 1993 concerning income tax and
the circulars implementing it, if the CONTRACTOR is not a National Company, the
requirement of submitting a tax clearance certificate from the “Income Tax Department” of
the Ministry of Finance, Economy and Trade with respect to the CONTRACT.
m. The CONTRACT shall be exclusively governed by and construed and enforced in
accordance with the laws of the State of Qatar.
The foregoing list shall not be taken as being exhaustive, and the CONTRACTOR shall be
deemed to be familiar with all local/national and international regulations pertinent to the
services to be provided by them.
The CONTRACTOR, when arranging air-freight of materials, goods and equipment required
for the WORK and when arranging air travel of all CONTRACTOR PERSONNEL and other
individuals under the supervision of CONTRACTOR, mobilizing to or demobilizing from
the WORKSITE in connection with the WORK, shall abide by and comply with, and cause
compliance by its SUBCONTRACTORS with the provisions of Circular No. 2/2013 issued by
the Minister of Finance.
Air Transportation of staff and materials involved in contracts entered into by government
entities shall always be arranged through Qatar Airways. All air tickets and air freight
vouchers purchased under or in connection with the CONTRACT shall be issued by and/or
through Qatar airways being the national carrier of the State of Qatar.
In the event that the CONTRACTOR has evidence supporting the fact that compliance with
this Article shall result in the CONTRACTOR’S inability to meet the requirements of the
CONTRACT and in particular the CONTRACT EXECUTION PLAN, the CONTRACTOR
shall present full supporting evidence to LREDC and consult with LREDC to resolve any
issues prior to submitting its final EXECUTION PROGRAMME.
The proposed Vendor list is given to the CONTRACTOR for guidance only; LREDC may accept
other CONTRACTOR proposals or propose their own preferred Vendors. The vendors list below are
not exempted nor considered as pre-qualified vendors lists. CONTRACTOR may propose other
manufacturers with similar categorization and standards, selection will be at LREDC's sole discretion
and subject to detailed evaluation of the specific manufacturing factory capabilities, qualities ,
experience, type test requirements etc. to comply with the requirements of this project and local
Authorities approval as well.
AEES (France)
SAFT (France)
STATRON (Switzerland)
6 UPS 240V CHLORIDE (France)
GUTOR Electronic (Switzerland)
SCHNEIDER ELECTRIC (France)
ABB (Sweeden)
SIEMENS (Germany)
SUBSTATION CONTROL
7 SCHNEIDER ELECTRIC (France)
SYSTEM
MITSUBISHI (Japan)
GE (USA)
DOHA CABLES (Qatar)
DUCAB (UAE)
8 CABLES (11kV & LV) OMAN CABLES (Oman)
RIYADH Cables (KSA)
NEXANS (France)
TYCO RAYCHEM
(UK/Germany/USA)
ELASTIMOLD (USA)
9 CABLE ACCESSORIES 3M (USA)
PFISTERER (Germany)
DOHA CABLES (Qatar)
THORN (UK)
METALUX (UK)
LUMARK (UK)
LIGHTING FIXTURES
10 CROMPTON (UK)
(INDOOR)
JSB (UK)
MENVIER (UK)
PHILLIPS (Netherland)
Mc-GRAW EDISON (USA)
INVUE (USA)
LIGHTING FIXTURES STREETWORKS (USA)
11
(OUTDOOR) GREE (USA)
HOLOPHANE (UK)
PHILLIPS (Netherland)
iLIGHT/iLumin (UK/USA)
GREENGATE (UK/USA)
PHILLIPS (Netherland)
12 LIGHTING CONTROLS FIFTH LIGHT (UK/USA)
DSI (UK)
MINOS System (Italy)
REVERBERI ENETEC (Italy)
CEAG (Germany)
LIGHTING ACCESSORIES
13 HAWKE (UK)
(Junction Boxes)
LEGRAND (France)
COOPER-Crouse Hinds
(Germany/USA)
LEWDEN (UK)
MK (UK)
LIGHTING ACCESSORIES
14 LEGRAND (France)
(Lighting Switches)
TECHNOR AS (Norway)
Marshall Tufflex (UK)
BARTON Engg (UK)
WIRING ACCESSORIES
15 DECODUCT (UAE)
(Conduits)
EGA Tube (KSA)
MITA (UK)
DOHA CABLES (Qatar)
COOPER-Crouse Hinds
CABLES/WIRING (Germany/USA)
16 CMP (UK)
ACCESSORIES (Cable Glands)
HAWKE (UK)
BICC (UK)
SWIFT/LEGRAND (UK)
CABLES/WIRING MITA (UK)
17 ACCESSORIES (Cable WIBE (Sweeden)
Trays/Ladders) Ab-Cope (UK)
BICC (UK)
HAWKE (UK)
CABLES ACCESSORIES (Cable
18 ROXTEC (Sweeden)
Transits)
MCT Barattberg (Sweeden)
FURSE (UK)
19 Earthing WALLIS (UK)
ERICO (UK)
Al Doha Schindler Elevators &
Escalators Co. W.L.L.
