Sunteți pe pagina 1din 26

Data Center Power and HVAC Modification Tender No.

GT539PC18

TENDER NO.: GT539PC18

SCHEDULE B

SCOPE OF WORK

DATA CENTER POWER AND HVAC


MODIFICATION

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 1 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

TABLE OF CONTENTS

1.0 BACKGROUND AND PRESENT SITUATION ............................................................................................ 3


2.0 PURPOSE OF FACILITIES ......................................................................................................................... 3
3.0 INTRODUCTION .......................................................................................................................................... 3
4.0 PROJECT SUMMARY ................................................................................................................................. 3
4.1 ARCHITECTURAL ..................................................................................................................... 4
4.2 HVAC ....................................................................................................................................... 4
4.3 ELECTRICAL ............................................................................................................................. 4
4.4 COMMUNICATION .................................................................................................................... 5
5.0 GENERAL REQUIREMENTS ...................................................................................................................... 5
5.1 CONTRACTOR’S RESPONSIBILITY ....................................................................................... 5
5.2 PROJECT MANAGEMENT AND CONTROL ........................................................................... 7
5.3 KJO HEALTH, SAFETY AND ENVIRONMENTAL (HSE) REQUIREMENTS ...................... 7
5.4 QA/QC ..................................................................................................................................... 8
5.5 EMERGENCY RESPONSE PROCEDURE .............................................................................. 8
6.0 APPLICABLE DOCUMENTS ...................................................................................................................... 8
6.1 PROJECT DESIGN DRAWINGS AND DOCUMENTS ............................................................ 8
6.2 CODES AND STANDARDS ...................................................................................................... 8
7.0 CONSTRUCTION DESIGN PACKAGE ....................................................................................................... 8
8.0 DETAILED DESCRIPTION OF THE SCOPE OF WORK ............................................................................ 8
8.1 ARCHITECTURAL / STRUCTURAL W ORKS .......................................................................... 8
8.2 ELECTRICAL W ORKS ........................................................................................................... 11
8.3 HVAC W ORK ........................................................................................................................ 13
8.4 COMMUNICATION W ORKS .................................................................................................. 14
8.5 DEMOLITION W ORKS ........................................................................................................... 18
9.0 CODES, STANDARDS, DRAWINGS AND SPECIFICATIONS ................................................................ 20
9.1 STANDARDS AND CODES .................................................................................................... 20
10.0 TESTING AND COMMISSIONING ............................................................................................................ 23
11.0 TRAINING .................................................................................................................................................. 24
12.0 CLEAN-UP................................................................................................................................................. 24
13.0 “AS-BUILT” DRAWINGS .......................................................................................................................... 24
14.0 ACRONYMS .............................................................................................................................................. 25

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 2 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

1.0 BACKGROUND AND PRESENT SITUATION

Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company
(AGOC) representing Kingdom of Saudi Arabia side and Kuwait Gulf Oil Company (KGOC)
representing Kuwait side. KJO Onshore and Offshore Facilities are located in Al-Khafji,
Eastern Region of Saudi Arabia near the border of Kuwait and Saudi Arabia. For the Scope
of Works purposes, Al-Khafji Joint Operations or AGOC/KGOC will be referred to as the
Company and the successful bidder shall be referred to as the Contractor.

The ITD had requested to modify the existing HVAC system at data center room to be able
to meet the required temperature for the electronic data server and other sensitive
equipment and to update power system to meet new regulation and standards.

Based on industrial safety standard, ITD is concerned that the existing HVAC system is not
enough to accommodate air condition for the whole data server room and the power system
is not reliable.

Since these issues are very critical for the continuous operation of KJO data information,
ITD suggested to modify the existing HVAC / UPS system to ensure reliability and
maintainability and to accommodate future data server expansion.

2.0 PURPOSE OF FACILITIES

2.1 To provide new air handling units. Proposed air handling units should be fully
redundant to meet the data center requirement and the units will be connected to the
Data Center Environmental Monitoring System.
2.2 To provide new 150 KVA redundant UPS unit which can handle the present and
future load and can be remotely monitored.
2.3 Install close rack to host Data Center equipment.
2.4 To provide Bio-Matrix system for entrance door entry.
2.5 To provide centralized environment, HVAC, CCTV, UPS, and Power Distribution
management and monitoring system.
2.6 Data Center to comply with KJO/Saudi Aramco Standards for HVAC system and
UPS system.

3.0 INTRODUCTION

This Scope of Work outlines the general requirements for the Contractor to procure, supply
and deliver, install, construct and commission completely the Data Center Power and HVAC
Modification in Al-Khafji Joint Operations (KJO), Al-Khafji, Saudi Arabia.

In case of conflict between this Scope of Work and the Contract Drawings the document
with the more stringent requirement shall apply.

4.0 PROJECT SUMMARY

This project shall cover all the facilities involved in the construction of the Data Center
Power and HVAC Modification. Please refer to Drawing Control Sheet no. KD-107806.
Following is the work scope:

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 3 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

4.1 Architectural Work Scope


 Upgrade the computer/comm. & data room area to meet the standard
requirements of computer room.
 Provide new wall partition at the North west side of Computer Room.
 Remove and replace old perforated raised floor panel
 Remove existing concrete pad and repair the floor slab located at existing
mechanical room, this room will be converted to new battery room
 Remove and replace damage raised floor.
 Re-painting of all affected walls
 Provide new doors at the existing hall way (both end) and Computer Data Room
 Repair all damage ceiling due to room modification.
 Provide new room for monitoring room supervisor.
 Provide new wall opening and door at room no. F04 (north east side of room)
 Provide new wall partition enclosure and door for water heater room located
inside the Battery Room (RM. # F06).
 Provide wall covering on CMU wall between room # F04 & F07.
 Provide aluminum metal cladding with steel framing and support at the ACCU
pipe chase located at the North West side of the building. Color of cladding shall
match existing color of pre-cast wall.
 Provide one (1) new ACCU pad at the ground floor roof deck. This will include
the repair of damage roof water proofing and other affected area.
 Provide new ACCU pad (3 units), bollard protection, and sidewalk and gravel
bedding at the North West side of the building as shown in the site plan.

4.2 HVAC Work Scope


 Supply and install three (3) new Precision Air Handling Units DX type 36 TR each,
inside Data Center Room 00-022, two units on duty and one on standby. The units
shall be supplied with their matching Air Cooled Condensing Units.
 The area of under the raised floor will be utilized as a plenum for supply air
distribution.
 Return air shall go back to the unit through the room vicinity. No ducting to be
provided as per vendor recommendations.
 supply and install Air Handling Unit 10 TR capacity, located inside Mechanical
Room on Second Floor supply required pressurization air to the data center room
00-022 and to provide cooling for new battery room and UPS room.
 Supply and install two roof mounted exhaust fans for battery room, one duty and
one standby.
 Supply and install direct digital control (DDC) panel Microprocessor Based HVAC
Local Control Panel associated with electronic and electrical hardware. All newly
installed equipment and the DDC panel shall be interlinked with the existing BMS
and the new DCIM.

4.3 Electrical Work Scope


 Provide and install new 150 KVA UPS (UPS-002) redundant type as per Figure-2
of SAES-P-103.
 Provide & install new smart Power Distribution Unit (PDU-002) connected to the
new 150 KVA UPS system and new smart Power Distribution Unit (PDU-001)
connected to the existing 160 KVA UPS system.
 Provide new power supply cables for the new Air Handling Units (AHUs) inside
the Computer/Comm & Data Room.
 Provide battery banks for the new UPS-002 with racks in the new battery room
and modify the lighting fixtures.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 4 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 Provide new power supply for the new Air Handling Unit and ACCU located on
the second floor.
 Provide new power supply for the new ACCU units located outside the building.
 Provide and install new Distribution Board (DB2 B112) in the mechanical room
on the second floor.
 Provide and install new cable trays with complete supports and accessories.
 Connect all new equipment to the existing grounding system.
 Include the consultation, evaluation and activities of Honeywell for the complete
interface of the new system into the existing BMS of the ITD building.
 Remove/dismantle the existing 40KVA UPS.
 Provide smoke detector inside the new battery room and two manual pull station
in the data center room.

