You are on page 1of 30

APPENDIX A

APPENDIX A

SCOPE OF WORK AND SPECIFICATIONS

DOC. NO: 2398-9230

REV # 6

Page # 1 of 34

APPENDIX A

TABLE OF CONTENTS
1.0 1.1 1.2 1.3 INTRODUCTION .................................................................................................................. 5 Background ....................................................................................................................... 5 Project Description ............................................................................................................ 5 Project Objectives .............................................................................................................. 5

2.0 2.1 2.2 2.3 2.4 3.0

PHILOSOPHIES AND CONSTRAINTS ............................................................................. 6 Criticality and Availability ................................................................................................ 6 Existing Facilities .............................................................................................................. 6 Fire and Safety................................................................................................................... 6 Interface with other Projects .............................................................................................. 7 SCOPE OF WORK ................................................................................................................ 8 General .............................................................................................................................. 8 Site Survey and Geotechnical Investigation ...................................................................... 8 Procurement ....................................................................................................................... 9 Deliverables ....................................................................................................................... 9 Inspection and Testing..................................................................................................... 11 Construction .................................................................................................................... 11 General ............................................................................................................................ 11 Requirements ................................................................................................................... 11 Civil Road Construction ............................................................................................... 13 Civil Structural ............................................................................................................. 14 Civil Landscaping......................................................................................................... 14 Civil Irrigation Network ............................................................................................... 14 Electrical Street Lighting.............................................................................................. 15 Electrical HV & LV power supply ............................................................................... 15 Building Services for New Substations ........................................................................... 19 Commissioning ................................................................................................................ 21 Asset Capitilization Schedule (ACS) .............................................................................. 21 Health, Safety and Enviroment ....................................................................................... 21 General ............................................................................................................................ 21 H & S Plan (Construction) .............................................................................................. 22 Training ........................................................................................................................... 23 Safety Meetings ............................................................................................................... 23 Facilities .......................................................................................................................... 23 Audits .............................................................................................................................. 24 Permit to Work System (PTW) ....................................................................................... 24 Accident reporting ........................................................................................................... 24 Safety in Commissioning ................................................................................................ 24
REV # 6 Page # 2 of 34

3.1 3.2 3.3 3.4 3.5 3.6 3.6.1 3.6.2 3.6.3 3.6.4 3.6.5 3.6.6 3.6.7 3.6.8 3.6.9 3.6.10 3.6.11 3.6.12 3.6.12.1 3.6.12.2 3.6.12.3 3.6.12.4 3.6.12.5 3.6.12.6 3.6.12.7 3.6.12.8 3.6.12.9

DOC. NO: 2398-9230

APPENDIX A

3.6.12.10 Safety Equipment ............................................................................................................ 25 3.6.12.11 Safety Personnel .............................................................................................................. 25 3.6.12.12 Radioactive Materials...................................................................................................... 25 3.6.12.13 Construction Enviromental Management Plan (CEMP) ................................................. 25 3.6.12.14 Noise Control Measures .................................................................................................. 26 4.0 4.1 4.2 4.3 4.4 5.0 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 5.9 6.0 CODES, STANDARDS AND SPECIFICATIONS............................................................ 27 General ............................................................................................................................ 27 QP codes and standards ................................................................................................... 27 Qatar National Standards and Codes of Practice............................................................. 28 International Standards and Codes of Practice ................................................................ 28 GENERAL AND ADMINISTRATION REQUIEREMENTS ......................................... 30 Temporary Works for the Protection of Persons and Property (QP SSCW 1.1.5).......... 30 Advertising and Notice Boards (QP SSCW 1.19) ......................................................... 30 Photographs (QP SSCW 1.20) ...................................................................................... 30 Traffic Safety and Control (QP SSCW1.20) ................................................................. 30 Notice of Operation (QP SSCW 1.28) .......................................................................... 31 Prefered Vendor List ....................................................................................................... 31 As-Built Drawings (QP SSCW 1.31) ............................................................................ 31 Testing and Commissioning ............................................................................................ 31 Project Dossier ................................................................................................................ 32 SPECIFICATIONS .............................................................................................................. 33

7.0

ATTACHMENTS ................................................................................................................. 34 Attachment 1 - Environmental Data ................................................................................ 34 Attachment 2 - Prefferred Vendors List .......................................................................... 34 Attachment 3 - Quality Requirements for Projects QSP-QC-09 .................................... 34 Attachment 4 - Project Sign Board .................................................................................. 34 Attachemnt 5 - Topographical Survey Report ................................................................ 34 Attachment 6 - Geotechnical Investigation Report ......................................................... 34 Attachment 7 - Compilation of Project Dossiers ES.0.60021 ..................................... 34 Attachment 8 - QCS 2007 Standards............................................................................ 34

DOC. NO: 2398-9230

REV # 6

Page # 3 of 34

APPENDIX A

Abbreviations & Acronyms

AFC ANSI API ASHGAL BS DMC DOMB DPDP EPIC ISO KARHAMAA MMAA Project QCS QHDM QND QNG QP QPAA QTM QSM R\A SAT SCADA SCENR SI STA TCC TDR Vendor WBS

Approved for Construction American National Standards Institute American Petroleum Institute Qatar Public Works Authority British Standard Dukhan Medical Centre Dukhan Operations Management Building Dukhan Physical Development Plan Engineering, Procurement, Installation and Commissioning International Standards Organization Qatar General Electricity and Water Company Ministry of Municipal Affairs and Agriculture (Qatar) Refers to the WORK Qatar Construction Specification Qatar Highway Design Manual Qatar National Datum Qatar National Grid Qatar Petroleum Qatar Petroleum Administration Area Qatar Traffic Manual Qatar Survey Manual Round about Site Acceptance Test Supervisory Control and Data Acquisition Supreme Council for the Environmental protection and Natural Reserves International Metric System Road Stationing (m) Technical Co-ordinator Civil/Infrastructure (Dukhan) Technical Document Register Supplier or Manufacturer refers to SUBCONTRACTOR Work Breakdown Structure

DOC. NO: 2398-9230

REV # 6

Page # 4 of 34

APPENDIX A

1.

INTRODUCTION BACKGROUND The Dukhan Fields approximately covers an area of 767 Km stretching north to south and east to west about 80 and 17 Km respectively. It comprises of oil and gas facilities and their supporting infrastructures and services. These services are connected with a dual carriage way spine for ease of traffic movement. It is essential to upgrade the existing roads to link proposed new installations to complete the Dukhan road network in order to facilitate accessibility as well as timely emergency response. Dukhan Physical Development Plan (DPDP) was prepared with a primary objective to develop a 20-year physical development plan for both the QP concession area and the Dukhan Township. The objective is to control, contain and properly plan the future growth and spatial framework of all settlement within the area inclusive of social, economic, recreational and other aspects of the built environment. In line with DPDP implementation plan, Phases I,IV,V,VII of the Dukhan Housing project are either completed or under implementation. These project phases are to be developed along the spine road connecting QP staff accommodation R/A NO. 1 to R/A near Dukhan Operations Management Building (DOMB). The total number of housing units is approximately 1680 to accommodate about 800 families and 880 bachelors. Likewise, the new DOMB has been completed and is operational. It accommodates about 600 personnel. Due to these facilities, there will be substantial increase in the traffic on these roads. Hence, there is a critical need to upgrade the existing roads to cope with increased traffic.

1.1

1.2

PROJECT DESCRIPTION The WORK for this CONTRACT shall comprise the construction of the following: 1.2.1 New Road between QPAA R/A to Khattiyah North with approximate length of 6.50 km 1.2.2 Road upgrades from QP staff accommodation R/A No. 1 to DOMB Gate No.2. with approximate length of 1.50 km 1.2.3 New road junction from Dukhan Medical Centre Road to Dukhan Cinema Car Park.

