Upload
phungngoc
View
221
Download
2
Embed Size (px)
Citation preview
THIS DOCUMENT IS PROPRIETARY AND CONFIDENTIAL INFORMATION OF M&G AND ITS LICENSOR AND MAY BE USED ONLY WITH THEIR PRIOR WRITTEN CONSENT.
REV. DESCRIPTION PREP'D. CKD. APPR’D. DATE
0 ISSUED FOR QUOTATION ANM FDO/NG FM 9 DEC 15
FILE NAME: E013.34C-49-02-06 CONTROL ROOM AND LABORATORY ITB
DOC. NO.: E013.34C-49-02-06 REV. 0
PROJECT NO: E013.34C SH. 1 OF 21
AREA : BOP DESCRIPTION: PRE ENGINEERED METAL BUILDINGS SPECIFICATION – CONTROL ROOM, LABORATORY
E013.34C
PRE ENGINEERED METAL BUILDINGS SPECIFICATION – CONTROL ROOM, LABORATORY
M&G RESINS USA, LLC
JUMBO PROJECT
CORPUS CHRISTI, TX, USA
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 2 OF 21
TABLE OF CONTENTS
1.0 INTRODUCTION ........................................................................................................................ 3
2.0 DEFINITION ............................................................................................................................... 4
3.0 SCOPE OF WORK ..................................................................................................................... 5
4.0 GENERAL REQUIREMENTS .................................................................................................. 14
5.0 PLANNING .............................................................................................................................. 15
6.0 QUALITY ASSURANCE AND QUALITY CONTROL ............................................................... 16
7.0 MANAGEMENT OF HEALTH, SAFETY AND ENVIRONMENTAL .......................................... 16
8.0 ENGINEERING ........................................................................................................................ 16
9.0 PROCUREMENT AND MATERIAL SUPPLY .......................................................................... 16
10.0 MATERIAL HANDLING ........................................................................................................... 18
11.0 SITE FACILITIES ..................................................................................................................... 19
12.0 EXECUTION ............................................................................................................................ 20
13.0 LIST OF ATTACHMENTS ........................................................................................................ 21
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 3 OF 21
1.0 INTRODUCTION
1.1 General information:
Project name : Jumbo
Owner : M&G Resins USA LLC
Project location : City Corpus Christi
County Nueces
State Texas
Nearest road : Joe Fulton Corridor, close to I-37
Nearest rail road : Union Pacific Rail Road Co.
Nearest airport : Corpus Christi International Airport
Nearest port or harbor : Port of Corpus Christi
Nearest water way
access
: Corpus Christi Ship Channel - Viola Channel
1.2 Owner is developing a complex consisting of a Purified Terephthalic Acid (PTA)
production plant and a Polyethylene Terephthalate (PET) production plant, the related
utilities and auxiliary facilities in Corpus Christi, Texas, United States of America.
1.3 All applicable Local, State and Federal regulations apply to the Scope of Work.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 4 OF 21
2.0 DEFINITION
2.1 EPC CONTEXT
Owner: M&G Resins USA LLC
EPC Company: Sinopec Engineering Group America (SEGA)
Construction Assignee
(CA):
Chemtex International Inc. (CII)
Construction
Management
Companies (CMC):
Mossi Ghisolfi Logistic & Engineering LLC (MGLE)
Sinopec Engineering Group America (SEGA)
Contractor/ Bidder: Any person or company having a contract with EPC
Company/Construction Assignee or Construction
Management Companies for the performance of any
item to be supplied and/or erected and constructed at
the site
2.2 Plant Area
The plant area is divided in four parts, as shown in document 502001-9999-34E Jumbo
Plot Plan:
PET: Polyethylene Terephthalate production facilities and pipe rack
PTA : Purified Terephthalic Acid production facilities
BOP: Balance of Plant facilities
R/D : Railways and Dock facilities
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 5 OF 21
3.0 SCOPE OF WORK
3.1 The Scope of Work includes all labor, materials, equipment, tools, services,
insurance and construction management (Supervision, Health Safety & Environment,
Quality, Planning, Procurement, etc.), and securing all applicable permits (except for
EPA, TCEQ and USACE which were procured by Owner), required to perform and
complete the Scope of Work, as described in the Project Documents (material lists,
drawings and / or as specified herein), and summarized as follows:
Control Room Building
Laboratory Building
The Control Room and the Laboratory buildings were designed as pre-engineered metal
buildings. Structural items included in the Scope of Work are all structural steel framing,
loading ramps and stairway supports. Architectural items included in the Scope of Work
are all exterior cladding (metal wall and roof paneling, flashing, etc.), interior walls,
stairways, doors, windows, millwork, finishes, ceiling grid, flooring and ADA ramps.
