13
FILE 20140722-00605 PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST) Paseo de la Habana, 138 28036 Madrid. Spain Tel.: +34 91 452 12 00 Fax: +34 91 452 13 00 www.ineco .es

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

  • Upload
    voduong

  • View
    216

  • Download
    1

Embed Size (px)

Citation preview

Page 1: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

FILE 20140722-00605

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND

LABORATORY TEST)

Paseo de la Habana, 138 28036 Madrid. Spain Tel.: +34 91 452 12 00 Fax: +34 91 452 13 00 www.ineco .es

Page 2: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

0 WARNING ..................................................................................................................................... 2 1 SCOPE............................................................................................................................................ 2 2 WORK DESCRIPTION ...................................................................................................................... 2

2.1 DOCUMENTS PROVIDED BY INECO .........................................................................................2 2.2 WORK AREA ............................................................................................................................2 2.3 PROVIDED INFORMATION BY INECO ......................................................................................4 2.4 WORK PLAN ............................................................................................................................4 2.5 STANDARDS AND OTHER INSTRUCTIONS ...............................................................................5 2.6 TECHNICAL SPECIFICATIONS ...................................................................................................7

2.6.1 Execution conditions ..........................................................................................................7 2.6.2 Field work supervision ........................................................................................................7 2.6.3 Precautions during works ...................................................................................................8

2.7 RESULTS REPORT .....................................................................................................................8 2.8 PERMITS, LICENCES AND AFFECTED SERVICES........................................................................8 2.9 WORK INSPECTIONS................................................................................................................8 2.10 DOCUMENTATION OWNERSHIP .............................................................................................9

3 MANPOWER AND MATERIAL RESOURCES ..................................................................................... 9

3.1 HUMAN RESOURCES ...............................................................................................................9 3.2 MACHINERY AND OTHER EQUIPMENT ...................................................................................9 3.3 RESPONSE TIME ......................................................................................................................9

4 COMMERCIAL TERMS AND CONDITIONS ....................................................................................... 9 5 RUNTIME ....................................................................................................................................... 9 6 MAXIMUM BUDGET ...................................................................................................................... 9 7 TECHNICAL SOLVENCY ................................................................................................................. 10

7.1 REFERENCES ..........................................................................................................................10

8 ECONOMIC AND FINANCIAL SOLVENCY ....................................................................................... 10 9 VALIDATION CRITERIA ................................................................................................................. 10

9.1 EXCLUSIONARY CRITERIA ......................................................................................................10 9.2 TECHNICAL EVALUATION CRITERIA (30 POINTS) .................................................................11

9.2.1 Improved team .( 16 POINTS) ...........................................................................................11 9.2.2 Decreased deadline. (4 PONTS) .......................................................................................11 9.2.3 Experience in similar work. (5 POINTS) ...........................................................................11 9.2.4 Experience working in the area ( 5 POINTS) .....................................................................11

9.3 ECONOMIC EVALUATION CRITERIA (70 POINTS) ..................................................................11

10 CONTENTS OF THE OFFER ............................................................................................................ 12

10.1 TECHNICAL AND ADMINISTRATIVE OFFER ..................................................................12

TECHNICAL OFFER ............................................................................................................12 ADMINISTRATIVE OFFER ..................................................................................................12

10.2 ECONOMIC OFFER ........................................................................................................12

11 BID PRESENTATION ..................................................................................................................... 12

APPENDIX 1: Number of Units APPENDIX 2: General Rules for Geological-Geotechnical Works

Page 3: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

0 WARNING

This document is an adaptation and traslation into English of the document in Spanish named CONDICIONES PARTICULARES PARA LA CONTRATACIÓN DE LA CAMPAÑA GEOTÉCNICA (TRABAJOS DE CAMPO Y ENSAYOS DE LABORATORIO) PARA BTS EN LAS ÁREAS 1, 2, 3 Y 6; HVPS EN LAS ÁREAS 1 Y 2; SIGNALLING EN LAS ÁREAS 1, 2, 3 Y 6. HARAMAIN HIGH SPEED RAILWAY. PHASE 2. MAKKAH – MEDINAH. (SAUDI RAILWAY ORGANIZATION).. Any doubt about the interpretation of the English text will be resolved with the Spanish text, which prevails over the English.

