Top Banner
KINGDOM OF THAILAND PTT PUBLIC COMPANY LIMITED ONSHORE COMPRESSOR STATION 4 PROJECT VOLUME 1 PART 3 BID FORMS
60

Part 3.0 Bid Forms_Final

Nov 30, 2015

Download

Documents

Part 3.0 Bid Forms_Final
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: Part 3.0 Bid Forms_Final

KINGDOM OF THAILAND

PTT PUBLIC COMPANY LIMITED

ONSHORE COMPRESSOR STATION 4 PROJECT

VOLUME 1

PART 3

BID FORMS

Page 2: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms

PART 3.0 BID FORMS

TABLE OF CONTENTS

3.0 BID FORMS..............................................................................................1

3.0.1 BID SECURITY ...........................................................................1

3.1 TECHNICAL BID .......................................................................................2

3.1.1 TECHNICAL INFORMATION .........................................................2 3.1.2 EXECUTION PLAN ......................................................................3 3.1.2.1 BIDDER’S EXECUTION PLAN .......................................................3 3.1.2.2 MILESTONE DATE AND REQUIRED PERFORMANCE SCHEDULE.......5 3.1.3 ORGANIZATION AND KEY PERSONNEL ......................................10 3.1.4 QUALIFIED SUBCONTRACTORS.................................................13 3.1.5 LIST OF APPROVED VENDORS FOR MATERIAL AND EQUIPMENT ..14 3.1.6 DESCRIPTION OF CONSTRUCTIONAL PLANT ..............................14 3.1.7 WORKLOAD ............................................................................14 3.1.8 QUALITY ASSURANCE .............................................................15 3.1.9 FINANCIAL AND CREDIT INFORMATION .....................................16 3.1.10 PARTNERSHIP, CONSORTIUM OR JOINT VENTURE AGREEMENT...16 3.1.11 INSURANCE INFORMATION.......................................................16 3.1.12 LITIGATION.............................................................................16 3.1.13 ENVIRONMENTAL, SAFETY & HEALTH .......................................16 3.1.13.1 Bidder shall complete SHE form as shown in Attachment 2............16 3.1.13.2 Bidder shall provide his draft SHE plans required:..........................16 3.1.14 TECHNICAL COMPLIANCE ........................................................17 3.1.15 COMMERCIAL COMPLIANCE .....................................................18

3.2 COMMERCIAL BID..................................................................................19

3.2.1 PRICING SCHEDULE .................................................................19 3.2.1.1 INSTRUCTION FOR COMPLETING LUMP .....................................19 3.2.1.2 DAY RATE PRICING FOR CHANGES AND EXTRA WORK FOR .......29

ATTACHMENT

1. PROPOSAL LETTER……….……………………………………………………………53

2 ENVIRONMENTAL, SAFETY & HEALTH FORM………………………….………..55

Page 3: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 1 of 58

3.0 BID FORMS

Bids shall be submitted under cover of a Proposal Letter in the format shown in Attachment 1 to this Part 3. Bidder may retype the sample text given onto company letterhead; however, the text shall not be altered from the sample shown.

Bidder's Technical and Commercial Bids shall be submitted on the prescribed forms enclosed with this Section (using additional pages where necessary) to the address and on the dates shown in the Part I, Instructions to Bidders. Failure to complete all forms may lead to rejection of the bid.

The Bid shall be divided and submitted in the following sections:-

− Technical Information − Technical Proposal − Commercial Proposal − Bid Security To enable PTT to evaluate all the sections of the Bid, they should contain sufficient details and information. The Bids shall strictly follow the sections of the ITB. The Technical Information shall be submitted together with the full proposal to allow PTT to review the technical submission.

3.0.1 BID SECURITY

To be submitted in accordance with Part 1.0 Instructions to Bidders Article 1.3.6 and Attachment 1, Sample Form of Bank Guarantee for Bid Security.

The intent of this Bid Security is to secure Bidder’s acknowledgement of the Notice of Award on basis of the terms and conditions of the ITB and to secure Bidder’s readiness to sign a formal Contract with PTT without undue delay and to secure Bidder’s submission of the required performance security within the time limit specified in the ITB.

No alterations or amendments shall be permitted to the form of Part 1 Attachment 1. Any such alterations or amendments may invalidate the Bid.

The Bid Security shall be submitted together with the Bid in a separate sealed envelope marked “Bid Security” to PTT’s address given in this document.

Failure to submit the Bid Security shall lead to rejection of the Bid unopened.

The Bid Security shall be released by PTT to the unsuccessful Bidders within 30 days after PTT approval of the successful Bidder.

Page 4: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 2 of 58

3.1 TECHNICAL BID

Technical information shall be evaluated in accordance with Part 1.0 Instructions to Bidders, Article 1.5.5, Evaluation and Comparison of Bids, Technical Evaluation. Bidder is required to submit his Technical Bid in format satisfactory to PTT including;

3.1.1 TECHNICAL INFORMATION 3.1.2 EXECUTION PLAN 3.1.3 ORGANIZATION AND KEY PERSONNEL 3.1.4 QUALIFIED SUBCONTRACTORS 3.1.5 LIST OF APPROVED VENDORS FOR MATERIAL AND

EQUIPMENT 3.1.6 DESCRIPTION OF CONTRACTOR’S PRIMARY EQUIPMENT 3.1.7 WORK LOAD 3.1.8 QUALITY ASSURANCE 3.1.9 FINANCIAL AND CREDIT INFORMATION 3.1.10 PARTNERSHIP’S CONSORTIUM OR JOINT VENTURE

AGREEMENT 3.1.11 INSURANCE INFORMATION 3.1.12 LITIGATION 3.1.13 ENVIRONMENT, SAFETY AND HEALTH 3.1.14 TECHNICAL COMPLIANCE 3.1.15 COMMERCIAL COMPLIANCE

3.1.1 TECHNICAL INFORMATION

The Technical Information to be submitted together with the Technical Proposal shall include the following:

• Gas Compressor Motor Driven Vendors’ Technical Proposal including o Compressor , Motor and variable speed gear box Data Sheets and

Specifications o Technical deviations for proposed Compressor Package compared

to PTT specification o PFD o P&ID o Part list o Compressor performance curve, polytropic head, polytropic

efficiency (%), shaft power, discharge pressure and discharge temperature, compression ratio versus flow for all 3 design operating conditions as indicated in the data sheet.

o Spares of Compressor, Motor, variable speed gear box (insurance and commissioning)

o Compressor control system architecture including the master performance, load sharing and anti surge controllers.

• Proposed preliminary equipment layout at the compressor station

• Proposed main piping layout for compressor station (grater than 16 inch.)

• Updated Single Line Diagrams and Load Schedule for Bidder’s proposed systems

Page 5: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 3 of 58

• Major electrical equipment data sheets.

• Proposed control system configuration based on Project’s Philosophy For Control System ( PHC-0804.02-06.01) and Conceptual design drawings including list of the deviation.

• Preliminary list of 2 years operational spares

• Technical specifications, data sheets of major equipment i.e. flare package, emergency generator, inlet filter scrubber, air fins cooler and instrument air package.

• Design requirements for Future (Design for addition of two extra compressors)

Note: If Bidder’s Proposal is evaluated as not being capable of meeting the technical requirement of the Project, Bid shall be rejected, and Commercial Proposal shall be returned unopened to Bidder.

3.1.2 EXECUTION PLAN

Bidder shall submit with its bid an Execution Plan and Project Schedule including sufficient technical detail describing designs, methods and equipment to allow a thorough technical evaluation of the bid by PTT. It is understood that final design and detailed procedure preparation will be carried out after contract award. However, from the Technical Information submitted with the bid, it must be clear that Bidder has fully understood the technical complexity of the project, and has made adequate provisions in his execution plan for the equipment and labor resources to successfully complete the project.

Of particular importance in the technical evaluation is for Contractor to demonstrate his ability to meet the milestone and completion dates as shown in the Article 3.1.2.2, Milestone Schedule below. Meeting or improving upon Mechanical Completion and Initial Acceptance date will give the Contractor an improved rating possible for this category.

3.1.2.1 BIDDER’S EXECUTION PLAN

The following is minimum information to be submitted with the proposal as part of Bidder's Execution Plan:

a.) Provide written detailed explanation of the work procedures

required to successfully execute the project since project commencement until project completion including; but not be limited to, the following works; • Project organization • Mobilisation plan of Contractor’s personnel and major

construction equipment • Coordination and communication procedure • Facilities for PTT and PTT’s Representative in both

Contractor’s home office and at site • Detailed engineering design execution and engineering

deliverables (Engineering shall be undertaken by Contractor using his in-house capability).

