Download as pdf or txt
Download as pdf or txt
You are on page 1of 56

PUSRI IIIB PROJECT

1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

OWNER : PT PUPUK SRIWIDJAJA PALEMBANG

CONTRACTOR : CONSORTIUM OF WUHUAN ENGINEERING CO., LTD -

PT ADHI KARYA (PERSERO) TBK

PROJECT TITLE : PUSRI IIIB PROJECT

LOCATION : PALEMBANG, SOUTH SUMATRA INDONESIA

JOB NO. : 202383

DOCUMENT NO. : P3B/202383-CIV14-RD

0 07 Mar 24 ISSUED FOR REVIEW FSG FSG OAP/MSA


PREP’D CHK’D APPRV’D APPRV’D
REV. DATE DESCRIPTION
CONTRACTOR OWNER

TOTAL OR PARTIAL REPRODUCTION AND/OR UTILIZATION OF THIS DOCUMENT ARE


FORBIDEN WITHOUT PRIOR WRITTEN AUTHORIZATION OF THE OWNER
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

HISTORICAL SHEET

Section Affected Description Rev

DOCUMENT NO: P3B/202383-CIV14-RD


REVISION : 0A Page 2 of 6
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

TABLE OF CONTENT

1. GENERAL ......................................................................................................................................... 4
2. SITE LOCATION ................................................................................................................................ 4
3. SCOPE OF WORK ............................................................................................................................. 4
4. DEFINITION & MEASUREMENT ........................................................................................................ 5
5. PROPOSAL DOCUMENT ................................................................................................................... 5
6. BILL OF QUANTITY ........................................................................................................................... 6
7. REFERENCE DOCUMENT .................................................................................................................. 6
8. REFERENCE DOCUMENT .................................................................................................................. 6
9. REFERENCE DOCUMENT .................................................................................................................. 6

DOCUMENT NO: P3B/202383-CIV14-RD


REVISION : 0A Page 3 of 6
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

1. GENERAL

This requisition defines the requirements relating to Fence and Gate Supply for

Pusri - IIIB Project at Palembang, South Sumatera - Indonesia.

The requirement contained in the following documents shall form a part of this

requisition:

1. Site Location

2. Scope of Work

3. Definition & Measurement

4. Proposal Document

5. Bill of Quantity

6. Reference Document

7. Project Specification

8. Project Schedule

2. SITE LOCATION

The project is located at Palembang, South Sumatera - Indonesia. (see Attachment-1 Site
Location).

3. SCOPE OF WORK

The Bidder shall be responsible for all work items required to perform the work

according to the requirements of this requisition. The Bidder shall perform and

complete the work on his cost and responsibility.

1. Scope of direct work, see Attachment-2.1

2. Scope of indirect work, see Attachment-2.2

3. Scope of material supply, see Attachment-2.3

4. Scope of material handling, see Attachment-2.4

DOCUMENT NO: P3B/202383-CIV14-RD


REVISION : 0A Page 4 of 6
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

4. DEFINITION & MEASUREMENT

N/A

5. PROPOSAL DOCUMENT

Bidder shall submit all of document below to be reviewed by CONTRACTOR as a


part of process evaluation:

No Proposal Document List Format

1 Commercial Proposal

1.1 Bid declaration letter Bidder format

1.2 Price summary Form-1.2

1.3 Direct Cost Breakdown (BOQ) Attachment-5 Bill of Quantity

1.4 Indirect Cost Breakdown Form-1.4

1.5.1 Change in the Work - Direct Worker Not Required

1.5.2 Change in the Work - Const Equipment Not Required

2 Technical Proposal

2.1 Company Profile Bidder format

2.2 Experience with Similar Project Bidder format

2.3 HSE Plan Bidder format

2.4 Production Capacity & Delivery Schedule Bidder format

2.5 Delivery Method Bidder format

2.6 Construction Method Bidder format

2.7 Project Organization Chart Bidder format

2.8 Temporary Facilities Plan Not Required

2.9 Detail Construction Schedule Form-2.7

2.10 Manpower Schedule Form-2.8

2.11 Construction Equipment Schedule Form-2.9

Proposal document format is available on Attachment-4 Proposal Document


Note : - Not Required : Bidder is not requested to complete this document

DOCUMENT NO: P3B/202383-CIV14-RD


REVISION : 0A Page 5 of 6
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

6. BILL OF QUANTITY

The Bidder shall prepare the Proposal in accordance with Attachment-5 Bill of Quantity.

7. REFERENCE DOCUMENT

The Proposal shall be prepared in line with Attachment-6 Reference Document

8. REFERENCE DOCUMENT

The Proposal shall be prepared in line with Attachment-7 Project Spesification

9. REFERENCE DOCUMENT

Based on the Project Schedule and Milestones (Attachment-8) Bidder shall carry out and

complete the work will be held on 1 month.

The Subcontractor shall prepare and submit a Detail Construction Schedule with his
proposal.

If in CONTRACTOR's evaluation the Subcontractor's work performance is not meet the

schedule, the Subcontractor shall make an effort to meet the schedule by manpower

and/or construction equipment mobilization / additional. In this case, the Subcontractor

shall not claim any additional cost.

DOCUMENT NO: P3B/202383-CIV14-RD


REVISION : 0A Page 6 of 6
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

ATTACHMENT 1
SITE LOCATION

Document No:P3B/202383-CIV14-RD
Rev: 0
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

ATTACHMENT 2
SCOPE OF WORK

Document No:P3B/202383-CIV14-RD
Rev: 0
Attachment-2.4
Scope of material handling

1. Handling Material supplied by ADHI


1. The material shall be supplied to the Bidder at material storage area or
warehouse of ADHI within construction area.
2. If any of the material after receipt from ADHI is lost or damaged by the Bidder,
the replacement or repair cost shall be to account of the Bidder.
3. Material loading at the supply point; handling of the material at the supply point,
from the supply points to the Bidder's job site and at the Bidder's job site; and
unloading the material at the Bidder's job site shall be performed by the Bidder
at his own cost and expenses
4. The Bidder is responsible for and shall perform all unpacking, checking,
inspection for damages, preservation and protection after receipt of the materials
at his own cost and expenses
5. All cost and expenses incurred for procuring and delivering ADHI additional
supplied material due to damages or unreasonable wastage by the Bidder shall
be back charge to the Bidder
6. Late arrival of such additional (compensation) material to the job site shall not
relieve the Bidder from completing the work or parts of the work as per
schedule. Any reinforcement or acceleration cost therefore shall be the Bidder's
responsibility
2. Handling Material Supplied by Bidder
1. The materials shall be supplied by Bidder at his own cost and expenses.
2. The material supplied by Bidder shall fulfill the requirement, specification and
quality. If the material is not meet the requirement, specification or quality,
ADHI has the right to reject the material.
3. All materials to be installed shall be well documented including material
certification and subject to prior ADHI inspection and approval. For items
which are to be purchased from proprietary manufacturers, Bidder shall submit
full details of the proposed Bidders, specifications, drawings, etc. to ADHI for
approval prior to placing any order.
4. If the material provided by Bidder is not well documented and traceable, ADHI
has the right to reject the material.
5. If ADHI rejects or not accept the material, Bidder shall replace them by the
material approved by ADHI at Bidder own cost.
6. Loading, unloading and all of handling material shall be Bidder's responsibility
and shall be perform in the qualified manner.
SCOPE OF DIRECT WORK

