You are on page 1of 676

Surat North Main Works

Construction
Performance Incentive Contract

QGC Pty Ltd (Company)

Leighton Contractors Pty Limited (Contractor)

Contract No. 119491CNT


Contents
1 Definitions and Interpretation 10
1.1 Definitions 10
1.2 Contract Documents 26
1.3 Priority of Documents 27
1.4 Interpretation 28
2 Status of Contractor 28
3 Project Charter 28
4 Contractor Performance Obligations 28

5 Company obligations 30

6 Assignment 31
7 Designated Representatives 31
8 Project Management Group 32
8.1 Establishment & duties 32
8.2 PMG composition 33
8.3 Meeting procedures 33
8.4 Decisions and Recommendations of PMG 34
9 Project Management Board 34
9.1 Establishment, functions & authority 34
9.2 Representation 34
9.3 Decisions and Recommendations of Project Management Board 35
9.4 Functions of the Project Management Board 35
9.5 Meeting procedures 36
10 Company Representative right to direct the performance of the Work Under the
Contract 36
10.1 Reserved Matters 36
10.2 Matters where Project Management Board unable to reach agreement 37
11 Project Advisory Groups 37
11.1 Establishment, duties & authority of Project Advisory Groups 37
11.2 Meeting procedures 38
12 Bonds and Guarantees 38
12.1 Provision of bonds and guarantees 38
12.2 Holding Company Guarantee 39
12.3 Performance Bond 39
12.4 Replacement bonds 40
12.5 Drawdown against bonds 40
12A Advance Payment and Advance Payment Bond 41

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 2 of 144
13 Possession and Care of the Site and the Works 43
13.1 Possession of Site 43
13.2 Restrictions/limitations of access to Site 43
13.3 Demobilisation and clean-up 44
13.4 Care of the Works 44
14 Separable Portions 44
15 Company Provided Items 44
15.1 Supply and delivery 44
15.2 Defects and damage to Company Provided Items 45
15.3 Unused or surplus Company Provided Items 45
16 Status Report 45

16A Delay and disruption 46


17 Review of Technical Information 46
18 Programme and Progress 46
18.1 Target Schedule 46
18.2 Compliance with Target Schedule 47
19 Personnel 47

20 Quality Assurance 48
21 Testing and Inspections During the Work 49
21.1 Contractor testing and inspections 49
21.2 Company instructions and inspections 49
21.3 Audit and review 49
22 Defective Work 50
22.1 Defects prior to Practical Completion 50
22.2 Defects following Practical Completion 50
23 Health, Safety and Security 51
24 Legislation 54
25 Authorisations 55
25.1 Company Authorisations 55
25.2 Contractor Authorisations 55
25.3 Support and assistance 55
25.4 Responsibility for obtaining other Authorisations 55
26 Environment 56
27 Subcontracting 57
27.1 Subcontracting 57
27.2 Tendering of Subcontracts 58
27.3 Administration of Subcontracts and Subcontractor Claims 59
28 Changes 59

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 3 of 144
28.1 Power to direct Changes 59
28.2 Omitted Work 59
28A Adjustment of Target Cost 59

28B Target Cost Saving 62


28C Wet Weather and Force Majeure Costs 62
28D Performance Score and Cost Saving Share 63
28D.1 Performance Incentive Scorecard 63
28D.2 Calculation of the Performance Score 64
28D.3 Calculation of the Cost Saving Share 64
29 Suspension 64
29.1 Suspension of Work 64
29.2 Costs of Suspension 65
30 Practical and Final Completion Certificates 65
30.1 Certificate of Practical Completion 65
30.2 Certificate of Final Completion 66
31 Indemnities 66
31.1 Sickness, Disease, Injury or Death of Employees 66
31.2 Physical Property 67
31.2A Accommodation villages 67
31.3 Project Property 67
31.4 Third Parties 68
31.5 Pollution from Contractor's Property 68
31.6 Compliance with Insurance Requirements 69
31.7 Mitigation of losses 69
31.8 Claims Procedure 69
31.9 Extent of Indemnities and Limitations 71
31.10 Payments made under an indemnity 71
32 Insurances 71
32.1 Contractor's Insurance 71
32.2 Contractor's and Subcontractors' Policies 72
32.3 Company's Insurance 74
32.4 Contractor’s Insurance 75
33 Consequential Loss 75
34 Limitation of Liabilities 76

35 Compensation payable to the Contractor 77


35.1 Terms of compensation 77
35.2 Margin 77
35.3 Not to Exceed Price 78
36 Invoices and Payments 78
36.1 Format/timing of Claims and payments 78

