Вы находитесь на странице: 1из 44

Introduction

Emirates Steel (ES) has existing operations located in the Industrial City of Abu Dhabi (ICAD),
Abu Dhabi, UAE, which currently comprises an integrated steel making facility (Phase 1) for the
production or reinforcing bar and wire rod and an integrated steel making facility (Phase 2) for
the production of structural sections and semi-finished products. The Company has recently
acquired an adjacent steelmaking facility, capable of producing 350 KTPA of square billet, the
intention being to provide billet feedstock to the Phase 1 long product rolling mills.
The Company is located in Mussafah Industrial Area (ICAD1), on the North East of Abu Dhabi. There is a
local port in the Musaffah area approximately 8 km from the site and the main Mina Port of Abu Dhabi is
located approximately 50 km from the site. The Company has a small jetty on the Phase 2 site for import
of iron oxide pellet; however it is not suitable for the import of plant and equipment.

The area is serviced by a road network within the Industrial City of Abu Dhabi (ICAD 1) which leads to
the main Abu Dhabi motorway network approximately 8km from the site.

On the Phase 2 site is located the Heavy Section Mill (HSM). The HSM has an existing storm drainage
pipework installed to remove the storm rain and personal washing water. Sections of this have
collapsed and no longer provide the function intended to remove the water to the designated holding
tank prior to being pumped into the Municipality system.

Figure 1: Emirates Steel Phase 2 Site

Heavy Section Mill

Area of Storm
Drain – external of
HSM
ES requires the services of a suitably experienced and qualified company to carry out the
detailed design, supply all necessary materials and equipment, construction methodology,
installation, assistance with commissioning, and provide as-built drawings and calculations.

The Tenderer shall be responsible for obtaining any necessary permits and approvals from
Zonescorp and the Abu Dhabi Municipality (ADM).

ES Engineering Standards shall be adhered to unless these have been superceded by local
regulations, or International Standards. Please refer to Appendix 1 – ES Engineering Standards.

General Requirements
The Tender is to be submitted based on the Scope of Work required for the complete detailed
design, supply of materials, manufacturing, transportation, delivery, off-loading, mobile
plant, construction, erection, setting to work, testing, and assisting with commissioning of the
Repair of a new Storm Water Drain Pipework.

The Tenderer shall note that the location of the Storm Drain Pipework is adjacent to the
existing HSM Dispatch Bay, runs the full length, and also runs through the area designated for
the new External Storage area. Please refer to Appendix 2 - ES Drawings 21-000060 and 21-
000047, and Storm Drain General Layout and Details Drawings, and Fire-Fighting Pipework
Drawings.

The new External Storage area is currently under construction. The Tenderer is responsible to
coordinate all activities that will be carried out under this SOW, with those of the contractor
(L&T) presently occupying the site.
Please note, there has been some ground subsidence in the area local to the storm drain
pipework, and manholes. This has been temporarily filled and compacted. It is known that
some areas of the Storm Drain Pipe have collapsed.
The preferred method of repair is install new pipework, running the full length of the HSM
Despatch Bay, at a level above that of the existing storm drain pipe. The existing pipe shall be
filled with concrete and not removed. The new pipe shall be connected to a newly constructed
sump with pumping system capable of a flow of 200 m3/hr. Running and standby facility is
required, with an automatic on/off level control. Feedback of the level control shall be
connected to the nearest PLC (RHF PLC approximately 100m distance. The TOP for electrical
power is again approximately 100m distance in the RHF MCC room.

The new pipe shall be connected to all existing drain points in the Mill as indicated on the
system drawings supplied.

The Tenderer shall consider all necessary modifications to the existing manholes to accept the
new storm drain pipework.

The SOW shall consideration for, but not be limited to:


 Supply 0f 700mm diameter RCC pipes (dependant on Tenderer’s design)
 Supply of 900mm diameter RCC pipes
 Bedding material.
 Sheet piling.
 Crane.
 Excavator.
 Long boom excavator.
 Wheel loader.
 Dump truck.
 Roller.
 Dewatering system.
 Water tanker.
 Labour.
 Concrete.
 Sump.
 Shoring & strutting.
 Temporary water diversion.
 Disposal of material.
 Pumps, valves, piping, supports.
 Electrical and instrumentation.
 Site set up.

The Tenderer shall be responsible for the secure storage of all materials, plant and equipment
on site.

Design
The Tenderer shall review the prepared report by Report No. S05000249 - Site investigation for
the proposed EIS Rebar Mill project at Mussafah, Abu Dhabi, UAE – by Arab Center for
Engineering Studies (ACES), dated 31st October 2005, and use for the basis of the detailed
design and construction methodology. Photographs of the existing damage are also provided.
Please refer to Appendices
2.1.1. and 2.1.2.

The Tenderer will design and execute civil works in full compliance with all parts of following ES
Engineering Standards:-

 PRD-ES-010 – “Civil and Structural Work – General”


 PRD-ES-011 – “Civil and Structural Work – Site Preparation”
 PRD-ES-012 – “Civil and Structural Work – Earthworks, Soil Improvement,
Foundations, Drainage”
 PRD-ES-014 – “Civil and Structural Work - Concrete Structures”
The new pipe shall be capable of withstanding the expected loads from the, existing HSM
Despatch Bay, the soon to be constructed External Storage Area. A sketch indicating the loads
from the new External Storage area is attached to this SOW.

The depth at which the pipe is to be installed shall also be taken into consideration.

The Tenderer shall be responsible for the selection of the pipe specification.

The Tenderer shall advise on the slope required for the new pipe.

The Tenderer shall provide the calculations and “As-Built” drawings

Please refer to Appendix 2 for existing Storm Drain pipe and Fire-fighting drawings.

Construction Methodology
The total length of the pipe repair will be the entire length of the HSM Despatch Bay,
approximately 370 m. An additional portion up to the last pit before the Drainage Water
Pumping chamber may be required for an estimated additional length of approximately 50 m.
This 50m length cross a roadway.

The Tenderer will include for any necessary road traffic control measures.

The existing pipe is 900mm diameter.

The Tenderer shall include for any necessary modifications or by-passes to the existing
manholes and pipe work in order to install the new pipework.

The Tenderer will execute any necessary piling construction works in full compliance with all
parts of ES Engineering Standard PRD-ES-013 – “Civil and Structural Work – Piling”.
The removal off site and disposal of the any redundant materials and temporary relocation of
excavated materials shall be included. The removal off site shall include fluids disposal, if
required.