RESPONSIBILITY OTHER DETAIL WORK


NO WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C

1. AREA SCOPE OF WORK

1.1 Fence and Gate 

2. DESIGN AND The Subcontractor shall give notice


to Contractor of any errors,
ENGINEERING omission, ambiguities or
discrepancies in Contractors’s
supplied drawing, specification, etc.

2.1 Basic Drawing Subcontractor shall check and verify


the drawing in the field and any
 revisions shall be noted on the as-
built drawings.

2.2 All Specification 

2.3 Detail Drawing  Subcontractor should prepare


Detail Drawing for Contractor's
approval.

2.4 Subcontractor Construction Procedure  Subcontractor should prepare


Construction Procedure for
Contractor's approval.

2.5 Site Quality Control Procedure 

2.6 Safety Program 

2.7 Subcontractor Planning of Construction  - Subcontractor mobilization plan. Milestone


Work - Detail schedule of construction / Master
work. Schedule
- If the progress falls behind will be
schedule, Subcontractor shall provided
reinforce their manpower and by
construction equipment required to Contractor
meet milestone schedule.

2.8 Subcontractor Working Drawing / Shop 


Drawing

2.9 As-Built Drawing Mark-Up 


2.10 Preparation of Construction Work 

2.11 Drawing and Sketches for 


Subcontractor's Temporary Work

3. SUPPLY OF MATERIAL

3.1 Permanent Material

a Imported Material  - if any


RESPONSIBILITY OTHER DETAIL WORK
NO WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
.
b. Local Procured Material 

3.2 Material for Testing 

4. MATERIAL TRANSPORTATION, For permanent material supplied by


HANDLING AND STORING Subcontractor.

4.1 Transportation from Source Location to  Including air, sea and inland
Subcontractor's Warehouse, Shop and / transportation.
or Jobsite

4.2 Handling, Packing, Unpacking, Loading  If the Subcontractor fails to take a


and Unloading of Material at Source action and Contractor consequently
Location, Warehouse, Shop, Jobsite, etc. fails to take up an insurance claim,
the Subcontractor shall be liable for
any loss or damage not recovered by
insurance.

4.3 Checking and Sorting  Subcontractor shall replace all


materials lost and damaged

4.4 Material Inventory  Include surplus material.

5. LABOR MOBILIZATION For direct labor such as craft man,


foreman including labor for direct
temporary work.

5.1 Salary for Subcontractor's Direct Labor  Including wage, overtime premium,
income tax, allowance, etc.

6. DETAIL OF CONSTRUCTION
WORK

6.1 Site Preparation Work


6.1.1 Site Clearing and Hauling Work  - Site Clearing and Hauling of
material debris to disposal area
designated by Contractor

6.2 New Building

6.2.1 Preparation Work  Such as leveling, marking point


board, area measurement, etc.

6.2.2 Earth Work  Including excavation, backfilling,


soil disposal, banking and hardcore
base, etc.

6.2.3 Concrete Work  Such as leveling concrete, structural


concrete (cast in place), concrete
slab on grade, etc.

6.2.4 Form Work  Such as fabrication and installation


of the forms, setting, cleaning,
removal, etc.
6.2.5 Reinforcing work  Including rebar, and welded wire
fabrication
RESPONSIBILITY OTHER DETAIL WORK
NO WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C

6.2.6 Masonry Work  Such as hollow concrete block,


brick

6.2.7 Plaster Work  Such as concrete steel trowel


finishing, lathing, plaster, stucco
spray, terrazzo topping

6.2.8 Metal Work  Such as roof drain, gutter,


downspout, flushing & coupling

6.2.9 Wooden Work  Roof truss, Wooden column, beam


etc
6.2.10 Door and Window Work  Including window wall, steel door,
wooden door and window,
aluminum door and window, etc.

6.2.11 Glass and Glazing Work  Including mirror.

6.2.12 Painting and Coating Work  For all type surface of material

6.2.13 Ceiling work  Including all type of ceiling


6.2.14 Road and Pavement Work  Such as bituminous coating, gravel
surfacing on grade, concrete curb,
concrete block, etc.
Including parking area.

6.2.15 Temporary Fence and Gate Work 

6.2.16 Partition Work  Such as partition wall, steel/wooden


frame, movable partition, toilet
partition, curtain etc.

6.2.17 Sanitary Work  Such as septic tank, lavatory,


absorption pit, urinals, wash basin,
closet, shower, faucet, etc.

6.2.18 Floor Work  Such as expansion joint for floor,


free access flooring, tile, vynil,
carpeting, wall, wall paper, etc.

6.2.19 Wall  Conc block/brick wall, ceramic,


wooden/plywood wall etc
6.2.20 Roofing Work  Such as tile roof, wooden roof, roof
insulation, down sport, gutter etc.

6.2.21 Piping Work and Plumbing  Such as pipe, fitting,, valve, strainer,
flexible joint, expansion joint, pipe
support & hanger, floor drain, clean
out, vent cap, manhole, catch basin,
valve pit, shower fitting,, all other
plumbing fixtures and fittings.

6.2.22 Electrical Work  General lighting, wiring, panel, etc

6.2.23 Telephone work 


RESPONSIBILITY OTHER DETAIL WORK
NO WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C

6.2.24 AC and fan installation 


6.2.25 Land scapping Work 

7. INSPECTION AND TESTING - To be done by Subcontractor and


witnessed by CONTRACTOR
and / or Owner.

7.1 Inspection and Testing Specification 

7.2 Visual Inspection 

7.3 Field Inspection and Testing 

7.4 Laboratory Testing  if required

8. FINISHING WORK

8.1 Daily Cleaning-up of Site Area 

8.2 Repairing of Site Area 

8.3 Site Area Reconditioning 

9. RECORDING AND REPORTING

9.1 Recording of Work Execution  - Including material receipt.

9.2 Reporting of Work Execution  - such as daily report, weekly


report, monthly report and any
other reports required by
CONTRACTOR.

