172
CIVIL WORKS ROAD WORKS STRUCTURAL WORKS MAINTENANCE WORKS ESTIMATION WORKS JUBAIL OFFICE: AL Sam Street – P.O.box 30135 – Jubail 31951 – Tel: (03) 3611162 - Fax: (03) 3611162 – KSA Mobile: 0503779750 - 0599704024 - 0505588524 KHOBAR OFFICE: AL Sam Street – P.O.box 30135 – Khobar 31951 – Tel: (03) 3616771 - Fax: (03) 3616771 - KSA Website Add: http://www.fhgworks.com E-Mail Add: [email protected] , [email protected]

FHG Contracting Company Profile (Construction Works)

Embed Size (px)

Citation preview

CIVIL WORKS ROAD WORKS STRUCTURAL WORKS MAINTENANCE WORKS ESTIMATION WORKS

JUBAIL OFFICE: AL Sam Street – P.O.box 30135 – Jubail 31951 – Tel: (03) 3611162 - Fax: (03) 3611162 – KSA Mobile: 0503779750 - 0599704024 - 0505588524

KHOBAR OFFICE: AL Sam Street – P.O.box 30135 – Khobar 31951 – Tel: (03) 3616771 - Fax: (03) 3616771 - KSA Website Add: http://www.fhgworks.com E-Mail Add: [email protected], [email protected]

WELCOME TO.......

Deliver the highest level of service excellence to every client every day, while making “Fahad Husain Ghulais Est” a great place to work.

Fahad Hussain Ghulais Est (FHG) Surveying Group goal is to be your company's number one choice for all your Civil, Roads and Structural Works needs. We can provide you with best construction services in a timely and accurate manner while staying cost effective….

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

TABLE OF CONTENTS

SN Description Page No.

1 Introduction 6

2 Organizational Chart 10

3 License 12

4 Management Staff & Labor Force 14

5 Equipments & Machinery 17

6 List of Projects & Photos 19

7 Scope of Services 28

8 Quality 30

9 HSE 37

10 Quality Control Program of FHG Est. 42

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

INTRODUCTION

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

FHG Fahad Hussain Golais General Contracting Est.,

was established to be an active supporting contractor for the fast moving construction industry from commencement till completion of a project. The establishment has maintained a policy of steady and controlled expansion and has successfully completed a diverse range of projects. Flexibility to carry out projects of varying sizes and different scopes related to the industry has always been a central element of our policy.

FHG strongly believes that positive attitudes, good

coordination among its different departments and safe working conditions are essential elements in meeting the requirements and expectations of our client.

FHG appreciates the importance of customer’s

satisfaction through the implementation of safety and quality in its performance by qualified and competent staff to assure timely delivery and completion of the project.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

FHG appreciates the importance of customer’s satisfaction

through the implementation of safety and quality in its performance by qualified and competent staff to assure timely delivery and completion of the project.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

VVIISSIIOONN

FHG desires to be a positive and highly influential force in the development of the construction industry. Through our planning, resources deployment and collaboration with our strategic partners, we are able to meet client expectation and improve project performance taking into consideration safety, quality and cost are met. Our professional and experienced staff of different disciplines, coupled with management contribution, FHG is able to overcome obstructions and make the job a success.

VVAALLUUEESS

♦ Health, Safety, Environment and Quality must come first in our business. ♦ We conduct our work at all times with integrity, transparency, strong ethical

values and commitment to serve. ♦ We share knowledge with our strategic partners to deliver professional

approach. ♦ We abide by the laws of the land. ♦ We believe that the most important asset of our firm is its employees. Therefore,

trust, respect, fairness and dignity are our main policy to make positive team work.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

ORGANIZATIONAL CHART

Civil Survey I Structural Survey I Land Survey I E arth Works I Quantity Survey

l- - -

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-:tvfail: [email protected]

PRESIDENT

GENERAL MANAGER

CONTRACTS _ MANAGER

FINANCE AND ACCOUNTING

HUMAN

RESOURCES

1 ADMINISTRATION

PROJECTS MANAGER

TENDERING

& ESTIMATION

HEAVY

EQUIPMENT - DIVISION

LAND SURVEY

& TOPOGRAPHY

L...------'

PROJECT MANAGER

I I I I I HEALTH,

I QUALITY

PLANNING SURVEYORS CONSTRUCTION COST CONTROL

SAFETY PROCUREMENT SAFETY & ENVIRO NMEHT

ASSURANCE & QUALITY CONTROL

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

LICENSE

Civil Survey I Structural Survey I Land Survey I Earth Works I Quantity Survey

() )..- f

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation •------

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 ( '1-.. 11!--r:.rA- J

Phone: (03) 3611162, Fax: (03) 3611163, E-:tvfail: [email protected] 1 ) I"1_u 1

i.. ·=a ,>!

- •,....I, I I

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

MANAGEMENT STAFF & LABOR

FORCE

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

SL # DESCRIPTION QUANTITY 1 Area Managers 9 2 Asst. Area Managers 7 3 Contract Managers/Project Managers 5 4 Construction managers 10 5 Asst. Project Managers 5 6 Accounts Director 1 7 Accounts Manager 2 8 Administrative manager 2 9 Procurement manager 8 8 Warehouse managers 6

11 Site Managers 5 12 Planning Managers 9 13 Architects 3 14 Site Engineer (All Disciplines) 9 15 Structural Design Engineer 2 16 Electrical Engineer 3 17 Electronic Engineers 6 18 Mechanical Engineer 8 19 Piping Engineer 4 20 Instrument Engineers 3 21 Rotating Engineers 4 22 Cost Engineer 2 23 Planning Engineers 4 24 HVAC Engineer 4 25 Safety Engineer & Inspectors 10 26 QA / QC Engineers 7 27 Fire Detection Alarm Engineer 9 28 Govt. Relation Officer 10 29 Administrator 4 30 Accountant 2 31 Accounts Clerks 7 32 Estimator/Planner 6 33 Material Controller/Planner 10 34 Safety Training Coordinator 4 35 Inventory Conductor 8 36 Inventory Controller 7 37 Housing Inspector 26 38 Purchaser 8 39 Project Scheduler (Civil /Mechanicl/Elecrical) 12 40 Secretary 22 41 Clerks 5 42 Computer Operator 21 43 Design Draftsman (All Discipline) 3 44 Computer Programmer 6 45 Material Planner 7 46 Material Expediter 6 47 Storekeeper 6 48 Superviser (All discipline) 9

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

49 Field Supervisor (All Discipline) 9

50

Asst. Supervisor

15 51 Foreman 20 52 Multi-craft Foreman 15 53 Foreman - Shuttering 15 54 Foreman - Scaffloading 12 55 Foreman - Mason 15 56 Foreman - Roofing 10 57 Foreman - Electrical 22 58 Foreman - HVAC 13 59 Foreman - Carpentry 19 60 Foreman - Plumbing 20 61 Carpenter (Framing/Finish) 30 62 A/C. Technician 20 63 HVAC Technician 12 64 Painter (Spray, Brush and Roller) 14 65 Electrician 18 66 Electrical Technician 33 67 Plumber 20 68 Mason/Tile Setter 12 69 Welder (3G/6G/TIG CS & SS/MIG) 15 70 Industrial Mechanic 30 71 Driver (Heavy Duty) 11 72 Driver (Light Duty) 42 74 Electronics Equipment/Instrument Technician 20 75 Electronic technician 25 76 Fire Alarm Technician 20 77 Machinist 10 78 Millwright 20 79 Riggers (LVL ii/iii) 15 80 Sandblaster 22 81 Crane Opreators 65 82 Forklift Opreators 38 83 Equipment Operators 32 84 NDT TECHNICIAN 12 85 Auto Mechanic 15 86 Elevator Technician 25 87 Heavy Duty Mechanic 30 88 Sheet Metal Fabricator 22 89 Security Guard 35 90 Sign writer 12 91 Steel Fixer 30 92 Roofer 10 93 Laborer/Helper (Skilled / Semi-skilled) 700 94 Miscellanous categories related to services contract in SABIC & ARAMCO 7,917 95 Grand Total 2,156

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

EQUIPMENT &

MACHINARY

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

SL # CATEGORY NO. 1 AIR COMPRESSOR 8 2 AIR TRACK DRILL 10 3 ASPHALT DISTRIBUTOR 9 4 BACKHOE, TRACK TYPE 12 5 BACKHOE/LOADER 5 6 BACKHOE/LOADER , WHEEL TYPE 4 7 BALER MACHINE 2 8 BEACH CLEANER MACHINE 3 9 BOOM TRUCK 2

10 GENERATOR 8 11 GRADALL EXCAVATOR 4 12 BULLDOZER 2 13 GRADER 3 14 EXCAVATOR 8 15 JCB 9 17 ROLLER 12 18 WHEEL LOADER 8 19 WATER TANKER 6 20 BOB-CAT 3 21 MANLIFT 2 22 FORKLIFT 2 23 DUMPTRCK 4 24 TIPPER TRAILOR 2 25 MAINTENANCE TRUCK 3 26 DIESEL TRUCK 2 27 SERVICE CARS 2 28 DUMPER TRUCK 4 29 MIXER CEMENT/CONCRETE 2 30 MIXER CONCRETE 3 31 MIXER CONCRETE DIESEL ENGINE 2 32 PUMP, DEWATERING WITH ACCESSORIES 2 33 SCREENING PLANT 4 34 SCRUBBING MACHINE 2 35 SLURRY PUMP 3 36 SPREADER, ASPHALT 2 37 TANKER,TRAILER, WATER 2 38 TANKER, TRAILER, RAW WATER 2 TOTAL 62

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

LIST OF PROJECTS

& PHOTOS

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

S.N . P roject Cl ient Contra ctors

1 ROAD WORKS, ASPHALT CONC, AGGREGATE WORKS, EXCAVATION, BACK FILLING WORK & CONCRETE FOUNDATION & SLEEPERS.

PETROL STEEL

TAMIMI GLOBAL

2 MECHANICAL LIFTING & MANAGEMENT OF LAYDOWN AREA

HADEED AL-RUSHAID CONST.

3 INSTALLATION OF CAMP CONTAINERS & LIFTING, CONSTRUCTION OF CAMP ASPHALT ROAD

AL-RUSHAID AL-GHANAM

4 EARTH WORK, LAYING BASES LAYERS & PAVEMENT & INSTALLLATION OF PORTA CABINS & FENCE

SINOPEC

SINOPEC

5 SURVEYING WORK FOR PILES & AS BUILT DOCUMENTATION PREPRATION TO CLIENT.

SAUDI KAYAN

KILLER TURKEY

6 SURVEYING WORK & HANDLING OF AS BUILT DRAWING.

SAUDI KAYAN

CHUNJO CONST.

7 CONSTRUCTION OF REINFORCED CONCRETE

FOUNDATION & WAREHOUSES CONCRETING WORK PETROL STEEL

MCCL

8 ROAD WORKS, ASPHALT WORKS, WATERPROOFING, EARTHWORK & CONSTRUCTION OF SERVICE ROADS & HARD STANDS PIPERACK CONCRETING

PETROL STEEL

BONG KYUNG

9

EXCAVATION & CONSTRUCTION OF REINFORCED CONCRETE CULVERTS & PRECAST CONCRETE FOUNDATIONS.

PETROL STEEL

AL-NASAR

10 SITE PREPARATION WORK & FENCING. AND WAREHOUSE INSTALLATION

HADEED

INBESCO

11 SITE PREPARATION & ROADS WORKS INCLUDING ASPHALT CONCRETE WORKS.

TECHNIP SINOPEC

12 EARTHWORK, SITE PREPRATION & INSTALLATION OF PORTACABINS.

MA’ADEN

MMG

13 SITE PREPARATION SURVEY TRAVESING EARTHWORK

SABIC

SAMSUNG

14 SURVEYING WORK, FOUNDATIONS & COLUMN ERECTION ETC.

SAUDI KAYAN

MMG

15

SUPPLY OF MATERIAL & STEEL ERECTION WORK

TECHNIP CARLO GAVAZZI CO.

16 SURVEYING WORK FOR FOUNDATION & COLUMN CONCRETE

PETROL STEEL

AYTB GROUP

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

S.N . P roject Cl ient Contra ctors

17 Fabricate and erection of pump center hangers tamimi FHG

18

Construction of private villas at houfoof –30no. Fayadh dossary

FGH

19 Construction of four building (3 story ea) -Naeireah Al-merri FGH

20 Erection of shaded car park at united petrochemical United Trans Saudia

21 Delivery and supply construction material to Hyndai- Maaden (Marl,bases)

Maaden

Hyndai

22 Site preparation for Daelim at Sadara ARAMCO Daelim

23 Construction of Al-Lulu Hyper market car park and

asphalt paving

Nama Co.

FHG

24 PREPRATION OF LAYDOWN AREA & ASPHALT WORKS SINOPEC-EPC SINOPEC

25 BACKFILLING WORK & SUPPLY OF MATERIAL DAMMAM PORT ETE

26 LAYOUT & CONSTRUCTION OF FOUNDATIONS & CONCRETE COLUMNS

WASIT GAS PLANT

TAMIMI GLOBAL CO.

27 MANPOWER SUPPLY & SURVEING WORK. NATIONAL GUARD

TAMIMI

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-:tvfail: [email protected]

Civil Survey I Structural Survey I Land Survey I E arth Works I Quantity Survey

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-:tvfail: [email protected]

Civil Survey I Structural Survey I Land Survey I E arth Works I Quantity Survey

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Survey I E arth Works I Quantity Survey

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-:tvfail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

SCOPE OF SERVICES

FHG is a multi-discipline services provider that can contribute to projects from inception to completion. The following services can be provided as a complete package for the execution of a project, or alternatively, individual services can be supplied as required by the Client:

A—Civil Work

FHG has a qualified Civil construction team who is capable of executing heavy civil work, which includes but not limited to, buildings construction temporary facilities new and relocation work ,parking shades and steel structure erection ,bridges, culverts, sleepers, duct, banks and manholes,….. etc.

B—Site Development and Associated Work

Earthmoving activities are our prospective. We are able to develop site location to required grade and as per Client requirements. This include mass cut and fill activities, removal of existing obstruction, fencing and padding .Our team has good experience in dealing with mass quantities of earth work and able to find optimum solutions.

C—Road Work

Construction of road and associated work is our aspect which involves grading, sub-base and base course layers. In addition, all requirement to road construction lies under our umbrella which include but not limited, laying geogrid and geotextile layers, gravel layers, installation of guard rails and road accessories.

D—Survey and Topography

FHG survey and topography division is well manned with competent team equipped with the latest surveying machines .We support initial project study, direct involvement in project implementation from commencement to completion including preparation of as built and turn over package.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

SCOPE OF SERVICES

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

E—Manpower and Equipment Supply

Multi discipline catagories with different levels of manpower and equipment are available for direct supply .This includes engineers ,foremen,……..masons, carpenters, steel fixers and l labors as Well as Machinery

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

QUALITY

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

QQUUAALLIITTYY PPOOLLIICCYY

The Management of FHG recognise the importance of Quality Control in the efficient and profitable organisation of its activities and believes that high standards of quality are an integral part of an effective organisation providing its clients and their clients with a quality product.

The Company’s aim will always be to provide a high standard of work in accordance with the project drawings and documentation on all projects undertaken. To this end the Company operates its own Quality Plan and Quality Management System with checklists and maintained records of quality and checks.

The QMS will be operated on all projects regardless of size or complexity and will be subject to regular reviews by senior management in order to ensure its correct operation and effectiveness. These reviews will be based on a programme of internal audits which will seek to constantly improve the documented and operational procedures.

The General Manager is the Head of Quality Assurance and is responsible for the implementation of the Quality Management System. Regular training of operatives and technical and supervisory staff takes place, reporting to the Managing Director, to ensure awareness and understanding of quality and its impact on customer service. The requirements of the company’s quality system are mandatory and all company personnel have a responsibility and obligation to it.

