You are on page 1of 18

MFMF-1-PC-057 Rev 0

KINGDOM OF SAUDI ARABIA


POWER & WATER UTILITY COMPANY
FOR JUBAIL AND YANBU (MARAFIQ)

ATTACHMENT "D"
SCOPE OF WORK

RFP Collective No. YNB-PR5221


REPLACEMENT OF POTABLE WATER PIPELINES AT T&D
COMPLEX - YANBU
Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

TABLE OF CONTENTS

SECTION 1.0 INTRODUCTION - INFORMATION TO BIDDERS


1.1 Project Purpose ....................................................................................... 3
1.2 Project Location ................................................................................. …...3
1.3 Site Conditions ........................................................................................ 3
1.4 Interface with existing operations ............................................................. 3

SECTION 2.0 GENERAL REQUIREMENTS


2.1 Site Survey .............................................................................................. 4
2.2 General Duties during Construction ......................................................... 4
2.3 Mobilization/ Demobilization .................................................................... 5
2.4 Work Procedure....................................................................................... 5
2.5 Submittals................................................................................................ 6
2.6 Tagging Numbering Procedure................................................................. 7
2.7 Inspection, Testing and Commissioning ................................................... 7

SECTION 3.0 SCOPE OF WORK


3.1 General Requirements............................................................................. 8
3.2 Applicable Codes and Standards............................................................. 9
3.3 Detailed Scope of Work ........................................................................... 9
3.4 Material Specifications ............................................................................11
3.5 Installation Requirements .......................................................................13
3.6 Reference Documents & Drawings ……. ……………………………….....14

Attachment D Scope of Work Page 2 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

SECTION 1- INTRODUCTION - INFORMATION TO BIDDERS

MARAFIQ is a Power & Water Utility Company for Jubail and Yanbu with its head office located at
Jubail. MARAFIQ supplies power, potable water, seawater for cooling, wastewater treatment and
management systems to the industrial customers in the cities of Jubail and Yanbu. MARAFIQ was
formed by Royal Decree No. M/29 as a Private Stock Utility Company serving Jubail and Yanbu
Industrial Cities.
MARAFIQ is owned by:
 Saudi Arabian Oil Company (Saudi Aramco)
 Saudi Basic Industries Corporation (SABIC)
 The Royal Commission for Jubail and Yanbu (RC)
 The Public Investment Fund (PIF)
 Seven (7) Saudi Private companies
Power and Water Utility Company for Jubail and Yanbu (MARAFIQ) has facilities located in Jubail and
Yanbu. Facilities in Yanbu is the Power, Desalination and Seawater Cooling Complex which is
referred as PD&SC as well as Sanitary Waste and Industrial Waste treatment plants which are
otherwise termed as SWPT & IWTP. PD&SC is supplying power, process water, cooling water and
potable water to the industries and community center in Madinat Yanbu Al-Sinayah. SWPT & IWTP
are treating the sanitary and industrial waste discharges from industries and community area in
Madinat Yanbu Al-Sinayah, hereinafter referred to as MYAS.

1.1 PROJECT PURPOSE


The internal potable water supply pipeline for Transmission and Distribution (T&D) Complex, Yanbu
has already deteriorated due to corrosion and long service life. This existing potable water network
was installed in 1983 (last 29 years) and is connected to the existing potable water main supply line at
Light Industrial Park (LIP) located outside the T&D Complex.
The main purpose of this project is to remove and replace the old potable water lines, water heaters,
valves and fittings of the T&D Complex which covers the buried external pipes and all internal lines
(hot and cold) of the T&D Administration Building, Workshop & Warehouse, Prayer Hall and
Guardhouse.
The new 76mmØ supply pipe to the T&D Administration Building shall be interfaced with the 76mmØ
potable water pipe provided under on-going contract ‘Fire Water Line Upgrade at T&D’. The new
65mmØ supply pipe to Workshop & Warehouse, Prayer Hall and Guard House shall be tapped to the
65mmØ supply pipe still covered by the above-mentioned contract. (See Dwg. No. 00004-ME-A1-274
Rev. C)

1.2 PROJECT LOCATION


The proposed project is located within the T&D Complex at the LIP Area in Industrial City of Yanbu.

1.3 SITE CONDITIONS


The area is generally flat and developed. The proposed area is operational and all buildings covered
by the project are occupied by MARAFIQ personnel.

Attachment D Scope of Work Page 3 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

1.4 INTERFACE WITH EXISTING OPERATIONS


All construction activities which interface with the existing facilities shall be fully coordinated with
MARAFIQ T&D Department and the operational requirements of MARAFIQ shall take precedence
over the work required by the Contractor. Where works will unavoidably interfere with MARAFIQ
operations the Contractor shall seek prior written approval / permits from MARAFIQ to undertake such
works.

