A8. Scope of Work - TA1

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 43

NEOM AIR MOBILITY

NEOM BAY

TEMPORARY INTERIM TERMINAL


PHASE 2

VOLUME 1

SCOPE NARRATIVE (Revision 01)

December 2022
Contents

EXECUTIVE SUMMARY ...................................................................................................... 3


INTRODUCTION .................................................................................................................. 4
Project Objectives ................................................................................................................. 4
Project Location .................................................................................................................... 5
EXISTING CONDITION AND RELATED DOCUMENTS ...................................................... 6
STANDARDS, SPECIFICATIONS AND REFERENCES ...................................................... 6
SCOPE OUTLINE / DELIVERABLES................................................................................... 9
New Temporary Terminal Phase 2 ..................................................................................... 9
Architectural Works ............................................................................................................... 9
Interior Design..................................................................................................................... 16
Signage & Wayfinding for phase 2 ...................................................................................... 18
Civil and Structural Works ................................................................................................... 19
Airport System Requirements Phase 2................................................................................ 23
Security Screening System ................................................................................................. 30
MEP Services Temporary Phase 2 Extended Terminal ....................................................... 30
Multimedia Façade .............................................................................................................. 31
Building Utilities................................................................................................................... 31
Common Building Services and Systems ............................................................................ 33
MEP Works within Phase 1 Building ................................................................................... 36
INTERFACE MANAGEMENT ............................................................................................. 37
PROCUREMENT REQUIREMENTS .................................................................................. 37
EXECUTION/ CONSTRUCTION/ SUPERVISION/ INSPECTION REQUIREMENTS.......... 38
HANDOVER/ CLOSEOUT REQUIREMENTS .................................................................... 38
DOCUMENTATION/ REPORTING REQUIREMENTS ........................................................ 40
INTERFACE MANAGEMENT REQUIREMENT.................................................................. 41
STAKEHOLDER MANAGEMENT REQUIREMENTS......................................................... 41
MILESTONES / TIMELINE ................................................................................................. 42
INSTRUCTION TO TENDERS............................................................................................ 43

DOC UM E NT C ODE : R E VI S ION C O DE : 0 1 P A GE 2 O F 43

.
Executive Summary

The NEOM Bay Airport has current facilities designed for limited passenger capacity. With the
increase in commercial services and passenger flow the existing facilities require temporary
upgrade and expansion to accommodate the increases during the period of the design and
construction of new permanent Airport infrastructure and Passenger Terminals.

NEOM Bay Airport has embarked on enablement scope to facilitate new airport facilities and
increased capacity of the existing temporary facilities.

Planned facilities include a Temporary Interim Terminal PHASE 1 under construction, with
expansion to this facility as PHASE 2.

The objective of the RFP is to select and engage an approved contractor to successfully execute
the scope of work detailed in this document. The Employer will evaluate and appoint a capable
contractor for the designed works.

The site of works will be on and around the current Neom Bay airport, detailed coordination with
the Airports ongoing operations will be required, so as not to disrupt any flight movements with
safe working procedures. The scope narrative provides the requirements to the tenderers and is
based on descriptions, drawings, specifications, and designs.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 3 O F 43

.
Introduction

The expansion of the current facilities for NEOM Bay Airport as part of the early works program – will
allow for immediate further increase of passenger operation by providing Turn-key project which
consists of a steel structure, or another conventional building system anchored to concrete slab and
foundations and serve as a domestic arrival and check in annex to the phase 1 under construction
building

The project will involve the supply of all check-ins, security, baggage handling and reclaim equipment,
so that the expected increase in passenger volume to NEOM Bay Airport can be handled without having
to build any additional permanent interim infrastructure at the airport.

The temporary terminal(s) will be procured on a design and built model and will be using a proprietary
systems or other solution. This solution will provide all the functions of a regular terminal building
including both the arrival and departure check in areas, the baggage handling system, complete
electronic security systems for passengers and luggage, police and customs baggage claims, and the
check-in counters. Additionally, a screening system, flight information system, air conditioning system,
medical station, all essential sanitary facilities, as well as emergency power, will be included in the
scope of supply.

The phase 2 designed and built by the successful contractor, will be situated next to the existing
passenger gates terminal (Phase 1) in a secure, structure designed to reflect requirements by SBC and
authorities heaving jurisdiction, NEOM, GACA, Civil Defense etc. It will house the central check-in and
departure counter inclusive of all functional requirements for operations and all arrival facilities (e.g.,
Baggage claim belts).

This service solution provides the additional capacity if needed – and the terminal to be removed when
no longer required. This ensures full passenger convenience at any time.

The Scope of Works, BOQ, Drawings and Specifications are based on the user requirements issued
with this RFP.

The expansion works phasing will include:

 Phase 1 under construction Terminal Expansion: (works in progress by another contractor)


New temporary terminal building with 2 new domestic gates, new seating areas, new
connection corridor between the new temporary terminal and the existing terminal,
concessioner, and retail - 22 Dec 2022 (this is mentioned here for coordination purposes)
 Phase 2 expansion: new construction of a conventional terminal building including both the
domestic arrival and check in areas, the baggage handling system, complete electronic security
systems for passengers and luggage, police and customs baggage claims, and the check-in
counters.
o Milestone 1 – Compete Check in and Arrivals Area – 20 July 2023
o Time for Completion of the Works – 22 October 2023

Project Objectives

The objective of the proposed phasing strategy is to build all of the Temporary Domestic Arrival
Terminals in the initial phase of construction and to then phase the fit-out and commissioning of parts
of the structures as per the milestone schedule.

For structural and logistical reasons, the phasing proposed is the erection of the Temporary Terminal
Building structure for Phase 2 and an enclosure for both phase 1 and 2. Once the temporary terminal

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 4 O F 43

.
Building is structurally stable and weathertight, then the fit-out of the terminal building can take place in
stages. The contractor can submit alternate Phasing Plans and schedules, but the baseline Phasing
plan must be submitted as part of the proposal.

Project objectives include:

1. New Interim Terminal Phase 2: The new Interim Terminal extension will be delivered as such
while the operations of Phase 1 are in progress. Envelope enclosure, roof and walls inclusive
of all support MEP services and common area utility systems must be coordinated between
phase 1 and 2

NB: NEOM operations require the use of existing technology and solutions as far as possible. This will
eliminate the requirement for training on any new equipment users are not familiar to.

Project Location

The site is NEOM Bay Airport located W78R+QM, Sharma 49612. The expansion works under progress
while Phase 2 of the temporary terminal is undergoing consist of major earthworks in east and west and
the expansion of the Terminal, Car park and Fire Station.

NEOM Bay Airport – current airside boundary

Mass Grading areas

Mass Grading areas

Terminal Expansion
New Fire Station

Car Park Expansion

Figure 1 – NEOM Bay Airport

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 5 O F 43

.
Existing Condition and related documents

Current Apron Area

Current fire station and ATC


Current Terminal Building

Main Utilities building Current car park

The adjacent map shows the proposed layout for the current terminal facilities, including packages by
others:

- Existing Terminal building


- Current car park – 207 parking bays
- Current airside fire station – including ATC
- Current Apron
o Aircraft parking stands
o Apron lighting
o Hard stand area
- Main Utilities building
o Generator Farm
o Server room
o Security control center

Standards, Specifications and References

All Concepts, Designs, Construction, Administration and Management shall be completed according to
contractual conditions, approved project construction specifications. In general, the following standards
shall be adopted:

1. Saudi Standards, Metrology and Quality Organization


2. Saudi Building Code (SBC)
3. SEC Guidelines
4. SWCC Guidelines
5. MOT standards/ Guidelines
6. Saudi Arabian Standards Organization (SASO)
7. IBC / International Building Code

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 6 O F 43

.
8. ICC/ International Code Council
9. ADA/ Standards for Accessible Design
10. IPC /International Plumbing Code.

NEOM Policies, Procedures & Requirements shall be applied. NEOM Environmental, Safety, Security,
Sustainability and Emissions Regulations/ procedures shall be applied.

The Contractor’s deliverables and services should strictly comply with NEOM procedures including but
not limited to:

NEOM Geotechnical Investigation Procedure (NEOM-NEN-PRC-001)


NEOM Topographic Survey Procedure (NEOM-NEN-PRC-002)
NEOM Design Stages Deliverables (NEOM-NEN-PRC-005)
NEOM Safety in Design Procedure (NEOM-NEN-PRC-006)
Value Engineering Procedure (NEOM-NEN-PRC-007)
NEOM Document Numbering and Revision Procedure (NEOM-NEN-PRC-008)
NEOM BIM & GIS Procedure (NEOM-NEN-PRC-009)
NEOM Drawing and Drafting Procedure (NEOM-NEN-PRC-010)
NEOM Site Specific Seismic Hazard Study Procedure (NEOM-EN-PRC-011) (if needed,
depending on the results of ground investigation)
NEOM Hydrological Study Procedure (NEOM-NEN-PRC-012)
NEOM Traffic Impact Study Procedure (NEOM-NEN-PRC-013)
NEOM Standards and Codes Procedure (NEOM-NEN-PRC-014)
NEOM Asset Naming Conventions Procedure (NEOM-NEN-PRC-020)
NEOM Handing Over Procedure (NEOM-NEN-PRC-022)
NEOM Plan of Work (NEOM-NEN-PRC-029)
NEOM Quality Requirement for Contractors (NEOM-NEN-SHC-002)
NEOM OSH and FS Requirements for Contractors – Schedule H (NEOM-NEN-SCH-001)
NEOM List of Technical Codes and Standards (NEOM-NEN-SCH-005)
NEOM Cost Estimation Procedure (NEOM-NEN-PRC-001)
NEOM Value Engineering Procedure (NEOM-NEN-PRC-007)
NEOM Environmental Procedure and Guidelines
NEOM Environmental & Social Risk Assessment Procedure (NEOM-NEV-PRC-601)
NEOM Construction Environmental & Social Management Plan Template and Guidance
(NEOM-NEV-TGD-602)
NEOM Environmental and Social Code of Practice for Construction (NEOM-NEV-TGD-702)
NEOM ENVID Workbook Template (NEOM-NEV-TEM-004)
NEOM Procedure for Regenerative Development (NEOM-EN-PRC-016)
NEOM-NEV-STD 501 Standard and NEOM-NEV-PRC 501 Procedure
NEOM-NEV full set of documentation and associated forms and tools including PRC 016;
PRC 501; PRC 601; PRC 701 and PRC 801
NEOM Design Management Plan (NEOM-NPR-PLN-001)
NEOM Fire Safety Approvals Procedure (NEOM-NLF-PRC-002)
Other NEOM requirements (Cash flow reporting, progress reporting, planning and
scheduling, Environment and sustainability, etc.)

