Вы находитесь на странице: 1из 30

CONTRACT NO.

66000XXXXX

SCHEDULE "B

ATTACHMENT III

Scope of Work

Jazan Economic City


(JEC)

Long Form Contract (LFC)


Roads 18&Corniche Road Improvement
Route 5Junction Improvement Works (Existing Road)
Baish Road Improvement Works (Existing Road)

Issued for Bid

B-III-1
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

TABLE OF CONTENTS

1 INTRODUCTION..................................................................................................5
1.1 Purpose and Scope of Document......................................................................5
1.2 Key Definitions....................................................................................................6
1.3 Project Overview.................................................................................................6
1.4 Site Conditions...................................................................................................7
1.5 Topography......................................................................................................... 7
1.6 Horizontal and Vertical Datum...........................................................................7
1.7 Meteorological Conditions.................................................................................7
1.8 Soil Conditions...................................................................................................7
1.9 Brief Scope Road Works.................................................................................8
1.9.1 JEC New Road....................................................................................................8
1.9.2 Baish Road Improvement Works - Brief Scoping.............................................8
1.9.3 Route 5 Improvement Works - Brief Scoping...................................................8
1.9.4 Corniche Road Improvement - Brief Scoping...................................................8
1.9.5 Retention of Existing Material............................................................................8
2 SCOPE..........................................................................................................9
2.1 Codes and Standards.........................................................................................9
2.2 Conflicts and Deviations..................................................................................11
2.3 Language...........................................................................................................11
2.4 General Scope of Works...................................................................................11
2.5 Road and Pavement Works..............................................................................12
2.6 Roads................................................................................................................. 13
2.6.1 JEC Road (New).............................................................................................13
2.6.2 Route5 Junction Improvement Works (Existing Road)..................................14
2.6.3 Baish Road Improvement Works (Existing Road)..........................................15
2.6.4 Corniche Road Improvement...........................................................................16
2.7 Road Pavement Thickness and Materials.......................................................17
2.8 Traffic Signs and Road Marking......................................................................18
2.9 Existing Pipe Crossings...................................................................................18

B-III-2
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
2.10 Drawings............................................................................................................ 18
2.11 Specifications...................................................................................................18
3 CONSTRUCTION EXECUTION.........................................................................19
3.1 Construction Execution Strategy....................................................................19
3.2 Construction Material.......................................................................................20
3.3 Disposal of Excavated Material.......................................................................20
3.4 Waste Management Plan..................................................................................20
3.5 Change Engineering Control (Onsite).............................................................20
3.6 Site Quality Plans..............................................................................................21
3.7 Dust Pollution...................................................................................................21
3.8 Project Completion...........................................................................................21
4 EARTHWORK....................................................................................................22
4.1 Description........................................................................................................22
4.2 Quality Control..................................................................................................23
4.3 Source Quality Control.....................................................................................23
5 DRAINAGE.........................................................................................................24
6 GENERAL REQUIREMENTS.............................................................................24
6.1 Health, Safety and Environment (HSE)...........................................................24
6.2 Work Permit Requirements..............................................................................24
6.3 Traffic Control Plans.........................................................................................24
6.3.1 Open Work Permit.............................................................................................24
6.3.2 Traffic Control Management Guidelines.........................................................24
6.4 Interface Coordination......................................................................................25
6.5 Temporary Facilities.........................................................................................26
6.6 Specifications and Standard Details...............................................................26
6.7 Program Health, Safety and Environment (HSE) Management Plan.............26
6.8 Land Expropriation...........................................................................................26
7 CONTRACT DOCUMENTS................................................................................26
7.1 Drawings............................................................................................................ 26
7.2 Specifications...................................................................................................26

B-III-3
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

List of Figures
Figure 1 JEC Site Location.6

Figure 2 Temporary Road 18 .... 13

Figure 3 Route 5 (Red Colored)....14

Figure 4 Existing Baish Road ....15

Figure 5: Existing Corniche Road Improvements Works ......... 16

List of Tables
Table 1 Road Characteristics .. 14

Appendix
Appendix 1 Road 18, Corniche Road and Route 5 Junction Improvement Works ..27

Appendix 2 Baish Road Improvement Works .28

B-III-4
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

1 INTRODUCTION

1 Purpose and Scope of Document

This document has been written to highlight the Scope of Road Works under the Long Form
Contract (LFC). The emphasis on the construction of roads isin line with the SAUDI
ARAMCO Vision and Execution Plan.

