Professional Documents
Culture Documents
SPECIFICATION
TECHNICAL SUBMISSION
SECTION C SPECIFICATION
CONTENTS
Page
A. The Works shall be executed in accordance with the following latest Government
specification, regulations, notices and circulars:
(a) The General Conditions of Contract – May 2007 prepared by the Contracts &
Engineering Business Affairs (CEBA), Public Works Authority.
(b) The Qatar National Construction Specifications (QCS2014) the 4th Edition
prepared by the Qatar General Organization for Standards and Metrology
(QGOSM) issued with standard No. QS27/2014 dated 4th February 2015 and all
subsequent revisions and amendments prior to the date of the announcement
inviting Tenderers.
(c) The Code of Practice and Specification for Road Openings in the Highway
prepared by the Public Works Authority, January 1992 with December 2014
amendments and revision.
(d) The Guide for Civil Users of Explosives in Qatar prepared by the Ministry of
Public Works.
(e) The Qatar Survey Manuals prepared by the Urban Planning and Development
Authority (UPDA).
(f) All current Public Works Authority regulations concerning the organisation of
Tenders and Public Auctions and all subsequent revisions and amendments.
(g) Work Zone Traffic Management Guide (WZTMG) Revision 1.1, July 2014 and all
subsequent revisions and amendments.
(h) The Regulations for the Installation of Electrical Wiring, Electrical Equipment and
Air Conditioning Equipment, sixth re-issue dated January 1992 as prepared by
the Ministry of Electricity and Water, P O Box 41, Doha.
(i) Any current and relevant regulation, notice or circular issued by the Public Works
Authority (including the previous Ministry of Municipal Affairs & Agriculture,
Ministry of Public Works and Ministry of Industry & Public Works) the Qatar
General Electricity and Water Corporation (KAHRAMAA), Ooredoo (previously
known as Qatar Telecom/Q-tel), the Qatar General Organization for Standards
and Metrology, the Supreme Council for the Environment and Natural Reserves
or the appropriate local Municipality prior to the date of the letter or advertisement
inviting Tenderers.
(j) Any and all applicable local Municipality regulations.
(k) State of Qatar Law No. 6 of 1987 and all subsequent amendments concerning
Materials and Equipment from Qatar or other CCASG countries, obtainable from
Ministry of Justice, Doha, Qatar.
(l) CESMM3, Civil Engineering Standard Method of Measurement, 3rd Edition
(1991), published for the Institution of Civil Engineers by Thomas Telford
Services Ltd, 1 Heron Quay, London, W14 4JD and all subsequent revisions and
amendments.
(m) State of Qatar Law No. 30 of 2002 and all subsequent amendments concerning
“The Environment and Natural Resources Protection” – Articles 6, 17, 19 & 35,
obtainable from Ministry of Justice, Doha, Qatar.
(n) State of Qatar Law No. 32 of 2002 which amended Article 2 of Law No. (1) for the
year 1993 concerning the regulations to issue license to level the agricultural
lands or beach sands and all associated rules and regulations issued by the
Supreme Council for the Environment and Natural Resources, obtainable from
Ministry of Justice, Doha, Qatar.
(o) State of Qatar Law No. 32 of 2005 and all subsequent amendments concerning
Traffic in the State of Qatar obtainable from Ministry of Justice, Doha, Qatar.
(p) The Drainage Affairs (DA), Design Manual (Qatar Sewerage and Drainage).
(q) All current Water Department and Electricity Department of the Qatar General
Electricity and Water Corporation (KAHRAMAA) specifications and all sequent
revisions and amendments.
(r) Safety Rules issued by the Department of Electricity Networks.
(s) The Jointing Manual prepared by Electricity Networks Department.
(t) The Qatar Traffic Manual (QTM) and Qatar Highway Design Manual (QHDM)
prepared by the Ministry of Public Works.
(u) Drafting Standards prepared by Public Works Authority.
(v) Construction Dewatering Guidelines, March 2014 prepared by Public Works
Authority
B. The Contractor shall be deemed to have his own copy of the Authority specification,
regulations, notices, and circulars referred to in (a) to (v) above.
C. These Government specifications, regulations, notices and circulars are amended,
amplified and complemented by the Project Specification as detailed hereafter.
D. In the case of any ambiguity or discrepancy the provisions of the Project
Specification shall prevail over the provisions of the Government published
specification.
E. The Contractor shall contact the Survey Section of the Ministry of Municipal Affairs
and Agriculture for prior earthwork or other works to determine if the work is likely to
disturb survey marks. If Survey Section require a survey mark to be removed the
Contractor will be responsible for recreating the survey mark to an approved design
and specification, and for resurveying the point using survey companies approved by
the Survey Section.