GGeenneerraall MMaannaaggeerr

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

1. Objectives

We aim to provide a professional and ethical service to our clients. In order to demonstrate our intentions, we have identified the following Quality Objectives:-

◊ To maintain an effective Quality Management System complying with ISO9001:2008.

◊ Expand our customer base in line with the requirements of our quality management processes and without compromising our quality.

◊ To achieve and maintain a level of quality which enhances the Company’s reputation with clients.

◊ To progressively grow our business while maintaining our focus on the quality of our services.

◊ We will conduct our business in an ethical and professional manner.

◊ We will endeavour to satisfy our clients’ requirements and get things right first time.

◊ Should we make a mistake, we will admit it and put things right as soon as possible.

◊ We will analyse customer feedback data, internal performance data, financial

performance data and business performance data to ensure that our Quality

Objectives are being met.

2 Management Responsibility

FHG Management ensures:

◊ that the ongoing activities of FHG are reviewed regularly and that any required corrective action is adequately implemented and reviewed to establish an effective preventative process.

◊ That internal audits are conducted regularly to review progress and assist in the improvement of processes & procedures.

◊ That employees have the necessary training, specifications and equipment to effectively carry out the work.

◊ Measurement of our performance against our declared Quality Objectives.

◊ Review business performance information.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

3. Document Control / Control of Records

We keep hard copy files for all client orders, which include all related documents. Information is issued subsequent to client orders via drawing issue, site instruction, confirmation of verbal instruction (CVI) and responses to requests for information (RFI). All of which this information is logged in chronological order with hard copies filed both on site and within site QS’s files kept at head office. Where TSI issues CVI’s and RFI’s the pro-formas are used as per Appendix 10. Purchase Orders (POs) are identified by their reference number. All documents are version controlled by date.

Personnel files are kept in a locked cabinet. For each member of staff these include contracts of employment, details of any Company benefits, up-to-date risk assessments for head office staff and completed health and safety questionnaire and copies of staff reviews.

4. Operational Processes (Product Realisation)

3.1 PLANNING OF SERVICE REALISATION

TSI is responsible for both the planning and delivery of its services. We work closely with our Clients to specify their requirements and have a comprehensive product realisation process on which all of our client related procedures are based. The process shown overleaf describes our business process and their integrated quality control measures.

The internal handover once a job has been secured is the responsibility of the Estimating Director. There is a formal internal review meeting for each secured project using a set agenda to review all contract, staffing and work requirements. A schedule of all material requirements for the project forms part of the handover documentation handed over at this meeting. The meeting is attended by the Estimating Director, the Contracts Director, the project QS, and the buyer. The QS is responsible for issuing minutes for this meeting to all attendees, and maintaining a

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Weekly site progress meetings are attended by the Contracts Director and the site manager. Minutes are distributed by the Contracts Director and copies held in a central job file maintained by the project QS.

Monthly review meetings are attended by the directors of the company following the agenda set out in appendix 2. Minutes are held in a file held at the head office. Any notified defects that become apparent during the maintenance period are recorded in the central complaints log (see section 9.3) on the main server. It is the responsibility of the Contracts Director to ensure that these are dealt with promptly and signed off as complete with the Client.

3.2 CORRECTIVE/PREVENTATIVE ACTION – CONTROL OF NON CONFORMING SERVICE

It is the responsibility of all employees to identify the necessity for corrective action(s). All employees are responsible to carry out their work according to the processes and procedures that they are trained to use.

◊ Quality Control checklists are in place on each site

◊ Concrete cube testing is undertaken by an independent testing laboratory at a frequency set out in the project specification. Concrete pour records are maintained on each site identifying in which structural element each load of concrete has been used (see appendix 14).

◊ Certificates are issued for materials to be incorporated into the works including concrete, CARE certificates for rod reinforcement, aggregates, tanking systems, etc.

◊ All mechanical items such as pumps are tested and commissioned prior to handover to the Client, and the relevant certificates and guarantees are then issued.

◊ A controlled waste Transfer Note is completed for all waste to be removed from site (see appendix 15), and a hauliers certificate is issued for all waste carriers used. All relevant paperwork is provided for all waste according to it’s category

◊ A non-conformance directive is issued by the Contract’s Manager where works are completed out of specification (See Appendix 16). These are logged and filed

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

3. Management Responsibility

FHG Management ensures:

◊ that the ongoing activities of FHG are reviewed regularly and that any required corrective action is adequately implemented and reviewed to establish an effective preventative process.

◊ That internal audits are conducted regularly to review progress and assist in the improvement of processes & procedures.

◊ That employees have the necessary training, specifications and equipment to effectively carry out the work.

◊ Measurement of our performance against our declared Quality Objectives.

◊ Review business performance information.

◊ That customer feedback is reviewed.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

That employees have the necessary training, specifications and equipment to effectively carry out the work.

Measurement of our performance against our declared Quality Objectives.

Review business performance information.

That customer feedback is reviewed.

Management planning and review meetings are held monthly and are minuted (See Appendix 2).

We have designated Jonathan Dunn as our Management Representative who is responsible for the maintenance, measurement and review of our Quality Management System.

Management is committed to providing high quality service to customers and has a

shared responsibility for the control of non-conforming products and

corrective/preventative actions.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

SAFETY

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

HHEEAALLTTHH,, SSAAFFEETTYY && EENNVVIIRROONNMMEENNTT

FHG Management firmly believes that HSE Management system is an essential part of the professional business management and is committed to undertake assignments and comply fully with the HSE Policy to sustainable business performance & social responsibility of the company.

1. Safety Policy

The main objective of the safety policy is to provide safe working conditions, prevent health hazards and ensure the personal safety of workers, consultant staff, company staff and visitors on the project. Safety is seen as an essential part of all activities and should be considered as the same in manner as all other primary FHG objectives.

To achieve the main objective of the Safety Policy, special attention is given to the

activities that promote safety. The company will ensure that this policy is vigorously applied in all sectors of its operations.

2. Scope and Objectives

◊ Adherance to government rules and regulations.

◊ Regular safety meetings for staff and toolbox meetings for workmen to promote the safety policy at the work site.

◊ Tools and equipment which meet the highest safety standards are used.

◊ Installation, equipment and tools are inspected on a regular basis.

◊ Sub-contractors are required to adopt and maintain the same high safety standards.

◊ Encourage the observation reporting by all personnel.

◊ Zero accident is our target and should be maintained during all construction phases.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

3. Responsibility

FHG Management is committed to provide adequate financial and physical resources to implement the Safety Policy and ensure that Managers receive both support and essential safety advise to enable them to discharge their responsibilities.

⇒ Project Manager - shall be responsible to ensure that all personnel are familiar with the Company’s commitment to Health & Safety. He shall designate responsibility to Construction Manager, Site Engineers and Supervisors to hold regular meetings in the presence of Safety Officers, Engineers and other concerned personnel.

⇒ Project Safety Manager—is appointed to all projects to implement the Health & Safety procedure. The Safety Manager reports to the Project Manager and records accidents or injury to personnel. He shall, through regular survey and inspections ensure that all new employees fully understand the Company safety requirements and standards of work required. He shall discourage horseplay and reprimand those who fail to consider their own well being and that of others around them.

⇒ Site Engineers / Supervisors—report directly to the Project Manager and will be responsible for:

∗ Ensure that safe working practices are adopted and are carried.

∗ Maintain working methods in accordance with safety regulations of the company and those imposed by the Client.

∗ Check all periodic tests, inspections and maintenance work are being carried out.

∗ Appraise the effectiveness of all staff and workers under their control.

∗ Plan and maintain a tidy site / work area, arrange for removal of debris or harmful substances, when necessary.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

4. Safety Meetings

FHG Company representative shall hold regular meetings (Project and Branch). The objectives of the meetings are to develop an awareness of the requirements of cost effective safety and ensure that a system of implementation is maintained.

⇒ Project Safety Meetings - The Project Manager shall at regular intervals hold safety meetings. These meetings will be over and above the meetings, which will be required by the Client. The agenda for the meetings will be flexible with no exemption of any personnel to miss.

⇒ Loss / Accident Prevention—the following principles and practices will be applied:

∗ A safe working environment will be provided by careful design of new facilities and purchase of equipment and by the elimination of hazards.

∗ Employees are continuously trained to develop and maintain the skills required in their work.

∗ Each employee has a responsibility to prevent injury to himself and other people, or damage to property.

∗ All the affective motivation methods will be employed to encourage employee participation in loss prevention.

∗ Supervision will conduct frequent inspection for hazardous conditions and unsafe acts in their work areas and are responsible for the correction of these hazards.

∗ All accidents causing loss are reported and a prompt and thorough investigation is conducted for the purpose of identifying cause and initiating action to prevent recurrence.

∗ Near misses shall also be reported and highlighted for the same purpose of prevention of recurrence of actual accidents.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

5. Project Planning

Prior to commencement of any activity, accident prevention and risk assessment are analyzed FHG policy will be enhanced to eliminate and reduce accidents through proper planning and understanding of every single activity. Factors shall be considered during the initial planning stage.

∗ Type of Project (Mechanical, Civil…)

∗ Protection of employees and equipment.

∗ Transportation

∗ Lighting equipment

∗ Demolition

∗ Method statement and task risk assessment are approved

∗ Excavation and scaffolding.

∗ Site layout and special requirements

∗ Government rules and regulations.

Safety procedures shall be compiled by Company representative with the assistance of the Project Managers.

6. Tool Box Meeting

A ten (10) minute discussion (Tool Box meeting) with workmen on site daily (depending on the length of the project). The main topic of discussion will be the hazards on site which may contribute to procedures to all supervisors and for the rectification of any areas of concern raised by the workers due to hazards at the work site.

7. Safety Training

All employees shall receive a Safety Hand Book covering basic safety training, to include regular meeting with supervisors on the requirements of Health & Safety throughout the Company and special Project requirements.

Civil Survey | Structural Survey | Land Survey | Earth Works | Quantity Survey

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

QUALITY CONTROL PROGRAM

OF FHG Est.

For General Building Contracting, Industrial Maintenance & Operation Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

SECTION 1

CONSTRUCTION QUALITY CONTROL PLAN

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

TITLE

CONSTRUCTION QUALITY CONTROL PROGRAM

S C OP E OF W OR K

I N TR O DU CT I O N

Contract No.: 092-C43 Contract Name: LINKING INDUSTRIAL AREA TO JCP-PHASE 1

Scope of Work: The scope of work of this project consists of:

• 4.5km, 4 lane expressway on embankment

• Modification of existing signalized ‘T’ junction between T-272 and T-121 to form signalized cross roads

• Extension of existing pipeline corridor culvert to carry the proposed expressway

• Crossing of two (2) existing ARAMCO pipeline corridors, including construction of nine (9) pipeline

culverts

• Overpass bridge over existing TS-1 freeway

• Drainage culvert on existing surface water drainage channel

• Local re-alignment of existing surface water drainage channel

• Underpass bridge to carry re-aligned T-99 Corniche road

• Upgrade of existing roundabout junction on T-103

• 0.2km link road between the new expressway and the existing T-103 road Tie-in to existing JCP

entrance road

• Partial demolition of existing JCP entrance road

• Diversion of existing underground utilities

• Storm water drainage system.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

TH E Q U AL I TY CO N TR O L P R O G R A M :

The Quality Control Program has been designed by FHG Est. to be a system of policies, procedures and detailed responsibilities required to ensure that the materials and components of the project will be constructed satisfactorily in conformance with applicable contract standards in order to accomplish the task professionally. It is comprised of systematic actions necessary to provide that items produced, manufactured, fabricated or constructed and services rendered by FHG Service Co. are in accordance with applicable contract requirements. It is the philosophy of FHG Service Co. that quality must be planned and built into product or activity, and verified by means of review, inspection and testing by the Quality Control Department (QCD) and the Independent Inspection and Testing Agency (IITA). The management emphasizes the principle that every individual is responsible for the quality of the work that he performs.

P R OG RA M S TRU C TU R E

The content of the Quality Control (QC) Program is comprised of detailed written statement of policies and procedures in relation to specifications, drawings, materials, test and documentation. The Quality Control Program has been developed to incorporate the construction quality control requirements stated within the Royal Commission for Jubail and Yanbu Guideline Specification for Quality Control: Section 01450, Revision 1, 16 April 2006.

The Program has been structured and developed to illustrate the control practices utilized during project execution in terms of information, materials and personnel in three basic phases, namely:

• Preparatory Phase • Execution Phase • Follow-up Phase

The detailed breakdown of this structure is shown in the Quality Control Matrix in Fig. 1.

This Quality Control Program has been prepared to describe the QC Program and Procedures to FHG Service Co. activities, and will be the overall document which describes the general quality requirements and the principles of accomplishment.

QC Procedures describes the practical accomplishment of the QC requirements related to the different activities of the Project in conformance with applicable specifications and drawings.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Figure 1 Quality Control Matrix PHASE INFORMATION

CONTROL MATERIAL CONTROL PERSONNEL CONTROL

PREPARATORY • Preparation of procedures for document control and information

• Preparation of procedures for material control

• Preparation of procedures for construction

• Preparation of procedures for personnel qualification

• Qualification and recording of personnel

EXECUTION • Checking, recording and updating of information

• Issue-Control of information

• Checking and recording of materials

• Quality Control of Construction

• Qualification and recording of personnel

• Workmanship Control

FOLLOW-UP • Recording as-built information

• Recording test result

• Visual inspection of installed material and equipment

• Testing, adjusting, calibration, etc.

Evaluation of Workmanship

Q U A LI T Y C O N T R O L P O LI C IES

This is a QC system of inspection and control to be observed by all QC personnel in the company to ensure that all necessary aspects of quality are in accordance with the Contract. This system covers the applicable aspects of quality both on-site and off-site. This system follows the FHG Service Co. QC Program structure as described earlier (Fig. 1). The objective of QC Program is to ensure the following aspects:

A. Work performed under this contract conforms to all applicable standards and specifications. B. Perform sufficient inspection and tests of all items of work (including that of FHG Service Co.

subcontractors) to ensure conformance to applicable contract plans, specifications and drawings in respect of materials, workmanship and performance.

C. Maintain inspection records and make them available to the Royal Commission when required. D. Provide necessary support for any inspection test that the Royal Commission may want to perform at

the site. E. Conduct phased inspection namely the Preparatory, the Initial and the Follow-up inspection in

accordance with the relevant clauses of the contract. F. Review and approve the shop drawing prior to submittal to Royal Commission.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

G. Conduct on-site and off-site inspection on all materials, suppliers and services to be incorporated into the works.

H. Prepare, maintain and submit inspection reports on accomplished work as specified in the contract. Make available to the Royal Commission Representative when required these reports to show the following details:

Inspection/Tests made on materials in relation to the phase of work accomplished and upon arrival at site before incorporation into the work.

Identification of any defects and the necessary remedial / corrective actions. Identify the inspection done on-site and off-site.

I. Use independent (3rd party) test laboratories to conduct tests. J. Keep Royal Commission informed of any changes or deviations the approved drawings and

specifications. K. Implement procedures for analysis, corrective / preventive actions in accordance with standards and

procedures. L. Turnover all Quality Records to Royal Commission. Completed works should be submitted to Royal

Commission for acceptance.

Q U A LI T Y C O N T R O L FU N CT I O N S

The QC Department is established as a part of the Technical Support Group, being an FHG Service Co. management activity. The head of the Department has authority and responsibility to implement the requirements of the Quality Control Program. He is free to discuss and analyze any problems arising from quality control and inspection activities at any level in the organization. He is responsible for obtaining the necessary QC equipment and qualified personnel to accomplish the QC Program (QCP). The main responsibilities of the QCD are to establish and implement the Quality Control Program in the organization and to:

Ensure that Quality Control procedures are implemented at the site organization. Ensure that operational procedures are established according to applicable codes, standards and

contract requirements. Ensure that operators are qualified, and that the necessary records of qualification and performance

are maintained. Ensure that the workmanship level is maintained as per the company standards and is acceptable to the

client. Ensure that inspection and testing activities are carried out in accordance with approved procedures

and to the extent specified in contract documents. Record and file the results of testing and inspection activities and prepare for acceptance by the client. Carry out audits to verify conformance with routines and procedures.