1.3

PROJECT OBJECTIVES The main objectives of the project are to provide the following: 1.3.1 To facilitate access to QP installations lying North West of the Dukhan Town ship (Khattiyah North Area) for fire fighting vehicles as well as day-to-day maintenance operations. 1.3.2 To upgrade the existing road from QP staff accommodation R/A No. 1 to R/A near DOMB to cater to the increased traffic that plies along this road. 1.3.3 To facilitate access between Dukhan Medical Centre Road to Dukhan Cinema Car Park.

DOC. NO: 2398-9230

REV # 6

Page # 5 of 34

APPENDIX A

2.

PHILOSOPHIES AND CONSTRAINTS

2.1

CRITICALITY AND AVAILABILITY The WORK shall be planned so that access is maintained at a level consistent with the operational requirements of the existing facilities, which include all QP and other public facilities that the road network is serving. Two-way flow of traffic must be maintained at all times.

2.2

EXISTING FACILITIES

2.2.1. Existing services within the WORKSITE are indicated on the CONTRACT drawings and CONTRACTOR shall verify these arrangements in accordance with the CONTRACT Specifications. No services have been made available for the CONTRACTORs use. CONTRACTOR shall comply with the requirements of the Specification in obtaining the use of any such services. 2.2.2. Roads being constructed under this CONTRACTt must interface with the existing carriageways. Temporary access details are required to maintain two-way flow of traffic consistent with the operational requirements of the existing facilities. CONTRACTOR shall therefore be responsible for developing fully integrated details for this provisional access, which are to remain in use until permanent links with the surrounding road network are properly established. The provision of temporary accesses shall be to the approval of QP. All temporary roads are to be asphalted. 2.2.3. The extension of existing pipeline culverts and provision of new culverts to existing pipelines shall be undertaken in strict compliance with QP requirements. The QP Permit to Work system is to be complied with at all times. 2.2.4. CONTRACTOR shall allow access to QP to inspect and ascertain the condition of the existing pipelines and pipeline culverts and where deemed necessary, allow QP site access for repairs. 2.2.5. Protection of existing utilities and services shall be strictly in accordance with service authority and QP requirements.

2.3

FIRE AND SAFETY

The fire and safety philosophy shall be based on the requirements of QP fire and safety philosophy, QP-PHL-S-001. 2.3.1. CONTRACTOR shall comply with QPs Contractor Safety Regulations and apply the Loss Prevention Report 2398 7600 requirements also QPs Permit to Work system shall be applied.

2.3.2. CONTRACTOR shall take note that Numerous product pipelines are located throughout the project area, both buried and supported above ground. The safety of all pipelines and other equipment along the road and junctions shall be ensured against accidental collision or damage arising from the WORK or road use, by the use of appropriate safety barriers. The type, location and extent of the safety barriers shall be subject to QP review and approval prior to opening vehicle accesses or undertaking any works in the vicinity of pipelines. 2.3.3. CONTRACTOR shall carry out the WORK in such a way as to ensure that the integrity of the area security fencing is maintained and shall accordingly liaise closely with Dukhan Security in this matter.

DOC. NO: 2398-9230

REV # 6

Page # 6 of 34

APPENDIX A

2.3.4. CONTRACTOR shall be aware of other Contractors working in the area and maintain full liaison at all times. CONTRACTOR shall take extra precautions for any demolition \ construction works near by the pipelines and he must notify QP and Dukhan field operation prior execute any work on the WORSITE. 2.4
INTERFACE WITH OTHER PROJECTS

2.4.1 Projects/ Contracts being planned or executed by others may have an impact on this Scope of Work. CONTRACTOR shall take due consideration of these Projects/ Contracts and liaise with TCC(D) in identifying these projects/contracts and any other Projects/Contracts that may have an impact on this Scope of Work.

2.4.2 The Projects/ Contracts are the following: 2.4.2.1 Dukhan pipelines and oil & gas infrastructure development by Oil and Gas Production Operations Dukhan. 2.4.2.2 GTC 05/254/ED & GTC 06/224/ED On going roads and civil infrastructure development within Dukhan township. 2.4.2.3 Dukhan Physical Development Plan. 2.4.2.4 GTC 07/169/ED - Construction of roads and landscaping in Dukhan Fields. 2.4.2.5 GT08114600 - Construction of TSE Pipeline from STP to Dukhan Township 2.4.2.6 GC07101200 - Dukhan Community College 2.4.2.7 GC091099A0 - Irrigation and Landscape maintenance at QP Dukhan area.

DOC. NO: 2398-9230

REV # 6

Page # 7 of 34

APPENDIX A

3.

SCOPE OF WORK GENERAL The WORK under this CONTRACTt is the construction of the following: 3.1.1 New Road between QPAA R/A to North road with length of 6.50 km including the protection of all existing pipelines crossings and provide a storm drainage and street lighting systems for the road. The road will be operated as two lane two-way road connecting the Dukhan township with Khattiyah North area and facilitate the fire trucks access to QP gas fields. 3.1.2 Road duelling from QP staff accommodation R/A No.1 to DOM Gate No.2 with approximate length of 1.5 km & pavement width of 7.50m including storm drainage, street lighting & landscape and irrigation. The upgraded road will be operated as dual carriageway with internal median of 2.00m to accommodate the expected traffic volume increase on this main road inside Dukhan Township. 3.1.3 New road junction from Dukhan Medical Centre Road to Dukhan Cinema Car Park which will be a simple at-grade T intersection supported with acceleration and deceleration lanes to prevent and disturbance to the through traffic on the medical centre road. 3.1.4 CONTRACTOR main activities shall include, but not limited to, the following: 1. Roads and Pavement including Marking and Traffic signs. 2. Side slope protection at the culvert crossing locations including the installation of crash barriers. 3. Pipelines Crossing culverts to protect all the existing pipelines. 4. Storm Drainage culverts. 5. Street lighting with two Electrical substation buildings along the 6.50 km road connected to the HV network. 6. Extension of existing 11KV switchboard (Tag No. 5K-SB-0001-01) located in the electrical substation No. (5k-SS-0001) with two new feeder cubicles. 7. Installation of two metering panels, as shown on the drawings. 8. Street lighting for road from QP staff accommodation R/A No.1 to DOMB Gate No.2 (1.50 km length) and installation of new feeder pillar. 9. Landscape / Hardscape 10. Irrigation network connected to existing TSE irrigation network. 11. Limited Demolition (as needed) of existing landscape along 1.50km of the road inside the township to provide the proposed road duelling.

3.1

3.2

SITE SURVEY AND GEOTECHNICAL INVESTIGATION

3.2.1. Soil Report Reference: Where required, the soil report shall be made available by QP to the CONTRACTOR or for reference and verification purposes. The report is issued purely for information purpose, without any warranty to the correctness of the information.

DOC. NO: 2398-9230

REV # 6

Page # 8 of 34

APPENDIX A

3.2.2. The CONTRACTOR shall carry out his own soil investigation and the topographic survey at the WORKSITE, which, together with other supplemental data before commencement of WORK and as may be required by QP, shall form part of the final Soil Investigation Report. CONTRACTOR shall inform QP of any discrepancy between the reference soil report issued by QP and the final Soil Investigation Report, if any. 3.2.3. CONTRACTOR shall be deemed to have satisfied himself with regard to all ground conditions and any other similar matter concerning this Part, and include in the CONTRACT PRICE accordingly all works required. No claim for additional payment or extension of time shall be considered or admitted arising from CONTRACTORs failure to do so. 3.3
PROCUREMENT

3.3.1 CONTRACTOR shall procure all materials and goods required for the construction of the road and infrastructure as specified in the CONTRACT and he must ensure utilization of national products and construction materials (refer to Attachment No.2 for the list of Vendors/Supplier approved by QP). 3.3.2 The quality of materials and goods requirements as well as material/equipment procurement activities by CONTRACTOR shall conform fully to the requirements of QPs Corporate Standard in accordance with QP-STD-Q-003. 3.3.3 Use of National cement and steel products 1. CONTRACTOR shall use the materials manufactured by the Qatar National Cement Company (QNCC), provided that QNCC materials shall meet the requirements of this Appendix A and SCHEDULED COMPLETION DATE(S). CONTRACTOR shall use and purchase from within the State of Qatar the materials manufactured by Qatar Steel Company (QASCO), provided QASCO materials shall meet the requirements of this Appendix A and SCHEDULED COMPLETION DATE. Additionally, CONTRACTOR shall cut, bent or shape all QASCO steel reinforcement used in the WORK within the State of Qatar

2.

