0% found this document useful (0 votes)
49 views

Gulf Lab-RFP-GSS-076

The document is a Request for Proposal (RFP) for geotechnical investigation services at the OXAGON - Zone A - Education Research and Innovation Campus, with proposals due by February 10, 2025. Bidders must submit both technical and commercial proposals, adhering to specified criteria and guidelines, including health and safety, quality assurance, and previous experience. The employer reserves the right to reject any proposals that do not meet the requirements outlined in the RFP.

Uploaded by

alqadad ahmad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
49 views

Gulf Lab-RFP-GSS-076

The document is a Request for Proposal (RFP) for geotechnical investigation services at the OXAGON - Zone A - Education Research and Innovation Campus, with proposals due by February 10, 2025. Bidders must submit both technical and commercial proposals, adhering to specified criteria and guidelines, including health and safety, quality assurance, and previous experience. The employer reserves the right to reject any proposals that do not meet the requirements outlined in the RFP.

Uploaded by

alqadad ahmad
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 58

To: Land Investigation Company for Laboratories One Your Ref: n/a

Person Company (Gulf Lab).


Attn: Mr. Manuel Garcia Ruiz Our Ref: 00-4200000175-NEO-LTR-000069
Contracts Manager Contact: Mr Osama Wahba
Email: [email protected] Position: Employer’s Contract Administrator
Cc: Tel:
Email: [email protected]
Dated: 21 January 2025
Contract No. : 4200000175
Title : Framework Agreement for General Survey Services – Request for Proposal
Subject : RFP-GSS-076 – OXAGON - Zone A - Education Research and Innovation (ERI) Campus - Geotechnical
Investigation Stages 3B – 3C.
Dear Sir,
With reference to the above, you are requested to provide your Technical and Commercial Proposal for the attached
scope of works in Aconex by 10 Feb 2025. Please note that all queries to be sent to Mr. [email protected] ,
Mr. [email protected] and Mr. [email protected] through Aconex on or before 30 Jan 2025.
Your TECHNICAL proposal shall include the following and to be evaluated against the below criteria:

1. Expertise and Experience


2. Planning
3. Health and Safety
4. Environment & Sustainability
5. Quality Assurance / Quality Control
To assist with the above, a detailed technical evaluation criteria is provided in attachment for your information and
further use. Please provide all the information requested.
Your TECHNICAL proposal (or any technical queries) shall be uploaded separately, marked confidential, to the following:

1. ACONEX Account: NEOM Projects Regional RFP 2. Aconex Account: [email protected]


3. Aconex Account: [email protected]
4. Aconex Account: [email protected]
Your COMMERCIAL proposal shall show a breakdown of all deliverables as shown in attached BOQ and shall be strictly
in accordance with the conditions, and items of the contract/ framework agreement and shall be sent separately,
marked High confidential, ONLY to the following:
ACONEX Account: Spine RFP
Please note that the Employer is not bound to accept the lowest or any offer. The Employer has the right to reject
proposals not covering with the requirements. The Employer may award all or part of the scope.
Yours faithfully,

__________________
Osama Wahba
Employer’s Contract Administrator

Endorsed by:

__________________
Sulieman Arabiat
Director – Commercial & Controls

__________________ __________________
Mike Bevan Scott Stewart
Senior Geotechnical Manager Senior Geotechnical Manager

cc: B. McLean, N. Prassas, G. Christofides, S. Borelli, A. Shipillis, P. Barbour, A. Copeland, R. Ruse, C. Davies, R. v. Wijk, E. McAndrew, M. Hassasn
Attachments:
1. As above

2 of 2
Internal

F ra me wo rk Ag ree men t of Ge ne ra l Su rv e y Se rvi ce s

O XAG O N - O XAG O N - Zon e A - Edu ca t ion Res ea rch and Inn ov at io n


( ERI ) Ca mp us - Ge ot ec hn ic al In ve sti g at ion Sta ge s 3 B – 3 C

Re qu es t for Pro p o s a l No . 0 7 6

Internal
Internal

Request For Proposal


Technical Proposal Returnable

Bidders are requested to return the following technical information as part of the tender
submission.

Your TECHNICAL proposal shall be submitted on 10 Feb 2025 and any technical queries
shall be submitted no later than 30 Jan 2025. Any correspondence shall be marked
confidential, to the following representatives:

o ACONEX Accounts:
1. [email protected]
2. [email protected]
3. [email protected]

1. Detailed understanding of Project Scope


Bidder shall submit a detailed project scope, which will demonstrate an extensive
knowledge and understanding of the subject scope works relating to the project including
NEOM procedures & requirements. Bidder to provide a
• Project Overview of the Scope of Works \ Scope of Requirements.
• Approach and methodology
• Deliverables Schedule with Project Milestones.
• Schedule of Timelines for Submissions
• Work Breakdown Schedule
• Proposed Involvement of Sub-Consultants and / or Specialists.
• RACI Matrix for all reports
• Capacity and Ability to Meet Delivery Schedule
• Availability of Manpower and Equipment
• Health, Safety and Environment Management Plans
• Quality Assurance System
• Local Content Requirement
• Risk Schedule

2. Consultant to provide understanding of the NEOM processes and govern ance.

3. Programme / Time Schedule


Bidder shall submit a schedule of workshops and peer reviews with deliverables, which
demonstrates how the project will be managed through the provision of a proposed time
schedule that shows the sequence and duration of work activities, identifying periods for
scope execution aligned to the varying tasks including providing time frames for NEOM
approvals .

4. Organization Chart(s) & Resumes


Bidder shall submit an Organization Chart, supported by relevant CVs which demonstrates
that the personnel are in place, and can carry out their individual tasks within the
assignment. This should be shown by their professional tenure in the industry and relevant
experience. The senior individuals proposed should have managerial / technical experience
on projects of a similar or equivalent size for their respective disciples.

All personnel are expected to have a minimum number of years of experience in the
associated field as indicated in the framework agreement (Schedule 1: Pricing Schedule).

2|Page
Internal

Preferable the engaged person(s) should be professionally accredited where possible.

5. Resumes are required for the following 03 No. of Experts:

Provide the evidence that the subject matter experts to be appointed to support NEOM
OXAGON have strong scientific background of the corresponding discipline. The Expert
can be one of the panel members.

6. Previous Relevant Experience


Bidder shall submit evidence that similar projects have been undertaken and completed in-
full, demonstrate the capability of undertaking the scope of works within the required
timeframe and geotechnical investigations. Experience should be evidenced for previous
projects including client name, project title, project location, scope of work and contract
value, etc.

7. NEOM PPP Camp (Accommodation Offering per Village)

The housing of workers employed by the Contractor for the purposes of the contract is the
sole responsibility of the Contractor at its’ cost. NEOM’s Construction Villages offer
accommodation, within the NEOM site, for workers employed in relation to the construction
of NEOM. Subject to the operational readiness and availability of the Construction Villages,
the Tenderer will be required to commit to accommodating, within such Construction
Villages, all workers employed by or on behalf of the Tenderer with respect to the Contract.

i. The current costs of occupancy (on a full-board basis to include accommodation,


food, laundry housekeeping and recreational facilities) in NEOM’s Construction
Villages varies depending on the size and type of room. The occupancy rates per
day and other details can be obtained by contacting the PFM Accommodations
team at the following e-mail address: [email protected]
ii. The Contractor shall include in its Contract Price the cost of housing workers
employed based on the information provided by the PFM Accommodations team.
Iii In the event that any of the Construction Villages are not operationally ready or
otherwise not available for any reason at the time specified for such occupation, the
Contractor shall, at its cost, procure alternative temporary accommodation for its
workers until NEOM notifies the Contractor that a Construction Village is available
for occupation by the Contractor’s workers. For the avoidance of doubt, NEOM shall
not be responsible under any circumstances for any costs or expenses incurred by
the Tenderer in procuring such alternative temporary accommodation.

iv. Details of the various Villages including occupancy room types and village locations
can be found in the following table:-

3|Page
Internal

Accommodation Offering per Village

A-Type B-Type C-Type D-Type bed


unit unit bed Junior Labourer (4 ×
Village Name Executive Senior (2 × 1) 1) Only Male Location
(1 × 1) (1 × 1) Only Male Occupants
Occupants

NCV1 (Tamimi) ✓ ✓ N/A ✓ https://goo.gl/maps/LR8Qf6dino7mYDfU6

NCV2 (Tamimi) N/A N/A N/A ✓ https://goo.gl/maps/2bA4zQkLCkyP88728


NCV3 (SATCO)
Only Male ✓ ✓ ✓ ✓ https://goo.gl/maps/tWjzShtnEBLYrUaq7
Occupants
NMTCV Trojena
(Tamimi) ✓ ✓ ✓ ✓ https://maps.app.goo.gl/gDU9ZE1GyP37ZAnk6
NRC 11 (Al
Fanar) ✓ ✓ ✓ ✓ https://maps.app.goo.gl/pz2sRpncsc45Q7hSA?g_s t=ic
NRC 13 (Al
Fanar) ✓ ✓ ✓ ✓ https://maps.app.goo.gl/J3hzpX4eCH8fcone8?g_st=ic
NRC 17 (Al
Fanar) ✓ ✓ ✓ ✓ https://goo.gl/maps/6KatuJC9NoEnRrm46

NRC 19 (Al
Fanar) ✓ ✓ ✓ ✓ https://goo.gl/maps/rc4qffGAbGm5BTCMA
NRC 26 (Al
Fanar) ✓ ✓ ✓ ✓ https://goo.gl/maps/wrKsqdzECHLjNE647

NRC 01
(NESMA) ✓ ✓ ✓ ✓ https://goo.gl/maps/DDXt6KBAqDzqKMdh7

NRC 02
(NESMA) (5K) ✓ ✓ ✓ ✓ https://maps.app.goo.gl/5Bx8FPRLf41nNe556
NRC 05
(Tamasuk) ✓ ✓ ✓ ✓ https://goo.gl/maps/K9BVqUqaDR3kUX1x5
NRC 09
(Tamasuk) ✓ ✓ ✓ ✓ https://goo.gl/maps/CYvEP9wAfKkAntu1A
NRC 25 (Al
Mutlaq) ✓ ✓ ✓ ✓ https://goo.gl/maps/E6n2UjJysHCwMrre7

4|Page
Internal

Request for Proposal Form

Commercial Proposal Returnable

Bidders are requested to return the following Commercial information as part of the
tendersubmission.

Your COMERCIAL proposal shall show a breakdown of all deliverables detailed in the RFP
document and shall be returned on 10 Feb 2025. Bidder shall input the required hours and
rates into Appendix A below, and shall be in strictly in accordance with the conditions of the
terms of the contract/framework agreement and shall be sent separately, marked confidential,
ONLY to the following:

ACONEX Account: SPINE RFP

Please note that the Employer is not bound to accept the lowest or any offer resultant to this
Request for Proposal, and Employer has the right to reject proposals not complying with the
requirements.

Bidder to insert Request for Proposal Price Brought forward from Appendix A

RFP Price SAR (excluding VAT)

RFP Price SAR (in words)

(Excluding VAT)

Duly authorized company signatory:

Name: Title / Position: Signature:

Email: Mobile: Date:

Company Stamp

5|Page
Internal

Schedule 5 Form of Service Order

SERVICE ORDER FOR THE PERFORMANCE OF SERVICES BY (INSERT NAME OF CONSULTANT)

This Service Order and its Appendices is subject to the terms and conditions of the Contract
Agreement number (insert) dated (insert) between NEOM Company and (insert name of
consultant), including its Schedules and Appendices, which are incorporated herein by reference.

No. ITEM CLAUSE DESCRIPTION


REFEREN
1. Contract Reference CE
N/A Insert Contract Reference Number
2. Service Order No N/A Insert Service Order Number
3. Completion Date 1.1 Refer to Appendix E
Attention: Insert Name Here
Position: Insert Capacity Here
4. Consultant’s Representative Address: Insert Business \ Company
1.1
Address here IOK
Kingdom of Saudi Arabia.
Email: [email protected]
OXAGON - Zone A - Education Research
5. Description of Services 1.1 and Innovation (ERI) Campus -
Geotechnical Investigation Stages 3B –
3C.
Attention: Osama Wahba
Position: Director of Technical Support
Address: NEOM Company Building 4758,
6. Employer’s Representative 1.1 NEOM Base Camp Gayal,
Tabuk Province 49643
Kingdom of Saudi Arabia
Email: osama.wahba @neom.com

7. Key Personnel 1.1 Refer to Appendix F


8. Scope of Services 1.1 Refer to Appendix B

9. Estimated SO Contract Price 1.1 To be confirmed on award of Service


Order

10. SO Signature Date 1.1 To be confirmed

11. Performance Bond 3.4 10% of the agreed Contract Value

12. Time for submission of 4.3(a) Three (07) days from the Service Order
Services Programme Signature Date.

13. Delay Liquidated Damages 4.5 Refer to Appendix E

6|Page
Internal

No. ITEM CLAUSE DESCRIPTION


REFEREN
CE The total aggregate amount of KPI
Deductions and liquidated damages for
14. KPI Deductions & Delay 4.5, 5.2 delay shall not exceed 10% of the Contract
Liquidated Damages Cap Price. The cap will cover both Liquidated
Damages for Delay and any KPI
Deductions.
15. Payment Terms – currency 8.6(a)(iii) The currency shall be Saudi Arabian
Riyals (SAR) only
16. Advance Payment 8.11 Not Applicable

17. Advance Payment 8.11 Not Applicable


Repayment
The total liability of the Consultant to the
Employer under or in connection with this
18. Limitations of Liability 12.2 Service Order shall not exceed the higher
of the Estimated Service Order Amount for
this Service Order Price.

This Service Order includes the followings documents, which are listed in their order of descending
precedence:

1. Appendix A: Service Order Price

2. Appendix B: Scope of Services

3. Appendix C: Employer’s Requirements

4. Appendix D: Key Performance Indicators

5. Appendix E: Services Programme; Milestones; Completion Date; LDs

6. Appendix F: Key Personnel

7|Page
Internal

APPENDIX A

Service Order Contract Price

The Request for Proposal Price shall be calculated in accordance with the Unit Rates included herein.
Consultants shall input their proposed rates against the Framework items and the non-Framework items
detailed below. The rates are fixed for the duration of the Service Order. All quantities indicated are indicative
only and are subject to remeasure.