The head of the Quality Control Department, in consultation with Project Manager, nominates QC personnel of each discipline for the performance and adherence to the Quality Control Program. The Quality Control Manager will be responsible for program implementation and shall report directly to the Project Manager.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The Quality Control Manager has the authority to identify problems, initiate corrective actions,

recommend solutions and stop work when necessary or as directed by Royal Commission or their appointed Representative.

The Quality Control Personnel will be independent of the construction production staff, and will report directly to the Quality Control Manager.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

SECTION 2

QUALITY CONTROL ORGANIZATION

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

This section describes the Quality Control organization and function which will implement the Quality Control Program.

2. 1 P R OJ E C T M A N A G E R – 1 The project manager shall have overall responsibilities for the work:

Coordinate and harmonize relation with interfaces Coordinate and deal with representatives of resident contract supervisor, owner representatives, and

all concerned interfaces Handle and settle issues or problems happened during the construction Boost the process of procedures for documents reviewing and approval Control the implementation of the schedule and progress Control the cost and expense of the project

2 .2 C O NS T R U C T I O N MA NA GE R – 1

The construction manager’s main responsibility is the management of project construction:

Fulfill and implement the construction plan Allocate construction materials Select and examine labors Select, examine and manage manpower suppliers and subcontractors Select, examine and manage rental equipments Prepare contract for manpower suppliers and subcontractors Coordinate relation with site supervision Fulfill and implement the system of project management

2 . 3 E S & H MA NA G E R – 1

The ES&H manager shall be in responsibilities for the overall management of construction, living, environmental safety and personnel heath:

Make safety program and plan Prepare hazard identification and risk prevention plan Furnish and equip safety facilities & devices Supervise all activities concerned with safety Fulfill and implement the measures of safety plan Apply for ID cards and access security permit Control the overall project safety Deal with and settle safety issues Fulfill and implement the project safety management system

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

2.4 P RO C U R E M E N T M A N A G E R – 1 Inquire, procure, keep, allocate and manage both of construction and living materials Inquire, procure, mange the daily running and maintenance of heavy equipments Check quantities of materials consumption Control the mobilization and delivery of materials Collect information and profile of vendors and suppliers Compare materials, equipments information and specification, prepare contract Place purchase orders Maintain and service construction machines and tools Maintain, service and repair heavy equipments Allocate, maintain and service project vehicles Manage logistic work Mange employees’ accommodation

2.5 Q C M AN AG E R The QC manager shall be responsible for all technical issues and contract management:

Check and review drawings Plot, review and approve of shop drawings Make construction plan and QA/QC plan etc. Review and revise the construction plan Check the statistics of the construction progress Control the measurements and payments Make and manage the quality control plan Review contracts Provide technical and data support for construction materials Select candidates for engineering and civil works Estimate and analysis cost of labors, materials and machines Review and check payroll of employees

2.6 D O CU M E N T CO N T R O L S U P E R VI S O R Manage the incoming and outgoing documents (excluding the quality documents) Register internal and external documents Expedite response to submitted documents and transmittals Manage medical insurance for project staff Manage occupational insurance in China for project staff Manage vehicle insurance Allocate and manage project vehicles Book flight tickets for personnel’s vacation Archive the controlled documents

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Procure and manage office stationary Select, employ, examine and terminate relations with none-engineering employees

2.7 R OA D C ON S TRU C TI ON D I VI S I O N The road construction division includes one division manager, one superintendent for road/civil, six field engineers for roads. The specific duties and responsibilities for the road construction division:

Provide technical support and management for embankment, pavement, road ancillary facilities, traffic

control and warning signboards issues. Construction surveying Sort out quality inspection and testing documents Apply for inspection and implement self inspection Examine the employees and construction team working on roads Check the rental equipments Fulfill and implement the project construction plan Arrange manpower & equipments and fix the proposed quantity

2 . 8 B RI D G E C ON S TRU C T I ON DIV IS I O N The bridge construction division includes one division manager, two superintendants for structure, and three field engineers for structure. The specific duties and responsibilities for the bridge construction division:

Provide technical support and management for bridge and culvert issues Construction surveying Sort out quality inspection and testing documents Apply for inspection and implement self inspection Examine the employees and construction team working on bridges Check the rental equipments Fulfill and implement the project construction plan Arrange manpower & equipments and fix the proposed quantity

2.9 ES & H M A N A G EM EN T D EP A R TM E N T The ES&H management department includes one ES&H supervisor, one ES&H officer and two medical staff. The ES&H engineers shall be responsible for the management of construction, living, environmental safety and the personnel heath, the specific duties and responsibilities are as following:

Deal with RC ES&H department Manage the public safety, property safety and personal safety Assist the nominated person to apply for the access security permit, ID cars and other necessary

procedures.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Keep, allocate and inspect the PPE Keep and allocate necessary medicines and medical devices Lead regular or casual ES&H inspect in the site, office area and resident area Make safety goal and safety management measures Supervise and implement the ES&H specifications and regulations of RC, Saudi government and project. Make hazard identification plan and emergency response plan Arrange the regular and casual ES&H training Supervise the work with high risk level

The medical staff shall be responsible for:

Investigate on health conditions of project personnel Deal with emergencies Arrange First Aid trainings Diagnose slight illness

2.1 0 P R O C U R EM EN T DEP A R T M E NT The procurement department includes one material engineer, one procurement engineer, one order controller, one material keeper and one equipment officer

The material engineer’s specific duties and responsibilities:

Make materials procurement plan, provide material quantities, requirements for Quality and specifications in accordance with the shop drawings, BOQ, site situation, project schedule

and applications of management. Implement the procurement plan Control the material stocks Check purchase orders Check and calculation the materials consumption Manage vendors and suppliers information logbook Assist procurement manager to negotiate for contract

The procurement engineer’s specific duties and responsibilities:

Investigate the vendors market for all of the construction materials Sort out the consumable materials list provided by site engineers Inquire for materials Collect quotations Compare and analysis quotations Procure spare parts and tools Manage materials stocking and registration Cancel after verification for consumable materials Allocate and collect tools and machines

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The equipment officer’s specific duties and responsibilities: Maintain service, allocate and transport the self-owned equipments (including vehicles). Procure fuel for the equipments.

2.1 1 L O G I S T I CS O F F I CE R The logistics officer’s specific duties and responsibilities:

Procure, keep and allocate non-construction materials Ensure the public health of dining room, kitchen, office area Logistics support Manage the RC accommodation officer Check with the RC accommodation officer for the number of staff involved in RC accommodation

The RC accommodation officer’s specific duties and responsibilities:

Mange the accommodation of the staff resident in the RC camp Count and list the staff resident in RC camp Coordinate with RC camp manager for food and dormitories Contact with take-out service Assist the logistic officer

2 .1 2 T E CH N I CA L / Q U A L I T Y DE P A R T M EN T The technical/quality department includes three planning engineers, four QC engineers, two surveying engineers. The planning engineer’s specific duties and responsibilities:

Make schedule in accordance with the construction requirements Compile statistics of construction progress Remind of concern people of construction milestones Prepare daily report, weekly report, monthly report, season report and annual report in need Analyze the completed progress with schedule Alert concerned people for lack of construction materials Organize project construction emulations and examine the staff involved

The engineering engineer’s specific duties and responsibilities:

Review and check drawings, plot shop drawings, sort out as-build drawings, provide support of design

issues for construction Assist site construction

The QC engineer’s specific duties and responsibilities:

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

Implement quality control of project Prepare, submit and achieve QC daily report, weekly report, monthly report Provide quality test for site work Implement self-inspection for each of construction procedures, Deal with QC dept of the RC Sort out test reports for materials Make materials submittal plan in accordance with procurement plan prepared by materials engineer

and planning engineer

The surveying engineer’s specific duties and responsibilities:

Set out and check all of the control points in work area Survey site structures in need Sort out and submit all of the surveying documents Calculate and check surveying data

2.1 3 C ON T RA C T D E P A RTM E N T The contract department includes two quantity surveyor/cost estimators, one contract engineer.

The quantity surveyor’s specific duties and responsibilities:

Measure quantities and compile statistics of the project. Close account for subcontractors, equipment suppliers, manpower suppliers and other employees. Estimate and control the project cost. Provide data and statistics for the contract negotiation. Record Project changes. Prepare bill of quantity and change order. Expedite progress payment.

The contract engineer’s specific duties and responsibilities:

Assist QC manager to review and revise contracts. Supervise the contract during effective period. Feedback and evaluate subcontractors and suppliers. Register all of the contracts. Collect important information from contract and purchase order. Analyze the risk of execution of contract. Deal with project insurance. Communications and reports work within project. Submit and expedite the response to contracts.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

IN V E N T O R Y OF E Q U IP M E N T:

One air-conditioned office will be provided for Quality Control Staff which house the Quality Control Manager, his Engineers and QC Files. In addition to the office furniture, computers, printers, all necessary office supplies, inspection equipment shall be kept in the said office and will be used by Engineers for inspection purposes. The following equipments are proposed to be kept in the quality control office:

1. Survey instruments (such as total station, level, tripod). 2. Spirit level, straight edges, string lines, measuring tapes, right angles, plumb bob, etc. 3. Quality Control Personnel shall be provided with individual service vehicles for Monitoring and

Inspection and Coordination purposes.

Note: The approved Independent Testing Laboratory Contractor shall provide all measuring and test instruments including its calibration and test certificates

IN V E N T O R Y OF T E C H N IC A L R ES O U R C ES :

The referred codes and standards are intended to provide an acceptable level of quality in materials, product and workmanship. In case of conflict between these standards, the R C Specifications applicable to the Project shall govern.

a) All Royal Commission General Guideline Specifications are available electronically. b) All Royal Commission Special Specifications are available electronically and as hard copy within the

Contract document. c) All applicable 3rd Party Specifications are available as hard copy, in the QC Office. d) Latest revision of the guides and standards shall be used whenever applicable.

Reference standards/codes are currently on file electronically and are readily accessible at the QC Office,

including INTERNATIONAL STANDARDS identified in Attachment 1.-REFERENCES.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

SECTION 3

CONTROL OF DOCUMENTS, DRAWINGS AND RECORDS

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

D A I L Y Q U A L I T Y CO N T R O L RE P OR T

P U R P O S E A N D S C O P E:

The purpose of the Daily Quality Control Report is to provide the Royal Commission with a summary of the daily testing and inspection activities of the Quality Control Organization to demonstrate that the work is being performed in conformance with the Contract requirements. Also, the Daily QC report provides information on work that did not conform to the requirements, and the actions taken to correct the deficiencies.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

Each Quality Control Engineer (from all disciplines) prepares the daily reports from their respective area of responsibility and submits to the QC Manager for verification and consolidation of data to be incorporated into the Daily Quality Control Report for submittal to the Royal Commission.

R E CO R DS

Daily QC Report Form-Attachment E Test Results of the IITA Hold Point Release-Attachment B 1, 2, 3, 4 Non Conformance Reports-Attachment A Materials Inspection Report-Attachment D

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

CO N T R O L O F D O CU M E N T S

PU R PO S E A N D S C O PE

The Contractor shall develop, implement and maintain a system to control the issuance, recall and revision of documents effecting quality and ensure that documents are approved prior to issuance for construction, that the latest issues of approved documents are in use, and obsolete documents are not used mistakenly The procedure shall apply to the following documents:

Technical submittals:

• Materials and Equipment • Key Personnel CVs • Plans for Safety, Sanitation, Fire Protection, Quality, Security • Inspection and Test Plans • Inspection and Testing Reports, • Supplier Pre-Qualification Documents • Shop Drawings • Bending Schedules • Concrete and Asphalt Mix Designs

Method Statements Technical Queries Correspondence Design Change Notice (DCN) Forms

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Quality Control Department-Document Controller is responsible for implementing the document control requirements. The QC Document Controller reports directly to the Quality Control Manager. Documents which are to be controlled under this procedure (see documents listed above) are transmitted to the Document Controller by the originator of the document, and the document is then assigned document identification number. Information is entered into the appropriate Project Document Log, and may include as needed:

• Document Reference Number; • Current Revision Number (Initial issue is Rev 0, subsequent revisions denoted as 1, 2, etc.), • Date of Issue; • Date of Revision; • Name of the document; • Name of the author of the document;

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

• Name of approver of the document; • Name of persons to received the document.

Release of documents for fabrication, installation or inspection shall be through and by the Document Controller.

The Document Controller will control the reproduction and issuance of controlled documents. Controlled documents will be issued externally under the cover of a Document Transmittal form or letter signed by the Project Manager. The Document Controller is responsible for recovery and disposal of all issues of previous revisions (obsolete) of revised documents. All obsolete documents that are retained for any purpose will be marked with a stamp “SUPERCEDED” and filed separately to avoid unintended use. The Quality Control Manager will make a monthly check of the Project Document Register to verify that the register is up to date. Document holders will be spot checked to verify that the current revision of documents is in use. The Document Controller is responsible for filing all controlled documents, in accordance with the procedures specified in CONTROL OF RECORDS.

R E CO R DS

• Technical Submittal Log • Correspondence Log • Method Statements Log • Forms Control Log

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

C O N TR OL OF D R A W I N G S

PU R PO S E A N D S C O PE

A drawing control system shall be established and maintained to provide to control new drawings and revised drawings and to ensure continuous removal of obsolete drawings from work areas. The QCM working with the contractor will be responsible for assuring that red-line record drawings are maintained daily throughout the construction process. These red-line record drawings will be used to update the design drawings to as-built status at the completion of the work. The drawings being controlled include:

• Issued for Construction Drawings; • As-Built or Red Line Drawings; • Shop Drawings; • Any other Drawings needed to define the Customer’s Requirements

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

1. Drawings shall be kept ready for use on suitable plan racks, with proper annotations as to work

divisions (e.g. civil / structural, mechanical and electrical. 2. A set of drawings (IFC) shall be maintained at the quality control office, for incorporation of Changes

and Revisions to be used as reference for the production of the As-Built drawings. 3. Release of drawings for fabrication / installation and inspection shall be through and by the QC

Manager. 4. To monitor drawing movements, all drawings shall be logged, signed by requesting party and

indicating the following: a) Description of drawing b) No. of copies requested c) Date of release from QC Department

5. Similarly, this system shall apply to other project documents controlled by the QC Department. 6. A drawing change notice log will be maintained and ready at all times for review by the Royal

Commission. 7. The Document Control will control the reproduction and issuance of controlled drawings. 8. Obsolete Drawings will be marked with a stamp “SUPERCEDED” and filed separately to avoid use. 9. Preparation of As-Built Drawings: The contractor will be responsible for red-lining construction

drawings in the field as preparation for as-built drawings. The as-built drawings will record approved actual field conditions upon completion of the work. The original design drawings will be marked up by the contractor as the project progresses to indicate as-built conditions. Where there was a change to a specified material, dimension, location, or other feature, the as-built drawing will indicate the work performed.

10. Review of As-Built Drawings: Upon the completion of the as-built red-line drawings, the contractor will submit the red-line mark-up drawings to the QCM for review. The QCM will provide the mark-ups

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

to the Engineer of Record who will incorporate the mark-ups and issue the final as-built drawings to RC and the QCM.

