section c specification - ashghal.gov.qa spec.pdfand demolish/backfillthe existing septic tanks. 9....

25
SECTION C SPECIFICATION

Upload: others

Post on 01-Apr-2021

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

SECTION C

SPECIFICATION

Page 2: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C SPECIFICATION

IA 2016 C 130 G C /Contents May 2016Construction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

CONTENTS

Page

PART 1 - GENERAL SPECIFICATIONGOVERNMENT PUBLISHED SPECIFICATION, REGULATIONS,NOTICES AND CIRCULARS

C1/1 – C1/2

PART 2 - PROJECT SPECIFICATION C2/1 – C2/17

Page 3: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

SECTION C

PART 1

GENERAL SPECIFICATION

Page 4: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – PART 1 GENERAL SPECIFICATION

IA 2016 C 130 G C1/1 May 2016Construction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

GOVERNMENT PUBLISHED SPECIFICATION, REGULATIONS, NOTICES ANDCIRCULARS

A. The Works shall be executed in accordance with the following latest Governmentspecification, regulations, notices and circulars:

(a) The General Conditions of Contract – May 2007 prepared by the Contracts &Engineering Business Affairs (CEBA), Public Works Authority.

(b) The Qatar National Construction Specifications (QCS2014) Revision IV preparedby the Qatar General Organization for Standards and Metrology (QGOSM) issuedwith Standard No. QS27/2014 dated October 2014 with 2nd Edition dated 4February 2015 and all subsequent revisions and amendments prior to the date ofthe announcement inviting Tenderers.

(c) The Code of Practice and Specification for Road Openings in the Highwayprepared by the Public Works Authority, January 1992 with December 2014amendments and revision.

(d) The Guide for Civil Users of Explosives in Qatar prepared by the Ministry of PublicWorks.

(e) The Qatar Survey Manuals prepared by the Urban Planning and DevelopmentAuthority (UPDA).

(f) All current Public Works Authority regulations concerning the organisation ofTenders and Public Auctions and all subsequent revisions and amendments.

(g) Work Zone Traffic Management Guide (WZTMG) Revision 1.1, July 2014 and allsubsequent revisions and amendments.

(h) The Regulations for the Installation of Electrical Wiring, Electrical Equipment andAir Conditioning Equipment, sixth re-issue dated January 1992 as prepared by theMinistry of Electricity and Water, P O Box 41, Doha.

(i) Any current and relevant regulation, notice or circular issued by the Public WorksAuthority (including the previous Ministry of Municipal Affairs & Agriculture, Ministryof Public Works and Ministry of Industry & Public Works) the Qatar GeneralElectricity and Water Corporation (KAHRAMAA), Ooredoo Q.C.S. (previouslyknown as Qatar Telecom/Q-tel), the Qatar General Organization for Standards andMetrology, the Supreme Council for the Environment and Natural Reserves or theappropriate local Municipality prior to the date of the letter or advertisement invitingTenderers.

(j) Any and all applicable local Municipality regulations.

(k) State of Qatar Law No. 6 of 1987 and all subsequent amendments concerningMaterials and Equipment from Qatar or other CCASG countries, obtainable fromMinistry of Justice, Doha, Qatar.

(l) CESMM3, Civil Engineering Standard Method of Measurement, 3rd Edition (1991),published for the Institution of Civil Engineers by Thomas Telford Services Ltd, 1Heron Quay, London, W14 4JD and all subsequent revisions and amendments.

(m)State of Qatar Law No. 30 of 2002 and all subsequent amendments concerning“The Environment and Natural Resources Protection” – Articles 6, 17, 19 & 35,obtainable from Ministry of Justice, Doha, Qatar.

(n) State of Qatar Law No. 32 of 2002 which amended Article 2 of Law No. (1) for theyear 1993 concerning the regulations to issue license to level the agricultural landsor beach sands and all associated rules and regulations issued by the SupremeCouncil for the Environment and Natural Resources, obtainable from Ministry ofJustice, Doha, Qatar.

Page 5: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – PART 1 GENERAL SPECIFICATION

IA 2016 C 130 G C1/2 May 2016Construction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

(o) State of Qatar Law No. 32 of 2005 and all subsequent amendments concerningTraffic in the State of Qatar obtainable from Ministry of Justice, Doha, Qatar.

(p) Infrastructure Affairs (Drainage), Standard Supplementary Specification to QatarConstruction Specification (QCS2014).

(q) All current Water Department and Electricity Department of the Qatar GeneralElectricity and Water Corporation (KAHRAMAA) specifications and all subsequentrevisions and amendments.

(r) Safety Rules issued by the Department of Electricity Networks.

(s) The Jointing Manual prepared by Electricity Networks Department.

(t) The Qatar Traffic Manual (QTM) and Qatar Highway Design Manual (QHDM)prepared by the Ministry of Public Works.

(u) Any Emiri Decree or current and relevant regulations, notices or circulars issued bythe Ministry of Municipal Affairs and Agriculture (including the previous Ministry ofPublic Works and the previous Ministry of Industry and Public Works), the Ministryof Electricity and Water or the appropriate local Municipality prior to the date of thenewspaper advertisement to Tender.

(v) Drafting Standards prepared by Public Works Authority.