ERI Campus Geotechnical Investigation Phase 1

Item No. Descriptions Unit Qty Unit rate Price

Item No. Lot 2 - Onshore Geotechnical Survey Services -


1.1 Geotechnical Site Investigations & Reporting
1.1.1 Drilling, Borehole Geotechnical Tests, Test Pits & Reporting
Mobilization and demobilization of survey personnel and equipment to
1.1.1.1 LS
site 1
Setting up of drilling rig at each borehole location having easy accessible
1.1.1.2 Nr
condition 94
Setting up of drilling rig at each borehole location having difficult
1.1.1.3 Nr
accessible condition
1.1.1.4 As built coordinates and elevation of the boreholes by topo surveyor Nr
94
1.1.1.6 Marking of test locations (obtain northing / easting and elevation) LS
1
Drilling land boreholes up to 10m below existing ground level, including
1.1.1.7 M
sampling in soil and continuous coring in rock (at 1,000 m spacing) 940

Drilling land boreholes from 11 to 20m below existing ground level,


1.1.1.8 including sampling in soil and continuous coring in rock (at 1,000 m M
940
spacing)
Drilling land boreholes from 21 to 30m below existing ground level,
1.1.1.9 including sampling in soil and continuous coring in rock (at 1,000 m M
940
spacing)
1.1.1.14 Standby rate of onshore drilling equipment with field team Day
40
Backfilling rotary drillhole with cement/bentonuite grout or bentonite
1.1.1.15.22 m
pellets 2,820
Installation of standpipe Piezometers for monitoring groundwater levels
1.1.1.16 M
during fieldworks 180
Setting of a diver for monitoring groundwater level, temperature and
1.1.1.17 Nr
conductivity 8
Retrieving the diver, taking the monitoring records, reprogramming and
1.1.1.18 Nr
resetting at the same depth 8
1.1.1.19 Protective cover for standpipe (raised) Nr
8
Excavating test pits to 1m depth below ground surface, or earlier
1.1.1.20 termination on encountering hard material, rock, groundwater or unsafe Nr
30
ground conditions
1.1.1.22 Small Disturbed Soil Sample Nr
450
1.1.1.23 Bulk Disturbed Soil Sample Nr
94
1.1.1.25 Groundwater sample Nr
47

8|Page
Internal

Borehole Tests

1.1.1.26 Standard penetration test in geotechnical boreholes (SPT) Nr


1,950
1.1.1.27 Conduct ERT test and TRT test Nr
30
1.1.1.30 In situ CBR test Nr
30
1.1.1.31 In situ density test in Test pits of 1m depth Nr
30
1.1.1.33 Field Permeability Tests (Falling Head) ASTM D5084 Nr
48
1.1.1.34 Field Permeability Tests (Packer Test or Lugeon Test) NF EN ISO 22282-3 Nr
30
1.1.1.35 Percolation/soakaway Test Nr
30
Reporting
1.1.1.42 Method Statement LS
1
1.1.1.46 Factual Report for up to 100 Boreholes LS
1
Laboratory testing of soil samples, and rock cores, including physical,
1.1.2
mechanical and chemical testing
1.1.2.1 Grain Size Analysis ASTM D2487 Nr
188
1.1.2.2 Moisture Content ASTM D2216 Nr
188
1.1.2.3 Particle Size Analysis by Sedimentation ASTM D1140 Nr
86
1.1.2.4 Linear Shrinkage of Soil ASTM D4943 Nr
47
1.1.2.5 Dry and Bulk Densities ASTM D4254 Nr
188
1.1.2.6 Plasticity Indices ASTM D4318 Nr
188
1.1.2.7 Unconsolidated Undrained Triaxial Compression Test ASTM D2850 Set
9
Consolidated Drained direct shear Compression Test ASTM D3080/3080
1.1.2.10 Set
M 47
1.1.2.11 Unconfined Compression Test on Cohesive Soil ASTM D2166/ D2166M Nr
9
1.1.2.12 One Dimensional Consolidation Test ASTM D2435/2435 M Nr
9
1.1.2.13 Specific Gravity of Soil Particles ASTM D854 Nr
36
1.1.2.14 Chloride Content of Soil AASHTO T291 / BS 1377-3 Nr
282
1.1.2.15 Sulphate Content of Soil AASHTO T290/ BS 1377-3 Nr
282
1.1.2.16 Calcium Carbonate Content of Soil ASTM D4373/ BS 1377-3 Nr
47
1.1.2.17 PH Value of Soil ASTM D4972/ BS 1377-3 Nr
282
1.1.2.18 Chloride Content of Groundwater ASTM D512 Nr
47
1.1.2.19 Sulphate Content of Groundwater ASTM D516/ BS 1377-3 Nr
47
1.1.2.22 Total Recoverable Sulphate as SO4 2- APHA 3120; USEPA 6010 Nr
47

9|Page
Internal

1.1.2.23 Temperature APHA 2550 Nr


47
1.1.2.24 Electrical Conductivity APHA 2510-COND (2017) Nr
47
1.1.2.26 Magnesium APHA 3120; USEPA 6010 Nr
55
1.1.2.27 PH Value of Groundwater ASTM D1293/ BS 1377-3 Nr
47
1.1.2.28 One Dimensional Swell or Collapse Potential of Soils ASTM D4546 Nr
47
Determination of The Dry Density / Moisture Content Relationship of Soil
1.1.2.29 Nr
ASTM D1557 or ASTM D698 47
1.1.2.30 Determination of The California Bearing Ratio (CBR) ASTM D1883 Nr
47
1.1.2.31 Porosity for rock samples (ASTM C97 and/or ASTM D5550-06) Nr
33
1.1.2.32 Slake Durability Test (ASTM D4644) Nr
33
1.1.2.36 Uniaxial Compression Test for Rock ASTM D7012-14 Method C Nr
350
Uniaxial Compression Test and Static Elastic Modulus ASTM D7012-14
1.1.2.37 Nr
Method D 175
1.1.2.40 Point Load Test ASTM D5731 Set
282
Reporting
1.1.2.41 Method Statement LS
1
1.1.2.42 Factual Report LS
1
1.2 In-situ Geotechnical Tests & Reporting
Mobilization and demobilization of survey personnel and equipment to
1.2.1 LS
site 1
1.2.2 Performing test setup at location having easy accessible condition Nr
30
Excavating test pits to 3m deep below ground surface, or earlier
1.2.6 termination on encountering hard material, rock, groundwater or unsafe Nr
30
ground conditions
Plate Bearing Test in trial pits (at 0.5m depth in dry and inundated
condition. If sudden settlement is observed (collapse behaviour), then to
1.2.7 Nr
be repeated up to three times at a lower level until stable condition or 30
pit depth is reached)
1.2.11 Standby rate of in-situ geotechnical test equipment with field team Day
3
Reporting

1.2.13 Method Statement LS


1
1.2.14 In-Situ Tests Factual Report LS
1
1.2.15 In-Situ Tests Interpretative Report LS
1
1.3 Geophysical Surface Tests
Mobilization and demobilization of survey personnel and equipment to
1.3.1 LS
site 1
1.3.2 Constructing field geometry at location having easy accessible condition Nr
8
As built coordinates and elevation of the survey line/points by topo
1.3.4 Nr
surveyor 18

10 | P a g e
Internal

1.3.7 Multichannel Analysis of Surface Waves (MASW) - 2D Linear M


1,600
1.3.11 Seismic Reflection Method Km
4
1.3.12 Electrical Resistivity Testing (ERT) Km
4
Reporting

1.3.17 Method Statement LS


1
Surface Geophysical Survey Factual Report for up to 200 measured
1.3.23 LS
lines/points 1
Interpretative Reporting of Surface Geophysical Survey for up to 200
1.3.30 LS
measured lines/points 1
1.4 Borehole Geophysical Measurements
1.4.1 Mobilizing/demobilizing of geophysics equipment and staff LS
Reporting
1.4.9 Method Statement LS
1.4.10 Borehole Geophysical Survey for up to 15 Boreholes LS
Interpretative Reporting of Borehole Geophysical Survey for up to 100
1.4.20 LS
Boreholes
Resource services to include Time Unit Rates (Hourly, Weekly, and
1.6
Monthly rates) - all inclusive
1.6.12 Project Director Wk
1
1.6.13 Project Manager Wk
5
1.6.14 Technical Lead Wk

1.6.16 HSE Site Manager Wk


5
1.6.18 Field Engineer Wk
10
1.6.19 Senior Geotechnical Engineer Wk
10
1.6.20 Senior Geologist Wk
10
1.6.21 Senior Environmental Engineer Wk
5
1.6.22 Project Coordinator Wk
5
1.7 Non-Framework Items
NEOM PPP Camp

NFI 1.1 Extra-over Cost for NEOM PPP Camp for Management Wk
20
NFI 1.2 Extra-over Cost for NEOM PPP Camp for site supervisors Wk
30
NFI 1.3 Extra-over Cost for NEOM PPP Camp for labour Wk
150
NFI 1.4 Wk
Provisonal allowance for providing an Ambulance 10
Total Exclusive of VAT (SAR)
-

11 | P a g e
Internal

ERI Campus Geotechnical Investigation Phase 2

Unit
Item No. Descriptions Unit Qty Price
rate

Item No. Lot 2 - Onshore Geotechnical Survey Services -


1.1 Geotechnical Site Investigations & Reporting
1.1.1 Drilling, Borehole Geotechnical Tests, Test Pits & Reporting
Mobilization and demobilization of survey personnel and equipment to
1.1.1.1 LS
site 1 -
Setting up of drilling rig at each borehole location having easy accessible
1.1.1.2 Nr
condition 92 -
Setting up of drilling rig at each borehole location having difficult
1.1.1.3 Nr
accessible condition -

1.1.1.4 As built coordinates and elevation of the boreholes by topo surveyor Nr


92 -
Excavate inspection pit to 1.2-m depth by hand at BH/CPT location
1.1.1.5 Nr
(service detection) 92 -
1.1.1.6 Marking of test locations (obtain northing / easting and elevation) LS
1 -
Drilling land boreholes up to 10m below existing ground level, including
1.1.1.7 M
sampling in soil and continuous coring in rock (at 1,000 m spacing) 920 -
Drilling land boreholes from 11 to 20m below existing ground level,
1.1.1.8 including sampling in soil and continuous coring in rock (at 1,000 m M
920 -
spacing)
Drilling land boreholes from 21 to 30m below existing ground level,
1.1.1.9 including sampling in soil and continuous coring in rock (at 1,000 m M
920 -
spacing)
1.1.1.14 Standby rate of onshore drilling equipment with field team Day
39 -
Backfilling rotary drillhole with cement/bentonuite grout or bentonite
1.1.1.15.22 m
pellets 2,760 -
Installation of standpipe Piezometers for monitoring groundwater levels
1.1.1.16 M
during fieldworks 180 -
Setting of a diver for monitoring groundwater level, temperature and
1.1.1.17 Nr
conductivity 6 -
Retrieving the diver, taking the monitoring records, reprogramming and
1.1.1.18 Nr
resetting at the same depth 6 -
Excavating test pits to 1m depth below ground surface, or earlier
1.1.1.20 termination on encountering hard material, rock, groundwater or unsafe Nr
29 -
ground conditions
1.1.1.22 Small Disturbed Soil Sample Nr
440 -
1.1.1.23 Bulk Disturbed Soil Sample Nr
92 -
1.1.1.24 Undisturbed open tube sample Nr
46 -
Borehole Tests
-
1.1.1.26 Standard penetration test in geotechnical boreholes (SPT) Nr
1,900 -
1.1.1.27 Conduct ERT test and TRT test Nr
29 -
1.1.1.30 In situ CBR test Nr
29 -
1.1.1.31 In situ density test in Test pits of 1m depth Nr
29 -
12 | P a g e
Internal

1.1.1.33 Field Permeability Tests (Falling Head) ASTM D5084 Nr


-
1.1.1.34 Field Permeability Tests (Packer Test or Lugeon Test) NF EN ISO 22282-3 Nr
29 -
Reporting
-
1.1.1.42 Method Statement LS
-
1.1.1.46 Factual Report for up to 100 Boreholes LS
1 -
Laboratory testing of soil samples, and rock cores, including physical,
1.1.2
mechanical and chemical testing -
1.1.2.1 Grain Size Analysis ASTM D2487 Nr
184 -

1.1.2.2 Moisture Content ASTM D2216 Nr


184 -

1.1.2.3 Particle Size Analysis by Sedimentation ASTM D1140 Nr


41 -

1.1.2.4 Linear Shrinkage of Soil ASTM D4943 Nr


20 -

1.1.2.5 Dry and Bulk Densities ASTM D4254 Nr


92 -

1.1.2.6 Plasticity Indices ASTM D4318 Nr


92 -

1.1.2.7 Unconsolidated Undrained Triaxial Compression Test ASTM D2850 Set


50 -
Consolidated Drained direct shear Compression Test ASTM D3080/3080
1.1.2.10 Set
M 50 -

1.1.2.11 Unconfined Compression Test on Cohesive Soil ASTM D2166/ D2166M Nr


4 -

1.1.2.12 One Dimensional Consolidation Test ASTM D2435/2435 M Nr


4 -

1.1.2.13 Specific Gravity of Soil Particles ASTM D854 Nr


17 -

1.1.2.14 Chloride Content of Soil AASHTO T291 / BS 1377-3 Nr


92 -

1.1.2.15 Sulphate Content of Soil AASHTO T290/ BS 1377-3 Nr


276 -

1.1.2.16 Calcium Carbonate Content of Soil ASTM D4373/ BS 1377-3 Nr


22 -

1.1.2.17 PH Value of Soil ASTM D4972/ BS 1377-3 Nr


276 -

1.1.2.18 Chloride Content of Groundwater ASTM D512 Nr


22 -

1.1.2.19 Sulphate Content of Groundwater ASTM D516/ BS 1377-3 Nr


22 -
1.1.2.22 Total Recoverable Sulphate as SO4 2- APHA 3120; USEPA 6010 Nr
22 -
1.1.2.24 Electrical Conductivity APHA 2510-COND (2017) Nr
22 -
1.1.2.26 Magnesium APHA 3120; USEPA 6010 Nr
25 -
1.1.2.27 PH Value of Groundwater ASTM D1293/ BS 1377-3 Nr
22 -
Determination of The Dry Density / Moisture Content Relationship of Soil
1.1.2.29 Nr
ASTM D1557 or ASTM D698 22 -

13 | P a g e
Internal

1.1.2.30 Determination of The California Bearing Ratio (CBR) ASTM D1883 Nr


22 -
1.1.2.31 Porosity for rock samples (ASTM C97 and/or ASTM D5550-06) Nr
15 -
1.1.2.32 Slake Durability Test (ASTM D4644) Nr
15 -
1.1.2.36 Uniaxial Compression Test for Rock ASTM D7012-14 Method C Nr
276 -
Uniaxial Compression Test and Static Elastic Modulus ASTM D7012-14
1.1.2.37 Nr
Method D 92 -

1.1.2.40 Point Load Test ASTM D5731 Set


276 -
Reporting
-
1.1.2.41 Method Statement LS
1 -
1.1.2.42 Factual Report LS
1 -
Resource services to include Time Unit Rates (Hourly, Weekly, and
1.6
Monthly rates) - all inclusive -
1.6.12 Project Director Wk
1 -
1.6.13 Project Manager Wk
5 -
1.6.16 HSE Site Manager Wk
5 -
1.6.18 Field Engineer Wk
10 -
1.6.19 Senior Geotechnical Engineer Wk
10 -
1.6.20 Senior Geologist Wk
10 -
1.6.21 Senior Environmental Engineer Wk
5 -
1.6.22 Project Coordinator Wk
5 -
1.7 Non-Framework Items
-
NFI 1.1 Extra-over Cost for NEOM PPP Camp for Management Wk
20 -
NFI 1.2 Extra-over Cost for NEOM PPP Camp for site supervisors Wk
30 -
NFI 1.3 Extra-over Cost for NEOM PPP Camp for labour Wk
150 -
NFI 1.4 Wk
Provisonal allowance for providing an Abulance 10 -
Total Exclusive of VAT (SAR)
-

14 | P a g e
Internal

APPENDIX B
Scope of Services

Table of Contents
1. Introduction and Abbreviations used in this document ...................................................................... 16
2. Site and Project Description ............................................................................................................. 18
3. General Requirements ..................................................................................................................... 18
4. Geotechnical Scope of Services ....................................................................................................... 22
5. Geotechnical Plan ............................................................................................................................ 39
6. Deliverables ..................................................................................................................................... 39
7. Quality Assurance ............................................................................................................................ 47
8. HSE ................................................................................................................................................. 47

List of Figures

Figure 1: General Location of the proposed Oxagon Project ............................................................ 16


Figure 2: Location of the Project inside Oxagon ............................................................................... 16
Figure 3: ERI Campus Plot limit according to DMP 1.5 ..................................................................... 16
Figure 4: General Layout Showing Staged Borehole Locations (Phase 1 blue coloured and Phase 2 green coloured)
........................................................................................................................................................ 20
Figure 5: General Layout of ERI Campus Geotechnical – Geophysical Lines ................................... 21

List of Tables
Table 1.1: Tentative Coordinates of the Exploratory Boreholes (WGS 84 / UTM Zone 36R). Phase 1.23
Table 2: Tentative Coordinates of the Explanatory Boreholes PHASE 2 (WGS 84 / UTM Zone 36R) 26
Table 3: Schedule for submission of AGS Data ................................................................................ 45
Table 4: Usage of Particular AGS Groups and Field......................................................................... 45

15 | P a g e
Internal

1. Introduction and Abbreviations used in this document


A Geotechnical Investigation Campaign for Oxagon, ERI Campus is required. The Project is located
within the Oxagon (Neom Industrial City), Zone A as indicated in Figure 1, Figure 2 and Figure 3.