The document also underlines key site execution requirements and responsibilities of the
PRINCIPLE (MAIN) CONTRACTOR or their SUBCONTRACTORS, who will work on behalf
of the CONTRACTOR.

The CONTRACTOR shall provide all services, labor, materials and equipment required for
the construction of the Roads Works and related operations necessary or convenient to the
CONTRACTOR for furnishing a complete work package as shown on the Drawings or
specified in the Contract Documents / Specifications.

This document is applicable to CONTRACTOR, SUBCONTRACTORS and their


VENDORS,executing work on behalf of the SAUDI ARAMCO.

B-III-5
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

B-III-6
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

2 Key Definitions

ENGINEER
Means AECOM ARABIA assigned by the SAUDI ARAMCO to designthe construction work of
the project.

3 Project Overview

Jazan Economic City (JEC) is located in the southwest of Saudi Arabia along the Red Sea to
the west of the town of Baish, approximately 80 km north of Jazan City, as indicated in Figure
1.

Figure 1: JEC Site Location

B-III-7
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

4 Site Conditions

Presently, a steel plant (SOLB) and an ore processing plant (Cristal Global) exist at the
southern part of JEC. In addition, Saudi Aramcos Jazan Refinery Complex and Integrated
Gasification Combined Cycle (IGCC) Power Plant are currently under construction in the
southern part. Also, Al-Farabi Petrochemical Company plans to build a complex in this area
to produce petrochemical derivatives. Other medium and light industrial facilities are planned
in this area as well.

5 Topography

The topography of the proposed JEC is generally flat with a 0.4 % slope gradually rising from
approximately 0 m in the western edges along the Red Sea to 33.0 towards the eastern and
northern boundaries of the site.

6 Horizontal and Vertical Datum

The following notes should be considered in all elements of JEC project:

a. The vertical datum in JEC is based on the Saudi Aramco Vertical Datum of 1978
(SAVD 78), 1994 adjustment

b. The Survey Control Points of the project are presented, in meters, relative to Jazan
Amanah WGS84 coordinate system, UTM Projection Zone 38 North.

7 Meteorological Conditions
The weather of JEC is generally hot and humid from June to August. The prevailing wind
directions are from west, south west, and south. Strong winds and sand storms occur several
times a year but mostly in summer.

8 Soil Conditions
The site is predominantly covered by sandy soil in the form of coastal sand dunes and flats.
Sabkha and other unsuitable soils are also present throughout the site. Mangrove areas
mainly exist along the north-western side of the shoreline of the site.

B-III-8
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

9 Brief Scope RoadWorks

The Project will use Sulfur Asphalt as per standard SAES-Q-006 and SABP-Q-10 and all
applicable related standards.

1.9.1 JEC New Road


Construction activities have begun within JEC and include a port, ARAMCO Refinery,
and other smaller sites. In order to allow for construction activities totake place within
JEC, some of the roads within JEC will be constructed to allow for vehicle and truck
movements within the area.
Under this contract, Road18will be constructed for transportation andconstruction
activities within JEC.
Structural design of the pavement consisting of sub-grade, sub-base, base and
wearing course is in accordance with the Saudi Aramco Engineering Standard
SAES-Q-006(Asphalt and Sulfur extended Asphalt Concrete Paving) and related
Industry Codes and Standards.
The CONTRACTOR will be constructingthe LFC - Roadsas depicted inFigure 2of the
Scope of Work.

1.9.2 Baish Road Improvement Works - Brief Scoping


Works include the addition of an extra laneon either side of each carriageway to the
existing Baish Road from Roundabout at SWCC water storage tanksto Seaside
Municipality Building. Refer to Appendix 2 for Design Reports.

1.9.3 Route 5 Improvement Works - Brief Scoping


Works include construction of two new signalized traffic junctions and
decommissioning of one existingtrafficsignalized junction.

1.9.4 Corniche Road Improvement - Brief Scoping


Works include construction of new road link between existing marketing building and
JEC Road 1, retaining short lengths of existing roads and demolishing the remaining
roads.

1.9.5 Retention of Existing Material


Any existing material within the LUP such as kerb stones etc. are to be stacked
neatly and stored in a secure location waiting collection from the Municipality or
owner.