9.3 Recording of Inspection and Testing 

9.4 Reporting of Result of Inspection and 


Testing

9.5 Subcontractor Close-out Report 

9.6 Preparing and Submitting of Report 


SCOPE OF INDIRECT WORK

RESPONSIBILITY OTHER DETAIL WORK


WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
1. CONSTRUCTION EQUIPMENT All construction equipment
SUPPLY necessary to complete the
work shall be provided by
Subcontractor.

1.1 Construction Equipment for Perform 


the Work

1.2 Equipment for Testing 

1.3 Maintenance, Repairing, Spare Parts for 


Equipment Supplied by Subcontractor

2. HOME OFFICE COST 

2.1 Subcontractor’s Manpower Cost  For engineering,


procurement, control,
administration, etc.

2.2 Subcontractor’s Home Office Expenses  For traveling,


communication, stationery,
reproduction, etc.
3. TRANSPORTATION

3.1 Transportation for Material Supplied by


Contractor

a. From Embarkation Port to 


Disembarkation Port

b. From Disembarkation Port to 


Contractor 's Warehouse or Storage
Yard

c. From Contractor's Warehouse or 


Storage Yard to Jobsite or
Subcontractor's Fabrication Shop

3.2 Transportation for Construction 


Equipment Supplied by Subcontractor

3.3 Transportation for Indirect Material 

3.4 Return Cargo of Subcontractor’s 


Furnished Temporary Facilities,
Construction Equipment, Surplus
Material, etc.

4. LOADING, UNLOADING AND


CUSTOMS CLEARANCE

4.1 For Materials Provided by Contractor


for Subcontractor’s Supplies

a. Export Packing, Preparation of 


RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
Necessary Shipping Document

b. Acquisition of Import Licenses 


Customs Clearance, Forwarding and
Loading

c. Custom Clearance at Port for Approved 


Permanent Material

d. Loading and Unloading at Port of 


Disembarkation

e. Unloading at Contractor's Warehouse 


or Storage Yard

f. Loading at Contaractor's Warehouse or 


Storage Yard to be used

g. Unloading at Jobsite or Subcontractor's  Including unpacking,


Fabrication Shop checking, sorting, etc.
Subcontractor shall replace
all materials lost and/or
damaged

4.2 All Loading, Unloading and Customs 


Clearance for Indirect Material
Provided by Subcontractor

4.3 All Loading, Unloading and Customs 


Clearance for Construction Equipment
Provided by Subcontractor

4.4 All Loading, Unloading and Customs 


Clearance for Return Cargo of
Subcontractor’s Furnished Temporary
Facilities, Construction Equipment,
Surplus Material, etc.

5. MANPOWER MOBILIZATION /
DEMOBILIZATION

5.1 Salary for Subcontractor's Indirect  Including wage, overtime


Labor premium, income tax,
allowance, etc.
5.2 For Expatriates

a. Passport 

b. Visa 

c. Resident Permits 

d. Work Permits 

e Air Fare and Other Traveling Expenses 


5.3 For Local Employee 
RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C

a. Recruiting Work 

b. Selection 

c. Traveling Expenses for Recruiting 

e. Labor Control and Management 

f. Payroll Calculation 

g. Payment of Wages 

h. Training 

5.4 Personnel Mobilization and 


Demobilization Expenses

6. SMALL CONSTRUCTION
SUPPLIES

6.1 Tool

a. Tools for Perform the Work  Including hand tools.

b. Testing Equipment / Instrument 

c. Safety / Security Equipment  Such as helmet, working


clothes / shoes, safety belt,
gloves, safety protection
goods, fire extinguisher, etc
d. Scaffolding  Including erection,
maintenance, repair,
removal, etc.

e. Any Other Tools Necessary to 


Complete the Work

6.2 Consumables Materials  Such as nails, wire, wooden,


gases, welding rod, fuel,
lube oil, grease, etc.

6.3 Utility Supply for Construction  Such as electricity,


compressed air, water, etc.
including extension of
distribution system.

7. TEMPORARY FACILITIES FOR Subcontractor’s personnel


SUBCONTRACTOR include expatriate staff,
local staff and labor.

7.1 Housing / Mess Facilities 

a. Area / Space * *At the


place
RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
designated
by
Contractor

b. Material for House / Mess Building, 


Erection and Maintenance

c. House / Mess Furniture, Accessories, 


Appliances, etc.

7.2. Office

a. Area / Space *

b. Material for Office Building, Erection 


and Maintenance

c. Office Furniture, Accessories, 


Appliances, etc.

7.3. Warehouse and Storage Area For material and equipment


provided by Subcontractor

a. Area / Space *

b. Material for Warehouse Building, 


Erection and Maintenance

c. Warehouse Furniture, Accessories, 


Appliances, etc.

7.4. Workshop and Fabrication Shop

a. Area / Space *

b. Material for Workshop and Fabrication 


Shop, Erection and Maintenance

c. Necessary Equipment and Tools 

d. Furniture, Accessories, Appliances, etc. 

7.5. Rest House, Guard Hut, Toilet at


Construction Site

a. Area / Space *

b. Materials for Rest House, Guard Hut 


and Toilet, Erection and Maintenance

c. Sanitary Sewer System 

d Accessories, Appliances, etc. 

7.6 Utility Supplies for All Temporary  Such as electricity, water,


facilities gases, etc.
RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
7.7 Other Temporary Facilities Needed by  Such as fence, gate,
Subcontractor drainage system, access
way, road, etc.
7.8 Demolition of Subcontractor’s  including area and facilities
Furnished Temporary Facilities, etc. recondition

8. UTILITIES

8.1. Water and Distribution Piping

a. Potable Water  at warehouse, workshop,


construction site, etc.

b. Construction / Raw Water 

8.2 Electricity and Distribution System

a. For construction activities 


b. For Subcontractor’s Field Office, 
Warehouse, Construction Site, etc.

8.3 Gases  For construction and


temporary facilities.

8.4 Any Other Utilities Needed by  For construction and


Subcontractor temporary facilities.

9. GENERAL EXPENSES AND


SUPPLIES FOR
SUBCONTRACTOR

9.1 Traveling Expenses  Including interim return,


hotel, air fare, mobilization,
demobilization, etc.