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 4 of 144
36.2 General provisions 80
37 Audit of Costs Incurred 80
37.1 General 80
37.2 Project Auditor 80
37.3 Audit of Parties’ Records 81
37.4 Retention of Records 81
38 Taxes and Duties 81
39 Resolution of Disagreements 83
39A Expert Determination 84
39A.1 Application 84
39A.2 Selection of Expert 84
39A.3 Rules of expert determination 85
39A.4 Expert finding 85
39A.5 Costs 85
39A.6 Continue to perform 85
39A.7 Summary or urgent relief 85
40 Termination for Convenience 86
40.1 Company right to terminate for convenience 86
40.2 Parties’ obligations 86
40.3 Company’s obligations to pay 86
40.4 Company’s right to continue Project 87
41 Termination for Default 87
41.1 Contractor Event of Default 87
41.2 Immediate Termination Event 88
41.3 Payment for work taken out 88
41.4 Payment on termination 88
42 Effect of termination 89
42.2 Default by the Company 89
43 Intellectual Property and Documents 90
43.1 Newly created Intellectual Property Rights 90
43.2 Pre-existing Intellectual Property Rights 90
43.3 No infringement 90
43.4 Access to documents 90
44 Confidentiality and Public Relations 90
44.1 Confidential information 90
44.2 Public relations 91
44.3 Survival and acknowledgement 92
45 Conflicts of Interest 92
45.1 Disclosure 92
45.2 Avoidance 92

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 5 of 144
46 Stamp Duty 92
47 Service of Notices 93
48 Local Content & Indigenous Participation 93
49 Business Principles 93

50 Anti-Corruption Obligations 94
51 Agents and Intermediaries 97
52 Antiquities & Cultural Heritage 98
52.1 Antiquities 98
52.2 Cultural Heritage 98
53 Social Performance 99
54 Workforce Management 99

55 Land Access 99
56 Interface Management 99
57 Carbon Costs and Reporting 99
58 Prior Work 100

59 Miscellaneous 101
59.1 Waiver 101
59.2 Severability 101
59.3 Entire agreement 101
59.4 Governing Law 101
59.5 Counterparts 101
Appendix 1 – Contract Specific Details 103
Appendix 2 – Holding Company Guarantee 105

Appendix 3 – Performance Bond 106


Appendix 4 –Performance Incentive Scorecard 107
Appendix 5 – Project Charter 108

Appendix 6 – Company Insurance 109


Appendix 7 – Project Management Board & Project Management Group 110

Appendix 8 - Certificate of Practical Completion 111


Appendix 9 - Certificate of Final Completion 112
Appendix 10 – Subcontractor Novation Deed 113

Appendix 11 – Expert Determination Agreement 114


1 Definitions 114
1.1 Defined terms 114

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 6 of 144
1.2 Terms defined in the Contract 115
2 Term, Appointment and Role of Expert 115
2.1 Term 115
2.2 Appointment 115
2.3 Role of the Expert 115
2.4 Termination 116
3 Confidentiality 116
4 Costs and Fees 116
5 Exclusion of Liability 116
6 Co-operation of the Parties 117

7 Subsequent Proceedings 117

8 Governing Law 117


9 Urgent Relief 117

10 Jurisdiction 117

11 GST 118
11.1 Interpretation 118
11.2 Reimbursements 118
11.3 Additional amount of GST payable 118
11.4 Adjustment events 118
12 General 118
12.1 Notices 118
12.2 Further acts and documents 119
12.3 Counterparts 120
12.4 Interpretation 120
Schedule 1 - The Expert's Fees and Disbursements 122
Schedule 2 - Rules 123

Execution 126
Exhibit A – Scope of Work 127
Exhibit B – Compensation 128
Exhibit C – Contract Programme 129

Exhibit D – Health, Safety, Security and Environment (HSSE) 130


Exhibit E – Administrative Procedures 131

Exhibit F – Project Controls 132


Exhibit G – Local Content & Indigenous Participation 133
Exhibit H – Company Provided Items & Information 134

Exhibit I – Contractor Provided Items & Information 135

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 7 of 144
Exhibit J – Quality Management 136
Exhibit K – Subcontractors 137
Exhibit L – Business Principles 138
Exhibit M – Cultural Heritage 139

Exhibit N – Social Performance 140


Exhibit O – Workforce Management 141
Exhibit P – Land Access 142
Exhibit Q – Geographical Information Systems 143
Exhibit R – Interface Requirements 144

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 8 of 144
DATE: __________________________ 2015

Parties
QGC Pty Ltd ABN 11 089 642 553 of Level 30, 275 George Street Brisbane
(Company)

Leighton Contractors Pty Limited ABN 98 000 893 667 of Level 6, 520 Wickham
Street Fortitude Valley (Contractor)

