You are on page 1of 120

TECHNICAL OFFER

FOR

CENTRAL LSA REPAIRS


T2019-0202
UNION III, BAGHDAD, IRAQ
DESIGN BID BUILD CONTRACT LABOR

RFQ Number ; W56KGZ21Q7017

Prepared For ;

US ARMY CORPS OF ENGINEERS


TRANSATLANTIC DIVISION
TASK FORCE ESSAYONS
OPERATION INHERENT RESOLVE

Prepared By ;

SAMA ARDTH BAGHDAD COMPANY


FOR GENERAL CONSTRUCTION
COMPANY OFFICE KARADH – HAY AL WAHDA – M 952, Z 52, D 2
BAGHDAD, IRAQ
Mobile: +964 (0) 781 646 3232
Email: sama.baghdad_company@yahoo.com / sama.baghdad@live.co.uk

DECEMBER 31ST , 2020


Date: DECEMBER 31ST , 2020
Address; KARADH – HAY ALWAHDA – M 952, Z 52, D 2

BAGHDAD, IRAQ

MOBILE: +964 (0) 781 646 3232

EMAIL: sama.baghdad_company@yahoo.com

sama.baghdad@live.co.uk

Reference: DECEMBER 31ST , 2020


Offer by: SAMA ARDTH BAGHDAD COMPANY
DUNS Number: 534601915
SAMS registration: SHG78
JCCS ID: 81192
Client Name: US Army –USACE
Solicitation no.: W56KGZ21R7003

Please find attached quotation along with Technical Specification offer . We would like to thank
you for sending the solicitation and are looking forward to win this contract.

Sincerely Yours
Ali Najah Hussein
General Manager
SAMA ARDTH BAGHDAD COMPANY

BAGHDAD- IRAQ
Mobile: +964 (0) 781 646 3232
CONTENTS

CENTRAL LSA REPAIRS - T2019-0202 BAGHDAD, IRAQ DECEMBER 2020

No. ITEM Revision Date Page

1.0 FRONT LETTER DEC 31ST 2

2.0 INTRODUCTION & STATEMENT OF WORK DEC 31ST 4

3.0 COMPANY WORK EXPERIENCE DEC 31ST 6

4.0 COMPANY ENGINEERING STAFF DEC 31ST 7

5.0 STRUCTURAL SHOP DRAWINGS DEC 31ST 8

6.0 QUALITY CONTROL PLAN DEC 31ST 11

7.0 SAFETY PLAN DEC 31ST 46

8.0 BILL OF QUANTITIES & PRICE BREAKDOWN DEC 31ST 58

9.0 TIME SCHEDULE DEC 31ST 62

APPENDIXES

I: CONCRETE MIX DESIGN REPORT DEC 31ST 70

II: ALLOCATED MACHINERY & RESOURCES DEC 31ST 86

III: COMPANY PROFILE DEC 31ST 87


STATEMENT OF WORK

CENTRAL LSA REPAIRS


Union III Base, Baghdad, Iraq

PROJECT DISCRETION

This Project is a requirement of sustaining the ongoing OPERATION INHERENT RESOLVE for
the Iraqi security stabilization process. It consists of retrofitting/repairing of the existing Central
LSA Housing Modular Building. Housing Complex consists of Three-stories, four (4) sets of
buildings created from stacked modular building. Modular units used for living quarters for
coalition forces at Union-III Base, Iraq. This contract is a firm fixed price construction at Union III
Base Baghdad - Iraq.
Work will include the repairing (stiffening) of existing construction of one (4 sets of Modular
buildings), associated fixtures, and related infrastructure to include strengthening of top roof shed
(3D steel truss) and relocate/reinstall of their steel stairway and walkway-fixtures.
US-Army (USG) will not exercise any supervision or control over the construction prim Sama-
Baghdad Company, and workers performing under the contract. The main supervision by
contracting officer representative (COR) will be provided solely to the Sama-Baghdad Company
who, in turn is responsible to the US-Army (USG).

PROJECT BACKGROUND

This Project is a 100% design bid build construction contract for the Central LSA Repair project,
located in the Union III, Baghdad, Iraq. Central LSA consists of four (4) sets of buildings created
from stacked modular building units used for living quarters for coalition forces. USACE-TFE
engineers conducted a site visit to review and assess the functional and life sustainability of Central
LSA Housing complex. The site visit discovered multiple problems with the buildings that pose life
safety issues. This makes the renovation and improvement of the facilities ‘Mission Critical’.
PROJECT OBJECTIVES

The Sama Ardth Baghdad Company will provide all labor, materials, equipment, testing as
required, and site supervision necessary for the construction of the CENTRAL LSA REPAIRS at
Union III base in accordance with the objectives below:

Civil works:

1.0. Temporarily remove the stairs as need to install the stiffening and lateral bracing at the ends
of the building. The stairs shall be reinstalled once the bracing has been installed and
inspected and approved by the COR. Only one set of stairs at a time may be temporarily
removed.

1.1. Cut existing foundations where anchorage is shown on structural drawings and install new
footings to the ends of existing foundations, and install anchors and attach to the building
as shown of structural drawings.

1.2. Install new concrete cast in place concrete footing to be flush with the bottom of the existing
building to support the new columns, Foundations shall be installed as shown on structural
drawings.

1.3. Install new steel corner bracing as shown on the structural drawings. Anchor to existing
foundations as shown on structural drawings

1.4. Temporarily remove walkway and gratings as needed to install new steel columns as shown
on the structural drawings. Anchor to new foundation as shown on the structural drawings.
The walkway and gratings shall be reinstalled once the installation of the columns has been
inspected and approved by the COR

1.5. Install new flooring plywood and vinyl flooring over existing flooring on every CHU and
Latrine that is part of Central LSA Complex. There shall be construction adhesive between
the layers of the plywood. The
COMPANY WORK STAFF

SAMA-ARDTH BAGHDAD Company has qualified staff in the field of construction projects. Table
below shows engineering staff of the company.

No. Qualification Number of staff M.Sc. B.Sc.


1 Civil Engineer 14 6 8
2 Electrical Engineer 12 4 8
3 Mechanical Engineer 10 4 6
4 Architectural Engineer 8 4 4

PROJECT PERSONNEL EXPERIENCE:

1. CORPORATE MANAGER
Name: Ali Najah Hussein .
Position/Title: General Manager.
Years with the Company: (20) Years.
Work Experience:
Mr. Ali is the general manager of the company, his experience in design/construction projects is
very wide. Many project were completed successfully under his management during the last
(20) years (all projects listed in the past performance and company profile in our technical offer.
He is the leader for the operation and he is responsible for the financial success of the company.
He always handles the external relations with customers, vendors and community leaders. Goals
and strategic plan and for the company are always approved by him.

2. DESIGN PROJECT MANAGER


Name: AQBAL Faud
Position/Title: Head of the design team
Years with the Company: (4) Years
Work Experience:
Miss Faud is the head of the design team of the company, she has a master degree in structural
engineering. She is responsible to manage a design team containing architectural, civil,
mechanical and electrical engineers. She proved her high quality design at the first months of her
deployment in the company so the company chose her to be the head of design team. She always
acquire a high qualified engineers for her team. She and her team always prove their ability to
design projects according to the specifications and customer demands. She and her team have
the full experience in most recent codes for buildings and materials. In addition they have a wide
experience in using most recent versions of design and analysis software.

Page 1 of 2
COMPANY WORK STAFF
3. CONSTRUCTION PROJECT MANAGER
Name: ali hussain
Position/Title: Construction Project Manager
Years with the Company: (6) Years
Work Experience:
Mr. ali will be the project manager of the project. He has BSc. Degree in civil engineering. The
reason why the company chose him for this project is his experience in the field of renovating of
buildings in many locations in Iraq. He has good experience in dry walls that will make him the
most suitable for the project.

4. SUPERINTENDENT
Name: khalid Ayssa.
Position/Title: Construction Superintendent and Quality Control Manager
Years with the Company: (6) Years
Work Experience:
Mr. Khalid has a diploma in Building and Construction Engineering. His job in the projects of the
company is the Construction Superintendent during the last (4) years. His responsibilities will
include interviews and selects workers for the job site, assigning teams of the work to specific jobs
or provide new hires with necessary training, direct workers on the order in which specific task or
tasks need to be performed and Coordinating All Onsite Activities. Mr. Jabbar will be responsible
also for quality control system of the project. Sampling for the test and coordinating all test
procedures will be one of his responsibilities.

5. QUALITY CONTROL MANAGER


Name: khalid Ayssa.
Position/Title: As described above
Years with the Company: As described above
Work Experience: As described above
Work Experience:
his information was listed above in the Superintendent key person.

6. SAFETY MANAGER:
Name: Alaa Safuat.
Position/Title: Safety Manager
Years with the Company: (2) Years
Work Experience:
Mr. Safuat has a wide experience in preparing safety plans for our projects. He has (9) years of
field experience safety management role. He has excellent understanding of knowledge of OSHA.
He did the safety plans for all our projects during the last two years. His plans proved their
efficiency by the zero accident of all our projects having safety plans prepared by him.

Page 2 of 2
COMPANY PAST PERFORMANCE

Our Construction company has many successful projects with different sectors of the civilian and military side here below
some of our latest completed projects ;

Contract or Clients or
DESCRIPTION Value Date Email
PO No. Customers
PR 17-2385 EARPLUG, HOWARD Sallyport $1,700.00 8/27/2017 baladprocurement@sallyportglobal.com
LIGHT
PO 000029 Trash Bags PAE $1,900.00 5/18/2011 Mohammed.Faisal@pae.com
PO 000065 Motor Pump PAE $2,600.00 7/6/2011 Anas.Kuttan@pae.com
PO 2702752 AC UNIT PAE $23,250.00 7/17/2011 Anas.Kuttan@pae.com
PO 000093 Medical Supplies PAE $4,126.75 8/4/2011 ganesan.rajamani@pae.com
PO 2702937 Electronic Ballast PAE $600.00 9/5/2011 Mohammed.Faisal@pae.com
PO 2702846 Fluorescent Fittings PAE $8,500.00 8/9/2011 Mohammed.Faisal@pae.com
PO 2703536 Fluorescent Lamp PAE $5,100.00 1/11/2012 Anas.Kuttan@pae.com
PO 2702909 Square tubing PAE $2,590.00 8/28/2011 Rahamed@pae.com
PO 2703411 Lumber & Plywood PAE $1,404.00 12/18/2011 Rahamed@pae.com
PO 2702849 REFRIGERANT PAE $14,510.00 8/9/2011 Anas.Kuttan@pae.com
PO 2702955 Traffic marking Paint PAE $1,600.00 9/8/2011 Mohammed.Faisal@pae.com
PO 2702613 Refrigerant PAE $13,960.00 6/13/2011 Anas.Kuttan@pae.com
PO 2703414 Carpentry Services PAE $2,396.00 12/19/2011 Rahamed@pae.com
Requirements
PO 2702880 Cleaning Tools PAE $2,164.00 8/18/2011 Rahamed@pae.com
PO 2702874 Cleaning Chemicals PAE $1,178.00 8/17/2011 Rahamed@pae.com
PO 2702927 Vinyl Clear Transfer PAE $1,100.00 9/4/2011 Anas.Kuttan@pae.com
Tape
PO 2702859 Toilet PAE $3,700.00 8/11/2011 Mohammed.Faisal@pae.com
PO 2702739 Trash Bags PAE $12,500.00 7/13/2011 Anas.Kuttan@pae.com
PO 2701397 Printer Paper PAE $3,850.00 6/26/2010 Anas.Kuttan@pae.com
PO 2701511 Gas Cylinders PAE $9,775.00 8/9/2010 fvalappil@pae.com
PO 2702213 Cleaning Supplies PAE $12,975.00 3/17/2011 Anas.Kuttan@pae.com
PO 2702316 Cleaning Supplies PAE $32,065.00 4/12/2011 fvalappil@pae.com
PO 2702496 Cleaning Supplies PAE $24,650.00 5/22/2011 Anas.Kuttan@pae.com
PO 2702599 Stationery PAE $1,673.00 6/8/2011 Mohammed.Faisal@pae.com
PO 2702665 Kia Bongo parts PAE $550.00 6/26/2011 Anas.Kuttan@pae.com
PO 2702697 Lenox Mobile Torch PAE $2,270.00 7/4/2011 Mohammed.Faisal@pae.com
System
PO 2702704 Fenomastic Gold PAE $1,310.00 7/6/2011 Anas.Kuttan@pae.com
Finish Eggshell
PO 2701482 Phone Cards PAE $5,615.00 7/26/2010 Anas.Kuttan@pae.com
PO 4750245750 DFAC Equipment KBR $7,400.00 10/6/2016 Roshan.Dsouza@kbr.com
COMPANY PAST PERFORMANCE

PO 4750245723 Toner Cartridge KBR $6,300.00 10/5/2016 Roshan.Dsouza@kbr.com


PO 4750246721 Furniture KBR $5,950.00 11/9/2016 Waseem.Bari@kbr.com
PO 4750247622 Cooler & Water Tank KBR $8,550.00 Waseem.Bari@kbr.com
12/15/2016
PO 4750246413 Generator Filters KBR $43,000.00 10/30/2016 Waseem.Bari@kbr.com
PO 4750246344 Lubricating oil $ KBR $50,920.00 Waseem.Bari@kbr.com
Coolant 10/27/2016
PO 4750248534 Air Conditioner KBR $25,000.00 1/23/2017 Waseem.Bari@kbr.com
PO 4750248333 Gym Accessories KBR $14,500.00 1/15/2017 Waseem.Bari@kbr.com
PO 4750250382 Washer Pressure KBR $23,000.00 4/5/2017 Nawaz.Mohiddin@kbr.com
COMPANY WORK STAFF

PROPOSED PROJECT TEAM MEMBERS

The table below lists the planned working staff and their positions. These working groups shall
be provided in our technical bid proposal. SAMA ARDTH BAGHDAD Company shall provide CVs
for all other personnel may be requested by USACE during the mobilization phase for approval
by the Contract Officer and his engineering representative.

Position No. of
Positions
Overall Project Manager* 01
Overall Support / Logistics Manager* 02
Medic Officer 01
Safety Officer 03
Quality Assurance and Quality Control Officer 04
Chief Admin/Finance Officer* 01
Civil Engineer 06
Welding Engineer 03
Mechanical Engineer (including Hydrology specialist) 04
Electrical Engineer 02
Maintenance Superintendent 03
Heavy Machinery specialist 02
Welding specialist (ironsmith) 12
Skilled Worker – Regular 24
Un skilled worker 06
Total Allocated Staff 74
* stationed at company HQ for planning control, corresponding, and trouble resolving.
QUALITY CONTROL/QUALITY ASSURANCE PLAN
OF
CENTRAL LSA REPAIRS T2019-0202
UNION III, BAGHDAD, IRAQ
DESIGN BID BUILD CONTRACT LABOR
RFQ Number ; W56KGZ21Q7017

Prepared For ;

US ARMY CORPS OF ENGINEERS


TRANSATLANTIC DIVISION
TASK FORCE ESSAYONS
OPERATION INHERENT RESOLVE

Prepared By ;

SAMA ARDTH BAGHDAD COMPANY


FOR GENERAL CONSTRUCTION
COMPANY OFFICE KARADH – HAY AL WAHDA – M 952, Z 52, D 2
BAGHDAD, IRAQ
Mobile: +964 (0) 781 646 3232
Email: sama.baghdad_company@yahoo.com / sama.baghdad@live.co.uk

DECEMBER 31ST , 2020


Page 1 of 31
Construction QC/QA Plan

CENTRAL LSA REPAIRS T2019-0202 UNION III, BAGHDAD, IRAQ DECEMBER 2020

CONTENTS

Revision Date
Page

DEC 31ST 1
1.0 INTRODUCTION

2.0 PROJECT QC / QA ORGANIZATION DEC 31ST 7


3.0 SUBMITTALS DEC 31ST 13
4.0 PERFORMANCE MONITORING REQUIREMENTS DEC 31ST 14
5.0 INSPECTION AND VERIFICATION ACTIVITIES DEC 31ST 17
6.0 CONSTRUCTION DEFICIENCIES DEC 31ST 25

7.0 DOCUMENTATION DEC 31ST 27

8.0 FIELD CHANGES AND VARIATIONS DEC 31ST 30

9.0 FINAL REPORTING DEC 31ST 31

APPENDIX A: CQAP STAFFING AND RESUMES DEC 31ST

APPENDIX B: QUALIFICATION TEST SCHEDULES DEC 31ST

APPENDIX C: SAMPLE INSPECTION SCHEDULES DEC 31ST

APPENDIX D: SAMPLE TEST SCHEDULES DEC 31ST

APPENDIX E: TYPICAL CONSTRUCTION FORMS DEC 31ST

Page 2 of 31
Construction QC/QA Plan

SECTION 1

INTRODUCTION

PROJECT DISCRETION

This Project is a requirement of sustaining the ongoing OPERATION INHERENT RESOLVE for
the Iraqi security stabilization process. It consists of retrofitting/repairing of the existing Central
LSA Housing Modular Building. Housing Complex consists of Three-stories, four (4) sets of
buildings created from stacked modular building. Modular units used for living quarters for
coalition forces at Union-III Base, Iraq. This contract is a firm fixed price construction at Union III
Base Baghdad - Iraq.
Work will include the repairing (stiffening) of existing construction of one (4 sets of Modular
buildings), associated fixtures, and related infrastructure to include strengthening of top roof shed
(3D steel truss) and relocate/reinstall of their steel stairway and walkway-fixtures.
US-Army (USG) will not exercise any supervision or control over the construction prim Sama-
Baghdad Company, and workers performing under the contract. The main supervision by
contracting officer representative (COR) will be provided solely to the Sama-Baghdad Company
who, in turn is responsible to the US-Army (USG).

PROJECT BACKGROUND

This Project is a 100% design bid build construction contract for the Central LSA Repair project,
located in the Union III, Baghdad, Iraq. Central LSA consists of four (4) sets of buildings created
from stacked modular building units used for living quarters for coalition forces. USACE-TFE
engineers conducted a site visit to review and assess the functional and life sustainability of Central
LSA Housing complex. The site visit discovered multiple problems with the buildings that pose life
safety issues. This makes the renovation and improvement of the facilities ‘Mission Critical’.

QUALITY PROGRAM OVERVIEW

SAMA ARDTH BAGHDAD approach to management of the quality of the SOW implementation
includes a combination of quality control by the contractor and quality assurance by the
Construction Manager. The QCP details the systems and controls that SAMA ARDTH BAGHDAD
has put in place so that the quality of the project will meet the requirements specified in the SOW.

Page 3 of 31
Construction QC/QA Plan

SAMA ARDTH BAGHDAD provides definition and overall management of the quality approach
to be followed by its contractors and consultants. The quality of the SOW implementation will be
ensured through an integrated system of quality assurance performed by the Construction Manager and
quality control provided by the contractors. SAMA ARDTH BAGHDAD's Construction Manager is
responsible for the day-to- day coordination of quality assurance and quality control measures in the
field.