Page 6: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 4 of 58

• Detailed engineering and construction methodology for land reclamation land for flare

• Material management programme consisting of procurement, inspection, expediting, transportation, customs clearance, BOI, handling and storage of materials

• List of long lead time materials and expected delivery schedule

• Construction and Installation Activity • Description and explanation how to interface and tie-in new

Compressor System to the associated PTT’s facilities • Provide a plan for welding including anticipated procedures

and non-destructive testing methods. • Project Control and Administration • Precommissioning and Commissioning Activity including all

testing, training, Operations Support • Detailed explanation of services to be provided during the

Guarantee Period to achieve issue of the Certificate of Final Acceptance including assessment of the 9,000 hours of availability

• Implementation of Environmental Programme. • Implementation of Health and Safety Procedure including

description and explanation of implementation of design safety and maintenance of safe working at site

• Predicted noise level at the site battery limit, confirmation to meet the authority and EIA requirements, basis of design for acoustic enclosure.

b.) Prepare a logistics plan and project schedule that conforms to the requirements of Part 5.0 Scope of Work and Milestone Dates and Required Performance Schedule;

Expected Date

Description Submit Requisition

Issue Enquiry for

Material

Issue of Purchase

Order FAT Test FOB Delivery to

Site

1) Compressor Trains 1A) Unit C 1B) Units A & B

2) Flare Package

3) Gas Cooler

4) Filter Scrubber

5) Diesel Generator Set 6) Main line shut down Valves, 20

Page 7: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 5 of 58

inch. or grater

7) DCS and SIS system 8) Fire Water Pumps

• Diesel Pump • Motor Pump • Jockey

Pump 9) GIS switchgear and transformer

c.) Prepare preliminary Subcontracting Plan

3.1.2.2 MILESTONE DATE AND REQUIRED PERFORMANCE SCHEDULE

Bidder is required to prepare a project schedule showing its plan to carryout all the Work required. The proposed progress measurement procedure shall be attached: if the procedure is not attached, the bid may be rejected as being non-responsive. The project schedule shall be submitted in a bar chart format incorporating all milestone descriptions, conditions and requirements as set forth below;

a.) Project Milestone

If necessary additional intermediate milestone dates will be mutually agreed based upon Contractor's proposed execution plan. Once an agreed schedule of milestone dates is established, failure of Contractor to meet any milestone will result in PTT's withholding Contractor's progress payment for the month in which the failure occurs and for all subsequent months until the milestone is achieved.

1. ENGINEERING INCLUDING TRAINING

Milestone Number

Month (Note 1)

Milestone

Planned Progress (Note 2)

Earned Payment

Percentage (Note 3)

1 1 Kick-off Meeting and PTT Approval of Project Execution Plan, Quality Plan and HSE Plan

Proposed by

Bidder

As per actual

progress

2 Proposed by Bidder

PTT Approval of Project Procedures and Preliminary Interface Procedures

Proposed by Bidder

As per actual

progress

3 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder

As per actual

progress

4 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder

As per actual

progress

5 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder As per actual

Page 8: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 6 of 58

progress

6 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder

As per actual

progress

7 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder

As per actual

progress

8 Proposed by Bidder

Proposed by Bidder Proposed by

Bidder

As per actual

progress

9 Proposed by Bidder

Approval by PTT of Certificate of Start of 30 Day Operations Run for Unit C And Common Facilities

Proposed by Bidder

As per actual

progress

10 Proposed by Bidder

Approval by PTT of Certificate of Start of 30 Day Operations Run

95% As per actual

progress

11 Proposed by Bidder

Approval by PTT of Certificate of Initial Acceptance 100% 100%

Note 1 Scheduled date, in months shall be submitted by Bidder and

approved by PTT after Award of Contract Note 2 Percentage given is cumulative. It shall be applied to the total cost of

Engineering and Training quoted in the price breakdown. Note 3 Cumulative as per actual progress Note 4 PTT would expect to see Training and Commissioning Manual to be

included as a part of Milestone.

2. EQUIPMENT AND MATERIALS DELIVERY TO SITE

Month (Note 1)

Planned Equipment and Materials delivered to SITE

(Note 2)

Earned Payment Percentage (Note 3)

1 Kick-off Meeting and Approval of Project Execution Plan

10 %

2 Issue Purchase Order Compressor Packages and acknowledgement

received 15%

Proposed by Bidder Issue PO for all Tagged Equipment 20%

Proposed by Bidder Prorata Payment upon Delivery to Site 20%~ 95%

Proposed by Bidder Approval by PTT of Certificate of

Initial Acceptance 100%

Note 1 Remaining scheduled date, in months shall be submitted by Bidder

and approved by PTT after Award of Contract Note 2 During execution, Contract shall prepare an Equipment and Material

List, which allocates a value of Equipment and Material delivered to

Page 9: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 7 of 58

Site. The list shall be submitted to PTT prior to the shipping of the first shipment.

Note 3 Percentage given is cumulative. It shall be applied to the total cost of Equipment and Materials quoted in the price breakdown.

3. CONSTRUCTION

Milestone Number

Month (Note 1)

Milestone Planned

Progress (Note 2)

Earned Payment

Percentage (Note 3)

1 1 Kick-off Meeting and approval by PTT of Project Execution Plan, Quality Plan and HSE Plan

0.5% As per actual

progress

2 Proposed by Bidder

PTT Approval of Project Procedures 2%

As per actual

progress

3 Proposed by Bidder Proposed by Bidder Proposed by

Bidder

As per actual

progress

4 Proposed by Bidder Proposed by Bidder Proposed by

Bidder

As per actual

progress

5 Proposed by Bidder Proposed by Bidder Proposed by

Bidder

As per actual

progress

6 Proposed by Bidder Proposed by Bidder Proposed by

Bidder

As per actual

progress

7 Proposed by Bidder Proposed by Bidder Proposed by

Bidder

As per actual

progress

8 Proposed by Bidder

Approval by PTT of the Notice of Mechanical Completion of Unit C together with Common Systems

80%

As per actual

progress

9 Proposed by Bidder

Approval by PTT of Certificate of Start of 30 Day Operations Run for Unit C And Common Facilities

90%

As per actual

progress

9 Proposed by Bidder

Approval by PTT of Certificate of Start of 30 Day Operations Run

95% As per actual

progress

10 Proposed by Bidder

Approval by PTT of Certificate of Initial Acceptance. 100% 100%

Note 1 Remaining Scheduled date, in months shall be submitted by

Contractor after Award of Contract. Note 2 Percentage given is cumulative. It shall be applied to the total cost of

Construction quoted in the price breakdown. Note 3 Cumulative as per actual progress

Page 10: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 8 of 58

Note 4 PTT would expect to include completion of temporary facilities at site, site preparation, completion of dewatering and compaction of the reclamation and within intermediate Milestone.

Note 5 Contractor shall complete the control and substation buildings including infrastructure by end of 15th month from Commencement Date, completion in this regard means ready for equipment and cabling to be installed.

Note 6 Contractor shall complete all facilities to supply power and instrument air to the FTPP by end of 18th month from Commencement Date.

b.) Required Performance Schedule

In addition to the milestone date specified above, overall performance schedule for the project shall conform to the following:

• Within 30 days from Commencement Date, Contractor shall submit the following documents to PTT;

- “Plan of Execution and Project Schedule”, This plan and schedule shall become binding on Contractor following PTT Approval.

- Proposed Vendors and their promised delivery schedule. Contractor shall provide evidence that materials can achieve Delivery to Site to be incorporated into the project.

• Contractor shall substantially complete the design, construction drawings and construction specifications within 150 days from Commencement Date.

• Contractor shall submit design calculations, construction drawings and construction specifications for the Work as it is completed but no later than thirty (30) days prior to commencement of construction for that portion of the work.

• Contractor shall submit the hydrostatic testing, drying and commissioning plan and procedure at least sixty (60) days prior to the first portion of the Work to be hydrotested.

• Contractor shall submit for approval by PTT the start-up manual, operating manual and training manual for the Project sixty (60) days prior to planned Mechanical Completion of the first sub-division.

• The schedule shall identify all activities requiring PTT interface. This includes review and approval of Contractor’s design, witness inspection and testing activities. It should detail interface activities with third parties including FTPP, LNG contractor and Utility suppliers.

• The schedule shall allow fourteen (14) working days for PTT to review and comment on any documents requiring review by PTT. The schedule shall also identify the number of days allowed for customs clearance.

Page 11: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 9 of 58

c.) Details of the Contractor's Proposed Schedule

The Schedule shall include a work breakdown structure identifying all major work elements leading to Commissioning and Initial Acceptance of the Project. The Schedule shall include all key activities included in the Scope of Work. However, the required bar chart schedule shall show at least the following activities and shall include the time in days for completion of each activity.

Activities

• Mobilization

• Begin Engineering and Procurement • Finalzation of requisitions for all equipment.

• Placement of Purchase Orders for major and long lead material/equipment

• Review and finalization of Process Flow Diagrams (PFDs) and Piping and Instrumentation Diagrams (P&IDs) for main gas system

• Draw up and finalisation of other Process Flow Diagrams (PFDs) and Piping and Instrumentation Diagrams (P&IDs) for all systems and utilities

• Review and finalization of Single Line Diagrams

• Approved for Construction Drawings (First and Last Date) - Civil - Shelters and Buildings - Piping - Instrumentation - Control Systems - Electrical - Fire Fighting System

• Environmental and Safety Inspection Program

• Complete site preparation and grading including reclaimed land for Flare

• Complete roads and paving

• Complete civil work for all buildings and structures (including foundations)

• Complete delivery to site of long lead materials/equipment

• Start and complete installation dates of major equipment items • Complete utility systems

• Complete mechanical work

• Complete electrical work

• Complete piping

• Complete hydrotests

• First and last loop checks

Page 12: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 10 of 58

• Complete control system

• Complete tie-ins

• Complete training of PTT personnel

• Mechanical Completion - All Facilities

• Complete Commissioning - All Facilities

• Performance Acceptance by Unit

• Certificate of Start of 30 Day Operations Run for Unit C

• Initial Acceptance for Unit C and Commom Facilities

• Certificate of Start of 30 Day Operations Run

• Complete submission of all as-built records and documentation

• Initial Acceptance

• Complete demobilization from Site

3.1.3 ORGANIZATION AND KEY PERSONNEL

Bidder shall provide an organization chart (including its subcontractors, if any) for project execution. The organization chart shall include roles, duties, responsibilities, and employment duration of all key personnel in both home office and in Thailand office. Bidder shall also provide a written description of the organization, defining line of authority, responsibility, and communication of the project organization with particular emphasis on both home office and Thailand office.

PTT is looking for staff working in the engineering phase to transfer to site to support the construction activities.

Bidder shall include and provide key personnel experience records with the bid. These records will consist of a one or more page resume highlighting the relevant experience presented in the form as follows.