R E CO R DS

• Drawing Control Log-IFC Drawings • Drawing Control Log- Shop Drawings • Drawing Control Log-As Built Drawings • Drawing Change Notice Log • Field Change Notice Log • Technical Query Log

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

C O N TR OL OF R E C OR D S

PU R PO S E A N D S C O PE

A Records Control System is established and maintained to provide evidence of conformity to requirements and of the effective operation of the quality control system. The records being controlled consist of all Quality Control records that are required by the Contract and Special Specifications, by the Guideline Specifications, by Third Party Specifications, by Design Drawings or by this Quality Control Program.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

As part of the Quality Control Program, the Quality Control Manager is responsible for organizing the Quality Control records and developing a functional filing system. The Document Controller is responsible for implementing the day to day recordkeeping activities. At the end of the project, project records such as as-built drawings, and any other records requested by the Royal Commission will be provided according to RC Specification 01780. All other records produced during the project will be retained at the project office during the Warranty Period. At the end of the Warranty Period, all records will be transferred to the Contractor’s main office for storage for a period not less than one year. A book filing system is used to control and organize the multitude of records that will be generated by this project. The contract number, description of the book file and volume number will be marked on the spine of the book file. Consequently, the same manner will be done when additional book files are required. In order to access the documents easily, it is important that the documents in a book file are sorted in a

chronological order by the following categories: 1. Technical Submittals – according to division and document number 2. Supplier Approval and Material Procurement – according to division and description of work 3. Contractor and third party quality control inspection at Manufacturer/Fabricator/Supplier Facility –

according to division and description of work 4. Schedule and Scope of Work for required Manufacturer’s Field Services– according to division 5. Design Change Notices– according to division 6. Field Change Notices– according to division 7. Technical Queries– according to division 8. Correspondence with the Royal Commission 9. Method Statements– according to division 10. Inspection and Test Plans– according to division 11. Hold Point Release – according to division and description of work 12. Concrete Test Reports – according to specimen number 13. QC Reports – according to date 14. Daily QC Schedule of Activities – according to date

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

15. Preparatory Inspection Meeting Records- according to division 16. Mock-up Construction Plans and Schedule-– according to division

R E CO R DS

A book files will be provided for each of the following items: Book File No. 1 – TECHNICAL SUBMITTALS for materials and equipment and shop drawings, Division 1 – General Requirements Division 2 – Site Work and Asphalt Division 3 – Concrete Division 4 - Masonry Division 5 – Metals Division 6 – Wood and Plastics Division 7 – Thermal and Moisture Protection Division 8– Finishes Division9 – Specialties Division 10 – Equipment Division 11 – Furnishings Division 12 – Special Construction Division 13 – Conveying System Division 14 – Mechanical Division 15 – Electrical Book File No. 2 – SUPPLIER APPROVAL and MATERIAL PROCUREMENT

Part 1 – Purchase Order Part 2 – Material Delivery Part 3 – Material Inspection

Book File No. 3 -CONTRACTOR AND THIRD PARTY QUALITY CONTROL INSPECTION AT MANUFACTURER/FABRICATOR/SUPPLIER FACILITY

Book File No. 4 – MANUFACTURER’S FIELD SERVICES SCHEDULE AND SCOPE OF WORK Book File No. 5 – DESIGN CHANGE NOTICES Book File No. 6 – FIELD CHANGE NOTICES Book File No. 7 – TECHNICAL QUERIES and Royal Commission Response Letter Book File No. 8 – CORRESPONDENCE WITH ROYAL COMMISSION Book File No. 9 – METHOD STATEMENTS organized by Division 2 through Division 16 Book File No. 10 – INSPECTION AND TEST PLANS organized by Division 2 thru Division 16 Book File No. 11 – HOLD POINT RELEASE

Part 1 – Roads Part 2 – Bridges and Structures Part 3 – Residential and Services Compound

Book File No.12 – CONCRETE TEST REPORTS Part 1 – Compressive Strength Part 2 – Acid Soluble Chloride

Part 3 – Chloride Ion Penetration Part 4 – Rapid Chloride Permeability Book File No. 13 – QC REPORTS

Part 1 – Daily QC Reports

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Part 2 – Monthly QC Reports

Part 3 – Non-Conformance Reports Book File No.14 – DAILY QC SCHEDULE OF ACTIVITIES Book File No.15 – PREPARATORY INSPECTION MEETING RECORDS Book File No.16 – MOCK-UP CONSTRUCTION PLANS AND SCHEDULE

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

CO N T R O L O F N O N - C ON F OR M A N C E R E P O RTS

PU R PO S E A N D S C O PE

The Contractor has established and is maintaining the procedures to identify and correct non-conformances found during construction of the work, receipt or storage of materials and equipment, fabrication, installation or testing. Work that is not in conformance to specific requirements is prevented from being implemented

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

In the event that work is found to be non–conforming to the Contract Drawings, Specification, or applicable Standards, advance copy to be provided for review by RC Field Staff this is to insure they concur that it is necessary and to advise them in advance that it is being issued. The Quality Control Manager will issue a Non- Conformance Report (NCR), on the form prescribed by the Royal Commission, to the Project Manager for appropriate action. A non-conformance report shall be made out in each case of non-conformance as and when it arises. The report shall be compiled and signed by the following relevant involved parties:

1.Project Manager 2.Construction Manager 3.Quality Control Manager

Advance copy of the NCR is immediately submitted to the Royal Commission. No further work may proceed on the non-conforming items until the NCR is corrected. A non-conformance log titled, “Log of Non-Conformance Reports”, shall be maintained at the QC Department that will be ready any time that it may be required. The Construction Manager is responsible for providing a corrective action plan necessary to resolve the NCR. This certificate of non-conformance (NCR Form) with the proposed remedial action will be forwarded to the Royal Commission for their review and approval prior to any corrective action being performed. Proposed remedial work covered by the non-conformance report cannot be initiated prior to the approval of the Royal Commission Representative. The Construction Manager is responsible for carrying out the approved corrective action and obtains final approval of the corrected work from the Royal Commission. Corrective actions taken to resolve the non-conformance approved by Royal Commission will be forwarded to QC office for recording and will be reflected on the final as built drawing. The Contractor shall propose appropriate corrective action to eliminate the cause of non-conformities in order to prevent recurrence. The approval of the proposed corrective action shall be obtained from the Royal Commission before any correction begins. Corrective actions shall be appropriate to the effects of the non-conformities encountered. The correction shall be any one the following:

a. Rework

The process by which non-conforming item is changed to make it conform to specified requirements by further work, e.g., re-matching, re-welding, reassembling, replacement of parts, or other means.

b) Repair

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The process of restoring non-conforming characteristics to a condition acceptable to the Royal Commission, though that item still may not conform to the original requirement.

c) Reject The action taken to eliminate a non-conforming item from its specified use.

d) Use As Is The action taken to obtain the Royal Commission’s approval to accept an otherwise unacceptable item. Note: No corrective action may be done on any NCR until the RC has signed off on the disposition.

R E CO R DS

• Non Conformance Reports (NCR) Log • Non Conformance Reports

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

SECTION 4

PROCUREMENT, SUPPLIER, MATERIALS AND EQUIPMENT QUALITY CONTROL

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

S O U R CE A N D S U P PL I E R Q U A L I T Y C O N T R O L

P U R P O S E A N D S CO P E

The Contractor has established procedures for controlling procurement sources and those of his Subcontractors to ensure that each purchase conforms to the specified quality requirements. The Contractor shall perform quality control operations at the source, at location of manufacturer, fabrication and assembly of items to be incorporated in the work.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Contractor shall evaluate and select sources based on their ability to supply material and equipment in accordance with the Project requirements. Criteria for selection and evaluation of the source shall be established. Procedures to address Source and Supplier Quality Control are documented within the Contractor’s “Procurement Plan” which is made part of this Quality Control Plan as APPENDIX 5. Control of procurement sources is summarized from the Procurement Plan:

Procurement Plan Section 1- MATERIAL TAKE-OFF SHEET Page 1 of 8 Procurement Plan Section 2- INQUIRY TO VENDORS Page 1 of 8 Procurement Plan Section 3- BID EVALUATION Page 1 of 8 Procurement Plan Section 4- COST AND TECHNICAL REVIEW Page 2 of 8 Procurement Plan Section 5- PRICE COMPARISON Page 2 of 8 Procurement Plan Section 6- VENDOR RECOMMENDATIONS Page 2 of 8 Procurement Plan Section 7- TRANSMITTAL FOR APPROVAL Page 2 of 8 Procurement Plan Section 8- FINAL NEGOTIATIONS Page 3 of 8 Procurement Plan Section 9- PURCHASE ORDER Page 3 of 8

The Quality Control Manager, prior to purchasing equipment and materials, is responsible for identifying those items that will require quality inspection during manufacture, and those items that require Manufactures’ Field Services (See Section 5.-Installation Quality Control). The Procurement Manager is responsible for assuring that the specifications in the Procurement Documents clearly identify those items and specify requirements for Source Inspection. The Contractor shall perform quality control operations at the source, at location of manufacturer, fabrication and assembly of items to be incorporated in the work.

Procedures to address Source and Supplier Quality Control operations at location of manufacturer, fabrication and assembly are documented within the Contractor’s “SUPPLIER INSPECTION PLAN” which is made part of this Quality Control Plan as APPENDIX 6. Source and Supplier Quality Control operations at location of manufacturer, fabrication and assembly are summarized below: Supplier Inspection Plan Section 5.1-

RESPONSIBILITIES OF THE PROCUREMENT MANAGER Page 2 of 7 Supplier Inspection Plan Section 5.2- RESPONSIBILITIES OF THE QUALITY CONTROL MANAGER Page 3 of 7

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Supplier Inspection Plan Section 6.7- ACCEPTANCE OF PRODUCT Page 5 of 7 Supplier Inspection Plan Section 7- SUPPLIER INSPECTION AND TEST PLAN Page 7 of 7 Procurement Plan Section 10- QUALITY CONTROL INSPECTION Page 3 of 8 Procurement Plan Section 11- CORRECTION AND REPAIR Page 4 of 8 Procurement Plan Section 13- FINAL INSPECTION PRIOR TO SHIPMENT Page 4 of 8

The Quality Control Manager is responsible for preparing a separate form for each identified item of material and equipment that will require inspection at the manufacturer’s or supplier's plant. Each form shall include the following information:

1) Description of material or equipment. 2) Purchase Order Number. 3) Date material ordered and date due on site. 4) Pay Item Number. 5) Supplier Quality Control requirements. 6) The Contractor's in-plant inspection procedure including items to be inspected, hold points, tests to be performed, test and documentation report formats frequency and acceptance criteria for inspections and tests.

The Procurement Manager is responsible for obtaining certified copies of the supplier's quality control procedures (where applicable) that the supplier uses to assure uniform quality of products, including color, dimensions, and materials. The Quality Control Manager is responsible for obtaining, reviewing and retaining the quality records received from the suppliers, manufacturers, fabricators and the like to ensure availability of data for assessment of quality.

R E CO R DS

• Materials Procurement Schedule • Procurement Records • Inspection Records from Off Site Inspection Activities • Quality Records received from the Suppliers, Manufacturers and Fabricators • Form for each identified item of Material and Equipment that will require inspection

S U B M I T TA L P RO C E D U RE S

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

PU R PO S E A N D S C O PE

This procedure specifies the submittal procedures to be followed when preparing and transmitting different types of required submittals to the Royal Commission. Submittals may include written technical information for materials and equipment, administrative and financial information, drawings, samples, project close-out documents.

P R O CE DU R E S AN D R E S P O N S IBIL I T I ES

The Document Controller will develop and maintain a “Submittal Log” that will be used to track all submittals to the Royal Commission and the status of review to provide assurance that work related to the submittal can proceed (Code 1 or Code 2). The Project Manager is responsible for applying the Contractor's stamp and certifying by signature that he has reviewed and approved the submittal. The Document Controller will deliver the submittal to the Royal Commission’s representative, obtain all required delivery receipts and log the submittal date into the Submittal Log. The Document Controller is responsible for receiving all submittals reviewed by the Royal Commission’s representative, updating the Submittal Log and notifying the appropriate Department Manager of the submittal’s status for revision for re-submission when necessary.

R E CO R DS

• Transmittal Form • Technical Submittal Log

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

PR O P O S E D M A T E R I A L S A N D E Q U IP M EN T S U B M IT T A LS

PU R PO S E A N D S C O PE

A procedure for submittals of permanent materials and equipment to the Royal Commission shall be established. This procedure specifies the submittal procedures to be followed when preparing MATERIALS AND EQUIPMENT submittals to the Royal Commission. Contractor shall coordinate with RC Field Staff for review of Technical Submittals (TS) and Technical Query (TQ) prior to submission. Materials or equipment shall not be incorporated into the work unless a review has been made and given Code 1 or Code 2 status by the Royal Commission.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Quality Control Manager is responsible for identifying all submittals required by the Contract, Special Specifications and Guideline Specifications. He is also responsible for assigning an appropriate department manager (Procurement/Engineering/Construction) to prepare the submittal technical information.

The appropriate Department Manager (e.g. Quality/Procurement/Engineering/Construction) is responsible for preparing the submittal, verify products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and Contract Documents.

The Quality Control Manager is responsible for preparing the Specification Comparison Sheet which shall be included with each submittal. Specification Comparison Sheets are used to compare the material or equipment being proposed directly with specification requirements (including applicable codes and standards) such that the conformance or exceptions are clearly stated. The Quality Control Manager is responsible for review of the submittal documents for completeness and to sign off on the Specification Comparison forms.

The Document Controller is responsible for recovery and disposal of all issues of previous revisions (obsolete) of revised documents. The Quality Control Manager will make a monthly check of the Project Document Register to verify that the register is up to date. Document holders will be spot checked to verify that the current revision of documents is in use. He logs the submittals receipt from the RC, Noting the code (1, 2, 3, 4), assigned and makes appropriate distribution.

The appropriate Department Manager (e.g. Quality/Procurement/Engineering/Construction) is responsible for making all revisions required by the Royal Commission’s representative when a submittal is returned as Code 3 or Code 2 and clearly identifying all changes made since the previous submission. Also provide copy of previous Royal Commission review sheet indicating all requirements for approval have been addressed in the re-submission.

R E CO R DS

• Specification Comparison Form • Technical Submittal Documentation

PR O D U CT D E L I VE R Y R E Q U I RE M E N TS

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

PU R PO S E A N D S C O PE

Procedures are established and maintained to ensure expeditious delivery of products (systems, materials, manufactured units, equipment, components, and accessories to be used in the work) to the Project site in a sound and undamaged condition, on a schedule to avoid delay of the work, or the work of other Contractors.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Contractor’s “Procurement Plan” is included as APPENDIX 5. Procedures to address Product Delivery Requirements are documented within the Procurement Plan as follows:

Procurement Plan Section 12- EXPEDITING OF FABRICATION/MANUFACTURING Page 4 of 8 Procurement Plan Section 14- TRANSPORTATION TO THE SITE Page 5 of 8 Procurement Plan Section 15- SAFETY CONTROL DURING TRANSPORTATION Page 5 of 8

R E CO R DS

• Master List of All Materials • List of Long Lead Items • Expediting Reports • Manufacturer/Supplier In process and Final Inspection Reports

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

M A T ER IA L S A N D EQ U I P M EN T R EC EI P T , H A N DL I N G A N D S TO RA G E

PU R PO S E A N D S C O PE

Procedures are established and maintained to control receipt, handling, storage, and preservation of material and equipment in accordance manufacturer recommendations and the Royal Commission Guideline Specifications. Implementation of this system will prevent misuse, damage, deterioration, and loss of material and equipment.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

When a shipment arrives, driver will be directed to the warehouse or the lay down area. The Contractor’s “Procurement Plan” is included as APPENDIX 5. Procedures for Material Receipt, Handling and Storage are addressed in the Procurement Plan as follows:

Procurement Plan Section 16- CONTROL OF MATERIALS AT JOB SITE Page 5 of 8

Procurement Plan Section 17- MATERIAL RECEIVING PROCEDURES Page 6 of 8 STORAGE FACILITIES MAINTENANCE Page 7 of 8 RECEIVING DOCUMENTS AND RECORDS Page 7 of 8

Procurement Plan Section 18- STORAGE-GENERAL Page 7 of 8 PERIODIC INSPECTION IN STORAGE Page 7 of 8 STORAGE DOCUMENTS AND RECORDS Page 7 of 8

M A T ER I A L S A N D EQU I P M E N T R E C E IV IN G IN S P E C TI O N S

The storekeeper is responsible for receiving Delivery Documents-Delivery Receipts and the Purchase Order. The storekeeper delivers the Documents to the Quality Control Manager who will assign a QC Engineer to prepare Material Receiving Report.