4.4 Communication Work Scope


 Provide and install sixteen (16) new close full height modular type cabinets inside
the existing Data Center 1 of ITD building.
 Provide and install an independent/isolated CCTV System (IP PTZ megapixel dome
type cameras) throughout all the critical in/out areas of the existing Data Center 1 of
ITD building.
 Provide and install an independent/isolated Biometric System throughout all the
critical in/out door areas of the existing Data Center 1 of ITD building.
 Provide and install a new independent/dedicated Data Center Infrastructure
Management System (DCIM) that will provide management and control of the Air
conditioning Unit, UPS, PDU, CCTV, Biometric, Leak Detection Systems and other
critical infrastructure systems inside the ITD Building’s Data Center 1 Room.
 Relocate the Three (3) existing fixed cameras namely C1 & C3 in corridor# 00-048
and C4 in Supervisor room#00-022B of the Data Center 1 to the new location as
shown on drawing no. 394-SD-112-SEC-001 sheet 1 & 3.
 Demolish the existing Biometric/Card Reader (by SAGE) installed inside Systems
Monitoring Room#00-022A as shown on drawing no. DEMO-COMM-001 sheet 3
of 4.

5.0 GENERAL REQUIREMENTS

5.1 Contractor’s Responsibility

The Contractor shall provide, Materials, Equipment, temporary materials,


consumables and the like as well as a group of fully qualified, competent and safety
oriented Personnel including fulltime on-site supervision that are thoroughly familiar
with the project type of Work. The Personnel shall be utilized in the construction,
installation, site testing, and commissioning or the Work.

The Contractor shall be responsible to transport and provide required food,


accommodation and access of his personnel during execution of the Work at Site.

5.1.1 Procurement

5.1.1.1 The Contractor shall provide a detailed procurement package based


on approved technical specifications to cover all major equipment
that will be required and submit the same to the Company for
approval.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 5 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

5.1.1.2 The package shall cover all the required shop drawings and
documents necessary for the successful procurement, installation
and handling over of the Work to the Company.

5.1.2 Construction

5.1.2.1 The Contractor shall provide the following for the Data Center Power
and HVAC Modification: (for detailed description of the facilities refer
to section 8.0 below)
a. Architectural
b. HVAC
c. Electrical
d. Communication
e. Demolition & Relocation
5.1.2.2 The Contractor shall at all times inform the Company Representative
of any deviation from what is shown in the Issued for Construction
(IFC) documents and actual Site condition for their immediate
resolution.
5.1.2.3 The Contractor shall at all times maintain an updated Issued for
Construction (IFC) drawings and documents in their construction site
office for red-lined mark up of As-Built information.
5.1.2.4 The Contractor shall take precautionary measures to protect existing
facilities such as drainage, sewerage, communication, and electrical
cables and other obstructions in the path of construction. In the event
the Contractor damages any of the existing facilities, equipment,
cables, etc., the Contractor shall be responsible for the necessary
repair of such damage and cost.
5.1.2.5 The Contractor shall develop and implement a Safety Program that
will conform to KJO safety management system.
5.1.2.6 Prior to commencement of contractual activity, the Contractor shall
submit a written job-specific safety program to the Company
Representative. The latter is required to forward a copy of the
program to the Industrial Security and Safety Department (ISD). The
Contractor’s written safety program shall address the following:
a) Hazard Identification Plan
b) Waste Management Plan
5.1.2.7 The Contractor shall procure the material as per the Contract
Specification and only from KJO Approved Vendors. ITD prefers
“LIEBERT” for the complete solution for the data center
(AHU/UPS/DCIM).
5.1.2.8 The Contractor shall provide a detailed construction schedule showing
all construction activities for Company approval.
5.1.2.9 The above details shall not be construed as a limitation to the
Contractor’s scope which is defined in more details in the Drawings,
Specifications and other Contract Documents.
5.1.2.10 Prior to start of the work, the Contractor must establish all
hold/test points of the entire construction for KJO approval.

5.1.3 Catalog & Manuals

The Contractor shall provide KJO/ with the Catalog and Manuals for the below
mentioned items. Equipment Manual for
a) AHU – 4 sets
b) UPS – 1 set

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 6 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

c) DCIM – 4 sets
d) CCTV – 4 sets
e) Biometric – 4 sets
5.1.3.2 Parts Catalog for
a) UPS – 1 set
b) DCIM – 4 sets
c) CCTV – 4 sets
d) Biometric – 4 sets

5.2 Project Management and Control

The Contractor shall assign a full time Project Manager for the entire duration of the
project. The Project Manager shall be authorized to sign, implement, effect and
impose all the associated activities related to the project implementation. The Project
Manager shall be responsible for overall progress and quality control of the
construction Work of the project. When the Project Manager is absent from Site, a
suitable representative shall be nominated by the Contractor for such period to
undertake his duties.

The Project Manager shall also ensure that Work Schedule and Progress report is
prepared and submitted on a weekly basis or as per the schedule and frequency
agreed during the Kick-off meeting. The work progress shall be prepared using the
Primavera system or MS project and shall include activities accomplished during the
period, planned activities for the next period, supporting documents deemed
necessary and other items as agreed by both parties.

5.3 KJO Health, Safety and Environmental (HSE) Requirements


a. The Contractor shall adhere to all directives stipulated in the Health, Safety and
Environmental (HSE) requirements or Schedule “D” in the execution of the
Construction activities.
b. The Contractor shall exercise utmost care and safety throughout the duration of
the project in accordance with the approved safety procedures and regulations.
contractor shall assign a fulltime Safety Engineer who is responsible for all safety
concerns of the project but prior to site mobilization the CV of the assigned
Safety Engineer must be submitted to Company (ISD) for review and approval.
(NOTE: Is there really a construction contractor in this contract? What is its
relationship with the Contractor? If there is no construction contractor, just
replace it with “Contractor.”)
c. The Contractor shall submit to the Company detailed safety procedures that will
be implemented throughout the duration of this project. The procedure shall
include but not be limited to issuance/receipt of work permits, safety meetings,
orientation seminars, etc. Contractor shall provide necessary safety sign at the
relevant locations.
d. The Contractor shall submit to the Company a detailed waste management plan
detailing type and anticipated quantity of solid/liquid wastes generated and
proposed suitable disposal method.
e. The Contractor shall submit a site specific HSE Plan/Loss Prevention
Programme to the Company for review and approval at least one month prior to
the Work Commencement Date. The HSE plan shall include, but not limited to
the HSE Policy, work permits, safety meetings, HSE orientation, training, etc. as
per the guidelines of KJO-6438 - OHS Plan for Contractors.
f. The Contractor shall develop a detailed Hazard Identification Plan (HIP) by
identifying all the hazards and control measures for review and approval by
proponent and all the relevant departments prior to commence the work.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 7 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

g. The Contractor shall prepare and submit site specific Emergency Response Plan
(ERP) considering all the emergencies encountered during the construction of
the project.
h. The Contractor shall submit to the Company method statement/Work procedures
for all the activities with respect to the scope of work along with JSA for review
and approval by PCD/Proponent and other concerned department prior to the
Work Commencement Date.