Page 13: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 11 of 58

FIGURE

KEY PERSONNEL EXPERIENCE RECORDS

Proposed Position

a) Name:

b) Nationality:

c) Education/Qualifications:

d) Languages and Proficiency:

e) Years of Experience in petroleum and gas industry:

f) Years of Experience in proposed position:

g) Years of Experience with Bidder’s Company ( preferably over 2 years):

h) Present Position in Bidder's Company:

i) Relevant Experience:

j) Employment History:

k) Present Address:

Page 14: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 12 of 58

In general, PTT expects Contractor’s personnel to have experience in EPCC projects for compressor facilities, related to Gas and Petroleum Industry. Please note PTT’s minimum experience requirements for key personnel as follows,

Position Proposed Position

Overall Experience in Gas and Petroleum

Industry

a) Project Director / Manager 10 years 15 years

b) Project Coordinator 5 years 5 years

c) Project Control Manager 5 years 5 years

d) Contract Administration Manager

4 years 10 years

e) Procurement Manager 7 years 5 years

f) Engineering Manager 7 years 10 years

g) Construction Manager 7 years 10 years

h) Commissioning Manager 7 years 10 years

i) SHE Manager 5 years 10 years

j) Process Engineer 5 years 7 years

k) Piping Engineer 5 years 7 years

l) Mechanical Engineer 5 years 7 years

m) Instrumentation Engineer 5 years 7 years

n) Electrical Engineer 5 years 7 years

o) Civil / Structural Engineer 5 years 3 years

From Bid submission until Effective Date of the Contract, Contractor shall not change any key personnel. Change of key personnel before Effective Date without specific PTT approval will result in rejection of Bidder’s proposal. This requirement shall not apply to any personnel who become unavailable due to sickness, resignation, promotion to a corporate position or the like. Bidder shall also estimate and submit total man-hour of each person/position, total man-hour for domestic employment (Thai Personnel), total man-hour for foreign employment (Expatriate Personnel) and overall total man-hour required completing all the services. Submission of bid proposal without the total man-hr schedule/information may result in rejection of Bidder’s proposal.

Page 15: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 13 of 58

Bidders should note the following when selecting nominations: • Experience of construction in Thailand • Experience of permitting, customs clearance and BOI in Thailand • Experience of design and operation of compressor stations • Experience of commissioning and start-up of compressor stations

3.1.4 QUALIFIED SUBCONTRACTORS

Bidder shall fill in the appropriate box opposite either statement "A" or "B" below:

If Bidder proposes to subcontract or otherwise assign any portion(s) of the Work, Bidder shall identify the work portion(s) and submit subcontractor’s or assignee’s information including name(s), address(es), phone number(s), recent work of similar nature performed successfully, and other necessary qualification data for PTT to evaluate the capability of each prospective subcontractor or assignee.

"A" Bidder shall do all Work with its own personnel.

"B" Bidder shall Subcontract the following portions of the Work:

Portion: Prospective Subcontractor(s): Address(es): Contact Name and Phone Number: Direct Experience: Qualifications: Financial Status:

Any proposed Subcontractor(s) shall be approved by PTT prior to award of any Subcontract.

Such Subcontractor(s) have to prove their capability by presenting:

- Certification according to ISO 9001 Standard

Page 16: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 14 of 58

- Financial status sufficient for the scope of work , Subcontractor Credit information (Bank Reference)

- At least 3 completed operating projects associated with compressor or petrochemical plants within last 7 years confirmed by Client

Approved Subcontractor(s) cannot be changed without PTT’s prior approval. PTT reserves the right for rejection of proposed Subcontractors without stating any reasons.

3.1.5 LIST OF APPROVED VENDORS FOR MATERIAL AND EQUIPMENT

Equipment/material for all major components of the Project shall be selected from the “PTT Approved Vendors List” (see Part 6 of Bidding Documents).

Any proposed Vendors, not shown in the “List of Approved Vendors”, shall be approved by PTT prior to award of contract. Such Vendor(s) have to prove their capability by presenting:

- Certification according to ISO 9001 Standard - At least 3 appropriate reference projects within last 7 years confirmed by Client

- Brochures

Once approved, Vendors cannot be changed without PTT’s prior approval.

PTT reserves the right for rejection of proposed Vendors without stating any reasons.

Bidder’s Lump Sum Price shall be based upon procuring equipment and material from the approved Vendors as shown in Part 6.

3.1.6 DESCRIPTION OF CONSTRUCTIONAL PLANT

Bidder shall provide a list of Bidder’s owned major equipment to be used in this Project. The equipment list shall include “make and model number” where appropriate, number of years in service and present location.

Bidder shall also provide information as indicated above on major equipment that he intends to lease or purchase.

3.1.7 WORKLOAD

Bidder shall illustrate by chart or table or other graphic means its current contract workload and anticipated awards of other work that will be in process during the Project. The Bidder shall currently provide the number of employed personnel, the main loading for the current workload in house and anticipated awards .

This chart or table shall give an overall and function-by-function analysis of Bidder's personnel.

Page 17: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 15 of 58

If Bidder’s present work force cannot satisfy the requirements for this Project, Bidder shall explain how such deficit will be overcome (e.g., hiring, overtime, agency personnel, subcontracting).

Workload charts shall also be submitted for any other companies expected to participate in the performance of the proposed Work.

3.1.8 QUALITY ASSURANCE

Bidders shall describe below (using additional sheets as necessary or provide an attachment) the Quality Assurance program that it intends to implement in the performance of the work. This must also include a description of the Quality Assurance program which will be implemented by any Vendor or Subcontractor who will be supplying materials or performing work that affects the quality of the work.

The entire proposed program should as a minimum meet the requirement of ISO 9001. Bidders shall provide, with its bid, a copy of accreditation certificates, confirming compliance with respective quality program ISO 9000 requirement. In addition, Bidders should provide details of other accreditations such as ISO 14000.

Bidder’s should provide a manual of Bidder’s proposed Quality Assurance system, which shall include quality assurance management objectives, policies and procedures to demonstrate compliance with the Project Specification.

The essential subjects to be covered in this manual are: • Organisation of the quality assurance personnel • Control of engineering and design • Document and design change control • Qualification of vendors • Control of procurement • Audit of vendors’ quality assurance systems and procedures • Inspection of equipment and materials • Independent third party inspection • Positive material identification • Alloy verification • Manufacturers’ data reports • Preservation and packing instructions • Long term storage instructions • Erection, installation, operating and maintenance instructions • Qualification of subcontractors • Field inspection prior to commissioning • Quality audits It is intended that Bidder’s normal quality assurance system should be used on the Project, modified as necessary to meet PTT’s requirements.

Page 18: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 16 of 58

3.1.9 FINANCIAL AND CREDIT INFORMATION

Provide the credit information (bank reference) issued by Bidders’ first class bank. Details as follows:

• Name of bidder and address • Managing Director • Line of business • Registered Capital: Amount • Paid-Up Capital: Amount • Total Assets as of Amount: • Total Sales as of Amount: • Size of Credit Line • Financial Position

- Good - Moderate - Poor

3.1.10 PARTNERSHIP, CONSORTIUM OR JOINT VENTURE AGREEMENT

To undertake the Project as a Partnership, Consortium or Joint Venture, Bidder is required to submit to PTT the Partnership/Consortium/Joint Venture Agreement, which has been signed by the parties.

For Bidder in the form of Consortium, such an Agreement shall specify the Leader of Consortium, the Responsibility in the Work Portion(s) of each Partner, and other information in accordance with Part 1, Article 1.3.8 Bid by Consortium, Joint Venture or Partnership. Each member shall confirm that he is jointly and severally responsible for the execution of the project.

3.1.11 INSURANCE INFORMATION

Bidder shall identify the name(s) of the insurer(s) who will be providing the types of insurance requested in Part 4.2 General Conditions article 5.10 titled “Insurance and Liability”.

3.1.12 LITIGATION

Bidder shall identify whether or not it has been or is currently involved in any litigation. If yes, Bidder shall state in detail the nature of such litigation

3.1.13 ENVIRONMENTAL, SAFETY & HEALTH

3.1.13.1 Bidder shall complete HSE form as shown in Attachment 2

3.1.13.2 Bidder shall provide his draft HSE plans required to support execution of the Work:

Page 19: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 17 of 58

3.1.14 TECHNICAL COMPLIANCE

The Bidder agrees that, if awarded the Contract, it will accept the Technical Requirements of the project as contained in any subsequent Contract. Any exceptions taken will be considered in the overall bid evaluation.

If the Bidder takes exception, the differences shall be itemized on the forms provided along with the additional sums that Bidder would require for accepting the condition specified. No other differences shall be binding upon PTT unless accepted by PTT in writing. No exception taken Exceptions noted as per the form 3.1.14.1

Bidder shall use one form for each exception as necessary.

Failure to provide the cost of compliance where Bidder takes exceptions on Bid Form 3.1.14.1 may lead to the bid being rejected by PTT.

3.1.14.1 TECHNICAL COMPLIANCE FORM

Bidder’s Technical Exception Number: Bid Document Reference (list Part, Section, Specification Number, Article, Paragraph, Page Number as appropriate) Bid Document Text Bidder’s Proposed Text Bidder’s reason for exception Cost of compliance (specify currency and amount) Bidder should make it clear whether the cost is an addition or subtraction from the bid price.

Page 20: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 18 of 58

3.1.15 COMMERCIAL COMPLIANCE

The Bidder agrees that, if awarded the Contract, it will accept the Conditions found in Part 4 in a subsequent Contract. Any exceptions taken will be considered in the overall bid evaluation.

If the Bidder takes exceptions, the differences shall be itemized on the forms provided along with the additional sums. Bidder would require for accepting the condition specified herein. No other differences shall be binding upon PTT unless accepted by PTT in writing.

No exception taken Exceptions noted as per the form 3.1.15.1 Bidder shall use one form for each exception as necessary.

