Project Lifecycle - Full Version
Project Lifecycle - Full Version
Initial Request for Work Prioritize Define Scope of Project Preliminary Timeline Preliminary Budget
Feasibility
Planning Stage
• Review request w/ • Determine if: Safety, • Include all stakeholders • Determine critical Milestone • Develop initial budget for
supervisor Environmental, Production or • Identify drivers, critical constraints, critical dates for project, i.e. feasibility or engineering. If
• If assigned request project # Sustainability project. functions, impact to the process or site Start/completion Detailed Engineering, an AFE
• Create project folder • Calculate priority and • Identify if Feasibility or Engineering is required needs to be approved
complexity score • Capital or Expense? Note: Third party estimates can • Ensure project is SLT approved
• Add to PowerBi tracking
• Determine Ownership Level • AFE Required? / Project in the Forecast? support this effort • Forecast based on budgetary Engineering
sheet
• Develop RFP & SOW • Perform Bid Walk • Conduct initial feasibility • Develop feasibility level • Review Procurement
Feasibility Stage
• Circulate w/ all kick-off mtg, discuss Safety • Conduct normal Eng. budget and cash flows for
• Answer Bid RFI’s Strategy • Upload all deliverables
stakeholders for approval • All stakeholders must be update mtgs (Weekly or detailed engineering and
• Analyze Bids • Identify long lead items to the project folder
• Develop Design Criteria present Bi-weekly) construction
• Review with requesting group including long lead spares • Inform all Stakeholders
• Review Project Schedule, • Address RFI’s • Update budget & forecast, if
& GSC • Adjust forecast accordingly of the results
Note: Depending on complexity, request a Gantt from • Reserve drawing numbers necessary, when allowed
• Award – issue contract when allowed
could take a month to complete Note: Can take multiple months awarded party
• Review Procurement • As design progresses, • Conduct normal Eng. • Conduct initial engineering • Perform Bid Walk • Develop RFP, SOW, Design • Gather Budgetary for
Engineering Stage
Strategy update budget & forecast, update mtgs (Weekly or Bi- kick-off mtg, discuss Safety • Answer Bid RFI’s Criteria Engineering efforts
• Identify long lead items if necessary, when allowed • Analyze Bids • Circulate w/ all • Create and Submit AFE
weekly) • All stakeholders must be
including long lead spares • Review with requesting stakeholders for approval • Ensure project remains
• Develop Construction • Address RFI’s present
• If needed, begin • Make sure approvals have SLT approved
budget and timeline • Conduct 30/60/90 review • Review Project Schedule, group & GSC
procurement of equipment been received (AFE, SLT)
• If phased AFE, create AFE and complete safety in request a Gantt from • Award – issue contract • Adjust forecast
and critical spares if cost has
for construction based on Note: Depending on complexity, accordingly when
been approved (AFE, SLT) design checklist awarded party Note: Can take up to a month AFE could take months to allowed
Eng. Estimate
complete
• Work with Planers to add • Upload all end Bid Contract Creation Construction Kick-Off Mobilization of Contractor
new equipment/spares to
• Conduct HAZOP at 90%
deliverables to the project Construction Stage
Design if required • Perform Bid Walk with • Analyze Bids • Kick Off Checklist • Have safety inspect
the system folder
• Determine QA/QC Strategy GSC Support • Review with requesting • Fatal Risk Management contractor equipment
• Support maintenance • Inform all Stakeholders of
• Follow up on procurement • Answer Bid RFI’s group & GSC • Onboarding needs to be finished • Make sure onboarding is
with developing their the results
status and lead time • Identify critical safety • Award – issue contract • Preliminary construction Gantt completed
maintenance plan • Develop construction SOW
• Develop Commissioning protocol and training • Follow up on Procurement • LOTOTO Plan • Have contractor finalize
Note: Spare list should be • Submit MOC
provided by engineering firm
Plan and Spare status Note: Include GSC, Training, Safety, Gantt
Note: Can take up to a month
with maint. input Note: May take up to a month Contractor Mgmt.
Thank you for helping to keep our project folder directory organized.
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 1
Sierrita Operations – Plant Engineering
Project Folder Template Index
o The project folder template contains numerous Folders and sub folders which are
intended to help you organize your project files and support consistency in file
management for the department.
o Not all of the folders may be applicable to your project. Feel free to delete these as
necessary.
o Note: The project template folder also contains various reference documents that may or
may not be applicable to your project. Examples of these documents are SOW, RFP, and
forecast sheets. These are helpful project management aides for use or reference.
o The following is an index of the standard project folder template:
Construction
o Contractor
Accident Reports
Change Orders
Construction Safety Meetings
HAZOP
Invoices
Meeting Minutes
Monthly Audits
Progress Report
Safety Success
Weekly Audits
Weekly JSA
Work Place Examinations
Contractor Hours
Quality Control Documents
Project Directory (Contacts)
Organization Charts
o RFI’s
o Environmental
New Substance On-Site
Critical Communications
o Critical Tasks
o Emergency Planning
o Health and Safety Documents
Contractor – Kick Off Documents
• Contractor Templates
• HAZOP
• Job Safety Analysis
• Risk Register
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 2
Sierrita Operations – Plant Engineering
o Security Program
o Emails
o Safety Plan
o Safety Alerts
o Safety Shares
o Environmental Communications
o MOC’s
o Project Status Reports
o Safety In Design Checklist
Engineering
o Calculation
Electrical
Mechanical
Structural
o Design Criteria
Reference Material
o Drawings
Civil
Electrical
General Arrangements
Instrumentation
Mechanical
Piping
Structural
o Engineering Reports
Reports
Technical Memorandums
Soils Report
3d Scans
Feasibility
Survey Data
Drone Flight Data
Topography
Trade-off Studies
o Specifications
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 3
Sierrita Operations – Plant Engineering
Equipment
o Equipment Number Tags
o SOP Number Tags
o Maintenance Manuals
o Operating Manuals
o Submittals
Financials-SOW-RFP-AFE-Bids
o AFEs and ARs
o Bid RFI
o Bids
o Budget Development
Bids
SOW_RFP
o Budget_Project
Bids
SOW_RFP
o Costs
Contractor_Engineer_Vendor
• Actuals vs. Forecast
• Amendments
• Change Orders
• Contract
• DCN’s
• Invoices
• Monthly Spending Report
• PCN’s
• PO’s
• Internal Labor Costs
o SOW_RFP
o Request for Contractor Utilization
Presentations
Project Close Out
o Project Photos
Before
After
During Construction
o Certificate
o Project Approval and Acceptance Form
o Project Close Out Form
o Punch List
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 4
Sierrita Operations – Plant Engineering
APPENDIX
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 5
Sierrita Operations – Plant Engineering
AREA 55
SX-EW PLANT (OLD JOHNSON CAMP)
AREA 56
SX-EW PLANT #2-ESPERANZA
AREA 57
SX-EW PLANT #3 (NOT IN USE)
AREA 58
TWIN BUTTES - EW PLANT, SAND CASTLE
AREA 580
TWIN BUTTES - GENERAL AREA
AREA 60
MOLY CONCENTRATOR AREA: MOLY AND COPPER THICKENERS, FILTERS, LEACHING,
ROASTING AND STORAGE
AREA 65
MOLY PACKAGING AREA
AREA 66
FERRO-MOLY
AREA 67
RHENIUM PLANT
AREA 68
CRYSTAL PLANT (SODIUM MOLYBDATE)
AREA 69
ADM/AHM PLANT
AREA 70
TAILINGS THICKENER AREA AND MILL WATER PUMPS
AREA 80
TAILINGS LINE AND DISPOSAL AREA: RECLAIM WATER SYSTEM
AREA 81
TWIN BUTTES TAILINGS
AREA 90
MILL SERVICES AREA, ANCILLARY BUILDINGS, SEWAGE, YARD PIPING
AREA 95
ESPERANZA CONCENTRATOR, JOB B-34850 (STEARNS-ROGERS)
Rev. 1/20/2022 Intranet-posted document is the controlled copy. Verify printed document is current prior to use. 6
Score: 3.1
Your project complexity Rating is : LOW
Complexity Categories Low Medium High
1. For each complexity category of the matrix place
1. Organizational Participation x Single Site Department Multiple Site Departments Corporate Resources Required an X in the cell to the left of the box selecting Low,
Medium or High.
Feasibilty studies needed, large detailed
Outside engineering required, no feasibility
2. Engineering Consultant Needed None or minimal outside support needed engineering support required to proceed or 2. Select only one for each line item
(multi-discipline)
internal design needed
Requires simple isolation Requires partial down (grind line) or down 3. After all selections are complete your final
3. Production Impact x Requires Total Down (Outage)
No production issues. day construction complexity rating will reflect in Row 2.
Immediate mitigation required / work cannot 3. After all selections are complete your final
3. Environmental x N/A, No enviromental impact Permit/Compliance Driven
continue in current status complexity rating will reflect in Row 15.