5.4 QA/QC

a. The Contractor shall, at all times, implement Contractor's QA/QC procedures and
guidelines t in accordance with project specifications, applicable Saudi Aramco
Standards and International Codes and Standards. The Contractor shall assign
the required Quality personnel for the project as listed in schedule Q.
b. QA/QC requirements are also specified in Schedule Q and in the Specifications.
In case of conflict between various requirements, the requirements in Schedule Q
shall prevail.
5.5 Emergency Response Procedure
a. The Contractor shall coordinate with the internal and external authorities to
enable sufficient communication and emergency response procedure shall be
applied.

6.0 APPLICABLE DOCUMENTS

6.1 Project Design Drawings and Documents

The Contractor shall perform the Work in complete compliance with the project
design documents as stipulated in Attachment 1 to Schedule B - List of Drawings
no. KD-107806. The list of Drawings, Specifications and documents shown shall be
used by the Contractor to understand fully the project Scope of Work.

6.2 Codes and Standards

Work on this project shall be completed in accordance with the requirements of


applicable referenced KJO/Contract and SAUDI ARAMCO, Industry Codes and
Standards shown in Section 9.0 of this Scope of Work. In case of conflict, the more
stringent code shall apply.

7.0 CONSTRUCTION DESIGN PACKAGE

The Contractor shall review the Tender Package including but not limited to Construction
Scope of Work, Construction Specifications, Engineering Drawings, Material Requirement,
etc., developed for this project Data Center Power and HVAC Modification and its
associated structures and utilities located within the KJO Operating Facilities and other
required documents necessary for Construction. The Contractor shall call the attention of
the Company in case there is deviation or conflicting items in the design package. In any
case, the document with the more stringent requirement shall apply.

8.0 DETAILED DESCRIPTION OF THE SCOPE OF WORK

8.1 Architectural / Structural Works

Below herewith is a summary to describe the Architectural works to be supplied and


installed completely. It shall not be construed as a limitation to the Contractor’s
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 8 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

scope which is defined in more details on the Drawings, Specifications and other
Contract Documents. In case of conflict between the details below and the Drawings,
the more stringent requirement shall prevail.

8.1.1 General Works


 The Contractor shall verify and locate all underground & aboveground
utilities and other obstructions in the path of construction and take
precautions to protect them. Extra care shall be taken to protect existing
utilities, communication, and electrical cables and if required to be re-
routed and relocated. This will be on Contractor’s expense.
 During excavation, care shall be taken in order to detect any underground
utilities, piping, cabling, and grounding, and if discovered, the Contractor
shall record and report it to Company Representative. The Contractor
shall relocate all underground utilities that will be affected by the new
construction and Site development works at its own cost.
 All demolition debris shall be removed from the Work place and to be
disposed to a Company approved dump site, as per the instruction of the
Company Representative.
 Existing utilities found to be obstruction in the path of construction shall
be relocated or re-routed as and the Contractor shall submit shop
drawings for KJO review and approval.

8.1.2 Architectural Works

The Contractor shall:

 Supply and install new perforated metal ceiling complete with ceiling
support, hanger and other fittings required in fixing the new ceiling as
shown in drawing no. 394-SD-112-A-008 sh. 3 of 8.
 Remove and replace existing perforated raised floor, type of perforated
flooring shall be typical with existing as shown in drawing no. 394-SD-
112-A-015 sh. 1 of .
 Repair existing floor slab due to demolition of HVAC concrete pad at
room # F06 as shown in drawing no. DEMO-CIVIL-002.
 Supply and install new cmu wall partition at existing wall opening as
shown in drawing no. 394-SD-112-A-015.
 Repair all damage wall and flooring affected in installation of pipe drain
connected to HVAC equipment as shown in drawing no. DEMO-CIVIL-
011 & 012.
 Repair all new holes created by pipe line and ducting due to new layout.
 Contractor shall supply, fabricate and install aluminum wall cladding for
the pipe chase as shown in the drawing no. KA-107810 and KA-107811.
Color of cladding shall match existing color of pre-cast wall

8.1.3 Doors

The Contractor shall:

 Supply and install new fire rated metal door complete with panic hardware
and other accessories as shown in drawing no. ID-112-A-AL-119, SD-
112-A-009 and KA-107843.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 9 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 Supply and install new metal door complete with all hardware and other
accessories as shown in drawing no. KA-107809, ID-112-A-AL-119 and
KA-107843.

8.1.4 Flooring and Wall Finishing

The Contractor shall:

 Supply and install new 2 hrs. Fire rated gypsum board wall on metal stud
wall along grid line 04 as shown in drawing no. SD-112-A-001 sh. 1 & 3,
ID-112-A-AL-119 and KA-107809.
 Supply and install new gypsum board wall partition at the height of
1500mm from finish floor line with fixed glass wall partition on aluminum
wall panel above as shown in drawing no. KA-107809.

8.1.5 Signage

The Contractor shall:

 Supply and install internal and external sign boards including all
necessary mounting and fixing accessories as and where required by
Company Representative.
 Adequate fire/safety warnings in the form of signs and labels shall be
installed in all location where ever it is required for precautions and
eliminate the hazard. All signs shall be written in both Arabic and English.
 The space behind the wall mounted portable fire extinguishers shall be
painted with post office red color.

8.1.6 Painting

The Contractor shall:

 Provide painting for all interior drywall partitions and all wall affected by
renovation and repair of existing wall, ceiling and other underside roof
exposed structure. Use fire proof paint at all fire rated walls at the data
center room as shown in the drawing
 Provide epoxy painting for Battery Room floor slab.

8.1.7 Structural Works


 Contractor shall supply and install new CMU wall covering at existing hole
between Rm. # F07 & F06 as shown on drawing no. SD-112-A-001 sh. 3.
 Contractor shall supply and install CMU wall @ hall way new door
opening as shown in drawing number SD-112-A-001 sh. 1 & 3.
 Construction Contractor shall supply, fabricate and install aluminum wall
cladding structural support for the pipe chase as shown in the drawing no.
KA-107811 and KA-107810.
 Contractor shall supply, install or repair all damage floor slab and wall
penetration as shown in DEMO-CIVIL-011.
 Contractor shall provide and install ACCU concrete pad as shown in the
drawing no. KA-107810, SD-112-A-002 sht. 1 of 4 and KA-107812.
 Contractor shall provide concrete pipe trench as shown in the drawing no.
KA-107810, KA-107812 and KA-107844.
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 10 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 Contractor shall provide concrete retaining wall as shown in the drawing


no. KA-107810 & KA-107812.
 Contractor shall provide concrete walkway as shown in the drawing no.
KA-107810 & KA-107812.
 contractor shall provide gravel at the ACCU location as shown in the
drawing no. KA-107810.
 Contractor shall supply and install steel pipe bollard as show in
drawing no. KA-107810. And KA-107844.

8.1.8 Drainage System Works


 The Contractor shall supply and install HVAC water drain pipe, sanitary
sewer system complete with piping, floor drains, as shown on drawing
394-SD-112-P-001 and 394-SD-112-P-002
 The Contractor shall supply and install drain pipe at the retaining wall as
shown in the drawing no. KA-107810.

8.1.9 Water System Works


 The Contractor shall provide Cold Water supply system complete with
plumbing fixtures, pressure reducing, pipe fittings, valve, vents and other
required accessories as shown on the drawing 394-SD-112-P-001.
 The Contractor shall supply and install new eye wash as shown in the
drawing 394-SD-112-P-001 and SD-112-P-006.