Failure to provide the cost of compliance where Bidder takes exceptions on Bid Form 3.1.15.1 may lead to the bid being rejected by PTT.

3.1.15.1 COMMERCIAL COMPLIANCE FORM

Bidder’s Commercial Exception Number: Bid Document Reference (list Part, Section, Paragraph, Page Number as appropriate) Bid Document Text Bidder’s Proposed Text Bidder’s reason for exception Cost of compliance (specify currency and amount) Bidder should make it clear whether the cost is an addition or subtraction from the bid price.

Page 21: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 19 of 58

3.2 COMMERCIAL BID

Commercial information shall be evaluated in accordance with Part 1, Article 1.5.6, Evaluation and Comparison of Bids, Commercial Evaluation. Bidder is required to submit Commercial information in format satisfactory to PTT.

The Commercial Proposal shall be submitted in compliance with the forms and requirements set forth in this Article. Failure to complete the Pricing Schedule or to submit any required information may result in rejection of the Bidder’s Proposal.

3.2.1 PRICING SCHEDULE

3.2.1.1 INSTRUCTION FOR COMPLETING LUMP SUM PRICING SCHEDULE

Bidder must quote an all inclusive firm lump sum price in Schedule “A” in accordance with the following.

a) The Lump Sum Price

The "total lump sum bid price" must cover all costs of whatever nature required for the complete performance of the scope of work set forth in Part 5.0 and Volume 2, Engineering Document. This includes providing all equipment, plant, tools and machines of any kind, all labour, supervision, technical and professional services, all supplies, incidentals, materials, all general, administrative and overhead costs, profit and the performance of all operations necessary and required for the work.

b) Thai Taxes and Duties

The prices quoted shall include for expected payment of Thai import taxes and duties. The prices quoted shall exclude Thai Value Added Tax which shall be payable in addition. Contractor shall be entitled to register with the Thai Government as a Value Added Tax Payer. All other taxes and duties or fees are the responsibility of Contractor and are to be included in the Bidder’s Lump Sum Price, Total Contract Price, Optional Extra Item prices, and other unit prices.

c) Firm Prices

Prices are to be firm for the duration of the Contract through to the end of the Guarantee Period.

d) Escalation

Page 22: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 20 of 58

Prices shall not be subject to escalation for the duration of the Contract.

e) Breakdown of the Lump Sum Price

The lump sum price is to be subdivided into the individual elements of the work indicated in Schedule “A”. Any element of the work not specifically mentioned should be included under one or more of the listed items so that all items taken together cover the entire costs of the work as indicated in paragraph 3.2.1.1 subsection “a” above. The amounts set forth against the various items will be used for bid evaluation purposes and as the basis for the Contractor's monthly progress payments.

f) Currency of Pricing and Payment

Payments of amounts denominated U.S. Dollars will be made in U.S. Dollars provided that Contractor is legally entitled to receive foreign currency payments under Thai law. The conversion of amounts denominated in foreign currency into Thai Baht, if such should be necessary, will be made by using the selling rate of the “Reference Exchange Rates” published by the Bank of Thailand and the date for such rate shown in the publication by the Bank of Thailand will be the announced date for one working day before the due date.

g) Optional Lump Sum Prices

i. Delay of Commissioning

Bidder shall submit a daily rate indicated in Schedule A-3, which includes all standby costs which may result from a PTT caused delay in the commissioning of the Plant for up to three (3) months after achievement of Mechanical Completion of Unit C or Mechanical Completion of the Plant. Payment will be made at the standby unit rate quoted times the number of days of delay. Payment of standby rate rather than demobilization / mobilization will be decided by PTT solely at its option.

ii. Operations Field Support

Bidder shall submit a fixed lump sum price for supply of a team of three operations staff, experienced in operation in Gas compressor station accepted by PTT, to provide 24 hours operation service in six (6) months support from Initial Acceptance of Unit C. This team shall comprise of one supervisor and two operators as more detailed in Part 5 section 5.16.1. Bidder shall provide a breakdown of this cost for PTT’s evaluation.

Page 23: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 21 of 58

iii Warehouse and Workshop Fit Out

Bidder shall submit a fixed lump sum price for supply of workshop equipment, benches, etc.. This shall be as detailed in Part 5 Section 5.1.14.4. Bidder shall provide a breakdown of this cost for PTT’s evaluation.

The FOB cost of the imported materials, materials delivered Site and the cost of the bidders services including but not limited to the costs associated with purchasing, shipping, importation, duties, transportation, offloading, storage and installation.

IV Spare Parts during 2 Years of Operation

The "total spare part cost for two years operation" must cover all spare parts of whatever nature required for the complete maintenance of the Project for 2 years of operations. All maintenance programs as specified within the Bidder’s Maintenance Plan shall be taken into this consideration. The total costs shall be broken down to each single maintenance measure. Bidder shall submit the cost breakdown of Two Year Operational Spare Parts. The Operational Spares breakdown shall include the list detailing Part Description, unit price, and number of units required using a SPIR form.

V Emergency Evacuation

The land where the Project is being built, the PTT LNG receiving terminal and other projects being built on that area of reclaimed land face an evacuation risk during construction caused by the single road linking the reclaimed land to Map Ta Phut. Accordingly during construction Contractor shall manage an emergency evacuation procedure of behalf of PTT. This shall involve the use of a suitable ship for evacuation. Details are included in Part 5 Section 5.1.22.

h) Lump Sum Pricing Scope.

It is the intent of this Contract that Contractor shall be responsible for the engineering, procurement and construction of the Installation of Project as generally described in the Scope of Work statement in Part 5.0 of this document. Contractor will not be entitled to any change in the Contract Prices or payments of any extra work unless in receipt of direct written Change Order from PTT.

Page 24: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 22 of 58

SCHEDULE A-1: FIRM LUMP SUM PRICE Work to be Performed - Provide all labour, materials, equipment, and supervision, technical, procurement, professional and other services and perform all operations necessary to complete the Work as described in the drawings, specifications and Scope of Work for this Contract to provide complete and usable facilities for the prices as stated in the following schedule.

BIDDER No. Work Description Unit Quantity

Thai Baht US Dollars

1 ENGINEERING (Home office Service) (Include Safety life Cycle Document per IEC 61511)

Hour

2 PROCUREMENT (Delivered Site)

2.1 Mechanical

Compressor (incl.controls, and auxiliary system)

no. 3

Flare Package no. 1

Gas Coolers no. 3

Suction Scrubber no. 3

Diesel Generator Set no. 1

Blow Down Drum no. 1

Shelter Crane no. 3

Cranes and Others lot

Fire Water Pumps lot

Instrument Air Package no 2

2.2 Piping

Piping and Fitting ton

Manual Valve no.

2.3 Instrumentation

DCS, SIS, PRM , and PMIS no.

Machine Monitoring System

Field Instrument no.

Control Valve no.

Automatic Shutdown Valve(include actuator)

no.

Safety Valve no.

Fire and Gas System lot

Page 25: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 23 of 58

BIDDER No. Work Description Unit Quantity

Thai Baht US Dollars

Control Cable lot

Bulk Material(tubing, valve, cable, tray, stanchion, etc lot

2.4 Electrical

GIS, MV and LV Switchgear no.

MCC no.

Transformer no.

UPS and Battery Charger no.

Lighting and Lightening system no.

CCTV and Telephone System lot

Public Address System (PAUS) lot

Power Cable lot

Bulk Material lot

2.5 Third Party Inspection lot

2.6 Import Duty lot

Sub Total (2.1+2.2+2.3+2.4+2.5)

3

CONSTRUCTION (include field Indirect Costs, construction equipment, tools, field supervision, construction consumables, etc.)

3.1 Construction Management and Field Engineering

Man-days

3.2 Mobilization and Demobilization(including temporary facilities)

3.3 Civil and Structure work (including Material)

Building work (Control Building, Substation, Warehouse with Maintenance workshop, Guard house including fit out and furniture for offices and other facilities)

lot

Oily Water System lot

Drainage system lot

Land Reclamation for Flare lot

Concrete Work M3

Acoustic Compressor Shelter lot

Page 26: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 24 of 58

BIDDER No. Work Description Unit Quantity

Thai Baht US Dollars

Pipe rack and pipe support ton

Road , paving m2

Others (soil investigate, site prep., etc)

3.4 Mechanical Equipment Installation and Erection

Compressor Package no.

Rotating Equipment (Generator, Pump, etc) ton

Static equipment (Gas Cooler, Scrubber, Crane, Drum, Vessel, Tank etc)

ton

Flare Package no

3.5 Piping

Fabrication and erection ton

Welding Work DB

NDT and Post Weld Heat Treatment lot

3.6 Instrumentation

Equipment installation, calibration and test no

Cable pulling and termination lot

3.7 Electrical

Equipment installation and test no

Cable pulling and termination lot

3.8 Painting and insulation lot

Sub Total (3.1+3.2+3.3+3.4+3.5+3.6+3.7+3.8)

4 MISCELLANEOUS

4.1 Pre-commissioning and Commissioning (include utility cost and consumable, etc and Performance Tests)

lot

4.2 PTT Training lot

4.3 Insurance lot

4.4 Insurance Spares lot

4.5 Commissioning Spares lot

4.6 Special Tools lot

Page 27: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 25 of 58

4.7 Others

Sub Total (4.1+4.2+4.3+4.4+4.5+4.6+4.7)

TOTAL LUMP SUM PRICE

The quantities quoted above are strictly for PTT evaluation proposes. The provision of these numbers does not remove any liability of Contractor to provide a fully operational plant as project requirement. As full compensation to Contractor for full and complete performance by Contractor of all terms and conditions of this Contract, and for Contractor’s payment of all obligations incurred in, or applicable to, performance of the Work shall be the Total Price of: Total Lump Sum Price:

(Currency and price in words) Total Lump Sum Price:

(Currency and price in figures) Bidder Signed By

Page 28: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 26 of 58

SCHEDULE A-2: OPTIONAL LUMP SUM PRICE FOR DELAY OF COMMISSIONING This Standby Daily Rate shall be applied in case PTT causes a delay in the commissioning of the Project, such as lack of availability of gas feed. At PTT’s option, payment will be made to the Contractor at the standby unit rate quoted times the number of days of delay.