(w) Construction Dewatering Guidelines, March 2014 prepared by Public WorksAuthority

B The Contractor shall be deemed to have his own copy of the Authority specification,regulations, notices, and circulars referred to in (a) to (w) above.

C These Government specifications, regulations, notices and circulars are amended,amplified and complemented by the Project Specification as detailed hereafter.

D In the case of any ambiguity or discrepancy the provisions of the Project Specificationshall prevail over the provisions of the Government published specification.

E The Contractor shall contact the Survey Section of the Ministry of Municipal Affairs andAgriculture for prior earthwork or other works to determine if the work is likely to disturbsurvey marks. If Survey Section require a survey mark to be removed the Contractorwill be responsible for recreating the survey mark to an approved design andspecification, and for resurveying the point using survey companies approved by theSurvey Section.

F The Contractor shall be responsible for the protection of the survey marks, within theboundaries of the site, for the duration of contract period, and shall be liable for allcosts of any remedial works required by the Survey Section.

G On the practical completion of the works the Survey Section will issue a certificatestating that all survey marks, whether disturbed or otherwise, by the Contractor havebeen reinstated or protected to the satisfaction of Survey Section.

H In the event of failure to comply with the requirements of the above Clause, PWAwithout prejudice to any other rights and privileges and method of recovery, maydeduct the cost of any remedial work after the practical completion date, carried out bythe Survey Section form any monies due or which may become due to the Contractor.

I Where any Standard Publication, Specification, Regulation, Notice, and the like or anycorrespondence refers to a Government Ministry, Department, Division, Section, andthe like it will be deemed to be the same as any successor Ministry, Department,Division, Section, and the like which has or may subsequently be officially promulgatedby the Government of the State of Qatar.

Page 6: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

SECTION C

PART 2

PROJECT SPECIFICATION

Page 7: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – Part 2 PROJECT SPECIFICATION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/Contents/1 May 2016

CONTENTS PAGE

1.0 : PROJECT BRIEF C2/1

QCS 2014 : SECTION 1 GENERAL

PART 2 : USE AND MAINTENANCE OF THE SITE C2/2

2.4 : CONTRACTOR ‘S WORKING AREAS C2/2

2.4.1 : General C2/2

PART 3 : SITE ACCESS AND ENTRY ONTO SITE C2/2

3.2 : ACCESS ROADS C2/3

3.2.2 : Points of Access to the Works C2/3

PART 7 : SUBMITTALS C2/3

7.4 : PROGRAMME C2/3

7.4.1 : Programme of Works C2/3

7.9 : PHOTOGRAPHS C2/3

7.9.3 : Monthly Photographs C2/3

PART 10 : HEALTH AND SAFETY C2/3

10.1.8 : General C2/3

PART 11 : ENGINEER’S SITE FACILITIES C2/4

11.4 : PROVISION OF EQUIPMENT ANDSUPPLIES

C2/4

PART 13 : SETTING OUT OF THE WORKS C2/11

13.2 : SITE INFORMATION AND INSPECTION C2/11

13.2.1 : Site Information C2/11

PART 16 : TRAFFIC DIVERSIONS C2/12

16.1 : GENERAL C2/12

16.1.6 : Notice to Public on Road Closures C2/12

Page 8: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – Part 2 PROJECT SPECIFICATION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/Contents/2 May 2016

16.2 : TEMPORARY TRAFFIC DIVERSIONS C2/12

16.2.2 : Maintenance of Traffic Flow C2/12

16.2.3 : Other Activities to be Carried Out by theContractor

C2/13

16.3 : TRAFFIC MANAGEMENT PLAN C2/14

16.3.1 : Main Objectives C2/14

16.3.2 : Provisions for Pedestrians C2/15

16.3.3 : Traffic Signs for Roadworks C2/15

16.3.4 : Temporary Diversion Routes C2/15

PART 19 : REGULATORY REQUIREMENTS C2/16

19.1 : GENERAL C2/16

19.1.1 : Scope C2/16

19.12 : SPECIAL REQUIREMENTS OF UTILITYOWNERS / AUTHORITIES

C2/16

19.12.1 : Overview C2/16

19.12.2 : Qatar Petroleum (QP) Requirements C2/16

19.12.3 : Qatar General Electricity and WaterCorporation (KAHRAMAA) - ElectricRequirements

C2/17

19.12.4 : Qatar Telecommunication (Q-Tel) C2/17

19.12.5 : Ministry of the Environment (MOE) C2/17

Page 9: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/1 May 2016

1 INTRODUCTION

1.1. Project Brief:

The main objective of this project is

1. To construct new foul sewer network to the unserved areas in various seweragecatchments within Wakrah.

2. Integrate the new sewers with the existing foul sewer network, which may requireupgrading of the existing sewers.

3. Provide House Connection along the newly constructed sewers.

Package 1 project area consists of the Wakrah North – Zone 90 (DS133)

The sewerage sub-catchment is briefly describes as follows:-

DS133 - Roads and Infrastructure in Al Wakrah North is located in Zone 90, Municipality of AlWakrah. This project is under the GEC Area 4 (Doha South) Local Road and DrainageProgramme. The total area is approximately 852 hectares.