8.2 Electrical Works

The Contractor shall ensure that all electrical works, equipment, and materials shall
be supplied and installed in accordance with applicable Technical Specifications and
approved Industry Codes and Standards. The work includes but is not limited to the
following:
 The Contractor shall ensure that all installation related activities and
associated components shall be in accordance with applicable Saudi
Aramco Engineering Standards (SAES), Saudi Aramco Materials System
Specifications (SAMMS), and approved industry codes and standards.
 The Contractor shall provide and install new 150 KVA UPS (UPS-002)
redundant type (A Parallel redundant UPS, should be if any UPS unit may
be isolated in case of failure and for maintenance procedures without
affecting the continuity of the power to the load) p as shown in drawing
nos. KA-107815 sh. 001 and 394-SD-112-E-LD-002 sh. 001.
 The Contractor shall provide and install new smart Power Distribution Unit
(PDU-002) connected to the new 150 KVA UPS system and new smart
Power Distribution Unit (PDU-001) connected to the existing 160 KVA
UPS system.
 The Contractor shall provide new power supply cables for the new Air
Handling Units (AHUs) inside the Computer/Comm & Data Room.
 The Contractor shall provide battery banks with rack for the new UPS-002
in the new battery room and modify lighting as shown in drawing no. KA-
107816 sh. 002 and 394-SD-112-E-L-001 sh. 001.
 The Contractor shall provide new power supply for the new Air Handling
Unit and ACCU located on the second floor as shown in drawing no. 394-
SD-112-E-P-002 sh. 001.
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 11 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 The Contractor shall provide new power supply for the new ACCU units
located outside the building as shown in drawing no. KA-107818 sh. 001.
 The Contractor shall provide and install new Distribution Board (DB2
B112) in the mechanical room on the second floor.
 The Contractor shall provide and install new cable trays with complete
supports and accessories as shown in drawing no. 394-SD-112-E-P-006
sh. 001 & 002 and KA-107817 sh. 001.
 The Contractor shall connect all new equipment to the existing grounding
system as shown in drawing no. 394-SD-112-E-G-001 sh. 001 & 002.
 The Contractor shall include the consultation, evaluation and activities of
Honeywell and other specialized vendors for the complete interface of the
new system into the existing BMS of the ITD building.
 The Contractor shall provide and install new disconnect switches for the
new 150 KVA UPS and for the new HVAC Units.
 The Contractor shall modify the existing panels to accommodate the new
circuit breakers required for the new loads.
 The Contractor shall supply and install conduits complete with associated
accessories and support structures for the new power and control cables
for the new UPS, PDUs and HVAC units.
 The Contractor shall supply, install and terminate new power cable for the
new UPS, PDUs and HVAC systems.
 The Contractor shall provide one (1) smoke detector in the new battery
room and two (2) manual pull stations at the data center room as shown
in drawing no. 394-SD-112-T-FA-001 sh. 001.
 The Contractor shall provide and install new HSSD (High Sensitivity
Smoke Detectors) in the new UPS and IT cabinets and to be connected
to the existing Fire Alarm Control Panel (FACP).
 The Contractor shall provide all required modules and accessories for the
additional devices.
 The Contractor shall provide Duct smoke detector on the supply side of
the Air Handling unit no.7 and connect it to the existing Fire Alarm Control
Panel (FACP).
 The existing FACP at the IT building, Fire Station # 1 and other network
panels should be programed by the vendor due to the modification of the
existing fire alarm system.
 The Contractor shall provide new industrial socket outlets beneath the
existing and new cabinets (2 outlets per cabinets, each outlet from
separate PDU) and equipment racks as shown in the drawing no. KA-
107817 sh. 001.
 The Contractor shall provide all power and control cables required for the
equipment under the scope of this project.
 The Contractor shall ensure no disturbance to the existing operation
during the execution of this project due to the demolishing and installation
activities.
 The Contractor should make sure that there is no downtime of the
existing operations and services during the execution of the project. If
required, the Contractor must coordinate and secure ITD’s prior approval
for the same.

 The Contractor shall provide mitigation measures upon construction to


overcome the risks on the demolition works in such the fire alarm system
should not be affected.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 12 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 The Contractor shall be solely responsible for the proper co-ordination of


all phases of the Work and timely delivery to the site of all equipment and
materials for proper execution of the Work.

8.3 HVAC Work

The Contractor shall ensure that all mechanical works, equipment, and materials
shall be supplied and installed in accordance with applicable Technical
Specifications and approved Industry Codes and Standards.

8.3.1 Computer/Communication and Data Room (Room 00-022):


 The Contractor shall Supply and install three (3) new Precision Air Handling
Units (AHU-06A/06B/06C) inside Data Center Room 00-022. AHU-
06A/06B/06C shall have DX cooling system, down flow supply air and top
return air opening. AHUs shall be configured as two units on duty unit and
one on standby unit. The units shall be supplied with their matching Air
Cooled Condensing Units (ACCU-01A/01B/01C), refrigerant piping,
insulations and all accessories as shown in drawing no. KA-107825 SHT
001/003 with units ratings as shown in drawing no. KA-107829. The units
shall include built in Humidifier, Electric Heater and Leak detection that
covers the whole room.
 The area of under the raised floor will be utilized as a plenum for supply air
distribution.
 A number of fifty three (53) new perforated supply air floor tiles shall be
installed to define a cold isle for supply air as shown in drawing no. KA-
107825.
 Return air shall go back to the unit through the room vicinity. No ducting to
be provided as per vendor recommendations.

8.3.2 Room Pressurization:


 The Contractor shall supply and install Air Handling Unit (AHU-07) located
inside Mechanical Room on first Floor along with its Air Cooled Condensing
Unit (ACCU-02) as shown in drawing no. KA-107825 sht 002, supply and
return ductwork, refrigerant piping and insulations to supply required
pressurization air to the data center room 00-022 as shown in drawing no.
KA-107826.

8.3.3 Battery Room:


 A branch from the new Air Handling Unit (AHU-07) shall be extended to cool
the new battery room (room 00-046) as shown in drawing no. KA-107826.
 The Contractor shall supply and install two (2) exhaust fans, one duty and
one standby. HVAC Equipment in battery room shall be acid and hydrogen
fumes resistant and shall be of explosion proof type. Battery room exhaust
fans shall be spark resistant and certified for use in battery room
applications. Exhaust fans shall be installed along with disconnect switch,
backdraft damper and other related accessories as shown in drawing no.
KA-107825 sheet 002 and drawing no. KA-107826.

8.3.4 UPS Room:


 A branch from the new Air Handling Unit (AHU-07) shall be extended to cool
the new UPS room (room 00-016) as shown in drawing no. KA-107826.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 13 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

8.3.5 Monitoring, Testing and Commissioning:


 The Contractor shall supply and install direct digital control (DDC) panel
Microprocessor Based HVAC Local Control Panel associated with electronic
and electrical hardware. All newly installed equipment and the DDC panel
shall be interlinked with the existing BMS and the new DCIM.
 The Contractor shall provide duct leak testing, refrigerant leak test for
refrigerant piping and chilled water leak test for chilled water piping and
insulate/make good ductwork and piping after testing is approved.
 The Construction Contractor shall provide refrigerant piping and chilled
water piping to include pipe insulation, cladding, isolation valves, charging
valves, liquid line solenoid valves, sight glass, filter drier, condensate lines,
hangers/supports and associated accessories.
 The Construction Contractor shall verify design, layout and equipment sizes
prior to installation.
 The Construction Contractor shall provide condensate drain line from unit to
the nearest drain pit.
 The Contractor shall perform start up and commissioning for the HVAC
system.
 The Contractor shall test, adjust and balance the HVAC System in
accordance with NEBB or AABC standards. Final and authenticated report
shall be by a Third Party pre-qualified TAB Contractor and shall be
submitted to Company Representative for review and approval upon
successful completion of fourteen (14) days continuous operation of the
newly installed HVAC System.
 The Construction Contractor shall analyze the installation and prepare a
procedure for performing the work of this Section.
 The Construction Contractor shall indicate deficiencies in the system that
would preclude proper adjusting, balancing, and testing of the new ducting
system.
 The Construction Contractor shall secure the Company Representative's
review and approval of the proposed procedure.
 The Construction Contractor shall provide an unpriced list of spares and
consumables to manufacturer’s recommendation for 1 year’s operation for
every item of system at the time of tendering.
 The Contractor shall ensure that the manufacturer or supplier have the
capability to provide In-Kingdom repair, maintenance, spare parts and
supply service for all equipment.
 The Contractor shall guarantee r continuous service and spare parts
availability for 15 years.