3.4

DELIVERABLES CONTRACTOR shall submit the following deliverables for QP approvals during the work: 3.4.1. Detailed CONTRACT EXECUTION PROGRAM and time schedule including but not limited to the following functions to be undertaken: 1. Identification of all significant Milestones and interface activities within the project. 2. Allowable times to be utilized by the CONTRACTOR to work near the operated pipelines with Dukhan Field Operations approval. 3. The Analysis and Identification of CONTRACTORs basic activities, including significant milestones through an agreed Work Breakdown Structure (WBS). 4. The progress monitoring of these activities through the use of bar charts, progress curves, histograms and follow-up tables. 5. Continuous comparison of current, target, forecast and actual data 6. The prompt identification of delay (Forecast delays), and where necessary, actions required to implement corrective measures to recover any slippage.

DOC. NO: 2398-9230

REV # 6

Page # 9 of 34

APPENDIX A

7. Weekly and monthly updates shall be implemented to the planning and progress package including the measurement activities of CONTRACTOR, which shall be performed in such a way that QP can monitor these aspects and integrate them within its own overall Project Control System. 3.4.2. Detailed organization chart, the key persons experience with man load diagram and fill list of equipment. 3.4.3. All the documents required to obtain the permit to work (PTW) or other security access for the CONTRACTOR staff and equipment. 3.4.4. Traffic detour plans including the maintenance procedures of any temporary access/traffic diversions prior commencement any work on the site. 3.4.5. Detailed plan for CONTRACTORs temporary facilities area including the arrangement of CONTRACTOR offices area, construction raw materials storage yard, material laboratories,...etc. 3.4.6. Method statements for all construction activities for QP approval prior commencement any work on the WORKSITE. The method statement shall include but not limited to the following: 1. 2. General description of the WORK and methodology of how it will be carried out safely. Risk assessment, which identifies hazards and includes risk mitigation measures for each item of the WORK, safety barriers and the requirement to provide fire precautions, rescue plan and Assessment of potential risks to the environment and associated mitigation measures. Details of the availability of necessary resources (labour, plant, materials, etc.) to complete the WORK. Programme showing start and completion dates and periods for all activities including temporary works, and the works overall. For demolition, detailed methodology for any existing culverts, road, landscape elements (Palms, trees, interlock, ..etc) and lighting poles shall be submitted to be reviewed and approved by QP & Dukhan Field Operation.

3. 4. 5.

3.4.7. CONTRACTOR shall submit a sample of traffic signs, road studs, kerbstones, interlock tiles, lighting poles, ..etc for QP approval prior any purchasing and he must ensure that the used materials are similar to that already installed on WORKSITE. The submitted samples shall include Part(s) of the Works for which offered, Specification Section, Part and applicable Paragraph numbers, Supplier/manufacturer, Product identification & trade name. Samples shall be accompanied by an approved transmittal form along with specifications and other pertinent data required for the Engineer to determine that the material conforms to the requirements of the Specification. CONTRACTOR shall submit manufacturer's certificates indicating that test results, component manufacture or installation complies with the requirements of the Specification. Manufacturer's Guarantees and Warrantees shall be submitted prior to final acceptance.

DOC. NO: 2398-9230

REV # 6

Page # 10 of 34

APPENDIX A

3.4.8. Updated survey drawings / report (included in Attachment 5) to record any updates for the site conditions and compare the same with the survey drawings included in the CONTRACT. 3.4.9. Detailed geotechnical investigations for the roads, culverts locations and substation. CONTRACTOR shall amend Geotechnical Investigation report attached with the contract (refer Attachment 6) to include additional detailed investigation. 3.4.10. Shop drawings for the new constructed culverts based on the standard drawings and calculations included in the CONTRACT documents. 3.4.11. As-built drawings for all project constructed component. 3.4.12. Health & Safety, Environment & Sustainability Regulations and Requirements. 3.4.13. Environmental protection procedures including details for the available location that the CONTRACTOR shall use for the site disposal to be verified and approved by QP. 3.4.14. Quality assurance and quality plan for the executed works. 3.4.15. Weekly and monthly progress report supported with progress photographs for the construction activities. 3.4.16. CONTRACTOR shall submit for QP approval, vendor documents/drawings for electrical equipments (transformers, 11KV panels, ..etc)

3.5

INSPECTION AND TESTING The inspection and testing of all materials and goods is to be in accordance with the CONTRACT Specification. FAT (Factory Acceptance Test) shall be performed for all major electrical equipments (transformers, 11kv panels,..etc.) with QP in attendance.

3.6

CONSTRUCTION

3.6.1 GENERAL The principal elements of the WORK to be undertaken by the CONTRACTOR shall include, but not limited to, the following items. 3.6.2 REQUIREMENTS

The extent of the WORK is shown on the CONTRACT drawings and generally comprises the following:
3.6.2.1 General: 1. CONTRACTOR shall undertake full testing of existing formation to verify conformance with specifications and drawings prior to embankments / road construction. Similar conformance testing shall also be undertaken for the sub-grade of all new roads, upgraded roads & structures.

DOC. NO: 2398-9230

REV # 6

Page # 11 of 34

APPENDIX A

2. CONTRACTOR shall verify the topographical survey data provided within the CONTRACT documents to ensure that there is no major updates occurred on the site during the time between the initial site survey and the WORKSITE condition just before the construction start, this subject shall be reviewed and approved by QP 3. CONTRACTOR has to submit the traffic detour plans which will be used during the construction to be approved by QP, these plans shall indicate the CONTRACTOR laydown area and the temporary facilities arrangements as well. 3.6.2.2 New Road between QPAA R/A to Khattiyah North: 1. Construction of 6.50 km asphalt road with pavement width of 8.00m supported with 3.00m unpaved shoulder from each side and embankment side slope shall be 3HZ : 1Vl. 2. Applying pavement marking, rumbled strips and installation of traffic signs. 3. Street lighting including lighting poles, feeder pillars, power supplies to feeder pillars, cabling and all works necessary to provide low voltage supply to lighting feeder pillars. 4. Construction of two substation buildings and connect it with the existing High Voltage network at the locations shown on the contract drawings. 5. Construction of 24 pipelines crossing culverts, two spare pipelines crossing culverts and 14 storm drainage culverts at the shown locations on the contract drawings. CONTRACTOR shall submit the detailed design drawings for each culverts based on the standard drawings provided on the contract drawings for QP approval. 6. Grading works and bed protection using Gabions for the storm drainage culverts outlets. 3.4.17. S ide slope protection using pitching for the road edges at the culvert locations to ensure the stability of the soil at the pipelines crossing locations including the installation of the road crash barriers (type: Tensioned Corrugated Beam) at the critical locations. 3.4.18. I nstallation of spare duct banks at all roads intersections for future extension and cables crossing purposes as shown on the drawings. 3.4.19. D emolition of two existing pipelines crossing culverts with great respect and extra precautions for the existing pipelines during the demolition which shall be executed under QP instructions and Dukhan Field Operations supervision. 3.4.20. D emolition of asphalt layers at the start and end stations of the road to allow the proposed tie-in. 3.6.2.3 Road duelling from QP staff accommodation R/A to DOMB Gate No.(2): 1. Improvement of current single carriage Road to be a duel carriage way Road by construction of 7.50m Asphalt pavement t width with internal planted median of 2.00m to upgrade the current road into a duel carriageway road. 2. Construction of new sidewalk with width of 1.50m at the enlarged side of the road duelling, the sidewalk will be interlock tiles with a pattern similar to the existing one.