B-III-9
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

10 Codes and Standards


Saudi Aramco, national andinternational design standards are used as applicable (most
recent edition):
Saudi Aramco Standards:
SAUDI ARAMCO Engineering Standards (SAES).
1 SCOPE
SAUDI ARAMCO Engineering Procedures (SAEP).
SAUDI ARAMCO Best Practice (SABP).
SAUDI ARAMCO Materials System Specifications (SAMSS).
SAUDI ARAMCO Supplements Manual.
SAUDI ARAMCO Inspection Requirements.
Saudi Arabian Standards Organization (SASO).
SAUDI ARAMCO General Instructions, as applicable.
SAUDI ARAMCO Inspection Procedures.
SAUDI ARAMCO Construction Safety Manual.

National & International:


A Policy on the Geometric Design of Highways and Streets, 6th Edition American Association
of State Highway and Transportation Officials (AASHTO).
Roadside Design Guide, 4th Edition, AASHTO
Freeway and Interchange Geometric Design Handbook, ITE.
Highway Capacity Manual, Transportation Research Board
Manual on Uniform Traffic Control Devices (MUTCD)
Saudi MOT Highway Design Standards
Saudi MOT MUTCD Standards
HCS Software for capacity and LOS analysis.
Auto Turn software for design vehicle turning path.
Guide for Design of Pavement Structures, 4th Edition, AASHTO
Design Manual for Roads and Bridges (DMRB), UK

2.1.1 Industry & Other Standards

Industry and other standards which are applicable are listed below:

B-III-10
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
AASHTO
American Association of State Highway and Transportation Officials

ANSI
American National Standards Institute

ASTM
American Society of Testing and Materials

MOT
Ministry of Transport

SACSM
Saudi Aramco Construction Safety Manual

SASO
Saudi Arabian Standards by Saudi Arabian Standards Organization

DMRB
Design Manual for Roads and Bridges, UK

2.1.2 ASTM

ASTM D422
Particle Size Analysis of Soils

ASTM D1556
Test Method for Density of Soil in Place by the Sand-Cone Method.

ASTM D1557
Test Method for Laboratory Compaction Characteristics of Soil Using Modified Effort
(56,000 ft - lbf/ft3 (2,700 KN-mIm3)).

B-III-11
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
ASTM D2487
Classification of Soils for Engineering Purposes

ASTM D2922
Test Methods for Density of Soil and Soil Aggregate in Place by Nuclear Methods
(Shallow Depth).

ASTM D4253
Test Methods for Maximum Index Density of Soil Using Vibratory Table.

ASTM D4254
Test Methods for Minimum Index Density of Soils and Calculation of Relative Density.

ASTM D4318
Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils.

11 Conflicts and Deviations


Any inconsistency, conflict or disagreement between the requirements specified in this
document, industry standards and/or manufacturers standards shall be brought to the
attention of SAUDI ARAMCO for resolution. The more stringent shall apply.

12 Language
All documentation shall be in the English language using the English (International)
dictionary. Language usage disputes shall be resolved by reference to the Oxford English
Dictionary. Equipment warning labels and instruction labels shall be in both the English and
Arabic languages.

1 General Scope of Works


The scope of work for LFC - Road Works, in general includes the construction of roads for
the movement of construction traffic and associated works and the improvements to existing
Baish Road and Route 5 Junctions. Refer to Appendix 1 and 2 for more details.
The control of the new traffic flow around the JEC roads will require traffic control measures.
The supply and the positioning of Jersey Barriers, along with the construction of speed
humps on the side of the direction of traffic flow prior to ALL new road junctions to be
included in the Bidders lump sum construction price for the roads.

B-III-12
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
13 Road and Pavement Works
The scope of works for Roads and Pavements shall include and not be limited to the
following;
CONTRACTOR shall construct Roadsin accordance with the accompanying engineering
design drawings. Following are some activities expected to be involved during the
construction.

Surveying, including setting out of the road centerline and levels of each layer of the roads
structure.
Identity all existing services within the works footprint and make sure these will not be affected by
the works. SeekSAUDI ARAMCO advice incase services are affected.
Earthwork, cut in suitable and unsuitable soil and fill with suitable excavated material or imported
material
Laying of sub grade/sub base
Asphalt laying
Road markings and signs
Installation of sign boards
Installation of Traffic signals (where required)
Provision of ducts
Provision of speed humps
Provision of Shop drawings
Develop the design as and when required

For further details with regard to the execution of above tasks CONTRACTOR shall refer to
the design drawings and Specification.