Mechanical items included in the Scope of Work are all HVAC equipment and air flow
(supply and return) duct work and fan vents. Electrical items included in the Scope of
Work are all wiring, receptacles, lighting, panels, grounding and conduit. Plumbing items
included in the Scope of Work are all waste water piping, vents, fixtures, water fountains,
toilets, sinks, urinals and floor drains.
3.2 These specifications, along with material lists, drawings and attachments, define
the minimum requirements for the execution of the Scope of Work. The Scope of Work
shall be performed in accordance to the documents listed in Section 13.0 List of
Attachments.
3.3 Bidder shall provide a declaration, on its letterhead, stating that the
documentation attached to this Request for Quotation (RFQ) has been accepted and
used as basis to prepare its proposal. Proposals that do not comply with this
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 6 OF 21
requirement will be excluded from the bid process. In case of conflict between this
document and the Bidder’s proposal, this document shall prevail.
3.4 Bidder shall execute the Scope of Work in full compliance with any and all
regulatory requirements, codes and standards applicable to this project, whether or not
specifically mentioned on these specifications. In case of conflict between provisions of
different documents, codes or standards, the more stringent requirements shall apply.
3.5 Bidder shall minimize, as much as possible, any environmental impact produced
during construction, and be in compliance with what is described in the permits.
3.6 Bidder shall verify that there are no deviations from the submitted documents
approved for construction, unless explicitly authorized by the CA and/or CMC. In case
the Bidder notes any inconsistencies, it shall promptly bring them to the CA’s and/or
CMC’s attention. CA and CMC will coordinate the collaboration among the Contractors
and other Concerned Parties to devise and implement the necessary remedial actions.
3.7 The Bidder, by submitting a bid for this work, represents itself as knowledgeable
and competent in the performance of the work, and includes all things usually and
customarily necessary to provide a complete and finished product, whether specifically
mentioned in the contract documents or not.
3.8 The project documents are in various stages of completion. CMC or CA may
release material lists and drawings for construction in separate, distinct lots. Bidder
acknowledges and agrees that it shall not commence any construction activities until it
receives the Issued for Construction (IFC) documents from CMC or CA.
3.9 Bidder shall be in frequent contact and coordination with CA/CMC for technical,
planning and/or any issues resolution, from the award of the contract until the completion
of the Scope of Work.
3.10 Concrete Scope of Work
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 7 OF 21
The Concrete Scope of Work includes formwork, reinforcing steel, anchor bolts,
embedded steel, trench and pit covers and concrete, and also the following:
Pile caps.
Building walls.
Trenches and pits (including underground piping from structures to local pits).
Slabs on grade.
Pads and curbs.
Concrete slab at elevated floors.
Concrete for underground utilities.
Providing aggregate base above pile caps and below slabs.
Pits outside of above areas.
Demolition (if required due to interferences).
Excavation.
Backfilling and Compaction. Refer to attached Geotechnical Report for the proper
backfilling and compaction requirements.
Foundations for machineries and equipment.
Foundations for steel structure.
Foundation for buildings.
