You are on page 1of 17

TECHNICAL SUBMISSION SPECIFICATIONS

SECTION C – PART 2 PROJECT SPECIFICATIONS

PART 2 - PROJECT SPECIFICATIONS

All work to be executed under this contract shall be carried out in accordance with the Qatar
Construction Specifications latest edition amplified or amended by the following Project
Specifications.

SECTION 1 – GENERAL

1.1 Brief Description of the Work

The works involve the provision of enabling works and excavation of approximately
1,570,000 m3 of material for the basement to three large hospital facilities in the Rumailah
Quarter south district of Hamad Bin Khalifa Medical City (HBKMC) on behalf of Hamad
Medical Corporation (HMC). The hospital facilities comprise; the National Centre for Cancer
Care and Research (NCCCR), the southern phase of a Tertiary Hospital and the Cardiology
Annex which is an expansion of the existing Heart Hospital.

The Rumailah Quarter South zone will require excavation to create a ‘super basement’ below
each of the new hospital facilities. This will be integral with excavation in the Rumailah
Quarter north zone to create a similar basement and by joining both basements a ‘Super
Basement’ will be created, the ‘Rumailah Quarter Super Basement’.

The work for the excavation in the south zone will comprise four phases as shown on
Drawing Ref. RC AH 06-STC-C01-GL-X-C-0416 below. Phase 1, 1A, 2 and 3 form part of
this Contract. Phase 4 will be undertaken by a subsequent contractor.

Phase 1 and 1A involves the excavation and enabling works for the NCCCR and has an
approximate volume excavated material of 570,000 m3. Phase 1 has an excavation to a

Project ID: BA 14/15 C 095 ST C2/1 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

depth of approximately 20m below existing ground level. Phase 1A is a shallower excavation,
to a depth of approximately 6.5m below existing ground level, which provides space for the
construction of below ground radiation treatment facilities. Access to the site is expected to
be from the east and to the south of the former British Embassy building. This will minimise
disruption to the functioning Rumailah Hospital.

Phase 2 involves the excavation and enabling works for the Cardiology Annex which is to the
west of the Rumailah Quarter and comprises an approximate volume of excavated material
of 200,000m³ to a depth of approximately 20m below existing ground level.

Phase 3 involves the site for the Tertiary Hospital (south). This phase has the largest site
area and volume of excavation which is anticipated to be in the region of 800,000m3 to a
depth of approximately 20 m below existing ground level. This phase is not available until
existing installations can be relocated or made redundant. This site contains the main
substation supplying the existing Rumailah Quarter facilities.

Note that Phase 4 does not form part of this Tender.

The works will include but not be limited to the excavation for basements to the above
facilities including the design and implementation of shoring works wherever required, the
design and implementation of dewatering systems wherever required, disposing of surplus
material as directed and backfilling wherever required. The works also include the temporary
site hoardings for the whole property land perimeter as shown on the attached related
drawings, sign boards, entrances and site facilities. The Contractor shall establish his entry
and exit routes to the sites with the Engineer and shall alter these routes as and when
directed.

Excluded from the works are local excavations for slab thickening below columns at
basement level, sump pits, building foundations without basement and excavations for
footings below column locations at basement level.

Alternative Scheme

An alternative proposal is required for a shallower excavation across phase 1, 2 and 3


(excluding phase 1A) to a depth of approximately 12m below existing ground level. The
scope of this alternative is identical to the base scheme in all respects except one: the
formation level of the completed excavation will be reduced (providing the first two levels of
basement only).

The shoring proposal for this alternative scheme will be simpler and the excavation should be
easier, faster and more economic.

Description of the Site

The site is located within a busy hospital environment on the eastern side of the HBKMC
campus in the Rumailah Quarter south zone and to the South of Rumailah Hospital, adjacent
to the prominent corner of Al Rayyan Road and Al Istiqlal Street. These roads and junctions
are also the subject of a proposed major improved programme. The site Pin Numbers are
21070008 and 21070007.

