Minutes of Pre-Bid Meeting & Scope of Work-

7
PETRONBATAANREFINERY Powe! Plantand Utilitil'S- CFB MINUTESOFPRE-BIDMEETING November 18,201411:00PM RSFFBAdmin. BuUdlng. Visitor's Center AtteJ/d~s: Petron Bataan Refinery AQuagenTeChnologyInc. Mecon Systems RARRREnterprise Servicio Filipino Inc. Abesco Comtrucllon M4CMSJ CC: RRE AIT RMR RAS MJCV A.J.N,Calma R.M.Tayao LeeQuintero 1.P.Limcumpao B.1. Saribay A.P.Bequllla A, J. Sagun 1.C.Levita e.G.Omocol ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• Subject: PPCS14-0068:ModificatioJ/ of Fire WaterLiIle for RSfFB AdmiJ/istratil'e Offices ••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••••• The following were the highlights 01the Pre.Bid meeting: General Reauirements I. The contractors shall meet the requirements of the owner based on the job specifications and items discussed In the pre-bid meeting. 2. The Contracror shall start of work within one (I) week alter receipt of Notice to Proceed and shall complete the work in thirtyfJo) calendar days. ~. Project location is at RSFFBPower Plant PBRComplex. I. Contractor shall be responsible lor the overall aclivitles required lor mobilization/demobilization and setting-up 01 equipment. installation 01 relevant equipment and lacilities which engaged in the scope 01 contract with best condition 01 Its operation and maintenance wherever its utilization up to the final stage 01his scope of work. 2. Verification of all PBRsupplied detailed engineering drawings lor consistency with relerence Global Practices, applicable codes and standards and actuallield conditiOn>. ). SUpply and insta ]lation of all materials needed for the completion of modification of firewater line for RSFFBAdmin Building as shown on provided reference drawings.

description

Sample Minutes of Pre-Bid Meeting & Scope of Work- Modification of Firewater Line

Transcript of Minutes of Pre-Bid Meeting & Scope of Work-

  • PETRONBATAANREFINERYPowe! Plantand Utilitil'S- CFB

    MINUTESOFPRE-BIDMEETINGNovember 18,201411:00PM

    RSFFBAdmin. BuUdlng. Visitor's Center

    AtteJ/d~s:

    Petron Bataan Refinery

    AQuagenTeChnologyInc.Mecon SystemsRARRREnterpriseServicio Filipino Inc.Abesco ComtrucllonM4CMSJ

    CC: RRE AIT RMR RAS MJCV

    A.J.N,Calma

    R.M.TayaoLeeQuintero1. P.LimcumpaoB.1. SaribayA.P. BequlllaA, J. Sagun

    1.C.Levita

    e.G.Omocol

    Subject: PPCS14-0068:ModificatioJ/ of Fire Water LiIle for

    RSfFB AdmiJ/istratil'e Offices

    The following were the highlights 01 the Pre.Bid meeting:

    General Reauirements

    I. The contractors shall meet the requirements of the owner based on the job specifications anditems discussed In the pre-bid meeting.

    2. The Contracror shall start of work within one (I) week alter receipt of Notice to Proceed andshall complete the work in thirtyfJo) calendar days.

    ~. Project location is at RSFFBPower Plant PBRComplex.

    I. Contractor shall be responsible lor the overall aclivitles required lormobilization/demobilization and setting-up 01 equipment. installation 01 relevantequipment and lacilities which engaged in the scope 01 contract with best condition 01 Itsoperation and maintenance wherever its utilization up to the final stage 01his scope of work.

    2. Verification of all PBRsupplied detailed engineering drawings lor consistency with relerenceGlobal Practices, applicable codes and standards and actuallield conditiOn>.

    ). SUpply and insta ]lation of all materials needed for the completion of modification of firewaterline for RSFFBAdmin Building as shown on provided reference drawings.

  • PPCS'4-(xJ68: M04/f/(dlion Of Fire Wat~rlin~ fer IiSffB Admln/5trati.~OHia:sMlnuu50t~'BidM~ring

    4. Supply, fabrication and installation 01pipe supports as shown on the construction drawings.

    S. Supply and installation of lire hydrant. fire hydrant to be supplied shall be the samebrand/model as the existing fire hydrants of the RSFFB.

    6. Supply, fabrication and installation of hose cabinet same as the exisring hose cabinet ofRSFFB.On the hose cabinet front side, there shall be obvious and fadeless mark "HYDRANr.The hose cabinet shall contain six(6)pieces (65mm diameter, 10m length each) fire hose, one(l) set 01straight stream fog nozzle with two functions (diameter over 19mm), and a hydrantwrench; all 01same brand/model as the existing.