Background
A The Company acting for itself and for the Co-Venturers (where those Co-
Venturers have authorised the Company to do so), intends that the Works
should be provided and executed by the Contractor, including the construction
of field compression stations, ponds, gas and water trunklines and overhead
power for the Project, as more particularly described in the documents listed in
clause 1.2 (Contract Documents).
B The Company and the Contractor agree that the Contractor shall perform and
complete the Works in accordance with the Contract.
C The Company and the Contractor intend that this Contract be executed as a
deed and agree to comply with the formalities required for execution of this
Contract as a deed.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 9 of 144
Agreed terms

1 Definitions and Interpretation


1.1 Definitions
Term Meaning

Actual Cost means a cost to be paid by the Company as an Actual


Cost in accordance with Exhibit B (Compensation).

Adjustment Event means an event which gives rise to an adjustment to the


Target Cost because it was not allowed for in the original
Target Cost.

Adjustment means the guidelines set out in Attachment 5 to


Guidelines Exhibit B (Compensation) that are to be used for
determining whether there ought to be an adjustment to
the Target Cost for an Adjustment Event.

Advance Payment means the advance payment of $42 million to be paid by


the Company to the Contractor pursuant to clause
12A(b).

Advance Payment means a performance bond which satisfies the


Bond requirements of clause 12A(a) for a total amount of
$10.5 million.

Affiliate in relation to a Party, means any entity which, directly or


indirectly, controls or is controlled by, or is under common
control with, that Party, where control is the possession,
directly or indirectly, of (a) alone or pursuant to an
agreement with other members, a majority of the voting
rights in it, (b) the power to direct or cause the direction of
the management or operating policies of the entity
through the exercise of voting rights, contract, trust or
otherwise or (c) a right to appoint or remove the majority
of the directors of the entity, and Affiliates means any of
them.

AP Deduction means the amount of Advance Payment deducted from a


Payment Claim in accordance with clause 12A(c).

Approved means approved by the Company in writing, and Approve


and Approval shall be construed accordingly.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 10 of 144
Approved Labour means Sustaining Works Pty Limited (ACN 603 108 818)
Subcontractor or such other Subcontractor as the Company may
Approve as an Approved Labour Subcontractor from time
to time.

Authorisation means a permit, licence, approval, consent and any form


of authorisation.

Bond Amount means the amount specified as such in Appendix 1


(Contract Specific Details).

Bond Milestone means each Bond Milestone identified in Appendix 1


(Contract Specific Details).

BCIPA means the Building and Construction Industry Payments


Act 2004 (Qld).

Budget means the Approved budget detailing the budgeted cost


for performance of the Work Under the Contract or any
Approved variation to that budget. The Budget agreed by
the Parties as at the Contract Date is set out in Exhibit B
(Compensation).

Certificate of Final means a certificate issued pursuant to clause 30.2(b)(i)


Completion certifying the date by which the Contractor has satisfied all
of its obligations in respect of the Works.

Certificate of means a certificate issued pursuant to clause 30.1(b)(i)


Practical certifying the date when the Permanent Works reached
Completion Practical Completion.

Change means a change in the scope, timing or nature of the


Work Under the Contract directed or Approved by the
Company including the deletion or omission of Work
Under the Contract.

Claims means claims, liens, judgments, penalties, awards,


remedies, debts, liabilities, damages, demands, costs
(including legal costs), losses, expenses or causes of
action, of whatever nature, including without limitation,
those under any injunction or made or enjoyed by
dependants, heirs, claimants, executors, administrators,
successors, survivors or assigns.

Claiming Party has the meaning given to that term in clause 31.8(b)(i).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 11 of 144
Collection Point means the collection point nominated by Company as
more particularly identified in Exhibit H (Company
Provided Items & Information).

Commencement means the date specified as such in Appendix 1


Date (Contract Specific Details).

Company Group means the Company and its Affiliates, Co-Venturers or


subcontractors and its or their Other Contractors, Affiliates
and its or their respective agents, directors, officers and
employees.

Company means all items to be supplied by or on behalf of the


Provided Items Company to the Contractor as set forth in Exhibit H
(Company Provided Items & Information).

Company means all information to be supplied by or on behalf of the


Provided Company to the Contractor as set forth in Exhibit H
Information (Company Provided Items & Information).

Company means the person referred to in clause 7(a) or any


Representative replacement thereof so appointed from time to time by the
Company to act as its representative for the purposes of
this Contract and notified as such to the Contractor.