Foundation for piping, electrical and instrumentation supports.
Foundation for lighting pole, cameras, horns, speaker, etc.
All other miscellaneous foundations.
Aggregate base under concrete work.
Fire/Cold proofing.
Supply and install anchor bolts and other embedded items.
Area finishing (chemical coating, epoxy coating, tiles, etc.)
Dewatering (well point or similar method).
Grounding and cathodic protection system from structures to site grid system.
Foundation preparation works and preliminary services, such as interference
removal and delimitation areas of work with fences and sidings.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 8 OF 21
Execution and preservation of access roads, horizontal signing, paving and
urbanization within the battery limits of the scope work.
Topographic Survey.
The required and necessary testing (included but not limited to: slump, air yield,
cylinder preparation and storage, and compressive strength) through a
laboratory/agency/third party certified and licensed to practice in the State of Texas
will be supplied by CA/CMC.
Other miscellaneous concrete work not mentioned above.
CA/CMC will not accept the use of concreting joints unless specified in the project
documents or previously approved by CA/CMC.
During concrete pours, bases that have inserts such as embedded plates and anchor
bolts, shall be surveyed to verify their correct location and elevation until the end of
these activities.
All repairs of concrete structures (niches, cracks, etc.) shall be performed as per the
specifications. A procedure for these repairs shall be presented by the Bidder for
CA/CMC’s approval.
Spacers and other accessories in concrete shall be approved by CA/CMC.
3.11 Steel Scope of Work
The Steel Scope of Work includes, but is not limited to:
Removal of delimitation and interferences of areas of work such as fences and
sidings.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 9 OF 21
Checking of topographic survey data relevant to the scope of erection. CMC will
provide Bidders with the existing benchmarks. Bidder shall verify the consistency of
the topographic information, including the coordinates. In case of any discrepancies
they shall be reported to CMC before performing the erection of the affected
structure in order to have the proper indication and information.
Furnish and install grout beneath columns and cleaning after grouting and
installation.
Preparation of the base where the steel structures will be placed, including chipping
the base and laying of steel shims for levelling, installation of special plates at the
base, cleaning and preservation of the already installed anchor bolts from the
moment of the foundation handover for steel structure erection.
The erection, positioning, levelling and alignment of all steel structures and all the
other components shown in the drawings, on their correct coordinates, design
tolerances and manufacturer's recommendations.
Supply and installation of expansion and/or chemical bolts for support, where
required.
Receiving inspection, after CMC handover.
Preservation of materials in the timeframe between the handover from the storage
area to the contract completion date, according to the manuals specifications,
procedures and guidelines.
Removal of transportation beams or devices.
Non Destructive Testing (NDT) where specified.
Survey all column anchor bolts and accept them in writing prior to commencing work.
Furnish and install shim packs beneath column base plates.
Erect all structural steel, included but not limited to columns, beams, frames,
supports; metal floor decking, metal roof decking, grating, chequered plates,
handrails, kick plates, guardrails, ladders and stairs.
Furnish and install temporary bracing for stability of the structure being erected.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 10 OF 21
Furnish and install safety cables and temporary handrails at edges and all openings.
Furnish and install temporary ladders, scaffolding and stairs.
Shear studs attached to the top of beams shall be installed by the Bidder.
Cut holes in deck for embedded items that penetrate the deck. Install safety railings
as needed.
Furnish and install elevated slabs including reinforcing steel, embedment’s and
concrete. Concrete for slabs will be supplied by the on-site batch plant.
Furnish and install concrete pads and curbs on elevated slabs, including reinforcing
steel, embedment’s and concrete.
Furnish and install all floor drains.
Survey all surfaces receiving equipment, check against latest vendor drawings and
accept them in writing prior to commencing work. Repairs, if necessary, will be paid
on a unit cost basis. Bidder shall provide unit costs for repairs.
Drill holes in steel for bolts connecting equipment to steel. Bolts will be furnished by
CMC/CA.