Attachment D Scope of Work Page 4 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

SECTION 2- GENERAL REQUIREMENTS


The scope of work under this contract includes but not limited to preparation of construction drawings,
procurement, installation and supply of all materials, tools, equipment & labor for Replacement of
Potable water lines within T&D Complex for Power and Water Utility Company MARAFIQ – Yanbu.
This Contract shall be executed as Engineering, Procurement and Construction (EPC) Contract.
Contractor shall commence performance of the work upon the date specified in the Notice to
Proceed (NTP) and completed within a period of nine (9) months.

2.1 SITE SURVEY


a. The Contractor shall conduct site visits in coordination with MARAFIQ representative and be
solely responsible that he has investigated and has satisfied himself with the amount and nature
of work and location of all the places where the work of this Contract shall be performed. The
Contractor shall make sure that he has understood the entire scope of work requirement prior to
submittal of his technical and commercial proposal. The Contractor shall bear all the costs
associated with site survey and bid proposal preparation without any liability on the part of
MARAFIQ. The Contractor shall explore, investigate and collect all the required information from
MARAFIQ to enable him to bid successfully.
b. The Contractor shall as part of his full responsibility and scope; check independently any design
information provided including the ratings and/or sizes of those components whose ratings or
sizes are specified in the contract documents. When this check indicates that the design
information provided, or the specified ratings or sizes are not adequate for satisfactory
performance, then the Contractor shall make the necessary changes.
c. If the work requires additional components for correct and safe operation then the Contractor
shall furnish and install those components either in the existing or in the new systems.

2.2 GENERAL DUTIES DURING CONSTRUCTION


The Contractor shall have full responsibility for implementing the Works and must adopt all means to
provide a safe and healthy workplace. All construction works are required to conform with the latest
edition of the MARAFIQ Guideline Specifications and Standards. The Contractor shall perform all
works in compliance with environmental regulations, conditions and mitigation requirements set forth
in various permits, approvals and grants of rights to property access and use. The Contractor shall at
all times make the worksite available for inspection or observation by MARAFIQ’s Representative.
In addition the Contractor shall, but not necessarily be limited to:
1. The Contractor shall comply with the normal working time of the MARAFIQ, which are 07.30 hrs
to 12.30 hrs and 13.00 hrs to 16.00 hrs for all on site work, any official discussion, meeting and
site visit etc. during week working days from Saturday through Wednesday.
2. If at any time during the performance of the Project, Contractor’s actual progress is, in the
MARAFIQ Project Management Team judgment, inadequate to meet the requirements of the
Contract schedule, MARAFIQ may so notify Contractor who shall there upon take such steps as
may be necessary to improve its progress within a reasonable period, as determined by
MARAFIQ. If the Contractor does not improve its performance to meet the currently approved
Contract Schedule, contractor may require additional measures such as an increase in
Contractor’s work force, an increase in the number of shifts, overtime operations, additional days
of work per week and an increase in the amount of construction plant; all without additional cost
to MARAFIQ.

Attachment D Scope of Work Page 5 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

3. Erect temporary fencing and lighting as necessary and protect other areas from the effects of the
Contractor’s activities
4. The Contractor shall submit a Monthly Project Report including all documents from the Progress
Report with a status to the end of the month. It shall include:
a. Major activities accomplished in the previous month
b. Major activities scheduled for the next month
c. Materials
d. Areas of Concern
e. Schedule – explain slippage if any and provide recovery plan. This report will be due by the
4th day of the month, for the previous month's work.
f. Project Milestone Status
g. Project Updated Schedule (Bar Chart)
5. The work will require isolation of the potable water line and may require stoppage of water
supply. The Contractor shall schedule the tie-in works in coordination with MARAFIQ Operations
Section and MARAFIQ designated project engineer. Contractor shall submit with the method of
statement how the work shall be done, a detail schedule and timing for each work requiring
shutdown. Tentative schedule of tie-in works/ isolation will be during Thursday or Friday.
6. Contractor may request permit to work for 24 hours to lessen the shutdown duration works during
tie-in.

2.3 MOBILIZATION/DEMOBILIZATION
The Contractor’s request for temporary facilities shall include two copies of a site plan showing size,
location and use of desired area and construction details of temporary, utilities and access roads. The
request shall include the requested occupancy date, period of occupancy, and special requirements, if
any.