About 5000 residential and non-residential plots are presently served by the existing systemcomprised of 150 to 1000mm diameter gravity and 150 to 500mm diameter rising mains. Thetotal lengths of these mains are approximately 140 and 37km respectively based on GISinformation.

Total 8 pumping stations are functioning in the project area. The existing pumping station IDs arePS W01, W02, W03, W05, W06, W07, W12 and WH. The proposed gravity mains will interceptflows at the existing pump stations PSW07, PSW03 and PSW12 and convey sewage to theproposed DS016 trunk sewer along Al Salam Road.

1.2 Scope of Works:1. Mobilisation and setting out work.

2. Obtaining necessary Authority approvals prior to the construction & aftercompletion.

3. Construction of approximately 7.7 km new foul sewer (pipe size 200-400mm)by open cut trench.

4. Replacement of approximately 0.6 km existing gravity sewers.

5. Construction of approximately 2.7 km Foul Sewers (pipe size 600 and 800 DN)by Micro Tunnelling.

6. Construction of approximately 193 in-situ concrete manholes.

7. Construction of approximately 295 House Connections.

8. Carryout topographical survey, property survey, provide property connections;and demolish/backfill the existing septic tanks.

9. Integrating existing sewer network with proposed network.

Page 10: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/2 May 2016

10. Over pumping, integrating existing sewer network with proposed network.

11. Reinstating road surface/pavements.

12. Preparation of as-built drawings.

13. Any other relevant work which are deemed necessary for the successfulcompletion of the project.

14. Testing, Handing over and project close out.

15. Project close out.

It should be noted that prior to the commencement of the main sewer works described above theContractor must:

Complete the Property Connection Survey in accordance to QCS 2014 Section 8Part 4 in order to determine manholes relocations required to accommodatehouse connections.

Set-out manholes within proper service corridors and record the actual ground leveltherein.

Prepare and submit for approval detailed shop drawings of the pipeline installation.

Approved shop drawings will be utilised for measurement of works. Any furtheramendments required by site conditions can still be evaluated.

SECTION 1 – GENERALThis project is to be performed in accordance with QCS 2014 specification and Public WorksAuthority Standards. The following clauses delete, amend, supplement, or are additional to,clauses in the QCS2014 Section 1:

PART 2 – USE AND MAINTENANCEOF THE SITE

Add the following clause to QCS Section 1 Part 2

2.4 CONTRACTOR’S WORKING AREAS

2.4.1 GeneralThe Contractor shall identify all space for working, fabrication, storage areas (or anyother space) that he requires and shall obtain suitable sites for its working areasincluding all necessary permissions, payments and provision of utility connections.

PART 3 - SITE ACCESS AND ENTRY ONTO SITE

Add the following clause to QCS Section 1 Part 3.2

Page 11: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/3 May 2016

3.2 ACCESS ROADS

3.2.2 Points of Access to the WorksThe Contractor must prepare a plan of Access to the Works and shall be approved bythe Engineer and coordinated and approved with the affected entities, agencies, andprivate owners as may be the case.

Part 7 - SUBMITTALS

7.4 PROGRAMME

7.4.1 Program of Works

Under Section 1 Part 7, Clause 7.4.1 sub-clause 1 add the words “using PrimaveraProject Planner P6”.

7.9 PHOTOGRAPHS

7.9.3 Monthly Photographs

Delete QCS 2014 Section 1 Part 7, Clause 7.9.3 sub-clause 1 & replace with:

1 The Contractor shall obtain a photographic and video record showing the progress ofthe Works in every month, and / or as necessary, in order to provide sufficient visualevidence of the progress and to record the specialized events features of the Worksor other matters of interest in connection with the Works or their surroundings of theProject. Such media documentation shall be submitted to the Client, Engineer, andEngineer’s Representative in the form of an accepted media documentalpresentation, as and when required during the progress of the Works and as acomplete package at the completion of the project. For progress photographs, theContractor shall take a minimum of 10 number color photographs every month frompositions agreed with the Engineer. Photographs and a digital copy on CD shall behanded to the Engineer within 7 days of the photographs being taken.

PART 10 – HEALTH & SAFETYAdd the following new Clause:

10.1.8 General1 The contractor shall at all times take suitable precautions to ensure the safety of all

personnel on Site and of the general public where they may be affected by theconstruction of the Works.

2 A minimum level of safety equipment shall be issued by the Contractor to all hisworkforce and its use shall be enforced by the Contractor. This shall consist of safetyboots, safety helmet and, where applicable, overalls, waders, goggles etc. or asinstructed by the Engineer’s Representative. A full set of such equipment shall bemaintained on Site for the exclusive use of the Resident Engineer.

Page 12: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/4 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

3 In addition to the requirements of Clause 11-4.6 a monthly inspection of liftingappliances shall be carried out by a competent person employed by the Contractor.Full records of all such inspections and tests shall be kept by the Contractor in anapproved form and shall be made available to the Engineer immediately on demand.Copies of monthly inspection reports shall be submitted to the Engineer.

4 Guard rails or barriers shall be erected wherever there is a danger of person beinginjured in a fall. Warning lights shall be provided during the hours of darkness.

5 All excavations shall be examined regularly and measures taken where necessary toprevent falls of material, etc.

6 Access scaffolding shall be solidly braced with face of excavation. Ladders shall beadequately tied of fixed in place and shall extend one meter above the ground.