5. Production Improvement/Cost Savings x No economic benefit Low-Medium NPV, Long Payback Period High NPV and short Payback Period
Addresses reliability issue that occurs on 1+ Adresses reliabilty issue that occurs on 1
6. Reliabilty x No current reliabilty concerns
year frequency month to 1 year frequency
Has low probabilty for community impact, or Has community impact ,increase employee
7. Social / Community x No Community Impacts
increase employee morale partially morale highly
Partial Plant impact for less than 7 days (0- Partial Plant impact for less than 60 days (50% Partial Plant impact for more than 60 days
8. Overall Financial Impact x
50% production loss) or more production loss) (50% or more production loss)
Spreadsheet Title: Project Summary Sheet
Project Summary
Project Name: Sierrita New Tailings Facility
AFE #: 1720-CAP-14-310-115-0000
Approved AFE Amount: $ 3,000,000
Total Contracts Issued: $ -
AFE Amount Remaining: $ 3,000,000
Percent Over Under AFE Amount: 0%
Change Order Total: $ -
Engineering Contracts
Firm Name: WSP
Original Contract Amount: % of AFE 0.00%
Change order Totals: % Change #DIV/0!
Adjusted Contract total % Spent #DIV/0!
Total Liabilities to Date: $ -% Complete
Remaining Contract Amount: #DIV/0!
Invoice# if
Month/Year applicable Notes Status Amount
Total To date $ -
Vendor Contracts
Vendor Name:
Original Contract Amount: % of AFE #DIV/0!
Change order Totals: % Change #DIV/0!
Adjusted Contract total 0 % Spent #DIV/0!
Total Liabilities to Date: 0 % Complete
Remaining Contract Amount: 0 #DIV/0!
Invoice# if
Month/Year applicable Notes Status Amount
Total To date $ -
Contractor Contracts
Contractor Name:
Original Contract Amount: % of AFE #DIV/0!
Change order Totals: % Change #DIV/0!
Adjusted Contract total 0 % Spent #DIV/0!
Total Liabilities to Date: 0 % Complete
Remaining Contract Amount: 0 #DIV/0!
Invoice# if
Month/Year applicable Notes Status Amount
Total To date $ -
Multiple year 2014 Totals
Name Supplier Contract Total Subtotal Check January February March April May June July Aug Sept October November December January February March April May June July August SeptemberOctober
Fluor $ 1,505 $ 1,505 $ 123 $ 157 $ 165 $ 165 $ 165 $ 165 $ 52 $ - $ - $ 992 $ 500 $ 13
Engineering
Actual/Accruals $ 1,035 $ 123 $ 157 $ 219 $ 198 $ 221 $ 117 $ - $ 1,035
Darling $ 200 $ 200 $ -
Surveying
Actual Accruals $ - $ -
Golder $ 1,741 $ 1,741 $ - $ 348 $ 348 $ 522
Geotechnical
Actual Accruals $ - $ -
Agitator Hayward Gordon $ 3,558 $ 3,557 $ 534 $ 533 $ 356 $ 889 $ 534 $ 889
Actual Accruals $ 889 $ 533 $ 356 $ 889
Distribution Transformers Cooper Power $ 470 $ 470 $ 30 $ 30 $ 89
Actual Accruals $ - $ -
MCC Eaton Corp $ 21 $ 21 $ 3 $ 3
Actual Accruals $ - $ -
Shop Fabricated Tanks CAID Industries $ 35 $ 35 $ 3 $ 3
Actual Accruals $ - $ -
Switchgear AEA $ 46 $ 46 $ -
Actual Accruals $ - $ -
Major Equipment
Trash Screen Derrick $ 90 $ 90 $ -
Actual Accruals $ - $ -
Manifold Flush Pumps Flowserve $ 62 $ 62 $ -
Actual Accruals $ - $ -
Field Fabricated Tank RMF $ 50 $ 50 $ -
Actual Accruals $ - $ -
VFD ABB $ 50 $ 50 $ -
Actual Accruals $ - $ -
Surge Tank Painting AIMS $ - $ -
Actual Accruals $ - $ -
Filter Outotec $ 98 $ 98 $ 5 $ 5
Actual Accruals $ - $ -
Switchgear Eaton $ 3,550 $ 3,550 $ -
Actual Accruals $ - $ -
MCC Eaton $ 1,000 $ 1,000 $ - $ 500
Actual Accruals $ - $ -
Transformers Cooper $ 200 $ 200 $ -
Actual Accruals $ - $ -
Commissioning ANSI Pumps Flowserve $ 36 $ - $ -
Support Actual Accruals $ - $ - $ -
Compressed Air System Atlas Copco $ 98 $ 98 $ 5 $ 5
Actual Accruals $ - $ -
Agitator Hayward Gordon $ - $ 3,550 $ -
Actual Accruals $ - $ - $ -
VFD AEA $ 1,000 $ 1,000 $ - $ 500
Actual Accruals $ 3 $ - $ 3
Slurry Pumps WEIR
Actual Accruals $ - $ -
??? $ 36 $ - $ -
Process Integration
Actual Accruals $ 3 $ 3 $ 3
Fluor
Eng. Const. Support
Actual Accruals $ - $ -
Sundt $ 36 $ - $ -
Construction
Actual Accruals $ 3 $ 3 $ 3
Western Technologies $ 36 $ - $ -
QA/QC
Actual Accruals $ 3 $ 3 $ 3
$ - $ - $ -
Miscellaneous
Actual Accruals $ 3 $ 3 $ 3
Total Fore Cast $ 13,918 $ - $ - $ 534 $ 656 $ 157 $ 165 $ 165 $ 165 $ 521 $ 52 $ 46 $ - $ 3,863 $ - $ - $ 1,037 $ - $ 902 $ 348 $ - $ 348 $ 522 $ 1,089
Total Actual $ 1,939 $ - $ - $ - $ 668 $ 157 $ 219 $ 198 $ 221 $ 473 $ - $ - $ - $ 1,936 $ - $ - $ 3 $ - $ - $ - $ - $ - $ - $ -
2015 Totals 2016 totals
November December January February March April May June July August September October November December
$ 513 $ -
$ - $ -
$ - $ 50 $ 50 $ 75 $ 25 $ 200
$ - $ -
$ 435 $ 1,653 $ 41 $ 47 $ 88
$ - $ -
$ 889 $ 2,312 $ 356 $ 356
$ - $ -
$ 89 $ 351 $ 351
$ - $ -
$ - $ 18 $ 18
$ - $ -
$ - $ 32 $ 32
$ - $ -
$ 7 $ 7 $ 39 $ 39
$ - $ -
$ 8 $ 8 $ 82 $ 82
$ - $ -
$ - $ 62 $ 62
$ - $ -
$ - $ 50 $ 50
$ - $ -
$ - $ 50 $ 50
$ - $ -
$ - $ -
$ - $ -
$ 43 $ 43 $ 50 $ 50
$ - $ -
$ 250 $ 250 $ 800 $ 1,000 $ 1,000 $ 500 $ 3,300
$ - $ -
$ 250 $ 250 $ 1,000 $ -
$ - $ -
$ 50 $ 50 $ 100 $ 50 $ 50 $ 100
$ - $ -
$ - $ -
$ - $ -
$ 43 $ 43 $ 50 $ 50
$ - $ -
$ 250 $ 250 $ 800 $ 1,000 $ 1,000 $ 500 $ 3,300
$ - $ -
$ 250 $ 250 $ 1,000 $ -
$ 3 $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
$ - $ -
Scope of Work
Description
Safety Share
Introductions/Sign-in
Sheet
Terms & Conditions
Bid Walk
Environmental Impacts
Additional Info/Questions
Scope Modifications
Action Items
Plant Engineering
Print/View Date: 5/2/2023
Area Walk-thru
Background
Sierrita Operations requests realignment and scan services for their overhead cranes located in the floatation
and wet grinding areas in the mill.
The scope of the project includes the current scan or evaluation of the rails, the subsequent alignment and post
analysis of both pair of rails. Furthermore, as this project includes downtime for the overhead cranes, it is
expected to have constant changes in the schedule and has a high possibility to work in the weekends.
Additionally, Sierrita Operations has limited documentation on the existing rails, for such it is the contractor’s
responsibility to assess the rails and their respective mechanical hardware. The rail alignment must be in
accordance to the book CMAA specification #70 and should not exceed the recommended tolerances.
Lastly, due to health and safety conditions, the project will strictly depend on a prior rail cleaning project. Any
analysis or alignment work will not start until the previous approval of the project manager and the mill
department.
Description of Work
Meetings and Progress Reporting:
• Contractor will submit via email each morning to Sierrita(Contract Management, Contact Person, and
Plant Engineering Admin Clerk) their manpower on site that day. This needs to be sent to the Sierrita by
7:00 AM.
• Each Friday by 1pm, Contractor is required to submit an email notification to the Contact Person, and
Plant Engineering Admin Clerk with the next two weeks work and personnel schedule.
• Contractor will attend a weekly meeting with the Contact Person to review the progress of the project.
At this meeting the contractor will provide an updated schedule, updated RFI log, and review upcoming
coordination issues.
• Contractor will meet with the assigned FMI GSC Contract Administrator and Contact Person once a
month to review their monthly payment application. This meeting will be scheduled by the Contractor
and take place between the 21st and 25th day of each month the Contractor submits for payment.