2.4 WORK PROCEDURES


a. MARAFIQ has furnished the Contractor, as part of this Contract, the conceptual drawings,
specification, and other data and information necessary to provide the basis upon which
contractor shall prepare construction drawings. Contractor shall verify and check all such criteria,
specifications, data and information and shall promptly notify MARAFIQ of any errors, omissions
or discrepancies. Errors or omissions in such conceptual drawings specifications, data and
information, or the mis-described of work which is necessary to carry out the intent work thereof,
or which is customarily performed, shall not relieve contractor from performing such omitted or
mis-described work, but such work shall be performed by contractor as if fully and correctly set
forth and described therein.
b. The Contractor shall submit construction drawings to MARAFIQ for review and approval.
Contractor shall obtain approval from MARAFIQ for any deviation from such concept,
specifications, data and information prior to incorporating any such deviation into the construction
drawing.
c. Contractor shall not unilaterally modify any of the plans, specifications or drawings that have been
previously approved by MARAFIQ in writing. In the event contractor considers that a plan,
specification or a drawing that has been approved by MARAFIQ should be modified, contractor
shall submit its proposed modification to MARAFIQ in writing. MARAFIQ will either approve or
disapprove, or conditionally approve, the proposed modification. All action by MARAFIQ on the
proposed modification shall be in writing. Any modification implemented by contractor without the
express written approval of MARAFIQ shall be at contractor’s risk.

Attachment D Scope of Work Page 6 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

d. Contractor shall so perform the Work as not to close, obstruct or interfere with any working, live
equipments installation or other facility whether temporary or permanent, above or below ground,
without the written permission of MARAFIQ. In the event MARAFIQ requires Contractor to
perform the repairs or restoration, or any part thereof, as set forth in a written notice to Contractor,
Contractor shall perform the repairs and restoration in accordance with, and to the extent required
by, such written notice. Contractor shall bear all costs incurred in connection with the repair or
restoration of any such utility by any such closure, obstruction, interference or damage whether
caused by Contractor knowingly or accidentally.
e. The contractor shall submit for review and approval, copies of catalog cuts for all construction
materials and products. This shall include manufacturer’s certification that the materials comply
with the required standards/specifications.
f. The contractor shall submit to MARAFIQ for review and approval, work procedure, welding and
weld repair procedures, welder’s qualification and method statement for the tie-in of new lines to
the existing lines.

2.5 SUBMITTALS
1. AS-BUILT DRAWINGS
Contractor shall prepare on Micro station and submit the final As-Built Drawings for the installed
system. Contractor shall provide one (1) set soft copy in Microstation J, one set of signed copy in
Mylar and three (3) sets of hard copies to MARAFIQ at the time of Initial Acceptance. All the
drawings shall be prepared in accordance with the MARAFIQ Drafting Standard.

Drawings sizes shall be prepared in A1for piping layout, plan, elevation, sections, pipe supports
details and A3 for isometrics.
2. DRAWINGS & DOCUMENTS
The drawings and documents shall include submittals of design drawings, shop drawings, as-built
drawings, materials, inspection and test records and other miscellaneous documents covering
following but not limited to:
1) MECHANICAL/PIPING
a) Piping plan
b) Piping Isometrics
c) Preliminary Equipment List (PEL)
d) Recommended Spare Parts List (RSPL)
2) CIVIL
a) Pipe Support and calculations shop drawings and calculations.
3) Inspection and Test Records
4) Materials & valve Catalogue cuts

3. O & Manual
Submit three (3 sets)of O & M Manual. Guide specification section No. 01750 is attached for
reference.

4. SAP PM Functional Location Code:

Attachment D Scope of Work Page 7 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

Contractor shall prepare PM Functional Location Code


This has to be done as described in the SAP PM Functional Location Code Directory.

Contractor should obtain the documents from MARAFIQ before the design work
2.6 TAGGING NUMBERING PROCEDURE
Following tagging shall be provided wherever applicable:
1. Contractor shall follow Marafiq procedures for equipment and materials identification, generally it
follows the existing system. This has to be applied to all specifications, drawings, documents,
equipment, devises…etc.
2. Tagging system has to be done as indicated in the Legend & Symbol reference drawings: 00280-
PP-A0-1509-LJ & 2758-EOM-0001.
3. SAP PM Functional Location Code has to be done as described in the SAP PM Functional
Location Code Directory.
4. The Contractor shall obtain the documents from MARAFIQ before the design work.
5. In-line specialties commonly used in large quantities such as expansion joints, nozzles, orifices,
traps, and in-line strainers shall follow with a component type designation inserted between the
system designation and the equipment number.
6. Valve identification shall consist of the unit number, system identification and a number starting
with 100, assigned in numerical order for each system.
7. Pipeline identification shall consist of the line number and line description. The line number shall
indicate the unit number, system identification and sequential number starting with 01 for each
system. The line description shall indicate the line size, piping class (ANSI rating) and insulation
class.

