Sei sulla pagina 1di 85

LUSAIL REAL ESTATE DEVELOPMENT COMPANY

TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK
AND LANDSCAPE

VOLUME – 2

APPENDIX A

PART 2

GENERAL REQUIREMENTS

VOLUME 2: APPENDIX A - PART 2 – GENERAL REQUIREMENTS Rev.1


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

General Requirements - Table of Contents


1.0 Definitions 4

1.1  Description of the Works 5 


1.1.1  Scope of Work 5 
1.1.2  Key Personnel 5 
1.1.3  Permits and Approvals 5 
1.1.4  Work by Others 5 
1.1.5  Notice 7 
1.2  Contractor Documents & Drawings 7 
1.3  Work Reasonably Inferred 7 
1.4  Temporary Mobilisation Works 7 
1.4.1  General 7 
1.4.2  Temporary Access Roads and Routes 8 
1.4.3  LREDC Towers Infrastructure including Road A1 and Internal Roads 9
1.4.4 LRT Station WFC-03 10
1.4.5 Public Car Park 10
1.5 Contractor's Facilities 11
1.5.1 General 11
1.5.2 Temporary Facilities Access and Servicing 12
1.5.3 Temporary Electrical Power 13
1.5.4 Temporary Water Supply 13
1.5.5 Temporary Drainage 14
1.5.6 Security 14
1.5.7 Construction Cleaning 14
1.5.8 Nuisance from Noise and Dust 14
1.5.9 Fire Precautions 15
1.5.10 Codes, Regulations and Guidelines 15
1.5.11 Certificate of Occupancy 15
1.5.12 Fire Protection during Construction 15
1.5.13 Maintenance of Buildings and Property 16
1.5.14 Worksite Layout and Building Design 16
1.5.15 Life Safety of Occupants during Structure On Fire 16
1.5.16 Fire Alarm System Requirements 16
1.5.17 Fire Extinguishers 17
1.5.18 Hose Reels & Hydrants 17
1.5.19 Evacuation & Means of Escape 17
1.5.20 Fire Fighting Services 17
1.5.21 On-Worksite Welfare Provision 18
1.6 LREDC Satellite Office 18
1.7 Building Materials Specification 22
1.7.1 Utilities 22
1.7.2 Land Development 22
1.7.3 Interior Fit-out 22
1.7.4 General Requirements 23
1.8 Office Furniture and Appliances for LREDC Office 24
1.8.1 Main (Hub) Office 24
1.8.2 LREDC Office - Equipment and Consumables 28
1.8.3 External Works at the LREDC's Satellite Office 28
1.8.4 Stationary Supplies 28
1.8.5 Safety Equipment and Clothing 29
1.8.6 Assistance to LRECD 29
1.8.7 Equipment for LREDC 29
1.8.8 Environmental Specification for Hardware Items 29
1.8.9 Documentation 29

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 1 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.8.10 Miscellaneous 30
1.8.10.1 Survey Equipment 30
1.8.10.2 Area for use by the Contractor 32
1.8.10.3 Fabrication Areas 32
1.8.10.4 Materials Storage Areas 32
1.8.10.5 Project Sign board 32
1.8.10.6 Name Boards and Other Advertising 33
1.8.10.7 Utilities 33
1.8.10.8 Foul Water Collection System 33
1.8.10.9 Potable Water System 33
1.8.10.10 Fire Fighting Water System 34
1.8.10.11 Electrical Supply 34
1.8.10.12 Instrumentation and Telecommunications 34
1.8.10.13 Waste Collection and Disposal 35
1.8.10.14 HVAC 35
1.8.10.15 Radio Specification 35
1.9  Design Guidelines for Temporary Facilities 37 
1.10  Codes, Standards and Specifications for Temporary Facilities and Main Works 38 
1.10.1  References 41 
1.11  Security 41 
1.11.1  Contractor's Security Responsibility 42 
1.12  Protection of the Works 43 
1.12.1  Protection of Finishes, Equipment and Surfaces 43 
1.12.2  Protection and Marking of Utility Terminations 43 
1.12.3  Protection Against Damage 43 
1.12.4  Procedure for Complaints and Claims for Damage 44 
1.13  Water, Drainage and Exposure 44 
1.14  Temporary Traffic Arrangements 45 
1.14.1  Traffic Police Division Requirements 45 
1.14.2  Damage and Reinstatement 46 
1.14.3  Materials, Sampling and Testing 46 
1.14.4  Use of the Worksite 48 
1.15  Contractor’s Submittals 49 
1.15.1  General 49 
1.15.2  Project Management Plan 49 
1.15.3  Project Controls 53 
1.15.4  Project Controls Personnel 53
1.15.5 Project Controls Execution 53
1.15.6 Project Controls Data Structure 54
1.15.7 Earned Value Management (EVM) and Variation Analysis 54 
1.15.8  Programme Submittals 54 
1.15.9  General Scheduling Requirements 54 
1.15.10  Contract Execution Plan 55 
1.15.11  Procurement Programme 58 
1.15.12  Updates and revisions 59 
1.15.13  As Built Drawings and Records 59 
1.15.14  Staff Organisation Chart 60 
1.15.15  Health, Safety Environment & Sustainability Organisation Chart and Plan 61 
1.15.16  Quality Assurance Organisation Chart and Plan 61 
1.15.17  Method Statements 61 
1.15.18  Application & Invoices for Completed Works 62 
1.16  Contractor’s Reports 62 
1.16.1  General 62 
1.16.2  Daily Construction Reports 62 
1.16.3  Weekly Design & Construction Reports 63 
1.16.4  Design & Construction Monthly Reports 64 
1.16.5  Other Reports 65 

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 2 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.16.6  Progress Photographs 66 


1.16.7  90 Day Look Ahead Design & Construction Report 66 
1.16.8  Reports and Correspondence 67 
1.16.9  Meetings 67 
1.17 Project Management Information System (ACONEX) 67 
1.18 Quality Management: 67 
1.18.1 Standards and Specifications for the Works 68 
1.18.2 Glossary 68 
1.18.3 Attendance to LREDC 68 
1.18.4 Record Surveys 69 
1.18.5 Methods Statements and Permit to Work System: 70 
1.19  Clearance of the Worksite 71 
1.19.1  The Worksite 71 
1.19.2  Internal and External Surfaces 71 
1.19.3  Final Clearing 71 
1.20  Inspection and Taking-Over Procedures (Off-Worksite Inspection) 71 
1.20.1  Pre-requisite for Final Inspection 72 
1.20.2  Approvals from Public Authorities 73 
1.20.3  Taking Over 73 
1.20.4  Items to be provided by the Contractor 73 
1.20.5  Guarantee Warrantees and Bonds 73 
1.20.6  Mechanical and Electrical Works 73 
1.20.7  Project Record Documents 74 
1.21  Completion Date: Sections / Taking Over 75 
1.22  List of Standard Documents 75 
1.23 Transportation of Staff and Materials Involved in Contracts Entered Into
by Government Entities to be by Qatar Airways 76
1.24 Recommended Vendor List 78

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 3 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.0 Definitions
The following terms, including capitalized words previously defined in the General
Conditions of Contract (“GCoC”), are used in this instrument and are defined as follows:
a) “Authorities” or “Authority” refers to any Government Department or their
representatives, statutory authorities or services or utility providers or any other
relevant body or organization with authority or jurisdiction within Qatar.
b) “Base Date” means the date 28 days prior to the latest date for submission of the
Tender.
c) “CONTRACTOR’S Equipment” means all apparatus, machinery, vehicles and other
things required for the execution and completion of the WORKS and the remedying of
any defects. However, CONTRACTOR’S Equipment excludes TEMPORARY
FACILITIES, Plant, Materials and any other things intended to form or forming part of
the FACILITY.
d) “Drawings” or “Plans” means the drawings of the FACILITY subject of the
CONTRACT, and any additional and modified drawings issued by (or on behalf of)
LREDC in accordance with the CONTRACT.
e) “Engineer” means LREDC (GCoC Article 19.1)k)
f) “Materials” means things of all kinds (other than Plant) intended to form or forming part
of the FACILITY, including the supply-only materials (if any) to be supplied by the
CONTRACTOR under the CONTRACT.
g) “Plant” means the apparatus, machinery and vehicles intended to form or forming part of
the FACILITY.
h) “WORKSITE” means the CONSTRUCTION WORKSITE subject of the
CONTRACT means the Scope of Works and Technical Information (GCoC
Appendix A), and any additions and modifications to the specification in
accordance with the CONTRACT. Such document specifies the FACILITY.
j) “Tests after Completion” means the tests (if any) which are specified in the Scope of
Works and Technical Information (GCoC Appendix A) and which are carried out after
the FACILITY is taken over by LREDC.
k) “Tests on Completion” means the tests which are specified in the Scope of Works and
Technical Information (GCoC Appendix A) or agreed by both PARTIES or
instructed as a VARIATION, and which are carried out before the FACILITY are
taken over by LREDC.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 4 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.1 Description of the Works

1.1.1 Scope of Work


The Scope of Works for the CONTRACT are described in the Scope of Work, in
Volume 2, Appendix A, Part 1.

1.1.2 Key Personnel


The Key Personnel for the implementation of the CONTRACT and the WORK are the
KEY CONTRACTOR PERSONNEL listed in Appendix D.

1.1.3 Permits and Approvals


The CONTRACTOR shall make all necessary arrangements and obtain the necessary
approvals, licences and permits from Government ministries, agencies, departments, utility
providers and other relevant Authorities to carry out the WORK, and issued prior to starting
the work to which they relate.
The CONTRACTOR shall comply with the relevant provisions of all codes, standards and
specifications of the Authorities of the WORK, or any part thereof, that fall under the
jurisdiction of the Authorities.
The CONTRACTOR shall consult each Authority fourteen (14) days before it is proposed to
commence any excavation or demolition work to ascertain whether any underground
installations will be affected. In the event that an underground installation will be affected, the
CONTRACTOR shall make all necessary arrangements with the Authorities to safeguard the
installation.
The CONTRACTOR shall locate by excavating hand dug trial holes and mark with suitable
posts all the Authorities underground services within the WORKSITE and shall ensure
that such markers are maintained in the correct position at all times.
The CONTRACTOR shall be responsible for any repair work necessitated by damage
caused by it to any of the Authorities facilities or losses arising from their disruption.
Copies of all information obtained from each Authority shall be submitted to LREDC
and kept on the WORKWORKSITE at all times.
All notices required to be given by the CONTRACTOR to any Authority shall be in
writing and delivered by hand. The CONTRACTOR shall furnish LREDC with a copy of
all notices issued by the CONTRACTOR.

1.1.4 Work by Others


Other contracts will be tendered by LREDC (or others) for concurrent, adjacent works
and therefore the right and possession of the WORKSITE is not exclusive to the
CONTRACTOR.
The CONTRACTOR shall allow works to be carried out within the WORKSITE by other
contractors and provide access deemed as appropriate by LREDC. The CONTRACTOR
shall maintain close liaison with other contractors employed by LREDC, utility providers or
other relevant Authorities who are carrying out work on or adjacent to the WORKSITE. The
CONTRACTOR shall ensure as far as possible that the progress of the Works is not

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 5 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

adversely affected by the activities of such other contractors. CONTRACTOR shall maintain
WORKSITE roads and access for all other parties at all times.
Other contractors will be employed on the WORKSITE area during the period of the
CONTRACT and the CONTRACTOR shall be responsible for co-operation and
provision of access routes where applicable.
The CONTRACTOR shall allow for the interfacing of the WORK with other projects
underway in adjacent areas. The following projects are expected to be under construction
in such adjacent areas during all or part of the CONTRACT:

CP No. CP Description
CP02 Fox Hill North and South
CP04 Lusail Highway – Main Works
CP05B Road A1, A2 and D2 UT & Utilities Connection
CP06B Waterfront Residential and Al Kharaej
CP06C Utility Buildings
CP07A1A Waterfront Commercial / Seef Lusail Infrastructure Works - South
CP07A1B Waterfront Commercial/Seef Lusail Infrastructure Works-North
CP07C1A Commercial Boulevard with Road A3 Troughs, Underpass Tunnel, Utilities
Tunnel, FXH-02 LRT Station and Utilities
CP07C1B Commercial Boulevard with Road D3, Road A4, Internal Roads, Utilities
and Underground Car Parks 2, 3, 4 and 5
CP07C1C Commercial Boulevard Enabling Works for Excavation of Road A3 Tunnel
and Troughs and Underground Car Parks 2,3,4 and 5
CP08 Qetaifan Island
CP09 Al Khor Highway
CP010 Landscape
CP011 Education and Medical District
CP012 Long Sea Outfalls and lagoons
CP013 Design for Marafeq District Cooling, PWC & Gas Networks
QRC Qatar Railway Company – LRT Works
CP014 Entertainment Island
CP015 STP and Collection Network
CP016 Utility Control
CP017 Administrative Building
CP018 Public Pier and Aquarium
CP019 Club House
CP020 Nightscape Works
CP021 Signage and Wayfinding
CP022 Advanced Traffic Management
CP023 Smart City
Marafeq Design for District Cooling, PWC & Gas Networks
Not yet assigned SEEF LUSAIL plot developers
Not yet assigned Lusail Towers Plots 1,2,3 and 4

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 6 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Not yet assigned Ministry of The Interior Security Systems

The CONTRACTOR shall carry out coordination with the above contractors and shall carry
out provision and maintenance of access ways. In accordance with Article 2.26 of the
GCoC, cooperation and allowing appropriate opportunities for carrying out work to any
persons or bodies who may be employed in the execution on or near the WORKSITE of
any work not included in the CONTRACT.

1.1.5 Notice
The CONTRACTOR shall give 14 (Fourteen) days’ Notice for every interface occurrence
for preparation of the necessary protection, operational or safety measures.

1.2 Contractor Documents & Drawings


It is the intent of the CONTRACT, which includes the documents and drawings provided,
that the CONTRACTOR undertake full responsibility for delivery of the WORK including
design and construction. The information provided in the CONTRACT documents do not
provide the necessary design detail required for construction. Such detailed designs are
the sole responsibility of the CONTRACTOR to develop.

1.3 Work Reasonably Inferred


The CONTRACTOR shall carry out the design and construction of the WORK described in
the CONTRACT. The CONTRACTOR shall execute the WORK in accordance with the
CONTRACTOR’S approved technical submittal and the intent and meaning of the
Drawings and Specifications contained in the CONTRACT. The CONTRACTOR shall
supply all accessories and other items essential for the proper execution of the WORK and
shall execute all work which may be reasonably inferred whether or not specifically shown
or described.
In case there are any details of construction or materials which have not been referred to in
the Specifications, Drawings or Schedules, the necessity for which may reasonably be
implied or inferred from the Specifications or Drawings or which are usual or essential to
the completion of all WORKS in all trades, the same shall be deemed to be included in the
CONTRACT PRICE and shall be performed according to best general practice. All
interpretation of the Specifications will be made by LREDC on this basis.

1.4 Temporary Mobilisation Works

1.4.1 General
This section outlines specifications and functional requirements for the elements of
TEMPORARY FACILITIES relating to WORKSITE mobilisation including temporary
buildings, access roads, temporary road crossings, WORKSITE formation, civil works
(e.g. gates and fencing), excavation support and various utilities for temporary facilities.
The Hub Office is to be provided by LREDC.
TEMPORARY FACILITIES are to be provided by the CONTRACTOR and shall include (list
not being exhaustive) the following:
1. CONTRACTOR’S Laydown Area
2. CONTRACTOR’S Offices

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 7 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

3. LREDC’S Offices
4. Temporary WORKSITE access and Temporary roads, fencing and hoarding
5. Excavations and their temporary protection and supports
6. Dewatering system Design, equipment installation, maintenance and operation
7. Traffic management equipment and Services
The CONTRACTOR shall design, submit for LREDC’S approval, and Construct, maintain
and operate, the TEMPORARY FACILITIES including obtaining all permits and approvals
required from the Authorities.
The CONTRACTOR shall design, supply, install, construct and maintain the TEMPORARY
FACILITIES as included in the CONTRACT. Unless otherwise instructed by LREDC, the
CONTRACTOR upon COMPLETION of the SERVICES shall attend and remove all
TEMPORARY FACILITIES. The permission of LREDC shall be obtained in writing in time and
before any TEMPORARY FACILITIES can be removed. The areas of WORK affected by
TEMPORARY FACILITIES, shall be handed over to LREDC when WORK is completed or
partially COMPLETED in these areas or sections to the satisfaction and final APPROVAL of
LREDC.
The CONTRACTOR is required to submit full design, detailed specifications, drawings and
calculations for APPROVAL by LREDC for each part or section of the TEMPORARY
FACILITIES, prior to any works on WORKSITE.
The CONTRACTOR is required to obtain all necessary approvals / permits from relevant
Authorities in regard to TEMPORARY FACILITIES works.
The following lay out and detail drawings shall be submitted to the LREDC for review and
approval not more than 28 days after the commencement of the Works:
a) Drawings showing the layout within the WORKSITE of LREDC’S offices, project signboards,
access roads and major facilities required early in the CONTRACT,
b) Drawings showing the details to be included on project signboards.
No temporary structure shall be erected by the CONTRACTOR within the WORKSITE without
LREDC’S written consent; such consent will not relieve the CONTRACTOR of the responsibility of
coordinating and assuring that the locations proposed for the TEMPORARY FACILITIES and
their consequent operation and maintenance shall not in any way hinder the WORK.. A copy of
the plan showing the actual extent and position of all offices, stores, sheds, etc. shall be prepared
by the CONTRACTOR, updated in regular intervals as required by the CONTRACTOR and
submitted to LREDC at any time such request is presented within seven (7) days of the LREDC’S
request.
The workers accommodation and camp and other related facilities to this camp used by the
CONTRACTOR shall be located out of bounds of the WORKSITE and the CONTRACTOR shall
provide the necessary transportation for his workforce as required under this CONTRACT.
1.4.2 Temporary Access Roads and Routes
The CONTRACTOR shall coordinate with other Contractors, design, construct, operate,
maintain and remove as instructed by LREDC all Temporary Access Roads and Routes
through the WORKSITE and adjacent worksites. The CONTRACTOR shall not alter or amend
the approved system of the Temporary Access Roads and Routes without the prior approval of

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 8 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

LREDC. The CONTRACTOR shall not amend or change existing temporary access roads
without the prior approval of LREDC.
CONTRACTOR’s reinstatement works shall include restoring the area of any access road or
route to the degree of safety, stability and drainage that originally existed before the
CONTRACTOR took possession and entered the WORKSITE.
At least fourteen (14) days’ notice shall be given to LREDC and to any other contractors
or third parties at the WORKSITE affected by the CONTRACTOR temporary access Roads
and Routes Works and the traffic loads generated from their operation., . This notice shall
include a full description, plan, drawings, traffic plans, HSE plans, time schedules and a list of
any disruptions as envisaged by the CONTRACTOR which are expected to affect the
WORKSITE operations, other LREDC contractors, or other individual stakeholders or
developers.
The CONTRACTOR shall be responsible to fully co-ordinate, liaise and obtain permissions from
all relevant and affected by his WORK parties including other stakeholders, contractors,,
occupiers or Authorities and shall notify LREDC of any of their activities which may impact the
CONTRACTOR in his WORK. This notification shall be given at least fourteen (14) calendar
days in advance of a forthcoming Event and shall include an assessment of the Event and its
Impact, a method statement detailing the works or Services required to be carried out, and any
HSE implications expected and all other relevant data the CONTRACTOR deems as
necessary to be presented in support of his actions.
The CONTRACTOR shall submit adequate security and HSE safety procedures and shall
be responsible for providing and maintaining clearly designated and safe access Roads and
Routes for any persons authorised to have access through, or work on, the WORKSITE.
Reference should be made to Article 2.22 of the GCoC. The CONTRACTOR shall ensure that
all such persons are briefed and fully informed of the WORKSITE Safety hazards and
issued with all relevant permits information before entering the WORKSITE, including the
CONTRACTOR’S Construction Health and Safety Plan, Environmental Management Plan and
all relevant procedures.
The CONTRACTOR shall abide by the regulations and procedures of the other responsible
contractor(s), stakeholder(s)or occupier(s) of any WORKSITE across which the CONTRACTOR
has an agreed access permit. CONTRACTOR shall ensure that its staff and any drivers and
haulage SUBCONTRACTORS are conversant with, and abide by, such WORKSITE
regulations and procedures.
The CONTRACTOR will be responsible for the security of and access to CONTRACTOR’S
areas of WORK and TEMPORARY FACILITIES for the duration of the CONTRACT.
The CONTRACTOR shall design procure and construct and maintain a WORKSITE perimeter
and internal security fence with all required access control gate(s). The fences, gates and signs
on the WORKSITE shall be maintained at all times in a professional wayand a safecondition to
the acceptance of LREDC.
The permission of LREDC shall be obtained before any fences, gates or signs are installed or
removed. Unless otherwise advised by LREDC, temporary fences and gates, which are left in
position upon completion of the WORKS shall be repaired and repainted and handed over to
LREDC. All signs shall be removed upon completion of the Works unless otherwise instructed
by LREDC.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 9 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall make provision and allow in his pricing of the CONTRACT his full
cooperation in the making of documentary style video (by a third party), one from a flying unit
and one from a ground-based film unit (by a third party).