The Contractor shall review the above listed and consult the Employers library to ensure compliance
with the current revision of each procedure.

In case of conflict between the requirements set out in this Scope of Work, and any of NEOM’s
standards and procedures, the more stringent shall prevail.

In absence of the above, the International Standards and Best practices as accepted by NEOM shall
be followed.

International standards shall be adopted, in case the contract documents and Approved Specifications
do not provide the required information. Some of the major related standards are given below:

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 7 O F 43

.
1. American Concrete Institute (ACI)
2. American Institute of Steel Construction (AISC)
3. American Iron and Steel Institute (AISI)
4. American National Standards Institute (ANSI)
5. American Society of Civil Engineers (ASCE)
6. American Society for Testing and Materials (ASTM)
7. American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE)
8. American Society of Mechanical Engineers (ASME)
9. American Welding Society (AWS)
10. Building Industry Consulting Service International (BICSI)
11. Institute of Electrical and Electronics Engineers (IEEE)
12. International Commission on Illumination (CIE)
13. Institute of Engineers and Technology (IET)
14. Chartered Institution of Building Services Engineers (CIBSE)
15. British Standards Institution (BSI)
16. The International Electro-Technical Commission (IEC)
17. The International Organization for Standardization (ISO)
18. The National Electrical Manufacturers Association (NEMA)
19. International Building Code (IBC)
20. International Mechanical Code (IMC)
21. International Plumbing Code (IPC)
22. NACE International
23. National Fire Protection Association (NFPA)
24. Occupational Safety and Health Administration (OSHA)

Where two or more applicable standards and/or the Specifications are in conflict, the most stringent
standard, specification, or quality requirement shall apply.

The Contractor shall comply with the latest edition of applicable local and international Codes and
Standards.

The Landlord (NEOM/GACA) shall assist the contractor with all necessary Permits, Approvals, No
Objections and Memorandum of Understandings with electricity, water and telecoms services providers
and any other relevant authorities but the responsibility of obtaining the approvals remains with the
contractor.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 8 O F 43

.
Scope Outline / Deliverables

The Contractor’s scope shall include but not limited to engineering, procurement of materials,
installation, execution, completion, testing and commissioning of works related to iTiT2 building works
and external works including roads, infrastructure, utilities and landscaping works of outside the
identified development plots including all temporary and complementary works, maintenance of works
and including the changes or any variations to the scope of works as instructed by the Engineer all in
accordance with the Conditions of Contract, specifications, drawings, BOQ and relevant documents.

The scope of works is described in detail in the following sections of the document.

The additional the contractor’s scope includes:

 The contractor shall carry out detailed design and construction of all temporary and
permanent works described in the scope of works. The works shall be fully in accordance with
the Standards, Procedures and Specifications listed in this document.

- The contractor shall provide all design deliverables including drawings, reports, specifications
and models in accordance with the NEOM Stage Deliverables and Design Review procedures
for review and acceptance by the Employer.

- The Contractor shall provide all relevant as built drawings, as part of the construction works.

- The contractor shall secure all required permits and approvals prior to commencement of work.

- The Contractor shall coordinate & detail the design of all external works including roads, infra
and landscape works, with specific suppliers locally sourced to secure the proper construction.

In case the value of the cost estimate doesn’t match the pre-approved budget, the Contractor shall
undertake a series of Value Engineering workshops till the value of the project reaches NEOM’s
expectations.

New Temporary Terminal Phase 2

This Scope Narrative also serves as part of the supporting documents, together with the drawings,
Specifications and BOQ based on the Concept Design prepared by DAR Al-Handasah Consultants
(Shair and Partners) for this project and concludes the submission for the detailed design by the
contractor of the NEOM Bay Airport Temporary Improvement Plan.

The proposed phasing strategy is to build all of the structures for Phase 2 of construction and to then
phase the fit-out and commissioning of parts of the structure as per the milestone schedule. Once the
temporary terminal Building is structurally stable and weathertight, then the fit-out of the terminal
building can take place in Phases. The contractor can submit alternate Phasing Plans and schedules.

The Contractor shall study and provide detailed design in full accordance with the relevant local
authorities and international standards requirements to be submitted for review and approval for NEOM
Stage 03C/03D, to NEOM Project Technical Services (PTS).

The Contractor shall study and provide design for Architecture and Life Safety Strategy Report, in full
accordance with NEOM-NLF-PRC-002 - Fire Safety Approvals Procedure, relevant local authorities and
international standards requirements, to NEOM LPFS, Stages 03A up to 03C/03D level.

The scope of the building works includes but is not limited to the following:

Architectural Works

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 9 O F 43

.
The Temporary Interim Terminal Phase 2 domestic flights building (TiT2), shall contain the
following:

o Domestic Temporary Terminal Arrivals


 Arrival Entrance Vestibule
 Arrival Hall in connection to Departure Hall
 Arrivals Lounge
 Landside concessions 1# F&B outlet + 1# Retail (shared Dep & Arrival)
 Arrival Gates Vestibule
 Domestic arrivals carousel
 Screening machines 2#
 Inbound Baggage Conveyor (In Departures Hall)
 Arrivals Baggage Screening Machine (In Departures Hall)
 Electrical Room
 Telecom Room
 Mezzanine plant area
 Search Rooms (Male and Female)
 Office
 Public Toilets (M&F)Public PRM Toilets
 Mothers Room
 Staff Toilets
 Telecom Room
 Battery Room
 Customs Operator Room
 Customs Offices 2#
 Whole Body Scanner Room
 Lost and Found Storage
 Lost and Found Counter

o Domestic Temporary Terminal Departures


 Departure Entrance Vestibule
 Departure hall in connection to Arrival Hall
 Ticketing / Self Service Kiosks Supply and install CUSS/CUTE machines
 Baggage check-in Supply and install conveyors and counters
 Baggage drop
 OOG Baggage
 #10 of check in desks
 #2 self-bag drop units
 Self Service Host position
 Main Electrical Room
 Boarding Agents Male Break Room
 Boarding Agents Female Break Room
 Battery Room
 Level 2 Operator Room
 Telecom Room
 Flight operations Offices
 Male Ablutions
 Male Prayer Room
 Reconciliation Room
 Staff Meeting Room
 Break Room

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 10 O F 4 3

.
 Staff Screening Area
 Staff Screening Machine
 Staff Corridor Landside/Airside
 Staff Toilets (M+F)
 Public Toilets (M+F)
 PRM Toilet
 Ticketing Offices/ Koisks 3#
 Ticketing Check-in Office
 Ticketing Agent Office 3#
 Flight Manager Office
 1st Floor Meteorological office 3#
 1st Floor Meteorological Equipment Room
 1st Floor Meteorological Observation Desk
 1st Floor Pantry
 1st Toilets (M&F)
 Janitor Closet
 Male Prayer Room
 Female Prayer Room
 Storage Room
 Mechanical Room Small Mechanical Room Large

o BHS Screening and makeup area (with rapid rise doors)


 Screening Machines and conveyors
 Make up carousel
 Arrivals reclaim carousel

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 11 O F 4 3

.
Mezzanine floor: Offices and Mechanical Room
 Metrological Office
 Metrology Office (2 units)
 Observation Office
 Storeroom
 Equipment room
 Male/Female Staff Toilets
 Male/Female prayer rooms and ablution
 Circulation Areas and Relevant Vertical connections to Ground floor
 Mechanical room

The layouts for the Temporary Interim Terminal are presented in the following:

PHASE 1 by others

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 12 O F 4 3

.
Scope of PHASE 2 (colored area) Preliminary Layout

Phase 2, Ground Floor

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 13 O F 4 3

.
Phase 2, 1st Floor (Mezzanine)

Scope of PHASE 2 (PHASE 1 and 2) Facades New envelope

The building envelope will consist of multimedia screens that will extend around the Phase 2 building
Apron Facing (Eastern) and Landside Road (Western) full height façade to create a seamless
homogeneous whole multimedia wall.

The video wall shall comprise of high-brightness LED video wall display with a fine 1.9mm pixel pitch
designed for an environment with high ambient light. The wall shall offer easy front or rear service
access to electronics for deployment versatility and magnetically-attachable cabinets with a quick-lock
system to support fast, single-person handling.