2.7 INSPECTION, TESTING AND COMMISSIONING


All phases of work shall be subjected to inspection and testing in accordance to MARAFIQ Guideline
Specifications and Standards. Contractor shall develop the inspection and test plan for MARAFIQ
review and approval.
It is the Contractor’s responsibility to provide the necessary utilities for testing. Testing shall be done
only by qualified Contractor’s personnel and shall be witnessed by MARAFIQ representative.
Upon completion of each test, Contractor shall submit certified reports duly concurred by MARAFIQ.
Test reports shall include the date when it was performed and name of person/s conducting and
witnessing the test.
The Contractor shall take remedial measures on portion/s which failed during testing until further
retest proves that the system is in compliance with the specifications. Before warranty period expires,
the Contractor shall provide remedial measures to correct any malfunction for the works under his
contract.
Hereunder are the required tests for the potable water piping system:
a. LINING TOXICITY TEST
This FDA method of testing is to be conducted to determine the toxicity of coating material intended
for use in transporting or holding food or potable water.

Attachment D Scope of Work Page 8 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

The Contractor is required to present certified test results by pipe manufacturer/s that no more than
0.3 mg/m2 of exposed surface and no more than 50ppm by weight of the water capacity of the test
container, of chloroform-soluble extractives, corrected for zinc extractives as zinc oleate.
b. PRESSURE and LEAKAGE TESTS
1. Test pressures and procedures shall adopt the following guidelines:
1.1 uPVC Pipe – AWWA C900, AWWA Manual M23 or MARAFIQ Guideline
Specifications and Standards, Section MQ-SP-P-5010
1.2 Copper Pipe – MARAFIQ Guideline Specifications and Standards, Section MQ-SP-
P-5010.

2. It is required that there should be no visible leakage, displacement and damage to the
pipes during testing.
c. RESIDUAL CHLORINE TEST

1. Test Method:
1.1 During Disinfection – AWWA Manual 12, AWWA Standard Methods Drop Dilution,
Method E.
1.2 At End of Retention Period - AWWA Standard Methods OTA or Amperometric
Titration, Method D or F.
1.3 After Post Disinfection Flushing - AWWA Standard Methods Amperometric
Titration, Method F.
2. Requirements:
Test shall be conducted only by an approved independent testing laboratory. Certified
test results shall meet the requirements of AWWA C601 and MARAFIQ Guideline
Specifications and Standards, Section MQ-SP-P-5010.

d. BACTERIOLOGICAL TESTS:

1. Test Method: AWWA C601 and AWWA Standard Methods


2. Requirements:
Zero colliform organisms and shall meet all requirements of MARAFIQ Water and
Sanitary Sewage Department and the Public Health Inspectorate. Tests shall be
conducted and certified by an approved and independent testing laboratory.

Attachment D Scope of Work Page 9 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

SECTION 3 – SCOPE OF WORK


3.1 GENERAL REQUIREMENTS
This Lump Sum EPC Contract covers among others: the removal and replacement of old potable
water lines, water heaters, valves and fittings of the T&D Complex comprising the buried external
pipes and all internal lines (hot and cold) of the T&D Administration Building, Workshop & Warehouse
Building, Prayer Hall and Guard House. This also involves the replacement of water heaters, at T&D
Administration Building and the other at Workshop and Warehouse.
The referenced codes and standards are intended to provide an acceptable level of quality for
materials, products and workmanship. In certain instances reference is made to specific MARAFIQ
Guideline Specifications and Standards, it is the Contractor’s responsibility to follow the latest edition
of these specifications for the Works.
The cost of all survey and testing works testing shall be deemed to be included in the contract price.
Contractor shall investigate, assess and execute the “enabling” works required prior to mobilization at
site.

3.2 APPLICABLE CODES AND STANDARDS


Comply with the applicable provisions of the codes and standards of the following Organizations:
AWWA AMERICAN WATER WORKS ASSOCIATION
OSHA OCCUPATIONAL SAFETY AND HEALTH ASSOCIATION
RC-ER ROYAL COMMISSION ENVIRONMENTAL REGULATIONS
SASO SAUDI ARABIAN STANDARD ORGANIZATION
SSPC STEEL STRUCTURES PAINTING COUNCIL
UL UNDERWRITERS LABORATORIES.
ACI AMERICAN CONCRETE INSTITUTE
ASTM AMERICAN SOCIETY OF TESTING AND MATERIALS
AWS AMERICAN WELDING SOCIETY
ACI AMERICAN CONCRETE INSTITUTE
ASSE AMERICAN ASSOCIATION OF SANITARY ENGINEERS
AASHTO AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION
OFFICIALS
Any conflict between the requirements of this specification and those on the attached drawings or in
the codes, standards and specification referred to herein shall be brought to the attention of
responsible MARAFIQ Engineer.

3.3 DETAILED SCOPE OF WORK


3.3.1 Mechanical Scope of Work
a. Tagging and removal of existing hot and cold potable water pipes, dilapidated hangers and
pipe supports inside the buildings.
b. Repainting of usable pipe hangers/supports inside the buildings and potable water expansion
tank at T&D Administration Building, Room 0.24.

