REVISION RECORD
Rev. No.
Date
Section/Para
Description
A
All
-
B
All
-
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 2 of 60
TABLE OF CONTENTS
REVISION REVISION RECORD RECORD.................................. ................................................... .................................. .................................. .................................. .................... ... 2
1.
GENERAL .................................. ................................................... .................................. .................................. ................................... ................................ .............. 5 1.1 1.2 1.3 1.4 1.5 1.6
2.
SCOPE OF WORK .................................. .................................................... ................................... .................................. .................................. .................... ... 7 2.1 2.2 2.3
3.
General.................................. ................................................... .................................. .................................. .................................. .......................... ......... 7 Direct Work ................................. ................................................... ................................... .................................. .................................. .................... ... 9 Indirect Work .................................. ................................................... .................................. ................................... ................................. ............... 31
SPECIAL NOTE AND REQUIREMENTS ................................ ................................................. .................................. ........................... .......... 34 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.11 3.12
4.
Scope ................................. .................................................. .................................. .................................. .................................. ............................. ............ 5 Definition .................................. ................................................... .................................. .................................. .................................. ....................... ...... 5 Location ................................... .................................................... .................................. .................................. .................................. ....................... ...... 5 Time Schedule ................................ ................................................. ................................... ................................... .................................. ................. 6 Reference Document ................................ ................................................. .................................. .................................. .......................... ......... 6 Conflict of Discrepancies ................................. .................................................. .................................. .................................. .................... ... 6
Supply of Tools and Consumables .................................. ................................................... .................................. ..................... .... 34 Construction Equipment ................................. ................................................... ................................... .................................. ................... 35 Drawing’s Supply .................................. ................................................... .................................. .................................. ........................... .......... 35 Site Drainage .................................. ................................................... .................................. ................................... ................................. ............... 35 Nuisance .................................. ................................................... .................................. .................................. .................................. ..................... .... 36 Excavation in Rock (if Any) ................................ ................................................. .................................. ................................. ................ 36 Survey, Base Point and Bench Mark (Refer to Engineering Specification) .................... 36 Execution of Work not Provided in Contract Document .................................. ............................................ .......... 36 Materials Losses of Damages ................................ ................................................. .................................. .............................. ............. 37 Quality Inspection and Testing for the Work ................................ ................................................. ........................... .......... 37 Change Order ................................. .................................................. .................................. .................................. ................................. ................ 37 Take Over of the Work .................................. ................................................... .................................. .................................. ..................... .... 37
SITE PREPARATION WORK ................................. .................................................. .................................. .................................. ........................ ....... 38
4.1. Work Sequence Scenario ................................. .................................................. .................................. .................................. ........................... .......... 38 4.2. Import Soil Planning .................................. ................................................... .................................. .................................. ................................. ................ 40 4.3. Earth Slopes ................................. .................................................. .................................. .................................. .................................. ........................... .......... 40 4.4. Soil Disposal ................................. .................................................. .................................. .................................. .................................. ........................... .......... 40 5.
PIPELINE WORK ................................. ................................................... ................................... .................................. .................................. ..................... .... 41
5.1. Pipeline system .................................. .................................................... ................................... .................................. .................................. ..................... .... 41 5.2. Pipeline Installation ................................ ................................................. .................................. ................................... ................................... ................... 41 5.3. Painting and Coating Works ................................... .................................................... .................................. .................................. ..................... .... 43 5.4. Re-facing of flange faces .................................. ................................................... .................................. .................................. ........................... .......... 43 5.5. Scrap and Material Surplus .................................. ................................................... .................................. .................................. ........................ ....... 43 5.6. Special Materials ................................ .................................................. ................................... .................................. .................................. ..................... .... 43 5.7. Length of Pipe .................................. ................................................... .................................. .................................. .................................. ........................ ....... 44 5.8. Pipe ends .................................. ................................................... .................................. .................................. .................................. .............................. ............. 45 5.9. Cleaning ................................. .................................................. .................................. .................................. .................................. ................................. ................ 45
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 3 of 60
5.10. Quality control / inspection ............................................................................................ 45 5.11. Pipeline progress control (via WMS/Welding Management System) ...................................... 45 5.12. Earth Work
................................................................................................................. 46
5.13. HSE ........................................................................................................................... 46 6.
MINIMUM PERSONNEL QUALIFICATION .......................................................................... 47
7.
TEMPORARY WORK
8.
QUALITY OF WORKMANSHIP ........................................................................................ 50
9.
NOTICE OF CONSTRUCTION DELAYS ............................................................................. 50
.................................................................................................... 49
10. NOTICE OF ACCIDENTS AND FIRES ............................................................................... 50 11. DAMAGE AND RESTORATION ....................................................................................... 50 12. SAFETY
..................................................................................................................... 51
12.1. Equipment .................................................................................................................. 51 12.2. PPE ........................................................................................................................... 51 12.3. Safety personnel .......................................................................................................... 51 12.4. HSE reward ................................................................................................................. 52 13. GENERAL CLEANING OF WORKING AREAS .................................................................... 52 14. WORK SCHEDULE ....................................................................................................... 52 15. PRICE QUOTATION ...................................................................................................... 52 15.1. Price allocation............................................................................................................ 53 15.2. Escalation .................................................................................................................. 57 15.3. Work Quantity ............................................................................................................. 57 16. WORK EXECUTION ...................................................................................................... 57 17. BILL OF QUANTITY ...................................................................................................... 59 18. INFORMATION REQUIRED FROM BIDDER ....................................................................... 59 19. ATTACHMENT ............................................................................................................. 60
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 4 of 60
1. GENERAL 1.1 Scope This requisition covers the technical requirements for All Construction Work in ROW Area (hereinafter called the WORK), consist of: •
Site Preparation and Civil Work
•
Pipeline Work
•
Electrical and Instrument Work
•
Precommisioning Work
The WORK shall be performed and completed by the SUBCONTRACTOR for Jambaran Tiung Biru Unitization Gas Project in Bojonegoro, East Java, Indonesia (hereinafter referred as PROJECT) managed by Consortium of PT. Rekayasa Industri, JGC Corp.,and JGC Indonesia, hereinafter referred as CONTRACTOR for PT. Pertamina EP Cepu, hereinafter refered as COMPANY. The SUBCONTRACOR shall perform and complete the Work in strict accordance with the requirements contained in this Requisition. 1.2 Definition COMPANY PT. Pertamina EP Cepu is defined as COMPANY, the party that owned the PROJECT CONTRACTOR PT. Rekayasa Industri, JGC Corp., and PT. JGC Indonesia are defined as CONTRACTOR, the party that carries out the design, engineering, procurement, construction, commissioning and management of the Project. SUBCONTRACTOR SUBCONTRACTOR is the successful BIDDER(s) awarded by CONTRACTOR to be the Construction SUBCONTRACTOR(s) who has(ve) responsibility for executing the Work of the Project at the above mentioned location. BIDDER(s) BIDDER(s) are the companies who have passed the prequalification performed by the CONTRACTOR which intended to bid or submit the quotation for this Work. 1.3 Location The WORK will be located in Bojonegoro, East Java, Indonesia. Location of the WORK can be seen in drawings in Attachment 2. BIDDERs are requested to develop detail layout as per their execution plan, wich shall be written in the Bid Form, Form 14 “Construction Method” (shown in Attachment 1 of this document).
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 5 of 60
1.4 Time Schedule
Total WORK duration shall be maximum 18 month. BIDDERs are requested to develop detail schedule as per their execution plan, wich shall be written in the Bid Form, Form 9 “Detail for Construction Schedule and Productivity” (shown in Attachment 1 of this document). 1.5 Reference Document
The following documents shall form a part of this requisition: •
JTB-SF-C-DSB-900-00015
Site Preparation Plan (Cut and Fill)
•
JTB-SF-C-SPE-900-00014
Specification for Site Preparation and Earth Work
•
JTB-SF-C-SPE-900-00018
Construction Specification for Excavation/Earth Work
•
JTB-SF-C-SPE-900-00017
Specification for Concrete Design and Contruction
•
JTB-SF-C-DBS-900-00008
Construction Methodologies & Install. Design Criteria
•
JTB-SF-C-SPE-900-00021
Specification for Construction of Road & Pavement
•
JTB-SF-L-SPE-900-00014
Specification for Underground Piping
•
JTB-SF-L-SPE-900-00016
Specification for Piping Fabrication Erection & Testing
•
JTB-SF-R-SPE-900-00003
Specification for Painting
•
JTB-SF-Y-SPE-600-00013
Specification for Onshore Pipeline Installation
•
JTB-CP-Y-SPE-600-00001
Specification for Onshore Pipeline Welding and Inspection
•
JTB-SF-Y-SPE-600-00015
Specification for Hydrostatic Test
•
JTB-SF-L-SPE-900-00008
Spec. for Piping Material Color Coding
•
JTB-SF-Y-SPE-600-00010
Specification for Pipeline Anti-Corrosion Coating
•
JTB-SF-Y-STD-600-00003
Typical Pipeline Trenching
•
Definition and Measurement of Civil and Architectural Work
•
Inspection and Test Requirement
•
HSSE Minimum Requirement
•
Local Governement Regulation
•
Related Construction Drawings
1.6 Conflict of Discrepancies
If there is any discrepancy between the documents forming this Requisition, the order of precedence shall be as indicated bellow: Order of Precedence
Document
1
The body of this requisition
2
Specifications
3
Drawings
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 6 of 60
4
Codes and standard
5
Local Laws and regulations
Notes: 1.
In the event of any discrepancy between the local laws/regulations and the documents listed here, the stringent shall govern.
2.
If the event of any discrepancy between the documents of the same category, the SUBCONTRACTOR shall consult with CONTRACTOR for clarification.
2. SCOPE OF WORK 2.1
General
The SUBCONTRACTOR shall, in the shortest practicable time, commencing after the avaibility of letter of award or contract, conduction of kick of meeting, and completion of premobilization checklist; procure material and deliver it to site, furnish labour and personnel, mobilize construction equipments and tools, construct temporary facilities and supplies, and do other things necessary for completion of the Work in accordance with schedule, drawing, specifications, and the terms and conditions of the contract. The SUBCONTRACTOR shall follow local regulation regarding to the optimization of local labor utilization, especially Peraturan Daerah No. 23 Bojonegoro 2011. The SUBCONTRACTOR shall be responsible for the following engineering and procurement work: a.
Engineering for SUBCONTRACTOR’s temporary facilities such as but not limited to, site office, storage room, work shop, water distribution pipe line, power distribution line and lighting, temporary roads and drainage, septic tank, etc.
b.
Engineering for SUBCONTRACTOR’s permanent work such as but not limited to working drawings, construction procedures, method statement, etc.
c.
Procurement for all temporary and consumable materials.
CONTRACTOR will not provide space/area for housing or camp facilities to SUBCONTRACTOR. SUBCONTRACTOR shall provide the housing or camp facilities for their staff/employees by themselves in the number and condition as necessary. The material and equipment/tools supplied by SUBCONTRACTOR shall be approved by CONTRACTOR. The approval from CONTRACTOR shall not relieve the SUBCONTRACTOR from their responsibilities. The brief Scope of Work that is separated into work disciplines an d working area can be seen in the following table:
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 7 of 60
Table-1 BRIEF SCOPE OF WORK BASE ON DISCIPLINES AND WORKING AREA
Picture-1 AREA SEPARATION
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 8 of 60
2.2
Direct Work
The SUB-CONTRACTOR shall be responsible for all direct work required to be carried out and completed. The work included, but not limited to, the items defined in Table-2 up to Table-6 “Scope of Direct Work” for each discipline. Table-2 SCOPE OF DIRECT WORK FOR SITE PREPARATION AND CIVIL WORK RESPONSIBILITY BY NO.
WORK ITEM
REMARKS CONT.
SUBCNT.
1.