• Contractor shall conduct a weekly safety/environmental self-audit and provide the Contact Person, and
Plant Engineering Admin Clerk a copy of the audit findings.
• Contractor shall submit a copy each week of one of their daily JSA forms and workplace examination
forms to the Contact Person, and Plant Engineering Admin Clerk. Contractor is subject to infield audits
at Sierrita’ s discretion.
Schedule:
• Bids will be due on XX/XX/XXXX. The last day for Bid-RFI submittal will be XX/XX/XXXX.
• Pre Bid Meeting will be held at Sierrita plant engineering conference room on XX/XX/XXXX at X Xm.
2|Page
• Contractor will be required to submit a baseline schedule of general activities with their bid.
• Contractor will be required to submit a detailed schedule of the project with (10) days of contract award.
Schedule shall be detailed sufficiently with the intent that no activities in this schedule shall exceed 120
hours in duration without further breakdown. The contractor is required to use Microsoft Projects,
Primavera Software, or other scheduling software for this schedule.
• Contractor will be required to maintain and update the schedule through the duration of the project.
Schedule updates are to be submitted to Contact Person on a weekly basis in both PDF form and the
project schedule software file.
• Sierrita must be notified of any schedule delays within 24 hours of the occurrence in writing. Any
impacts must also be added to the schedule as such.
Schedule Constraints:
• List any job/area specific constraints in this area such as……….Contractor use of the Mill overhead
crane will be limited. Contractor will have to schedule its use around the Mill’s normally scheduled use of
the crane. The mill uses this crane extensively during the liner change outs or scheduled mill
maintenance activities. Consideration for this constraint must be taken. Advanced staging should take
place prior to the execution of tie-ins.
• Contractor shall take into consideration any permit procedures that will impact the flow of work. Open
hole, blue stake, etc... need to be planned out prior to execution of work to minimize schedule impact.
• Note all open holes will require hard barricading. Suggested method is removable hand rail assemblies.
• The construction of the New Mill Water Headers for both A and B side will be directly affected by the
timely completion of this project. The A side launder needs to be replaced prior to the installation of the
new A side mill water header.
Environmental
• Contractor is responsible to provide an inventory list of all materials and products for review and
approval by the Environmental Department per Company requirements. See Environmental Policy.
Preconstruction
• Contractor must submit a Gantt chart along with the proposal. Gantt chart will be updated prior to
construction and must be maintained as current through the duration of the project.
Post-Construction
• When requested, Contractor must submit a final Gantt chart reflecting the actual execution of the
project. This will be utilized as the basis for future planning of similar projects.
• Contractor must submit as-built drawings of the actual execution of the project
3|Page
Demolition
• Prior to demolition of CMU wall on North side of the new tanks, contractor will be responsible for
cleaning and inspecting all structural elements, including but not limited to:
o Structural steel on column line DD
o Reinforced concrete deck
o Pipe/conduit hangers
Any items found to be in poor or compromised condition shall be repaired or reinforced to the
satisfaction of FMI Sierrita prior to demoing the CMU wall.
• Contractor is responsible for removing all concrete debris to the Sierrita landfill or other area as
designated by the project manager. Distance from regrind to landfill is approximately 3 miles one way.
• Contractor is responsible for using construction best practices for keeping any process spills separated
from exposed ground and/or foundations during demolition.
• Removal and replacement of all concrete, steel, or piping to complete the installation is the sole
responsibility of the contractor. The contractor will need to notify Sierrita of any items requiring changes
not notated on the construction drawings at least three (3) work days before the changes need to occur.
• After installation of the replacement boxes is complete, contractor will be responsible for demoing out
the existing A and B side scavenger tails boxes.
Concrete
• The contractor shall be responsible for furnishing and installing rebar and concrete per the construction
drawings.
• All concrete shall have a ¾” chamfer unless noted otherwise on the drawings.
• Demolished concrete shall be repaired to the original layout per the construction drawings.
• Tank and pump pad may be poured separately from ancillary concrete fixtures (stairs, entry landing,
etc.).
Structural
• The contractor shall be responsible for removing and relocating the stairs just North of DD line to the
East side of the column cells. This includes modifying the handrail to maintain the safety and function of
the existing and modified decking.
Mechanical
• The contractor shall be responsible for pump alignment and belt tensioning.
• Gland seal water shall be field routed overhead from the source identified in the drawings. A gland seal
header will terminate at each tank and final connection to the pumps will be hose. Gland seal water to A
side and B side pumps shall have ball valve isolation at an accessible location.
4|Page
Piping
• Piping shall be sloped as shown on all construction drawings. Piping with no designated slope shall be
assumed level.
• Bolts shall be trimmed so that two (2) threads extend past the nut after final alignment and tightening.
• Overhead piping shall be supported such that either side of any connection is braced against motion.
Piping shall be supported from above whenever possible.
• Piping shall be installed so as to minimize down time during tie in and turn over.
Electrical
The contractor will be expected to include each of the following line items in the bid proposal sheet provided by
Sierrita:
Bid Requirements: THE FOLLOWING ITEMS ARE REQUIRED AT THE TIME OF BID SUBMISSION to be
considered for award
Please provide the cost of the project as a Lump Sum price broken down in a spreadsheet as provided by
Sierrita. To the contractor’s best ability the contractor will accurately and in good faith complete the provided
spreadsheet in entirety. Attachments will not substitute or be an acceptable way to complete the provided
spreadsheet; all information must be directly entered into required cells.
• The proposal shall also report the following, included in the project bid sheet:
6|Page
o Proposed Staffing personnel
o Man-hours
o Planned overtime hours
o Standby rate (labor and equipment, if any)
o Work week hours
o Planned per-diem rates (for workers traveling from greater than 50 miles)
o List of subcontractors (shall include subcontractor’s TRIR)
o Subcontractors (costs and mark-up)
• Proposal shall include all contractor and sub-contractors site requirements such as office trailers,
connex, laydown yards, etc, that are required for the contractor to complete the work. All items shall
include electrical demands (if needed), and rough dimensions of each item. A map/plan view of the
proposed layout is preferred.
• Provide a project specific risk assessment prior to beginning work. To be reviewed during project
kickoff meeting.
• Provide a construction plan which at a minimum shall include how the contractor plans on maneuvering
the pipe, structural steel, building materials into position. This should also include demolition items.
• Provide preliminary project schedule for Fabrication, construction of new headers, and completion of
demolition.
1) Contract and Receipt of Service order: Prior to incurring any cost from work associated with this
project, the contractor must have a valid contract and have received a service order from the FMI
GSC Contract Administrator. This includes training activities.
2) Supplier Qualification Form: Potential suppliers, vendors or contractors (collectively “Supplier”)
seeking to transact business with Freeport-McMoRan Copper & Gold Inc. and/or its related entities
(collectively “Company”) may complete and return this application for consideration. Attach
additional explanations and required documentation as noted. Review Company’s Global Supply
Chain policies and practices at: http://www.fcx.com/company/business.htm.
Supplier may register for online Competitive Bidding Events (CBEs), by completing the Registration
Form and links available at: http://www.fcx.com/company/g_supplier.htm.
Many Contractors have already completed this prequalification. Please check with Sierrita Global
Supply group to see your companies’ status. This must be current and approved by Sierrita GSC
prior to issuance of a contract.
3) Health and Safety Plan (HASP): The Contractor shall submit a job specific health and safety plan
(HASP) for the project. Refer to the HASP Check list for an outline of the minimum requirements
that shall be required to be included in the HASP. The checklist lists plan elements such as hot
work, rigging, confined space, etc… These are high risk activities. The contractor shall at a minimum
create a HASP with policies and procedures mitigating the dangers associated with these high risk
activities. These policies and procedures must meet or exceed those adopted by Sierrita. The
Sierrita policies and procedures are available for reference. It is the expectation that the contractor
shall train their employees on their approved policies and procedures. The HASP shall be kept on
the jobsite for reference.
4) Project JSA: The Contractor will be responsible for completing a job specific JSA in electronic
format provided by Sierrita. The job specific JSA shall include a list of all health and safety hazards,
potential outcomes and controls for each task performed. This JSA must include items covered by
7|Page
the Sierrita Engineering Risk Register. The Sierrita Engineering Risk Register shall be issued with
the bid package, along with a Blank JSA and an example JSA.
5) Training Plan Submittal: The contractor shall submit a training plan which shall include at a
minimum the following items. Please reference the contractor training plan submittal form.
a. List company name, company contact (Name and Phone number), company Safety
Manager (Name and Phone Number), list a brief description of work to be performed.
b. Company’s MSHA Part 48 Training Plan
i. If contractor provides their own MSHA Part 48 training, list MSHA Certified
Instructor credentials (include instructors MIIN). Provide a copy of Companies
MSHA Part 48 training plan.
ii. If contractor outsources training to a designated institute, provide name and location
of institute.
c. Provide the company’s Training Procedures for:
i. Performing Risk Assessments
ii. Performing work Place Examinations
iii. Managing Fatigue
iv. Freeport-McMoRan Contractor Health & Safety Manual Familiarization
v. Onboarding of New employees to Sierrita Property
vi. Supervisor/Leadership Roles
vii. Environmental and sustainable development.
d. Complete Global Significant Risk (GSR) checklist (See Contractor Training Plan Submittal
Form)
i. For all GSR’s that will be performed on Sierrita Property, the following
documentation must be submitted for each GSR.