Figure 1: General Location of the proposed Oxagon Project

Figure 2: Location of the Project inside Oxagon

Figure 3: ERI Campus Plot limit according to DMP 1.5

16 | P a g e
Internal

The investigations are planned for design stage 3B / 3C and shall include :
Geotechnical surveys including Borehole Drilling and Geophysical surveys. Field investigations shall be
supplemented by the laboratory testing on collected soil, rock, and groundwater samples. Details of
testing specifications are presented in this document in the RFP Particulars folder attached to this RFP.
Error! Reference source not found.

Acronyms/ Abbreviations Definition


4WD 4 Wheel-Drive
AGS Association of Geotechnical &
Geoenvironmental Specialists
BIM Building Information Modeling
bgl Below Ground Level
BH Borehole
CBR California Bearing Ratio
CSW Constant Shear Warping
CV Curriculum Vitae
DPR Daily Progress Report
DEM Digital Elevation Model
DTM Digital Terrain Model
DWG Drawing
ER Electrical Resistivity
EGM Earth Gravitational Model
ERT Electrical Resistivity Topography
FI Fracture Index
GI Geotechnical Investigation
GL Ground Level
GIS Geographic Information System
GMN General Monitoring Network
GNSS Global Navigation Satellite System
GPR Ground-Penetrating Radar
GPS Global Positioning System
HiRAT High Resolution Acoustic Televiewer
HSE Health, Safety & Environment
ID Identification
JPG Joint Photographic Group
KML Keyhole Markup Language
MOMRA Ministry of Municipal and Rural Affairs

17 | P a g e
Internal

MASW Multichannel Analysis of Surface Waves


m Meter
mPD Meters above Principal Datum
MS Method of Statement
MSL Mean Sea Level
No Number
PS(logging) Compression (P) & Shear Waves (S)
PPE Personal Protective Equipment
PVC Polyvinyl Chloride
QC Quality Control
QA Quality Assurance
Qty Quantity
RINEX Receiver Independent Exchange Format
RTK Real-Time Kinematic
RQD Rock Quality Designation
SOS Scope Of Services
SPT Standard Penetration Test
SCR Solid Core Recovery
TBC Trimble Business Center
TCR Total Core Recovery
TIFF Tagged Image File Format
TOC Table Of Contents
WGS World Geodetic System
UTM Universal Transverse Mercator
UU Unconsolidated Undrained
Xml Extensible Markup Language

2. Site and Project Description


The NEOM ERI Campus is located at Zone A, is an integrated part of Oxagon of NEOM project
The investigation points as required in the area are presented shown in Table 1, Table 2, Table 3 and
Table 4.

3. General Requirements
All geotechnical activities shall be carried out in a maximum period of time as agreed. The Consultant
shall provide all necessary staff and equipment to deliver all required activities within this period.
The specifications of the proposed geotechnical investigations along with associated in-situ and
laboratory testing are presented in this SOS with minimum requirements for Geotechnical Investigations
including sampling, in-situ testing, and laboratory testing as set out in the NEOM Geotechnical

18 | P a g e
Internal

Investigation Procedures (NEOM-NEN-PRC-001) and Geotechnical specification (NEOM-NPR-SPC-


GSS-001).

19 | P a g e
Internal

Figure 4: General Layout Showing Staged Borehole Locations (Phase 1 blue coloured and Phase 2 green
coloured).

20 | P a g e
Internal

Figure 5: General Layout of ERI Campus Geotechnical – Geophysical Lines

21 | P a g e
Internal

The field exploration points shall be confirmed by the Consultant in coordination with the Employer
Representative after Contract Award.
The Consultant shall maintain copies of all relevant standards, on-site, for the duration of the
investigation.
The Consultant shall be responsible for submitting plans/ layouts/ procedures/ method statements as
necessary for all activities to Employer for approval before execution/ implementation. All investigations
shall be executed in accordance with the applicable Employer codes and standards for safe execution
and environmental controls. All operations shall be planned and executed in accordance with Employer
Health and Safety regulations and Mandatory Environmental Controls in the Employer Environmental
Management Requirements.
The Consultant shall ensure all necessary permits and permissions for personnel and equipment from
the relevant authorities are obtained. The Consultant shall be responsible for the protection of all
existing utilities and services from damage during the execution of the investigations. The Employer will
provide and approve the Consultant entry permit inside the Plot.
The Consultant shall arrange for temporary water, electricity, and telecommunications services for the
performance of the Contract including the provision of any cables, pipes, valves, meters, storage tanks,
etc.

4. Geotechnical Scope of Services

4.1 Objectives of the Investigations


Based on the information available for the geotechnical studies, the primary objective of this service
is to provide geotechnical investigations and reporting through the identification of any site-specific
geotechnical data required to develop ground improvement, geohazards, drainage and retaining
structures, earthwork, and any other geotechnical parameters related to the future design of
ancillary structure foundations. If it will be requested by the Designer the Consultant shall develop
all pertinent geotechnical parameters by appropriate field and laboratory investigations, testing and
analyses.
In principle the objectives of this campaign are about:
1. Studying the identified hazards whether below or on the ground,
2. Obtaining representative data on the engineering properties and characteristics of the founding
terrain,
3. Obtaining representative data on the physical soil properties for assessment of slope stability,
earthworks, excavation support, pavement subgrade, ground improvement,
4. Identification of concrete exposure class,
5. Assessing site seismic class,
6. Identification of groundwater conditions,
7. Identification of further studies to be conducted during the detailed design phase

4.2 Scope of Services


The scope of service is to produce a sufficiently detailed Factual Geotechnical report for the required
level of design (Stage 3B & 3C), containing field exploration and laboratory testing results (tests
and assessments as are necessary for physical, mechanical, and hydrological properties of soil
layers at the project site).
Information in the report shall include but is not limited to, prevailing geological conditions (e.g.
surface and subsurface), location of exploration points, identification of groundwater levels,
geotechnical cross-sections across the site, and description of the subsurface conditions on-site.
All geotechnical laboratory and field works shall be based on standards outlined in approved
normative and Employer Engineering Procedure for Geotechnical Investigations (NEOM-EN-PRC-
001) and Geotechnical specification (NEOM-NPR-SPC-GSS-001).

22 | P a g e
Internal

Table 1.1: Tentative Coordinates of the Exploratory Boreholes (WGS 84 / UTM Zone 36R). Phase 1.

BOREHOLE DATA PHASE 1


No. PRIORITY TRIAL PIEZOM P/S DEPTH CAD COORDINATES KMZ COORDINATES
PITS ETER LOGGING Easting (X) Northing (Y) Latitude Longitude
BH01 A 30 749626.40 3054832.76 27.5944589 35.52897
BH03 A TP1 30 749658.61 3054812.48 27.59427001 35.5293
BH06 A 30 749637.35 3054852.43 27.59463422 35.52909
BH07 A TP2 X 30 749653.52 3054834.07 27.59446564 35.52925
BH09 A 30 749672.93 3054838.85 27.59450522 35.52945
BH13 B TP3 X 40 749686.56 3054839.09 27.59450485 35.52958
BH14 A TP4 X 40 749656.25 3054874.87 27.59483317 35.52929
BH18 A 30 749679.80 3054867.94 27.59476628 35.52952
BH19 A TP5 30 749689.55 3054860.98 27.59470169 35.52962
BH20 B 30 749700.37 3054857.77 27.59467074 35.52973
BH21 A TP6 30 749678.84 3054903.29 27.59508531 35.52952
BH25 A TP7 30 749708.15 3054892.01 27.59497817 35.52981
BH26 B 30 749716.63 3054880.61 27.59487378 35.5299
BH27 A 30 749703.44 3054904.97 27.59509593 35.52977
BH30 B TP8 30 749731.17 3054901.49 27.59505941 35.53005
BH31 A 30 749702.27 3054935.73 27.59537352 35.52976
BH32 A TP9 30 749712.34 3054926.26 27.59528629 35.52986
BH33 A X 30 749727.36 3054914.59 27.59517829 35.53001
BH39 A TP10 30 749739.44 3054935.50 27.59536462 35.53014
BH40 B 30 749752.28 3054927.46 27.59528969 35.53027
BH41 A X 40 749757.78 3054986.49 27.59582108 35.53034
BH43 A X 40 749767.94 3054957.14 27.5955545 35.53043
BH45.1 A 30 749778.31 3054996.29 27.59590566 35.53055
BH47 B 30 749793.77 3054955.44 27.59553443 35.53069
BH48 A 30 749795.70 3054968.86 27.59565508 35.53072
BH53 A TP11 X 40 749807.97 3055009.05 27.59601529 35.53085
BH54 A X X 40 749815.50 3054994.92 27.59588643 35.53092
BH55 B X 40 749826.50 3054972.03 27.59567801 35.53103
BH56 A TP12 30 749825.71 3054983.63 27.59578278 35.53102
BH57 A 30 749823.53 3055010.92 27.59602929 35.53101
BH61 B 30 749849.83 3054984.37 27.59578497 35.53127
BH62 A 30 749846.56 3055027.49 27.59617446 35.53124
BH63 A TP13 30 749854.35 3055012.14 27.59603461 35.53132
BH65 A 30 749863.69 3055002.12 27.59594252 35.53141
BH67 B 30 749877.69 3054996.91 27.5958929 35.53155
BH69 A TP14 X 40 749873.79 3055043.93 27.5963177 35.53152
BH73 A X 40 749889.93 3055025.93 27.59615239 35.53168
BH74 A TP15 30 749894.90 3055017.13 27.59607214 35.53173
BH77 A 30 749901.94 3055032.74 27.59621161 35.5318
BH78 B X 40 749908.06 3055015.79 27.5960576 35.53186
BH79 A TP16 30 749673.11 3054741.77 27.59362962 35.52943
BH80 B 30 749668.70 3054725.20 27.59348096 35.52938
BH84 A 30 749700.90 3054764.83 27.59383244 35.52971
BH86 A 30 749705.70 3054741.16 27.59361805 35.52976
BH87 A TP17 X 40 749705.89 3054785.33 27.59401643 35.52977

23 | P a g e
Internal

BH89 A TP18 X X 40 749716.58 3054763.22 27.59381507 35.52987


BH93 A 30 749728.53 3054803.25 27.59417389 35.53
BH94 A 30 749730.43 3054784.94 27.59400839 35.53002
BH95 B 30 749741.90 3054759.13 27.59377344 35.53013
BH97 A TP19 30 749751.89 3054778.21 27.59394376 35.53023
BH100 A TP20 30 749752.23 3054815.10 27.59427638 35.53024
BH103 B 30 749775.09 3054775.71 27.59391691 35.53047
BH105 A 30 749777.72 3054815.63 27.59427647 35.5305
BH107 A 30 749785.48 3054792.35 27.59406505 35.53058
BH108 A 30 749788.43 3054825.93 27.59436736 35.53061
BH110 A TP21 X 30 749797.49 3054809.63 27.59421869 35.5307
BH111 A 30 749808.06 3054805.63 27.59418063 35.53081
BH113 A 30 749805.39 3054823.19 27.59433949 35.53078
BH114 B 30 749817.84 3054796.12 27.59409309 35.5309
BH115 A TP22 30 749815.57 3054841.98 27.59450709 35.53089
BH119 A TP23 30 749829.92 3054819.42 27.59430096 35.53103
BH121 A X 40 749834.91 3054837.58 27.59446384 35.53109
BH123 B X 40 749847.60 3054812.51 27.59423542 35.53121
BH124 A TP24 30 749857.78 3054873.38 27.59478252 35.53132
BH126 B X 40 749889.99 3054853.10 27.59459362 35.53165
BH129 A X 40 749868.73 3054893.05 27.59495784 35.53144
BH130 A TP25 30 749884.90 3054874.68 27.59478925 35.5316
BH134 A 30 749897.32 3054893.55 27.59495714 35.53173
BH136 B 30 749917.94 3054879.71 27.59482846 35.53194
BH137 A 30 749887.63 3054915.49 27.59515679 35.53164
BH141 A TP26 X 30 749911.17 3054908.56 27.59508989 35.53187
BH143 B 30 749931.75 3054898.38 27.59499435 35.53208
BH145 A 30 749926.74 3054934.51 27.59532107 35.53204
BH149 A TP27 30 749946.36 3054935.33 27.59532486 35.53223
BH151 B 30 749959.94 3054937.29 27.59533999 35.53237
BH156 A TP28 30 749948.69 3054974.72 27.59567967 35.53227
BH157 B 30 749974.47 3054958.16 27.59552561 35.53252
BH158 A 30 749944.25 3054990.47 27.59582257 35.53222
BH160 A 30 749970.66 3054971.27 27.59564451 35.53249
BH162 A X 40 749969.89 3054987.60 27.5957919 35.53248
BH165 A X 30 749957.80 3055011.96 27.59601389 35.53237
BH166 A TP29 30 749982.74 3054992.18 27.59583083 35.53261
BH168 B X 40 749992.01 3054984.65 27.5957612 35.53271
BH169 A 20 749769.75 3054884.78 27.59490154 35.53044
BH170 A X 20 749802.08 3054886.27 27.59490907 35.53076
BH172 A 20 749813.02 3054909.95 27.59512062 35.53088
BH174 A 30 749922.14 3054959.97 27.59555152 35.53199
BH176 A TP30 30 749921.43 3054942.17 27.59539112 35.53198
BH177 A 10 749659.67 3054777.14 27.59395108 35.5293
BH178 A 30 749734.15 3054841.60 27.59451871 35.53007
BH179 A 10 749883.23 3054958.25 27.59554326 35.5316
BH180 A 10 749944.51 3055035.93 27.59623248 35.53224
BH181 A 10 749975.18 3054903.76 27.59503477 35.53252
BH182 A 10 749591.65 3054895.59 27.59503192 35.52864

24 | P a g e
Internal

4.3 Geotechnical Assessment


For foundation design, ground improvement works, earthworks, and other geotechnical and
construction-related activities, the following properties and behavior of soil - rock shall be
assessed:

• Physical Properties

• Mechanical Properties and Soil – Rock Capacity

• Hydrological Properties

• Chemical Properties of Soil – Rock

• Mechanical behaviour of the mass when loaded

Laboratory and field methods that are appropriate for determining the physical properties of
subsurface material shall be conducted with the consideration of volumetric properties (moisture
content, specific gravity, unit weight), compaction properties (proctor and CBR), gradation
properties (mechanical sieve analysis and hydrometer analysis), plasticity properties (Atterberg
limits), mechanical properties (SPT, Unconfined Compression Strength, Direct Shear, point load,
triaxial, etc.), deformability properties (Uniaxial consolidation in Oedometer, swelling pressure) and
permeability properties of soil - rock samples.
Laboratory tests shall be conducted to identify the project site exposure class based on the
sulphate/chloride content and PH of soil/water that should be considered for the selection of
minimum compressive and tensile strength of Portland Cement Concrete for the drainage and
retaining structures at the project site, and the choice of subsurface concrete protection
requirements.
The expected field and laboratory work to be carried out are the following:

Description of All Geotechnical Investigation Works to be carried out Phase 1 and Phase 2:

PHASE 1
• 94 nos. boreholes to be drilled to depths of 30 - 40 meters (Blue colored boreholes). Figure 4
and Error! Reference source not found. Boreholes who have near trial pits CBR testing will be
executed both to the pit and down the hole.
• 4 nos. Geophysical MASW lines. The geophysical line results must cover a 50m depth. Figure
5 and Table 4
• ERT and TRT lines testing in the boreholes crossed by the proposed ERT lines.
• 8 nos. of Piezometers if water is encountering Error! Reference source not found..
• 30 nos. Trial pits up to the 3m depth Error! Reference source not found.. Load plate tests to be
executed in the trial pits
• 18 nos. PS Logging Down the holes Geophysical testing in selected positions as per Table 2.

Note: The coordinates of the geotechnical campaign Exploratory points will be adjusted according
to project changes if needed.