1 SCOPE

This document deals with the technical requirements for carrying out the geological and geotechnical surveys for the “PROJECTS OF BTS IN 1, 2, 3 AND 6 AREAS; HVPS IN 1 AND 2 AREAS; AND SIGNALLING BUILDING IN 1, 2, 3 AND 6 AREAS of HARAMAIN HIGH SPEED RAILWAY. PHASE 2. MAKKAH – MEDINAH. (SAUDI RAILWAY ORGANIZATION)”. All current standards, instructions, recommendations and official documents, specially ASTM and British Standards and those established by INECO, shall be used in the geotechnical field survey and laboratory testing covered by this contract..

2 WORK DESCRIPTION

The work to be carried out will consist of the following:

Paperwork, application and payment of taxes and fees (if applicable) for all permits with local authorities together with public and private bodies required for field work.

Detection of underground affected services.

Field work consisting of: o 90 Boreholes of length 10 meter drilling with continuous coring. o 90 Electrical resistivity tomographies 2D of 100 m length prospecting with 48 focal electrode mechanism,

2 m of separation between electrodes, including data collection, processing and interpretation..

Laboratory testing for accurate geological and geotechnical characterisation. The works shall be developed in NINETY (90) working areas to be surveyed, placed between the chainage points 000 to 446, along the railway track currently being constructed Makkah-Madinah, Kingdom of Saudi Arabia. All works (surveys and tests) shall be directed and assessed by INECO, so the relevant meetings and visits shall be specified in order to establish a proper work routine, together with their scope. This work shall not be considered definitive until fully reviewed and approved by INECO, with the inclusion of all corrections and modifications deemed necessary. This geotechnical survey must be performed completely or partially according to INECO requirements. The Consultant shall provide all necessary personnel, means and equipment for correct work execution, as specified in Section 3.1 of this document.

2.1 DOCUMENTS PROVIDED BY INECO

After contract awarding, INECO shall deliver the general drawings with the proposed surveys. Moreover, the Consultant will receive a document that contains full details about the survey execution criteria (minimum depth, number of samples and tests etc.). Nevertheless, in case of any doubt, the Consultant must contact the INECO Project Manager before survey completion in order to report on the geotechnical survey development and request authorisation to terminate them or continue with the drilling.

2.2 WORK AREA

The works shall be developed in NINETY (90) working areas to be surveyed, placed between the chainage points 000 to 446, along the railway track currently being constructed Makkah-Madinah, Kingdom of Saudi Arabia. The sites are described in the following list:

- Signalling Building o MSRA Makkah Station: Chainage 2,052 o ISR 05: Chainage 5,937 o ISR 11: Chainage 11,000 o ISR 23: Chainage 23,900 o Siding 1: Chainage 36,800

Page 4: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

o ISR 49: Chainage 49,900 o MSR B Crossover 1: Chainage 63,100 o MSR A Jeddah Station: Chainage 78,721 o ISR Crossover 2: Chainage 88,795 o MSR B KAIA Link 1: Chainage 94,000 o ISR Crossover 3: Chainage 103,500 o ISR Kaia Link 2: Chainage *2,367 o MSR A KAIA Station: Chainage ¿? o ISR 114: Chainage 114,850 o MSR A Siding 2: Chainage 126,400 o ISR 136: Chainage 136,240 o ISR 147: Chainage 147,988 o ISR Crossover 4: Chainage 157,930 o ISR 170: Chainage 170,112 o ISR 382: Chainage 382,100 o ISR Crossover 8: Chainage 395,450 o ISR 407: Chainage 407,350 o Siding 6: Chainage 420,750 o ISR 427: Chainage 427,500 o ISR 431: Chainage 431,100 o MSR A Madinah Station: Chainage 448,574

- Centros de autotranformación HVPS: o ATS-PP 1.2: Chainage 5+000 o ATS-PP 1.3: Chainage 12+435 o ATS-PP 1.4: Chainage 17+340 o ATS-PP 1.5: Chainage 27+450 o ATS-PP 1.6: Chainage 43+750 o ATS-PP 1.7: Chainage 50+200 o ATS-PP 1.8: Chainage 57+950 o ATS-SP 2.1: Chainage 64+989 o ATS-PP 2.2: Chainage 73+989 o ATS-PP 2.3 (OPC1): Chainage 84+500 o ATS-PP 2.3 (OPC2): Chainage 84+625 o ATS-PP 2.4 (OPC1): Chainage 94+550 o ATS-PP 2.4 (OPC2): Chainage 94+700 o ATS-PP 2.5 (OPC1): Chainage 104+250 o ATS-PP 2.5 (OPC2): Chainage 103+500 o ATS-PP 2.6: Chainage 120+025 o ATS-PP 2.7: Chainage 139+575