DESIGN AND ENGINEERING
1.1
Basic design and engineering
X
1.2
Engineering drawing
X
1.3
Construction specification
X
1.4
Construction work sequence1)
X
1.5
Construction execution plan
X
1.6
Work procedure and method statement
X
1.7
Traffic arrangement inside/outside WORK location
X
1.8
Base productivity and calculation
X
1.9
Working drawing
X
1.10
Field sketch drawing
X
1.11
Marked up drawing
X
1.12
As built drawing
X
1.13
Test and Inspection procedure2)
X
2.
SUPPLY OF MATERIALS3)
2.1
General site preparation and civil work material
X
3) All materials supplied by SUBCONTRACTOR shall be submitted to CONTRACTOR for approval.
Import soil (for filling material)
X
b.
Geotextile, basecourse, and limestone
X
c.
Rip rap for soil protection
X
d.
X
e.
Reinforced concrete pipe and box culvert for crossing (include sand bedding) Ready mix concrete
f.
Rebar, wiremesh, and structural anchor bolt
X
g.
Formwork
X
h.
Asphalting road material
X
X
Other related permanent materials which is required for the work. Temporary material and consumable
X
a.
Fuel, gas, oil, water, etc. 4)
X
b.
Electrical power
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
1) Shall be approved by CONTRACTOR.
2) SUBCONTRACTOR may propose detail procedure.
a.
i. 2.2
X
4) SUBCONTRACTOR shall use industrial fuel
Page 9 of 60
RESPONSIBILITY BY NO.
WORK ITEM
REMARKS CONT.
c.
Barricade, boards, marker, flag, cones, etc.
X
d.
Other related temporary materials and consumable wich is required for the WORK.
X
3.
SUPPLY OF EQUIPMENT5)
3.1
Earth Work and Civil Work Equipment
3.2
a.
Excavator
X
b.
Dump truck (for soil movement)
X
c.
Dump truck (for impor soil)
X
d.
Bulldozer
X
e.
Motor grader
X
f.
Vibro roller
X
g.
Water truck
X
h.
Pick-up
X
i.
Concrete pump
X
j.
Bar bender/bar cutter machine
X
k.
Concrete vibrator
X
l.
Stamper/hand compactor
X
m. Other related earth work equipment which is required for the WORK. Supporting Equipment
X
a.
Generating set and lighting tower for night
X
b.
Necessary lightening protection
X
c.
Cable line, panels, and other misscellaneous
X
d.
Hose & water pump for dewatering
X
e.
Survey and measurement tools
X
f.
Test and inspection tools
X
g. 3.3
SUBCNT.
Other related supporting equipment which is required for the WORK. Misscellaneous
X
a.
Car and minibus for worker/personnels
X
b.
Personal protective equipment (PPE)
X
c.
Communication tools
X
4.
SUPPLY OF MANPOWER
4.1
Indirect manpower a.
Managerial manpower
X
b.
Finance and adiminstrations personnel
X
c.
Human resources
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
5) All heavy equipments to be used inside and outside project location supplied by SUBCONTRACTOR shall be submitted to CONTRACTOR for approval.
Page 10 of 60
RESPONSIBILITY BY NO.
WORK ITEM
REMARKS CONT.
4.2
SUBCNT.
d.
Engineering team
X
e.
Safety and QC officer
X
Direct Manpower a.
Supervisor
X
b.
Foreman
X
c.
Safety man
X
d.
Quantity surveyor
X
e.
Surveyor
X
f.
Inspector
X
g.
Operator and Driver
X
h.
Technician/mechanics
X
i.
Flagman and signalman
X
j.
Rebarman
X
k.
Carpenter
X
l.
Concreteworker
X
m. Special skill worker
X
n.
X
Helper
4.3
General Worker (security, office boys, driver, etc.)
5.
CONSTRUCTION
5.1
General a.
X
Preparation work; measurement of coordinates & elevations, marking, etc. Protection of existing facilities during the execution of the work Additional access road work for SUBCONTRACTOR’s purpose Store and transport all materials supplied by SUBCONTRACTOR Transportation of materials from CONTRACTOR’s lay down to SUBCONTRACTOR’s working area (if any)
X
f.
Move soil to designated area
X
g.
Controll, repair, and maintenance existing access road during site preparation activities Inspection and testing
X
Conduct maintenance/repair for construction equipment and tools, including its spare parts Disposal of packing materials and waste material base on CONTRACTOR’s instruction
X
b. c. d. e.
h. i. j.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X X X X
X
X
Page 11 of 60
RESPONSIBILITY BY NO.
WORK ITEM
REMARKS CONT.
k.
Site cleaning and housekeeping
l.
5.2
5.4
X
Completion of punch list works and handing over to respected parties m. Report and complection of the work
X
n.
Maintenance during construction period & warranty period o. Removal of SUBCONTRACTOR’s construction equipment, temporary facilities and materials after finishing of the work Site Preparation Activities
X
a.
Pre-Survey before work (topographical)6)
X
b.
Clearing, stripping, and top soil removal
X
c.
Grabbing and collecting for remain “jati” roots
X
d.
Cutting, backfill, and filling with import soil
X
e.
Site grading and levelling
X
f.
X
h.
Disposal top soil and cutting material to designated area Treat disposal area with compaction and drainage Geotextile installation
i.
Temporary road work
X
j.
Rip rap installation
X
k.
Natural drainage work
X
l.
Precast drainage crossing installation
X
m. Temporary road and drainage maintenance during site preparation work n. Capacity enhancement, treatment, and reinstatement of road access to disposal area Civil Work
X
a.
Road, pavement, and drainage work
X
b.
Equipment foundation work inc. earth work
X
c.
Pipe support work
X
d.
Pit, culvert, duct bank, sleeper, and the like
X
e.
Concrete test
X
g.
5.3
SUBCNT.
X
X
X X
X
f.
Other related Civil Work which is required for the WORK. Inspection, Testing, and Reporting
X
a. Inspection and testing preparation7)
X
b.
X
Execution of testing and reporting
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
6) Joint Survey for all area before execution work.
7) Shall be approved by CONTRACTOR.
Page 12 of 60
RESPONSIBILITY BY NO.
WORK ITEM
REMARKS CONT.
c.
Survey/setting out & preparation of handover documents
SUBCNT.
X
Table-3 SCOPE OF DIRECT WORK FOR PIPELINE WORK NO.
WORK ITEM
RESPONSIBILITY BY CONT.
1.
DESIGN AND ENGINEERING
1.1
Basic design and engineering
X
1.2
Engineering drawing & plot plan/alignment sheet
X
1.3
Isometric drawing
X
1.4
Pipe support drawing
X
1.5
Engineering and construction specifications
X
1.6
Method, procedure, risk assessment1)
X
1.7
Pipe spool drawing1)
X
1.8
Test block diagram, pressure test procedure
1.9
Prepare test package documentation
1.10
As-built drawings2)
2.
SUPPLY OF MATERIALS
2.1
Piping permanent material (pipe, fitting, flange, valve, etc.)
X
2.2
Permanent gaskets, bolt and nuts
X
2.3
Raw material for pipe support
X
2.4
Test piece material for WPQT and WQT activity
X
2.5
Materials for piping alignment and jig
X
2.6
All equipment and tools such as: gen-set, welding tools, baking oven, stager, cutting tools/torch, beveling machine, scaffolding and other devices needed to completing the Work on schedule3) Hydrotest equipment and tools such as: pressure pump, adapter and hoses/tubing, pressure recorder (Barton chart), associated pressure gauge, temporary blind, gasket, and bolt & nut for hydrotest and completing pressure test Protection materials, and temporary support, cover end for piping component and other permanent material, wooden block for storage spool, spool tag plate, etc.
X
2.7
2.8
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
1) Shall be approved by CONTRACTOR.
X X X
X
2) SUBCONTRACTOR shall prepare mark-up drawing
3) All equipment shall meet CONTRACTOR’s requirement and criteria
X
X
Page 13 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
2.9 2.10 2.11
Liquid penetrant examination materials and any NDE materials Safety devices for all tools, machineries, equipment, etc. Consumables: Water for hydrotest Welding rods, electrodes, filler material Gas: oxygen, acetylene, argon, nitrogen, etc. Cutting stones and tips, grinding disk, cutting disk Sealing tape for threading piping Sealing compound for flanged connection Consumables for examination and testing Painting and wrapping materials
REMARKS
SUBCNT.
X X X
-
-
-
-
-
-
-
-
2.12
Other required material related to the Work
3.
SUPPLY OF EQUIPMENT
3.1
All direct and indirect construction equipment, crane, trailer long bed, TMC, forklift, welding engine, welding machine, compressor, generator set, etc. All related construction tools, chain block, beveling machine, plasma cutting machine, automatic welding machine, threading machine, tripod and lifting gear, baking and holding oven, portable drier (ink dryer), hammer, wrench, scaffolding, torque wrench, non-spark tools, preheat and PWHT equipment, coil and burner, etc.
3.2
3.3
X
X
X
Inspection and Testing Tools a.
b.
c.
All related welding and fabrication inspection tools i.e. welding gauge, mirror, light, temperature stick, temperature gauge, clamp ampere meter, welding gauges, vernier caliper, etc. All related pipe testing inspection tools, i.e. light, pressure gauge, temperature stick, temperature gauge, pressure recorder set, etc. All related material inspection tools, i.e. PMI test equipment. PMI test equipment shall capable to check material element in accordance with document no (TBN), Positive Material Identification Procedure, i.e. Cr, Mo, V, Ni, C, Ti, Nb, Cb, P, S
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X
X
X
Page 14 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
d.
NDE equipment (PT, RT, UT, MT)
e.
Personnel inspector according to project spec
X X
4.
GENERAL WORK ITEM
4.1
Welding Procedure Qualification Test, Welder Qualification Test (WPQT/WQT)
4.2
WPS/PQR
4.3
Unpacking, requesting, receiving, loading and unloading, transporting materials from CONTRACTOR’s warehouse up to erection point
X
4.4
Control & handling of received materials
X
4.5
Marking pipe spool and pipe support
X
4.6
Protection and maintenance of prefabricated spool, etc. from dirt & damage with end cover and anti-corrosion coating compound
X
4.7
Coordination with COMPANY
4.8
X
4.9
Covering end pipe, fitting and other opening of pipe accessories, preservation flange face and coating Keeping the work and site clean and tidy including clearing away and disposing of wreckage, rubbish, temporary works no longer required, used consumable, etc.
4.10
Repair of non-conformant job
X
4.11
Maintain record and submit reports, including but not limited to progress, testing, checking, examination, safety, security, quality control, Inspection survey report, and other record required by CONTRACTOR
X
5.
PIPELINE WORK
5.1
Fabrication and installation of pipe spool and other accessories according to specification for piping work (including connection to tie-in)4) Demolish unused existing piping material/connection Cleaning pipe and pickling based on project specification Fabrication and installation of pipe support including column high adjustment, painting, and grouting (if any)5)
5.2 5.3 5.4
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
X X
X
X
X
4) Accessories such as valves, strainers, filters, etc. according to drawing
X X X
5) Raw material is supplied by CONTRACTOR
Page 15 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
5.5
Pipeline construction at swampy and dry area a.
Construction survey
X
b.
Stringing (including pipe transportation from stock yard to stringing area) Trenching/push & pull (include: open cut road/river/ditch crossing)
X
d.
Cold bending
X
e.
Welding c/w tie-in
X
f.
NDT & Holiday Test
X
g.
Joint coating
X
h.
Banner & re-instatement
X
i.
ROW clearing & grading
X
j.
Lowering, backfill and compaction
X
k.
Manual boring
X
l.
Auger boring with and without casing
X
c.
X
m. HDD & mini HDD
X
n.
Road crossing open cut with and without casing River crossing open cut with or without concrete coating
X
p.
Permanent warning sign and marker sign
X
q.
Work space rental along ROW
X
r.
Supply sand bag, sand for filling trench, protection of trench from collapse
X
o.
5.6
REMARKS
SUBCNT.
X
Valve installation a.