Bidder shall provide unit costs for rework of steel that needs to be modified.
Provide the touch up painting and restoring of the galvanization in case of damages
occurred during handling, transportation and erection activities of all structural steel
including steel, metal floor decks, metal roof decks, grating, handrails, guardrails,
ladders, stairs and pipe rack modules according to the referenced specifications,
codes and standards. The painting material shall be supplied by Contractor upon the
technical approval by CMC.
The painting damaged underneath the gratings shall be repaired with painting at the
end of erection activities. The Bidder shall remove the gratings and apply the paint
according to the painting procedure. Openings are not allowed and the Bidder shall
provide fencing around any floor openings for safety reasons.
Bidder is responsible for the lifting of all steel structures. Bidder shall present its plan
for the lifting activities indicating the equipment required for lifting of the Steel
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 11 OF 21
Structures. The lifting activities shall include, but not be limited to, cranes, operators,
lifting devices, spread beams, slings, shackles, lugs, and rigging plans.
3.12 Architectural Scope of Work
The Architectural Scope of Work includes, but is not limited to: Masonry wall
construction, exterior wall assemblies, roofing systems, door assemblies, interior walls
and partitions, interior room finishes, steel fire-proofing, select specialties and
accessories, and all associated components necessary to provide a weather-tight
enclosure (where required), and to fit-out new rooms and areas for their assigned use.
Masonry: Provide and install exterior and interior, reinforced concrete block walls
where shown in plan. Include reinforced bond beams, top angle support, and foam-
fill insulation where noted.
Rated Masonry: Provide and install fire-resistance rated reinforced concrete block
walls where shown in plan. Refer to the details provided for fire-stopping of rated
wall penetrations.
Metal Siding: Provide and install exterior metal panel wall where shown on the
elevations. Include flashing, trim, closures, sealing, and gasketing to ensure a
weather-tight wall system.
Exterior Siding Penetrations: Frame and provide / install galvanized sheet metal
plate over large metal wall siding penetrations to allow for utility pipe and cable tray
passage.
Roofing System: Provide and install an adhered membrane sheet over nominal
insulation and cover board as specified. Include flashing, counter-flashing, cants,
termination strips, parapet coping, and all other items required to ensure a weather-
tight roof system.
Roof Paver System: High-traffic locations of building roofs shall be provided with a
raised concrete paver system as specified. Include lock-down pedestals for the wind
uplift design given.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 12 OF 21
Roof Hatches: Provide and install both pre-fabricated, and field-fabricated roof
access hatches where sized, shown, and noted. Include associated roof curb
assemblies and flashing.
Roof Penetrations: Provide and install neoprene boots, prefabricated roof curbs,
galvanized sheet metal closures, etc., at roof penetrations, to ensure a weather-tight
system.
Roof Drainage: Provide and install pre-finished, galvanized sheet metal gutters,
scuppers, and collector boxes, and plastic pipe downspouts, for storm water direction
to system below.
Doors: Provide and install standard and over-sized door assemblies as shown and
scheduled. Include frames, transoms, glazing, and hardware. Provide rated
assemblies where required.
Partitions: Provide and install metal stud and gypsum board partitions and veneers
where indicated. Partitions / veneers shall be outfitted with thermal batt insulation
between studs.
Metal Liners: Provide and install metal-framed interior metal panel wall liner systems
where indicated. Metal panel liners shall be outfitted with thermal batt insulation
between framing.
Ceiling Insulation: Provide and install spray insulation with gypsum board encasing,
to the underside of metal deck, above conditioned rooms to provide a thermal
resistance value.
Floor Finishes: Refer to Room Finish Schedule. Provide and install concrete
hardeners, sealers, epoxy toppings, and vinyl composition tile where shown and
specified on the drawings.
Floor Striping: Floor paint directing personnel and/or identifying locations of safe
travel, shall provided at locations, and with a pattern and product, as approved by the
Owner.