    7. Supply and installation of piping system as shown in the construction drawing consist but notlimited to thefollowing:

    a. Pipesb. Fittings (elbows, reducer, flanges, etc.)c. Gaskets,bolts, nuts, etc.

    8. Reorientation ofgate valve,elbow and pipe support as shown on the construction drawing.

    9. Conduct necessary hot works (I.e. cutting, welding. grinding, etc.) for the tapping at existingflrewater line,

    10. Conduct and pass required Non-DestructiveTest (NDn and other QNQC parameters to ensuregood workmanship and compliance to internationally acceptable codes and standardsinduding Global Practices. Radiographic test requirement shall be 5%01all welding worksconducted for the tapping 01pipes.

    II. Hydrostatic leak testing for the installed and tapped water lines at ISS1 kPag (ns PSIG).Contractor shall perform correct blinding procedures and appropriate use of equipment at itsgood condition.

    12, Supply and application 01painting materials shall be based on PBRPainting Code.

    13. Provide and install materials, fixtures, and other aessories and work not dted herein but arespecifically shown In the reference drawing. Materials, fixtures and other accessories shall besame or equivalent to that Installed at the existing firewater line, Anydeviation to this mattershall be requested for Petron'sapprova1.

    14. Provision of safety requirements (I.e., scaffoldings, warning and road signage, completepersonal protective equipment. etc.)necessary to complete the work.

    15. Allmaterials to be supplied and used for the Modification of firewater line for RSFFBAdminBuilding shall be brand new and free from defects.

    16. Cleanup of the work site at all times,

    17. Contractors shall Issue detailed drawings prior constructiOnjinstallation at site lor owner'sapproval.

    P'gt'lofS

  • PPC514-006lI:Modification 01fi", Wal~rliM for RSffBAdministralivr: Olti "Mjnut~"ofP~Bid M~ling

    18. Contractor shall be required to prepare and submit Salety Execution Plan forthe project priorcommencement of the work.

    19. [t Is a must for the contractors to conduct actual site sUl"ley or inspection to verify siteconditions. Any requirement not specified but implied and necessary to complete the jobshall be the responsible of the contractor. This shall be valldated thru the attachment 01 SiteInspection Certilicateaccomplished with the proposal.

    20. Other materials or consumables not stated in this job specification needed lor the completion01the project shall be responsibility of the contractor.

    Work and R{'sponslbilltles to be Furnished by PBR/Oth_crs

    I. Inspection as required (PBRRepresentative to ilct ilSwitness only).

    2. PBR to provide water at source only. Electrical requirement lor the installation works shall beprovided by the contractor.

    ,. free access to the project site for Contractor's personnel and equipment.

    4. Other materials and consumables not stated in job specifications but necessary to completethe project shall be responsibility 01 the Contractor.

    Project {BjdLContract_ RequJrements

    I. Penalty for delayed project completion is 1%per day of delay and not to exceed 15%olthecontract amount.

    2. The winning Contractor shall be required to secure the lollowing bonds: From Anchor Insurance BrokerageCorporation:

    Performance Bond Warranty Bond Comprehensive General liability (CGl) Insurance Construction/All Risk (CAR/EAR)Insurance

    3. All necessary permits (Mayor's, Building. Construction, etc.) and paymentolthe required lees,including Contractor's taxes. shall be responsibility 01Contractor,

    4. Bid submission lor both Technical and Commercial Proposals shall be on or before November15.1Q14at 1:00PM to PBRProcurement Group, c/o Mr, Rufino A.Simeon.

    ,. Bids shall be a one-time submission - two envelope system containing the Technical andCommercial proposals. Technical and Commercial Proposal shaH be sealed is two (2) separateenvelops and labeled accordingly, Technical proposal must be unpriced and contains thelollowing:

    al Detailed methodology on implementationol the projectb) Detailed Bill 01Materials (Unpriced)c) Organization Chart (Company & Project)d) Contractor's corporate experience lor similar types of projects, listing completed

    similar projects, il any

  • PPCS14-0068:Modification af Fire Warer Lln~ far RSFFBAdm'n;Slrallv~ OtticesMinumofPt~Bld Mccn-ng

    e) Key personnel/prolessionals intended for the project and their corresponding resumeand qualification experience

    n List 01subcontractors intended for the projectg) List 01owned and rented equipment to be usedh} Workload informationi) Basic Project Implementation Schedule (PERT/CPM)including Engineering worksJ) Certificate of Site lnspectionk) Petron Confidentiallty Agreement