7 When cutting, sawing or shaving any product, particularly those which may containasbestos, the Contractor shall take all necessary precautions to prevent the inhalationor dispersion of dust.

8 All electricity supply cables shall be buried or properly supported and protected andshall be armored. Flexible cable shall only be allowed for hand lamps and hand heldtools and shall not exceed 6 m in length. Industrial type plugs and sockets shall beused. All electrical installations shall be in the charge of a competent person whoshall accept full responsibility for its use and any alterations or additions thereto. Thename, designation and telephone number of such person shall be prominentlydisplayed close to the main switch or circuit breaker of the installation, and also in theContractor’s site office.

9 A written report of any accident on Site shall be submitted to the Engineer within oneday of the occurrence. A standard form shall be provided by the Contractor for thispurpose.

10 Prior to any erection work being carried out all necessary temporary access andsafety equipment, shall be installed and presented to the Engineer for inspection.

11 Only upon written approval being given by the Engineer may construction workcommence.

12 If the above minimum requirements are not complied with at any time during theContract, the Engineer will instruct the Contractor to cease work and remove alllabour from the site until such time as the safety precautions are to his satisfaction.

13 Individuals from the Contractor’s workforce who fail to comply with the aboverequirements with respect to use of personal safety equipment shall be removed fromthe site by the Contractor.

PART 11 - ENGINEER’S SITE FACILITIES

11.4 PROVISION OF EQUIPMENT AND SUPPLIES

a. PhotocopierThe Contractor shall provide 1 No. of photocopier for use by the Engineer and removalupon completion, as itemized in the Bills of Quantities.

Page 13: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/5 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

The following table shows the minimum specifications for the photocopier to be provided.

Speed Up to 55 ppm

Device Memory 640 MB

Resolution 600 X 600 dpi laser print quality

Processor 466 MHz

Drum Life At least 65,000 copies

Toner Life At least 15,000 copies

Paper Input Duplex Automatic Document Handler (DADH):100 sheetsBypass Tray: 100 sheets; Custom sizes: A6 to

A3; 60-216 gsmTrays 1-2: 500 sheets each; Custom sizes: A5 to

A3; 60-200 gsmFinishing Options Offset Catch Tray: 300 sheets

Basic Office Finisher: 1,000 + 250-sheet trays,30-sheet single-position staplingOffice Finisher: 2,000 + 250-sheet trays, 50-sheet

multi-position stapling, optional hole punchProfessional Finisher: 1,500 + 250-sheet trays,

50-sheet multi-position stapling, 2 and 4-holepunch option, saddle-stitch booklet making, V-foldingHigh-Volume Finisher (HVF): 3,000 + 250-sheet

trays, 100-sheet multi-position stapling, optionalhole punchHigh-Volume Finisher with Booklet Maker: adds

saddle-stitch booklet-makingZ-Fold/C-Fold Unit (with HVF with Booklet

Maker): adds letter-size Z- and C-foldingPost Process Inserter (with HVF and with HVF

with Booklet Maker): adds preprinted insertsConvenience Stapler: 50-sheet stapling

Other Features Automatic 2-sided, Collation, Autoreduction/enlargement, Auto paper select, Autotray switching, Image quality enhancement,Transparencies, Booklet creation, Multi-up, Invertimage, Covers, ID Card Copy, Annotation andBates Stamping, Build Job, Inserts and tabcopying, Sample set, Job storage and reprint

b. ComputerThe Contractor shall provide 5 Nos. of desktops computers and software (used withlatest technology at the time of award of contract) for use by the Engineer and removalupon completion, as itemized in the Bills of Quantities.

Page 14: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/6 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

The following table shows the minimum specifications for the desktop to be provided.

Processor Intel® Core 2 Duo and Core 2 Quad processors

Operating System Service to Windows® 7 / 8 Professional

Chipset Intel® G45 Express Chipset

Memory Up to 4GB 800 MHz Dual Channel DDR2 SDRAMFour (4) DIMM slots

Primary Storage 1TB S SATA 3Gb/s 7200 RPM hard drivesOptional two hard disk configurations with DataSafe

Secured Storage and Data Recovery SolutionsOptical Drivers 6x Blu-ray Disc (BD) Writer (Writes to BD/DVD/CD)

All write drives include latest versionGraphics Discrete Graphics options from NVIDIA and ATI

512MB NVIDIA® GeForce 9800 GT (DVI, DVI, S-video)Security Norton Internet Security (up to end of Contract period)

Expansion Slots PCI: 4 SlotsPCIe x1: 2 SlotPCIe x16 (Graphics): 1 Slot 3.5" Bays: 5 bays (1 external; 4 internal) 5.25" Bays: 3 baysMemory DIMM slots: 4 available 19-in-1 Media Card Reader

ExternalConnections

Additional drives can connect to eSATA and/or USB 2.0ports

Power Power Supply: 350W, 115/230VAC (Equipped withSelector Switch) 50/60Hz

Standard I/O Ports Video: DVI, VGA, HDMI with add-in PCI-Express videocardUSB: 10 USB Ports (4 front, 6 back)Audio: Three back-panel connectors for line-in, line-out,

microphone-in, two front-panel connectors forheadphone-output and microphone-inOther: 1 Serial, 2 PS/2 for Keyboard and Mouse, 1 RJ-

45 10/100/1000, 1 eSATA, connector available on frontpanel with optional add-in card, 56k PCI Data FaxModem (optional)

c. Color Laser All-in-One Printer/Scanner/FacsimileThe Contractor shall provide 2 Nos. of color laser all-in-one printer/scanner/facsimile foruse by the Engineer and removal upon completion, as itemized in the Bills of Quantities.

