Académique Documents
Professionnel Documents
Culture Documents
II~ OIL&GASDIVISION
INDEX
1. PROJECT DESCRIPTION 3
2. GENERAL 4
3. SCOPE OF VENDOR'S SUPPLY 4
4. DOCUMENTATION 4
5. SPARE PARTS 5
6. ENGINEERING NOTES 5
7. PURCHASER SUPPLIED MATERIALS 6
EXHIBIT A - SCHEDULE 1 8
1. PROJECT DESCRIPTION
WHP DESCRIPTION
The WHP is planned to be a minimum facility, which is not normally manned. The main
power supply for the ESPs, well bore heating, future work over unit (WOU) and other WHP
requirements is planned to be run via a subsea cable from the FPSO to the WHP. Utility
services required on the WHP will generally be provided onboard, unless there are
compelling reasons for some of these to also be provided via a subsea services umbilical
from the FPSO. Routine maintenance activities will be carried out by a day shift crew visiting
the WHP on a cyclic (weekly or fortnightly) basis. It is planned that the FPSO will provide all
the major processing, support services and utilities for oil stabilization and storage, gas
processing for fuel/flaring and treatment of formation water for disposal.
The WHP will be required to support a packaged work-over rig for ongoing operation and
maintenance of the wells and submersible pumps. The work-over rig will be designed for
installation and removal by the WHP crane. Work-overs are forecast to be carried out in
campaigns of 2 to 4 weeks duration for installation and removal of ESPs and for any other
downhole maintenance work. Work-over campaigns are expected to be performed on a
continuous 24 hours per day basis, with potentially two to three campaigns per year. The
offshore maintenance and work-over campaigns will be supported from the onshore base by
supply boats and helicopters as required to reduce accommodation requirements.
2. GENERAL
The materials to be supplied as detailed in this document is to be installed by Clough
Projects International Pty Ltd as part of the above-referenced Project's Scope of Work.
Vendor shall quote for the complete supply of the equipment/materials as listed below,
including the furnishing of all labour, supervision, materials, equipment, tools, supplies and
services required to manufacture, assemble, inspect, test, store prior to shipping (if
required), pack/protect for shipment and deliver the equipment/materials to the contractual
delivery point. The equipment/materials shall be supplied strictly in accordance with the
documents listed herein.
The Vendor shall also include for and satisfy all the requirements of:
• Vendor Document and Data Submittal Instructions
• Document and Data Submittal Requirements
Notes:
1. Work Included .......
a. The Vendor must allow for and be responsible for the complete design and supply of the
valves as listed above, including the furnishing of all labour, supervision, materials,.
consumables, equipment, tools, supplies and services required to design, procure, fabricate,
manufacture, assemble, test, inspect, preserve, package and deliver the goods. The goods
must be supplied strictly in accordance with the documents listed in Section 4 of this Exhibit
A and in accordance with the other Exhibits and attachments of this RFQ. This shall include
full compliance and equipment registration with New Zealand Government Legislation and
Regulations.
b. Goods listed above and further defined in this Exhibit A and the documents referenced in
Section 4 herein, including all accessories required to ensure the equipment is functional.
c. The Vendor shall provide guarantees for the equipment in respect to performance as
specified, design I stability, material and workmanship.
d Design and supporting calcu[ations and all other documentation as required in Schedule 1
of Exhibit A.
e Inspection, testing and certification documentation in accordance with Exhibit E and
documents referenced in Section 4 of this Exhibit A.
f. Packaging and delivery of the equipment to the nominated delivery point
2. Work Excluded .
a. Off-loading, unpacking, installation or erection of the equipment on site.
4. DOCUMENTATION
The Vendor shall supply a[1 materials and services in accordance with the documentation
listed below.