This Construction Quality Control/Quality Assurance Plan (CQAP) is a


companion document to Pre-submittals documents. It establishes:

1. project procedures and general responsibilities for the quality assurance and
quality control (QC/QA) program; and

2. protocols to ensure that the Laundry Facility Site Work Construction and
Washing Equipments Installation (WEI) will be executed in accordance with
the relevant portions of the SOW.

This QC/QA has been developed in accordance with Section 1.7 of

the SOW:- Quality Control;


US Government, will make the determinations on all issues regarding the quality and
acceptability of
materials furnished and work performed as to the rate of progress of the work, which may arise
as to the interpretation of the plans and specifications, and as to the acceptable fulfillment of
the contract requirements on the part of the Contractor. All work that is not IAW the contract
requirements shall be considered as unacceptable work. Unacceptable work, whether the result
of poor workmanship, use of defective materials, damage through carelessness, or any other
cause found to exist prior to the final acceptance of the work, shall be removed immediately
and replaced in an acceptable manner. Notice of unacceptable work shall be provided by USG
in writing to the Contractor.

The Contractor shall develop and maintain an effective quality control program to ensure
services are performed in accordance with this scope. The Contractor shall develop and
implement procedures to identify, prevent, and ensure non-recurrence of defective services.
The Contractor’s quality control program (QCP) is the means by which he assures himself that
his work complies with the requirement of the contract. The QCP shall be submitted five (5)
days after contract award to the KO and COR. After acceptance of the quality control plan by
the Government the Contractor shall receive the KO’s acceptance in writing of any proposed
change to his QC system.

Page 4 of 31
Construction QC/QA Plan
QUALITY ASSURANCE;
The Government reserves the right to monitor the performance of this contract to ensure compliance
and execution of the SOW. The Government shall evaluate the Contractor’s performance under this
contract. The USG representatives and the Contractor will conduct a joint completion inspection. The
project will not be deemed complete until all requirements specified in the SOW have been approved
by the Government.

Pre-Final Inspection. To be performed when the Contractor has completed/installed all items within
the SOW and contract drawings and specifications.

Final Inspection. To be performed after the Contractor has resolved all punch list items identified during
the pre-final inspection.

1.7 QUALITY MANAGEMENT PLAN


SAMA ARDTH BAGHDAD's Engineering Staff has been retained to provide construction
management services for this project. As SAMA ARDTH BAGHDAD's managing contractor, will
carry out work on this
. (project in accordance with the Parsons Quality Management Plan (QMP)(Parsons, 2015

1.8 CQAP ORGANIZATION


This CQAP is organized into eleven sections.
1. Section 1 - Introduction: describes the project setting, and the QC/QA and QMP
program overview.
2. Section 2 - Project QC/QA Organization: presents the organizations and key
personnel involved in the construction of the Laundry Facility, their responsibilities
and authorities, the structure of the QC/QA organization and the minimum training
and experience of the Construction Quality Assurance Officer (CQAO) andpersonnel.
3. Section 3 - Submittals: presents the procedures for processing submittals from
contractors and vendors.
4. Section 4 - Performance Monitoring Requirements: addresses QC/QA for
performance monitoring requirements applicable to construction of the Facility.
5. Section 5 - Inspection and Verification Activities: provides procedures for tracking
construction inspection and verification activities for the contract, construction
acceptance criteria, and construction audits.
6. Section 6 - Construction Deficiencies: describes the procedures for tracking
construction deficiencies from identification through acceptable corrective action.
7. Section 7 - Documentation: describes the procedures for the project documents that
will be managed through a combination of a secure document filing and storage
system and computerized Document Tracking System.
8. Section 8 - Field Changes & Variations: describes handling of quality plan changes to
assure QC/QA objectives are met.
9. Section 9 - Final Reporting: describes the QC/QA documentation for the construction

Page 5 of 31
Construction QC/QA Plan
of the Laundry Facility Construction Completion Report.
SECTION 2

PROJECT QC/QA ORGANIZATION

This section presents the responsibilities and authorities of organizations and key personnel involved
in the construction of the Laundry Facility, the structure of the QC/QA organization, the minimum
training and experience of the QC/QA personnel, and the QC/QA training given to all onsite workers.

2.1 RESPONSIBILITIES AND AUTHORITIES OF ORGANIZATIONS


The organizations involved in the construction of the Laundry Facility their QC/QA roles and
responsibilities are as follows

2.1.1 SAMA ARDTH BAGHDAD Company


SAMA ARDTH BAGHDAD is responsible for implementing the construction of the Laundry Facility
in accordance with the SOW and for ensuring that its contractors and subcontractors perform Facility
construction in accordance with the presented QCP.

The QC/QA Plan details the systems Company has put in place in order that its responsibilities to quality
are met. SAMA ARDTH BAGHDAD Co is responsible for verifying that the CM it has retained
effectively implements and manages the systems detailed in the QC/QA. SAMA ARDTH BAGHDAD
Co is also responsible for formal communications with and submittals to USACE- COR.

2.1.2 Engineer of Record


The Engineer of Record is an independent, duly qualified, licensed design professional, retained
directly by SAMA ARDTH BAGHDAD Co to provide design and engineering services in connection
with the project. This definition includes all subcontractors to the Engineer of Record.

Bureau of Engineering Consultancy provide submittal review and resolution of design issues as they
arise during construction.

2.1.3 Construction Manager


The CM is a duly qualified entity retained by SAMA ARDTH BAGHDAD Co. to provide

Page 6 of 31
Construction QC/QA Plan
professional construction management and related services in connection with the project. The CM
is responsible for implementation of this QC/QA Plan. The CM will manage construction
contractors on behalf of SAMA ARDTH BAGHDAD Co.
and serve as the primary point of contact with the contractors for all communications to and from
the contractors. The CM will provide Quality Assurance and monitor the day-by-dayconstruction
quality control activities performed by construction contractors to verify compliance with the
contract plans and specifications. The CM will also manage, coordinate, and administer all QC/QA
activities and requirements, including those of subcontractors to the CM. Additionally, the CM
may be assigned management of any third party QA inspection and testing firms retained by
SAMA ARDTH BAGHDAD Co.

2.1.4 Construction Contractors


The construction contractors are retained by SAMA ARDTH BAGHDAD Co. to provide the
labor, materials and equipment required to construct the project in accordance with the contract
documents. Construction contractors are responsible for the quality control of their constructed
work product as well as the necessary inspections and tests required to ensure that their work
complies with the contract documents. They exercise authority over their workforce, including QC
personnel and their third-party QC support services.

Pursuant to Specifications SECTION 01 80 00 :-


“The USG shall not exercise any supervision or control over the prime Contractor’s
Subcontractors performing the work described herein. Such subcontractors shall be
accountable solely to the Contractor who, in turn, is responsible to the USG.”

In addition to above; each sub-contractor will submit a QC organization chart developed to


show all QC personnel and how these personnel integrate with other management, production and
construction functions and personnel. All QC staff members are subject to acceptance by SAMA
ARDTH BAGHDAD. The requirements for the QC organization include a QC Systems Manager
and a sufficient number of additional qualified personnel to ensure contract compliance. The Sub-
contractor is to provide a QC organization that is represented on the site at all times during progress
of the work and with authority to take any action necessary to ensure compliance with the contract.

2.2 STRUCTURE OF QC/QA ORGANIZATION


The QC and QA functions of the project organizations are functionally integrated although
contractually separate. Figure 2.1 shows the functional structure of the project QC/QA team.

2.3 RESPONSIBILITIES AND AUTHORITIES OF KEY PERSONNEL


Key personnel involved in the construction of the Laundry Facility and their QC/QA roles and
responsibilities are described below in Section 2.3.1 and Section 2.3.2. Pursuant to the statement
of work, names of QC/QA personnel assigned CQAP functions are to be communicated to COR;

Page 7 of 31
Construction QC/QA Plan
these personnel are the CQAO and CM Field Inspectors. Since personnel assignments are subject
to change over time, the CM will maintain a CQAP Staffing List of CQAP personnel assignments
including each person’s role and organization. This CQAP Staffing List is initially provided in
Attachment 1 together with resumes of current CQAP personnel. When personnel changes occur,
SAMA ARDTH BAGHDAD Co. will provide an updated Attachment 1 to USACE-COR.
2.3.1 Construction Manager’s Quality Assurance Personnel

CONSTRUCTION MANAGER

The Construction Manager (CM) is the primary point of contact for GE on all construction
management issues. The CM is responsible for the overall management of activities related to the
construction program, including the implementation of the CQAP and the health and safety
program. As such, the CM will work directly with GE to exercise approval authority over
contractor submittals including the CQCP. The CQCP must include the names and qualifications
of contractor’s QC personnel pursuant to Section 2.3.2 below.

SITE MANAGER (SUPERINTENDENT)

The Site Manager (SM) monitors and works with GE to approve each contractor’s quality,
and progress submittals to ensure that the project is meeting the contract requirements. The SM
will manage the field implementation of the CQAP at the project sites under control of the senior
field engineer (FE) and the Construction QA Officer.

CONSTRUCTION QUALITY ASSURANCE OFFICER

The CQAO is a full-time employee of the CM. The CQAO should have a minimum of five
years of experience in related construction and prior QA experience on a project of comparable
size and scope to this project. Additional qualifications for the CQAO include one or more of the
following requirements:

• P.E. with one year of related construction experience acceptable to GE.


• Engineer in Training (EIT) with two years of related construction experience
acceptable to GE.
• Three years of related experience acceptable to GE with a Bachelor of Science Degree
in civil engineering, civil engineering technology, or construction.
• Construction materials technician certified at Level III by National Institute for
Certification in Engineering Technologies (NICET).

The CQAO reports directly to the CM. The CQAO will have full authority delegated by the
CM and GE to institute actions necessary for the successful implementation of the QC/QA program
to ensure compliance with the contract plans and technical specifications (including stop-work
authority). The CQAO is assigned to the project full time.

The CQAO works with GE to administer and implement the CQAP. This includes controlling
Page 8 of 31
Construction QC/QA Plan
this CQAP, making revisions as necessary, and implementing systematic actions to ensure
compliance with the plan. The CQAO coordinates activities with the SM to ensure that the FE,
inspection staff, third party inspection and testing firms as well as contractor QC staff carry out
the requirements of the CQAP.

The CQAO is supported by Parsons’ QA Services. Parsons QA staff will provide expertise,
on an as-needed or as-requested basis, in the investigation and handling of significant or unique
quality issues.
The CQAO tracks and reports non-conformances to the CM, SM, and after notification to the
CM, to contractor management and contractor QC staff. The CQAO also has full authority to
obtain direct access to contractor QC files. Other CQAO responsibilities include:

• Reviewing contractor QC reports, tests, and inspection results;


• Facilitating the implementation of the four-phase inspection program and participating
in the required inspections; and
• Ensuring that QA personnel conducting inspections are adequately trained and
understand assignment limits and time frames.

SENIOR FIELD ENGINEER

The Senior Field Engineer (FE) administers the contract requirements, including the CQCP
submittals by contractors, and assures that each contractor consistently conforms to its approved
CQCP. The FE oversees inspection efforts, provides technical advice, and coordinates support
from engineering support, administration, inspection services, safety, and other team members.

The FE coordinates resolution of unsatisfactory work items with contractors through final
acceptance. The FE assures open noncompliance report (NCR) items are completed and accepted
in a timely fashion. Acting in concert with GE, the SM and CQAO, the FE has the authority to
require changes to the contractor’s QC organization and plan as required to address apparent
trends, to mitigate future NCRs and to obtain the quality specified in the contract documents.

The FE reviews QC and QA testing documentation with contractors, engineers, and


inspectors. The FE also reviews plans and specifications for assigned projects and estimates the
type and number of QA tests that should be accomplished for each specification section. The FE
meets with third-party testing and inspection firms to review test requirements and coordinate
testing and inspection services.

SENIOR FIELD INSPECTORS


CM Field Inspectors (FIs) are responsible to the FE and support the FE’s administration of the
construction contracts. The FIs will hold a bachelors degree in engineering or construction and have
three years experience in the type of work being performed on this project, or will have at least five
years of related experience and will hold the construction materials technician certified at Level
III by the NICET. Certification at an equivalent level by a state or nationally recognized
organization will be acceptable in lieu of NICET certification. For inspection of the NY Route 196

Page 9 of 31
intersection construction, QA inspectors must meet NICET Level II or higher certification in
highway construction. Additional experience and training may be substituted for educational
requirements, subject to GE’s approval.

The FIs will monitor the day-to-day activities of the contractor. This includes ensuring that
contractors comply with the plans and specifications, applicable building codes, good
workmanship, and the QC requirements of the contract. As part of this effort, FIs will:

• conduct independent inspections to verify the quality of the work;


• participate in contractor four phase inspections;
• review test and inspection reports; and
• ensure that the required documentation is submitted.

The FIs must be alert to detecting, recording, and reporting any deviation from the contract
documents, including calling any deficient item to the attention of the FE, the contractor’s
superintendent, and/or other representative. The FIs must keep accurate and detailed records of the
contractor’s performance and progress, delivery of materials, and other pertinent matters, including
the daily inspection report.

2.3.2 Contractor’s Quality Control Personnel QC Systems Manager


The QC Systems Manager (QCM) is a full-time employee of the contractor, or a consultant
engaged by the contractor. The QCM should have a minimum of five years of experience in related
construction and prior QC experience on a project of comparable size and scope to the contractor’s
scope of work on this project. Additional qualifications for the QCM include at least one of the
following requirements:

• PE with one year of related construction experience acceptable to the CM.


• EIT with two years of related construction experience acceptable to the CM.
• An individual with three years of related experience acceptable to the CM, with a Bachelor of
Science Degree in civil engineering, civil engineering technology, or construction.
• Construction materials technician certified at Level III.

The QCM will have full authority to institute any and all actions necessary for the successful
implementation of the QC program to ensure compliance with the contract plans and technical
specifications. The QCM shall report directly to a responsible officer of the construction contractor.
The QCM is assigned to this project full time.

QC Technicians
The contractor QC Technicians perform the following functions:
• Inspect all materials, construction, plant, and equipment for conformance with the
technical specifications; and

Page 10 of 31
• Perform all QC tests as required by the technical specifications.

Contractor QC Technicians will be engineers, engineering technicians, or experienced craftsmen


with qualifications in the appropriate field equivalent to Level II or higher construction materials
technician, and will have a minimum of two years of experience in their area of expertise. Additional
experience and training may be substituted for educational requirements, subject to COR’s Request.

Construction QC/QA Plan

1.1 PROJECT DESCRIPTION


SAMA ARDTH BAGHDAD Co. shall provide labor, equipment, supplies, facilities, transportation,
tools, materials, supervision, and personal services necessary to perform basic life support activities
in Iraq, as defined in this Statement of Work (SOW), except for those items specified as
Government furnished property and services. SAMA ARDTH BAGHDAD Co. shall perform in
accordance with the outlined SOW. The USG shall not exercise any supervision or control over
any of the prime Contractor’s Subcontractors performing the services herein this SOW. Such
contract service providers shall be accountable solely to the prime Contractor, (SAMA ARDTH
BAGHDAD Co) who in turn is responsible to the Government
1.2 PROJECT BACKGROUND
The HUNTER FOB at JAJI Camp Authority (TCA) requests construction of TWO Containerized
Housing Units (CHU) to support maintain the OPERATION INHERENT RESOLVE on TAJI
camp. TCA is primary hub for major aircraft operations in central Iraq. The project site is located
in a restricted area which requires USG to escort contractors (1 escort for every 6 contractors) to
and from the project site. It is essential that the contractor provides a free zone plan (as required
below) to the COR for approval in order to coordinate escorts with USG.
1.3 Scope of Work
ZAHRRAT BALAD Co. shall successfully complete the objectives (listed in SOW) within the
project limits shown in contact drawings and specifications. ZAHRRAT BALAD Co. shall be
responsible for all required actions for getting subcontractors, and their respective vehicles, in and
out of the military site. ZAHRRAT BALAD Co. shall be responsible to ensure all Subcontractors
have the required permits, certificates and/or documents required for dumping of construction
debris at an Iraqi dump in accordance with the Iraqi Government laws and regulations. ZAHRRAT
BALAD Co. shall deliver all materials and install as stated in the contract drawings and
specifications. All trucks will be escorted from the security check point to a predetermined project
area and at the discretion of the COR.
1.4 QUALITY PROGRAM OVERVIEW
SAMA ARDTH BAGHDAD approach to management of the quality of the SOW implementation
includes a combination of quality control by the contractor and quality assurance by the
Construction Manager. The QCP details the systems and controls that SAMA ARDTH BAGHDAD
has put in place so that the quality of the project will meet the requirements specified in the SOW.
SAMA ARDTH BAGHDAD provides
Page 11 of 31
SAMA BAGHDAD
COMPANY

SAMA BAGHDAD COMPANY

Page 12 of 31
SECTION 3
SUBMITTALS
This section describes the procedures for processing of submittals from SAMA ARDTH
BAGHDAD Co.. The COR will administer and control the processing of SAMA ARDTH
BAGHDAD submittals. After being reviewed for completeness, submittal documents will be
transmitted to the COR for review and verification for compliance with contract requirements. The
submittal’s disposition will be noted on the submittal, which will be signed, dated and returned to
the SAMA ARDTH BAGHDAD. If required, the SAMA ARDTH BAGHDAD will revise the
submittal, incorporating the comments and will resubmit it to the COR for review and verification
for compliance. Submittals will be logged and copies will be retained in the project files.

3.1 SUBMITTAL SCHEDULE ( REGISTER )


The SAMA ARDTH BAGHDAD C0. will submit and maintain a submittal schedule. The
COR will review and after consulting TFE will approve the submittal schedule/Register. The
schedule will be initially submitted within 14 days after the award of the contract and then weekly
with the monthly baseline schedule updates. The COR shall work with the SAMA ARDTH
BAGHDAD to prioritize and sequence submittals so that the most critical submittals are received
and processed first. The submittal schedule will become the baseline against which receipt of all
required submittals will be compared. The approved submittal schedule will be forwarded to the
Engineer of Record for resource availability planning.