Company’s means, for Project Property, the lesser of:


Insurance
(a) the amount of the insurance deductible payable
Deductible
under the Company’s relevant policy of insurance in
respect of loss or damage to Project Property; or
(b) the amount of AUD $2.5 million.
means any:
Competent
Authority (a) government department;
(b) local government council;
(c) governmental or statutory authority; or
(d) other person under any Legislation,
which has a right to impose a requirement, or whose
consent is required, with respect to the Works or the
Project.

Confidential means all information (whether of a scientific, engineering,


Information industrial, technical, business or financial nature or
otherwise) and records of a Party, in whatever form.

Consequential has the meaning given to that term in clause 33(b).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 12 of 144
Loss

Construction means all machinery, appliances, plant, equipment, tools,


Plant vessels, temporary buildings, huts and sheds, scaffolding,
formwork and any other things required for the
performance of the Work Under the Contract but not for
incorporation in the Works.

Contract means the documents listed in clause 1.2 and any other
documents included or incorporated by reference in any of
them.

Contract Date is the date of signature of the Contract as entered above.

Contract Price means the total price payable to the Contractor for the
Work Under the Contract, calculated in accordance with
Exhibit B (Compensation), as may be adjusted in
accordance with the Contract.

Contractor Group means the Contractor and its Affiliates, Subcontractors,


agents and its or their employees, directors and/or
officers.

Contractor’s means the Contractor Representative and all personnel


Personnel employed, engaged, or provided by or on behalf of the
Contractor, its Subcontractors and its or their Affiliates
and agents for or in connection with the Work Under the
Contract.

Contractor means all information to be supplied by or on behalf of the


Provided Contractor to the Company as set forth in Exhibit I
Information (Contractor Provided Items & Information).

Contractor means the items to be supplied by or on behalf of the


Provided Items Contractor to the Company as set forth in Exhibit I
(Contractor Provided Items & Information).

Contractor means the Approved person notified to the Company in


Representative accordance with clause 7(d) or any other Approved
person so appointed from time to time by the Contractor
to act as its representative for the purposes of this
Contract and notified in writing as such to the Company.

Cost Only means a cost incurred by the Contractor which will be


Expenditure reimbursed by the Company under this Contract but to
which no Margin will be applied, including those items of
Cost Only Expenditure further described in Exhibit B
(Compensation).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 13 of 144
Cost Saving Share means the percentage calculated in accordance with
clause 28D.

Co-Venturer means any party having an interest in the Project or


having entered into a joint venture, joint operating or other
similar agreement with the Company in connection with
the Project and the successors in interest or the
assignees of any such parties.

Cure Notice has the meaning given in clause 41.1(d).

Cure Plan has the meaning given in clause 41.1(c).

Date of Final means the date stated on the Certificate of Final


Completion Completion as the date the Contractor satisfied all of its
obligations in respect of the Works.

Date of Practical means the date stated on the Certificate of Practical


Completion Completion as the date that the Permanent Works
reached Practical Completion.

Default Event means in respect of the Contractor:


(a) if the Contractor:
(i) fails to make a payment which has become
due under this Contract;
(ii) in respect of any significant duty, obligation,
term, condition or stipulation arising out of this
Contract, commits an intentional act or
omission with disregard for the harmful
consequences for the Company, but not
including any error of judgment, mistake, act
or omission, whether negligent or not, made
in good faith by the Contractor;
(iii) fails to take out or maintain an insurance
policy that it is obliged to take out and
maintain pursuant to clause 32 in accordance
with the requirements set out in clause 32;
(iv) refuses reasonable access for an audit
referred to in clause 37;
(v) breaches the undertaking referred to in
clause 43.3;
(vi) engages in fraudulent or dishonest dealings
with the other Parties in relation to the Work
Under the Contract;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 14 of 144
(vii) fails to comply with Legislation in respect of
any significant duty, obligation, term,
condition or stipulation arising out of this
Contract;
(viii) fails to comply with clause 23 (Health Safety
and Security) or 26 (Environment) in respect
of any significant duty, obligation, term,
condition or stipulation arising out of this
Contract; or
(ix) fails to comply with clause 51 (Agents and
Intermediaries); or
(b) any other event which the Contract expressly
provides will constitute a Default Event,
and means, in respect of the Company:
(c) if the Company fails to make a payment which has
become due under this Contract;
(d) if the Company fails to take out or maintain an
insurance policy that it is obliged to take out and
maintain pursuant to clause 32 in accordance with
the requirements set out in clause 32; or
(e) the occurrence of an Insolvency Event.

Defect means a defect or omission in the Permanent Works,


such that the Permanent Works do not meet the
requirements of this Contract, to the extent it is caused by
an act or omission of the Contractor Group.

Defect Notice means a notice issued by the Company pursuant to


clause 22.2(a).

Defects means the period stated in Appendix 1 (Contract Specific


Correction Period Details) which commences on and from the Date of
Practical Completion.