Installation of Compressors at OCS 4 Thai Baht U.S. DOLLARS

1 Standby Daily Rate for PTT initiated delay or suspension of Commissioning up to 90 days

2 Mobilization or Demobilization Charge for Commissioning Team

SCHEDULE A-3: OPTIONAL LUMP SUM PRICE FOR OPERATIONAL FIELD SUPPORT Operational Field Support shall be provided at PTT’s Option

Operations Field Support Thai Baht U.S. DOLLARS

1 Operations Supervisor (1 person for 6 months)

2 2 off Operators (2 persons for 6 months)

3 Mobilization / Demobilization Cost

4 Total

The above costs include PPE, all insurances, allowances, overhead and profit on site to cover the full 24 hour 7 day / week. Bidder to Provide in attachment details of how proposed to provide this service.

Page 29: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 27 of 58

SCHEDULE A-4: OPTIONAL LUMP SUM PRICE FOR WORKSHOP AND WAREHOUSE FIT OUT The workshop and warehouse fit out shall be undertaken in accordance with the requirements of Part 5 Section 5.1.14 shall be provided at PTT’s option

Work Shop Fit Out Thai Baht U.S. DOLLARS

1 Work Shop Equipment Items (List)

2 Work Shop benches, welding booths etc

3 Warehouse Fit out

4 Contractor’s Services including costs of installation

Total

Bidder to provide in attached list a detailed price breakdown of items to be supplied. SCHEDULE A-5: OPTIONAL SPARE PART COST DURING 2 YEARS OF OPERATION Spare Parts for Plant to be Supplied - Provide all spare parts for the complete maintenance of the Plant for 2 years of operations in accordance with the requirements of the maintenance program and plan recommended by the Bidder. The costs have to be specified for each single maintenance measure as specified within Bidder’s maintenance plan. Bidder shall attach a completed SPIR form (attachment 5.5) to this schedule.

No. Maintenance Description Thai Baht U.S. Dollars

1

2

3

4

Total Cost

Note: Extend the table as necessary.

Page 30: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 28 of 58

SCHEDULE A-6: OPTIONAL LUMP SUM PRICE FOR EMERGENCY EVACUATION The emergency evacuation as outlined in Part 5 section 5.1.22 shall be.

Emergency Evacuation Thai Baht U.S. DOLLARS

1

2

3

4

Total

Bidder to provide in attached list a breakdown of the cost. As full compensation to Contractor for full and complete performance by Contractor of all terms and conditions of this Contract, and for Contractor’s payment of all obligations incurred in, or applicable to, Optional Prices of Schedules A-3, A-4 and A-5 shall be the Total Price of: Total Price:

(Currency and price in words) Total Price:

(Currency and price in figures) __________________________________________ Bidder Signed By

Page 31: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 29 of 58

3.2.1.2 DAY RATE PRICING FOR CHANGES AND EXTRA WORK FOR COST REIMBURSABLE WORK ITEMS

The following items apply to Changes and Extra Work performed on a cost reimbursable basis in accordance with Part 4.2 Article 10.3.

a.) Labour

As compensation for Contractor’s provision of labor for Changes and Extra Work, PTT will pay Contractor at hourly rates in accordance with Schedule “B”, “Labour Rates”.

The labour rates shall include costs for overtime premium, Workers’ Compensation, payroll taxes and insurance, subsistence, travel time and fares and etc.

b.) Constructional Equipment

As compensation for contractor’s provision of Constructional Equipment for Changes and Extra Work, PTT will pay Contractor at rates in accordance with Schedule “C”, “Equipment Rates.”

These equipment rates shall be all inclusive of such costs as fuel, oil, grease, hydraulic fluid, running repair and servicing, repair parts, tyres and batteries, etc.

c.) Equipment and Materials

As compensation for Contractor’s provision of Materials used in Changes and Extra Work, PTT, will pay Contractor, the net cost of Equipment and Materials to Contractor, plus an amount of ten percent (10%) of the net cost to cover Contractor’s procurement services, overhead, profit and handling. This 10% shall apply both positive and negative Changes and Extra work.

d.) Subcontracts

As compensation for Contractor’s provision of work by a subcontractor, for Changes and Extra Work, PTT will pay Contractor the hourly rates for subcontractor labor, plus other proper and documented net costs to Contractor of the subcontract work, plus an amount of ten percent (10%) of the total of the subcontract labor costs and the other proper net costs to cover Contractor’s overhead, profit and handling. This 10% shall apply both positive and negative Changes and Extra work.

Alternatively,

The unit rates in Schedule “D” shall be used for the compensation of any additional or reduction to the scope of work. The measurement of the work shall generally be made in accordance with the theoretical dimensions and weights shown on the drawings.

Page 32: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 30 of 58

SCHEDULE B

LABOUR UNIT RATES FOR CHANGES OF WORK 1) Work in Contractor’s Home Office

Classification Outside Thailand US $ / Hr

In Thailand Baht / Hr

Project Manager Project Engineering Coordinator Commercial Manager (Contract Administration) Procurement Coordinator / Manager Subcontracting Engineer Construction Manager Construction Engineer Commissioning Manager Project Control Manager Planning Engineer Cost Control Engineer QA Engineer Process Manager Process Engineer Specialist Engineer Designer Draftsman Inspector Expeditor Document Controller Operations Support Above rates are based upon five (5) working days per week and eight (8) working hours per day. The above rates shall apply for all hour worked. The rates are inclusive of all direct labor costs, payroll taxes, insurance, overhead & profit, all contributions, subsistence and travel. The above rates shall remain fixed until the end of the Guarantee Period.

Page 33: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 31 of 58

2. Work at Construction Site

Classification In Thailand Baht / Hr

Project Manager Construction Manager Field Engineer Instrument Supervisor Electrical Supervisor Discipline Supervisor QA Engineer Inspector Project Control Engineer Safety Officer Safety Supervisor Material Controller Administration Manager Site Secretary Site Clerk Foremen Millwright Pipe Fitter Electrician Instrument Technician Carpenter Equipment Operator Welder Welder (structural) Rigger Insulation Worker Masonry Worker Painter Driver Mechanic Helper/General Worker Storekeeper Vendor Engineer Above rates are based upon 48 hours working hours per week and 6 days per week. The above rates shall apply all hour worked. The rates are inclusive of all direct labor costs, payroll taxes, insurance, overhead & profit and all contributions, subsistence and travel. The above rates shall remain fixed until the end of the Guarantee Period.

Page 34: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 32 of 58

SCHEDULE C

CONSTRUCTION EQUIPMENT UNIT RATES

Type Capacity Baht/Hr Baht/Week Baht/Month Crane 150 t 100 t 90 t 75 t 50 t 35 t 18 t Trailer 150 t w/tractor 100 t w/tractor 50 t w/tractor 18 t w/tractor Truck Flatbed < 10 t Water 8 t Dump Truck Crane Gully Sucker Compressor <200 CFM >200 <300

CFM

>300<600 CFM Forklift 5 t 3 t Welding Set AC DC Diesel Engine

Welder

Civil Equipment Concrete Mixer Tyre Roller 10 t Dozer Backhoe Pile Driving

Machine

Piping Equipment

Hydraulic Pipe Bender

Generator 360 kw

Generator 200 kw

Page 35: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 33 of 58

The unit rates shall be “All-in”, including cost for consumables, insurance, maintenance, spare parts, and cost for operators, overhead & profit etc. The above rates apply to equipment billed under cost reimbursable provision as authorized by PTT. Standby Rate (in percent) = Percentage of Hourly Rental Rate - 60%, not to exceed 10 hours per day, 60 hours per week, or 260 hours per month.

Page 36: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 34 of 58

SCHEDULE D

UNIT RATES FOR FIELD VARIATIONS ITEM DESCRIPTION UNIT UNIT PRICE 1.0 DEMOLITIONS

Demolition under or above ground, calculated by actual volume including removal of undesirable material to disposal area

1.1 Asphalt:

Demolition of asphalt layer (or roads, parking areas, etc) including removal of material to disposal area

m2

1.2 Foundations:

Demolition of foundation in reinforced concrete or part thereof at any depth including everything necessary to perform the works according to good technical practice

m3

1.3 Structures:

Demolition of reinforced concrete for vertical structures at any height including everything necessary to perform the works according to good technical practice

m3

1.4 Paving:

Demolition of reinforced concrete paving including everything necessary to perform the works according to good technical practice a) for paving 100mm thickness b) for paving 150 mm thickness c) for paving 200 mm thickness

m2

m2

m2

1.5 Fencings:

Demolition of existing fence including grubbing up foundation and reinstatement to match existing levels

m

2.0 EXCAVATIONS AND EARTH MOVING

For type of soil as indicated in the soil investigation report

2.1 Excavation for foundations, trenches, underground

sewer, roadways, pipe ways, catch basins etc including shoring/strutting and removal of surplus material to designated area. a) Up to a depth of 1.5m b) Exceeding 1.5 meter depth

m3 m3

Page 37: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 35 of 58

2.2 Overprice to Item 2.1 above for excavation executed by hand

m3

3.0 FILLING AND BACKFILLING

3.1 Compacted filling with crushed stones or granular

material of specified grain size distribution for use on tank pad surface, parking areas, sub-base paving and base course for roads

m3

3.2 Compacted filling with soil around foundations,

trenches, basins, bund wall or dike etc m3

4.0 CONCRETE WORKS

4.1 Mass concrete blinding under foundations,

basements, trenches etc including form work and sub-base preparation and compaction

m3

4.2 Reinforced concrete for any type of foundations

(equipment, pipe support structures etc) up to maximum height of 2.5m from plant grade, excluding form work and re-bar (foundation higher than 2.5m level will be paid under item 4.4)

m3

4.3 Ditto but precast for small foundations less or equal

to 0.5 m3, including formwork & re-bar and transportation and lifting into final position

m3

4.4 Reinforced concrete for vertical structures such as

columns, suspended beams and slabs, brackets, staircases, cooling tower structure, pipe racks etc higher than 2.5m taken from top level of foundation beam/plinth/slab to any height excluding formwork and rebar.

