Download as pdf or txt
Download as pdf or txt
You are on page 1of 60

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 RECORD ......................................................................................................... 2


1. GENERAL ..................................................................................................................... 5
1.1 Scope................................................................................................................. 5
1.2 Definition ............................................................................................................ 5
1.3 Location ............................................................................................................. 5
1.4 Time Schedule ..................................................................................................... 6
1.5 Reference Document ............................................................................................ 6
1.6 Conflict of Discrepancies....................................................................................... 6
2. SCOPE OF WORK .......................................................................................................... 7
2.1 General............................................................................................................... 7
2.2 Direct Work ......................................................................................................... 9
2.3 Indirect Work ..................................................................................................... 31
3. SPECIAL NOTE AND REQUIREMENTS ............................................................................ 34
3.1 Supply of Tools and Consumables ........................................................................ 34
3.2 Construction Equipment...................................................................................... 35
3.3 Drawing’s Supply ............................................................................................... 35
3.4 Site Drainage ..................................................................................................... 35
3.5 Nuisance .......................................................................................................... 36
3.6 Excavation in Rock (if Any) .................................................................................. 36
3.7 Survey, Base Point and Bench Mark (Refer to Engineering Specification) .................... 36
3.8 Execution of Work not Provided in Contract Document ............................................ 36
3.9 Materials Losses of Damages ............................................................................... 37
3.10 Quality Inspection and Testing for the Work ........................................................... 37
3.11 Change Order .................................................................................................... 37
3.12 Take Over of the Work......................................................................................... 37
4. 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 .................................................................................................... 49
8. QUALITY OF WORKMANSHIP ........................................................................................ 50
9. NOTICE OF CONSTRUCTION DELAYS............................................................................. 50
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 SUB-
CONTRACTOR 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 X 1) Shall be approved by
1.5 Construction execution plan X CONTRACTOR.
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 2) SUBCONTRACTOR
1.13 Test and Inspection procedure2) X X may propose detail
procedure.
2. SUPPLY OF MATERIALS3) 3) All materials supplied
2.1 General site preparation and civil work material by SUBCONTRACTOR
a. Import soil (for filling material) X shall be submitted to
CONTRACTOR for
b. Geotextile, basecourse, and limestone X
approval.
c. Rip rap for soil protection X
d. Reinforced concrete pipe and box culvert for X
crossing (include sand bedding)
e. Ready mix concrete X
f. Rebar, wiremesh, and structural anchor bolt X
g. Formwork X
h. Asphalting road material X
i. Other related permanent materials which is X
required for the work.
2.2 Temporary material and consumable
a. Fuel, gas, oil, water, etc. 4) X 4) SUBCONTRACTOR
b. Electrical power X shall use industrial fuel

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 9 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
c. Barricade, boards, marker, flag, cones, etc. X
d. Other related temporary materials and X
consumable wich is required for the WORK.

3. SUPPLY OF EQUIPMENT5) 5) All heavy equipments


3.1 Earth Work and Civil Work Equipment to be used inside and
a. Excavator X outside project location
supplied by
b. Dump truck (for soil movement) X
SUBCONTRACTOR
c. Dump truck (for impor soil) X shall be submitted to
d. Bulldozer X CONTRACTOR for
e. Motor grader X approval.
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 X
required for the WORK.
3.2 Supporting Equipment
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. Other related supporting equipment which is X
required for the WORK.
3.3 Misscellaneous
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 Page 10 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
d. Engineering team X
e. Safety and QC officer X
4.2 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. Helper X
4.3 General Worker (security, office boys, driver, etc.) X

5. CONSTRUCTION
5.1 General
a. Preparation work; measurement of X
coordinates & elevations, marking, etc.
b. Protection of existing facilities during the X
execution of the work
c. Additional access road work for X
SUBCONTRACTOR’s purpose
d. Store and transport all materials supplied by X
SUBCONTRACTOR
e. Transportation of materials from X
CONTRACTOR’s lay down to
SUBCONTRACTOR’s working area (if any)
f. Move soil to designated area X
g. Controll, repair, and maintenance existing X
access road during site preparation activities
h. Inspection and testing X
i. Conduct maintenance/repair for construction X
equipment and tools, including its spare parts
j. Disposal of packing materials and waste X
material base on CONTRACTOR’s instruction