The site will be the subject of considerable construction works which will necessitate
significant construction phasing and decanting with many interfaces. The minimisation of
disruption to the adjacent hospital facilities is paramount and needs to be carefully

Project ID: BA 14/15 C 095 ST C2/2 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

considered by the Contractor. The adjacent hospitals and associated facilities will remain
fully operational throughout the delivery of the project. Safe operation of the adjacent health
service facilities and the health and safety of patients’, hospital staff and the general public
must not be compromised at any stage by the works.
There are a number of planned changes to the road networks inside and outside the site
boundary of HBKMC. The interfaces with the associated road development works need to be
considered by the Contractor in delivering the Enabling Works package for the Rumailah
Quarter South project.

The Contractor will prepare a phased Traffic Management Plan to support their Project Plan.
This will need to acknowledge and support the master Traffic Impact Study being carried out
by HMC’s consultants on the campus as well as similar studies being undertaken on
adjoining sites, including:
 Al Rayyan Road
 Al Istiqlal Street
The Contractor shall be deemed to have visited the site and to have ascertained the
accessibility and nature of the site, local conditions, and the full extent and nature of the
adjacent live hospital environment and functions being carried out on a daily basis. In this
regard the Contractor must be aware that the requirements of the HMC take precedence
over construction related activities. It is therefore essential that environmental factors such as
control of airborne dust, noise and vibration are controlled to within acceptable standards in
accordance with legislation, but also in accordance with the requirements of the HMC.

Safe staff access and egress routes for the public and HMC staff must be clearly defined and
agreed with the Engineer for each phase.

Description of the Works

The enabling works will include for:

a) Site set up including temporary fencing/hoarding, accommodation including the provision


and maintenance of welfare facilities and sign boards, in accordance with QCS 2014 and the
Public Works Authority specification and plans;

b) Interpretation and adoption of existing survey information;

c) Carrying out additional surveys as required;

d) Statutory approvals;

e) The identification and design proposals for any required services/utility diversions,
including necessary approvals;

f) Demolition of existing structures;

Project ID: BA 14/15 C 095 ST C2/3 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

g) Bulk excavation;

h) Temporary works, shoring and earth retention;

i) Dewatering solutions and associated permits;

j) Disposal of surplus materials (in line with permit requirements);

K) Design and implementation of dewatering (in line with permit requirements);

l) Potential interface with adjoining projects / road works; and

m) Logistic requirements including site access, security provision, restrictions on vehicle


movements, Health and Safety requirements in line with Qatar Construction Specifications
(QCS) 2014.

Handing over of the Dewatering System to the General Contractor of Package II: Contractor
shall be responsible to hand over the dewatering system constructed under this contract to
the general contractor who will be assigned by Employer for executing building works. The
Dewatering specialist Sub-contractor shall enter into agreement with the General Contractor
of Package II to maintain and run the dewatering and remove the dewatering system as
instructed by the Engineer at completion.

All works shall be carried out in accordance with the drawings and specifications issued for
the purpose.

ISSUES TO BE CONSIDERED IN THE TENDER DOCUMENTS

Survey information

It will be the responsibility of the Contractor to:

 Carry out all surveys required for the safe execution of the Works
 Satisfy himself to the accuracy of any existing survey and as-built information
 Obtain all necessary permits including MoE and Municipality
 ensure that the information contained within each report is correct and factual

The survey information will then inform the contractor’s site clearance and demolition strategy.

Removal of contamination/ Hazardous Materials

Please refer to the Asbestos Survey appended to this package. Hazardous materials may be
evident in some existing structures on site along with redundant plant and inert materials.
These may include but not restricted to:
 asbestos
 hydrocarbons
 sulphuric acid and lead
 ozone depleting substances

Project ID: BA 14/15 C 095 ST C2/4 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

The Contractor will be responsible for the safe removal from site and disposal, in line with
statutory authority guidelines and environmental best practises, of all hazardous materials that
are reasonably identifiable at the time of tendering. Further hazardous materials that come to
light through discovery are to be notified to the Engineer.

1.2 Contract Price to be fully inclusive

The Contractor shall be deemed to have included in his Contract price everything essential
for the proper completion of the Works, whether or not shown on the Drawings or included in
the Specifications or the Bills of Quantities.

1.3 Ground Investigation

1.3.1 General

The Contractor shall make the soil investigation reports of the sites and all reports
shall be in appropriate order to enable verification of the nature of the site.