BTS: o BTS101A: Chainage Indoor (MAKKAH Central Station) o BTS102A: Chainage 003+850 o BTS103A: Chainage 007+150 o BTS104A: Chainage 011+000 o BTS105A: Chainage 018+600 o BTS106A: Chainage 023+400 o BTS107A: Chainage 029+850 o BTS108A: Chainage 034+450 o BTS109A: Chainage 040+400 o BTS110A: Chainage 044+600 o BTS111A: Chainage 049+610 o BTS112A: Chainage 054+810 o BTS113A: Chainage 060+300 o BTS114A: Chainage 065+850 o BTS115A: Chainage 069+500 o BTS201A: Chainage 076+000 o BTS202A: Chainage 078+000 (JEDDAH Central Station)

Page 5: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

o BTS203A: Chainage 081+000 o BTS204A: Chainage 086+000 o BTS205A: Chainage 091+900 (Junction to Airport link) o BTS206A: Chainage 096+000 o BTS207A: Chainage 104+750 o BTS208AB. Coordinates: 39.170917; 21.654620 (Airport tunnel KAIA station) Right o REP2051AB. Coordinates: 39.171716; 21.652113 0+300 o REP2052AB. Coordinates: 39.177421; 21.642706 1+400 o REP2053AB. Coordinates: 39.185355; 21.636307 2+500 o REP2081AB. Coordinates: 39.174427; 21.645665 1+100 o REP2082AB. Coordinates: 39.181130; 21.637672 2+200 o REP2083AB. Coordinates: 39.190569; 21.634769 3+300 o BTS301A: Chainage 113+530 o BTS302A: Chainage 120+000 o BTS303A: Chainage 126+000 o BTS304A: Chainage 136+440 o BTS305A: Chainage 146+000 o BTS306A: Chainage 156+000 o BTS307A: Chainage 164+850 o BTS308A: Chainage 175+250 o BTS309A: Chainage 182+000 (KAEC Station) o BTS601A: Chainage 380+260 o BTS602A: Chainage 386+900 o BTS603A: Chainage 394+000 o BTS604A: Chainage 399+960 o BTS605A: Chainage 406+500 o BTS606A: Chainage 412+750 o BTS607A: Chainage 420+450 o BTS608A: Chainage 428+500 o REP6081A: Chainage 433+100 o BTS609A: Chainage 433+900 o BTS610A: Chainage 442+500 o BTS611A: Chainage 448+960 (MADINAH Central Station)

Number of points included is 93, but it is expected that field survey in 3 points will not be necesary to carry out.

2.3 PROVIDED INFORMATION BY INECO

Once the award is made, INECO will provide a plan with the proposed survey and coordinates of recognises. In addition, the Consultant will receive a document that will be detailed the criteria for the recognises to carry out(minimum depth, number of samples, tests, etc..). In case of doubt, the Contractor shall contact the INECO Project Manager previously to finish the field survey, to report developments in geotechnical campaign and request authorization to continue or finish each drilling.

2.4 WORK PLAN

In accordance with the field work drawing prepared by INECO, the Consultant must draw up a work plan. When this plan has been approved by INECO and these points have been localized and marked on the field by the Consultant, the latter shall be responsible for their subsequent field locallisation. The Consultant shall represent all investigation points on the final drawings, together with a detailed sketch and colour photograph of each point. The Consultant shall also be responsible for acquiring all permits required for correct work execution, except where indicated otherwise. The work plan, programme and evaluation shall be the work development control tools. During project development, the Project Manager shall provide all necessary instructions to guarantee work quality assurance. This document regulates the execution of the following work by the Consultant, although it is possible that not all need to be carried out:

Mechanical borehole drilling.

Standard penetration tests (SPT).

Page 6: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

Sampling. Unaltered and wax-covered samples.

Identification, preparation, conservation and shipping to the laboratory of samples.

Measurement and recording of groundwater levels.

Electrical resistivity tomography 2D

Laboratory testing.

Supply of manpower, resources and equipment required for correct work execution and for field supervision by fully qualified technicians.

Execution of all work required to record the benchmarks of boreholes and other points and investigation areas, using coordinate and elevation accurate recording, when deemed necessary by the Project Manager. The Project Manager shall establish the marking out and levelling system and precision in accordance with the work type, its importance and the existence of cartography and/or topographic benchmark bases close to the work area.

The Consultant shall also be responsible for the following:

Compilation and delivery to INECO of all records, reports and data obtained or prepared as part of this work.