Consideration shall be given to carrying out the work in achievable sections. The extent of these
sections shall be agreed with ES. As an estimate it is thought the sections to range from one
manhole to the next one adjacent. To be able to maintain use of the system, the Tenderer shall
include for all necessary methods of isolating the existing pipe from the area of repair, along
with pumps to divert the water around the repair.

The Tenderer shall include for all dewatering as will be necessary to complete the work.

The Tenderer shall include for all craneage and scaffolding necessary for the installation.

The Tenderer shall note that an existing fire-fighting main is installed in the ground in close
proximity to the storm drain pipe. The utmost care must be taken as not to cause any damage
to the main during the repair works. No work will be allowed to start prior to receiving
permission from the ES Loss and Prevention Team.

Where the system cannot be isolated from the live operation then the Tenderer shall include
for a means of doing so. This may involve installing pipe balloon plugs.

Programme

It is intended to carry out this work as soon as possible, you are therefore required to submit an
outline program with your Tender including the following where applicable:

a. Design
b. Manufacture
c. Delivery to site
d. Installation/Construction
e. Testing/Commissioning
f. Date of Completion

Regular progress reports to be issued 2 weeks after receipt of order and then on a regular basis
as agreed with ES engineer thereafter. Weekly Progress meetings will be held during the
project.
SCHEDULE A

QUALITY ASSURANCE

1. General
The Tenderer shall provide and operate throughout the Contract a Quality System which meets
the requirements of ISO 9001: 2000 ‘Quality Systems – Model for Quality Assurance in Design /
Development, Production, Installation and Servicing’ or a comparable national / internationally
recognised Quality Standard, in accordance with detailed guidelines to be agreed prior to
contract finalisation.
The Tenderer’s quality assurance activities shall include, but not be limited to, those functions
defined in this Schedule and such additional activities as ES may direct to prove conformity to
the Specification. They shall provide for the detection and removal of all non-conforming
material either prior to or at the latest stage of process or manufacture where the required
characteristics can be measured or observed.
ES Standards shall apply, in particular ES Engineering Standard PRD-ES-180 Quality Assurance -
Procurement Quality, except where overridden in this Schedule.
1.1 Evidence of Compliance
The Tenderer shall submit with his Tender, details of any Quality Assessments which have been
undertaken on the Company, the organisation performing the assessment, the date and a
precise of the conclusion, or a copy of the Assessment Report, or identify in a written statement
to ES those aspects of his Quality System which he consider may not be in compliance.
1.2 Quality Assurance Inspection and Testing Procedures
The Tenderer shall submit with the Tender a copy of the Quality Manual which describes his
Quality System and a typical Manufacturing Quality Plan as defined in Section 2 of this
Specification.
ES will review these documents and may wish to carry out a Quality Assessment at the
Tenderer’s premises prior to the award of any contract.
1.3 Sub-Contracts and Purchasing
The Tenderer shall ensure that all Quality requirements specified in ES’s documents are advised
to and implemented by its sub-contractors of goods and services. The originator of sub-orders
shall clearly state within the sub-order the extent of inspection surveillance which will actually
be undertaken by the originator or his representative at the source of the supply, and also
indicate that inspection at the source of supply may be carried out by ES or their
representatives. The foregoing shall also apply to all orders placed by sub-vendors /
contractors and so on.
Each sub-order shall also specify the appropriate Quality System Standard to be met consistent
with the Scope of Supply.
2. Quality Plans
2.1 Requirements and Scope of Quality Plans
To ensure that the required ‘fitness for purpose’ is achieved and maintained the Tenderer shall
develop and prepare a Contract Quality Plan and Manufacturing Inspection and Test Plan(s) to
cover the full scope of the work covered by the Contract. These Quality Plans shall include
those activities undertaken by any sub-contractors working on behalf of the Tenderer, and may
include sub-suppliers Manufacturing Quality Plans.
Within three (3) weeks of instructions to proceed the Tenderer shall submit for the approval of
ES, two (2) copies of the Contract Quality Plan and two (2) copies of his Manufacturing
Inspection and Test Quality Plan(s).
The following outlines ES’s requirements concerning the preparation and review of these
documents.
2.2 Contract Quality Plan Contents
The contents of the Contract Quality Plan shall include but not be limited to:-
 A current copy of the Tenderer’s Quality Manual
 An organisation chart identifying by name the persons responsible for each quality
function, specific to the Purchase Order
 Manufacturing Quality Plans (ref. 2.3)
 Copies of sub-contractor’s Manufacturing Quality Plans as requested by the Tenderer / ES
 List of those authorised to sign documents with specimen signatures attached
 Stages for planned design reviews - where applicable
 Installation and site test quality plans – where applicable.
Implementation/Audit
The Tenderer shall be responsible for implementing and maintaining the Contract Quality Plan
which may be subject to audit by ES or their representative, throughout the Contract.
2.3 Inspection and Test Plan(s) for Manufacturing, Construction, Erection and Setting to
Work (Pipework, Valves, Stanchions and Supports)
The Inspection and Test Plans covering pipework, valves, stanchions, and supports fabrication,
manufacture, construction, erection and setting to work – where applicable shall ensure that at
least the following aspects are adequately covered:-
 Tenderer’s / sub-contractors name and address
 Description and project references
 Standards, practices and conventions
 Documentation/drawing approval status and revision
 QC activity / operation number
 QC activity / operation description
 Control documents / procedures
 QC / inspection acceptance criteria
 Identification of certificates and documents required for approval / verification
 QC / inspection code e.g. H-Hold, W-Witness etc.
 Tests at manufacturer’s works and tests at site.
Note: Where the Tenderer’s Quality Plan format is considered, and agreed, to meeting ES’s
requirements, then the Tenderer’s document(s) shall be utilised.

2.4 Inspection and Test Plan(s) for Manufacturing, Setting to Work, Start-up
(Automatic Controls and Data Acquisition)
The Inspection and Test Plans covering the manufacture , installation and setting to work –of
automatic controls and data acquisition shall ensure that at least the following aspects are
adequately covered:-
 Tenderer’s / sub-contractor’s name and address
 Description and project references
 Software requirements specification approval status and revision
 Software design approval status and revision
 Control documents and procedures
 Standards, practices and conventions
 QC activity / operation number and description
 Tools, Techniques and Methodologies for editing compiling, banking and outputting
executable code to programmable silicone devices
 QC / inspection code e.g. H – Hold, W – Witness etc.
Note: Where the Tenderer’s Quality Plan format is considered, and agreed, to meeting ES’s
requirements, then the Tenderer’s Document(s) shall be utilised.