F. The Contractor shall be responsible for the protection of the survey marks, within the
boundaries of the site, for the duration of contract period, and shall be liable for all
costs of any remedial works required by the Survey Section.
G. On the practical completion of the works the Survey Section will issue a certificate
stating that all survey marks, whether disturbed or otherwise, by the Contractor have
been reinstated or protected to the satisfaction of Survey Section.
H. In the event of failure to comply with the requirements of the above Clause, PWA
without prejudice to any other rights and privileges and method of recovery, may
deduct the cost of any remedial work after the practical completion date, carried out
by the Survey Section form any monies due or which may become due to the
Contractor.
I. Where any Standard Publication, Specification, Regulation, Notice, and the like or
any correspondence refers to a Government Ministry, Department, Division, Section,
and the like it will be deemed to be the same as any successor Ministry, Department,
Division, Section, and the like which has or may subsequently be officially
promulgated by the Government of the State of Qatar.
CONTENTS PAGE
1.0 INTRODUCTION C2/1
1.1 Project Brief C2/1
1.2 Scope of Works C2/2
1.3 Time for Completion C2/6
1.4 Construction Schedule C2/6
1 INTRODUCTION
The existing foul sewer network covers more than 80% of the catchment area.
New sewers & Property Connections will be provided under this Contract to
cater for the un-serviced areas and to replace the existing undersized sewers.
This catchment is currently being served by existing gravity foul sewer network
(PS37 & PS 32A sewerage Catchments). New sewers & Property
Connections will be provided under this Contract to cater for the un-serviced
areas and to replace the existing undersized sewers.
It has been proposed to develop only the Eastern side of this development,
since the road/platform levels are yet to be levelled/graded. New sewers &
Property Connections will be provided under this Contract to cater for the un-
serviced areas and to replace the existing undersized sewers.
The Project area consists of the following three (03) LR&DP Project Catchments as
shown in Fig 1.
Al Wajba East Sub-Catchment (DW016-P2)
Muaither North Sub-Catchment (DW039)
Muaither West Sub-Catchment ( DW 002-P2)
The above catchments are mostly developed (80% -90%) and currently being served by
the existing foul sewer networks connected to the PS 37, PS 34, PS 32/1 & PS 32A.
There are pockets of areas within these catchments, where there are no connected
sewerage services available; and also some of the existing sewers are
undersized/surcharging.
The detailed design of the foul sewer network, topo survey, SI works & the HC Survey
for the above sub-catchments were carried out under the LR&DP Project # DW 016-P2, #
DW 039 & # DW002-P2.
The Project Scope shall include, but not limited to the Construction & Completion of the
following works:-
Approx. 12 k.m length of Foul Sewers (pipe size 200 mm to 400 mm) by open cut
method.
Approx. 271 Nos Sewer Manholes.
Approx. 300 House Connections.
The Contractor shall complete these works within Seven Hundred & Thirty (730)
Calendar Days from the Commencement Date (CD) of the Contract as follows:
Time For Completion
Key Description Of Works Start date (started
Stage Completion date
in no. of days
(started in no. of days
from
from Commencement
Commencement
Date (CD)
Date (CD)
A Mobilisation, Setting out &
CD CD+ 30 Days
Approvals (RO Permit etc)
B Construction of the Foul
CD+30 Days CD+ 700 Days
Sewer Network
C Testing, Handing Over &
CD+670 Days CD+ 730 Days
Project Close-out
DURATION
(MONTHS)
ITEM DESCRIPTION MONT 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
HS
B Construction 22
SECTION 1 – GENERAL
This project is to be performed in accordance with QCS 2014 specification and Public
Works Authority Standards. The following clauses delete, amend, supplement, or are
additional to, clauses in the QCS2014 Section 1:
2.4.1 General
1. The Contractor shall identify all space for working, fabrication, storage areas (or
any other space) that he requires and shall obtain suitable sites for its working
areas including all necessary permissions, payments and provision of utility
connections.
Part 7 - SUBMITTALS
7.4 PROGRAMME
Under Section 1 Part 7, Clause 7.4.1 sub-clause 1 add the words “using
Prima Vera Project Planner P6”.
7.9 PHOTOGRAPHS
Delete QCS 2014 Section 1 Part 7,Clause 7.9.3 sub-clause 1 & replace with:
1 The Contractor shall obtain a photographic and video record showing the
progress of the Works in every month, and / or as necessary, in order to
provide sufficient visual evidence of the progress and to record the specialized
events features of the Works or other matters of interest in connection with the
Works or their surroundings of the Project. Such media documentation shall
be submitted to the Client, Engineer, and Engineer’s Representative in the
form of an accepted media documental presentation, as and when required
during the progress of the Works and as a complete package at the
completion of the project. For progress photographs, the Contractor shall take
a minimum of 10 number color photographs every month from positions
agreed with the Engineer. Photographs and a digital copy on CD shall be
handed to the Engineer within 7 days of the photographs being taken.