DOC. NO: 2398-9230

REV # 6

Page # 12 of 34

APPENDIX A

3. Construction of three Roundabouts: RA-01, inner radius of 12.00m, intersected with Housing Phase V & IV access Road RA-02, inner radius of 13.50m, intersected with Housing Phase I & VII access Road RA-03, inner radius of 13.50m, intersected with Housing Phase I & IX access Road The three roundabouts have a pavement width of 8.00m. Landscape, plantation and High Mast lighting poles are provided at the centre of these Roundabouts. 4. Construction of landscape and flower boxes using similar plantation type and criteria to match the existing landscape of the road. 5. Installation of irrigation network connected to existing TSE network. CONTRACTOR shall verify the working pressure (Head) at the Tie in point, reRouting of existing irrigation system and to handovers all the dismantled irrigation materials from demolished soft-landscaped areas. 6. Street lighting including lighting poles, installation of high-mast at the roundabouts, feeder pillars, power supplies to feeder pillars, cabling and all works necessary to provide low voltage supply to lighting feeder pillars. 7. Installation of spare duct banks at all roads intersections for future extension and cables crossing purposes as shown on the drawings. 8. Applying pavement marking, rumbled strips and installation of traffic signs. 9. Demolition of the necessary parts and segments of the current landscape at the enlargement side of the road, which deemed to be essential to provide adequate space for the proposed road enlargement under Dukhan Field Operation instructions. 10. CONTRACTOR shall consider removing the existing landscape elements (trees, palm & interlock tiles) in good conditions and utilize it again in the proposed facilities or replanted to other locations within Dukhan township under QP and Dukhan fields Operation instructions.

3.6.2.4 New road junction from Dukhan Medical Centre Road to Dukhan Cinema Car Park: 1. Construction of simple at-grade T intersection and the supported acceleration (taper type) including required pavement markings and traffic signs. 2. Construction of landscape and flower boxes using similar plantation type and criteria to match the existing landscape of the road including the required irrigation network which will be connected to the existing irrigation network. 3. Demolition of the necessary parts of the current sidewalk at the intersection location to provide adequate space for the proposed T intersection. 4. CONTRACTOR shall consider utilizing the landscape elements (trees, palm & interlock tiles) which are in good conditions the proposed facilities. 3.6.3 CIVIL - ROAD CONSTRUCTION CONTRACTOR shall perform all necessary work as per QP standards and other standards approved by QP, to provide the civil work, as indicated on the CONTRACT Drawings. The Road Pavement construction depths for the civil work requirement shall be:

DOC. NO: 2398-9230

REV # 6

Page # 13 of 34

APPENDIX A

Wearing Course SC Type 1 Base Course BC Type 1 Granular base Class B Subgrade

40mm 100mm 200mm 300mm

Additional civil work requirements to the road pavement, shall include, but not be limited to, the following: 1. Scarify, grade and compaction of formation fill prior to receipt of fill material 2. Provision and laying and compacting of fill material. 3. Provision and installation of side slopes protection using pitching. 4. Provision and laying of kerbstones. 5. Provision and laying of block paving. 6. Provision and installation of road markings and traffic signs. 7. Provision and erection of crash barriers and security fencing. 8. Provision and construction of surface water drainage. i.e culverts, soakaways, gullies and connections complete. 9. Protection and diversion existing services. 10. Provision and laying of pipe/duct crossings. 11. Construction of culvert crossings. 12. Removal of existing carriageway construction, wearing course, base course, subbase and sub-grade to the depth required for the new road pavement construction as needed for the 1.50 km road duelling. 13. Provision for the construction of road link to access the new substation buildings with length of about 30m. 14. Site clearance 15. Tie in with all existing roads. 3.6.4 CIVIL STRUCTURAL CONTRACTOR shall perform all work as indicated on the CONTRACT Drawings and as specified and in accordance with QP standards and requirements, to construct new and extend existing pipeline culverts. The work shall be undertaken in strict compliance with QP requirements and to QP approval. Works shall include all associated earthworks, concrete, reinforcing, jointing, mountings and fixings, block walls and concrete protection and all other works required to provide complete finished structures. CONTRACTOR shall provide extra precautions during the execution of work at the pipelines locations under QP and Dukhan Field Operation instructions. Construction of two sub-stations along the 6.50km road and connect it with the existing high voltage network with following details: First Sub-Station (88-SS-2021), located at STA: 1+480 of the road Second Sub-Station (88-SS-2022), located at STA: 4+390 of the road The Sub-Station buildings have dimensions of 5.85m X 5.85m with
DOC. NO: 2398-9230 REV # 6 Page # 14 of 34

APPENDIX A

3.95m height including parapet. 3.6.5 CIVIL LANDSCAPING CONTRACTOR shall perform all works as indicated on the CONTRACT Drawings and as specified to provide comprehensive landscaping to all verges, medians, and roundabouts. All landscaping (i.e. paving, features, flagpoles, etc.), planting and associated irrigation system complete shall be undertaken by a specialist Landscaping SUBCONTRACTOR. The specialist SUBCONTRACTOR must be approved by QP and have proven experience in undertaking projects of a similar nature, magnitude and complexity in Qatar or the Gulf region. 3.6.6 CIVIL - IRRIGATION NETWORK CONTRACTOR shall perform all necessary works as per QP standards and other standards approved by QP, to provide the irrigation network. For areas planted with grass, it shall be irrigated using sprayer system according to the size of the area, for areas planted with ground cover it will be irrigated by drip system using inline drippers and on line dripper emitters for shrubs , for trees and palms it will be irrigated using bubblers connected to the drip system. The irrigation network shall include, but not be limited to, the following: 1. Provision and laying of pipes, pipe trenches and road crossings. 2. Distribution chambers. 3. Connecting the irrigation network to the existing TSE network. 4. Landscaping Piping and Appurtenances. 5. Field control Modules 3.6.7 ELECTRICAL STREET LIGHTING CONTRACTOR shall perform all necessary works as per QP standards and other standards approved by QP to provide a street lighting system to the road and junctions. The WORK shall include, but not be limited to, the following: 1. Installation of street lighting poles, high mast, pole assemblies and lanterns. 2. Provision and erection of feeder pillars and controllers. 3. Provision and laying of cables, cables protection sleeves and underground cables trenches. 4. Cable trenches and road crossings. 3.6.8 ELECTRICAL HV & LV POWER SUPPLY CONTRACTOR shall perform all necessary works as per QP standards and other standards approved by QP to provide power supplies up to the street lighting feeder pillars originate from specified sources with all necessary infrastructure and distribution works required to provide a point of supply. The WORK shall include, but not limited to the following:

DOC. NO: 2398-9230

REV # 6

Page # 15 of 34

APPENDIX A

3.6.8.1 Road upgrade between QPAA R/A to Khattiyah North with length of 6.50 km 1. Construction of two new sub-stations (88-SS-2021) & (88-SS-2022) with the electrical equipment. 2. Procurement and installation of cables from transformers to feeder pillars including all jointing, termination and testing.

3. The existing 11KV switchboard (Tag No. 5K-SB-0001-01) located in electrical substation No. (5k-SS-0001), will be extended by 2 feeders panel at LHS of the existing 11KV switchgear by the same manufacture, or approved equal, and matched the existing one in all respects as shown on CONTRACT drawings. The existing 11 KV switchboard (Tag No. 5K-SB-0001-01) criteria: Make-Merlin & Gerin, MCSET, SR No. CF 1110531065. 4. Procurement and installation of two new energy metering panels added to the 2 new outgoing feeders similar to the existing one, or approved equal, which has the following criteria: Manufacturer name: ION Meter, Schneider Make with 5MB logging memory, 8DI, 3 DO, 10 Base T Ethernet & RS 485 communication ports, IP42 . Product number: part no M7550A0A0E0B5C1A0A For Data sheets refer to Doc. No.: 2398-4190 5. Protection and measurements of the 2 new outgoing feeders shall follow the same scheme of the existing outgoing feeders which shown on the protection & metering diagram as per drawing DSFG5K-2-56-001. 6. CONTRACTOR shall check and modify the necessary I\O channels in the existing SCADA PLC cabinet (Item No. 5K-SC-0001) to accommodate the new field devices with reference to the existing I\O schedule SCADA system shown on Doc. No. DSFG5K-4-30-0002. 7. CONTRACTOR shall provide all necessary telecommunications cables between the two new metering panels and the existing SCADA. 8. CONTRACTOR Scope of Works shall include all the lightning arrangements and details shown on drawing 2398-4038.
9. CONTRACTOR shall undertake reviews of manufacturers shop drawings and vendors documentation, for all electrical equipment and materials. Vendor drawings shall be submitted for QP approval. CONTRACTOR shall submit for approval also, Material submittals for all electrical equipment and materials.