Installation of shut down valve (SDV) (if any)
X
b.
X
c.
Installation of pressure safety/relief valve (if any) Installation of control valve (if any)
d.
Installation of main valve package (if any)
X
X
6.
MECHANICAL WORKS FOR STATION
6.1.
Installation of pig launcher
X
6.2.
Installation of pig receiver
X
6.3.
Installation of slug catcher (if any)
X
6.4.
Installation of instrument air package
X
7.
EARTH WORK
7.1
Site preparation (setting out, survey)
X
7.2.
Earth work (excavation, stripping)
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 16 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
7.3.
Supply of sand bag, sand for filling trench, protection of trench from collapse
X
7.4.
Dewatering of trench if rain or flood
X
7.5.
Backfilling, sand filling, and normalize soil surface
X
7.6.
Other tools and equipment related to earth work requirement and location condition6)
X
8.
COATING/PAINTING WORKS
8.1
Materials
8.2
a.
Field joint coating materials
X
b.
Thinner and other additives
X
c.
Painting material
X
d.
Blast cleaning abrasives and consumables
X
e.
Others consumables used in connection with painting and coating works including but not limited to item used in cleaning, surface preparation, protecting, and masking surfaces, etc.
X
6) in case there is special equipment needed, e.g. auger boring
Coating Works a.
Repair/touch-up of corrosion or other damages to pre-painted or pre-coated goods that has occurred after the goods are placed in the care of SUBCONTRACTOR Surface preparation, including blasting, power tool cleaning, and manual cleaning, surface between coats, in accordance with project specifications
X
c.
Apply coating
X
d.
Apply and/or remove anti-corrosion coating
X
e.
Protection of all surfaces on and off the site from paint and coating (including windblown paint and coatings) including cleaning and making good as necessary
X
b.
8.3
REMARKS
SUBCNT.
X
Inspection And Test a.
X
b.
Inspection of paint material prior to application Visual inspection of the preparation of background surface and preparation of surface between coats
c.
Test wet and/or dry film thickness
X
d.
All inspection and test equipment
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X
Page 17 of 60
NO.
RESPONSIBILITY BY
WORK ITEM
CONT.
8.4
Others a.
b.
c.
Any other testing, checking, inspection, or examination in accordance with project specification All equipment and tools related to painting and coating activities (i.e.: crane, forklift, compressor, sand blast tools, painting tools, etc.) Blasting yard preparation, painting shop, temporary support for spool pipe, environmental protection, etc. (if any)
X
X
X
9.
INSPECTION AND EXAMINATION
9.1
All necessary inspection tools and devices for the works
X
9.2
Develop punch list by line checking
X
9.3
X
9.5
Finishing punch list and report documentation until approved by EPC CONTRACTOR Radiographic examination, liquid penetrant, ultrasonic test, PMI, Hardness test, holiday test Pressure test and visual inspection7)
9.6
Branch pad leak test (including documentation)
X
9.7
All inspection and test report (including documentation for project completion)
X
9.4
REMARKS
SUBCNT.
X X
7) Including hydrotest, pneumatic test, etc.
Table-4 SCOPE OF DIRECT WORK FOR INSTRUMENT WORK NO.
WORK ITEM
RESPONSIBILITY BY CONT.
1.
DESIGN AND ENGINEERING
1.1
Basic Design & Engineering
X
1.2
Construction Drawing
X
1.3
Construction Specification
X
1.4
Construction Planning1)
X
1.5
Construction Execution & Tie-In Procedure1)
X
1.6
Working Drawing / Red Mark Up Drawing1)
X
1.7
As-Built Drawing1)
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
1) Shall be approved by CONTRACTOR.
Page 18 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
2.
MATERIALS
2.1
Anchor Bolts & Sleeves
X
2.2
Embedded Steel & Insert Plate
X
2.3
Grating, Steel Plate for Manhole/Catch Basin Cover
X
2.4
Instruments a.
All instruments and related accessories
X
b.
Instrument panel boards, (as completely fabricated) DCS & Auxiliary Equipment
X
c. 2.5
2.6
X
Pressure Lead Piping a.
Pipes and / or tubes
X
b.
Valves & Flanges
X
c.
Elbows, tees and nipples
X
d.
Vent Plugs
X
e.
Coupling and Plugs
X
f.
Compression fittings
X
g.
Stud Bolt & Nuts
X
h.
Gasket
X
i.
Connectors for pressure gages
X
j.
End Union for field instrument
X
k.
Siphon pipe
X
l.
Drain Spots
X
m. Bracket for pressure gages, temperature gages & transmitter n. Sealing pots
X
o.
X
Tube supports (U bolt and nut, channel
X
Air Piping and Tubing a.
Tubing
X
b.
Tubes fittings
X
c.
Miniature Valves
X
d.
Pipes
X
e.
Pipe fittings
X
f. 2.7
REMARKS
SUBCNT.
Pipe/Tube supports (U bolt and nut, channel iron, PVC coating, aluminium bar) Wiring and Cable Laying
X
a.
All kinds of multi-pair core cables
X
b.
Single-pair cables
X
c.
End connector for cables
X
d.
Cable Tray and Accessories
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 19 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
2.8
2.9
e.
Junction Boxes
X
f.
Wire Markers
X
g.
Terminal Boards
X
h.
Cables Marker
X
i.
Terminal Lugs
X
j.
Cable Route Markers
X
k.
Concrete slab and sand for cable trenches
X
l.
Sand for Cable Trench & Direct Buried Cable.
X
m. Cable, cable rack support (U bolt and nut, channel iron, bind wire) n. Cable Glands
X
o.
X
Tie-wrap
X
Instrument Calibration & Test Equipment a.
All calibration & Test equipment and temporary calibration shop equipped with electric power, air supply and air conditioning system as specified in Inspection and Test Procedure for Instrument Installation
X
b.
Tools, fitting and consumable materials
X
Others a.
Construction equipments and tools including wiring tools, marker machine, etc.
b.
Steel plate if required
X
c.
Steel for supports of instrument piping, tubing and wiring All consumable materials including sealing compounds, welding rods, oxygen, acetylene, nitrogen, waste cloths, Teflon tapes, vinyl tapes, etc.
X
d.
3.
FABRICATION
3.1
Fabrication and/or modification of material for all necessary installation (such as: fabrication Steel Channel, Angel, etc) for completing the construction/installation. Demolish unused existing instrument material/connection
3.2
REMARKS
SUBCNT.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X
X
X
X
Page 20 of 60
NO.
WORK ITEM
4.
CONSTRUCTION (INSTALLATION)
4.1
In Control Room or other indoor area;
4.2
RESPONSIBILITY BY CONT.
SUBCNT.
REMARKS
a.
Cabinets, Panel Boards DCS equipment & Auxiliary Equipment, Switch, OTB, fiber optic works & test, etc.
X
b.
Installation of cables.
X
c.
Channels bases for panel boards.
X
d.
Other related accessories.
X
e.
Demolish unused Existing instrument material/connection2)
X
2) Cable Tray, support, etc
X
3) Including nuclear level & density Transmitter
In the Field or Outdoor. a.
b. c.
d. e.
All field mounted instruments including fabrication of supports & foundation & protective casing for instrument3) Local Panels & Control Boxes, RTU (Remote I/O system), including shelter. Junction Box, OTB & its shelter including all wiring, accessories, and installation required, including all fiber optic works & test. Demolish unused existing instrument material/connection
X X
X
Pressure Piping & Tubing -
-
-
-
-
-
-
-
-
-
-
-
Instrument Pressure Piping & Tubing between field mounted instruments and take-off valve(s)4) Instrument Pressure Piping and/or Tubing between local panel-boards and take-off valve(s).4) Sampling piping and/or tubing for instrument installation.4)
X
Vent piping & utility piping for analyzers4)
X
Installation of field instrument equipment
X
Installation of pressure gauge (if any)
X
Installation of pig signal (if any)
X
Installation of temperature gauge (if any)
X
Installation of pressure transmitter (if any)
X
Installation of turbine meter (if any)
X
Installation of F&G detectors (open path gas detector & flame detector) (if any) Installation of gas custody meter
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
4) Including all weld type (GTAW & SMAW)
X
X
X
Page 21 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
-
-
f.
-
-
-
All support installation for pressure piping4)
X
All air supply piping & tubing between the take-off valves on the air headers and the field mounted instruments All air/nitrogen purge Piping & Tubing from the take-off valves on the air/nitrogen headers to be related instruments and/or equipment5)
X
All support installation for Piping & Tubing
X
X
-
All pneumatic signal tubing between the field Include Instrument Flushing mounted instruments and/or bulk header boxes including tube tray, bulk header boxes installation
X
All support installation for tubing
X
Overhead steel tray or duct installation for cables between control room and field mounted bulk header boxes, junction boxes and/or equipment
X
All supports for cable way
X
Installation of instrument to be installed in pipe or on devices directly, such as : a. Variable area type, positive displacement type, flow magnetic type, vortex shedding type flow meters, annubar, flow nozzle, etc.
X
b.
Orifice plate & orifice flanges6)
X
c.
Ball float type level instrument, magnetic level gauge, capacitance. Level Magnetic Gauge, float and/or displacer level switch, and other type level instrument. Control valves, self actuated regulating valves, de-superheater valves & safety valves, include Motor Operated Valves.6)
X
f.
Senior Orifice, Ventury.
X
g.
Thermo elements, thermowells & temperature gauges.
X
d. e.
5) Include Instrument Flushing
Main Cable Way Installation -
4.3
X
Signal Air Tubing -
h.
Installation of instrument bulk material (cables, cable tray, instrument tubing & fittings, etc.) (if any)
Air Supply Piping & Tubing -
g.
REMARKS
SUBCNT.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X X
6) Installation by subcontractor piping
Page 22 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
h.
Pressure and Diff. Pressure Gauge, Flow Gauge i. Demolish unused Existing instrument material/connection Installation of instrument direct mounted and remote mounted such as Pressure Transmitter, Diff. Pressure Transmitter, other type of transmitter, Switch, etc.
X
4.5
Concrete base and shelter for above stanchion.
X
4.6
U bolt and nut of anchor bolt and nut for above stanchion Demolish unused Existing instrument material/connection
X
4.4
4.7
X X
X
5.
OTHER WORK ITEM
5.1
Installation of supports and clamps for piping & tubing. Application of primer and full painting for instrument stanchions, instrument pipe supports and tube supports, etc. Removal and recovery of tubing and wiring for control valves, on-off valves, electromagnetic flow meter, etc. before and after flushing operation of process piping respectively
X
5.4
Insulation work for Instrument trace
X
5.5
All related SCADA/PCS/ESS/ F&G system accessories, hardware, cabling, termination, surge arresters and other accessories, etc. Furnish and finish Painting Work Excavation & Backfill
5.2
5.3
5.6
6.
6.1
6.2 6.3
6.4
REMARKS
SUBCNT.
X
X
X
WIRING
The secondary electrical power supply wiring from the power distribution boards in control rooms to the control panel boards & DCS System Wiring including system cables for the equipment in control room/sub-station building room. The electrical power supply wiring from power distribution boards in control room/field to field instruments, analyzer and sampling pumps. Wiring from electronic instruments, Transmitters, instrument switch type, solenoid valves, limit switches, etc. to control/ESB room through field junction boxes, remote scanner, local panels.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
X
X X
X
Page 23 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
SUBCNT. X
6.5
Wiring from local panels to control room
6.6
Conduit piping or tray installation for all wiring listed above
X
6.7
Junction Boxes installation
X
6.8
All supports installation for wiring
X
6.9
Solenoid valves boxes installation
X
7.
TEST AND INSPECTION (INCLUDING REPORT) a.
Leak test and hydrostatic tests for instrument pressure lead piping7) Continuity, identification and insulation resistance tests for instrument wiring Continuity, identification and leak tests for signal air tubing Leak tests for supply air piping and tubing and air/nitrogen purge piping and tubing Final visual inspection for instrument installation work Popping Test of Safety Relief Valve (if Necessary) Record and Report to CONTRACTOR
X
Instrument Precommissioning and Commissioning
X
b. c. d. e. f.