Attachment D Scope of Work Page 10 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

c. Supply and installation of new hot and cold potable water pipes, valves, fittings and
additional hangers and supports inside the buildings.
d. Supply and installation of buried potable water supply pipes for Workshop & Warehouse
Building, Prayer Hall and Guard House.(from tapping point 2), Supply line for T&D
Administration Building shall be tapped to the 76mmØ (from tapping point 1) branch pipe
which will be provided under on-going contract “Firewater Line Upgrade at T&D. Refer to
Drawing No. 00004-ME-A1-274 Rev. C.
e. Removal of existing water heaters of T&D Administration Building.
f. Removal of existing water heater of Workshop & Warehouse Building.
g. Supply and installation of new water heater (1 unit) and drain pipe at T&D Administration
Building.
h. Supply and installation of new water heater (1 unit) and drain pipe at Workshop &
Warehouse Building.
i. Hydrotesting of newly installed hot and cold potable water lines.
j. Hydrotesting of newly installed water heaters.
k. Chlorinated water flushing, disinfecting, residual chlorine testing, post disinfection flushing
and bacteriological testing of newly installed potable water lines.
l. Piping interconnection to existing supply interfaces.

3.3.2 Civil Scope of Work


a. Existing utilities’ study, pipe route survey and preparation of piping plans, profiles and
detailed piping drawings including supports and hangers.
b. Design and preparation of detailed drawings for concrete valve box, thrust blocks,
encasements, etc.
c. Dewatering, excavation, sand bedding, backfilling and compacting of pipe trenches, valve
box, etc.
d. Disposal of trench water (if any), demolished debris and contaminated/unsuitable excavated
soil to RC approved dumping area.
e. Asphalt pavement demolition and restoration.
f. Demolition/removal and reinstatement of concrete, tiles, false ceilings and other items
affected by the works. Damaged ceiling boards, paints and other affected items must be
replenished by the contractor at his own cost.
g. Demolition and restoration of concrete-paved walkway.
h. Concrete pouring and application of protective coating of pipe thrust blocks, anchors and
encasements.
i. Installation of one (1) concrete valve box (VB-1) at the tee junction of the 65mmØ potable
water supply line with one branch going to Prayer Hall and Guard House while the other
branch going to Workshop & Warehouse Building.
j. Supply, installation and temporary supports of affected utilities during construction.
k. Installation and dismantling of scaffoldings as required by the project.
l. Re-routing of existing utilities, if required.

Attachment D Scope of Work Page 11 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

m. Supply, installation and removal of temporary steel bridging on road crossings and other
pedestrian or traffic areas.
n. Supply and installation of safety warning devices and barricades.
o. Re-routing of existing utilities as required.
p. Supply, installation and removal of temporary steel bridging on road crossings and other
pedestrian or traffic areas.
q. Installation of safety warning devices and barricades as required.
r. Painting of newly installed steel structures/ pipe supports/ valves, etc.
s. Repainting of affected structures, walls, etc.
t. Site reinstatement, cleanup and disposal. All pavements, pavement markings, walkways,
etc. must be restored true to its original form and contour.

3.3.3 Electrical Scope of Work


a. Supply and install 2 nos Electrical Water heaters of 119 gallon capacity, one each at T&D
Administration Building and the other at Workshop Building
b. Providing supply connections to electrical water heaters.

3.4 MATERIAL SPECIFICATIONS


3.4.1 Mechanical Specifications
a. Cold water piping shall be Sch. 80 uPVC. Materials shall comply with AWWA C900 and
must meet the provisions of MARAFIQ Guideline Specifications and Standards, Section MQ-
SP-A-2786.
b. Hot water pipe shall be hard-drawn, Type L copper pipe complying to ASTM B88 and
MARAFIQ Guideline Specifications and Standards, Section MQ-SP-A-2786. Pipes must be
insulated as per MARAFIQ Guideline Specifications and Standards, Section MQ-SP-M-
4045.
c. Hot water heater must be of the same capacity and specifications with the existing and must
comply with MARAFIQ Guideline Specifications and Standards, Section MQ-SP-A-2786.
The Water heaters shall be vertical, cylindrical type, UL listed, provided with relief valve,
sterilized as per AWWA B300 recommendations and shall meet the minimum requirements
of SAS 11. Heater shall confirm to ANSI C72.1 and valve shall confirm to ANSI Z21.22 or
approved equivalent standards.
d. All gate valves up to 50mm size shall be bronze, OS&Y, bolted bonnet, rising stem, Class
150# with NPT female connection, while for sizes 63mm and above, it shall be C.I or D.I
body with bronze trim materials .
e. Water hammer arresters shall have threaded connection, seamless, cold-rolled and spun
closed copper body, pressurized arrester chamber, poly piston with EPDM O-rings and must
be must be compliant with ASSE 1010. Minimum surge pressure rating shall be 350 psig
and working temperature from 33 to 250ºF. Water hammer arrestors shall be provided at the
top of all hot/cold water domestic water risers, at the end of each branch.
f. All pipes and valves should be provided with pipe color coding and flow direction arrows in
accordance with MARAFIQ standards.