3. ES’s Quality Activities


ES’s review of both the Contract and Manufacturing Quality Plan(s) shall include the
identification of ES’s hold, witness, and surveillance activities etc. which will be subsequently
marked on the plan for advice to the Tenderer.
These hold points and surveillance activities will include the verification of the Tenderer’s, or his
major Sub-Contractor’s quality system, relative to the contract and the following:-
 Review of design controls for civil works, steel structures and critical equipment
 Witness of weld preparation and testing on major fabrications
 Witness assembly and works test of equipment and systems – where applicable.

4. Design Control
4.1 Design Procedures
The Tenderer shall control design activities in accordance with the agreed standards.
4.2 Control of Software
Where the Tenderer makes use of Computer Aided Design techniques for design activities, or
software packages to validate calculations and stress analysis etc. the Tenderer shall include
details of the procedure(s) and methods used for selecting software and maintaining its quality.
4.3 Design Reviews
The Tenderer shall specify as part of the Contract Quality Plan those stages in the design when
reviews are performed. These reviews may be audited during the course of the Contract by ES.

5. Certificates of Conformity
5.1 Components Requiring Certification
Where required by the appropriate Standard(s), certification of items of material and
equipment must be supplied.
Where certified items form part of the Tenderer’s design, the Tenderer shall list these items on
a ‘Certification Document Schedule’ and against each entry provide details of the certification
which validates the design. The list shall be updated as further certifiable items are identified,
copies of this schedule being submitted to ES when five items have been added or at one
monthly intervals whichever is soonest. Copies of the relevant certification will also be required
for review by the ES.
Where the certification for such items specifies that the material / equipment is to be installed
or used in a certain manner, the Tenderer will be responsible for ensuring that these
requirements are met, where such activities are within his control. Particular attention must be
drawn to the ‘schedules’ which sometimes append to such certification and which may specify
the requirements.
It is the Tenderer’s responsibility to satisfy himself BEFORE purchase that all relevant
equipment/ items may be properly certified by reviewing the associated certificates for
suitability to the design offered to ES.
5.2 Certifying Authority Liaison
5.2.1 The Certifying Authority (CA)
The Tenderer shall keep adequate records to enable the status of CA design appraisals and CA
acceptances to be assessed at any time (e.g. correspondence, details of documents submitted,
approvals gains, comments received from CA, sub-order inspection requirements etc).
The Tenderer shall ensure that all drawings approved by the CA are the same as those approved
by ES.
6. Certificates and Documentation
6.1 Traceability
All material shall be identified to its corresponding certification and drawing upon receipt at the
Tenderer’s / Sub-Supplier’s Works. It is the Supplier’s responsibility to maintain markings and
to transfer identification markings to cut pieces when appropriate.

6.2 Traceability as Required for Fabrication Record Drawings


The Tenderer shall ensure that where called for by the requirements of fabrication record
drawings, material identification / marking is maintained and transferred throughout
manufacture.
6.3 Material Identification
The Tenderer shall confirm at the Tender Stage that he can comply with the requirements of ES
and state in writing how he intends to ensure the positive material identification marking
required.
6.4 Quality of Certification
All certificates must be legible, complete and unamended.
The original certificate shall be provided to ES. Where this is not possible, and the Tenderer
holds only a copy of the certificate the ‘original’ shall be a copy of the certificates endorsed
‘VERIFIED COPY OF ORIGINAL’ and signed by the Tenderer’s Quality Representative. This
activity may be monitored by ES.
Unacceptable copies will be returned to the Tenderer who shall issue replacement copies which
comply with the requirements of this Specification by return.
6.5 General Requirements
All certification shall include the unique identification which relates them to the material /
equipment they certify. They shall include the Project title, Contract title drawing number and
reference and Master Plant item references.
The minimum Certification that shall be supplied is subject to agreement between ES and the
Tenderer.
6.6 Review of Certification
ES’s Inspector will review the Certification Documentation and completed data dossiers to
ensure compliance with the requirement of the Specification. ES shall monitor, during the
course of manufacture, the collation of all certification and the data dossier(s).
Documentation not meeting the requirements will be cause for non-acceptance of part, or all,
of the work.
7. Identification / Equipment Marking
All items of equipment shall be identified by the Master Plant references or other agreed
references.

7.1 Method of Marking


For those items of equipment where the method of marking is not covered by a nameplate
standard, markings shall be applied by fixing an embossed stainless steel plate of a size in
relation to the physical dimensions of the plant or equipment.
7.2 Location of Marking
Markings shall be placed such that they are clearly visible from normal access points.
Where the above method of applying markings is impractical, the Tenderer shall contact ES for
further instructions.
8. Inspection and Testing
8.1 Scope
Inspection and testing shall include all items in the ‘Tests during Manufacture’ and ‘Tests at
Site’ sub-sections of this Schedule and all relevant tests listed in the appropriate National or
International Standards or Codes of Practice.
Inspections and tests shall be carried out in accordance with specified or approved procedures
and the results shall be judged in accordance with the specified Standards or other agreed
criteria.
These inspections and tests may include the carrying out of QA audits at ES’s discretion both in
the Tenderer’s own works and those of any sub-contractors.
ES’s final acceptance of the work is conditional upon the Tenderer’s acceptance of the work in
writing (e.g. a Release Note) where applicable.
8.2 Inspection Visit(s) to Tenderer’s Works
ES’s representative(s) may visit the Tenderer and / or main sub-suppliers’ works following issue
of the Contract to:-
 Establish contact with the Tenderer’s personnel
 Verify that the Contract order and its attachments have been received and are
understood by the Tenderer and / or sub-supplier
 Review the draft Contract Quality Plan before which no manufacture may take place.