CONTRACTOR shall construct appropriate vehicular and pedestrian crossings as indicated


in the design drawings and as per specifications, where applicable.
CONTRACTOR shall furnish and install traffic signals wherever required.
CONTRACTOR shall furnish and install all traffic sign boards (from approved vendor) as per
the design drawing and specifications.
CONTRACTOR shall complete all road markings as indicated in the design drawings and as
per the specifications.
CONTRACTOR shall be responsible for connecting the newly constructed roads with the
existing roads, if any.
CONTRACTOR shall liaise with all the relevant Authorities for necessary work permits or
NOCs as required during the course of construction.
CONTRACTOR shall submit and obtain approval from the relevant Authorities of all traffic
diversions necessary for the completion of road works.
CONTRACTOR shall comply with all applicable statutory environmental (noise, dust,
pollution) requirements throughout the duration of the contract.

B-III-13
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
14 Roads
15 JEC Road (New)
The CONTRACTOR shall construct LFC Road 18 as per scope of this document.
Road shall be comprised of compacted bases and paved in sulfur asphalt as
generally described in the Drawings.

Road shall be constructed by preparing bed with compaction, cut, and fills as
required to specified grade elevations as shown in the drawings. Road base shall be
compacted to a minimum 95% of the maximum Modified Proctor density, as
determined by ASTM D1557.

Roads shall be marked by installing steel spikes along the edge of the road and
connecting the spikes with colored polyethylene ribbon.

Under this contract, Road 18 will be constructed for transportation and construction
activities within JEC.

Figure 2: Temporary Road 18

The new road shall be 2 lanes wide, in each direction (3.75m lane width), with 1.5m
wide paved hard-shoulder. For details of the full cross section, pavement depth and
carriageway lengths, refer to submitted accompanying drawings.

B-III-14
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
The following Table 1 highlights physical features of LFC Road 18in summary

Road Location Length (km) No. of lanes Lane width


per direction (m)

Road 18 (See Figure 2) 3.095 2 3.75

For this new road an area shall be cleared for a distance of 9m width from the edge
of the marl capped shoulder on both sides of the road. The edges of the sand banks
are to be bantered out to the recommended gradient 3 in 1.

16 Route5 Junction Improvement Works (Existing Road)

Figure 3: Route
5 (Red Colored)

The CONTRACTOR shall construct two new signalized traffic junctions on existing
Route 5, at locations marked as (A) and (C) in Figure 3.
The existing signalized traffic junction, marked (B) in Figure 3, will be
decommissioned and the median gap will be closed by the installation of a New
Jersey Barrier.
The overall scope of work includes:

Upgrading two existing Junctions (A) & (C) to become fully signalized traffic
junctions and removal of the existing median to facilitate traffic movements to
and from Route 5. Install traffic signals as per Jazan Amana requirements.

B-III-15
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
Traffic Management design and implementation for SAUDI ARAMCO approval
and all coordination for utility relocation/removal with the Authorities as
appropriate.
Introduce decelerating lanes at Junction (A) & (C) to facilitate dedicated left
hand turning traffic movements from Route 5 into Baish Road and making U-
turns.
Median works; relocating existing lighting columns, lowering and protecting
existing ductings and chambers, kerbing and fill material etc.
Decommissioned existing signalized traffic junction (B) and place New Jersey
barrier to close the gap within the median.
Blocking all existing U turns openings between Junctions (A) & (C) by placing a
New Jersey barrier.
Make reference to the design drawing.

17 Baish Road Improvement Works (Existing Road)

A
B
Baish Road

Figure 4: Existing Baish Road

The CONTRACTOR shall be responsible to upgrade existing BaishRoad from two


lanes to three lanes (each way), from the Roundabout at SWCC water storage tanks
(locations A) to Seaside Municipality Building and (location B) shown in Figure 4.
The overall scope of work includes:
Carry out a topographical survey for Baish road between Points (A) and (B).

B-III-16
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

Demolish existing carriageway structure and reconstruct road. Reconstruction


will entail removal of top 600mm of sub-grade and re-compact sub-grade in
layers, construct new aggregate sub-base and asphaltic layers as per design
drawings.

Produce shop drawings for approval showing addition of one lane plus marl
shoulder in each direction.

Identify any impact on existing utilities and required relocation/reinstatement.


Assess street lighting modification due to carriageway widening.
Assess requirement for safety barriers on embankments and within the
median.

Traffic management and any diversion works to allow safe undertaking of


construction.The diversion must allow for phased construction of the Works to
maintain the present traffic flow such as temporary carriageway widening to
allow contraflow on one side of the highway whilst construction is ongoing for
the other side. An advance copy of the traffic management documentation is
required for SAUDI ARAMCO approval.
Coordinate the removal of existing overhead power and telephone lines
within the authorities.