Preparation and delivery to INECO of a final report that covers all the work and the obtained data. The bidding base units are estimated as those appearing in Number of Units (Appendix 1). However, there is not definitive work programme and so these will be carried out according to needs. Consequently, the number of project units may be modified as a result of the actual geotechnical survey requirements. The bid shall only incorporate the units included in Appendix 1.

2.5 STANDARDS AND OTHER INSTRUCTIONS

ASTM standards and British standards shall be used, in particular the following.

STANDARDS SYMBOL / TERM DEFINITION REMARKS/STANDARDS

Laboratory and in-situ

Test Standards

Fines Portion of a soil fines tan sieve test a No 200

(0.075 mm) As per ASTM D653-11 as per BS 1377

part 2 or ASTM D422–63(2007)

Atterberg Limits basic measure and behaviour of a fine-grained

soil As per ASTM D2487-11 or BS 1377

part 2

Natural moisture Weight of interstitial water divided by weight of

solid particles As per ASTM D2216-10 or BS 1377

part 2

Density Density of soil/rock As per BS 1377 Part 3/part 1

Direct Shear Determine the interface frictional properties of

soil As per ASTM D3080/D3080M-11 and

BS 1377 Part 7

Organic Content % Content As per BS 1377 Part 3 or ASTM D2974

- 07a

Sulphate content % Content As per BS 812 Part 117 (BS 1377 p3)

or ASTM D2974 - 07a

Chloride content % Content As per BS 812: Part 118 (BS 1377 p3)

or ASTM D2974 - 07a

Unconfined compression test/ uniaxial compressive

strength Strength of a soil/Rock

As per ASTM D2166-06 / ASTM D2938-95(2002)

Swell pressure Obtain relative expansive potential of soil As per ASTM D3877-08

Swell One-Dimensional swell or collapse of cohesive

soils As per ASTM D4546-08

Micro Deval

Resistance to impact and attrition of a rock

As per BS EN 1097-1 or ASTM D7428-081e

Los Angeles Test As per ASTM C535 - 12 and ASTM

C131 – 06 or BS 1097-2

ρd (degree of compaction). Proctor density

Maximum dry density and water content under standardized conditions of compaction

Proctor Standard: AASHTO T180D, ASTM D698-12

Proctor modified ASTM D1557-12

(CBR) California Bearing Ratio

Empirical value of a bearing load expressed as a percentage of a reference bearing load

As per ASTM D1883 - 07e2 or BS 1377 part 4. In place ASTM D4429 – 09a

Ev2. Plate bearing test Modulus of deformation obtained from this test As per DIN 18 134 or NF P 94 117.1

Collapse Potential Measurement of Collapse Potential of Soils As per ASTM D5333-03

Standard Penetration Test Standard Test Method for Standard Penetration As per ASTM D1586 - 11 or BS EN ISO

Page 7: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

STANDARDS SYMBOL / TERM DEFINITION REMARKS/STANDARDS

(SPT) Test (SPT) and Split-Barrel Sampling of Soils 22476-3

Unaltered sample Standard Practice for Thick Wall, Ring-Lined,

Split Barrel, Drive Sampling of Soils ASTM D3550-01(2007)

Design Standards

MRDTM Materials & Research Department Test Methods KINGDOM OF SAUDI ARABIA.

MINISTRY OF TRANSPORT

DIN Deutsches Institut für Normung

Guide to durable Concrete American Concrete Institute ACI 201-2R-92

UIC Union Internationale des Chemins de fer

AASHTO American Association of State Highway and

Transportation Officials

ASTM American Society for Testing Materials

BS British Standards

If ASTM or British Standards do not exist, European CE standards and Spanish UNE standards shall be used, in particular the following.

- CEN ISO/TS 17892-1:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 1: Determination of water content (ISO/TS 17892-1:2004)

- CEN ISO/TS 17892-1:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 1: Determination of water content (ISO/TS 17892-1:2004)

- CEN ISO/TS 17892-2:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 2: Determination of density of fine grained soil (ISO/TS 17892-2:2004)

- CEN ISO/TS 17892-2:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 2: Determination of density of fine grained soil (ISO/TS 17892-2:2004)

- CEN ISO/TS 17892-4:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 4: Determination of particle size distribution (ISO/TS 17892-4:2004)

- CEN ISO/TS 17892-4:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 4: Determination of particle size distribution (ISO/TS 17892-4:2004)

- CEN ISO/TS 17892-7:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 7: Unconfined compression test on fine-grained soil (ISO/TS 17892-7:2004)

- CEN ISO/TS 17892-7:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 7: Unconfined compression test on fine grained soils (ISO/TS 17892-7:2004)