3.2 PROCESS, REVIEW AND ACCEPTANCE


Submittals will be managed as follows:

1. SAMA ARDTH BAGHDAD Co. will number and certify the completeness of all submittals
before submitting to the COR;
2. SAMA ARDTH BAGHDAD Co. must also complete submittal transmittal forms and submit the
required Hard copies and one electronic copy of all required submittals to the COR’s document
manager (the submittal transmittal form E4025 will always accompany each submittal package
to and from the SAMA ARDTH BAGHDAD , to the COR and a copy to the Engineer of Record);
3. Upon receiving the submittal, the COR will log the submittal and provide a review to ascertain
whether the package is complete. If the submittal is incomplete the submittal will be returned to
the SAMA ARDTH BAGHDAD .
4. The original submittal transmittal and all copied attachments will be logged into the document
tracking system. The COR will then forward submittals to the appropriate reviewers (USACE-
TFE).
5. If the COR provides a submittal to the Engineer of Record for review, they will review it for
general conformance with contract design documents, will coordinate concurrent discipline
reviews within the design team, will coordinate concurrent reviews by 3- owner and other entities, and
consolidate responses into a single coordinated action.
6. After reviewing the submittal, the Engineer of Record (or other designated reviewer) makes the

Page 13 of 31
appropriate notations and action taken on the submitted documents and returns the submittal to the COR.
7. The COR will return a minimum of one copy of the submittal to the contractor with an original stamp
of the action required.
8. The six actions that may be taken for each submittal are:
A. Approved as Submitted– Submittal meets contract requirements. No additional copies will be required
of the contractor.
B. Approved except as Noted – Submittal meets contract requirements with minor corrections noted. Re-
submittal is not required. Contractor must incorporate the required corrections into the work in the field.
No additional copies will be required of the contractor.
C. Approved except as Noted – Submittal meets contract requirements with minor corrections noted. Re-
submittal is required. Contractor must incorporate the required corrections into the work in the field.
additional copies will be required from the contractor.
D. Will be returned by separate corresponding – Submittal has some selected areas that do not meet
requirements. These areas can be revised to meet requirements, and the entire submittal must be re-
submitted for review and approval. No work will begin in the field until the revised submittal has been
approved.
E. Disapproved / Rejected – Submittal is inadequate and does not meet contract requirements. Revise the
complete submittal and resubmit for approval. No work will begin in the field until the revised submittal
has been approved.
9. When a submittal is to be revised and resubmitted, SAMA ARDTH BAGHDAD Co. will revise the
submittal and indicate this revision by incrementing the revision number. The contractor’s submittal
process will then be repeated.

SAMA ARDTH BAGHDAD CO. is responsible for tracking the submittal package during the entire
review process and advising all concerned of any schedule impacts to ensure that the review process
timeframe is adhered to. The SAMA ARDTH BAGHDAD CO. will retain copies of all submittal
documents and revisions and ensure that an accurate file is available for ready retrieval during the life of
the project. SAMA ARDTH BAGHDAD CO. will maintain all submittal files. These files will be filed
by numeric sequence. Each submittal file will contain a complete submittal copy of the submittal before
and after the review process.
3.3 STORAGE
SAMA ARDTH BAGHDAD CO. will maintain all submittal files via a combination of a secure
document filing and storage system, and a computerized document tracking system.

Page 14 of 31
SECTION 4

PERFORMANCE MONITORING REQUIREMENTS

The performance monitoring requirements applicable to the Construction of Laundry Facility


consist of the High Performance Standards (HPS) and the Pollution Prevention Plan (PPP)
requirements. The Contract Technical Specifications impose these requirements upon the SOW
and require specific plans for contractor compliance and related work-area monitoring. The CM
will perform QA oversight of construction compliance and related work-area monitoringpursuant
to the submitted plans.

4.1 QUALITY OF PERFORMANCE


Construction activities will be performed in accordance with the relevant portions that
address the QoP established by Technical Specifications listed in SECTION 01 80 00, espicaily
Design Codes and UFC Regulations for of the Construction of Laundry Facility. Those standards
address air quality, odor, noise, lighting, and navigation.

Construction of Laundry Facility includes a QoP Field Material Sampling and Inspection
and Testing Plan (ITP), which details the QoP compliance monitoring activities that will be
undertaken during the CM to assess and verify achievement of the applicable QoP for the
Construction phases.

During construction of the Laundry facility, SAMA ARDTH BAGHDAD Co. will comply
with the performance and monitoring requirements established by the following Technical
Specification Sections:

1. - Work Restrictions
2. - Dust, Soil Erosion, Control
3. - from Facility Site Work Construction
4. - Noise from Facility Site Work Construction

Which includes contractor work plans for meeting these requirements. the QoP, and the
referenced specifications for more detail on these requirements, the underlying standards, and the
monitoring activities that will be performed to verify compliance.

P a g e 15 | 31
4.2 POLLUTION PREVENTION
During construction of the facility site work, SAMA ARDTH BAGHDAD Co. will comply
with the pollution prevention performance and monitoring requirements established by the
technical specifications. These requirements are summarized below.

4.2.1 Pollution Prevention and Dust Control


SAMA ARDTH BAGHDAD Co. will comply with the performance and monitoring
requirements established by Technical Specification listed in SECTION 01 80 00 – Dust, in
accordance with Specifications listed in SECTION 01 80 00. Please refer to the referenced
Specifications for more detail on these requirements and the underlying standards.

4.3 REPORTING
QoP monitoring data obtained by the CM during the construction of the facility work will be
included in the daily progress report under the CD. Any exceedance will be reported to COR as
described in the sec #1.

P a g e 16 | 31
SECTION 5

INSPECTION AND VERIFICATION ACTIVITIES

The SAMA ARDTH BAGHDAD Co. QC control, verification, and acceptance testing plans
set out the QC inspections and testing for implementation of each technical specification applicable
to the SAMA ARDTH BAGHDAD Co.’s scope of work. The plans will cover the type, test
standard, frequency, control requirements, and assigned responsibility for inspections and tests.
The CM will review and approve these plans as part of the SAMA ARDTH BAGHDAD Co.
QA/QC PLAN submittals. After being approved by the COR the SAMA ARDTH BAGHDAD Co.
QA/QC PLAN are available upon request.

Ongoing QA monitoring and oversight of SAMA ARDTH BAGHDAD Co. QC inspections


and testing will be performed by the CM. In this manner, the inspections and tests required to
measure compliance with the relevant portions of the project 11 Phases, Final Design Report for
Contract is established and carried out.

5.1 GENERAL CONSTRUCTION INSPECTION AND VERIFICATION


REQUIREMENTS
SAMA ARDTH BAGHDAD Co. shall perform the inspections and tests as prescribed in the
technical specifications for Contract TECHNICAL REQUIREMENTS SECTION 01 80 00.12 10.

QA inspection and testing will be used to verify the adequacy and effectiveness of the SAMA
ARDTH BAGHDAD Co. QC program. The QA inspection and testing frequency will be at the
discretion of the QCM based on results of QC tests, evaluation of daily reports, audits of the QC
program and verification testing conducted by the CM and owner’s third party testing firm. Should
information become available that indicates a potential problem, the QCM will review in detail all
pertinent information and order additional verification testing if necessary.

SAMA ARDTH BAGHDAD Co. QCM control, verification, and acceptance testing plans set
out the SAMA ARDTH BAGHDAD Co.’ specific QC testing and inspection pursuant to
Specification SECTION 01 80 00.12 10 and the relevant design specification. Table 5.1
summarizes the content of such an inspection and testing plan applicable to work site. Appendices
A, B, and C provide supporting detail for Table 5.1. QA oversight of the SAMA ARDTH
BAGHDAD Co.’s QC is also indicated on Table
5.1. Further discussion follows the example. [Note: the example below and Appendices A, B, C
are for illustration only and are not intended to replace or modify contract specifications that will
form the basis of actual QA/QC PLAN submittals by SAMA ARDTH BAGHDAD Co.]

P a g e 17 | 31
Example: Inspection and Testing Plan

Materials qualification testing will be done prior to construction to verify that the
materials comply with requirements of the specifications. The SAMA ARDTH
BAGHDAD Co. will obtain representative samples of the materials designated as the
proposed source of the materials. Test samples will be sent by the SAMA ARDTH
BAGHDAD Co. to the Testing Laboratory. The Testing Laboratory will report all test
results for determination of material meeting the acceptance criteria. For soils, sampling
and analysis will be performed by the SAMA ARDTH BAGHDAD Co. on the onsite
borrow material source.

The QCM or designee will periodically inspect material being used. If determined that
the characteristics of the material being used differ from the material initially tested,
the QCM designees will direct the SAMA ARDTH BAGHDAD Co. to repeat the
qualification testing. If the new material qualification test results meet the criteria of
the technical specification as determined by the Engineer of Record, the new materials
may be used for the work; otherwise, previously approved materials must be used or
other acceptable materials must be sampled and tested as noted above prior to
incorporating into the work. Inspection and testing is summarized in Table 5.1

Table 5-1 – Typical Control, Verification and Acceptance Testing Plan


Specifications Quality Control Responsibility
Control
Spec. ZAHRRAT requirements
Item Item description Test type Test standard CM (QA)
ref. BAL
AD Co.
(QC)
ASTM A328 with
minimum
Support excavation Stress Grade, thickness of 3/8” Manufacture’s Verification Permissible
02201, ref. by Eng. Of deviation by
1 Wood sheeting & Fiber stress of OHSA Subpart P, certification
2.01 record Engineer of
Bracing 1,200 PSI excavation data report.
approval Record only.
section
1926.652©
Each approved
source, Density,
gradation and Permissible
ASTM D2487, ZAHRRATBA 7% - 10%
02201, ref moisture density deviation by
2 General fill material D698, D1556 & LA verification
2.01-C relationship per D2922 Engineer of
D Co.’s test
1000 cubic yard, Record only.
testing
stockpile or in-
laboratory
place source.
Backfilling ZAHRRATBA 7% - 10%
02201, ref. ASTM D698,
3 Compaction & Moisture LA verification N/A
3.08 Method D
Density Control D Co.’s test
testing
laboratory

Page 18 of 31
Specifications Quality Control Responsibility
Control
Spec. ZAHRRAT requirements
Item Item description Test type Test standard BAL CM (QA)
ref.
AD Co.
(QC)
95% of Max dry
density for
02201, ref. Backfilling structure, Method of ASTM ZAHRRATBA 7% - 10%
3.08-2-b ; driveways, roods D 1556 or ASTM
a LA verification N/A
02203, ref. Compaction & and sidewalk.
Density Control D2922 D Co.’s test
3.01
90% for other testing
areas. laboratory
ZAHRRATBA 7% - 10%
02204, ref. Trenching, 95% of Max dry
b backfilling & ASTM D698 LA verification N/A
3.02 density D Co.’s
compacting test
testing
laboratory
Satisfactory
02205, ref. material with ZAHRRATBA 7% - 10%
Select fill/ Non-
4 1.03 & plasticity index ASTM D 4318 LA verification N/A
expansive soils
1.04-6 equal to or less D Co.’s test
than 12 testing
laboratory
Spec. Select fill/Coarse 1 per stockpile ZAHRRATBA 7% - 10%
ASTM D 422 or LA
5 02205, ref. aggregate (Grain- and source verification N/A
C136, size No. 6 D Co.’s
2.01 B size Distribution) change test
testing
laboratory
ASTM C136; C33
Spec. Select fill/ Fine 1 per stockpile and as required ZAHRRATBA 7% - 10%
6 02205, ref. Aggregate (Grain- and source by NYSDOT LA verification N/A
2.01 B Size Distribution) change Spec. 703.02, D Co.’s test
size no. 56 or 67 testing
laboratory
Provide Mix
Asphalt concrete design for all
02207, ref. Restoration of NYSDOT
Binder plant mix material to be verification
7 1.02 & surfaces/ Asphalt Maintenance N/A
2” compacted incorporated plant report
3.01 temporary paving 15.403.2001
thick in the
restoration
Provide Mix
Asphalt concrete design for all
02207, ref. Restoration of NYSDOT
Binder plant mix material to be verification
a 1.02 & surfaces/ Asphalt Standard N/A
4” compacted incorporated plant report
3.01 permanent paving Specifications
thick in the
restoration
24-hour test, no Results of all Refer to the
visible sign of leakage tests All tests table in section
Tests of all leakage on the shall submit
02211, ref. shall be 3.03- D for
8 hydraulic structures exterior surface ASTM C-828 to CM within
3.01 witnessed allowable
non-pressure piping and when the 2 working
by the CM leakage for non-
water surface days of test pressure piping.
does not drop completion.
Results of all
leakage tests
Pressure test All tests
shall submit
02211, ref. Tests on pressure 150 PSSI for shall be
a ASTM C-828 to CM within N/A
3.02-B piping period of 2 witnessed
2 working
hours. by the CM
days of test
completion.

Page 19 of 31
Specifications Quality Control Responsibility
Control
Spec. ZAHRRAT requirements
Item Item description Test type Test standard BAL CM (QA)
ref.
AD Co.
(QC)
Results of all
Refer to the
leakage tests table in section
Rate of leakage All tests
shall submit
02211, ref. Leakage test for has stabilized for shall be 3.02- 4, 5 & 6
b ASTM C-828 to CM within
3.02-C pressure piping 3 consecutive 15 witnessed for allowable
2 working
minutes intervals by the CM leakage for non-
days of test
pressure piping.
completion.
Results of all
Leakage does leakage tests
All tests Any leaks
Manhole & catch not exceed one shall submit
02211, ref. shall be detected shall
c Basin leakage gallon per ASTM C-828 to CM within
3.04 witnessed be permanently
testing vertical foot of 2 working by the CM stopped.
depth 24 hours. days of test
completion.

5.1.1 Inspections
The SAMA ARDTH BAGHDAD Co. shall establish a program for inspection of activities
affecting quality and shall cover all construction site and laboratory operations, including both
onsite and offsite operations. Inspections shall be performed to verify compliance with documented
instructions, drawings, procedures, and specifications as required by the contract. All inspections
shall be documented by the SAMA ARDTH BAGHDAD Co. as required by Specification Section
01 80
00.12 10.

A four-phase inspection program shall be followed for each definable feature of the work.
The four phases of inspection are:

1. Preparatory Inspection

The SAMA ARDTH BAGHDAD Co. and the CM perform preparatory inspections prior to
beginning any work on any definable feature of the work.

• Ensure that preparatory inspections include a review of contract requirements.


• Ensure that all materials and /or equipment have been tested, submitted, and approved.
• Ensure that provisions have been made to provide required testing.
• Examine work area to ascertain that all preliminary work has been completed.
• Examine materials, equipment, and samples to ensure that they conform to approved
shop drawings or submittal data, that all materials and/or equipment are on hand, and
that all monitoring and measuring equipment is properly calibrated and in proper
working condition.
• Record preparatory inspections in the SAMA ARDTH
Page 20 of 31
BAGHDAD Co.’s QC documentation as required by Specification
Section 01 80 00.12 10.
2. Initial Inspection

The SAMA ARDTH BAGHDAD Co. and the CM perform an initial inspection as soon as a
representative portion of the particular feature of work has been accomplished.

• Examine the quality of workmanship.


• Review control testing for compliance with contract requirements.
• Review dimensional aspects of the work.
• Record initial inspections in the SAMA ARDTH BAGHDAD Co.’s QC
documentation as required by Specification Section 01 80 00.12 10.
3. Follow-Up Inspection

The SAMA ARDTH BAGHDAD Co. and the CM perform follow-up inspections daily.

• Ensure continuing compliance with Contract requirements.


• Ensure continuing compliance with control testing until completion ofparticular
feature of work.
• SAMA ARDTH BAGHDAD Co. CQM records follow-up inspection in daily QC reports.
• The CM inspection staff records follow-up inspections in their daily inspectionreport.
• Conduct final follow-up inspections and correct test deficiencies prior to theaddition
of new features of work.

4. Completion Inspection

The SAMA ARDTH BAGHDAD Co. and CM perform a completion inspection of the work.

• Develop a “punch list” of items that do not conform to the approved plans and
specifications.
• Include the punch list in the construction QC documentation. As required by
Specification Section 01 80 00.12 10, include the estimated date by which the
deficiencies will be corrected.
• Perform a second completion inspection after punch list items have been completed
and the CM has been notified by the SAMA ARDTH BAGHDAD Co.

The daily inspection reports shall identify inspections conducted, results of inspections,
location and nature of defects found, causes for rejection, and remedial or corrective action taken
or proposed.

Additional QA inspections may include inspection of third-party lab testing facilities,


fabrication facilities, and suppliers. Other inspections outside of the four-phase program described
Page 21 of 31
above will be ordered or performed by the CM to verify compliance with building code and
standards of New York State. These inspections shall be performed and conducted at various points
of construction that would typically require code compliance inspections.

When deficiencies are discovered during the four-phase or other inspection processes, focused
inspection shall be considered by the QCM. When material, performed work, or installation is
found on the basis of focused inspections to be deficient and/or does not meet the project
specifications, the QCM will assure deficiency correction is implemented, as discussed in Section
6.

5.1.2 QC Testing
As required by the contract specifications, the SAMA ARDTH BAGHDAD Co. shall establish
a test program to ensure that all required testing is properly identified, planned, documented and
performed under controlled and suitable environmental conditions, including cleanliness. Testing
shall be performed in accordance with written test procedures in the QA/QC PLAN. Such test
procedures shall incorporate or reference the requirements as contained in the contract technical
specifications, codes, and industry standards. Per the QA/QC PLAN, the SAMA ARDTH
BAGHDAD Co. shall submit the test procedures to the QCM for review and acceptance prior to
their implementation.

The SAMA ARDTH BAGHDAD Co. shall be responsible for establishing a system of daily
test reports that will record all QC test results. Test results from each day’s work period shall be
submitted to the QCM prior to the start of the next day’s work period. When required by the
technical specifications, the SAMA ARDTH BAGHDAD Co. shall maintain statistical QC charts.
The SAMA ARDTH BAGHDAD Co.’s responsible technician and the QCM shall sign the daily
test reports. QCM will review test results on a daily basis and identify any non-conforming test
results for discussion with the SAMA ARDTH BAGHDAD Co. regarding potential corrective
action.

5.1.3 QA Testing
The QCM will be responsible for the QA materials sampling and testing program. QA testing is
provided for the verification of the adequacy and effectiveness of the SAMA ARDTH BAGHDAD
Co.’s QC testing. QA testing is performed by the QCM and is independent of and in addition to QC
testing performed by SAMA ARDTH BAGHDAD Co.s. QA testing may be performed on a pre-
established schedule or as directed by the QCM.

QA testing will be performed by or under supervision of the QA staff to validate the SAMA
ARDTH BAGHDAD Co.’s QC sampling and testing. Such testing may be performed by third party
testing services. The typical test frequency will be one (1) QA test for every ten (10) to fifteen (15) of
the construction SAMA ARDTH BAGHDAD Co.’s QC tests. More frequent testing during initial startup
may be necessary to verify the process is under control and complies with the technical specifications
of the construction contracts. In lieu of performing independent tests the QCM may choose to witness
QC testing or conduct tests on split samples from QC testing. When QA and QC test results do not
Page 22 of 31
compare or have wide variances, additional testing may be needed to validate the results. Additional tests
to be performed by Field Inspectors or the third party testing services will be at the direction of the
QCM. The need for QA testing shall be based on the following considerations:
• Importance of the item as to its reliability, etc;
• Need to perform quality checks for fabrication sequences not available for inspectionat
completion; and
• Deficiencies are discovered.

QA testing shall be performed in accordance with the following:

• The QCM shall develop a weekly quality test and inspection schedule usingthe
construction activity forecast as a guide. The schedule shall:
− Identify the QA test activities.
− Identify the hold points
• The weekly quality test schedule shall be distributed to the CM and CM fieldstaff.
• The SAMA ARDTH BAGHDAD Co. shall be provided a one-day
advance notice of impending hold points.