9.2 Communication Expenses

a. Telephone and Facsimile  Including local, long


distance and international
calling.

b. Mail Services  Including document


transmittal
c. Other Communication Expenses 

9.3 Meals for Labor 

9.4 Medical Services

a. Medical Treatment at Jobsite 

b Dispensary for First Aid 

c. Other Medical Facilities and Operation 


at Hospital including Transportation
hereto
RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C

9.5 Vehicle

a. For Daily Transportation of Indirect 


Material

b. For Daily Transportation of Workers to  Place of


/ from Jobsite embarkation
and
disembarkati
on
designated
by
Contractor.

9.6 Garbage Disposal  At Subcontractor's Field


Office and Jobsite

9.7 Stationery / Office Supplies  Including copy machine,


reproduction, computer
usage, calculator, etc.

9.8 Identification Cards / Badges  As per


Contractor &
clients
regulations

9.9 Housing / Mess Operation and Service 

9.10 Any Other Jobsite Expenses Needed by 


Subcontractor

10. INSURANCE  For Subcontractor’s


Material, Personnel,
Equipment, etc.

10.1 Comprehensive General Liability 


Insurance (Bodily Injury & Property
Damage)

10.2 Contractor All Risk Insurance  Deductible, if required by


Subcontractor shall be
provided by own
Subcontractor.

10.3 Workmen’s Compensation Insurance 


(WCI)

10.4 Employer’s Liability Insurance (ELI) 

10.5 Automobile Liability Insurance (ALI) / 


Automobile Hull Insurance

10.6 Construction Equipment Floater 


RESPONSIBILITY OTHER DETAIL WORK
WORK ITEM BY INCLUDED IN THE S/C REMARK
RESPONSIBILITY
C S/C
Insurance

10.7 All Risks Marine Cargo Insurance

a. Materials / Equipment for Permanent  In case shipping of the


Work materials is the
Subcontractor's scope
b. Temporary Facilities, Construction 
Equipment, Tools, etc.

10.8 Overseas Traveler’s Accident Insurance 

10.9 Other Insurance 

11. TAXES AND DUTIES

11.1 Corporate Income Tax (MPO) 

11.2 Value Added Tax on Goods and 


Services (VAT / PPN)

11.3 Personnel Income Tax (Pph) 

11.4 Training Fund 

11.5 Embarkation Tax

a. For Material and Construction 


Equipment Supplied by
CONTRACTOR

b. For Material and Construction 


Equipment Supplied by Subcontractor

11.6 Importer’s (Agent) Fee 

11.7 Stamp Duty 

11.8 Permits and License  For usage of construction


equipment, vehicle, public
facilities; enter into any
area; etc.

11.9 Any others Taxes and Duties Imposed 


by Reason of Work Accomplished by
the Subcontractor
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

ATTACHMENT 5
BILL OF QUANTITY

Document No:P3B/202383-CIV14-RD
Rev: 0
BILL OF QUANTITY
Pekerjaan : Permanen Fence-Concrete Block Wall-Tahap 1 RFQ No : RFQ for Fence Permanen
Project: PUSRI-IIIB PROJECT BOQ No: BOQ 01-Permanen Fence R0
Owner :PT PUPUK SRIWIDJAJA PALEMBANG Date: 06-Mar-24
Kontraktor : PT Adhi Karya (Persero).Tbk
Unit Price Total Price
No Item Pekerjaan Spesifikasi Unit Quantity Remarks
Material Install Total Material Install Total

Permanen Fence-Concrete Block Wall-Tahap 1 m 736,60

A Pekerjaan Pondasi
Galian m3 123,70 - - - -
Timbunan kembali m3 20,62 - - - -
Pondasi Pasangan Batu (Stone Masonry) m2 103,08 - - - -
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Besi Angkur (Dowel) Ø 10-1000, L=3000 Kg 136,49
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm

B Pekejaan Pilecap CC1 800x800x300 @ 6m


Galian m3 51,58 - - - -
Timbunan kembali m3 23,81 - - - -
Lean Concrete 50mm fc' 13MPa, Portland Cement Type-I m3 3,97 - - - -
Form work m2 119,04 - - - -
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Pembesian Kg 2.273,81 - - - -
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm
Pengecoran Pilecap fc' 21MPa, Portland Cement Type-I m3 23,81 - - - -

C Pekejaan Kolom CC1 200x250 @6M


Form work m2 290,16 - - - -
BILL OF QUANTITY
Pekerjaan : Permanen Fence-Concrete Block Wall-Tahap 1 RFQ No : RFQ for Fence Permanen
Project: PUSRI-IIIB PROJECT BOQ No: BOQ 01-Permanen Fence R0
Owner :PT PUPUK SRIWIDJAJA PALEMBANG Date: 06-Mar-24
Kontraktor : PT Adhi Karya (Persero).Tbk
Unit Price Total Price
No Item Pekerjaan Spesifikasi Unit Quantity Remarks
Material Install Total Material Install Total
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Pembesian Kg 2.522,87 - - - -
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm
Pengecoran fc' 21MPa, Portland Cement Type-I m3 16,12 - - - -

D Pekejaan Kolom CC2 200x200 @3M


Form work m2 255,84 - - - -
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Pembesian Kg 2.194,96 - - - -
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm
Pengecoran fc' 21MPa, Portland Cement Type-I m3 12,79 - - - -

E Pekejaan Tie Beam B1,250x250


Form work m2 369,00 - - - -
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Pembesian Kg 4.991,40 - - - -
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm
Pengecoran fc' 21MPa, Portland Cement Type-I m3 46,13 - - - -

F Pekerjaan Dinding Pagar


Pasangan Batako Press (Holow Concrete Block) m2 1.446,48 - - - -
BILL OF QUANTITY
Pekerjaan : Permanen Fence-Concrete Block Wall-Tahap 1 RFQ No : RFQ for Fence Permanen
Project: PUSRI-IIIB PROJECT BOQ No: BOQ 01-Permanen Fence R0
Owner :PT PUPUK SRIWIDJAJA PALEMBANG Date: 06-Mar-24
Kontraktor : PT Adhi Karya (Persero).Tbk
Unit Price Total Price
No Item Pekerjaan Spesifikasi Unit Quantity Remarks
Material Install Total Material Install Total

G Pekejaan Ring Beam B2,200x250


Form work m2 369,00 - - - -
- PLAIN BAR SHALL CONFORM TO SNI 07-2052,
2002;
BJTP 24 OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 2400 Kg/cm
Pembesian Kg 4.882,21 - - - -
- DEFORMED BAR SHALL CONFORM TO
SNI 07-2052, 2002; BJTS 40 OR JIS G 3112
OR EQUIVALENT
MINIMUM YIELD STRENGTH fy = 3900 Kg/cm
Pengecoran fc' 21MPa, Portland Cement Type-I m3 36,90 - - - -