1. Length of Training (Classroom/field hours)
2. Summary of training, topics covered and methods employed to ensure
employees understand the critical controls associated with the GSR (Must
align with the respective Freeport–McMoRan policy)
3. Qualifications of Instructor(s) providing the training
4. For mobile equipment this information must be provided for each type of
equipment that will be operated on-site (JLG, loader, bobcats, etc.)
7) Chemical Inventory Approval: The Contractor will submit SDS/MSDS’s for all chemicals that will
be brought onto the Sierrita site. These must be reviewed and approved for use prior to being
brought onsite. The contractor will be subject to compliance audits.
8|Page
8) Preliminary Site Access Request: The Contractor will submit a list of all personnel that will be on
the Sierrita site. This list will be reviewed to determine if contract employee candidates will be
allowed to access the site. This list shall be kept recent and it shall include sub-contractors.
9) Contractors’ request for Sub-Contractor Utilization: Contractor will be required to fill out and
submit this form for approval for every subcontractor (Company) intended to be used on the project.
10) Sierrita Contractor Access Authorization Form: The Contractor and all Sub-Contractors shall
complete a Sierrita Contractor Access Authorization Form for all personnel. Once a contract is in
place and all items 1 through 9 have been completed, contract employees will be permitted access
authorization forms. These forms will need to be completed prior to issuance of site access badges.
11) Project Kick Off Meeting: Prior to commencement of work the contractor and all subcontractors
shall participate in a project kick off meeting. Please refer to the Kick off Checklist for items
discussed in this meeting.
12) In Field/Pre Use Audit: Prior to bringing any tools or equipment onsite FMI project management
will need to perform an infield/ Pre use Audit.
Reference Documents:
• Bid sheet
• FMI Risk Register
• Example Project JSA
• Blank JSA Template
• Example Workplace Examination Form
• Example Pre-shift Inspection Form
• Example Daily JSA Template
• Details for pipe connections, pipe hangers
• Drawing for launders please list drawing number provide shop drawings as necessary
• Original Reference Drawings
o 50-1-01
o 50-4-201 thru 204
• New Project Drawings
o LAUNDER TIE IN_DTLS : CAD file and PDF
o 50-4-0649 Sht1 and Sht2: Auto Cad file and PDF
It shall be the responsibility of the contractor to ensure they have Contacted GSC for the most recent version
of the following documents:
General Conditions:
• Contractor shall perform and furnish all the work, labor, services, materials, equipment, tools, scaffolds,
appliances and other items necessary for completion of the described work; unless specifically listed in
this scope of work. This includes but is not limited to surveying, construction layout, and construction
staking, all bracing, shoring and hoisting of construction loads, rigging, area access (flags, barricades
and tags) and fall protection as required.
• The Contractor must submit a plan of work along with the bid. This plan must include a high level
description of the proposed methods for mobilizing and installing xxxx, tying in the xxxx and
demolishing and disposing of the xxxx. This plan must be submitted along with a high level schedule
that will outline the estimated timeline included in the description of bid items section. The Contractor
shall visit the site and familiarize themselves with the existing conditions prior to submitting a bid.
Contractor shall coordinate with a Sierrita Contracts Administrator to schedule all site visits.
• Prior to incurring any cost from work associated with this project, Contractor must have a valid contract
and have received a service order from the FMI GSC Contract Administrator. This includes any and all
billable training expenses.
• All authorization for additional work and/or expenditures beyond the original Scope of Work must come
from an Authorized Person and identified in a written and fully executed Revised Service Order, prior to
the commencement of the additional work. The Contact Person is not considered an Authorized Person,
and any such agreements, either orally or written, will not be considered binding. The Authorized Person
is defined as an FMI GSC Contracts Administrator only.
• If unanticipated conditions are encountered during the course of construction and are beyond the scope
of the agreement, the Contractor shall immediately notify the Sierrita project manager. If the project
manager and Contractor determine any conditions to be beyond the control of the Contractor and
outside the contracted scope, a change order must be submitted to Sierrita before any work beyond the
scope is conducted. No additional work will be authorized without prior review and the approval of a
change order by the FMI GSC Contracts Administrator.
• For purposes of interpretation, if and to the extent that there is any conflict among the terms of the project
documentation, the priority of such documents shall be as follows:
10 | P a g e
(1) Service Order;
(2) Supplement;
(3) Agreement;
(4) Request for Proposal; and
(5) Construction Documents and Specifications.
• Contractor shall submit any Request for Information (RFI) proposal in writing to Sierrita in a timely
manner as not to delay the project schedule. Allow (14) days for formal RFI responses.
• Contractor shall commence the work when notified to do so by Sierrita and shall diligently pursue and
complete the work in coordination with operations being performed in the area, in accordance with the
project schedule that has been approved by Sierrita Contact Person.
• All onsite workers, both Contractor and sub-contractor, shall hold current MSHA certification throughout
the duration of the contract. The Contractor shall provide written documentation confirming MSHA
certification for the past two years, Hazard Recognition Training, Site Specific Training, and all relevant
MSHA 5000-23 certifications for all onsite workers. Said written documentation for all workers shall be
kept readily accessible onsite throughout the project. All work shall be performed according to the
Sierrita Contractor HSE package, and in accordance with any applicable Sierrita or MSHA policies. Add
CSM Link and applicable Part II safety categories and requirements.
• Sierrita currently maintains industrial general permit coverage for storm water management at the site.
The Contractor shall comply with all provisions of the Arizona Department of Environmental Quality
(ADEQ) Multi-Sector General Permit (MSGP) SWPPP for the Sierrita mine. The Contractor shall not
discharge any potential pollutant including water, cement, solid wastes, trash, sediment or other
materials offsite. The Contractor shall comply with any other direction associated with MSGP
compliance by Sierrita or any agencies contracted by Sierrita.
• All waste materials shall be disposed of according to the Sierrita Contractor Health, Safety, and
Environmental (HSE) package supplied with the contract. The Contractor shall, at its own cost and
expense, (1) keep the premises free at all times from all waste materials, packaging materials and other
rubbish accumulated in connection with the execution of its work by collecting and depositing said
materials and rubbish in locations or containers as designated by Sierrita, (2) clean and remove from its
own work and from all contiguous work of others any soiling, staining, mortar, plaster, concrete or dirt
caused by the execution of its work and make good all defects resulting there from, and (3) at the entire
completion of its work, remove all of its tools, equipment, scaffolds, shanties and surplus materials.
Should the Contractor fail to perform any of the foregoing to Sierrita’s satisfaction, Sierrita shall have the
right to perform and complete such work itself or through others and charge the cost thereof to the
Contractor.
• All unused construction items shall be transported to and stored as directed by Sierrita, and in
accordance with the HSE packet.
• Regardless of the dimensions on the plans, specification and other contract documents, it shall be the
obligation and responsibility of the Contractor to take such measurements as will ensure the proper
matching and fitting of the work covered by this agreement with existing and/or contiguous work.
• Should the proper and accurate performance of the work hereunder depend upon the proper and
accurate performance of other work not covered by this agreement, the Contractor shall carefully
examine such other work, determine whether it is fit, ready and suitable condition for the proper and
accurate performance of the work hereunder. Contractor shall use all means necessary to discover any
defects in other such work and before proceeding with the work hereunder, report promptly any such
improper conditions and defects to Sierrita in writing and allow Sierrita a reasonable time to have such
improper conditions and defects remedied.
11 | P a g e
• The work hereunder is to be performed and furnished under the direction and to the satisfaction of the
Contact Person. The decision of the Contact Person as to the true construction, meaning the intent of
the plans and specifications, shall be final and binding upon the parties. Company will furnish to the
Contractor such additional information and plans as may be prepared by the Contact Person, to further
describe the work to be furnished and performed by the Contractor, and the Contractor shall conform to
and abide by the same.
• The Contractor shall at all times provide sufficient, safe and proper facilities for the inspection of the
work by the Contact Person and/or their authorized representatives. Inspections may occur in the field,
at shops or at any other place where materials or equipment for the work are in the course of
preparation, manufacture, treatment or storage.
• The Contractor shall, within twenty-four hours after receiving written notice from the assigned contract
administrator, proceed to take down all portions of the work and remove from the premises all materials
whether worked or unworked, which the Contact Person and/or Contact Person shall condemn as
unsound, defective or improper or in any way, failing to conform to this agreement or the plans,
specifications or other contract documents. Additionally, the Contractor, at its own cost and expense,
shall replace the same with proper and satisfactory work and materials, and make good all work
removed by or as a result of such unsound, defective, improper or nonconforming work.
• Company shall not be responsible for any loss or damage to the work to be performed and furnished
under this agreement, until after final acceptance thereof by the Contact Person and/or Contact Person,
nor shall Company be responsible for loss of or damage to materials, tools, equipment, appliances or
other personal property owned, rented or used by the Contractor or anyone employed by it in the
performance of the work.
• All construction areas will be restored to the same or better condition than existed prior to construction.