Only systems with a proven above industry average mean time before failure will be considered

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 14 O F 4 3

.
The facades are presented in the following figures:

The sections are presented in the following figures:

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 15 O F 4 3

.
Contractor Works:

 Perform all earthworks required to ensure correct ground levels and ground compaction to the
designed values are achieved.
 Construction of foundations, steelwork superstructure, ground floor and intermediate floor
slabs.
 Installation of Internal & External partition walls & doors.
 Furnishing spaces with all the required furniture to ensure proper function of rooms.
 Interior finishes, flooring, wall cladding, and ceilings as required.
 Toilets, pantries, prayer halls and other related services.
 Exterior skin includes installation of multimedia screens around the periphery of the building for
Phase 1 as well.
 Implementation of proper Expansion Joint details where applicable (Floors, Walls &Ceiling)
 Roof Waterproofing

Interior Design

The Interior scope consists of the following:

 Interior intervention due to the architectural functional layout (listed in the AR section)
 Study the Interface with the different architectural interior components of the building.
 New furniture configuration layout & FF&E selection.
 New wall cladding, Flooring & Ceiling finishes, also fixed decoration items will be addressed
where applicable.

The Works under this section shall include but are not limited to, the following:

 Wood, glass and Plastics Works, that include Finish Carpentry, Rough Carpentry, Interior
Architectural Woodwork and Joinery…
 Work of this Section, as specified, shall be provided by the Interior Contractor and shall be in
accordance with the requirements of the Contract Documents.
 Work includes coordination, fabrication, delivery and installation of all furniture items as
indicated on the drawings and as specified herein. Interior Contractor shall provide all fabrics,
furniture framework, labor and materials unless indicated otherwise.
 Work shall include but are not limited to providing:
 Furniture mounted sockets as shown on design drawings and in compliance with
related Electrical Specifications,
 Proper routing and fixation of internal wiring connections between furniture mounted
sockets and between furniture mounted lighting fixtures and its driver(s),
 All related works that shall be required for the needed functionality in accordance with
the contract documents.
 Work shall include coordination with the electrical contractor:
 For the required civil works between the lighting fixture driver mounted within the
respective furniture and the remote RGB controllers located inside the existing
electrical rooms as shown on design drawings (and as needed to ensure complete
proper installation)
 For the power supply connection points for the furniture mounted sockets and
lighting.

SUBMITTALS

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 16 O F 4 3

.
 Shop drawings showing design, dimensions and indicating fabrication methods. Include
plans, elevations, sections, details, material thicknesses, finishes, direction of wood grain for
wood items, reinforcements, and attachments. Indicate compliance with specification
requirements.
 Two samples of each finish and fabric will be exposed on the completed and installed item.
Manufacturer's fabric color charts consisting of actual units or sections of units showing the
full range of colors, textures, and patterns available for each type of unit indicated. Samples of
finishes shall be applied on the appropriate wood or base material as will occur on the final
item. For each type of exposed finish required, prepare on samples of size approved by
Engineer and of same thickness and material indicated for final unit of Work. Where finishes
involve normal color and texture variations, include sample sets showing the full range of
variations expected.
 One sample of each purpose-made (custom) item. Following approval of Shop Drawings and
Samples and obtain approval of Engineer before proceeding with manufacture of remaining
quantity.
 Where "or equal" is specified, submit sample of item with proposal for consultants' approval.
 Where any special construction or upholstery methods are specified submit one sample of
each for approval.
 Product Certificates signed by manufacturers of furniture certifying that their products comply
with specified requirements.
 Maintenance data for materials and finishes.

QUALITY ASSURANCE

 All work shall be done by experienced skilled workmen to the highest standard of
craftsmanship. All materials used shall be new and of the finest quality.
 All work and materials shall conform to the drawings and specifications; any changes or
deviations in materials or methods must be approved by the consultant.
 All items shall be of contract quality appropriate to the indicated use.
 All items fabricated, delivered and installed on the project shall match approved samples
applicable to that item.
 All furniture shall meet the requirements of local and state codes where applicable. Comply
with all laws, ordinances, rules and regulations and orders of any public authority having
jurisdiction over this part of the Work.
 Fire-Test-Response Characteristics for Seating: Provide seating materials identical to those
that pass NFPA 260 when tested by UL or another testing and inspecting agency acceptable
to Authorities Having Jurisdiction. Identify furniture with appropriate markings from an
applicable testing and inspecting agency.
 The Contractor shall examine all conditions pertaining to the installation of Furniture and shall
provide all coordination as required to achieve the proper and timely completion of the
installation.
 The Contractor will not change brands of materials during the course of the Work, unless
approved by consultant.
 It is the responsibility of the Contractor to verify that manufacturers of all Furniture items
provide appropriate glides on all items specified or supplied.
 It is the Contractor’s responsibility to verify all required yardage or meterage based on
Furniture configuration, fabric widths, and lap and/or pattern match requirements.
 All fabric covers shall be easily removable for cleaning. Submit complete description
(including drawings as required) of method of attaching and detaching for approval.
 Contractor shall be required to submit certification from the manufacturers stated herein that
the fabrics provided are preshrunk and have a zero percent shrinkage.
 All upholstery fabrics shall be treated with an approved stain/soil Resistant Finish. Such
treatment shall be in accordance with all applicable code restrictions and requirements and
shall be in accordance with manufacturers' recommendations. Approved stain/soil Resistant
Finishes are: Fiber-Seal by Fiber-Seal International, Scotchgard by 3M and Teflon by DuPont
or approved equivalent.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 17 O F 4 3

.
 All exposed wood finishes shall meet or exceed the quality standards and material standards.
All exposed woods shall be of the species indicated on drawings and specifications.

INSTALLATION

 Delivery, installation and setting-in-place shall be by a pre-arranged schedule; this schedule


shall not conflict with other trades or create circumstances for merchandise to be damaged.
Equipment and Furniture shall be installed only when areas involved are ready to receive
them.
 All items shall be labeled, tagged, or otherwise identified on both the item and any
nontransparent protective covering with their respective locations, consultants item number as
per specification and/or room numbers.
 Unless each item is tagged it will not be accepted at warehouse or job site.
 Protect installed Furniture from damage by work of other trades until Owner's acceptance of
the work. Contractor shall be fully aware and ensure implementation of procedures and
precautions for protection of materials and installed Furniture from damage and of any
required temperature/humidity conditions which must be maintained during the remainder of
the construction period in areas of Furniture installation.
 Remove items damaged by failure to provide protection and/or protection information required
above and replace without extra cost to the Employer

Signage & Wayfinding for phase 2

The contractor shall finalize the design, prepare and install all signs in line with the following:
MOCK-UP SIGN NOTES
 Mock-ups of all main sign types are to be submitted by CONTRACTOR for review and
approval by the Engineer’s Representative. The mock-up signs should cover the entire sign
types.
 Signs must be structurally Engineered, and shop drawings must be submitted by
CONTRACTOR to Engineer’s Representative review and approval prior fabrication of mock-
ups.
 The CONTRACTOR shall refer Final approved mock-ups prior submission of final shop
drawings for review and approval by the Engineer’s Representative.

GENERAL NOTES
 CONTRACTOR to structurally engineer, supply and install all signs mentioned in the documents
 CONTRACTOR to refer message schedule for specific message and symbols for each sign
along with approved list of terms.
 Sign Location Plan (SLP) should be submitted by the CONTRACTOR to Engineer’s
Representative for review and approval. The appointed contractor should develop these SLPs
on Interior / Architecture dwg that include all recorded modifications.
 All sign construction details should be presented by the CONTRACTOR to the Engineer’s
Representative for approval prior any production and installation.
 Artworks of signs faces including text messages and pictograms should be presented by the
CONTRACTOR to Engineer’s Representative for approval prior any sign production, message
printing and sign installation.
 CONTRACTOR to develop solution of sign fixation that should not be visible (to be hidden). A
calculation sheet and copy of technical datasheet of all components should be presented by
the contractor to the Engineer’s Representative for approval.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 18 O F 4 3

.
Civil and Structural Works

Civil and structural works shall include design, construction, supply and erection of all civil, structural,
building services, landscape, and architectural works described within the scope of work, drawings and
specifications.

Earthworks:

As part of the Phase 1 works (Dubox building), the site was generally graded to +7.60m level with
certain areas graded to circa +9.40m level. It is intended that the Phase 2 site will be graded to +9.40m
level. Contractor must verify the level and undertake any additional earthworks required..

Before commencement the contractor shall inspect the site and ensure the site conditions are suitable
for the contract works.

Earthworks commensurate with the scope of construction works are required as per described herein:

 Preparation of graded areas for the contractor’s logistics area, temporary offices, security
facilities, plant laydown areas, temporary working areas, stores, hardstands etc.
 Excavation works; including all necessary excavation for structures in the project,
trenches and pits for buried mechanical and electrical utilities and appurtenances in
addition to all necessary excavations works for foundations and subsurface or buried
structures.
 Supporting the side of excavations where necessary by temporary excavation support or
shoring systems, including designing, suppling, installing and maintaining a excavation
support system and there after dismantling and removing such support systems when no
longer required.
 Perform foundation subgrade treatment where required and which includes flooding,
inspection and treatment of the founding subgrades as specified and as per design
requirements, replacement of unsuitable material when encountered at or near the
foundation level, and bearing capacity evaluation by plate load testing.
 Perform anti-termite treatment for all foundations and structural slabs and structural
elements.
 Temporary surface drainage and/or dewatering/groundwater control measures to be
applied when necessary to provide dry working conditions. Control measures shall be
designed, provided, installed, and maintained in a manner accepted to the Engineer and
as per project specifications requirements to allow construction works to proceed in dry
conditions.
 Undertaking the necessary measures to protect existing foundations, utilities, or surfaces.
 Any temporary diversion of mains and services, which will only be permitted after
agreement with the appropriate Service Authority and the Engineer.
 Backfilling to structures using selected engineered backfill in accordance with the
specifications.
 Proof rolling and compaction of the backfilled/finished profiled areas.
 Compacted subgrade preparation for ground bearing slabs, pavements and hardscaped
areas.
 Stockpile excess (non-processed) arising soils and rock at locations approved by the
Engineer.
 Disposal of unsuitable material at locations approved by the Engineer.
 Provide finished ground level survey to confirm that the completed works complies with
the designated Finished Ground Levels.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 19 O F 4 3

.
Building Structure

The Phase 2 TiT comprises a steelwork superstructure supported by reinforced concrete shallow
foundations inclusive of single and combined footings.