8.3 Statutory Testing


The Tenderer shall be responsible for ensuring that all tests and approval required by Statutory
Authorities are duly performed by an approved Insurance Authority and the relevant approval
documents issued, free of charge, to ES.
8.4 Type Tests
The Tenderer may propose that the results of type tests be accepted as evidence of compliance
with the Specification. Any such proposal shall be subject to the ES’s approval, for which the
Tenderer shall submit the relevant certificates and test data.
8.5 Check Tests
ES reserve the right to undertake check tests on all material to verify any QC activities
performed by the Tenderer. Material found non-conforming shall be replaced at no cost to ES
together with the cost of carrying out the tests.
8.6 Procedures Subject to Approval
The Tenderer shall submit his proposals to ES when it is a condition of this Specification that a
manufacturing, inspections or testing process be subject to the approval of the Engineer or
when any matters require to be agreed between the contracting parties, as when specified
Standards leave acceptance criteria to be so agreed. Whenever practicable the Tenderer’s
proposals shall be submitted early enough to allow ample time for agreement to be reached.
8.7 Note of Inspections and Tests
The Tenderer shall advise ES in writing of the scheduled dates of inspections and tests subject
to ‘hold’ and ‘witness’, as identified on the Manufacturing Quality Plan(s) with at least 5
working days notice being given.
8.8 Quality Control at Manufacturer’s Works
8.8.1 General
Inspection and testing to be carried out, or witnessed at the place of manufacture, by the
Tenderer and / or his sub-contractors shall include but not be limited to:-
 Check tests, including chemical analyses when appropriate, of each cast or batch of
materials relative to wear components
 All toleranced dimensions
 Joint edge preparation
 Non-destructive testing of welds
 Protective coating when applicable
 Electrical equipment tests
 Plant and equipment performance tests
 Protection for transport and storage.
All sub-assemblies shall be tested, preferably at the place of manufacture, using the associated
electrical, lubrication, hydraulic and fluid services where practicable.
Testing of materials and sub-assemblies shall be successfully completed prior to painting or
other necessary coating, except that polished parts shall be adequately protected at all times.
All records of test, including charts, diagrams, films and the like when appropriate, shall be
suitably identified and made available for inspection by ES.
Test and analysis certificates shall be provided in accordance with statutory specification
requirements and additionally as may reasonably be required by ES.
8.8.2 Testing of Welders
All welders shall hold current test certificates in accordance with the appropriate Standards and
only those who satisfy these requirements shall be employed on the corresponding categories
of welding. Before any such welding is carried out the test certificates of the welders shall be
submitted to ES.
Test certificates shall not be valid for more than twelve months after the date of the test.
Routines retesting of welders shall be carried out before the dates of expiry of their certificates.
ES may require the testing or retesting of any welder at any time.
8.8.3 Welding Procedures and Weld Testing
All welding and all testing of welds shall be carried out by qualified personnel in accordance
with the Specification, and to the approved procedures.

Testing of welds shall include, but not be limited to, those in all areas of high working stress.
The Tenderer shall show, both on the drawings and in his Quality Plan which he submits for
approval, the methods of testing which he proposes to adopts in each case, both non-
destructive and by means of test specimens.
The Tenderer shall carry out the tests approved and such additional tests as ES may require at
any time to prove conformity with the Specification.
8.8.4 Testing of Electrical Equipment
All electrical power equipment and ancillaries such as switchgear, control gear, motors,
batteries, rectifiers, thyristors, electronic apparatus, telephones and radio equipment, cables
and associated material shall be tested during manufacture particularly in relation to correct
operational functioning, safety and clearances. Routine tests shall be carried out when
applicable. Type tests will normally not be necessary, provided proof is provided of Type Testing
of similar equipment.
For closed loop power control systems the performance tests of the complete systems up to
and including the motors shall, unless otherwise agreed, be witnessed by the Tenderer and ES.
8.9 Final Inspection
The goods ready for delivery shall be subject to a visual final inspection prior to packing. In
particular, objects to be put in sealed bags, cases and crates shall be required to pass such
inspection. The Tenderer and ES will establish by mutual agreement the necessary procedures
for final inspections.
Testing and inspection reports shall be legalised and provided with document for customs
clearance (if applicable).
8.10 Inspection for Packing and Shipment (if applicable) – Release Certificate
All cargo shall pass the packing inspection by the Tenderer in accordance with agreed Standards
for Packaging and Shipping.
Following inspection of the cargo for shipment a ‘Release Certificate’ will be issued by the
Tenderer.
8.11 Inspection at Warehouse and Quayside (if applicable)
At ES’s request inspection or re-inspection of preservation and packing may / will be carried out
at the warehouse or quayside prior to despatch.
8.12 Tests at Site
8.12.1 General
The Tenderer shall be responsible for supervising and inspecting the progress of the work and
checking its accuracy to any extent that may be required.
Site testing of electrical apparatus shall be carried out by the Tenderer or under his supervision,
in accordance with the agreed Quality Assurance procedure and incorporating the appropriate
Standards.
The Tenderer shall set up and supervise quality control procedures, prior to construction
specifying those tests on material and equipment necessary to confirm that the work of
construction, installation, assembly and erection has been satisfactorily completed.
Individual quality control procedures shall be proposed by the Tenderer for specialist items (if
any) but standardised procedures may be applied to common items. Details of the quality
control to be carried out at site shall be incorporated in the agreed Quality Plan in order to
check the continuity of practice from design to setting to work.
Reporting of site quality activities shall be mutually agreed by the Tenderer and ES. It shall
include special reports on rejections, defects or damage. All tests and inspection reports shall
be prepared by the Tenderer. Both ES’s Resident Engineer and the Tenderer shall maintain a
complete set of records and reports at site.
ES shall have unrestricted access to all site quality control records maintained by the Tenderer
and ES will make available to the Tenderer its own records as ES considers necessary.
8.12.2 Tests During Construction and Erection – General
Tests will be carried out by the Tenderer and may be witnessed by ES during construction to
ensure that the works have been constructed to the standards specified.
The Tenderer shall list the tests required in his Quality Plan and they shall include, but not be
limited to, the following:-
 Isolating equipment, removing expansion joints, rupture disc and relief valves from
pipework and equipment, flushing, cleaning and testing of lines
 Hydraulic and / or pneumatic pressure testing of equipment and pipe work and testing of
temporary strainers and removal of gland plates
 Installation of orifice plates after line cleaning installation of temporary strainers and
removal of gland plates
 Application of special treatment or other preparation of inside surfaces
 Removing all loose material and dirt from equipment
 Checking all electrical and mechanical connections for tightness
 Checking all cables are correctly terminated, are secure and marked to the required
Standards
 Checking electrical earth continuity and insulation
 Testing of electrical insulating oil, lubricating and hydraulic oils.
8.12.2 Tests During Setting to Work
Following the completion of construction and erection, tests will be conducted by the Tenderer
to ensure the safe and correct setting to work of his equipment supply.
The Tenderer shall detail the tests required in his Quality Plan and they shall include, but not be
limited to, the following:-
 Repeat or carry out such tests as specified above under ‘Tests in Manufacturers’ Works’
as may be required
 Checking action of instruments and testing individual electrical control, switchgear
operation and protection devices, alarms and interlocks and the like
 Calibration of instruments
 Drying out or purging
 Adjustment of pipe supports for expansion
 Checking safe and correct operation of isolation, flow control, and pressure relief.
 Hydrostatic and pressure testing of pipework system after erection has been completed.
 Removing all loose material and dirt from equipment, cleaning and replacement of
temporary strainers
 Checking all electrical and mechanic connections for tightness
 Testing for gas leaks.
 Starting-up fluid flows, as required
 Routine maintenance, cleaning and equipment adjustment

The Tenderer shall carry out the specific tests on completion of construction and erection to
demonstrate to the satisfaction of ES the operation of the relevant equipment in accordance
with the Contract.