8.4 Communication Works

Below is a summary description of Communication works. It shall not be construed


as a limitation to the Contractor’s scope which is defined in more details in the
drawings and other Contract documents. In case of conflict between the details
below and the drawings, the most stringent requirement shall prevail.

Following are the detailed requirements for the existing Data Center 1 (DC-1) to be
considered:

8.4.1 Data Center Full Height Modular Type Cabinets:


 The Contractor shall provide and install Sixteen (16) new close full height
modular type cabinet , 42U, 600mm(W) x 1070mm(D) x 2000mm(H)

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 14 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

dimensions, equipped with built-in redundant smart PDU, cable


management, top horizontal cable routing, and temperature & humidity
probes.
 The Contractor shall provide and install new Structured Cabling System
integrated with the existing horizontal distribution cable trays above false
ceiling and under raised floors of the existing Data Center 1 Room of ITD
building applying the structured cabling system methodology as per TIA-
942, SAES-T-916, BICSI and other international standards for compliance,
as part of the structured cabling system contractor to provide and install 24
ports UTP patch panel inside each of the Sixteen (16) new close cabinets.
 The Contractor shall provide and install ground wiring system for the new
Sixteen (1) close full height modular type cabinet interfaced with the existing
TMGB of Data Center 1 (DC-1) of ITD building.
 This project shall allocate One (1) of the sixteen cabinets as DCIM
Cabinet#48 to house the required Gigabit Ethernet Switches (for CCTV and
Biometric), DCIM equipment, UTP patch panels, and Network Video
Recorder.
Refer to drawing number KA-107836 sheet 001.

8.4.2 IP Closed Circuit Television:


 This project shall provide and install an independent/isolated CCTV System
(IP PTZ megapixel dome type cameras) throughout all the critical in/out
areas of the existing Data Center 1 (DC-1) interfaced with One (1) new
Network Video Recorder (NVR) and Gigabit Ethernet Switch.
 The Contractor shall provide and install necessary horizontal and vertical
cableway facilities, junction boxes, 3/4” Ø EMT conduits and all other
mounting accessories required to support the UTP distribution cables from
the new megapixel PTZ dome type cameras (PTZ-1,2,3,4,5,6,7 & 8)
towards the allocated new 42U full-height modular type DCIM cabinet#48
then to the new CCTV Gigabit Ethernet Switch. Refer to drawing no. KA-
107833 SH. 001, KA-107836 sheet 001, 394-SD-112-T-SEC-001 sheet 1
& 3 of 4.
 The Contractor shall provide and install Four (4) new megapixel PTZ dome
type camera (PTZ-2,3,5 & 6) and all its required mounting, conduit, cabling,
and accessories inside the existing Data Center 1 Room#00-022 as shown
on drawing no. 394-SD-112-T-SEC-001 sheet 1 & 3 of 4.
 The Contractor shall provide and install Three (3) new megapixel PTZ dome
type camera (PTZ-1, 4 & 7) and all its required mounting, conduit, cabling,
and accessories outside the existing Data Center 1 Room#00-022
corridor#00-048 as shown on drawing no. 394-SD-112-T-SEC-001 sheet 1
& 3 of 4.
 The Contractor shall provide and install One (1) new megapixel PTZ dome
type camera (PTZ-8) and all its required mounting, conduit, cabling, and
accessories inside the new Supervisor Room#00-022B as shown on
drawing no. 394-SD-112-T-SEC-001 sheet 1 & 3 of 4.
 The Contractor shall utilize the old locations of the relocated existing Two
(2) fixed cameras namely C1 & C2 in corridor# 00-048 with the new PTZ-1
& 7, and One (1) fixed camera namely C4 with the new PTZ-8 in Supervisor
Room#00-022B as shown on drawing no. 394-SD-112-SEC-001 sheet 1
& 3.
 The Contractor shall provide and install One (1) new CCTV monitoring
workstation and all its required accessories mounted on top of a new One
(1) CCTV desktop table to be located inside the new Supervisor Room#00-
022B as shown on drawing no. 394-SD-112-T-SEC-001 sheet 1 & 3 of 4.
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 15 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

The Contractor shall coordinate with KJO ITD for its final location and site
verification for the nearest existing information outlet available, else,
Contractor to provide and install new information outlet, EMT conduits and
all its support hard wares, UTP horizontal cables, home run from its
proposed location towards new DCIM Cabinet #48, UTP patch panel
terminations, UTP patch cord to the new CCTV Gigabit Ethernet Switch.
Refer to drawing number KA-107836 sheet 001, KA-107833 Sheet 001.
 The Contractor shall provide and install One (1) new CCTV System Network
Video Recorder (NVR) that will digitally record a video when an alarm is
generated and available for viewing up to 30 days from the date the video
was taken, with a digital recording capacity to permit recording under all
scenarios and still maintain at least 50% spare storage capacity, to be
located inside the assigned/allocated new DCIM Cabinet #48, necessary
UTP patch cabling connection shall also be provide and installed by the
contractor.
 The Contractor shall provide and install One (1) new Gigabit Ethernet
Switch, 24-ports, 1U, 10/100/1000mbps ET ports (PoE) and SFP uplink
ports (1GB) for the new PTZ cameras to be located inside the
assigned/allocated new DCIM Cabinet #48. Necessary SFP modules and
fiber patch cords shall also be provide and installed by the contractor.
 The Contractor shall provide and install One (1) new Gigabit Ethernet
Switch, 12 x SFP GBET ports (aggregation switch), 1U, for the new DCIM
server/terminal, CCTV and Biometric Gigabit Ethernet switches’ data
network connectivity co-located inside the assigned/allocated new DCIM
Cabinet #48. Necessary SFP modules and fiber patch cords shall also be
provided and installed by the contractor.
 The Contractor shall provide and install One (1) new UTP Patch Panel, 24
ports, 2U and all its accessories, to be located inside the new DCIM Cabinet
#48.
 The Contractor shall provide and install necessary ground wiring system for
the IP PTZ cameras, conduits, junction boxes interfaced with the existing
Data Center 1 grounding system.

8.4.3 New IP Biometric System:


 This project shall provide and install an independent/isolated Biometric
System throughout all the critical in/out door areas of the existing Data
Center 1 (DC-1) interfaced with One (1) new Biometric Client workstation
and Gigabit Ethernet Switch.
 The Contractor shall provide and install One (1) new Biometric system of
the latest technology available in the market with a man-trap configuration
by which the double door inside the System Monitoring Room#00-22A will
automatically unlocked once the main door of the System Monitoring
Room#00-022A has closed.
 The Contractor shall provide and install One (1) new Biometric system with
centralized administration, real-time monitoring & events, indisputable audit
trails for regulatory compliance and zero security breaches in all
installations.
 The Contractor shall provide and install necessary horizontal and vertical
cableway facilities, junction boxes, 3/4” Ø EMT conduits and all other
mounting accessories required to support the UTP distribution cables from
the new Biometric access unit towards the allocated new 42U full-height
modular type DCIM Cabinet#48 then to the new Biometric Gigabit Ethernet
Switch. Refer to drawing no. KA-107837 SH. 001, KA-107836 sheet 001,
KA-107838 sheet 001 and KA-107839 sheet 001.