- CEN ISO/TS 17892-8:2004.Geotechnical investigation and testing - Laboratory testing of soil - Part 8: Unconsolidated undrained triaxial test (ISO/TS 17892-8:2004)

- CEN ISO/TS 17892-8:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 8: Unconsolidated undrained triaxial test (ISO/TS 17892-8:2004)

- CEN ISO/TS 17892-9:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 9: Consolidated triaxial compression tests on water saturated soil (ISO/TS 17892-9:2004)

- CEN ISO/TS 17892-9:2004/AC:2005. Geotechnical investigation and testing - Laboratory testing of soil - Part 9: Consolidated triaxial compression tests on water saturated soil (ISO/TS 17892-9:2004)

- CEN ISO/TS 17892-10:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 10: Direct shear tests (ISO/TS 17892-10:2004)

- CEN ISO/TS 17892-10:2004/AC:2005. Document title Geotechnical investigation and testing - Laboratory testing of soil - Part 10: Direct shear tests (ISO/TS 17892-10:2004).

- CEN ISO/TS 17892-11:2004. Geotechnical investigation and testing - Laboratory testing of soil - Part 11: Determination of permeability by constant and falling head (ISO/TS 17892-11:2004)

- CEN ISO/TS 17892-12:2004. Document title Geotechnical investigation and testing - Laboratory testing of soil - Part 12: Determination of Atterberg limits (ISO/TS 17892-12:2004)

- CEN ISO/TS 17892-12:2004/AC:2005. Document title Geotechnical investigation and testing - Laboratory testing of soil - Part 12: Determination of Atterberg limits (ISO/TS 17892-12:2004)

Page 8: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

- CEN ISO/TS 22475-2:2006. Geotechnical investigation and testing - Sampling methods and groundwater measurements - Part 2: Qualification criteria for enterprises and personnel (ISO/TS 22475-2:2006)

- EN ISO 14688-1:2002. Geotechnical investigation and testing - Identification and classification of soil - Part 1: Identification and description (ISO 14688-1:2002)

- EN ISO 14688-1:2002/AC:2005. Geotechnical investigation and testing - Identification and classification of soil - Part 1: Identification and description (ISO 14688-1:2002)

- EN ISO 14688-2:2004. Geotechnical investigation and testing - Identification and classification of soil - Part 2: Principles for a classification (ISO 14688-2:2004)

- EN ISO 14689-1:2003. Geotechnical investigation and testing - Identification and classification of rock - Part 1: Identification and description (ISO 14689-1:2003)

- EN ISO 22475-1:2006. Geotechnical investigation and testing - Sampling methods and groundwater measurements - Part 1: Technical principles for execution (ISO 22475-1:2006)

- ISO/TS 22475-2:2006. Geotechnical investigation and testing - Sampling methods and groundwater measurements – Part 2: Qualification criteria for enterprises and personal

- EN ISO 22476-2:2005. Geotechnical investigation and testing - Field testing - Part 2: Dynamic probing (ISO 22476-2:2005)

- EN ISO 22476-3:2005. Geotechnical investigation and testing - Field testing - Part 3: Standard penetration test (ISO 22476-3:2005).

- UNE-EN 1997-1. 2010. Eurocódigo 7: Proyecto geotécnico. Parte 1: Reglas generales.

- UNE-ENV 1997-2. 2001. Eurocódigo 7: Proyecto geotécnico. Parte 2. Proyecto asistido por ensayos de laboratorio.

- UNE-EN 1997-3. 2002. Eurocódigo 7: Proyecto geotécnico. Parte 3: Proyecto asistido por ensayos de campo.

The standards for works not included in those, shall be confirmed with the Project Manager. If tests or tasks that are not regulated by an official published standard are going to be done, the Consultant shall provide the Project Manager with a copy of the execution procedure and with the verification and calibration of the equipment to be used.

2.6 TECHNICAL SPECIFICATIONS

Work shall be executed in accordance with standards of good practice in order to achieve satisfactory identification of the lithology and obtaining of representative samples. In all cases, the Consultant shall follow the instructions received from the INECO Project Manager or person he designates. The Consultant shall be in possession of the proprietor’s authorisation for field work execution. All work equipment shall be in good condition throughout the survey. If INECO deems the supplied equipment as inadequate, the Consultant shall be fully responsible for its replacement by more suitable equipment. In all entrusted work, the Consultant shall employ its own human, equipment and material resources, with priority over that of collaborators and subcontractors. Such resources shall not be replaced by others without prior express approval from the Project Manager. If any part of these resources is subcontracted, it shall have the previous approval of the Project Manager.