The following table shows the minimum specifications for the color laser all-in-oneprinter/scanner/facsimile to be provided.

Page 15: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/7 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

All-in-OneFunctions

Print, scan and fax

Print Speed, Black(normal qualitymode)

Up to 40 ppm

Print Speed, Color(normal qualitymode)

Up to 40 ppm

Monthly PrintVolume

8,000 to 17,000 pages

Print Resolution Up to 1200 x 600 dpi

Paper Handling 1 x 500 Feeder Stand, 3 x 500 feeder stand-one or theother of these should be present with each unit.Optional 3 Bin Stapler Stacker, 2 Bin Stapler Stacker with

Booklet Maker Tray 1 and a Cassette Tray 2 and 3 (Tray 1 holds 100

sheets, Tray 2 and 3 holds 500 sheets each) F Bundleincludes additional 2 x 500 sheet input trays (trays 4 and 5)Face Down Standard output Bin

DocumentFinishing

Sheet-feed simplex or Duplexed face down to Standardoutput bin; Optional devices handle Stacking, Stapling andBooklet making

Media Sizes Letter, letter-R, legal, executive, statement, tabloid,envelopes (No. 9, 10, Monarch, B5, C5, C6, DLEnvelope)11 x 17 in 4 x 6 in index cards, 5 x 8 om index cards,, 12 x18 in, A6, A4, A3

Processor 835 MHz

Memory 768 MB

Scanner Type Flatbed, ADF

Scan Resolution Up to 600 dpi

Scan Size 11.7 x 17 In

Scan Speed Up to 40 ppm (mono letter simplex); up to 38 ppm (monoA4 simplex); up to 41 ppm (mono A3 simplex) up to 16ppm (mono letter duplex); up to 15 ppm (mono A4 duplex);up to 16 ppm (mono A3 duplex)

Fax TransmissionSpeed

13 sec per page

Fax Resolution,Black

Up to 300 x 300 dpi ( Recv can support 400x400)

Speed Dials 100 speed dials and 100 numbers per speed dial.

Page 16: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/8 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

Auto Redial Yes

Fax DelayedSending

No

Fax Broadcast 100 Locations

Junk Fax Barrier Up to Blocked 20 fax numbers

Polling No

Remote Retrieval No

Fax Forwarding Yes

Connectivity External Ports: one open EIO slot, one Fax, one DeviceUSB 2.0, two Host USB 2.0, one FIH, one 10/100/1000LAN

Minimum SystemRequirements

PC: 40 MB of free space running Windows 2000 or higher

CompatibleOperating Systems

Windows 7 / 8 Professional;

Power Supply Input voltage: 115 to 127 VAC (+/- 10%), 60 Hz (+/- 2 Hz),10.5 amp; 220 to 240 VAC (+/- 10%), 50 Hz (+/- 2 Hz), 5.5amp

d. All-in-One Plotter/ScannerThe Contractor shall provide 1 No. of all-in-one plotter/scanner for use by the Engineerand removal upon completion, as itemized in the Bills of Quantities.

The following table shows the minimum specifications for the all-in-one plotter/scanner tobe provided.

All-in-OneFunctions

Plot and scan

Model Size 44 in

Mechanical PrintTime, US D B&WLine Drawing,Draft Mode, Plain

35 sec/page

Mechanical PrintTime, US D ColorLine Drawing,Draft Mode, Plain

35 sec/page

Line Accuracy +/- 0.1%

Minimum LineWidth

0.002 in

Page 17: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/9 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

Maximum BlackOptical Density

2.15 maximum black optical density (6 L *min)

Print technology HP Thermal Inkjet

Resolution Up to 2400 x 1200 optimized dpi from 1200 x 1200 input dpiwith maximum detail selected

Print head Nozzles 1056

ResolutionTechnology

Color layering technology

Ink Cartridges 6 (cyan, gray, magenta, matte black, photo black, yellow)

Ink Types Dye-based (C, M, Y, G, PK); pigment-based (MK)

Ink Drop Size 6 pl (C, M, PK, G), 9 pl (Y, MK)

Maximum RollLength

300 ft

DocumentFinishing

Printer: sheet feed; roll feed; automatic cutter; scanner:sheet feed

Duplex Printing Not supported

Media Sizes A, B, C, D, E

Memory Printer: 384 MB; scanner: 1 GB

Scanner Type Sheetfed

Scan Size 44-in wide

Scan ResolutionBlack

400 x 400 dpi

Scan ResolutionColor

400 x 400 dpi

Optical ScanResolution

Up to 1200 dpi

Linear Scan Speed Color (200 dpi): up to 1.5 in/sec; black and white (200 dpi):up to 5 in/sec

Connectivity Printer: 1 Gigabit Ethernet (1000Base-T) port, 1 Hi-SpeedUSB 2.0 certified port, 1 EIO Jetdirect accessory slot;scanner: 1 Fast Ethernet (10/100Base-T) port, 1 Hi-SpeedUSB 2.0 certified port

CompatibleOperating Systems

Windows Vista (R) (32 and 64-bit); Windows Server 2008(32 and 64-bit); Windows XP Professional (32 and 64-bit)

Page 18: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/10 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

e. CamcorderThe Contractor shall provide 1 No. of camcorder for use by the Engineer, as itemized inthe Bills of Quantities.