10.1.8 General
1 The contractor shall at all times take suitable precautions to ensure the safety
of all personnel on Site and of the general public where they may be affected
by the construction of the Works.
7 When cutting, sawing or shaving any product, particularly those which may
contain asbestos, the Contractor shall take all necessary precautions to
prevent the inhalation or dispersion of dust.
10 Prior to any erection work being carried out all necessary temporary access
and safety equipment, shall be installed and presented to the Engineer for
inspection.
11 Only upon written approval being given by the Engineer may construction
work commence.
12 If the above minimum requirements are not complied with at any time during
the Contract, the Engineer will instruct the Contractor to cease work and
remove all labour from the site until such time as the safety precautions are to
his satisfaction.
13 Individuals from the Contractor’s workforce who fail to comply with the above
requirements with respect to use of personal safety equipment shall be
removed from the site by the Contractor.
1. The Contractor shall provide Eleven (11) Nos of Desktop Computers; One
(1) No of A3 Size Colour Printer (laser type); One (1) No Mono-crome
Printer for the sole use of the Engineer.
Microsoft Office 2010 software with license shall be installed on all desktop
and laptop computers.
56k Modem
Card reader.
Engineering Plotter
The Contractor shall provide One (1) No AO Size Engineering Plotter for the
sole use of the Engineer.
Digital Cameras
The Contractor shall provide Two (2) Nos of Digital Cameras (min 12 Mega
Pixels with 16 GB Memory Card each) for the sole use of the Engineer.
The Engineering Plotter & the Digital Cameras shall be returned to the
Contractor at the end of the Contract Period.
Delete items 1, 2 and 3 and insert the following under to QCS 2014 Section 1
Part 13 clause 13.2.1
1 Before commencing the setting out of the Works the Contractor shall ascertain
the location of all existing underground services that are along the path of the
Works. Where services are located beneath or immediately adjacent to
proposed buildings, structures or pipelines the Contractor shall confirm the
service location, depth and diameter by trial pit. Other technical means such
as ground penetrating radar (GPR) should also be used at the Contractors
option and as applicable to locate utilities.
2 Where connections are to be made to existing pipelines, the Contractor shall
dig trial pits at the point of connection to ascertain the location, depth, and
exact diameter of the existing mains, in sufficient time to confirm, order and
receive the appropriate connection fittings without delaying construction.
3 Any re-work resulting from the Contractors’ failure to locate and identify
services shall be undertaken at the Contractors’ cost.
16.1 GENERAL
Add the following clauses to QCS 2014 Section 1 Part 16 clause 16.1
1 Upon approval from Engineer’s representative on any road closure for the
purpose of carrying out the Works of Public Works Authority, the Contractor shall
place sufficient notification to the general public in local newspapers both in
Arabic and English languages at least one (1) week prior to the road closure. The
contents of notification shall be approved by the Engineer and the extent shall not
be less than a quarter of the standard size page of a reputed local newspaper. In
order to evident the notification the Contractor shall submit to the Engineer a copy
as appeared on the newspaper on the same day of the notification.
6 In addition to QCS, a set of guidelines has been prepared and included in the
Tender Documents, to be taken into account by the Contractor while preparing the
“Work schedules” in order to minimize the impact on traffic and residents. They
include the following:
Closures must never exceed one block between two intersections and must
never occur at the same time on two parallel roads.
Excavation works at the street corners shall be conducted ensuring safety and
visibility for turning vehicles.
Works should be preferably carried out on different fronts to prevent any major
traffic problems.
Road signs shall comply with the standards required by the concerned
authorities; however any special road sign is necessarily subject to their prior
approval.
A Detailed road inventory and traffic information will be included in the Tender
Documents, as well as guidelines and specific requirements to be complied with
by the Contractor.
That target can only be achieved by fixing clear guidelines to be observed by each
contractor in preparing his Work Schedule and, subsequently, to ensure that the
Traffic Management Expert will analyze the schedules in depth as explained
below and, in close collaboration with the local authorities, avoid or at least keep
to a minimum the interferences among the works in adjacent zones.
Based on the data and measurement that will be carried out in the field, an
inventory table, shall be prepared by the Contractor which will include the list of
data/information for each uniform segment of relevant roads and streets when a
road presents different features along its alignment it shall be broken down into
segments of uniform characteristics:
The Contractor shall have full responsibility on the acquisition of all data relevant
to all the features of the road network as well as for obtaining all necessary
information and for its interpretation.