m3

4.5 Supply and installation of reinforcing bars, anchor

bolts, anchor plates and steel works a) mild steel rebar b) high yield steel rebar c) hold down bolts including steel sleeves if required

kg kg kg

4.6 Embedding of anchor and sliding plates, angles and

flat rebar in reinforced concrete including sandblasting and painting, if required a) material: carbon steel b) material: galvanized carbon steel

kg kg

Page 38: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 36 of 58

4.7 Supply and installation of From Work pursuant to:-

a) Item 4.2 above b) Item 4.4 above

m2 m2

4.8 Supply and installation by pressure or not of

grouting between reinforced concrete surfaces and equipment, machines, steel structure, pockets for anchor bolts etc a) sand/cement grout b) non-shrink grout c) epoxy grout

m3 m3 m3

5.0 PAVING

5.1 Reinforced concrete for paving excluding

reinforcement but including slope formation, formwork, water proof expansion joint filled with polyester sealing compound and 15cm x 10cm curb (if any) a) for concrete paving 10cm thick b) for concrete paving 15cm thick c) for concrete paving 20cm thick

m2 m2 m2

5.2 Welded steel wire fabric square mesh kg

6.0 FIRE PROOFING/LINING

6.1 Fire resistant finishes to protect structural steel

work consisting of concrete pour within form work, including metal surface cleaning, galvanized steel wire mesh, form work, form work studs etc for a height from final grade/paving level of plant:- a) up to 6m height b) from 6m to 12m height c) over 12m height

m3 m3 m3

7.0 ROAD

7.1 For sub-base of road, use Item 3.1

7.2 Wearing surface of asphalt mix m2

7.3 Supply & installation of:-

a) road guard rails b) road side curbs c) precast concrete gutters for rain water collection

m m m

Page 39: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 37 of 58

8.0 CATCH BASINS, SEWERS, DITCHES AND

UNDERGROUND PIPEWORK

8.1 Supply and installation of CS pipes and fittings,

including pipe bedding preparation for sloping requirement, wrapping and leak test but excluding excavation and back filling a) diameter 4” b) diameter 6” c) diameter 8” d) diameter 10”

m m m m

8.2 Supply and installation of centrifuged concrete

piping / fittings, including pipe bedding preparation for sloping requirement, sealing and other accessories, leak test but excluding excavation and back filling a) diameter 10” b) diameter 14” c) diameter 16” d) diameter 20” e) diameter 24”

m m m m m

8.3 Supply and installation of concrete boxes such as

manholes, catch basins, valve boxes and other pits, including form work and re-bar, concrete/steel/grating cover, ladder and sealing of incoming/outgoing pipe

m3

8.4 Supply and installation of heavy duty, non-skid,

galvanized steel grating for ditches, including accessories

kg

9.0 MISCELLANEOUS CIVIL WORKS

9.1 Supply and installation of permanent fencing

including excavation, backfilling, foundations, curb and all materials required to complete the work

m

9.2 Supply and installation of temporary fencing

including excavation, back filling, foundations and all materials required to complete the work

m

9.3 Supply and fix in position of fencing gate of 6m

width including excavation, back filling, foundations and all materials required to complete the work

each

9.4 Piling (state material and diameter) m

Page 40: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 38 of 58

10.0 ERECTION OF EQUIPMENT The erection of equipment will be compensated on the basis of the Lump Sum

Price as quoted elsewhere in the Lump Sum Bid. For equipment not included in the original scope, the following unit price shall apply. Rates shall include supervision, labor, handling, tools & consumables and construction equipment.

10.1 Erection of towers, vessels, reactors, stack

chimney kg

10.2 Erection of shell and tube exchangers kg

10.3 Erection of fire fighting equipment, i.e hydrants,

fixed monitors and flexible hose boxes kg

10.4 Erection of air fin coolers equipped with relevant

supporting and auxiliary structures, mechanical parts etc.

kg

10.5 Erection of transformer (electrical connection

excluded) kg

10.6 Installation of panel boards (electrical

connections excluded) kg

10.7 Erection of trays and internals of towers and

reactors kg

10.8 Installation of pumps and relevant driving

equipment kg

10.9 Installation of blowers or fans kg

Page 41: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 39 of 58

11.0 PIPING

Unite price quoted shall include handling, construction consumables & equipment, supervision, labor for cutting, beveling, fit up, welding. Cost of NDT, hydrotest and flushing shall also be included.

11.1 CARBON STEEL PIPE – D31

SIZE PIPING SPEC WALL THICKNESS

UNIT UNIT PRICE

½” Sch 80 Joint ¾” Sch 80 Joint 1” Sch 80 Joint 1 ½” Sch 80 Joint 2” Sch 80 Joint 3” Sch 40 Joint 4” Sch 40 Joint 6” Sch 40 Joint 8” Sch 40 Joint 10” Sch 40 Joint 12” Sch STD Joint 14” Sch STD Joint 16” Sch XS Joint 18” Sch XS Joint 20” Sch XS Joint 24” Sch 40 Joint 28” 0.531” Joint 30” 0.609” Joint 36” 0.719” Joint 40” 0.792” Joint 42” 0.828” Joint 44”

D31 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

0.864” Joint 11.2 LOW TEMPERATURE CARBON STEEL PIPE – L31

SIZE PIPING SPEC WALL THICKNESS

UNIT UNIT PRICE

½” Sch 80 Joint ¾” Sch 80 Joint 1” Sch 80 Joint 1 ½” Sch 80 Joint 2” Sch 80 Joint 3” Sch 40 Joint 4” Sch 40 Joint 6” Sch 40 Joint 8” Sch 40 Joint 10”

L31 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

Sch 40 Joint

Page 42: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 40 of 58

11.3 LOW TEMPERATURE CARBON STEEL PIPE – L11

SIZE PIPING SPEC WALL THICKNESS

UNIT UNIT PRICE

½” Sch 80 Joint ¾” Sch 80 Joint 1” Sch 80 Joint 1 ½” Sch 80 Joint 2” Sch 80 Joint 3” Sch 40 Joint 4” Sch 40 Joint 6” Sch 40 Joint 8” Sch 20 Joint 10” Sch 20 Joint 12” Sch 20 Joint 14” Sch 10 Joint 16” Sch 10 Joint 18” Sch 10 Joint 20” Sch 10 Joint 24” Sch 10 Joint 28” 0.279” Joint 30” 0.293” Joint 36” 0.338” Joint 40” 0.367” Joint 42” 0.382” Joint 44”

L11 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

0.397” Joint 11.4 LOW TEMPERATURE CARBON STEEL PIPE – L12

SIZE PIPING SPEC WALL THICKNEES

UNIT UNIT PRICE

½” Sch 80 Joint ¾” Sch 80 Joint 1” Sch 80 Joint 1 ½” Sch 80 Joint 2” Sch 80 Joint 3” Sch 40 Joint 4” Sch 40 Joint 6” Sch 40 Joint 8” Sch 40 Joint 10” Sch 40 Joint 12”

L12 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

Sch STD Joint

Page 43: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 41 of 58

11.5 CARBON STEEL PIPE – D72

SIZE PIPING SPEC WALL THICKNESS

UNIT UNIT PRICE

½” Sch 160 Joint ¾” Sch 160 Joint 1” Sch 160 Joint 1 ½” Sch 160 Joint 2” Sch 160 Joint 3” Sch 80 Joint 4” Sch 80 Joint 6” Sch 80 Joint 8” Sch 100 Joint 10” Sch 100 Joint 12” Sch 100 Joint 14” Sch 100 Joint 16” Sch 100 Joint 18” Sch 100 Joint 20” Sch 100 Joint 24” Sch 100 Joint 28” 1.31” Joint 30” 1.421” Joint 36” 1.648” Joint 40” 1.872” Joint 42”

D72 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

1.96” Joint

11.6 LOW TEMPERATURE CARBON STEEL PIPE – L72 SIZE PIPING SPEC WALL

THICKNESS UNIT UNIT

PRICE ½” Sch 160 Joint ¾” Sch 160 Joint 1” Sch 160 Joint 1 ½” Sch 160 Joint 2” Sch 160 Joint 3” Sch 80 Joint 4” Sch 80 Joint 6” Sch 80 Joint 8” Sch 100 Joint 10” Sch 100 Joint 12”

L72 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

Sch 100 Joint

11.7 GALVANISED CARBON STEEL PIPE – G10 SIZE PIPING SPEC WALL

THICKNESS UNIT UNIT

PRICE ½” Sch XS Joint ¾” Sch XS Joint 1” Sch XS Joint 1 ½” Sch XS Joint 2”

G10 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02 Sch XS Joint

Page 44: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 42 of 58

11.8 Carbon Steel Pipe - D62

SIZE PIPING SPEC WALL THICKNESS

UNIT UNIT PRICE

2” Sch 80 Joint 4” Sch 40 Joint 6” Sch 80 Joint 8” Sch 60 Joint 10” Sch 60 Joint 12” Sch 60 Joint 14” Sch 60 Joint 16” Sch 60 Joint 18” Sch 60 Joint 20” Sch 60 Joint 24” Sch 60 Joint 30” 0.860” Joint 36”

D62 Refer to Specification

for Piping Material Classes

SPC-0804-02-50.02

1.000” Joint

11.9 PIPING INSTALLATION Installation for each linear meter of piping for any thickness at any level,

including valves, bolt up of flanges, construction tools & equipment, labor and supervision. Cost of hydrotest and flushing shall also be included in the unit price.