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 11 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
k. Site cleaning and housekeeping X
l. Completion of punch list works and handing X
over to respected parties
m. Report and complection of the work X
n. Maintenance during construction period & X
warranty period
o. Removal of SUBCONTRACTOR’s X
construction equipment, temporary facilities
and materials after finishing of the work
5.2 Site Preparation Activities
a. Pre-Survey before work (topographical)6) X 6) Joint Survey for all
b. Clearing, stripping, and top soil removal X area before execution
c. Grabbing and collecting for remain “jati” roots X work.
d. Cutting, backfill, and filling with import soil X
e. Site grading and levelling X
f. Disposal top soil and cutting material to X
designated area
g. Treat disposal area with compaction and X
drainage
h. Geotextile installation X
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 X
during site preparation work
n. Capacity enhancement, treatment, and X
reinstatement of road access to disposal
area
5.3 Civil Work
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
f. Other related Civil Work which is required for X
the WORK.
5.4 Inspection, Testing, and Reporting
a. Inspection and testing preparation7) X 7) Shall be approved by
b. Execution of testing and reporting X CONTRACTOR.

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 12 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
c. Survey/setting out & preparation of handover X
documents

Table-3
SCOPE OF DIRECT WORK FOR PIPELINE WORK
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

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) Shall be approved by
1.7 Pipe spool drawing1) X CONTRACTOR.
1.8 Test block diagram, pressure test procedure X
1.9 Prepare test package documentation X
1.10 As-built drawings2) X X 2) SUBCONTRACTOR
shall prepare mark-up
2. drawing
SUPPLY OF MATERIALS
2.1 Piping permanent material (pipe, fitting, flange, X
valve, etc.)
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 X 3) All equipment shall
tools, baking oven, stager, cutting tools/torch, meet CONTRACTOR’s
beveling machine, scaffolding and other devices requirement and criteria
needed to completing the Work on schedule3)
2.7 Hydrotest equipment and tools such as: pressure X
pump, adapter and hoses/tubing, pressure
recorder (Barton chart), associated pressure
gauge, temporary blind, gasket, and bolt & nut for
hydrotest and completing pressure test
2.8 Protection materials, and temporary support, X
cover end for piping component and other
permanent material, wooden block for storage
spool, spool tag plate, etc.

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 13 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
2.9 Liquid penetrant examination materials and any X
NDE materials
2.10 Safety devices for all tools, machineries, X
equipment, etc.
2.11 Consumables: X
- 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
2.12 Other required material related to the Work X

3. SUPPLY OF EQUIPMENT
3.1 All direct and indirect construction equipment, X
crane, trailer long bed, TMC, forklift, welding
engine, welding machine, compressor, generator
set, etc.
3.2 All related construction tools, chain block, beveling X
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.
3.3 Inspection and Testing Tools
a. All related welding and fabrication inspection X
tools i.e. welding gauge, mirror, light,
temperature stick, temperature gauge, clamp
ampere meter, welding gauges, vernier
caliper, etc.
b. All related pipe testing inspection tools, i.e. X
light, pressure gauge, temperature stick,
temperature gauge, pressure recorder set,
etc.
c. All related material inspection tools, i.e. PMI X
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 Page 14 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
d. NDE equipment (PT, RT, UT, MT) X
e. Personnel inspector according to project spec X

4. GENERAL WORK ITEM


4.1 Welding Procedure Qualification Test, Welder X
Qualification Test (WPQT/WQT)
4.2 WPS/PQR X
4.3 Unpacking, requesting, receiving, loading and X
unloading, transporting materials from
CONTRACTOR’s warehouse up to erection point
4.4 Control & handling of received materials X
4.5 Marking pipe spool and pipe support X
4.6 Protection and maintenance of prefabricated X
spool, etc. from dirt & damage with end cover and
anti-corrosion coating compound
4.7 Coordination with COMPANY X
4.8 Covering end pipe, fitting and other opening of X
pipe accessories, preservation flange face and
coating
4.9 Keeping the work and site clean and tidy including X
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 X
not limited to progress, testing, checking,
examination, safety, security, quality control,
Inspection survey report, and other record
required by CONTRACTOR

5. PIPELINE WORK
5.1 Fabrication and installation of pipe spool and other X 4) Accessories such as
accessories according to specification for piping valves, strainers, filters,
work (including connection to tie-in)4) etc. according to drawing
5.2 Demolish unused existing piping X
material/connection
5.3 Cleaning pipe and pickling based on project X
specification
5.4 Fabrication and installation of pipe support X 5) Raw material is
including column high adjustment, painting, and supplied by
grouting (if any)5) CONTRACTOR