Document Name Rev. Filename
Data Sheets:
Wafer Check Valve Datasheet - A5RWC B 05603-DS-2300-L-2501.pdf
Wafer Check Valve Datasheet - A5RWJ B 05603-DS-2300-L-2502.pdf
Wafer Check Valve Datasheet - A5RWS B 05603-DS-2300-L-2503.pdf
Wafer Check Valve Datasheet - F5JPC B 05603-DS-2300-L-2504.pdf
Wafer Check Valve Datasheet - F5JWC B 05603-DS-2300-L-2505.pdf
Wafer Check Valve Datasheet - F5JWN B 05603-DS-2300-L-2506.pdf
Specifications:
Specification for Piping Design and Materia[s B 05603-SP-2300-L-0001.pdf
Specification for Metallic Valves & Special Piping
B 05603-SP-2300-L-0004.pdf
(SP) Items
Specification for Protective Coatings for offshore C
05603-SP-2300-M-0002.pdf
Structures and Facilities
Codes & Standards:
As specified in the above Project Specifications
Spare Parts Lists:
Refer Section 5
Drawings:
NOT APPLICABLE
5. SPARE PARTS
The Vendor shall provide a priced list of recommended commissioning spare parts (if
applicable) to be purchased with the valves. The Purchaser may, however, revise the
quantities. Commissioning spares shall be listed on Vendors Recommended Commissioning
Spare Parts List attached to Exhibit A, Schedule 1.
Additionally, the Vendor shall provide a list of recommended spare parts for 2 years
operation (if applicable), priced itemwise, on Vendors Recommended Operating Spare Parts
List attached to Exhibit A, Schedule 1. The purchase of operating spares should be
considered optional, quantities may be revised by Owner and may be purchased under a
separate Contract.
Spare parts lists for both commissioning and operating shall be included in the tender.
6. ENGINEERING NOTES
1. Ail units shall be expressed in SI units, with the exception of pressure which shall
be expressed in bar gauge (barg).
2. The Purchaser will consider Vendor standard equipment. All deviations and
exceptions from this defined scope must be identified in the bid.
3. Where equivalent, alternate codes and standards exist, these may be offered by
the Vendor but must be clearly identified in the Vendor's Bid documents. Codes or
standards pUblished by the following organisations shall be accepted in lieu of the
stated Australian Standards; American Petroleum Institute (API), Institute of
Petroleum-UK (IP Code Part 15 only), Institute of Electrical & Electronic Engineers
(IEEE), International Standards Organisation (ISO) and International
Electrotechnical Commission (IEC).
4. Weight Control - Weight Control of all components of the Maari WHP is critical in
order to ensure that a defined not to exceed weight (NTE) is maintained during the
design and fabrication. The installation concept for the platform is dependent on
maintaining or reducing this NTE untilloadout and sailaway of the platform.
The Vendor shall work actively to control and minimise the weight of the
equipment. The Vendor shall complete a weight control data sheet for each
tagged item to ensure that the weight and centre of gravity for items under their
area of responsibility are reported accurately and in a timely manner so that
potential problems can be overcome / analysed at an early stage.
The supplier shall establish an effective weight control program. The equipment
supplied shall not exceed the not-to-exceed weight restrictions identified during the
quotation period.
During the fabrication period for the equipment the Vendor shall monitor the
equipment weight and report monthly on this weight. All major equipment and
subassemblies shall be weighed upon receipt as part of the initial inspection. The
supplier shall monitor and project weights of the supplied equipment monthly.
5. Statutory Acts and Regulations - The Vendor is advised that the equipment
described in this Scope of Supply will be installed in New Zealand waters and will
be subject to the provisions of the Health and Safety in Employment Act 1992 and
the Health and Safety in Employment (Petroleum Exploration and Extraction)
Regulations 1999 under New Zealand Legislation. All equipment described in this
Scope of Supply shall be designed to meet all requirements for operation under
these Regulations.
6. Environmental Conditions - All equipment installed on the WHP will be
specified for operation under the site conditions described in the Site
Environmental Conditions Data Sheet (05603-DS-2300-P-0020).
7. Available Utilities - The available utilities are instrument air and electrical power.
No water/seawater is available for cooling. Instrument air will be available at 450
kPag to 700kPag. Dew point of the instrument air will be -20°C@700kPag and
will have maximum oil content of 0.01 ppm, Design pressure of the air system will
be 1200 kPag. Available Power Supplies are: 440V, 60Hz, 3PH+N, 250V, 60Hz,
A+N.