Dispute any difference of opinion and/or conflict between the


Parties arising out of or in connection with the Work Under
the Contract, the Works or this Contract.

Environment has the same meaning given to it in section 8 of the


Environmental Protection Act 1994 (Qld).

Environmental has the same meaning given to it in section 14 of the


Harm Environmental Protection Act 1994 (Qld).

Environmental means any Commonwealth or State law or local

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 15 of 144
Law government by-law whenever in force (including the
common law) concerning the environment including
without limitation, laws relating to environmental
protection, planning, development, pollution, green house
gas emissions, contamination, conservation, heritage,
natural resources, biodiversity, endangered species, the
production, storage, handling, use or transportation of
wastes or hazardous materials.

Equipment means all plant, equipment, tools, vehicles, lifting


equipment, appliances, instruments, apparatus and other
items required to be provided by the Contractor for the
proper performance of the Work Under the Contract.

Excepted Risk means any of the following:


(a) riot (except where solely restricted to the Contractor
or its Subcontractors or any employees or agents of
either of them), war, invasion, acts of foreign
enemies, hostilities (whether war is declared or not),
acts of terrorism, civil war, rebellion, revolution,
insurrection, military or usurped power or martial
law or confiscation by order of any government or
public authority; or
(b) ionising radiations or contamination by radioactivity
from any nuclear fuel or from any nuclear waste
from the combustion of nuclear fuel, radio-active
toxic explosive or other hazardous properties of any
explosive nuclear assembly or nuclear component
thereof not caused by the Contractor or its
Subcontractors or either’s employees or agents.

Executive Board has the meaning given to that term in clause 9.2.
Members

Final Payment means the Payment Claim issued following the Date of
Claim Final Completion.

Force Majeure means the occurrence of any of the following events:


Event (a) riot (except where solely restricted to the Contractor
or its Subcontractors or any employees or agents of
either of them), war, invasion, acts of foreign
enemies, hostilities (whether war is declared or not),
acts of terrorism, civil war, rebellion, revolution,
insurrection, military or usurped power or martial
law or confiscation by order of any government or
public authority;
(b) ionising radiations or contamination by radioactivity
from any nuclear fuel or from any nuclear waste
from the combustion of nuclear fuel, radio-active

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 16 of 144
toxic explosive or other hazardous properties of any
explosive nuclear assembly or nuclear component
thereof not caused by the Contractor or its
Subcontractors or either’s employees or agents;
(c) pressure waves caused by aircraft or other aerial
devices travelling at sonic or supersonic speeds;
(d) earthquake, tsunami, hurricane (Beaufort Scale
Force 12 and above), fire, explosion and/or other
natural physical disaster, but excluding inclement
weather or other less severe weather conditions;
(e) strikes or industrial disputes at a national level, or
state-wide strikes or industrial disputes, which are
not limited to the Contractor Group and which affect
a substantial or essential portion of the Works or the
Work Under the Contract; or
(f) maritime or aviation disasters,
which:
(g) is beyond the reasonable control of the Contractor
Group;
(h) causes or results in delay in, or prevention of, the
performance by the Contractor of its obligations
under the Contract; and
(i) could not have been prevented by the exercise by
the Contractor of reasonable care and diligence.

Good Industry means the standards, practices, methods and procedures


Practice conforming to law and the exercise of that degree of skill,
diligence, prudence, operating practices and/or foresight
which, at the time in question, would reasonably be
expected from a skilled and experienced contractor
engaged in the same type of undertaking under the same
or similar circumstances.

Guarantor has the meaning given in clause 12.2.

GST means the tax payable under the GST Legislation.

GST Legislation means the A New Tax System (Goods and Services Tax)
Act 1999 (Cth) and any related Act imposing such tax or
legislation that is enacted to validate, recapture or recoup
such tax.

Group Members has the meaning given to that term in clause 31.8(b)(ii).

IFC Adjustment has the meaning given to that term in clause 28A(aa).
Process

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 17 of 144
IFC means the ‘issued for construction’ version of the
Documentation documents to be provided to the Contractor by the
Company in accordance with Exhibit H (Company
Provided Items & Information).

Immediate means an occurrence where the Contractor:


Termination Event
(a) (or the Guarantor) suffer an Insolvency Event;
(b) abandons the Work Under the Contract; or
(c) commits a breach of its obligations under clause 50
(Anti Corruption Obligations).

Indemnifying has the meaning given to that term in clause 31.8(a).


Party

Input Tax Credit has the meaning given by the GST Legislation.