Wall Finishes: Refer to Room Finish Schedule. Provide and install catalysed epoxy,
polyurethane, and alkyd-resin based paint systems as shown and specified on the
drawings.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 13 OF 21
Suspended Ceilings: Refer to Room Finish Schedule: Provide and install acoustic
ceiling panels within a suspended, metal grid system.
Steel Fire-proofing: Provide and install intumescent fire-proofing systems on steel
framing and to the underside of metal form deck; where shown and specified on the
drawings. Specific coverage and rating shall be as indicated on the steel framing
plans.
Washroom Accessories: Provide and install washroom accessories as shown and
specified on the drawings. Installation heights shall be in accordance with industry
standard.
Miscellaneous: Associated architectural building components include, but are not
limited to; rough carpentry, compressible fillers, sealants, adhesives, sleeves,
fasteners, etc.
Touch-up painting at finish-painted surfaces, which may be damaged during the
course of construction. Extent of the touch-up painting scope shall be coordinated
with the Owner.
3.13 HVAC Scope of Work
The Heating, Ventilation, and Air Conditioning (HVAC) Scope of Work includes, but is
not limited to:
All necessary equipment, systems and all auxiliary plant including Building
Management Systems.
The design, manufacture, construction, supply, testing, packaging for export,
shipping, transport, delivery to Site, and unloading at Site.
Complete erection, painting, commissioning and putting into normal operation.
Performance and reliability testing on completion and instruction of the personnel for
the HVAC System, which are common to all systems, plant and equipment being
provided under the Mechanical Equipment and Material specifications and all
obligations during the defects liability period as stipulated in the Conditions of
Contract.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 14 OF 21
All equipment, spare parts and materials used in the construction of the plant shall
be new and unused.
3.14 Topographic Survey
The survey work shall be performed based on the benchmarks provided by CA. Bidder
is responsible for the consistency of this information. If the Bidder identifies any
divergence among the coordinates indicated in the project and the coordinates provided
by CA, these divergences must be reported to the CA, before the execution of any civil
work.
All survey instruments shall be properly calibrated by certified laboratory.
4.0 GENERAL REQUIREMENTS
4.1 The Bidder’s Site Manager shall be based on site. Bidder shall submit the Site
Organization Chart clearly indicating the number of site personnel down to the foreman
level.
4.2 Bidder shall perform a site visit during the bidding stage to familiarize itself with
site conditions.
4.3 The services under this agreement will run concurrently with assembly services
of others areas of the plant, subject therefore to interference, which should be
determined as far as possible in advance. Bidder shall participate in daily coordination
meetings with other parties and CA/CMC where applicable and/or required.
4.4 The Bidder’s personnel hiring process shall not be conducted on the project site.
This activity shall be performed outside of the project site.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 15 OF 21
4.5 Work permit system (PTW) will be implemented during construction as indicated
in document E013.34E-68-56-02 HSE Manual.
4.6 Perform bolting of piping, equipment and steel structures by means of torque key
or tightening machine when necessary, as per specification requirements.
4.7 Remove all rust inhibitors, such as oil and grease, used to preserve equipment
during construction, and install proper lubricants after review with operations.
4.8 Provide and remove, as needed, temporary fencing or barricades to protect or
allow free access to the operating units.
4.9 Provide sufficient lighting for working.
5.0 PLANNING
5.1 Bidder shall provide a specific Histogram for direct and indirect manpower.
5.2 Bidder shall provide and maintain at the site, a separate, dedicated planner for
each discipline (concrete, steel, architectural, mechanical, electrical, plumbing, HVAC),
for the duration of each activity.
5.3 The erection activities shall follow the main milestones of the project. Refer to
the attached schedule.
5.4 The reporting and planning monitoring shall be performed according to document
E013.34E-56-00-21 Planning and Reporting Procedure.