9. Dossiers
9.1 General
The Tenderer shall arrange for the compilation progressively during the fabrication,
manufacture, works tests, construction, installation and site tests dossiers, as defined herein, to
accurately document the manufacturing history of the relevant equipment, their construction,
installation, and site tests.
9.2 Contents
The dossiers shall include, but not be limited to, the following:-
 All certification documentation specified in the Contract
 The Fabrication Records Drawings
 Documents defining all the inspections and tests as indicated on the Manufacturing
Installation and Site Test Quality Plans have been undertaken and the results
 Inspection Release Notes / Non-Acceptance Notes issued by the Certifying Authority
 Details of all Concessions granted by the ES and Design Changes
 The installation, operation, maintenance and storage instructions (if applicable).
10. Concessions
10.1 Definitions
A concession shall be defined as the written evidence of the acceptance of any deviation from
requirements.
A concession shall be requested by the Tenderer when, during the course of the design,
manufacture, construction, installation or site test a deviation from the Specification is
identified. Permission is then required to continue with work which does not conform to the
requirements and the procedure referred to below shall be followed. This shall also extend to
all sub-contractors when applicable.

10.2 Concessions not Amending ES’s Specified Requirements


For concessions noted with the Tenderer / sub-contractors works, which result in a deviation
from the Tenderer’s specific requirements then approval need not be sought from, ES providing
these deviations do not amend ES’s specified requirements.
All copies of the concessions of this type shall be made available to ES for review. This shall also
extend to all sub-contractors.
The Tenderer shall maintain a register recording details of all concessions requests issued,
including those of all sub-contractors for the Contract.
10.3 Concessions which Amend ES’s Specified Requirements
Where the Tenderer wishes to apply for a concession to ES’s Specification he shall describe in
detail his requirements and submit them to ES for approval. Wherever practicable the
Tenderer’s proposals shall be submitted early enough to allow ample time for agreement to be
reached. However, such agreement will not relieve the Tenderer of his full responsibility for
the adequacy of the deliverables in the Scope of Works.
SCHEDULE B
DOCUMENTATION
1. General Requirements
The Tenderer will be required to provide drawings and technical information as set out in this
schedule to demonstrate their compliance with the Scope of Work and allow ES the
opportunity to review and comment (or approve) on the principle features of design (where
applicable), material and construction.
2. Drawing Standards
All relevant ISO and DIN standards shall be adhered to in preparing engineering drawings. All
drawings shall be metrically dimensioned. All drawings shall be prepared (and provided to ES) in
AutoCAD software.
3. Sizes of Drawing Sheets
The drawing sheets shall be no smaller than A3 and no larger than A0. Parts lists, data sheets
and other tabulated material may be submitted on A4 sheets.
4. Views and Sections
Views and Sections shall be presented in accordance with ISO Method E (first angle projection).
5. Document Title
All drawings shall bear a title block which describes the project. All drawings must be marked
with Company Name, Drawing Title, Drawing Number, Revision, Purchase Order Number &
Equipment Item Number. Submittals other than drawings must be marked with Purchase Order
Number and Component Item Number.
6. Revision Index Numbers
Document revisions shall be clearly marked by revision index letters or numbers. All revisions
shall be flagged in the document itself and, additionally, described and dated in a dedicated
revision box. 'General' revisions shall be avoided if at all possible.
7. Drawing List
A numerical list of all drawings shall be produced by the Tenderer and their Sub-Contractors,
which shall be continually updated and kept current for the duration of the contract.

8. Reference Documents
Any reference documents and/or standards shall be clearly indicated and copies of such
documents shall be provided to ES on request.
9. Language
All correspondence, drawings including record drawings, design information, documentation
and operating and maintenance instructions shall be in the English language.
10. Calculations
All calculations and computer printouts shall be in the English language and the software
employed shall be well proven and of international reputation and quality. ES reserves the right
to request (and be provided with) any calculations deemed relevant to the execution of the
Tenderer’s Scope of Work.
The results of the pipework stress analysis shall be submitted with the final documentation.
11. Operating and Maintenance Manuals
The operating and maintenance manuals, together with any manufacturers recommended
literature, shall provide adequate information to allow ES to operate and maintain the supplied
equipment in a safe and correct manner. These manuals are expected to contain, but not be
limited to:-
 Assembly / disassembly instructions
 Settings information
 Instructions for operation and maintenance recommended and technical data for
specialised equipment including instrumentation and control equipment in the supply
 Lubrication and maintenance information
 Recommended safety precautions
 List of record drawings.

12. As-Built Drawings


The Tenderer shall submit all test certificates and "As Built" drawings relevant to the supplied
equipment and foundations, within four (4) weeks from the issue of the Completion Certificate.

The "As Built" drawings shall include all modifications done during construction, erection,
installation and setting to work. Three (3) hard copies and two (2) electronic copies in AutoCAD
format to be supplied.
The “As-Built” drawings shall include, but not be limited to:
 Pipework isometrics
 Pipework layouts
 Expansion joints
 Valves
 TOP details
 Pipe anchors, slides and guides supports.
 Structural supports
 Civils
13. Documentation Required and Submittal Schedule
All documents shall be submitted in accordance with the guidelines of this
enquiry on or before the required date as indicated in the following table.
The timing of documentation submittal shall be reviewed, confirmed and
eventually amended by the Tenderer to suit the overall project programme. The
Tender shall clearly indicate the documentation submittal schedule and the
complete detailed list of the deliverables (drawings, specifications,
calculation sheets, etc.). In any event, ES shall be permitted two (2)
working weeks within which to perform any review or approval.
Documentation subject to ES approval is specified in the following table. The
Tenderer is not permitted to continue with any design work associated with
documents requiring approval until such approval has been obtained from ES.