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 16 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 The Contractor shall provide and install Five (5) new Biometric units (of
latest technology in the market) and all its required mounting, cabling, and
accessories on the following locations as shown. Refer to drawing number
KA-107838 sheet 001 and KA-107839 sheet 001.
 The Contractor shall provide and install One (1) new Biometric monitoring
workstation and all its required accessories mounted on top of the new One
(1) CCTV desktop table beside CCTV Workstation to be located inside the
new Supervisor Room#00-022B as shown on drawing no. KA-107839
sheet 001. The Contractor shall coordinate with KJO ITD for its final
location and site verification for the nearest existing information outlet
available, else, Contractor to provide and install new information outlet, EMT
conduits and all its support hard wares, UTP horizontal cables, home run
from its proposed location towards new DCIM Cabinet #48, UTP patch
panel terminations, UTP patch cord to the new Biometric Gigabit Ethernet
Switch. Refer to drawing number KA-107836 sheet 001, KA-107841
sheet 001.
 Contractor to provide and install One (1) new Gigabit Ethernet Switch, 24-
ports, 1U, 10/100/1000mbps ET ports (PoE) and SFP uplink ports (1GB) for
the new Biometric system to be located inside the assigned/allocated new
DCIM Cabinet #48. Necessary SFP modules and fiber patch cords shall
also be provided and installed by the contractor.
 Contractor to provide and install One (1) new UTP Patch Panel, 24 ports,
2U and all its accessories, to be located inside the new DCIM Cabinet #48.
 Contractor to provide and install necessary ground wiring system for the IP
Biometric units, conduits, junction boxes interfaced with the existing Data
Center 1 grounding system.

8.4.4 Data Center Infrastructure Management (DCIM):

The Contractor to provide and install new Data Center Infrastructure


Management (DCIM) that include but not limited to the requirements of a new
independent/dedicated Data Center Infrastructure Management System (DCIM)
that will provide management and control of the Air conditioning Unit, UPS,
PDU, CCTV, Biometric, Leak Detection Systems and other critical infrastructure
systems inside the ITD Building’s Data Center 1 Room.

Notes:

This new DCIM shall not be integrated to the existing BMS system of ITD
Building but capable and ready for future Data Center 1 facilities integration.

Existing 160KVA of the existing KJO ITD building’s Data Center-1 Room shall
be interfaced with the new independent/dedicated DCIM system to be provided
by this project.

All other equipment related to DCIM system shall be provided and installed
inside the DC-1 Room, to be rack-mounted inside the assigned/allocated new
DCIM cabinet#48 (one of the new 16 x full height modular cabinets) except for
the desktop table mounted Servers (for CCTV/Biometric) and DCIM Terminal
workstation to be located inside the new Supervisor Room# 00-022B as per
directives of KJO ITD

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 17 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

See Construction Specifications – Division 16 – Electrical and communication


Installations (Section – 16740 Data Center Infrastructure Management
System) for further technical specifications guidelines.

8.5 Demolition Works

8.5.1 Civil/Architectural Works

The Contractor shall:

 Dismantle and restore existing asphalt pavement and


tiles/pavers/landscaping to the original position/state after the
installation of the ACCU and retaining wall, Pipe trench.
 Remove, demolish and modified wall partitioning at the North West
side of the computer/comm. rm. building along grid line 04. (Remove
and replace existing fixed glass panel and door to a new wall partition
with a fire rating of 2 hrs.
 Remove and replace old perforated raised floor panel
 Demolition of existing concrete pad located at existing mechanical
room, this room will be converted to new battery room
 Remove and replace damaged raised floor.
 Remove and repair existing roof slab and roof waterproofing in
preparation of installation of one ACCU concrete pad.
 Re-arrange ceiling as per new equipment layout
 Re-paint all affected walls
 Install new wall partition and door at proposed room
 Saw, cut, demolish and remove existing concrete floor slab at will be
affected on the installation of new waste water pipe line
 Saw, cut, demolish and repair all wall areas that will be affected on
lying of new pipe line (wall penetration).
 Relocate or re-route existing utilities as required.
 Orotect and re-locate existing utilities such as drainage, sewerage,
communication, and electrical cables and other obstructions in the
path of construction. In the event the Contractor found that any
structure is overlapping or obstructing any of the existing facilities,
equipment, cables, etc., the Contractor shall be responsible for the
necessary re-location / re-routing of such existing utilities.
 Saw, cut, remove and repair portion of existing pre-cast parapet wall
affected by the penetration of new ACCU pipe line.
 Saw, cut, remove & repair portion of roof slab affected by the pipe line
roof opening. All affected areas including roof water proofing shall be
repair to match existing roof water proofing.

8.5.2 HVAC Works


 The Contractor shall demolish existing Air Handling Unit (AHU-06)
located inside room 00-046 along with its Air Cooled Condensing Unit
(ACCU-01), ductwork below raised floor, refrigerant piping, and all
accessories as shown in drawing no. DEMO-HVAC-001 sh. 1 and 2.
 The Construction Contractor shall demolish existing Fan Coil Unit (FCU-
01) located inside room 00-046 along with its Air Cooled Condensing Unit

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 18 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

(ACCU-01), ductwork, refrigerant piping and all accessories as shown in


drawing no. DEMO-HVAC-001 sh. 1.
 The Construction Contractor shall demolish twelve (12) nos. existing Fan
Coil Units located inside room 00-022 along with their Air Cooled
Condensing Units, refrigerant piping and all accessories as shown in
drawing no. DEMO-HVAC-001 sh. 1.
 Existing floor tiles, normal and perforated, shall be removed and replaced
with new tiles that are uniform in shape and color.

8.5.3 Electrical Works


 The Contractor shall remove/dismantle the existing UPS PP-G3-B112,
DB-B112, UPS PP-G1-B112, UPS PP-G2-B112 and T2 transformer as
shown in the demolition drawing no. DEMO- ELEC-001 sh. 001.
 Contractor to remove/dismantle the existing 40KVA UPS as shown in the
demolition drawing no. DEMO-ELEC-002 sh. 001.

8.5.4 Communication Works


 For the existing CCTV Fixed Cameras, the Contractor shall:
 Relocate the Three (3) existing fixed cameras namely C1 & C3 in
corridor# 00-048 and C4 in Supervisor room# 00-022B of the Data
Center 1 to the new location as shown on drawing no. 394-SD-112-
SEC-001 sheet 1 & 3. Contractor to maintain the original viewing
orientation of the existing cameras upon relocation as shown on drawing
no. 394-SD-112-SEC-001 sheet 1 & 3.
 Utilize the existing conduit, junction boxes and mounting kits of the
existing Three (3) existing fixed cameras namely C1 & C3 in corridor#
00-048 & C4 in Supervisor room# 00-022B.
 Verify existing coaxial cables of the Three (3) existing fixed cameras
namely C1 & C3 in corridor# 00-048 & C4 in Supervisor room# 00-022B
for its cable length if it still adequate to reach the new location as shown
on drawing no. 394-SD-112-SEC-001 sheet 1 & 3.
 Provide a BNC CCTV coaxial cable coupler adapter connector female
RG59 and terminate/install/connect at the end of the existing coaxial
cable in each of the cameras to be relocated from its existing junction
box, after which provide, terminate and install new coaxial cable of (with
adequate length to reach the new location of the existing cameras with
extra length for maintenance purposes) same type as of the existing
coaxial cable and its new BNC coaxial cable connector male RG59
(end-to-end) connecting it to the relocated cameras’ BNC ports.