SIZE UNIT UNIT PRICE ½” m ¾” m 1” m 1 ½” m 2” m 3” m 4” m 6” m 8” m 10” m 12” m 14” m 16” m 18” m 20” m 24” m 28” m 30” m 36” m 40” m 42” m 44” m

Page 45: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 43 of 58

12.0 STRUCTURAL STEEL UNIT UNIT PRICE

12.1 Heavy, medium and light weight structural steel.

This type of steel work applies to all equipment supporting structures, building and pipe racks consisting of steel column, beams and bearing. a) supply of materials b) fabrication c) sandblasting and painting d) erection

kg kg kg kg

12.2 Miscellaneous Structural Steel. This type of

steel work applies to all items such as pipe supports, grating, stairs and ladders with or without cages and handrails. a) supply of materials b) fabrication c) sandblasting and painting d) erection

kg kg kg kg

13.0 PAINTING

Unit price shall be All-in rate, including consumables, labor and paint materials for sandblasting, and painting up to 15m above grade. For more than 15m above grade, same rate shall apply plus cost of additional required scaffolding

m2

14.0 SCAFFOLDING

Supply, erection and dismantling of tubular scaffold and any preparation of work platforms, scaffold boards, railings, toe boards etc

14.1 Tower scaffold

a) from ground level up to 15m height b) exceeding 15m up to 30m height c) exceeding 30m

m3 m3 m3

14.2 Internal scaffold (inside drums, towers)

a) ground level up to 15m height b) exceeding 15m height

m3 m3

14.3 Suspended scaffold

a) ground level up to 15m height b) exceeding 15m up to 30m height c) exceeding 30m height

m3 m3 m3

14.4 Mobile scaffold m3

Page 46: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 44 of 58

15.0 INSULATION FOR PIPES AND FLAT SURFACES

Supply, fabricate and install insulation, jacketing and all accessories and related work in accordance with the specifications

15.1 Pipes/Valves/Fittings/Flanges

Unit Prices Size Thickness

(mm) Pipes

(per meter) Valves (each)

Fittings (each)

Flanges (per pair)

1” 40 1 ½” 50 2” 50 3” 50 4” 50 6” 60 8” 60 10” 60 12” 70 14” 70 16” 70 18” 80 20” 80 24” 90 28” 90 30” 90 36” 90 40” 90 42” 90 44” 90

15.2 Equipment/Vessels/Flat Surfaces Thickness

(mm) Unit Price Per m2

Equipment/Vessels/Flat Surfaces 90

Page 47: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 45 of 58

16.0 ELECTRICAL UNIT UNIT PRICE

Rates shall include supervision, labor, handling, tools & consumables and construction equipment required to execute the work.

16.1 Installation of explosion proof control station each

16.2 Installation of 2 or 3 pole+N+E explosion

proof power receptacles (outlet) and power switches

each

16.3 Installation of steel conduit in exposed

condition (explosion proof and vapor proof) Rates shall include both materials and labor a) ½” diameter b) ¾” diameter c) 1” diameter d) 1 ½” diameter e) 2” diameter f) 3” diameter g) 4” diameter

m m m m m m m

16.4 PVC conduit install in concrete duct.

Rates shall include both materials and labor a) 2” diameter b) 3” diameter a) 4” diameter b) 6” diameter c) 8” diameter d) 10” diameter

m m m m m m

16.5 Pre-fabricated cable trays.

Rates shall include both materials and labor a) from 51mm to 100mm b) from 101mm to 200mm c) from 210mm to 300mm d) from 301mm to 400mm e) from 401mm to 600mm

m m m m m

16.6 Laying/installation of low voltage power cables,

including termination at both ends (up to 1000V) and testing:- A=above ground in conduit B=direct buried or in concrete trench C=above ground on cable trays

16.6.1 cables up to 4 x 2.5mm2

-A -B -C

m m m

Page 48: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 46 of 58

16.6.2 from 2 x 4mm2 to 4 x 10mm2

-A -B -C

m m m

16.6.3 cables from 2 x 16mm2 to 4 x 35mm2

-A -B -C

m m m

16.6.4 cables from 2 x 50mm2 to 4 x 95mm2

-A -B -C

m m m

16.6.5 cables from 2 x 120mm2 to 4 x 150mm2

-A -B -C

m m m

16.6.6 cables from 2 x 185mm2 to 4 x 240mm2

-A -B -C

m m m

16.6.7 cables from 2 x 300mm2 to 4 x 400mm2

-A -B -C

m m m

16.6.8 cables from 1 x 50mm2 to 1 x 120mm2

-A -B -C

m m m

16.6.9 cables from 1 x 150mm2 to 1 x 240mm2

-A -B -C

m m m

16.6.1

0 cables from 1 x 300mm2 to 1 x 400mm2 -A -B -C

m m m

Page 49: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 47 of 58

16.7 Laying/installation of high voltage power cables,

including termination at both ends (from 6001V to 20000V) and testing:- cables from 3 x 10mm2 to 3 x 185mm2 A=above ground in conduit B=direct buried or in concrete trench C=above ground on cable trays -A -B -C

m m m

16.8 Laying/installation of control cables, including

termination at both ends and testing:- A=above ground in conduit B=direct buried or in concrete trench C=above ground on cable trays

16.8.1 control cables from 3 x 2.5mm2 up to 10 x

2.5mm2 -A -B -C

m m m

16.8.2 control cables from 12 x 2.5mm2 up to 37 x

2.5mm2 -A -B -C

m m m

16.9 Laying/installation of lighting cables, including

termination at both ends and testing:- A=above ground in conduit B=direct buried or in concrete trench C=above ground on cable trays

16.9.1 cables from 2 x 2.5mm2

-A -B -C

m m m

16.9.2 cables from 2 x 4mm2

-A -B -C

m m m

16.9.3 cables from 2 x 6mm2

-A -B -C

m m m

Page 50: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 48 of 58

16.9.4 cables from 2 x 10mm2

-A -B -C

m m m

16.9.5 cables from 2 x 16mm2

-A -B -C

m m m

16.10 Grounding System

16.10.1 Grounding rod and box

a) supply b) installation

each each

16.10.2 Grounding bus bar

a) supply b) installation

each each

16.10.3 Grounding steel flat – bolted or welded to

vessel support of flanges or pipes, or steel structure a) supply b) installation

each each

16.10.4 Grounding cable, 1x16mm2, pvc covered

copper conductor including termination and testing a) supply pvc covered b) installation underground c) installation aboveground

m m m

16.10.5 Ground cable, 1x35mm2, pvc covered copper

conductor including termination and testing a) supply pvc covered b) installation underground c) installation aboveground

m m m

16.10.6 Ground cable, 1x70mm2, pvc covered copper

conductor including termination and testing a) supply pvc covered b) installation underground c) installation aboveground

m m m

16.10.7 Ground cable, 1x120mm2, pvc covered copper

conductor including termination and testing a) supply pvc covered b) installation underground c) installation aboveground

m m m

Page 51: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 49 of 58

16.10.7 Ground cable, 1x70mm2, bare tinned copper

conductor including termination and testing a) supply bare copper conductor b) installation aboveground c) installation underground

m m m

16.11 Lighting System

16.11.1 Installation of lighting fixtures (bracket,

pendant installation type) each

16.11.2 Installation of lighting fixture (handrail

installation type) each

16.11.3 Installation of floodlight tower including

concrete foundation base each

17.0 INSTRUMENT

Rates shall include supervision, labor, handling, tools & consumables, mounting supports, instrument tubing and accessories, selector switch/push button (if required), calibration, loop checking and testing. Details per Instrument Installation Hook Up standard drawings.

17.1 Temperature Instruments

a) Thermocouple and thermowell b) Bimetal thermometer and thermowell c) Test thermowell

per set per set per set

17.2 Flow Instruments

a) D/P cell, line mounted, electronic type b) Annubar c) Ultrasonic flowmeter d) Vortex flowmeter

per set per set per set per set

17.3 Level Instruments

a) Level transmitter displacer type b) Level switch displacer type c) Level indicator screwed type d) Level transmitter flanged type e) Level transmitter D/P cell filled type f) Level transmitter radar type g) Gauge glass

per set per set per set per set per set per set per set

17.4 Pressure Instruments

a) Pressure transmitter b) Pressure indicator c) D/P indicator

per set per set per set

Page 52: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 50 of 58

d) D/P transmitter per set

17.5 Valves a) Shut down / blow down valve, type 1, 2 b) Shut down / blow down valve, type 3 c) Pneumatic control valve with E/P positioner d) Pneumatic control valve with E/P

positioner and solenoid valve e) Gas/Hydraulic actuated on/off valve

per set per set per set per set

per set

17.6 Installation and hook up of Combustible

Detection System per set

17.7 Installation and hook up of flame detector

system per set

17.8 Installation and hook up of manual break glass

station per set

17.9 Installation and hook up of fusible plug and

fusible loop panel a) fusible plug b) fusible loop panel

each each

17.10 Supply & installation of stainless steel

instrument air tubing for:- a) ¼” diameter b) 3/8” diameter c) ½” diameter

m m m

17.11 Supply and installation of stainless steel air

manifold for: a) 5 users b) 10 users

each each

17.12 Laying/installation of instrument cables,

including termination at both ends and testing. A=above ground in conduit B=direct buried or in concrete trench C=above ground on cable trays

