26
Data Center Power and HVAC Modification Tender No. GT539PC18 Company General Use Schedule B – Scope of Work (Rev. 0) Page 1 of 26 TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK DATA CENTER POWER AND HVAC MODIFICATION

TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

TENDER NO.: GT539PC18

SCHEDULE B

SCOPE OF WORK

DATA CENTER POWER AND HVAC MODIFICATION

Page 2: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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 WORKS .......................................................................... 8 8.2 ELECTRICAL WORKS ........................................................................................................... 11 8.3 HVAC WORK ........................................................................................................................ 13 8.4 COMMUNICATION WORKS .................................................................................................. 14 8.5 DEMOLITION WORKS ........................................................................................................... 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

Page 3: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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:

Page 4: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 5: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 6: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 7: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 8: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 9: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 10: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 11: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 12: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 13: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 14: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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)

Page 15: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 16: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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.

Page 17: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 18: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 19: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

(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,

Page 20: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 21: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 22: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 23: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 24: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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)

Page 25: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

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

Page 26: TENDER NO.: GT539PC18 SCHEDULE B SCOPE OF WORK...Al-Khafji Joint Operations (KJO) is a joint venture between Aramco Gulf Operation Company (AGOC) representing Kingdom of Saudi Arabia

Data Center Power and HVAC Modification Tender No. GT539PC18

Company General Use

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

Attachment 4: Long Lead Items

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