 For the existing Biometric system/device, the Contractor shall:


 Demolish the existing Biometric/Card Reader (SAGE) installed inside
Systems Monitoring Room#00-022A as shown on drawing no. DEMO-
COMM-001 sheet 3 of 4. Contractor to collect the unit and surrender to
KJO ITD for keeping.
 Maintain the existing conduit, junction box and cabling system of the
existing Biometric/Card Reader to be demolished.
 Reuse and reroute existing conduit and cabling system of the existing
Biometric/Card Reader demolished for the new Biometric to be provided
by this project towards the DCIM Cabinet#48’s Biometric Gigabit
Ethernet switch.
 Verify cable length of the existing Biometric/Card Reader demolished
rerouted towards the new DCIM Cabinet #48 if still adequate, else,

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 19 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

provide and install new biometric cable between the new Biometric unit
and the new DCIM Cabinet #48.
 Refer to drawing numbers KA-107838 sheet 001 & KA-107839 sheet
001, 394-SD-112-T-SEC-001 sheet 3 of 4 and DEMO-COMM-001
sheet 3 of 4.

9.0 CODES, STANDARDS, DRAWINGS AND SPECIFICATIONS

In addition to Contract Technical Specifications, the Contractor shall adhere to the


applicable KJO/Contract and Saudi Aramco Engineering Standards, Codes, Library
Drawings and applicable Industry Codes and Standards listed below when performing the
Work.

9.1 Standards and Codes

The Contractor shall perform the Work in accordance with the latest edition of the
following Industry codes and standards and KJO/Contract/HCIS/SAUDI ARAMCO
standards and specifications:

9.1.1 Codes and Standards


Standard Number Title
ACI 318 American Concrete Institutes, Building Code
Part 1, 2 and 3 Requirements for Reinforced Concrete
ACI 347 Recommended Practices for Concrete Formwork
AMCA 210 Test Code for Air Moving Devices
ANSI/ Safety Code for Mechanical Refrigeration
ASHRAE Std.15
ANSI/ Practice for Measurement, Testing, Adjusting
ASHRAE Std.111 Balancing of HVAC Systems
ARI-410 Forced-Circulation, Air-Cooling and Air-Heating Coils
ARI-520 Positive Displacement Refrigerant Compressors
and Condenser
ASHRAE American Society of Heating, Refrigerating and
Air Conditioning Engineers
ASHRAE Std. 52-76 Filters, Testing Air Cleaning Devices
ASHRAE Std. 62 Ventilation for Acceptable Indoor Air Quality
ASME American Society of Mechanical Engineers
AWS D1.1 American Welding Society, Structural Welding
Code
BICSI Building Industry Consulting Services Int’l
EIA/TIA-568A Commercial Building Telecommunication Wiring
Standard
IPCEA Insulated Power Cable Engineers Association
NEBB National Environmental Balancing Bureau
NEMA National Electrical Manufacturers Association
NESC National Electrical Safety Code
NFC National Fire Code
NFPA 70 National Electrical Code
NFPA 72 National Fire Alarm Code
NFPA 80 Fire Doors and Windows
NFPA 90A Installation of Air Conditioning and Ventilating System
NFPA 90B Installation of Warm Air Heating and Air
Conditioning Systems

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 20 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

NFPA 101 Life Safety Code


NFPA 1961 Fire Hose
NFPA 1963 Screw Threads and Gaskets for Fire Hose
Connections
SMACNA Sheet Metal and Air Conditioning Contractor’s
National Association
SMACNA 1985 HVAC Duct Construction Standards Sheet Metal
and Flexible Ducts
IBC 2009 International Building Code
IFC International Fire Code
IPC International Plumbing Code
SASO Saudi Arabian Standard Organization
ANSI American National Standards Institute
UBC Uniform Building Code

9.1.2 SAUDI ARAMCO Engineering Standards


Standard Number Title

SAES-A-004 General Requirements for Pressure Testing


SAES-A-005 Safety Instruction Sheet
SAES-A-007 Hydrostatic Testing Fluids and Lay-up Procedures
SAES-A-100 Survey Coordinates, Datum’s and Data Formats
SAES-A-102 Ambient Air Quality and Source Emissions Standards
SAES-A-105 Noise Control
SAES-A-112 Meteorological and Seismic Design Data
SAES-A-114 Excavation and Backfill
SAES-B-14 Safety Requirements for Plants and Operations
Support Buildings.
SAES-B-068 Electrical Area Classification
SAES-H-001 Coating Selection and Application Requirements for
Industrial Plants and Equipment
SAES-H-003 Coating Requirements for Concrete Surfaces
SAES-H-002 Internal and External Coatings for Steel Pipelines and
Piping
SAES-H-100 Coating Materials and Application Requirements for
Industrial Facilities
SAES-H-101 Approved Protective Coating Systems for Industrial
Plants and Equipment
SAES-H-102 Safety Requirements for Coating Applications
SAES-J-002 Technically Acceptable Instruments
SAES-J-003 Instrumentation Basic Criteria
SAES-J-200 Pressure
SAES-J-300 Level
SAES-K-100 SAUDI ARAMCO Mechanical (HVAC) Code
SAES-K-001 Heating and Ventilating and Air Conditioning (HVAC)
SAES-K-002 Air Conditioning System for Essential Operating
Facilities.
SAES-K-003 HVAC Systems for Communications Facilities &Data
Centre
SAES-M-001 Structural Design Criteria for Non-Building Structures
SAES-M-100 Saudi Aramco Building Code
SAES-N-004 Design and Installation of Building Thermal Insulation
SAES-O-100 General Requirements Safety and Security
SAES-P-100 Basic Power System Design Criteria

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 21 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

SAES-P-103 UPS and DC Systems


SAES-P-104 Wiring Methods and Materials
SAES-P-111 Grounding
SAES-P-113 Motors and Generators
SAES-P-123 Lighting
SAES-P-103 Ups and DC Systems
PIP ELCGL01 Process Industry practice-Electrical design criteria
SAEP-302 Waiver of Mandatory Aramco Engineering
Requirements
SAEP-1023 Contractor Quality Assurance and Quality Control
Construction Safety Manual
SAES-Q-001 Criteria for Design and Construction of Concrete
Structures
SAES-Q-005 Concrete Foundations
SAES-Q-006 Asphalt Concrete Paving
SAES-Q-007 Foundation and Structure for Heavy Machinery
SAES-Q-010 Cement Based, Non-Shrink Grout for Structural
and Equipment Grouting
SAES-Q-011 Epoxy Grout for Machinery Support
SAES-S-020 Oily Water Drainage Systems
SAES-S-070 Installation of Utility Piping Systems
SAES-T-018 Telecommunications - Symbols, Abbreviations
and Definitions
SAES-T-152 Communications Facility Grounding System
SAES-T-243 Telecommunications: Protection Equipment in
Communications Buildings
SAES-T-603 Safeguard and Warning Devices
SAES-T-631 Communication Cable Terminals
SAES-T-632 Communication Cable Splicing
SAES-T-634 Cable Testing and Identification
SAES-T-795 Communications Facility Grounding System
SAES-T-911 Telecommunications Conduit System Design
SAES-T-912 Communications Feeder Cable
SAES-T-914 Telecommunications Distribution Cable
SAES-T-916 Telecommunications Building Cable Systems
SAES-T-920 Telecommunications Cable Information
G.I.2.100 Work Permits
GI.439.001 Waste Management
GI-0082-001 Emergency Response Operation Rules and
Response

9.1.3 SAUDI ARAMCO Materials System Specifications


01-SAMSS-034 RTR (Fiberglass) Pressure Pipe and Fittings
09-SAMSS-021 Qualification Requirements for Alkyd Enamel Coating
System (APCS-6)
09-SAMSS-075 Caulking Compound (Joint Sealant)
09-SAMSS-088 Aggregates for Concrete
09-SAMSS-092 Cement Based, Non-Shrink Grout
09-SAMSS-097 Ready-Mixed Portland Cement Concrete
09-SAMSS-101 Qualification Requirements for Self-Priming Epoxy
Mastic Coatings
09-SAMSS-104 Epoxy Grout for Structural and Machinery Support
09-SAMSS-106 Epoxy Coated Reinforcing Steel Bar
12-SAMSS-007 Fabrication of Structural and Miscellaneous Steel