All property improvements including roadways, walls, driveways and walkways altered, removed or
damaged during construction shall be restored to the same or better condition than existed prior to
construction. Contractor shall restore all signs, guardrails, fences, and all other items within their
construction limits in kind. The Contractor is advised that the cutting and replacement of all pavements
is considered part of this agreement and no additional compensation will be paid for this work.
• The Contractor shall be responsible for submitting their company’s health & safety policy, training plan,
chemical inventory, various work permits (hot work, blue stake, etc.), vehicle inspections, etc., to the
Contact Person. The Contractor and all Sub-Contractors shall submit a job specific safety plan for the
project in general, as well as job specific safety plans for individual construction activities. The safety
plans shall list/identify any hazards/dangers that may be encountered in performing the work, and
identify detailed mitigation plans/procedures. This is to be reviewed in detail during kickoff meeting.
• Prior to entering into any Subcontract, Contractor will provide to the Contact Person a written description of the
portions of the Work proposed to be subcontracted, the company name and list of individuals, of the proposed Sub-
contractor(s). Within seven (7) business days after the Contact Person’s receipt of such information, Company will
notify Contractor, in writing, of Company’s approval or disapproval of the proposed subcontracting of Work, the
Sub-contractor or the individual Sub-contractor employees.
• All Contractor employees must be able to communicate competently, both written and orally, in English.
• Contractor will be responsible for completing a project specific risk assessment in electronic format
provided by Sierrita before work is allowed to proceed. Project specific risk assessment will be reviewed
at a kickoff meeting to be held before work commences.
• Contractor is required to have emergency contact information readily available for all individuals working
on-site. Contractor is also required to submit emergency contact information to the Contact Person for
12 | P a g e
each employee (including sub-contractors) on site at the kick off meeting, prior to the project beginning.
Contractor also must maintain the list as current for the duration of the project.
• All surveying, construction layout, and construction staking is the responsibility of the contractor.
• The contractor shall coordinate with the owner’s onsite representative for Blue Stake of existing utilities
and for field verification of their locations and depths. It is the contractor’s responsibility to locate
existing utilities by potholing or other methods approved by the owner.
• The contractor shall verify, in the field, the locations of all existing underground facilities prior to
beginning work. Locations, where shown, are approximate, based on information supplied by the
owner. The contractor is responsible for resolving all utility and drainage conflicts in compliance with all
governmental regulations. Any utilities damaged by the contractor shall be repaired at their expense
and is a definite part of this agreement. Additionally, prior to trenching in areas of existing utilities, the
contractor is to field verify all locations.
• Contractor is responsible for all means and methods in order to complete the project as defined in the
construction documents, including all bracing and shoring for construction loads. Contractor to provide
an engineer’s review for any applicable construction loads.
• Contractor to maintain flags, tags, and barricades as required through the duration of the project.
• Contractor to flag and barricade area of work when overhead work is being performed per Sierrita
Policy.
• Contractor is responsible for all lift plans, hoisting, rigging, area access, and fall protection required to
perform the work
• Contractor and all subcontractors are required to attend a 6 hour site specific training session before
beginning work on site.
• All contractor employees who will be operating a Sierrita overhead crane will be required to attend an 8
hour training class at the Sierrita Training Center. The employee will also be required to complete 2-3
hours of field training on each crane they will operate during the project. Once all training is complete,
Sierrita will issue a 5000-23 for the employee to operate the crane.
• Any damage the contractor may induce on Sierrita property will be the responsibility of the contractor to
repair at the contractors own expense.
• A hot work permit will be required for all work producing heat including welding, grinding or cutting and
all hot work will be in compliance with all MSHA and Sierrita specific guidelines. Contractor shall be
responsible for providing all means of fire protection.
• While working at Sierrita, the contractor will maintain daily communication with respective area
supervisors keeping them up to date on progress, hazards and location of hazards induced by
contractor work, and the arrival and departure of the contractor each day will be required.
• All billings shall be invoiced monthly by the 22nd of the month or the closest business day to the 22nd.
This invoices shall be comprehensive of liabilities incurred since the last billing including but not limited
to labor, materials, rentals, etc. Failure to submit an invoice within 60 days of the end of the particular
calendar month which the liabilities are incurred will relieve the Company from paying any amount
beyond that which Company may verify from its records as due and payable and such determination will
be final.
13 | P a g e
• The contractor should account and be prepared for delays attributed to any possible upsets that may
overflow the XXXXXXXXX contractors work area with material. Note upsets do occur in this area with
the current launder, and this will not be considered an unexpected event. The contractor will not be
responsible for removing any upset material that is not of the cause or negligence of the contractor,
however it will be the responsibility of the contractor to notify both Mill Maintenance and the Project
Manager as soon as possible if a spill or launder overflow of any size occurs. The contractor will not be
allowed to continue work in a flooded area if such conditions could cause insecure footing and slipping
hazards until such hazards are removed.
• It will be part of the contractor’s scope that any physical interference(s) to the new launder such as, but
not limited to, piping, conduit, structural members, guarding/railing, walkways, lighting, or support
members must be re-routed, removed, replaced or worked around in a reasonable manner as not to
impact the purpose of such items or the function of the launder or any of its components. The contractor
must receive approval prior to removing, replacing, rerouting or altering any current component unless
specifically identified in this scope of work.
• As stated above, the contractor may have limited access to the overhead crane, it will be the
responsibility of the contractor to coordinate with Mill Maintenance the times the crane will be made
available for contractor use. Any contractor personnel planning to operate any overhead crane at Sierrita
will be required to attend the Sierrita overhead crane training course. No contract personnel will be
allowed to operate the overhead crane without proper Sierrita training and documentation.
14 | P a g e
CAS QUICK REFERENCE
END USER
CAS Overview and Process
The Contract Administration System (CAS) is a web-based, global application for service orders and the administration of contracts.
Using this system, users can:
• Create service contract requests, enter service receipts and review invoices
• Handle administration of contracts and invoice discrepancy resolution
• Search for contract requests and agreements
CAS Access
Connect to CAS through FMWeb. On the FMWeb home page:
1. Under Tools and Resources, choose Applications and then click CAS. CAS launches.
-OR-
2. Go the CAS link at http://phxhome/GlobalCAS/. CAS launches.
E-MAIL NOTIFICATIONS
The CAS system will generate an email notification to the requestor confirming
their request was submitted, confirming the type of request, and providing a
summary of the Request Information and User Information. A link is provided
within the email to view the request.
The CAS system will generate an email notification to the Approver, containing
a message with the action required. The Approver can view comments
regarding the routing of the request, and view a summary of the Request and
User Information. A link is provided within the email to view the request.
MY ACTIONS
My Actions is a Web-based application and is used to manage CAS requests and work-related assignments. The My Actions serves as
a central gateway to check and control processed and unprocessed requests and assignments. It gives you complete information for
items waiting for your approval, submitted requests and tasks assigned to you. For detailed instruction, go to the following link:
http://fmweb/sites/supportcenter/pagetabs/training/aspx and click the My Actions End User Guide link.
MY APPROVALS
The Approver will receive an email from the system alerting them of a CAS requisition to
approve. Or the Approver can go to My Actions through FMWeb, click the My Approvals
tab to view and take action on approvals assigned.
1. Click on the requisition to view details and click Approve.
REDIRECT a REQUEST:
If necessary, a requisition can be Redirected to another user for approval. Redirect takes place in‘My Approvals tab.
1. Open request by clicking on the requisition; Review Request screen opens.
2. In Approval Information section, input approver name in Redirect To field, or click Search to locate and select employee.
3. Click Redirect button at bottom of screen to send (NOTE: request will disappear from your list).
NOTE: When doing an Approval, if the request exceeds your authorization limit, the system automatically
generates information stating further approval is required.
MY REQUESTS
The My Requests tab displays all the requests you have submitted (NOTE: You can sort
by Date, Type, Description, Status, Request For).
1. Click on the request; Review Request screen opens.
2. Click Close to close request.
DELEGATION in CAS
Delegation allows you tho authorize another person to approve requests in your behalf,
and CAS approval is done in the My Approvals tab of My Actions.
1. In the My Approvals tab, click More Actions and select “I want to delegate approvals to others”
2. Under List of Items for Delegation select the item you want to delegate.
3. Under Approval Delegation, input the name or ID of the person you want to delegate to. (NOTE: Click Search to locate and
select employee).
4. Click Delegate. A confirmation appears that states “You have authorized the following person to approve on your behalf” and lists
the selected individual.
MY ACTIONS/REDIRECT/DELEGATION
CONTRACT REQUEST/ AGREEMENT SEARCH
CONTRACT REQUEST SEARCH
You can search for a contract request that you have submitted to track approval
and process:
1. Go to Contract Management and select Contract Request Search.
2. Search parameters include:
District code (display lookup), CR Creation Date, CR value (various value
types, including range which is inputted below), Requested by, Requested
for, Contract Administrator, CR number, Supplier name (“Find” link allows
you to search for supplier) CR status, Has site visit?, Cost allocation
3. You also have the option to show non-zero contract request amounts only
(check box) or not (uncheck box).
