Вы находитесь на странице: 1из 8

KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION

JOB TITLE:

KILN SHUTDOWN CRUSHER BC WORKS

REFERENCE

PR No: OR45046479

PROJECT LEADER:

_______________________

Maintenance Department Last printed: 2/18/2019 Page 1 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION

JOB CODE: KSD CRUSHER BC WORKS

We cordially invite you to submit quotation for the above jobs in accordance with the following
condition and specifications.

A. JOB DESCRIPTION
The work requirements are to supply labor, tools, heavy-duty welding set with VRD, lifting
equipment (e.g. hoist, sling wire, chain blocks, lever blocks etc.) and vehicles to carry out the
following works;

1. BELT CONVEYOR 1 (NOR-125-BC02)


A.1.1. Replacement of conveyor belt.
A.1.1.1. Hauling of conveyor belt (130m-length 1200mm-width)
A.1.1.2. Replacement of belt.
A.1.1.3. Hauling of damage belt to scrap area.
NOTE: Splicing and vulcanizing to be perform by other contractor

A.1.2. Replacement of drive pulley.


A.1.2.1. Hauling of new pulley
A.1.2.2. Removal of old pulley
A.1.2.3. Installation of new pulley
A.1.2.4. Hauling of old pulley to scrap yard

A.1.3. Fabrication and installation of tensioner on head pulley.


A.1.3.1. Fabrication of adjustable support bearing base frame, provision to installation of
tensioner
A.1.3.2. Installation of tensioner

A.1.4. Replacement of drive coupling.


A.1.4.1. Hauling of new coupling
A.1.4.2. Installation to new pulley
A.1.4.3. Assist on alignment to be conduct by RCBMI employee

A.1.5. Replacement of damage rollers


A.1.5.1. Removal of damage rollers (as per RCBMI inspector)
A.1.5.2. Installation of new rollers
NOTE: To quote for complete replacement and bill as per actual percentage

Maintenance Department Last printed: 2/18/2019 Page 2 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
2. BELT CONVEYOR 2 (NOR-125-BC04)
A.2.1. Replacement of conveyor belt
A.2.1.1. Hauling of conveyor belt (190m-length 900mm-width)
A.2.1.2. Replacement of belt.
A.2.1.3. Hauling of damage belt to scrap area.
NOTE: Splicing and vulcanizing to be perform by other contractor

A.2.2. Replacement of drive coupling


A.2.2.1. Hauling of new coupling
A.2.2.2. Installation to new pulley
A.2.2.3. Assist on alignment to be conduct by RCBMI employee

A.2.3. Replacement of damage rollers


A.2.3.1. Removal of damage rollers (as per RCBMI inspector)
A.2.3.2. Installation of new rollers
NOTE: To quote for complete replacement and bill as per actual percentage

3. BELT CONVEYOR 3 (NOR-125-BC09)


A.3.1. Replacement of conveyor belt
A.3.1.1. Hauling of conveyor belt (350m-length 900mm-width)
A.3.1.2. Replacement of belt.
A.3.1.3. Hauling of damage belt to scrap area.
NOTE: Splicing and vulcanizing to be perform by other contractor

A.3.2. Replacement of dilapidated frame


A.3.2.1. Preparation/hauling of belt conveyor frame assembly (6 pieces of 6 meters, total
length of 30 meters).
A.3.2.2. Demolition/dismantling of existing damage frame assembly including tail pulley,
safety features, pull cords, electricals.
A.3.2.3. Alignment of frame.
A.3.2.4. Installation of frame assembly.
A.3.2.5. Installation of safety features, full chord, electricals
A.3.2.6. Fabrication of tail pulley bearing seat/base.
A.3.2.7. Re-installation of tail pulley.