1.3.2 Soil Sampling and Laboratory Testing

Soil sampling and laboratory testing to be conducted wherever necessary in


accordance with Section-3, Part 4 and 5 of Qatar Construction Specification.

1.3.3 Site Clearance

Before commencement of any excavation or fill, the site area shall be cleared of all
trees, stumps, roots, bushes, vegetation, debris, materials and other obstructions.

1.4 Materials from AGCC States

Notwithstanding Part 9.1.2 of Section 1 of Qatar Construction Specification, wherever


possible and insofar as the same conforms to the standards required by this Specification, all
materials and goods shall be obtained from local (Qatar based) manufacturers and
producers.

1.5 Contract Drawings:

1.5.1 General:

1.5.1.1 Drawings provided to the Contractor:

The Contractor will receive from the Engineer the documents and drawings listed
together with any further drawings issued under clause 2.1 of the Conditions of
Contract.

1.5.2 Working Drawings:

1.5.2.1 Workshop Drawings:

The Contractor and any sub-contractors shall provide workshop drawings for all
his trades, wherever applicable or when requested by the Engineer at his own
expense. The workshop drawings shall clearly show all dimensions, details,

Project ID: BA 14/15 C 095 ST C2/5 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

specifications, connections or joints to other trades, incorporation of the work of


other trades.

The workshop drawings shall be submitted at a reasonable time before the


required approval. The Contractor shall allow at least 28 days review period from
the date of submission of such drawings. The same review period is applicable to
any required amendments and re-submittals. Any work done prior to obtaining
approval of the shop drawings shall be entirely at the Contractor’s own risk.

1.5.2.2 Builder’s Work Drawings:

The Contractor shall provide drawings showing the exact dimension and location
of all holes, ducts, recesses, access points, etc. These drawings shall also specify
all necessary builders’ work in connection with movement precaution, sound and
thermal protection, etc.

1.5.2.3 Manufacturer’s Drawings:

The Contractor and any manufacturer shall provide drawings for his own trades,
where applicable, or when requested by the Engineer. The manufacturer’s
drawings shall clearly show all dimensions, details, specifications, connections or
joints to other trades, incorporation of the work of other trades, etc. During the
currency of the Contract, the Contractor shall arrange for the manufacturers to
prepare and submit for approval by the Engineer five copies of drawings of major
items of equipment such as but not limited to boilers, refrigeration plant, air
handling plant, cooling towers, switchgear, starter panels, etc. in plant rooms and
associated areas. In addition, they shall provide workshop drawings of any
portions of the work which the Engineer may require to be shown in greater detail
than that indicated on the manufacturer’s drawings.

1.5.2.4 As-Built Record and Survey Drawings:

The Contractor shall prepare “as-built” records and survey drawings of the Work
detailing the final condition of the site and all finished level surfaces. The drawings
shall be accompanied by maintenance manuals, service literature and list of spare
parts where applicable.

Where any permanent feature has been added, changed or removed, the survey
shall be to Survey Division Specifications and will be undertaken by a Survey
Company on the Ministry of Municipal Affairs and Agriculture's list of approved
Survey Companies and shall be delivered to the Engineer for approval. The
survey shall consist of a plan drawn on reproducible polyester film and a computer
disk with all relevant data in a format approved by Survey Division.

As-built records, drawings, operation and maintenance manuals and any other
literature required for the efficient operation of the completed works shall be
supplied by the Contractor to the Engineer free of cost. The drawings shall be on
polyester film or other durable and easily reproducible medium, and a computer
disk with all relevant data in a format approved by the Engineer

The Contractor shall provide the Engineer for approval four sets of As-built
drawings and Operation and Maintenance Manuals for all services, installation and
equipment installed. The Operation and Maintenance Manuals shall contain all
Manufacturers’ operating and maintenance instructions, and detailed drawings of

Project ID: BA 14/15 C 095 ST C2/6 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

all equipment supplied as required for Electrical section consists of (Transformer,


Main Distribution Board, D.B & Sub main Panel, Dimming System, Lighting
Fixture, Isolator & Fuses, Wiring & Accessories, Computer System, Telephone
System, Fire Alarm System, Farash System, and Intercom System T.V System &
Public Address System ), Package A/C, Exhaust Fan, Smoke Fan, Irrigation
System, A/C Windows, Water Cooler, Fire Pump Set, Irrigation Pump Set, Water
Tanks, Electrical Water Heater, Split A/C Units & Lift Pump set are from
Mechanical section. The copies of the Manufacturer’s workshop drawings with
suitable titles and reference numbers added. The exact and details of the
Operating and Maintenance Manuals shall be agreed with the Engineer.