10. CONTRACTOR shall submit for QP approval, Inspection and test plans, FAT and SAT procedures for all electrical equipment. 11. CONTRACTOR shall identify the shut down requirements. In order to minimize the outage of the power supply to others, a detailed shut down schedule shall be prepared and submitted by CONTRACTOR for QP approval.

3.6.8.2 Road upgrade from QP staff accommodation R/A NO. 1 to DOMB Gate No.2 1. Demolition of existing feeder pillar no. (88-DB-710-03) located on existing substation No. (88-SS-710) & demolition of existing feeder pillar no. (88-DB-72004) located on existing substation No. (88-SS-720) as shown on drawing 23984033. All demolished parts & cables shall be handed over to QP. 2. Procurement & Installation of new feeder pillar (88-FP-1912) located on existing substation (88-SS-720), panel (88-SMB-720-6), tie in shall utilize the breaker used for existing street lighting poles and Substitution of the existing MCCB 63A with MCCB 100A as shown on drawing 2398-4033.
DOC. NO: 2398-9230 REV # 6 Page # 16 of 34

APPENDIX A

3.6.9 BUILDING SERVICES FOR NEW SUBSTATIONS Construction of two sub-stations along the 6.50km road with the following details: First Sub-Station (88-SS-2021), located at STA: 1+480 of the road Second Sub-Station (88-SS-2022), located at STA: 4+390 of the road The Sub-Station building have dimensions of 5.85m X 5.85m with 3.95m height including parapet, CONTRACTOR shall include the required Building Services within his Scope of Work as follows:
3.6.9.1 Architectural:

1. The Internal walls shall be fair faced concrete to receive oil paint, the external walls shall be textured paint on cement plaster, the ceiling shall be fair faced concrete soffit to receive non-drip texture paint while the building floor shall have 100mm gravel finish outside the oil collection pit perimeter. 2. One double leaf aluminum louvered door with sandwich panel 2.50m height and 2.50m width shall be installed at the building entrance while Claustra wall (250X250X100 mm) shall be used at the other three sides of the substation building as per the arrangements shown on drawing 2398-3471. 3. Building Roof finishes shall be gravel 50mm thickness placed on sloped concrete with 100mm thickness to provide desirable roof drain distributed on two locations via 75mm rain water stack, cast iron freely discharge at 200mm above finished ground level as per detail (D1) shown on drawing 2398-3471.
4. The substation entrance will be connected to the outer road via concrete ramp with

slope 10:1 and width of 3.00m also transformer guide rails shall be used for the transformer installation purposes.
3.6.9.2 Civil \ Structural:

1. Civil Construction shall comply with the Structure details and reinforcement arrangement shown on drawing 2398-3470 and to be considered that the structural concrete shall be of OPC type with min. Grade of C35/20 while the blinding concrete shall be of SRC type with min. Grade of C15/20. 2. Oil catchment pit with depth of 800mm filled with gravel shall be constructed around the transformer plinth to collect any seepage and divert it to the oil collection pit (manhole) outside the substation building as per the arrangement. 3. Two earth pits will be constructed outside the substations as per the dimensions and details.
3.6.9.3 Electrical:

1. Supply and installation of all equipments and electrical features including lighting fittings, socket outlets, HV cables, LV cables and PVC conduit pipes. 2. Supply and installation of earthing system including earthing cables, conductors, earthing rod, earthing bonds and wires.

DOC. NO: 2398-9230

REV # 6

Page # 17 of 34

APPENDIX A

3.6.9.4 Telecom & Loss Prevention:

Supply and installation of Automatic Fire Fighting system complying with NFPA 12 and as described on the Loss Prevention Philosophy 2398-7600, the system shall include the following: 1. CO2 cylinders permanently connected to fixed piping with fixed nozzles arranged to discharge the suppression agent within the building area and shall comply with NFPA 12. 2. Fire alarm system consist of fire extinguishing control panel, High sensitivity smoke detectors (HSSD) to give an alarm of a fire at an early stage, horn / strobe unit, manual alarm call point and monitoring modules. The alarm system shall be supplied power from the essential power supply and shall include battery backup with a dedicated battery charger. 3. The extinguishing control panel shall be connected to the Central Control Room (CCR) located on the main existing fire station near QPAA roundabout using Fiber Optic Links. 4. The substation building shall contain portable carbon dioxide fire extinguisher and fire blanket shall comply with NFPA 12 to assist people during normal routine / emergencies. 5. CONTRACTOR shall submit the fire fighting system shop drawings and the methodology including the system components supplier for QP approval prior commencement any construction or purchasing for the mentioned fire fighting system. 3.6.10 COMMISSIONING Ready to start-up certificates shall be issued by QP to certify that each units or systems, vendors and suppliers equipment or package has been satisfactorily commissioned and tested their operational and meeting performance guarantees. Any problems encountered during commissioning phases shall be resolved by CONTRACTOR. CONTRACTOR shall maintain the FACILITY until successful commissioning and handover. As soon as any system or units are under commissioning or in operation, CONTRACTOR shall enforce an approved safe-system of work, which accommodates and interfaces with the other parties' safety requirements. 3.6.11 ASSET CAPITILIZATION SCHEDULE (ACS) CONTRACTOR shall produce and submit to QP before the SCHEDULE COMPLETION DATE, an Asset Capitalization Report. The purpose of the Capitalization of Assets is to have a detailed record of all significant items or assets that are created or modified in the Project along with their value. The CONTRACTOR shall provide this detailed list identifying every major stand-alone asset created or modified and the total cost (direct & allocated) for each such item. Prior to COMPLETION, CONTRACTOR shall finalize the Asset Capitalization Schedule, which details the QP assets (movable and immovable) generated/replaced during the performance of the CONTRACT. The assets shall be classified mainly under three categories: (i) Asset class/sub-class, (ii) Asset location/area, and (iii) Asset tag
DOC. NO: 2398-9230 REV # 6 Page # 18 of 34

APPENDIX A

number. An un-priced form of Preliminary Asset Capitalization Schedule (PACS), enclosed as Exhibit 17 to the Appendix A1 which shows the minimum level of asset classification details required by QP. CONTRACTOR acknowledges and accepts: i. He has fully understood the level of classification of assets required by QP, the information and supporting documents that it shall be required to provide throughout the term of the CONTRACT for finalizing the ACS. He has examined and understood the PACS and has ensured that the total of the costs allocated/appropriated to all the assets reconciles with the CONTRACT PRICE.

ii.

During the term of the CONTRACT, using the PACS as a basis, CONTRACTOR shall develop the ACS by updating the same on regular basis on the actual QP assets generated during the performance of the CONTRACT, and on the actual costs to be allocated/appropriated to the assets, including collation of adequate and appropriate documents, and additional related information as required by QP. The ACS shall be deemed as final when QP REPRESENTATIVE is satisfied that the cost allocated to the assets truly reflects the actual costs of the assets, and the total of the costs allocated to the assets reconciles with the CONTRACT PRICE. CONTRACTOR to note that the final COMPLETION CERTIFICATE will not be issued without ACS submission and approval by QP.