The following table shows the minimum specifications for the camcorder to be provided.

HD RecordingFormat

AVCHD (1920 x 1080i)

HD Video Codec MPEG-4 AVC / H.264

SD RecordingFormat

MPEG-2

Media StorageType

120GB Hard Disk Drive

HYBRID / HYBRIDPlus

HYBRID (Movie recording on Memory Stick)

Image SensorType

1/5" "Exmor" CMOS Sensor with ClearVid array

Image ProcessorType

BIONZ

Lens / FilterDiameter

Carl Zeiss Vario-Sonnar T* / 37mm

Optical / DigitalZoom

15x / 180x

x.v.Colour Yes

Audio Format Dolby Digital 5.1 Creator (5.1ch.)

Maximum StillImage Resolution(Photo Mode)

4 Mega Pixels (2304 x 1728 pixels / 4:3)

Dual Rec ImageResolution

3 Mega Pixels (2304 x 1296 pixels / 16:9) / 2.2 Mega Pixels(1728 x 1296 pixels / 4:3)

D-RangeOptimizer

Yes

Smooth Slow Rec Yes (3secs) with audio recording

Image Stabiliser Optical Steady Shot with Active Mode

LCD Screen Size& Type

2.7" (Wide 16:9) Clear Photo LCD Plus (921K Dots) withTouch Panel

Page 19: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/11 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

Auto BacklightCorrection

Yes

Memory Stick DuoSlot

Yes

HDMI Terminal Yes (Mini)

USB Terminal Yes (USB 2.0 High Speed)

Night Shot Mode Yes

f. ShredderThe Contractor shall provide 1 No. of shredder for use by the Engineer, as itemized inthe Bill of Quantities.

The following table shows the minimum specifications for the camcorder to be provided.

Feed Width 9.5"

Capacity 9-11 sheet

Security Level 3

Speed 18 ft/min

Motor 1/5 Hp

PART 13 - SETTING OUT OF THE WORKS

13.2 SITE INFORMATION AND INSPECTION

13.2.1 Site Information

Delete items 1 & 2 QCS 2014 Section 1 Part 13 clause 13.2.1

1 Before commencing the setting out of the Works the Contractor shall ascertain thelocation of all existing underground services that are along the path of the Works.Where services are located beneath or immediately adjacent to proposed buildings,structures or pipelines the Contractor shall confirm the service location, depth anddiameter by trial pit. Other technical means such as ground penetrating radar (GPR)should also be used at the Contractors option and as applicable to locate utilities.

2 Where connections are to be made to existing pipelines, the Contractor shall dig trialpits at the point of connection to ascertain the location, depth, and exact diameter ofthe existing mains, in sufficient time to confirm, order and receive the appropriateconnection fittings without delaying construction.

Page 20: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/12 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

Part 16- TRAFFIC DIVERSIONS

16.1 GENERAL

Add the following clauses to QCS 2014 Section 1 Part 16 clause 16.1

16.1.6 Notice to Public on Road Closures

1 Upon approval from Engineer’s representative on any road closure for the purpose ofcarrying out the Works of Public Works Authority, the Contractor shall place sufficientnotification to the general public in local newspapers both in Arabic and Englishlanguages at least one (1) week prior to the road closure. The contents of notificationshall be approved by the Engineer and the extent shall not be less than a quarter of thestandard size page of a reputed local newspaper. In order to evident the notification theContractor shall submit to the Engineer a copy as appeared on the newspaper on thesame day of the notification.

16.2 TEMPORARY TRAFFIC DIVERSIONS

16.2.2 Maintenance of Traffic Flow

Add the following sub-clauses:

6 In addition to QCS, a set of guidelines has been prepared and included in the TenderDocuments, to be taken into account by the Contractor while preparing the “Workschedules” in order to minimize the impact on traffic and residents. They include thefollowing:

Closures must never exceed one block between two intersections and must neveroccur at the same time on two parallel roads.

Wherever roadside space is available and required to grant vehicular passage theContractor must execute minor improvements on side drains, sidewalks, etc.

Excavation works at the street corners shall be conducted ensuring safety andvisibility for turning vehicles.

The usual standard conditions for works shall apply. No additional specificationswould be required.

Works should be preferably carried out on different fronts to prevent any major trafficproblems.

A close collaboration with the residents should be ensured to prevent any majorpublic outcry.

Road signs shall comply with the standards required by the concerned authorities;however any special road sign is necessarily subject to their prior approval.

in case of excavation along the parking lanes of main roads, compensation would beclaimed at the prevailing parking rates.