7.1
Prior to commissioning Subcontractor shall perform all required testing, pre-commissioning, and including commissioning it self for the instrumentation & control system performance. The testing and pre- commissioning include the construction of provisions, installation, supply of the required testing equipment including the preparation, handling and submittal of the required test documents a. Completion and conformance to specifications b. The accessibility of all instruments and components for field adjustments, routine maintenance and removal for overhaul and relocate as necessary c. Perform pressure test on all air sub headers as required by the line specification d. Clean all instrument air sub headers by blowing with dry, filtered air prior to connect the instrument components
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
7) Including Instrument Flushing
X X X X X
X X
X X
Page 24 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
e.
Leak test for pneumatic transmission and control tubing Perform pneumatic pressure test on all instrument process piping, as required by the respective line specifications. Drain and blow free of water, as necessary after the test. Check continuity and identification of transmission and control systems for each instrument to ensure proper hookup. Perform mugger and continuity tests for instrument electrical wiring. Multicore cables shall not be mongered. Check correct source of power, polarity and earthling (take into account intrinsically safe technology for this procedure, if applicable).
X
h.
Check orifice plates for direction of flow
X
i.
Check control valves for direction of flow and proper operation, e.g., travel, action with air failure, etc.
X
j.
Set air pressure regulator.
X
f.
g.
k.
7.2
Install pressure and temperature gauges after line flushing. l. Perform and support steam pressure control test for all related instrumentation system according to pre- commissioning specification. m. Provide complete files (all required documentation)for the turnover of the instrumentation (per loop) Instrument Calibration and Loop Test. Subcontractor shall perform all pre-commissioning and commissioning activities, in accordance with CONTRACTOR specification and other related doc. approved by CONTRACTOR. a. All test results shall be recorded by Subcontractor and submitted to CONTRACTOR Representative b. Subcontractor shall use CONTRACTOR QA/QA forms, test forms, etc. or its own form if approved by CONTRACTOR and OWNER c. Calibration and loop test including field instruments calibration, synchronizing and loop test for instruments and control system
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
X
X
X X
X
X
X
X
X
Page 25 of 60
NO.
RESPONSIBILITY BY
WORK ITEM
CONT.
d. e.
Calibration facilities including Calibration Equipment and tools Re-stroke Control Valve Result. Record and Report to CONTRACTOR.
REMARKS
SUBCNT.
X X
8.
ACCEPTANCE TEST FOR INSTRUMENT
8.1
X
8.2
Visual check for all instruments on receiving of them in order to check the mechanical damages of instruments caused by transportation, etc. Calibration test for transmitters, switches, temperature & pressure gages, field controllers, etc. in order to check the performance of these instruments prior to installation
8.3
Warehouse operation for REK supply material
X
X
Table-5 SCOPE OF DIRECT WORK FOR ELECTRICAL WORK NO.
WORK ITEM
RESPONSIBILITY BY CONT.
1.
DESIGN AND ENGINEERING
1.1
Basic Design Engineering
X
1.2
Detail Engineering (Including MTO and Work Volume)
X
1.3
Construction Drawing
X
1.4
Construction Specification
X
1.5
Construction Planning
X1)
1.6
Construction Execution Procedure
X1)
1.7
Working Drawing / Red Mark Up Drawing
X1)
1.8
As-Built Drawing
X1)
2.
MATERIALS
2.1
Main Equipment (Panel,Transformer, etc.)
X
2.2
Electrical Cables
X
2.3
Cable Tray
X
2.4
Lighting and accessories
X
2.5
Grounding, Lightning and accessories
X
2.6
Wiring Accessories
X
2.7
Bulk Materials
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
1) To be Submitted by SUBCONTRACTOR and approved by REKAYASA
Page 26 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
2.8
Fabrication Materials
X
2.9
Consumable Materials
X
2.10
Construction Tools and Equipment’s
X
2.11
Tools for calibration and testing
X
3.
SMALL CONSTRUCTION SUPPLY
3.1
Consumable Materials for Construction Equipment, Vehicle, Generator, etc. a. Fuels (Gasoline and Diesel Oil)
X
b.
Lube Oil
X
c.
Grease Oil
X
d.
Machine Oil
X
3.2
REMARKS
SUBCNT.
Consumable Materials a.
For Welding Work -
-
-
-
-
b.
-
-
-
-
X
Acetylene
X
Argon
X 2) 3M or Equal
Vinyl tape
X
Adhesive tape
X
Dime tape
X
Gum tape
X
Waste clothes
X
Conductive screw thread lubricant
X
For Temporary Protection -
-
-
-
-
e.
Oxygen
X
For Conduit/Tray Work -
d.
X
For Termination Work2) -
c.
Welder Qualification test and coupon (if required) Welding rods
Wooden plates & logs
X
Plywood
X
Vinyl sheet
X
Clean Clothes
X
Asbestos sheet
X
Other : -
-
-
Touch-up paint
X
Sealing compound
X
Etc.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 27 of 60
NO. 3.3
3.4
WORK ITEM Miscellaneous machinery, hand power tools for welding, cutting, wiring, cabling, drilling, grinding measuring and conduit work Scaffolding a.
-
-
-
-
-
3.6
CONT.
SUBCNT. X
REMARKS
Scaffolding materials -
3.5
RESPONSIBILITY BY
Pipes
X
Clamps for pipe
X
Joints
X
Base plates
X
Betty
X
Plank boards
X
b.
Erection/Removal
X
c.
Maintenance & Repair
X
Safety Apparatus a.
Caution plates
X
b.
Tiger ropes
X
c.
Safety belts
X
d.
Safety boots
X
e.
Safety hats
X
f.
Nylon ropes
X
g.
Safety nets
X
h.
Safety goggles
X
i.
Others
X
Test Equipment a.
MultiMater (circuit tester)
X
b.
Insulation tester (Megger)
X
c.
Relay protection tester, etc.
X
3.7
Calibration Equipment
X
3.8
Other required materials relating to the work
X
4.
CONSTRUCTION (ALL)
X
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 28 of 60
Table-6 SCOPE OF DIRECT WORK FOR PRECOMMISSIONING WORK NO.
WORK ITEM
RESPONSIBILITY BY CONT.
SUBCNT.
REMARKS
1.
DESIGN AND ENGINEERING
1.1
Engineering drawings related
X
1.2
Acceptance criteria and Standards
X
1.3
Detail execution procedure1)
X
1.4
Test and inspection procedure1)
X
1) Shall be reviewed and approved by CONTRACTOR.
2.
SCOPE OF ACTIVITIES2)
2.1.
Hydrotest
X
2.2.
Pipeline Pigging
X
2.3.
Gauging
X
2) All activity will be deemed satisfactorily by CONTRACTOR’s approval
2.4.
Dewatering
X
2.5.
Swabbing
X
2.6.
Nitrogen Purging
X
2.7.
Helium Leak Test
X
2.8.
Reinstatement (piping & instrument acessories)
X
2.9.
Bolt Tightening at Pigging Facility
X
2.10.
Inspection, Testing, and Reporting
X
3.
SUPPLY OF EQUIPMENT, TOOLS, & CONSUMABLES3) Equipments
3.1
a.
Water pumps
X
b.
Swabs
X
c.
Pigs (w/ locator)
X
d.
Air Compressor (oil free)
X
e.
Hydraulic Torque/Bolt Tensioning
X
f.
Manual Wrench Torque
X
g.
Vaporizer and transfer pump
X
h.
Electrical Generator
X
i.
TMC or other required heavy equipment
X
j.
Pick-up
X
k. 3.2
Other related equipment which is required for the WORK. Tools & Consumables
X
a.
X
Temporary equipments required (spool pieces, gaskets, bolt-nut, etc.)
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
3) All heavy equipments to be used inside and outside project location supplied by SUBCONTRACTOR shall be submitted to CONTRACTOR for approval.
Page 29 of 60
NO.
WORK ITEM
RESPONSIBILITY BY CONT.
b.
Fuels
X
c.
Liquid Nitrogen
X
d.
Cryogenic hoses
X
e.
Pressure gauge
X
f.
High pressure hoses
X
g.
Water and air hoses
X
h.
Raw Water
X
i.
Fabrication tools (welding tools, etc.)
X
j.
All required handtools (wrench, hammer, etc.)
X
Other related equipment which is required for the WORK. Supporting Equipment
X
a.
Genset and lighting tower for night work
X
b.
Cable line, panels, and other misscellaneous
X
c.
Test and inspection tools
X
k. 3.3
d. 3.4
Other related supporting equipment which is required for the WORK. Misscellaneous
X
a.
Personal protective equipment (PPE)
X
b.
Communication tools
X
4.
SUPPLY OF MANPOWER
4.1
Indirect manpower a.
Precommissioning Engineer
b. 4.2
4.3
X
Other related indirectmanpower which is required for the WORK. Direct Manpower
X
a.
Supervisor
X
b.
Foreman
X
c.
Pipe Fitter
X
d.
Safety man
X
e.
X
f.
Equipments operator required (heavy equipment, hydrauliq torque, air compressor, electrical generator, etc.) Technician
g.
Helper
X
h.
Other related directmanpower which is required for the WORK. General Worker (general affairs, driver, etc.)
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
SUBCNT.
X X X
Page 30 of 60
NO.
RESPONSIBILITY BY
WORK ITEM
CONT.
5.
OTHERS
5.1
Mobilization-demobilization equipment and personnel Personnel accomodations
5.2
SUBCNT.
REMARKS
X X
Notes: The approved Inspection Report will be one of mandatory attachments of Work Progress Report. The Work Progress Report will not be approved when the approved Inspection Report is not attached. 2.3 Indirect Work
The major of Indirect Work and Services required to be carried out and completed are listed in Table-2 “Scope of Indirect Work”. All services, utilities, materials, equipment, etc. other than those stated in Table5, if any, shall be supplied by SUB-CONTRACTOR at his cost and expense. Table-7 SCOPE OF INDIRECT WORK NO.
WORK ITEM
RESPONSIBILITY BY CONT.
SUBCNT.
1.
HOME OFFICE COST
1.1 1.2
SUBCONTRACTOR’s Engineering Cost SUBCONTRACTOR’s Home Office Expense
X X
2.
MANAGEMENT, CONTROL AND SUPERVISION FOR THE WORK
X
3.
TEMPORARY FACILITIES
3.1 3.2
Camp Housing for SUBCONTRACTOR Temporary Facilities a. Area/space b. Temporary facilities lay out/design c. SUBCONTRACTOR’s field office d. SUBCONTRACTOR’s warehouse e. SUBCONTRACTOR’s workshop and fabrication shop. f. SUBCONTRACTOR’s blasting/painting yard g. SUBCONTRACTOR’s dark room for radiography and isotope bunker h. SUBCONTRACTOR’s stock yard i. SUBCONTRACTOR’s guard house j. Temporary road for SUBCONTRACTOR purpose
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
REMARKS
1) SUBCONTRACTOR shall rent hotel or houses from local community.
X1) X X X X X X X X X X
Page 31 of 60
NO.
3.3
3.4
3.5
WORK ITEM
k. Security fence for Subcontrartor purpose l. Other SUBCONTRACTOR’s temporary facility Site Preparation2) a. Grading and clearing b. Setting out c. Site drainage Other Supplied a. Water pump for dewatering b. Additional bench marks Control and maintenance existing road during work
4.
UTILITIES
4.1
Water a. Water Supplies Potable water at SUBCONTRACTOR’s office Construction water at job site, including for testing Sewage water system b. Distribution Piping Electrical a. Supplies generator set b. Distribution system and wiring
RESPONSIBILITY BY CONT.
SUBCNT.
REMARKS
X X X X X
2) for SUBCONTRACTOR’s temporary facilities at working area
X X X
•
X
•
X
•
4.2
5.