Demolish and remove off-site existing street lighting poles and replace with
new including, luminaries, arms, foundations, cabling, ducting, feeder pillars,
disposal of existing street lighting posts and handover to the owner (all testing
and commissioning of the lights to ensure their functionality).

Construct additional lanes as per approved shop drawings, including all


painting and signage.

B-III-17
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
18 Corniche Road Improvement

Figure 5: Corniche Road Improvements

The CONTRACTOR shall be responsible to retain a portion of existing Corniche


roads (marked in RED color), demolish remaining Corniche roads (marked in BLUE
color) and to construct a new road connection (marked in GREEN color), as shown
in Figure 5.
The overall scope of work includes:
Retain specified lengths of existing Corniche roads (RED colored).
Demolish existing Corniche roads (BLUE colored), extend to south of Figure
5 to be confirmed on site.
Marketing building to Road 1 link: Construct new road connection (GREEN
colored) connecting to temporary Road 1 till permanent Road 1 is
constructed. Once permanent Road 1 is constructed connection will be
amended to connect to permanent road 1.
Produce shop drawings (new road connection) for approval showing one lane
each way plus marl shoulder in each direction, including all painting and
signage.
Identify any impact on existing utilities and required relocation/reinstatement.

B-III-18
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
Traffic management and any diversion works to allow safe undertaking of
construction. Advance copy of the traffic management documentation is
required for SAUDI ARAMCO approval.
Re-locate existing semi-mobile towers to avoid clash with proposed road, in
line with relevant service owner and Amana requirements.

19 Road Pavement Thickness and Materials

Pavement thickness is principally determined by traffic analysis, the design life and sub
grade considerations. Based on the pavement design calculations, the following pavement
thickness of various materials shall be used for the road structure of all roads Road 18 and
Corniche Road Improvements:

Asphaltic Concrete Wearing Course = 5.0 cm


Asphaltic Concrete Base Course = 7.0 cm
Aggregate Base Course(in 2 layers) = 30.0 cm
Sub-grade (as per design)
For Baish Road Improvement Works, refer to Appendix 2 for pavement design.
All the asphalt concrete paving shall be as per Saudi Aramco Engineering Specifications,
SAES-Q-006 and SABP-Q-010.

20 Traffic Signs and Road Marking

Road markings and signage elements have been designed as per appropriate MOT / MOC
standards. The relevant drawings have been included in the bid package.
However, CONTRACTOR shall install road markings and signage as directed by The SAUDI
ARAMCO and as per the Manufacturers recommendation in compliance with the above
standards.
The traffic signs and road marking strategy will be produced by the CONTRACTOR to
ensure that construction traffic on site can manoeuvre and move safely without any traffic
delays. The CONTRACTOR can use Saudi MOT standards, as applicable.
21 Existing Pipe Crossings

Protection of existing pipelines should be completed after approval by the Company. Upon
approval, the Contractor should clear below the pipe barrel, provide adequate concrete
supporting saddles, and construct a reinforced concrete box culvert of an internal size equal
to the outside diameter of the existing pipe plus 200 mm free space all around the pipe. The
box culvert base slab, walls and cover slab are 200 mm thick. The Contractor must provide
construction joints at 4 m intervals of the length of the box culvert. The length of the culvert is

B-III-19
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
equal at least to the width of the road extending 1.0 meter beyond the outer edge of the
road, on each side. Contractor must submit shop drawings for approval prior to start of work.

22 Drawings

A full set of drawings are presented in the Issued for bid Documents, under Appendices 1
and 2:
Appendix 1 (JEC Road 18, Marketing Building to Road 1 link and Route 5
Improvement Works)
Appendix 2 (Baish Road Improvement Works)

23 Specifications

A set of construction specificationsform part of the Bid package. These specifications define
the standards, materials and workmanship to be followed in the construction of the project.
CONTRACTOR shall follow the relevant specifications of Bid document.
Issued Contract and Specifications shall take precedent over any item in any other
documents.

24 Construction Execution Strategy

The Construction Execution Strategy will be developed by the CONTRACTOR to suit their
working methods and mobilization. The CONTRACTOR shall develop specific strategies for
executing the WORK processes and will provide Work Method Statement for SAUDI
ARAMCO review and approval. Work Method Statement must include Site Organization
Chart and list of Sub-Contractors for the SAUDI ARAMCO review and approval.