H Pekejaan Kawat Berduri


Besi Siku L 50.50.5, L=600mm Galvanized bh 247,00
Kawat Berduri 4 layer Galvanized m 736,60

I Pekejaan Finishing
Plesteran m2 2.892,96 - - - -
Harga satuan saja,Pekerjaan
Acian (Tahap-2) m2 2.892,96 -
Tahap 2
Harga satuan saja,Pekerjaan
Pengecatan (Tahap-2) m2 2.892,96 -
Tahap 2

TOTAL -
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

ATTACHMENT 6
REFERENCE DOCUMENT

Document No:P3B/202383-CIV14-RD
Rev: 0
DRAWING LIMIT PN: 718.00 T RA FO
E XIS TING

UREA HA NDLING
C ONTR OL R OOM
UREA HA NDLING
S UB TA TION
RWI
S UB TA TION

R WI P1B

5003
R WI P3.4

47
R WI P3B O PT IO N 2

139700
65500

℄ ℄ NOTES :
PW: 222.50

PE: 28.20
DRAWING LIMIT
DRAWING LIMIT

50
℄ ℄
PN PN 4500
8200

3700
100

1900
VARIES

2150
1500

21
00

900
200

550
550
60
0

300

400
6700

3000
3000 3700

2600
1500 VARIES

℄ ℄
PN PN

DRAWING LIMIT PN: 538.00


400

400
8160 8000
3000

3000
4500 3660 4500 3500
2600

2600

1500 VARIES 1500 VARIES


DRAWING LIMIT PN: 718.00

T RA FO
E XIS TING

UREA HA NDLING
C ONTR OL R OOM
UREA HA NDLING
S UB TA TION
RWI
S UB TA TION

R WI P1B

R WI P3.4

R WI P3B O PT IO N 2

139700
65500

NOTES :

Area 04900 Area 04500

400
105-D / 122-C1 / 122-C2

8160

EL3.000

3000
PR-6
4500 3660

2600
1500 VARIES

EL16.000
EL13.400
EL10.800
EL8.200
EL6.200
PW: 392.00

PR-4
PIPERACK

400
Area 04600

MATCH LINE
DRAWING LIMIT

PW: 222.50
044ST01
MATCH LINE

8420

3000
4500 3920

2600
1500 VARIES

DRAWING LIMIT
Area 04400

ACCESS WAY
MATCH LINE

043ST01

50
6350
100
4500 1850

1900

2150
Area 04300
Area 04100 21
00

900
200

550
041ST02
60
0

300

041ST01
103-D

101-C
PR-2(EL4.500/7.500/10.500) PR-3(EL4.500/7.500/10.500)
102-C

PIPERACK PIPERACK
107-D TRANSFER LINE

TURBINE
101-BJ1T
AIR PREHEATER
CONVECTION SECTION
PRIMARY REFORMER

101-BC
RADIANRT
SECTION

FD FAN
101-B

101-BJ1
101-BJ1M
MOTOR

EL13.400
EL10.800
M 01-B
OT J

CL
1

EL8.200
OR M

STACK & ID
TUBE PULL

PR-7
CRANE

AREA

101-B

PIPERACK

DRAWING LIMIT PN: 478.00


DRAWING LIMIT PN: 478.00

D FAN
E ACCESS

LING

-BL
TU 01-B
RB JT
1
IN
E
LC F
CL STACK

D
101-BL

FA
N
T RA FO
E XIS TING

MATCH LINE


PN UREA HA NDLING
C ONTR OL R OOM
UREA HA NDLING
S UB TA TION
RWI
S UB TA TION

R WI P1B

R WI P3.4

R WI P3B O PT IO N 2

139700
65500

NOTES :

50
7200
100
3000 1500 VARIES

1900

2150
21
00

900
200
PW: 220.00

550
60
0

300

TRAFO

DRAWING LIMIT
EXISTING
PW: 392.00

400
8400

3000
4500 3900

2600

DRAWING LIMIT

1500 VARIES

50
4560
100
3750 810

1900

2150
21
00

900
200

550
60
0

300
175100

DRAWING LIMIT PN: 233.00


DRAWING LIMIT PN: 403.00

50
TRAFO
T RA FO
E XIS TING

7200
100
3000 1500 VARIES

EXISTING

1900

2150
21
00

900
UREA HA NDLING
C ONTR OL R OOM
UREA HA NDLING
S UB TA TION
RWI
S UB TA TION

200
R WI P1B

550
60 R WI P3.4

0 R WI P3B
139700
O PT IO N 2

65500

300

℄ NOTES :

400
8400

3000
4500 3900

2600
1500 VARIES
PW: 392.00

PW: 220.00
DRAWING LIMIT

DRAWING LIMIT

50
4560
100
3750 810

1900

2150
21
00

900
200
175100

550
60
0

300

50
5510
100
3000 1000 VARIES

1900

2150
21
00

900
200

550
60
0

300

DRAWING LIMIT PN: 158.00


1 2 3 4 5
NOTES :

DETAIL OF BRC FENCE (TYPE-1)

A A

A B

HOT DIP. GALV. WELDED STEEL WIRE FENCING VIEW 1


SECTION A DETAIL 1
B
SECTION B B

DETAIL OF BRICK WALL


2 2
A B C

1
C C
297×420
A3

SECTION A SECTION B
CONCRETE BLOCK WALL VIEW SECTION C

DISCIPLINE CHECK
MEP
CIV
D
ELE
INS
MEC
PIP
DETAIL 2
PRO/PRS
LEADER SIGN

DWG. NO. TITTLE


REFERENCE DRAWING

0 ISSUED FOR APPROVAL HAB FSG OAP/MSA - 19 MAR '24


Rev. DESCRIPTION DEGHD CHEKD APPRD AUTHD DATE

PT PUPUK SRIWIDJAJA PALEMBANG PUSRI-IIIB PROJECT


PALEMBANG INDONESIA 1350 MTPD AMMONIA AND 2750 MTPD UREA
E
WUHUAN ENGINEERING CO.,LTD PT.ADHI KARYA(Persero)Tbk.
MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF WUHUAN ENGINEERING CO.,LTD MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF PT. ADHI KARYA(Persero) Tbk.