4. Select parameters and click Search. Data is returned.
5. Click the CR number. The Contract Request is displayed.
NOTE: You can print or close your contract request from this view. Click Close to return to search screen
AGREEMENT SEARCH
You can search for contract agreements to look up
additional information for a supplier:
1. Go to Contract Management and select Manage
Agreements.
2. Search by Number, Title, Description,
or Supplier Name. You can also
search by agreement status. Status is
set to active by default. For additional
parameter options click Advanced
Search.
3. Select parameters and click Go.
Results are displayed.
4. Click on agreement number or title to
display the agreement.
1. After selecting the Service Order tab on the desired agreement, select the service order that you wish to modify a receipt for.
2. Select the Receipts tab at the bottom of the page and click Modify Receipt.
3. Make modifications as needed, and click Submit.
4. A updated Proforma Invoice is generated and sent to the supplier.
NOTE: The updated Proforma Invoice will have a new version number.
NOTE: Service receipts must be done in a timely manner. Escalation will occur if service receipts are not entered into CAS
following receipt of service.
Scenarios/Possible Solutions
Review the following scenarios to assist you in working through the invoice discrepancy resolution process:
Mismatch Æ Amount on proforma invoice does not equal the amount on the invoice sent by the supplier
• Reject the invoice
• Find receipt that matches the invoice and approve invoice
• Modify receipt to match invoice and approve invoice
Mismatch Æ Invoice sent by supplier does not contain a proforma invoice number
• Reject the invoice
• Create a receipt to match the invoice and approve invoice
NOTE: If the invoice does contain a valid Service Order number, it can be accepted into CAS. However, the Contract Responsible will receive an email
indicating that the invoice needs to be matched to a receipt or to create a receipt that matches the invoice.
Match Æ Proforma invoice number is on the invoice sent by the supplier and the proforma invoice amount matches the
amount on the invoice sent by the supplier
• Approve the invoice
NOTE: If you receive credits or revised invoices, scan the documents and send them to A/P as an attachment to a Global Call Center (GCC) ticket..
ACRONYMS
• AFE (number): Authorization for Expenditure • MSA: Master Service Agreement
• CA: Contract Administrator • PI: Proforma Invoice
• CAS: Contract Administration System • SO: Service Order
• CR: Contract Request • SR: Service Request
DEFINITIONS
• Agreement: See Contract.
• Amendment: Changed agreement to an existing contract.
• Amendment Number: Shows how many times the agreement has been amended (formal amendment or internal amendment).
• Contract: A legal agreement between two parties which define services to be provided and payment terms.
• Contract Request: A request made by an end user for a contract to be created, reviewed and approved for services.
• Contract Responsible: The person who will approve that the work on a Service Order has been completed. This person will be responsible for
creating a Receipt or approving a Receipt that was created by someone else (Receipt approval –handles invoice discrepancies). Typically the
person that is monitoring work and can verify that the work is completed.
• Contract Administrator: The person that creates the contract within CAS. Contract Administrator will create a contract after End User submits a
Contract Request. Contract Administrator (only if specified on contract) approves service orders.
• Contract Owner: (Optional feature) Person that approves service orders against contract (only if specified on contract). Contract Owner could be
the same person as the Contract Responsible.
• Contractor: A person or supplier who provides services.
• Contractor Invoice: Invoice from a contractor, supplier or vendor demanding payment for services rendered.
• Discrepancy Resolution: A process by which discrepancies are resolved.
• Formal/External Amendment: Requires a signature from the supplier.
• Formal Amendment Number: Shows how many times the agreement has been formally amended with supplier.
• Internal Amendment: A change made for internal use that does not change the terms of the agreement and does not require a signature from the
supplier (i.e. change in contract responsible or owner).
• Internal Amendment Number: Shows how many times the agreement has been internally amended (i.e. changing the contract
administrator/owner, or a change that does not require supplier signature).
• Low Dollar Low Risk (for Contract Type): Total amount is less than or equal to $25,000.00, risk level is type 1 or type 2, difference between
estimated finish date and estimated start date is less than 1 year, service order should not be tied to any contract.
• Master Agreement (for Contract Type): An agreement containing standard provisions applicable to a variety of contracts between Company and
Contractor. Neither company nor contractor have any obligation or liability under the master terms and conditions.
• Offsite Service (for Contract Type): Service to be performed outside of company property.
• Product and Service Agreement (for Contract Type): An agreement that sets forth provisions applicable to purchases of Products and Services,
from time to time, by company. Contractor has determined that it is in their best interest to negotiate and execute one agreement that sets forth
basic terms and conditions that will apply to the sale of Products and provision of Services, from time to time, by Contractor.
• Proforma Invoice: A document that is created and sent to the supplier when a service receipt is created in CAS. A Proforma Invoice includes all
the details of the receipt and provides the supplier with the Proforma Invoice number, which the supplier is required to include on their invoice.
• Requested by: Person inputting the information.
• Requested for: The person who needs the contract. If the Requested For is different from the person inputting request, then the person in the
Requested For position will need to approve the Contract Request, regardless of the financial authority of the person inputting the request.
• Service Agreement (for Contract Type): Document specifying services to be performed, from time to time, by specified contractor.
• Service Order: Is created in CAS by ender user against a contract. Approved service orders generate a service order (work authorization)
document that is sent to the supplier, notifying them that work has been authorized and can commence.
• Service Receipt: Transaction made in CAS, confirming receipt/completion of a service. See Proforma Invoice.
• Single Source (Supplier): Not a sole source provider, but the only provider desired for the specified service as a result of current business need.
• Sole Source (Supplier): Supplier/contractor is the only provider for the specified service.
• Supplier: See Contractor.
• Supplier Invoice: See Contractor Invoice.
• Supplement: Contract between Company and Contractor that incorporates a Master Terms and Conditions, in which the Contractor agrees to
provide services.
• Work Authorization: Is referred to in CAS as a Service Order and is to notify contractor that work has been authorized.
Safety:
1. Follow all Safety procedures for accessing Raw Water Booster station. Ongoing Ongoing
Permitting:
1. Blue Stake permit will be required for pot-holing existing or former utilities Richard To be
to concrete pad where tank was located. Copies of previous plans sheets Scheduled
Schedule:
1. Raw Water Booster schedule submitted for review. The lead time for design Curtis Ongoing
of Phase 1 (Pipe Cuts and Wye Connection) should be moved up to Week of
26 March to schedule and perform Bid-walk.
2. Results and Summary of Geotechnical Evaluation completed and with WR. Completed 23 Feb. 2018
3. Review of materials list to request operational servicing of high performance Curtis Ongoing
butterfly valves, dismantling joints, and order new flange end sections.
Open Discussion:
1. Discussed working or exercising the existing 36” dia. 350 psi rated mortar- Mike / Follow-up
lined steel wye, high performance butterfly valves. Follow-up with Mike to Richard
coordinate with Bermingham Controls. Work Oder to include cleaning,
reseal, drain/fill valve gear box, recoat as necessary for above ground install.
The dismantling joints may not be used in current design.
2. Discussed opportunities to have design/construction completed in two Richard / Ongoing
phases, – 1st Phase for 36” dia. wye and valve installation, – 2nd Phase for 36” Curtis
dia. pipe, valve and header assembly, 12” dia. pipes to booster pumps, and
16” dia. pipe to valve and pneumatic tanks.
Additional Action Items:
1. Design to demonstrate relocation of existing light pole for greater use of Curtis Ongoing
access drive and open area north of proposed header.
2. Follow-up with FMI Blue Stake for identifying existing utilities with regard Richard Construction
to proposed pipes, valves, and construction activities.
3. Coating specification for steel pipe generated and submitted to FMI. Curtis Discussions
4. Existing pipe sections to be epoxy coated by outside vendor and returned. Richard ongoing
Submittals:
Preliminary Schedule and Spec. Sections
Next meeting:
Wednesday, 21 March 2018
CAD DELIVERABLE
GUIDELINE
CAD Deliverable Guideline
_____________________________________________________________________________________________________________________
IMPLEMENTATION OF CAD
Introduction
The purpose of this manual is to define information, procedures and responsibilities relevant to
CAD work completed by A/E consultants in order to assure accurate and consistent work.
Introduction
Refer to the project Scope of Work to determine which type of transmission method is required
for each project submission.
The size of attachments to e-mails on the Freeport-McMoRan network is limited to four (8)
megabytes total.
Compact Discs
Compact discs should be type CD-R, and include a clear plastic jewel case with a readable spine
(i.e. not a thin-type case). Discs must be labeled with the following information:
The jewel case must include a label with the above information located on the face.
Documentation
Transmittal sheets are to accompany hard copy deliverables. Sheets will identify each drawing
submitted by name with date and number of latest revision.
Introduction
These drawings serve as the official project record. Each sheet represents one and only one
plotted drawing.
File Format
All sheet drawing deliverables shall be submitted in AutoCAD format (.DWG) using the FMI
Sierrita title block, and Adobe Acrobat format (.PDF), created from AutoCAD Drawings. There
shall be one of each type per printed sheet in the set.
Dwg files shall be in AutoCAD 2013 format or later. Adobe Acrobat (PDF) files should be
compatible with Adobe Reader version 10.0 and later.