The QC Engineer is responsible for ensuring that the approved submittal documents and Manufacturer’s specifications are available on site when material and equipment arrive. The assigned QC Engineer is responsible for inspecting the delivery and verifying that the shipment meets the description on the PO, is of the correct quantity, and is not damaged.

• In the event that material or equipment is observed to be damaged, or does not meet the description on the Purchase Order, the QC Manager will be notified of the situation and material or equipment will not be unloaded.

• Procurement Manager will promptly return the defective material or equipment to the source on the same truck that delivered it.

• In the event that material or equipment does not meet the quantity shown on the Purchase Order, the QC Manager will be notified of the situation. The on-site Procurement Manager will promptly notify the

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

supplier of the discrepancy, and the quantity received will be unloaded.

• The assigned QC Engineer is responsible for:

• Inspecting or testing the unloaded material or equipment in accordance with the approved submittal documents and Manufacturer’s specifications, to verify that it is conforming; Documenting the inspection and test results, including notation when materials or equipment are unacceptable;

• Initiating a Non-Conformance Report (NCR) in accordance with the NCR Procedure when materials or equipment are determined to be unacceptable;

• Providing identification on the non-conforming material or equipment, and quarantine or segregate it to prevent unintentional use.

R E CO R DS

• Material Delivery Receipt • Copy of Purchase Order • Copy of Approved Submittals • Manufacturers Handling and Storage Recommendations • Material Receipt and Storage Requirements Form • Material Identification Tag • Monthly Inventory Report • Material Withdrawal Slips • Material Bin Cards

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

M A T ER IA L ID EN T I F I C A TI ON A N D T R A C EA B IL I T Y

PU R PO S E A N D S C O PE

Procedures are established and maintained for the identification for all materials, parts and components, including partially fabricated assemblies. Method for traceability are established and maintained for equipment, materials, parts and components.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The QC Engineer is responsible for specifying the storage requirements to the storekeeper (including the storage location) such as storage in the open lay down yard either covered or uncovered, or storage inside the warehouse. The Storekeeping will segregate the received materials according to the type and size of material:

• Materials to be stored outside will be located in designated areas. Each area is identified by signage according to material type and size. Each area is provided with signage to identify each designated storage location. Signage will state the type of material and size to be stored in the specified area. Bundled materials (such as pre-bent and unbent rebar) will be segregated in the same manner and with the factory tag in place.

• Materials to be stored inside a covered storage facility will be stored on racks or in original containers off the floor. Each storage rack is provided with signage to identify the designated storage location. Signage will state the type of material and size to be stored in the area. Signage will be affixed to each container to identify the contents, including the Manufacturer name, type of material and size.

It is the responsibility of the end user (Construction Engineers, Superintendents or Foremen) to complete a Material Withdrawal Slip to identify the type of material, quantity and destination of all materials removed from storage for use on the project. The end user and the storekeeper must sign the Material Withdrawal Slip verifying the type and quantity of materials received, for all materials removed from the storage areas.

The storekeeper is responsible for updating the “Bin Cards” to control the inventory of materials. The bin cards are reviewed monthly by the Quality Control Manager for verification of actual usage in the field. In this manner, all materials can be traced from the storage area to the end user. The Site Procurement Manager is responsible for maintaining the monthly inventory materials entering and leaving storage and quantities used on the site. Inventory records are readily available for tracing

R E CO R DS

• Material Identification Tag • Monthly Inventory Report • Material Withdrawal Slips • Material Bin Card

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

SECTION 5 CONSTRUCTION AND INSTALLATION QUALITY CONTROL

F A B R I CA T I O N , PR O C E S S A N D W O R K CO N T R O L

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

PU R PO S E A N D S C O PE

Procedures, in the form of “Method Statements” are established and maintained to control fabrication, process and work activities to ensure conformance with the requirements of the Contract Specifications and Drawings.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Quality Control Manager is responsible for identifying the phases of work that require Method Statements to ensure conformance with the requirements of the Contract Specifications and Drawings. An initial identification of Method Statements is listed below in the Section titled RECORDS. Additional Method Statements will be prepared as requirements become known. The Construction Manager is responsible for assigning the preparation of Method Statements (work procedures or work instructions), using the format provided by the Royal Commission, to the appropriate Construction Engineers, Superintendents or Foremen. Construction Manager is responsible for review and approval of each Method Statement.

The appropriate Construction Engineers, Superintendents or Foremen are responsible for:

• The preparation of Method Statements (work procedures or work instructions), using the format provided by the Royal Commission, upon assignment by the Construction Manager;

• Revising Method Statements that have been returned by the Royal Commission as Code 2 and Code 3. The work described in a Method Statement will not begin until the Method Statement has been assigned Code 1 or Code 2 from Royal Commission review;

• Implementing the procedures identified in each Method Statement to carry out the work. If alternate or more efficient Method is used to improve the quality of the work, then the Method statement is to be revised to document the alternate or more efficient Method, and re-submitted to the Royal Commission for review and approval.

The Document Controller is responsible for transmitting the initial version of each Method Statement to the Royal Commission for review and approval, and for re-submitted revised Method Statements. The appropriate QC Engineers are responsible for conducting in-process inspections to verify that work is being performed in accordance with the approved Method Statements.

R E CO R DS

• Method Statement Format • Method Statement Log • Method Statements

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Works:

• Survey and Layout • Form Work • Concrete Placement and Grouting • Closure of Walls and Ceilings • Preparing the bottom of Foundations • Backfilling around Structures • Preparing the existing Sub-Grade • Sand Cover of Piping • Concrete repair work • Masonry • Structural Work- Foundations

Mechanical Work:

• Equipment Foundation • Location, Level and Alignment • Equipment Assemblies • Controls and Valves • Piping • Fit-Up and Welding • Repair of Cracked Welds • Post Weld Head Treatment • Surface Preparation for Coating • Pipe Bending and Piping Lay-Up • Gasket Installation and Bolt Torque

Electric & Communication System:

• Underground Conduit • Trench before Installation of the Sand Pad and Conduit and Marker Tape Placement • Manholes and Ring and Cover Frame Installation • Excavation for Bracing/Shoring When Depth Reaches 5’ • Internal Formwork Before Pouring Concrete for Duct Terminators, Inserts, Etc. • Ground Connections When Rods are Outside Of Manhole • Buried Cable and Underground Cable Placing • Reel Setup and Choice of Duct and Cable Pulling • Cable Splicing – All Splices and Splice Connectors

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

CO N T R O L O F M O CK - U P C O N S T R U C T I O N

PU R PO S E A N D S C O PE

Procedures are established and maintained to control of the construction of mock-ups before installing portions of the work that require mock-ups.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Construction Manager is responsible for:

• Determining tentative schedules for Mock-Up construction; • Assuring that Mock-ups will be representative of proposed construction materials and construction

Methods; • Verifying that sizes and configuration of Mock-ups will be such as to adequately demonstrate capability of

the product to comply to the performance requirements; • Ensuring that Mock-ups will be fabricated and installed by installers who will perform the same tasks for

the Project; • Obtaining the Royal Commission’s written approval of the mock-up construction Method and final work

product before starting permanent work, fabrication or construction.

The Quality Control Manager is responsible for:

• Reviewing the Contract, Special Specifications, Guideline Specifications and Third Party Specifications to identify the requirements for mock-up construction;

• Preparing a log or register of applicable Mock-Ups required and include the Construction Manager’s tentative schedule;

• Preparing the Inspection and Test Plans for the work covered by the Mock-ups; • Notifying the Royal Commission, 10 days prior to starting the Mock-up construction.

R E CO R DS

• Log of Required Mock-Ups (with tentative schedule) • Inspection and Test Plans • Record RC Approval of Mock-Up (Hold Point Release Form)

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

P RE - I N S TA L L A T I O N QU A L I TY C O N T R O L

PU R PO S E A N D S C O PE

Well in advance of the installation of every major unit of work which will require coordination with other work, the Contractor shall ensure that the unit of work can be installed and function as intended and required in conjunction with other work which has preceded or will follow.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

Pre-installation quality control consists of preparatory inspection (meeting) lead by the Construction Manager, the QC Manager and the Safety Manager, and attended by appropriate Contractor construction supervisors and craftsmen, QC engineers and safety Engineers and appropriate subcontractors. The Preparatory Inspection (Meeting) attended with RC Field Staff is held in advance of the installation/construction of every major unit of work (or defined phase of work).

The Construction Manager is responsible for:

• Reviewing the appropriate approved Method Statements (work procedures) and drawings with the

attendees • Verifying that necessary equipment and tools are available, and that specialized craftsmen are available

when needed • Clarifying any misunderstanding of the requirements of the work.

The QC Manager is responsible for:

• Scheduling the date and time of each Preparatory Meeting, for preparation of the meeting Agenda, and for

notification of all attendees. • Reviewing the quality requirements specified for the unit of work with the attendees • Verifying that all materials and equipment are readily available, and that they meet the approved

specifications • Verifying that testing/inspection requirements are identified and scheduled and that all test instruments

are available and calibrated. • Verifying conditions of temperature, humidity, exposure and forecasted weather to ensure the best

possible result for each unit of work The Safety Manager is responsible for:

• Preparing an Activities Hazard Analysis for each unit of work; • Reviewing the potential safety risks of the unit of work, and Methods of preventing the risks; Verifying that

all temporary work structures are safe, all lifting equipment has been inspected and are in safe condition; • Verifying that all required Personal Protective Equipment has been identified and is readily available for

use.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The Preparatory Inspection Meeting is documented by meeting minutes and Attendee Sign in Sheets that are retained in accordance with Records Control procedures. A copy of meeting minutes and attendee sign in sheets to be provided to the RC by letter or RC Field Staff.

R E CO R DS

• Meeting Agenda • Meeting Attendance Sign-In Sheet • Applicable Method Statements • Applicable Material and Equipment Manufacturers’ Installation • Applicable Inspection and Test Plans (ITPs) • Applicable Activity Hazard Analyses (AHAs)

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

I N S T A L LA T I O N Q U A LI T Y CO N T R O L

PU R PO S E A N D S C O PE

Comply with specified standards as minimum quality for the work, except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. Utilize qualified personnel having previous experience with the specified material to produce workmanship of specified quality. The installation of manufactured products will comply with the manufacturer's applicable instructions and recommendations for installation including each step in sequence, and with manufacturer’s tolerances.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

The Construction Manager is responsible for:

• Utilizing qualified personnel to produce workmanship of specified quality. The qualifications of personnel

are reviewed and verified prior to employment at the project. Copies of licenses, certifications, registrations and other verification of qualifications will be retained in the personnel file of each employee.

• Procuring and controlling material and equipment manufacturers’ instructions and recommendations for step by step sequencing of installation and for providing controlled copies of manufacturers’ instructions and recommendations to the appropriate craftsmen assigned to the installation of materials and equipment.

• Request clarification from the Royal Commission (Technical Query) before proceeding, if the manufacturer’s instructions conflict with the Contract documents.

The Construction Engineers are responsible for:

• Inspection of each item of material or equipment prior to installation. Items found to be damaged or

defective items must be rejected, tagged as rejected and removed from the area to prevent accidental use. • Verification of conditions of temperature, humidity and exposure which will ensure the best possible result

for each unit of work. • Verification that measurements and dimensions of the work have been rechecked prior to starting each

installation, and to verify that field measurements are as indicated on Shop Drawings or as instructed by the manufacturer.

• Coordination of enclosure or covering of work with required inspections and tests so as to avoid the necessity of uncovering work for that purpose.

R EC O R DS

• Craftsmen qualifications, certifications, or licenses to perform the assigned work • Manufacturer’s Installation Checklists

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

M AN U F AC T U R E R S ’ F I E L D S E R V IC ES

PU R PO S E A N D S C O PE

The Contractor shall make all necessary arrangements to provide field quality control, on-site, with qualified staff of Manufacturers’ personnel to observe the site conditions; conditions for surfaces and installation; quality of workmanship, supervision of the installation, application of the products, startup and commissioning or demonstration.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

1. The Quality Control Manager has responsibility for: • Reviewing the Contract, Special Specifications and Guideline Specification to identify each contractual

requirement for Manufacturers’ Field Services and the required scope of work; • Notifying the Project Manager and the Procurement Manager of the requirement for Manufacturers’

Field Services and the required scope of work; • Approve Manufactures’ QCP as per RC specification and contractor’s QCP. • SECTION 5-CONSTRUCTION AND INSTALLATION QUALITY CONTROL Page 47

2. The Procurement Manager is responsible for defining (within the “Inquiry to Vendors” ) the

contractual obligations of the vendor to provide field services, identifying the scope of field services and the tentative dates of arrival and departure to/from the Project sites.

3. The Construction Manager is responsible for coordinating the work of the Manufacturer’s

Representative with the Royal Commission and the Contractor’s Quality Control Manager.

The Supplier’s Representative (Manufacturer’s Field Technical Personnel) shall be provided by the

vendor to ensure that products conform to specified requirement and specifications. Manufacturer’s Technical Personnel assigned by the vendor shall:

• Oversee the installation and testing / commissioning of the product with reference to recommended procedures and guidelines.

• Maintain documents related to the product for verification purposes. • Propose recommendations during the implementation of the work.

R E CO R DS

• Log of Required Manufacturer’s Field Services (with tentative schedule) • Purchase Orders (Scope of Work and Schedule for Manufacturers’ Field Services) • Manufacturer’s Inspection and Testing Reports • Manufacturer’s Recommendations

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

IN DE P EN DEN T I N S P E C TI ON A N D TE S TI N G A G E NC Y

PU R PO S E A N D S C O PE

The Contractor shall be responsible for all inspection and testing services and the accompanying documentation for each inspection and test. The Contractor shall employ an Independent Inspection and Testing Agency (IITA) that is acceptable to the Royal Commission, has the authority to operate in Saudi Arabia and has qualified key laboratory and field personnel responsible for the inspection and testing services. The IITA will perform quality control testing at the work site and at their approved laboratory. Inspection and test services shall be required to verify conformance with requirements specified in the Contract Documents and detailed on the Inspection and Test Plans. The Contractor shall maintain on-site records of each inspection and testing performed throughout the life of the Contract.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S O F TH E CO N TR AC TO R

The Construction Manager is responsible for notifying the Quality Control Manager of the schedule of work being completed and requiring inspection and/or testing. The Quality Control Manager shall be responsible for coordinating the sequence of activities of the IITA to accommodate required services with minimum delay. The QC Manager shall be responsible for scheduling times for inspections, tests, taking samples and similar activities.

The QC Manager shall notify the Royal Commission and IITA 24 hours prior to expected time for operations requiring testing/inspection services. The Daily Inspection Schedule will be used for this purpose. Actual on-site testing will be conducted in the presence of the concerned field supervisor, the Quality Control Inspector and the Royal Commission representative. The Quality Control Manager is responsible to maintain a register of samples that are collected on-site for testing off-site at the IITA Laboratory. The register will include at a minimum:

• The date of sample collection; • The type of sample (e.g. fine/course aggregate, concrete, asphalt, etc.); • The test parameters for each sample and acceptance criteria (numerical value and unit of measure); • The expected date for sample results to be provided by the IITA to the Contractor; • The actual date that sample results were received from the IITA; • The analytical results for each tested parameter.