A.3.3. Replacement of damage rollers


A.3.3.1. Removal of damage rollers (as per RCBMI inspector)
A.3.3.2. Installation of new rollers
NOTE: To quote for complete replacement and bill as per actual percentage

Maintenance Department Last printed: 2/18/2019 Page 3 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
4. TRIPPER CAR (NOR-125-TI06)
A.4.1. Repair/Re-plating of tripper car discharge chute
A.4.1.1. Cutting/Removal of worn-out plate
A.4.1.2. Fabrication/Cutting of new plate (AR 20mm plate)
A.4.1.3. Installation/welding of new plate

A.4.2. Replacement of tripper car support bearings


A.4.2.1. Removal of all damage support bearing
A.4.2.2. Installation of new bearings

General Note:
a) All preparatory works including cleaning prior to mill stoppage is included in the contractor’s
scope.

b) All machine guards and railings in the equipment must be refurbished, repainted and fixed
properly by the contractor.

c) Retightening of bolts after 72hrs of operation (timing to be finalized by RCBMI-Nor) will be


carried out by the contractor

OTHER CONDITIONS

1. The contractor shall transport all materials supplied by RCBMI-NOR from RCBMI-NOR
WAREHOUSE to the working site in accordance with the directives given by RCBMI Engineer.
2. The maintenance work shall be prepared or arranged in consultation with the company’s
engineers. Site meetings shall be held when required by the company to update or reshape the
work schedule if any circumstances which may arise which effect the progress of the works.
3. The works shall be carried out in accordance with drawings and instructions given by the
company’s supervising engineers
4. If electrical welding is executed on any part within the machine, the welding current must never
be conducted through sliding or anti-friction bearings, other moveable connections or measuring
equipment. Return lead-welding current must always be connected close to the point of welding
and directly to the part being welded.
5. The margin of tolerance and allowance for the fitting and assembly of the machinery and
equipment shall be prescribed by the company’s engineer on site. The contractor shall observe
strictly these tolerances and accuracy.
6. The company’s engineers whose instructions and inspections shall be final and decisive shall
supervise the works.
7. In order to expedite the completion of the work, the contractors shall be requested to work
simultaneously with as many working teams as possible on 24 hours basis to ensure working
schedule is strictly adhering to.

Maintenance Department Last printed: 2/18/2019 Page 4 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
8. In the event that the contractor fails to complete the work within the time limit stipulated above or
to carry out the erection work according to the instructions or directives given by the company’s
engineers, the company shall have every right and privilege to call upon other contractors to carry
out the work to completion and all expenses incurred by the company in so doing shall be the
contractor’s own account.
9. The contractor shall observe the rule and regulations as set forth by the company in respect of
security, safety and environment measures in the company’s premises.
10. HOUSEKEEPING. The Contractor must keep the designated work area and surrounding area
clean and tidy throughout the duration of the works. Housekeeping is required on a daily basis,
which includes but is not limited to keeping walkways tidy and free from cables and hoses,
putting all cigarette, food & plastic waste into designated bins, keeping working materials tidy
and immediate removal of scrap materials. Contractors are also required to participate in site wide
cleaning or “5S” as requested by RCBMI-NOR.

B. WORK COMPLETION

1. The contractor shall clean the works site thoroughly, removing all oil spills and materials in
consequence of the works to designated area around the vicinity of the company’s premises.
2. All minor touch up of works performed shall be the responsibilities of the contractor.
3. All work must be complete to comply RCBMI-NOR standard & if all work is not complete to
RCBMI-NOR standard and a third party contractor is required to complete the work. The cost of
this will be deducted from final payment to contractor.

C. SITE VISIT

A site visit is pre-requisite for the contractor to accurately assess and determine extend of work
requirements to perform the job satisfactorily.

D. SUPPLY SCOPE

1. RCBMI - NORZAGARAY PLANT


1.1. AR Plate/MS Plate
1.2. Welding Electrodes
1.3. Pulley
1.4. Belts
1.5. Oxygen/Acetylene
1.6. Bolts and nuts.
1.7. Rags
1.8. Bearings
1.9. Other materials need to replace

Maintenance Department Last printed: 2/18/2019 Page 5 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
2. CONTRACTOR
2.1. Labor and tools such as cutting outfit, welding set with VRD, drills, hand tools, hydraulic
jacks, lifting tools (chain block, level block, sling etc) and transportation.
2.2. To supply own safety Personal Protective Equipment and apparatus to all workers e.g.
Helmet, safety shoes, goggles, safety belts, welding mat and etc.
2.3. The contractor must provide labor for stand-by for 72 hours, during test-run, heating up and
feeding for corrective works arising from the failures in testing and inspection shall be
carried out by the Contractor and expenses incurred shall be the contractor’s own account.
2.4. To supply spotlight, ventilation fan, extension cable and other for the above jobs. All
electrical equipment or tools must be inspected by electrical engineer before can be use at
site and stick with inspection sticker “APPROVED”.
2.5. To provide safety Risk assessment before starts the job.
2.6. Gas cutter set must install with flash back arrestors (torch and handle mounted) and declare
to RCBMI-NOR Engineer before use.
2.7. All Gas Bottles must be contained within a steel fabricated Cage or Mobile trolley. The
design of this must ensure the gas bottles are firmly secured in the upright position and
cannot fall over. This must be used for operation, storage, and transport and lifting of bottles.
2.8. VRD – Voltage Reduction Device
2.9. Manpower (Based on 2-Shifts 8:00AM to 8:00PM and 8:00PM to 8:00AM)
• Safety Officer – 2
• Supervisor/Foreman – 2
• Skilled workers - 12