8. Conflicts in Scope of Supply Requirements . In the event of conflicting
requirements with respect to supply, the following order of precedence applies.
However, all conflicts should be noted to the Purchaser for final written approval.
05603-S0W-2300-L-0029 Exhibit A Scope of Supply, doc Page 6 of 12
EXHIBIT A SCOPE OF SUPPLY
a. Statutory requirements
b. Datasheets
c. Client and Project specifications
d. Applicable codes and standards
e. Other documents
9. Design Wind Speed - The equipment shall be designed to accommodate a wind
loadings as specified in Site Environmental Conditions 05603-DS-2300-P-0020.
10. Transportation Accelerations • During the journey from the topsides deck
fabricators yard to the offshore (Maari field) site, the equipment will be subjected
to sea motions. To this enable this, the equipment and equipment supports shall
be designed to accommodate the transport loads as detailed in Transport Case
Environmental Conditions 05603-DS-2300-S-0001.
11. Seismic Accelerations • The equipment and equipment supports shall be
designed to accommodate the seismic accelerations in an operating condition (ie
inclusive of operating contents) as specified in Site Environmental Conditions
05603-DS-2300-P-0020. It should be noted that the vertical and horizontal
accelerations specified can act at the same time.
12. Loads and Combinations
• Transportation accelerations are based on a dry weight
EXHIBIT A - SCHEDULE 1
1. GENERAL
The schedule of documents and data requirements shown on Form "Document & Data Submittal Requirements"
(DDSR) constitutes part of this Purchase Order. The Vendor shail review these requirements upon receipt of the
Purchase Order package. Should an alteration to the schedule or scope be required, the Vendor must re-submit
the DDSR to the Purchaser within 14 days, stating the requested changes. The schedule must be fulfiiled before
rendering final invoices. The Purchaser has the right to delay payment on interim and final invoices until ail
requirements have been met.
Items to be supplied by the Vendor are ticked in the "REQUIRED" column. Items for inclusion in the
Manufacturer's Data Report (MDR) or Instailation, Operation and Maintenance Manual (10M) are marked in the
"AS CONSTRUCTED" column as MDR and 10M respectively. Refer attached DDSR forms. Note that the 10M
and MDR are separate documents and as such are not to be combined.
All email must include the RFQ number in the subject line.
Facsimile: +61 894850731
Telephone: +61 89281 9481
b) One set of any documents/data necessary for field instailation must also be forwarded with the
items shipped.
c) Copies of all letters of transmittal are to be sent to the above address by email (preferred) or by
fax.
05603-S0W-2300-L-0029.doc Page 8 of 12
EXHIBIT A - SCHEDULE 1
4. DRAWINGS AND DATA SHEETS
4.1 Drawings
Vendor furnished drawings must conform to Australian Drawing Standard AS1100 in all parts, with all major
drawings to A2, Ai and AO size. A4 and A3 drawings may be used, but only for standards, data sheets and the
like. A3 size sheets may be used for electrical and instrumentation schematics and schedules.
All drawings/data shall be in S.1. metric units and in the English language. Piping drawings to ANSI Standards
may have pipe sizes etc. nominated in imperial units.
CAD - Vendor drawings shall preferabiy be provided via CAD (AutoCAD latest version). Drawings produced by
CAD shall be submitted in their final version in electronic copy as well as the hard copy requirement stated in the
DDSR. Should alternative CAD software be proposed then this should be stated at time of bid. It is assumed the
final version will be at the released or "as built" stage.
Illegible drawings shall not be accepted and shall be returned to Vendor's management freight collect.
All drawings/data must show equipment tag numbers (where applicable), Purchase Order and job numbers,
Vendor's title, drawing and revision numbers, all in the lower right-hand corner. As far as possible, an open space
of 75mm x 100mm should be left near the lower right-hand corner for the Purchaser's Vendor document review
decal and reference block for cross reference data base information.