2.6.1 Execution conditions

Field work and laboratory testing as indicated in Appendix 1 Number of Units, of this document, shall be executed according to the instructions given in Appendix 2, General Instructions for Geological and Geotechnical Surveys.

2.6.2 Field work supervision

The Consultant shall provide a qualified technician during field work, for each work location. That expert shall be responsible for supervision and correct execution of all the ongoing field work. That expert shall follow the Plan or the Project Manager’s instructions and shall be available whenever required. During work execution, the Consultant shall maintain a complete, numbered, exact, legible record of each borehole, trial pit and other survey work

Page 9: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

2.6.3 Precautions during works

The Consultant shall adopt all necessary actions for ensuring the third-party protection during work execution and shall have full responsibility for all indemnities due to damages and losses resulting from culpability in accordance with current provisions and legislation. The Consultant shall restore to their original condition, all tracks, roadways and lands etc, affected by the work execution. Similarly, all objects and materials, not associated with the affected area and used during the work, shall be removed, with the only exception of benchmarks that make possible subsequent localisation of survey work points.

2.7 RESULTS REPORT

The Consultant shall prepare the corresponding Results Report in English and include the field survey and laboratory testing results. All information required to produce this report shall be available in DIN-A4 format and in pdf format on CD, with all information being capable of being viewed and manipulated on any computer equipment fitted with a CD reader and without any need for an exterior application. An independent sub-folder shall exclusively contain the files for the plant prospecting survey drawings in DWG or DXF formats. It shall also include the files containing the results tables for the performed laboratory testing in their original format (EXCEL spreadsheets or other).

2.8 PERMITS, LICENCES AND AFFECTED SERVICES

The Consultant shall be fully responsible for obtaining permits and licences from the public domain proprietors or title deed holders that are required for work execution, together with the associated payments, fees, taxes, compensations or indemnities involved in work development. Under no circumstances shall any long-lasting work execution take place on land without the written permission or authorisation from the proprietor. Moreover, except when indicated otherwise, the Consultant shall be responsible for detecting any possible buried services that might be affected by the work (telephone and electricity lines, gas, and water supply piping etc). The Consultant shall also be responsible for all costs for repairs and compensation in case of any faults caused by negligence. Submission of tender implies acceptance of the Terms of Ineco and these Conditions, the order of priority of contract documents stipulated in Article 20 of the General Terms and Conditions of Ineco.

2.9 WORK INSPECTIONS

All equipment may be inspected and checked at any time by the Project Manager or designated person and who shall have authority to require replacement in case of deficient operation. At any time, the Project Manager may order, as many times as deemed necessary, the replacement of Consultant personnel and equipment in cases in which behaviour, performance or capacity is not considered satisfactory. Any doubt arising in the interpretation of these technical conditions or in work execution shall be put to the Project Manager for resolution. In order to ensure correct work execution, the Project Manager shall organise whatever visits to the work areas and meetings with the Consultant’s personnel are deemed necessary and which may take place at the work area or at the INECO Madrid offices. Prior to material make-up and provision of the final documents, the Consultant shall provide the Project Manager with the work results for inspection and approval. The following minimum controls are established:

Meetings concerning information about general or specific aspects, with the attendance of the Project Manager or designated assistants, the Consultant’s Technical Office Manager and other persons from its organisation that are involved in the matters to discuss.

Written reports on work progress that shall be submitted for the Project Manager’s consideration, on a weekly basis or whatever frequency the latter decides.

Weekly results reports, in digital format, containing the results of all boreholes and laboratory tests carried out up to ten days before report presentation.

When required by the Project Manager, the Consultant shall provide details of any aspect of work execution within the established time period.

Page 10: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

2.10 DOCUMENTATION OWNERSHIP

The final documentation as well as all that is produced during contract development is the property of INECO and shall not be distributed or provided for the third party use without prior authorisation. The work covered by this technical assistance shall not be used by the Consultant without express INECO permission and all original documentation shall be returned prior to contract finalisation.

3 MANPOWER AND MATERIAL RESOURCES

The Contractor shall provide all human, material and technical resources that are required for correct work execution, both in Spain and other countries.

3.1 HUMAN RESOURCES

All technical personnel listed in the bid as directly responsible for carrying out the corresponding contract work shall not be replaced without express authorisation from the Project Manager. The Consultant shall provide of following minimum technical team: - A coordinator and support technician having ten years of experience, at least. - Two qualified technicians having three years of experience, at least, for fieldwork. In addition of the technical team, the consultant shall provide a support staff of drill rig operators, drivers and other.