CONTRACTOR shall describe the way in which the Site shall be divided into construction
areas to facilitate a Project Work Breakdown Structure for the purposes of detailed planning,
data management, procurement of material, and material allocation.

Works must be planned in such a way that the public, persons or property are not affected
by the construction activities.

It is anticipated that a thorough site investigation and diversion designs are carried out for
the existing utilities prior to full site mobilization for construction. If in doubt, the matter

B-III-20
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13

2 CONSTRUCTION EXECUTION
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
should be brought to the attention of the SAUDI ARAMCO before the commencement of the
work.

Pre Construction Activities;


Utilities review and site survey, manhole survey and detection.
Utilities trial holes (potholing).
Services diversion.
Site access and working area plan. In particular, segregation of personnel and
material/ equipment movements.
Construction sequence and road closure plan (where applicable)
Material approvals
Identify and obtain SAUDI ARAMCO approval of Borrow Pit Location
Locate Dump Area as per the Local Authorities requirements
Survey works required for the Baish highway road
Execution plan agreed by Aramco and the Municipality for the construction of the
Baish Highway road as specified in para 6.3.2.
Execution plan for the construction of road 5B, road 18 and North strip road to be
agreed by Aramco, the provision of the required the temporary access routes
required during the construction phase is to be included.

25 Construction Material
Materials used in the construction of the works shall comply with the Aramco Standards and
shall be sourced from the approved suppliers. Asphalt will contain Sulfur as per the
applicable standards.
Approval shall be sought from the SAUDI ARAMCO and the relevant authority, prior to the
use of any materials or products which have not been approved, previously.
Materials for the construction works will follow the requirements within the drawings.

26 Disposal of Excavated Material


CONTRACTOR shall be responsible for disposing of surplus excavated material offsite, in
accordance with prevailing regulation and environmental laws. CONTRACTOR shall dispose
of excavated material or trash at the location authorized and allocated by Aramco in
conjunction with the Local Authorities.
All materials shall be removed from the work site at the end of each workday. Under no
circumstances will the CONTRACTOR be allowed to accumulate debris etc on the site for
longer period.

27 Waste Management Plan

B-III-21
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
CONTRACTOR shall develop and implement a Waste Management Plan, with appropriate
provision made for waste segregation and storage. All such materials shall be removed from
the Site. Where possible, materials shall be recycled.

CONTRACTOR shall advise details of how the disposal of any contaminated soil and water
shall be managed.

CONTRACTOR shall only use licensed haulers and approved recycling/waste disposal or
treatment facilities.

CONTRACTOR shall apply and have in force at the time of commencing WORK all
necessary permits for the disposal of materials off-Site.

CONTRACTOR shall adopt precautions to prevent sand and debris from being dispersed by
wind. Trucks shall be fitted with covers to prevent sand and debris flying, while in movement.

28 Change Engineering Control (Onsite)

CONTRACTOR shall develop procedures covering all onsite engineering activities which will
be reviewed and monitored by the SAUDI ARAMCO. This includes as a minimum:
Ensure availability of the latest Approved for Construction documents to discipline
inspectors, supervisors and Sub-Contractor, through CONTRACTOR Site Document
Control Group.
Implement and ensure the satisfactory operation of CONTRACTOR Electronic
Document Management System (EDMS) at the WORK Site.
Interpret Project Specification requirements and construction drawings for
construction supervisors.
Seek resolution of FEQs (Field Engineering Queries).
Engineer modifications or changes in consultation with the CONTRACTOR
Engineering Group, where necessary. CONTRACTOR shall seek SAUDI ARAMCO
approval for design changes.
Resolution of engineering non-conformances.
Authorization of SUBCONTRACTOR concession requests.
Request SAUDI ARAMCO approval of any Concessions to the Project specification

29 Site Quality Plans

CONTRACTOR shall develop Quality Plans, Procedures, Inspection and Test Plans, Audit
Schedules etc. in accordance with the requirements of the Project Specifications and
Standards; these documents will be reviewed by SAUDI ARAMCO who will monitor their
implementation thereafter.