For the above the CONTRACTOR is guided to refer to the separate Scope of Work Document,
Volume 2 Part 1.

1.4.3 LREDC Towers Infrastructure including Road A1 and Internal Roads.


The CONTRACTOR shall carry out all necessary activities, which include, but may not be
limited to:
a) Acquire all the necessary permits from the relevant Authorities to execute the design and
build work;
b) The temporary access roads are to be completed and ready for use by the LREDC and
others within 45 days from the date of LREDC’s acceptance of the Temporary Access Road
submission;
c) Construction of all temporary WORKSITE offices, including utility connections.
d) Survey and setting out of the WORK.
e) Carry out all additional geotechnical investigations and material sampling and testing
required for QA / QC and for use in design;
f) Design and construct excavation support as may be required to achieve the safe
construction of the FACILITY.
g) Design and implement a system of positive dewatering, including all monitoring and control
thereof, to achieve a dry and stable excavation for the construction of the FACILITY.
h) Design, install and carry out geotechnical and structural monitoring for all adjacent
structures, including, but not limited to, TEMPORARY FACILITIES such as retaining
structures, cut slopes etc and any complete or in progress, adjacent structures.
Unless directed otherwise, all earthworks shall be carried out in accordance with the codes,
standards and specifications. Unless noted otherwise, all road works (including pavements,
drainage, lighting, signage, line marking) shall be designed and constructed in accordance with
the codes, standards and specifications as detailed in Section 1.7 below.

1.4.4 LRT Station WFC-03


The CONTRACTOR shall carry out all necessary activities, which include, but may not be
limited to:
a) Acquire all the necessary permits from the relevant authority to execute the design and build
work.
b) Survey and set out of the work.
c) Carry out all the geotechnical investigations and material sampling and testing for QA&QC
and for use in design; design and construct excavation support as may be required to
achieve the safe construction of the FACILITY; and design and implement a system of
positive dewatering, including all monitoring and control thereof, to achieve a dry and stable
excavation for the construction of the FACILITY.
d) Design, Install and carry out geotechnical and structural monitoring for all adjacent
structures, including but not limited to TEMPORARY FACILITIES such as retaining
structures, cut slopes etc and any complete or incomplete or in progress adjacent structures.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 10 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall maintain all temporary WORKSITE roads in good and safe condition
for the duration of the CONTRACT. Areas of the WORKSITE affected by temporary roads shall
be handed over to the LREDC following completion of the FACILITY or any part thereof in these
areas unless otherwise required by LREDC.

1.4.5 Public Car Park

The CONTRACTOR shall carry out all necessary activities, which include, but may not be
limited to:
a) Acquire all the necessary permits from the relevant authority to execute the work
including all necessary design approvals.

b) Survey and set out of the work.


c) Carry out all additional geotechnical investigations and material sampling and testing
required for QA&QC and for use in the design.
d) Design and construct excavation support as may be required to achieve the safe
construction of the FACILITY.
e) Design and implement a system of positive dewatering, including all monitoring and
control thereof, to achieve a dry and stable excavation for the construction of the
FACILITY.
f) Establish a baseline condition survey for any adjacent structures, such as, but not
limited to, the existing sea wall, that may be affected by any of the works both temporary
and permanent, and update the baseline survey every 90 days during the construction
programme.
g) Design, install and carry out geotechnical and structural monitoring for all adjacent
structures, including, but not limited to, TEMPORARY FACILITIES such as retaining
structures, cut slopes, etc and any complete or in progress adjacent structures such as
but not limited to, the existing sea wall.

1.5 Contractor’s Facilities

1.5.1 General
The CONTRACTOR shall supply and install temporary accommodation facilities for
CONTRACTOR’S management and supervision personnel and other TEMPORARY
FACILITIES required for the WORK in accordance with Qatar Standards and law. In the event
of an inconsistency, conflict or discrepancy between any of the Regulatory Requirements and
the standards set out in these General Requirements, the most stringent requirement will take
precedence. In addition, the CONTRACTOR shall bring the inconsistency to the attention of
LREDC for review and acceptance.
The CONTRACTOR shall ensure that CONTRACTOR’S accommodation facilities have the
following minimum general requirements:
a) Minimum occupant load for worker’s dormitories shall be 4 sq m per person Occupant load
for each accommodation block shall not exceed exit capacity of 60 persons per 1m width of
staircase.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 11 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

b) Temporary buildings shall not be more than 3 stories or 10 m high


c) Temporary buildings shall be constructed of non-combustible fire retardant materials
d) Staircases and external corridors shall have a minimum 1m width and shall not be enclosed.
e) All internal corridors to have minimum 1.5m width.
f) Minimum 2 locations of egress from each building in case of emergency
The CONTRACTOR’S accommodation shall include the following minimum facilities, but not be
limited to the following:
a) Workers Accommodation & Dining Facilities
b) Managers/ Supervisors Accommodation
c) Sanitary Facilities (including showers)
d) Sewage Facilities
e) Laundry Facility and services sufficient to provide all workers with clean, dry and ironed
clothes
f) Cafeteria and Kitchens
g) Mosque with ablution facility
h) Recreational Facility – free to all users.
i. Wireless internet
ii. Sports facilities
iii. TV rooms
iv. Computer gaming facilities
i) Guardhouse & Security staff (24 hour)
j) Car/ Bus Parking
k) Medical Facilities/Medical Cards to cater for all personnel on the WORKSITE
l) Cleaning and Maintenance Staff and Facilities
m) Bus Service To Popular Areas in Doha during Days Off

Insofar as there is no available area for allocation as accommodation and workers camp on the
WORKSITE, the CONTRACTOR must ensure that off-WORKSITE facilities comply with the
minimum requirements set out in the Specifications. All of the CONTRACTOR’S facilities may
be inspected by LREDC to confirm they meet the above minimum requirements. Facilities which
do not meet the above minimum requirements shall be rectified by the CONTRACTOR at the
CONTRACTOR’S sole expense.

1.5.2 Temporary Facilities Access and Services


Within fourteen (14) calendar days of the COMMENCEMENT DATE, the CONTRACTOR shall
submit for LREDC'S approval fully dimensioned plans and details showing the proposed
location and layout on the WORKSITE of all necessary temporary buildings including Plant
and Material stores, testing laboratory, messing facilities, medical / hospital facilities, sanitary

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 12 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

facilities and the like, as specified in detail hereinafter. Such plans and details shall
include, but shall not be limited to, the following:

(a) Temporary access routes to, from, and upon the WORKSITE.
(b) Temporary fencing, gates and other security requirements.
(c) Extent of covered or open areas designated for Plant and Material storage and/or for
vehicle parking for CONTRACTOR’S and LREDC'S staffs.
(d) Refuse storage and collection points including disposal schedule (minimum once a
week).
(e) Means of providing fresh water supply, showing location of drinking water storage tanks,
tanker fill points, and lines of distribution about the WORKSITE.
(f) Means of providing temporary fire protection facilities, showing location of fire fighting water
storage tanks, tanker fill points, pumping and fire hose stations, and lines of distribution
about the WORKSITE.
(g) Location and methods of sewage disposal and surface water drainage.
(h) Location and source of temporary power generation, temporary switchboards and
the like, for all temporary facilities and, as required, for provision of lighting and power for
the execution of the FACILITIES.
(i) Telephone services.
(j) Location of watchmen tour system stations including security gates to prevent construction
vehicular access to public roads (with particular regard to VIP Road)
(k) Location of radio antenna (as required) for communication with remote off-WORKSITE
batching plant and storage compounds (if any).
(l) Location of project identification signs.
The CONTRACTOR shall provide, operate and maintain all temporary connections to public
utilities and services in locations acceptable to LREDC and local Authorities having jurisdiction
thereof. CONTRACTOR shall make all installations in a manner subject to the acceptance of
such authorities and LREDC.
The CONTRACTOR shall remove temporary connections when no longer required and restore
the services and sources of supply to proper operating conditions.
The CONTRACTOR shall make all arrangements and, provide all necessary equipment and
pay all fees and expenses for a temporary electrical service or temporary generators to
serve the WORKSITE. The electrical service shall be of adequate capacity.

1.5.3 Temporary Electrical Power


CONTRACTOR shall provide and maintain power distribution as required throughout the
WORKS, complete with circuit breakers, disconnect switches and other electrical devices as
required to protect the power supply system.
CONTRACTOR shall provide and maintain a temporary lighting system (as required) for safety
and security of the CONTRACTOR’S operations and for any other persons authorised to work
and/or access through the WORKSITE.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 13 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

CONTRACTOR shall ensure that temporary equipment and wiring for power and lighting shall
be in accordance with the applicable standards and governing codes. Temporary wiring shall
be maintained in a safe manner and utilized so as not to constitute a hazard to persons or
property.
The permanent power and lighting systems, or a portion thereof, shall not be used.

1.5.4 Temporary Water Supply


The CONTRACTOR shall provide an adequate supply and storage of water for all construction
operations, testing, temporary building requirements and fire fighting facilities, and pay
all fees and expenses in respect thereof. All water shall be clean, clear, drinkable and free of
deleterious substances. No brackish water shall be used for construction operations. Drinking
water dispensers shall be conveniently located in the locations where work is in progress.
Temporary pipelines and connections from the permanent service line, shall subject to the
approval of LREDC.

1.5.5 Temporary Drainage


Where possible, wastewater from the CONTRACTOR’S and LREDC’S TEMPORARY
FACILITIES shall be disposed to the public sewers; otherwise, disposal shall be to underground
storage tanks. The storage capacity should have a storage capacity of at least 14 days. The
CONTRACTOR shall design the wastewater disposal systems and shall submit all details and
supporting calculations to LREDC. The CONTRACTOR shall be responsible for obtaining
approval from the Ministry of the Environment.
The CONTRACTOR shall submit full details of the proposed sewerage system for the approval
of LREDC. If requested by the LREDC, the sewage and waste water disposal (by gravity or
pumping) will be connected to the nearest municipality sewarage network or alternatively
treated locally at the WORKSITE by the installation and use of a temporary packaged Sewer
Treatment Plant (STP) to the approval of LREDC.
Upon taking possession of the WORKSITE, the CONTRACTOR shall assume full
responsibility and shall obtain all approvals and permits for draining rainwater, ground water
and water arising from construction processes. CONTRACTOR shall provide and maintain
such temporary drainage installations as may be necessary during the period of construction in
a manner approved by LREDC and the Ministry of the Environment so as not to adversely
affect the FACILITY, adjacent areas or any public or private properties.
On COMPLETION of the WORK, or at such times as LREDC may direct, the CONTRACTOR
shall remove all temporary drainage installations and restore all areas to their original condition
and/or make good existing public services to LREDC'S approval and satisfaction and as
required by the relevant Authorities.

1.5.6 Security
The CONTRACTOR shall provide suitable number of watchmen 24/7 at all points of access to
the WORKSITE. Special watch duty shall be kept on the inside of the WORKSITE perimeter
during working hours as well during the night hours.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 14 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.5.7 Construction Cleaning


The CONTRACTOR shall on a daily basis keep the WORKSITE clear at all times of all building
rubble, rubbish, waste or redundant materials and waste of any sort arising from the
performance of the CONTRACT. All such materials shall be removed utilizing disposing and
housekeeping methods approved by LREDC.

1.5.8 Nuisance from Noise and Dust


The CONTRACTOR shall take all precautions which, in the opinion of LREDC, are necessary
to minimize nuisance and any discomfort to the local residents and the public arising from the
generation of noise and dust.
The CONTRACTOR shall keep all roads free from mud, dirt, debris and dust at all times to the
satisfaction of LREDC, using water spray trucks, mechanical or other effective means as
necessary.
The CONTRACTOR shall comply with LREDC’S WORKSITE access and security
arrangements at the existing WORKSITE.
Dust control shall be by watering by tanker trucks with spray attachments or by other approved
and effective methods.

1.5.9 Fire Precautions


All temporary facilities including temporary buildings shall comply with the minimum fire safety
regulations and the requirements as set out below:
The CONTRACTOR shall provide a Fire Detection and Alarm System (FAS) at ther
construction WORKSITE and at all the WORKSITE FACILITIES including but not limited to
TEMPORARY FACILITIES, WORKSITE offices, accommodation facility, rest-rooms, amenities,
etc. which shall be engineered in line with Section 1.7 herein below.
FAS shall be supplied, installed, tested, and commissioned by a Qatar Civil Defence
Department (QCDD) pre-approved FAS Contractor/supplier. All components constituting FAS
shall be certified for service and/or listed with QCDD.

1.5.10 Codes, Regulations and Guidelines


The Design, construction, alteration, repair, equipment, use and occupancy, maintenance,
relocation, and demolition of every building or structure, or any appurtenances connected or
attached to such buildings or structures on the WORKSITE shall comply with:

1. NFPA 5000, Building Construction and Safety Code,


2. NFPA 101, Life Safety Code.
3. QCS 2010 and BS regulations

1.5.11 Certificate of Occupancy


FAS Contractor/supplier shall be responsible for carrying out Final Acceptance Testing prior to
hand-over to CONTRACTOR. The testing shall be witnessed by a QCDD representative and a
representative of CONTRACTOR. LREDC shall be notified by the CONTRACTOR of the
Acceptance Testing prior to hand over. No building shall be used in whole or in part until the
FAS contractor has certified that the building and occupancy are in accordance with the
provisions of this specification and all other laws and regulations applying thereto.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 15 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.5.12 Fire Protection during Construction


a) Adequate and compliant fire prevention and protection shall be provided during construction.
b) Fire department vehicular access to all structures under construction shall be provided at all
times.
c) Trash and debris shall be removed from the construction WORKSITE as often as necessary
to maintain the WORKSITE in a fire-safe environment.
d) Flammable or combustible liquids shall be segregated and stored, handled, or used on the
construction WORKSITE in accordance with the applicable provisions of NFPA 30,
Flammable and Combustible Liquids Code; NFPA 54, National Fuel Gas Code; and NFPA
58, Liquefied Petroleum Gas Code.
e) One 9 kg portable dry chemical fire extinguisher shall be within a travel distance of 25m or
less to any point of a structure under construction and personnel normally on the
construction WORKSITE shall be instructed in the use of the fire extinguishers provided.
f) Prior to the delivery of combustible materials and construction of buildings, the water supply
for fire protection, either temporary or permanent shall be made available.
g) Size of portable fire extinguishers should comply as per section 1.7.3.3.3.8 Fire
extinguishers. Capacity should be as per QCDD requirements.

1.5.13 Maintenance of Buildings and Property


All buildings and structures and all parts thereof shall be professionally maintained and kept in
a safe working order and in their original condition. All equipment, devices and safeguards
required by this specification and all other laws and regulations applying thereto shall be
maintained by the CONTRACTOR in a safe and acceptable to LREDC appearance and
operating condition.

1.5.14 Worksite Layout and Building Design


a) Building design, layout and construction shall be in accordance with NFPA 5000 as per the
class of occupancy. Initial drawings shall incorporate all these details. The CONTRACTOR
shall have the designs reviewed and approved by QCDD prior to implementation.
b) Every building within the WORKSITE shall be accessible by fire department apparatus by
means of an emergency access route. An emergency access route shall be extended up to
46 m from all portions of the exterior walls of the first storey of any building.
c) Emergency access routes for fire vehicles are to be at least 6 m width. In addition to the
Main Gate, a second emergency access gate shall be provided.

1.5.15 Life Safety of Occupants during Structure on Fire


a) Occupants and fire fighters shall be protected in case of fire by providing adequate design of
exiting, exit routes, exit signs, exit illumination and muster points for emergency shelter, etc.
NFPA 101 guidelines are to be followed.
b) Appropriate numbers of wind indicators shall be provided at elevated location on
WORKSITE.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 16 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

c) An uninterrupted power supply shall be provided for emergency lighting to assist with safe
evacuation of occupants to muster points.
d) Instructions to be followed in the event of detection of smoke or fire and on the usage of fire
extinguishers, manual call points etc. shall be displayed in legible prints at prominent
locations.

1.5.16 Fire Alarm System Requirements


a) Fire alarm systems to be designed and installed in conformance with NFPA 72, Fire Alarm
Code.
b) Fire alarm system to be installed throughout all temporary buildings connected to a central
alarm-monitoring network.
c) All buildings shall be provided with adequate smoke/heat fire alarm detectors and associated
call points, sounders, etc.
d) These detectors and call points shall be fully addressable, hardwired into a local fire alarm
system panel located at the 24 hour manned security gate.
e) A red strobe is to be positioned either on the roof or above the door of each unit. This is to
be activated automatically by the smoke detectors.
f) Battery backup shall be provided in case main power is not available.
g) Local fire alarm panel shall be located at the main entrance gate of the premises.

1.5.17 Fire Extinguishers


a) One 10 kg dry powder fire extinguisher outside each entrance to all buildings.
b) Additional extinguishers located in areas of greater risk e.g. kitchens.

1.5.18 Hose Reels & Hydrants


a) A minimum 150 mm. diameter fire service main and sufficient water supply provision is
required for all new temporary buildings (to comply with NFPA).
b) Cabins to be no further than 100 m. from the nearest hydrant.
c) Fire pumps are to be sufficient to supply 32l/s at 8 bars.
d) The hydrant furthest from the pump is to be pressurised to at least 5 bars
e) Provide a 6m jet of water from attached hose / hose reel.
f) Hydrants & hose reels to be checked and logged weekly.

1.5.19 Evacuation & Means of Escape


a) Telephones to be provided & available to call emergency services;
b) Full & documented evacuation plan to be compiled.
c) Involved persons to be trained appropriately, e.g. Fire Marshals.
d) Notices to be displayed – action in case of fire;
e) Define and indicate muster points for all temporary buildings including the construction
village.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 17 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

f) At least two emergency exits from WORKSITE.


g) Emergency exits routed through non-hazardous areas to a place of safety.

1.5.20 Fire Fighting Services


The CONTRACTOR shall provide a dedicated Fire Tender and Crew to respond immediately to
fires on the WORKSITE and all TEMPORARY FACILITIES. The provisions of personnel
numbers, qualifications and deployment and equipment shall satisfy all statutory requirements
and shall be demonstrated to meet the requirements of the CONTRACTOR’S emergency
response plan to be submitted to LREDC for approval.

1.5.21 On-Worksite Welfare Provision


Sufficient and suitable WORKSITE welfare facilities shall be provided by the CONTRACTOR as
indicated below as a minimum standard for the number of workers normally present at the
place of work.

Washing facilities which shall include:


1. 1 × washbasin per 25 workers on WORKSITE, large enough to wash face, hands and
forearms;
2. a supply of clean running water;
3. sufficient supply of soap or other suitable means of cleaning;
4. sufficient supply of towels or other suitable means of drying;
5. sufficient ventilation and lighting;
6. sufficient supply of sun screen with minimum factor of 30.

Toilet facilities which shall include:


1. 1 × water sealed flush toilet per 25 workers on WORKSITE;
2. Sufficient ventilation and lighting;
3. Sufficient supply of toilet paper restocked as necessary throughout the day.
These facilities shall be located within a maximum of 500 metres walking distance of any work
area. They shall be cleaned and maintained at minimum every shift. The frequency of cleaning
will depend on usage, insofar as cleaning after every shift may not always be sufficient.
In normal circumstances, workers shall be taken back to the construction village to eat their
lunch in the canteens provided.
Access to sufficient drinking water and shaded rest facilities shall be in accordance with the
minimum requirements set out by the ‘Supreme Council of Health - Heat Stress Guidelines and
Recommendations’ and specifically within 3 minutes walking distance of any work area.
The rest facilities shall have adequate numbers of seating and are not to be used to store plant,
equipment or materials.

1.6 LREDC’s Satellite Office


The CONTRACTOR shall provide WORKSITE offices of the type and number as stated in this
Specification. The position of LREDC’s Satellite Office shall be to the approval of LREDC. Prior

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 18 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

to occupation, LREDC’S Satellite Office shall be inspected by and approved by the Civil
Defence Department.
LREDC’s Satellite Office shall be provided and maintained for the duration of the WORK, up to
and including thirty (30) days after the issue of the performance certificate. The Satellite Office
shall include the following:
a) Office space for 32 no. Staff.
b) Separate prayer rooms, male and female (close to washrooms). LREDC’S Office Buildings
must be set so that all prayer rooms face Mecca.

c) Separate toilets, male and female, which shall include showers with hot and cold water.
d) Kitchen which shall include, at a minimum, a twin draining sink, refrigerator, cooker, water
dispenser and microwave ovens.
e) Asphalt paved car park area, clearly signed, with shades for 30 vehicles.
f) Office fit out, including all furniture, fittings and fixtures.
g) Provision of Two-Way Radio System connected to CONTRACTOR’S system.
h) Diesel generators and shelter.
i) Pump room.
j) FMO / electrical room.
k) Water tank area.
l) Guard office;
m) Sewage Tanks (to be located a min of 100m downwind of offices).

n) Mobile phone and laptop for each of LREDC’S staff at this location.