Page 21: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/13 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

7 Specific requirements are to be observed in special areas, as follows:

Wide roads, such as 64m, 40m and 32m roads: two traffic lanes to be kept opened at all times pedestrian access to all roadside buildings/shops to be granted at all times proper planning for traffic diversion at major junctions should be worked out.

Roads such as 24m, 20 and 16m wide: At least one traffic lane, minimum 3.0m wide, to be kept opened at all times partial closure must never exceed 50 m length, unless special circumstances apply pedestrian access to all roadside buildings/shops to be granted at all times.

Narrow roads less than 5.0m wide: total closure must never exceed 50 m length, unless special circumstances apply alternative car parking to be provided within walking distance Pedestrian access to roadside properties to be granted at all times.

Add the following new Clause:

16.2.3 Other Activities to be Carried Out by the Contractor

Sequencing of Construction Contracts:A detailed road inventory and traffic information will be included in the TenderDocuments, as well as guidelines and specific requirements to be complied with by theContractor.It is unlikely that the Traffic Management Report can impose an optimum sequencing ofthe contracts that would lead to the minimization of traffic impact.

That target can only be achieved by fixing clear guidelines to be observed by eachcontractor in preparing his Work Schedule and, subsequently, to ensure that the TrafficManagement Expert will analyze the schedules in depth as explained below and, in closecollaboration with the local authorities, avoid or at least keep to a minimum theinterferences among the works in adjacent zones.

Preparation of Road Inventory:

Based on the data and measurement that will be carried out in the field, an inventorytable, shall be prepared by the Contractor which will include the list of data/information foreach uniform segment of relevant roads and streets when a road presents differentfeatures along its alignment it shall be broken down into segments of uniformcharacteristics:

Road names and classification: main routes, municipal streets, etc…

Starting/ending point and length of each road segment of uniform characteristics.

Roadway width, presence of parking lanes and traffic signals etc….

Roadside development: commercial, residential, major traffic generators (publicoffices, bus terminals, commercial centres, open markets, educational centres,religious buildings, sport complexes etc.)

Traffic directions (one-way, two-way, dead end, divided carriageways),

Page 22: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/14 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

The Contractor shall have full responsibility on the acquisition of all data relevant toall the features of the road network as well as for obtaining all necessary informationand for its interpretation.

Traffic Survey

A traffic survey shall be carried out by the Contractor after the award of Contract at themain junctions of the road network in order to obtain the basic traffic pattern in the projectarea. Detailed guidelines shall be prepared to be observed in the execution of the survey.Based on the results of the survey the Consultant shall prepare Traffic Diversion analysis.

The counts will be conducted for 12 continuous hours for 3 typical days of the week.

16.3 TRAFFIC MANAGEMENT PLAN

Add the following clauses to QCS Section 1 Part 16 clause 16.3

16.3.1 Main Objectives

The main objectives of traffic control at road works are:(i) To protect the public and enable them to pass the worksite safely.(ii) To protect the men working on site.(iii) To protect the works themselves.

It is the responsibility of the Contractor to carry out the works and to ensure that thetraffic control devices are place and maintained, day and night, throughout the durationof the works, to the requirements of the traffic control at roadworks booklet and tosatisfaction of the Traffic Police.

The control devices and procedures described must be used at all works, regardless oftheir size or duration. It should be noted that these controls and procedures areminimum requirements and that additional control may be required at particularlyhazardous sites.The signing associated with roadworks must be instantly recognizable to the driver andmust guide traffic clearly and safely through the length of the works.

The route to be taken by traffic must be just as clear at night or in inclement weather asit would be in normal daytime conditions.

Restrictions on working hours, or any other special conditions, imposed by the PublicWorks Authority or Traffic Police must be strictly observed.

Where the works are within a Security Area, special conditions may be imposed by theSecurity Authority.

Page 23: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/15 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

Where the works are so extensive that a road must be closed to through traffic, a trafficdiversion must be design in conjunction with the Traffic Police. Diversion or temporarydirectional signing must be provided, both in advance of the closure and through theroute of the diversion, as described in Section 8 of Traffic Control at Roadworks booklet.

Where the works obstruct the footway or pavement, alternative routes must be providedfor pedestrians, as instructed in Section 5 of Traffic Control at Roadworks booklet, toprotect them from any hazard.

The use of any of the methods of traffic control suggested above, detailed in latersections, must be agreed with the Traffic Police at an early stage in the planning of theworks.

16.3.2 Provisions for Pedestrians

All obstructions and excavations on or near the footway must be fenced off and signed,for the protection of pedestrians.

Where the footway or verge is substantially obstructed, pedestrians must be providedwith a safe route either on the carriageway or behind the works. This temporary footwaymust be lit at night, signed throughout with Sign 358 (Pedestrians) and fully protectedfrom passing vehicles.

Temporary footways must have a well maintained, level surface of at least 1.5 meterswidth and must be kept clear of materials, plant and debris at all times.

16.3.3 Traffic Signs for Road works

As previously stated, signs used at road works must be to the same standards aspermanent signs. The signs are therefore all to be found in the Qatar Traffic Manual.

Each sign used by the Contractor must have his identity and the name of hisrepresentative clearly marked on the reverse of the sign plate, together with day-time andnight-time telephone numbers which may be used in case of emergency.