3.2 MACHINERY AND OTHER EQUIPMENT

A minimum of the following material resources shall be provided:

2 Surface drill rig for borehole execution

2 Auxiliary equipments for drilling

1 Electrical resistivity tomography 2D device

FWD vehicles for manpower and equipment transport

3.3 RESPONSE TIME

INECO contemplate a response time to begin field survey of 21 days (3 weeks) after the award of the contract.

4 COMMERCIAL TERMS AND CONDITIONS

The general contracting conditions, as published in the INECO contracting profile (www.ineco.es) shall enforce, together with these specific conditions. The successful bidder shall be authorised according to current legislation to execute the work required in this document. The work shall be invoiced according to that actually executed. Ineco will not have obligation to spend all budget or the time. Budget and the time will be limited by the needs of the company. Submission of tender implies acceptance of the Terms of Ineco and these Conditions, the order of priority of contract documents stipulated in Article 20 of the General Terms and Conditions of Ineco.

5 RUNTIME

The tenderer shall specify in its bid the date in which the machinery, equipment and manpower will be available and ready to start. The contract term including response time will therefore SIX MONTHS (6) MONTHS from the date of signature. In which:

- The period between the order acceptance and the date in which the work will be fully finished shall not be

larger than four month (including field survey, laboratory test and electrical tomographies analysis)

- INECO be reserved two (2) months for any amendments or revisions of the work set out in this statement

Page 11: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

The work programme proposed by the Consultant, when approved by the Project Manager, shall acquire a contractual character, including in partial deadlines. Any modifications that are made shall always have the corresponding approval. Ineco has no obligation in using up the maximum amount totally, being limited to the actual needs of Ineco

6 MAXIMUM BUDGET

The maximum price to be paid by INECO to the Consultant for all the concepts deriving from the execution of the works described in this document in accordance with the Number of Units of Appendix 1 comes to the amount of FOUR HUNDRED TEN THOUSAND EURO (410,000.00 €) or TWO MILLION AND ONE HUNDRED AND TWENTY THREE THOUSAND WITH EIGHT HUNDRED SAUDI RIYAL 2,123,800.00 SAR, not including VAT. All bids that exceed this budget shall be excluded.

7 TECHNICAL SOLVENCY

To substantiate the technical capacity for this tender should meet the requirements below. Your justification may be subsequently required by the presentation of certificates of satisfactory execution and / or contracts..

7.1 REFERENCES

A signed draft by a person legally responsible for the company with the main services or works carried out in the that includes a description of the work, Price, dates, public or private benefactors ,in which is included:

- At least four (4) references in the last three (3) years in similar works to those set forth in the specifications with budget equal to or greater than FORTY THOUSAND EUROS (40,000 €), VAT not included, which will have the corresponding certificate as provided for by the contracting company.

- At least 1 reference in similar works in Saudi Arabia in the last five (5) years. with budget equal to or greater than TWENTY THOUSAND EUROS (20,000 €), VAT not included

8 ECONOMIC AND FINANCIAL SOLVENCY

In the case of not being registered at the time of presenting the offer, the economic and financial solvency of the contractor must provide and renew every six months:

Reports from financial institutions with which the participant has possessed significant assets or liabilities throughout the last three fiscal years, which indicates, at minimum, the following: o Compliance with credit transaction repayment obligations. o Global evaluation of the entity

Official certificate indicating full compliance with all tax obligations.

Official certificate indicating that all current social security payments are complied with.

Official certificate indicating that all civil responsibility is met with a current insurance policy

9 VALIDATION CRITERIA

In the first phase the offers received shall be classified in accordance with the technical and economic evaluations thereof, with the four companies with the highest score resulting from the sum of the two evaluations being selected. The scoring applied shall be 70 points for the economic evaluation and 30 points for the technical evaluation. Once all the offers are validated in the first phase Ineco may require additional information or improvements in the offers from the best placed companies thus proceeding to a second phase of validation. The scoring applied in this second phase will be 100 % economical

9.1 EXCLUSIONARY CRITERIA

All offers with respect to any clause in this document and especially the following shall be rejected:

Not being registered as a provider of Ineco, or by defect agree to do so within fifteen (15) days from whenever

Ineco may require it to be done.

Do not make available the resources in point 3.

Page 12: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

Do not complete the solvency requirements established in sections 7 and 8.

9.2 TECHNICAL EVALUATION CRITERIA (30 POINTS)

The technical offer will be valued by a total of 30 points.