After the approval by the Engineer, four (04) copies of As-built drawings, O&M
Manuals and necessary documentation shall be submitted to the Engineer before
the completion of the Project as named in the Contract and shall include one copy
of each drawing and document specifically marked for archival storage. Drawing
files on computer disk shall also be forwarded.
One additional copy of all Project documents, drawings and reports are to be
submitted in an approved format recorded on computer media (Compact Disks)
using software which is compatible with the Prime Document Storage Centre
computer system.

The Contract shall not be considered as complete until the Contractor submits to
the Engineer the as-built drawings and documentation, and obtains the Engineer's
approval.

1.6 Drawings - Contractor’s Responsibilities:

1.6.1 Co-ordination:

The Contractor shall be responsible for the provision of drawings adequate to


permit the co-ordination of works by all sub-contractors employed in connection
with the Works so that the work of each trade may be installed in such a manner
as to ensure proper performance and adequate fixing to the structure and avoid
conflicts in the positioning of various ducts, cables, other items of service
installation and other items alike.

The Contractor shall be wholly responsible for the co-ordination of design by his
sub-contractors.

The Contractor shall employ a competent person experienced in the co-ordination


of engineering and other installation and to attend necessary co-ordination
meetings called by the Engineer.

1.6.2 Approval of Drawings:

Non-related manufacture or installation shall be put in hand before co-ordination


drawings, together with any explanatory literature, are approved in writing by the
Engineer.

The detailed programme shall reflect the requirements for production of


information to permit timely co-ordination with all trades and sub-contracts.

Project ID: BA 14/15 C 095 ST C2/7 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

All drawings by the Contractor shall be oriented to match the design drawings and
shall have key plan identifying the location or area of the Works to which they
apply. They shall also bear indication and make reference to geographic
coordinates of the site.

When drawing is revised, the particulars of the current revision shall be clearly
marked or clouded to facilitate checking. All prior revision numbers and references
of drawings possibly superseded by the current issue shall also be clearly shown.

When drawings are submitted for approval without complying with these
requirements, they may be rejected.

1.7 Temporary Roads:

The Contractor shall be required to maintain and provide satisfactory temporary access
and traffic flow to and from and within the areas of the Works. Temporary traffic signs
and lighting for temporary roads and diversions are to be in strict accordance with the
requirements of the Qatar Traffic Manual and any additional requirements instructed by
the Traffic Police or the Engineer. Details of proposals for any such temporary
measures are to be submitted by the Contractor for approval by the Traffic Police and
the Engineer unless otherwise instructed. Such approval shall not relieve the
Contractor of any of his duties or responsibilities under the Contract.

The Contractor shall maintain at all times pedestrian access to all properties fronting
the roads affected by the Works.

1.8 Maintenance of Roads:

In addition to the requirement of QCS 2014, the Contractor will be held responsible for
any damage caused by him, his work people, sub-contractors or suppliers to public or
private roads, paved areas, paths, verges, trees, shrubs, fences, boundary walls,
gates, signs, drains, ducts and services during the execution of the Contract and shall
bear the cost of making good any damage to the entire satisfaction of the local and
other authorities and owners. The Contractor shall keep all private roads and paths
clean and free from dirt and debris and any obstruction associated with the Works
which would prejudice the safe and unimpeded normal use of the said roads and
paths.

1.9 Samples:

Further to the requirement of QCS 2014, the Contractor shall submit samples, sample
panels and manufacturer's literature in respect of all materials, products and equipment
required for the Work, before ordering or use, for the approval of the Engineer.

The provision of all samples and sample panels shall be at the Contractor's own
expense and shall be deemed to be included in the rates in the Bills of Quantities.

1.10 Contractor's Site Facilities – Buildings:

The Contractor shall maintain the office in good order as per nominated in the
specifications that meets the approval of the Clients Engineer and remove on
completion. Such office shall be Air-Conditioned, shall have a toilet and water supply,
and shall be kept open throughout the period of the whole of the Work.