On roads where the general traffic speed is greater than 80 km/h, it is recommended thata temporary speed limit be considered. This must be discussed with the Traffic Police,Traffic Planning Section, at any early stage.

16.3.4 Temporary Diversion Routes

The contractor shall base his costing on his proposed construction phasing taking intoaccount the constructability, efficiently of traffic flow and safety aspects of the proposedphasing and should the Contractor wishes to vary the phasing to suit the operations thenhe will be allowed to do so subject to the compliance with the Traffic Signs and ManualChapter 8 – Part 1 (2009 Edition) Traffic Safety Measures & Signs for Roads andTemporary Situations (Highways Agency– UK).

Page 24: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/16 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

PART 19 - REGULATORYREQUIREMENTS

19.1 GENERAL

19.1.1 Scope

Under QCS 2014 Section 1 Part 19 Clause 19.1.1, sub-clause 2, add;“Department of Antiquities (Qatar Museums Authority)”

Add the following clauses to QCS 2014 Section 1 Part 19

19.12 SPECIAL REQUIREMENTS OF UTILITY OWNERS / AUTHORITIES

19.12.1 Overview

1 It is the Contractors responsibility to liaise with utility owners and ascertain their currentrequirements for working in the vicinity of their services.

2 The Contractor shall also comply with the following special requirements of utility owners,in additional to their other standard requirements, for the constructed works and methodof working adjacent to their utilities. These special requirements shall be regarded asbeing over and above other standard requirements of the various utility companies. Thefollowing conditions may be subject to addition and amendment by the utility owners.

19.12.2 Qatar Petroleum (QP) Requirements

1 Trial pit excavation shall be carried out to determine the location of existing underground(QP) services.

2 A method statement for the Contractors pipe laying shall be submitted to QP for reviewand approval prior to the commencement of excavation.

3 All works shall comply with QP Standard Specification and QCS.4 Mechanical / hydraulic rock breakers shall not be used within three (3) meters of QP

pipelines.5 The Contractor shall provide proper temporary supports and shoring for exposing QP’s

pipes.6 No mechanical excavation (i.e. use of hand-held pneumatic jackhammers) is permitted

within one (1) meter of any underground services. For the use of handheld pneumaticjackhammers for excavation 1m away from and below QP Pipelines, QP SeniorOperations Supervisor is to be contacted (tel. 4477 4830 or 4477 4246) regarding apermit to work.

7 Excavations over 1.25 meters deep require gas monitoring to IP-OPS-27 (Confinedspace entry).

8 Extreme care shall be taken at all times during the work to avoid damage to the pipelines.If any oil/petrochemical/gas leaks or contamination are encountered during excavation atsite, work must stop immediately and the finding must be reported to TD (Transmission &Distribution) Operation.

9 Prior to exposing gas and oil pipelines, the Contractor shall erect suitable substantialbarriers to prevent any damage to QP pipelines.

Page 25: SECTION C SPECIFICATION - ashghal.gov.qa Spec.pdfand demolish/backfillthe existing septic tanks. 9. Integrating existing sewer network with proposed network. TECHNICAL SUBMISSION SECTION

IA 2016 C 130 GConstruction of Foul Sewers for VariousCatchments Within Doha South C826 (Package 1)

C2/17 May 2016

TECHNICAL SUBMISSIONSECTION C – PART 2 PROJECT SPECIFICATION

10 The Contractor must take all precautionary measures in accordance with QP Safety andOperating Standards to ensure stability of pipes and to prevent the risk of damage.

11 Any damage to the pipes’ external protective wrapping caused by the Contractor will berepaired in accordance with QP procedure at the Contractors cost.

12 The Contractor shall allow access to QP representatives for inspection of pipelines and tocarry out any pipe coating that is required.

13 A permit to work and excavation permit must be obtained for all the work within 15 metersdistance from all boundaries of existing QP facilities. The permit can be obtained throughField Support Department Mesaieed Transmission and Distribution Department. Twentyfour (24) hours’ notice must be given to prevent delays.

14 At the time of preparing this tender document, there are no oil and gas line crossings onthis pipeline.

19.12.3 Qatar General Electricity & Water Corporation, (QCE&WC)/(KAHRAMAA) –Electric Requirements

A. Working Method

1 A safety clearance of 35.0m shall be maintained from existing EHV OHL pylons (fromnearest leg of pylon to the working area).

2 Prior to commencement of works R02 approval & Service Information Sheet (SIS)approval must be obtained from QGEWC.

B. Equipment

Manufacturers of electrical equipment are required to complete a form confirming thattheir equipment complies with QGEWC requirements.

19.12.4 Qatar Telecommunications (Q-Tel)

A. Working Method

1 Trial holes and a physical survey shall be carried out by the Contractor to locate the Q-Tel plant.

B. Equipment

All telecommunications equipment and working methods must comply with Q-Tel’sspecification requirements. The Contractor will be deemed to have purchased acurrent set of Q-Tel’s specification requirements in order to prepare and price histender.

19.12.5 Ministry of the Environment

The Contractor shall submit an Environmental Monitoring Plan to the Ministry ofEnvironment for both construction and operation activities and shall comply with itsrequirements. The Plan shall be revised and updated by the Contractor as necessary tosuit changing working conditions.