Where a Vendor supplies a number of items that are:-
a) Completely identical - standard documentation may be used providing each tag number is shown.
b) Similar but of varying size - standard documentation may be used, but separate copies are required for
each tag number.
All drawings must be submitted to Purchaser by and at the expense of the Vendor before fabrication, installation
or performance testing is commenced to enable the Purchaser to review. (Refer DDSR for required schedule).
Vendor's drawings shall be reviewed only as to overall compatibility and conformance with interface requirements
and related drawings and such review must not be construed to relieve or mitigate the Vendor's responsibility for
accuracy or adequacy and suitability of materials and/or equipment represented thereon.
BID DRAWINGS must be Manufacturer's standard drawings or Vendors' Preliminary Drawings in sufficient detail
to layout equipment, drives and access for maintenance and operations and for design of foundations and
supports and marked "FOR INFORMATION", "FOR BID PURPOSES" or simiiar.
INITIAL DRAWINGS must be prints compiete with equipment numbers where applicable and Purchase Order
number. Initial drawings must show all information necessary for connection to other equipment and marked
"FOR APPROVAL", "FOR REVIEW", "FOR COMMENT", or similar.
FINAL DRAWINGS must be prints complete with equipment numbers where applicable, Purchase Order
number, marked "CERTIFIED FOR CONSTRUCTION", "RELEASED" or similar and signed by a person
authorised to bind Vendor. These drawings/data to be submitted within 14 days after receipt from Purchaser of
reviewed drawings/data. Should this documentation be returned to the Vendor at a 'Revise and Resubmit' code
then it will be resubmitted as per the 'Final Drawing' requirements.
AS CONSTRUCTED DRAWINGS must be reproducible complete with equipment number(s) where applicable
and Purchase Order number and stamped "AS CONSTRUCTED" and signed by a person authorised to bind
vendor. These drawings are to be submitted within 14 days after practical completion of work.
5. TIME LIMITS
The "Initial Submission Time" as stated in the DDSR form is the number of days after award of the Purchase
Order for the Vendor to submit their initial drawings to the Purchaser. The "Subsequent Re-submissions Time" is
the number of days allowed for the Vendor to resubmit reviewed drawings to the Purchaser. The Purchaser
review time must be equal to the "Subsequent Re-submissions Time" given to the Vendor.
6. BILL OF MATERIAL
A Bill of Material is required for each Purchase Order prior to shipment to identify separate parts, sub-assemblies
or materials required for assembly by field personnel.
8.2 Installation
The Installation Manual must clearly detail all necessary information for the installation, pre-commissioning and
commissioning and include the following, where applicable:
Handling and storage instructions
a) Safety precautions
b) Special hoisting, slinging, placement and alignment data including maximum assembly weight
c) Installation Procedures
d) Test Procedures
e) Recommended Start-up and Commissioning Procedures
I) Inspection and Test Plans (ITP) (including ITP checklists)
g) Pre-commissioning checks of:
• oil/lubrication levels and types
• guard placement
• direction of rotation
• isolation and stopping methods
• protection devices and fuses to be checked
• bearing pre-loads
h) Pre-setting instruction for adjustable items, highlighting any dangers associated with incorrect adjustment
8.3 Operation
The Operating Manual is intended for day to day use by the plant operators and shall include the foliowing, where
applicable
a) General description of the goods including relevant design parameters and the acceptable ranges for
operational control
b) A full technicai specification for the equipment
c) Detailed instructions for operating the equipment, including pre-start, startup and shutdown procedures
d) Procedures for isolation of units for maintenance
e) Hygiene and safety requirements
f) "As-Built" drawings A3 size bound in separate volume unfolded (including general arrangements,
processes, electrical schematics and instrumentation diagrams)
g) A detailed description and explanation of function of all operator controls
h) Operational settings such as pressure, temperature, flow rate for equipment
i) Emergency stop facilities
j) Alarm and status tabulation detailing initial conditions for each alarm and status indication
k) High ievel fault diagnostics detailing possible causes of equipment malfunction.