Attachment D Scope of Work Page 12 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

3.4.2 Civil Specifications


a. All demolition works shall be in accordance with MARAFIQ Guideline Specifications and
Standards, Section MQ-SP-C-2004.
b. All earthworks and fill materials shall be meet the requirement of MARAFIQ Guideline
Specifications and Standards, Section MQ-SP-C-2005.
c. Roadway cutting and restoration shall be in accordance with MARAFIQ Guideline
Specifications and Standards, Section MQ-SP-C-2008.
d. All structural concrete’s external surface up to 500mm above ground shall be provided with
membrane waterproofing. Membrane waterproofing membrane for underground concrete up
to 500 mm above ground shall be preformed, cold applied, self-adhering, laminated sheet
membrane. The laminate shall consist of glass fibre core coated on both sides with a
polymer modified rubber bitumen compound. The membrane shall have a polypropylene film
bonded on one side and silicon release paper backing on the adhesive side. The nominal
thickness of the laminate shall be 1.5 mm. Moisture vapour transmission rate shall not
exceed 0.2 gm/m2/24 hours measured in accordance with ASTM E 96. The glass core shall
be non-woven mat with minimum mass of 50 gms/m2.
e. All waterproofing shall be protected against impact and abrasion by providing 12mm thick
protection board prior to backfilling works.
f. Thrust blocks, anchor blocks, pipe encasements and all unreinforced concrete surface in
contact with ground must be painted with epoxy coal tar at a minimum dry film thickness of
300 microns and shall be compliant with MARAFIQ Guideline Specifications and Standards,
Sections MQ-SP-A-2770 and MQ-SP-A-2772.
g. Top coat painting for structural steel and steel components shall be Hi-Build Epoxy Alipathic
Polyurethane and must be in accordance to MARAFIQ Guideline Specifications and
Standards, Section MQ-SP-A-2769 and MQ-SP-A-2772.
h. Concrete & masonry painting shall be in accordance to MARAFIQ Guideline Specifications
and Standards, Section MQ-SP-A-2770 and MQ-SP-A-2772.
i. All external concrete surface not covered by waterproofing membrane shall be applied with
damp protective coating in accordance to MARAFIQ Guideline Specifications and
Standards, Section MQ-SP-A-2723. Damp proofing material shall be impregnating silane
base liquid type like Dekguard S as manufactured by Fosroc or approved equal.
j. Formwork materials, installation and removal shall be in accordance to MARAFIQ Guideline
Specifications and Standards, Section MQ-SP-S-2302.
k. Below are the designed minimum concrete compressive strengths at 28 days old. All
concrete must be in accordance to to MARAFIQ Guideline Specifications and Standards,
Section MQ-SP-S-2302:
20 Mpa - Lean concrete
25 Mpa - Thrust blocks, anchor blocks and pipe encasements
30 Mpa - Structural concrete
l. Fine and coarse aggregates shall conform to the requirements of ASTM C-33. Fine and
coarse aggregates including the combined gradation shall meet the regulations under to
MARAFIQ Guideline Specifications and Standards, Section MQ-SP-S-2302.
m. Mineral admixtures shall be in strict compliance to the following codes:
n. Silica fume shall conform to ASTM C 1240 and ACI 234R.

Attachment D Scope of Work Page 13 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