3.6.12 HEALTH, SAFETY AND ENVIROMENT 3.6.12.1 GENERAL 1. CONTRACTOR shall construct the WORK in accordance with QP-PHL-S-001, related industrial city safety regulations and State of Qatar HSE requirements. 2. Maximum safety shall be the target during installation, commissioning, start-up and operation of the FACILITY. CONTRACTOR shall comply with the requirements of QP Safety Regulations for Contractors (QP-REG-S-001). CONTRACTOR shall be fully responsible for adherence to the safety requirements by its direct labour, SUBCONTRACTORs and vendors personnel. 3. CONTRACTOR shall provide complete details of their HSE organization chart at corporate level and project level clearly identifying the personnel. This shall be submitted immediately after the award of CONTRACT. 4. CONTRACTOR and key SUBCONTRACTOR shall have clearly defined HSE policy at corporate level and copy of the same shall be submitted along with the BID. 5. CONTRACTOR as minimum shall have project HSE manager and a safety officer and QP reserve the right to ask CONTRACTOR to employ more safety personnel based on the project magnitude. The HSE Manager shall have adequate qualifications and experience in handling all issues related to health, safety and environment. 6. CONTRACTOR key safety personnel shall have minimum 5 years experience in construction safety and should have worked in at least one similar project. Key safety personnel should preferably have undergone safety courses such as NEBOSHI or equivalent.

DOC. NO: 2398-9230

REV # 6

Page # 19 of 34

APPENDIX A

3.6.12.2 H & S PLAN (CONSTRUCTION) 1. Prior to commencement of any field activity, CONTRACTOR shall prepare a project specific HSE plan and submit to QP for review and approval at least one month before mobilization at work site. 2. While developing the plan, CONTRACTOR shall liaise the Gas Operations Fire and Safety Department and obtain necessary QP safety requirements. It shall as a minimum contain the following: 2.1 Policy and statement of commitment. 2.2 Corporate organization as well as project specific organization chart. 2.3 Legal Requirements/References. 2.4 Project specific HSE Organization Chart with names and contact numbers. 2.5 Brief Description of Construction stages. 2.6 Plot Plan showing location of project site, lay down area and access roads to project site. 2.7 Details on Temporary Facilities at worksite with Plot Plan. 2.8 Definition of roles and responsibilities of HSE personnel as well as connected management personnel. 2.9 Interfacing with QP HSE personnel and line management. 2.10 Procedures for reporting, training/induction, PTW. 2.11 Competency level and CVs of all project HSE personnel. 2.12 Procedure for SUBCONTRACTORS and their personnel. 2.13 Selection and control procedures for third parties. 2.14 Details on shift arrangements, working hours, personal protective gears and material safety datasheets and its control. 2.15 Emergency Response Plan. 2.16 Job Safety Analysis for all HSE critical activities based on project scope. 2.17 Safety Auditing procedure, schedule and recording. 2.18 List of method statements to be submitted for QP review and approval 2.19 Contractor site demobilization plan. 3.6.12.3 TRAINING 1. CONTRACTOR shall ensure that all labour, directly or indirectly employed by them have undergone necessary safety training as required by QP procedures as well as statutory requirements and shall provide records to substantiate the same. 2. BA/H2S course conducted by QP is mandatory for all personnel who are required in the field; CONTRACTOR shall give minimum two-week advance notice to QP with all relevant details of their personnel who are required to undergo the training. QP based on the overall training schedule will advise CONTRACTOR on timing.

3.6.12.4 SAFETY MEETINGS 1. CONTRACTOR shall arrange weekly toolbox/ safety meeting wherein job specific hazardous activities related either to the WORK scheduled or in progress shall be discussed and necessary measures for implementation shall be identified.
DOC. NO: 2398-9230 REV # 6 Page # 20 of 34

APPENDIX A

2. Independent of weekly toolbox meeting, before commencement of any new work at WORKSITE, toolbox meeting shall be conducted. 3. CONTRACTOR shall record all toolbox meetings and advise QP, in writing, of the safety topics discussed and numbers of attendees. 4. Safety Engineers/Officers, supervisors, new personnel who are being inducted for the specific work and where necessary site managers shall participate in the toolbox meetings. 5. CONTRACTOR shall inform the safety statistics to their employees periodically and shall notify QP in their weekly progress report. 6. Displaying the safety statistics on the site in English and Arabic shall be considered and QP may direct the CONTRACTOR do the same if considered necessary. 7. CONTRACTOR shall conduct senior level monthly Safety Management meetings and minutes of the meetings shall be submitted to QP for information. 3.6.12.5 FACILITIES CONTRACTOR shall, as minimum, provide the following facilities: 1. Transportation vehicles with standby arrangements. 2. Fire protection accessories. 3. First Aid accessories. 4. Communication facilities. 5. Adequate potable water. 6. Salt tablets/Glucose. 7. Rest sheds/tents where required. 8. Personal protection accessories such as helmet, overall, goggles, dust caps, masks, hand gloves, safety shoes etc. 9. Portable toxic gas detectors where required. 10. Safety signs in Arabic and English. 11. Recreation facilities for their staff. 12. Healthy and Hygienic mess. 3.6.12.6 AUDITS 1. CONTRACTOR shall provide adequate healthy and hygienic environment at the place of work and accommodation in CONTRACTORs camps and offices. 2. CON'TRACTORs premises including their messing facilities, food etc. shall be inspected, audited for safety and hygiene by a competent doctor and safety inspectors on a monthly basis and report submitted to QP. When necessary, QP shall also participate in all such audits. CONTRACTOR shall implement any recommendations arising out of such inspections.

3.6.12.7 PERMIT TO WORK SYSTEM (PTW) 1. CONTRACTOR shall comply with QP Work Permit Procedure as detailed in Safety Regulations for CONTRACTOR, wherever applicable.
DOC. NO: 2398-9230 REV # 6 Page # 21 of 34

APPENDIX A

2. CONTRACTOR shall adopt and apply the PTW system of QP in all QP restricted and unrestricted areas. 3. CONTRACTOR shall ensure that a work execution plan, method statement and approvals of third party like MoE, municipality, other ministry approvals, etc., shall be attached along with the permit. QP Construction and Safety team shall approve the PTW before submitting it to operational authority. 4. Prior to crossing any third party installation such as cables, pipes, high-tension overhead power lines, etc., permission shall be obtained from the necessary authorities and notification given to them at least two weeks in advance. 5. Where road deviations are required, all end users shall be informed two weeks in advance. Police permission and local authority permissions shall be taken for approval of detour roads and attached with the PTW. 3.6.12.8 ACCIDENT REPORTING 1. CONTRACTOR shall immediately report to QP any accident or near miss. 2. The actual reporting procedure shall comply with QP Safety Regulations for Contractors (QP-REG-S-001). 3. CONTRACTOR shall conduct a detailed investigation and identify any and all hazards that arise of any incident and submit to QP the intended corrective actions proposed. 4. Based on frequency of incidents, CONTRACTOR performance will be subject to review and where necessary work shall stopped until corrective measures are in place.

3.6.12.9 SAFETY IN COMMISSIONING Prior to opening for traffic, safety review shall be conducted at the time of COMPLETION of the road works. This shall consist of a verification audit and the requirements listed in QP-PHL-S-001.

3.6.12.10 SAFETY EQUIPMENT CONTRACTOR shall provide following minimum safety equipment to all personnel who are directly or indirectly under his control: 1. 2. 3. 4. All personal safety equipments as defined in QP Safety Regulations for Contractors (QP-REG-S-001). Portable toxic gas detectors and escape breathing apparatus of minimum 15 minutes for all personnel working near equipment containing toxic gas. All key site safety personnel and managers shall have mobile phones. Each Safety Supervisor/Officer shall have a transport allocated for his sole use.