The Quality Control Manager is responsible to contact the IITA representative within one (1) business day after the expected date for sample results to be provided by the IITA is exceeded. Field inspect/test results (raw data) signed by the 3rd party representative will be given to the Q.C Inspector who will advise the Field Supervisor to proceed with the succeeding phase of work, if inspection/test results demonstrate acceptability.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The IITA shall promptly notify the QC Manager, and he shall promptly notify the Construction Manager and the Royal Commission of any irregularity or deficiency of work or products noted during the process of inspection/testing.

The Construction Manager is responsible for arranging for repair, rework, replacement, etc. necessary to correct any irregularity or deficiency of work or products and to notify the QC Manager that corrections are complete and ready for re-inspection/re-testing.

The QC Manager is responsible for scheduling retesting (including repeated inspections and other services) where results of the initial tests, inspections or other quality control services indicate nonconformance with the requirements of the Contract Documents. The QC Manager is responsible for submitting the original reports, certifications, and other pertinent inspection and testing documents to the Royal Commission.

R E CO R DS R E TAI N E D B Y TH E CO N TR AC TO R

• Daily Quality Control Schedule of Activities • Field Test Result (Raw Data) • Official Test Results, Sign and Sealed by the IITA

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

P R O CE DU R E S AN D R E S P O N S IB I L I TI E S O F TH E I N DE P EN D EN T I N S P EC T I O N A N D TE S T AG E N CY ( I I TA )

The IITA is responsible for materials sampling and laboratory testing of aggregate, soils, concrete, asphalt and other construction materials; The IITA is responsible for field testing for CBR, compaction, pile loading, integrity testing, concrete slump and temperature measurement and other tests that may be required by the client, or as indicated on Inspection and Test Plans and Daily Inspection Schedule. The IITA shall maintain accurate and complete records of all tests performed and promptly submit the reports of all tests specified, indicating conformance or non-conformance with the specifications. Test results, in the form of raw data and signed by the IITA representative at the site will be provided to the QC Engineer immediately upon completion of the testing:

a) Acceptable test results will allow the work to proceed; b) Unacceptable test results will be communicated to the responsible construction supervisor to make the

necessary corrections to the work; c) Re-testing will be scheduled upon written notice of completed/corrected work from the responsible

Construction Superintendent to the appropriate QC Engineer.

Where a test result is not complying with the requirements of Specifications and Contract Documents, a retest may be requested by the Contractor, to be conducted under the supervision of the IITA Laboratory Manager. If the result of re-testing shows a marked difference, then a third test will be performed to determine the validity of the previous tests. The official test results for each field and laboratory test conducted will be submitted by the IITA to the Contractor within one (1) week of completion. Test reports and other documents from the IITA will be controlled according to Records Control Procedures. The IITA shall submit the contractor calibration certificates for equipments used on the project and also re- calibrated the all current instruments in every six months or when the date of calibration will expire.

The Independent Inspection and Testing Agency shall carry out the Inspection and testing services related to Asphalt, Concrete and Soils and other construction materials that are required at the project. A listing of laboratory and field test parameters for which the IITA is qualified to perform is provided below:

M A T ER I A L T ES T I N G F OR A G G R E G A T E S / S O IL S

• Sieve Analysis • Liquid Limits • Plasticity Index • California Bearing Ratio (95%) Of Maximum Dry Density (MDD) • Los Angeles Abrasion • Sand Equivalent • Soundness Loss 5 Cycles Mgso4 • Coarse Aggregate weighted % loss @ cycles • Fine Aggregate weighted # loss @ Cycles • Moisture Density Relation • Optimum Moisture Content

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

CO N CR E TE TE S TI N G :

• Temperature (Field) • Slump (Field) • COMPRESSIVE STRENGTH • Acid Soluble Chloride • Chloride Ion Penetration • Rapid Chloride Permeability

A S P H A L T T ES T I N G - B A S E A N D W EA R I N G C OU R SE

• Sieve Analysis • Extraction Test • Marshall Test • Density Test • Resistance to Plastic Flow of Asphaltic mixture using Marshall Apparatus

E X CAV A TI O N AN D B A C K FI LLI N G :

• Field Compaction Test Record • Nuclear Moisture – Density Test Report

P IL E T E S T IN G :

• Voice Integration Test • Load Static Test • Dynamic Stakes Test • Frequency Tests

R E IN F OR C IN G S T E E L :

• Strength test report • Epoxy coating test certification • Mill certification

BR ID G E B E A R IN G S :

• Strength test report • Mill certification • Manufacture code and specification

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

R E CO R DS R E TAI N E D B Y TH E I I T A

The agency shall verify (not maintain) test records that contain sufficient information to permit verification of all test reports. Records pertaining to testing shall include traceability of sample from source to agency, original observations, calculations, derived data, and an identification of personnel involved in sampling and testing. Records shall be maintained for each item of equipment and all reference materials significant to the inspections or tests performed.

Records of relevant certification, qualifications, training, skills, and experience of the technical personnel shall be maintained by the agency. Records subject to inspection include equipment inventory, equipment calibration dates and procedures, library of test procedures, audit and inspection reports by agencies conducting laboratory evaluations and certifications, testing and management personnel qualifications, test report forms, and the internal quality control procedures.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

IN S T A L L A T I O N I N S PE C T I O N A N D T ES T IN G

PU R PO S E A N D S C O PE

A procedure for inspection, testing and documentation of in-process and completed works shall be prepared for each Section of the Technical Specifications. The Contractor shall develop Inspection and Test Plans showing, in detail, the Method and timing for examinations, measurements or tests to assure conformance with the Contract requirements, that adequate and calibrated instrumentation is available and used and that the necessary inspections are performed.

P R O CE DU R E S AN D R E S P O N S IBIL I T I E S

Inspection and Test Plans (ITPs) The Quality Control Manager is responsible for identifying the construction activities that require the development of ITPs from review of all applicable technical specification, drawings and supplier data and equipment manufacturer’s installation specifications.

The Quality Control Manager is responsible for developing the ITPs which incorporate the required information as prescribed by the Royal Commission approved ITP Format which includes:

• Activity Description; • Test or Inspection Required from Specifications, Drawings or Supplier Data; • The Frequency of Testing or Inspection; • Identification of Reference Documents (Codes, Specs, Drawing, etc.); • Acceptance Criteria (the specific numerical value and unit of measure that is defined in the Code, Spec,

Drawing, etc. that indicates that the tested work is in conformance with the project requirements); • The Method of Verification.

The Quality Control Manager is responsible for defining (in consultation with the Royal Commission Representative) the Method of Verification for each identified inspection or test. The Method of Verification may be defined as:

• Document Review (Symbol R); • Inspection (Symbol I); • Test (Symbol T); • Witness Point (Symbol WR, WI, WT)-Work may proceed with acceptable test results, without RC presence

at the test and sign-off; • Hold Point (Symbol HR, HI, HT).

The Document Controller is responsible for submitting each ITP document to the Royal Commission for review and approval. ITPs with RC review code of 2 or 3 will be promptly revised as required to address comments necessary to receive RC approval (Code 1).

In-Process Inspections: Inspections will be performed on a daily basis (or more frequently) if necessary, to ensure that the construction work is preceding in accordance with the contract requirements. This inspection will be done prior to requesting an

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

inspection from Royal Commission. The QC Engineers are responsible for performing In-process inspections to verify that work is being performed in accordance with the approved procedures, work instructions, Method Statements and inspection and test plans. The QC Engineers are responsible for promptly notifying the appropriate Construction Engineer in the event that it is observed that work is being performed that deviates from approved procedures, work instructions, Method statements, or inspection and test plans. The QC Engineer is responsible for initiating a Non-Conformance Report (NCR) in the event that a deviation from approved procedures, work instructions, Method statements, or inspection and test plans continues uncorrected after notification to the appropriate Construction Engineer of the problem.

Request for Inspection: The appropriate Construction Engineer is responsible for notifying the appropriate QC Engineer when any portion of the work is complete and ready for inspection. The appropriate Construction Engineer will document notification by preparing a Request for Inspection (RFI) Form. The appropriate QC Engineer is responsible for preparing an Inspection/Testing Hold Point Form, using the format specified by the Royal Commission and notifying the QC Manager of the Inspection/Testing activity schedule. The QC Manager is responsible for preparing the Daily Activity Report (Schedule of Inspection and Testing) on the format shown in Attachments. Contractor is required to provide 24hrs notice for RC inspection and IITA test. Daily QC Reports are to be provided by 0900 the next day. Requests for Inspection of critical activities, which must be done on weekends or holidays, will be approved in advance by the Royal Commission, or other stakeholders as appropriate. The Quality Control Manager is responsible for notifying:

• The Royal Commission 48 hours in advance of the inspection scheduled for weekends or holidays; • 1 week advance notice to Saudi Electric Company, Saudi Telecom Company and MARAFIQ.

Final Inspection: “Hold Point” is defined as steps at which specific inspection and documentation shall be performed by the Contractor and reviewed by the Royal Commission. Associated activities shall not proceed beyond any Hold Point until the Royal Commission has inspected that particular activity or has granted a written waiver of the Hold Point. By signature of both the Royal Commission Representative and the Contractor’s Quality Control Manager, the Hold Point Release form will constitute removal of the hold, and authorize the work to proceed. Final inspection and tests are performed by the IITA in accordance with approved inspection and test plan and procedures.

The QC Engineer is responsible for ensuring that the test equipment is calibrated. Calibration status of equipment is noted on the applicable Final Test Data Sheet. The QC Engineer is responsible for ensuring and documenting the required inspections and tests have been completed. The QC Engineer will notify the Construction Engineer of acceptable test results and that work may proceed.

The QC Engineer will notify the Construction Engineer, the Royal Commission and the QC Manager of any failed tests. Work may not proceed until the Construction Engineer has implemented appropriate corrective actions and the work in question has been retested and found to be conforming to the requirements.

The appropriate Construction Engineer is responsible for notifying the appropriate QC Engineer when the non-

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

conforming work is corrected and ready for re-testing and inspection. The appropriate Construction Engineer will document the notification by preparing a Request for Inspection (RFI) Form.

Non–Conformance: In the event of non–conformance of work as specified in the Contract Drawing and Specification, the Quality Control Manager will issue a Non-Conformance Report to the Project Manager for appropriate corrective action.

Control of Non-Conformance Reports will be implemented in accordance with the procedures stated in Paragraph “Control of Non-Conformance Reports” of this QC Plan.

Inspection and Test Reports: Field test results, in the form of raw data and signed by the IITA representative at the site, will be provided to the QC Engineer immediately upon completion of the testing. Where results of testing are not complying with the requirements of Specification and Contract Document, a retest may be requested by the Contractor, to be conducted under the supervision of the IITA Laboratory Manager. If the result of re-test shows a marked difference, then a third test will be performed to determine the validity of the previous tests. The certified written Test Report for each field and laboratory test conducted will be submitted by the IITA to the Contractor within one (1) week of completion. The certified written Test Report of each test or inspection will include the following information:

• Date of issue. • Project Title and Number. • Name, address and telephone number of the testing agency. • Date and time of sampling or inspection. • Locations of samples or tests in the Project. • Name of individual conducting tests and inspections. • Identification of the standard test Method used and notation of any known deviations from the test

Method. • Identification of product and Specification Section. • Complete test or inspection data. • Test and inspection results and an interpretation of the test results. • Ambient conditions at time of sample taking and testing and inspection. • Comments or professional opinion on whether tested or inspected work complies with the Contract

Document requirements. • Name and signature of the laboratory inspector. • Recommendations on re-testing and re-inspecting. • Re-tests referenced to previous failing tests. • Appropriate Pay Item reference. • Certification by the Quality Control Manager.

Test reports and other documents from the IITA will be controlled according to Records Control procedures.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

R E CO R DS

• Inspection and Test Plan Forms • Daily Quality Control Schedule of Activities • Request for Inspection • Hold Point Release Record • Concrete Pour Card and Placement Record • Daily Quality Control Report

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

CO N T R O L O F I N S PE C T I O N, ME A S U R I NG A ND T E S T E Q U IP M EN T

PU R PO S E A N D S C O PE

The Contractor shall establish and maintain a system to ensure that all inspection, measuring and test equipment, tools and devices that are used for activities controlling quality are:

o Identified and recorded onto an appropriate Calibration Record Form to include:

o Instrument Name and Manufacturer; o Date New Instrument was Procured; o Make and Model Number; o Serial Number; o Frequency of Calibration (Not to exceed six month interval); o Date of Last Calibration; o Date of Next Calibration; o Calibration Certificate Identification Number, traceable to the instrument; o Location of Calibration Certificates.

o Tagged with Date of Last Calibration. o Calibrated at required frequency by qualified agency. o Stored in accordance with the Manufactures’ recommendations. o Handled and used by qualified personnel and in accordance with the Manufacture’s Quality Control

recommendations.

P R O C E D U RE S / RE S P O NS I B IL IT IE S

The Quality Control Manager shall be responsible for the identification of inspection, measure and test equipment that is under the control of the Contractor. Specific attention shall be given to Non Destructive Testing (NDT) equipment, theodolite (transits), lasers, weld rod flux ovens, and pressure gages. Unless otherwise directed by the Royal Commission, the calibration of the inspection, measuring and test equipment shall be performed at established periods not to exceed 6 months. All inspection, measure and test equipment used on-site (Contractor owned and Subcontractor owned) shall be provided with Tags indicating the date of last calibration and expiration dates. The QC Manager or his designate shall periodically verify the serial numbers on the records against those on the equipment.

The QC Manager is responsible for obtaining information on the equipment under the control of subcontractors and to routinely verifying, during off-site inspections at the Subcontractor´s Premises, that the subcontractor’s equipment continues to be calibrated at the required frequency. The QC Manager is responsible for providing proper storage for inspection, measure and test equipment, and to control the distribution of the equipment to qualified personnel. Prior to use, the QC Manager is to check the equipment to ensure that its capabilities are compatible with the intended application and that the Calibration Tags are in place.

The Survey Supervisor is responsible for storage of Survey instruments which shall be properly placed in each carrying cases when not in use and kept inside a storage room at the survey office.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

The QC Manager shall prepare individual Calibration Record Logs for: o All inspection, measure and test equipment under control of the Contractor; o All applicable inspection, measure and test equipment used on the project under control of the of the

Independent Inspection and Testing Agency; o All applicable inspection, measure and test equipment used on the project under control of the

subcontracted Laboratories; o All scales, flow meters and all other calibrated equipment at concrete and asphalt batch plants. o Document where the equipment is being used.

The QC Manager or his designate shall review the Calibration Record Forms on a monthly basis to identify equipment to be calibrated within the month. Arrangements will be made with the qualified Calibration Agency for timely calibration of subject equipment that is under the control of the Contractor.

The QC Manager or his designate will provide written notification to subcontractor when inspection, measure and test equipment is due for calibration within the month and request prompt submittal of the resulting Calibration Certificate upon completion of the calibration. Any device or equipment found out of calibration (or with expired certificate) during the work shall be identified and not used until re-calibrated. The Contractor shall audit, verify and document the validity of previous inspection and test results when inspection, measuring and test equipment is found to be out of calibration.

When M&TE has been used and found out of calibration:

Step 1-Contractor QC shall stop using the expired one and sent it to be calibrated by IITA.

Step 2-Audit and document the validity of previous inspection and test results when inspection.

Step 3-As RC requirement the previous inspection need to be retested by calibrated equipment or not. Just to confirm the previous results. If it is out of tolerance specification or IFC drawing, the corrective action shall be taken.

Step 4-Contractor QC focus on strict timing schedule to recalibrate all equipments in case any out of calibrated M&TE and any calibration certificate delayed from IITA.