Phase 1 is consisted of 2 stages of works Priority A and Priority B. All works of Priority A will be
executed with immediate effect. Before Priority A completion the Consultant will report to the
Designer and Employer about the uniformity of the ground conditions obtained till that time. The
assessment will be based on the geology of the area and the data recorded regarding faults, big
cavities, extended shear zones and weathering factor severeness. Geophysical data will assist to
the Priority A data interpretation. If this will be regarded as satisfactory then Priority B works, and
Phase 2 works are automatically deleted and descoped. The GI Consultant will proceed
immediately with the data of Priority A for laboratory and final reporting (Factual report 1).

25 | P a g e
Internal

If the ground conditions indicate cast doubts on uniformity conditions the GI Consultant will proceed
with the priority B works.
All Phase 1 data will be delivered to the Designer who will decide if the works or part of the works
of Phase 2 are needed for his Design basis and risk assessment. Any part of the Phase 2 works
will be evaluated and in case will not be needed will be descoped from the Contract.

PHASE 2
• 92 nos. boreholes to be drilled to depths of 30 - 40 meters (Green colored boreholes).
• Tentative locations of the areas to be investigated are listed below in Table 2.

Note: The coordinates of the Exploratory points related with this campaign will be adjusted
according to project changes if needed.

Table 2: Tentative Coordinates of the Explanatory Boreholes PHASE 2 (WGS 84 / UTM Zone 36R)

BOREHOLE DATA PHASE 2


CAD COORDINATES KMZ COORDINATE
No. DEPTH
Easting (X) Northing (Y) Latitude Longitude
BH02 30 749640.86 3054822.24 27.59436129 35.52911835
BH04 30 749636.91 3054842.16 27.59454172 35.52908251
BH05 30 749656.82 3054823.27 27.5943677 35.52928012
BH08 30 749671.34 3054822.54 27.59435842 35.52942702
BH10 30 749653.44 3054862.80 27.59472483 35.52925413
BH11 30 749665.94 3054852.94 27.59463353 35.52937859
BH12 30 749680.80 3054849.70 27.59460157 35.52952836
BH15 30 749669.63 3054870.31 27.59478955 35.5294195
BH16 30 749693.17 3054849.26 27.59459538 35.52965348
BH17 30 749663.45 3054886.36 27.5949354 35.52936028
BH22 30 749691.25 3054889.38 27.59495758 35.52964233
BH23 30 749703.06 3054878.66 27.59485864 35.5297597
BH24 30 749690.18 3054911.90 27.59516088 35.52963619
BH28 30 749720.59 3054890.68 27.5949639 35.52993961
BH29 30 749717.04 3054904.95 27.59509326 35.52990663
BH34 30 749713.59 3054942.74 27.59543466 35.52987951
BH35 30 749726.59 3054930.92 27.5953257 35.5300087
BH36 30 749738.07 3054925.03 27.59527046 35.53012375
BH37 30 749741.50 3054914.68 27.59517643 35.53015629
BH38 30 749729.67 3054943.82 27.59544147 35.53004254
BH42 30 749765.51 3054971.56 27.59568498 35.53041117
BH44 30 749778.49 3054951.66 27.59550316 35.53053837
BH45 30 749779.52 3054978.75 27.59574729 35.53055443
BH46 30 749780.79 3054965.94 27.59563148 35.53056463
BH49 30 749793.80 3055001.75 27.59595207 35.53070374
BH50 30 749802.12 3054986.21 27.59581043 35.53078477
BH51 30 749809.58 3054979.74 27.59575067 35.53085891

26 | P a g e
Internal

BH52 30 749812.17 3054964.50 27.59561274 35.53088201


BH58 30 749833.31 3055025.57 27.59615959 35.53110871
BH59 30 749838.62 3055006.46 27.59598624 35.53115848
BH60 30 749846.53 3054995.66 27.59588743 35.53123626
BH64 30 749862.73 3054991.11 27.59584337 35.53139932
BH66 30 749860.47 3055037.29 27.59626031 35.53138608
BH68 30 749877.84 3055011.69 27.59602623 35.53155662
BH70 30 749875.71 3055026.26 27.59615798 35.531538
BH71 30 749892.88 3055005.59 27.5959684 35.53170751
BH75 30 749884.24 3055046.07 27.59633512 35.53162846
BH76 30 749895.67 3055043.43 27.5963092 35.53174364
BH81 30 749685.46 3054736.49 27.59357973 35.52955204
BH82 30 749690.54 3054749.4 27.59369516 35.52960614
BH83 30 749692.68 3054779.32 27.59396461 35.52963404
BH85 30 749706.71 3054751.01 27.59370665 35.52977018
BH88 30 749716.46 3054778.01 27.5939484 35.52987446
BH90 30 749722.69 3054753.18 27.59372336 35.52993242
BH91 30 749715.57 3054793.89 27.5940918 35.52986881
BH92 30 749731.68 3054763.19 27.59381199 35.53002545
BH96 30 749744.77 3054792.45 27.59407345 35.53016407
BH98 30 749742.55 3054804.63 27.59418374 35.53014412
BH99 30 749760.65 3054772.03 27.59388632 35.53032061
BH101 30 749759.06 3054800.06 27.59413948 35.5303103
BH102 30 749764.84 3054786.44 27.59401552 35.53036597
BH104 30 749770.59 3054824.30 27.59435593 35.53043203
BH106 30 749780.07 3054805.64 27.59418587 35.53052418
BH109 30 749790.01 3054814.63 27.59426516 35.5306265
BH112 30 749797.49 3054837.82 27.59447288 35.53070713
BH116 30 749793.49 3054797.84 27.59411305 35.53065833
BH117 30 749820.46 3054829.75 27.59439592 35.53093803
BH118 30 749832.03 3054807.50 27.59419309 35.5310505
BH120 30 749826.93 3054850.49 27.59458178 35.53100778
BH122 30 749842.64 3054825.18 27.59435056 35.53116161
BH125 30 749872.24 3054862.86 27.59468491 35.53146901
BH127 30 749868.29 3054882.78 27.59486534 35.53143318
BH128 30 749888.20 3054863.89 27.59469131 35.53163078
BH131 30 749902.72 3054863.16 27.59468203 35.53177768
BH132 30 749882.16 3054888.55 27.59491482 35.5315748
BH133 30 749885.44 3054904.21 27.59505542 35.53161121
BH135 30 749912.18 3054890.31 27.59492517 35.53187903
BH138 30 749901.01 3054910.93 27.59511316 35.53177017
BH139 30 749924.55 3054889.88 27.59491898 35.53200415
BH140 30 749894.83 3054926.97 27.59525901 35.53171095

27 | P a g e
Internal

BH142 30 749916.71 3054900.60 27.59501708 35.53192701


BH144 30 749913.21 3054934.46 27.59532314 35.53189864
BH146 30 749935.08 3054925.97 27.59524254 35.53211824
BH147 30 749945.82 3054917.87 27.59516753 35.53222527
BH148 30 749934.55 3054946.06 27.59542379 35.53211704
BH150 30 749936.80 3054964.72 27.59559168 35.53214371
BH152 30 749946.75 3054961.65 27.59556214 35.53224377
BH153 30 749963.89 3054947.36 27.59543011 35.53241433
BH154 30 749960.34 3054961.63 27.59555946 35.53238134
BH155 30 749936.96 3054982.82 27.59575487 35.53214904
BH159 30 749955.65 3054982.94 27.5957525 35.53233825
BH161 30 749956.89 3054999.41 27.59590087 35.53235425
BH163 30 749981.38 3054981.71 27.59573666 35.53259847
BH164 30 749984.80 3054971.35 27.59564263 35.53263101
BH167 30 749972.97 3055000.50 27.59590768 35.53251727
BH171 30 749801.94 3054912.18 27.59514272 35.53076758
BH173 30 749829.27 3054907.70 27.59509732 35.53104333
BH175 30 749912.16 3054948.28 27.59544795 35.53189088
BH183 30 749801.67 3054787.73 27.59402041 35.53073904
BH184 30 749691.41 3054925.09 27.59527962 35.5296514
BH185 30 749714.49 3054955.29 27.59554769 35.52989133
BH186 30 749770.69 3054989.49 27.59584582 35.53046728

REMARKS
Possible relocations of all types of the Exploratory positions can be determined:
- Based on poor accessibility conditions.
- Based on in-situ HSE conditions workability and performance of the Geotechnical rigs and
equipment.
- Based on Geotechnical evaluation of the nearby data.

All positions of the trial pits are located up to 4m distance near to the Phase 1 borehole listed
in the same row.

All above remarks are valid for ALL EXPLORATORY positions and related works.

GEOPHYSICAL LINES COORDINATES


Table 3: Tentative coordinates of ERT exploratory points

ERT (KMZ Coordinates)

START START
No END (Latitude) END (Longitude) LENGTH (m)
(Latitude) (Longitude)
LINE 1 27.59561783 35.52986178 27.59649850 35.53195983 229.06
LINE 2 27.59529937 35.52957822 27.59633529 35.53204614 269.43
LINE 3 27.59494880 35.52921818 27.59617207 35.53213245 318.17
LINE 4 27.59465534 35.52899422 27.59613217 35.53251253 384.11
LINE 5 27.59441456 35.52889573 27.59596896 35.53259884 404.29

28 | P a g e
Internal

LINE 6 27.59425135 35.52898204 27.59580575 35.53268514 404.29


LINE 7 27.59408814 35.52906835 27.59564254 35.53277145 404.29
LINE 8 27.59392493 35.52915466 27.59547933 35.53285776 404.29
LINE 9 27.59376172 35.52924097 27.59524748 35.53278053 386.44
LINE 10 27.59351619 35.52918875 27.59503614 35.53280977 395.33
LINE 11 27.59338722 35.52924485 27.59488988 35.53282467 390.83
3990.53

Table 4 Tentative coordinates of MASW exploratory points

MASW (KMZ Coordinates)

CENTER CENTER LENGTH


Nu ANGLE (Degrees) RADIUS (m)
(Latitude) (Longitude) (m)
LINE 1 27.59288070 35.53250883 59 382 393.4
LINE 2 27.59288070 35.53250883 59 362.9 373.7
LINE 3 27.59710916 35.52890507 62 362.9 392.9
LINE 4 27.59710916 35.52890507 62 382 413.6
1573.6

- All Geophysical testing, works and reporting will be completed minimum 2 weeks earlier of Phase
I. The Consultant will take all the needed precautions to secure this requirement

- ERT Tomography lines will meet and be adjusted with the boreholes positions that are the closest
to each line. Therefore will, be adjusted to the in-situ conditions. Pairing of boreholes will be
determined based on the Consultant equipment capacity regarding the minimum in – between
distance that can provide the best quality records.

4.4 Scheduling of Works


The investigation and subsequent reporting are to be completed within the period required, the
Consultant shall submit a detailed program, for review and approval, indicating the following
minimum (but not limited) information:
• The schedule for the activities (site works, laboratory and reporting of Phase 1 (Priority A
and Priority B) and if needed Phase 2).
• The used resources (number of rigs, staff available, other equipment, etc.).
• Method statement for site investigations (drilling, in situ testing, geophysics). Geophysical
works are characterized as top priority and will execute minimum 10 days before the
completion of the Priority A works.
• Table of content (TOC) of geotechnical factual report.

During the geotechnical investigation, the Consultant shall submit to the Employer:
• Daily reports presenting and recording in detail all site activities, and the Consultant
manpower and machinery that support the works.
• Weekly progress reports with a summary of all activities carried out, draft borehole logs and
results of in situ tests, laboratory test results and a week ahead planning.

The Consultant shall be available for attending weekly meetings with the Employer. Furthermore,
the Employer can conduct site visits.

29 | P a g e
Internal

Scheduling of works must meet and ensure full accordance with the requirements of Chapter 5
Geotechnical plan. The Consultant will provide the detailed plan for each part of the works phasing.

4.5 Site Access


The Consultant shall demonstrate that the chosen access is acceptable with regard to engineering,
HSE and environmental concerns. Site access routes shall be submitted by the Consultant and
approved by the Employer. Appropriate measures should be taken to allow for access via existing
unpaved roads, sandy terrain and steep terrain. The Consultant is obliged to handover all the site
working area to the same condition as delivered to him in first place.
The Consultant shall acquaint himself and comply with any vehicle load restrictions that apply and
shall avoid peak traffic. If it is unavoidable that the Consultant has to drive tracked vehicles along
the existing roads, all necessary precautions must be taken to prevent damage. Such precautions
shall not relieve the Consultant’s responsibilities for reinstating any damage caused to the existing
roads. The Consultant also ensures that existing roads are kept clear of site materials and debris
at all times.

The Consultant shall inform all sub-Consultants of all restrictions relating to access and ensure that
the sub-Consultants comply with them.

The Consultant shall allow for all other necessary items relating to access to the Works.

The Consultant shall be responsible for making arrangements to establish the equipment in the
investigation area and transporting personnel to and from the Site during the Contract Period.

The Consultant is permitted access to the site for the sole use of carrying out the Works. The
Consultant shall be responsible for ensuring that all roads and bridges in route to the Site are
suitable for transporting materials and equipment.

4.6 Setting Out


The Consultant is to provide Employer specifications and valid certificates of calibration for all
required equipment to be used before the commencement of the survey works.

A preliminary site visit to the site will be performed by the Consultant to validate the location of all
expected site activities. The proposed boreholes, test pits, and geophysical lines’ positions may
undergo relocations, based on the findings, so as to improve the site investigation effectiveness,
however, any change shall be submitted for the Employer’s revision and approval prior to starting
the activities.

The Consultant shall be responsible for setting up any permanent or temporary survey station
required to accurately set out the Works. The Consultant shall employ the services of an
experienced surveying specialist for this purpose if necessary.

The Consultant shall at the commencement of the Works check the consistency of existing survey
stations and report any discrepancies to the Employer. The Consultant shall then set up and protect
an adequate number of fixed survey stations. Each of these survey stations shall be visible from at
least two other stations and shall be referenced in such a way that they can be re-established if
disturbed. Location sketches and adjusted coordinates and levels will be supplied by the Consultant
for all Survey Stations.

The Consultant shall ensure that the actual positions are within 0.50 m of that specified and that all
exploratory holes are accurately surveyed. The coordinates shall also be recorded to within 0.50
m, referred to as the specified survey grid.

30 | P a g e
Internal

The Consultant shall give Employer reasonable notice of any intention to set out or take levels for
any part of the work so that arrangements may be made for checking the work. The checking of
setting out or levelling by the Employer shall not relieve the Consultant of any duties or
responsibilities under the Contract. The Consultant shall be responsible for Setting Out works in
their entirety.

The Consultant shall be responsible for temporary drainage, security fencing, temporary roads, all
other necessary works, maintaining, clearing away, and reinstating the area when no longer
required.

The Consultant shall note that no temporary labor camps will be permitted at the site unless
otherwise specifically advised in advance and in writing, by the Employer.

The Consultant shall arrange for all water, electricity, and telecommunications services for the
performance of the Contract including the provision of any cables, pipes, valves, meters, storage
tanks, etc. The Consultant shall be responsible for obtaining all permissions and consents from the
relevant supply or service authorities for the use of their respective supplies or services.

In case that excavation works will take place before the Geotechnical works commence then all
drilling positions coordinates will not be modified but the drilling length will be adjusted to the in –
situ conditions.
4.7 Fieldwork
The fieldwork shall be performed based on Employer procedure “NEOM-NEN-PRC-001 Rev A” and
any previously accepted standard. The fieldwork may include borehole drilling, test pit excavation,
soil sampling and other in situ testing.
4.7.1 Boreholes
All boring/drilling in soils shall be carried out by a method which minimizes the disturbances to the
soil to be sampled or tested below the base of the borehole.

Boreholes shall be drilled using a rotary drilling machine facilitated with disturbed and undisturbed
soil sampling tools for laboratory testing required to assess and analyze the ground improvement
of loose soil, embankments and excavation analysis, major retaining (height more than 2m) and
drainage structure, in addition to foundation design.

The use of cable percussions rigs (in soft/medium soils), as well as other types of drilling rigs (i.e.,
rotary percussion rigs), must be duly justified in advance by the Consultant (including a Method
Statement of the drilling procedure and equipment used), for revision and approval of the Employer.