3.6.12.11 SAFETY PERSONNEL CONTRACTOR shall identify and nominate adequate safety officers for each area where WORK would be carried out. QP reserves the right to instruct CONTRACTOR to employ more safety personnel if deemed necessary.
DOC. NO: 2398-9230 REV # 6 Page # 22 of 34

APPENDIX A

3.6.12.12 RADIO ACTIVE MATERIALS 1. All parties engaged in activities involving the use of radioactive sources/isotopes shall be licensed in accordance with Qatar Law No. 31 of 2002 concerning protection from radiation; CONTRACTOR shall familiarize himself with the provisions of the subject law and is responsible for obtaining the necessary licenses prescribed by law before commencement of the WORK. 2. CONTRACTOR shall ensure that such licenses are maintained throughout the duration of the CONTRACT and shall at all times comply with the requirements of the law. CONTRACTOR shall release, protect, indemnify, defend and hold harmless QP and its AFFILIATES, and its and their respective Officers, employees and agents from all claims, liabilities and legal action of every kind and nature resulting from CONTRACTORs failure to comply with the obligations set forth in this clause. CONSTRUCTION ENVIROMENTAL MANAGEMENT PLAN (CEMP)

3.

3.6.12.13 1.

CONTRACTOR shall ensure compliance to state environmental legislations, QP procedures and area specific environmental standards during the CONTRACT. CONTRACTOR shall liaise through QP Environmental Departments with MoE for necessary clearances and approvals. CONTRACTOR shall engage the services of a specialist consultant to prepare a project specific CEMP CONTRACTOR shall provide wastewater treatment/disposal systems for wastewater (oily water, hydro-test water, chemical wastewater) generated from plot areas of the WORKSITE during construction OR during de-oiling of pipelines, if applicable. CONTRACTOR shall propose method statements, work execution plan for treating and disposal of hydro-test water as per QP safety and environmental philosophy and shall take the approval of MoE for the design and construction of evaporation ponds and any other facilities needed to dispose of the hydro test water, CONTRACTOR shall ensure that the release of hydrocarbon products and their by products into the atmosphere or environment generally, shall be restricted by the procedures. CONTRACTOR shall ensure that the operating procedures emphasize the requirement to carefully handle all chemicals, such that spillage and operator contamination is avoided. In the event of any spillage, the procedures shall state the action to be taken to restore the site to its original uncontaminated condition. SHOC cards or posters shall be exhibited at locations of usage and shall be addressed in the CEMP,, Optional. The CEMP shall broadly comply with QP guidelines QP-GDL-V-002. This document shall be submitted to QP/MoE for review and approval at least two months before mobilization at worksite.

2. 3.

4.

5.

6.

7.

3.6.12.14 NOISE CONTROL MEASURES CONTRACTOR shall comply with the following criteria with respect to noise control, and shall ensure that all new facilities and equipment conform to the requirements:
DOC. NO: 2398-9230 REV # 6 Page # 23 of 34

APPENDIX A

1.

Noise control shall be considered as an essential feature in the design of the FACILITY and equipment. The sound pressure level shall not exceed 90 dBA (85 dBA maximum design basis over an 8 hour working day) as a general rule in work areas and 75 dBA at the inner edge of perimeter infrastructure roads. This shall be considered especially for flares and open relief valves if any. Work area is defined as any location, further than (one) meter from an equipment surface, which may reasonably be expected to be occupied by personnel for an extended period in the execution of their duties. Areas where it is not practical to comply with the work area sound pressure level limit using accepted noise abatement procedures but are intended for use as work areas shall require QP approval.

2.

3.

4. CODES, STANDARDS AND SPECIFICATIONS 4.1 GENERAL CONTRACTOR shall carryout the WORK in accordance with the CONTRACT and the latest revisions of all QP, and recognized National and International Codes of Practice, Standards and Specifications, together with all their addenda. The codes, standards and specifications to be followed are listed below. However, in the event of conflict between any of them the order of precedence shall be: 1. 2. 3. 4. Project Specifications QP Codes and standards Qatar National Standards and Codes of Practice International Standards and Codes of Practice

4.2 QP CODES AND STANDARDS ES-D-10 QP-PHL-S-001 QP-REG-S-001 QSP-QC-09 SPC-ENV-003 SPC-ENV-006 QP-STD-Q-003 QP-PHL-S-001 Electrical ES.E.040 ES.E.05.0001 ES.2.03.0001 ES.2.06.0001 ES.2.14.0010
DOC. NO: 2398-9230

Engineering Standard for Drafting QP Corporate Philosophy for Fire and Safety QP Safety Regulation for Contractors Quality Requirement for Projects Environmental Aspects and Impacts QP Specification for Environmental site selection and the Abandonment & Restoration of facilities Corporate Standard for Quality Requirements for Procurements of materials and Equipment QP Corporate Philosophy for Fire and Safety

Electrical Commissioning Manual Electrical Standing Instructions Electrical Engineering Philosophy Electrical Recommended Practices Installation HV Switch gear and Control Gear
REV # 6 Page # 24 of 34

APPENDIX A

ES.2.14.0015 ES.2.14.0020 ES.2.14.0070 ES.2.14.0074 ES.2.18.0001 ES.2.68.0001 ES.5.14.00.51 Q-SD-ITN-001 QP-SPC-L-002

LV Switch gear and Control Gear Liquid-Filled Transformers Electrical Power & Control Cables and cable Glands Electrical Bulk materials Safety Instructions Electrical, General Electrical Substation Layout Specification for Onshore Pipeline Construction Cabling Infrastructure Standard Specification for Painting and Wrapping metal surfaces

4.3 QATAR NATIONAL STANDARDS AND CODES OF PRACTICE 4.3.1 Qatar General Organization for Standards and Metrology 1. Qatar Construction Specifications (QCS) 2007 with respect to any subsequent amendment or circulars issued by Qatar General Organization for Standards and Metrology.

4.3.2

Ministry of Environment MoE 1. State of Qatar Environmental Protection Standards

4.3.3

Public works Authority (ASGHAL), including the previous Ministry of Municipal Affairs and Agriculture (MMAA) 1. 2. 3. 4. 5. Qatar Traffic Manual (QTM) Qatar Highway Design Manual (QHDM), Civil Engineering Department Qatar Survey Manual (QSM) Qatar Sewerage and Drainage design Manual, Volume (4) QT00129R12 Vol4, TSE 14 for Irrigation works.

4.3.3 Qatar General Electricity and Water corporation (Kahramaa)


1. 2. Water Supplies for Landscaping and Irrigation Guidelines Regulations for the installation of electrical equipment

4.4 INTERNATIONAL STANDARDS AND CODES OF PRACTICE 4.4.1 Civil/Structural BS 12 BS 648 BS 4449 BS 4466 BS 4483 BS 5930 BS 5975 BS 6031 BS 8004 Specifications for Portland Cement Schedule of Weight for Building Materials Hot Rolled Steel Bars for the Reinforcement of Concrete Scheduling, dimensioning, and cutting of steel reinforcement Steel Fabric for the reinforcement of Concrete Structural use for Site Investigations Code of Practice for Earthworks Code of Practice for Earthworks Code of Practice for Foundations

DOC. NO: 2398-9230

REV # 6

Page # 25 of 34

APPENDIX A

BS 8110 4.4.2 Electrical IEC 60034 IEC 60076 IEC 60331 IEC 60332 IEE 7671

Structural Use of Concrete

Rotating Electrical Machines Power Transformers Fire Resisting Characteristics of Electric Cables Tests on Electric Cables under Fire Conditions IEE Regulations for Electrical Installations

4.4.3

Loss Prevention NFPA 10 NFPA 12 NFPA 72 NFPA 101 NFPA 170 Portable Fire Extinguishers Standards on Carbon Dioxide Extinguishing Systems National Fire alarm code Life Safety Code Standards for Fire Safety and Emergency Symbols

4.4.4

Landscape and Irrigation Turf irrigation manual Landscape irrigation handbook manual