20 Lifts & Escalators
II. HVAC
Central Refrigeration & Air Conditioning Equipment
Trane
PACKAGED AIR CONDITIONING Carrier
UNITS (PACU) McQuay
York
Trane
21
Air Handling Units (AHU) ‐Chilled Carrier
Water Type McQuay
York
Trane
Fan Coil Units (FCU) – Chilled Water
Carrier
Type
McQuay
York
Trane
Carrier
Direct Expansion (DX) Split AC Unit
McQuay
York
Trane
Carrier
AIR COOLED CONDENSING UNITS
McQuay
York
Centriquip Ltd
US Filters
ODOR CONTROL UNITS (OCU)
Corodex
Technium Cardna
Exhaust /Supply Fans
Flakt Woods
GreenHECK
22
Axial / Centrifugal Fans / Jet Fans Nuaire
Penn
Loren Cook
III. Chilled water System
Van Leeuwen
SPPI
Piping Perma pipe
Alstom
TCTI
Crane
George Fischer
Fittings, joints , Pipe Support & Nefit
Hangers Van Leeuwen
National fittings
Victaulic
Crane
23
Tour & Anderson
Valves
Oventrop
Hattersly
Alfa Laval Thermal AB, Sweden
Plate Heat exchangers Flat Plate, Inc.
ITT Fluid Handling; Div. of ITT Fluid
Technology Corp.
Aurora Pump.
Armstrong Pumps, Inc.
Chilled Water Pumps Grundfos Pumps Corp.
ITT Fluid Technology Corp.; Bell &
Gossett Div.
Expansion Tanks Armstrong, Inc.
Grundfos Corp.
ITT Fluid Technology Corp.; Bell &
Gossett Div.
MASON
VIBRATION ISOLATORS
KINETICS
VMC
WEICO
Crane
24 Refrigerant Pipework
Mueller
IV. AIR DISTRIBUTION SYSTEM
Jindal
Nissim
Ductwork
Duct Mate
Durodyne
Action Air Limited
Smoke/Fire Dampers Titus
Flakt Woods AB
25 Trox
Air Outlets Titus
GreenHECK
Seagull
Trox
Titus
Sound Attenuators
GreenHECK
Seagull
JOHNS MANVILLE
26 FIBERGLASS INSULATION KNAUFF
KIMMCO
AEROFLEX
CLOSED CELL INSULATION –
27 ARMAFLEX
FIBERGLASS
K‐FLEX
V. Instrumentation, Telecom, Security and Control
ABB
Yokogawa
28 RTU /PLC/ Field instrument Honeywell
Siemens
Enderson & Hauser
Notifier
Honeywell
29 Fire Alarm System Tyco ‐ Simplex
Gent
General Electric
Approved or Equal
HID
Honeywell Prowatch
30 Access Control System Lenel
Schneider Electric
Siemens
Approved or Equal
Delta sceintific
Physical Security barriers/Traffic APT
31 Came
Barriers
Ameristar Fence
Approved or Equal
Mobotix
Pelco
32 CCTV Honeywell
Bosch
Panasonic
Approved or Equal
Bosch
Toa
33 Public Address system Ateis
Honeywell
Approved or Equal
Siemens
Honeywell ‐ Alerton
34 BMS Johnson Control International
Schneider Electric
Approved or Equal
FAAC
Car Park Management/Guidance Indect
35 Skidata
System
Designa
Approved equal
IBM
Cisco
36 Local Area Network (Active) Juniper
Avaya
HP
Approved or Equal
Communicating & Control Cable:
Belden,USA
Brandrex, UK
commscope
37 Communication System (Passive) Systimax
Panduit, USA
Prysmian Cables
Doha Cables
Ducab
Approved or Equal
Dell
IBM
38 Servers HP
Sun networks
Approved or Equal
AMX
Samsung
39 Digital Signage View Sonic
Conrac
Approved or Equal
VI. Lanscape
Haji Commercial Company (HCC)
Please refer to
Polaris Contract Volume
Wattad 2, Appendix A -
Part 6.4
40 Street Light Vibrant
Supplemental
Alcontra Information:
Venicia Lusial Street
Lights Strategy
Q-HUB
CONSENT Please refer to
Contract Volume
Transgulf Cement Products
2, Appendix A -
Godelmann GmbH & Co. KG Part 6.3
41 Precast Paving & Kerbs
MAFCO QATAR ( DUCON) Supplemental
Information:
SMEET Headquarters Lusial Kerbs
Strategy