Traffic Survey
A traffic survey shall be carried out by the Contractor after the award of Contract at
the main junctions of the road network in order to obtain the basic traffic pattern in
the project area. Detailed guidelines shall be prepared to be observed in the
execution of the survey. Based on the results of the survey the Consultant shall
prepare Traffic Diversion analysis.
The counts will be conducted for 12 continuous hours for 3 typical days of the week.
(i) To protect the public and enable them to pass the worksite safely.
IA 2016 C 121 G C2/14 May 2016
Construction of Foul Sewers For Various
Catchments Within Doha West (C821)
TECHNICAL SUBMISSION
SECTION C – Part 2 PROJECT SPECIFICATION
It is the responsibility of the Contractor to carry out the works and to ensure that
the traffic control devices are place and maintained, day and night, throughout
the duration of the works, to the requirements of the traffic control at roadworks
booklet and to satisfaction of the Traffic Police.
The control devices and procedures described must be used at all works,
regardless of their size or duration. It should be noted that these controls and
procedures are minimum requirements and that additional control may be
required at particularly hazardous sites.
The signing associated with roadworks must be instantly recognizable to the
driver and must guide traffic clearly and safely through the length of the works.
Where the works are within a Security Area, special conditions may be imposed
by the Security Authority.
Where the works are so extensive that a road must be closed to through traffic, a
traffic diversion must be design in conjunction with the Traffic Police. Diversion or
temporary directional signing must be provided, both in advance of the closure
and through the route of the diversion, as described in Section 8 of Traffic
Control at Roadworks booklet.
Where the works obstruct the footway or pavement, alternative routes must be
provided for pedestrians, as instructed in Section 5 of Traffic Control at
Roadworks booklet, to protect them from any hazard.
The use of any of the methods of traffic control suggested above, detailed in later
sections, must be agreed with the Traffic Police at an early stage in the planning
of the works.
All obstructions and excavations on or near the footway must be fenced off and
signed, for the protection of pedestrians.
Temporary footways must have a well maintained, level surface of at least 1.5
meters width and must be kept clear of materials, plant and debris at all times.
As previously stated, signs used at road works must be to the same standards as
permanent signs. The signs are therefore all to be found in the Qatar Traffic
Manual.
Each sign used by the Contractor must have his identity and the name of his
representative clearly marked on the reverse of the sign plate, together with day-
time and night-time telephone numbers which may be used in case of emergency.
The contractor shall base his costing on his proposed construction phasing taking
into account the constructability, efficiently of traffic flow and safety aspects of the
proposed phasing and should the Contractor wishes to vary the phasing to suit
the operations then he will be allowed to do so subject to the compliance with the
Traffic Signs and Manual Chapter 8 – Part 1 (2009 Edition) Traffic Safety
Measures & Signs for Roads and Temporary Situations (Highways Agency– UK).
19.1 GENERAL
19.1.1 Scope
19.12.1 Overview
1 It is the Contractors responsibility to liaise with utility owners and ascertain their
current requirements for working in the vicinity of their services.
2 The Contractor shall also comply with the following special requirements of utility
owners, in additional to their other standard requirements, for the constructed
works and method of working adjacent to their utilities. These special
requirements shall be regarded as being over and above other standard
requirements of the various utility companies. The following conditions may be
subject to addition and amendment by the utility owners.
1 Trial pit excavation shall be carried out to determine the location of existing
underground (QP) services.
2 A method statement for the Contractors pipe laying shall be submitted to QP for
review and approval prior to the commencement of excavation.
3 All works shall comply with QP Standard Specification and QCS.
4 Mechanical / hydraulic rock breakers shall not be used within three (3) meters of
QP pipelines.
5 The Contractor shall provide proper temporary supports and shoring for exposing
QP’s pipes.
6 No mechanical excavation (i.e. use of hand-held pneumatic jackhammers) is
permitted within one (1) meter of any underground services. For the use of
handheld pneumatic jackhammers for excavation 1m away from and below QP
Pipelines, QP Senior Operations Supervisor is to be contacted (tel. 4477 4830 or
4477 4246) regarding a permit to work.
A. Working Method
1 A safety clearance of 35.0m shall be maintained from existing EHV OHL pylons
(from nearest leg of pylon to the working area).
2 Prior to commencement of works R02 approval & Service Information Sheet (SIS)
approval must be obtained from QGEWC.
B. Equipment
Manufacturers of electrical equipment are required to complete a form confirming
that their equipment complies with QGEWC requirements.
A. Working Method
1 Trial holes and a physical survey shall be carried out by the Contractor to locate
the Q-Tel plant.
B. - Equipment
All telecommunications equipment and working methods must comply with Q-Tel
specification requirements. The Contractor will be deemed to have purchased a
current set of Q-Tels specification requirements in order to prepare and price his
tender.