The building includes two floors i.e. the ground floor and a mezzanine floor (1st floor).

The building roof enclosure consists of insulated profiled metal cladding supported by trusses and
beams spanning in north-south direction of the building. The lateral stability is achieved by means of
vertical braced bays and moment frames in orthogonal directions. Horizontal braced bays shall provide
in-plane rigidity to the roof.

The vertical stability is provided by steelwork columns supported on reinforced concrete pad
foundations. Ground beams are provided between the foundations for tying action.

All structures and components shall be designed fully in accordance with the Saudi Building Code,
relevant international standards, Neom procedures and project specifications. The structures shall be
designed for all applicable temporary and permanent stage loading inclusive of construction loads,
dead, wind, seismic, live loads etc. The roof shall be accessible for maintenance and designed for
appropriate loading. The areas of mezzanine floor carry mechanical plants, the floor shall be designed
for the plant loading with durable finish. The contractor shall provide Basis of Design, Design
Calculations, BIM models, Analysis model for review and approval by the PMC and Neom Project
Technical Services (PTS) in full accordance with the Neom Stage Deliverables and Design Review
procedures.

The foundation strata consists of up to six meters deep compacted engineered backfill material on the
natural granular soil The backfill was placed during construction of Phase 1 works. The expected safe
bearing capacity at the formation level is 150-200kPa. Additional Geotechnical Investigation (bore
holes) is underway and will be supplied to the contractor in due course. Contractor shall verify that
sufficient information is available to carry out the design of structures and carry out additional
Geotechnical Investigations if deemed necessary for their design.

The foundation works for Phase 2 should consider the interface with adjacent Phase 1 Dubox building
foundations and shall be designed so as to not impact the existing structures, foundations, utilities
and services.

The Ground floor slabs will be bearing on the compacted soil strata underneath. The ground bearing
slabs shall be designed to incorporate joints and reinforcement to avoid early thermal and long-term
shrinkage cracking.

Adequate waterproofing protection shall be provided to the reinforced concrete foundations and
structural elements in contact with soil.

The scope of structural steelwork includes supply, fabrication, painting, transportation, storing and
erection of structural steelwork components. The structural steelwork fire protection to provide 60
minutes of fire resistance.

Secondary steelwork framing shall be designed, fabricated and installed by the contractor to support
to MEP equipment and mainly the HVAC ducting.

The intermediate floor slabs shall be a composite concrete slab reinforced with profiled metal decking.
The floor beams shall be designed as composite beams with shear studs. Precast concrete slabs may
also be utilized based on contractor’s design.

All structural and non-structural secondary steelwork shall be corrosion protected, the roof and main
frame members providing structural stability shall be fire protected to avoid collapse during a fire
event.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 20 O F 4 3

.
All steelwork connections shall be fully designed and detailed by the contractor. All major connections
shall be bolted connections avoiding the need for site welding.

Steelwork and connections shop drawings shall be provided for review and approval by the PMC and
appointed Engineer prior to fabrication/erection works.

The building external cladding consist of multimedia screens, secondary steelwork shall be designed
and detailed by the contractor to support the external cladding elements.

The building roof shall be provided with fall prevention and arrest systems to be fully designed and
installed by the contractor in accordance with the applicable codes and standards.

The building shall be designed with expansion joints in accordance with the design standards.

Phase 2 External Works

The scope of external works includes but not limited to the following:

 Provision of a new Topographic Survey to determine all existing site levels and site utilities
and features.

 Demolition of parts of Asphalt paving and interlocking block paving around the Phase 1
Dubox building to allow construction of the Phase 2 works.

 Demolition, alteration and installation of a new Airside/Landside high security chain-link fence
in order to secure the Airside during and after the construction of Phase 2 TiT.

 Earthworks and grading works for the Phase 2 Terminal Building, Utility Buildings, and
respective road networks and sidewalks and any other necessary area.

 Pavement works for the road network around the Phase 2 Terminal building and utility
buildings including all necessary testing and quality insurance. The Contractor shall ensure
proper tie in with all existing road levels and implementation of proper pavement details at the
interfaces between different pavement sections.

 Hardscape works including the construction of sidewalks (interlocking pavers), curbs,


pedestrian and vehicular ramps around the Phase 2 Terminal building and utility buildings.
Finishes to match the Phase 1 works.

 Provision and installation of benches and litter bins to be placed by the existing retaining wall
similar to the site furniture specified in phase 1 – external works.

 Road Signage and Marking works.

 Outdoor lighting works across all areas in the Contractor SOW including civil works and
supply and construction of all the necessary equipment and accessories.

 Civil works for the utilities and building services inclusive of Sewage, Potable water, Fire-
fighting water, Electrical and Telecom cabling and Storm water drainage.

 Supply and installation of all wet and dry utilities as described in the following sections
including all necessary works and accessories (ducts, cables, pipes etc.)

 Construction of new Firefighting Water Tanks, Potable Water Tanks, Sewage Holding tanks,
and all necessary works and accessories as described in the following sections.

 Any utility diversion as deemed necessary by site conditions.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 21 O F 4 3

.
 Provision and installation of stormwater network. Contractor to ensure that stormwater is
directed away from all buildings and outdoor equipment.

 The ELV works scope shall include the supply, installation, testing, start-up, commissioning
and all engineering works of the following in accordance with the applicable codes, provided
specifications and drawings:
o Relocation of the existing ELV duct bank.
o Relocation of the existing running cables including all cabling splicing, tagging,
earthing and testing and commissioning.
 The security works shall include:
o The dismantling/relocations of any field device in the front of the new terminal
including handing over of all dismantled material to stakeholder’s stores.
o Change of level of any field device to accommodate the new terrain level.
 The Contractor shall procure, supply, install, test and commission the ELV/security systems
as defined in this scope for this package. All materials and equipment procured by the
Contractor shall be in full accordance with the Project’s documents and the relevant local
authorities standards.

Building Interfaces with Existing Phase 1 Dubox:

The construction activities including excavation, backfilling and construction of foundations should be
designed and executed to as not to undermine the existing foundations, utilities and services
associated with the Phase 1 Dubox building. The contractor shall obtain from the Employer and study
all relevant drawings for the Phase 1 Dubox building and external works to support their design and
construction activities for the Phase 2 TiT building. The Phase 2 foundations adjacent to the Dubox
shall be designed to be isolated from the Dubox foundations and sufficiently large so as not to exceed
the bearing capacity of the soil strata under the combined loading from the Phase 2 and Dubox
buildings. The foundations also shall be seated sufficiently deep to avoid surcharge loading on the
Dubox foundation walls.

Existing building wall of Phaser 1 may be considered as the boundary demarcation line between
Phase 1 and Phase 2. A new drywall sheathing construction adjacent to the existing wall on Phase 2
side on both floors will provide internal enclosure. Contractor shall ensure all code/functional
adjacency requirements between phases are captured inclusive of fire rating, acoustical, water
proofing interfacing etc. No works to be done on Phase 1 side other than the external detail
interfacing.

The ground bearing slabs shall incorporate a sealed isolation joint at the perimeter interface with the
Dubox building walls/foundations. Similarly, sealed movement joints shall be provided at the interface
of Phase 2 façade with the Dubox building.
The steelwork columns of Phase 2 building adjacent to the north wall of Dubox shall be offset back to
allow sufficient space for the column foundations. The intermediate floor slabs and roof shall be
designed to cantilever over the offset distance.

A sealed watertight movement joint shall be provided at the interface between the Phase 2 and Dubox
roofs/parapet wall.

The Dubox roof drainage downpipes affected by Phase 2 works shall be amended and incorporated
in the Phase 2 roof drainage scheme.

The sliding doors at the Dubox entrance are to be removed

The external hardscaping and Airside/Landside high security chain-link fence are to be demolished
and altered as described in the previous section in order to facilitate the Phase 2 works.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 22 O F 4 3

.
Airport System Requirements Phase 2

Baggage Handling System:

The building extension will incorporate both the Arrivals and Departures BHS system. The following
considerations are to be taken for design.