MANPOWER MOBILIZATION AND CONTROL
5.1
Expatriate a. Passport/preventive injection b. Visa c. Resident permit d. Work permit e. Airfare and traveling Local Labour a. Recruitment b. Selection c. Employment3) d. Payment of wages e. Training f. Labor control and management g. Traveling expenses for recruiting
5.2
6.
ALL PERMIT RELATED TO SUBCONTRACTOR
X X X
X X X X X X X X X X X X
3) SUBCONTRACTOR shall follow local regulation regarding to the optimization of local labor utilization.
X
ACTIVITIES
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 32 of 60
NO.
WORK ITEM
7.
FIELD OFFICE EXPENSE
7.1
Camp Operation Catering service for SUBCONTRACTOR’s personnel including expatriate and local labour Medical Services a. First aid dispensary for SUBCONTRACTOR’s personnel b. Medical care Daily Transportation To/from job site for SUBCONTRACTOR’s personnel including expatriate and local labour Guard, Security, and Safety4) a. At job site area b. At SUBCONTRACTOR’s camp area Garbage disposal/clean up at job site and SUBCONTRACTOR’s area Safety personnels Helmets, working clothes, safety shoes, gloves, safety belts, and other safety device for SUBCONTRACTOR’s personnel including expatriate and local labour Identification card/badge for Sub-contractor’s personnel including expatriate and local labour 5) Telex and telephone relating to the Work used by SUBCONTRACTOR Secretarial services and document reproduction for SUBCONTRACTOR Construction engineering expenses, third party inspection
7.2
7.3
7.4
7.5 7.6 7.7
7.8 7.9 7.10
8.
INSURANCE
8.1
SUBCONTRACTOR’s All Risk Installation Insurance Comprehensive General Liability Insurance (CGL), Bodily Injury and Property Damage Workman’s Compensation Insurance (WCI)6) Employer’s Liability Insurance (ELI) 6) Comprehensive Automobile liability Insurance (ALI) 7) SUBCONTRACTOR’s “All Risk” Equipment Insurance All Risk Marine Cargo Insurance for materials and Equipment supplied by the SUBCONTRACTOR’s Other Insurance for SUBCONTRACTOR’s (if any)
8.2
8.3 8.4 8.5 8.6 8.7 8.8
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
RESPONSIBILITY BY CONT.
SUBCNT.
REMARKS
X
X X X
X X X X X
X X
4) For SUBCONTRACTOR’s property and/ oranything under SUBCONTRACTOR’s responsibility
5) Obtained with assistance of CONTRACTOR/ COMPANY
X X
X X
X X X
6) For SUBCONT’s worker 7) For SUBCONT’s automobile
X X X
Page 33 of 60
NO.
9. 9.1.
9.2. 9.3. 9.4. 9.5.
9.6. 9.7. 9.8.
10. 10.1 10.2 10.3 10.4
WORK ITEM
RESPONSIBILITY BY CONT. SUBCNT.
TRANSPORTATION AND DELIVERY Ocean freight /inland transportation for SUBCONTRACTOR’s supply of material and equipment (if any) Inland transportation to warehouse at the port of embarkation Acquisition of import license, custom clearance, forwarding and loading to vessel Unloading from vessel and customs clearance for (temporary) import taxation Inland transportation up to storage yard/warehouse at jobsite or SUBCONTRACTOR’s warehouse Unloading from truck etc., at the storage yard/warehouse Assortment of cargoes Unpacking, storing with due care and diligence, transportation to the point of use TAXES, DUTIES AND OTHER CHARGES IN INDONESIA Corporate Income Tax (PPH./ MPO) Volume Added Tax on Goods and Services (VAT) Sales Tax on Luxury Personnel Income Tax a. Income Tax for the SUBCONTRACTOR’s Personnel8)
REMARKS
X X X X X X X X
X X
b. Income Tax for non Indonesian Personnel
X X
8) To the Indonesian State Treasury at the prevailing rates
X
3. SPECIAL NOTE AND REQUIREMENTS 3.1 Supply of Tools and Consumables SUBCONTRACTOR shall supply all the required tools and consumable required for the work as specified in Table-1 “Scope of Direct Works”. SUBCONTRACTOR shall anticipate and procure tools and consumable which are going to be needed for at least the next two months to prevent shortage of tools/consumable which can affect construction progress. SUBCONTRACTOR shall also submit list enumerating suppliers of tools and consumable used in the PROJECT. All equipment, tools and materials supplied by SUBCONTRACTOR for execution of the work shall be subject to CONTRACTOR’s prior review, inspection and test. If SUBCONTRACTOR fail to comply with the
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 34 of 60
above-mentioned requirements, SUBCONTRACTOR shall at his own cost replace such equipment, tools and materials. 3.2 Construction Equipment SUBCONTRACTOR shall be responsible in providing, operating, and maintaining the construction equipment including its mobilization & demobilization, fuel, lubricant, spare parts and other material requires for operation and maintenance. The critical construction equipment supplied by SUBCONTRACTOR shall be inspected and approved by CONTRACTOR and witnessed by COMPANY if necessary at the present location before its mobilization to site. All those inspected and approved construction equipment shall be available on the site from the starting date of the relevant work up to the completion date thereof. Equipment certificate from government should be prepared by SUBCONTRACTOR.The approval by CONTRACTOR shall not in any way relieve the SUB-CONTRACTOR of its responsibility for the proper construction and functioning of the equipments. 3.3 Drawing’s Supply The layout drawings contained in this requisition are preliminary drawings for quotation purpose only.After the contract is awarded, CONTRACTOR will supply the engineering drawings, for the Work.Beside the above Engineering drawings, SUBCONTRACTOR shall provide the construction method for CONTRACTOR’s approval. The SUBCONTRACTOR shall furnish the working drawings necessary for the Work, and approved by CONTRACTOR before execution of the Work. SUBCONTRACTOR shall develop Mark-up drawing based on the approved survey results, after performing the Work. 3.4 Site Drainage The SUBCONTRACTOR shall keep all portions of the Work properly and efficiently drained and or pumped at all times during the construction and until completion of the Work. Drainage and pumping facilities shall be maintained operable and manned at all times as required. SUBCONTRACTOR shall design and construct silt trap/sedimentation pondin any temporary drainage before it comes to Glonggong river. SUBCONTRACTOR shall take all other precautions to ensure the efficient protection of all streamsand waterways against pollution arising by the execution of the Works. SUBCONTRACTOR shall be responsible for all damage which may be caused by or result from water collecting or flowing overfromany part of the Work.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 35 of 60
3.5 Nuisance SUBCONTRACTOR shall carry out the Works in such manner to cause as little as inconvenience and nuisance to persons living in neighboring properties and to the public. SUBCONTRACTOR will take responsibility and accountability for social, environmental, and security impact during the Work execution The SUB-CONTRACTOR shall not obstruct, as far as possible, the public roads and where this is necessary and unavoidable, SUBCONTRACTOR shall provide barriers, warning lights, etc. required for proper traffic control including getting the necessary permits from the relevant authorities and paying all fees in connection therewith. SUBCONTRACTOR shall be responsible for clearing and cleaning all roads, drains, etc. when these are fouled as a result of the Works at regular intervals or when directed by the CONTRACTOR. 3.6 Excavation in Rock (if Any) The excavation in rock is applicable only for solid boulders or detached pieces of rock exceeding 1.0 cu.m in size.No blasting shall be permitted in the area. Rock encountered in such areas shall be excavated by the use of one of the following methods: 1.
By the use of an approved pneumatic, hydraulic or mechanical paving breakers.
2.
Quarrying it out by hand using rock wedges and hammers, steel bars, picks etc. and breaking with rock hammers.
3.
Drilling suitable holes with pneumatic drills and then breaking up the rocks with plugs and feathers and splitting devices or hydraulic busters.
All cost for work including excavation, removal and disposal of rock by all means shall beSUBCONTRACTOR’s responsibility. 3.7 Survey, Base Point and Bench Mark (Refer to Engineering Specification) SUBCONTRACTOR shall set out the Works from the Bench Marks and check all the Works. SUBCONTRACTOR is responsible in securing and maintaining the Bench Marks and executing other survey required for performing the Work. In case the survey work is required, SUBCONTRACTOR shall prepare the survey drawings. 3.8 Execution of Work not Provided in Contract Document Whether or not indicated or provided in the Contract and any other document and data provided by CONTRACTOR, but considered necessary from technical or commonly accepted standpoint, SUBCONTRACTOR shall have the responsibility to provide, execute, and complete all the Works, in order to meet technical, statutory, safety, or security requirements. These works shall be informed and under CONTRACTOR supervision.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 36 of 60
Cost and charge for such work shall be considered to be included in the Contract Price, and SUBCONTRACTOR shall not be granted any time extension therefore either. 3.9 Materials Losses of Damages If any of the materials after acquisition from CONTRACTOR are lost or damaged by the SUBCONTRACTOR, replacement or refurnishment of such materials shall beSUBCONTRACTOR’s responsibility. 3.10 Quality Inspection and Testing for the Work SUBCONTRACTOR shall conduct all quality inspection and testing for the work to provide warranty to CONTRACTOR. All equipments and material for test requirement shall be provided by SUBCONTRACTOR. If testing shall be conducted outside project location and needs specific facilities like laboratorium or other institutions, all necessary cost and resource shall be SUBCONTRACTOR’s responsibility. SUBCONTRACTOR shall coordinate and report the testing result to CONTRACTOR, and if the testing result doesn’t fulfill the specification required by CONTRACTOR, SUBCONTRACTOR responsible to improve and re-test until the result is approved by CONTRACTOR. Approval from CONTRACTOR shall not relieve the SUBCONTRACTOR from the responsibility to repair their work result if any discrepancy is found in the next days until working handover. SUBCONTRACTOR shall conduct treatment activities until the work finish and handed over to CONTRACTOR. 3.11 Change Order CONTRACTOR can give instruction change in writing and orally about the ongoing work. SUBCONTRACTOR shall follow up the instruction change and report the change to be calculated in the end of the project. Revision of design, drawings, and specification or other documents that is required by CONTRACTOR shall not always be change order and shall not always make enhancement of contract value as in change in scope of work. 3.12 Take Over of the Work When CONTRACTOR judges that the SUBCONTRACTOR is not capable of continuing the Works in respect of volume, quality or schedule of the Works, CONTRACTOR may in its sole discretion take over from the SUBCONTRACTOR and execute certain portion of the Works. In this event, unit price adjustment in the manner specified in Para12 shall be applied for calculation of the price to be paid for the Works accomplished by the SUBCONTRACTOR.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 37 of 60
4. SITE PREPARATION WORK 4.1. Work Sequence Scenario
The following scenario shall be considered by SUBCONTRACTOR in planning their construction execution strategy: 1.
Schedule of of the Work shall be 5 months and started on September 2017.
2.
The following is the priority area to be finished: a. ROW road and drainage between Perhutani Road and GPF b. ROW road and drainage between Banyu Urip and Perhutani Road c.
Ground surface forming around of ROW road
d. ROW road and drainage (and surrounding area) for Sales Gas Metering Access e. Ground surface forming at Sales Gas Metering Area f. 3.