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 15 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
5.5 Pipeline construction at swampy and dry area
a. Construction survey X
b. Stringing (including pipe transportation from X
stock yard to stringing area)
c. Trenching/push & pull (include: open cut X
road/river/ditch crossing)
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
m. HDD & mini HDD X
n. Road crossing open cut with and without X
casing
o. River crossing open cut with or without X
concrete coating
p. Permanent warning sign and marker sign X
q. Work space rental along ROW X
r. Supply sand bag, sand for filling trench, X
protection of trench from collapse
5.6 Valve installation
a. Installation of shut down valve (SDV) (if any) X
b. Installation of pressure safety/relief valve (if X
any)
c. Installation of control valve (if any) X
d. Installation of main valve package (if any) 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
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
Supply of sand bag, sand for filling trench, X
7.3.
protection of trench from collapse
7.4. Dewatering of trench if rain or flood X
7.5. Backfilling, sand filling, and normalize soil surface X
Other tools and equipment related to earth work X 6) in case there is special
7.6.
requirement and location condition6) equipment needed, e.g.
auger boring
8. COATING/PAINTING WORKS
8.1 Materials
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 X
painting and coating works including but not
limited to item used in cleaning, surface
preparation, protecting, and masking
surfaces, etc.
8.2 Coating Works
a. Repair/touch-up of corrosion or other X
damages to pre-painted or pre-coated goods
that has occurred after the goods are placed
in the care of SUBCONTRACTOR
b. Surface preparation, including blasting, power X
tool cleaning, and manual cleaning, surface
between coats, in accordance with project
specifications
c. Apply coating X
d. Apply and/or remove anti-corrosion coating X
e. Protection of all surfaces on and off the site X
from paint and coating (including windblown
paint and coatings) including cleaning and
making good as necessary
8.3 Inspection And Test
a. Inspection of paint material prior to X
application
b. Visual inspection of the preparation of X
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 Page 17 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
8.4 Others
a. Any other testing, checking, inspection, or X
examination in accordance with project
specification
b. All equipment and tools related to painting X
and coating activities (i.e.: crane, forklift,
compressor, sand blast tools, painting tools,
etc.)
c. Blasting yard preparation, painting shop, X
temporary support for spool pipe,
environmental protection, etc. (if any)

9. INSPECTION AND EXAMINATION


9.1 All necessary inspection tools and devices for the X
works
9.2 Develop punch list by line checking X
9.3 Finishing punch list and report documentation until X
approved by EPC CONTRACTOR
9.4 Radiographic examination, liquid penetrant, X
ultrasonic test, PMI, Hardness test, holiday test
9.5 Pressure test and visual inspection7) X 7) Including hydrotest,
pneumatic test, etc.
9.6 Branch pad leak test (including documentation) X
9.7 All inspection and test report (including X
documentation for project completion)

Table-4
SCOPE OF DIRECT WORK FOR INSTRUMENT WORK
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

1. DESIGN AND ENGINEERING


1.1 Basic Design & Engineering X
1.2 Construction Drawing X 1) Shall be approved by
1.3 Construction Specification X CONTRACTOR.
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 Page 18 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
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 X
fabricated)
c. DCS & Auxiliary Equipment X
2.5 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 X
gages & transmitter
n. Sealing pots X
o. Tube supports (U bolt and nut, channel X
2.6 Air Piping and Tubing
a. Tubing X
b. Tubes fittings X
c. Miniature Valves X
d. Pipes X
e. Pipe fittings X
f. Pipe/Tube supports (U bolt and nut, channel X
iron, PVC coating, aluminium bar)
2.7 Wiring and Cable Laying
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
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
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, X
channel iron, bind wire)
n. Cable Glands X
o. Tie-wrap X
2.8 Instrument Calibration & Test Equipment
a. All calibration & Test equipment and X
temporary calibration shop equipped with
electric power, air supply and air conditioning
system as specified in Inspection and Test
Procedure for Instrument Installation
b. Tools, fitting and consumable materials X
2.9 Others
a. Construction equipments and tools including X
wiring tools, marker machine, etc.
b. Steel plate if required X
c. Steel for supports of instrument piping, tubing X
and wiring
d. All consumable materials including sealing X
compounds, welding rods, oxygen, acetylene,
nitrogen, waste cloths, Teflon tapes, vinyl
tapes, etc.