Project ID: BA 14/15 C 095 ST C2/8 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

The Engineer and Engineer’s representative shall be permitted access to his office at
all times during site working hours.

1.11 Engineer's Site Facilities - Type 1:


Not required.

1.12 Engineer's Site Facilities - Type 2:

The Main Site Office shall be provided by the Contractor in a location on the site to be
agreed or at any other place with close proximity to the Sites. The Contractor is to
make allowance for all moves and changes to site offices to account for the phased
nature of the works.

The Contractor shall provide, maintain and remove on completion of the Works for the
sole use of the Engineer and Construction Supervision Consultant a Main Office as
follows:

a. 3No. Type 2 Unit “A” porta cabins


b. 2 No. Type 2 Unit “ B” porta cabin. 1 to be used as meeting room and pantry
and 1 to be used as an open plan office

Engineer’s Office: Porta-cabin Type 2 Unit A rooms should consist of the following
furniture to the approval of the Engineer:

a. 1 Furniture as detailed in accordance with QCS 2014


b. 2 swivel chairs per office in addition to the desk chair
c. 1 No. wall mounted pin boards, 1000 x 2000 mm in size for each office
d. 1 No. Small table for each office

The above porta cabins shall be arranged in two rows facing each other with 1.5 m
with covered hallway.

The Meeting Room shall be provided with the following furniture to the approval of the
Engineer:

a. Conference Table suitable for 16 persons


b. 16 No. swivel chairs 1 No. wall mounted white board, 1000 x 2000 mm in size
c. 1 No. wall mounted pin board, 1000 x 3000 mm in size
d. 1 No. hanging file or plan chest suitable for A0 size prints
e. 1 No. shelf unit for approved samples

The Open Plan Office shall be provided with

a. 5 no. kneehole desks as prescribed in QCS 2014


b. 10 No, swivel chairs
c. 1 No. Hanging File suitable for AO size prints
d. 5 No. waste paper baskets 3 no 5 draw filing cabinets
e. 1 No. wall mounted white board
1 No. pin board

The Contractor shall also provide one (01) DSLR camera, at least 12 megapixels
resolution; 18-105 mm lens; 8 GB memory complete with the necessary accessories
for the sole use of the Engineer.

Project ID: BA 14/15 C 095 ST C2/9 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

1.13 Telephone:

The Contractor shall provide landline phone and scanner cum printer machines with
necessary toner, paper, etc. for the exclusive use of the Engineer during the contract
period in each site office and also a Land line in Main office. The delivery, installation,
operation and maintenance shall be the responsibility of the Contractor. Repairs and
maintenance shall take place as requested and within the same day. Upon completion
of the Project, the machine would be the Contractor’s sole property and this shall be
returned to the contractor in accordance with clause 11.4.7, with the following specific
requirements:

The Contractor shall make all arrangements and pay all charges in connection with the
installation, man-hour, rents and call charges due or accrued during the Contract
Period only. Maximum call charge for land phone shall be QR 600.00/month.

Internet Facilities:

The Contractor shall provide a My-Fi internet with 4G account to all site offices and
ADSL Line at main office at his own cost for the exclusive use of the Engineer. If the
Contractor faces any delay in obtaining permanent ADSL line connection for main
office beyond 14 days from the commencement of the Project he should provide My -Fi
internet facility at main office until he gets permanent ADSL line. If the Contractor fails
to provide an ADSL line within 28 days from the commencement of the Project, then
normal penalties will apply.

1.14 Computer and Printer :

Computer:

Not required.

Printer:

The Contractor shall provide one (01) number printer suitable for A4 & A3 colour
printing with all accessories and the supply of necessary papers and suitable
cartridges at the Main office for the sole use of the Engineer for the duration of the
Contract period. The delivery, installation, operation and maintenance shall be the
responsibility of the Contractor. Repairs and maintenance shall take place as
requested and within the same day. Upon completion of the Project, the machine
would be the Contractor’s sole property and this shall be returned to the Contractor.

1.15 Photocopier:

One photocopier should be provided at Main site office in accordance with QCS 2014
and to the Engineers approval.