o. Fly ash shall conform to ASTM C618 requirements for Class F and ACI 232.2R.
p. Concrete chemical admixtures and additives shall be free of chlorides and shall comply to
ASTM C494.
q. Potable water shall be used in production, transportation, placement of concrete, mixing
concrete, production of ice used in concrete operations, washing aggregates, cooling
aggregates, curing concrete and cleaning forms. Water shall comply with the requirements
of ASTM C-94 and AASHTO T-26.
r. All concrete reinforcements shall be Grade 60 deformed bars conforming to ASTM A615. All
concrete reinforcements shall be fusion-bonded, epoxy coated as per ASTM A-775 and to
MARAFIQ Guideline Specifications and Standards, Section MQ-SP-S-2302. Binding wire
shall be Ø1.5mm stainless steel or epoxy coated.
s. Moisture barrier shall be 200 micron thick polyethylene sheet conforming to ASTM E154.
t. Concrete edges for all foundations and chambers exposed to ground shall be chamfered by
25mm x 25mm.
u. Caulking and sealants shall meet the requirements of to MARAFIQ Guideline Specifications
and Standards, Sections MQ-SP-A-2735 and MQ-SP-A-2736.
v. Underground pipes shall be designed to provide a minimum of 1.2 meters earth cover over
the pipes. Where this cover could not be achieved, pipes shall be encased in concrete. At
road crossings, vehicular traffic areas and pipes installed in the vicinity of structure
foundations, steel reinforcement shall be used in concrete encasement. Details must be
referred to RC Standard Drawing No. RC-C-2 Rev. 9.
w. Structural steel members shall conform to ASTM A36. All items shalll be shop-fabricated
and must be hot-dip galvanized in accordance to ASTM A123.
x. Anchor bolts and pipe support U-bolts shall meet the requirements of ASTM A615 with a
minimum Fy = 277 Mpa. Hot-dip galvanizing shall be consistent to ASTM A767.
y. Bolts and nuts shall comply to the provisions of ASTM A325M and must be hot-dip
galvanized complying to ASTM A153.
z. Welding electrodes shall conform to AWS A5.1 E60XX series.
aa. All welding works including the selection of qualified welders shall be in accordance to AWS
D.1.1
bb. Top coat color must be approved by MARAFIQ prior to paint application. All coating
application shall meet the provisions of to MARAFIQ Guideline Specifications and
Standards, Section MQ-SP-A-2772 and or MQ-SP-M-4038.

3.5 INSTALLATION REQUIREMENTS


3.5.1 During installation their shall be no service interruption for toilets, recommended that (1) of the
(3) toilets can be out of service at a time.

3.5.2 Piping shall be installed on the location as shown on the approved drawings.

3.5.3 Hereunder are the extent works of the potable water lines inside each building:
a) T&D Administration Building
- Removal of existing and replacement with new water heater, drain pipe and potable
hot water lines up to the fixtures.

Attachment D Scope of Work Page 14 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

- Removal of existing and installation of new cold potable water supply lines from the
pump inside Room 0.24 up to the fixtures and inlet of the water heater.
b) Workshop and Warehouse Building
- Removal of existing and replacement with new water heater, drain pipe and potable
hot water lines up to the fixtures.
- Removal of existing and installation of new cold potable water supply lines from the
new valve box (VB-1) up to the fixtures and inlet of the water heater in room no. 1.5.
c) Prayer Room and Guard House
- Removal of existing and installation of new cold potable water supply lines from the
new valve box (VB-1) up to the fixtures.

3.5.4 Pipes must be fabricated and installed in accordance with the manufacturer’s instruction and
recommendation.

3.5.5 The newly installed hot and cold potable water lines shall be properly hydrotested, cleaned,
flushed and disinfected prior to commissioning.

3.5.6 All adjacent utilites and structures adjacent to the new installation shall be protected against
impact and accidental dents. Contractor shall repair all damage, if any without any additional
cost to MARAFIQ.

3.5.7 Contractor shall reinstate/repair in a like-for-like basis all affected portions of the buildings
during installation like tiles, concrete slabs, walls, ceilings, painting, etc.

3.5.8 Contractor shall provide flexible coupling at ends of concrete valve box.

3.5.9 For excavation and backfilling, the Contractor must see to it that he has already familiarized
with all buried utilities in the worksite to foresee and provide mitigating measures to avoid
damage and interruptions to adjacent structures not covered by this scope.

3.5.10 If dewatering is required to facilitate construction work, Contractor shall prepare a dewatering
plan for review and approval by MARAFIQ. The dewatering plan shall include sketches and
methodologies regarding disposal of ground water. Sufficient number of dewatering
equipments shall be mobilized at site to facilitate satisfactory construction works such as
piping installation, backfilling, etc.

3.5.11 Contractor shall provide excellent materials and equipments for shoring and bracing to secure
the excavated trenches. The Contractor must see to it that all excavation and shoring
operations do not have any adverse effect to adjacent pipelines, structures and facilities.

3.5.12 Contractor shall prepare for review and approval any traffic rerouting plan and provide safety
signs, lighting, traffic barriers, etc.

3.5.13 Contractor shall provide temporary supports to all affected utilities and structures. Contractor
shall prepare design calculations and detailed drawings of the temporary supports for approval
by MARAFIQ.

3.5.14 Damage to asphalt, concrete pavements, storm drainage system, road markings, traffic signs,
pipe markers, etc. shall be repaired and restored to its original condition.

Attachment D Scope of Work Page 15 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

3.5.15 Contractor shall provide carbon steel plates which will be used as temporary bridge at road
crossing excavations to ensure that the road is accessible to traffic at all times.