ROW road and drainage (and surrounding area) between GPF and WP-E
The following drawing show the priority area as mentioned above:
Picture-2 PRIORITY AREA SEPARATION
4. Clearing, stripping, and top soil removal shall be conducted in whole area mentioned above for minimum thickness of 45 cm. Material from clearing, stripping, and top soil removal shall be disposed to Perhutani’s area (under coordination of SUBCONTRACTOR) around project site location (< 5 km) as per picture below:
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 38 of 60
Picture-3 DISPOSAL AREA FOR ROW SITE PREPARATION
Note: a) Perhutani’s area used as disposal area for clearing, strippi g, and top soil removal material in i ROW are RPH (Resort Pemangku Hutan) Glede an, Petak 22-B (priority) and Petak 35-C (alternative). b) From ROW to Petak 22-B and Petak 35-C, SUBCONTRACTOR shall use Alur (existing natural footpath) in the picture shown with orange line. c)
SUBCO TRACTOR is responsible to harden, expand, rein tate, and execute other treatmen required to utilize the Alur along WORK sched le. Total Alur length is estimate 1,6 km and the maximum wide is 3 m.
d) To mantain the dump truck traffic for disposal activities, UBCONTRACTOR with coordination with Perhutani is allowed to build some passing bay along Alur in necessary size and amount. e) SUBCO TRACTOR shall arrange the disposed material acc mulated in dispoal area, completed with well compaction and proper drainage. 5. Remaining “jati” roots in whole area shall be grabbed and collected to area near Perhutani Road. 6. All disposal from cutting activities shall be spreading and compacting (as per permanent requirement) on empty space at left side and right side of ROW road. 7. Any final slope or surface formed by cutting, filling, and excavation a tivities shall be flattened and compacted.
Document No: JTB-RJJ000- 0-RFQ-600 –00001 Revision: B
Page 39 of 60
8. Geotextile will be placed on certain area as per shown in design drawing, mainly in import soil filling area. Geotextile shall be installed parallel with cut and fill activities in particular area. 9. Crossing drainage shall be installed before limestone/soil-cement and base course placement as per specified in design drawing. Crossing drainage elevation shall be inline with related natural drainage. 4.2. Import Soil Planning SUBCONTRACTOR is required to inform their execution plan in importing material from outside project location (included in bid document Form 13 “Construction Execution Strategy”). The execution plan for this concern shall explain following items: •
Limestone and import soil resources
•
Truck quantity and capacity involved and minimum trip per day
•
Controlling system for import soil
•
Quarry excavation permit
Control and maintenance existing road access that will be used for material and equipment mobilization activities shall be SUBCONTRACTOR’s responsibility. SUBCONTRACTOR shall explain the related program for this concern in bid document Form 13 “Construction Execution Strategy”. Any interfacing matter with local community/government shall be SUBCONTRACTOR’s responsibility. 4.3. Earth Slopes SUBCONTRACTOR shall take all necessary precautions to preserve all earth slopes both existing (slopes already exist on the site at the time of the site being handed over to the SUBCONTRACTOR) and new (slopes formed and constructed by the SUBCONTRACTOR under the contract).SUBCONTRACTOR shall construct adequate temporary drains, and take all necessary steps to prevent slips from occurring. In the event of slips occurring or may possibly occur, the SUBCONTRACTOR shall immediately report to theCONTRACTOR who shall give the necessary instructions to the SUBCONTRACTOR. SUBCONTRACTOR shall, at their own expense, make good steps to the entire earth slopes and shall indemnify the CONTRACTOR in respect of any claims or proceedings arising out of SUBCONTRACTOR’s negligence of this clause. 4.4. Soil Disposal All soil disposal activities shall be SUBCONTRACTOR’s responsibility. The SUBCONTRACTOR is not allowed to store the excavated unsuitable soil in the battery limit area. The excavated soil shall be removed from the point of work to the specified disposal area outside ROW boundary site. SUBCONTRACTOR shall propose the disposal area for CONTRACTOR and COMPANY approval.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 40 of 60
5. PIPELINE WORK 5.1. Pipeline system Pipeline works to be done by SUBCONTRACTOR are: •
20” gathering gas pipeline from Wellpad East to GPF (1.55 km)
•
18” gathering gas pipeline from Wellpad Central to Wellpad East (5 km)
•
20” sales gas pipeline from GPF to metering station (10.98 km)
•
6” filtered water pipeline from Banyu Urip CPF to GPF (9,02 km)
•
4” condensate pipeline from GPF to Banyu Urip CPF (8.35 km)
•
4” produced water pipeline from GPF to Banyu Urip CPF (8.36 km)
•
Piping at Wellpad East, Wellpad Central, and metering facilities
•
Tie-in works at Banyu Urip facilities
•
Auger boring for crossing area (± 37.5 m; list will be detailed).
5.2. Pipeline Installation Pipe to be installed by SUBCONTRACTOR shall be requested and aligned with CONTRACTOR’s plan.
After
taking
material
from
CONTRACTOR’s
warehouse,
material
preservation
shall
be
SUBCONTRACTOR’s responsibility. All pipe transported from warehouse to site must be handled properly. After stringing, pipe shall be placed at safe area, prevented from direct contact with soil. SUBCONTRACTOR shall prepare wooden block to support pipe. Pipe end shall be capped to protect from dust, dirt, mud, soil, and other foreign materials. SUBCONTRACTOR shall follow the requirement of pipe installation based on alignment sheet issued by CONTRACTOR. After completion of installation, SUBCONTRACTOR shall clean the interior of pipe, cover both ends with vinyl sheet, and protect face flanges by means of plywood (or similar) to protect from rust or coat material (or similar). Marking shall be made showing line number and spool piece number, referring to the respective procedures or specification during installation and the marks shall be matched with material received from warehouse. SUBCONTRACTOR shall adopt normal fabrication procedure and perform based on CONTRACTOR’s guidance as minimum. SUBCONTRACTOR shall adopt the actual condition at site and final inspection. SUBCONTRACTOR shall fulfill minimum productivity as below: •
Carbon steel (installation)
: 18 dia-inch/welder/day
•
HDPE (installation)
: 5 joint/machine/day
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 41 of 60
•
CRA clad (installation)
: 8 dia-inch/welder/day
•
Spoolable (installation)
: 65 m/day
Installation is executed within four separate area spreads as described below: 1.
Spread 1: from GPF to CPF Banyu Urip EPC 1
2. Spread 2: from CPF Banyu Urip EPC 1 to Sales Gas Metering 3. Spread 3: from Wellpad Central to Wellpad East 4. Spread 4: from Wellpad East to GPF Those area spreads are illustrated in the figure below:
Picture-4 DISPOSAL AREA FOR ROW SITE PREPARATION
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 42 of 60
5.3. Painting and Coating Works SUBCONTRACTOR shall conduct coating works in accordance with the Specification for Pipeline AntiCorrosion Coating (JTB-SF-Y-SPE-600-00010). SUBCONTRACTOR shall perform field joint coating and field coating straight pipe as necessary (see detail Bill of Quantity). Prior to any coating work, SUBCONTRACTOR shall conduct necessary coating test in accordance with the specification to get COMPANY’s approval. SUBCONTRACTOR shall comply with the requirement of coating applicator personnel, supervisor, coating inspector, advisor, and environmental regulation regarding the emission and disposal of coat and other local Health and Safety regulation. In case there are wrapping works, SUBCONTRACTOR should meet CONTRACTOR’s criteria and specification. 5.4. Re-facing of flange faces If flange faces are scratched/damaged during transportation or during installation at site, then, SUBCONTRACTOR shall perform re-facing (machining) at their cost and expense. 5.5. Scrap and Material Surplus SUBCONTRACTOR shall arrange his pipe-cutting schedule to minimize pipe wastage/scrap pipe. The remaining pieces of cut-off pipe is defined as follows: Carbon steel (2” or larger) …………… maximum 0.250 meter Stainless & alloy (1” or larger) ………. maximum 0.250 meter All surplus materials and cut-off pipe, including scrap of pipe, shall be transported by SUBCONTRACTOR to CONTRACTOR warehouse or conforming to local regulation by SUBCONTRACTOR’s expense if requested by CONTRACTOR. 5.6. Special Materials Due to high consequence of risk resulting from any damage/loss of special materials, SUBCONTRACTOR shall give extra care when receiving, handling, transporting, storing, controlling, and working on these special materials: •
Duplex
•
Incoloy 825
SUBCONTRACTOR shall take special measures, including, but not limited to, practices listed below: •
Receiving from warehouse. Check for any damage or deviation from the PROJECT’s technical specification. Do NOT accept the materials if any damage/deviation is found.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 43 of 60
•
Handling & transporting. Use proper rigging tools & equipment. Only qualified rigger shall do the rigging. When transporting straight pipe, make sure pipe rests completely on the deck (no overhanging section).
•
Storing and preserving (shop). Store special material fitting/flange/valve/accessories on dedicated containers. The containers shall be easy to monitor and shall be locked at all times except when transferring material in/out or when doing inventory list-up. Inside the containers, material shall be segregated according to type (e.g. slip-on flange, loose flange, gate valve, globe valve, check valve, 45° elbow, 90° elbow, etc.) and size. Flange face and pipe end shall be covered with cap.
•
Storing and preserving (site). For painted spool, check the condition of material received from painting subcontractor. Material shall be segregated according to type (e.g. slip-on flange, loose flange, gate valve, globe valve, check valve, 45° elbow, 90° elbow, etc.) and size. If possible, store special materials inside a dedicated container. The container shall be easy to monitor and shall be locked at all times except when transferring material in/out or when doing inventory listup. Flange face and pipe end shall be covered with cap.
•
Controlling. Upon issuing material to foreman/worker, SUBCONTRACTOR’s Material Controller shall check respective drawing with material issuance database to avoid double-issuing the material. All materials taken, stored, or installed by SUBCONTRACTOR shall be recorded in spreadsheet format and sent to CONTRACTOR weekly.
•
Cutting and fitting-up. Make sure the material is as per specification listed in spool drawing (spool drawing shall be the latest revision). For duplex/super duplex, SUBCONTRACTOR shall allocate dedicated work group (including welder) to execute the fabrication and installation. Compare cut length in actual condition versus in spool drawing. If any discrepancy is found, the longer one shall be used. Make sure the gap for welding is as per project specification. Only qualified welder shall perform tack welding.
•
Welding. Only qualified welder shall perform welding. All consumable (welding rod, gas, etc.) required for welding shall be approved by CONTRACTOR and COMPANY. Welding shall be done in accordance with WPS approved by CONTRACTOR and COMPANY.
Any damage or loss of special material shall be replaced by SUBCONTRACTOR. If not feasible, then CONTRACTOR will repurchase the material (all cost incurred will be back-charged to SUBCONTRACTOR). 5.7. Length of Pipe Length of piping to be supplied by EPC CONTRACTOR is basically as follows: Carbon, stainless, and alloy steel
: 1-½” or smaller ………. 6 m : 2” or larger ….………… 12 m
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 44 of 60
SUBCONTRACTOR shall prepare fabrication and installation pipe spool based on piping isometric drawing. 5.8. Pipe ends Each pipe will be supplied with or without bevels as described in the piping specification. SUBCONTRACTOR shall be responsible to perform beveling. 5.9. Cleaning SUBCONTRACTOR is fully responsible to daily remove and transport waste or rubbish after finishing work based on EPC CONTRACTOR’s instruction directly without any back charge to CONTRACTOR. SUBCONTRACTOR shall do general housekeeping once in a week as per CONTRACTOR’s instruction. SUBCONTRACTOR shall prepare and the necessary equipment and manpower to complete this activity based on the procedure submitted at site without any back charge to CONTRACTOR. 5.10. Quality control / inspection SUBCONTRACTOR shall be responsible for quality control and inspection activities. CONTRACTOR shall control directly and will instruct to SUBCONTRACTOR for necessary repair if any welding defect is found. SUBCONTRACTOR shall execute all test and inspection of quality of the Work in order to guarantee the quality to CONTRACTOR. All materials and equipment required to complete the Work shall be under SUBCONTRACTOR’s responsibility. Content of this inspection and test shall include but not limited to: •
Welder performance test
•
Visual test and services test
•
Pin hole/holiday test
•
Pull off test
•
Ultra sound graphic test
•
Leak test for reinforcement pad branch connection
•
Hydrostatic and pneumatic pressure test
•
Any other test and inspection that SUBCONTRACTOR or CONTRACTOR deem necessary.