FENCING & GATE


DETAIL 1
BASIC ENGINEERING DESIGN
FENCING DETAIL
P3B 202383-33000-STDG005 REV.0
SPECI CIVIL AREA UTILITIES SCALE NTS SHT 1 OF 1

1 2 3 4 5
1 2 3 4 5
NOTES :

A A

DETAIL 1
B B

DETAIL OF GATE - 1 (8 EA)

C C
297×420
A3

DISCIPLINE CHECK
MEP
CIV
D
ELE
INS
MEC
PIP
PRO/PRS
LEADER SIGN

DWG. NO. TITTLE


REFERENCE DRAWING

0 ISSUED FOR APPROVAL HAB FSG OAP/MSA - 19 MAR '24


Rev. DESCRIPTION DEGHD CHEKD APPRD AUTHD DATE
1
PT PUPUK SRIWIDJAJA PALEMBANG PUSRI-IIIB PROJECT
PALEMBANG INDONESIA 1350 MTPD AMMONIA AND 2750 MTPD UREA
DETAIL OF GATE - 2 (1 EA) E
WUHUAN ENGINEERING CO.,LTD PT.ADHI KARYA(Persero)Tbk.
MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF WUHUAN ENGINEERING CO.,LTD MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF PT. ADHI KARYA(Persero) Tbk.

FENCING & GATE


BASIC ENGINEERING DESIGN
GATE DETAIL
P3B 202383-33000-STDG006 REV.0
SPECI CIVIL AREA ALL UNIT SCALE 1 : 15 / 30 SHT 1 OF 1

1 2 3 4 5
1 2 3 4 5
NOTES :

A A

B B

DETAIL OF GATE - 3 (1 EA)

C C
297×420
A3

DISCIPLINE CHECK
MEP
CIV
D
ELE
INS
MEC
PIP
PRO/PRS
LEADER SIGN

DWG. NO. TITTLE


REFERENCE DRAWING

0 ISSUED FOR APPROVAL HAB FSG OAP/MSA - 19 MAR '24


Rev. DESCRIPTION DEGHD CHEKD APPRD AUTHD DATE

PT PUPUK SRIWIDJAJA PALEMBANG PUSRI-IIIB PROJECT


PALEMBANG INDONESIA 1350 MTPD AMMONIA AND 2750 MTPD UREA
E
WUHUAN ENGINEERING CO.,LTD PT.ADHI KARYA(Persero)Tbk.
MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF WUHUAN ENGINEERING CO.,LTD MUST NOT BE COPIED,TRANSMITTED TO OTHERS OR USED WITHOUT PERMISSION OF PT. ADHI KARYA(Persero) Tbk.

FENCING & GATE


DETAIL 2
BASIC ENGINEERING DESIGN
GATE DETAIL
P3B 202383-33000-STDG007 REV.0
SPECI CIVIL AREA ALL UNITS SCALE 1 : 15 / 30 SHT 1 OF 1

1 2 3 4 5
PuPUK SRIWIDJAJA
PALEMBANG

PROJECT SPECIFICATIONS APPENDIX : 10.1.2


FOR PUSRIIIIIB PROJECT SHEET NO. : 4 0F 21
DATE : JANUARY 2023

loads/forces, and references to the Section of the Codes and


Standards on which the designs are based.
10.2.1.5.3 Piles materials for foundation shall only be steel pipe H-beam type,
steel pipe pj[e, bored pile, precast reinforced concrete pile or pre-
stressed concrete piles.
Spiral welded steel pipe piles manufactured in Indonesia can be used
provided their material and manufacture conform to ASTM Standards, and
plate to roll required pipe sizes and/or the supply of required pipe sizes are
available to meet the PROJECT schedule.
Steel for pipe piles shall conform to ASTM A 252-80, Grade 2, and for H-
beam piles to ASTM A-36-77 and AISC.
Land steel piles shall have their surface Commercially Blast Cleaned in
accordance with SSPC-SP-6 and coated with one (1) coat of Coal Tar
Epoxy, 120 microns dry film thickness, for the upper twelve (12) meters.
CONTRACTOR shall provide the supply, delivery and installation of all piles
including, but not limited to, supervision, inspection, layout, blast
cleaning/coating and pile driving record.

CONTRACTOR shall carry out static pile loading test (2 point for each
tension, lateral test and compression test) to ensure pile design criteria
before piling work being conducted.
CONTRACTOR shall conduct Pile Integrity Test (PIT) on piles that have
been indicated crack or underspecification.
CONTRACTOR shall conduct vibration test prior to conduct piling work
continuously to ensure no major interruption to OEP's critical equipment.
CONTRACTOR shall use piling driving method that will not affect to existing
facilities. The final selection of piling driven method should be approved by
OWNER.

In OEP's area, CONTRACTOR shall use bored pile for foundations.


CONTRACTOR may propose any other method that will not affect to
existing facilities with sufficient justification and subject to OWNER's
approval. CONTRACTOR shall ensure waste from construction works in
OEP's area are handled properly and not jeopardized operation of OEP's.
10.1.2.5.4 Concrete material for foundation and general purpose work shall
conform to ACI 318 and IBC.
• Concrete having an average compressive strength of the following
at 28 days by 6" diameter and 12" high Cylinder test should be
used:
a. Concrete for non structural components and for general
purpose : f'c 21Mpa
b. Concrete for structural components such as foundation,
column, pedestal, beam, slab, staircase, structural wall,

PS-PIIIB-CONTR REV. O

rfu +ch pr #7t ti V,

V
P IJ P U K
PuPUK SRIWIDJAJA INDONESIA
PALEMBANG

PROJECT SPECIFICATIONS APPENDIX = 10.1.2


FOR PUSRI-IIIB PROJECT SHEET NO. ; 5 0F 21
DATE = OCTOBER 2023

retaining wall : f'c 28 Mpa. This type of concrete is used for


but not limited to : pavement, road, RWI structure, Main
Control Building, Main Substation Building, Compressor Table
top, BFW Pump, Cooling Tower Pump, Cooling Tower
Structure , all equipment foundations, sub structure and
super structure of Prilling Tower.
c. Leveling concrete,13Mpa
d. Pre-stressed concrete f'c 52 Mpa (Cube 600 kg/cm2)
• Cement shall conform to ASTM C150 and be type I for all on land
concrete structures.
• Grouting material shall be non-shrink cementitious grouting
accordance with ASTM C1107 or equivalent. Minimum
compressive strength shall be 60 Mpa at 28 days.
• Pre-stressing tendons for pre-stressed concrete shall conform to
ASTM A 421, ASTM A 416 or ASTM A 722 and have the minimum
tensile and yield strengths stipulated in referenced ASTM
specifications.
• Sand and aggregates shall conform to ASTM C 33.
• Reinforcement bars for concrete shall conform to SNI 07-2052
2017 BjTD 40 or ASTM A 615 Gr 60 or JIS G3112 SD390 for
deformed bar (for structural concrete), and shall conform to SNI
07-2052 2017 BjTP 24 or ASTM A 615 Gr 40 or JIS G3112 SD295
for plain bar (for non structural concrete).
• Welded wire fabric reinforcement shall conform to ASTM A 185,
• Structure steel materials shall conform to ASTM A 36, JIS G
31011 SS 41 or equivalent.
• Cooling tower basin shall use block foundation with pile and shall
be finished with waterproofing, For cooling tower basin, if the
concrete area has a direct contact with corrosive water, the
concrete shall be coated (epoxy concrete coating). Leak test shall
be conducted prior to coating activity and CONTRACTOR have
responsibility to repair the leak until meet the PROJECT
requirement.