Floor area requirements and staffing levels shall be as tabulated below:


No Room Name Room Area Quantity Area
(sq.m) (sq.m)
1
25 2 50
Office 1
2
15 6 90
Office 2 (for 1 person)
3

4
21
Office 3 (for 2 persons) 5 105
4
28 3 84
Office 4 (for 4 persons)

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 19 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

No Room Name Room Area Quantity Area


(sq.m) (sq.m)
5
120 1 120
Conference Room
6
23 1 23
Meeting Room
7
30 1 30
Male Prayer Room
8
16 1 16
Male Toilet – 1
9
16 1 16
Male Toilet – 2
10
8 1 8
Female Prayer Room
11
8 1 8
Female Toilet
12
9 1
Pantry – 1
13
16.5 1 16.5
Pantry – 2
14
21 1 21
Document Control
15
35 1 35
Archive/File Room
16
8 1 8
Server Room
17
11 1 11
Printing Room

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 20 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

No Room Name Room Area Quantity Area


(sq.m) (sq.m)
18
Secretary 13 1 13
19
Office – 1 Toilet 3 1 3
20
2.5 1 2.5
Electrical
21
3 1 3
VIP Toilet
22
3.5 1 3.5
Water Storage – 1
23
4.5 1 4.5
Water Storage – 2
24
3.5 1 3.5
Janitor Room – 1
25
2 1 2
Female Ablution
26
3.5 1 3.5
Male Ablution
27
7 1 7
Vestibule
28
11 1 11
Vestibule & Smoking Area - 1
29
60 60
Reception/Lobby/Display Area
30
14 1 14
Conference Waiting Area

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 21 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

No Room Name Room Area Quantity Area


(sq.m) (sq.m)
31
40 1 40
Generator / Electrical Building
32
18 1 18
Guard Office with Toilet
33
15 1 15
Sample Store

854
Approximate Total Net Area (excluding corridors)

The CONTRACTOR shall demobilise the Satellite Office upon completion of the WORK or upon
instruction by LREDC. LREDC’S Satellite Office shall comply with the following requirements:

1.7 Building Materials Specification


Building materials for major building parts shall be non-combustible materials as required by
Qatar Civil Defence Department (QCDD). Specification and detailed drawings must be provided
by the prefabricated cabin manufacturer through the CONTRACTOR for LREDC’S review and
approval.

1.7.1 Utilities
The following utilities shall be constructed according to Qatar Construction Specification (QCS)
2010 LREDC’S WORKSITE Facilities:
1. Potable Water Line System (Hot and Cold)
2. Solid Waste and Wastewater network Systems
3. Irrigation System
4. Telephone System
5. LAN System
6. Internet Access points
7. Power and Lighting System
8. Air Conditioning System
9. Exhaust System
The following utilities shall be constructed according to QCDD Requirement:
1. Fire Alarm and Fire Protection Systems
The following utilities shall be constructed according to Ooredoo Standard or Requirement:
1. Two-Way Radio System

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 22 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.7.2 Land Development


The following utilities shall be constructed according to Qatar Construction Specification (QCS)
2010 LREDC’SWORKSITE Facilities:

1. Perimeter Fence
2. Vehicle Parking Shades
3. External Areas Lighting
4. Signage

1.7.3 Interior Fit-out


The following utilities shall be constructed according to Qatar Construction Specification (QCS)
2010 LREDC’S WORKSITE Facilities:

1. Office Furniture
2. Room Signage
3. Storage Shelving
4. Pantries Appliances
5. Toilet Fixtures and Accessories
6. Interior Finishing

1.7.4 General Requirements


All rooms shall be provided with doors and lock cylinders and a set of three keys. Open plan
offices shared by more than one person shall be subdivided by means of 1200mm high partitions.
Every room shall be fully air-conditioned either by a centralised air conditioning plant and
ductwork or by reverse cycle split air conditioning units of sufficient capacity to suit the room size.
Adequate electric lighting for each room shall be installed. Rooms shall have a ceiling height of
at least 2.3m and the window area shall be at least 15 per cent of the plan area of each room.
Venetian blinds shall be provided to all windows and each room shall be provided with an
average of four electrical power socket outlets or as directed by LREDC.

The pantry shall contain an insulated hot water cylinder of 20 litres capacity, double draining sink
with hot and cold running water mixing tabs and a working surface with cupboard. All toilets shall
have hand dryers and paper towels holders, toilet roll holders, soap dispensers, waste paper
baskets and storage cupboards. The men’s toilet shall comprise three urinal stands, four toilet
basins, and three wash hand basins with mirrors and two showers. The ladies toilet shall
comprise two toilet basins and one wash hand basin with a mirror and shower. The wash hand
basin and ablution units shall be connected to a hot and cold water supply system. A minimum of
two numbers of water tanks shall be provided for the storage of potable water which shall be used
for drinking and serving the toilets. The CONTRACTOR shall design and construct the
supporting steel structure for these water tanks. The CONTRACTOR shall also provide regular
infilling service for the water tanks to the satisfaction of LREDC from an approved source of water
supply.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 23 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall, within 10 days from the COMMENCEMENT DATE of the WORK,
submit for LREDC'S approval the proposed location, layout and construction details of LREDC’S
offices. The accommodation shall be ready for occupation 24 hours a day, including connection
of all utilities, not more than 8 weeks after the date of consent by LREDC of the proposed
location, layout and construction details. The accommodation shall be complete with office
consumables, watching and protection to the satisfaction of LREDC so as to be habitable and
operational at all times throughout the course of the WORK.
The accommodation shall be maintained in a clean, stable and secure condition and shall be
cleaned at least daily. The CONTRACTOR shall provide security guards 24 hours per day for the
duration of the CONTRACT.

1.8 Office Furniture and Appliances for LREDC’S Office

1.8.1 Main (Hub) Office


LREDC will provide the Hub Office Accommodation; however furniture, equipment and
consumables are to be supplied by the CONTRACTOR for the duration of the WORK. Offices
shall be cleaned and maintained to a standard acceptable to LREDC.

The CONTRACTOR shall supply serviceable furniture and new appliances for the use of
LREDC and LREDC’S personnel for the duration of the CONTRACT as set out below:

No. Location Item Description Dimension


Quantity
Width Depth Height

Melamine finish high density


1.0 particle board L-shape office
1 desk office 2000 900 720 8
desk w/ movable pedestal type
drawer

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 24 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Melamine finish high density


particle board L-shape office
2.0 2 desks office 1800 800 720 5
desk w/ movable pedestal type
drawer

Melamine finish high density


particle board L-shape office
3.0 4 desks office 1600 800 720 3
desk w/ movable pedestal type
drawer

Melamine finish high density


24 persons particle board foldable
5.0 conference or rectangular conference or 2000 800 720 1
Training Room training table in T-leg chrome
finish frame on castors

Melamine finish MDF or high 720 on


density particle board curved desk
3000
reception counter for 2 persons and
6.0 Reception Area (curve 800 1
with tempered glass top and 2 1100 on
d)
units of movable pedestal type glass
drawer top

3-seater black leather


Reception and
7.0 reception/visitor chair or sofa 2400 760 790 2
waiting areas
with arm both ends

Reception and Coffee table in smoke tempered


8.0 400 400 450 2
waiting areas glass on chromed finish legs

Reception and Centre table in smoke tempered


9.0 800 600 450 1
waiting areas glass on chromed finish legs

Staff mid-back arm chair with


black mesh back and seat in
All offices, fabric, with PU adjustable
Printing Room armrests, synchro mechanism,
10.0 30
and Reception adjustable lumbar support, with
Desk aluminium die cast polish base
on castors, with adjustable
backrest and sliding seat pan.

Visitor's mid-back arm chair


with black mesh back and seat
in fabric, with PU adjustable
armrests, synchro mechanism,
11.0 All offices 6
adjustable lumbar support, with
aluminium die cast polish base
on castors, with adjustable
backrest and sliding seat pan.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 25 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Meeting room mid back arm


Conference
chairs in black mesh back and
12.0 /training and 1
seat in black fabric with tilt, gas
meeting rooms
lift mechanism on castors

White finish two door (swing)


metal cabinet with one shelve
13.0 1 desk offices 1000 450 1010 8
inside and adjustable levelling
glide fitted as standard

White finish two door (swing)


metal cabinet with one shelve
14.0 2 desk offices 1000 450 1010 5
inside and adjustable levelling
glide fitted as standard

White finish two door (swing)


metal cabinet with one shelve
15.0 4 desks offices 1000 450 1010 3
inside and adjustable levelling
glide fitted as standard

White finish two door (swing)


metal cabinet with one shelve
16.0 Reception 1000 450 1010 2
inside and adjustable levelling
glide fitted as standard

White finish two door (swing)


Printer or metal cabinet with one shelve
17.0 1000 450 1010 2
Plotting Room inside and adjustable levelling
glide fitted as standard

as per manufacturer's
White finish 3-drawer filing standard size
18.0 1 desk offices 8
cabinet

19.0 2 desk offices White finish 3-drawer filing as per manufacturer's


5
cabinet standard size

White finish 3-drawer filing as per manufacturer's


20.0 4 desk offices 3
cabinet standard size

21.0 Archive/File Heavy duty segmented self


Room standing galvanized adjustable
metal shelves from floor to 2000 800 720 15
ceiling interconnected to each
other

Melamine finish high density


Plotting or
22.0 particle board work table with 2000 800 720 1
Printing Room
powder coated paint finish steel

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 26 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

support.

Heavy duty segmented self-


standing galvanized adjustable
23.0 Sample Room metal shelves from floor to 1000 600 2700 25
ceiling interconnected to each
other

Melamine finish high density


24.0 Prayer rooms particle board shoe 1000 450 720 3
racks/cabinet

Heavy duty painted finish metal as per manufacturer's


Archive/File plan chest of drawers for A0 standard size
25.0
Room size prints with total capacity of as required
2000 sheets

Hanging file suitable for A0 size


as per manufacturer's
26.0 All offices prints with minimum 12 pieces 36
standard size
of hanger.

Minimum 13 litres capacity as per manufacturer's


27.0 All offices 30
wastepaper basket standard size

Minimum 10 litres capacity


as per manufacturer's one per
28.0 Toilet cubicles stainless steel step on waste
standard size cubicle
basket.

Minimum 30 litres capacity


Main Toilets as per manufacturer's
29.0 stainless steel step on waste 3
and Pantries standard size
basket.

Stainless steel waste bin with as per manufacturer's


30.0 Smoking Areas 1
ash tray. standard size

White finish fireproofed cabinet


Archive/File as per manufacturer's
31.0 for safekeeping of data and 1
Room standard size
important files.

32.0 All offices Wall mounted pin board 2000 304 1000 2

Meeting,
Reception,
Pantries,
33.0 Wall mounted pin board 2000 304 1000 2
Printing, and
Conference
Room

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 27 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

All Rooms,
Entrances, as per manufacturer's 1 lot
34.0 Reception, Acrylic Plastic Signage standard
Waiting
Areas/Lobbies

1.8.2 LREDC Offices – Equipment and Consumables

The CONTRACTOR shall provide, and renew from time to time, consumable stores, including,
inter alia, pens, pencils, paper, batteries, films, tapes, toilet requirements, drinking water, tea,
coffee and other such miscellaneous items as might reasonably be required in accommodating
those checking the WORK. The CONTRACTOR shall replace immediately any equipment or
items which become spent, defective, damaged due to whatever cause, stolen or lost.
All charges, operating expenses and insurance in connection with the proper functioning of the
equipment shall be borne by the CONTRACTOR.
All electrical fixtures and fittings shall be provided with corresponding electrical power sockets
with suitable voltage and current as appropriate.

1.8.3 External Works at the LREDC’s Satellite Office


The CONTRACTOR shall be responsible for all external works, including providing suitable
vehicular access, secure fencing and carrying out any WORKSITE grading required for
the WORKSITE office facilities.
The WORKSITE surrounding the LREDC’s WORKSITE office shall be graded and
properly drained, including road drainage, so that there are no depressed areas where water
will collect.
30 No. shaded car parking spaces shall be provided. Car parking areas shall be paved or have
a finished surface as approved by LREDC and shall be covered with a suitable canopy to
provide shading.
The immediate surround to the office shall be paved or have a finished surface as approved by
LREDC.

1.8.4 Stationary Supplies


The CONTRACTOR shall supply stationary for LREDC for the duration of the CONTRACT.
Stationary items shall include, but not necessarily be limited to, the following:
(a) files and file dividers (A4 and A3 size)
(b) paper (A4 and A3 size)
(c) writing pens, marker pens, highlighter pens (various colours) (d) pencils(various colours)
(e) pencil sharpeners

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 28 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(f) erasers
(g) staplers and staples
(h) hole punches
(i) paper clips and bull dog clips
(j) headed paper for letters and reports
(k) miscellaneous stationary items

1.8.5 Safety Equipment and Clothing


The CONTRACTOR shall supply appropriate safety equipment and clothing for LREDC and
CONTRACTOR’S staff, including but not necessarily limited to protective clothing comprised of
safety helmets, reflective vests, protective boots, rubber boots, safety belts, dust masks and
gloves.
CONTRACTOR shall be responsible for replacement of these consumables including gauze for
dust masks.
The sizes of boots, belts, gloves and helmets are to be agreed with LREDC prior to any
purchase.
The CONTRACTOR shall provide LREDC with other health and safety provisions as and when
requested by LREDC such as solar reflective safety glasses protective goggles, ear protection,
life jackets when working over or near water, etc. CONTRACTOR shall obtain LREDC approval
prior to PPE purchasing.
All safety equipment shall be manufactured and maintained in accordance with International
Standards.

1.8.6 Assistance to LREDC


Unless otherwise directed by LREDC, the CONTRACTOR shall provide every assistance to
LREDC in connection with CONTRACTOR’S performance of the CONTRACT, including as a
minimum the providing of a full-time secretary, a full-time driver, chainmen, three full-time tea
persons, cleaners and attendance security staff as may be required by LREDC for its exclusive
use for the duration of the CONTRACT including any extension thereof and/or the duration of
the GUARANTEE PERIOD.

1.8.7 Equipment for LREDC


The CONTRACTOR shall provide equipment for the use of LREDC and LREDC’S personnel for
the duration of the CONTRACT as set out in the following sub sections. Any hardware and
software provided by others to the CONTRACTOR as well as installation and set-up thereof will
be included in the CONTRACT PRICE.

1.8.8 Environmental Specification for Hardware Items


The computer system must be able to function properly and reliably under the office
environmental conditions defined as follow:
(a) Temperature : 10 to 30 degrees Centigrade
(b) Humidity : 20% to 80% (non-condensing)

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 29 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Power supply for the system should have an output of over 180 Watt. Power regulator,
stabiliser or transformer should be supplied by the CONTRACTOR for the computer system
such that the system can function efficiently.

1.8.9 Documentation
Sufficient documentation must be supplied with the system. The documentation should be self-
tutorial in nature and be readily understood by non-computer personnel.
The following manuals must be supplied with the system:
(a) Manual on how to operate the equipment
(b) Manual on how to use the facilities and software provided by the supplier.

1.8.10 Miscellaneous Items


Continuous and sufficient supply of, but not limited to; CD -RW Discs, CD-R discs, DVD-R and
DVD-RW discs, ink colour & black and white cartridge, recording media, presentation material,
portable USB storage devices and relevant consumables for all hard and software as required
by LREDC.

1.8.10.1 Survey Equipment


The CONTRACTOR shall provide and maintain for the sole use of LREDC and LREDC’S
personnel, within one month of the COMMENCEMENT DATE until three months after the date of
issue of the Taking-Over Certificate for the last Section or for part of the WORK, the following
surveying equipment listed below.
Each item shall be new or reconditioned and where appropriate certified for accuracy at the
COMMENCEMENT DATE and shall be subject to the approval of LREDC before acceptance.
Survey equipment shall be recalibrated and certified at yearly intervals or as those advised by the
manufacturer during the CONTRACTOR’S performance of the CONTRACT.
The CONTRACTOR shall ensure that the instruments and other items as appropriate are at all
times in good repair and adjustment and shall make good any loss or damage howsoever
caused. The above-mentioned equipment shall remain on the WORKSITE during the
CONTRACTOR’S performance of the CONTRACT.
The CONTRACTOR shall make its own survey equipment, including Distomats or total station
facilities, available to LREDC upon LREDC’S request, together with any survey books, record
sheets and setting out markers, as required. The CONTRACTOR shall be entirely responsible for
the accuracy of the equipment within the limits specified by the manufacturer and shall
immediately replace defective equipment.
The CONTRACTOR shall provide one competent survey supporting staff subject to LREDC’s
approval throughout the period of the CONTRACT. The survey support staff shall have obtained
relevant qualifications and have at least one year relevant experience and satisfy a trade test
conducted by LREDC on the WORKSITE.
Survey equipment required shall include:
i. One complete sets of WILD TC 1800 total station or similar approved by LREDC including
ii. Minimum range of 2500m for single prism and 3500m for triple prism;

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 30 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

iii. Accuracy of ± (2mm + 2ppm) for distance and ± 1" for angles;
iv. Measuring time of 3.5 sec. for standard measurement and 0.3 sec. for tracking;
v. Coaxial telescope;
vi. Numeric keyboard and 8-row x 30-character LCD display in both faces;
vii. With internal memory for not less than 4000 points;
viii. Standard RS232C (I/O) port;
ix. Software for basic operation control, distance and angle reduction, viewing and
x. Editing of data, feature code input, station information input, real time coordinate
determination and setting out facility;
xi. One set of internal battery and battery charger;
xii. One set of external battery and battery charger; and
xiii. Connection cables to external battery, data logger and computer
xiv. Tribrach GDF 22
(a) 3 sets of WILD tiltable reflector with tribrach
(b) 1 set of Wild NA-2 level, or equivalent
(c) 1 No. electronic level NA3003 with memory card and card reader
(d) 1 No. WILD parallel plate micrometer GPM3 for NA2
(e) 5 sets of 5-meter levelling staff and bubble
(f) 1 No. WILD GKNL4 PVC dual face staff
(g) 2 No. WILD mini prism poles
(h) 4 No. plumbing poles
(i) 5 No. extension poles
(j) 2 crowfoot stands
(k) 5 wooden tripods
(l) 2 nos. of WILD 2-metre signal pole, or equivalent
(m) 2 No. Pillar plate
(n) 6 No. hand held bubbles
(o) 1 set of KVH DataScope monocular with built-in fluxgate compass, or equivalent
(p) sufficient nos. of miscellaneous survey tools including 100-metre linen tapes, 50mstilon
reel measuring tapes, 5-metre measuring tapes, iron spikes, wooden pegs, nails, spray
paint, hammer, etc
(q) consumables are to be provided, maintenance and replaced when necessary, including
but not limited to carpenters spirit levels, survey umbrellas, ranging rods, plumb bobs,
torches/bulbs/batteries, tools, spray paint (various colours), field bags (canvas,
shoulder type), 500 mm steel straight edge, pegs and concrete nails

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 31 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(r) Six complete sets of radio transceiver Motorola GP300, or similar approved with battery
charger and spare battery.
(s) Leica Viva RTK Rover GS15 & C15 – GSM/GPRS Gloneass with accompanying
software or similar approved by LREDC.

1.8.10.2 Area for use by the Contractor


The CONTRACTOR shall determine required areas of land within the WORKSITE Limit of
Work for the following sections.
The CONTRACTOR shall provide all offices additional to the Central Hub Office, sheds, stores
and other buildings necessary for him to undertake all duties, obligations and activities
associated with the construction of the WORK.
All buildings shall be supplied and maintained in good condition and shall be of a neat
appearance. The position of all of the CONTRACTOR’S temporary WORKSITE buildings shall
be to the approval of LREDC.
Unless agreed otherwise with LREDC, upon completion of the CONTRACT, all temporary
WORKSITE buildings and associated utilities shall be removed and the areas occupied or
otherwise affected by the temporary WORKSITE buildings and associated utilities handed over
to LREDC following completion of the FACILITIES in these areas.

1.8.10.3 Fabrication Areas


The CONTRACTOR shall provide an area suitable for assembly and fabrication purposes.

1.8.10.4 Materials Storage Area


The CONTRACTOR shall provide sufficient and appropriate materials storage areas. The
storage areas shall be suitable for the materials to be stored in them and shall offer necessary
protection where required.
The CONTRACTOR shall ensure that the storage areas comply with the relevant provisions of
the specifications regarding the storage and handling of materials.

1.8.10.5 Project Sign Board


The CONTRACTOR shall provide two (2) illuminated primary signboards in Arabic and English
giving the names of LREDC, Consultant and CONTRACTOR and any other party deemed
appropriate by LREDC. The sign board shall be strictly in accordance with the format outlined
on the Standard Drawings for signboards as issued by the Ministry of Works and Agriculture.
The signs shall be mounted on sturdy metal frames, be mobile and reusable, and shall be
illuminated at night. All working details including graphic design, location and positioning shall
be submitted by the CONTRACTOR for approval and shall be approved by LREDC before
fabrication or erection commences.
The CONTRACTOR shall comply with current regulations and standards of LREDC,
Municipality and all other Authorities and obtain approval/permits from the Municipality. The
CONTRACTOR shall keep clean and maintain the signboards and remove them and make
good all works disturbed upon completion of the CONTRACT. The CONTRACTOR shall
provide space for signboards and pay all costs, in connection with them including “Municipality
fees”.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 32 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Project signboards shall be erected not more than 4 weeks, or such other period agreed by
LREDC, after the COMMENCEMENT DATE of the WORK at locations agreed with LREDC.
The CONTRACTOR shall prepare a proper drawing of not less than ¼ full size of the proposal
and submit to LREDC for approval. The signboard shall be repaired and repainted as instructed
by LREDC.