5.11. Pipeline progress control (via WMS/Welding Management System) SUBCONTRACTOR shall operate software for controlling piping progress named “WMS” (Welding Management System). This software will be provided by CONTRACTOR as a main tool to control Piping Work. SUBCONTRACTOR shall provide operators, personal computer and maintain piping progress using this system
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 45 of 60
5.12. Earth Work
SUBCONTRACTOR shall prepare working area (stack out, joint survey, marking, etc.). SUBCONTRACTOR shall excavate soil and haul the disposal to the dedicated area. SUBCONTRACTOR shall coordinate with CONTRACTOR’s Supervisor before start working to prevent clash with other discipline (e.g. electrical cables, instrument cables, civil drainage, etc.). Slope and width of trench shall follow CONTRACTOR’s drawing. SUBCONTRACTOR shall prepare trench collapse protection. Sand for bedding and sand filling shall meet CONTRACTOR’s quality. In case of rainy season, SUBCONTRACTOR shall provide dewatering pumps to manage flood or water inside trench. Backfilling and sand filling shall follow CONTRACTOR’s specification (JTB-SF-C-SPE-900-00018). 5.13. HSE
Radiographic work At minimum, radiographic activity personnel shall prepare the following: •
Admission letter from authorized body on the use of isotope
•
Transportation permit of isotope’s source/camera
•
Certification of OR and PPR
•
Personal Protection Equipment
•
Film badge
•
Dose meter
•
Survey meter
•
Personal type H2S detector
•
Long pliers
•
Radiation alert lamp
•
Radiation alert sign board.
SUBCONTRACTOR shall provide isotope bunker (bump-it). At any time, isotope shall not be stored in the worker camp and it must be approved by COMPANY. Electrical safety •
Plug connector on a welding machine must be 3 connector type and water tight.
•
Welding machine and electricity generator must be properly grounded.
•
At any time, fire extinguisher must be available in the vicinity of welding machine and electricity generator.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 46 of 60
6. MINIMUM PERSONNEL QUALIFICATION
Minimum qualification requirements of SUBCONTRACTOR’s personnel are as follow: A.
PROJECT MANAGER •
Ten years working experience in EPC projects for S1 degree or 15 years working experience in EPC projects for D3 diploma
•
Has working experience as Project Manager on 2 previous EPC projects
•
Has thorough and broad knowledge of project management, HSE management, business administration principles, contracts management, construction equipment management and personnel management
•
Has strong communication, coordination and team building skills, customer-focused and fluent in spoken and written English.
B.
CONSTRUCTION MANAGER •
Ten years working experience in EPC projects for S1 degree or 12 years working experience in EPC projects for D3 diploma
•
Has working experience as Construction Manager on 3 previous EPC projects
•
Has strong HSE leadership, strong managerial, facilitation and coordination skill, understand business administration principles and contract law and principles
•
Has experience in construction of pipeline/piping systems and able to address any construction progress shortcomings
•
Has strong communication and interpersonal skills, customer-focused and fluent in spoken and written English.
C.
PROJECT CONTROL •
Five years working experience in EPC projects for S1 degree or 7 years working experience in EPC projects for D3 diploma
•
Has good communication and interpersonal skills, customer-focused, fluent in spoken and written English.
D.
COMDEV COORDINATOR •
Has working experience related to community development work on EPC projects
•
Able to maintain good relationship with local community
•
Capable of developing and coordinating community development program
•
Has good communication and interpersonal skills.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 47 of 60
E.
FIELD ENGINEER •
Five years working experience in EPC projects for S1 degree or 7 years working experience in EPC projects for D3 diploma
•
Has thorough understanding of engineering and construction methods regarding onshore oil & gas pipeline/piping systems.
F.
SUPERINTENDENT •
Five years working experience in EPC projects
•
Has good knowledge of site engineering requirements associated with construction through to system completion activities
G.
•
Has strong HSE leadership, able to lead and control multi-functional teams
•
Has good communication and interpersonal skills, customer-focused.
SUPERVISOR •
Five years working experience in EPC projects
•
Has good knowledge of site engineering requirements associated with construction through to system completion activities
H.
•
Has strong HSE leadership, able to lead and control functional work team
•
Has good communication and interpersonal skills, customer-focused.
TEST PACKAGE COORDINATOR •
Five years working experience in EPC projects for S1 degree or 8 years working experience in EPC projects for D3 diploma
•
I.
Has thorough understanding of pipeline/piping systems.
HSE COORDINATOR •
Engineering or science degree (S1 or equivalent for overseas graduate)
•
Government certificate for HSE (AK3U or AK3 Migas)
•
Has a thorough and broad knowledge of Health, Safety and Environmental (HSE) standard, code, procedure and policy, and capable of managing, coordinate, develop, report, and enforce HSE procedures, programs, policies and regulations
•
Seven years working experience in EPC projects
•
Has strong HSE leadership, strong facilitation and coordination skills, strong understanding of Indonesian HSE regulations.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 48 of 60
J.
HSE OFFICER •
Man power estimation: ratio HSE officer : Employee = 1:25
•
Engineering or science degree (S1 or equivalent for overseas graduate)
•
Government certificate for HSE (AK3U or AK3 Migas)
•
Has a thorough and broad knowledge of Health, Safety and Environmental (HSE) standard, code, procedure and policy
K.
•
Five years working experience in EPC projects
•
Has strong HSE leadership and strong understanding of Indonesian HSE regulations.
QA/QC COORDINATOR •
Five years working experience related to QA/QC of piping/pipeline systems construction on oil & gas, geothermal or petrochemical projects
L.
•
Has valid CSWIP 3.0 certification
•
Has thorough and broad knowledge of quality assurance and quality control methods.
QA/QC PIPING INSPECTOR •
Five years working experience in oil & gas, geothermal or petrochemical projects
•
Has strong knowledge regarding quality assurance and quality control methods in pipeline/piping construction.
M. QA/QC WELDING INSPECTOR •
Five years working experience in oil & gas, geothermal or petrochemical projects
•
Has valid WI certification
•
Has strong knowledge regarding welding quality assurance and quality control methods.
All key personnel shall be dedicated full-time for this project. All key personnel shall also have certificate in accordance with the requirements. 7. TEMPORARY WORK
SUBCONTRACTOR shall build their temporary facilities area in designated area instructed by CONTRACTOR. SUBCONTRACTOR shall submit complete details of temporary works for CONTRACTOR approval not less than 14 days before the start of the construction. The work shall be properly designed and constructed and adequate for the intended purpose.The approval by CONTRACTOR of such work shall not in any way relieve the SUBCONTRACTOR of its responsibility for the proper construction and functioning of temporary works.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 49 of 60
Upon completion of the Work or before, if required or directed by CONTRACTOR, temporary structures, installation and utility services shall be disconnected and removed from the site. Area used for temporary installations or work shall be returned to their original condition. 8. QUALITY OF WORKMANSHIP
The Workmanship employed in the Work shall be of highest quality in terms of internationally recognized standards or practice and shall be subject to the approval of CONTRACTOR.SUBCONTRACTOR shall provide highly experienced and reliable foremen for the Work and all related works which are to be SUBCONTRACTOR’s Scope of Work, and equipment operators which are well trained to handle such equipments. SUBCONTRACTOR must prepare good management skills and control system in this project. In all stages of project execution, control and coordination must be good. SUBCONTRACTOR must submit to CONTRACTOR the management and control system of this project, including job description of key personnel. Construction supervision: •
CONTRACTOR will supervise in general of the work performed by SUBCONTRACTOR.
•
Direct supervision for labor/worker will be provided by SUBCONTRACTOR. The supervision shall cover all construction work. SUBCONTRACTOR shall propose the name of his supervisors in adequate amount and qualified ones. This proposal is subject to approval of CONTRACTOR.
•
Manpower planning shall be submitted to CONTRACTOR as per construction schedule.
9. NOTICE OF CONSTRUCTION DELAYS
Delays in the Works which may become the subject or basis of claims for time extensions or changes in contract price shall be immediately reported to CONTRACTOR as soon as such conditions become apparent. The SUBCONTRACTOR shall submit and outline the circumstances in written form to CONTRACTOR within 7 working days of their discovery. Any claim not submitted within 7 working days will not be considered. 10. NOTICE OF ACCIDENTS AND FIRES
CONTRACTOR shall be immediately informed of any accident fire or other emergency which may arise on the site, at temporary work yard or any other area at the Job site where the SUBCONTRACTOR is performing the Woks. 11. DAMAGE AND RESTORATION
Damage to existing facilities caused by movement of equipment or other operations, whether accidents or made necessary by reason of the requirements of the contract, shall be restored or replaced as specified or as directed by CONTRACTOR at the cost of the SUBCONTRACTOR.Restoration shall be equal to the structural qualities and performance capabilities of original facility, and finishes shall match as nearly as possible to existing Work.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 50 of 60
Work not properly restored or where not capable of being restored as intended under the specifications shall be removed and replaced as directed by CONTRACTOR at the cost of the SUBCONTRACTOR.Restoration work by SUBCONTRACTOR shall not affect to the Work schedule, and SUBCONTRACTOR shall arrange the manpower & construction equipment for the work. 12. SAFETY The SUBCONTRACTOR shall observe and enforce all Safety Regulations on the site and SUBCONTRACTOR’s construction equipments including but not limited to, the provision of safety wear, fire fighting, and life saving equipments during construction. A designated person shall be provided by the SUBCONTRACTOR as the head of SUBCONTRACTOR’s Safety. This person shall be a qualified or certified Safety Engineer and responsible for the safety of persons and equipments during Construction. 12.1. Equipment All heavy equipment shall be equipped with: •
First aid kit (P3K)
•
Safety belt
•
Warning sign
•
Fire extinguisher
•
Spare tire
•
Backward siren
Prior to use, all equipment will be checked by CONTRACTOR’s HSE officer. For excavator and all operators must have Depnaker certification.Lifting Equipment such as crane, TMC, forklift shall have MIGAS certification 12.2. PPE •
Helmet must be as per ANSI Z 1989 standard (complete with chin strap for working at height)
•
Safety glasses (complete with side shields, or goggles)
•
Safety shoes (complete with steel toe capped and non-slip soles)
•
Safety belt is forbidden. Working at height of more than 1.5 m, worker must be equipped with full body harness. This equipment must have manufacturer certificate.
12.3. Safety personnel SUBCONTRACTOR shall submit their safety personnel’s CV for review and approval of CONTRACTOR. Safety personnel must be competent person who holds safety certification or at least have attended professional safety education.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 51 of 60
12.4. HSE reward
SUBCONTRACTOR shall allocate a particularbudget as safey rewards for their employee and it shall be distributed if any safety target is achieved. 13. GENERAL CLEANING OF WORKING AREAS
SUBCONTRACTOR shall during the progress of the Work maintain all area in a neat, clean and orderly condition, particularly when working in Existing Plant Area (if any). Coating materials, wrapping, rags, or debris of any kind shall not be permitted to accumulate or be allowed to remain in the Construction Area. Upon completion of any part or portion of the Work, SUBCONTRACTOR shall promptly remove all debris that may have accumulated in the performance of the Work, as well as equipment, tools, temporary structures and construction material not required in the area for later stages of the Work. Upon Completion of the Work, SUBCONTRACTOR shall, as directed, satisfactorily remove all its equipment, building, etc., from the facility of the Work used for construction purpose. A half day in each week shall be observed as a general cleaning day for the SUBCONTRACTOR. All supervisors and workers shall make clean the site plant working area under the supervisions of CONTRACTOR. In addition to this, daily cleaning should be performed by SUBCONTRACTOR using proper tools and enough manpower. If unsatisfactory action by SUBCONTRACTOR is performed, CONTRACTOR will take action and all cost will be back charged to SUBCONTRACTOR. 14. WORK SCHEDULE
The SUBCONTRACTOR shall carry out and complete the preparatory work, permanent work, and finishing work in maximum 18 month. The BIDDER shall develop and submit the Construction Schedule (until level 3) based on above requirement with his quotation: •
For Site Preparation Works, construction shall be undertaken from Month 7 until Month 11
•
For Road and Drainage Works, construction shall be undertaken from Month 9 until Month 11
•
For Pipeline Works, construction shall be undertaken from Month 10 until Month 22.