10.1.2.6 BulLDINGS AND STF`UCTURE


10.1.2.6.1 Structural buildings (i.e., gallery conveyor, transfer tower, shelter etc) shall
be steel-framed structures cladded and covered with corrugated aluminum
sheet 5005 or 5052-H 14, of 1.2 mm mjnjmum thickness. The sheeting
shall be fixed with stainless steel fasteners with neoprene washers. No
direct contact between aluminum and steel frame is allowed to avoid
galvanized corrosion.
The sheeting at gables, verges, eaves and around all openings shall be
enclosed with aluminum flashing or preformed neoprene closure strips to
ensure water tight finish against rain condition.

PS-PIIIB-CONTR REV. 0

-hi y„4`t
W
INSPECTION AND TESTING
REQUIREMENTS - QC
ITR-CV.05

Discipline : Mechanical
: CIVIL
Item Description : Tank
: Formwork
( API 650 )
Project : PUSRI-IIIB
: BANGGAI AMMONIA PLANT PROJECT
Project
Job No :

Responsibility
By
No Requirement REMARKS
ADHI Subcont

1 GENERAL DOCUMENT
a. Project Spesification √

b. QA Procedure or Quality Manual Procedure √


c. ITP (Inspection and Test Plan) √ √
d. Construction Method/Procedure √
e. Test Procedure √

2 MAN POWER QUALIFICATION


a. QC Inspector √ Shal be dedicated

3 TOOLs INSPECTION TEST CERTIFICATED

a. Testing Equipment √ The laboratorium Calibrator and calibration certificates of


the equipment which is use in this activity shall be KAN
b. Alat Survey (TS & Water Pass) √ acreditation register

4 INSPECTION & TEST (As per ITP)


Pengajuan Inspeksi harus diajukan sehari sebelumnya max.
a. Aplication For Inspection (AFI) √
jam 15.00
b. Testing as per ITP √

5 REPORTS

a. As per ITP √ All inspection & testing report as per ITP


b. Construction Data Record (Final Report) √
PT. Adhi Karya (Persero)

Project title : PUSRI-IIIB Project


Job No. :
Doc. No :
Date :

APPLICATION FOR INSPECTION

Attn :
(Project Manager )

Project Title : PUSRI-IIIB Project

Gentlement,

We would like to have your presence for inspection according to the following schedules.

Date and time Place / Area Inspection Item Remarks

Result Accepted Rejected

Reinspection Required Yes No

Comments :

SUBCONTRACTOR CONTRACTOR OWNER

Print Name

Signature

Date
Date
QI - C.2.02
PUSRI IIIB PROJECT Doc. No Page
of
Project no :
Subject : PRE-POURING CONCRETE

Test / Inspection Items

Placing Location Ref. Dwg.No.


Area

FORMWORK REBAR

Orientation Size
Location ( Coord. ) Spacing
size Clearance
Elevation Cleanliness
Clean & Oiled
Chamfer
Bracing

EMBEDMENTS MISCELLANEOUS

Anchor Bolts ( Diameter, Length & Type ) Blockouts


Anchor Bolts ( Location & Projection ) Type of Finish
Anchor Bolts Sleeves Curing Method
Thread Protection Const. Joints
Angle Iron HOT / COLD Weather Condition
Inserts Plate Sets/Test Specimen
pipes Truck Tickets
Conduit
Ground Wire

Remarks :

SUBCONTRACTOR CONTRACTOR OWNER

Print Name

Signature

Date
PUSRI IIIB PROJECT
1350 MTPD AMMONIA & 2750 MTPD UREA

Requisition for Fence & Gate Supply Phase 1

ATTACHMENT 7
HSE

Document No:P3B/202383-CIV14-RD
Rev: 0
PUSRI – IIIB PROJECT
REQUEST FOR QUOTATION SOIL INVESTIGATION
OUTLINE

1. LATAR BELAKANG
3. TAHAP PELAKSANAAN MULAI PEKERJAAN

2. PEDOMAN & RUJUKAN SMK3


4. PELAPORAN DAN EVALUASI
LATAR BELAKANG
Keterlibatan Pemasok &
Penyedia Jasa
Misi ADHI (misi yang ke-5) Melibatkan ratusan pemasok
“Menjalankan sistem manajemen yang bahan baku, material pabrikan,
menjamin pencapaian sasaran, kualitas, peralatan konstruksi dan penyedia
keselamatan, kesehatan dan lingkungan kerja” jasa (subkontraktor) spesialis
dengan tingkat awareness
terhadap K3L yang berbeda-beda

Roadmap QHSE ADHI Pencapaian Kinerja Proyek


Salah satu poin dalam road map adalah Diperlukan upaya yang dapat
implementasi CQSMS terintegrasikan ke dalam menjamin kinerja proyek agar aspek
Supply Chain Management mutu dan K3L menjadi perhatian
vendor dan subkontraktor
PEDOMAN dan RUJUKAN SMK3 & Lingkungan
• Pengurus diwajibkan menyelenggarakan pembinaan bagi semua tenaga kerja yang
UU No. 1 Tahun 1970 tentang berada di bawah pimpinannya, dalam pencegahan kecelakaan dan pemberantasan
Keselamatan Kerja kebakaran serta peningkatan keselamatan dan kesehatan kerja, pula dalam pemberian
pertolongan pertama pada kecelakaan (Pasal 9 Ayat 3)

UU No. 2 Tahun 2017 tentang • Penyedia Jasa dan Subpenyedia Jasa dalam penyelenggaraan Jasa Konstruksi harus
memenuhi Standar Keamanan, Keselamatan, Kesehatan dan Keberlanjutan
Jasa Konstruksi (Pasal 52 Poin b)

UU No. 32 Tahun 2009 tentang • Setiap usaha dan/atau kegiatan yang berdampak penting terhadap lingkungan hidup
Perlindungan & Pengelolaan wajib memiliki Analisis Mengenai Dampak Lingkungan/AMDAL (Pasal 22 Ayat 1)
Lingkungan Hidup