The Contractor shall maintain the photocopier for the duration of the Contract and
provide all consumables necessary for its operation.

The delivery, installation, operation and maintenance shall be the responsibility of the
Contractor. Repairs and maintenance shall take place as requested and within the
same day. Upon completion of the Project, the machine would be the Contractor’s sole
property and this shall be returned to the Contractor.

Project ID: BA 14/15 C 095 ST C2/10 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

The Contractor shall provide one Binding Machine with all necessary stationary for
binding as per Engineer’s requirements and approval.

1.16 Measuring and Recording Equipment:

The Contractor shall provide for the Engineer’s approval a list of measuring and
recording equipment to be used.

The surveying work for the Project will be under the Contractor’s responsibility and by
using a Total Station for the work.

All items shall be to the approval of the Engineer.

1.17 Site Vehicles:

Not required

1.18 Contract Administration:

The Contractor shall provide for full time cleaner / tea person to be on site at all times
during the Engineer’s working hours.

1.19 Temporary Site Hoarding:


The Contractor is to provide site hoarding, fence, screens, etc., to the standard
described in QCS 2014, including all necessary maintaining, adaptation and removal
upon completion as noted in QCS 2014.

Elsewhere, the Contractor shall provide all requisite safety and security measures
including temporary screens, barriers, guardrails and the like and shall alter and adapt
as necessary as the construction of the Works progresses.

All temporary site hoardings, screens, barriers, guard rails and the like shall be to the
prior approval of the Engineer.

The Contractor's attention is also drawn to his obligations and responsibilities in


respect of QCS 2014 Watching and Lighting.

1.20 Project Sign Board:

The Contractor shall erect and dismantle and remove on completion of the works one
(01) temporary Name Board written in Arabic and English to each phase and shall
have the following:

a. Perspective view of the Project


b. Name of the Project and its purpose
c. Name of the Engineer
d. Name of the Consulting Offices (Designer / Supervision / QS)
e. Name of the Main Contractor and all Sub-Contractors

The following is an indicative layout of the Project Sign Board requirements:

Project ID: BA 14/15 C 095 ST C2/11 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

The name of the Client shall be the Building Affairs, Public Works Authority.
Refer to drawing no. TBA for National Centre for Cancer Care and research

1.21 Construction Cleaning:


Further to the requirements of QCS 2014 and Conditions of Contract ,the Contractor
shall clear the site and any buildings thereon of all materials, plant, rubbish and
building debris of any nature as designated by the relevant Municipality for the area
and shall ensure the area surrounding the Work is clean and to the natural level of the
surrounding land.

If the Contractor fails to comply with the foregoing requirement within 30 days of
Practical Completion of the Works the Engineer may, in addition to the terms of the
Conditions of Contract:

(i) Clear the site using another Contractor and deduct the costs so incurred from
any monies due to the Contractor; and

(ii) Delay final payment to the Contractor until such time as the Site has been
cleared to the satisfaction of the Engineer and relevant Municipality.

1.22 Contractor’s Progress Report:

The progress report shall be in accordance with the PWA standard. Progress reports
shall be submitted monthly or at such frequency as the Engineer requires.

Project ID: BA 14/15 C 095 ST C2/12 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

1.23 Existing Services

The Contractor will be held responsible for fully maintaining all existing services and
drainage to other premises during the progress of the Works, and shall take all steps to
prevent interferences with or interruption of same.

The Contractor is to coordinate with the local authorities to disconnect any and all
existing services, cap them at the plot boundary and remove all buried services from
within the plot.

No diversion of such services shall be carried out without written instructions from the
Engineer and any temporary disconnections which may be necessary consequent upon
the Work shall be done at such times as may be directed by the Engineer.

Refer to QCS 2014.