Insolvency Event means where a person:


(a) informs a Party in writing or creditors generally that
it is insolvent;
(b) commits an act of bankruptcy;
(c) has a bankruptcy petition presented against it;
(d) is made bankrupt;
(e) has a meeting of its creditors called with a view to:
(i) entering a scheme of arrangement or
composition with creditors; or
(ii) placing it under official management;
(f) enters a scheme of arrangement or composition
with creditors;
(g) is subject to a resolution passed at a meeting of its
creditors to place it under official management;
(h) is placed under official management;
(i) has a receiver of its property or part of its property
appointed;
(j) is the subject of an application to a court for its
winding up, which application is not stayed within 14
days;
(k) has a winding up order made in respect of it; and/or
(l) has execution levied against it by creditors,
debenture holders or trustees or under a floating

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 18 of 144
charge.

Inspection and means the plan so called prepared by the Contractor (and
Testing Plan Approved by the Company) for the Contract which details
the inspections and tests to be performed in respect of the
Work Under the Contract and/or the Works.

Intellectual means all rights in and relating to copyright, trademarks,


Property Rights patents, designs and any other like rights, including rights
to registration of such rights, and rights to protect
confidential information, know how and trade secrets.

Key Personnel means those individuals listed in Exhibit E (Administrative


Procedures) being members of Contractor’s Personnel,
and any person who replaces them, in the role(s) opposite
their name in Exhibit E (Administrative Procedures) in
accordance with clause 19(b) (each a Key Person).

Labour means persons engaged to carry out manual Work Under


the Contract.

Legislation means all:


(a) Acts, ordinances, regulations, by-laws, orders,
awards and proclamations of the Commonwealth
and the State or Territory in which the Site is
located;
(b) certificates, licences, consents, permits, approvals
and requirements of organisations having
jurisdiction in connection with the carrying out of the
Work Under the Contract;
(c) the requirements of any Competent Authority;
(d) guidelines of any Competent Authorities, with which
Contractor is legally required to comply; and
(e) fees and charges payable in connection with the
foregoing.

Loss includes damage or destruction, but excludes normal


wear and tear.

Major Defect means a Defect which requires significant Remedial Work


and the Project Management Group determines shall be
treated as a Major Defect by reference the following
guidelines:
(a) the cost of the Remedial Work required to rectify the
Defect (it being agreed that if Remedial Work exceeds

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 19 of 144
$500,000, the Defect will be considered to be a Major
Defect); or
(b) the cumulative impact of Defects (including the
Remedial Work required rectify them) arising from
repetitive failures (it being agreed that if such
Remedial Work exceeds $500,000 the Defect will be
considered to be a Major Defect).

Margin means the margin as determined in accordance with


clause 35.2 which is to be applied to all Actual Costs
(other than Cost Only Expenditure) incurred by the
Contractor, which covers the Contractor’s profit and
overheads which are not Project Specific Overheads.

Materials means all items and materials to be incorporated into the


Permanent Works (other than Company Provided Items)
which are to be supplied by or on behalf of the Contractor.

Mechanical has the meaning given in Exhibit A (Scope of Work).


Completion

Milestone means each part of the Work Under the Contract that is
identified as a Milestone in Exhibit C (Contract
Programme).

Not to Exceed means the Target Cost (as adjusted in accordance with
Price the Contract) plus $44,445,432.

Notice of means a notice issued by the Company under


Termination clause 40.1.

Other Contractor means any person (other than the Contractor) which has
a separate agreement with the Company or any Affiliate
or Co-Venturer, for performance of work associated
directly or indirectly with the Project.

Party means each of the Company and the Contractor and


when the plural is used means both of them.

Payment Claim means a certificate setting out the amounts to be paid to


or from the Company under the Contract, issued by the
Contractor Representative in accordance with the
requirements of clause 36.1 and (where required by this
Contract) accompanied by a statement by the Project
Auditor.

Performance means a performance bond or bonds which satisfies the


requirements of clause 12.3 for a total amount equal to

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 20 of 144
Bond the Bond Amount.

Performance means the Performance Incentive Scorecard attached at


Incentive Appendix 4 (Performance Incentive Scorecard) as may
Scorecard be adjusted or amended by the Project Management
Board (on recommendation from the PMG) from time to
time.

Performance means the average monthly percentage score achieved


Score by the Contractor during the period from the Contract
Date to the Date of Practical Completion of the last
Separable Portion to achieve Practical Completion
calculated using the Performance Incentive Scorecard.

Permanent Works means the whole of the work to be carried out and
completed in accordance with the Contract, including any
Changes to the Permanent Works, which is to be handed
over to the Company.

PMB Members has the meaning given to that term in clause 9.2.

PMG Members has the meaning given to that term in clause 8.2.