3. FABRICATION
3.1 Fabrication and/or modification of material for all X
necessary installation (such as: fabrication Steel
Channel, Angel, etc) for completing the
construction/installation.
3.2 Demolish unused existing instrument X
material/connection

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 20 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
4. CONSTRUCTION (INSTALLATION)
4.1 In Control Room or other indoor area;
a. Cabinets, Panel Boards DCS equipment & X
Auxiliary Equipment, Switch, OTB, fiber optic
works & test, etc.
b. Installation of cables. X
c. Channels bases for panel boards. X
d. Other related accessories. X
e. Demolish unused Existing instrument X 2) Cable Tray, support,
material/connection2) etc
4.2 In the Field or Outdoor.
a. All field mounted instruments including X 3) Including nuclear level
fabrication of supports & foundation & & density Transmitter
protective casing for instrument3)
b. Local Panels & Control Boxes, RTU (Remote X
I/O system), including shelter.
c. Junction Box, OTB & its shelter including all X
wiring, accessories, and installation required,
including all fiber optic works & test.
d. Demolish unused existing instrument X
material/connection
e. Pressure Piping & Tubing
- Instrument Pressure Piping & Tubing X 4) Including all weld type
between field mounted instruments and (GTAW & SMAW)
take-off valve(s)4)
- Instrument Pressure Piping and/or Tubing X
between local panel-boards and take-off
valve(s).4)
- Sampling piping and/or tubing for X
instrument installation.4)
- 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 X
gas detector & flame detector) (if any)
- Installation of gas custody meter X

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 21 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
- Installation of instrument bulk material X
(cables, cable tray, instrument tubing &
fittings, etc.) (if any)
- All support installation for pressure piping4) X
f. Air Supply Piping & Tubing
- All air supply piping & tubing between the X
take-off valves on the air headers and the
field mounted instruments
- All air/nitrogen purge Piping & Tubing X 5) Include Instrument
from the take-off valves on the air/nitrogen Flushing
headers to be related instruments and/or
equipment5)
- All support installation for Piping & Tubing X
g. Signal Air Tubing
- All pneumatic signal tubing between the X
field Include Instrument Flushing mounted
instruments and/or bulk header boxes
including tube tray, bulk header boxes
installation
- All support installation for tubing X
h. Main Cable Way Installation
- Overhead steel tray or duct installation for X
cables between control room and field
mounted bulk header boxes, junction
boxes and/or equipment
- All supports for cable way X
4.3 Installation of instrument to be installed in pipe or
on devices directly, such as :
a. Variable area type, positive displacement X
type, flow magnetic type, vortex shedding
type flow meters, annubar, flow nozzle, etc.
b. Orifice plate & orifice flanges6) X
c. Ball float type level instrument, magnetic level X
gauge, capacitance.
d. Level Magnetic Gauge, float and/or displacer X
level switch, and other type level instrument.
e. Control valves, self actuated regulating X 6) Installation by
valves, de-superheater valves & safety subcontractor piping
valves, include Motor Operated Valves.6)
f. Senior Orifice, Ventury. X
g. Thermo elements, thermowells & temperature X
gauges.

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 22 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
h. Pressure and Diff. Pressure Gauge, Flow X
Gauge
i. Demolish unused Existing instrument X
material/connection
4.4 Installation of instrument direct mounted and X
remote mounted such as Pressure Transmitter,
Diff. Pressure Transmitter, other type of
transmitter, Switch, etc.
4.5 Concrete base and shelter for above stanchion. X
4.6 U bolt and nut of anchor bolt and nut for above X
stanchion
4.7 Demolish unused Existing instrument X
material/connection

5. OTHER WORK ITEM


5.1 Installation of supports and clamps for piping & X
tubing.
5.2 Application of primer and full painting for X
instrument stanchions, instrument pipe supports
and tube supports, etc.
5.3 Removal and recovery of tubing and wiring for X
control valves, on-off valves, electromagnetic flow
meter, etc. before and after flushing operation of
process piping respectively
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.
5.6 Furnish and finish Painting Work X
Excavation & Backfill