 The system shall be capable of processing 1000 bags per hour for both departure and arrival
systems.
 The System shall be capable of processing 50% throughput during major equipment failure
(e.g., X-ray machine)
 The system shall be integrated with the fire alarm system, all fire/security doors shall close in
the event of a fire. The baggage system shall stop in the event of a fire alarm activation in the
relevant zone. During activation and stoppage any baggage in the tracking zone shall
maintain its status.
 The Baggage system shall include 4 levels of screening.
o Level 1 = machine decision
o Level 2 = Operator review/decision
o Level 3 = Additional Operator review/decision
o Level 4 = reconciliation and Manual search
 Supplier shall provide Check in desk furniture in accordance with industry standards and
customer requirements
 Baggage delivery to make up carousels shall be controlled to prevent baggage crashing
 Baggage delivered to reclaim carousel shall be controlled to prevent baggage crashing
 Baggage delivered to an inclined carousel shall be able to double stack bags
 The baggage system shall include a fully flexible e-stop system.
 All e-stops should require 2 step reset process
 The system should include defined positions where baggage can be purged in the event of a
major failure.
 Loading and unloading conveyors shall be started/stopped locally

Departures system

 10 Check in counters (3 stage weight, label, and dispatch) complete with individual control
stations and weight scales that can be integrated with the local DCS
 2 self-service bag drop units
 2 CT HBS machines (flexibility to access both machines or one machine in contingency)
 1 OOG Check in desk Complete with Weight scale and control panel
 1 X OOG HBS machine
 Check in collector with contingency (bidirectional)
 Decision point to serve a single reject bag station
 Reject bag station shall include baggage image recall facility
 Control station to remove and advance baggage
 One make up carousel space for 2 x (baggage tractor and 4 ULD’s or trollies)

Domestic arrivals system

 1 X 45 meter (minimum) domestic arrival carousel (inclined or flat)


 1 X dual view Customs screening machine with referral tagging station
 15 Meter (min) of unloading space (space for one tractor and 4 ULD’s or trollies)
 Shape and locations of carousel to maximize passenger collections positions

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 23 O F 4 3

.
International arrivals system (Future Supply and Store Only)

 1 X 45 meter (minimum) international arrival carousel (inclined or flat)


 1 X dual view Customs screening machine with referral tagging station
 15 Meter (min) of unloading space (space for one tractor and 4 ULD’s or trollies)
 Shape and locations of carousel to maximize passenger collection positions

Building Communications Network:

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the data communication network. This work
shall include but not limited to:

 All design services, drawings and specifications, equipment, software, materials,


labor and services, not specifically mentioned or shown, which may be necessary to complete
the design and installation of the system.
 Coordination with the Client/Employer in order to provide a fully compatible system
with the existing core network in the existing utility building server room. Any additional
software, license, hardware, etc… required as part of the headend solution to provide a fully
functional data communication network system, shall be part or the Contractor’s scope. It is
within the Contractor’s scope of work to provide all expansion requirements on the existing
headend components to support the new project devices.
 Provision of dedicated telecom rooms to support phase 2.
 Installation of LAN Equipment in nearest IDF room within the phase 2 for the
connectivity of required services not limited to (Flight Information Displays, Boarding
Equipment connectivity, Wi-Fi, Telephones, CCTV, CUPS, BIDS, IPTV, SACS, PA speakers).
 Provide the LAN equipment installed in IDF Room main and redundant fiber
connectivity to the server Room in the existing utility building.
 Provide Cell phone coverage, including 5G / access required / provision / facilitation
required in the new facility – provision of services only
 New Local IT equipment rooms including the IT cabinets shall be provided as
required to support the network throughout the building as and when the individual phases
are developed.
 Provide any additional requirements (software, hardware, licenses, etc.) on the
existing headend equipment in the existing Utility building to support the phase 2 expansion.
 The IT network shall house all the main building systems including BMS, CCTV,
Access Control, windows-based systems, Mobile Telecom repeaters, main terminal WIFI
networks private and public.
 All necessary additional containment shall be provided

Data outlets shall be provided to support the connectivity of the following equipment and
locations: -

 CCTV cameras connectivity and associated equipment racks


 Door holders (Fire Rated)
 Access control system stays and keypads (Fire Rated)
 Public Address and Voice Alarm (Fire Rated)
 FIDS Screens at each check-in position, Self-baggage drop, Priority check-in, arrival
area, open hall and departure Area.
 BIDs Screens at each Passenger baggage Area and operator Area.
 One general purpose RJ 45 outlet shall be provided for every 100m square meters of
floor areas for location by the client
 Quad RJ45 Data outlets at each check-in desk position.
 Quad RJ45 Data outlets at each customer service desk position.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 24 O F 4 3

.
 Twin RJ45 outlet and each self-service check-in position
 IP telephones connectivity to be provided at each check-in desk, baggage operator
Area and baggage screen offices.
 Wall mounted telephone outlets to be provided in technical rooms (Telecom,
Electrical, etc.).
 CUPs workstations connectivity to be provided at each check-in desk, baggage
operator Area.
 WIFI Access Points connectivity and coverage to be provided in all the Areas. Twin
RJ45 data outlets at each screening machine and Twin RJ45 data outlets for each
operator workstation.
 One RJ45 data outlet for each Explosive Trace Detection (ETD) device.
 One RJ45 data outlet for each IPTV screen.
 All data outlets, connectivity and systems as required to support the Multimedia
Façade.
 One RJ45 floor mounted data outlet for each E Gate position

Wi-Fi Connectivity:

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the wireless network solution. This work
shall include but not limited to:

 All design services, drawings and specifications, equipment, software, materials,


labor and services, not specifically mentioned or shown, which may be necessary to
complete the design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system
with the existing headend equipment in the existing utility building server room. Any
additional software, license, hardware, etc… required as part of the headend solution
to provide a fully functional system, shall be part or the Contractor’s scope. It is within
the Contractor’s scope of work to provide all expansion requirements on the existing
headend components to support the new project devices.
 Provide the latest technology support WIFI-6/6E software and hardware access
Points compatible to the existing CORE installed equipment in existing server Rooms
terminal and if required to upgrade the existing Core infrastructure.
 Provide any additional requirements (software, hardware, licenses, etc.) on the
existing headend equipment in the existing Utility building to support the phase 2
expansion.
 The wireless access points shall be distributed to provide full wireless coverage
inside phase 2.
 WIFI Coverage to be provided to cover the complete Area inside and outside up to
50-meters from the terminal.
 Wireless coverage heat maps and site survey and final wireless access points
quantity and location based on the simulation and site survey outcomes.
 Provide the signal strength minimum to -67 dBm for better coverage and design the
heatmap study with 0dbi antenna value.

IP Telephone:

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the IP telephony solution. This work shall
include but not limited to:

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 25 O F 4 3

.
 All design services, drawings and specifications, equipment, software, materials,
labor and services, not specifically mentioned or shown, which may be necessary to
complete the design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system
with the existing headend equipment in the existing utility building server room. Any
additional software, license, hardware, etc… required as part of the headend solution
to provide a fully functional system, shall be part or the Contractor’s scope. It is within
the Contractor’s scope of work to provide all expansion requirements on the existing
headend components to support the new project devices.
 IP telephones to be provided at each check-in desk, baggage operator Area and
baggage screen offices and any additional area as required.
 All required features are to be enabled based on the existing Core equipment.
 Provide any additional requirements (software, hardware, licenses, etc.) on the
existing headend equipment in the existing Utility building to support the phase 2
expansion.
 All relevant IP telephony licenses shall be part of the scope.
 Telephone handsets shall be fully compatible with the existing head-end system
functionality.

Public Address Voice Alarm:

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the Public Address Voice Alarm system.
This work shall include but not limited to:

 All design services, drawings and specifications, equipment, software,


materials, labor and services, not specifically mentioned or shown, which may be
necessary to complete the design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible
system with the existing headend equipment in the existing utility building server
room. Any additional software, license, hardware, etc… required as part of the
headend solution to provide a fully functional system, shall be part or the
Contractor’s scope. It is within the Contractor’s scope of work to provide all
expansion requirements on the existing headend components to support the new
project devices.
 Expand the existing Public Address Voice Alarm to support the phase 2
building evacuation including phased or split building evacuation
 All wiring and speakers to be fire rated
 PAVA to incorporate prerecorded messages for Evacuation and passenger
information messages
 Microphone to be provided on out of gauge check-in position and customer
services desk
 PA system to be interfaced with airport telephone system to allow duty
managers to make PA announcements via telephone system
 Secondary microphone desk to be installed at the emergency services
muster point
 Provide any additional requirements (software, hardware, licenses, etc.) on
the existing headend equipment in the existing Utility building to support the
phase 2 expansion.

Access control system:

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 26 O F 4 3

.
The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the access control system. This work shall
include but not limited to:

 All design services, drawings and specifications, equipment, software,


materials, labor and services, not specifically mentioned or shown, which may be
necessary to complete the design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible
system with the existing headend equipment in the existing utility building server
room. Any additional software, license, hardware, etc… required as part of the
headend solution to provide a fully functional system, shall be part or the
Contractor’s scope. It is within the Contractor’s scope of work to provide all
expansion requirements on the existing headend components to support the new
project devices.
 Access control points shall be provided to: -

 All airside land side split doors


 All staff routes
 Staff areas
 Airside baggage return gates
 All private offices
 Technical rooms

 Each Access control point shall include a proximity card reader and
keypad and biometric control
 The system shall be capable of being easily interfaced with existing airport
Access control system
 The access control system shall be carried over the building’s hard-wired IT
network
 The access control system shall incorporate intruder detection alarms with all
access control door controllers so if a door is being forced or tampered with an
alarm is raised at the central control position and the local CCTV camera is
activated
 The Access control equipment shall use internet protocol equipment
 The access control system shall be designed to interface with all other
building systems using internet protocols to achieve integrated functionality
 Connect back to Police/RSAF control room in common utility area
 Provide any additional requirements (software, hardware, licenses, etc.) on
the existing headend equipment in the existing Utility building to support the
phase 2 expansion.
 All egress doors controllers shall be interfaced with the fire alarm system
 All doors on the new staff corridor between phase 1 and phase 2 buildings
(Note anti-pass back facilities are required on the staff corridor

Video Surveillance System System:

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the video surveillance system. This work
shall include but not limited to:

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 27 O F 4 3

.
 All design services, drawings and specifications, equipment, software,
materials, labor and services, not specifically mentioned or shown, which may
be necessary to complete the design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible
system with the existing headend equipment and storage in the existing utility
building server room. Any additional software, license, hardware, etc…
required as part of the headend solution to provide a fully functional system,
shall be part or the Contractor’s scope. It is within the Contractor’s scope of
work to provide all expansion requirements on the existing headend
components to support the new project devices.
 Provide Smart CCTV (AI capabilities, cameras as per security requirement
(incl visual fire / smoke recognition)
 The CCTV system shall provide prosecution quality images from all cameras
 All images shall be watermarked
 A system of pan tilt zoom color cameras shall be provided such that an
individual can be tracked and recorded from approaching the building from the
outside all the way through the building and on to the ramp
 All general cameras shall be capable of providing images suitable for the
identification of the known person
 All cameras on the airside split and each gate desk shall be capable of
providing images suitable for the identification of the unknown person
 Real time image storage shall be provided for all airsides split and each gate
desk for a minimum of 30 days, all other images shall be stared at 50% real
time for a minimum of 30 days
 The CCTV system shall use internet protocol equipment to allow it to be
interfaced with other systems for example when all access-controlled doors
are open the local CCTV camera shall record the activity. Similarly, where an
Access control point is forced then the CCTV system shall also record the
activity
 The CCTV system shall have the facility to incorporate video content analysis
 The CCTV shall be capable of measuring terminal foot fall
 The system shall be capable of being easily interfaced with the existing airport
CCTV system
 Connect back to Police/RSAF control room in common utility area
 Provide any additional requirements (software, hardware, licenses, etc.) on
the existing headend equipment in the existing Utility building to support the
phase 2 expansion.
 Additional cameras shall be provided at
 Each gate bridge,
 Each entrance and exit door
 Each search comb position
 Each security positions
 Airside land side cross over
 Baggage handling conveyors
 Baggage handling control room
 Reconciliation room
 Baggage handling hall
 Baggage handling screening equipment
 Critical plant rooms
 Emergency services muster point
 Staff anti pass back doors
 Baggage trollers return doors
 All security X ray positions
 IPTV Positions
 Passengers’ check-in and arrival Areas.
 Check-in counters

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 28 O F 4 3

.
 Technical rooms
 E Gates in Divesting Area
 Internal and external staff corridor
 Staff Screening room

IPTV

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the IPTV solution. This work shall include
but not limited to:

 All design services, drawings and specifications, equipment, software, materials, labor and
services, not specifically mentioned or shown, which may be necessary to complete the
design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system with the
existing headend equipment in the existing utility building server room. Any additional
software, license, hardware, etc… required as part of the headend solution to provide a fully
functional system, shall be part or the Contractor’s scope. It is within the Contractor’s scope of
work to provide all expansion requirements on the existing headend components to support
the new project devices.
 IPTV Provision shall include
 Provide 55” screens in locations to be agreed and coordinated with the
client/employer
 Provide any additional requirements (software, hardware, licenses, etc.) on the
existing headend equipment in the existing Utility building to support the phase 2
expansion.

Electronic Video Information Display System

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the EVIDS. This work shall include but not
limited to:

 All design services, drawings and specifications, equipment, software, materials, labor and
services, not specifically mentioned or shown, which may be necessary to complete the
design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system with the
existing headend equipment in the existing utility building server room. Any additional
software, license, hardware, etc. required as part of the headend solution to provide a fully
functional system, shall be part or the Contractor’s scope. It is within the Contractor’s scope of
work to provide all expansion requirements on the existing headend components to support
the new project devices.
 Additional screens with controllers will be required at the following locations: -

 Each Check-in desk 42”


 Arrival Area 55”
 Customer service desk 48”
 Industrial standard with the baggage handling area 48”
 BHS Operator Area
 Security Operator room

 Screen size to be coordinated and confirmed by the client/employer.


 All screens shall be complete with al fixings poles and brackets as required

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 29 O F 4 3

.
 Provide any additional requirements (software, hardware, licenses, etc.) on the existing
headend equipment in the existing Utility building to support the phase 2 expansion.
 The FIDS’ software and templates shall be compatible with the existing head-end solution.

CUPPs/BRS system,

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the CUPPS and BRS systems. This work
shall include but not limited to:
 All design services, drawings and specifications, equipment, software, materials, labor and
services, not specifically mentioned or shown, which may be necessary to complete the
design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system with the
existing headend equipment in the existing utility building server room. Any additional
software, license, hardware, etc… required as part of the headend solution to provide a fully
functional system, shall be part or the Contractor’s scope. It is within the Contractor’s scope of
work to provide all expansion requirements on the existing headend components to support
the new project devices.
 CUPPS system and all related equipment shall be installed at check-in counters.
 BRS workstations and BRS handheld devices shall be considered and provided.
 Provide any additional requirements (software, hardware, licenses, etc.) on the existing
headend equipment in the existing Utility building to support the phase 2 expansion.

Security Screening System

The contractor shall provide, the final design and construction documents and all equipment,
software, material, labor and services required and install the security screening system. This work
shall include but not limited to:

 All design services, drawings and specifications, equipment, software, materials, labor and
services, not specifically mentioned or shown, which may be necessary to complete the
design and installation of the system.
 Coordination with the client/employer in order to provide a fully compatible system with the
existing headend equipment in the existing utility building server room. Any additional
software, license, hardware, etc… required as part of the headend solution to provide a fully
functional system, shall be part or the Contractor’s scope. It is within the Contractor’s scope of
work to provide all expansion requirements on the existing headend components to support
the new project devices.
 Provide any additional requirements (software, hardware, licenses, etc.) on the existing
headend equipment in the existing Utility building to support the phase 2 expansion.
 The security screening system shall utilize the structured cabling network (SCN) and data
communication network installations.
 Space allocation requirements for security screening equipment and configurations shall be
reviewed and approved by the relevant authority.
 The security screening system in phase 2 shall include:
 BHS hold baggage screening
 OOG screening machine at check-in area
 Screening machine for staff and employees.
 Equipment for Customs security check-point screening
 Explosive Trace Detection (ETD) equipment.
 Workstations, furniture, and accessories related to the security screening system shall be part
of the scope.

MEP Services Temporary Phase 2 Extended Terminal

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 30 O F 4 3

.
General

Equipment, Installation and Systems Life Expectancy whilst the building in designed to have 10-year
life span all equipment, installations and systems shall be considered as permanent, no temporary or
short life equipment, installations and systems shall be provided.

All services and Utilities provision shall be to local or best international codes as applicable. The
Utilities and MEP works must provide a fully functioning and code complaint installation to ensure the
building meets its full operational requirement. The installation shall include but not be limited to the
following utilities, systems, and items:

Multimedia Façade

The building envelope will consist of multimedia screens (Video Wall) that will extend around the
Phase 2 building including the new Divesting and E Gate areas to the front of the phase 1 building to
create a homogeneous whole to the front façade facing the sidewalk and Airside area including the
baggage handling area This shall be provided by a specialist as part of these work.

Multimedia Façade provision shall include: -

 Provide screens to completely cover front façade of the pjase1 and phase 2 buildings
 Provide any additional requirements (software, hardware, licenses, etc.) on the existing
headend equipment in the existing Utility building to support the phase 2 expansion.
 All screens shall be complete with all fixings poles and brackets as required
 All head units, interconnecting wiring, and specialist power supplies.
 Provide any additional requirements (software, hardware, licenses, etc.)

Building Utilities

Power

A core power installation is already installed within the building in phase 1. This will be extended and
expanded as required.

 Electrical Power Generator, upgrade and reinforce existing generator power


supply network as needed to cater for Phase 2 loads
 The combined phase 1 and phase 2 buildings shall be served via single
generation plant sited adjacent the existing airport substation where the current
phase 1 generators are sited.
 The Phase 1 building is currently fed via 2 no.1000kVA generators operated
on a run and standby basis.
 If, of adequate capacity the existing hire sets may be reused, however the
existing phase 1 MDB shall be removed and a new combined phase 1 and phase
2 MDB shall be provided. The new MDB shall be Form 4b and shall incorporate a
new synchronizing transfer switch.
 In addition, Contractor to allow for upgrading of existing generators from
2x1000KVA to 2x1500KVA generators as optional item.
 The new MDB shall be of modular construction to facility future extension for
phase 3 loads
 Fuel tanks to be upgraded to support 7 days continual running fuel storage
based on the generator operating at its fully rated load
 Generators to be provided with a Bypass facility and secondary additional
temporary generator connection point to allow building to operate during routine
maintenance for maintenance purposes
 Energy consumption meter BMS compatible

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 31 O F 4 3

.
 Divert/relocate existing infrastructure as required

Generator Area

Communications:

 Fully N+1 redundant HVAC system for Communications room


 Internal dedicated fire suppression system for Communications room
 Two diversely routed telecommunication entrances should be provided from
two different manholes to the telecom room in the terminal building phase 2.
 Divert/relocate existing infrastructure as required

Potable Water Supply:

 Based on Daily passengers: 4605 passengers and Employees: 348


employees extend and reinforce existing potable water network as required to
suit the new combined phase 1 and phase 2 occupancy including tanks and
pumps
 Divert/relocate existing infrastructure as required
 Water usage meter to be BMS compatible
 The tank capacity must be sized to maintain existing replenishing periods
 Existing domestic water pumps will be upgraded to meet new capacity
requirements including all works required such as upgraded Electrical and piping
connections.