1.8.10.6 Name Boards and Other Advertising


The CONTRACTOR shall not affix or place any placards or advertisements of any description
or permit the same to be affixed or placed upon any boards, gantry, building or structure other
than the project Signboard.
The CONTRACTOR shall not use photographs or any details of the WORK in any form
of publicity or advertisement in any part of the world without having first obtained LREDC's
approval to its content, context and form.

1.8.10.7 Utilities
The CONTRACTOR will be required to design, supply, install and maintain the following utilities
for the TEMPORARY FACILITIES:
 Foul Water Collection System.
 Potable Water System.
 Fire Fighting Water System.
 Electrical Supply.
 Telecommunications.
 Waste Collection and Disposal.
 HVAC.
Each of these utilities is described in more detail in the following sections.

1.8.10.8 Foul Water Collection System


The CONTRACTOR shall design, supply, install and maintain a foul water collection system for
each Facility for the duration of the CONTRACT. Subject to the approval of LREDC, the
CONTRACTOR may install at CONTRACTOR’S sole cost a WORKSITE sewage treatment
plant to treat the foul water to a standard approved by the Ministry of Environment and any
other Authorities. Approvals and permits for the plant will be the responsibility of the
CONTRACTOR. Effluent from the treatment plant shall be recycled for use on WORKSITE as
irrigation or dust suppression, provided that it meets the regulatory standards for such usage
under Qatari Environmental Law.
Should the CONTRACTOR choose to dispose of effluent off the WORKSITE, CONTRACTOR
shall nominate an effluent disposal location which is approved by the Ministry of Environment
and provide evidence of approval and also evidence of proper disposal of the effluent upon
request.

1.8.10.9 Potable Water System


The CONTRACTOR shall design, supply, install, and maintain a potable water system for the
TEMPORARY FACILITIES to include the supply of water for the duration of the CONTRACT.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 33 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The water supply shall be designed to hold a minimum of 7 days’ supply of water. The
CONTRACTOR shall submit its proposals therefor to LREDC for review and approval.

1.8.10.10 Fire Fighting Water System


The CONTRACTOR shall design, supply, install, and maintain a fire fighting system for the
TEMPORARY FACILITIES for the duration of the CONTRACT.
The system shall comply will all relevant QCDD standards and shall be tested regularly for the
duration of construction. The CONTRACTOR shall submit its proposals therefor to LREDC for
review and approval.

1.8.10.11 Electrical Supply


The CONTRACTOR shall design, supply, install and maintain all the electrical requirements for
the TEMPORARY FACILITIES including but not limited to the CONTRACTOR’S construction
village, CONTRACTOR’S office, LREDC’S office, LREDC’S mobile offices and temporary
security lighting for the duration of the CONTRACT. The CONTRACTOR shall submit its
proposals therefor to LREDC for review and approval.

1.8.10.12 Instrumentation & Telecommunications


The CONTRACTOR shall liaise with Ooredoo to obtain voice and data communication services
for the TEMPORARY FACILITIES including but not limited to the CONTRACTOR’S
construction village, CONTRACTOR’S office, LREDC’s office, and LREDC’s Mobile Offices for
the duration of the CONTRACT. Ooredoo offers various brands for temporary short-term and
medium-term communication solution. The internet connection shall not be less than 16 MB.
The CONTRACTOR shall make provisions at the WORKSITE for Ooredoo to install necessary
facilities to provide telecommunication services. Such facilities shall be maintained and
operated by Ooredoo and designed to Ooredoo requirements.
The CONTRACTOR shall provide at the WORKSITE cable ways, empty conduits with draw
wires and/or trunking, telephone points and outlets, PVC ducts, telephone junction boxes, and
manholes as required. These shall be designed as per standard specifications.
Ooredoo workmen / contractors shall install and commission the telecommunication equipment.
The CONTRACTOR shall consult Ooredoo not less than one month before it is proposed to
commence work to ascertain whether any underground installations will be affected by the
proposed works, in which event the CONTRACTOR shall make all necessary arrangements
with OOREDOO to safeguard the installation.
The CONTRACTOR shall give at least one week’s notice in writing to Ooredoo of the dates
when it is intended to carry out work for which permission has been given in writing by
Ooredoo; such work shall only be carried out in the presence of Ooredoo unless notice shall be
obtained in writing from Ooredoo that it does not require to be present.
In addition to the requirements for the offices, the CONTRACTOR is to provide eight mobile
phones and all calls/charges are to be paid for by the CONTRACTOR, for the duration of the
CONTRACT.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 34 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.8.10.13 Waste Collection and Disposal


The CONTRACTOR shall be responsible for collection and disposal of solid waste and
excavated material from the WORKSITE.
Waste and excavated material must be disposed of off the WORKSITE at a facility approved by
the Ministry of Environment and any other relevant authority, in accordance with waste
management regulations in Qatar. The CONTRACTOR shall obtain all necessary permits and
approvals from the relevant authorities. If required, the CONTRACTOR to provide evidence of
approval and evidence of proper disposal of the waste upon request.
Generation of waste material shall be minimised and materials recovered or recycled where
possible.

1.8.10.14 HVAC
The CONTRACTOR shall supply and install appropriate HVAC System to all the Facility but not
limited to including the CONTRACTOR’S office, LREDC’S office and any other facility
requested by the LREDC for the duration of the CONTRACT.
CONTRACTOR installed HVAC system shall be able to maintain an ambient air temperature of
21C +/- 2C.

1.8.10.15 Radio Specification


Radios supplied are to meet the following minimum standards:
 GPS Receiver
o Fully integrated hand held GPS receiver
o Approximate size 130mm x 60mm x 30mm
o Position and direction display
 Security
o TMO and DMO encryption
o Security class 1, 2 and 3 support
o PIJN and PuK entry
o Software authenticity and protection employing Digital Signature
o Integral SIM connector
 Display
o Minimum 128 x 126 pixels
o Wide viewing angle and readable in complete darkness to bright sunlight
o Large text option
o Configurable backlight intensity
 Frequency Bands
o 380 ~ 430MHz
 Power

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 35 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

o 1W RF (customizable)
o Adaptive power control supported
o RF power control in 3 steps of 5dB
 Receiver (Class a)
o 112 dBm Static sensitivity
o 103 dBm dynamic sensitivity
 Environmental
o Dust and water protection to IEC529
o IP54 ETS 300 019 drop and vibration
o Storage temperature -40ºC to +85ºC
o Operating temperature -20ºC to +60ºC
 Power Supply
o Intelligent battery packs
 1230mAh (standard) to 1850mAh (high capacity)
 Hot battery swap
o Voice Services
 Half duplex calls (individual and group)
 Late entry
 Priority call
 Emergency call
 Talking party identity
 Calling line identity
 Privacy mode
 Whispering mode
 Group focus
 Data Services
o Status messaging
o Short Message Service messaging
 Other
o Support for up to 300 pre-programmed Talk-Groups
o Telephone and radio user address book (up to 2000 entries)
o Call history with missed calls alert
In addition to the hand held radios 6 (six) vehicle mount kits are to be supplied including
professional installation to LREDC’s designated WORKSITE vehicles

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 36 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.9 Design Guidelines for Temporary Facilities


The precedence applying for use of the Codes, Standards, Specifications and Regulatory
requirements for this project is as follows:
1. Regulatory Requirements
2. CONTRACT Technical Specification
3. Country Standards International Standards
4. Service Authority Standards.
In the event of an inconsistency, conflict or discrepancy between any of the Standards,
Specifications and Regulatory Requirements, the most stringent and safest requirement
applicable to the project shall apply.
The CONTRACTOR shall take full responsibility for the design, specification, erection,
maintenance and removal of TEMPORARY FACILITIES not required by LREDC. The
CONTRACTOR shall issue a request to LREDC before removal or alteration of any TEMPORARY
FACILITIES that have been previously installed.
Unless otherwise provided in the CONTRACT, the design of the FACILITY as represented by the
Drawings and Specifications does not include any TEMPORARY FACILITIES designed by
LREDC or, unless specifically stated, the effect that any TEMPORARY FACILITIES may have on
the design and performance of the FACILITY.
The CONTRACTOR shall bear the cost of any independent check of the design of the
TEMPORARY FACILITIES.
Except where TEMPORARY FACILITIES are required to be checked by an independent checking
in accordance with the CONTRACT, the following requirements shall be satisfied:
(i) The CONTRACTOR shall submit to the LREDC two (2) copies of complete drawings of all
TEMPORARY FACILITIES, together with the calculations relating to their strength, stability
and anticipated deflections. The drawings shall show the method proposed for the
construction of the various parts of the TEMPORARY FACILITIES and their application to
the carrying out of the permanent part of the Works;
(ii) TEMPORARY FACILITIES shall be properly designed and constructed to carry the loads to
which they will be subjected, and all drawings and calculations pertaining thereto shall be
forwarded to LREDC in time for them to be reviewed and, if necessary, modified and
reviewed again before the CONTRACTOR commences the work. Drawings and calculations
shall be clearly numbered and indexed, and the CONTRACTOR shall confirm in writing to
the LREDC that the calculations and designs for TEMPORARY FACILITIES have been
checked by a suitably qualified person and found to be satisfactory.
(iii) Following LREDC's consent to the CONTRACTOR’S proposals, two (2) copies of the
drawings and calculations including any modifications or amendments shall be delivered to
LREDC.
(iv) Prior to items of TEMPORARY FACILITIES being subjected to load, the CONTRACTOR
shall confirm in writing to LREDC that their construction has been checked by a suitably
qualified person and are satisfactory.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 37 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(v) In the case of TEMPORARY FACILITIES which involve excavating into or imposing loads
on slopes, the calculations and drawings shall include analysis of the stability of the slopes,
details of temporary drainage arrangements, and details of the method of reinstatement.
(vi) In the case of false work, the design and construction shall, unless the LREDC considers it
inappropriate because of its minor nature, follow the recommendations of BS 5975.

1.10 Codes, Standards and Specifications for Temporary Facilities and Main
Works
The following Codes, Standards and Specifications as listed in Table 3 form a part of this
TEMPORARY FACILITIES and the WORK and shall be used for the design and construction of
the TEMPORARY FACILITIES and construction of the WORK.
When an edition date is not indicated, the latest edition shall apply. This listing is not intended
to be complete for all aspects of design and other Standards may require referencing where
applicable. The CONTRACTOR shall identify any and all deviations to Specifications,
Standards and Codes of Practice and submit for approval in a timely manner.
The CONTRACTOR shall provide its own copies of all relevant International and National
Standards, e.g. Qatar National Standards, etc. and shall provide a copy of relevant standards
available for the use of LREDC as required.
Unless otherwise specified, where the requirements of these Codes, Standards and
Specifications differ, the standard deemed most stringent in LREDC’s sole discretion shall
apply.
Table 3 - Design Codes and Standards for Temporary Facilities:

Standards Title
ROADS, CIVIL AND EARTHWORKS
QCS Qatar Construction Specification
QHDM Qatar Highway Design Manual
QDDM Qatar Drainage Design Manual
QTM Qatar Traffic Manual
QSM Qatar Survey Manual
WZTMG Ashghal Work Zone Traffic Management Guide
ARCHITECTURE
AISC American Institute of Steel Construction
IBC International Building Code
ASCE American Society of Civil LREDCs
QCS Qatar Construction Specification
Qatar Civil Defence Departments Fire Safety Provisions
for Construction Worksites
ELECTRICAL
QCS Qatar Construction Specifications
IEC 60364 Low-voltage electrical Installations
IEC 60439 Low-Voltage Switchgear and Control gear Assemblies
IEC 60947 Low Voltage switchgear and Control gear
LOSS PREVENTION
QCS Qatar Construction Specification
QCDD Fire Safety Provision for Construction Worksites
NFPA 10 Standard for Portable Fire Extinguishers

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 38 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Standards Title
Standard for the Installation of Standpipe and Hose
NFPA 14
Systems
Standard for the Installation of Stationary Pumps for Fire
NFPA 20
Protection
BUILDING SERVICES – PLUMBING WORKS
QCS-2010 Qatar Construction Specification
IPC-2009 International Plumbing Code
BUILDING SERVICES – HVAC
QCS-2010 Qatar Construction Specification
MECHANICAL
QCS Qatar Construction Specifications
STRUCTURES - BS
BS CP 3, Chapter V, Basic Data for Design of Buildings – “Wind Loads’.
Part 2 : 1972 British Standards Institutions
Including all
amendments:
Amd.4952 - January
1986;
Amd.5152 – March
1986;
Amd.5343 – June 1986;
Amd.6028 – September
1988;
Amd.7908 – September
1993)
BS 6349 Code of Practice for Maritime Structures
BS 8110-1:1997 Structural use of Concrete. Code of Practice for Design
and Construction
BS 5328 – 1:1997 Part 1: Guide to specifying Concrete
BS 5328 – 2:1997 Part 2: Methods for specifying concrete mixes
BS 5328 – 3:1990 Part 3: Specification for the procedures to be used in
producing and transporting concrete
BS 5328 – 4:1990 Part 4: Specification for the procedures to be used in
sampling, testing and assessing compliance of
concrete
BS 5328 – 4:1999 Methods for specifying concrete mixes.
BS 5950 - 1: 2000 Structural use of Steelwork in Building.
Part 1: Code of Practice for Design in Simple and
Continuous
Construction - Rolled and Welded Sections.
BS 5950 - 2: 2001 Structural use of Steelwork in Building.
Part 2: Specification for materials, fabrication and erection.
Rolled and welded Sections.
BS 5950 - 5: 1998 Part 5: Structural use of Steel Work in Building. Code of
Practice for Design of Cold Formed Thin Gauge Sections.
BS 5950 - 8: 2003 Part 8: Structural use of Steel Work in Building. Code of
Practice for Fire Resistant Design.
BS 5975 : 2008 Code of Practice for TEMPORARY FACILITIES
Procedures and the Permissible Stress Design of
Falsework
BS 4190 : 2001 Specifications for ISO Metric Black Hexagon Bolts,
Screws and Nuts.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 39 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Standards Title
BS 4604 - 1 & 2: 1970 Specifications for the use of High Strength Friction Grip
Bolts in Structural Steelwork.
BS 4592 - 1 to 5: 2006 Industrial Type Floorings and Stair Treads
BS 8007 : 1987 Code of Practice for Design of Concrete Structures for
Retaining Aqueous Liquids
BS 6399 - 1 to 3 Parts 1 to 3: Loadings for Buildings
BS 8004 : 1986 Code of Practice for Foundations
BS EN ISO 1461 : 1999 Hot dip galvanized coatings on fabricated iron and
steel articles.
DMRB Design Manual for Roads and Bridges
STRUCTURES - US
UBC 97 Volume 2 1997 Uniform Building Code - Structural Engineering
Design Provisions
AWS D1.1 American Welding Society
AASHTO Standards,
Specifications and
Guidelines
AISC 13th edition
IBC 2012 International Building Code - 2012 edition

American Concrete ACI 318


Institute
STRUCTURES - EURO
DD ENV 1991-1-1 Basis of design and actions on structures (EC 1)
DD ENV 1992-1-1 Design of concrete structures (EC2)

DD ENV 1993-1-1 Design of steel structures (EC3)


DD ENV 1994-1-1 Design of composite steel and concrete structures (EC4)
IBC 2012 International Building Code - 2012 edition
American Concrete ACI 318
Institute
INSTRUMENTATION / TELECOM
QCDD Fire Safety Provision for Construction Worksites
QCS Qatar Construction Specifications
NFPA72 National Fire Alarm Code
OOREDOO Specifications for Underground Duct Laying&
Associated Civil Works

TABLE 4 - Construction Specifications for Temporary Facilities


Document Title Revision
Technical Particular Specifications (Contained in Volume Latest
Specifications (All) 2 Part 3) Revision
Qatar Construction Specification (All relevant Latest
QCS sections) Revision
BS 5930: 1999 (inc Am2): 2010
BS 6031
Specifications for BS 8002
Temporary and main BS 8006 – 1: 2010 Latest
works: BS EN 1997 -1 and 1997-2 revision

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 40 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Document Title Revision


WZTMG Ashghal Work Zone Traffic Management Guide Latest
Revision

1.10.1 References

TABLE 5 - Standard Documents for Temporary Facilities

ASPE Data Books for HVAC


1999 ASHRAE HVAC Applications Handbook Chapter 48

1.11 Security
The CONTRACTOR shall provide suitable watchmen during all hours at all points of access to
the WORKSITE. Security gates are to be established to prevent Construction vehicular access
to public roads with particular regard to the VIP road. Special watch duty shall be kept on the
inside of the WORKSITE during working hours as well as at night. Security services to be
maintained to provide continuous (24/7) cover.
The perimeter of the WORKSITE has been made secure with a metal fence and main gate that
has 24 hour operation.
The primary access to the WORKSITE shall be through the LREDC main gate from Lusail
Road.
The secondary access to the WORKSITE shall be proposed within the logistics plan for the
approval of LREDC.
The location of access to the WORKSITE may be subject to change throughout the duration of
the CONTRACT.
The CONTRACTOR shall establish and maintain the access route to the WORKSITE and shall
allow access for other contractors, service providers, occupiers, investors and authorised
persons and vehicles as may be authorised by LREDC.
The CONTRACTOR shall comply with the security systems that are in force for LREDC and
shall establish CONTRACTOR’S own security within the WORKSITE including fencing.
The construction of any additional temporary access through the perimeter fence shall be
subject to LREDC’S written approval. The CONTRACTOR’S application for approval shall
include full details of the security systems, including allocation of security passes, vehicle
checking and logging procedures. The security systems shall be in compliance with LREDC
security procedures which will be made available by LREDC at the COMMENCEMENT DATE.
They shall be updated, as may be required from time to time, by LREDC. Any temporary
access shall be through a manned and lockable gate; suitable gate houses shall be provided
for the security personnel and the gates shall be securely locked whenever the access is
unmanned. LREDC may require the CONTRACTOR to grant access to other authorised
persons and vehicles through any temporary access.
The CONTRACTOR shall notify LREDC in writing at least 14 days in advance of
CONTRACTOR’S intentions to start work on any area of the WORKSITE.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 41 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall keep records of the dates of his entry onto and departure from all
areas included in the WORKSITE, together with the dates of the erection and removal of
temporary hoarding, and shall furnish copies of these records as required by LREDC.
The CONTRACTOR shall make a record of the condition of the WORKSITE at handover, to be
agreed with LREDC.
Any temporary access routes and working areas that may be located outside of the limits of the
WORKSITE shall be agreed with LREDC.
Where work is required on LREDC’S plant and equipment, the CONTRACTOR shall comply
with LREDC’S permit and maintenance procedures.

1.11.1 Contractor’s Security Responsibility


The CONTRACTOR will ensure the following:
a) Work shifts shall not exceed 10 hours per shift. Workers shall not work for more than five (5)
hours without a break, which shall be not less than one (1) hour in duration. On the
WORKSITE permitted working hours are to be deemed as 24 hours per day, 365 days per
year with due allowance for public holidays, etc. VARIATION to this must be applied for in
writing 14 days prior, for the written approval of LREDC.
b) All permanent WORKSITE vehicles to obtain and display LREDC vehicle pass
c) Be responsible for those personnel entering LREDC’S Project WORKSITE on the
CONTRACTOR’S behalf.
d) The CONTRACTOR shall ensure that only authorized persons and vehicles enter the
WORKSITE.
e) Ensure that visitors and vendors shall be provided with temporary vehicle passes by Security
Staff, which are valid for one (1) work day.
f) The CONTRACTOR shall ensure that personnel are provided with a photo ID badge.
g) Immediately rectify situations involving violation of LREDC’S Security Requirements.
Unauthorized workers or vehicles having no Approved pass shall immediately be escorted to
Gate #2 by the CONTRACTOR for verification of approval to be on the WORKSITE.
h) Be responsible for properly securing all Company-owned tools, equipment and materials when
not in use to prevent theft. To this effect, CONTRACTOR shall clearly tag and marc and
identify in their office, work, and storage locations with Company name.
i) Label or placard all tools, equipment and materials in order to verify ownership should disputes
arise.
j) Prohibit all personnel from bringing firearms, weapons, alcohol, or controlled substances onto
the project WORKSITE.
k) Prohibit personnel observed to be under the influence of alcohol or drugs from entering and /
or working on the WORKSITE. Such cases shall be immediately reported to LREDC.
l) Provide continuous (24/7) health and safety coverage by a qualified HSE representative
m) The CONTRACTOR shall immediately provide verbal notification to LREDC for all incidents,
accidents, injuries, illnesses, and near miss incidents.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 42 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

n) The CONTRACTOR shall ensure that all personnel, visitors, vendors, etc. are provided with
WORKSITE health and safety “Induction” on their first day of employment/ visit to the
WORKSITE.
o) The CONTRACTOR shall be required to cooperate with the security consultant and abide by
the WORKSITE rules and regulations provided by LREDC or the security consultant.

p) Provide adequate lighting and clear access to and on all paths of travel

1.12 Protection of the Works


The CONTRACTOR shall take full responsibility for the care and protection of the WORK and
TEMPORARY FACILITIES against damage of any kind for the duration of the CONTRACT.
In the event of any damage to the WORK or TEMPORARY FACILITIES, the CONTRACTOR
shall undertake all necessary repairs and ensure safety is not compromised in any way.