17.12.1 Core cable 2 x 2.5mm2 for instrument power

supply -A -B -C

m m m

17.12.2 Core cable 2 x 4mm2 for instrument power

supply

m

Page 53: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 51 of 58

-A -B -C

m m

17.12.3 Twisted pair cable 2 x 1.5mm2 with screen

-A -B -C

m m m

17.12.4 Twisted triad cable 3 x 1.5mm2 with screen

-A -B -C

m m m

17.12.5 Multi-pair cable 6 x P x 1.5mm2 with overall

screen -A -B -C

m m m

17.12.6 Multi-pair cable 12 x P x 1.5mm2 with overall

screen -A -B -C

m m m

17.12.7 Multi-pair cable 20 x P x 1.5mm2 with overall

screen -A -B -C

m m m

17.12.8 Multi-triad cable 6 x 3 x 1.5mm2 with overall

screen -A -B -C

m m m

17.12.9 Multi-triad cable 12 x 3 x 1.5mm2 with overall

screen -A -B -C

m m m

17.12.10 Multi-triad cable 20 x 3 x 1.5mm2 with overall

screen -A -B -C

m m m

Page 54: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 52 of 58

17.13 Supply and installation of explosion proof Cable

Glands. a) from ½” to 1” b) from 1 ¼” to 2”

each each

17.14 Installation and mounting of instrument junction

box suitable for a) 6 pair instrument cable b) 12 pair instrument cable c) 20 pair instrument cable d) 6 triad instrument cable e) 12 triad instrument cable f) 20 triad instrument cable

each each each each each each

Page 55: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 53 of 58

ATTACHMENT 1 PROPOSAL LETTER To confirm that Bidder is familiar with all of the provision of this bid documents, Bidder is required to complete and submit the proposal letter in the following form. The full name and title of the authorized representative shall be furnished, where space for the authorized representative’s signature is provided in the Bid Form.

Bid Form: Proposal Letter To: PTT Public Company Limited

Onshore Compressor Station 4 Project 3rd Floor, PTTEP Building

555 Vibhavadi Rangsit Road, Chatuchak, Bangkok 10900, Thailand

Subject: Onshore Compressor Station 4 Project Gentlemen: In response to the subject Bid Request and in accordance with the Invitation to Bid (ITB), the undersigned hereby proposes to PTT to perform engineering, procurement, construction, testing and commissioning of the Onshore Compressor Station 4 Project and provide other services in accordance with the provisions of the bid documents and any addenda thereto. This bid consists of the following parts:

a.) Technical Proposal • Technical Information • Execution plan • Organization and key personnel • Proposed Subcontractors • Proposed Vendors for equipment and materials • Description of Contractor’s Constructional Plant • Work load • Quality assurance • Financial and credit information • Partnership, consortium or joint venture agreement • Insurance information • Litigation • Commercial Compliance • Technical Compliance

• Environmental , Safety , and Health

Page 56: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 54 of 58

b.) Commercial Proposal • Pricing Schedule • Day Rates Pricing

c.) Bid Security

To be submitted in accordance with the Invitation to Bidder Article 1.3.6

The undersigned agrees that this bid constitutes a firm offer to PTT which cannot be withdrawn for one hundred and twenty (120) calendar days from and after the due date or until the contract is fully executed by PTT and a third party, whichever is earlier. The undersigned certifies that it has examined and is fully familiar with all of the provisions of the bid documents and any addenda thereto; that it has carefully checked all of the Words and Figures shown in its Technical and Commercial Proposal; that it has carefully reviewed the accuracy of all statements in this bid and attachments hereto; and that it has satisfied itself as to the nature of the work, the requirements of the Bid Documents and all other matters which can in any way affect the work or the cost thereof. The undersigned hereby agrees that PTT will not be responsible for any errors or omissions on the part of the undersigned in preparing this bid. This undersigned also acknowledges receipt, understanding the full consideration of the following addenda issued prior to the closing date for receipt of bids: Addenda Numbers: (If no addenda have been received, so state) BIDDER: DATE: SIGNED BY: (Authorized Person) TITLE: DATE: _____________________________ _ COMPANY NAME: ___________________________________________ _ ADDRESS: (mailing) CONTACT NAME: PHONE NUMBER: FAX NUMBER:

Page 57: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 55 of 58

ATTACHMENT 2

Environmental, Safety & Health Form Bidder shall complete the following SHE form:

ENVIRONMENTAL, SAFETY & HEALTH FORM

SHE MANAGEMENT 3. Highest ranking SHE professional in the company:

Title:

Telephone: Fax:

4. Do you have or provide:

a. Full time SHE Director

b. Full time SHE Supervisor

c. Full time SHE Coordinator

Yes

Yes

Yes

No

No

No

5. Do you have or provide:

a. SHE incentive program

b. Company paid SHE training

Yes

Yes

No

No

SHE PERFORMANCE 1. Injury and Illness Data (Cooperate)

Provide the following information for the three most recent years:

2008* 2007 2006

Number of fatalities Number of Lost-Time injuries and illnesses cases Number of days away from work for injury or illness a. Number of cases with restricted work activity

b. Number of cases without lost workdays

c. OSHA Lost Workday Injury and Illness Rate (LWDIIR)

d. OSHA Total Recordable Case Rate (TRCR)

e. Total hours worked by all employees ______ ______ ______

* First nine (9) Month

2. Have you received any regulatory citations in the last three years?

Yes No If yes, please attach copies.

Page 58: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 56 of 58

SHE PROGRAMS AND PROCEDURES

6. Do you have a written SHE Program?

If yes, attach a summary of your program.

Does your program address vendor representatives on field

assignments?

Does the program address the following key elements?

• Management commitment and expectations

• Employee participation

• Accountabilities and responsibilities for managers, supervisors, and workers

• Resources for meeting SHE requirements

• Periodic SHE performance appraisals for all workers

• Hazard recognition and control

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

No

No

No

No

No

No

No

No

7. Does the program include work practices and procedures pertaining to your shop, fabrication yard or tasks such as: a. Equipment Lock-out and Tag-out (LOTO)

b. Confined Space Entry

c. Injury and illness Recording

d. Fall Protection

e. Personal Protective Equipment

f. Portable Electrical/Power Tools

g. Vehicle Safety

h. Compressed Gas Cylinders

i. Electrical Equipment Grounding Assurance

j. Powered Industrial Vehicles (Cranes, Forklifts, Etc.)

k. Housekeeping

l. Accident/Incident Reporting

m. Unsafe Condition Reporting

n. Emergency Preparedness, Including Evacuation Plan

o. Waste Disposal

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

No

No

No

No

No

No

No

No

No

No

No

No

No

No

No

8. Do you have programs for the following:

a. Hearing Conservation

b. Respiratory Protection

Where applicable, have employees been:

Trained

Yes

Yes

Yes

No

No

No

Page 59: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 57 of 58

Fit tested

Medically approved

c. Hazard communication

d. Programs for potential high hazard work such as highly hazardous chemicals; sand blasting, painting, etc.

Yes

Yes

Yes

Yes

No

No

No

No

9. Do you have an alcohol and substance abuse program?

If yes, does it include the following?

• Pre-employment Testing

• Random Testing

• Testing for Cause

• Testing required by government regulations (DOT, etc.)

Yes

Yes

Yes

Yes

Yes

No

No

No

No

No

10. Does your program provide protective measures for inspectors/ visito to your shops/fabrication areas? Describe the protective measures taken.

Yes No

11. Meetings

a. Do you hold site SHE meetings for:

Supervisors?

Workers?

New Hires?

Yes

Yes

Yes

No

No

No

Frequency ____________

Frequency ____________

Frequency ____________

b. Are the SHE meetings documented? Yes No

12. Personal Protective Equipment (PPE)

a. Has a hazard assessment been completed to determine what PPE is required for your shops or tasks?

c. Do you have a program to assure that PPE is inspected and

maintained and used where required?

Yes

Yes

No

No

13. Do you have a corrective action process for addressing individual safety and health performance deficiencies?

Yes No

14. Equipment and Materials: a. Do you conduct inspections on operating equipment

(e.g., cranes, forklifts) in compliance with regulatory requirements including guarding?

b. Do you maintain operating equipment in compliance with regulatory requirements?

c. Do you maintain the applicable inspection and maintenance certification records for operating equipment? Where are these maintained?

Yes

Yes

Yes

No

No

No

15. Inspections and audits

Page 60: Part 3.0 Bid Forms_Final

ONSHORE COMPRESSOR STATION 4 PROJECT

Part 3: Bid Forms Page 58 of 58

a. Do you conduct SHE inspections? b. Do you conduct SHE program audits? c. Are corrections of deficiencies documented?

Yes Yes Yes

No No No

SHE TRAINING

16. Training

a. Have employees been trained in appropriate job skills?

b. Are employees’ job skills certified where required by

regulatory or industry consensus standards?

c. Do you administer a behavior based safety program?

Yes

Yes

Yes

No

No

No

d. List crafts which have been certified: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________

17. SHE Orientation New Hires Supervisors

a. Do you have an SHE Orientation Program for new hires and newly hired or promoted supervisors?

b. Does the program provide instruction on the following: • New worker orientation • Safe Work Practices • Safety Supervision • Toolbox meetings • Emergency Procedures • First Aid Procedures • Incident Investigation • Fire Protection and Prevention • Safety Intervention • Hazard Communication

c. How long is the orientation program? _ Hour

Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

No

No No No No No No No No No No

Yes

Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes

No

No No No No No No No No No No

18. Training Records a. Do you have SHE and crafts training records for your workersb. Do the training records include the following:

• Worker identification • Date of training • Name of trainer • Method used to verify understanding

Yes

Yes Yes Yes Yes

No

No No No No

19. How do you verify understanding of training? (Check all that apply)

Written test Oral test Performance test

Job Monitoring Other (List) ___________________________________

_____________________________________________