Fire Water Supply:

 Existing Fire pumps are to be upgraded to match new capacity requirements


which must cater for internal and external fire demands including all necessary
works required such as upgrade in Electrical and piping connections.
 Extend and reinforce existing fire water network as required to suit the new
combined phase 1 and phase 2 occupancy including tanks and pumps
 Existing fire water tanks to be upgraded to cater for the additional water
volume needed for internal and external fire demands and in-line with SBC
requirements.
 Divert/relocate existing infrastructure as required

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 32 O F 4 3

.
 Provide external fire hydrants as required by NFPA 415
 Water meter to be BMS compatible
 Preliminary pump capacities are 2000 gpm and 12 Bar; capacities to be
confirmed during detailed design
 Water tanks storage is 910 m3 as per SBC requirements; capacities to be
confirmed during detailed design.

Sewage Connection:

 Connection to site wide sewage system


 Based on Daily passengers: 4605 passengers and Employees: 348
employees extend and reinforce existing sewage network as required to suit the
new combined phase 1 and phase 2 occupancy including tanks and pumps
as upgraded Electrical and piping connections. 1 Acting and 1 Back-up pump.
 Divert/relocate existing infrastructure as required
 The sewage tanks capacity must be sized to maintain existing emptying
periods

Stormwater Connection:

 The scope shall include building connections to the external


existing/proposed networks, as required.
 Divert / modify the phase 1 down pipes where the two buildings interface

Common Building Services and Systems

Fire Suppression:
 Gaseous fire suppression to all electrical switch rooms and IT equipment
rooms
 Extend and reinforce existing Fire Hydrant and Sprinkler systems to meet
code requirements

Smoke Extract System:

 Provide smoke extract as per code requirement

Automatic Fire detection and alarm system:

 The Contractor shall provide fully functional fire detection and alarm system
as per tender documents. The scope shall include all equipment, materials, labor
and services, not specifically mentioned or shown in tender documents, which
may be necessary to complete the design and installation of the fire alarm
system. It shall also include the coordination of the locations, mounting details
and finishes of all system components with architect/interior architect, field
conditions, final furniture layouts and reflected ceiling plans.
 Extend/ replace//upgrade the existing building fire alarm system as required
to meet NFPA and Saudi Building Code. Note the existing building fire alarm is
radio-controlled system.
 System to be designed for protection of Property
 System to interface with the HVAC equipment, Access Control System and
Escape Doors, Voice Alarm to activate voice evacuation messages, Sprinkler
systems, Smoke extract system, Baggage Handling system, Gaseous fire

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 33 O F 4 3

.
suppression systems to support the building fire strategy cause and effect
schedule
 Provide new main Fire Alarm panel in the landside entrance lobby. The panel
must be visible from the main entrance doors
 Separate mimic panel with full over-ride facilities to be provided at the airside
emergency services muster point
 The system shall be interfaced with the existing airport Fire Alarm
 The Fire Alarm system shall interface with all other building services as
required these interfaces shall include but not be limited to: -
 BMS
 BHS system
 Rapid rise doors
 Access Control System
 PAVA system
 Tenant Fire alarm systems
 ORAT system

Lightning Protection:

 Provide complete lightning protection system


 Lighting protection system to be code compliant for public building
incorporating sensitive electrical equipment
 Extend and upgrade the existing lightning protection installation from phase 1
as required

Obstruction lighting:

 Aircraft Obstruction lighting shall be provided to the full building envelope

Mechanical Services:

The phase 2 building extension mechanical services shall include design and installation of all the
mechanical services including the below:

HVAC
 Design, supply and installation of full Heating Ventilation and Air Conditioning system.
 The Internal environmental design criteria are to be: -
 Public areas: 23°C (+/- 1°C) and 50% RH
 Technical spaces (EL and ME) 28°C (+/- 1°C) and 50% RH
 The existing phase 1 HVAC plant and equipment is not sized to accommodate the phase 2
extension and therefore the extension will require a standalone HVAC installation.
 HVAC system shall use centralized plant (air cooled chillers), however localized equipment
will be allowed where it can be proved that it is the best solution.
 Ventilation and extract systems for the building based on occupancy and building usage in
line with ASHRAE requirements.
 The HVAC System shall provide environmental conditions to allow the baggage handling
system to operate at full capacity.
 All dampers and accessories including fire dampers in line with NFPA requirements.
 Localized N+1 redundant HVAC installation to all electrical switch rooms and IT equipment
rooms.
 The existing HVAC control system and BMS shall be linked to the existing building system in
order the completed building HVAC system functions as a single integrated installation.
 Complete building management system with all interface and control networks including
energy monitoring, lighting control, interface with fire alarm and life safety systems etc.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 34 O F 4 3

.
 To maintain a clean roof HVAC Plant shall be installed on the mechanical services
mezzanine on the northern side of the new extension building. All external exhaust and
supply vents shall be suitable screened.

Plumbing
 Demolition or relocation of existing networks serving Phase 1 of the Terminal Building,
including relocation of rainwater discharge and pits away from phase 2 construction areas.
 Relocation of Water supply pipe serving phase 1 to avoid having pressure water pipes below
new building slabs.
 Design, supply, and installation of full Plumbing services including domestic cold, hot water
services and above ground, below ground drainage systems.
 Solar panels to be utilized for domestic hot water system.
 Connection of water supply and sanitary drainage systems to site utilities along with all
associated works or capacity upgrade necessary as detailed in utilities section.

Fire Fighting

 Design, supply, and installation of full Fire Fighting system in line with SBC and NFPA 415
standards where required including wet fire suppression and landing valves.
 The firefighting installation shall cover all of the phase 2 areas plus the phase 1 apron side
area
 External fire hydrant network as required and detailed in utilities section.
 Gaseous fire suppression to EL/TEL rooms as required.
 Connection of fire water supply to site utilities along with all associated works or capacity
upgrade necessary as detailed in utilities section.

Electrical Services:
 Power

 Extend and upgrade the existing mains and submains distribution system
within the phase including all cabling, switchboards and containment as
required
 Local submains and final sub circuit distribution system within the phase
including all cabling, local distribution boards and containment as required.
 Full Earthing (Grounding) Installation
 Surge protection installation
 N+1 redundant power supply to all IT and life safety equipment rooms. Each
room to have dedicated UPS installation capable of taking full equipment load for
minimum of 30 minutes. UPS’s to be interfaced with local Item system to facilitate
managed IT shutdown on UPS operation.
 Smoke extract system power supply’s (Fire Rated) where powered smoke
extract is provided
 The baggage handling system and all its associated screening equipment
shall be provided with dedicated submains power supply installation, the
installation shall provide all necessary power supplies to ensure a fully function
BHS is provided.
 Power supplies to all plants and equipment
 Small power installation (socket outlets) for general purposes, maintenance,
and cleaners
 Power Supplies for all specialist systems including: -
 CCTV cameras and associated equipment racks
 Door holders (Fire Rated)
 Access control system stays and keypads (Fire Rated)
 Public Address and Voice Alarm (Fire Rated)

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 35 O F 4 3

.
 Single power outlets FIDS Screens at each gate, each Xray plus an
additional 5 number unit to be installed
 Public Seating table positions
 Panic Alarms
 6 No. twin power outlets shall be provided in each IT equipment
room, the main control room, and the incoming comms room.
 One general purpose socket outlet shall be provided for every 100m
square meters of floor areas for location by the client
 Check-in desks minimum 4 twin sockets per desk position plus USB
charger
 Check-in desk weigh scales and local desk baggage belt
 Single power outlets for each above check-in FIDS Screens
 Self-service passenger check-in in terminals
 Customer services desk minimum 4 twin sockets per desk position
plus USB charger
 Vending machines
 Cell Phone/WiFi Amplifiers
 Wireless Internet repeaters
 Floor cleaner and other maintenance equipment chargers
 Dedicated Power supply to Xray equipment installation
 IPTV Positions
 Rapid Rise Doors BHS area
 Automatic and Powered Doors
 All power supplies as required to support the Multimedia Façade.
 Relocated and newly provided Passenger and Staff screening
equipment
 New E Gates in Divesting Area
 F&B Units power supplies

 General lighting installation: -


 Feature lighting installation in support of main architectural features
in main public areas
 A fully automated lighting installation shall be provided, the system
shall incorporate external sensors on all four elevations and the roof of
the building to ensure, the internal lighting installation constantly adapts
and compensates for the external natural lighting and glare.
 Automatic lighting control only to phase 2 Dimming and occupancy
sensors are required
 Emergency lighting installation all luminaries to be individually
addressable for central control, testing and monitoring purposes
 General and emergency External lighting installation to all entrances
and exits
 Illuminated Emergency exiting signage
 Illuminated passenger way finding signage
 Illuminated Advertising Hoardings
 External lighting the apron side area of both phase 1 and phase 2
 External lighting to the building exits and access points
 All walkways, access ladders and roof top areas
 External Baggage Handling yard and all Baggage handling entrances
 External lighting to the staff corridor

MEP Works within Phase 1 Building

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 36 O F 4 3

.
 Make good all power supplies to redundant screening equipment
positions
 Provide new power supplies to relocated passenger screening
equipment
 Remove/ divert existing services to facilitate the new doors and
openings
 Replace the existing Phase 1 MDB with a new Form 4b unit c/w
synchronizing automatic transfer switch. The new MDB shall serve both
phase 1 and phase 2

For SAS/ELV systems description refer to the general description under section “2.11 SAS/ELV Basis of
Design”.

Interface Management

A detailed project interface matrix shall be prepared by the Contractor. The Contractor shall be
responsible to coordinate with NEOM representatives to finalize the interfaces, create all necessary
design and detailing documents and shop drawings, for the execution of the construction works and
maintain safety and security requirements.