E. WORK SCHEDULE

1. The maintenance work must be completed within 10.0 days from handover by RCBMI-
NOR to the contractor.

2. The works shall be scheduled to work for twenty-four hours (24 hrs) a day including
Sundays, public holiday and overtime works shall be carried out without additional claim
RCBMI-NOR in order to confirm to work schedule.

3. The Contractor' shall strictly follow the work schedule and complete all the works within the
period given.

4. The contractor shall submit THEIR Preliminary work schedule with the tender.

5. The successful contractor awarded the Tender shall prepare and submit their DETAILED
WORK SCHEDULE to the relevant RCBMI-NOR Engineer for discussion and approval
either within 10 days after being awarded the contract or 10 days prior to starting work
whichever occurs earlier.

6. The contractor’s detailed work schedule must be prepare in consultation with the RCBMI-
NOR engineer, must consider work to be done by other groups and must fit within RCBMI-
NOR schedule.

Maintenance Department Last printed: 2/18/2019 Page 6 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
7. The successful contractor shall submit a detailed METHOD STATEMENT, which explains
the steps and sequence of work to be performed by the contractor for completing the work
within this scope document. This must consider safety, environment and technical aspects of
the job.

8. The METHOD STATEMENT must be submitted RCBMI-NOR Engineer at least 10 days


prior to starting work for discussion and approval.

9. The purpose of this is Method Statement & Schedule is to confirm the contractor fully
understands the work scope and has planned correctly to finish within the specified schedule
time.

F. PENALTIES

SAFETY

1. If a Contract worker has committed any minor health and safety offense, his / her safety badge
will be punched once by RCBMI-NOR representative. After 3 violation punches, he / she will be
banned from entering RCBMI-NOR premises with immediate effect for a period of 12 months.

2. If the Contractor’s worker committed a major health and safety offense, he / she will be banned
immediately for 12 months or for life depending on the seriousness of the offense.

3. The Contracting company will be fined Php1,500 for each safety offense committed by it's
workers which results in a hole being punched in the safety badge. If 3 holes are punched at the
same time for a major safety offense the fine will be Php 4,500 in addition to the minimum 12
month site ban. The fine will be deducted from the contractors contracted sum and not from the
workers salary.

4. The Contracting company will NOT be penalized for reporting accidents or near misses.

WORK DELAY

1. A cost penalty will be applied to the contractor in the event that the contractor fails to complete
the work within the time limit stipulated above in WORK SCHEDULE and the contractor causes
the delay.

2. Penalty rates will be incurred in the form of reduction in total contract value paid by RCBMI-
NOR to the contractor. The Value of the penalty applied will be 2.5% of the total contract value
per day the work is over the WORK SCHEDULE number of days.

3. Penalties will NOT be applied to the contractor if the work is delayed by RCBMI-NOR.

QUALITY

Maintenance Department Last printed: 2/18/2019 Page 7 of 8


KILN SHUTDOWN 2019 Ref No: OR45046479

TECHNICAL SPECIFICATION
1. If equipment fails within 6 months of test run date due to poor quality of work by the contractor,
the contractor must complete the “URGENT” rework at no cost to RCBMI-NOR.

G. CONTRACT PRICE

1. The company does not bind itself to accept the lowest of any tender. The tendered shall have no
claims what so ever against the company for any rejection henceforth.

Prepared by: Noted by: Reviewed by: Authorized by:

MICHAEL PILONGO CHRISTIAN SUMBILLO JOSHUA OCAMPO NOEL BALLARAN

Mechanical Planner Methods Manager. Mechanical Execution Maintenance Manager

Maintenance Department Last printed: 2/18/2019 Page 8 of 8

Вам также может понравиться