The drilling Consultant should have adequate experience dealing with Flowing Artesian if
encountered at the site. The Consultant’s driller must have competency in stopping or controlling
artesian flow and have the equipment required to deal with Flowing Artesian conditions. Controlling
artesian flow means that the entire flow:

• Must be conveyed through the borehole’s casing,


• Can be stopped indefinitely without leakage outside of the casing, and
• Must not pose a threat to property, public safety or the environment.

It is important for the Consultant to understand that neither the presence nor the absence of Flowing
Artesian conditions can be known with certainty prior to drilling. Therefore, it should always be
assumed that Flowing Artesian conditions will be present and assume a precautionary approach
(e.g., installing and sealing a surface casing of sufficient length). The Consultant shall be prepared
with the materials, expertise, and equipment needed to construct the boreholes to control or stop
any artesian flow.

31 | P a g e
Internal

Borehole Spacing or Intervals


A minimum number of points of investigation per site are included in this SOS, and
Recommendations on “Employer procedure for geotechnical investigations” shall be followed,
unless otherwise indicated by the Employer.
The number of boreholes and their depth of investigation can vary after preliminary site supervision,
during drilling activities, and/or previous approval from the Employer.
Depths of boreholes can be updated during drilling, and length should be increased to reach dense
soil where the thickness of loose material may be high. If rock is encountered, continuous coring
shall be carried out.
The depth of investigation shall investigate the materials affected by the pressure bulb of the
expected foundations, considering also excavations and cuts. Recommendations included in
“Employer procedure for geotechnical investigations” shall be followed unless otherwise indicated
by the Employer.
In some cases, depending on the characteristics of the structure to be built, when competent
material is found (and only after the Employer approval), the borehole could be finished before
reaching the expected depth.

Consideration of “competent material” is as follows:


• in soil: when five consecutive SPT tests have a “refusal” result (more than 50 blows in 15
cm)
• In rock: when the borehole detects a minimum of 8.0 m of good quality rock, defined as
rock mass with an RQD value of more than 90% for core runs of 1.0 m and a core recovery
of less than 95%.
The Consultant's position of boreholes shall be determined and submitted to the Employer for
approval prior to starting the drilling. Locations of investigation points should be determined after
reconnaissance and a visit to the area.

Borehole Size and Drilling


All borings shall be done using a drilling machine with a minimum inner diameter of 100mm. If steel
casing is used due to stability problems or for deep boreholes (>100 m), the initial diameter of the
borehole must be adequate so the minimum diameter of the borehole at the bottom will not be
inferior to 75 mm.

All boring/drilling procedures must be clearly defined before the commencement of works in a
Method Statement for revision and approval of the Employer.

In rocky materials, core drilling shall generally be carried out with diamond or tungsten carbide-
tipped bits which shall be suitable for the percentage core recovery and diameter required. Drilling
shall be required within the weathered zones of strata, and the strata may be friable, soft, contain
softer lenses within the solid rock, or be other than solid continuous strata. The Consultant shall
bring to the site suitable well-maintained equipment for drilling to produce cores in such strata to
meet the recovery requirement. The equipment shall include double-tube core barrels (for the most
usual conditions) and triple-tube core barrels with transparent plastic liners (for situations with poor
core recovery). Wireline equipment is accepted when included in the Method Statement.

Rotary core drilling shall produce circular rock cores of a minimum of 75 mm; when using wire-line
systems, the minimum diameter accepted will be HQ.

The type and state of the drill bit, feed rates and management of the drill shall be such that where
the material condition permits (fresh rock with low fracture density), core recovery less than 90% in
any drill run will not usually be acceptable for the Employer. In any other cases (with
weathered/fractured rocks), the minimum acceptable recovery will be at least 95% in any single run
unless the Employer is satisfied that more than 95% recovery is impracticable under the prevailing
conditions,

32 | P a g e
Internal

Where fractured rock or weak strata are encountered, the Consultant shall adopt such measures
as necessary to obtain cores, including (but not limited to) the use of mud or polymer flush, or triple
core barrel, as required. In very dense or weakly cemented sands, the Employer may instruct coring;
in such cases,>70% core recovery is expected. An alternative drilling method and diameter may be
acceptable if the Consultant fulfils the above requirements, and the procedure is defined in a Method
Statement. However, the diameter of the recovered core less than 75 mm (or HQ in wireline) is
unacceptable.

Drill runs shall not usually exceed 1.5 m in length unless 100% recovery is obtained, and the core
barrel shall be removed from the drill holes as often as required to get the best possible core
recovery. When recovery is less than 90% for an entire drill run, the next drill run shall be reduced
by 50% or a minimum of 0.5m.

Under the instruction of the Employer, measurements of the drilling parameters, including
penetration rate, torque, feed force, fluid pressure etc., per drill run shall be made and recorded on
the driller’s logs.

The Consultant shall select the drilling fluid (and indicated in the Method Statement) to ensure that
the objectives of the Investigation are met whilst also ensuring that contamination of samples,
groundwater and seawater does not occur. The drilling fluid shall be capable of supporting the walls
of the borehole and shall be suitable for use with specified in situ testing (i.e., down-hole testing,
Televiewer). The drilling fluid shall not affect future measurements of groundwater levels or
permeability tests. For this reason, bentonite is forbidden in areas where groundwater levels are
expected to be detected or where permeability tests are required. The Consultant shall propose
other materials (polymers) or drilling techniques (steel casing) in these cases.

After completion of the boreholes, they shall be backfilled according to the procedure accepted in
the Method Statement unless a piezometer or standpipe is installed.

Removal, Examination and Preservation of Core


Core barrels shall be held horizontally, so rock cores can be extracted carefully from the barrel
using appropriate tools which don’t cause further fractures in the material. Core shall be placed in
a core box such that the cores are retained in position. The core depth (drill run) shall be marked
on the core box with an indelible marker.

After that, the cores shall be examined and logged on-site by a suitably experienced
Geologist/Engineering Geologist provided by the Consultant (and approved by the Employer) and
total core recovery (TCR), solid core recovery (SCR), and rock quality designation (RQD)
measurements shall be made and recorded, in accordance with the Employer Procedure for
geotechnical investigations or other approved standards.

Following examination, core boxes shall be photographed (in colour), with an informative board that
represents the site, borehole number, drilling date, boring depth, location, etc.

Core boxes shall be soundly constructed of timber or other approved material, fitted with stout
carrying handles, fastenings, and hinged lids. The total weight of cores and box shall together not
exceed 60kg. Cores shall be placed in the box with the shallowest cores to the top left-hand corner,
the top being labelled such that the origin of the core can be readily identified. Core boxes shall be
stored secured from interference and protected from the weather in a temporary store on site.

Core boxes will be transported to an approved storage area or laboratory, where core samples can
be taken for laboratory testing purposes. This storage area shall be sufficient in size for examination
and storage of cores during the investigation. The store shall be secure and shall provide protection
from extremes of weather, with temperatures maintained between 5 and 30 degrees Celsius. The
Consultant shall maintain the store for the duration indicated below.

33 | P a g e
Internal

During the period where any rock core has been removed from its core box for testing, a suitable
wooden or PVC marker should be temporarily placed in the core’s place. Information pertaining to
the missing core should be written on the marker and the marker should remain in place until the
core is returned from testing or permanently, if the core has been used in a destructive test (i.e.,
UCS).

Core boxes and other samples retrieved in the boreholes shall be stored in an approved area for at
least 12 months after approval of the final interpretative report. After this period, the Consultant shall
inform the Employer by written notice and proceed to deliver the core boxes to the Employer or
dispose of them, according to the Employer’s’ instruction.

Soil Sampling from Boreholes


All sampling procedures must follow “Employer procedure for geotechnical investigation” or other
previously accepted standards and shall be detailed in the Method Statement.

Depending on the rig type used in the geotechnical investigation, the sampling procedure must
comply with the following minimum requirements.

• For rotary rigs:

Undisturbed soil samples shall be obtained by a thin wall tube where cohesive soils are
encountered. The undisturbed soil sampling shall be performed based on the soil property change
method, with at least one sample alternating with SPT tests every meter.

Disturbed soil samples shall be obtained from the boring based on material change property aspects
but with at least one sample every 5.0m bgl and every 1.5m after that. Disturbed, representative
examples of soil are satisfactory for specific laboratory tests, including classification, water content
determination, index properties, gradation, specific gravity, etc.

The sample shall have enough weight or size for performing of soil physical and mechanical
properties as required for the design. All soil samples shall be properly transferred to the laboratory
for required testing.

Undisturbed samples in cohesive soils shall be taken using open drive sampling equipment or push
in “Shelby tubes” according to accepted standards, except where an alternative method of pushing
or driving the sampling tubes is approved by the Employer. The alternative method shall be such
that the sampling tube is driven smoothly into the ground without deviating from a straight line. The
open drive sampling tubes shall have a minimum internal diameter of 75 mm and a length of 450mm
or as specified by the Employer. The cutting shoes shall be clean, sharp and without burred edges.
The number of blows, weight of drop hammer, height of drop and length driven shall be recorded
when percussion boring is used. Shelby tubes shall be clean, straight and with sharp cutting edges.

All soil samples shall be sealed to preserve their natural moisture content, stored in a cold box and
shall be protected from extremes of weather, with the temperature of the cold box to be maintained
between 5 and 25 degrees Celsius.

Samples shall be transported to the laboratory for testing at the end of each day unless agreed with
the Employer that they will be held in an appropriate temporary store. Special precautions shall be
taken when transporting undisturbed samples to the laboratory or permanent storage to avoid
sample disturbance.

All soil samples shall be stored under controlled temperatures under shade, to prevent loss of
moisture content or disintegration of the sample.

34 | P a g e
Internal

Rock core sample core boxes shall be stored in the shade (not be exposed to direct sunlight) on-
site and transported to the Consultant’s site office or laboratory the very same day after the
completion of the day’s work, where they shall be stored under controlled conditions.

Standard Penetration Test (SPT)


The Consultant shall perform SPT testing in compliance with the Employer procedures. SPT testing
shall be done in every borehole at 1.0m intervals of soil depth up to 10m, and at 1.5m intervals of
soil depth beyond 10m and at every identifiable change of soil stratum. In case cohesive soil is
encountered, undisturbed soil samples shall be extracted, as set out in the previous section.

The test shall be conducted after driving the casing to the bottom of the borehole and after cleaning
it with drill bits and other tools, to ensure the stability of the tested soil at the targeted depth.

In the case of rock material, continuous coring shall be performed.

The N-values as observed shall be reported in the borehole logs without any correction for the
overburden or water table. The disturbed samples shall be taken from the SPT tube and sealed in
air-tight containers, labelled with the following details:
• Borehole ID
• Dates of test performed in the borehole
• Location of borehole
• Depth of SPT test
• Number of SPT blows

Immediately after completion of the SPT, the open split spoon should be photographed with a digital
camera capable of saving metadata. The Consultant should ensure the following criteria are fulfilled:
• a clearly legible label identifying the project title, exploratory hole number, date and time,
and depth range of the sample shall be included in each photograph.
• both the open split spoon and shoe (placed vertically to show the material within) should
be included in the photo.
• the features being photographed shall reasonably fill the frame to show the details clearly.
• at least 5 million pixels in resolution.
• in JPG format.

A photograph of each separate sample shall be included with the factual report. In addition, a digital
copy of each photograph shall be submitted with the report. The digital photograph shall contain the
following Metadata:
• GPS location
• Time and Date when image was taken.

Installation of pipes and piezometers


Standpipes and permanent piezometers for monitoring changes in groundwater levels shall be
installed in selected exploratory holes, as mentioned in this SOS Error! Reference source not
found.. They shall be designated in form and detail, and appropriate dimensions and depths shall
be recorded at the time of installation.

The Consultant to produce the installation detail upon review of the relevant driller’s logs. The
Consultant is to reproduce installation detail prior to the construction of the monitoring well.

The Consultant shall install piezometers or standpipes as indicated in a Method Statement. This
document shall be submitted by the Consultant in advance of the drilling works and approved by
the Employer.

Measurement of Groundwater Level

35 | P a g e
Internal

When groundwater is encountered in exploratory holes, the depth from the ground level of the point
of entry shall be recorded together with the depth of any casing. Exploratory hole operations shall
be stopped and the depth from ground level to water level recorded with an approved instrument at
5-minute intervals for a period of 20 minutes. If at the end of the period of 20 minutes the water level
is still rising, this shall be recorded together with the depth to the water below ground level, unless
otherwise instructed by the Employer. The exploratory hole shall then be continued. If the casing is
used and this forms a seal against the entry of groundwater, the Consultant shall record the depth
of casing at which no further entry or only insignificant infiltration of water occurs.

Water levels shall be recorded as required by the Contract and at the beginning and end of each
shift. On each occasion when groundwater levels are recorded, the depth of the exploratory hole,
the depth of any casing and the time shall also be recorded. Where artesian conditions are
encountered, the Consultant shall immediately inform the Employer and agree on a method for
dealing with the conditions.

Other in – situ testing.


For the determination and assessment of hydraulic, environmental and mechanical properties of
soil, in some cases, permeability tests are required to be performed on soils or rock masses.

Prior to the commencement of these tests, the Consultant shall submit a Method Statement with
the procedure to be followed during the tests. Permeability tests cannot start until the Employer has
approved this Method Statement.

In-situ constant or falling permeability tests shall be performed in soils in accordance with NEOM
procedures and approved standards at selected locations. Material thickness to be tested shall be
indicated in the MS.

Packer Testing is to be conducted in rock masses as per NEOM procedures and approved
standards. Usually, the thickness of materials tested is 5 m, but it could be modified (as indicated
in the MS), due to site geology restrictions. In any case, the tests shall be performed on a
representative area, to obtain reasonable results.

When several tests shall be performed, they shall be conducted in different lithologies, for the
assessment of the hydrology of the site. Therefore, depending on the lithology will be recorded from
the drilling of the first 10 boreholes it will be determined the exact position of the 10 Exploratory
points will be conducted down the holes permeability tests.

Permeability draft results shall be submitted to the Employer on a weekly basis.

Borehole Logs
Standard log forms shall be filled based on the field sampling, exploration and observations. The
log’s material shall be visually described based on Employer procedures and approved standards.
A borehole log template will be included in the Method Statement.

4.7.2 Geotechnical Surveys


In some cases, the geometric distribution of the subsoil cannot be addressed with traditional
methods such as boreholes or trial pits, since they provide only local and punctual information. In
these cases, the use of geophysical surveys will be recommendable to spatially extend all local
information obtained from the boreholes and laboratory tests to find anomalies, discontinuities and
cavities.

The type of survey to be used depends on the soil parameter to be obtained and the purpose of the
survey. Below there is a list of the most common types of geophysical surveys carried out in
geotechnical investigations, which can be performed directly over the ground surface or inside a
borehole:

36 | P a g e
Internal

Over the ground surface:


• ERT
• ER tomography
• Seismic refraction
• Seismic reflection
• REMI, CSW
• Electromagnetic (GPR-radar)
• MASW

The Consultant is required to undertake MASW, ERT and ER Tomography survey lines across the
site as shown in the ground investigation plan drawing Figure 4. The results should indicate
variation in shear wave velocity to a depth of 50m below ground level and be presented in a clear
graphical output showing profiles in both vertical and horizontal format. Reference ISRM (2007).
The data shall be processed to produce separate long sections along each line for each geophysical
method. These shall be in color and show the variation of response both laterally and vertically. The
chainage shall be shown clearly along the ‘x-axis, the depth shown on the ‘y’ axis and a legend
color-coded to show the range corresponding to each color. An interpretative report shall be
produced that shall identify the sequence of geological strata, identify areas of anomaly, and
suggest further works to establish the nature and extent of the anomaly.
Inside a borehole:
• Downhole
• Cross-hole (requires two boreholes)
• Televiewer
• Electrical resistivity
• Gamma natural
• PS suspension Logging
Any preliminary work required to perform the survey (except the activity of drilling the borehole,
whenever the geophysical tests in done inside) will be responsibility of the Consultant, so no
additional cost will be invoiced to the Employer.