8.4 Maintenance
The Maintenance Manual is intended for the Principal's maintenance contractor's use and must clearly detail all
the necessary information for the safe and efficient maintenance of the equipment and shail include the following,
as applicable:
a) Equipment list giving equipment number, description, make and model, manufacturers and agents including
addresses and telephone numbers.
b) Manufacturers equipment manuais/catalogues
c) Document and drawing lists
d) Detaiied fault finding and breakdown maintenance instruction
e) Recommended routine maintenance instructions
f) Programming and configuration change procedures
g) Calibration records for all reievant equipment (including controllers, transmitters, anaiysers, VSDs and
protection relays)
h) Special tools or other information
i) Recommended performance or condition monitoring
j) List of spare parts for the equipment
k) Lubrication schedule
I) Rated capacity or duty of individual items
9. SPARE PARTS
Priced recommended spare parts must be submitted in accordance with the requirements of the relevant Spare
Parts List and Exhibit A, Scope of Supply, Section 5.
The spare parts list shall include separate lists for:
a) start up and commissioning
b) operations (for period as per Exhibit A, Section 4.)
c) unit weights and shipping weights
d) cross referencing parts with respect to interchangeability amongst different pieces of equipment
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC I PO No.: TBA
NOTES TO 1. ... Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. ** As Constructed - identifies documents required for Manufacturer's Data record (MDR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid Stage to be electronic fonnat only via Website (EW).
!
,
3 QUALITY ASSURANCE I
3.1 Company quality ma~ual
X 3.2 Quality System Certification (where available) X EW
-
3.3 Quality plan I _._,._~
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC I PO No.: TBA
NOTES TO 1. * Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. .... As Constructed - identifies documents required for Manufacturer's Data record (MDR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid StaQe to be electronic format only via Website (EW).
05603--S0W-2300-L-0029 DDSR.xls NOTE: ITEMS ON THIS FORM MUST NOT BE ADDED OR DELETED WITHOUT FIRST CONTACTING DOCUMENT CONTROL
USE DOCUMENT & DATA SUBMITTAL REQUIREMENTS
SCHEDULE 1 of EXHIBIT A - Doc. No.:
(DDSR)
05603-50W-2300-L-0029
Sheet 3 of 6
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC I PO No.: TBA
NOTES TO 1. .. Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. ** As Constructed - identifies documents required for Manufacturer's Data record (MOR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid Staae to be electronic format only via Website (EW).
05603-S0W-230Q-L-0029 DDSR.xls NOTE: ITEMS ON THIS FORM MUST NOT BE ADDED OR DELETED WITHOUT FIRST CONTACTING DOCUMENT CONTROL
lua,} Hr-l: I DOCUMENT & DATA SUBMITTAL REQUIREMENTS
SCHEDULE 1 of EXHIBIT A - Doc. No.: 05603-50W-2300-L-0029
(DDSR) Sheet 4 of 6
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC I PO No.: TBA
NOTES TO 1. '* Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. ** As Constructed - identifies documents required for Manufacturer's Data record (MDR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid Staqe to be electronic format onlv via Website (EW).
7 WELDING !
- 1-4-"'--
8.2
Fabrication procedures
Heat treatment procedures
!
!
....
8.3 NDT procedures _._--- I
8.4 Inspection procedures I
EW I, MDR
X 8.5 Coating Procedures X X I A+28
8.6 Insulation Procedures I
X 8.7 Installation procedures X E I A+42 10M
8.8 Test procedures -----_.... I
X 8.9 Pressure test procedures .~----_._._,--
X E I A+28 MDR
-_._-- 8.10 Functional checkout procedures I
-
X 8.11 Recommended startup and commissioning procedures X E A+42 10M
X 8.12 Handling procedures including speciallifti~Jt~eq~irements X E A+42 10M
X 8.13 Storing I Preservation procedures X E A+42 10M
8.14 Dimensional control procedures
9 CERTIFICATES
,
____ X _ _ _~.1 MilllMaterial Certificates X E MDR
05603-S0W-2300-L-0029 DDSR.xls NOTE: ITEMS ON THIS FORM MUST NOT BE ADDED OR DELETED WITHOUT FIRST CONTACTING DOCUMENT CONTROL
ua:wrn DOCUMENT & DATA SUBMITTAL REQUIREMENTS
SCHEDULE 1 of EXHIBIT A - Doc. No.: 05603-50W-2300-L-0029
(DDSR) Sheet 5 of 6
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC/PO No.: TBA
NOTES TO 1. * Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. ** As Constructed - identifies documents required for Manufacturer's Data record (MDR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid StaQe to be electronic format only via Website (EW).