Field Inspectors conducting the quality tests and inspections shall complete the Daily
Construction Report included in Appendix D. The Daily Construction Report shall be distributed
to the QCM, FE, CM Site Manager, GE managers, SAMA ARDTH BAGHDAD Co. PM and/or
QC Systems Manager. The QCM will review QA tests and maintain files for all field QA
documentation,

5.2 CONSTRUCTION ACCEPTANCE CRITERIA


Construction acceptance criteria for materials qualifications, inspection, and testing are
established by technical specifications as illustrated in the example QC tables included in
Appendices A (materials qualifications), B (inspection), and C (testing). Criteria for materials and
equipment have been set by the Engineer of Record in accordance with the applicable codes and
standards, and by manufacturers’ recommendations. SAMA ARDTH BAGHDAD Co. submittals
are to document conformance with acceptance criteria as detailed in their QA/QC PLAN (control,
verification, and acceptance testing plan).

5.3 CONSTRUCTION AUDITS


The SAMA ARDTH BAGHDAD Co. shall establish and document an auditing system to
verify their (or their sub SAMA ARDTH BAGHDAD Co.’s) implementation of and conformance
to the QA/QC PLAN and contract technical specification requirements. The auditing system shall
be used to make a determination regarding the effectiveness of the QC system.

The SAMA ARDTH BAGHDAD Co.’s auditing shall be planned, performed and documented
in accordance with written instructions, procedures or checks to be included in the QA/QC PLAN.
Page 23 of 31
The audit scope, frequency and methods shall be defined in the QA/QC PLAN. Audits shall be
performed by qualified and properly trained personnel who are familiar with the QC system,
auditing procedures and techniques. Selection of auditors and the conduct of audits shall ensure
the objectivity and impartiality of the audit process. Auditors shall not audit their own work. The
auditing system shall cover all the quality-affecting activities for construction, as well as
laboratories and shall be applicable to the onsite and offsite locations, including all sub-
contractors. The results of the audits shall be documented and reported to the CM. All non-
conformance conditions identified during the audit shall be re-audited to verify the corrective
actions taken by the appropriate organization were effective.

5.4 COMPLIANCE WITH HANDLING, STORAGE, PACKAGING,


PRESERVATION, AND DELIVERY REQUIREMENTS
CM field staff will inspect the construction SAMA ARDTH BAGHDAD Co.’s activities to
ensure technical compliance in identification, handling, storage, packaging, preservation, and
delivery of materials, parts, assemblies, and end products. Related quality records and documents
will be maintained and controlled in accordance with the procedures provided in Section 7 of this
QCP.

5.5 MATERIAL IDENTIFICATION AND TRACEABILITY


CM field staff will monitor the construction SAMA ARDTH BAGHDAD Co. to ensure that
identification and traceability requirements are met. Products and materials shall be traced from
receipt through all project stages to installation. Documentation such as project control checklists,
material receipts, material tracking forms, procedures, sample and test documentation, and reports
will ensure that the applicable material item traceability is maintained. Project specifications and/or
procedures define product identification and traceability requirements, which generally include the
following:

• Materials or equipment intended for use in construction are identified and segregated
until inspection confirms that they conform to technical and quality requirements, and
• Materials are traceable to documents attesting to their conformance with technical
requirements that are stated in specifications or drawings. Testing of materials will also
be conducted as necessary to verify conformance with material specifications.

Page 24 of 31
SECTION 6

CONSTRUCTION DEFICIENCIES

This section provides procedures for tracking construction deficiencies (noncompliance) from
identification through acceptable corrective action. It defines the controls and related
responsibilities and authorities for dealing with noncompliant products or services.

6.1 DEFICIENCY IDENTIFICATION


Deficiency occurs when a material, performed work, or installation does not meet the plans
and/or specifications for the project.

6.2 SAMA ARDTH BAGHDAD CO. QC DEFICIENCY IDENTIFICATION AND CONTROL


When material, performed work, or installation is found deficient, the QA/QC (or designee)
shall ensure that the non-conforming material, work, or installation is identified and controlled to
prevent unintended use or delivery. The CM (also Superintendent) will notify the SAMA ARDTH
BAGHDAD co. of any noncompliance with any of the foregoing requirements. The SAMA
ARDTH BAGHDAD co. shall, after receipt of such notice, immediately take corrective action.

Minor deficiencies noted during test or inspection are verbally reported to the SAMA ARDTH
BAGHDAD’s co. representative and noted on the Daily Construction Report. Minor deficiencies are
items that do not require significant rework or repair work to correct, and will not result in significant
deviations from required quality standard if correctedimmediately.

Control and disposition of such deficiencies shall be by the originator of the Daily Construction
Report and the SAMA ARDTH BAGHDAD’s supervisor responsible for the work and do not require
formal action by the SAMA ARDTH BAGHDAD’s QC System Manager or the CM. Ideally, such
minor deficiencies can be corrected on the spot by agreement with the SAMA ARDTH BAGHDAD’s
supervisor.

Non-conformances are major deviations from the contract requirement and/or accepted standard of
quality, which must be formally documented for corrective action by CM field staff or the third party
testing group. Failure by a SAMA ARDTH BAGHDAD co. to correct a minor deficiency after having
been put on notice will also result in a non-conformance if it is not corrected within 5 days of
notification. Non- conformances shall be formally documented on the example NCR form shown in
Appendix D. A log shall be maintained for all NCRs in accordance with the example form shown in
Appendix D. The NCR shall be distributed to the SAMA ARDTH BAGHDAD co. QCM, GE, CM,
and SM.

The QA/QC shall follow up on the NCR as required to verify that corrective action has been
completed. The CM or a designated FE shallverifyand accept the correctedwork by actualinspection.

Page 25 of 31
6.3 NON-CONFORMANCE REPORT (NCR)
The NCR is a formal notification to the SAMA ARDTH BAGHDAD co. that work does not
meet the plans or the specifications for the project. Any item of work found to be deficient - out of
conformance with the construction drawings and/or specifications - will be identified by the
inspector on the non- conformance report as described in this section. Non-conformance reports
will be included on the non-conformance log and tracked through verification that the non-
conformance has been corrected.

6.4 SAMA ARDTH BAGHDAD CO. QC DEFICIENCY CORRECTION


When material, performed work or installation is found to be deficient and/or does not meet
the project specifications, the QA/QC will assure deficiency correction is implemented. The
QA/QC designee shall ensure that the non-conforming material, work or installation is identified
and controlled to prevent unintended use or delivery. The non-conforming material or item shall
be tagged and segregated by the construction SAMA ARDTH BAGHDAD co, when practical,
from conforming material or items to preclude their inadvertent use. If segregation is impractical
or impossible because of the physical characteristics of the item or other reasons, the non-
conformance tag shall be displayed prominently to preclude inadvertent use. The QA/QC is
responsible for documenting the non-conformance in a NCR as specified in Section 01 80 00.12
10.

The construction SAMA ARDTH BAGHDAD co. will implement corrective actions to
remedy work that is not in accordance with the drawings and specifications. The corrective actions
will include removal and replacement of deficient work using methods approved by the CM.
Removal must be done in a manner that does not disturb work that meets QC/QA criteria;
otherwise, the disturbed material must also be removed and replaced. Replacement must be done
in accordance with the corresponding technical specifications. Replacement will be subjected to
the same scope of QC/QA inspection and testing as the original work. If the replacement work is
not in accordance with the drawings and specifications, the replacement work will be removed,
replaced, re- inspected, and re-tested.
6.5 PREVENTIVE ACTIONS
Preventive actions are taken to eliminate the cause of a potential non-conformity. For example, defects
that appear on the surface of concrete during construction or within a relatively short time after completion
are usually caused by poor quality materials, improper mix design, lack of proper placing and curing
procedures, or poor workmanship. The SAMA ARDTH BAGHDAD co. and QC/QA team shall take
preventive actions as necessary to eliminate the causes of potential deficiencies so as to prevent their
occurrence. SAMA ARDTH BAGHDAD’s co. QCP is to include quality improvement practices to
continually improve construction practices and address quality problems at their source. The CM and
QA/QC are to monitor, inspect, and audit processes used to prevent erroneous information or construction
products from being passed to the owner. The CM and QA/QC have the authority to implement, verify and
review the project’s preventive and corrective action effectiveness. They are empowered to improve the
project’s work processes to eliminate the causes of potential non-conformities.

Page 26 of 31
SECTION 7

DOCUMENTATION

The Technical Specification SECTION 01 80 00.12 10 includes documentation and reporting


requirements. Contractor’s QC documentation must cover all aspects of QC program activities,
and includes Daily Inspection Reports and Daily Test Reports. After QCP approval by the COR,
the contractors will document the QC activities pursuant to the QCP. Ongoing QA oversight will
be documented by the QCM (Project Quality Control Manager).

Beyond the data reporting required in Section 4.3 of this document, SAMA ARDTH
BAGHDAD Co. proposes that the results of QC/QA procedures conducted to confirm that
construction activities meet applicable design criteria, plans and specifications for the Facility
construction will not be included on a routine basis in the Weekly progress reports under the CD.

7.1 DAILY RECORD KEEPING


Project documents will be managed through a combination of a secure document filing and
storage system and a computerized document tracking system.

Sufficient records shall be prepared and maintained as work is performed to furnish


documentary evidence of the quality of construction and laboratory analysis and of activities
affecting quality. Each contractor QC technician shall maintain a daily log of all inspections
performed for both contractor and subcontractor operations on a form acceptable to the QCM.

The Daily Inspection and Daily Test reports shall be signed by the responsible QC technician
and the QCM. The GM shall be provided at least one copy of each daily inspection and test report
on the work day following the day ofrecord.

7.2 DAILY CONSTRUCTION REPORT


A daily construction report will be prepared and signed by each Project Manager and
Company Manager. The report will include a summary of the contractor’s daily construction
activities. Supporting inspection data sheets will be attached to the daily report where needed.
Example forms are provided in Appendix D.

At a minimum, the daily construction report will include the following information:

• Date, project name, location, and other identification


• Description of weather conditions, including temperature, cloud cover, andprecipitation
• Reports on any meetings held and their results
• Record of visitors to site

Page 27 of 31
• Locations of construction underway during that day
• Equipment and personnel working in each activity, including subcontractors
• Descriptions of work being inspected
• Decisions made regarding approval of units of material or of work, andcorrective
actions to be taken
• Description of problems or delays and resolution
• Communications with contractor staff
• Construction activities completed and/or in progress
• Progress photos, where applicable
• Signature of the report preparer

As described in Section 7.6, the daily construction reports will be routed on a daily basis to
the project QC/QA files and will be maintained as part of the permanent project record. These
reports are reviewed by the GM and QCM, and also distributed to the QA/QC and COR

7.3 INSPECTION AND TESTING REPORT FORMS


Report forms will be completed for inspections and tests conducted. The forms vary depending
on inspection or test type. Representative forms for several types of inspection and testing reports
are included in Appendix D. These forms include:

• Description or title of the inspection activity


• Location of the inspection activity or location from which the sample wasobtained
• Recorded observation or test data
• Results of the inspection activity
• Personnel involved in the inspection activity
• Signature of the inspector

7.4 RECORD DRAWINGS


Contractors will submit draft record drawings to the TFE for review and prepare final record
drawings based on TFE comments. The draft record drawings shall be submitted on one set of CD-
ROM disks. Record drawings submitted on CD-ROM shall be the latest version of AutoCAD by
AutoDesk, Inc.

7.4.1 Responsibilities
The Design Engineers 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

Page 28 of 31
drawings will be used to update the design drawings to as-built status at the completion of the
work.

7.4.2 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.

7.4.3 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 COR for review. The GM will provide the mark-ups to the Engineer of
Record who will incorporate the mark-ups and issue the final as-built drawings to USACE-TFE.

7.5 CONTROL OF QUALITY RECORDS


The QA/QC verifies QA record accuracy and maintains copies of all quality-related
documentation. This includes, but may not be limited to:

• Daily construction QA logs and records;


• Inspection checklists and reports;
• Surveillance reports;
• Non-conformance reports;
• Material receiving reports; and
• Monitoring and test data.

These records will be stored in files maintained in the project document control files. All
original documents pertaining to project information will be maintained in the project file located
at the project office in Baghdad, Iraq.

The QCM and GM have primary responsibility for the centralized document control files for
the project and construction documentation. Pursuant to the contract specifications, the contractor
provides an electronic or paper copy (suitable for scanning) of QC documentation associated with
the work to document control within three business days of the generation of such documents; and
one electronic copy of all required submittals to GM’s document manager. All contractors shall
maintain a fire-resistant storage facility at the processing facility site. The facility shall contain all
inspection reports, test records, contract documents, project, and daily field reports.
All records shall be available for inspection and audit, at any time, by the USACE-COR.

Page 29 of 31
SECTION 8

FIELD CHANGES

Field changes for QC/QA will be limited to QAP and QCP changes. Changes to construction
processes or design plans and specifications are governed by the USACE regulations and design
Changes/Variations order procedures.

9.1 QAP CHANGES


SAMA ARDTH BAGHDAD Co., the CM, SM, or CQAO may initiate revisions to this CQAP.
The CQAP may be revised when it becomes apparent that the CQAP procedures or controls are
inadequate to support work being produced in conformance with the specified quality requirements
or are deemed to be more excessive than required to support work being produced in conformance
with the specified quality requirements. Changes to QA procedures necessitating modification to
this CQAP will be initiated by the CQAO for CM and GE approval. EPA review and approval will
then be accomplished as described in Section 8, EPA Approvals. Updates to CQAP staffing will
be made by GE notification to EPA as described in Section 2.3 without submission of a fully
revised CQAP.

9.2 QCP CHANGES


The contractor’s QCP required by Technical Specification SECTION 01 80 00.12 10 may
require revisions as necessary to correct unsatisfactory performance. At any time after approval by
the USACE-KO, and the USACE-COR may require the contractor to make changes to the QCP,
including personnel changes, as necessary to obtain the quality specified. Moreover, the contractor
may initiate QCP changes to correct QC process problems, and is required to notify the COR in
writing of any desired changes; all changes/ Revisions are subject to USACE- CORacceptance.

Page 30 of 31
SECTION 9

FINAL REPORTING

The following quality related documents will be generated during the construction of the
Laundry Facility and will be submitted to USG-USACE Representative Work Completion
Report:

• record (as-built) drawings;


• operation and maintenance manuals; and
• results of the Start-up and Testing Plan and the Commissioning Plan implemented for
each major piece of equipment or system before system turnover, in accordance with
Technical Specification SECTION 01 80 00.12 10.

Page 31 of 31
SAFETY PLAN

BACKGROUND
SAMA ARDTH BAGHDAD Company is committed in achieving high levels of Occupational Safety and
Health (OSH) Control and has established Safety Management System. This plan consists of all the
elements required under the contract and under the Department. In Order the Construction
Industry to create a suitable safety plan for this project Safety Plan shall cover all the locations and
office of this project. It shall apply to departments, sections and individuals as well as to the
management level. It should provide with details, objectives, and targets and identifying what will
be done, who will do it, when will it be done, and what follow-up system be used to ensure the
plan’s implementation.
For the Safety Management System to become effective and to be implemented on site requires
involvement and commitment from all divisions and personnel in the project. SAMA ARDTH
BAGHDAD Company recognizes the importance of establishing effective communication
procedures on Department, it encourages proposals from all divisions on how to maintain and
improve standard of OSH.

1. PURPOSE AND SCOPE:

B. PURPOSE OF SAFETY PLAN:

This Safety Manual promulgates Safety Precautions to all activities of SAMA ARDTH BAGHDAD
COMPANY in accordance with the responsibilities assigned to all Area Managers, Project Managers,
Construction Managers and or Supervisors by the Safety Management Team

C. SCOPE:

1. The Safety Precautions contained in this Manual are applicable to all Personnel and Workers.
2. Lack of documented hazards and or pertinent safety precautions should not be construed as
an indication of their non-existence or unimportance. Hence, the continuous cooperation
and vigilance of all personnel and workers are needed to see to it that operating procedures
and work methods do not unnecessarily expose personnel to injury or loss or damage to
property.
3. Where Safety precautions are considered to be necessary, but have not been provided, or
where existing precautions are judged to be inadequate, the Safety Manager shall issue new
or supplementary precautions in the manner and degree deemed necessary for the
protection of personnel and property.
4. Safety Precautions shall be posted in a conspicuous place or near any equipment, component
or material, which presents hazards to the safety of the personnel and or workers.
5. Composition of the Contractor's Construction Safety and Health Committee.

P a g e 1 | 12
SAFETY PLAN

2. CONSTRUCTION SAFETY AND HEALTH COMMITTEE:

1. Organize “Health and Safety Committee” who will be the planning and policy- making group
in all matters pertaining to safety and health.
2. The chairman shall be the Project Manager or his authorized representative.
3. The members are all Supervisors, all foremen and Company First Aider.
4. The Safety Engineer/Officer will act as the secretary of the committee.
5. Their duties and responsibilities are:
6. Conducts safety meetings at least once a month / Toolbox Safety Meeting Weekly.
7. Initiates and supervises safety training / seminars for employees and others.
8. Plans and develops accident prevention programs.
9. Develops and maintains a disaster contingency plan and organizes such emergency service
units as may be necessary to handle situations.
10. Reviews safety reports of inspection, accident investigations and implementation of
program.
11. Specific Safety Policies which the Contractor will undertake to observe and maintain.

3. SAFETY AND HEALTH POLICY STATEMENT:

It is the company policy to protect every workingman against the dangers of injury, sickness or
death through safe and healthful working conditions, thereby assuring the conservation of
valuable manpower resources and the prevention of loss or damage to lives and properties.
Occupational Safety, Health and Environment shall be regarded as a prerequisite in all Company
operations.

To achieve this objective, it is the Company’s policy to develop, implement and continuously
improve the process, which facilitate to control safety in all areas under the company’s
jurisdiction.

We are committed to preventing and reducing workplace incidents, illness and diseases through
seminars \ training and by providing all our employees and subcontractors a working
environment free from hazardous conditions that are causing or are likely to cause illness,
physical harm or death.
It is also a requirement that each employee is made aware of, promotes and implements this
policy and extends the awareness, acceptance and implementation of
the Company’s safety and health regulations to our subcontractors, suppliers, customers and
the communities associated with our business.

4. SAFETY AND HEALTH POLICY STATEMENT(Continued):

1. SAMA ARDTH BAGHDAD COMPANY confirmation and declares that ENVIRONMENTAL,


SAFETY AND HEALTH is the primary consideration in the construction sequences
anticipated.