Prior to site mobilization, the Consultant is responsible of evaluate all possible issues that can affect
to the survey (for example, traffic that can affect the seismic refraction surveys) and propose
solutions or alternatives to the Employer, for revision and approval.

After the surveys, the site shall be restored to a condition similar to before site works. Special
precautions shall be taken when performing tests inside a borehole to avoid damage or loss of
equipment. In case of this situation, the Consultant shall recover the equipment at his own cost.

Before starting any geophysical survey, the Consultant shall submit a Method Statement indicating
as a minimum:
• The method/s to be used, equipment and staff involved.
• The procedure to do the survey and how the data is going to be acquired.
• The parameters obtained by direct measurement and the ones obtained by correlation
(indirect).
• How the results are going to be presented.

The geophysical survey is not to start until this method statement is reviewed and approved by the
Employer.

During the site survey, the Consultant shall submit to the Employer, on a weekly basis, draft results
of the surveys, in the form of interpreted 1D or 2D scaled sections/profiles in color, with a clear
distribution of the ranges measured against the depth investigated. In case that the interpretation
shows important differences with other site works (like boreholes), the Employer may ask for
additional information, like the raw data obtained directly from the equipment (before interpretation).

37 | P a g e
Internal

This SOS makes reference to some of the geophysical surveys listed above, according to an initial
estimation of materials present on site and the requirements of the geotechnical study. However,
the Consultant can propose other geophysical surveys based on partial results obtained from site
investigation, for Employer technical and economical revision and, if considered necessary,
approval.

4.7.3 Site Photographs


Required photos shall be taken from the site during drilling/excavating of boreholes/test pits and
soil sampling. The photos shall be taken in a manner that each photo will represent the required
information regarding boring/test pit locations, boring/test pit number, soil sampling and their date,
sample depth, soil type and soil strata’s physical view in the test pits. Each photo will have an
informative label in the lower-left corner that represents the above-mentioned information. The site
photo log will be part of the geotechnical investigation report.
Photos shall be taken to provide consistent lighting conditions without areas of light contrast (e.g.,
part shade).

SPT spoon photographs to be taken and submitted within 48 hours of drilling with the draft borehole
logs

4.8 Laboratory Tests


Laboratory tests shall be performed based on approved standards. The laboratory work includes
tests that are necessary for the determination of physical, mechanical, and hydrological properties.
An estimated number of tests is included for pricing purposes. The Consultant shall allow for a 10%
contingency on testing costs. The Consultant is to issue a schedule of testing rates.

Prior to the commencement of the laboratory tests, a table with the available samples (indicating
their identification and origin) and requested laboratory works shall be submitted to the Employer,
in an excel spreadsheet format. This table shall be updated and sent to the Employer, on a weekly
basis, indicating new samples retrieved during the week period, as well as the state of the requested
tests (finished, cancelled, in progress, not started, etc.).

Tests for Physical Properties


The following tests shall be performed in the laboratory for the determination of physical properties
of soil:
• Moisture Content
• Mechanical Sieve Analysis
• Atterberg Limits
• Hydrometer Analysis
• Dry and bulk density
• Modified Proctor Compaction

Tests for Mechanical Properties


The tests required for the determination of the physical properties of soil shall be conducted on
selected samples collected from the test pits and boreholes and identified by the Geotechnical
Engineer. The hydrometer test will be performed on the samples that were obtained from natural
strata, especially on fine-grain soil and its frequency will be based on the project site’s geological
conditions.

The following tests are recommended for the determination of the mechanical properties of soil:
• Shear Strength – Direct Shear Test
• Elastic Modulus
• Unconfined Compressive Strength
• Point Load Index (rock)
• Uniaxial Consolidation of soils – when required

38 | P a g e
Internal

• Triaxial tests – when required


• Swelling pressure on soils – when required
• Other tests listed in bill of quantities
.
The direct shear and unconfined compressive strength tests shall be performed for the mechanical
properties assessment for foundation soil. A required number of tests will be performed that satisfy
the design requirements and design needs.

Uniaxial consolidation tests and Swelling pressure tests shall be performed whenever cohesive
soils are detected, specifically when soft soils or soils with high plasticity index are detected.

The point load index, unconfined compressive strength, bulk density, and any other required test
will be performed for rock coring samples to identify their mechanical properties. A required number
of tests will be performed that satisfy the design requirements and design needs. Testing shall be
conducted on selected samples to be identified by the Geotechnical Engineer.

Tests for Chemical Properties


The following tests are required for the determination of chemical properties of soil and water if
encountered in the test pits or boreholes:
• Sulphate Content
• Chloride Content
• Calcium Carbonate Content
• pH
• Organic Content

The above-mentioned tests shall be performed in the same frequency of field density to classify the
project site based on the exposure of severity.

Note: The Consultant is required to conduct (based on the encountered subsurface material) other
tests that are not mentioned above for the provision of geotechnical aspects and properties of sub-
surface strata. These tests are mainly dependent on encountered subsurface materials. In all cases,
a program of laboratory tests should be prepared based on the encountered subsurface material
and submitted for approval of the Geotechnical Engineer and amended according to the material
encountered.

5. Geotechnical Plan
The Consultant is required to conduct a geotechnical reconnaissance survey before starting the actual
geotechnical work to determine site conditions including potential geohazards.

Furthermore, the site visit is carried out to identify the location of boreholes and test pits. The Consultant
is required to prepare a geotechnical plan that consists of boring/pitting coordinates, location, depth,
spacing and the required number of tests for each borehole and test pit. The Consultant shall submit
the plan to the Employer for approval. After approval, the Consultant is required to stake out the defined
location with help of the total station machine and start working as per the given time schedule.

6. Deliverables
The Consultant shall produce several documents before commencement of the investigations as
indicated:
1. Pre-construction Reconnaissance Report (including Environmental observations).
2. Method Statement.
3. Project Execution plan (including Mobilization Plan).
4. Environmental Management Plan.
5. Health and Safety Plan.

39 | P a g e
Internal

6. Emergency Response Plan.


7. Task Risk Assessment
8. Project Quality Plan.
9. Demobilization and Reinstatement Report.
The Consultant shall prepare a method statement1 for the site activities and work plan prior to
start of the Works and submit it to the Employer for review and approval. As a minimum, the
method statement shall include but not be limited to the following information:
• Consultant’s understanding of the scope of work.
• Description of proposed site methodologies for various site activities including the reference
technical standards.
• Details of proposed staff and machinery to carry out the work activities.
• Description of quality control and quality assurance to be followed for the work activities.
• Site HSE.

10. Daily Journal


The Consultant shall prepare a daily journal of a type approved by Employer or the Site Works. The
Daily Journal shall be submitted by mail to the Employer within 24 hours of the completion of each
day’s operations. The Daily Journal shall contain the following information regarding the exploratory
holes and other site works, as required:
• Job name, Consultant's name, and job reference number.
• Exploratory hole/trial pit/other in situ work reference number and location.
• Date and depth reached (if applicable) at the end of working day or shift.
• Rig/equipment in use and operatives' names.
• Details of time taken for each operation (e.g., setting up and boring).
• Details of any standing time or work for which hourly rates are claimed, including the
numbers and grades of men involved.
• Details of services located.
• Weather.
• Signature and/or initials of Consultant and Supervision Engineers.

11. Environmental Plan comprising, but not limited to:


- Specific site conditions,
- Compliance with NEOM procedures.
- Protection of groundwater and preservation of habitats of nesting turtles and birds

12. Management & Mitigation Plan comprising but not limited to:
- Site specific project conditions,
- Compliance with NEOM procedures.

13. Mobilization and Execution Plan comprising, but not limited to:
- Site specific project conditions,
- Compliance with NEOM procedures

14. Preliminary Records of Exploratory Holes and other In-situ Works


The Consultant shall prepare a draft preliminary record of each exploratory borehole in a form to be
approved by Employer and which shall be submitted by email to Employer within three (3) working
days of the completion of the borehole/site work. These preliminary records shall contain the
following information (as applicable) from all exploratory holes or other in situ works:
• The thickness and depth of each stratum.
• Coordinates and elevation of the point of investigation/survey line.
• Symbolic legend of strata incorporating a suitable scale.
• Rig/equipment in use and operatives' names.

1
Instead of a unique MS, Consultant can submit several ones, grouping the site activities in different
MS.

40 | P a g e
Internal

• Diameters and depths of all casings or supports used, data on its stability if relevant.
• The orientation of the drill hole is given as an angle to the horizontal and the azimuth.
• Method of penetration and flushing system.
• Type of core barrel and bit used.
• Depth and time of start and finish of each core run.
• Core diameters and depths of change in core diameter.
• Type of cuttings estimated percentage fluid returns with a depth of any loss.
• Total core recovery with information as to the possible location of core losses.
• Ground level referenced to the adopted official datum at each borehole location and depth
of each change of stratum.
• In rock masses, a systematic description and classification of all cores by a geotechnical
engineer/engineering geologist in accordance with the Specification (RQD, TCR).
• Pictures of the site, core boxes, and equipment.

Draft results of other site tests/surveys (i.e., permeability, pressure meter, Geophysical) shall be
submitted to the Employer on a weekly basis.

15. Laboratory Test Certificates


Draft Laboratory test results shall be sent by email to the Employer on a weekly basis. The
certificates shall be in a format consistent with the requirements of the Employer procedures, and
additionally, a summary of test results in an excel spreadsheet shall be submitted. This table shall
include not only the results, but also other planned laboratory works as well as the state of the
requested tests (cancelled, in progress, not started, etc.). The template and format of this summary
shall be previously approved by the Employer.

16. Baseline Schedule and General Requirements


The Consultant shall provide all necessary staff and equipment to deliver all required activities within
this proposed timeframe period. This assumption is based on the initial mobilization of 8 No. Drilling
Rigs. The number of rigs to achieve the proposed performance will be adjusted to the in – situ
conditions.

However, based on availability, the overall duration may decrease with additional rigs being made
available in the region to increase productivity and accelerating the schedule. The Employer
expects the site works to conclude as soon as possible.

The specifications of the proposed geotechnical investigations along with associated in-situ and
laboratory testing are presented in this SOS, with minimum requirements.

The Consultant may propose alternative international standards, obtaining written approval from
Employer or such departures. Any work not in compliance with approved standards shall be
repeated at the Consultant expense in each instance. A compressed schedule where possible and
an aggressive approach to the durations is to be considered.

The field exploration points shall be confirmed by the Consultant in coordination with the Employer’s
Representative after Contract Award. The Consultant shall maintain copies of all relevant
standards, on site, digitally, for the duration of the works.
• The Consultant shall be responsible for submitting the above noted plans \ layouts \
procedures \ method statements as necessary for all activities to NEOM representative for
approval before execution \ implementation. All investigations shall be executed in
accordance with the applicable NEOM codes and standards for safe execution and
environmental controls. All operations shall be planned and executed in accordance with
NEOM Health and Safety regulations and Mandatory Environmental Controls in the NEOM
Environmental Management Requirements.
• For Geotechnical Investigations including sampling, in-situ testing and laboratory testing as
set out in the NEOM Geotechnical Investigation Procedures (NEOM-NEN-PRC-001).

41 | P a g e
Internal

• The Consultant shall obtain approval on all necessary permits and permissions for
personnel and equipment from the relevant authorities and shall seek Employer support
and approval as needed in a timely manner. The Consultant shall be responsible for
protection of all existing utilities and services from damage during execution of the
investigations.
• The Consultant shall arrange for temporary water, electricity, and telecommunications
services for the performance and duration of the site-based services of the Contract,
including, but not limited to the provision of any cables, pipes, valves, meters, storage tanks,
etc.

17. Geotechnical Reporting

FACTUAL REPORTING OF PHASE 1 (Priority A) UNIFORMITY OF GEOLOGICAL CONDITIONS


The scope of services is to produce a sufficiently detailed factual report, containing field exploration
and geophysical testing results (tests, logs and data sheets and results required for the evaluation
of the geology status in terms of homogeneous consistency and uniformity geotechnical behavior.
This report will present the data until completion of Priority A and the evaluation of the data to
support and propose whether Phase 2 is needed. The report will be delivered by the end of Phase
1 based on the data of Priority A.

ONE FINAL FACTUAL REPORTING OF PHASE 1 AND ONE FOR PHASE 2 (If needed)
A final Geotechnical Investigation Factual Report shall be submitted for the Employer approval.
The final factual report shall be issued in a single volume and submissions shall follow the
requirements as per the checklist form NEOM-NEN-PRC-001. The information to be reported shall
be as specified along with the following additional information:
➢ Executive Summary

Background to the project, contractual sequence, project location, all key findings are clearly
summarized.

➢ Main Body

• Introduction - Project background, purpose and scope of investigations.


• History of site operations - Details of the previous geotechnical surveys within the proposed
project boundary if available.
• List of implemented standards/codes.
• Site conditions – site local geology (general description), potential geologic hazards, site
surface description, site topography, description of above-ground obstructions.
• Field investigations – summary of operations, description of sampling procedures,
description of field tests (logs of borings, soundings, pits, wells, etc.), a table showing the
UTM coordinates and elevations of each test point.
• Subsurface conditions – Stratigraphy, subsurface material properties, groundwater
elevations and expected variations, description of underground obstructions encountered
or identified.
• Laboratory tests – description of the tests and test results, plots of all laboratory results
against depth.
• Geological sections/stratigraphy through the boreholes showing the interpreted geological
conditions and the versions encountered layers.
• Interpreted geophysical profiles correlated with borehole logs.
• Calibration certificates of the equipment used.

42 | P a g e
Internal

➢ Appendixes

• Project site general, boring and test pit layout plan with stations and coordinates.
• Geological/geotechnical cross-sections showing stratigraphic properties of subsurface
condition.
• Site subsurface exploration logs (boreholes and test pits) with a proper visual and
laboratory description of soil.
• Field test results with all curves of in-situ tests.
• Details of installed piezometers and tabulated and graphed records (monitoring).
• Summary of lab test results in tabulated form.
• Laboratory Test results with all curves of laboratory tests.
• Site photo logs with an informative label for each photo that presents the location, depth,
size, and date of exploration.
The Consultant shall submit along with the hard copies, an electronic version of the Final Report
data in AGS 4 format, or in a format as otherwise approved by the Employer.

ONE FINAL INTERPRETATIVE REPORTING OF PHASES 1 AND 2


An Interpretative Report shall be submitted to the Employer following the issue of the factual report.
The Interpretative Report shall include, as a minimum, the following:
a. Geotechnical stratigraphy and engineering parameters, including:
• Recommended design strata levels/depths
• Plots of the following values against levels (from test results):
• Unit weight (dry and submerged);
• Is50 point load strength;
• Intact Unconfined Compressive Strength;
• Mass Rock Parameters;
• Factored Is50 point load strength combined with intact Unconfined Compressive Strength;
• TCR;
• SCR; and,
• RQD.
b. Symbols shall be used to distinguish between different stratum types.
c. Individual plots showing the results of particle size distribution in the form of grading envelopes
shall be provided for each stratum.
d. Recommended geotechnical design parameters for soil stratum shall include:
• Unit weight (dry and submerged);
• Critical state angle of friction;
• Undrained shear strength (where appropriate) / Apparent cohesion;
• Young’s Modulus; and
• Poisson’s Ratio.
e. Recommended geotechnical design parameters for each rock type encountered shall include:
• Unit weight;
• Commentary on the weathering profile;
• Intact Unconfined Compressive Strength;
• Is50 point load strength (and correlation with UCS values);
• Intact Rock Stiffness;
• Design fracture state parameters (RQD, fracture frequency, Mass factor);
• Rock Mass Rating (RMR);
• Rock Mass Strength;
• Young's Modulus of rock mass;
• Poisson’s Ratio, and,
• Small Strain shear modulus of rock mass
• Recommendations for foundations of small and massive structures (piling included)

43 | P a g e
Internal

f. Recommendation on the groundwater level and its variation.


g. Recommendation on the liquefaction potential of the ground and geotechnical liquefaction
design factors.
h. Bearing capacity and settlements.
i. Recommendations on the densities of the soil and modulus of subgrade reaction.
j. Conclusions and definitions regarding the fill status and recommendations related to its
capacity safely receiving and distributing loads
k. Bearing capacity calculations for any type of rock and soil conditions recorded
l. Estimation of different pile lengths, of the ultimate vertical pile resistance (friction and end
bearing capacity of pile separately) and allowable pile capacity.
m. Consultant to propose recommendations for future investigations and highlight any potential
gaps in geotechnical information.