B-III-22
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
The Site Quality Plan shall reflect CONTRACTOR responsibility for the implementation of a
QA/QC program that shall ensure the following:
Compliance with the principles of SAEP-1154 Guidelines for CONTRACTORs
Quality Plan
Reflect awareness of the Project Specification requirements and ensure compliance
thereafter.
Communicate the project QA/QC requirements to all relevant parties.
This shall be achieved via the following document framework:
o Site Quality Plan
o CONTRACTOR and SUB-CONTRACTOR Discipline Inspection and Test
Plans (ITPs)

30 Dust Pollution
CONTRACTOR shall spray water to all areas of work as required to prevent dust blowing.
The amount of water to be used and the frequency of application shall be sufficient to
prevent dust nuisance. SAUDI ARAMCO has the right in this Contract to require additional
watering whenever it is needed for dust control at no additional cost to the SAUDI ARAMCO.

31 Project Completion
The project duration is to be 420 calendar days including the mobilization and hand over the
works. Upon completion, CONTRACTOR shall submit the as-built drawings to the SAUDI
ARAMCO after the completion of the project. CONTRACTOR shall complete to the SAUDI
ARAMCOs satisfaction all Punch Lists identified within the Scope of Work.
The project is deemed complete only after issuance by the SAUDI ARAMCOof Completion
Certificate.

32 Description

Work in this Section includes, but is not limited to:

i. Performing all operations in connection with the stripping of topsoil.

ii. Excavation in any type of soil and rock.

iii. Removal and disposal of all unsuitable soil and rock material from the Work site.

B-III-23
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13

3 EARTHWORK
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
iv. Placing and compacting of fill materials from Work site grade excavations, and
grading the site to the required elevations shown on the Drawings. All work shall be
performed according to specifications provided.

v. Site Verification and Survey: CONTRACTOR shall perform all surveys necessary to
layout the project facilities such as buildings, roads, walkways, parking lots, curbs,
lighting, piping, utilities and traffic signs etc.

vi. CONTRACTOR shall field verify the existing conditions and existing utilities prior to
start of work.

vii. CONTRACTOR shall establish and maintain borrow pits in accordance with
specifications.

viii. Site clearance in advance of earthwork construction. Prior to stripping the existing
surface, CONTRACTOR shall clear the area of all vegetation, debris and any other
deleterious material.

ix. Site grubbing and stripping of existing surface soil in 150mm thickness, clean and
remove any unsuitable materials and disposal of the same.

x. Construct pads by cutting, filling grading and compaction to required elevationas


shown in the drawings with excavated materials.

xi. The sub-grade shall be constructed according to specifications.

xii. The asphalt paved roadways shall be constructed in accordance with specifications.

CONTRACTOR shall grade and compact the sub-grade/select fill and base course in
accordance with specifications.

All materials shall be obtained from a source approved by the SAUDI ARAMCO.

33 Quality Control

The CONTRACTOR shall submit samples of fill materials for evaluation and approval by the
SAUDI ARAMCOprior to delivery to the site. Additional submittals of fill material shall be
made as requested by SAUDI ARAMCO throughout the project.

The fill material shall conform to the specification. Fill material shall consist of gravel, sand/or
marl and be free of organic matter, trash, chunks of highly plastic clay or other unsatisfactory

B-III-24
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
material. Fill material shall be used for all compact fills except where select fill material is
specified on the drawings.

The dune sand located near the project site, if approved by The SAUDI ARAMCO and JEC
can be used as a general as well as select-fill material. The backfill material shall be of
select fill material and the excavated natural grade or fill material shall be used subject to
SAUDI ARAMCO approval.

34 Source Quality Control

Tests and analysis of soil materials will be performed in accordance with Saudi Aramco
Engineering Procedure (SAEP-381) and ASTM D422, ASTM D2487, and/or ASTM D4318.

Initially a test Strip (minimum size 100 sq. m) shall be established to determine the methods,
number of passes, type of equipment required to obtain the specified compaction for each
type of fill material.

Fill shall be placed and compacted to the grades shown on the Drawings to within a
tolerance of zero below and 75 mm above grade. Embankment slopes shall be constructed
to within 150 mm of the plan location.

No drainage network has been designed. However, the road was designed to drain the water to the
sides and in areas of fill. Side protection at low points of the road is required.

35 Health, Safety and Environment (HSE)

HSE shall be the top priority for the Project. The Project philosophy is that all personal
injuries are preventable and requires CONTRACTOR to establish and manage programs
that shall result in excellent HSE performance. SAUDI ARAMCO reserves the right to stop
construction WORK in the event of any unacceptable HSE performance.

CONTRACTOR shall adhere to all Saudi ARAMCO Construction Safety Manual and all
references General Instructions, and standards at all times.