Sheet drawing files represent the finished construction documents for a project, they are
designated following sheet naming conventions that correspond to the drawing number for each
sheet.
The naming convention is as follows: Freeport-McMoRan Sierrita area number, (two characters),
discipline, one character), and sheet sequence (four characters). See Figure 1 below.
Figure 1
Freeport-McMoRan Sierrita uses the following numbering convention to designate all plant
areas:
Area 10 - General – Plot Plans, Flow Sheets, Schedules, Typical Details, Water Supply System,
Railroads, and Site Preparation
Area 11 - General Facilities
Area 15 - T.E.P. Sub-Station, Job #b-35925
Area 20 - Mine Area – Shops, Office, and Original Overland Conveyor
Area 21 - Stationary Ore Crusher Facilities (2nd Generation Primary)
Area 22 - Portable Conveying System (Dutec)
Area 25 - Portable Crusher (Dutec)
Area 26 - Twin Buttes Stationary Crushing Facility
Area 30 - Coarse Ore Handling and Storage
Area 31 - Ore Conveying System (from stationary crusher to coarse ore pile)
Area 32 - Waste Conveying System
Area 33 - Ore Conveying system, Cyprus, (1998), Related Area 26
Area 34 - Twin Buttes In-Pit Conveying System, “B” Stacker
Area 35 - Twin Buttes Cross-Country Conveying System (pan feeder B7)
Area 40 - Fine Crushing Area
Area 50 - Copper Concentrator Area: Copper-Moly Thickeners, Lime and Reagent Plant
Area 55 - SX-EW Plant (Old Johnson Camp)
Area 56 - SX-EW Plant #2 – Esperanza
Area 57 - SX-EW Plant #3
Area 58 - EW Plant – Twin Buttes
Area 60 - Moly Concentrator Area: Moly and Copper Thickeners, Filters, Leaching, Roasting and
Storage
Area 65 - Moly Packaging Area
Area 66 - Ferro-Moly
Area 67 - Rhenium Plant
Area 68 - Sodium Molybdate
Area 69 - ADM/AHM Plant (Clear Plant)
Freeport-McMoRan Sierrita uses the following numbering convention to designate all drawing
disciplines:
Page Setups
PDF pages must be orientated, when displayed on-screen, in the same direction as the hard-copy
would be read.
Scale
All PDF files must be created as if being plotted at full size on the same size paper being used for
the contract documents. When printed on the appropriate sized paper, all drawing scales shown
in the drawing should be accurate when measured with mechanical drafting tools.
Lineweights
Only use the highest range of lineweights to indicate major dividing lines such as section-cuts
and match lines.
The narrowest lineweights should be used for highly detailed items and column grids.
Within the middle-range, be sure to giving greater weight to new construction when occupying
the same plan as existing construction. Give even greater weight to annotations.
The standard Freeport-McMoRan Sierrita title block shall be used on every sheet. The first sheet
(cover sheet) in any set of drawings shall be designated the Title/Cover Sheet and will be
numbered according to the process outlined in the previous section.
All of the title block parameters are block attributes. To edit the attributes, use AutoCAD’s
DDATTE command.
Sheet Sizes
One of the following sheet sizes should be used for all projects (See Figure 2). The preferred
standard is Arch D (24 x 36 in). All drawings in a submission shall be produced in a consistent
format and drawing size. Sketches should be one of the Letter or Tabloid formats.
Figure 2
For the purpose of reduced document reading, all drawing notes shall be given in simple
AutoCAD text fonts. Fonts that are not standard to AutoCAD are not acceptable for use in
Freeport-McMoRan Sierrita drawings.
Upper-case lettering shall be used on drawings unless lower-case letters are required to conform
to other established standards, equipment nomenclature, or marking.
The plotted text strings form main drawing titles shall be no smaller than 6.4 mm (1/4 inch) high.
All other lettering shall be a minimum of 3.2 mm (1/8 inch) high with a 2 mm (1/16 inch) space
between lines of text.
Object Color
Avoid changing the color of an object, all objects should be created with all properties
BYLAYER.
Drawing Techniques
Prior to submission, all final drawings shall be purged of all the un-referenced line types, blocks,
layers, views, shapes, and text styles and all CAD drawings shall be saved and submitted with
the zoom display set to drawing “extents.”
Blocks
Blocks should be created for all entities that are used repeatedly on a drawing. Blocks should be
created with logical insertion points that are consistent with their placement in a drawing, such as
the bottom left corner, center of circle or radius, etc.
When defining new blocks, they shall be defined on layer “0” with the color and line type
parameters set to BYLAYER.
All entities shall be drawn with the LINE command or POLYLINE command with a “0”
thickness and a “0” elevation (except for civil elements such as contours). Line weight should be
assigned in plotting.
All lines must properly connect, i.e. corners should meet without overshooting.
Do not duplicate lines. Construction lines should be placed on a separate non-plotting layer.
Dimensions
Background Drawings, by definition contain few dimensions. When dimensions are required by
the Statement of Work, they shall be associative.
Dimensions should never be exploded, and text may only be entered manually if the dimension is
intended to be an approximate, minimum, or maximum distance.
Layers
Layer naming convention is left to the discretion of the A/E consultant with the caveat that
names should be logical and not cumbersome.
Symbols
Introduction
Base drawings are by definition, re-usable. The requirements in this section are intended to be
applied to drawings for new buildings/building additions. While editing Sierrita supplied
background drawings, the A/E must maintain the standards in keeping with the way the drawings
were received.
File Format
All background drawing deliverables shall be submitted in AutoCAD 2013 format or later
(.DWG).
Drawing Setup
The origin of every file in the background drawing submission shall be at coordinates (0,0,0)
located at the lowest left-hand column line intersection that is consistent on each floor of a given
building.
Drawings inserted into one another at (0,0,0) shall always accurately represent the vertical
alignment of floors in the built reality of the building.
Areas of a floor that occur at different elevations relative to each other without overlapping
should be in the same drawing. Areas that occur as mezzanines, no matter how small, should be
relegated to a separate drawing, with the full building column grid included to help with spatial
reference.
Table A-1
SERVICE ABBREVIATIONS
WATER
BW BOILER FEED WATER
CW COOLING WATER
DW DISTILLED WATER
FW FIRE PROTECTION WATER
HW HOT WATER (HEATING)
MW MILL WATER
PW POTABLE WATER
RW RAW WATER
SW SEAL WATER
DHW CHILLED WATER
STEAM & CONDENSATE
BD BLOWN DOWN (BOILER)
CO CONDENSATE
ST STEAM
AIR
CA COMPRESSED AIR
NA INSTRUMENT AIR
FA COMPRESSED AIR (LOW PRESSURE)
FUEL
FG FUEL GAS
LPG LIQUIFIED PETROLEUM GAS
FO FUEL OIL
DF DIESEL FUEL
GA GASOLINE
OIL
HO HYDRAULIC OIL
LO LUBE OIL
SO SOLVENT
TO THERMINOL
SLURRIES
SL SLURRY
TA TAILINGS
CT CONCENTRATES
Table A-1 (Cont)
VA VACUUM
VT VENT
Table A-2
Table A-3
The quick key-ins above is additions/modifications to the standard AutoCAD alias commands.
This listing should be utilized by all users to create basic commonality between workstations.
Note: Bold entries are lisp routines.
5/2/23
Sierrita Mill Water Header Replacement Project
Company Name : AAA Contracting
Bid Items Cost Break Down
Labor Equipment Sub Materials
Regular Planned % Mark % Mark
Item # Item Descriptiton QTY Unit Unit Price Subtotal Total $ Hours OT Hours Total $ Total up Total $ Up
1 Mobilization/De-mobilization 1 LS $ -
2 Training 1 LS $ -
3 Relocation of Mill drive sump discharge $ -
4 $ -
5 $ -
6 $ -
7 $ -
8 $ -
9 $ -
10 $ -
Total Base Bid $ -
109 $ -
Example: Monday through Friday 9am to 5 pm
Please list Your Planned work week hours
Please List Equipment to be used and their standby rates below. Please List All Subcontractors below Please List Internal Personel to be used and their standby rates below. Some examples are prelisted .