FINAL GEOPHYSICAL REPORT


Factual and Interpretative Geophysical Reports shall be submitted for Employer approval.
The compiled Factual Report shall include, but not be limited to, points mentioned below:
➢ Executive Summary

• Summary of the results of geophysical survey.


➢ Main Body

•Project background, objectives/scope of investigation, methodology of investigation,


geographical survey locations and structure of the report.
• Previous geotechnical / geophysical information, previous studies available of the area and
existing structures.
• Normative and codes applicable
• Diary of operations
• Information about the regional and local geology, and seismic characteristics of the project
site along with suitable design recommendations.
• Definition of geological / lithological formations.
➢ Appendixes

• Project site with layout plan with survey lines and coordinates.
• Geological and seismic maps.
• Geological cross-sections.
This report will include an Interpretation chapter of the geophysical survey data to determine site
geology and risk ground assessment.

The report will be delivered in parallel with the FACTUAL REPORT OF PHASE 1.

18. AGS File


Extent of data
All data which is collected during the investigation in accordance with the codes and standards used
for the contract are to be transferred in electronic format. This shall include all data from sub-
Consultants.

The Format shall comply with the Association of Geotechnical and Geo-environmental Specialists
(AGS) publication `Electronic transfer of geotechnical and geoenvironmental data' Edition 4.0.4,
known as AGS4.
Transfer file
AGS Format data shall be issued as a single file.
The associated files that are required to complete the factual data submission shall be provided
and referenced in the associated file table (FILE) and individual file fields (FILE_FSET) in each
table.

44 | P a g e
Internal

All issues of data, including preliminary, shall be accompanied by an issue record that shall include
the following information, which shall also be included in the TRAN group, completed to the AGS4
standard.
All data shall be checked for AGS format errors / integrity prior to issue using AGS checking
software. A list of AGS compatible software is available from the AGS website. All files shall be
checked for viruses etc. prior to issue.
Schedule for submission of data
Table 3 presents the schedule for submission of the AGS data. The Final AGS data is required in
a single file including site operations and laboratory testing operations.

Table 3: Schedule for submission of AGS Data

Data Status Timing

Preliminary Shall be submitted within 48 hrs of completion of the site operations

Draft Shall be submitted with issue of Draft Factual Report

Final Shall be submitted with issue of Final Factual Report

Notes on Particular AGS Groups & Fields


All relevant AGS groups shall be populated to the AGS 4.0.4 standard. For example, even when
the BH is vertical the HORN group should contain exploratory hole orientation and inclination and
this should be shown on the log (for vertical BHs, HORN_ORNT =0, HORN_INCL = 90).

All available in-situ and laboratory test data shall be provided in the AGS data. This includes both
the test details results in the ‘General’ group (e.g., unconsolidated undrained (UU) triaxial test
details provided in TRIG) and recorded test data in the ‘Data’ group (e.g., UU triaxial test data
provided in TRIT).

Table 4 presents particular requirements for how the AGS groups and fields shall be populated in
the digital data, including the geology codes that shall be used in the GEOL group. Refer to the
AGS 4.0.4 standard for full details of the requirements for the AGS data.

Table 4: Usage of Particular AGS Groups and Field

Group Field Requirement

PROJ_CONT State the name of the site investigation Consultant.


PROJ
PROJ_ENG State the name of the project engineer, i.e., the party specifying the investigation.

LOCA_NATE Give the Easting coordinate of each hole in the coordinate system used.

LOCA_NATN Give the North coordinate of each hole in the coordinate system used.

LOCA_GL Give the ground level (elevation) of each hole in the datum system used.
LOCA
LOCA_GREF State the coordinate system used (i.e., UTM Zone 36N).

LOCA_TERM State the reason for exploratory hole termination.

LOCA_CKDT Give the values in the ISO date format "yyyy-mm-dd".

HORN All fields Provide the full HORN group with all fields completed.

HDPH_STAR Give the date-time value upon start of hole section.


HDPH
HPDH_ENDD Give the date-time value at end of hole section.

45 | P a g e
Internal

Group Field Requirement

CORE_DIAM Provide the core diameter for every core sample.


CORE
CORE_DURN Give the coring duration (time) for extraction of each core sample.

FRAC FRAC_SET State the discontinuity set reference.


Provide the discontinuity information in each field in the group, rather than summarised
DISC All fields
in the remarks.
WETH_SCH State the weathering classification scheme used.

WETH WETH_SYS State whether a material or mass weathering system has been used.

WETH_WETH Give the weathering classifier for WETH_SCH and WETH_SYS.


Provide information about the groundwater strikes encountered during development of
WSTG All fields
the hole in this table.
Provide information about the groundwater level observed following the strike, over the
WSTD All fields
period of time for which this was undertaken (typically a minimum of 20 minutes).
Use standard abbreviations provided on the AGS website (should be numerical and 3
GEOL_LEG
digits long).

The geological formation shall be named here. These can be generally added using the
GEOL_FORM
abbreviations shown on the legend of the Geological Map. e.g. Qu, Qes, htsg, ijgd.
The geology code shall be the Geological Name of each geological unit as used in the
GEOL GEOL_GEOL description (the classification of the strata), e.g:
Made Ground, Sand, Gravel, Sandstone, Dolerite, Granite …etc.

The second geology code shall be used as a simplified description of the material type
precisely following the examples below: Made Ground, Superficial Deposit, Sedimentary
GEOL_GEOL2
Rock, Residual Soil (Sedimentary Rock), Igneous Rock, Residual Soil (Igneous Rock),
Metamorphic Rock, Residual Soil (Metamorphic Rock).
All fields Populate all relevant fields to report the SPT results (i.e., ISPT_MAIN, ISPT_NPEN,
ISPT_NVAL, ISPT_REP, ISPT_TYPE, ISPT_INC1 to ISPT_INC6 inclusive, ISPT_PEN1
to ISPT_PEN6 inclusive and if relevant ISPT_SWP).

ISPT ISPT_HAMM State the Hammer serial number referenced in the calibration certificate.

ISPT_ERAT Give the Energy Ratio of the hammer (%) used.

FILE_FSET State the reference for the SPT equipment calibration certificates.
SAMP SAMP_ID Give a unique identifier for every sample. This unique identifier shall follow through to
where the sample is referenced in each laboratory test group.
All (XXXX)_METH State the testing methodology for all laboratory tests in the (XXXX)_METH field, where
laboratory (XXXX) is the relevant AGS group.
test
groups
All SPEC_REF Give the specimen reference for the sub-sample tested for each laboratory test.
laboratory
test
groups
CMPG_TYPE State the compaction test type.
CMPG
CMPG_MOLD State the mould used for the compaction test.
GRAG GRAG_FINE Give the percentage fines for the particle size distribution (PSD) test method/
classification system used. The value shall be equal to the total the percentage silt and
clay if these were also measured through the test.
State the acronym for the test type used at that sieve size, i.e. WS for wet-sieving, HY for
GRAT GRAT_TYPE
hydrometer.
LNMC LNMC_COMM If the LNMC_ISNT value is "N" (moisture content assumed not to be natural), then state
the reason in this field.

46 | P a g e
Internal

Group Field Requirement


RUCS All fields Populate all relevant fields to report the uniaxial compressive (i.e. RUCS_SDIA,
RUCS_LEN, RUCS_MC, RUCS_COND, RUCS_DURN, RUCS_STRA, RUCS_UCS)
and strength and elastic modulus of rock results (i.e. RUCS_E, RUCS_MU,
RUCS_ESTR and RUCS_ETYP).
SHBG SHBG_CONS State the condition of the tested specimen.

Provide information about the pipe work installed in a hole to provide instrumentation
PIPE All fields
access.

Provide information about the monitoring installations and instruments installed in a


MONG All fields
hole.

Provide information about the monitoring readings undertaken, including groundwater


MOND All fields
level, for the installations in a hole.

7. Quality Assurance
The Consultant shall document, implement, and maintain a Quality Assurance (Q.A.). system in full
compliance with the requirements of ISO 9001. The Q.A. system shall be sufficient to ensure that the
full requirements specified in the Contract documents are met, and the Consultant shall produce
documentary evidence to demonstrate the adequacy of the Q.A. system in this respect, when requested
to do so by the Employer.

The Consultant shall ensure that all Sub Consultants working on the project, whether nominated, directly
appointed or appointed by the Consultant’s own Sub Consultants, shall be subject to the full
requirements of the Q.A. system outlined above, without exception.

The Consultant shall allow for the regular audit of this Q.A. system by Employer, at times defined by
Employer and shall rectify any deficiencies reported as a result of such audits.

The Consultant shall prepare and submit a consolidated Quality as well as environmental and Health &
Safety Plan to the Employer for approval within 7 calendar days of first taking possession of all or part
of the Site. The Quality Plan shall contain as a minimum a description of the Consultant's overall and
site and office management organizations and all procedures that will be applied by the Consultant to
achieve the quality requirements of the Contract.

Prior to the preparation and submission of the Quality Plan to the Employer, the Consultant shall liaise
with the Employer to ensure that the Q.A. system shall correlate and interface with the Employer’s Q.A.
system, such that items of mutual responsibility or concern can be adequately coordinated and
incorporated within the submitted Quality Plan.

8. HSE
Health and Safety and environmental plans will be required for approval by the Employer prior to
commencement of works.

The Consultant shall ensure that all employees and sub-Consultant employees comply fully with all
health and safety legislation current and relevant to the scope of works outlined in this Specification.

The Consultant shall, throughout the progress of the Works, comply with the health and safety
requirements of the Specification and with the health and safety recommendations for building and civil
engineering work published by the International Labor Organization and the specific requirements of all
other authorities having jurisdiction over such matters.

47 | P a g e
Internal

The Consultant shall be responsible for acquainting the Consultant’s employees with the potential
hazards and shall institute positive measures, as necessary to ensure employee safety without creating
additional hazards.

The Consultant shall be responsible for carrying out the works in a safe and sound manner to avoid risk
or danger to all people employed on the Site, whether or not employed by the Consultant, and the
General Public.

The Consultant shall make arrangements for the first aid treatment of casualties on Site and for
transporting the injured to the hospital or their home. This shall be at the Consultant’s expense.

The Consultant shall appoint a responsible person to undertake the duties of Safety Officer and Safety
Supervisor on Site. The Consultant shall inform the Employer in writing prior to the commencement of
any work on the Contract of the nominated Safety Officer’s name and relevant qualifications,
experience, and documentation for formal approval.

The Consultant shall ensure that all staff are provided with suitable PPE.

The Consultant shall provide a qualified first aider, and supply and maintain at each main area of the
Site a set of first-aid equipment. Each unit shall comprise stretcher equipment and a container holding
dressings and medicaments.

Throughout the period of construction of the Works, the Consultant shall maintain the whole area of
operations in a clean, tidy and safe condition.

All rubbish, waste materials, debris and the like shall be systematically cleared off the working areas as
they accumulate and, if not removed directly off the Site, shall be temporarily deposited at general
collecting points agreed with by the Employer, pending removal from the site.

The Consultant shall keep the working areas and the site and access roads clear of mud, water, silt and
other materials at all times.

The Consultant shall clean all vehicles and plants before they leave the Site to ensure that they deposit
no earth, mud or other objectionable matter on roads.

If earth, mud or other objectionable matter is deposited on roads, the Consultant shall provide sufficient
labor, plant, equipment etc. as is necessary and as required by the Employer to ensure that deposits
are immediately removed.

The Consultant shall allow for cleaning down all visible surfaces of structures, removing all grease, oil
and the like, and on completion leaving everything in a sound and perfect condition free from all defects.
The Consultant shall carefully protect all finished Work, with full liability to reinstate any work damaged,
caused by any reason whatsoever.

The Consultant shall leave the Facilities clean and tidy on completion, all to the satisfaction of the
Employer.

In accordance with Sections 14.2, 14.2.1 & 14.2.2 and Table 7 of Project Health and Safety Assurance
Standards (NEOM-NPR-STD-001 Rev 01.00, May 2023) if the risk assessment identifies the
requirement for ambulances and paramedic, that cannot be provided by a nearby operational site
(formal agreement required), then an ambulance and paramedic is to be provided by the Consultant (
see non-framework rates in the BoQ).

48 | P a g e
Internal

APPENDIX C
Employers Requirements

The design consultant is to make themselves fully aware of the process and procedures
contained in the NEOM Standards & Requirements: Tabulated summarised design list
provided below as an example below.
The design consultant is to make themselves fully aware of the NEOM Standards &
Requirements:
o NEOM Employers Requirements
o NEOM Engineering Standards & Compliance (procedures, schedules)
o NEOM Environmental Procedures & Technical Guidelines
o NEOM Project Document Numbering Procedure
o NEOM Projects Plan & Procedures
An example of the procedure type and detail are shown below in a tabulated Matrix.

1. SCOPE (List applicable scope document(s))


Document No. Document Name Revision

2. SPECIFICATION TYPE: (e.g., Full Employer developed specification; performance specification, Employer Requirement specification, etc.)
Document No. Document Name Revision

3. EMPLOYER REQUIREMENTS
Notes: A) Select applicable Employer Requirements via checkbox. B) Employer Requirements are any applicable document that is
numbered (doc. no. includes “…-EMR-…“) as an Employer Requirement (ER) proper.
C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“.
✓ Document No. Document Name Revision
- Section 6.01 Occupational Health and Safety
☒ NEOM-EHS-EMR-000001 Occupational Safety, Health and Fire Safety Requirements for Contractors 00.00
☒ NEOM-NPR-STD-001 Projects Health and Safety Assurance Standard 01.00
☒ NEOM-NPR-STD-001_FRM02 24 hr Initial Incident Report Form 01.00
☒ NEOM-NPR-STD-001_TMP01 Projects Health and Safety Plan Template 01.00
- Section 6.02 Environmental
☒ NEOM-ENV-EMR-000002 Vehicle and Stationary Plan Use Reporting 00.00
☒ NEOM-NDC-EMR-003 Construction Equipment Fleet 01.00
☒ NEOM-NEV-EMR-401 Regenerative Development Planning, Design, Construction and Operations 01.00
☒ NEOM-NEV-EMR-601 Temporary Power Generation 01.00
☒ NEOM-NEV-TGD-601 Guideline on Environmental and Social Assessment Reporting 02.00
☒ NEOM-NEV-TGD-601_TMP01 Environmental & Social Impact Assessment (ESIA) Template 02.00
☒ NEOM-NEV-TGD-602 Environmental and Social Management Plan (ESMP) Template and Guideline 02
☒ NEOM-NPR-EMR-001 Environmentally Sustainable Buildings, Design and Construction Deliverables 01.00
☒ NEOM-NPR-EMR-002 Dust Management 02.00
☒ NEOM-NPR-EMR-003 Roadmap to Environment Compliance 01.00
- Section 6.03 Sustainability