1.12.1 Protection of Finishes, Equipment and Surfaces


The CONTRACTOR shall take full responsibility for the protection of finishes, equipment
surfaces that form part of the WORK. Protective coatings and wrappings shall be left on items
for as long as possible and practicable. This will be applicable up until issue of the Taking-Over
Certificate by LREDC.
In the event of any damage to finishes, equipment or surfaces, the CONTRACTOR shall
undertake all necessary repairs.

1.12.2 Protection and Marking of Utility Terminations


All utility pipelines, cables, ductwork, service lines and other utility connections of any kind
installed and completed by the CONTRACTOR in the course of its work must provide
adequate protection and termination as well as a marker location to the material at the
termination point of the service.
For pipelines where the pipe will terminate on the boundary of the CONTRACTOR’S
WORKSITE interface, the end of each pipe shall be securely sealed with a cap or closed valve
to prevent the ingress of water, backfill material, vermin, etc. The type of cap or valve and
any requirements for thrust blocks in the case of water pressure pipelines shall be installed
in accordance with the relevant particular specification and manufacturer’s recommendations
and the approval of LREDC.
For electric cables, telecommunication equipment and other signal transmission cables, the
terminations shall be fully sealed against the ingress of water and protected in accordance with
the installation requirements of the manufacturer or supplier and the relevant particular
specification.

1.12.3 Protection Against Damage


The CONTRACTOR shall take all necessary precautions to avoid causing damage to land,
properties, trees and any other works outside of the WORKSITE. Through the duration of the
CONTRACT, the CONTRACTOR shall deal promptly with any complaints by LREDC, statutory
authorities or occupiers and maintain a lodging and closure register for such complaints.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 43 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall ensure that no damage is caused by WORKSITE traffic to roads and
footpaths outside the WORKSITE boundaries and shall adequately maintain approaches to the
WORKSITE. The CONTRACTOR shall repair all damage attributable to its performance of the
CONTRACT.
The CONTRACTOR shall take all reasonable precautions to ensure that roads and footpaths
outside the WORKSITE boundaries are kept clean of any dirt or debris as a result of any
aspect of the Works, including movement of WORKSITE traffic. The CONTRACTOR shall
take all necessary and immediate steps to clean roads and footpaths outside the WORKSITE
boundaries as required and/or requested by LREDC.
The CONTRACTOR shall obtain permission from LREDC, if it is necessary to use or in any way
impinge upon adjoining property or works areas and shall clear away and make good on
completion or when directed.
Where any existing or newly installed apparatus is affected by the Works the CONTRACTOR
shall take all necessary measures to avoid damage to the apparatus and ensure uninterrupted
operation of the apparatus. The measures may include, but will not be limited to;
providing temporary supports, amending working methods, providing temporary or permanent
diversions, and maintaining supplies at all times.
Should any damage be discovered to existing apparatus, the CONTRACTOR shall at once
notify LREDC and any Authority, as appropriate.
The CONTRACTOR shall afford every facility for the repair or replacement of the apparatus
affected.
In the event of any damage caused by the CONTRACTOR to roads, land, properties, trees and
any other works outside of the WORKSITE, the CONTRACTOR shall undertake all necessary
repairs.

1.12.4 Procedure for Complaints and Claims for Damage

Details of all claims or warnings of intended claims which the CONTRACTOR may receive shall
be brought to the attention of LREDC by the CONTRACTOR without delay. Likewise, any such
claims or warnings, which may be submitted directly to LREDC, shall be transmitted to the
CONTRACTOR by LREDC without delay.

A similar exchange of information shall also be made in relation to all complaints which may be
received.

The CONTRACTOR shall notify LREDC in writing immediately following any damage or
injury to the person, property or the works resulting from the performance of the
CONTRACT.

The CONTRACTOR will be responsible for carrying out investigations into any complaints
and claims, as required by LREDC. The CONTRACTOR shall undertake any such
investigations.

1.13 Water, Drainage and Exposure


The WORK shall, as far as is practicable, be kept free of water and protected from damage due
to water. Water on the WORKSITE and water entering the WORKSITE shall be disposed of by

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 44 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

temporary drainage or pumping systems or by other methods capable of keeping the Works free
of water and protected from damage due to water. Silt and debris shall be intercepted by traps
before water is discharged from the WORKSITE.
The conveyance of storm water run-off and dewatering outflows shall comply with the appropriate
environmental requirements stipulated by the Government including the conditions of the
Environmental Permit and LREDC. The CONTRACTOR shall make all arrangements with and
obtain the necessary approvals and inspections from the relevant Authorities for discharging
water to drains, watercourses or the sea. The relevant work shall not start until the approved
arrangements for disposal of the water have been implemented.
The FACILITY, including materials for the FACILITY, shall be protected by methods agreed by
LREDC from exposure to weather conditions which may adversely affect the work or materials.
The CONTRACTOR shall carry out any temporary diversion, maintenance and reinstatement of
watercourses and drainage systems to enable the Works to be executed.

1.14 Temporary Traffic Arrangements


Temporary traffic arrangements including those within the boundaries shall be in accordance with
conditions and restrictions imposed by the relevant Authorities. The CONTRACTOR shall make
all arrangements with and obtain the necessary approvals from the relevant Authorities for
temporary traffic arrangements and control. Works affecting existing public vehicular or
pedestrian access shall not commence until the approved temporary traffic arrangements and
control have been approved and implemented.
Traffic diversions include work in, or affecting the use of, roads, footpaths and rights of way and
may comprise the construction and maintenance of paved and unpaved detour carriageways
including all earthworks and the provision of adequate drainage, lighting, sign posting, street
furniture and traffic control devices. Temporary diversions, pedestrian access and lighting,
signing, guarding and traffic control equipment shall be removed immediately they are no longer
required. Roads, footways and other items affected by temporary traffic arrangements and
control shall be reinstated to the original condition before the work commenced or to such other
condition as may be agreed or instructed by LREDC.
The CONTRACTOR shall be responsible for obtaining excavation permits for works which affect
public roads, footways or other public areas and will be responsible for all safety issues
associated with the installation, operation, maintenance and removal of traffic diversions.
Applications for such permits are to be made through the relevant Authorities with whom the
CONTRACTOR shall timely liaise. Once obtained, each such permit shall be readily available at
the WORKSITE and close by the WORK while the particular WORK is in progress. All conditions
of the permit shall be observed during the course of the WORK to which it relates.

1.14.1 Traffic Police Division Requirements


Before any work in, or affecting the use of, any road, footpath, and right of way is commenced,
the CONTRACTOR’S proposed method of working shall be agreed with, and confirmed in writing
to, LREDC and the Traffic Police Division. Traffic diversion apparatus shall not be erected until
the Traffic Police Division have reviewed and approved the traffic diversion plans
Throughout the execution of the Works and the GUARANTEE PERIOD, the CONTRACTOR shall
co-operate with the Traffic Police Division concerning works in, or access to, roads, footpaths and

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 45 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

right of ways. The CONTRACTOR shall inform LREDC of any requirements of, or arrangements
made with, the Traffic Police Division.

1.14.2 Damage and Reinstatement


The CONTRACTOR shall be responsible for work shall be carried out in such a manner to avoid
damage to or interference with the following, other than such damage as is required to enable the
execution of the Works:
(a) watercourses or drainage systems,
(b) utilities,
(c) structures, roads including street furniture, or other property,
(d) public or private vehicular or pedestrian accesses, and
(e) vegetation
The CONTRACTOR shall inform LREDC as soon as practicable of any item or utility requiring
diversion, removal or relocation to enable the WORK to be executed. The CONTRACTOR shall
not divert, remove or relocate any such item or utility without the prior approval of LREDC.
Items which are damaged or interfered with as a result of the WORK being carried out and items
which are diverted, removed or relocated to enable the WORK to be carried out, shall be
reinstated to a condition equal or better than that prior to the commencement of the works or to
such other condition as may be agreed or instructed by LREDC.

1.14.3 Materials, Sampling and Testing


Unless otherwise specified the requirements of sampling, testing and test records in this
specification are minimum requirements and shall be developed by the CONTRACTOR in its
Inspection and Testing Plan which is to be submitted to LREDC for approval.
Materials for inclusion in the FACILITY shall be new unless otherwise stated in the CONTRACT
or approved by LREDC. All materials shall be stored in accordance with the relevant
specifications and standards.
All laboratories used on the WORKSITE or off the WORKSITE) for material testing purposes
must have accreditation to ISO 17025: 2005 or latest. All 3rd Party Laboratories to be certified by
the Ministry of the Environment for use as a materials testing laboratory.
Certificates of tests by manufacturers which are submitted to LREDC shall relate to the material
delivered to the WORKSITE. Certified true copies of certificates may be submitted if the original
certificates cannot be obtained from the manufacturer. A letter from the supplier stating that the
certificates relate to the material delivered to the WORKSITE shall be submitted with the
certificates.
Materials which are specified by means of trade or proprietary names may be substituted by
materials from a different manufacturer approved by LREDC provided that the materials are of
the same or better quality and comply with the specified requirements.
Samples of materials submitted to LREDC for information or approval shall be systematically
archived on the WORKSITE in an appropriate warehousing facility constructed and furnished by
the CONTRACTOR as directed and approved by LREDC.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 46 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Before placing any order for material, manufactured articles or machinery and, as soon as
possible after the CONTRACT has been awarded, the CONTRACTOR shall submit for the
approval of LREDC a list of the manufacturers and suppliers from whom he proposes to purchase
the materials for the execution of the Works with all necessary materials data sheets.
The information regarding the names of the manufacturers and suppliers may be submitted at
different times, as may be convenient, but no source of supply shall be changed without the prior
approval of LREDC.
The test certificates submitted by the CONTRACTOR to LREDC furnished by the supplier or
manufacturer of any material or article shall demonstrate compliance with the requirements of the
CONTRACT.
All sampling and testing shall be arranged and paid for by the CONTRACTOR at no additional
cost to LREDC. Samples shall be of sufficient size to enable all specified tests to be made.
Samples shall be taken in accordance with the approved sampling and testing plan.
Once LREDC / LREDC Representative selects samples, they shall be conveyed under chain of
custody to the place of testing. Samples shall be protected, handled and stored in such a manner
that they are not damaged or contaminated, and such that the properties of the sample do not
change.
Samples on which non-destructive tests have been carried out shall be collected from the place
of testing after testing and delivered to a secure facility on WORKSITE.
Records of in-situ tests and laboratory compliance tests carried out by the CONTRACTOR shall
be kept by the CONTRACTOR on the WORKSITE and a report shall be submitted to LREDC
within 7 days, or such other time stated in the CONTRACT, after completion of each test. The
report shall contain the following details in addition to the specified reporting requirements:
(a) material or part of the work tested.
(b) location of the batch from which the samples were taken or location of the part of the work.
(c) place of testing.
(d) date and time of tests.
(e) weather conditions in the case of in-situ tests.
(f) technical personnel supervising or carrying out the tests.
(g) size and description of samples and specimens.
(h) method of sampling.
(i) properties tested.
(j) method of testing.
(k) readings and measurements taken during the tests.
(l) test results, including any calculations and graphs.
(m) other details stated in the CONTRACT.
Reports of tests shall be signed by the CONTRACTOR’S Representative or by another
representative authorised in writing by the CONTRACTOR. All documentation of testing shall be
to the approval of LREDC.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 47 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Required QA/QC audits on supplier or manufacturer shall be arranged and paid for by the
CONTRACTOR.

1.14.4 Use of the Worksite


The WORKSITE shall not be used by the CONTRACTOR for any purpose other than for
executing the WORK or carrying out other work which is associated with the WORK and
approved by LREDC.
Concrete batching and mixing plant erected on the WORKSITE or other production plant shall not
be used to provide concrete or other materials for work outside the Scope of Work.
The location and size of stockpiles of materials, including excavated material, within the
WORKSITE shall be as agreed by LREDC. Stockpiles shall be maintained in a stable and
protected condition.
Entry to and exit from the WORKSITE shall be obtained only at the locations approved by
relevant authorities and stated in the CONTRACT or agreed by LREDC.
The WORKSITE shall be maintained in a clean and tidy condition. Materials, including materials
required for TEMPORARY FACILITIES, shall be stored in an orderly manner. Rubbish and debris
shall be disposed of at least once a week.
The WORK shall be carried out in such a manner to minimise dust generation. The
CONTRACTOR shall adopt methods to minimise dust generation agreeable to LREDC and
compliant with the conditions of the Environmental Permit.
Roads and footways on the WORKSITE shall be maintained in a clean and passable condition
and shall not be used to store materials or park plant or vehicles.
Surfaced roads on, and leading to the WORKSITE shall not be used by tracked vehicles unless
protection against damage is provided.
The CONTRACTOR’S plant and other vehicles leaving the WORKSITE shall be loaded in such a
manner that excavated material or debris will not be deposited on roads. Loads shall be covered
or protected to prevent dust being emitted. The wheels of equipment and other vehicles shall be
cleaned before leaving the WORKSITE to avoid the deposition of material on roads. The cost of
any penalties or of making good any damage to adjoining public roads caused by the
CONTRACTOR’S vehicles or by any spoil deposited by the CONTRACTOR shall be borne by the
CONTRACTOR.
The CONTRACTOR shall employ on the WORKSITE, in connection with the execution of the
Works, land and marine engineering surveyors for the setting out of the WORK. The surveyors
shall have a minimum of 10years experience and possess a diploma or equivalent qualification
appropriate to the nature of the survey work required for the CONTRACT, or be under the
supervision of a suitably qualified surveyor. The CONTRACTOR shall submit for approval within
14 days from the COMMENCEMENT DATE the name and particulars of the person he proposes
to employ for setting out all of the WORK.
Prior to the commencement of the setting out of the WORK, including control traversing, and the
calculation of survey control data for both line and level, the CONTRACTOR shall submit to
LREDC details of his proposed methods to establish such control. Proposals for the
establishment of control marks and bench marks subsequent to the initial control shall also be

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 48 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

submitted. The CONTRACTOR shall not undertake any setting out before obtaining LREDC’S
consent to CONTRACTOR’S methods.
As part of the setting-out, the CONTRACTOR shall establish offset lines and/or reference marks
close to the location of the WORK, which shall relate directly to the WORK in both alignment and
level. They shall be located so as to enable the Independent Surveyor and LREDC to check
readily any part of the WORK to which they refer. The locations and levels of such marks shall
be checked by an Independent Surveyor and approved by LREDC prior to the commencement of
the WORK to which they refer.
Before commencing the setting out of the WORK, the CONTRACTOR shall ascertain the location
of all existing underground services within the WORKSITE boundary. The CONTRACTOR shall
prepare a plan detailing the location of the services.
Any conflict between existing services and any part of the proposed WORK shall be brought to
the attention of LREDC without delay.
Any re-work resulting from the CONTRACTOR’S failure to locate and identify services shall be
undertaken by the CONTRACTOR at its own cost.
The survey marks shall be of such construction and sufficiently well protected as to ensure that
they are not moved or damaged during construction of the WORK. However, should they be
moved or damaged, the CONTRACTOR shall re-establish them immediately in the manner
outlined above. The CONTRACTOR shall provide all temporary markers, profiles etc., necessary
for the proper setting out of the WORK.
A survey to verify the precise boundaries of the WORKSITE and the levels within the WORKSITE
will be carried out by the CONTRACTOR before WORKSITE clearance or any other work starts.
The CONTRACTOR shall notify LREDC in writing fourteen (14) days in advance of his intention
to set out any part of the Works that lies in private land or outside the WORKSITE area and shall
ensure that all requirements and instructions of private land owners including government lands
are strictly adhered to.

1.15 Contractor’s Submittals


1.15.1 General
In addition to copies of the CONTRACTOR’S submissions to LREDC made through ACONEX,
further copies as required in both hard and native soft copy format shall be made available to
LREDC, as specified or requested by LREDC. The cost of submissions to LREDC in all formats
shall be deemed to have been included in the CONTRACT PRICE.
The CONTRACTOR shall allow for 14 day review time by LREDC of all submittals.

1.15.2 Project Management Plan


The CONTRACTOR shall submit, within fourteen (14) days from the Notice to Proceed, for
LREDC’s review and acceptance, a detailed Project Management Plan (PMP) that provides
specific details as to the execution process the CONTRACTOR will adopt for the WORK. The
PMP shall include dates for submission of design documentation at the completion of each
SECTION of the WORK for approval by LREDC. It will also include a detailed risk management
plan as follows:

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 49 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.15.2.1 Risk Management


The requirement for all contractors to participate in project risk management is to ensure that
the entire supply chain is both forward looking and proactive in both anticipating and
responding to potential adverse events before they materialise and impair or impede
CONTRACT objectives of time, cost and quality. Engaging the whole supply chain is based on
the recognition that a project is only as strong as its weakest link.

1.15.2.2 Risk Management Plan


Within 14 days of receipt of the Letter of Conditional Acceptance/Notice to Proceed, the
CONTRACTOR shall submit a Risk Management Plan (RMP) to define the risk management
processes that will be adopted by the CONTRACTOR for the duration of the Works.
LREDC will provide the CONTRACTOR with a template for the RMP to ensure that all RMPs on
the program have a consistent appearance and format and contain the mandatory minimum
information. The CONTRACTOR must adopt the template and include information, where
directed, specific to the CONTRACT.

1.15.2.3 Risk Standard


The CONTRACTOR shall follow the process steps described in ISO 31000:2009 (Risk
Management – Principles and Guidelines).
The process steps are as follows:
Context Establishment: The external environment to the project must be examined prior to the
risk identification process to understand the unique characteristics of the project and the
potential sources of risk
Risk Identification: The risk register is to be populated with both issues and risks. Issues are
risks that have materialised but remain uncertain in terms of how and when they will be closed
out. Risks are adverse events which have not yet materialised. For each issue and risk the
Cause, Description and the Impact are to be carefully considered to ensure the risk descriptions
are not a confused mixture of causes, impacts and or project information. In addition the risk
descriptions are not to be so brief that they are open to multiple interpretations. They should be
clearly written for ease of comprehension by project participants.
LREDC will provide the CONTRACTOR with an issue/risk register template to ensure
consistent reporting across the program. Risk identification is to be informed by the
CONTRACTOR’S lessons learned database, workshops conducted by the CONTRACTOR, the
risk breakdown structure provided by LREDC in the RMP template and risk lists/checklists
prepared by the CONTRACTOR.
Risk Analysis: The CONTRACTOR is to assess identified issues and risks in terms of their
probability and impact (both in relation to cost and time). The probability of issues will be
recorded as 100%.
Risk Treatment: The CONTRACTOR shall propose detailed risk mitigation measures for all
identified issues and risks. Risk response measures shall be SMART: specific, measurable,
attainable, realistic and time-bound. All responses are to be assigned an auctionee and a due
date for completion.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 50 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.15.2.4 Stakeholder Approvals


As part of the risk management process, the CONTRACTOR shall provide a complete list of
stakeholders from whom permits, approvals and No Objection Certificates (NOCs) will be
required to complete the WORK. The information is to be provided in the form of a three
column table stating the stakeholder in the left hand column, the permit / approval in the central
column and the date the permit/approval is required to maintain the schedule/programme, in
the right hand column.

1.15.2.5 Roles and Responsibilities


The CONTRACTOR will designate a Risk Manager for liaison with LREDC and undertaking risk
management duties. This will be a full time senior role. The Risk Manager will be responsible
for preparing the RMP, providing risk management awareness training sessions and holding
internal risk workshops within her/her organisation, populating and issuing the Risk Register,
attending risk meetings with LREDC and preparing risk reports (monthly and ad-hoc). The Risk
Manager is to be approved by LREDC in writing prior to participation in the program. The Risk
Manager is to have a minimum of ten years construction experience of which ideally a year
should have been in the role of Risk Manager / Coordinator / LREDC.

1.15.2.6 Meeting Schedule


LREDC will issue a risk management meeting schedule stating the frequency, duration, location
and required attendance at the meetings. The meetings will be chaired by the
CONTRACTOR’S Risk Manager and attended by the CONTRACTOR’S senior staff and
discipline leads. Each set of minutes prepared following the risk meetings will be uploaded on
and distributed via ACONEX. The CONTRACTOR shall provide the current Risk Register two
working days prior to risk meetings describing as a minimum the issues and risks, their impact
in terms of cost and time, their probability, proposed response actions, the risk actionee and the
planned implementation date (indicating where support is required from LREDC).

1.15.2.7 Issue and Risk Reporting


The CONTRACTOR shall report on a monthly cycle and record [1] the top five issues and risks,
their unique ID, their score, their corresponding detailed response actions and an arrow
indicating the movement in exposure (i.e. improving, deteriorating or no change) using a
template provided by LREDC and [2] the updated risk register. Urgent risks are to be brought to
the attention of LREDC immediately Rather than waiting for the next risk workshop / meeting.
From time-to-time, the CONTRACTOR will be required to prepare reports on individual issues
or risks (and the proposed response actions to address them) whose resolution will be critical to
maintaining the schedule/programme.