ES approval, review and comments shall not relieve the Tenderer of any
responsibility in connection with the complete design, supply, fabrication,
manufacturing, construction, erection and setting to work of the equipment.
If comments or request of modifications occur due to lack of information,
non-compliance with the present Enquiry or errors, the Tenderer shall carry
out the necessary corrective measures and submit the amended drawings and/or
documentation within one (1) working week.
The documents and information to be provided to ES by the Tenderer as part of
the Scope of Works are:-

Preliminary Approval /
Documentation / Information Final Submittal
Submittal Review
Codes, Standards, Specifications and Method
WQ 4 wks ARO APPROVAL
Statements
Temporary site requirements information
(layout, utilities, offices, etc.) for construction -- WQ REVIEW
and erection
Site Organisation Data (manpower schedule,
tools & equipment schedule, etc. – ref. -- WQ REVIEW
Schedule G)
Overall layout indicating outline dimensions,
WQ 4 wks ARO APPROVAL
levels, pumps, piping, and T.O.P’s
Detailed equipment list and specification of
WQ 6 wks ARO REVIEW
each item
Piling and Civil Works design review and
integration - Detail Design Drawings, -- 6 wks ARO APPROVAL
Calculations and Information
Detail Design (fabrication) Drawings,
-- 4 wks ARO APPROVAL
Calculations and Information
Detail Design Drawings and Information
including (but not limited to), layout and -- 6 wks ARO APPROVAL
sectional drawings.
List of Manufacturers, Sub-Suppliers and Sub-
WQ 2 wks ARO APPROVAL
Contractors Names & Qualifications
Weight List WQ 8 wks ARO REVIEW
Preliminary Approval /
Documentation / Information Final Submittal
Submittal Review
Detailed Contract Programme including design,
procurement, manufacturing, construction,
WQ 2 wks ARO (1) APPROVAL
erection, setting to work and document
submission dates
Master Component List WQ 2 wks ARO (1) REVIEW
Material Procurement Schedule -- 2 wks ARO (1) REVIEW
Programme of Inspection & Testing (as the
-- 3 wks ARO (1) APPROVAL
Quality Plan)
Cash Flow Programme WQ 2 wks ARO (1) APPROVAL
Progress Reports – Design, procurement,
-- Monthly REVIEW
manufacturing
Progress Reports – Construction, Erection and
-- Weekly REVIEW
Setting to Work
Information required for permits and approvals
As Required As Required REVIEW
(including Environmental Impact data, if any)
Drawing List/Index WQ 6 wks ARO REVIEW
Shipping List / Delivery Advice & Packing Lists 4 wks BD 2 wks BD
Quality Assessment - Evidence of Compliance
-- WQ REVIEW
(assessment reports, certificates, etc.)
Current Quality Manual -- WQ REVIEW
Typical Manufacturing Quality Plan(s) -- WQ REVIEW
Quality Plan -- 3 wks ARO (2) APPROVAL
Manufacturing Inspection and Test Plan(s) -- 3 wks ARO (2) APPROVAL
Quality Assurance Dossiers -- 8 wks ACC REVIEW
Other Quality Assurance Documentation
ref. Schedule A ref. Schedule A ref. Schedule A
(including Inspection & Testing certifications)
Installation and setting to work instruction
and/or Manuals (including installation drawings,
-- 10 wks ARO REVIEW
procedures for pressure/flow balancing,
pressure testing and pipe work flushing)
Operating & Maintenance Manuals -- 12 wks ARO REVIEW
As-Built Drawings -- 4 wks ACC REVIEW

(1) Updated at least monthly


(2) To be maintained throughout the Contract duration

Key:-WQ = Submit with Quotation ARO = After Receipt of Order (after Contract BD = Before
CIF, Coming Into Force) Delivery
ACC = After Completion Certificate
14. Documentation Delivery and Format
All documentation (unless otherwise stated) should be supplied DDP (according to INCOTERMS
2000) to the following address:-

Emirates Steel
P.O. Box No. 9022
Mussafah
Abu Dhabi – U.A.E.
The Tenderer shall submit one (1) electronic copy and two (2) full size hard copies of all
documentation mentioned in the previous paragraph of this Schedule for examination,
comment and record, unless differently indicated in other parts of this Enquiry. When drawings
are revised as a result of comment or for any other reasons a further one (1) electronic copy
and two (2) hard copies are to be provided.

The following electronic formats shall apply to final and as-built drawings and information:-

 Tenderer’s own Project-specific documentation MSWord


 Calculations and tabulations MSExcel
 Drawings produced specifically for the Project AutoCAD
 Planning and programmes MS Project or Primavera
 Tenderer’s proprietary drawings .pdf
 Third party information, if not available as stated above .pdf

Wherever possible, .pdf format files should be generated from the original material rather than
by scanning a print. This is to ensure the text is preserved and files can be searched for data
content.
The supply of electronic information excludes the proprietary applications (e.g. MSOffice,
AutoCad, Adobe, Primavera). The applicable revision or issue of preparatory software to be
used will be agreed with ES at the time.

Data files shall be organised into a logical directory structure that facilitates quick and easy
location and retrieval of information. The format of documentation for the parts and aspects
not already covered by this Schedule of the Enquiry shall be as defined in ES Engineering
Standards PRD-ES-110 – “Engineering Documentation – General”.
SCHEDULE C

TECHNICAL INFORMATION

Refer to Section - Technical Specification

SCHEDULE D

MANUFACTURERS AND SUB-CONTRACTORS

1. Manufacturers
In accordance with Clause 2.7 of this Enquiry the Tenderer shall insert in the Schedule below
and suitable extensions to it, the names of the manufacturers of the relevant equipment which
shall include the name of associated companies and divisions within the Tenderer’s
organisation.

The Schedule shall also include the location where the items will be manufactured and tested
and where inspection can be carried out.

Item Name of Manufacturer or Place(s) of Assembly,


Associated Firm Manufacture and Testing

2. Sub-Contractors and Sub-Suppliers

The Tenderer shall insert in the Schedule below and suitable extensions to it, the names of sub-
contractors (if any) for the construction and erection works and the names of sub-suppliers for
major construction materials which shall include the name of associated companies and
divisions within the Tenderer’s organisation.

Item Name of Sub-Contractor, Sub- Country of origin or Place(s) of


supplier or Associated Firm Manufacture and Testing
SCHEDULE E
PROGRAMME AND PLANNING ASPECTS

1. Scope of Schedule E
This Schedule complements the Time Schedule forming part of the contract which summarises
the Contract Programme for the completion of the Contract Works.

The planning information to be provided by the Tenderer to permit ES to monitor and control
the Project is set out in Section 2 of this Schedule.