6. WIRING
6.1 The secondary electrical power supply wiring from X
the power distribution boards in control rooms to
the control panel boards & DCS System
6.2 Wiring including system cables for the equipment X
in control room/sub-station building room.
6.3 The electrical power supply wiring from power X
distribution boards in control room/field to field
instruments, analyzer and sampling pumps.
6.4 Wiring from electronic instruments, Transmitters, X
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 Page 23 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
6.5 Wiring from local panels to control room X
6.6 Conduit piping or tray installation for all wiring X
listed above
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 X 7) Including Instrument
pressure lead piping7) Flushing
b. Continuity, identification and insulation X
resistance tests for instrument wiring
c. Continuity, identification and leak tests for X
signal air tubing
d. Leak tests for supply air piping and tubing X
and air/nitrogen purge piping and tubing
e. Final visual inspection for instrument X
installation work
f. Popping Test of Safety Relief Valve (if X
Necessary) Record and Report to
CONTRACTOR
7.1 Instrument Precommissioning and Commissioning X
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 X
specifications
b. The accessibility of all instruments and X
components for field adjustments, routine
maintenance and removal for overhaul and
relocate as necessary
c. Perform pressure test on all air sub headers X
as required by the line specification
d. Clean all instrument air sub headers by X
blowing with dry, filtered air prior to connect
the instrument components

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 24 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
e. Leak test for pneumatic transmission and X
control tubing
f. Perform pneumatic pressure test on all X
instrument process piping, as required by the
respective line specifications. Drain and blow
free of water, as necessary after the test.
g. Check continuity and identification of X
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).
h. Check orifice plates for direction of flow X
i. Check control valves for direction of flow and X
proper operation, e.g., travel, action with air
failure, etc.
j. Set air pressure regulator. X
k. Install pressure and temperature gauges after X
line flushing.
l. Perform and support steam pressure control X
test for all related instrumentation system
according to pre- commissioning
specification.
m. Provide complete files (all required X
documentation)for the turnover of the
instrumentation (per loop)
7.2 Instrument Calibration and Loop Test. X
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 X
Subcontractor and submitted to
CONTRACTOR Representative
b. Subcontractor shall use CONTRACTOR X
QA/QA forms, test forms, etc. or its own
form if approved by CONTRACTOR and
OWNER
c. Calibration and loop test including field X
instruments calibration, synchronizing and
loop test for instruments and control system

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 25 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
d. Calibration facilities including Calibration X
Equipment and tools
e. Re-stroke Control Valve Result. Record and X
Report to CONTRACTOR.

8. ACCEPTANCE TEST FOR INSTRUMENT


8.1 Visual check for all instruments on receiving of X
them in order to check the mechanical damages
of instruments caused by transportation, etc.
8.2 Calibration test for transmitters, switches, X
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

Table-5
SCOPE OF DIRECT WORK FOR ELECTRICAL WORK
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

1. DESIGN AND ENGINEERING


1.1 Basic Design Engineering X
1.2 Detail Engineering (Including MTO and Work X
Volume)
1.3 Construction Drawing X
1.4 Construction Specification X
1.5 Construction Planning X1) 1) To be Submitted by
1.6 Construction Execution Procedure X1) SUBCONTRACTOR and
1.7 Working Drawing / Red Mark Up Drawing X1) approved by REKAYASA
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 Page 26 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
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 Consumable Materials
a. For Welding Work
- Welder Qualification test and coupon (if X
required)
- Welding rods X
- Oxygen X
- Acetylene X
- Argon X
b. For Termination Work2) 2) 3M or Equal
- Vinyl tape X
- Adhesive tape X
- Dime tape X
- Gum tape X
- Waste clothes X
c. For Conduit/Tray Work
- Conductive screw thread lubricant X
d. For Temporary Protection
- Wooden plates & logs X
- Plywood X
- Vinyl sheet X
- Clean Clothes X
- Asbestos sheet X
e. Other :
- Touch-up paint X
- Sealing compound X
- Etc.

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 27 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
3.3 Miscellaneous machinery, hand power tools for X
welding, cutting, wiring, cabling, drilling, grinding
measuring and conduit work
3.4 Scaffolding
a. Scaffolding materials
- Pipes X
- Clamps for pipe X
- Joints X
- Base plates X
- Betty X
- Plank boards X
b. Erection/Removal X
c. Maintenance & Repair X
3.5 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
3.6 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
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

1. DESIGN AND ENGINEERING


1.1 Engineering drawings related X
1.2 Acceptance criteria and Standards X
1.3 Detail execution procedure1) X 1) Shall be reviewed and
1.4 Test and inspection procedure1) X approved by
CONTRACTOR.
2. SCOPE OF ACTIVITIES2) 2) All activity will be
2.1. Hydrotest X deemed satisfactorily by
2.2. Pipeline Pigging X CONTRACTOR’s
approval
2.3. Gauging X
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, & 3) All heavy equipments


CONSUMABLES3) to be used inside and
3.1 Equipments outside project location
a. Water pumps X supplied by
b. Swabs X SUBCONTRACTOR
shall be submitted to
c. Pigs (w/ locator) X
CONTRACTOR for
d. Air Compressor (oil free) X approval.
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. Other related equipment which is required for X
the WORK.
3.2 Tools & Consumables
a. Temporary equipments required (spool X
pieces, gaskets, bolt-nut, etc.)