A Risk Register is to be submitted as part of the tender technical submission which follows the following
format.

Risk ID Risk Cause Risk Description Risk Impact Risk Owner Response Action
1 The reason why the Description of the Impact on one or more Insert Specific actions that will be
adverse event might potential adverse of the project name of implemented to address the
materialise. event. objectives of time, cost organisation, risks identified.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 51 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

and quality. i.e. LREDC,


Contractor,
Supplier,
PMCM etc
2
etc

The subjects to be addressed in the Risk Register are to include as a minimum the following:

Long lead items


Appointment of SUBCONTRACTORS
Capacity of SUBCONTRACTORS
Management capability of SUBCONTRACTORS
Appointment of suppliers
Capacity of suppliers
Workmanship
Logistics
Adjacent work areas with other contractors
Lorry movements
Traffic management
Labour shortages
Labour language barriers/communication
Lay down areas
Approvals/Permits
Security of plant and materials/theft/accidental damage
Imports (capacity of the port and the time taken to process imports)
Availability of plant and materials (particularly cement, reinforcement and aggregates)
Inflation
Rise in cost of materials
WORKSITE constraints/temperature/sand storms
Design information (completeness, coordination and clarity).
Cash flow/payment regime
WORKSITE access
Utility company performance
VARIATIONs (agreement on changes in project scope)
Settlement of claims
Duration of the programme/construction period

The PMP should reflect the holistic thinking process of the CONTRACTOR for the successful
design and completion of works from the commencement until completion..

1.15.3 Project Controls


CONTRACTOR shall comply with guidelines & requirements set forth in the CONTRACT.

1.15.4 Project Controls Personnel

a) Project Controls Manager


The CONTRACTOR shall appoint a suitably qualified Project Controls Manager who shall
be responsible for applying a consistent, best practice project control process that is based

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 52 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

on a structured approach to setting baselines, planning and scheduling, cost collection,


performance measurement, forecasting and variance analysis for the successful
performance of the CONTRACT, and adhere to the application of best practice in Earned
Value Management.
The Project Controls Manager must have:
1. A minimum of 15 years planning experience of which at least 5 years should be as a
Planning Manager and/or Projects Control Manager.
2. A minimum of 10 years of experience with Primavera scheduling software including
latest version.
3. Preferably this experience would have been gained on major capital projects
4. In depth understanding & experience of Earned Value techniques
5. Strong understanding of risk management principles and techniques
6. Experience of using a disciplined projects controls solution
7. Understanding of change management principles and techniques
8. The name, CV and work experience of the proposed Project Control Manager shall be
submitted to LREDC before work on the schedule document begins.

b) Lead Planner
The Senior Planning Engineer must have:
1. A minimum of 10 years planning experience to include cost and planning
2. A minimum of 10 years of experience with Primavera scheduling software
including latest version.
3. Preferably the above noted experience would have been gained on similar major
projects.
4. Experience must include:
(i) Preparing reviewing and analysing cost and resource schedules
(ii) Earned value analysis

1.15.5 Project Controls Execution


The CONTRACTOR shall employ the appropriate level of suitably qualified and experienced
personnel, using competencies and terminology to configure and manage a suitable Earned
Value Management System (EVMS) of integrating project, schedule, cost, risk and resource
objectives and establishment of a baseline plan for performance measurement.
The CONTRACTOR project controls will be executed on the PMC Programmes through
integration of the following:
1. Time Management
2. Cost Management
3. Resource Management
4. Change Management
5. Performance Measurement
6. Business Systems
7. Reporting
The CONTRACTOR’S programme must include work breakdown structures, organisational
breakdown structures, milestones, cost & schedule information, risk, scope & deliverables in

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 53 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

sufficient detail to allow cost & schedule baselines to be set at a level that facilitates visibility of
performance.

1.15.6 Project Controls Data Structure


The CONTRACTOR shall develop a budget baseline in line with the CONTRACT PRICE and
define the resources (labour, plant/equipment, material, subcontract and overhead) required to
deliver the CONTRACT scope at the lowest level of Work Breakdown Structure (WBS).
Individual WBS elements are broken down to align with the integrated programme activities and
each activity is broken down and coded by cost elements.
The CONTRACTOR is required to ensure that cost and schedule risks are supported with
assurance measures, including quantifiable performance measurement Key Performance
Indicators (KPIs) for each stage of the PMC programme management process.
KPIs are to be reported on a weekly and monthly basis in accordance with PMC’s requirement
and must address all CONTRACT risk and give early warning of programme performance.

1.15.7 Earned Value Management (EVM) and Variance Analysis


EVM is one of a range of programme indicators which the CONTRACTOR is to implement in
conjunction with KPIs, cost, schedule, risk and other measures in assessing the performance of
the programme. EVM is a type of project control, which is based upon a structured approach to
planning, cost collection & performance measurement. It facilitates the integration of
programme scope, time and cost objectives and the establishment of a baseline plan against
which performance can be measured during the execution of a programme.

1.15.8 Programme Submittals

1.15.9 General Scheduling Requirements


1) The required COMPLETION DATE of the WORK is stated in the Time Schedule for the
Works.
2) The CONTRACT programme prepared by the CONTRACTOR is to have a Work
Breakdown Structure (WBS) based on Level 1 to 4 information, as discussed and
agreed with LREDC. The WBS shall be used for shop drawings, procurement,
SUBCONTRACTORS, and construction, inspection, commissioning and handover
operations
3) The CONTRACT programme shall identify submission dates of Work Method
Statements, Authority interfaces and other key deliverables as identified in the
Specifications
4) The CONTRACTOR shall allow for 14 days review time by LREDC of all submittals within
the CONTRACT programme
5) Time is of the essence in the performance of all WORK under the CONTRACT
including but not limited to providing the Schedule information required herein. The
Critical Path Method (CPM) programme shall at all times accurately reflect the
CONTRACTOR’S current plan for the WORK and shall be the primary tool utilised by
the CONTRACTOR to accurately document the progress of the WORK and to
communicate CONTRACTOR’S plan for the timely completion of the WORK.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 54 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

6) Float is for the exclusive use or benefit of LREDC which can use it as needed to meet
the CONTRACT SECTIONS and the CONTRACT COMPLETION DATE, or to cover
changes to the CONTRACT.
7) Float Suppression: Pursuant to float sharing requirements of the above, use of float
suppression techniques such as preferential sequencing or logic, special lead/lag logic
restraints, and extended activity times or durations are prohibited. Acceptance of any
programme submission by LREDC shall not preclude later correction of float suppression
techniques or of any other deficiency by the CONTRACTOR.

1.15.10 Contract Execution Plan


1) In accordance with the information, milestone and access dates given in Appendix E,
the CONTRACTOR shall submit a cost and resource loaded CONTRACT EXECUTION
PLAN to LREDC for acceptance within 14 days of the Notice to Proceed. The CONTRACT
EXECUTION PLAN shall be provided in both hard copy and on a CD containing the electronic
XER file and the layout used. Any resubmissions, as defined under the CONTRACT, are to be
within 14 days of LREDC’s request.
2) The CONTRACT EXECUTION PLAN is to be prepared and maintained using latest
version of Primavera P6. Evidence of the CONTRACTOR’S planner’s ability in the use of
P6 shall be required to be submitted prior to submittal of the CONTRACT EXECUTION
PLAN. CONTRACTOR to submit to LREDC in whichever version is deemed appropriate by
LREDC.
3) Where the CONTRACTOR requires any external deliverable or decisions from LREDC or
a third party, a milestone or activity clearly identifying the date or dates that the deliverable
is required must be included in the CONTRACT EXECUTION PLAN.
4) The CONTRACTOR shall provide a manpower histogram, which shall be extracted and
based on the cost/resource loaded program.
5) Activity predecessors or successors are not to have more than +7 days lag. No negative
lags shall be allowed.
6) No changes or amendments shall be made to the logic, durations or constraint dates
contained within the baseline or monthly update programmes without the consent from
LREDC.
7) Off-WORKSITE procurement and delivery activity durations shall not exceed 60
calendar days. Construction Activities are to be limited to 15 calendar days.
Manufacturing, inspection and shipping activities shall be broken down into sufficient
detail to allow adequate progress reporting.
Sufficient allowance shall be made for preparation, submission and review of submittals.
Allowance shall be made for reworking and resubmitting major submittals that may not
receive an “Approved” status at the first submission.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 55 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

8) LREDC shall review the CONTRACT EXECUTION PLAN but shall not be responsible
regardless whether the CONTRACT EXECUTION PLAN will result in timely completion of the
WORK.
9) In the event that LREDC gives notice of any non-compliance to the CONTRACT
EXECUTION PLAN including any subsequent update or revision, the CONTRACTOR
shall revise the CONTRACT EXECUTION PLAN to the satisfaction of LREDC to
comply with the CONTRACT and resubmit it to LREDC within 14 days of notification of
rejection or instruction to resubmit.
10) The CONTRACT EXECUTION PLAN shall indicate the following:
a) WBS Code
b) Activity Descriptions (enough details to include Area, Stage)
c) The original and remaining duration for each activity
d) Planned early start and planned early finish dates for each activity
e) Available total float for each path of activities
f) Critical path for the project shall:
i. Be clearly shown and easily recognisable
ii. Show on the time-scaled network diagrams
iii. Clearly show the relationship between all non-critical activities and activities on the
critical path
g) Planned progress curve consisting of a plot of percent complete versus time for
each programme of value item and the total project
h) Associated explanatory drawings
i) Cost &resource loadings shall include resource allocation(s) for each activity in
the CONTRACT EXECUTION PLAN identifying the man-hours by trade, the physical
quantity of material to be installed (cubic meters of concrete, linear meter of pipe,
etc.) and the cost(s), or part thereof, of those stated within the Schedule of Prices.
LREDC reserves the right to accept or reject any value and allocation of the man-
hours and/or the materials.
j) The CONTRACTOR shall submit a cross-reference register of the activities in the
CPM programme to the Payment Schedule. This register shall reflect that each
activity in the programme has a cross reference to the Payment Schedule
k) and the total values of all activities in the programme, i.e. quantities, man-hours and
cost, shall correspond to their respective total values of the Payment Schedule. The
cross-reference register shall be subject to the review and acceptance by LREDC.
l) Not Used
m) The CONTRACTOR shall submit a narrative report with the CONTRACT
EXECUTION PLAN indicating anticipated use of the following resources and work
shifts:
1. Labour resources

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 56 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

2. Equipment resources
3. Quantities to be placed
4. Work shifts
5. Work weeks (5, 6, or 7 day work week)

6. Production rates
7. Holidays and special non-working days
n) The CONTRACT EXECUTION PLAN shall show every significant activity
required for the completion of the WORK, including but not limited to,
CONTRACTOR’S:
1) Sown detailed design, submittals and approvals.
2) SUBCONTRACTORS’ and suppliers’ design, approval and manufacturing.
3) The supply of Construction Documents, Information and approvals by
LREDC.
4) Approvals required by Statutory Authorities and Agencies.
5) Appointment of major SUBCONTRACTORS and Suppliers.
6) Submission and approval of design drawings, shop drawings and other
construction documents.
8) Mobilisation, time on the WORKSITE and removal of major items of
CONTRACTOR’S equipment and temporary facilities.
9) Off-WORKSITE activities such as prefabrication and/or ordering of major
materials and equipment.
10) Shipping and delivery period for major items of essential equipment and
materials to the WORKSITE.
11) Construction and installation of the Works on WORKSITE.
12) Mock-ups.
13) Key Dates and interface dates with ancillary contractors and other
contractors of the related WORKS.
14) Milestone Dates.
15) Inspection and Testing on the WORKSITE.
16) Erection and removal of temporary structures and equipment.
17) All other activities that have a significant bearing on the time required to
complete the WORK.
18) Due consideration should be made of resource limitations in the
CONTRACT programme and resource levelling used as a scheduling tool if
necessary.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 57 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

19) The CONTRACTOR shall supply LREDC with two (2) hard copies of all
programmes. An electronic copy shall also be supplied either on CD-ROM or on DVD
or via the PMIS as instructed by LREDC. The CONTRACTOR shall allow for adequate
distribution to SUBCONTRACTORS and suppliers of sufficient and suitable extracts
from the programme to permit them to properly understand and carry out their work in
accordance with the programme. Whenever the programme is revised two (2) hard
copies of the revised version shall be submitted to LREDC for LREDC review and
approval. An electronic copy shall also be supplied either on CD-ROM or on DVD or
via the PMIS as instructed by LREDC, Native Files to be issued as per
Clause 4.2.1 of Appendix F
20) The CONTRACTOR shall at all times keep a copy of the current approved
CONTRACT EXECUTION PLAN prominently displayed in CONTRACTOR’S
offices on the WORKSITE for ease of reference by all parties concerned.

1.15.11 Procurement Programme


1) The CONTRACTOR shall provide within the CONTRACT EXECUTION PLAN a Procurement
Programme which is to include all procurement-related activities for long lead items in the
Construction Programme.
a) These activities may be submitted as a separate “Off-WORKSITE Activities Programme”
upon written approval by LREDC.
b) Off-WORKSITE activities shall be properly integrated and interrelated to the construction
programme.
c) The procurement programme is to show all restraints and dependent activities which may
affect the construction programme.
d) Long lead items shall be shown, which are defined as equipment or materials which require
more than one month between the time an order is placed and the time the item is delivered
to the WORKSITE.
2) The “Procurement Programme” shall include but not necessarily be limited to:
a) Activities for engineering, submitting, ordering, manufacturing, fabricating and delivering
long lead items to the WORKSITE.
b) Significant construction related activities performed by the CONTRACTOR away from the
WORKSITE, including material and equipment inspection, purchase and delivery.
c) CONTRACTOR’S drawings and submittals for long lead items.
d) Required off WORKSITE inspection activities by LREDC.
3) CONTRACTOR shall be solely responsible for expediting material and equipment deliveries to
ensure the latest approved construction programme is maintained

4) The CONTRACTOR shall notify LREDC in writing whenever it is anticipated that the
delivery date of any material or equipment will be later than shown on the latest approved
CONTRACT EXECUTION PLAN. The cost of inspections by LREDC or any other specialist
required for Off-WORKSITE inspections shall be borne by the CONTRACTOR.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 58 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.15.12 Updates and Revisions


1) The CONTRACTOR shall update the CONTRACT EXECUTION PLAN at least every week to
reflect the actual progress of the WORK.
a) The CONTRACTOR shall submit all updates to the CONTRACT EXECUTION PLAN in
Primavera P6 format in two (2) hard copies and software copy either on CD-ROM, DVD or
via the PMIS, as instructed by the LREDC at least seven (7) calendar days prior to
submitting each monthly payment application
b) The CONTRACTOR shall indicate the following in the updated CONTRACT EXECUTION
PLAN:
a. Activities in progress or to be performed in the future
b. Percent complete or days remaining for each activity
c. The critical path for the project based on the latest update data
d. The updated CONTRACT EXECUTION PLAN shall have the following information
incorporated into it:
i. WBS Code
ii. Activity description
iii. Original Duration
iv. Remaining Duration
v. Current Early Start
vi. Current Early Finish
vii. Planned Percent Complete
viii. Target Early Start
ix. Target Early Finish
x. Actual Percent Complete
xi. Date Variance
xii. Percent Variance
e. KPIs and S-curves for physical progress against plan
f. Mitigation narrative to recover any delay.

1.15.13 As Built Drawings and Records


One (1) set of all Approved Drawings (the Master set ) and associated drawing register shall be
kept by the CONTRACTOR at the WORKSITE and shall be marked up by the CONTRACTOR
as work progresses to show any changes to the details shown on the drawing and the locations
of any structural alterations to services.
CONTRACTOR shall submit red-line drawings for approval prior to submission of As Built
documentation.
Upon completion of the WORK, the CONTRACTOR shall prepare and submit for LREDC’S
approval a full set of Drawings, CONTRACTOR’S “As Built” drawings, and other details and

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 59 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

information fully marked-up, revised and updated to indicate the “As-Built” details. “As built”
drawings shall be prepared in AutoCAD format to a recognised international, or local
Regulatory Authority, Standard as appropriate. The CONTRACTOR shall supply 11 (eleven)
sets of prints in A1 size along with CD’s including all drawings in PDF (showing all approvals)
and AutoCAD electronic format. As Built drawings shall be prepared in AutoCAD format.
“As-Built” drawings of reclamation Works shall be at 1 in 500 scale showing the accurate layout
plan of all reclamation areas.
“As-Built” drawings shall be produced to the ISO drawing standard. “As-Built” drawings shall be
in an approved digital format.
These drawings shall be completed and supplied to LREDC within sixty (60) days of completion
of part or all of the Works. If requested by LREDC, the CONTRACTOR shall supply drawings
of completed parts of the WORK as and when these parts are completed. Further issues of
“As-Built” drawings shall then be made as the CONTRACT proceeds.
These drawings, and other records thus submitted once approved, shall become the property
and shall remain in the permanent custody of LREDC who may issue copies to all other
relevant Authorities. The cost of these drawings and records shall be included in the
CONTRACT PRICE.
The CONTRACTOR submittal shall be compatible with the 3D Model that will be used with the
established BIM process and BIM requirements of LREDC.
Any failure of the CONTRACTOR to submit the “As-Built” drawings within the stipulated period
will entitle LREDC to have such drawings prepared by others at the expense of the
CONTRACTOR.

1.15.14 Staff Organisation Chart


The CONTRACTOR shall submit a Staff Organisation Chart, in accordance with Appendix D of
the CONTRACT, for LREDC's approval within ten (10) days of the COMMENCEMENT DATE.
The chart shall show the organisation of executive, administrative and supervisory
personnel associated with the CONTRACT and indicate the relationship between them where
appropriate. It shall include all personnel from Project Manager down to foreman level and give
a full description of their duties. The qualifications and experience of all personnel shown
on the chart shall be provided.
LREDC may interview any of the personnel proposed by the CONTRACTOR prior to
approval.
The CONTRACTOR shall update the chart whenever key personnel are reassigned.

1.15.15 Health, Safety Environment & Sustainability Organisation Chart and Plan
The CONTRACTOR shall submit a Health, Safety, Environment & Sustainability
Organisation Chart for LREDC's approval within ten (10) days of the COMMENCEMENT
DATE.
The CONTRACTOR shall submit its Health & Safety Plan to LREDC for approval no
later than thirty (30) days from the COMMENCEMENT DATE.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 60 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.15.16 Quality Assurance / Quality Control Organisation Chart and Plan


The CONTRACTOR shall submit a Quality Assurance Organisation Chart for LREDC'S
approval within ten (10) days of the COMMENCEMENT DATE.
The CONTRACTOR shall submit its Quality Assurance Plan to LREDC for approval no
later than thirty (30) days from the COMMENCEMENT DATE.
The CONTRACTOR shall submit its Project Quality Control Plan (PQP) and Inspection and
Test Plan (ITP) to LREDC no later than thirty (30) days from the COMMENCEMENT
DATE.
The plan shall be detailed as:
(a) Activities
(b) Referenced and acceptance criteria
(c) Recording format
(d) Inspection position for all parties
(e) Defining inspections, tests, verification documents, sign off and acceptance.

All CVs of key personnel shall be reviewed / approved by LREDC / PMCM. LREDC has the
right to reject any CONTRACTOR/ SUBCONTRACTOR CVs of key personnel at any stage of
the CONTRACT or the WORK.

1.15.17 Method Statements


The CONTRACTOR shall prepare and submit method statements for all major work activities,
in accordance with Appendix E of the CONTRACT. The CONTRACTOR shall also prepare and
submit method statements for specific work activities if it is instructed to do so by LREDC.
A summary list of all the Anticipated Method Statements are to be submitted by the
CONTRACTOR to LREDC after submission of his detailed Construction Programme and no
later than forty-five (45) days after the COMMENCEMENT DATE.
At least two (2) weeks prior to the commencement of any major construction activity, the
CONTRACTOR shall submit a detailed Method Statement along with submission dates in line
with the Construction Programme and the document submission requirements, to LREDC for
approval. No WORK shall be commenced until the Method Statement has been approved by
LREDC.
In accordance with Appendix E, the CONTRACTOR shall prepare a CONTRACT
EXECUTION PLAN, showing key dates, SECTION completion dates, Access Constraints,
Lifting plans, construction phasing, Interfacing of Trades, etc.
In order to expedite the WORK, initial phases of the WORK (e.g. excavation) may be approved
prior to more detailed construction activities forming the WORK.
The method statements shall incorporate any supporting calculations, drawings and
manufacturer's guidelines.
The general procedure for method statements which should include Health & Safety,
Environment & Sustainability issues are described in the Health & Safety, Environment &
Sustainability Regulations & Requirements.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 61 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.15.18 Application & Invoices for Completed Works

Application and invoices for completed works shall be submitted in accordance with
Appendix B of the CONTRACT.

1.16 Contractor’s Reports

1.16.1 General
The CONTRACTOR shall submit templates of all reports for the review and acceptance of
LREDC prior to use on the WORK.