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 22 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

12-SAMSS-008 Erection of Structural and Miscellaneous Steel


12-SAMSS-014 Material Standard Specifications for Pre-
Engineered Building
14-SAMSS-536 Pad-Mounted Three-Phase Distribution
Transformer
16-SAMSS-503 Indoor Control gear – Low Voltage
16-SAMSS-518 Low Voltage Panel boards
16-SAMSS-521 Indoor Automatic Transfer Switch – Low Voltage
17-SAMSS-518 Diesel Generator Set
17-SAMSS-516 Uninterruptible Power Supply System

9.1.4 Saudi Aramco Pre-Commissioning Forms


P-000 Testing Guidelines
P-030 Molded Case Circuit Breakers
P-040 Low Voltage Cables
P-041 Medium Voltage Cables
P-072 Induction and Synchronous Motors
P-080 Grounding Systems
P-081 Lighting

9.1.5 Special Requirements


 The Contractor shall follow safety procedures and instructions outlined in
the KJO Safety Manual.
 The Contractor shall adhere to the requirements of the applicable
sections of KJO Environmental Regulations (Doc. No. 3302 rev. 1.1 2nd
editions).
 The Contractor shall at all times implement QA/QC procedures and
guidelines throughout the duration of the project in accordance with the
approved KJO QA/QC procedures and regulations and other applicable
International Standards and as specified in Schedule “Q”.

10.0 TESTING AND COMMISSIONING

10.1 The Contractor shall furnish labor and field equipment necessary when making all
tests. Test data must be recorded and submitted to Company Representative.
10.2 The Testing, adjusting, and balancing of HVAC system shall be accomplished in
conformance with SAES-K-001, Section 6.
10.3 The Testing and inspection of Communication system shall be accomplished in
conformance with SAES-T-916, Section 6.
10.4 The Contractor shall perform electrical test and physical checks as described below:
a) Insulation Resistance Test
After installation, but before termination, with the use of meg-ohm tester, all
wires shall be tested phase-to-phase and phase-to-ground for possible damage
to the insulation during installation. All results shall be recorded and signed by
the personnel performing the test and Company Representative. Insulation
resistance during this test shall be five (5) megohms minimum at 250 volts for
cables rated 300V. Control cables rated at 600V and above shall be meggered
at 1000 VDC per SAES-P-104.

b) Continuity Test
All cables shall be tested after installation as per SAES-P-104.

c) Identification Test
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 23 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

Identification Test shall include all tests necessary to confirm that the conductor
being investigated originates and terminates at the locations designated in the
cable and conduit schedule or as indicated in the wiring diagram drawings.

10.5 On completion of entire installation and commissioning, the final approval of KJO
shall be secured covering the installation throughout. KJO reserves the right to make
any additional final commissioning tests and checks, if required, prior to final
acceptance.
10.6 Hydrostatic Testing:
a) Hydrostatic Testing of water lines shall be accomplished in conformance with
SAES-S-070 (Installation of Utility Piping System). SAES-A-004 (General
Requirements for Pressure Testing) shall be used as a guideline for testing
and procedure.
b) Hydrostatic Testing of Sewer lines shall be accomplished in conformance
with SAES-S-070 (Installation of Utility Piping System).
c) Contractor to provide a complete Work of any nature required for flushing and
cleaning of lines prior to hydrostatic testing and shall provide all the required
personnel, piping, pumps, equipment and tanker units to transport flush and
test water.
10.7 Present a testing and inspection schedule so that reporting can be done as per
SAEP-1161, as well as compliance to SAEP-1150 Inspection coverage on Project.
10.8 Construction of HVAC Duct System::
a) Sound Level Data: Include in the report, data on sound levels taken at each
location, selected as directed by Company Representative.
b) Test Apparatus: A complete list of all test apparatus used in performing the
work with serial numbers and verification of latest calibration data.

11.0 TRAINING

The Contractor shall provide through the vendor all training required for the ITD building staff
on all new equipment installed under this project such as HVAC, UPS, DCIM, CCTV, and
Biometric. The training shall be at least on the user, maintenance and DCIM applications.
Equipment user training, equipment Maintenance training and application user training (DCIM,
CCTV, Biometric application)
11.1 The HVAC SYSTEM Vendor Engineer (or specialist) shall conduct training for operation
and maintenance to KJO Operator(s) and maintenance Engineer(s)/Specialist(s). All
training shall be in English Course materials shall also be in English and shall include
visual aids, manuals, and hands-on exercises.
11.2 The UPS Vendor Specialist shall conduct training for operation and maintenance to
KJO Operator(s) and maintenance Engineer. The training shall be in English including
training materials such as visual aids, manuals, and hands-on exercises.

12.0 CLEAN-UP

The Contractor shall maintain good housekeeping throughout the duration of the project, and to
leave the Work Site clean and orderly upon completion of this job.

All debris and waste materials shall be removed from the Site by the Contractor and
disposed of to an area as approved by the Company Representative.

13.0 “AS-BUILT” DRAWINGS

 The Contractor shall keep a complete and correct record of all changes (as-built conditions)
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 24 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

that occur during construction. These construction changes shall be properly marked on full
size drawing prints (using “RED” pencil for additions and “GREEN” for deletions). No other
marks shall be on the prints except as-built information. One (1) set of full size, as-built
markup shall be submitted to Company Representative within two (2) weeks after
completion of construction Work.

14.0 ACRONYMS

AGOC Aramco Gulf Oil Company


AISC American Institute of Steel Construction
ASCE American Society of Civil Engineers
ASME American Society of Mechanical Engineers
AWS American Welding Society
ACS Access Control System
CCTV Closed-Circuit Television
EPDM Ethylene Propylene Diene Monomer
FOC Fiber Optic Cable
FACP Fire Alarm Control Panel
HSE Health, Safety and Environment
HCIS High Commission for Industrial Security (Ministry of Interior)
HVAC Heating Ventilation Air Conditioning
ISD KJO Industrial Security and Safety Department
ITD Information Technology Department
KGOC Kuwait Gulf Oil Company
KJO Al-Khafji Joint Operations
LAN Local Area Network
NEC National Electric Code
NESC National Electric Safety Code
NFPA National Fire Protection Association
PC Personal Computer or Power Cable
PM Project Manager; Project Management
PVC Polyvinyl Chloride
OSP Outside Plant
QA Quality Assurance
QA/QC Quality Assurance/Quality Control
QC Quality Control
RTR Reinforced Thermosetting Resin
RMU Ring Main Unit
SAEP Saudi Aramco Engineering Procedures
SAES Saudi Aramco Engineering Standards
SAMSS Saudi Aramco Materials System Specifications
SACS Security Access Control System
SM Single Mode
UTP Unshielded Twisted Pair
UL Underwriters Laboratories, Inc.
UPS Uninterruptible Power Supply
WO Maintenance Work Order or Work over

ATTACHMENTS

 Attachment 1: List of Drawings and Documents (Separate Binder)


 Attachment 2: List of Construction Specifications (Separate Binder)
 Attachment 3: Contract Completion and Bar Chart
Company General Use

Schedule B – Scope of Work (Rev. 0) Page 25 of 26


Data Center Power and HVAC Modification Tender No. GT539PC18

 Attachment 4: Long Lead Items


 Attachment 5: Vendors List
*************************************************************

Company General Use

Schedule B – Scope of Work (Rev. 0) Page 26 of 26

S-ar putea să vă placă și