P a g e 2 | 12
SAFETY PLAN
2. SAMA ARDTH BAGHDAD COMPANY shall employ qualified Safety Officer in both and
SUBCONTRACTORS’ site organization. Explanation would be provided for selection of qualified
Safety Officers and safety training proposed to develop additional qualified personnel.
3. SAMA ARDTH BAGHDAD COMPANY shall follow all applicable international construction and
safety standards and codes to include the International Building Code (IBC), International
Plumbing Code (IPC), National Electric Code (NEC), National Fire Prevention Association
(NFPA), British Standard 7671, CCR 415-1 (BSI Sand Book), all applicable Unified Facilities
Criteria (UFCs), and Host Nation Standards. (IS. 3.3.1).
4. SAMA ARDTH BAGHDAD COMPANY shall provide the United States Government (USG) a
project safety plan for acceptance and approval which shall provide safe working conditions
at the site and shall employ safety measures. Site shall be protected by barriers and/or
warning tape around construction area if needed. The construction area and all hazard areas
created by construction shall be marked with reflective tape along any vehicular or
pedestrian traffic area to aid in nighttime visual recognition of the construction hazards.
(1.7.13).
5. SAMA ARDTH BAGHDAD COMPANY shall maintain site accessibility to ensure that fire
prevention and medical vehicles have access to the site. Our Company shall have operational
fire extinguishers on-site at all times during construction. The USG will not be held
responsible for accidents and/or deaths of the Contractor's workers through the Contractor's
actions. (1.7.13).
6. SAMA ARDTH BAGHDAD COMPANY shall have Fencing and warning signs (EM385-1, 30 Nov
2014); Temporary project fencing (or a substitute acceptable to the GDA and delineated in the
APP) shall be provided on all projects located in areas of active use by members of the public,
including those areas in close proximity to family housing areas and/or school facilities. Signs
warning of the presence of construction hazards and requiring unauthorized persons to keep
out of the construction area shall be posted on the fencing. Signs shall be posted every 150ft
(min). Projects that are less than 150ft shall at a minimum have at least one warning sign.
7. The Sub contractor if any shall adhere to the safety policy and all its procedures Shall educate
the labor in safety matters.
8. The Sub contractor if any Shall prepare control and enforcement of a NO SMOKING, NO
DRUGS, NO ALCOHOLIC BEVERAGES policy to all unauthorized personnel.
9. The Sub contractor if any; the labor force shall wear Personal Protective Equipment as
applicable in the project.
10. The Sub contractor if any Shall adhere to standards of housekeeping
11. The Sub contractor if any Shall adhere to standards of temporary Electrical distribution
boards and cabling.
12. The Sub contractor if any Shall adhere to traffic control measures to safeguard local residents
in the vicinity of the jobsite.

P a g e 3 | 12
SAFETY PLAN
13. The Sub contractor if any Shall establish environmental control of the area surrounding the
jobsite to ensure that no activities cause harmful spillage smells or undulate to the area.
14. The Sub contractor if any Shall establish Tool Box Safety Meetings to be held daily.
15. SAMA ARDTH BAGHDAD COMPANY Shall Submit on all Safety Materials and Equipment.
16. SAMA ARDTH BAGHDAD COMPANY Shall Provide all names and experience statements
of all safety personnel.

5. SITE SAFETY POLICY:

Employees shall carry their emirates I.D. at all times while working inside the construction site.
Employees shall be restricted to their jobsite only. Whenever required to leave the workplace they
shall take the shortest and safest route to the nearest road and not wandering through any other
operating area.

Shall be responsible for planning and implementing overall security measures at the jobsite. A safety
and security officer shall be provided to monitor security measures and shall be supported by
appropriate staff and security facilities.

Prior to starting of activities at the jobsite, SAMA ARDTH BAGHDAD COMPANY shall submit for
Owner’s approval a detailed security plan and procedures covering at least the following:
Number of Guard and guard posts to secure the jobsite perimeter and access point
Summary of security risks and appropriate counter measures Control of vehicular and pedestrian
traffic Reporting and investigation of incidents. SAMA ARDTH BAGHDAD COMPANY safety and
security officer shall maintain records such as: Visitor log Vehicle entry \ exit log.

6. HOUSEKEEPING:
1. All areas and walkways shall be kept clean, dry, and free from spilled oil, fuel or
other contaminants.
2. Working area shall be frequently inspected for protruding nails, bolt ends, and other sharp
pointed objects that can cause injury.

3. All protruding nails shall be bent flush to the surface.


4. No tools shall be left scattered on floors, work-stand or other places. Cabinets and boxes shall
be provided for tool storage.
5. All areas shall be kept well lighted with sufficient lighting.

7. Provision of Protective Equipment

PERSONAL PROTECTIVE

EQUIPMENT:
It is the responsibility of every employer to provide, and furnish his workers with all Personal
Protective Equipment (PPE) necessary to protect his employees
1. Personal Protective Equipment shall be furnished as required and their useen forced.
2. Employees shall wear hard sole leather shoes with steel toe when engaged in work, except
when they are wearing other protective footwear applicable to the work being performed.
3. Protective Headgear: All construction areas shall be considered as hard hat areas
P a g e 4 | 12
SAFETY PLAN

and shall be marked by adequate signs at all entry points.


4. Electrical lineman employees shall be provided with lineman’s belt, rubber gloves, insulated
hoods, and hot line tools as necessary, which shall be tested and maintained in safe condition.
5. Electrical arc welding, gas welding, cutting, brazing and operations where protection from
radiant energy shall require goggles, facemasks, shields or helmets suitable to the type of work,
providing protection from all angles with direct exposure and lenses of the appropriate shade.
Street sunglasses are not allowed as substitutes for tinted safety spectacles \ goggles.
6. Safety spectacles \ goggles shall be worn in all fabrication areas, construction areas and other
operations where protection from flying objects, dust and or other harmful substances.
7. Workers in unguarded work places over water, machinery, dangerous operation or more than
7.5 meters above the surface shall be protected by safety nets
8. Protection against the effects of noise exposure shall be provided for all workers whenever the
sound level exceeds 90dB regardless of the duration of exposure.
9. Ear insert devices shall be fitted and determined individually by a competent person. Plain
cotton is not acceptable protective device.
10. Appropriate Hand gloves shall be worn whenever prescribed by its activities. Safety working
gloves shall be the minimum protective equipment in all construction and fabrication areas.

8. ORIENTATION TOPICS:

Note: Daily toolbox meeting at project site.

A. HARDHAT with CHAINSTRAP


1. Do not use as drinking cup or other usage.
2. Do not put or punch any Holes as decorations
3. Do not sew cracked or broken parts
4. Clean you’re Hardhat by washing with soap.
5. Use your Hardhat properly with the chinstrap on hand

B. SAFETY SHOES
1. Clean it regularly
2. Wash it every two weeks
3. If worn out, replace it with new one.
4. Do not use it like a slipper
5. Broken sole

C. RAIN BOOTS
1. Use for concrete operations.
2. Use in excavation where water is below the knee

D. GOGGLES / SPECTACLES withSIDESHIELD


1. Use for chipping off concrete

P a g e 5 | 12
SAFETY PLAN

2. Use against flying particles \ objects or dust


3. When cleaning, do not rub it in your clothes.
4. Clean it regularly with water and soap
5. Welding Goggles shall be acceptable to the work beingperformed.

E. HANDGLOVES

1. Maintain it and always make it clean by washing if bad odor is coming out.
2. Replace it if already worn out.
3. RESPIRATOR
4. Do not uses other is dust mask or respirator, this is unsanitary.

G. EAR PLUG orEARMUFF

1. Use for Jack hammering


2. Use in noisy areas like in Generator set
3. Use by Heavy Equipment Operators
4. Cotton is not acceptable

H. EQUIPMENT

1. Do not ride on all Heavy Equipment. (Crane, Grader, Bulldozer, pay-loader, Backhoeetc)
2. Provide Tag Lines when Crane is lifting the materials Use your PPE when assisting Crane
operation.
3. Do not stay below the boom of the Crane or stay away from the load beinglifted.
4. Do not operate any Equipment if you are not authorized to do.
5. Do not ride on Dump truck or Service truck unless you are inside the cab.
6. Do not jump on Equipment while still moving.
7. Take precaution when crossing at the back of Backhoe Avoid horseplay or practicaljokes.

I. ELECTRICAL

1. Do not work in dark place.


2. Always provide proper illumination in your work area.
3. Stay away from High-tension wire.
4. If you see bare wires, busted or broken bulbs, report it at once toyoursuperior
5. Or to the electrician

J. WELDING

1. Place the Cylinders in an upright position and shall be secured. Always provide Fire extinguisher
whenever hot work is in progress.
2. Do not roll the Cylinders on the ground surface. Carry themproperly.
3. Close the Cylinder Valve when not in use.
4. Remove the Welding rod in the Electrode Holder when not in use.
5. Do not use the welding rod when you light your cigarette. .
6. Stay away from welding area if you don’t have an eye protection. .
7. Do not use deteriorated Electrode holder.
P a g e 6 | 12
SAFETY PLAN
8. Do not lay your welding cables on the ground like a spaghetti condition.
9. Do not dip your electrode holder in water when it is hot
10. Always use good welding gloves and shall be dried.

9. Emergency Occupational Health Personnel and Facilities.

9.1 PROJECT PERSONNEL:

These requirements for personnel safety is designed to cover the dangerous conditions ordinarily
experienced by personnel / workers engaged in construction industry. We believe that site safety
is Everybody’s business and each individual members of the work team is fully responsible for
safety at the workplace. Key members of the working team under the supervision of the Project
Manager, consist of a Project Engineers, a Safety Officer, a General Foreman and individual Works
supervisor etc.,

9.2 Project Manager


1. Initiates the safety policy for prevention of injury, ill health Damages and wastages; sets for
reduction of accident rates
2. Know the requirements of relevant health and safety regulation, i.e. Factories and Industrial
Undertaking Ordinance, Construction Sites Safety regulations, and ensure that they are observed
on site. Ensure that all levels of staff receive adequate and appropriate training.
3. Insist sound working practice is regularly observed
4. Make certain that in tendering, at planning stages and in production processes allowances is made
for adequate welfare facilities and equipment to avoid injury, ill- health, damage and wastage.
5. Arrange for funds and facilities to meet requirements of the policy

9.3 Supervisors / Field Engineer


It is their responsibility to ensure that all subordinates are instructed in and carry out the applicable
safety precautions for their work and work areas Shall abide to all Safety Instructions and or
recommendations Shall see to it that nobody shall work without his
/ her proper personal protection Any worker that found not wearing their acceptable Personal
Protection should be removed from the workplace

9.4 Safety Officer


1. Safety officer shall act as principal assistant and consultant in the application of programs
to remove the hazards from the workplace and to correct unsafe work practices.
2. Conducts/facilitates and coordinates all health and safety training programs for the
employees and other subcontractors.
3. Provides assistance to prime contractor, government and other agencies, in theconduct of
safety and health inspection, accident investigation or any other related program.
4. Conducts safety orientation to all newly hired, rehired or transferred from the

P a g e 7 | 12
SAFETY PLAN
other project prior to his/her assignment at the jobsite.
5. Administers and check if all applicable safety rules, regulations, policies and provisions of Safety
Program are properly implemented.

9.5 Occupational Safety Practitioner(Physician)

6. Act as adviser to the employer, workers and their representatives in matters concerning
the organization, administration and maintenance of an occupational health program.
7. Conduct periodic inspection of the workplace as required under this program.
8. Advise the employers, the workers and their representatives in the workplace the
necessary requirements in establishing and maintaining a safe and healthful working
environment, which will facilitate optimal physical and mental health of workers.
9. Maintain reporting and records system and prepare and submit an annual medical report
to the Safety Department as required.

9.6 First Aid Attendants


10. Give immediate and temporary treatment in case of sudden injury or illness and
refer the injured to the Physician or dentist if necessary.
11. Maintain medical and dental services and facilities.

10. PHYSICAL QUALIFICATION OF EMPLOYEES:

A. All persons employed throughout the course of the work shall be physically
qualified for performing the duties to which they are assigned.
B. Operators of any equipment or vehicle shall be able to read and understand the signs,
signal and operating instructions in use at the place of operations.
C. No persons are permitted or required to work while his ability or alertness is impaired by
fatigue, illness or other causes to an extent that might unnecessarily expose him or others
to injury or property to damage.

11. PERSONNEL AND WORKERS INDOCTRINATION:

A. Each contractor employee shall be provided initial indoctrination and such continuing
instruction as well enables him to conduct his work in a safe manner.
B. Initial indoctrination shall include instruction on project safety practices, reporting all
accidents, availability of medical facilities and individual responsibility for accident free
operations.
C. A minimum of one 10-15 minutes “on the job” or tool box safety meeting for all workers shall
be conducted every Monday by all Field Supervisors or Foremen accompanied by Safety
Engineer / Officer before the start of work.
D. A minimum of one 5 –10 minutes “on the job” activities indoctrination by the
Supervisor or Foremen shall be conducted each day before time in.

P a g e 8 | 12
SAFETY PLAN

E. Monthly meeting shall be established for all supervisors, to review past activities and to
plan ahead for the new or changed operations and establish safe working procedures for
anticipated hazard.
F. Shall conduct periodic refresher indoctrination sessions for all craft workers.

12. OCCUPATIONAL SAFETY &HEALTH TRAINING

A. CAUSES AND EFFECTS OF ACCIDENTS


Sources of Accidents Unsafe Acts and Conditions Domino Theory What to do about Unsafe
Conditions
B. SAFETY AND THE SUPERVISORS Role of Supervisors in Safety
Principal responsibilities of Supervisors towards Safety
Series of Rules for Supervisors to help foster the proper safe attitude How to be a safety minded
supervisor
C. SAFETY INSPECTION / HOUSEKEEPING Who conduct inspections?

Items to be inspected

Preparation of checklist Results of good housekeeping List of good housekeeping practices for
supervisors
D. ACCIDENT INVESTIGATION

Principles of accident investigation Factors of accident investigation Types of Accidents


Preparation of reports

13. BASIC SAFETY ORIENTATION

PERSONAL PROTECTIVE EQUIPMENT


A. Hard Hat with chain strap
B. Safety Shoes / Hard sole Shoes
C. Goggles / Eye Protection
D. 4Hand Gloves
E. Ear Plug / Earmuff
F. Dust Mask / Respirator
G. Full Body Harness
H. ID and Uniform

P a g e 9 | 12
SAFETY PLAN

14. MEDICAL FACILITIES AND EQUIPMENT’S

A. FIRST AID CLINIC.


B. EMERGENCY RESPONSE PLAN.
C. HOUSEKEEPING / PROTRUDING NAILS / POINTED OBJECTS.
D. SANITATION.
E. SIGNAGE’S.
F. BARRICADES.
G. NO SMOKING / EATING at the JOBSITE.
H. SMOKING AREA / EATING AREA.
I. NO RESTING at the EXCAVATION.
J. EXCAVATED SOIL 1.00 meter from the EDGE OF EXCAVATION.
K. BENT FLUSHES ALL PROTRUDING NAILS.
L. ACCEPTABLE FIRE EXTINGUISHERS.
M. HEAVY EQUIPMENT.
N. AUTHORIZATION TO USE TOOLS and EQUIPMENT.
O. HORSE PLAY.
P. ELECTRICAL WORKS / HAZARDS.

P a g e 10 | 12
SAFETY PLAN

HEALTH & SAFETY PLAN PROCEDURES

1. An OH&S policy displayed


2. An accident report book
3. Induction training records
4. Workplace inspection records
5. Documented safe working procedures or method statements
6. Protective clothing & equipment records
7. Material safety data sheets (MSDS) available
8. Health & safety system manual
9. Health and safety representatives appointed including management
safety representative
10. Contract-specific risk assessment conducted
11. Emergency procedures and necessary training records

For small worksites or construction projects, look for the dangers on site (not as a substitute for
a full risk assessment) and take the following preventive actions:

12. Ensure that dangerous substances on site arebeing properly stored and
used
13. Provide and ensure that all persons on sitewear proper personal protection
equipment
14. Identify ways that a risk can be controlledwithout using personal protective
equipment (PPE)
15. Ensure that workers are using the right and fit PPE for the job
16. Check all plant, machinery and equipment (including PPE) are marked and
correctly labeled, e.g. Safe WorkingLoad
17. Fence the site against unauthorized entry
18. Take measures to prevent objects from falling from height and to take
measures to protect members of the public (such as persons passing by thesite)
19. Provide and keep safe egress and access to the place of work, such as
access to scaffolding
20. Put up appropriate signs including traffic routes, authorized personnel only
etc.
21. Keep the site tidy, well lit and well laid out
22. Provide sufficient welfare and first aidfacilities
23. Provide adequate fire precautions such as fire extinguishers, escape routes
24. Ensure that existing power lines (buried or overhead) are identified and
associated safe systems of work in place
25. Take necessary precautions to ensure that electrical systems are well
maintained in a safe condition
26. Ensure that vehicles and people are kept apart, especially slewing vehicles,
with traffic routes maintained in a safe condition
27. Ensure that vehicle and plant operators are suitably trained or licensed if
required
Page 11 of 12
SAFETY PLAN

28. Ensure that hoists and lifting appliances are properly installed and checked
by competent persons
29. Ensure that scaffolds are erected, altered and dismantled by competent
people only
30. Take measures to stop workers from falling and ensure fall protection
31. Minimize and eliminate risk of manual handling by the use of mechanical
equipment, or arrange material to be supplied in manageable sizes and weights to
reduce the risk of back injury
32. Take all measures to reduce exposure to noise and vibration
33. Ensure that holes are protected, with clear marking and fixed covers to
prevent falls
34. Ensure that excavations are adequately supported or otherwise
constructed to minimize the risk of collapse and arrange regular inspection by a
competent person.

Site layout
1. Plan emergency routes and exits, traffic routes, danger areas, loading bays, ramps,
etc.
2. Ensure provision of safe plant and equipment, with due care to suitability,
selection, safety features, safe use, training and information, inspection and
maintenance.
3. Provide safe working slope for excavators, fork-lift trucks and dump trucks
4. Provide suitable safety signs and warning notices

Page 12 of 12
DEMOLITION PLAN

INTRODUCTION

The process of demolition is often considered as a reversal process of building. However,


building plans and details of the buildings are often not available, either not handed over with
the building by the builder or the building plans are too old to be traced. As a result, details of
the specification and structural elements have to be established by subsequent survey, tests
and examination.

To carry out demolition safely and economically, a great deal of experience and skills are
required. The works should be carried out by competent contractors with extensive knowledge
in old building technologies and practices. In the past, there were instances that explosives,
undetonated bombs, or other dangerous substances had been found during the demolition of
basements or removal of old wooden piles from foundations. In such cases, it is advisable
follow the emergency procedures and report to the Fire Services Department, the Police or
other appropriate authorities.

SCOPE OF WORK

• ALL WORKS WILL BE EXECUTED ACCORDING TO American National Standards


Institute (ANSI) A10.6 Safety Requirements for Demolition Operations

Demolition and Site Preparation General

Rubbish and debris shall be removed from the project site daily, unless otherwise directed. Do
not allow accumulations inside or outside buildings or on pavements. Materials that cannot
be removed daily shall be stored in areas approved by the Contracting Officer. All rubbish,
debris, and other demolition shall be disposed of properly. Use of explosives will not be
needed or permitted.

Dust Debris Control

Prevent the spread of dust and debris and avoid the creation of a nuisance or hazard in the
surrounding area. Do not use water if it results in hazardous or objectionable conditions such
as, but not limited to flooding or pollution.