1.16.2 Daily Construction Reports


1) The format and media of the daily report shall be submitted to LREDC for approval before
commencement of work on the WORKSITE.
2) The CONTRACTOR shall submit to LREDC during the WORK each day, before noon, an area-
wise manpower and machinery deployment report of the previous day. This report shall include
construction supervisors, category-wise direct labour, heavy plant and equipment, etc. Also,
achieved quantities for major commodities and matters that adversely affect progress shall be
reported in this report. The report shall include daily weather, daily manpower / Construction
Equipment and cumulative to date and conversion of such worked hours.
3) The daily report shall record the quantities of major materials excavated, filled, poured or fixed
during the course of the reported day;
4) Safety and Health Report.
5) Environmental Report
6) These daily reports shall show the minimum following data:
- Date
- Weather
- Plant and equipment performance: Schedule of dredging time, delays for position shifts,
maintenance, downtime due to shipping movements, breakdowns etc.
- Time, position fix, original ground level, cut depth and cut width at start of each shift
- Time, position fix, original ground level, cut depth and cut width for any new cut or
reposition during any shift with time of fix
- Materials encountered
- Samples taken
- Estimated daily production
- Length, diameter and discharge location of floating line
- Length and diameter of shore line
- Presence or otherwise of booster pump or pumps with pump fleet number and position
- Notes concerning operating condition, delays etc and overall progress of the work

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 62 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

- Sizes and numbers of barges to be used and locations where material is to be deposited

1.16.3 Weekly Design & Construction Reports


1) The CONTRACTOR shall submit to LREDC at the end of every week a report, in a format and a
media agreed with and approved by LREDC, on the general progress of the WORK including
but not limited to, details of:
a) Programme update showing the following:
i. Activity Description
ii. Original Duration
iii. Remaining Duration
iv. Current Early Start
v. Current Early Finish
vi. Planned Percent Complete
vii. Target Early Start
viii. Target Early Finish
ix. Actual Percent Complete
x. Date Variance
xi. Percent Variance
xii. Matters that may adversely affect progress
xiii. Correspondence log
b) Progress for that week in terms of quantities and production rates, design deliverables.
c) Key decisions required from LREDC in the next week.
d) Major events for the next week.
e) Three week look ahead programme indicating progress in the previous week and the
activities planned for the next two weeks in a format to be agreed with LREDC.
f) Measurement of KPIs (S-curves for Actual v Planned).
g) Submittal and RFI logs.
h) Safety and Health report with photographs.
i) Environmental report with photographs.
j) Records of manpower and equipment compared to programmed requirements.
2) The weekly report is to be submitted before noon every Sunday and cover activity through noon
of the previous Thursday.

1.16.4 Design & Construction Monthly Reports


1) Each month within seven (7) days of the last day of the period, to which the report relates, the
CONTRACTOR shall submit a monthly report in a format and media agreed with and approved
by LREDC. The last day of the period is the last Thursday of the calendar month.
2) The CONTRACTOR shall submit two (2) paper copies and two (2) electronic copies of the
monthly progress report.
3) The report shall indicate the progress and financial status of the WORK of the previous month.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 63 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

4) The report shall accurately estimate the work completed on each activity, including design,
procurement, engineering and construction activities on the approved construction programme.

5) Required information shall include but not necessarily be limited to the following:
a) Executive Summary of previous month’s events including a clear summary statement of
the current progress position.
b) Total work progress as at the end of the previous month with progress chart showing
progress achieved as a percentage against planned progress
c) State existing status, rate of progress, estimated time of completion and cause of any delay
(if any).
d) Description of work accomplished since submission of previous progress Programme.
e) Compare actual work status against the CONTRACTOR’S Baseline Programme,
indicating:
i. Activity Description
ii. Original Duration
iii. Remaining Duration
iv. Current Early Start
v. Current Early Finish
vi. Planned Percent Complete
vii. Target Early Start
viii. Target Early Finish
ix. Actual Percent Complete
x. Date Variance
xi. Percent Variance
f) S-Curves for physical progress against planned.
g) Details of work for the next month.
h) Safety and Health Performance Reporting.
i) Information regarding any design changes.
j) Information regarding any VARIATIONS.
k) Changes on the programme
l) Details of inspections and approvals required to proceed with work.
m) Records of manpower, Equipment etc. compared to programmed requirements.
n) Information required from LREDC.
o) Environmental Monitoring Reporting
p) Weather records.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 64 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

q) Records of delays and stoppages with supporting reasons.


r) Value of work done.
s) Actual and anticipated cash flow.
t) Changes or additions to CONTRACTOR’S supervisory personnel since the preceding
progress report.
u) Causes of any delays.
v) Proposed actions by the CONTRACTOR to restore the programme, including what is being
done or what is planned to be done in each problem area.
w) Identify anticipated problems or changes and present plan to deal with them so as to
minimize or prevent delays.
x) Status of equipment and material deliveries.
y) Record of CONTRACT compliance for materials and equipment from Qatar or other GCC
Countries to be given priority for use in the Work pursuant to Law No. 6 of 1987.
z) Correspondence Log
aa) Request for Information (RFI) status
bb) Submittals summary and status
cc) Instructions summary and status
dd) Defects summary and status
ee) Schedule of warranties and guarantees
ff) Schedule of insurances and insurance claims
gg) SUBCONTRACTS awarded in the previous month
6) Updates and revisions to required programmes and reports shall not modify or limit in any way,
the CONTRACTOR’S obligations to meet the COMPLETION DATE.

1.16.5 Other Reports


The CONTRACTOR shall submit to LREDC any other reports in a format and a media agreed
with and approved by LREDC as requested by LREDC.

1.16.6 Progress Photographs


Progress photographs shall be in colour to record the progress of Works taken at key stages of
the works and at other times when directed by LREDC and submitted at intervals of not more
than one month. Sufficient photographs shall be taken and one proof copy of each shall be
supplied to LREDC to allow him to select the photographs which in his opinion provide the best
record. The camera used shall be of a type which will automatically record the date a photograph
is taken. The image format and quality standards of photographs shall be agreed with LREDC in
advance. All photos to be Time and Date stamped on the photograph at the time of the
photograph being taken.
One (1) proof set comprising one 4R size print of every photograph taken during the month
(average 100 per month) mounted on A4 size thin card (2 prints per sheet), accompanied by A4
size plan(s) and electronic copies of the WORKSITE marked to show the approximate location

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 65 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

and direction from which the photographs were taken. The CONTRACTOR shall provide
approved photographic albums to accommodate these pictures.

The full set of digital copies and 2 photographic albums each comprising on average 25 No.
photographs (which will be selected by LREDC from the proofs but may not be the same for all
sets) per month to be issued in hard and soft copies having a picture size of 250 x 180 mm with a
20 mm blank edge at the bottom. The CONTRACTOR shall provide approved hard cover ring-file
type albums with clear plastic sleeves to separately accommodate these sets of pictures. The
backs of the photographs are to be titled by the CONTRACTOR in accordance with LREDC’S
instructions and dated and signed both by the CONTRACTOR and LREDC as agreement of the
date on which they were taken and their location. The CONTRACTOR shall also affix a typed
label giving the approved title and number to the front of the photograph. Sets of photographs
shall be provided within 14 days of LREDC notifying the CONTRACTOR of those photographs
which have been selected.
The photographs shall be taken by a skilled photographer approved by LREDC.
In addition to the required photographs identified above, the CONTRACTOR shall be required to
submit high quality satellite photographs on a monthly basis to LREDC. The CONTRACTOR shall
provide 2 hard copies in A1 size and 1 soft copy. Satellite resolution shall be 1 metre or better
and the format shall be professional jpeg. The images shall also contain a geo reference
Microsoft Word file that provides the information needed to import the images into AutoCAD and
ArcGIS type software. The exact details and samples demonstrating the satellite photo format
and resolution standards shall be proposed by the CONTRACTOR for approval of LREDC prior
to the commencement of the Works. The CONTRACTOR shall have the proposed area for the
satellite photograph approved by LREDC prior to obtaining the first month’s photographs.
The CONTRACTOR shall utilise the exact same area as that approved by LREDC for all
monthly satellite photographs.
The photographs and albums shall become the property of LREDC.

1.16.7 90 Day Look Ahead Design & Construction Report


The CONTRACTOR shall submit, in a format approved by LREDC, a 90 Day Look-Ahead
report to LREDC. This report shall be updated every 30 days and submitted monthly to LREDC.
The report shall consist of, but not be limited to, such items as:
1. CONTRACT and/or LREDC Requirements
2. Procurement Activities
3. Activities on the WORKSITE
4. Design Activities

1.16.8 Reports and Correspondence

Reports and records shall be signed by the CONTRACTOR’S Representative or by another


representative authorised by the CONTRACTOR. Records which are to be submitted to LREDC
shall be in a format agreed by LREDC.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 66 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Copies of correspondence relevant to the execution of the WORK and not of a confidential nature
received from or submitted to Government departments, utility providers and other contractors
employed by LREDC shall be submitted to LREDC for information as soon as possible but in any
case not later than 7 days after receipt or submittal.

1.16.9 Meetings
Progress meetings will be convened by LREDC at monthly intervals and at other times as
appropriate. The purpose of the meetings will be to review the progress of the WORK, to
discuss the CONTRACTOR’S programmes and to cover such other matters under the
CONTRACT as may be specified or notified by either LREDC or its representative, or the
CONTRACTOR. Such meetings shall be attended by the CONTRACTOR’S Representative.
The CONTRACTOR shall attend co-ordination meetings, arranged by LREDC, during the
course of design, manufacture and construction/setting up and testing of WORK so as to
ensure good communication with LREDC and to prevent delays in the WORK. The
CONTRACTOR’S Representative shall be present at these meetings together with any other
person who LREDC may require.
The CONTRACTOR shall arrange meetings for the representatives of SUBCONTRACTORS,
Government departments, transport companies, utility providers and other contractors to attend
when required by LREDC. The CONTRACTOR shall inform LREDC 48 hours, or such shorter
period agreed by LREDC, before such meetings are to be held and shall give LREDC the
opportunity to attend such meetings.
The CONTRACTOR must ensure attendance of the Pre-Construction meeting, Pre-Start Up
Meeting, All Technical and Commercial meetings by all persons required to attend or requested
by LREDC to attend, including all Pre-Completion, Hand-Over Meeting and other meetings
deemed by LREDC as requiring the CONTRACTOR’S presence. The CONTRACTOR shall
ensure those attending and participate in any meetings as requested by LREDC are suitable
support personnel approved by LREDC.

1.17 Project Management Information System (ACONEX)


The CONTRACTOR shall utilise and submit all correspondence and submittals in accordance
with LREDC’S ACONEX system. Training in use of the system and technical support shall be
provided by LREDC.
ACONEX has been configured for the specific requirements of the LREDC. The configuration
includes the following applications to input and manage information in the system:
1. Document Management;
2. WORKSITE Communications;
3. Budget and Cost Management;
4. Scheduling.
Software necessary for the proper functioning of ACONEX shall be provided by the
CONTRACTOR. Minimum software requirements include the following:
1. Windows XP SP2;
2. Internet Explorer 7.0 or higher;

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 67 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

3. MS Word 2003 or higher;


4. MS Excel 2003 or higher;
5. MS Outlook 2003 SP3 or higher;
6. Data Dynamics Active Reports Viewer (latest version).
In addition the following software is required, which may be available via free download from
Microsoft, and shall be provided by the CONTRACTOR: Office 2003 update (Redistributable
Primary Interop Assemblies);
1. Microsoft.Net 2.0 (Redistributable Package (x86));
2. Microsoft Web Services Library (latest version);
3. Visio Studio Tools for Office Extensions (latest version).

1.18 Quality Management

1.18.1 Standards and Specifications for the Work


The WORK shall comply with all relevant and specified Standards and Codes applicable to the
WORK. Where there is no specified Standard, the relevant International Standard (ISO), IEEE
Standard, DIN Standard or British Standard (BS) may be used. The latest revision of standards
shall apply, including all amendments, at the date of this Specification. Where specific
reference is made in the Specifications to a particular standard then that standard shall be used
in preference over any other. Where more than one standard is applicable, the more onerous
shall apply or in case of conflict the CONTRACTOR shall bring the conflict to the attention of
LREDC for review and direction to the standard to be used.

1.18.2 Glossary
The meaning of terms and abbreviations used in this Specification shall be those in BS EN ISO
9000:2005 “Quality management systems – Fundamentals and vocabulary”, except where
otherwise described in this Specification.

1.18.3 Attendance to LREDC


The CONTRACTOR shall provide to a standard acceptable to LREDC and its personnel, all
labour, staging, ladders, wire ropes, lighting and other materials, equipment, information and
assistance required by LREDC and its staff for inspecting, measuring and for the supervision of
the WORK at any time up to the end of the GUARANTEE PERIOD.
When and if directed by LREDC, the CONTRACTOR shall provide for the exclusive use of
LREDC and its personnel at any time up to the end of the last GUARANTEE PERIOD to expire
the following attendants, equipment, supplies and protective clothing for the execution of
LREDC'S duties in connection with the CONTRACT.
This includes but is not limited to:
a) Attendants as required by LREDC. Surveying Equipment
b) Transport for LREDC
c) Protective Clothing

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 68 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

The CONTRACTOR shall provide protective clothing comprising safety helmets, reflective
vests, protective boots, rubber boots, safety belts, dust masks and gloves sufficient for 30
persons. CONTRACTOR shall be responsible for replacement of these consumables
including gauze for dust masks. All sizes of boots, belts, gloves and helmets to be agreed
with LREDC prior to any purchase. In addition the CONTRACTOR shall provide LREDC with
other health and safety provisions as and when requested by LREDC such as solar reflective
safety glasses protective goggles, ear protection, life jackets when working over or near
water, etc. CONTRACTOR shall obtain LREDC approval prior to PPE purchasing.

The CONTRACTOR shall also provide similar additional protective clothing as specified
above for use by LREDC and visitors to the WORKSITE.

d) Automated External Defibrillator (AED) – Provide one (1) AED for the use by LREDC and to
be mounted in LREDC’S office with clear instructions for use posted in English, Arabic and
symbols. The CONTRACTOR shall be responsible for maintaining the AED in accordance
with the device’s requirements and instructions. The CONTRACTOR shall also provide
certified First Aid (including AED) for a minimum of 10 staff selected by LREDC.
The CONTRACTOR shall be solely responsible for all equipment and protective clothing and
shall ensure that they are at all times in good repair and adjustment. Replacement items shall be
provided as necessary. All equipment and protective clothing, other than expendable items, will
revert to the CONTRACTOR at the end of the GUARANTEE PERIOD or at such time as advised
by LREDC.

1.18.4 Record Surveys


All record surveys shall be carried out by the CONTRACTOR using methods and equipment
agreed by LREDC. The equipment used by the CONTRACTOR shall allow automatic logging of
data gathered. The CONTRACTOR shall deliver to LREDC a disk which has stored on it all X, Y
and Z co-ordinates within one day of the survey being executed. The CONTRACTOR shall carry
out the surveys and produce plots of the surveys as detailed in his method statements approved
by LREDC.
As soon as practicable after any part of the WORKSITE is made available to the CONTRACTOR,
and in any case prior to commencing any WORK in any area, the CONTRACTOR shall survey
the existing ground levels, which surveys shall record all existing land forms, features, levels and
the like. These surveys shall be described as "initial land surveys".
The CONTACTOR shall consult with LREDC and/or the Survey Section of the Public Works
Authority prior to any earthworks or other works to determine if the work is likely to disturb survey
marks. If Survey Section require a survey mark to be moved, the CONTRACTOR will be
responsible for recreating the survey mark to an approved design and specification, and for
resurveying the point using survey companies approved by the Survey Section.
The CONTRACTOR shall be responsible for the protection of the survey marks within the
boundaries of the WORKSITE for the duration of the CONTRACT, and shall be liable for all costs
of any remedial work required by the Survey Section.
On COMPLETION, the Survey Section will issue a certificate stating that all survey marks,
whether disturbed or otherwise by the CONTRACTOR have been reinstated or protected to the
satisfaction of the Survey Section.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 69 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

In the event of failure to comply with the requirements of this Clause the Public Works Authority,
without prejudice to any other method of recovery, may deduct the costs of any remedial work
after COMPLETION carried out by the Survey Section, from any monies in its hands or
which may become due to the CONTRACTOR.
The Public Works Authority survey marks and those established by LREDC are shown on the
Drawing. The CONTRACTOR shall be responsible for maintaining all the survey points and for
verifying the certified survey information.

1.18.5 Methods Statements and Permit to Work System:


The CONTRACTOR shall submit at such times and in such detail as LREDC may require such as
method statements and other such information pertaining to the methods of construction
(including TEMPORARY FACILITIES and the use of Constructional Plant) which the
CONTRACTOR proposes. The method statement must include any such methods or sequences
of work, calculations of stresses, strains and deflections that will arise in the temporary or
permanent installation of the WORK. LREDC will determine during construction whether these
methods statements are to be adhered to, or if the WORK can be executed in accordance with
the Drawings and Specifications. The CONTRACTOR’S submission shall demonstrate to
LREDC that the contractor’s proposed methods of construction will be without detriment to the
WORK when completed.
LREDC will inform the CONTRACTOR in writing within a reasonable period after receipt of the
information either: -
(a) that the CONTRACTOR’S proposed methods have been reviewed without objection, or
(b) in what respects in the opinion of LREDC they fail to meet the requirement of the Drawings or
Specification or will be detrimental to the permanent part of the Works. In the latter event the
CONTRACTOR shall take such steps or make such changes in the said methods as may be
necessary to meet LREDC'S requirements. The CONTRACTOR shall not change the methods
which have been reviewed and agreed by LREDC without further review by LREDC.
Whether the CONTRACTOR has permission to work based upon the method statement submitted
or otherwise.
A review without objection by LREDC to the CONTRACTOR’S proposed methods of construction
shall not relieve the CONTRACTOR of any duties or responsibilities under the CONTRACT.
Reference in the specification to the approval of the LREDC shall mean approval given by the
LREDC in writing. Materials, methods of construction and any other matters which have been
approved by LREDC shall not be changed without the approval LREDC to the proposed changes.
Any work carried out without the approval of LREDC shall be at the CONTRACTOR’S own risk.

1.19 Clearance of the Worksite


1.19.1 The WORKSITE
The CONTRACTOR shall clean and maintain the WORKSITE and shall undertake the following
to the satisfaction of LREDC:
(a) Sweep paved areas and rake all other surfaces
(b) Remove litter and foreign substances

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 70 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(c) Remove stains, chemical spills and other foreign deposits


(d) Any other cleaning tasks as specified by LREDC

1.19.2 Internal and External Surfaces


The CONTRACTOR shall clean all interior and external surfaces exposed to view. The
CONTRACTOR shall undertake the following to the satisfaction of LREDC including but not
limited to the following:
(a) Remove temporary labels, stains and foreign substances
(b) Polish transparent and glossy surfaces
(c) Clean roofs, gutters, downspouts, and drainage systems
(d) Remove debris and surface dust from limited access spaces
(e) Broom clean concrete floors and unoccupied spaces
(f) Clean light fixtures and lamps so they operate at maximum efficiency
(g) Other cleaning tasks as specified by LREDC.
1.19.3 Final Clearing
Final clearing shall be done before the final inspection.
All waste materials shall be removed from the WORKSITE and any other areas that have
been occupied or contaminated by the CONTRACTOR. Waste shall be disposed of properly.

1.20 Inspection and Taking-Over Procedures (Off-Worksite Inspection)


Whenever any Plant, Materials or CONTRACTOR’S Equipment needs to be inspected and
approved by LREDC prior to its arrival in Qatar, the CONTRACTOR shall give adequate advance
notice of the time and place at which the inspections may be carried out to enable LREDC to
make the necessary arrangements for the travel and accommodation of LREDC’S personnel.
The CONTRACTOR shall provide reasonable assistance as requested by LREDC.
The cost for visits (travel, accommodations, transportation, subsistence, etc.) shall be borne
by the CONTRACTOR.

1.20.1 Pre-requisite for Final Inspection


The CONTRACTOR shall complete the following to the satisfaction of LREDC before
requesting the pre-Taking-over Inspection:
(a) Submit final manufacturer certification, guarantees, warranties and similar documents
(b) Submit occupancy permits, operating certificates, final inspection and test certificates and
similar releases enabling full and unrestricted use of the Works
(c) Submit record drawings, operation and maintenance manuals, final project photographs,
damage or settlement surveys, property surveys, and similar physical items
(d) Complete submittal of record documents
(e) Make final changeover of lock cylinders and deliver the keys to LREDC

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 71 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(f) Complete start-up, testing of system, and training of LREDC’s operations and
maintenance personnel; submit plant operating data as well as all test reports and test
data required by the CONTRACT
(g) Dismantle and remove temporary facilities and services from the WORKSITE; this
includes utilities, construction tools, buildings and facilities, mock- ups, and similar
elements
(h) Complete final cleaning
(i) Repair and restore exposed finishes which have been marred or otherwise
damaged
(j) Taking-over all spare parts, tools and maintenance plant
When the CONTRACTOR has completed and cleaned the WORK to the satisfaction of
LREDC, the CONTRACTOR shall request a final inspection. A suitable date for the inspection
shall be arranged. The CONTRACTOR and LREDC shall be present. A list of outstanding items (if
any) shall be agreed and issued to the CONTRACTOR.
Upon completion of the listed outstanding items a further inspection shall be requested by
the CONTRACTOR and a suitable date for the inspection shall be arranged. The
CONTRACTOR and LREDC shall be present.
A list of any items still outstanding shall be issued to the CONTRACTOR. If any of these are
deemed to be significant the CONTRACTOR shall complete these items and then request
another inspection as described in Sub-section 2 above.
In respect of a pumping station or WORK involving mechanical or electrical plant, if items
outstanding are deemed not significant or if no outstanding items remain then a seven (7)
day commissioning and running test shall be initiated. On completion of all tests and
agreement by LREDC that the Plant is considered operable, then it shall be taken over.
A fourteen (14) day training period for LREDC’S staff on the operation of the pumping station
shall commence.
Deemed not to be significant or if no outstanding items remain, the WORK inspected shall
be taken over.