Practical is that stage in the execution of the Work Under the


Completion Contract when:
(a) the following requirements have been satisfied:
(i) Mechanical Completion has been achieved;
(ii) all Punch List Item – Category ‘A’ Items and
Punch List Item – Category ‘B’ Items have
been rectified in accordance with the
Contract; and
(iii) all other requirements for the achievement of
Practical Completion specified in Exhibit A
(Scope of Work) have been satisfied or
achieved;
(b) the Permanent Works are complete except for
minor omissions and minor defects:
(i) which do not prevent the Permanent Works
from being reasonably capable of being used
for their intended purpose as defined by the
Contract;
(ii) which the Company Representative
determines the Parties have reasonable
grounds for not promptly rectifying; and

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 21 of 144
(iii) rectification of which will not prejudice the
convenient use of the Permanent Works; and
(c) all documents and other information required by the
Contract in relation to the Works which are essential
for the safe use, operation and maintenance of the
Works, have been Approved by the Company.

Pre-existing means any Intellectual Property Rights developed or


Intellectual created by a Party prior to the date of the Contract.
Property Right

Premises means any place, office, factory, manufacturing location


or delivery point not specified by the Company on, under,
in or through which the Work Under the Contract or part
thereof is carried out.

Project means the development of gas fields for the extraction of


coal seam gas from tenements in which the Company
Group has an interest in the Surat Basin, Queensland.

Project Advisory has the meaning given in clause 11.1.


Group

Project Auditor means the person or company nominated in Appendix 1


(Contract Specific Details), appointed by the Company
pursuant to clause 37.2(a) as independent auditor to
conduct detailed investigations of costing methodologies
and Payment Claims.

Project Charter means the document set out at Appendix 5 (Project


Charter).

Project has the meaning given in clause 9.1.


Management
Board

Project means the Executive Board Members and the PMB


Management Members.
Board Members

Project has the meaning given in clause 8.1.


Management
Group or PMG

Project Property means any item, whether of a permanent or temporary


nature, including Company Provided Items (excluding the
Contractor Group's Temporary Works and Equipment and
any item of a consumable nature) which is, or which may

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 22 of 144
be, incorporated into, purchased, appropriated or intended
for the Project whether such item is the property of the
Company Group or the Contractor Group or any other
party.

Project Specific has the meaning given in Exhibit B (Compensation).


Overheads

Provisional Sum means the amount provided in Exhibit B (Compensation)


for a Provisional Sum Item.

Provisional Sum means any item identified as a “Provisional Sum Item” in


Item Exhibit B (Compensation).

Public Official means an individual, including but not limited to any


officer, employee, director, principal, consultant, agent or
representative, who:
(a) is an official of, or agent of, or is acting in an official
capacity for or on behalf of:
(i) any government (whether national, central,
federal, state, provincial, local or municipal),
ministry, body, department, agency,
instrumentality or part thereof;
(ii) any state-owned or state-controlled enterprise
or joint venture/partnership excluding a state-
owned or controlled enterprise which is a joint
venture partner of the Company Group;
(iii) any public international organisation; or
(iv) any political party;
(b) holds a legislative, administrative or judicial position
of any kind (whether appointed or elected);
(c) exercises a public function; or
(d) is a candidate for political office.

Punch List Item – has the meaning given in Exhibit A (Scope of Work).
Category ‘A’ Item

Punch List Item – has the meaning given in Exhibit A (Scope of Work).
Category ‘B’ Item

Records include, but are not limited to, both electronic and physical
versions of records, accounts, ledgers, payroll, quality
records, correspondence, instructions, plans, drawings,
measurements, calculations, invoices, dockets, receipts,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 23 of 144
vouchers and computer programs.

Rectification means any costs incurred by the Contractor under clause


Costs 22.1(b) or 22.2(c).

Remedial Works means retrieval, re-performance, re-positioning,


reconstruction, repair, rectification, replacement, re-
installation or other action necessary to remedy a Defect
and damage to the Permanent Works (or any part thereof)
resulting from a Defect.

Resources means any and all things provided by or on behalf of the


Contractor in order to perform the Work Under the
Contract including personnel, Labour, plant, Equipment
and Materials.

Scope of Work means the scope of work detailed in Exhibit A (Scope of


Work).

Separable Portion means a portion of the Permanent Works set out in


Exhibit C (Contract Programme), or which the Company
has determined pursuant to clause 14 shall be a
Separable Portion, and for which the Company has
specified a separate Target Milestone Date.

Site means the land and any other places on, under, over, in
or through which the Work Under the Contract or any part
of the Work Under the Contract is to be performed.

Status Report means the report so called as identified in clause 16.

Subcontract means any contract, purchase order or other agreement


between Contractor and any Subcontractor.