1.24 Suitability of Works and Materials:

Unless otherwise specified or instructed, the Contractor warrants to the Employer and
undertakes that:

i) It shall not be used in the construction of the Works any substance or method
of use which is known to the Contractor or ought reasonably to be known to
the Contractor or may reasonably be suspected to be deleterious to health
and safety or to the durability of the structures and/or plant and/or machinery.

ii) The goods and materials selected by the Contractor for use in connection with
the Works are and will be good quality.

iii) He jointly guarantees the Works with the Consultant Engineering office and
the Supervisor of the execution of the Works for a period of ten (10) years as
stated and set under Contractor’s responsibility and commitment of the Civil
Law Article II, provided that the Contractor shall not be responsible for defects
in the facilities resulting from:

a. Malicious damage, misuse, neglect;

b. Accidental damage, unless such damage has been repaired to the


standards established by this Specification; and

c. Corrosion, but only in circumstances where corrosion results from:

1. Damage to paint work and other protective surfaces by


extraneous factors including but not limited to chips, scratches,
accidental damage or the application of corrosive materials, or

2. Fire except as provided for within the design requirements of this


Specification;

3. Explosion;

4. Earthquake except as provided for within the design


requirements of this Specification;

Project ID: BA 14/15 C 095 ST C2/13 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

5. Aircraft and other aerial devices or articles dropped therefrom;


and

6. War hostilities, riot and civil commotion.

1.25 Transport to Site:

The Contractor shall provide at his own cost, suitable transport for his labour, plant and
materials to the site.

Such transport shall only remain at site long enough to unload or load the labour, plant
and materials.

1.26 Restriction to the use of the Site:

All access ways shall be cleared regularly and washed down with water and any
damage caused to the existing roadways shall be repaired immediately to match the
surrounding finishes entirely at the Contractor’s own cost.

Any damage caused to the existing structures, existing building fabric/components


/finishes of whatsoever nature, existing services and existing hard & soft landscaping
as a result of carrying out of the Works shall be repaired immediately to match the
existing to the entire satisfaction of the Engineer and entirely at the Contractor’s own
cost.

The Contractor shall allow for any other Contractor’s access, Services Authorities
access, security checks authorized by the Employer. All cost in connection with such
access shall be deemed to be included in the Tender price.

1.27 Uniforms and Identifications:

All workmen entering the site shall wear identical approved uniform overalls and
headgear, and any person arriving improperly dressed shall not be permitted to enter
the site.

All workmen employed on site shall at all times wear an identity badge, which must be
clearly visible at all times.

No later than 10 days prior to commencement on site, the Contractor shall submit to
the Engineer or his representative the names of all workmen to be employed on the
site, together with the company name (in case of subcontractors), and three recent
coloured passport size photos of each operative.

Where workmen are to leave the site upon completion of their work, the Contractor
shall ensure that identity tag is returned to the Engineer or his representative.

1.28 Security Requirements:

The Contractor shall allow for complying with the current security regulations and
requirements which may be applicable to the site. The Contractor shall be deemed to
have acquainted himself thoroughly with all security regulations that may be in force at
the time of submission of Tender and have allowed in his Tender for their effect upon
his operations with regard to the supply of labour and materials, access to site and
Project execution generally. No claim will be entertained for the Contractor’s lack of
knowledge of security regulations.

Project ID: BA 14/15 C 095 ST C2/14 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

The Contractor shall ensure that his workforce and staff on site adhere strictly to
cultural restrictions.

The cost of any delay resulting from the security requirements and regulations are
deemed to be included in the Tender price.

The Contractor shall ensure that his workmen remain in the work area assigned to
them at any given time. Any breach of this requirement shall render the worker(s) liable
for instant and permanent removal from all areas of the site.

1.28 Material Submittals:

The Contractor shall submit all the required material submittals within 90 days from the
written Order to Commence Work.

Any material submittals after the above mentioned period (except materials due to Site
Instructions or Variation Orders) shall be reviewed by the Engineer at his own
convenient and the Contractor shall not be entitled for any claim of additional cost and
time in this regard.

Only materials and equipment manufactured from the country where the manufacturer
was originally established shall be accepted unless otherwise approved by the
Engineer.

1.29 Contractor’s Site Staff:

The Contractor shall provide following staff who shall be employed constantly on the
Works and give their whole time (full time) on site for this Project:

1. Project Manager (one for the Project) – A competent and authorized agent or
representative as required by Clause 1.5 of the General Conditions of Contract.
Should be a Civil Engineer with a minimum 15 years experience and at least
have experience in managing project(s) with same magnitude. Should the
Contractor fail to provide the above (approved by the Engineer) within 30 days
from the commencement date of the Project, a penalty of QR. 1,000.00/day will
be imposed until the same is provided on this project.