1.20.2 Approvals from Public Authorities


The CONTRACTOR shall obtain all clearance certificates and approvals required as a pre-
requisite to connecting the WORK to the permanent water and/or power supply.
The CONTRACTOR shall co-ordinate with LREDC to obtain the necessary documents from the
Qatar General Electricity & Water Corporation regarding connection to the permanent water
and/or power supply.

1.20.3 Taking Over


When the CONTRACTOR considers that the WORK is complete, CONTRACTOR shall submit
documents as per Article 5.7 of the GCoC , as well as the following:
(a) A certificate stating that the WORK is complete and that all the requirements of the
CONTRACT have been met.
(b) A certificate stating that the Works have been inspected.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 72 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(c) Approval from the Highway Maintenance Section of the Roads regarding
satisfactory trench reinstatement in the Highway (if applicable).

1.20.4 Items to be provided by the Contractor


The CONTRACTOR shall provide all tools, spare parts and maintenance materials specified in
the specification.
The CONTRACTOR shall provide an itemised list of all items required of CONTRACTOR to
be furnished under the CONTRACT. Each item to be furnished shall be given a unique reference
number. The list shall include the reference number, a description of the item and the appropriate
Specification Section and Paragraph.
All the items furnished shall be packaged for long term storage. Any items requiring special
storage conditions shall be brought to the attention of LREDC.
All items furnished shall be provided with a mark or tag for identification purposes. The mark
or tag shall include the reference number detailed in Sub-section 2 above.

1.20.5 Guarantee Warrantees and Bonds


The CONTRACTOR shall provide notarised copies of all guarantees, warranties and bonds
as required by the Specification. The guarantees, warranties and bonds should be assembled in a
binder with a durable plastic cover, complete with a table of contents.
The start of the warranty or guarantee period shall be either:
(a) The date when any item is placed into full time operation for
LREDC's benefit and with LREDC's approval
(b) The date of issue of the Taking-Over Certificate.

1.20.6 Mechanical and Electrical Works


The CONTRACTOR shall provide operating data for all mechanical and electrical Plant
supplied under the CONTRACT.
The operating data shall be presented on A4 size paper in ring binder with a durable plastic
cover.
After all construction and starting is complete and before Taking-Over of any part of
the WORK, the CONTRACTOR shall perform operational, field and performance
tests as called for in the Specification.
The CONTRACTOR shall demonstrate operation of the FACILITIES to LREDC showing proper
sequence of operation as well as satisfactory performance of the system and individual
components. Any improper operation of the system or any improper, neglected or faulty
construction shall be repaired or corrected to the satisfaction of LREDC. The CONTRACTOR
shall make such changes, adjustments or replacement of Plant as may be required to make it
comply with the specification, or replace any defective parts or material.
Failure of the system to perform at the specified level at the time of testing will be the
responsibility of the CONTRACTOR, and in such event, LREDC reserves the right to reject
such Plant or system and to claim against the CONTRACTOR’S performance bond.
The CONTRACTOR shall submit a consolidated schedule of operation, field and
performance tests no later than three (3) months before the schedule start of the first test

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 73 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

and weekly a schedule of tests to be carried out the following week. The CONTRACTOR
shall inform LREDC not later than 24 hours in advance of changes in the scheduling
of a test.
For all specified performance tests, the CONTRACTOR shall prepare and submit the
following:
(a) A draft test procedure no later than two (2) months in advance of the schedule test
date
(b) A final test procedure no later two (2) weeks in advance of the scheduled test
date
(c) A test report within two (2) weeks of the successful completion of the test.

1.20.7 Project Record Documents


Project Record Documents shall be kept separate from construction/working documents.
Project Record Documents shall be stored in facilities that provide a suitable environment to
prevent damage or deterioration and to prevent loss.
Project Record Documents shall include, but not be limited to the following:
(a) Drawings
(b) Specifications
(c) Addenda
(d) VARIATION orders
(e) Correspondence
(f) Transmittals
For all submissions of the above documents, LREDC requires 2 (two) hard copies and 2 (two)
soft copies as when required. As the WORK progresses, the CONTRACTOR shall maintain a
complete and accurate record of all changes and deviations from the Drawings, shop
drawings and other CONTRACT documents, indicating the WORK or portion thereof actually
installed. This record set of prints shall be kept at the WORKSITE for inspection by LREDC.
Record drawings shall be clearly and correctly “red-marked” by the CONTRACTOR to show
all changes made during the construction process. The Record Drawings shall show the Works as
executed in accordance with the relevant provisions of Section 7: Submittals.
At the completion of the WORK, the CONTRACTOR shall submit a complete set of As- Built
Drawings in Auto Cad format.
The As-Built Drawings shall be true to scale drawings of the whole WORK “as constructed”
and shall be to a format approved by LREDC. The drawings shall include, but not be limited to:
(a) Civil and building works drawings.
(b) All reinforcement details for all structures
(c) The positions and extent of all sheeting and other types of Temporary
Works left in any excavations
(d) Exact locations of all services encountered during construction

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 74 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

(e) Process and instrumentation diagrams.


(f) General Arrangement drawings showing all mechanical and electrical and
instrumentation plant including cabling, tray work, etc.
(g) Complete assembly drawings of machinery and ancillary plant showing all pipe work,
connections and fittings, etc.
(h) Drawings showing the internal construction of the major items, with parts lists and
reference numbers for ordering spares.
(i) Control gear schematic and wiring diagrams.
(j) Diagrams of connections between all items of plant (e.g. main and auxiliary
switchboards, control boards, relays, starters, batteries, motors, instruments,
electronic and allied equipment, etc., with component values and types suitably
marked thereon).
(k) Detailed wiring, earthing, lightning protection, instrumentation and cable route and
electrical layout schematic diagrams of the main circuits.
(l) Details of the arrangement of any conduit work buried in floors, walls, ceilings, in any
structure.
(m) A complete set of record drawings for all pipelines constructed, in the form of
longitudinal sections annotated to indicate all soils encountered during all excavations
and using standard signs, symbols and abbreviations.
Prior to issue of the Taking-Over Certificate, the CONTRACTOR shall submit Eleven
(11) prints and two (2) copies on CD-ROM in AutoCAD 2010 format (or more current
version) of the "As-Built Drawings".
The As-Built Drawings shall be collated and submitted in protective covers with the Project
Title, CONTRACT Title, CONTRACT Number and the legend "As-Built Drawings" clearly and
indelibly marked on the cover.

1.21 Completion Date: Sections / Taking Over


The WORK shall be completed in Sections (Milestone). Access constraints shall be as given
in Appendix E. The CONTRACTOR shall develop its own working programme with appropriate
SECTION dates taking into account the access constraints contained in Appendix E. If the
CONTRACTOR fails to achieve a SECTION completion date, then LIQUIDATED DAMAGES
will apply. See Volume 4 Part 4.

1.22 List of Standard Documents


The CONTRACTOR shall be deemed to have read and understood the following standard
documents and, where appropriate, to have included in their prices for complying with the
provisions of the specifications, regulations, terms and conditions, standard government
procedures, including all amendments thereto, etc. contained therein or referenced by:
a. LREDC General Conditions of Contract referenced in this instrument.
b. The Survey manual prepared by the Survey Section of the Ministry of Industry and Public
Works.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 75 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

c. The Qatar Highway Design Manual 1997 Editions prepared by the Ministry of Municipal
Affairs and Agriculture.
d. The Qatar Traffic Manual prepared by the Ministry of Industry and Public Works.
e. The Qatar Subdivision Regulations (Draft) prepared by the Ministry of Municipal Affairs
and Agriculture.
f. The Qatar Construction Specification issued by the Ministry of Environment for the year
2010.
g. Any current and relevant notice or circular issued by the Ministry of Municipal Affairs
and Agriculture (including the previous Ministry of Public Works and the Ministry of
Industry and Public Works); or the Qatar General Electricity and Water Corporation; or the
Ministry of Electricity and Water; or the Ministry of Finance, Economy and Trade Income Tax
Department, prior to the date of the CONTRACT. Any local Municipality Regulations.
h. Environmental Protection Law, issued under ordnance Law No (30) of 2002.
i. State of Qatar Law No.26 of the year 2005 and all subsequent amendments including
Law No.10 of the year 1990, concerning the Organization of Tenders and Public
Auction, obtainable from Government House, Doha.
j. State of Qatar Law No.06 of the year 1987 and all subsequent amendments concerning
Materials and Equipment from Qatar or other GCC countries, obtainable from the
Government House, Doha.
k. Non-compliance with the State of Qatar Law No 06 of the year 1987 in relation to items
purchased outside Qatar or the GCC countries shall be subject to further penalties in
accordance with Article (8) of Law No. 6 of 1987.
l. The State of Qatar Decree Law No. (11) of the year 1993 concerning income tax and
the circulars implementing it, if the CONTRACTOR is not a National Company, the
requirement of submitting a tax clearance certificate from the “Income Tax Department” of
the Ministry of Finance, Economy and Trade with respect to the CONTRACT.
m. The CONTRACT shall be exclusively governed by and construed and enforced in
accordance with the laws of the State of Qatar.
The foregoing list shall not be taken as being exhaustive, and the CONTRACTOR shall be
deemed to be familiar with all local/national and international regulations pertinent to the
services to be provided by them.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 76 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.23 Transportation of Staff and Materials Involved in Contracts Entered


Into by Government Entities to be by Qatar Airways

The CONTRACTOR, when arranging air-freight of materials, goods and equipment required
for the WORK and when arranging air travel of all CONTRACTOR PERSONNEL and other
individuals under the supervision of CONTRACTOR, mobilizing to or demobilizing from
the WORKSITE in connection with the WORK, shall abide by and comply with, and cause
compliance by its SUBCONTRACTORS with the provisions of Circular No. 2/2013 issued by
the Minister of Finance.

Air Transportation of staff and materials involved in contracts entered into by government
entities shall always be arranged through Qatar Airways. All air tickets and air freight
vouchers purchased under or in connection with the CONTRACT shall be issued by and/or
through Qatar airways being the national carrier of the State of Qatar.

In the event that the CONTRACTOR has evidence supporting the fact that compliance with
this Article shall result in the CONTRACTOR’S inability to meet the requirements of the
CONTRACT and in particular the CONTRACT EXECUTION PLAN, the CONTRACTOR
shall present full supporting evidence to LREDC and consult with LREDC to resolve any
issues prior to submitting its final EXECUTION PROGRAMME.

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 77 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

1.24 Recommended Vendor List

The proposed Vendor list is given to the CONTRACTOR for guidance only; LREDC may accept
other CONTRACTOR proposals or propose their own preferred Vendors. The vendors list below are
not exempted nor considered as pre-qualified vendors lists. CONTRACTOR may propose other
manufacturers with similar categorization and standards, selection will be at LREDC's sole discretion
and subject to detailed evaluation of the specific manufacturing factory capabilities, qualities ,
experience, type test requirements etc. to comply with the requirements of this project and local
Authorities approval as well.

SL. MATERIAL CATEGORY VENDOR REMARKS


I.  ELECTRICAL
ABB (Germany/Italy/CZECH)
SCHNEIDER ELECTRIC
(France/Turkey)
1 11kV SWITCHGEAR SIEMENS (Germany)
AREVA (UK/Germany/France)
MITSUBISHI (Japan)
ABB (Sweeden/Finland/Italy)
MITSUBISHI (Japan)
SIEMENS
2 TRANSFORMERS: 11/0.433kV
(Germany/Nurenberg/Austria)
KONCAR D&ST (Croatie)
HYUNDAI (Korea)
ABB (Sweeden)
SCHNEIDER ELECTRIC (France)
LVAC & DC DISTRIBUTION SIEMENS (Germany)
3
BOARD EATON (Netherland)
RAREVA (UK/Germany/France)
MITSUBISHI (Japan)
EATON (Netherland)
SCHNEIDER ELECTRIC (France)
ABB SACE (Italy)
4 MCC SIEMENS AG (Germany)
BLACKBURN STARLING Eng. Ltd.
(UK)
Switchgear & Instrumentation
Limited (UK)
SAFT- NIFE (Sweeden/France)
CEAG (Germany)
5 BATTERY CHARGER STATRON (Switzerland)
Coredel/ CHLORIDE (France)
GUTOR Electronic (Switzerland)

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 78 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

AEES (France)
SAFT (France)
STATRON (Switzerland)
6 UPS 240V CHLORIDE (France)
GUTOR Electronic (Switzerland)
SCHNEIDER ELECTRIC (France)
ABB (Sweeden)
SIEMENS (Germany)
SUBSTATION CONTROL
7 SCHNEIDER ELECTRIC (France)
SYSTEM
MITSUBISHI (Japan)
GE (USA)
DOHA CABLES (Qatar)
DUCAB (UAE)
8 CABLES (11kV & LV) OMAN CABLES (Oman)
RIYADH Cables (KSA)
NEXANS (France)
TYCO RAYCHEM
(UK/Germany/USA)
ELASTIMOLD (USA)
9 CABLE ACCESSORIES 3M (USA)
PFISTERER (Germany)
DOHA CABLES (Qatar)
THORN (UK)
METALUX (UK)
LUMARK (UK)
LIGHTING FIXTURES
10 CROMPTON (UK)
(INDOOR)
JSB (UK)
MENVIER (UK)
PHILLIPS (Netherland)
Mc-GRAW EDISON (USA)
INVUE (USA)
LIGHTING FIXTURES STREETWORKS (USA)
11
(OUTDOOR) GREE (USA)
HOLOPHANE (UK)
PHILLIPS (Netherland)
iLIGHT/iLumin (UK/USA)
GREENGATE (UK/USA)
PHILLIPS (Netherland)
12 LIGHTING CONTROLS FIFTH LIGHT (UK/USA)
DSI (UK)
MINOS System (Italy)
REVERBERI ENETEC (Italy)
CEAG (Germany)
LIGHTING ACCESSORIES
13 HAWKE (UK)
(Junction Boxes)
LEGRAND (France)

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 79 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

COOPER-Crouse Hinds
(Germany/USA)
LEWDEN (UK)
MK (UK)
LIGHTING ACCESSORIES
14 LEGRAND (France)
(Lighting Switches)
TECHNOR AS (Norway)
Marshall Tufflex (UK)
BARTON Engg (UK)
WIRING ACCESSORIES
15 DECODUCT (UAE)
(Conduits)
EGA Tube (KSA)
MITA (UK)
DOHA CABLES (Qatar)
COOPER-Crouse Hinds
CABLES/WIRING (Germany/USA)
16 CMP (UK)
ACCESSORIES (Cable Glands)
HAWKE (UK)
BICC (UK)
SWIFT/LEGRAND (UK)
CABLES/WIRING MITA (UK)
17 ACCESSORIES (Cable WIBE (Sweeden)
Trays/Ladders) Ab-Cope (UK)
BICC (UK)
HAWKE (UK)
CABLES ACCESSORIES (Cable
18 ROXTEC (Sweeden)
Transits)
MCT Barattberg (Sweeden)
FURSE (UK)
19 Earthing WALLIS (UK)
ERICO (UK)
Al Doha Schindler Elevators &
Escalators Co. W.L.L.
20 Lifts & Escalators

II.  HVAC
Central Refrigeration & Air Conditioning Equipment 
  Trane    
PACKAGED AIR CONDITIONING  Carrier    
UNITS (PACU)  McQuay    
York    
  Trane    
21 
Air Handling Units (AHU) ‐Chilled  Carrier    
Water Type  McQuay    
York    
  Trane    
Fan Coil Units (FCU) – Chilled Water 
Carrier    
Type 
McQuay    

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 80 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

York    
  Trane    
Carrier    
Direct Expansion (DX) Split AC Unit  
McQuay    
York    
  Trane    
Carrier    
AIR COOLED CONDENSING UNITS  
McQuay    
York    
Centriquip Ltd    
US Filters    
ODOR CONTROL UNITS (OCU) 
Corodex     
Technium Cardna    
Exhaust /Supply Fans 
Flakt Woods    
GreenHECK    
22 
Axial / Centrifugal Fans / Jet Fans  Nuaire    
Penn    
Loren Cook     
III.  Chilled water System
Van Leeuwen    
SPPI    
Piping  Perma pipe    
Alstom    
TCTI    
Crane    
George Fischer    
Fittings, joints , Pipe Support &  Nefit    
Hangers  Van Leeuwen    
National fittings    
Victaulic    
Crane    
23 
Tour & Anderson    
Valves 
Oventrop    
Hattersly    
Alfa Laval Thermal AB, Sweden    
Plate Heat exchangers  Flat Plate, Inc.    
ITT Fluid Handling; Div. of ITT Fluid 
Technology Corp.    
Aurora Pump.    
Armstrong Pumps, Inc.    
Chilled Water Pumps  Grundfos Pumps Corp.    
ITT Fluid Technology Corp.; Bell & 
Gossett Div.    
Expansion Tanks  Armstrong, Inc.    

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 81 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Grundfos Corp.    
ITT Fluid Technology Corp.; Bell & 
Gossett Div.    
MASON
 
 
  
VIBRATION ISOLATORS 
KINETICS    
VMC    
WEICO    
Crane    
24  Refrigerant Pipework 
Mueller    
IV.  AIR DISTRIBUTION SYSTEM
Jindal    
Nissim    
Ductwork 
Duct Mate    
Durodyne    
Action Air Limited    
Smoke/Fire Dampers  Titus    
Flakt Woods AB    

25  Trox 
  
Air Outlets  Titus    
GreenHECK    
Seagull    
Trox    
Titus    
Sound Attenuators 
GreenHECK    
Seagull    
JOHNS MANVILLE    
26  FIBERGLASS INSULATION  KNAUFF    
KIMMCO    
AEROFLEX    
CLOSED CELL INSULATION – 
27  ARMAFLEX    
FIBERGLASS 
K‐FLEX    
V.  Instrumentation, Telecom, Security and Control
ABB    
Yokogawa    
28  RTU /PLC/ Field instrument  Honeywell    
Siemens    
Enderson & Hauser    

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 82 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Notifier 
Honeywell 
29  Fire Alarm System  Tyco ‐ Simplex 
Gent 
General Electric 
Approved or Equal    

HID 
Honeywell Prowatch 
30  Access Control System  Lenel 
Schneider Electric 
Siemens 
Approved or Equal    
Delta sceintific 
Physical Security barriers/Traffic  APT 
31  Came 
Barriers 
Ameristar Fence 
Approved or Equal    

Mobotix 
Pelco 
32  CCTV  Honeywell 
Bosch 
Panasonic 
Approved or Equal    
Bosch 
Toa 
33  Public Address system   Ateis 
Honeywell 
Approved or Equal    
Siemens 
Honeywell ‐ Alerton 
34  BMS  Johnson Control International 
Schneider Electric 
Approved or Equal    
FAAC 
Car Park Management/Guidance  Indect 
35  Skidata 
System 
Designa 
Approved equal    

IBM 
Cisco 
36  Local Area Network (Active)  Juniper 
Avaya 
HP 
Approved or Equal    

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 83 of 84


LUSAIL REAL ESTATE DEVELOPMENT COMPANY
TENDER FOR DESIGN & CONSTRUCTION OF CP07-B LUSAIL TOWERS INFRASTRUCTURE, LRT STATION, CAR PARK AND
LANDSCAPE

Communicating & Control Cable: 
Belden,USA 
Brandrex, UK 
commscope 
37  Communication System (Passive)  Systimax 
Panduit, USA 
Prysmian Cables 
Doha Cables 
Ducab 
Approved or Equal    
Dell 
IBM 
38  Servers  HP 
Sun networks 
Approved or Equal    
AMX 
Samsung 
39  Digital Signage  View Sonic 
Conrac 
Approved or Equal    
VI.  Lanscape
Haji Commercial Company (HCC)
Please refer to
Polaris Contract Volume
Wattad 2, Appendix A -
Part 6.4
40  Street Light Vibrant
Supplemental
Alcontra Information:
Venicia Lusial Street
Lights Strategy
Q-HUB
CONSENT Please refer to
Contract Volume
Transgulf Cement Products
2, Appendix A -
Godelmann GmbH & Co. KG Part 6.3
41  Precast Paving & Kerbs
MAFCO QATAR ( DUCON) Supplemental
Information:
SMEET Headquarters Lusial Kerbs
Strategy

VOLUME 2: APPENDIX A - PART 2: GENERAL REQUIREMENTS Rev.1 Page 84 of 84

Potrebbero piacerti anche