LEGEND: X - Required Document P - No. of Prints required R = REVIEW DATE
EW = Electronic copy submitted via Website S = No. of Reproducibles req'd C = COMPLETION DATE (EX-WORKS)
E = Electronic copy submitted on Diskette or CD-ROM A = AWARD DATE FOR PO F = FABRICATION START DATE
REVIEW STAGE DOC TYPE, QUANTITY & DATE REQUIRED
REQUIRED Item DOCUMENT DESCRIPTION With I Before Before For SUBMITTAL SCHEDULE -As Constructed
No. Bid Fab. Ship. Info Initial * Date Final I * Date Note 'MDR', '10M'
9.2 Fasteners certificates I
X 9.3 Certificate of compliance
-- X E I C+7 MDR
--
9.4 Code certification
,
9.5 Electrical type test certification ( For electric Heater) -_._- ,
-- -
9.6 Hazardous area certification ..-
9.7 Insurance certificate I
_. ... _._-
9.8 Statutory authority Certificate
---
X 9.9 Manufacturer's test certificate X E C+7 MDR
9.10 Fire Safe Certificate
9.11 Calibration certificate X E C+7 MDR
X 9.12 Certificate of vertification of design X E C+7 MDR
X 9.13 Certificate of vertification of manufacture X E C+7 MDR
. -
I _.- - ..-
10 TEST RECORDS ,
-----
X 10.1 NOT records X
,
E C~ MDR
..
X 10.2 Test records (Hydrostatic) , X E C+7 MDR
X 10.3 Pressure test records X E C+7 MDR
10.4 Performance test results
10.5 Noise level verification
10.6 Final Acceptance Testing
!
10.7 Dimensional Check Records
-
11 MISCELLANEOUS RECORDS i ..- ----
11.1 NOT personnel qualifications
X 11.2 Other inspection records/reports X E C+7 MDR
11.3 Photo negatives/prints
11.4 Stress relief records (if applicable)
11.5 PWHT records (if applicable)
X 11.6 Material traceability records X E MDR
X 11.7 Welding traceability records X E I .-
MDR
05603-S0W-2300-L-0029 DDSR.xls NOTE: ITEMS ON THIS FORM MUST NOT BE ADDED OR DELETED WITHOUT FIRST CONTACTING DOCUMENT CONTROL
U~ DOCUMENT & DATA SUBMITTAL REQUIREMENTS
SCHEDULE 1 of EXHIBIT A - Doc. No.:
(DDSR)
05603-S0W-2300-L-0029
Sheet 6 of 6
PROJECT: MAARI FIELD DEVELOPMENT PROJECT No.: 05603 RFQ No.: 5603-PI-09
MATERIALS: WAFER CHECK VALVES REVISION: B SC I PO No.: TBA
NOTES TO 1. * Date - Engineer to change "A+14(days)" etc. to actual date for issue with Purchase Order at rev O.
ENGINEER: 2. - As Constructed - identifies documents required for Manufacturer's Data record (MDR) and Installation, Operation and Maintenance Manual (10M).
3. All document submissions at Bid StaQe to be electronic format only via Website (EW).
,
MDR
-
12 OTHERS
I
I
I i
05603-SQW-2300-L-0029 DDSR.xls NOTE: ITEMS ON THIS FORM MUST NOT BE ADDED OR DELETED WITHOUT FIRST CONTACTING DOCUMENT CONTROL