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 29 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
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
k. Other related equipment which is required for X
the WORK.
3.3 Supporting Equipment
a. Genset and lighting tower for night work X
b. Cable line, panels, and other misscellaneous X
c. Test and inspection tools X
d. Other related supporting equipment which is X
required for the WORK.
3.4 Misscellaneous
a. Personal protective equipment (PPE) X
b. Communication tools X

4. SUPPLY OF MANPOWER
4.1 Indirect manpower
a. Precommissioning Engineer X
b. Other related indirectmanpower which is X
required for the WORK.
4.2 Direct Manpower
a. Supervisor X
b. Foreman X
c. Pipe Fitter X
d. Safety man X
e. Equipments operator required (heavy X
equipment, hydrauliq torque, air compressor,
electrical generator, etc.)
f. Technician X
g. Helper X
h. Other related directmanpower which is X
required for the WORK.
4.3 General Worker (general affairs, driver, etc.) X

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 30 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
5. OTHERS
5.1 Mobilization-demobilization equipment and X
personnel
5.2 Personnel accomodations 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 Table-
5, if any, shall be supplied by SUB-CONTRACTOR at his cost and expense.

Table-7
SCOPE OF INDIRECT WORK
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

1. HOME OFFICE COST


1.1 SUBCONTRACTOR’s Engineering Cost X
1.2 SUBCONTRACTOR’s Home Office Expense X

2. MANAGEMENT, CONTROL AND SUPERVISION X 1) SUBCONTRACTOR


FOR THE WORK shall rent hotel or
houses from local
3. TEMPORARY FACILITIES community.
3.1 Camp Housing for SUBCONTRACTOR X1)
3.2 Temporary Facilities
a. Area/space X
b. Temporary facilities lay out/design X
c. SUBCONTRACTOR’s field office X
d. SUBCONTRACTOR’s warehouse X
e. SUBCONTRACTOR’s workshop and X
fabrication shop.
f. SUBCONTRACTOR’s blasting/painting yard X
g. SUBCONTRACTOR’s dark room for X
radiography and isotope bunker
h. SUBCONTRACTOR’s stock yard X
i. SUBCONTRACTOR’s guard house X
j. Temporary road for SUBCONTRACTOR X
purpose

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 31 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
k. Security fence for Subcontrartor purpose X
l. Other SUBCONTRACTOR’s temporary facility X
3.3 Site Preparation2)
a. Grading and clearing X 2) for
b. Setting out X SUBCONTRACTOR’s
c. Site drainage X temporary facilities at
3.4 Other Supplied working area
a. Water pump for dewatering X
b. Additional bench marks X
3.5 Control and maintenance existing road during X
work

4. UTILITIES
4.1 Water
a. Water Supplies
• Potable water at SUBCONTRACTOR’s X
office
• Construction water at job site, including X
for testing
• Sewage water system
b. Distribution Piping X
4.2 Electrical
a. Supplies generator set X
b. Distribution system and wiring X

5. MANPOWER MOBILIZATION AND CONTROL


5.1 Expatriate
a. Passport/preventive injection X
b. Visa X
c. Resident permit X
d. Work permit X
e. Airfare and traveling X
5.2 Local Labour
a. Recruitment X
b. Selection X
c. Employment3) X 3) SUBCONTRACTOR
d. Payment of wages X shall follow local
e. Training X regulation regarding to
f. Labor control and management X the optimization of local
g. Traveling expenses for recruiting X labor utilization.