49 | P a g e
Internal

3. EMPLOYER REQUIREMENTS
Notes: A) Select applicable Employer Requirements via checkbox. B) Employer Requirements are any applicable document that is
numbered (doc. no. includes “…-EMR-…“) as an Employer Requirement (ER) proper.
C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“.
✓ Document No. Document Name Revision
☒ NEO-SUS-EMR-000001 Employer Requirements Sustainability (ERS) for Design and Construction 00.00
- Section 6.04 Security
NEOM Operational Site
☒ Requirements for Site OPERATOR (NEOM, Proponent or Owner) 0.2
Security
NEOM Public Safety System
☒ Public Safety System Requirements 2.2
Requirements
- Section 6.05 Quality
☒ NEOM-NEN-SCH-002 Schedule Q - Quality Requirements for Contractors 04.00
☒ NEOM-QMN-EMR-000001 Quality Management Employer Requirements A
- Section 6.06 Construction (includes Logistics, Materials Management & Commissioning) Which Contract Type do you propose for this
procurement?
☒ NEOM-CON-EMR-000001 Contractor's Labour Accommodation Requirements 02.00
☒ NEOM-CON-EMR-000002 Special Procedures for Traffic Control 00.00
☒ NEOM-CON-EMR-000003 Fire Safety Requirements 00.00
☒ NEOM-CON-EMR-000004 Access Control and Site Security 00.00
☒ NEOM-CON-EMR-000005 Site Logistics Planning 00.00
☒ NEOM-CON-EMR-000006 Temporary Facilities and Controls 00.00
☒ NEOM-CON-EMR-000007 Survey Activities 00.00
☒ NEOM-CON-EMR-000008 Final Cleaning 00.00
☒ NEOM-CON-EMR-000010 Operation Readiness 00.00
☒ NEOM-CON-EMR-000012 Submittal Procedures 00.00
☒ NEOM-CON-EMR-000013 Information Submittals A
☒ NEOM-CON-EMR-000014 Reviews and Approvals Process 00.00
☒ NEOM-CON-EMR-000017 Protection of Existing Underground Utilities and Cables 00.00
☒ NEOM-CON-EMR-000018 Project Identification and Signs 00.00
☒ NEOM-CON-EMR-000020 Cutting and Patching Works 00.00
☒ NEOM-CON-EMR-000022 Hot Works Operations 00.00
☒ NEOM-CON-EMR-000023 Operation and Maintenance Documents 00.00
☒ NEOM-CON-EMR-000025 Project Record Documents A
☒ NEOM-CON-EMR-000026 Spare Parts, Tools, and Extra Stock Material A
☒ NEOM-CON-EMR-000028 Contractor’s Project Management and Coordination 00.00
☒ NEOM-CON-EMR-000029 Contractor’s Works Coordination Responsibility 00.00
☒ NEOM-CON-EMR-000030 Coordination with Tenant Areas 00.00
☒ NEOM-LOG-EMR-000001 Employer Requirements Logistics 00.00

- Section 6.07 Project Controls / Reporting / Contracts Which Contract Type do you propose for this
procurement?
☒ NEOM-PCO-EMR-000004 Employer Requirements Engineering Progress Reporting 00.00
☒ NEOM-PCO-EMR-000009 Employer Requirements Programmes Planning and Scheduling 02.00
- Section 6.08 Engineering Which Contract Type do you propose for this procurement?
☒ NEOM-DES-EMR-000001 Employer Requirements - NEOM Design Process & Management 00.00
☒ NEOM-DES-EMR-000002 Employer Requirements - BIM and GIS 00.00
☒ NEOM-NAU-MAN-001 Manual for Permitting Development C
☒ NEOM-NDS-EMR-003 Distribution System Design Standard 01.00
☒ NEOM-NWA-TGD-002 Engineering Guidelines - General Requirements 01.00
Technical Guideline - Decommissioning Shallow Groundwater Wells in Confined
☒ NEOM-NWA-TGD-004_ 01.00
Aquifers
☒ NEOM-NWA-TGD-012 Asset Design Standard - Instrumentation, Control and Automation 01.00
☐ NEOM-NWA-TGD-013 Guidelines - DCMS for Water Transmission and Distribution 02.00
☒ NEOM-NWA-TGD-052 Technical Guideline - Flood Risk Management & Stormwater Drainage Design 01.00
- Section 6.09 Local Content Which Contract Type do you propose for this procurement?

50 | P a g e
Internal

3. EMPLOYER REQUIREMENTS
Notes: A) Select applicable Employer Requirements via checkbox. B) Employer Requirements are any applicable document that is
numbered (doc. no. includes “…-EMR-…“) as an Employer Requirement (ER) proper.
C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“.
✓ Document No. Document Name Revision
- Section 6.10 Document Control Which Contract Type do you propose for this procurement?
☒ NEOM-COM-EMR-000001 Document and Communications Management 00
- Section 6.11 Other Which Contract Type do you propose for this procurement?

EMPLOYER PROCEDURES
Notes: A) Select applicable Employer Procedures via checkbox. B) Employer Procedures are any applicable document that is not named and
numbered as an Employer Requirement (ER) proper. C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“unless otherwise
noted. D) * doc. nos. below are preceded with “01-630000-100120-DAH“.
✓ Document No. Document Name Revision
- Section 7.01 Occupational Health and Safety
☒ NEOM-NDC-STD-001 Worker Welfare Standards 03.00
☒ NEOM-NDC-STD-001_FRM01 Site Welfare Checklist 00.00
☒ NEOM-NDC-STD-001_FRM02 Worksite Ambulance Vehicles Checklist 00.00
☒ NEOM-NDC-STD-001_FRM03 Accommodation Inspection Questionnaire 2-20-2023 00.00
☒ NEOM-NPR-SOP-018.1 Temporary Employer Supplied Accommodation 02.00
☒ NEOM-NPR-SOP-018 Employer Supplied Accommodation 02.00
☒ NEOM-NPR-SOP-020 Safety in Design (Construction) 02.00
- Section 7.02 Environmental
☒ NEOM-NEV-PRC-601 Environmental and Social Assessment and Approvals 02.00
☒ NEOM-NEV-PRC-601_TMP01 Environmental Risk Identification Report Template 02.00
☒ NEOM-NEV-PRC-701 NEOM Site Acceptance and Handover Procedure 01.00
☒ NEOM-NEV-PRC-704 Incident Identification, Investigation, and Reporting Procedure 01.00
☒ NEOM-NEV-PRC-705 NEOM Contamination Management Procedure 01.00
☒ NEOM-NEV-PRC-706 NEOM Waste Management Procedure 01.00
☒ NEOM-NEV-PRC-711 Environmental and Social Compliance Assurance Procedures 01.00
☒ NEOM-NEV-PRC-712 Environmental and Social Protection Procedures (for Construction) 01.00
☒ NEOM-NEV-PRC-801 Environmental & Social Reporting Procedure 01.00
☒ NEOM-NEV-PRC-801_FRM02 Environmental Sustainability Monitoring and Measurement Log 01.00
☒ NEOM-NEV-TGD-601_TMP01 Environmental & Social Impact Assessment (ESIA) Report Template 02.00
☒ NEOM-NEV-TGD-602 Environmental and Social Management Plan (ESMP) Template and Guideline 02.00
☒ NEOM-NEV-TGD-701 Environmental and Social Compliance Assurance Standard 01.00
- Section 7.03 Sustainability
☒ NEOM-NEV-PRC-501_FRM03 Self-Evaluation Scorecard 01.00
- Section 7.04 Security
- Section 7.05 Quality
☒ ISO 9001:2015 (E) International Standard: Quality Management Systems - Requirements 05.00
☒ NEOM-NEN-GGD-002 Evaluation for Third Party Testing Laboratory 03.00
☒ NEOM-NEN-GGD-008 Guidelines for Lesson Learned 02.00
☒ NEOM-NEN-GGD-011 Stage Review Comment Resolution Sheet (CRS) 01.00
☒ NEOM-NEN-MAN-001 ETSD Quality Management System Manual 02.00
☒ NEOM-NEN-MAN-002_LST02 NEOM Approved Material List 02.00
☒ NEOM-NEN-MAN-003 Project Quality Inspection Manual 05.00
☒ NEOM-NEN-SOP-001 Risk & Opportunity Management 01.00
☒ NEOM-NEN-SOP-002 Change Management 01.00
☒ NEOM-NEN-SOP-004 Internal Quality Audit 01.3
☒ NEOM-NEN-SOP-005 Control of Nonconformity & Correction Action 03.00
☒ NEOM-NEN-SOP-007 Management Review Meeting 01.1
☒ NEOM-NEN-SOP-009 Cost Estimation B

51 | P a g e
Internal

EMPLOYER PROCEDURES
Notes: A) Select applicable Employer Procedures via checkbox. B) Employer Procedures are any applicable document that is not named and
numbered as an Employer Requirement (ER) proper. C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“unless otherwise
noted. D) * doc. nos. below are preceded with “01-630000-100120-DAH“.
✓ Document No. Document Name Revision
☒ NEOM-NEN-SOP-013 Incoming Inspection 02.00
☒ NEOM-NEN-SOP-015 Training & Development 01.00
☒ NEOM-NEN-SOP-016 Non-Conformity Management 04.00
☒ NEOM-NEN-SOP-018 Technical Procedure Compliance Assessment 01.00
- Section 7.06 Construction (includes Logistics and Materials Management)
- Section 7.07 Project Controls / Reporting
☒ NEOM-NPR-PLN-002 Cost Management Plan 03.00
☒ NEOM-NPR-PLN-004 Project Controls Reporting Plan 04.00
☒ NEOM-NPR-PLN-005 Work Breakdown Structure (WBS) 04.00
☒ NEOM-NPR-PLN-007 Project Controls Contractor Reporting Plan 02.00
☒ NEOM-NPR-PLN-008 Schedule Management Overview 01.00
- Section 7.08 Engineering (includes BIM and GIS) Which Contract Type do you propose for this procurement?
☒ NEOM-NCC-MAN-001 Cost Estimation Policies and Guidelines 02.01
☒ NEOM-NCC-PRC-001 Cost Estimation Procedure 03.00
☒ NEOM-NCC-PRC-002 Cost Estimation Performance Measurement Procedure 02.00
☒ NEOM-NCC-PRC-003 Company Bid Procedure 03.00
☒ NEOM-NCE-PRC-002 Key Performance Indicators (KPI) Procedure 01.00
☒ NEOM-NEN-GGD-001 Aconex Usage Guidelines 01.00
☒ NEOM-NEN-GGD-011 Stage Review Comment Resolution Sheet (CRS) Guideline 01.00
☒ NEOM-NEN-PRC-001 Geotechnical Investigations Procedure 02.00
☒ NEOM-NEN-PRC-002 Topographic Survey Procedure 01.00
☒ NEOM-NEN-PRC-005 Stage Deliverables Procedure 03.00
☒ NEOM-NEN-PRC-006 Safety In Design Procedure 01.00
☒ NEOM-NEN-PRC-007 Value Engineering Procedure 02.00
☒ NEOM-NEN-PRC-009 GIS and BIM Procedure 04.00
☒ NEOM-NEN-PRC- 01.00
GIS Data Submission Form
009_FRM03
☒ NEOM-NEN-PRC- 01.00
GIS Data Model Change Form
009_FRM04
☒ NEOM-NEN-PRC- 01.00
GIS Transmittal Form
009_FRM05
☒ NEOM-NEN-PRC-009_TMP05 BIM and GIS Execution Plan Template 04.00
☒ NEOM-NEN-PRC-010 Engineering Procedures - Drawing & Drafting Procedure 03.01
☒ NEOM-NEN-PRC-011 Site Specific Seismic Hazard Study Procedure 02.00
☒ NEOM-NEN-PRC-012 Engineering Procedures - Hydrological Study Procedure 01.00
☒ NEOM-NEN-PRC-021 Stage Review and Approval Procedure 03.00
NEOM-NEN-PRC-
☒ 021_FRM04
Stage Review Report and Approval Form 02.1

☒ NEOM-NEN-PRC-022 Engineering Procedures - Handing Over Procedure 02.00


☒ NEOM-NEN-PRC-026 Key Performance Indicator Procedure 01.00
☒ NEOM-NEN-PRC-029 NEOM Plan of Work 03.00
☒ NEOM-NEN-PRC-030 Project Document Numbering and Revision Procedure 03.01
☒ NEOM-NEN-PRC-057 Site Surveillance Procedure 01.00
☒ NEOM-NEN-SCH-005 List of Technical Codes & Standards (Technical Standards) 03.01
☒ NEOM-NEN-SCH-006 List of Definitions and Abbreviations 01.00
☒ NEOM-NEN-TGD-301 Geotechnical Design Guidelines 01.00
☒ NEOM-NPR-PLN-101 Design Management Plan 06.00
☒ NEOM-NPR-PRO-100 Design Review Procedure 06.00
- Section 7.09 Local Content Which Contract Type do you propose for this procurement?

52 | P a g e
Internal

EMPLOYER PROCEDURES
Notes: A) Select applicable Employer Procedures via checkbox. B) Employer Procedures are any applicable document that is not named and
numbered as an Employer Requirement (ER) proper. C) All doc. nos. below are preceded with “00-000000-000000-NEO(M)-“unless otherwise
noted. D) * doc. nos. below are preceded with “01-630000-100120-DAH“.
✓ Document No. Document Name Revision
- Section 7.10 Document Control Which Contract Type do you propose for this procurement?
- Section 7.11 Other Which Contract Type do you propose for this procurement?
- Section 9.02 Project Specific (OXAGON)
03-000000-0000000000-NEO-
☒ QMN-MAN-000001
Oxagon Quality Requirements for Design Consultants 01

53 | P a g e
Internal

APPENDIX D
Key Performance Indicators

Performance of the Services shall be evaluated using the following Key Performance
Indicators and Performance Levels.

KPI Deductions, to be made in accordance with this Contract, shall be calculated as


follows:

Activity Key Performance Indicator Performance Level KPI Deduction

Daily Journal \ Within 24 hours of completion TBD Not Applicable


Log. DPR.

Preliminary Within 72 hours of completion TBD Not Applicable


Record for Each
Borehole (Pile
log)

The Key Performance Indicators regime is a self-assessment system, subject to the right of
the Employer to engage a third party to conduct the assessments. In any event, the Employer
and the Employer’s Contract Administrator and the relevant Employer’s SO Representative
shall have the right to conduct inspections, monitoring, testing and spot checks at any time
and without notice and to the extent required in order to assess the performance of the
Services by the Consultant.

If, as a result of any such inspections, monitoring, testing or spot checks, the Employer’s
Contract Administrator or the relevant Employer’s SO Representative, acting reasonably,
determines that the KPI Deductions included in the KPI Report by the Consultant are
inaccurate, then the Employer’s Contract Administrator or the relevant Employer’s SO
Representative may issue a notice to the Consultant certifying the level of KPI Deductions and
shall be entitled to deduct such amounts forthwith from any sums otherwise due to the
Consultant, or recover such sums from the Consultant as a debt.

The rest of this page has been left blank intentionally.

54 | P a g e
Internal

APPENDIX E
Services Programme: Milestones, Completion Date, LDs
Project & Delivery Schedule

Consultant to submit a P6 Schedule programme summarizing the scope of works included


of all the submissions in accordance with the Employer’s Requirements, within seven (7)
days from the contract signing date.

- Part A Project Execution Plan

The Consultant shall provide the Project Execution Plan within Seven (7) days from the
Service Order signature date.

- Part B Milestone and Time for Completion

Milestone Description of Work Date of completion


Nos.
1 Mobilization of Equipment’s and Within 2nd Week after contract
Manpower Signed
th
2 Geophysical Investigation field work Within 6 Week after contract
Signed
th
3 Completion of Fieldwork Phase 1 Priority A Within 8 Week after Contract
Signed
th
4 Completion of fieldwork Phase 1 Priority B Within 10 Week after contract
Signed
th
5 Delivery of Factual Report phase 1 priority Within 10 Week after contract
A Signed
th
6 Delivery of Geophysical Factual report Within 10 Week after contract
Signed
th
7 Completion of Fieldwork of Phase 2 Within 14 week after contract
signed
8 Final Factual Report (Phase1 and Phase Within 16th Week of Contract
2) Signed
9 Interpretative report Within 17th Week of Contract
Signed

o The Time for Completion is 125 Calendar days from the Service Order
signature

No. Deliverables Duration from SO Signature


date
1 Submission of factual reports 125 Calendar days
Whole of the Works 125 Calendar days

o Service Order signature date including Fourteen (14) calendar days for mobilization.

- Part C - Liquidated Damages

The Liquidated damages shall be assessed at 0.2% per day up to a maximum of 10% of
the contract price.

55 | P a g e
Internal

APPENDIX F
Key personnel

The Consultant shall provide detailed resumes / CVs of the Consultant’s Key Personnel who
will be engaged on a full-time project specify bases for the duration of the contract lifecycle.

56 | P a g e

You might also like