36 Work Permit Requirements


All WORK shall be controlled by a Permit to Work system as specified in the Work Site HSE
Plan document. CONTRACTOR shall submit his Permit to Work procedure for SAUDI
ARAMCO review and approval prior to the start of any WORK on site

37 Traffic Control Plans


Contractor is responsible to submit a final Traffic Control Plan based on the agreed Program
for final approval by all relevant authorities as per the Traffic Management Procedures.

B-III-25
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13

54 GENERAL
DRAINAGEREQUIREMENTS
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
38 Open Work Permit

It is the obligation of the contractor to be aware of municipality work permit


requirements before beginning any construction related activity.

39 Traffic Control Management Guidelines

Assess traffic volumes on roads where construction work is planned

Formulate a strategy of traffic detour/diversion


Prepare concept traffic plan for detour/diversion
Get approval from Traffic Police on concept plans
Prepare detailed plans with Signage and Road Marking details
Ensure Safety practices in place.
Get detailed plans approved by Traffic police and obtain work permit
Open traffic detour/diversion
Continuously monitor detour/diversion to ensure smooth traffic operation

Note: All traffic control plans shall be based on the MOT Traffic Control standard
document.

40 Interface Coordination
In addition to the work being implemented by CONTRACTORS within JEC Program, there
may be external contractors doing infrastructure work also in JEC, where their scope of work
could geographically interface with any of the packages under these works.
To ensure proper interface coordination (both internal and external) and at the request of the
SAUDI ARAMCO Representative, CONTRACTOR shall appoint an interface coordinator
responsible for overseeing all interfaces between CONTRACTOR and SAUDI ARAMCO,
and if necessary other Contractors.

CONTRACTOR shall ensure its familiarity with the design and installed condition (whether
existing or new construction) for the interface item, and its respective boundary conditions
such that the design intent of the system affected by the interface is consistently upheld
across the interface in accordance with the Job Specifications.

CONTRACTOR shall develop interface drawings in sufficient detail to define the method and
location of interfaces of the WORK.

CONTRACTOR shall develop an interdependency schedule. The interdependency schedule


shall identify the required dates for information exchange between CONTRACTOR, SAUDI
ARAMCO, Other Contractors and / or governmental agencies to allow the WORK to proceed
without delay. This schedule shall indicate road closure, detouring and any anticipated
utilization of government or public facilities / utilities.

B-III-26
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX
CONTRACTOR shall provide responsibility matrices specifying the scope of
CONTRACTORs WORK and identifying the work to be performed by Other Contractors and
/ or SAUDI ARAMCO.

CONTRACTOR shall be responsible for any phasing requirements and effective


programming of WORK as requested by the Local Authority or SAUDI ARAMCO to minimize
traffic disruption and to avoid public exposures to accidents or risks.

CONTRACTOR shall submit to SAUDI ARAMCO Representative a WORK Schedule


analysis of alternatives and cost estimates for each interference delay situation.

41 Temporary Facilities

CONTRACTORto provide temporary accommodation facilities or welfare facilities for his


work forceduring the construction. These facilities shall be suitable for safe and hygienic
living and working and be compliant with the requirements for Saudi ARAMCO work health
and safety and SASC Code.

42 Specifications and Standard Details


A complete set of JEC Specifications and Standard Details for all LFC - Road(new and
improvement work) are included in the bid documents. The CONTRACTOR must determine
the necessary specification and standard details applicable to his projects as not all
specification or details will be applicable to every package or project.

43 Program Health, Safety and Environment (HSE) Management Plan

CONTRACTOR shall adhere to all Saudi Aramco Construction Safety Manual and all of its
references General Instructions, and standards at all times.

44 Land Expropriation
Land expropriation for project areas will be managed by the SAUDI ARAMCO.

7 CONTRACT DOCUMENTS

7.1 Drawings
A full drawing list is presented in the Issued for Bid Drawings (refer to Appendix 1 and 2).

7.2 Specifications
A set of construction specifications form part of the tender package. These specifications
define the standards, materials and workmanship to be followed in the construction of the
project.

B-III-27
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

END OF ATTACMENT III TO SCHEDULE B

Road 18, Corniche Road and Route 5 Junction Improvement Works

APPENDIX 1

B-III-28
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
SCHEDULE B, ATTACHMENT III CONTRACT NO. 66000XXXXX
CONTRACT NO. 66000XXXXX

B-III-29
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13
CONTRACT NO. 66000XXXXX

Baish Road Improvement Works

APPENDIX 2

B-III-30
MP-LSTK / MP-IK-LSTK / MP-IK-LSPB 04/13

Вам также может понравиться