5. GENERAL AND ADMINSTRATION REQUIREMENTS CONTRACTOR shall comply with the relevant provisions of all codes, standards, and specifications that fall under the General Specifications hereinafter and General Condition of the CONTRACT. The following Clauses amplify the requirements and address particulars of application, where noted or are additional clauses as appropriate. The clauses also amend or amplify the General Requirements of Section 1 of the QP Standard Specification, Volume 1 Civil Works, 1991 (QP SSCW) where noted or are additional clauses as appropriate. CONTRACTOR shall comply to the Quality Requirement for Projects QSP-QC-09 included in Attachment No.3

5.1 Temporary Works for the Protection of Persons and Property (QP SSCW 1.1.5) Temporary hoardings shall include all the peripheral sides of the WORKSITE. The layout for the temporary WORKSITE hoardings and access gates referred to in QP SSCW 1.15.2 shall be submitted to QP for approval prior to their erection. 5.2 Advertising and Notice Boards (QP SSCW 1.19) CONTRACTOR shall supply and erect 4 Nos. Notice Boards to the satisfaction of QP. The location is to be finalized by QP. The board shall be securely fixed to scaffolding or timber

DOC. NO: 2398-9230

REV # 6

Page # 26 of 34

APPENDIX A

supports not carrying any other boards and erected approximately 1.5 m above ground level (refer to Attachment No.4 for a sample Sign Board). Minimum size shall be (3 x 3) m broken into 3 sections, each of which shall be (3m x 1m), the name-boards shall be finished to the satisfaction of QP and shall bear at least the required information in both Arabic and English script as follows: 1. Project Title 2. Name of Client 3. Name of CONTRACTOR On COMPLETION, the boards shall be removed and properly disposed off by CONTRACTOR. Details of any other or further name-boards or advertisement that CONTRACTOR may wish to erect on WORKSITE shall be submitted to QP for approval.

5.3 Photographs (QP SSCW 1.20) In order to maintain the necessary photographic record CONTRACTOR shall use QP approved studio to take photographs. Photographs shall be taken at monthly intervals, or as otherwise directed by QP. CONTRACTOR shall supply 2 No. prints together with the extreme digital copies of each photograph. All prints shall be 250 x 200 mm size on glossy paper in color. 5.4 Traffic Safety and Control (QP SSCW 1.26) Traffic Safety Measures / Signing shall be in accordance with the booklet produced by the Ministry of Public Works in co-operation with the State of Qatar Traffic police. Work Permit is to be obtained before any work takes place within the WORKSITE. 5.5 Notice of Operations (QP-SSCW 1.28) CONTRACTOR shall provide detailed Method Statements describing the works intended as and when required by QP. 5.6 Preferred Vendors List Preferred Vendors List is only a guideline for the CONTRACTOR. QP is not obliged to accept the materials if it does not fully comply with the Project Specification. However, the CONTRACTOR shall be deemed to have priced for the items as named in Specifications and not for any alternative from the Preferred Vendors List. CONTRACTOR shall follow approval from QP for any alternative products. 5.7 As-Built Drawings (QP-SSCW 1.31) Within one month of demobilization the CONTRACTOR shall submit to the QP, in respect of AS BUILT and AS INSTALLED drawings the following:

1. One full set originals in reproducible form. 2. Three sets of Electronic files of all documents and drawings in CD.

DOC. NO: 2398-9230

REV # 6

Page # 27 of 34

APPENDIX A

As-built record drawings, operations and maintenance manuals and any other documentation required for the efficient operation of the completed WORK shall be provided by CONTRACTOR. As-built information shall include all details of grid lines, levels, setting out stations, benchmarks and profiles recorded on setting out drawings and shall be maintained at the WORKSITE during the construction period. CONTRACTOR is advised that until all As-built records have been satisfactorily received (and a certificate has been issued by QP to this effect) QP shall neither issue the CERTIFICATE OF COMPLETION at the end of the CONTRACT nor release any money depending on the issuance of the CERTIFICATE OF COMPLETION. As-built drawings shall comply with QP Standard ESD-10, which shall be made available to CONTRACTOR upon request. 5.8 Testing and Commissioning The Scope of Work includes the testing and commissioning of the complete installations as per the Specifications, Codes and Standards, and all costs for testing and commissioning shall be borne by CONTRACTOR. CONTRACTOR shall carry out all works required for commissioning, i.e. all verifications required to demonstrate that each part of the FACILITY is operationally complete. CONTRACTOR shall provide commissioning procedures for all systems, test formats, list of testing instruments / meters and draft copy of O & M manuals prior to commissioning. CONTRACTOR shall provide suitably experienced and qualified personnel for commissioning, and sufficient spare parts, equipment, tools and consumables shall be available. All discrepancies on the commissioning checklist must be cleared before performance testing of the systems. Commissioning of the new FACILITIES integrated into the existing power distribution system shall fully comply with QP Electrical Commissioning Manual ESE 40. 5.9 Project Dossier CONTRACTOR shall compile a project dossier arranged by sub-section, which shall contain all operation and maintenance information for the facilities. CONTRACTOR shall prepare the project dossier in accordance with the requirements as detailed in ES0060021Compilation of Project Drossier (refer to Attachment No.7) and to the approval of the QP REPRESENTATIVE. All of this documentation is to be delivered at the close of construction, as a single submission. CONTRACTOR shall provide all spares and tools as specified and as recommended by the manufacturer for one (1) year of operation. CONTRACTOR shall submit five (5) sets of the approved project dossier prior to COMPLETION.

DOC. NO: 2398-9230

REV # 6

Page # 28 of 34

APPENDIX A

6. SPECIFICATIONS 6.1 PART 1 GENERAL SPECIFICATION 1. The WORK shall be executed in accordance with the following specifications, regulations, notices and circulars mentioned under Section 4. 2. CONTRACTOR shall be deemed to have his copy of the specifications, regulations, notices and circulars shown above. 3. These specifications, regulations, notices and circulars are complimented by additional requirements as detailed in the following sections. CONTRACTOR shall comply with these modifications where they impose more stringent criteria. Notwithstanding the foregoing, CONTRACTORs compliance with these modifications shall not relieve it of its obligations under Article 4.10 of the General Conditions of Contract. 4. In the case of any ambiguity or discrepancy, the provisions of the CONTRACT Specification shall prevail over the provisions of the above published specifications. 5. CONTRACTOR shall consult the Survey Unit of the Ministry of Municipal Affairs and Agriculture and QP prior to any earthworks or other works to determine if the WORK is likely to disturb survey marks. If the Survey Unit requires a survey mark to be moved, CONTRACTOR shall 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 Unit. CONTRACTOR shall be responsible for the protection of the survey marks within the boundaries of the WORKSITE, for the duration of the CONTRACT, and shall be liable for all costs of any remedial work required by the Survey unit. On COMPLETION of the WORK the Survey Unit will issue a certificate stating that all survey marks, whether disturbed or otherwise by CONTRACTOR, have been reinstated or protected to the satisfaction of the Survey Unit.

6.2

PART 2 PARTICULAR SPECIFICATION Based on QCS 2007, CONTRACTOR shall consider the particular specifications as following:

1. General 2. Concrete 3. Road works

(Refer to QCS Section 01) (Refer to QCS Section 05) (Refer to QCS Section 06)

4. Block Paved areas (Refer to QCS Section 27) 5. Landscaping (Refer to QCS Section 28)

6. QP Special Requirements

For above Standards refer to Attachments No. 8.

DOC. NO: 2398-9230

REV # 6

Page # 29 of 34

APPENDIX A

7. ATTACHMENTS

Attachment 1 Environmental Data Attachment 2 Preferred Vendors List Attachment 3 Quality Requirements for Projects QSP-QC-09 Attachment 4 Project Sign Board Attachment 5 Topographical Survey Report Attachment 6 Geotechnical Investigation Report Attachment 7 Compilation of Project Dossiers - ES.0.06.0021 Attachment 8 QCS-2007 Standards:

DOC. NO: 2398-9230

REV # 6

Page # 30 of 34

You might also like