5.5 CMC/CA, along with Contractor, will define the Work Breakdown Structure
(WBS) based on the man-hour estimates. Based on the agreed-upon WBS, the
Contractor shall present the Financial and Physical S curves.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 16 OF 21
6.0 QUALITY ASSURANCE AND QUALITY CONTROL
Bidder shall submit a Quality Assurance / Quality Control Plan (QA/QC) for CA/CMC's
review and acceptance. Bidder shall clearly identify its proposed corrective steps in
case performed work is deemed defective and non-compliant with specifications (non–
conformity).
7.0 MANAGEMENT OF HEALTH, SAFETY AND ENVIRONMENTAL
Bidder shall implement a system for managing health, safety and environmental issues
that complies with document E013.34E-68-56-02 HSE Manual.
8.0 ENGINEERING
8.1 Bidder is responsible for identifying and recording all field changes and
modifications necessary to perform the Scope of Work. Bidder shall issue red-marked
“Record Drawings”.
8.2 CA/CMC will provide drawings, technical specification and procedures in
electronic format only. All printed copies are the Bidder’s responsibility.
9.0 PROCUREMENT AND MATERIAL SUPPLY
9.1 All services and supplies required for the execution of the Scope of Work shall be
at the Bidder’s care and expense including, but not limited to:
Consumables and application materials necessary for welding, grinding, cutting,
torching, heating, shimming, grouting, connecting and cleaning.
Chemicals, oils, grease and lubricants, including their proper transportation,
disposal and destination.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 17 OF 21
Scaffolding material and erection for all required activities.
Lifting equipment for personnel where required.
Lifting equipment for all required activities.
Temporary supports and any necessary devices and its components for erection.
All necessary materials and utilities to perform regulatory-required and
specification-required testing.
All necessary material for welders’ qualification.
All necessary fuel, lubricants and greases necessary to perform the activities of
erection and preservation.
All necessary tools, equipment, power generators, compressors, lifting devices,
lighting devices, slings and shackles.
All necessary calibrated instruments.
All the required material, equipment or tools not mentioned above but necessary
to perform the erection or testing of the scope of work.
Water for all necessary utilities to perform the work required on testing, washing,
cleaning.
All necessary equipment for proper water handling, transportation and disposal.
9.2 Bidder shall supply all the materials, equipment and tools in adequate quantities
to perform the Scope of Work within the contract schedule.
9.3 Bidder shall clearly outline its strategy for securing the necessary resources to
meet the project schedule such as personnel, equipment and potential sub suppliers.
9.4 The material procurement shall be carried out in a way that meets the
requirements of quality and schedule.
9.5 Bidder shall provide proper destination for scrap, wood, chemicals, water
(potable or not), septic tank, and any type of garbage.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 18 OF 21
10.0 MATERIAL HANDLING
10.1 The Bidder is responsible, for rigging, lifting, hoisting and handling, including
preparation and installation of auxiliary devices, cables, shackles, slings and rigging
plan.
10.2 Bidder is responsible for managing, supervising and directing of any lifting
activities in order to perform the Scope of Work.
10.3 CMC/CA is responsible for transporting the equipment and assembly parts from
the port to the warehouses or laydown areas.
10.4 Bidder is responsible for the internal transportation, loading and unloading, from
the warehouse or laydown areas to the construction area (area of installation).
10.5 Bidder shall receive and promptly inspect all materials and equipment in the
presence of CMC/CA’s Representative.
10.6 Bidder is responsible for the protection, safeguarding, and proper storage of its
own materials, tools and equipment.
10.7 Bidder shall be responsible to perform the storage, protection, safeguarding and
preservation of material and equipment in accordance with the contract requirements
and the manufacturer’s recommendations, in the timeframe between the handover for
erection up to work completion certification.
10.8 Bidder shall send all spare parts to CMC/CA’s warehouse immediately after their
receipt, inspection and acceptance.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 19 OF 21
11.0 SITE FACILITIES
11.1 CMC/CA will not provide covered areas or warehouses. Bidder is responsible to
build on its assigned area its temporary construction facilities to accommodate its needs
during the execution of the Scope of Work.