• Setiap perusahaan wajib menerapkan SMK3 di perusahaannya


PP No 50 Tahun 2012 tentang
• Kewajiban yang dimaksud adalah perusahaan yang mempekerjakan pekerja/buruh paling
Penerapan SMK3 sedikit 100 orang atau mempunyai tingkat potensi bahaya tinggi (Pasal 5 Ayat 1 dan 2)

BP 014 HS P08 Prosedur


Pelaksanaan Construction Quality • Sebagai pedoman dalam menyeleksi, mengelola dan mengevaluasi kinerja mutu dan
K3Lrekanan PT Adhi Karya Tbk, sehingga kegiatan operasional berjalan aman dan
and Safety Management System produktif serta mengeliminir dampak negatif aspek mutu dan K3L untuk mencegah
(CQSMS) Untuk Rekanan PT. Adhi kerugian Perusahaan.
Karya, Tbk
Komitmen ADHI terhadap Mutu dan K3L
ADHI telah berkomitmen terhadap Mutu dan K3L seperti
tertuang pada Kebijakan Mutu dan K3L yang ditandatangani
oleh Direktur Utama PT. Adhi Karya (Persero) Tbk serta
kebijakan terkait lainnya :

1. Visi, Misi dan Value Perusahaan


2. Kebijakan Mutu dan K3L
3. Sasaran Mutu dan K3L
4. Kebijakan Manajemen Risiko
5. Kebijakan Anti Suap
6. Kebijakan Pencegahan dan Penanggulangan HIV / AIDS
7. Kebijakan Obat - obatan dan Alkohol
8. Kebijakan Stop Work Authority (SWA)
9. Kebijakan Tanggap Darurat
TAHAPAN MASUK (Orang)

MULAI 1. Setiap karyawan diwajibkan memiliki kartu identitas (KTP) yang masih berlaku dan
surat berkelakuan baik (SKCK) guna pendataan karyawan
KARTU IDENTITAS & SURAT KETERANGAN 2. Melakukan cek kesehatan dan dapat menunjukkan Surat Keterangan Sehat (SKS)
SKCK SEHAT yang dikeluarkan oleh dokter dengan hasil pemeriksaan “kondisi sehat” dan dapat
melakukan aktivitas atau kegiatan dengan normal
3. Jika persyaratan poin 1 & 2 sudah terpenuhi dan dilanjutkan dengan pengisian FIDP
( Form isian data Personil) yang disediakan oleh HSE Adhi
4. Pengisian Absensi kegiatan Induction
ADA 5. Safety Induction dilakukan oleh HSE Adhi sebagai penyelenggara
6. Pengisian surat bukti bahwa karyawan / pekerja telah mendapatkan induksi dengan
PENGISIAN FORM materi :
PENGISIAN ABSENSI ➢ Kebijakan K3L
INDUKSI
➢ Sasaran K3L
➢ 8 Golden Rules K3
➢ Bahaya area konstruksi
➢ Alat Pelindung Diri yang disyaratkan
➢ Rambu – rambu keselamatan
LENGKAP ➢ Prosedur keadaan darurat
➢ Program HSE
SURAT BUKTI
INDUCTION
INDUCTION

Jadwal pelaksanaan Jam : 08:30 WIB


Safety Induction Tempat : PUSRI – IIIB PROJECT
TAHAPAN MASUK (Kendaraan)

MULAI
1. Setiap kendaraan yang akan masuk area PUSRI dan Proyek PUSRI-IIIB wajib
SURAT KENDARAAN SURAT IJIN mengajukan kelengkapan dokumen kendaraan yaitu STNK dan SIM yang masih
(STNK) MENGEMUDI (SIM)
berlaku.
2. Tahun pembuatan kendaraan tidak boleh diatas 10 Tahun dari Tahun surat
permohonan diajukan
ADA 3. Dilakukan verifikasi dokumen dan pihak kontraktor (ADHI) membuat surat
permohonan ijin masuk kendaraan kepada pihak PUSRI.
VERIFIKASI DOKUMEN SURAT PERMOHONAN 4. Surat ijin kendaraan beserta kendaraan dan pengemudi kendaraan di verifikasi oleh
Departemen Security untuk diberikan RFID untuk pengemudi dan ijin masuk
kendaraan

LENGKAP
SURAT KENDARAAN DI SETUJUI PIHAK
DEPARTEMEN SECURITY PUSRI
Setiap Pengemudi harus menukarkan Kartu Identitas KTP/SIM ke Departemen
security untuk ditukar dengan RFID di setiap masuk dan keluar area PUSRI
HELM PROYEK

KETERANGAN :
1. M anajemen,Staff & Tamu : Putih

2. TIM HSES : M erah MAN AJEMEN, TIM HSES


STAFF & TAMU

3. Pekerja SubKon/ Mandor : Biru

PEKERJA
SUBKON/MANDOR
PERMIT TO WORK, JSA & HIRADC

FLOWCHART
Mulai 1. Subkontraktor/Mandor/Pelaksana Pekerjaan
• Membuat dan mengajukan Ijin Kerja dan dilampiri Job Safety Analysis
Mengajukan Ijin Kerja & JSA (JSA) Form mengikuti standar PUSRI dan ADHI
Subkontraktor/Mandor/Pelaksana

2. Construction Manager
Pemeriksaan Ijin Kerja & JSA • Melakukan pemeriksaan Ijin Kerja
Tidak

Construction Manager
• Memastikan JSA sudah mengacu kepada tahapan pekerjaan dan/atau
metode kerja
Iya
Kesesuaian • Memastikan sumber daya yang diperlukan sudah terpenuhi
3. HSES Manager
Verifikasi Ijin Kerja & JSA • Melakukan pengecekan dan memverifikasi PTW & JSA sesuai
HSES Manager
persyaratan/peraturan/standar/prosedur
Iya • Memastikan Alat Pelindung Diri (APD) dan Alat Pelindung Keselamatan
Kesesuaian (APK) sudah terpenuhi (dipasang/dipakai)
Tidak
4. Owner (PUSRI-IIIB)
Persetujuan Ijin Kerja & JSA
• Melakukan pemeriksaan ijin Kerja & JSA dan bila sudah setuju akan
Owner (PUSRI-IIIB) memberikan Approval pada form PTW & JSA

5. Subkontraktor/Mandor/Pelaksana Pekerjaan
Ijin Kerja & JSA Release
• Menyelesaikan pekerjaan sesuai dengan Ijin Kerja dan JSA
PERMIT TO WORK, JSA & HIRADC

WORKING PERMIT JSA


REPORT
03. Hasil periksa
01. Daily report 02. Daftar peralatan alat
TERIMAKASIH
PT ADHI KARYA (Persero) Tbk.

You might also like