9.2.1 Improved team .( 16 POINTS)

Technical contributed over minimum requirements in 3.1 (The team) above, up to a maximum of 4 technicians, with a maximum score of 16 points:

A technician with over 15 years experience: (7 POINTS).

technician experience between 10 and 15 years: (2 POINTS)

Technicians with experience ranging from 3 to 10 years: (1 POINT)

An additional (1) point will be given to each technician who demonstrate high level of English

9.2.2 Decreased deadline. (4 PONTS)

Reducing deadline by reference to the maximum term specified in section 5 (Duration) of this document will be assessed as follows ( the maximum reduction will be 2 weeks ):

Reduction of the time in 1 week: 2 points.

Reduction of the time in 2 weeks: 4 points

9.2.3 Experience in similar work. (5 POINTS)

At least five (5) references in the last three (3) years in similar geotechnical works to those set forth in the specifications with budget greater than FORTY THOUSAND EUROS (40,000 €), VAT not included (1 POINT)

Between six and ten (6-10) references in the last three (3) years in similar geotechnical works to those set forth in the specifications with budget greater than FORTY THOUSAND EUROS (40,000 €), VAT not included (3 POINTS)

More than ten (>10) similar geotechnical works in the last three (3) years to those set forth in the specifications with budget greater than FORTY THOUSAND EUROS (40,000 €), VAT not included (5 POINTS)

9.2.4 Experience working in the area ( 5 POINTS)

- At least two (2) similar works in Saudi Arabia in the last five (5) years. with budget equal to or greater than TWENTY THOUSAND EUROS (20,000 €), VAT not included (1 POINT)

Between three and four (3-4) similar works in Saudi Arabia in the last five (5) years. with budget equal to or greater than TWENTY THOUSAND EUROS (20,000 €), VAT not included

More than four (>4) similar works in Saudi Arabia in the last five (5) years. with budget equal to or greater than TWENTY THOUSAND EUROS (20,000 €), VAT not included (1 POINT)

9.3 ECONOMIC EVALUATION CRITERIA (70 POINTS)

The economical offer will be valued by a total of 70 points and will be valued according to the next weighted formula:

The economical offer will considered as disproportionate offer if it is lower 10 per cent than the average received economical offers of the tenders submitted by the Consultants. In this case, INECO can request to the Consultant a detail report justifying its economic offer. In the case of a submitted reckless bid offer, it will be disregarded.

Page 13: PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS ... GEOTECNICA... · PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST 0 WARNING This document

PARTICULAR CONDITIONS GEOTECHNICAL CAMPAIGN (FIELD WORKS AND LABORATORY TEST

10 CONTENTS OF THE OFFER

It will be necessary to include in the offer the next documents:

10.1 TECHNICAL AND ADMINISTRATIVE OFFER

TECHNICAL OFFER

It will be included a Technical Memory of the works to be developed with ddocumentation certifying compliance with the requirements stated in this document must be included.

ADMINISTRATIVE OFFER

The following documentation must be submitted:

Company details: Name, VAT Registration Number, authorized activity (copy of Articles of Association and/or amendments to the Articles of Association), registered address.

Details of company’s agent: Full name, copy or reference of deed designating the agent or power of attorney conferred upon the agent for contract signature purposes, Fiscal ID Number of agent (photocopy).

Other supporting documentation regarding the requirements described in these Specifications in relation to the tenderer’s human resources, and technical and economic capacity must also be submitted.

10.2 ECONOMIC OFFER

The economic tender must be signed by the legal representative of the company making the offer and it should include the Total Cost of the work proposed for the complete time period, with said values presented as figures both with and without IVA (VAT). The Consultant shall present an Economic Bid for all the work broken down into entries with unit prices according to the Number of Units given in the corresponding appendix. The bid shall only include the unit prices for the units included in the specifications, in addition to the total price in function of stated Number of Units in order to be able to modify any unit deemed necessary by INECO during work execution. The work will be awarded to the Consultant more economic, whenever this meets all the technical requirements in these specifications.

11 BID PRESENTATION

All tenders shall be submitted in digital format to the following address: [email protected]. Bids shall include the file reference number that can be found at the front of this document. Economic tender shall be identified as O.E.‐ 20140722-00605-‐COMPANY and technical tender shall be identified as O.T.‐ 20140722-00605-‐COMPANY. The technical and economic tenders must be submitted on separate files, without the technical tender referencing the economic tender. In the event of non‐compliance with any of the requirements established in this section with regards to submitting tenders to a different address than that indicated, the bidder, at the discretion of the Purchasing and Procurement Unit. .