3.6 REFERENCE DOCUMENTS & DRAWINGS:


3.6.1 MARAFIQ Guideline Specifications & Standards
All materials and equipments furnished in accordance with this specification shall also comply
with latest edition of the following sections of the Marafiq guide specifications.
MQ-SP-D-0000 DRAWING AND DOCUMENT DRAFTING STANDARDS
MQ-SP-A-2723 DAMP PROOFING AND WATERPROOFING
MQ-SP-A-2735 SEALANT AND CAULKING
MQ-SP-A-2736 JOINT SEALANT
MQ-SP-A-2769 COATINGS FOR STEEL
MQ-SP-A-2770 COATINGS FOR CONCRETE AND MASONRY
MQ-SP-A-2772 PAINTS
MQ-SP-A-2786 BUILDING PLUMBING SYSTEMS
MQ-SP-C-2004 SITE DEMOLITION
MQ-SP-C-2005 SITE PREPARATION / EXCAVATION AND BACKFILL
MQ-SP-C-2008 ROADWAY AND AREA PAVING CONSTRUCTION
MQ-SP-E-6000 GENERAL REQUIREMENTS - ELECTRICAL EQUIPMENT & MATERIALS
MQ-SP-E-6001 ELECTRICAL DESIGN
MQ-SP-E-6005 ELECTRICAL CONSTRUCTION
MQ-SP-M-4045 HOT INSULATION
MQ-SP-M-4048 PAINTING (FOR PIPES & STRUCTURALS)
MQ-SP-P-5002 MATERIAL SPEC. LINE CLASS- PROCESS & UTILITY PIPING
MQ-SP-P-5006 GEOGRAPHICAL COLOR CODING
MQ-SP-P-5010 PRESSURE TESTING
MQ-SP-S-2302 PLAIN AND REINFORCED CONCRETE

Also, following RC guideline specifications shall be applicable in the absence of Marafiq standard guidelines, as
follows;
S. No. section Specification

1 RC-01017 Contractor use of Premises

2 RC-01030 Project Procedures

3 RC-01034 Scheduling and reporting requirements

4 RC-01040 Coordination with others

5 RC-01400 Quality Control

Attachment D Scope of Work Page 16 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

6 RC-01410 Quality Assurance

7 RC-01500 Temporary Utilities and Facilities

8 RC-01580 Project Identification and Signs

9 RC-01620 Storage & protection

10 RC-01700 Closeout Requirements

11 RC-01720 Record Documents

12 RC-01750 Operation & Maintenance manuals

13 RC-02100 Site clearing

14 RC-02610 Pipes and fittings

SAP PM Functional Location code & Equipment tagging reference


No. Document number Description
1 00280-PP-A0-1509-LJ Legend & Symbol List
2 2758-EOM-0001 Legend & Symbol List
3 SAP PM Functional Location Code Directory

3.6.2 Reference Drawings


The following reference drawings provided herewith are for concept only:
1. 00004-ME-A1-274 - Fire Water Line Upgrade at T&D - New Fire Water Line Layout
2. 04160-PG-A1-001 - Plumbing System General Layout
3. 04160-PG-A1-002 - Admin Building Ground Floor Plumbing System Layout
4. 04160-PG-A1-003 - Admin Building First Floor Plumbing System Layout
5. 04160-PG-A1-004 - Admin Building Roof Plumbing System Layout
6. 04160-PG-A1-005 - Plumbing System Flow Diagrams
7. 04160-PG-A1-006 - Workshop & Warehouse Ground Floor Plumbing System Layout
8. 04160-PG-A1-007 - Workshop & Warehouse First Floor Plumbing System Layout
9. 04160-PG-A1-009 - Prayer Hall Plumbing System Layout
10. 04160-PG-A1-010 - Guard House Plumbing System Layout
11. RC-C-2 (Rev. 9) - Irrigation, Potable, Reclaimed Process Water, Sanitary, Storm & Industrial
Wastewater System.

The Contractor must note that the above drawings must not be interpreted as representing the final
design requirement. The above drawings and information shall be construed as reference or guidance
only in obtaining its final design.
Equipment & material meeting other standards, which ensure quality and safety equal to or higher
than the governing standards, regulations, and codes will also be acceptable subjects to the client’s
approval. In these instances the contractor shall be required to demonstrate the equivalency of the

Attachment D Scope of Work Page 17 of 18 RFP Collective No. YNB-PR5221


Replacement of Potable Water Pipelines @ T&D Complex - Yanbu

standard(s), and shall furnish the client with one copy of the standard used for design, material,
fabrication, erection, cleaning, painting, inspection, testing and commissioning of the project.
The Contractor shall state in his proposal all codes and standards used in design, fabrication,
erection, cleaning, painting, inspection and testing as well as all material specifications according to
ASTM Standards.
Nothing in these specifications shall be construed as relieving the Contractor of his responsibility for
compliance with all the applicable codes and regulations.

Attachment D Scope of Work Page 18 of 18 RFP Collective No. YNB-PR5221

You might also like