The progress and other reports to be submitted by the Tenderer during the course of the
Contract are set out in Section 3 of this Schedule E.

2. Planning Information
2.1 Summary of Requirements
The planning information required by ES comprises:-

 A Contract Programme showing design, engineering, procurement, manufacture, works


testing, shipping, construction, erection and setting to work of the Contract Works
 A Master Component list
 A Material Procurement Schedule
 A programme of inspection and testing (as the Quality Plan)
 A cash flow programme.
Refer to Section 2.6, below, regarding provision of programme and planning and information.

2.2 Contract Programme


A Contract Programme shall be created by the Tenderer in MS Project or Primavera. It shall be
of sufficient detail to illustrate the progress for each main item and shall include as a
minimum:-

 Critical path(s) of activities


 Distinct milestones (targets) to enable progress monitoring by ES
 Production of engineering documentation (as defined in Schedule B)
 Procurement, Manufacturing, Assembly, Testing and Delivery
 Construction, Erection, Setting to work and Testing

Activity durations shall be set in accordance with the needs of the Project, after discussions and
agreement between the parties. Activities in excess of four weeks shall normally be subdivided
into definable stage

You are required to include a preliminary work program with your tender for evaluation. This
program shall indicate the procurement activities for major items of equipment and long lead
items together with the earliest date for site installation, commissioning and hand over for
operation. This program shall indicate the sequence of installation of equipment and any critical
‘milestones’.

All work shall have programmes submitted for review. Work shall be integrated with the
production and maintenance operations for the existing Phases 1, 2, 3, and EISC Plants.

It is necessary that any work carried out shall be planned with the minimum disruption to other
production activities and in the shortest time possible.

There will be a requirement to fit certain activities of work into maintenance shutdown periods.
Consideration should be given to 24hr working where necessary, including weekends

2.3 Master Component List


The Tenderer shall prepare a Master Component List showing each major component and sub-
assembly suitably divided into its component items.
It is accepted that the initial issues of the Master Component List will be in a preliminary form
and that it will be extended and finalised throughout the period of the Contract. The Master
Component List shall be used as the basis for sub-ordering, progress control, inspection and
testing, expediting, cost control and despatch. It must therefore be comprehensive and permit
detailed identification and control of all component items included within the Contract Works
throughout all stages from design to setting to work.
Certain items, particularly spares and change parts shall be referenced and labelled with ES
references in addition to the Tenderer’s references. ES will advise the Tenderer of special
markings and identification required to match its existing asset register, stores coding and
business-wide information systems.
The Tenderer will develop a plant code references, comprising plant division, section and item
codes to each item on receipt of the Master Component List. The code references shall be
applied by the Tenderer to identification of all Master Component List items, documents,
drawing, identification plates and marks fixed to plant, including spares and ancillary
equipment. The code reference system shall be subject to approval by ES.
2.4 Material Procurement Schedule
The Tenderer shall provide a material procurement schedule setting out all materials, sub-
assemblies and items to be supplied which shall be referenced in accordance with the plant
code referred to in Clause 2.3 above.
Based upon Schedule D information, the material procurement list shall show the appropriate
works order or sub-order number together with corresponding place of manufacture,
inspection and testing. Four copies of sub-orders shall be sent to ES as sub-orders are placed.

2.5 Programme of Inspection and Testing


The programme of inspection and testing extracted from the Quality Plan shall set out all
inspections and tests to be made on items of plant and shall be inserted in the contract
programme.

2.6 Submission of Information


The Tenderer shall submit with his Tender the following planning information:-
 A preliminary detailed Contract Programme
 A preliminary Master Component list
 A preliminary cash flow programme
Not later than two (2) weeks after Instructions to Proceed, the Tenderer shall supply final
versions of all of the information stated in Clause 2.1 above.

Information shall be updated, extended and revised by the Tenderer at regular intervals, and
the updated version issued at least monthly, throughout the period of the Contract. Updates,
extensions and revisions shall be agreed with ES.

2.7 Other Planning Information


ES may at its discretion call for the Tenderer to submit other more detailed planning
information which is necessary to amplify, clarify or verify any aspect of the planning situation.

2.8 Shipping Information


Four (4) weeks before despatch of the first consignment offshore-purchased items to UAE Port
(if any) or on-shore purchased items to Site, the Tenderer shall provide a schedule of shipments
setting out details of all consignments, weights and sizes, packaging, markings, works number
and identification, Port of Shipment and method of transport to Port of Shipment (if
applicable).

Two (2) weeks prior to each shipment final weights, sizes, packing, markings and identification
shall be provided by the Tenderer to ES.

3. Progress Control and Reporting


3.1 Progress Reports
The Tenderer shall provide one (1) electronic copy and one (1) hard copies of progress reports
to ES, each month throughout the duration of the Contract.

The scheduling of progress reporting will be to ES’s requirement.


Progress will be reviewed and briefly reported at weekly intervals during the construction,
erection and setting to work of the relevant equipment.

The Progress Report shall include as a minimum:-

 A detailed description of the progress of the Scope of Work, including a critical path chart
illustrating the progress which has been made
 A statement of any significant issues which remain unresolved and a litany of the
Tenderer observations and suggested recommendations or resolutions as to the same
 Comments of whether the execution of the Scope of Work is on schedule or behind
schedule, and actions being taken to correct schedule delays
 A summary of any significant Project events which are scheduled to occur during the
following thirty (30) days.
It is an essential feature of the progress reports that these must relate assessment of progress
to the agreed detailed Contract Programme activities. A tabulated form of report is preferred.
For each activity an index of completion or an assessed percentage completion shall be stated.

In addition, items in manufacture which are late to programme shall be suitably annotated and
a separate list of items shall be attached to the progress report showing works order or sub-
orders of items which are both critical and late and may thus affect attainment of the agreed
dates in the Contract Programme.

3.2 Tenderer’s Staff


During construction and installation of the Contract Works the Tenderer shall provide to ES one
(1) electronic copy and one (1) hard copies of weekly labour reports, showing the total numbers
of all staff listed by grades, employed on the site with details of hours worked. Such reports
shall commence from occupation of the site until completion of the Contract Works. The
Tenderer’s supervisory staff shall keep a daily diary of events which shall be available for
inspection and reference by ES.
3.3 Progress Meetings
Progress meetings shall be held at regular intervals at ES’s offices, at Site or elsewhere.

3.4 Disruptions
Where disruptions to the programme are foreseen or detected, the Tenderer shall immediately
provide ES with full details of the problem and the action which he has taken, or intends to
take.