R E CO R DS

o Calibration Log and Calibration certificate of inspection, measuring and testing equipment under control of the Contractor.

o Calibration Log and Calibration certificate for inspection, measuring and testing equipment under control of the Independent Inspection and Testing Agency.

o Calibration Log and Calibration certificate for inspection, measuring and testing equipment under control of the subcontracted Laboratories.

o Calibration Log and Calibration Certificates for each concrete and asphalt batch plants, scales, flow meters, and all other calibrated equipment.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

APPENDIX

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

APPENDIX-1: REFERENCES

o AASHTO - American Association of State Highway & Transportation Officials o ACI – American Concrete Institute

o AISC – American Institute of Steel Construction

o ANSI – American National Standards Institute, International

o API – American Petroleum Institute

o ASCE – American Society of Civil Engineers

o ASHRAE – American Society of Heating, Refrigerating and Air-Conditioning Engineers, Inc.

o ASME – American Society of Mechanical Engineers

o ASTM – American Society for Testing and\Materials

o AWSI – American Welding Society, Inc.

o AWWA - .American Water Works Association, Inc.

o DIN – Deutsche Institute for Normung

o NEC – National Electric code Committee

o NEMA – National Electrical Manufacturing Association

o NFPA – National Fire Protection Association

o NFPA – National Forest Products Association

o PCI-Precast Concrete Institute

o UFC-Uniform Building Code.

APPENDIX-2: FORMS

ROYAL COMMISSION FORMS;

Attachment A: NCR Form Attachment A1: Log of NCRs Form Attachment B: Inspect and Test Hold Point Release Form 1. Concrete Pour Card and Placement Record 2. Civil/Structural

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

3. Electrical 4. Mechanical Attachment C: Specification Comparison Form Attachment D: Material/Equipment Receipt and Storage Attachment E: Daily Quality Control Report Attachment G: Technical Query Form

OTHERS FORMS;

FORM 1- Daily QC Schedule of Activities FORM 2- Inspection and Test Plan Form and Instructions FORM3- Request for Inspection Form FORM 4- Project Document Control Log FORM 5- Specification Change Notice Log FORM 6- Forms Control Logs FORM 7- Correspondence Log FORM 8- Technical Query Log FORM 9- Field Change Notice Control Log FORM 10- Drawing Change Notice Log FORM 11- Design Control FORM 11a-Shop Drawing Control Log FORM 11b- As Built Drawing Control Register FORM 12- Drawing Movement Log FORM 13- Transmittal Form FORM 14- Technical Submittal Log FORM 15- Materials Procurement Schedule FORM 16- Material Identification Tag FORM 17- Monthly Inventory Report FORM 18- Material Withdrawal Slips FORM 19- Material Bin Cards FORM 20- Method Statement Format FORM 21- Method Statement Log FORM 22- Log of Required Mock-Ups (with tentative schedule) FORM 23- Log of Required Manufacturer’s Field Services (with tentative schedule) FORM 24- Meeting Attendance Sign-In Sheet FORM 25- Calibration Record FORM 26- Sample Tracking Log

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

APPENDIX-3: REQUIRED MANUFACTURERS FIELD SERVICE SPECIFICATION SECTION 02095-MISCELLANEOUS ITEMS FOR BRIDGEWORK

3.03 BEARING DEVICES INSTALLATION A.1.

3.04 ELASTOMERIC COMPRESSION SEAL INSTALLATION A.1.

3.05 PREFORMED MEMBRANE WATERPROOFING INSTALLATION B.1.

3.06 STRUCTURAL EXPANSION JOINT INSTALLATION A.1.

SECTION 02765-STAMPED PATTERN CONCRETE PAVEMENT

2.07 IMPRINTING TOOLS C.

SECTION 02810-IRRIGATION SYSTEM

1.11 CENTRAL IRRIGATION CONTROL SYSTEM B.

1. a. Manufacturer’s Services

4. a. Commissioning

6. a. Technical Support

SECTION 05120-STRUCTURAL STEEL

3.12 APPLICATION OF SPRAYED-ON FIREPROOFING B. 1.

SECTION 07100-DAMPPROOFING AND WATERPROOFING

1.07 QUALITY CONTROL

F.1. Manufacturer’s Representative

G. Installation of waterproofing…

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

3.03 SUBSTRATE PREPARATIONS

A.3. General

B.1. For Damp-proofing Application

C.1. for Waterproofing Application

C.3.e. Cementations’ and Reactive Waterproofing SECTION 07130-SHEET WATERPROOFING

1.07 QUALITY CONTROL

F.1. Manufacturer’s Representative

G. Installation of waterproofing

SECTION 07200-THERMAL PROTECTION

3.03 INSTALLATION A. 1.a. Building Insulation SECTION 07510-BUILT-UP BITUMINOUS ROOFING

1.09 JOB CONDITIONS A.1. Pre-Roofing Conference

SECTION 07540-THERMOPLASTIC MEMBRANE ROOFING

1.07 QUALITY CONTROL

F.1. Manufacturer’s Representative

G. Installation shall be started only in the presence of the manufacturer’s technical representative.

3.01 EXAMINATION B. inspection shall be conducted by a representative of the

membrane SECTION 07920-JOINT SEALANTS

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

1.08 QUALITY CONTROL 2. Pre-Construction Field - Adhesion Testing a.4, before installing elastomeric sealants, tests to take place with manufacturer’s technical representative

SECTION 13113-IMPRESSED CURRENT CATHODIC PROTECTION OF REINFORCED CONCRETE STRUCTURES

3.01 GENERAL C. provide…..manufacturer’s services of a competent and

experienced

SECTION 13420-INSTRUMENTS

3.01 GENERAL

M. …..manufacturer/vendor shall appoint a technical representative at

N. …. the manufacturer or vendor of instruments shall give the training to the Royal Commission

SECTION 13450-CENTRAL CONTROL

3.01 GENERAL E. The contractor shall also provide the equipment manufacturer’s

services of an Engineer

SECTION 15051-MATERIALS AND METHOD

3.10 START-UP AND INITIAL OPERATION

R. Special mechanical equipment such as chillers, towers, large pumps, oil free air compressors, vacuum pumps, etc., shall have initial start-up of equipment assigned to a trained manufacturer's representative

SECTION 15060-HANGERS AND SUPPORTS

3.05 FIELD QUALITY CONTROL A. When requested by the Royal Commission, provide a factory-trained representative of manufacturer

SECTION 15065-EQUIPMENT INSTALLATION

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

1.06 QUALITY CONTROL C. Field Quality Control

1. Installation a. If manufacturer's representative is required to supervise equipment installation

2. Testing c. Services of manufacturer's representative to supervise special testing procedures shall be obtained.

SECTION 15092-RESIDENTIAL BASIC MECHANICAL MATERIALS AND METHOD

3.20 SYSTEMS AND EQUIPMENT START-UP AND CHECKOUT

A……Provide start-up and checkout by manufacturer’s certified.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

APPENDIX-5: PROCUREMENT PLAN

PROCUREMENT PLAN LO G I C A L FU N C T I O N A N D A C T IV IT IE S

1 . M A T ER I A L T A K E OF F S H EET

The Project Engineer shall prepare the material take-off sheet in compliance with the specifications, drawings, scope of work, construction schedule and advise the Procurement Department of the following: - • Nomenclature and description • Unit, quantity and date required • Required vendor data • Other references for vendor: drawings and specifications for fabrication/ Manufacture

2 . IN Q U IR Y T O V E N D OR S

Material Supply Chief shall collect and review the bills of materials from the site and prepare the inquiries to vendors. Upon getting approval from the Procurement Manager, the inquiries shall be distributed to each vendor. The Procurement Manager shall confirm that the following are correctly written: -

• Project title • Bid due date • Validity of the proposal • Address of the receiver and sender • Vendor data requirements • Applicable drawings and specifications • Scope of work • Delivery date at site and penalty for delay • Proposed terms of payment • Other special notes and requirements; such as client’s right to monitor and visit plants or other inspection

locations with or without prior notice to vendor or contractor.

3 . BID E V A L U A T IO N

Upon receipt of the bid documents from the vendor, the vendor expediter shall prepare the vendor inquiry status and send it to the Engineering Department for review and evaluation.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

4 . CO S T AN D T E CH N I CA L EV A L U A T I O N

The Project Engineer shall perform an evaluation of the vendor’s technical data. The evaluation should be made on the following information: -

• Specification • Drawings (shop drawings) • Data from Catalogs • Sizes of material • Quality • Date of Delivery • Special conditions suggested by vendors • Efficiency of installation

5 . P R I C E C O M P A R IS O N

The Procurement department shall make price comparison with the price and condition provided by the vendor: - • Ex-factory price • Packing charges • Inland trucking/rail charge to shipping point • Documentation and custom clearance fee • Bank Commission • Banker fuel charge • Insurance fee and war risk • Ocean/Air freight • Agent fee • Custom duty • Port Charge • Brokerage • Inland trucking fee from the Port of arrival • Other additional costs (e.g. demurrage)

6 . V EN D O R R EC OM M EN D A T IO N

Upon the completion of the vendor evaluation, the Procurement Manager shall recommended vendor to the Project Manager on the quotation evaluation sheet for the final determination of the successful vendor.

7. TR AN S M I T TAL F O R A PPR O V A L

The Project Manager shall submit the transmittal to the client for the approval the materials and vendor.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

8 . F IN A L N E G OT I A T IO N S

The Procurement Manager shall enter into final negotiation with the vendor approved by the client in order to fix the price and conditions which will be set forth on the Purchase Order.

9. P U R CH AS E O R DE R S AN D L E TT E R S O F CR E D I T

The Purchase Order shall be issued or the letter of credit shall be opened by the Procurement Manager immediately after he receives the final approval of the client for vendor and the materials. The final negotiation with the approved vendor will follow.

Contractor shall ensure that the terms and conditions of the proposed Purchase Order shall comply with and correspond to the terms and conditions of this contract, provided that the price and payment terms may be deleted from such proposed Purchase Order.

The Royal Commission shall not be liable for any delays or cost incurred by contractor by reason of the Royal Commission not granting consent to a proposed vendor.

Upon execution of the Purchase Order, contractor shall furnish the Royal Commission with two copies of each Purchase Order provided the pricing and payment provisions may be deleted.

1 0. QU A L IT Y C ON T R O L I N S P E C T IO N

Quality Control inspection by the contractor and / or the client shall be carried out at the vendors shop or at the manufacture’s factory of the sub-vendor’s plant to accomplish the following: -

• To assure that materials or equipment is manufactured in the same design, dimension and quality as

specified and approved by the client. • Minimize the delays. • QC personnel shall ensure that specifications and inspection requirement are properly transmitted to

vendor or sub-vendors at all tiers of order placement. • One month prior to the shipment to the site of the first item of equipment or material for the permanent

works to be used by contractor in execution of the work, contractor shall submit for approval by the Royal Commission a Delivery Program covering delivery of all major equipment and materials for permanent works on the site. Such program shall be related to the contract schedule and shall contain the following information: -

• Description of items to be shipped • Approximate tonnage and cubic size • Origin of shipment • Date of shipment

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

• Method of shipment / transportation • Port of arrival • Estimated date of arrival • Such delivery program shall be kept up-to-date and shall be submitted periodically for review and approval

in accordance with the Royal Commission’s instruction. Such review and approval by the Royal Commission shall not, however, relieve Contractor in any way of its obligations hereunder to secure the timely shipment and delivery of materials and equipment to the site. Contractor shall keep complete and accurate records for Royal Commission’s inspection of all materials and equipment received at the site, stored and issued for use in the performance of the Work. The inspectors assigned by the Project Engineer / Project Manager shall perform the inspection of the materials / equipment and means of transportation according to the specification or the standards prepared by the Project Engineer. The inspectors shall report the results of inspection to the client in accordance with the inspection lists and if necessary, a joint inspection with the client may be performed.

11. CO R R E C TI O N AN D R E P A I R

If incorrect materials or equipment are found, the inspectors shall: -

• Report to the Project Manager and/or the Client and take necessary action. • Immediately request the vendor to prepare a corrective action procedure and submit to the Project

Manager / Client for their review and approval. Inspector shall then advise the vendor of required remedial action and perform the QC activities accordingly.

• Prepare the documents and the evidences (like photos, etc.) for the purpose of claims and present them to the Insurance Company for compensation.

1 2 . E X P E D IT IN G O F F A B R I CA TI O N / M AN U F A CTU R IN G

The expediter shall confirm the following and record on an Expediting Report as the following points: -

• The stock and raw material delivery schedule • The capacity and the condition of the workshop and the facilities • Manpower status assigned to manufacture • Review of the fabrication progress and the delivery schedule • Elements of delay and the way of recovery • Assistance to the vendor in cooperation with the site • Estimation of the productivity per day

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

1 3 . F IN A L IN S P E C T IO N P R IOR T O S H IP M E N T

The inspector and expediter shall perform final inspection prior to completion of packing and assure that all materials and components are properly consolidated and handled without any defect or default. The inspector shall perform the final inspection as per the applicable drawings and specifications. He shall ensure that all required tests are successfully performed and all documents are properly handled.

14 . TR AN S P O R TA TI O N T O T H E S I T E

If no defects are found and/or survey has been completed, the expediter shall arrange vehicle and equipment for the transportation company and shall notify the control chief at the job site at least 24 hours before the arrival of the following: -

• Number and kind of vehicles • Estimated time of arrival at the site • Equipment required for unloading (e.g. forklift, crane, etc.) • Cargo description and weight and/or volume

1 5 . S A F E T Y C O N T R O L D U R I NG T RA NS P O R T A T I O N

The transportation expediter shall ensure protection of cargo from normal highway transportation inherent hazards incidental to highway transportation - even though the loss during transportation is the liability of the engaged transportation company and/or insurance entity.

1 6 . C O N T R O L OF M A T E R I A L A T J OB T H E S I T E SCOPE:

This procedure provides elaboration for the receipt, handling, storage, protection and issuance of permanent plant materials and equipment at job site.

REFERENCE DOCUMENT:

Instructions for receiving, handling and storage of project equipment and materials are contained in applicable procedures in the following sources: -

• Field procurement procedure • Engineering specifications • Vendor instruction manuals

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

RESPONSIBILITY:

The requirements of these procedures are implemented by: -

The project Material Control Chief in assuring compliance with the approved procedure. The Inventory Controller and the Warehouse Keeper for receipt storage and issuance of all materials and equipment and compilation of required records.

The degree of storage issuance and responsibility will depend on storage location, and nature of the material. Transfer of responsibility to Supervisor or Engineer is accomplished by issuance of Material Receiving Report for items not stored in the main warehouse. For items stored in the main warehouse, this transfer is accomplished by material issue using a Material Withdrawal Form.

The responsible Field Engineer performs inspection as required, designates the storage area, monitors storage conditions and assures that adequate protection and preventive maintenance is provided to maintain the integrity of the materials and complete required documentation. The Field Engineer is responsible for installation of the material in question.

Note that information related to materials and equipment to be delivered to the site are to be provided by the Procurement Department to the Field Engineer so that it can be included in the Mobilization Plan required by this contract. It shall include: -

• Shipping Program • Supplier Inspection Plan • Material Procurement Schedule

17 . M A T ER I A L R E C EI V I N G

Within approximately 24 hours of the receipt of shipment, the job site Materials Supply Section shall notify the assigned Field Engineer by means of a copy of the Material Receiving Report. The Material Receiving Report will state the location of the material. Contract receiving and receiving inspection shall be performed on all items in accordance with the requirements. The Material Supply Chief and assigned Field Engineer shall: -

• Check the shipment against the packing list, freight bill or bill of lading for count, condition, identification

etc. • Report discrepancies on standard “unsatisfactory, over, short and damage reports which are filed with the

Purchase Order . • Notify the responsible Field Engineer that delivery has been made and ask for storage instructions. • Update the Material Receiving Report to substantiate the material has been received and reflect status. • The Material Receiving Report should indicate if the following are required: -

• Weather proof storage (i.e. indoors). • Weather proof storage (if outdoors) utilizing weather proof covering.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

• If weather proof covering shall be specialized (e.g. flame resistant). • If the material shall not come in contract with the ground –being stored on pallets or cribbing.