6. ALL PERMIT RELATED TO SUBCONTRACTOR X


ACTIVITIES

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 32 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.
7. FIELD OFFICE EXPENSE
7.1 Camp Operation
Catering service for SUBCONTRACTOR’s X
personnel including expatriate and local labour
7.2 Medical Services
a. First aid dispensary for SUBCONTRACTOR’s X
personnel
b. Medical care X
7.3 Daily Transportation
To/from job site for SUBCONTRACTOR’s X
personnel including expatriate and local labour
7.4 Guard, Security, and Safety4) 4) For
a. At job site area X SUBCONTRACTOR’s
b. At SUBCONTRACTOR’s camp area X property and/
7.5 Garbage disposal/clean up at job site and X oranything under
SUBCONTRACTOR’s area SUBCONTRACTOR’s
7.6 Safety personnels X responsibility
7.7 Helmets, working clothes, safety shoes, gloves, X
safety belts, and other safety device for
SUBCONTRACTOR’s personnel including
expatriate and local labour
7.8 Identification card/badge for Sub-contractor’s X 5) Obtained with
personnel including expatriate and local labour5) assistance of
7.9 Telex and telephone relating to the Work used by X CONTRACTOR/
SUBCONTRACTOR COMPANY
7.10 Secretarial services and document reproduction X
for SUBCONTRACTOR
Construction engineering expenses, third party X
inspection

8. INSURANCE
8.1 SUBCONTRACTOR’s All Risk Installation X
Insurance
8.2 Comprehensive General Liability X
Insurance (CGL), Bodily Injury and Property
Damage
8.3 Workman’s Compensation Insurance (WCI)6) X 6) For SUBCONT’s
8.4 Employer’s Liability Insurance (ELI) 6) X worker
8.5 Comprehensive Automobile liability Insurance X 7) For SUBCONT’s
(ALI) 7) automobile
8.6 SUBCONTRACTOR’s “All Risk” Equipment X
Insurance
8.7 All Risk Marine Cargo Insurance for materials and X
Equipment supplied by the SUBCONTRACTOR’s
8.8 Other Insurance for SUBCONTRACTOR’s (if any) X

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 33 of 60
RESPONSIBILITY BY
NO. WORK ITEM REMARKS
CONT. SUBCNT.

9. TRANSPORTATION AND DELIVERY


9.1. Ocean freight /inland transportation for
SUBCONTRACTOR’s supply of material and X
equipment (if any)
9.2. Inland transportation to warehouse at the port of
X
embarkation
9.3. Acquisition of import license, custom clearance,
X
forwarding and loading to vessel
9.4. Unloading from vessel and customs clearance for
X
(temporary) import taxation
9.5. Inland transportation up to storage
yard/warehouse at jobsite or X
SUBCONTRACTOR’s warehouse
9.6. Unloading from truck etc., at the storage
X
yard/warehouse
9.7. Assortment of cargoes X
9.8. Unpacking, storing with due care and diligence,
X
transportation to the point of use

10. TAXES, DUTIES AND OTHER CHARGES IN


INDONESIA
10.1 Corporate Income Tax (PPH./ MPO) X
10.2 Volume Added Tax on Goods and Services (VAT) X
10.3 Sales Tax on Luxury X
10.4 Personnel Income Tax 8) To the Indonesian
a. Income Tax for the SUBCONTRACTOR’s X State Treasury at the
Personnel8) prevailing rates
b. Income Tax for non Indonesian Personnel 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 SUB-
CONTRACTOR, 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. ROW road and drainage (and surrounding area) between GPF and WP-E
3. 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, stripping, and top soil removal
material in ROW are RPH (Resort Pemangku Hutan) Gledegan, Petak 22-B
22 (priority)
and Petak 35-C
35 (alternative).
b) From ROW to Petak 22-B
22 and Petak 35-C,
C, SUBCONTRACTOR shall use Alur (existing
natural footpath) in the picture shown with orange line.
c) SUBCONTRACTOR is responsible to harden, expand, reinstate, and execute other
treatment required
required to utilize the Alur along WORK schedule. Total Alur length is
estimated 1,6 km and the maximum wide is 3 m.
d) To mantain the dump truck traffic for disposal activities, SUBCONTRACTOR with
coordination with Perhutani is allowed to build some passing bay
ba along Alur in
necessary size and amount.
e) SUBCONTRACTOR shall arrange the disposed material accumulated 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
P 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 activities shall
sh be flattened
and compacted.

Document No: JTB-RJJ000-K0


K0-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 Anti-
Corrosion 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 list-
up. 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
• Has strong HSE leadership, able to lead and control multi-functional teams
• Has good communication and interpersonal skills, customer-focused.

G. SUPERVISOR

• Five years working experience in EPC projects


• Has good knowledge of site engineering requirements associated with construction through to
system completion activities
• Has strong HSE leadership, able to lead and control functional work team
• Has good communication and interpersonal skills, customer-focused.