ES shall be advised of all delays, defects, rejections, inadequate test results, damage or unusual
occurrences.

4. Format of Information
Refer to Schedule B.
SCHEDULE F

WEIGHTS EQUIPMENT

The Tenderer shall insert in this Schedule a breakdown of the total weight of the relevant
equipment to be supplied.

Equipment bedplates shall also be included with assemblies unless called for separately.

Additional items shall be listed under with appropriate document references.

Alternative items to those already specified shall be listed under with appropriate document
references.

All weights of items are net, exclusive of packaging for shipping and storage.

Item Description Unit Quantity


1 kg
2 kg
3 kg
4 kg
5 kg
6 kg
7 kg
… kg
… kg
… kg

Total kg
SCHEDULE G

SITE ORGANISATION, CONSTRUCTION AND ERECTION WORKS

The Tenderer shall provide within the Tender a description and data of his proposed Site
Organisation. The Tenderer is required to develop (but not limited to) the following:-

 Detailed Work Plan for Project Management and Supervision


 Detailed Management Manpower Schedule including skill levels
 Detailed Construction Manpower Schedule (preliminary histogram of estimated manning
in relevant grades during construction, erection, testing and setting to work - direct and
indirect labourers)
 Detailed Construction Equipment and Tools Schedule (specifying in-house and hired
equipment)
 Construction site layout showing lay-down and assembly areas, material storage areas,
site offices and any other temporary facilities.

In addition, the proposed construction site layout shall indicate intended points of entry of
Tenderer’s dedicated area at which the Tenderer will assume responsibility for safety,
environmental compliance and security in coordination with ES’s Works-wide establishment
and systems.

All on-Site activity shall be executed in accordance with all local laws in force at the time and
ES’s rules and regulations, including but not limited to ES Site Regulations – Mussafah (ref.
Appendix 1, Attachment 4.1.1) and ES HSE Manual (ref. Appendix 1, Attachment 4.1.2). The
Tenderer will be requested to coordinate with ES Safety Department before starting work.

SCHEDULE H
MANNING
The Tenderer shall provide schedules of the recommended manning requirements for complete
staffing of all shifts required for the operation, maintenance and management of the cables and
accessories.

Personnel shall be listed by the Tenderer under headings that shall be job descriptive, and give
nominal duties, responsibilities, qualifications and experience.

The manning shall include the provision of suitably trained HSE officers in compliance with Abu
Dhabi Municipality Construction Codes of Practice.

The Tenderer shall provide the following information with the tender:

a) Total peak anticipated labour force, inclusive of sub-contractors, both overall and by
grades and occupations concerned.

b) Number and details of sub-Contractors.

d) Approximate dates of commencing and ceasing work

e) Proportion of regular employees to be used

f) Proportion of local persons to be engaged

g) Proportion of travelling persons to be engaged

h) Accommodation requirements

i) Site recruitment/engagement procedure


j) Willingness to co-operate with the Purchaser in coordinating employment
arrangements across the site in accordance with policy statements.

The Tenderer shall provide the following within 14 days of Contract placement:
a) Name, designation, and telephone number of Senior Representative responsible for
the Contract.

b) Name, designation, address and telephone number of Site Representative.

c) Name, designation, address and telephone number of recognised deputy.

d) Name, designation, address and telephonenumber of person responsible for Site


Safety.

e) Site organisation Structure, showing relationship with Main office, number and role of
site staff.

f) Experience and qualifications of day site staff.


APPENDIX 1

1. ES Engineering Standards

Important note:
The Tenderer shall refer to the relevant ES Engineering Standards, below, for all aspects of his
Scope of Works and contractual obligation not explicitly covered in this Enquiry. An electronic
copies are provided.

1.1 General
PRD-ES-002 - Introduction
PRD-ES-003 - Site Information
HSD-PR-003 – Permit to Work Procedure
ES HSE Handbook
1.2 Civil and Structural Works
PRD-ES-010 - General Requirements
PRD-ES-011 - Site Preparation
PRD-ES-012 - Earthworks, Foundations & Drainage
PRD-ES-013 - Piling
PRD-ES-014 - Concrete Structures
PRD-ES-015 - Steel Structures
PRD-ES-016 - Masonry Works
PRD-ES-017 - Roads and Traffic Loads
PRD-ES-018 - Structures, Buildings, Rooms & Installations

1.3 Engineering Documentation


PRD-ES-110 - Engineering Documentation

1.4 Piping
PRD-ES-120 - Basic Design Criteria
PRD-ES-121 - General Requirements
PRD-ES-122 - Pipe Selection
PRD-ES-123 - Pipe Fittings
PRD-ES-124 - Selection of Valves
PRD-ES-125 - Flanges, Gaskets & Bolts
PRD-ES-126 - Fabrication and Installation of Steel Piping
PRD-ES-127 - Pressure Testing
PRD-ES-128 - Pneumatic Test Procedure for Oxygen Pipeline
PRD-ES-129 - Cleaning & Test Procedure for Oxygen Pipeline

1.5 Quality Assurance Procurement


PRD-ES-180 - Procurement Quality

1.6 ES Project Site Procedures


PRD-ES-190 - ES Site Regulations
PRD-ES-191 - Project Risk Register Procedure
PRD-ES-192 - Project Root Cause Analysis Procedure
PRD-ES-193 - Project Excavation Procedure
PRD-ES-200 - Non-Conformance & Technical Query Procedure
PRD-ES-201 - Snag List Procedure
PRD-ES-202 - Defect Reporting Procedure
PRD-ES-203 - Project Planning Procedure
PRD-ES-204 - Pre-Tender Health & Safety Plan Procedure

APPENDIX 2
2. Drawings

2.1 Soil Investigation Report

2.1.1 Report No. S05000249 - Site investigation for the proposed EIS Rebar Mill project at
Mussafah, Abu Dhabi, UAE – by Arab Center for Engineering Studies (ACES), dated 31st
October 2005.
2.1.2 Photographs of Storm Drain Damage
APPENDIX 3

3. Project Drawings

3.1.1 ES Drawing 21-000047 Rev03 – Phase 2 HSM (RM04) Proposed Outside Storage Areas
3.1.2 Drawing 21-000060 Rev04 – Phase 2 HSM (RM04) Proposed Outside Storage Areas
3.1.3 Phase 2B Storm Drain System Drawings.
3.1.4 Phase 2B Fire-Fighting System Drawings.

Вам также может понравиться