    Commercial proposal must be sealed and using owner's format containing the lollowing:a) Bid Proposal Formb) Based Bid Proposal (Attachment A)c) Detailed Bill 01Materialsd) Exceptions, if any

    6. Commercial bids shall be valid lor a period of 60caJ~l}daLdays after the date 01bid 01opening.Abid valid for a shorter period shall be rejected as non.responsive,

    Safety I Security {Environment

    1. Contractor's personnel shall be required to work with the required PPE's (I.e. salety shoes,hard hat. long sleeved cotton shirt/jacket, safety goggles. gioves. etc.). Hard hat shall be 01 thesame color{except red or while) and must have a company logo.

    2. Only equipment and vehicles in good condition shall be allowed entry to the work area. Partsand accessories (I.e. head lights, signal lights, horn, hand brakes, etc.) should be in workingcondition while vehicles and equipments should be generally in good condition andappearance.

    ~. Contractor must secure working permits before the execution of works.

    4. Entrance to site shall be at the GPII Gate, South portion 01the RSFfB Compound and/or at theContractor's Gate. Security Inspection shall be implemented. Llkewise, vehicle inspectionprior to entry/exit shall be observed.

    5. Identification Badges are required for all personnel.

    6. Contractor shall submit a master list 01 all personnel. materials, equlpments to be brought Inlor approval.

    7. No other work or materials shall be supplied by Petron.

    Other Consideratil,)lls

    1. fire hydrant to be supplied by the contractor shall be the same brand as the existing. In casecannot be provided, contractor shall state in their technical proposal for owner's evaluationand approval.

    2. Pipe support shall be similar to the existing. Any deviation shall be included in the technicalproposal lor owner's evaluation and approval.

  • PPCSI4-oMI!:Mooification of Flcr lYal~rUn~ for RSFFBAdminislr.a>OfflCfSMinur~s of Prl!-BldM~ting

    J. Contractor> shall follow the same format as attached for their commercial bids.

    4. Hydrotest shall cover the entire length olnew 4-in pipe from the flange connection f tie-inpoint up to fire hydrant only. Weld joint on the reorientation of existing lo.in pipe shall betested through Radiographic Testing (RD and Penetrant Testing (PD. Requirement shall be100% full RTand penetrant test lor the root pass and final pass. Relatively, five percent (,%)radiographic testing shall also be considered on all welding works conducted for the tappingof 4-in pipe. All NDTresults shall be verified and evaluated by the owner prior acceptancl' ofthe work.

    5. All works permits (Le. cold work. hot work, etc.) needed for the project shall be taken fromapproved by RSFFBOperations Croup.

    6. Bidders may submit thelr inquiries and clarifications until November 11, 2014 thru Ms. AprilJoy NUiiel.Calma (aapune.'alpetron.com I (01) 88498100 local J0629) or Mr. Louirom C. Levita{lcleTIJa/ii)petron.com f (02) 88498100 local 306Jo). All clarificatIons shall be issued to allBidders without identifying the source of inquiry.

    All items discussed and resolved in this meeting wiil form part of the contract.

    Prepared by:

    Conforme:

    .!LM,JayaQAquagen Technology Inc.

    !'l-,-L_Sarlba)'Serviclo filipino Inc.

    LeeQuInteroMecon Systems

    A.P. BeauillaAbesco Construction

    Noted by:

    RaU~UlORSffB Project Manager

    J".)'.UmcumpaoRARRREnterprise

    A.I.SagunM4CMSI

  • IIPeTRON

    PREaiD MEETINGPPCSt4-0068: Modification of Fir~ Water Line for RSFfB Admin, Bldg.

    (fB Admin. Bldg., Vi,ilor', Center

    November 18, 2014 I 1400.1SHr

    AnENDANCE SHEET

    SIGNATURE

    r

    COMPANY

    AnNAME

    ,6 >1."..Ii\eQ,uILLIl,

    rYl0f"O J L-( Le...,~"n

    n

    n

    """"""""""""

    ,,

  • ...

    BlD PROPOSAL FORM

    PPCS14.006B: MODIFICATION OF FIREWATER LINE FOR RSFFIl ADMINISTRATIVE OFFICES

    ,.. "-.-rJ" "'HI""".'" H"Hm.I .,"~,.""G