Site Preparation

A site survey shall be conducted by our company engineers in preparation for the
commencement of work. Company to remove existing water pump, attached fixtures, piping,
and electrical control panel and all related items obstructing site preparation. All items shall
be relocated to an approved location of the new Well #4 at the discretion of the COR. Site
shall be completely free of any obstructions. Company will receive approval of
demolition/alteration/relocating and site preparation from the COR before commencing
construction. All material not to be relocated must be disposed of properly at the discretion of
the COR.

Utility Service

Page1|9
DEMOLITION PLAN
Maintain existing utilities that remain in service and protect against damage during demolition
operations. Ensure sufficient utilities for future building occupancy.

WORK PLAN

There are many safety and health issues relating to demolition works, such as –

Noise At present, concrete breaking using pneumatic breakers is


the most commonly employed method in demolition
projects. These breakers vary from truck- mount to hand-
held. The noise level can be as high as 120 dB(A) or more. If
more machines are employed to meet the scheduled
program, both the process control and location of the plant
and process had to be carefully considered for the safety and
health of workers working therein.
Considering the time in which the workers are exposed at a
demolition site, noise hazard could be very significant.
Unfortunately, engineering control seems to be very limited.

The selection of more environmentally friendly plant and


breakers, suppressors and silencers on compressors and
breakers, wetting of the materials, etc. should be
considered to reduce the noise levels to a minimum level.
In addition, earplug and earmuffs should be provided and
used by all workers exposed to the noise hazard particularly
to those operating noisy machines and
plants.
Plant and equipment Plant and equipment should be regularly maintained.
Faulty items not only generate high level of noise but also
pose additional safety concerns to workers. Workers should
report promptly and return the equipment immediately for
repair. It should be taken away for service.

Page2|9
DEMOLITION PLAN

Old building sites are potentially dangerous. The


underground services are usually in poor repair state.
Previous use of the site, such as factories, oil stations or
Personal depots, should be carefully assessed during the initial risk
protective assessment. The underground soil may be contaminated
equipment with chemicals, flammable waste, e.g. diesels and grease,
etc. and pose additional hazards to demolition workers.

Other materials, such as asbestos, asbestos containing


materials, lead paint, dust or fumes, may be present,
requiring proper selection of protective clothing, e.g.
respirators, helmets, goggles, footwear, gloves, etc.

Projecting nails, pieces of metal, etc. resulting from


demolition can also cause accidents.
Debris

Sections of the building must not be overloaded with debris


either on suspended floors or against partition walls.
Building debris should be cut into suitable sizes or loading
pending removal from the site. Contaminated debris, e.g.
asbestos wastes, should be packed and disposed of in
accordance with existing regulations. The necessary permit
and license should be applied well before commencement
of works.

Weather
conditions Strong winds or heavy rain against unsafe walls,
suspended floors etc. pose unexpected dangers. Use proper
temporary structures or propping to avoid sudden collapse.

Page3|9
Flooding Water build-up effectively reduces dust and/or noise but
beware that it is also hazardous and can lead to failure.

Overhead cables Excavators, cranes etc. must be checked against the


height of any surrounding overhead cables to ensure safety
of workers, avoid damage to plants and disrupting the
power supplies of the neighbourhood, etc.

Scaffolding and hoarding Scaffolding and hoarding must be constructed in


accordance with the relevant regulations.

Public safety The demolition site and any partially demolished


buildings must be properly secured against unauthorized
entry.

Dust Should be kept to a minimum by spraying with water when


necessary.

Supervision A method statement showing how the demolition work is to


be carried out should be prepared. The contractors should
appoint a “competent person” who will supervise the
demolition works throughout the process.

Page3|9
1. Demolition of slab
and beam from
ground floor :

Hoarding to
safeguard safety of
workers and the
public.

2. Good planning of
debris removal of
demolition waste :

Separation of workers
and mobile plants

Convey debris through


temporary steel ramp

3. Demolition of the
basement (special
precaution of the
enclosed noise) :

Operator to be
well protected
against noise.

Page4|9
4. Reinforcement fixing
for new cast B2 slab :

5. Install steel propping


under slab & beam :

6. Erect temporary steel


supports and bracings
for existing basement
wall :

Page5|9
7. Cautious removal
with a gripper-like
demolition tool
(pre-fabricated
buildings) to reduce
noise and dust.

8. Watering of theworking
area to reduce the
emission of dust and
fibers :

9. Use of PPE in
concrete removal :

age6|9
10. General purpose PPE
for demolition workers.

11. Debris removal.

12. Erect scaffolding


with heavy duty net
and canvas.

Page7|9
13. Erect canvas and catch fan.

Catch fan
erected.

14. Props to guard against


uncontrolled collapse.

Propping to support
demolition plants.

15. Removal of debris.

Page8|9
16. Demolition plants in
position. Excavator at work.

Rigid canvas
protection.

Catch fan.

17. Demolition debris


collection points.

18. Demolition debris


collection chutes.

Safety net to
guard against
falling objects.

Chutes and
canvas to avoid
dust emission.

Page9|9
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

BILL OF QUANTITIES & PRICE BREAKDOWN

ITE BID ITEM TOTAL


UNIT COST
M COST
ITEM DESCRIPTION QTY UNIT (USD)
NO. (USD)

CONSTRUCTION WORKS
General excavation in any kind of soil at any depth below
ground level, the ground water being at max. height of
1 20 cm above bottom of excavation, including material
9.6 m3 $ 80.00 $ 768.00
loading,and transport to site dump or temporary stock
pile. To cover all works such as de-watering, collecting,
discharge, etc. included the supply of all consumables.
Surface compaction of subgrade layer as per item
design plans, including soil wetting to obtain a
2 compaction index not lower than 90% Modified
48 m2 $ 75.00 $ 3,600.00
according to ASTM Code density. As per item Technical
Specifications, but with a compaction index of 85% of
the Modified according to ASTM Code density.
Back-filling using materials supplied by Contractor:
Supply and laying of quarry or river sand, for sub-bases,
3 side filling and/or covering. Supply and laying of quarry 4.8 m3 $ 100.00 $ 480.00
or river sand, for sub-bases, side filling and/or covering
of Footing trenches.
Surface compaction of subgare layer as per item design
plans, including soil wetting to obtain a compaction
4 index not lower than 90% Modified according to ASTM
48 m2 $ 90.00 $ 4,320.00
Code density. As per item Technical Specifications, but
with a compaction index of 95% of the Modified
according to ASTM Code density.
Widening of existing Column Footing to accomodate
new columns footings by cutting of old concrete pads
edges using concrete saw. Mechanical hole drilling
(max. diameter 3/4" 0r 20 mm) on reinforced concrete
sides spacing of holes up to 0.15 m. Drilled holes for dia
20 mm (min) to 25 mm (max) with length 300 mm on
reinforced concrete sides. Filling of drilled holes in
existing concrete footing works with drilling machineto
5 include filling with Epoxy Resin. Installation of side- 32 Nr. $ 4,850.00 $ 15,520.00
Anchor bolts and vertical-Anchor bolts (max. diameter
3/4" 0r 20 mm HILTI KWICK BOLT TZ -TYPICAL with 5"
(127mm) embedment depth). Installation of wooden
framwork according to design plans. Supply, bending
and installation of steel reinforcement using deformed
bars (Grade 60-Ksi) for new HSS columns footing. And
according to project design drawings (S501-5 & S501-
6).
Supply and casting of fresh concrete for the Column
6 Footing pads construction “all-Inclusion”, with concrete 4.8 m3 $ 225.00 $1,080.00
compressive strength 4000 PSI (28 Mpa) having a

Page 1 of 5
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

BILL OF QUANTITIES & PRICE BREAKDOWN

section up to 0.50 m. reinforcement (250 kg/m3 with ±


5%) of concrete.
Waterproofing of concrete pads bituminous emulsion on
top of pad (1kg/ m2), 3 cm. of asphalt wearing course,
7 bituminous mastic for sealing joints to be installed at 4.8 m3 $ 225.00 $1,080.00
bottom and whatever necessary to have the work
complete.
Back-filling using excavation materials: The back-filling
material shall be placed and compacted evenly around
the structures in layers not exceeding 250 mm thickness
(loose material) and it shall be compacted up to 95% of
maximum dry density using excavation materialsand/or
supplied by the Sub-Contractor according to the groups.
8 The fill material shall be conditioned with water to within 4.8 m3 $ 225.00 $1,080.00
two per cent (2%) of the optimum moisturecontent. The
compaction shall be performed with suitable rollers:
heavy pneumatic tired roller compactor orheavy
vibrating compactor. to include Sand supply and laying
for the bedding and covering of electrical cables directly
buried.
Ground surface finishing with medium-size crushed
9 stone (2-3cm), also in presence of obstacles, both in flat 4.8 m3 $ 225.00 $1,080.00
or sloped area, final layer depth 5 cm (soft finish).
Temporally dismantiling of steel stair structure, fixtures,
10 and associated walkways and stored in allocated 3 Nr. $ 3880.00 $11,640.00
storage area.
Installation of HSS Steel Columns base plate to anchor
bolts (footing concrete pads) to include installation of
connection flanges assembly of (L - shapes) using steel
anchor bolts and threaded members according to
11 project design drawings (S501-1). To include Supply
32 Nr. $ 225.00 $7,200.00
and laying of epoxy grout thickness 12 mm with
requirements stated in the Technical Specifications or
as approved by the COR, for grouting of steel columns,
including all duties and charges stated in item Technical
specifications.
Assembling and Installation of HSS Steel Columns
(HSS 100x50x10 mm or 4X2X3/8 inches)and fittings of
1st floor level: Assembling and installation of HSS Steel
Columns and fittings, externally coated as specified in
Technical Specification and/or in Construction
12 Specification with epoxy painting (as per project 32 Nr. $ 678.75 $21,720.00
drawings). Including connection joints, welding,
connections and any necessary accessories and/or
activities to complete the works. To include cutting of
interior garting of walkways. To to include Installation of
Horizontal Stiffening Plates and fittings of 1st floor level

Page 2 of 5
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

BILL OF QUANTITIES & PRICE BREAKDOWN

and according to project design drawings(S201, S202,


S203, & S204).
Installation of connection flanges assembly of (T &
13 PLUS shapes) using steel bolts and threaded members
4.8 m3 $ 225.00 $1,080.00
according to project design drawings (S501-2 & S501-
3).
Assembling and Installation of HSS Steel Columns
(HSS 100x50x10 mm or 4X2X3/8 inches) and fittings of
2nd floor level: Assembling and installation of HSS
Steel Columns and fittings, externally coated as
specified in Technical Specification and/or in
14 Construction Specification with epoxy painting (as per
32 Nr. $ 678.75 $21,720.00
project drawings). Including connection joints, welding,
connections and any necessary accessories and/or
activities to complete the works. To include installation
of Horizontal Stiffening Plates and fittings of 2nd floor
level and according to project design drawings (S201,
S202, S203, & S204).
Installation of connection flanges assembly of (T &
15 PLUS shapes) using steel bolts and threaded members
4.8 m3 $ 225.00 $1,080.00
according to project design drawings (S501-2 & S501-
3).
Assembling and Installation of HSS Steel Columns
(HSS 100x50x10 mm or 4X2X3/8 inches) and fixtures of
3rd floor level: Assembling and installation of HSS
Steel Columns and fittings, externally coated as
specified in Technical Specification and/or in
16 Construction Specification with epoxy painting (as per
16 Nr. $ 678.75 $10,860.00
project drawings). Including connection joints, welding,
connections and any necessary accessories and/or
activities to complete the works. To include installation
of Horizontal Stiffening Plates and fittings of 3rd floor
level and according to project design drawings(S201,
S202, S203, & S204).
Installation of connection flanges assembly of (T -
17 shapes) using steel bolts and threaded members and 4.8 m3 $ 225.00 $1,080.00
according to project design drawings (S501-4).
Assembling and Installation of Cornners Steel Angles
and fixtures (150x150x10mm or 6x6x3/8 inches
TYPICAL) of (1st, 2nd, and 3rd floor level): Assembling
and installation of HSS Steel Columns and fittings,
externally coated as specified in Technical Specification
18 and/or in Construction Specification with epoxy painting. 16 Nr. $ 1,130.00 $18,080.00
Including connection joints, welding, connections and
any necessary accessories and/or activities to complete
the works. To include connecting with the all Horizontal
Stiffening Plates and fittings of all floor levels and
according to project design drawings.

Page 3 of 5
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

BILL OF QUANTITIES & PRICE BREAKDOWN

Assembling and Installation of Lateral Bracing steel


frames and fixtures of (1st, 2nd, and 3rd floor level):
Assembling and installation of HSS Steel Columns and
fittings, externally coated as specified in Technical
Specification and/or in Construction Specification with
19 epoxy painting. Including connection joints, welding, 22 Nr. $ 1200.85 $ 26,400.00
connections and any necessary accessories and/or
activities to complete the works. To include connecting
with the all Horizontal Stiffening Plates and fittings of all
floor levels and according to project design drawings
(S401, S402, & S403) and (S502-1 TO S502-6).
Assembling and Installation of flooring plywood (two
layers) and vinyl flooring over existing flooring on every
16 CHU and Latrine that is part of Central LSA Complex.
16 Nr. $ 678.75 $10,860.00
There shall be construction adhesive between the layers
of the plywood. And according to project design
drawings(S101, S102, & S103).
Reinstallation of steel Strai frames, walkways and
related fixtures, anchored in concrete pits, for chequered
20 plates/grating covers. The steel profiles shall be painted 3 Nr. $ 3880.00 $ 11,640.00
with primer unless otherwise indicated on project and/or
standard drawings or Technical Specifications.
Painting Works : (Internal and external) coatings of Steel
Structure of vertical and horizontal members.
Fireproofing works: for steel structure members with
hollow section H<300 mm or any shape and profile less
than 300 mm high using Dense filling concrete grouting.
Materials supply andinstallation included in accordance
to the Engineering and Job Specification. Fireproofing
can be applied before or after the member installation in
accordance to the COR instruction. Dense filling
fireproofing shall be applied from 0.00 up to 6.5 m from
21 pavement Level.Price includes: - temporary scaffolding;- 360 m2 $ 12.85 $ 4,626.00
supply and installation of wire mesh and steel
connection to the member,- protection of adjacent
surfaces during the installation- supply and installation
of dense filling foam as per Job Specification- finishing
of the surface in accordance to the specs- top primer
coating (epoxy paint specific for fireproofing) – 2
coats.Minimum thickness of filling concrete grouting
shall be 50 mm inside the contour of the shape.
Accounting is by theoretical volume based on overall
dimension of shape.
Coating of concrete surfaces (both horizontal or vertical
surfaces) made of antacid epoxyresins applied in
22 subsequent coats by roll or brush, on suitable primer. 48 m2 $ 28.75 $ 1,380.00
Type of primer, resins, filler, glass fiber reinforcement if
required, thickness and number of coats shall be in

Page 4 of 5
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

BILL OF QUANTITIES & PRICE BREAKDOWN

accordance with the requirements of the Technical


Specifications.
23 Landscaping 800 m2 $ 2.85 $ 2,280.00
Final Testing;
24 (Multiple works to include final testing cleaning and 1 LS $ 1,850.00 $ 1,850.00
demounting works …etc.)
25 Site Cleanup & demobilization 1000 m2 $ 3.20 $ 3,200.00
26 HANDOVER WORKS

27 Handover Of CHU Building Units, Infrastructure,


LS LS --- ---
Documentation And Building System
28 DOCUMENTATION WORKS
29 As Built Drawings SET Doc. --- ---
30 Warranties SET Doc. --- ---
31 Test Log SET Doc. --- ---
OTHER REQUIREMENTS (OPTIONAL)
32 Other items of the SOW obligation not in the technical
LS LS Not Applied Not Applied
specification or elsewhere. Please state and describe all
items forming part of the above works.
33 SUBTOTAL $174,844.00
34 Equipments $ 11,319.00

35 Labor $ 18,740.00

36 Overhead & Profit $ 19,089.00


37 DBA Insurance - Base Period COST $ 5,000.00
38 SUBTOTAL $ 54,148.00
39 $ 228,992.43
TOTAL (33 & 38)
40 REQUIRED TIME (Days) 120

X
Ali Najah Hussein
COMPANY MANAGER

Page 5 of 5
ID Task  Task Name Duration Start Finish PredecessorsResource Names March 2021 April 2021 May 2021 June 2021
Mode 20 25 2 7 12 17 22 27 1 6 11 16 21 26 1 6 11 16 21 26 31 5 10 15
1 1.0 CONSTRUCTION 72 days Mon 3/1/21 Tue 5/11/2 Project Manager,Civil Engine
2 1.1 CLEAR SITE 6.88 dayMon 3/1/21 Sun 3/7/21
3 1.2 UTILITIES SURVEY 5.39 dayMon 3/1/21 Sat 3/6/21
4 1.3 FOUNDATION  9.88  Mon 3/8/21 Wed  3
  
EXCAVATIONS days 3/17/21
5 1.4 SEWER LINES  4 days Wed  Sat  3
  
PIPING DISCONNECT 3/10/21 3/13/21
6 1.5 STORM WATER  1 day Wed  Wed  3
  
PIPING DISCONNECT 3/10/21 3/10/21
7 1.6 ELECTRICAL  3.25  Wed  Sat  3
  
POWER LINES  days 3/10/21 3/13/21
DESCONNECT
8 1.7 FOUNDATION  13.33  Sun 3/14/21 Sat  7
  