•
For Electrical & Instrument Installation Works, construction shall be undertaken from Month 10 until Month 22
•
For Precommissioning Works, construction shall be undertaken from Month 23 until Month 24
15. PRICE QUOTATION
The quotation shall be in Indonesian Rupiah currency and prepared in two version (Work Item Wise and Cost Item Wise) in accordance with the instructions stated below by using the quotation form specified in Attachment-1, form no 2A, 2B, 3A, and 3B of this requisition.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 52 of 60
The price to be quoted in the Work Item Wise shall consist of a lump sum basis for preparatory work, and provisional sum basis for permanent work. The unit price shall be firm and fixed, and not be subject to any changes. The price to be quoted in the Cost Item Wise shall consist of direct cost, transportation cost, indirect cost, taxes and duties other than VAT, overhead and profit. The total price of the Cost Item Wise shall be same as total price of the Work Item Wise. 15.1. Price allocation
Price allocation for Direct Cost and Indirect Cost in Cost Item Wise shall be in accordance with the definition stated below. If there will be any item other than those stipulated in this Requisition, it shall be notified to CONTRACTOR who will give appropriate instruction for correct price allocation. 1.
Direct Cost
a.
Direct materials Direct materials shall mean the materials procured by SUBCONTRACTOR for the work, which is to be installed permanently. The material cost shall include such as but not limited to:
b.
•
Packing
•
Inspection
•
Shop testing
•
Procurement fee
•
Other charges and duties
Direct labour Direct labour shall be the personnel engaged in direct work at the Job site below supervisor level such as, but not limited to the following: •
Skilled and unskilled labour and their foremen
•
Construction equipment operators and drivers
•
Labour for direct temporary work such as: o
Scaffolding
o
Position of safety measures
o
Clean-up of construction area
The following shall be included in the direct labour cost: •
Salaries
•
Burdens
•
Allowance
•
Commissions
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 53 of 60
c.
Direct construction equipment Depreciation and/or rental charge of all construction equipment and heavy duty vehicles, such as barges, boats, dredging equipment, pile driving equipment, earth moving equipment, lifting equipment, transport and handling equipment, welding machine, air compressor, compactor, etc.
2.
Indirect Cost
a.
Home office cost Home office cost shall cover the following: •
Engineering and proposal cost Expenses to be incurred in the execution of home office engineering and proposal for the work which can be directly assigned to the project
•
Home office expenses: Expenses which can be directly assigned to the project, excluding the above engineering and proposal costs The expenses shall include the following: o
Home office management expenses
o
Travelling expenses
o
Inland and overseas travel and living expenses, excluding those incurred in moving people to/from the Job site for their field assignment.
o
All travel and living cost associated with coordination of the project including that with affiliates, vendors, SUBCONTRACTORs, etc.
o
Indonesian supervisory office and support staff at SUBCONTRACTOR home office, including their recruitment and termination.
b.
o
Prints and stationeries
o
Communication expenses
o
Computer charges
Mobilization and demobilization •
Field personnel including passport, settlement and resettlement, storage of household effect, transport of personal baggage, visas exit permit and work permit
•
Equipments, spare parts, and tools, including delivery to site, unloading inland transportation assembly, packing for return shipment freight forwarding and return shipping.
c.
Temporary facilities Supply, installation and removal of all necessary temporary facilities and services which are indirect required for execution of the work, such as, but not limited to:
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 54 of 60
•
Temporary buildings such as field office, warehouse, workshop, maintenance shop, camp, mess hall, etc. including furniture, computers and appliances.
•
Temporary electrical, including lighting and power distribution
•
Temporary water distribution line
•
Temporary civil works, including site preparation, fence and gate, drainage and sewer system, road, access, paving, etc
d.
Salaries, wages, allowances Supervision services and indirect worker, salaries, burdens, allowances, completion bonuses and the like for all field supervising personnel including indirect workers such as: •
Expatriate, permanent and locally-hired supervising staff such as site manager, superintendent, supervisor, field engineer, cost engineer, Schedule control engineer, etc.
•
Indirect workers for field operation, such as administrator, accountant/ pay roll officer, logistic, time keeper, janitors, office boys, guards, tool room attendants, warehousemen, cooks, housekeepers, vehicle’s drivers, operators, mechanics, etc.
e.
Field Expense •
Field personnel including passport settlement, and resettlement, storage of household effect, transport of personal baggage, visas, exit permit and work permit.
•
All costs including travel and living for visit short term and long term assignment to and from home office and site, including home office and R & R leaves, medical and compassionate trips
•
All costs associated with dependents.
•
All travel and living cost associated with expediting and inspection.
•
All education costs including those incurred in Indonesia and elsewhere for provision of Schooling for dependents of SUBCONTRACTOR’s personnel assigned to site, and dependents of Jakarta and other home office base personnel, and any education materials.
•
Office supplies, including provision and operation costs and communication equipment, plus any computers required by SUBCONTRACTORs.
•
All costs of computer services, telex, telephone, facsimile, document printing, postage, air freight, pouch deliveries, and the like.
•
All medical costs, except as provided at site.
•
All living and messing costs including provision of canteen food and laundry.
•
All costs including those for housing, transportation and recreation of all personnel including cost of their drivers, servant, etc.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 55 of 60
•
All statutory or third party inspection required at the specific direction of MAIN CONTRACTOR
f.
•
All equipment, materials and other item costs not identified in this requisition
•
Welfare expenses for supervising personnel and indirect workers.
•
Engineering services
•
Shop / working drawing
•
Construction procedure
•
Maintenance of temporary facilities
•
Management expenses
•
Other
Maintenance cost for equipment SUBCONTRACTOR shall be responsible in maintaining the construction equipment including spare parts and other material required for operating and maintenance.
g.
Small construction supplies •
Construction tools / consumable Supply and maintenance of all construction tools, such as hand tools, Scaffolding, inspection tools, laboratory equipment, etc
•
Indirect Materials Supply of all indirect material such as welding rod, wooden/steel form, nail gases, tie wires, etc.
h.
Transportation cost Transportation cost refers to for direct / indirect materials and equipment. Transportation shall cover the following: •
Ocean freight for all direct/indirect materials/equipment to be imported to Indonesia
•
Air freight for all direct / indirect materials/equipment to be imported to Indonesia including excess charges of the materials hand carried.
•
Forwarding charges
•
Inland transportation of all direct / indirect materials/equipment from designated port to the job site, including customs clearance, transporting and unloading at the job site
i.
Insurance Cost. Refer to item 7 of table - 2 “Scope of Indirect Work”, of this requisition.
j.
Recruiting expenses for direct labor and indirect workers, including security clearance test
k.
Pre-financing Cost The cost which must be initiated for covering the shorted expect before start of work based on received of down payment.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 56 of 60
3.
Taxes, duties and other charges
4.
Overhead and profit
15.2. Escalation Both unit prices for Direct Work and Indirect Work shall not be adjusted under any circumstances for the reason of escalation, inflation or fluctuation in currency exchange rates. 15.3. Work Quantity 1.
Work Quantity and Price Adjustment. a.
The Work quantities indicated on form 2B in this Requisition are approximation and provisional quantities.
b.
Upon completion of the work, the final work quantities for each work item shall be measured on the basis of the construction drawings.
c.
It is noted that the work quantities used for payment are net quantities calculated from the final construction drawings. Note: The Work volume in form no 2B in this Requisition in net quantity and does not include the following, which is to be born by the SUBCONTRACTOR:
d.
•
Quantity of waste material
•
Quantity of materials used for repair work
•
Quantity of materials used for rejected work
The SUBCONTRACTOR shall be responsible for submitting to MAIN CONTRACTOR a report of the final quantities based on the final drawings furnished to the SUBCONTRACTOR.
e.
The materials to be supplied by the SUBCONTRACTOR indicated in item 2 of Table-1 (scope of direct work) shall be quoted for each material and size on a unit price basis. However, the quantities of materials are provisional. The finally-fixed quantities shall be adjusted based on the approved material take-off from final drawings and the unit price for the Permanent Work specified in the Cost Break Down of Work Item Wise (Form-2B).
2.
Price Adjustment The total price for Permanent Work shall be recalculated and finalized based on approved quantity take-off from final drawings and the unit price specified in the Cost Breakdown of Work Item Wise (Form-2B).
16. WORK EXECUTION The SUBCONTRACTOR shall carry out and complete the work in a manner which assures quality, schedule, and safety. For this purpose, execution procedure below shall be followed by the SUBCONTRACTOR.
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 57 of 60
•
Coordination Procedure with SUBCONTRACTOR
•
Progress Calculation Procedure
•
Schedule Control Procedure
•
Field Inspection Procedure
•
Safety Procedure
•
Warehousing Procedure
•
Security Procedure
Note: Above procedure will be issued to the SUBCONTRACTOR within one month after the contract award. SUBCONTRACTOR shall follow those procedures without any increment of the contract price. The SUBCONTRACTOR shall, in the course of the execution of the work, prepare and submit the documents and reports stipulated in Table-3. These documents will become one of the tools for controlling the work and assure satisfaction execution of the Work. Table - 8 SUBCONTRACTOR’S DOCUMENT SUBMISSION DOCUMENT
1.EXECUTION PROCEDURE a) Organization chart and resumes of key personnel b) Manpower mobilization schedule by chart and nationality c) Construction equipment mobilization schedule d) Layout drawing of temporary facilities and construction access e) Premobilization check list compliance f) Construction method
FOR APPROVAL (DUE AFTER AWARD)
2 Weeks 2 Weeks 2 Weeks 2 Weeks 2 Weeks For each particular Work 2 Weeks before execution.
2. SCHEDULE CONTROL a) 3 month look-ahead schedule b) Monthly construction schedule c) 2 Weeks schedule (present & next) d) Consumption schedule of water and electric power e) Equipment and materials shipping schedule f) Schedule of materials to be supplied by SUB-CONTRACTOR
Monthly Monthly Weekly Monthly Monthly Monthly
3. QUALITY CONTROL Quality control procedure
1 Month
4. FIELD INSPECTION / TEST a) Inspection schedule b) Inspection application c) Inspection / test report
Weekly Two days before inspection date One week after testing
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 58 of 60
DOCUMENT d) Material certificate 5. SAFETY AND SECURITY Safety and security plan
FOR APPROVAL (DUE AFTER AWARD) One week before shipment.
1 Month
6. PROGRESS CALCULATION AND REPORT Monthly progress calculation and report (with Approved Inspection Report and Mark-up Drawing as the attachment) 7. REPORT / OTHERS a) Daily manpower / Equipment reports and report b) Weekly report c) Accident report d) Minutes of meeting e) Punch list f) Shop / working drawing g) Mark-up drawing and Final Survey Result
h) Close-out report
Monthly
Daily Weekly Weekly Within 3 days 1 Month prior to Completion 1Month (depend onschedule) Two days after final joint survey (as attachment of Progress Report) 1 week after the completion
17. BILL OF QUANTITY Bill of quantity for the Work can be seen in Attachment-1. 18. INFORMATION REQUIRED FROM BIDDER The BIDDER shall submit the quotation using the following forms, but not limited to: FORM NO 1 2A/B 3A/B 4 5 6 7 8 9 10 11 12 13 14 15 16
DESCRIPTION Cover Letter Cost Summary / Cost Breakdown-Work Item Wise. Cost Summary / Cost Breakdown-Cost Item Wise. Supervision and Labor Rate Construction Equipment and Vehicles Rate Direct Manpower Schedule Indirect Manpower Schedule List and Schedule of Construction Equipment and Vehicles Detail of Construction Schedule and Productivity Project and Site Organization Chart Project Key Personnel Resume List of Proposed Local Vendor/Subcontractor to Joint the Work Construction Execution Strategy Construction Method Construction Productivity and Calculation Company Profile and Experience Statement
Document No: JTB-RJJ000-K0-RFQ-600 –00001 Revision: B
Page 59 of 60