Amend as necessary
Item Description Rate Unit Item Contractor Name TRIR Item Description Rate Unit
E1 hr P1 Supervisor Hr
E2 hr C1 P2 Foreman Hr
E3 hr P3 Safety Rep Hr
E4 hr C2 P4 Laborer Hr
E5 hr P5 Operator Hr
E6 hr C3 P6 Welder Hr
E7 hr P7 Hr
E8 hr C4 P8 Hr
E9 hr P9 Hr
E10 hr C5 P10 Hr
E11 hr P11 Hr
E12 hr C6 P12 Hr
E13 hr P13 Hr
E14 hr C7 P14 Hr
E15 hr P15 Hr
E16 hr C8 P16 Hr
E17 hr P17 Hr
E18 hr C9 P18 Hr
Company:________________________________________
Authorized Party:__________________________________________
(Printed Name)
Authorized Signature:_________________________________________________
Date:____________________
Contractor Lump Sum Bid Analysis
Detailed Engineering - XXXXXXXX
Bid Criteria Engineer A Engineer B Engineer C Engineer D Engineer E
Engineering
Training
Conceptual Development $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00
Procurement Support
Construction Support
Hours 1547 958 508 1980 632
Total Cost $100,000.00 $100,000.00 $100,000.00 $100,000.00 $100,000.00
Rate (Total Cost/Hours) $64.64 $104.38 $196.85 $50.51 $158.23
Weight Points Score Points Score Points Score Points Score Points Score
Total Cost 25% 1 0.25 3 0.75 5 1.25 2 0.5 4 1
Rate (Total Cost/Hours) 20% 4 0.8 1 0.2 2 0.4 5 1 3 0.6
Prior Experience 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Management Capability 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Bid Compliance 10% 5 0.5 5 0.5 2 0.2 4 0.4 4 0.4
Schedule 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Totals 100% 3.8 3.7 4.1 4.15 4.25
Scoring Criteria
Price - Based on Low to High
1st low bid = 5 pts
2nd low bid = 4 pts
3rd low bid = 3 pts
4th low bid = 2 pts
5th low bid = 1 pts
Bid Compliance
Addressed all bid requirements, no contract issues, provides benefits 'above & beyond' = 5 pts
Addressed all bid requirements and no contract issues = 4 pts
Addressed most bid requirement with minimal contract issues = 3 pts
Several requirements not addressed and several contract issues, but appear resolvable = 2 pts
Some major errors and omissions, with some major contract issues, still resolvable = 1 pts
Major errors and omissions, with major contract issues, not resolvable = 0 pts
Schedule
Can successfully complete project well ahead of budgeted time frame = 5 pts
Can meet budget time line, allowing for potential delays = 4 pts
Project schedule somewhat tight, but managable by contractor = 3 pts
Meeting project deadline will require close supervision by FMI = 2 pts
Schedule does not meet budget timeline, but not a major impact = 1 pts
Well beyond budget timeline, major impact = 0 pts
Management of Change Applicability Checklist
This checklist is used to evaluate if a Management of Change Request is required for a proposed change. Check all boxes that
apply, then use the “Request Category” to submit the correct Management of Change form in Global Call Center.
Check if
Applicability Questions Request Category
Applicable
Intranet-posted document is the controlled copy; verify printed document is current prior to use.
Management of Change Applicability Checklist
Will the change impact process control systems:
• New process control systems or upgrades to existing systems
• Modifications to existing instrumentation, alarms or interlocks? New Process Change
• Modifications to parameters or alarms on any pollution control equipment, water
delivery systems or APP permitted facilities?
Does the change impact any hardware such as phones, computers, process control New Technological
equipment, cameras, dataloggers, etc. (Hardware/Equipment)
Does the change impact any software or process control programs such as operating New Technological
systems, browsers, applications, PI, etc. (Software/Application)
Does the change involve a chemical:
• New chemical to be added to the process
• Chemical to be added to warehouse stock New
• Change in use or location of existing chemical Chemical/Material
• Change in the composition, concentration or supplier/vendor of an existing
chemical
Does the change involve consumable products:
• Change to an existing product (e.g. new formulation of crusher liners from the
existing vendor) New Product
• New product to replace existing product (e.g. ordering crusher liners from a new
vendor)
Will the change require controlled documents to be created/modified/removed?
(Controlled documents are documents required by Health & Safety, Environmental, New Form
Quality or any regulatory agency such as MSHA.)
Is the change a site-specific campaign or program, or the site-specific implementation Internal
of a Corporate campaign or program? Campaign/Program
Does the change involve the roles and responsibilities of any leadership roles or
New Organizational-
changes involving employees with emergency plan assignments? (This includes Spt.,
Related
Managers, GM, ELW and H&S employee changes/responsibilities.)
Does the change impact any site-specific or Corporate policies? New Policy
Will the change require controlled documents to be created/modified/removed?
(Controlled documents are documents required by Health & Safety, Environmental,
Quality or any regulatory agency such as MSHA.) New Procedure
Will the change in procedure impact any other departments/workgroups, including
support groups (H&S, ELW, GSC)?
Will the project require a laydown yard for contractors to temporarily store
parts/equipment?
Will the change impact an existing laydown yard, or is a new laydown yard needed? New Other
Will the change involve any abrasive blasting or large-scale spray painting?
Does the change impact any security controls such as gates, badges, locks or other
New Security-Related
security measures?
Will any roads (except haul roads) be added or modified? New Transportation
Will the change impact any routes of access? Route
If you checked more than one box, the Request Category may be “Project”.
If you have questions, please contact Health & Safety at 393-2200 or Environmental at 393-2211.
Intranet-posted document is the controlled copy; verify printed document is current prior to use.
Contractor Lump Sum Bid Analysis
Construction - XXXXXXXX
Training
Mobilization/Demobilization
Construction
TRIR 1.2 1.3 1 1 2
Schedule in Days 20 25 30 10 45
Total Cost $100,000.00 $150,000.00 $200,000.00 $80,000.00 $220,000.00
Weight Points Score Points Score Points Score Points Score Points Score
Total Cost 25% 1 0.25 3 0.75 5 1.25 2 0.5 4 1
Safety/Environmental (TRIR average
20% 2013 & 2014
4 ) 0.8 1 0.2 2 0.4 5 1 3 0.6
Prior Experience 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Management Capability 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Bid Compliance 10% 5 0.5 5 0.5 2 0.2 4 0.4 4 0.4
Schedule 15% 5 0.75 5 0.75 5 0.75 5 0.75 5 0.75
Totals 100% 3.8 3.7 4.1 4.15 4.25
Scoring Criteria
Price - Based on Low to High
1st low bid = 5 pts
2nd low bid = 4 pts
3rd low bid = 3 pts
4th low bid = 2 pts
5th low bid = 1 pts
Bid Compliance
Addressed all bid requirements, no contract issues, provides benefits 'above & beyond' = 5 pts
Addressed all bid requirements and no contract issues = 4 pts
Addressed most bid requirement with minimal contract issues = 3 pts
Several requirements not addressed and several contract issues, but appear resolvable = 2 pts
Some major errors and omissions, with some major contract issues, still resolvable = 1 pts
Major errors and omissions, with major contract issues, not resolvable = 0 pts
Schedule
Can successfully complete project well ahead of budgeted time frame = 5 pts
Can meet budget time line, allowing for potential delays = 4 pts
Project schedule somewhat tight, but managable by contractor = 3 pts
Meeting project deadline will require close supervision by FMI = 2 pts
Schedule does not meet budget timeline, but not a major impact = 1 pts
Well beyond budget timeline, major impact = 0 pts
Guidelines For AFE development
Approval Limits budgeting
• All AFE’s must go through various levels of approval depending on the amount of money
being considered. The approval limits also change depending on whether a project is
budgeted or unbudgeted.
• Site Level approval limit $1.5M Budgeted $750K unbudgeted
• A project is considered unbudgeted if the requested funds are above 15% of the
forecasted amount. To ensure sufficient funds are budgeted, update the expected costs
in the forecast the last month of each quarter (March, June, September, December).
• No funds should be forecast in the upcoming quarter for a project unless the AFE is
approved.
• All AFE’s should be supported with engineering costs with external labor and
equipment support. When applicable budgetary estimates should be obtained for
significant areas of work.
Contingency
• Contingency is a percentage of the estimated project cost to cover unexpected costs
risks involved with the projects (i.e. inflation, small scope changes). The amount of
contingency changes depending on the level of engineering.
o Pre-feasibility Studies: 30%
o Feasibility: 15-25%
o Detailed Engineering: 10-15%
Phased AFE
• This AFE writing strategy anticipates a capital AFE where it is known that there will be
the issuance of a supplemental to the original AFE.
o A supplemental is a modification to the original AFE, most commonly for requesting additional
funds generally as the result of changes, subtractions or additions to the scope. Note That
supplementals can be issued for the purpose of clarifying the deliverables provided by the AFE,
and may not have budgetary implications. Generally, we try to avoid writing supplementals, thus
this is why this is not the preferred method for writing an AFE.
• A phased AFE is used to expedite the timeline for project completion by writing an AFE
for portions of the Capital separately.
• Typically, a Phased AFE is written after the completion of an expense Feasibility Study
which generates a +/-15 to +/- 25% estimate, including costs associated with detailed
engineering as well as costs and lead times for all long lead time items.
• Phased AFE’s are generally used for Complex, lengthy and or Large capital projects.
• A phased AFE has two phases
o Phase one is written to Include capital requests for detailed engineering
o Phase two is written at the completion of detailed engineering (Or when the
Engineering firm can provide a +/-10 to +/- 15% estimate for construction). A
supplemental AFE will be written for all remaining procurement and construction
costs.
• Alternatively, it may be decided the project is so critical, urgent, simple, etc.. that a
feasibility is not necessary, and an AFE for detailed engineering is written.
o This is written with contingency associated with the level of engineering
completed. See contingency section above. If no engineering completed assume
30% contingency.
o At a minimum a Budgetary estimate will be obtained from an engineering firm
for writing the AFE for detailed engineering.
o Budgetary quotes will be required for long lead items, if it is determined
necessary.