CONCRETE WORKS days 3/27/21
9 1.8  3 days Sun 3/28/21 Tue  8
  
WATER‐PROOFING  3/30/21
OF CONCRETE
10 1.9  6 days Thu 4/1/21 Tue 4/6/21 5
  
SUPERSTRUCTURE 
ANCHOR BOLTS
11 1.10 Assembling  45 days Sun 3/28/21 Tue  8
  
and Installation of  5/11/21
HSS Steel Columns 
(HSS 100x50x10 
mm or 4X2X3/8 
inches) and
12 1.11 Installation of  30 days Wed  Thu  8
  
connection flanges  3/31/21 4/29/21
assembly of (L, T, 
& PLUS shapes) 
13 1.12 Assembling  20 days Sun 4/11/21 Fri 4/30/21
and Installation of 
Cornners Steel 
14 A l d fi t
1.13 Assembling  15 days Wed  Wed 
and Installation of  4/21/21 5/5/21
Lateral Bracing 
steel frames and 
fixtures
15 1.14 Assembling  25 days Fri 4/16/21 Mon 
and Installation of   5/10/21
flooring plywood 
(two layers) and 
vinyl flooring
16 2.0 DEVELOPMENT 16 days Fri 4/30/21 Sat 5/15/21 10 ,  1
   Civil Engineer,Mechanical Eng
17 2.1  13.3  Sat 5/1/21 Fri 5/14/21 1   4 
RE‐INSTALLATION  days
PROCESS OF STAIR &
WALKWAYS
18 2.2 MODULAR  9.8  Sat 5/1/21 Mon  1
  4 
BUILDINGS; Painting  days 5/10/21
& Fireproofing 
Works
19 2.8 LANDSCAPING 3.67 dayMon 5/10/21Thu 5/13/2 1
  4 
20 2.9 PRE‐FINAL TESTIN 11 days Sat 5/1/21 Tue 5/11/2 1
  4 
21 2.10 SITE CLEANUP  6.33  Sun 5/9/21 Sat  1
  4 
& DEMOBILIZATION days 5/15/21
22 3.0 HANDOVER 15 days Sun 5/16/21Sun 5/30/2 1
  6  Civil Engineer,Mechanical Eng
23 3.1 HANDOVER OF  14.33  Sun 5/16/21 Sun  2
  1 
MODULAR BUILDING days 5/30/21
UNITS, 
INFRASTUCTURE, 
DOCUMENTATION 
AND BUILDING 
24 3.2 Final Testing;  12 days Sun 5/16/21 Thu  2
  1 
Structural  5/27/21
25 h
3.3 Final Testing;  10 days Sun 5/16/21 Tue  2
  1 
Mechanical &  5/25/21
HVAC Connections
26 3.4 Final Testing;  10 days Sun 5/16/21 Tue  2
  1 
Electrical  5/25/21
Connections 
27 St th i
3.4 Final Testing;  10 days Sun 5/16/21 Tue  2
  1 
Plumbing  5/25/21
Connections 
28 St th i
4.0 DOCUMENTATION 15 days Sun 5/30/21Sun 6/13/2 2
  2 ,  2
  3  Supervisor,labor Foremen,La
29 4.1 AS BUILT  10 days Mon  Wed  2
  7 , 2
  4 , 2
  5 
DRAWINGS 5/31/21 6/9/21
30 4.2 WARRANTIES 5 days Mon  Fri 6/4/21 2
  7 , 2
  4 , 2
  5 
5/31/21
31 4.3 TEST LOG 9 days Mon  Tue 6/8/21 2
  7 , 2
  4 , 2
  5 
5/31/21

Task Summary External Milestone Inactive Summary Manual Summary Rollup Finish‐only Manual Progress


Project: msproj11
Date: Fri 1/1/21 Split Project Summary Inactive Task Manual Task Manual Summary Deadline
Milestone External Tasks Inactive Milestone Duration‐only Start‐only Progress

Page 1
1.0 CONSTRUCTION 1.1 CLEAR SITE
Start: Mon 3/1/21 ID: 1 Start:  Mon 3/1/21 ID:   2
Finish: Tue 5/11/21Dur: 72 days Finish: Sun 3/7/21 Dur: 7 days
Comp: 7% Res:    Project Manager, Civil Engineer, Me

1.2 UTILITIES SURVEY 1.4 SEWER LINES PIPING DISCONNECT 1.9 SUPERSTRUCTURE ANCHOR BOLTS 


Start:  Mon 3/1/21 ID:   3 Start:  Wed 3/10/21 ID:   5 Start:  Thu 4/1/21 ID:   10
Finish: Sat 3/6/21 Dur: 6 days Finish: Sat 3/13/21 Dur: 4 days Finish: Tue 4/6/21 Dur: 6 days
Res:    Project Manager, Civil Engineer, Me Res:    Project Manager, Civil Engineer, Me Res:    Project Manager, Civil Engineer, Me

1.3 FOUNDATION EXCAVATIONS
Start:  Mon 3/8/21 ID:   4
Finish: Wed 3/17/21Dur: 10 days
Res:    Project Manager, Civil Engineer, Me

1.5 STORM WATER PIPING DISCONNECT
Start:  Wed 3/10/21 ID:   6
Finish: Sat 3/13/21 Dur: 4 days
Res:    Project Manager, Civil Engineer, Me

1.6 ELECTRICAL POWER LINES DESCONNE 1.7 FOUNDATION CONCRETE WORKS 1.8 WATER‐PROOFING OF CONCRETE FO


Start:  Wed 3/10/21 ID:   7 Start:  Sun 3/14/21 ID:   8 Start:  Sun 3/28/21 ID:   9
Finish: Sat 3/13/21 Dur: 4 days Finish: Sat 3/27/21 Dur: 14 days Finish: Thu 4/1/21 Dur: 5 days
Res:    Project Manager, Civil Engineer, Me Res:    Project Manager, Civil Engineer, Me Res:    Project Manager, Civil Engineer, Me

1.10 Assembling and Installation of HSS S
Start:  Sun 3/28/21 ID:   11
Finish: Tue 5/11/21 Dur: 45 days
Res:    Project Manager, Civil Engineer, Me

1.11 Installation of connection flanges as
Start:  Wed 3/31/21 ID:   12
Finish: Thu 4/29/21 Dur: 30 days
Res:    Project Manager, Civil Engineer, Me

1.12 Assembling and Installation of Corn
Start:  Sun 4/11/21 ID:   13
Finish: Fri 4/30/21 Dur: 20 days
Res:    Project Manager, Civil Engineer, Me

1.13 Assembling and Installation of Later
Start:  Wed 4/21/21 ID:   14
Finish: Wed 5/5/21 Dur: 15 days
Res:    Project Manager, Civil Engineer, Me

2.0 DEVELOPMENT 2.1 RE‐INSTALLATION PROCESS OF STAIR


Start: Fri 4/30/21 ID: 15 Start:  Sat 5/1/21 ID:   16
Finish: Sat 5/15/21 Dur: 16 days Finish: Sat 5/15/21 Dur: 14 days
Comp: 10% Res:    Civil Engineer, Mechanical Enginee

2.2 MODULAR BUILDINGS; Painting & Fir
Start:  Sat 5/1/21 ID:   17
Finish: Tue 5/11/21 Dur: 11 days
Res:    Civil Engineer, Mechanical Enginee

2.8 LANDSCAPING
Start:  Mon 5/10/21 ID:   18
Finish: Fri 5/14/21 Dur: 5 days
Res:    Civil Engineer, Mechanical Enginee

2.9 PRE‐FINAL TESTING
Start:  Sat 5/1/21 ID:   19
Finish: Wed 5/12/21Dur: 12 days
Res:    Civil Engineer, Mechanical Enginee

2.10 SITE CLEANUP & DEMOBILIZATION
Start:  Sun 5/9/21 ID:   20
Finish: Sat 5/15/21 Dur: 7 days
Res:    Civil Engineer, Mechanical Enginee

3.0 HANDOVER 3.1 HANDOVER OF MODULAR BUILDING 


Start: Sun 5/16/21 ID: 21 Start:  Sun 5/16/21 ID:   22
Finish: Sun 5/30/21Dur: 15 days Finish: Sun 5/30/21 Dur: 15 days
Comp: 1% Res:    Civil Engineer, Mechanical Enginee

3.2 Final Testing; Structural Strengthenin
Start:  Sun 5/16/21 ID:   23
Finish: Thu 5/27/21 Dur: 12 days
Res:    Civil Engineer, Mechanical Enginee

3.3 Final Testing; Mechanical & HVAC Co
Start:  Sun 5/16/21 ID:   24
Finish: Tue 5/25/21 Dur: 10 days
Res:    Civil Engineer, Mechanical Enginee

3.4 Final Testing; Electrical Connections S
Start:  Sun 5/16/21 ID:   25
Finish: Tue 5/25/21 Dur: 10 days
Res:    Civil Engineer, Mechanical Enginee

3.4 Final Testing; Plumbing Connections 
Start:  Sun 5/16/21 ID:   26
Finish: Tue 5/25/21 Dur: 10 days
Res:    Civil Engineer, Mechanical Enginee

4.0 DOCUMENTATION 4.1 AS BUILT DRAWINGS


Start: Sun 5/30/21 ID: 27 Start:  Mon 5/31/21 ID:   28
Finish: Sun 6/13/21Dur: 15 days Finish: Fri 6/11/21 Dur: 12 days
Comp: 14% Res:    Supervisor, labor Foremen, Labor (

4.2 WARRANTIES
Start:  Mon 5/31/21 ID:   29
Finish: Sat 6/5/21 Dur: 6 days
Res:    Supervisor, labor Foremen, Labor (

4.3 TEST LOG
Start:  Mon 5/31/21 ID:   30
Finish: Wed 6/9/21 Dur: 10 days
Res:    Supervisor, labor Foremen, Labor (

Page 1
ID Resource Name Type Material Label Initials Group Max. Units Std. Rate Ovt. Rate Cost/Use Accrue At Base Calendar Code
1 Project Manager Work P 2 800% $100.00/hr $0.00/hr $0.00 Prorated Standard
2 Civil Engineer Work C 6 600% $80.00/hr $0.00/hr $0.00 Prorated Standard
3 Mechanical Engineer Work M 4 600% $60.00/hr $0.00/hr $0.00 Prorated Standard

4 Electrical Engineer Work E 4 600% $75.00/hr $0.00/hr $0.00 Prorated Standard


5 Supervisor Work S 3 500% $50.00/hr $0.00/hr $0.00 Prorated Standard
6 labor Foremen Work l 4 400% $40.00/hr $0.00/hr $0.00 Prorated Standard
7 Labor (Non‐Skilled  Work L 24 400% $20.00/hr $0.00/hr $0.00 Prorated Standard
Worker)
8 Survey Engineer Work S 3 400% $80.00/hr $0.00/hr $0.00 Prorated Standard
9 Heavy Machinary  Work H 4 300% $60.00/hr $0.00/hr $0.00 Prorated Standard
Operator
10 Truck Driver Work T 6 300% $50.00/hr $0.00/hr $0.00 Prorated Standard
11 QC Engineer Work Q 3 300% $80.00/hr $0.00/hr $0.00 Prorated Standard
12 HSE Engineer Work H 3 200% $80.00/hr $0.00/hr $0.00 Prorated Standard
13 Deputy Manager Work D 2 300% $80.00/hr $0.00/hr $0.00 Prorated Standard
14 Civil Engineer  Work CE 3 300% $70.00/hr $0.00/hr $0.00 Prorated Standard
15 Mechanical Engineer  Work ME 2 300% $60.00/hr $0.00/hr $0.00 Prorated Standard

16 Electrical Engineer  Work EE 3 300% $60.00/hr $0.00/hr $0.00 Prorated Standard


17 QC Engineer  Work QCE 2 300% $50.00/hr $0.00/hr $0.00 Prorated Standard
18 HSE Engineer  Work HSE 2 300% $50.00/hr $0.00/hr $0.00 Prorated Standard
19 Supervisor  Work S 6 600% $20.00/hr $0.00/hr $0.00 Prorated Standard
20 Electrical Technision Work ET 6 600% $18.00/hr $0.00/hr $0.00 Prorated Standard
21 Mechanical TechnisionWork MT 6 600% $18.00/hr $0.00/hr $0.00 Prorated Standard
22 Plumbing Technision Work PT 6 600% $18.00/hr $0.00/hr $0.00 Prorated Standard
23 Carpenter Work CM 5 500% $18.00/hr $0.00/hr $0.00 Prorated Standard
24 Reinforcing worker Work RM 6 600% $20.00/hr $0.00/hr $0.00 Prorated Standard
25 Iron Worker Work IM 5 500% $25.00/hr $0.00/hr $0.00 Prorated Standard
26 Cement Finisher Work CM 3 300% $20.00/hr $0.00/hr $0.00 Prorated Standard
27 Equipment Mechanic Work EO 5 500% $18.00/hr $0.00/hr $0.00 Prorated Standard
28 Welder Work WO 3 300% $25.00/hr $0.00/hr $0.00 Prorated Standard
29 Generator Operator Work GO 5 500% $18.00/hr $0.00/hr $0.00 Prorated Standard
30 Excavator and Frontlo Work EO 3 300% $20.00/hr $0.00/hr $0.00 Prorated Standard
31 Metal‐Sheet installer W
Work MI 4 400% $10.00/hr $0.00/hr $0.00 Prorated Standard
32 Oilers and Greasers Work OL 3 300% $8.00/hr $0.00/hr $0.00 Prorated Standard
33 Hand tools operator Work HL 8 800% $8.00/hr $0.00/hr $0.00 Prorated Standard
34 Painter and Palsters Work PL 4 400% $8.00/hr $0.00/hr $0.00 Prorated Standard
35 Helper Work HL 5 500% $5.00/hr $0.00/hr $0.00 Prorated Standard
36 Mechanical Engineer  Work M 100% $75.00/hr $0.00/hr $0.00 Prorated Standard
...
37 Electrical... Work E 300% $80.00/hr $0.00/hr $0.00 Prorated Standard

Page 1 msproj11
APPENDIX I

CONCRETE MIX DESIGN


ACCORDING TO ACI 211.1

CENTRAL LSA REPAIRS


T2019-0202
UNION III, BAGHDAD, IRAQ

Solicitation Number; W56KGZ21Q7017


DESIGN BID BUILD CONTRACT

Final

DECEMBER 7TH 2020

Prepared by: Engineering Consulting Bureau


1. Preface
Consulting Engineering Bureau Laboratories (CEBL) has been authorized by Mr. (Ali Najah
Hussein) head of Construction Company via their letter no. IQ- 1256-0176 dated 12/12/2020
to prepare a technical report for the design of four concrete mixes required by SAMA ARDTH
BAGHDAD Construction Company in their letter no. 001 dated in 28/11/2020. The concrete
mixes were designed according to ACI 211.1 and ACI318-14.

2. Introduction
Concrete is composed principally of aggregate, a Portland or blended cement, and
water, and may contain other cementitious materials and/or chemical admixtures. Chemical
admixtures used to accelerate, retard, improve workability, reduce mixing water requirements,
increase strength, or alter other properties of the concrete.
The selection of concrete proportions involves a balance between economy and requirement for
placeability, strength, durability, density and sometimes appearance. The calculated proportions
must always be considered subject to revision on the basis of experience with trail batches.
Laboratory trail batches should be verified and adjusted in field using mixes of the size and type
to be used during construction.

3. Mix Design Procedure


3.1 Step 1. Choice of slump:
Since slump is specified (75 to 127) mm, this value is used in Mix design procedure for the
required work (also can be selected from Table-1 if not given):
Table (1) : Recommended Slumps For various Types of Construction (ACI 211.1)

Slumps given in Table(1) may be increased when chemical admixtures are used, provided that
the admixture-treated concrete has the same or lower water-cementitious material ratio dose not
exhibit segregation potential or excessive bleeding. On the other hand the maximum values of
slump shown in Table (1) may be increased by 25 mm for methods of consolidation other than
vibration.
3.2 Step 2. Choice of Maximum Size of Coarse Aggregate:
The nominal maximum size of coarse aggregate should not exceed one-fifth of the narrowest
dimension between sides of forms, one-third the depth of slabs, nor three-fourths of the minimum
clear spacing between individual reinforcing bars, bundles of bars, or pre-tensioning strands.

The maximum size of each type of supplied coarse aggregate was taken from the results of sieve
analysis of supplied coarse aggregate shown in appendix A (from Testing of Local Aggregate
Materials Supply).

3.3 Step 3. Estimation of Mixing Water and Air Content:


The required quantity of mixing water to produce a specified slump depends on the nominal
maximum size , particle shape, and grading of aggregate. Also it is dependent of concrete
temperature and the use of chemical admixture. Table (2) gives estimates of required mixing
water.

Chemical admixtures are used to modify the properties of concrete to make it more workable,
durable, and/or economical, increase or decrease the time of set, accelerate the strength gain
and/or control temperature rise.

Table (2) : Approximate Mixing Water and Air Content Requirements for Different Slumps and
Nominal Maximum Size of Aggregates (ACI 211.1)

3.4 Step 4. Selection of Water-Cementitious Material Ratio(w/cm):


The required w/c is determined not only by strength requirement but also by other factors such
as durability. The average selected compressive strength of concrete must exceed the specific
strength by a sufficient margin to keep the number of low tests within specific limits that stated
in ACI 318 and ACI 214. Table (3) shows the relationship between w/cm and 28 days cylinder
compressive strength of concrete.
Table (3): Relationship between w/cm and 28 days Cylinder Compressive Strength of Concrete
(ACI 211.1)

The assigned value of w/cm should not exceed the suggested maximum permissible w/cm for
concrete in sever exposure shown in Table (4).
Table (4): Maximum Permissible w/cm for Concrete in Sever Exposure (ACI 201.2R)
3.5 Step 5. Calculation of Water-Cement Content:
The required cement content is equal to the estimated mixing water content (step 3) divided by w/cm
(step 4). If, however, the specification includes a minimum limit of cement content in addition to the
requirement of strength and durability, the mix design must be based on whichever criterion leads to
the larger amount of cement.

3.6 Step 6. Estimate of Coarse Aggregate Content:


The volume of coarse aggregate per unit volume of concrete is related with the nominal
maximum size of aggregate and fineness modulus of fine aggregate as shown in Table (5). This
relationship comes from the effect of coarse aggregate quantity in a given mix on its workability.
Therefore, to produce a satisfactory workable mix it important to select a mass of coarse
aggregate from Table (5) that is by multiplying the value taken from this table by the oven-dry
rodded bulk density of coarse aggregate material.
Table (5): Volume of Coarse Aggregate per Unit Volume of Concrete (ACI 211.1)
3.7 Step 7. Estimate of Fine Aggregate Content:
To obtain the required volume of fine aggregate, the total volume displaced by the known ingredients;
water, air, cementitious materials, and coarse aggregate is subtracted from theunit volume of concrete.
The volume occupied in concrete by any ingredient is equal to its weight divided by the density of that
material which is the product of the unit weight of water and the specific gravity of the material.

3.8 Step 8. Adjustment for aggregate moisture:


In general, the aggregate will be moist and their dry weights should be increased by the percentage of
water they contain, both absorbed and surface. So that, the mixing water that added to the batch should
be reduced by amount equal to the free moisture contributed by the aggregate, i.e. total moisture minus
absorption. Then recalculation of new batch weighs starting with Step 4 modifying the volume of coarse
aggregate from Table (4) if necessary to provide proper workability.

4. Material Properties
4.1 Cement
Ordinary Portland Cement (OPC) Lafarge (Karbala Al-Jisser) trade mark and Sulphate Resistance
Portland Cement (SRPC) Samawa (Al-Dohh) trade mark were used. Physical and chemical test results
of these two cement are shown in testing reports No. 1082 dated in April, 18, 2019 and No. 969 dated
in April, 4,
2017.

4.2 Coarse Aggregate


Two fractions of crushed coarse aggregate were supplied from Chalat quarry (4-10) mm and (5-19)
mm. Physical and chemical test results of these two coarse aggregate fractions are shown in testing
report No. 970 dated in April, 4, 2019.
4.3 Fine Aggregate
Three types of fine aggregate were supplied two from Karbala quarry and one from Chalat quarry.
Physical and chemical test results of these three fine aggregate are shown in testing report No. 971 dated
in April, 4, 2017.