H. TEST PACKAGE COORDINATOR

• Five years working experience in EPC projects for S1 degree or 8 years working experience in
EPC projects for D3 diploma
• Has thorough understanding of pipeline/piping systems.

I. 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
• Five years working experience in EPC projects
• Has strong HSE leadership and strong understanding of Indonesian HSE regulations.

K. QA/QC COORDINATOR

• Five years working experience related to QA/QC of piping/pipeline systems construction on oil &
gas, geothermal or petrochemical projects
• Has valid CSWIP 3.0 certification
• Has thorough and broad knowledge of quality assurance and quality control methods.

L. 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:
• Packing
• Inspection
• Shop testing
• Procurement fee
• Other charges and duties
b. 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.
o Prints and stationeries
o Communication expenses
o Computer charges
b. 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
• 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
f. 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:
• Quantity of waste material
• Quantity of materials used for repair work
• Quantity of materials used for rejected work
d. 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
FOR APPROVAL
DOCUMENT
(DUE AFTER AWARD)

1.EXECUTION PROCEDURE
a) Organization chart and resumes of key personnel 2 Weeks
b) Manpower mobilization schedule by chart and nationality 2 Weeks
c) Construction equipment mobilization schedule 2 Weeks
d) Layout drawing of temporary facilities and construction access 2 Weeks
e) Premobilization check list compliance 2 Weeks
f) Construction method For each particular Work 2 Weeks
before execution.
2. SCHEDULE CONTROL
a) 3 month look-ahead schedule Monthly
b) Monthly construction schedule Monthly
c) 2 Weeks schedule (present & next) Weekly
d) Consumption schedule of water and electric power Monthly
e) Equipment and materials shipping schedule Monthly
f) Schedule of materials to be supplied by SUB-CONTRACTOR Monthly

3. QUALITY CONTROL
Quality control procedure 1 Month

4. FIELD INSPECTION / TEST


a) Inspection schedule Weekly
b) Inspection application Two days before inspection date
c) Inspection / test report One week after testing

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 58 of 60
FOR APPROVAL
DOCUMENT
(DUE AFTER AWARD)
d) Material certificate One week before shipment.

5. SAFETY AND SECURITY


Safety and security plan 1 Month

6. PROGRESS CALCULATION AND REPORT


Monthly progress calculation and report
(with Approved Inspection Report and Mark-up Drawing as the Monthly
attachment)

7. REPORT / OTHERS
a) Daily manpower / Equipment reports and report Daily
b) Weekly report Weekly
c) Accident report Weekly
d) Minutes of meeting Within 3 days
e) Punch list 1 Month prior to Completion
f) Shop / working drawing 1Month (depend onschedule)
g) Mark-up drawing and Final Survey Result Two days after final joint survey
(as attachment of Progress
Report)
h) Close-out 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 DESCRIPTION
1 Cover Letter
2A/B Cost Summary / Cost Breakdown-Work Item Wise.
3A/B Cost Summary / Cost Breakdown-Cost Item Wise.
4 Supervision and Labor Rate
5 Construction Equipment and Vehicles Rate
6 Direct Manpower Schedule
7 Indirect Manpower Schedule
8 List and Schedule of Construction Equipment and Vehicles
9 Detail of Construction Schedule and Productivity
10 Project and Site Organization Chart
11 Project Key Personnel Resume
12 List of Proposed Local Vendor/Subcontractor to Joint the Work
13 Construction Execution Strategy
14 Construction Method
15 Construction Productivity and Calculation
16 Company Profile and Experience Statement

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 59 of 60
FORM NO DESCRIPTION
17 Company Working Load in Other Project
18 Past History of Claim Litigations
19 Provision of Bid
20 Payment Schedule
21 Personnel To Be Contacted Regarding This Inquiry
22 Technical Query
19. ATTACHMENT

ATTACHMENT - 1 : BID FORM


ATTACHMENT - 2 : DRAWING AND LAYOUT
ATTACHMENT - 3 : DEFINITION & MEASUREMENT
ATTACHMENT - 4 : SPECIFICATION
ATTACHMENT - 5 : INSPECTION AND TEST REQUIREMENT
ATTACHMENT - 6 : HSSE REQUIREMENT

Document No: JTB-RJJ000-K0-RFQ-600 –00001


Revision: B Page 60 of 60

You might also like