11.2 At the completion of its Scope of Work, Bidder shall remove all temporary
facilities and utilities, including underground installations, and return these areas in same
or better conditions than it received them.
11.3 Any laydown and temporary construction facilities shall be properly maintained,
at Bidder’s expenses, during the execution of the Scope of Work.
11.4 Bidder is responsible to implement all the services of basic infrastructure to the
site facilities (install, distribute and maintain), such as fencing, water (potable and non-
potable), data networks, fuels, drainage, sewage, discharge, garbage disposal,
telephone, electrical power, in order to meet the demands expected during the work.
11.5 In case of utilities provided by CA/CMC (power, water, etc.) the Bidder will not
have any right of compensation in case of service interruption.
11.6 Bidder is responsible to supply potable water and chemical toilets for its
personnel in compliance with regulatory requirements.
11.7 Bidder shall not dispose of any materials, liquids, or chemicals of any kind on
site.
11.8 Temporary Road Access: CA/CMC will provide the main road only. Any other
road access necessary for the work execution shall be provided by Bidder at its own
expense.
11.9 Bidder’s employees will not be allowed to park their personal transportation
vehicles inside the project site. CMC/CA will provide remote offsite parking facilities for
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 20 OF 21
contractors’ employees. Bidder shall provide, at its own expense, buses for the
transportation of its employees from the remote offsite parking facilities to the project
site.
12.0 EXECUTION
12.1 Work Execution
Bidder shall submit the Technical Proposal for the Work Execution according to
document E013.34E-68-56-01 Preparation of Technical Proposal for the Construction
Works Execution.
12.2 Project Coordination and Communications
Bidder shall be in frequent contact and coordination with CA/CMC for technical, planning
and/or any issues resolution, from the award of the contract until the completion of the
Scope of Work.
12.3 Bench Marks and Monuments
CMC/CA has surveyed the site and established benchmarks. CMC/CA, through
CA/CMC, will provide Bidder with the existing topographic information. Bidder shall
carefully maintain existing benchmarks and monuments, and, if disturbed or destroyed
by the Contractor’s actions, replace them as directed.
12.4 Temporary Protection
Bidder shall protect structures, utilities, sidewalks, pavements, and other facilities from
damages caused by settlement, lateral movement, undermining, washout, and other
hazards created by earthwork operations.
DOC. NO. E013.34C-49-02-06 REV. 0 SHEET 21 OF 21
13.0 LIST OF ATTACHMENTS
Item No. Doc. Number Document Name
1 502001-9999-34E Jumbo Plot Plan
2 E013.34E-56-00-04 Numbering System
3 E013.34E-56-00-15 Document Handling Procedure for
Vendors
4 E013.34E-56-00-16 Instruction for Vendor Documentation and
Final Vendor Documentation Handover
5 E013.34E-56-00-21 Planning and Reporting Procedure
6 E013.34E-56-00-40 QC Coordination Procedures with
Suppliers
7 E013.34E-56-00-41 Minimum Inspection Requirements
8 E013 34E-56-00-48 Document Handling Procedure for
Construction Contractors
9 E013 34E-56-00-49 Correspondence Procedure for
Construction
10 E013.34E-68-56-01 Preparation of Technical Proposal for the
Construction Works Execution
11 E013.34E-68-56-02 HSE Manual for Construction Works
12 PIP STF05121 Fabrication and Installation of Anchor
Bolts
13 PIP STI03310 Concrete General Notes and Typical
Details
14 PIP STS03001 Plain and Reinforced Concrete
Specification
15 Cntrl_Rm_Lab_Drawing_List_20151209 Drawing List
16 (See Drawing List) Drawings
17 G112139 Geotechnical Report
18 E013.34C-49-02-06 Bid Form