4.3 Admixtures
Four types of high performance water reducing admixtures (according to ASTM C494/ C494M, type F & G are
prohibited per contract) were provided to be used in required concrete mixes.
4.4 Air Entraining Admixture
Air-entraining admixture shall conform to ASTM C 260, Standard Specification for Air- Entraining Admixtures
for Concrete. Calcium chloride and admixtures containing calcium chloride shall not be used. A water-reducing
or retarding admixture shall meet the requirements of ASTM C 494/C 494M. Type F and G high range water
reducing admixtures are not allowed.
MIX DESIGN SUMMARY 5.0
Four Mixes were prepared according to the attached concrete mix design (Attachment A) for
a minimum cube compressive strength of 50.0 MPa (Average compressive Strength). Table
.(6) comprises the proportions of theses mixes while Table (7) includes the results of testing

Table (6) Mix Proportions

Required Required
Cylinder Cylinder Fine Agg. Coarse Agg.
Cement Water Admix.
Lab Compressive Compressive Material uncrushed
Field Strength Strength
Code
No.
No. (Kg/M) (Kg/M3) (Kg/M3) (Lt./M3) (Lt./M3)
( Psi ) ( MPa )

Type V (5-19)
Type Karbala 5 Tap none
Samawa mm

Quantities 472 665 1012 136 none


Mix
C106 7252 50.0
21

Proportions 1 1.409 2.144 0.288 ---


Table (7) Mix Testing (to be conducted later)

AVERAGE 7‐DAYS CUBE TESTING 28‐DAYS CUBE TESTING


LAB FIELD MEASURED
SLUMP COMP. COMP. DENSITY COMP. COMP. DENSITY
CODE NO. NO. STRENGTH STRENGTH STRENGTH STRENGTH
FC’ Fc’ FC’ Fc’
(MM)
( MPA ) ( Psi ) (KG/M3) ( MPA ) ( Psi ) (KG/M3)

> 4714 > 7252

> 7252
C106 MIX 21 101 > 4714

> 7252
> 4714

References

1. ACI Committee 211, 2002, "Standard Practice for selecting proportions for
Normal, Heavyweight, and Mass Concrete (ACI 211.1-91), American Concrete
Institute, Farmington Hills.
2. ACI Committee 318, 2014, "Building Code Requirement for structural Concrete (ACI 318-
14) and Commentary (318M-14), American Concrete Institute, Farmington Hills.
3. ACI Committee 201, 2008, "Guide to Durable Concrete (ACI 201.2R),
AmericanConcrete Institute, Farmington Hills.
4. Neville, A.M. and Brooks, J.J., "Concrete Technology", 2nd Edition, 2010, Prentice Hall.
PROJECT; Central LSA Repairs
Union III,, Baghdad, Iraq
RFQ Number ; W56KGZ21Q7017

ALLOCATED RESOURCES AVAILABLE NEAR AAAB MILITARY BASE

APPENDIX B
ITEM PLANT, MACHINERY, EQUIPMENT & TOOLS DESCRIPTION REMARKS

1 Excavator Operational
2 Backhoe Loader (JCB Excavator) Operational
3 Scraper Operational
4 Bulldozer Operational
5 Dump Truck Operational
6 Water Tanker Truck Operational
7 Diesel Tanker Truck Operational
8 Gravel Dumper Truck Operational
9 Waste Water (Sewerage)Tanker Truck Operational
10 Front Loader (Shovel) Operational
11 Solid Waste Collecting Dumpster Mounted Truck Operational
12 Rolling Compactor ( Steel Drum ) Operational
13 Rolling Compactor ( Rubber Tires ) Operational
14 Rough Terrain Forklift Operational
15 Tanker Truck – Water Transport Operational
16 Tanker Truck – Oil & Asphalt Transport Operational
17 Concrete Drum Mixer Operational
18 Bobcat Front Loader Operational
19 Truck Mounter Power Diesel Generator Operational
20 Level – Survey Instrument Operational
21 Total Station – Survey Instrument Operational
22 Sweeper truck Operational
23 Power Diesel Generator Operational
24 Heavy Transport Trailer Operational
25 Crane (5, 10, 20, 50 Ton Capacities) Operational
26 Field laboratory – Soil sampling Investigation, Testing, and Operational
Measurements
27 Field laboratory – Water Testing and Measurements Operational
28 Field laboratory – Structural Testing and Measurements Operational
29 Safety Equipment & PPE Mobile-Container Operational
30 Safety fences and Warning Signs Operational
31 Lighting Tower – Perkins Generator (portable) Operational
32 Drilling Reg (bellow 30 meters depth) with full mechanical Operational
attachments
32 Drilling Reg (up to 85 meters depth) with full mechanical Operational
attachments
33 Drilling Reg (beyond 125 meters depth) with full mechanical Operational
attachments
34 Miscellaneous items and tools Operational
35 Sanitation Equipment & COVID-19 protections Mobile-Container Operational
SAMA ARDTH BAGHDAD
COMPANY PROFILE
FOR;
GENERAL TRADING
CONSTRUCTION
TRANSPORTATION
OIL & GAS SERVICES

SAMA ARDTH BAGHDAD COMPANY


FOR GENERAL CONSTRUCTION
COMPANY OFFICE KARADH – HAY AL WAHDA – M 952, Z 52, D 2
BAGHDAD, IRAQ
Mobile: +964 (0) 781 646 3232
Email: sama.baghdad_company@yahoo.com / sama.baghdad@live.co.uk

DECEMBER 31ST , 2020

Page 1 of 20
Table of Contents

1. About Us.

2. Our Mission Statement.

3. Our Vision.

4. Scope of Services.

5. Heavy Transportation & Lifting Equipment.

6. Customs Brokerage.

7. Health, Safety & Environment.

8. Maintenance, Workshop & Mobile Workshop.

9. Quality Management

10. Work History

Appendix A

COMPANY ORGANIZATION CHART

Appendix B

REFERENCE LETTERS

Appendix C

COMPANY REGISTRATION DOCUMENTS

Page 2 of 20
1. about Us:
• Established in 2000 with a vision of being the industry leader in everything we do. It took
us real experience and professionalism while yearning and sticking to our declared goal
that we set for our organization from our very beginning. It wasn’t long before we earned
it; through putting our goal right in front of our eyes working hard on reaching it, the
accomplishment that has left us no other option but to be committed to " the world's every
successful business's savior: - continuous improvement" in order to keep our leadership
in front of our valued customers; those who we consider to be our success partners.
• As an industry leader, Safety has always been such a primary goal of our business.
Applying a total quality management system that enforces compliance to all HS&E
procedures & rules set by the HSE management whether through the maintenance
processes, operation processes or even through the administrative processes and the
workplace.
• SAMA ARDTH BAGHDAD Group provides full General Services for the Iraq's biggest
enterprises with a supply chain that covers all the Middle East area
• We are the only Heavy transportation company in Iraq that has its own fleet of equipment to
transfer all kinds of materials "hazardous & nonhazardous" whether from or to remote rigs
& platforms all over the Middle East. Owing a fleet of the world's most modern heavy
transportation equipment including heavy vehicles, tractors, flatbed trailers, lowboys
and tanker trailers.
• SAMA ARDTH BAGHDAD as one of the world's leading suppliers of forwarding and
logistics services -in a challenging world of global commerce & international trade- does
Not only specialize in General services and heavy transport; our range of services extends
to contain all Catering, end-to-end Food supply chain management solutions of hauling,
lifting equipment, Global standard customs brokerage and freight forwarding
services . Having a professional staff whose in- depth industry knowledge, experience
and skills have allowed them to understand the importance and the ceaseless quest for
fresh creative solutions and levels of service; the thing that gives them the ability to stand
out and meet the challenging vision of our organization of creating globally-integrated
seamless done-deal services which are furnished in pursuit of our customers' individual
needs.

Page 3 of 20
How to become the industry leader:
Starting from:
• Building up a strong and capable fleet of equipment.
• Boosting our fleet capacity.
• Boosting our Warehouse Storage capacity.
• Applying modern management in QA/QC and HSE procedures & rules.
• Applying modern management and technology systems as to increase the quality of our
services.

All the way through:


• Having one respectable HSE Management and policy along with running our well
established centralized and mobile maintenance facilities.

How to sustain:
• Now that our clients have been the real motive behind every improvement made, all we
need to keep in mind is that it must be continuous.
• Knowing that a new idea will always be there to be welcomed and a new solution to be
adopted, as long as there will be always a challenge to be taken.
• We can start formulating our schemes and frameworks only when we declare ourselves, to
our valued clients and our potential clients, as well, our mission, our vision and our values
statements which define our purpose as a company and serve the platform for every single
action and decision we take, show our perception and awareness of our organization in the
future and give us the steer to continuous improvement and leadership.

2. Our Mission Statement:

• Providing globally integrated logistical solutions throw offering a wide range of world class
done deal services for the world's global commerce and international trade business.
• Taking full care of any business in need of a Food Supply, Catering, Heavy transportation
service, Equipment leasing service and storage spaces for their heavy equipment all over
the Middle East area.
• Taking full care of any business working in the field of international trade and that is in
need of an experienced professional customs brokerage service and freight forwarding
services.

Page 4 of 20
3. Our Vision:
"A statement that would set out our aspiration for the future"

What we are aspiring to:

• Initiating sift solutions of any complications that may arise in such a rapid motion world
of Food Supply, Catering, Heavy transportation and logistics; get all the way throw with the
ability of seizing every obstacle as a new challenge, developing new ideas, applying
creativity and continuous improvement strategies.
• Whenever there's a business that is in need of at least one of our services, the most
efficient supply chain services can never be any greater.
• Obtaining a world wide database of corporate customers with the aspiration to
continuously improve and double our business, gaining a customer relation that can be
described as a "partnership in success" throw accomplishing our work in the most
efficient and effective ways helping them to efficiently and effectively accomplish their
work in turn.

Page 5 of 20
4. Scope of Services:
• Engineering solutions and logistics management.
Heavy Transportation and Logistics services.

• Internationally-standardized customs Brokerage and freight forwarding services

Page 6 of 20
1.0 Water Engineering (well, water storage and treatment facilities ) :
1.1 Water well drilling :

1.2 Water treatment facilities:

1.3 Water storage facilities:

Page 7 of 20
2.0 BULK SUPPLY:
1. Potable Water Supply:

2. Fuel Supply:

3. Waste Water Disposal:

Page 8 of 20
3.0 REFRIGERATED PRODUCTS TRANSPORTATION :

4.0 HEAVY HAULAGE AND LIFTING EQUIPMENT SERVICES:

5.0 SOLID WASTE DISPOSAL:

Page 9 of 20
6.0 STEEL STRUCTURE

1. Steel frame construction :

2. Composite Steel frame construction :

3. Arche Steel frame construction :

Page 10 of 20
7.0 FOOD CATERING & SUPPLY:
1. FOB Catering and event Organizing:

2. FOB logistic and management:

3. FOB HOUSEKEEPING AND CLEANING :

Page 11 of 20
Page 12 of 20
8.0 Heavy Transportation & Lifting Equipment:

 SAMA ARDTH BAGHDAD is the leading heavy transportation and lifting equipment in the Middle East.
 The most quality that distinguishes our heavy hauling and inland transportation services and set them
apart from any typical trucking services is safety; we provide the world's biggest petroleum and
petrochemicals companies with the safest most efficient heavy haulage services throw out the whole
Middle East Area.
8.3 We own a fleet of the world's most modern equipment to transfer all kinds of materials "hazardous
and non-hazardous" out or into remote rigs and platforms all over the Middle East.

Page 13 of 20
 Vehicles comprising of conventional hydraulic low-beds, mechanical low-beds, trailers, telescopic
trailers, prime movers, tanker trailers, cranes, forklifts, picks up's, hydraulic jacking cylinders,
compressors, bulk silos, acid tankers, diesel pumps, generators, and cutting equipment.

8.0 Freight Forwarding & Customs Brokerage:

 SAMA ARDTH BAGHDAD global standard, customs brokerage services, whenever you have cargo-
duty, we have the experience to deliver it through.

Page 14 of 20
9.0 Health, Safety & Environment:
 It has been always a primary goal of our organization to be the industry leader in safety.
 Being aware of the importance of safety procedures and strategies to apply and practice.
 It’s a message that needs to permanently delivered, and a course of action that needs to be taken.
Aiming at gaining "safety culture" throw out the whole organization that will feature the value of safety
to each and every individual within the company and will be applied at every level of it.

Extent:
"The system is applied to include every department throughout the whole company"

 Finance/accounting: journals entries to general ledger, payables, fixed assets,


receivables, budgeting, order to cash, inventory, costing and belling.
 Human resources: payroll, training, development, recruiting, replacements,
succession plan, personnel records, working hours, code of conduct, labor law.
 Purchasing: product configuration supplier scheduling, inspection for goods,
supplier evaluation, claim processing.
 HSE: safety records, risk assessments, road safety, events statistics, environment,
occupational health, daily meetings, investigations.
 Sales and marketing: service, customer contact and call center support.
 Operations: daily journal sheet, counter readouts, journey management records.
 Maintenance: daily, monthly, quarterly, semiannually, annually records,
equipment certifications, licenses and mobile workshop transactions.

Page 15 of 20
Outcomes:

 Chronological history of every transaction through relevant data compilation


in every area of operation.
 Order tracking from acceptance throw fulfillment.
 Revenue tracking from invoice to cash receipt.
 Matching purchase orders (what was ordered), inventory receipts (what has
arrived) and costing (what the vendor invoiced).

Oracle data base system: allows us to code every recorded element of our organization, operate
through the integrate data base system, store and keep our data base in a safe and secured way.

8. Maintenance, Workshop & Mobile Workshop.

• SAMA ARDTH BAGHDAD regular maintenance facility is running through our ERP system
which insures transparent systematic implication in the conduct of workshop operations.
• Our technical team is one of the most skilled and well-reputed technician teams in Egypt.
• Technicians have to go through a qualification recruitment process as in order for them to
join Rady Trans. Besides they must continue enhancing their abilities and skills according
to our training and development annual plan. This may imply several training and
certification courses including each of them.
• The team members have earned through the years a considerable number of training and
certificates, the thing that has always been allowing us an armful of credits and awards for
our well-delivered quality service in turn.
Page 16 of 20
9. Quality Management:
SAMA ARDTH BAGHDAD is ISO 9001 & OHSAS 18001 Certificated
• Working through total quality management system and occupational health and safety
management system, getting through the initial audit made out by the UKAS in 2011
with non-conformities and having to be audited quarterly; insuring our on-going
commitment toward our business in which we are entitled to always have an eye on
continuous improvement.

Page 17 of 20
10.Work History
Contract or Clients or
DESCRIPTION Value Date Email
PO No. Customers
PR 17-2385 EARPLUG, HOWARD LIGHT Sallyport $1,700.00 8/27/2017 baladprocurement@sallyportglobal.com
PO 000029 Trash Bags PAE $1,900.00 5/18/2011 Mohammed.Faisal@pae.com
PO 000065 Motor Pump PAE $2,600.00 7/6/2011 Anas.Kuttan@pae.com
PO 2702752 AC UNIT PAE $23,250.00 7/17/2011 Anas.Kuttan@pae.com
PO 000093 Medical Supplies PAE $4,126.75 8/4/2011 ganesan.rajamani@pae.com
PO 2702937 Electronic Ballast PAE $600.00 9/5/2011 Mohammed.Faisal@pae.com
PO 2702846 Fluorescent Fittings PAE $8,500.00 8/9/2011 Mohammed.Faisal@pae.com
PO 2703536 Fluorescent Lamp PAE $5,100.00 1/11/2012 Anas.Kuttan@pae.com
PO 2702909 Square tubing PAE $2,590.00 8/28/2011 Rahamed@pae.com
PO 2703411 Lumber & Plywood PAE $1,404.00 12/18/2011 Rahamed@pae.com
PO 2702849 REFRIGERANT PAE $14,510.00 8/9/2011 Anas.Kuttan@pae.com
PO 2702955 Traffic marking Paint PAE $1,600.00 9/8/2011 Mohammed.Faisal@pae.com
PO 2702613 Refrigerant PAE $13,960.00 6/13/2011 Anas.Kuttan@pae.com
PO 2703414 Carpentry Services PAE $2,396.00 12/19/2011 Rahamed@pae.com
Requirements
PO 2702880 Cleaning Tools PAE $2,164.00 8/18/2011 Rahamed@pae.com
PO 2702874 Cleaning Chemicals PAE $1,178.00 8/17/2011 Rahamed@pae.com
PO 2702927 Vinyl Clear Transfer Tape PAE $1,100.00 9/4/2011 Anas.Kuttan@pae.com
PO 2702859 Toilet PAE $3,700.00 8/11/2011 Mohammed.Faisal@pae.com
PO 2702739 Trash Bags PAE $12,500.00 7/13/2011 Anas.Kuttan@pae.com
PO 2701397 Printer Paper PAE $3,850.00 6/26/2010 Anas.Kuttan@pae.com
PO 2701511 Gas Cylinders PAE $9,775.00 8/9/2010 fvalappil@pae.com
PO 2702213 Cleaning Supplies PAE $12,975.00 3/17/2011 Anas.Kuttan@pae.com
PO 2702316 Cleaning Supplies PAE $32,065.00 4/12/2011 fvalappil@pae.com
PO 2702496 Cleaning Supplies PAE $24,650.00 5/22/2011 Anas.Kuttan@pae.com
PO 2702599 Stationery PAE $1,673.00 6/8/2011 Mohammed.Faisal@pae.com
PO 2702665 Kia Bongo parts PAE $550.00 6/26/2011 Anas.Kuttan@pae.com
PO 2702697 Lenox Mobile Torch System PAE $2,270.00 7/4/2011 Mohammed.Faisal@pae.com
PO 2702704 Fenomastic Gold PAE $1,310.00 7/6/2011 Anas.Kuttan@pae.com
Finish Eggshell
PO 2701482 Phone Cards PAE $5,615.00 7/26/2010 Anas.Kuttan@pae.com
PO 4750245750 DFAC Equipment KBR $7,400.00 10/6/2016 Roshan.Dsouza@kbr.com
PO 4750245723 Toner Cartridge KBR $6,300.00 10/5/2016 Roshan.Dsouza@kbr.com
PO 4750246721 Furniture KBR $5,950.00 11/9/2016 Waseem.Bari@kbr.com
PO 4750247622 Cooler & Water Tank KBR $8,550.00 Waseem.Bari@kbr.com
12/15/2016
PO 4750246413 Generator Filters KBR $43,000.00 10/30/2016 Waseem.Bari@kbr.com
PO 4750246344 Lubricating oil $ Coolant KBR $50,920.00 Waseem.Bari@kbr.com
10/27/2016
PO 4750248534 Air Conditioner KBR $25,000.00 1/23/2017 Waseem.Bari@kbr.com
PO 4750248333 Gym Accessories KBR $14,500.00 1/15/2017 Waseem.Bari@kbr.com
PO 4750250382 Washer Pressure KBR $23,000.00 4/5/2017 Nawaz.Mohiddin@kbr.com

Page 18 of 20
Appendix A
COMPANY ORGANIZATION CHART

For a successful company management system, the operation management needs to be highly
proactive and efficient in enforcing detective, corrective and preventive control measures and
procedures.

Page 19 of 20

You might also like