2. Site Manager (1 per phase) – Should be a Civil Engineer with a minimum 12


years of experience and at least supervised project(s) with the same magnitude.
Should the Contractor fail to provide the above (approved by the Engineer)
within 30 days from the commencement date of the Works of each site, a
penalty of QR. 700.00/day will be imposed until the same is provided on this
project.

3. QA/QC Manager (1 no.) – Should have a minimum 15 years of experience and


at least involved in project(s) with the same magnitude. Should the Contractor
fail to provide the above (approved by the Engineer) within 30 days from the
commencement of the Project, a penalty of QR. 700.00/day will be imposed
until the same is provided on this project.

4. Planning Engineer (as per Section E Part 3) – Should be a Civil Engineer with a
minimum 12 years pertinent experience of a large-scale fast track project
planning. He shall be fully conversant with planning software, including but not
limited to Primavera and Microsoft Project, and prepare the Clause 6.2
programme and weekly progress reports and attend all project meetings and

Project ID: BA 14/15 C 095 ST C2/15 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

report on and make adjustments to the programme as required. Should the


Contractor fail to provide the above (approved by the Engineer) within 30 days
from the commencement of the Project, a penalty of QR. 1,000.00/day will be
imposed until the same is provided on this project.

5. Safety Manager (1 no. as per requirement) – Should have a minimum 15 years


of experience and at least involved in project(s) with the same magnitude.
Should the Contractor fail to provide the above (approved by the Engineer)
within 30 days from the commencement of the Project, a penalty of QR.
1,000.00/day will be imposed until the same is provided on this project.

6. Safety Officer (no. as per requirement in QCS 2014) – Should have a minimum
5 years of experience and at least involved in project(s) with the same
magnitude. Should the Contractor fail to provide the above (approved by the
Engineer) within 30 days from the commencement date of the Works of each
site, a penalty of QR. 500.00/day will be imposed until the same is provided on
this project.

The above shall be fluent in both written and spoken English, be fully computer literate
and experienced in the latest information and communication technology. Knowledge
of spoken and written Arabic is also desirable.

The Contractor shall submit for the Engineer’s approval CV’s of all the above proposed
staff.

1.30 Pest and Vermin Clearance and Control

Two weeks prior to completion of the Work, the Contractor shall arrange for an
approved specialist to carry out a survey and the Contractor shall take such
subsequent action necessary to obtain full pest and vermin clearance.

An appropriate certificate from the approved specialist shall be submitted to the


Engineer on completion of the Work.

The Contractor shall arrange for two further inspections to be made by the approved
specialist, the first to be six months after completion of the Work and the second, two
weeks prior to the expiry of the Period of Maintenance. On each occasion the
Contractor shall take such action as is necessary to enable further certificates to be
issued by the food specialist.

1.31 Street Names Plates:

The Contractor shall take utmost care to protect street name plates erected by
Municipal Authorities at the site or adjacent to the site.

The Contractor shall contact the appropriate Municipal Authority and make
arrangements for re-positioning of any street name plates which may be affected by
the Works.

The Contractor shall pay all cost in connection with any such re-positioning.

In case of damage to any street name plates consequent to these Works, the
Contractor shall pay any fine imposed by the appropriate Municipal Authority and he
shall meet all costs in connection with the repair and rectification of any such damage.

Project ID: BA 14/15 C 095 ST C2/16 June 2015


National Centre for Cancer Care and Research – Enabling Works
TECHNICAL SUBMISSION SPECIFICATIONS
SECTION C – PART 2 PROJECT SPECIFICATIONS

1.32 Photographs

Photographs showing the progress of the Work shall be taken by the Contractor every
month from positions to be selected by the Engineer. Special photographs showing
any particular feature of the work or plant or other matters of interest in connection with
the Work or their surroundings shall also be taken by the Contractor as and when
required by the Engineer.

All photographs shall be 100mm x 150 mm and original images of every such
photograph, suitably referenced, shall be supplied to the Engineer. All negatives shall
be referenced and shall become the property of the Employer on the completion of the
Contract.

Project ID: BA 14/15 C 095 ST C2/17 June 2015


National Centre for Cancer Care and Research – Enabling Works

You might also like