When the condition of the permanent building provides the type of storage required, permanent location storage is acceptable. Otherwise, additional protection must be supplied to provide equivalent storage conditions.

b.) STORAGE FACILITIES MAINTENANCE

The storage facilities shall be maintained having the following minimum attributes: -

• Access should be controlled. • Cleanliness and good housekeeping shall be maintained. • Condition of the storage area shall be monitored so that lack of protection such as loss of heat of weather

proof covering is detected and corrected. • Fire protection will be compatible with materials stored and type of storage. • Sources of contamination such as food or drinks, pests and flooding shall be controlled. • The storage key corresponds to previously marked locations on the comprehensive storage plan.

A daily receiving and forwarding, a log will be maintained as an immediate notification to interested parties of what material has arrived on a respective day. It is also an aid for identification of material transportation and related information.

Purchase Order documentation will be available and may include mill reports, test result instruction manuals, certification etc. The arrival of these records need not coincide with the delivery of materials or equipment.

For home/ area office purchase items, the responsible Field Engineer shall accept material with whatever documentation is available. Responsibility of quality still lies with the Engineer.

For field/local purchases which must meet certain codes or standards, the assigned Field Engineer is to include on the requisition the requirement for vendor/supplier furnished documentation. He is not to approve payment for the material until he has received complete documentation.

1 8 . S T O R A G E

General

Construction material storage involves both storage during the construction process and storage for those materials being held for installation. Materials and components shall receive appropriate storage regardless of its status to insure its integrity and minimize the possibility of deterioration by physical damage, corrosion or contamination.

Protection in Storage

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Material in the warehouse field storage or set in permanent location requires continued surveillance to assure its integrity.

The assigned field Engineer shall provided the surveillance.

Under normal weather condition, field Engineer personnel and warehouse keeper shall periodically ascertain that:

1. All covers caps plugs or other protective covering are kept intact. 2. Temporary preservatives applied by the vendor shall be monitored and re-applied if required. 3. Application of an inert atmosphere shall be monitored and recorded by the assigned Engineer to assure

that pressure is maintained. 4. Rotation and lubrication of plant equipment shall be documented by the assigned field engineer. 5. Components shall be stored out of traffic paths and in such a manner as to preclude damage by dumping,

dislodging for filling. 6. Component shall not be stacked one on top of the other unless the enclosing crate of each component is

capable of supporting the load. All materials exposed to contamination of damage shall be re-inspected by project field Engineer of his representative component shall be re-classified by them for include as permanent plant materials or disposed of as set forth in the non-conforming material.

The assigned field engineer shall document such occurrences and subsequent reinspection.

19. DO CU M E N TA TI O N

The whole procedure for the project material supply shall be maintained by a documentary record system for inventory control and tracking of materials.

MATERIALS STATUS REPORT

The procurement department shall prepare a material status report based on the material take-off sheet, and consolidated with inquiries to the vendors. All documentation may be provided to the Royal Commission on a periodic basis as required.

2 0 . R E P O R T TO TH E CL I E N T

The Material Control Chief of the job site shall report the following information to the client on regular periodic basis:

1. The update of the Purchase Order s and Letter of Credit 2. The shipping forecast of the cargo to be received at job site within a month or a specified period. 3. The shipping report of the cargo received at job site within a month or specified period. 4. Any other report required by client.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

APPENDIX-6: SUPPLIER INSPECTION PLAN

SUPPLIER INSPECTION PLAN 1. 0 PU R PO S E

This Supplier Inspection Plan for manufacturer/fabricator:

• Defines the process used by the contractor to manage, control and verify permanent plant, equipment and materials (or products) procured by the contractor and delivered to the site.

• Provides implementation details for the Contractor’s procurement process and supplements the contractor’s Quality Control Program relative to document control of suppliers.

• Addresses Guideline R.C. Specification requirements for Quality Control Section 01450 Revision 1.

2 . 0 S CO PE

This Supplier Inspection Plan applies to all permanent plant equipment and materials procured by the Contractor to be used or installed in the completed facility. The scope of this Supplier Inspection Plan begins with the procurement planning and extends receiving inspection at the construction site.

3. 0 R E F ER EN C E

3.1 Royal Commission’s General Specification for Quality Control Section 01450 Revision 1. 3.2 Quality Control Program

4 . 0 DE F I N IT IO N S

4 .1 H O L D P O IN T

Hold Points are defined as critical steps in manufacturing and testing at which specific inspection and documentation shall be performed by the Supplier /Contractor and reviewed by the Royal Commission. Sign off by the Royal Commission Representative and the Contractor’s Quality Control Manager will constitute removal of the hold point and authorize the work to proceed. Hold Points are identified in Inspection and Test Plan.

4 .2 I N S P E CT I O N AN D T E S T P L A N

A Supplier / Contractor generated document that outline the specific inspection and testing, to monitor implementation of the supplier’s quality activities. Inspection and Test Plan identifies the items, materials and work to be inspected or tested, by whom and what stage or frequency, as well as “Hold” and “Witness” points and reference to documents that define acceptance criteria such as drawings and specifications. Identification of inspection and test records shall also be reference on the Inspection and Test Plan. See attached “Inspection and Test Plan” format for details.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

4 .3 P R O DU CT

An all-inclusive word that may include completed projects, facilities, structures, systems, components, equipment, materials or documents such as calculations, drawings or specifications.

4 . 4 Q U A L I T Y V E R IF IC A T IO N DO CU M E N TS

Records providing evidence that product meets requirements. Typical Quality Verification Documents include inspection and test reports such as material test reports, electrical test reports for insulation resistance, dielectric testing, non-destructive examination results such as radiography, ultrasonic testing, hydrostatic results, etc.

4 .5 W I T NE S S P O I NT

Witness Points are defined as critical steps in manufacturing and testing where, by prior agreement (either in procurement documents or inspection and test plan) the Supplier is obliged to advise the Contractor a reasonable time in advance of the operation so that it may be witnessed. The Supplier may proceed the work if the Contractor and / or Royal commission Representatives are not able to attend the Inspection and Test Plan activity at the appropriate time and place. Witness Points are identified in Inspection and Test Plan.

5 .0 R ES P O N S IB IL IT IE S 5.1 The Procurement Manager is responsible for procurement planning to include as a minimum of the following:

The Procurement Manager should be responsible for inspection of material quality in the supplier factory. He is responsible to submit prequalification of manufacturer and supplier for Royal Commission review and approval.

• Possesses knowledge of equipment and material lead time to ensure contract awards occur in time

to allow product to arrive on site to support the construction schedule.

• Procurement document preparation, review / approval and change control.

• Selection of procurement sources.

• Bid evaluation and award of contract.

• Contractor management and control of supplier performance.

• Verification (surveillance, source inspection, receiving inspection or audit).

• Control of non-conformances and corrective action.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

• Equipment and material acceptance.

• Document and submittal requirements.

5.2 The Quality Control Manager is responsible for performing the following as a minimum:

• Any and all activities associated with the supplier’s Inspection and Test Plan including the identification of “witness” and “hold” points and interface coordination with the Royal Commission.

• Source inspections.

• Performing receiving inspection and documenting results on the Material / Equipment Receipt and Storage Form (Refer to Guideline Specification for Quality Control, Section 01450).

• Issuing non-conformance reports and performing re-inspections of rework and repair (Refer to Guideline Specification for Quality Control, Section 01450).

• Participation in witness and hold points and sign-off on Hold Point Release Form (Refer to Guideline Specification for Quality Control, Section 01450).

• Interface coordination with the materials and concrete testing laboratory, including the review and approval of test results.

1.3 The Quality Control Engineer is responsible for performing the following as a minimum:

• Verifies that procured items are stored according to manufacturer’s recommendations.

• Verifies that fire protection measures are in place, adequate security and good housekeeping measures are employed in and around storage areas.

• Verifies that installed equipment is protected from on-going construction activities.

6 . 0 P R O C EDU R ES

6.1 The Procurement Manager is responsible for ensuring that purchase documents include (as appropriate):

• Scope of Work (or Supply)

• Technical Requirements

These requirements shall be specified, as appropriate by reference to specific drawings, Royal Commission specifications, codes, standards, regulations procedures or instructions, including revisions thereto that describe the items or services to be furnished. The procurement documents shall identify appropriate test, inspection and

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

acceptance criteria for determining acceptability of the item or service.

• Quality Assurance Program Requirements Quality assurance program requirements shall be specified in the Contractor’s procurement documents. These quality assurance program requirements shall be based on Guideline Specification for Quality Control Section 01450. The specific quality program requirements shall be consistent with importance and / or complexity of the item or service being procured. The procurement documents shall require the supplier to incorporate appropriate quality assurance program requirements in sub tier procurement documents.

• Right of Access The contractor’s procurement documents shall provide for access to the suppliers and audit by the contractor and others such as the Royal Commission and their representatives.

• Documentation Requirements The procurement documents shall identify the documentation required to be submitted for information, review or approval by the contractor. The time of submittal shall also be established. When the contractor requires the supplier to maintain specific records, the retention times and disposition requirements shall be prescribed.

• Non-conformances The procurement documents shall specify the contractor’s requirements for the supplier’s reporting of non- conformances.

• Spare and Replacement Parts The procurement documents shall specify the supplier’s requirements to identify spare and replacement parts or assemblies (such as a recommended spare parts list) and the related data required for ordering these parts or assemblies.

6.2 Procurement Document Review A review of the procurement documents and changes thereto, shall be made and documented prior to award to assure that documents transmitted to prospective suppliers include appropriate provisions to assure that products meet the specified requirements. Technical or quality assurance program changes made as a result of bid evaluations or negotiations shall be incorporated into the procurement documents prior to their issuance to the supplier.

6.3 Procurement Document Changes Procurement document changes affecting the technical or quality assurance program requirements shall be subject to the same degree of control as utilized in the preparation of the original documents.

6.4 Procurement of Products

6.4.1 General The procurement of products shall be controlled to ensure conformance with specified requirements. Such control shall provide for the following as appropriate: source evaluation and selection, evaluation of objective evidence of quality furnished by the supplier, source inspection, audit and examination of items or services upon delivery or completion.

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

6.4.2 Prior to award of contract, the contractor shall evaluate the supplier’s capability to provide items or services in accordance with the requirements of the procurement documents. Supplier evaluation and selection and the results there-from shall be documented and shall include one or more of the following:

(a) Supplier’s history of providing an identical or similar product that performs satisfactorily in actual use. Information evaluated should include either of the following:

(a.1) The experience of users of identical or similar products of the prospective supplier. (a.2) The contractor’s records that have been accumulated in connection with previous procurement actions and product operating experience. Quality performance is highly dependent upon the supplier’s personnel capabilities, the physical conditions of the manufacturing facility and equipment, and management attitude toward quality. Historical data should be representative of the supplier’s current capability. If there has prospective supplier, the supplier should be requested to submit information on a similar item or service for evidence of his current capability.

(b) Supplier’s current quality records supported by documented qualitative and quantitative information that can be objectively evaluated. This may include review and evaluation of the supplier’s quality assurance program, manual and procedures, as appropriate.

(c) Supplier’s technical and quality capability as determined by a direct evaluation of the facilities, personnel, and the implementation of the supplier’s quality assurance program.

6.5 Bid Evaluation If bids are solicited, the bid evaluation includes a determination of the supplier’s capability to conform to the technical and quality assurance requirements. The bid evaluation should consider the following performance and schedule considerations, which have the potential to affect the procurement quality:

(a) Supplier’s personnel (b) Supplier’s production capability (c) Supplier’s past performance (d) Supplier’s alternates and exceptions

Prior to the award of the contract, the contractor shall resolve or obtain commitments to resolve unacceptable technical and quality assurance conditions resulting from the bid evaluation.

6.6 Control of Supplier Generated Documents Submitted to the Contractor Control are implemented to ensure that the submittal and evaluation of supplier-generated documents are accomplished in accordance with the procurement document requirements. These controls shall provide for the acquisition, processing and recorded evaluation of the quality assurance, technical inspection and test documentation or data against defined acceptance criteria.

6.7 Acceptance of Products

6.7.1 General Prior to offering the item or service for acceptance, the supplier shall verify that the item or service being furnished

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

complies with the procurement requirements.

6.7.2 Methods of Acceptance Contractor methods used to accept an item or service from a supplier shall be a supplier certificate of conformance, source verification, receiving inspection or post-installation test at site, or a combination of these methods as defined below: Certificate of Conformance Acceptance by this method is satisfactory when the item or service is of simple design and involves stand materials, processes and tests. Such items may be fabricated subject to selected qualification, sample or batch testing to establish or maintain maximum quality. When a certificate of conformance is used, the minimum criteria listed below shall be met.

(a) The certificate shall identify the purchased material or equipment, such as by the purchase order number.

(b) The certificate shall identify the specific procurement requirements met by the purchased material or equipment such as codes, standards and other specifications.

(c) The certificate shall identify any procurement requirements that have not been met, together with an explanation and the means for resolving the non-conformances.

(d) The certificate shall be signed or otherwise authenticated by a person who is responsible for the quality assurance function and whose function and position are described in the supplier’s quality assurance program. Source Verification Acceptance by source verification may be most desirable when the item or service is one of the following:

(a) Vital to plant safety (b) Difficult to verify quality characteristics after delivery (c) Complex in design, manufacture and test source verification may not be necessary when the quality of the item can be verified by review of the test reports, inspection upon receipt or other means. The source verification activities may include the following checks:

• Documentation has been submitted as required and provides verification of approvals, material, applicable inspections and tests.

• Fabrication procedures and processes have been approved and verification of approvals, material, applicable inspections and tests.

• Fabrication procedures and processes have been approved and complied with and the applicable qualification, process records and certifications are available.

• Components and assemblies have been inspected, examined and tested as required and applicable inspection, test and certification records are available.

• Non-conformances have been dispositional as required.

• Components and assemblies are cleaned, preserved, packed and identified in accordance with specified requirements. When the contractor performs source verification, it shall be conducted at intervals consistent with

Civil Works | Structural Works | Road Works | Earth Works | Estimation Works

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

the importance and complexity of the item, and shall include monitoring or observing selected activities. Source verification shall be implemented in accordance with Inspection and Test Plans (see attachment). Contractor acceptance of source verification results are furnished to the contractor’s receiving organization for information and reference. Receipt Inspection Regardless of other methods of acceptance identified above, the Contractor’s quality control function inspects products as necessary to verify conformance to specified requirements, taking into account source verification activities and the demonstrated quality performance of the supplier. Quality Control receiving inspection shall verify by objective such features as the product:

(a) Configuration (b) Identification (c) Dimensional, physical and other characteristics (d) Freedom from shipping damage (e) Cleanliness

The Quality Control receiving inspection shall be coordinated with review of supplier documentation when procurement documents require such documentation to be furnished prior to receiving the product or with delivery of the product. Post-installation Tests Acceptance by post-installation tests is satisfactory when performed following the accomplishment of at least one of the preceding methods and when:

(a) It is difficult to verify the quality characteristics of the item without it being installed and in use; or (b) The item requires an integrated system checkout or test with other items to verify its quality characteristics; or (c) The item cannot demonstrate its ability to perform its intended function except when in use.

6.8 Control of Supplier Non-conformance Methods for control and disposition of supplier non-conformance for items that do not meet procurement document requirements shall include the following:

(a) Evaluation of non-conforming items. (b) Supplier submittal of non-conformance notice to the contractor. These submittals shall include supplier- recommended disposition (e.g. use-as-is or repair) and technical justification. Proposed non-conformance disposition for use-as-is and repair shall be submitted to the Royal Commission for disposition approval.

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

.--

a•

Civil Survey Structural Survey I Land Surve y I Earth Works Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

-

--.

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

•• I

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y

FAHAD HUSSAIN GHULAIS Est.

For General Building Contracting, Industrial Maintenance & Operation

Office Add: Jubail King Faisal Road (West), P.O.Box 30108, Postal Code.3151 Phone: (03) 3611162, Fax: (03) 3611163, E-Mail: [email protected]

Civil Survey I Structural Survey I Land Surve y I Earth Works I Quantity Surve y