Procurement Requirements

The Contractor shall refer to the relevant sections of the NEOM Standard Documents. It is the
responsibility of the Contractor to ensure the latest version of the documents, or any other documents
or procedure issued by NEOM / agencies shall be adopted in the project as required.

The Contractor shall procure all materials, equipment, tools, plant, manpower, and machinery required
to complete the project.

All materials shall be approved by NEOM before they are procured. All materials and equipment shall
be inspected by NEOM before they are applied or installed.

The Contractor shall submit quantities, vendor information, data sheets, calibration certificates,
procedures, inspection and testing plan, and delivery durations for approval.

All materials and equipment to be brought to site under this project shall comply with the manufacturers’
recommendations, Safety requirements, applicable Engineering Standards and Performance
Specifications.

All inspections, certificates, records, and data for materials and equipment shall be submitted or
performed in accordance with the NEOM approved Inspection Procedures.

It shall be the responsibility of the Contractor to provide power, communications and water supply or
any other necessary utilities to be used during construction, pre-commissioning, commissioning, and
testing.

CVs of all key positions shall be submitted to NEOM for approval. All key personnel/ technical personnel
shall be brought to site with appropriate educational qualifications, valid certifications and acceptable
technical and HSE training. NEOM will have the right to remove any personnel from the site if found not
complying with NEOM HSE and Quality requirements.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 37 O F 4 3

.
In case the Contractor fails to provide adequate resources for the magnitude of work and according to
the schedule requirements, NEOM shall have the right to appoint third parties at Contractor’s risk and
cost.

Execution/ Construction/ Supervision/ Inspection Requirements

The Contractor shall follow all applicable NEOM Execution/ Construction/ Supervision/ Inspection
Requirements included in this Contract. It is the responsibility of the Contractor to ensure the latest
version of the documents, or any other documents or procedure issued by NEOM / agencies shall be
adopted in the project as required.

The Contractor shall ensure that all project Key Personnel are approved by the employer. The
Contractor shall submit CVs for review approval and interview at the Employers discretion for the
following project personnel:

 Project Manager. Minimum Experience 10 years in similar position in similar value


projects with International exposure.
 Construction Manager. Minimum Experience 10 years in similar position in similar value
projects
 Planning and Project controls Manager Minimum Experience 10 years in similar position
in similar value projects
 MEP Manager. Minimum Experience 10 years in similar position
 Commercial Contracts. Minimum Experience 10 years in similar position in similar value
projects
 HSE Manager. Minimum Experience 10 years in similar position
 Design - Technical office manager. Minimum Experience 10 years in similar position
 Quality Assurance Manager. Minimum Experience 10 years in similar position
 Environment Manager. Minimum Experience 10 years in similar position

In the case that contractor fails to supply any of the above key personnel NEOM can exercise the
right to back charge for the associated costs and / or stop the works that are related to the missing
key personnel.

Handover/ Closeout Requirements

The Contractor shall follow all applicable NEOM Handover/closeout Requirements included in this
Contract. The Contractor shall refer to the relevant sections of the latest version of the following NEOM
Standard Engineering Procedures. It is the responsibility of the Contractor to ensure the latest version
of the documents, or any other documents or procedure issued by NEOM / agencies shall be adopted
in the project as required.

The Contractor’s scope of work includes without limitation the following:

 In the event of demolition of any existing facility, all construction debris, non-hazardous
waste, oily waste, and hazardous waste shall be disposed of by the Contractor in an area
as approved by NEOM.

 The Contractor shall conduct clean-up work/ housekeeping so that it shall be finished as
soon as possible after completion of work.

 All refused and unusable soil materials shall be collected by the Contractor for disposal in
a designated location approved by NEOM.

 Disturbed areas during construction shall be dressed, graded, and sloped not to obstruct
the natural surface flow of storm water.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 38 O F 4 3

.
 The Contractor shall be responsible for testing and demonstrating the performance of the
equipment in the field. Testing includes the field test performance on the equipment
provided under this project. The Contractor shall be responsible for all testing being
performed in accordance with the requirements of this project as indicated in this document
and the approved Test plans and Test Procedures. The Contractor shall provide all needed
test equipment during the testing and commissioning. Detailed Test Plan and Test
Procedures shall be generated by the Contractor and shall be provided to NEOM for
approval.

 Field tests shall be performed at the work sites after completion of all construction and
installation work and shall be supported by Approved Equipment Operation & Maintenance
(O&M) Manuals, Approved Test plans, Approved Test procedures, Redline Drawing.
Proof-of-Performance Test requires the operation of this System Equipment Within the
performance limits that are specified specification. Contractor shall provide five (5) working
days advance notice to NEOM. Contractor shall perform all Field Performance Tests,
which must be witnessed by NEOM for the results to be acceptable to NEOM. The
contractor shall provide all test equipment and material required for all testing and shall be
responsible for each piece of equipment being within its calibration period during the
Testing.

 Labour and equipment shall be provided by the Contractor to assist NEOM in


commissioning the utilities and facilities, and any other activity deemed necessary, by
NEOM, for successful completion of commissioning of the facilities. Crews shall be
equipped with all tools, material, and equipment necessary to assist NEOM in
commissioning the facilities. The Contractor shall also provide necessary supports due to
any unseen or unexpected situation in the process of commissioning.

 As a minimum but not limited to the following, documents shall be prepared in compliance
with standard practices and specifications for review at handover, as necessary, including
the following.

 Detailed Drawings and documents,


 Power distribution drawings for control equipment,
 Source code for all programs installed and any custom software shall be provided
to NEOM,
 Documentation and database lists shall be checked, completed with all engineering
information added, revised as needed and finalized,
 At project completion, all Key drawings, red line drawings and as built,
 Material Take Offs,
 Purchase Requisitions, RFIs, Material Inspections,
 Review and approval of vendor data,
 Factory Acceptance Test and Procedures, as applicable and necessary.
 Commissioning and Performance Acceptance Test procedures,
 Circuit Layout Records (CLR),
 Equipment Manuals,
 Operating and Maintenance (O&M) Manuals and handbooks,
 Spare Parts Data Package (SPDP) for cataloguing and standardization,
 All verification studies and calculations were conducted during construction and at
completion. Such as Hydraulic analysis, Surge analysis, Load tests, Laboratory
reports, Topographic surveys, geotechnical Studies etc.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 39 O F 4 3

.
No. Document Name Reference Number Issue date

ENGINEERING PROCEDURE
1 Handing Over Procedure NEOM-NEN-PRC-022 Revision-1.00

Documentation/ Reporting Requirements

The Contractor shall follow all applicable NEOM Documentation/reporting Requirements included in
this Contract. It is the responsibility of the Contractor to ensure the latest version of the documents, or
any other documents or procedure issued by NEOM / agencies shall be adopted in the project as
required.

In addition to above documentation requirements, the following documents are required, after the
Contract award.
 Submission of Performance guarantee
 Certificate of Contractor’s All Risk insurance (CAR) project specific
 Site Organization Chart with Key personnel
 Mobilization Plan
 Project Execution Narrative
 Subcontractor Management Plan
 Completion Schedule with Resource histograms (Manpower and Equipment)
 Cash Flow Plan
 Interface management plan
 Correspondence/ communication and Document Control Plan
 Quality management Plan with Inspection and testing Plans
 Safety management Plan
 Procurement Plan
 Site Security Management Plan
 Traffic management Plan
 Emergency Response Plan
 Warehousing Plan
 Traffic management Plan/ Detours Plan as necessary
 Environmental Management Plan
 Pre-commissioning/ Commissioning Plan/ Start-up / Testing / Handover Plan
 Operability and Maintainability Plan
 Work procedures/ Method Statements as necessary for work
 Demobilization Plan
 Equipment Manufacturers recommendations/ Applicators licenses/ Training certificates

The Contractor shall obtain all relevant approvals, as applicable and deemed necessary by NEOM, for
the construction works to start on site. The following requirements are a prerequisite for the submission
and processing of the first progress statement
.
 Approval of performance guarantee
 Approval of CAR insurance
 Approval of HSE plan

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 40 O F 4 3

.
 Approval of QA plan
 Approval of key personnel

Interface Management Requirement

The Contractor shall follow all applicable NEOM Interface Management Requirements included in this
Contract. It is the responsibility of the Contractor to ensure the latest version of the documents, or any
other documents or procedure issued by NEOM / agencies shall be adopted in the project as required.

Stakeholder Management Requirements

The contractor Stakeholder Management Plan will ensure that all are well informed of the design review
process, permitting, consultations, and consents requirements, contractual review timeframes,
communication channels and the review formats and stage gate approval processes. This prevents any
stakeholder surprises, and their concerns and opportunities are addressed at a much earlier stage in
the project delivery cycle.

To complement this plan, a stakeholder actions register will be completed by the contractor, to be used
to monitor and manage the design and construction process change throughout the project delivery.
This plan will capture the processes and outreach needed to get permits and design approvals and to
acquire the necessary utility, environmental, and building permits.

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 41 O F 4 3

.
Milestones / Timeline

The Project shall be executed as per the following Milestones: see attached

 Milestone 1 – Compete Check in and Arrivals Area – 20 July 2023


 Time for Completion of the Works – 22 October 2023

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 42 O F 4 3

.
Instruction to Tenders

This page is intended to have no content, the Instructions to Tenderers is on the following page

--------------

DOC UM E NT C ODE : R E VI S ION C O DE : 0 2 P A GE 43 O F 4 3

You might also like