Subcontractor means any party (other than the Contractor or the


Company) to whom any part of the Work Under the
Contract has been subcontracted or any supplier, vendor
of any tier or any other third party engaged by the
Contractor for the performance of any part of the Work
Under the Contract.

Subcontractor means any claim from a Subcontractor in connection with


Claim a Subcontract for loss, expense or disruption and
includes:
(a) a payment claim and/or adjudication application made
under BCIPA; and
(b) a charge under the Subcontractors’ Charges Act 1974

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 24 of 144
(Qld).

Target Cost means the target amount for Actual Costs (excluding any
Margin) and Cost Only Expenditure as specified as such
in Appendix 1 (Contract Specific Details) as may be
adjusted in accordance with clause 28A and/or
clause 28C.

Target Cost means the amount payable by the Company to the


Saving Contractor (if any) as calculated in accordance with
clause 28B.

Target Schedule means the approved schedule for performance of the


Work Under the Contract developed by the Contractor in
accordance with the Contract, or any Approved
adjustment to that schedule. The Target Schedule as at
the Contract Date is attached at Exhibit C (Contract
Programme).

Target Milestone means, in respect of each Milestone, the target date set
Date out in Exhibit C (Contract Programme).

Tax or Taxes means all forms of taxation, duties, imposts and levies,
whether of Australia or elsewhere, including income tax
(or amounts equivalent to income tax or in respect of
income tax required to be deducted or withheld from or
accounted for in respect of any payment), corporation tax,
advance corporation tax, capital gains tax, GST,
environmental taxes, customs and other import or export
duties, excise duties, stamp duty, and any interest,
surcharge, penalty or fine in relation thereto.

Tax Invoice means an invoice in the form required under GST


Legislation.

Technical means all design data, design standards, drawings


Information (including the IFC Documentation), specifications,
instructions and other information referred to, provided by
or caused to be provided by the Company in accordance
with Exhibit H (Company Provided Items & Information).

Temporary Works means all framework, falsework, supporting structures


and other temporary works, including consumables, (not
for permanent incorporation in the Permanent Works)
required for the execution and completion of the
Permanent Works and Remedial Works.

Wet Weather and means Actual Costs which are incurred by the Contractor

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 25 of 144
Force Majeure as a result of inclement weather and/or Force Majeure
Costs Events affecting the progress of the Work Under the
Contract.

Wilful Misconduct means any intentional, conscious or reckless disregard of


any provisions of this Contract by any employee in a
senior executive management position of any party.

Works means the Permanent Works and Temporary Works


taken together.

Working Day means any day other than:


(a) a Saturday, Sunday or public holiday in
Queensland, Australia; and
(b) 23, 24, 29, 30 and 31 December.

Work Under the means all work, services and obligations to be performed,
Contract procured, provided or fulfilled by the Contractor pursuant
to (or reasonably inferred from) the Contract, including all
works undertaken from the Commencement Date which
are necessary for completion and handover of the
Permanent Works in accordance with the Contract and
including any Changes.

1.2 Contract Documents


The following documents shall be deemed to form and be read and construed
as part of the Contract:
(a) these Conditions of Contract
(b) Appendices
(1) Contract Specific Details
(2) Holding Company Guarantee
(3) Performance Bond
(4) Performance Incentive Scorecard
(5) Project Charter
(6) Company Insurance
(7) Project Management Board & Project Management Group
(8) Certificate of Practical Completion
(9) Certificate of Final Completion
(10) Subcontractor Novation Deed
(11) Expert Determination Agreement

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 26 of 144
(c) Exhibits:
(A) Scope of Work
(B) Compensation
(C) Contract Programme
(D) Health, Safety, Security, Environment (HSSE)
(E) Administrative Procedures
(F) Project Controls
(G) Local Content & Indigenous Participation
(H) Company Provided Items & Information
(I) Contractor Provided Items & Information
(J) Quality Management
(K) Subcontractors
(L) Business Principles
(M) Cultural Heritage
(N) Social Performance
(O) Workforce Management
(P) Land Access
(Q) Geographical Information Systems
(R) Interface Requirements
(The Appendices and Exhibits having been initialled by the Parties for the
purposes of identification).

1.3 Priority of Documents


(a) Subject to clause 1.3(b), the documents forming this Contract are to be
taken as mutually explanatory of one another.
(b) Subject to clause 1.3(c), in the event of any ambiguity, discrepancy or
inconsistency between the various documents forming the Contract, the
order of priority shall be as follows:
(i) Appendix 1 to these Conditions of Contract;
(ii) these Conditions of Contract;
(iii) Exhibit A (Scope of Work);
(iv) Exhibit B (Compensation);
(v) other Appendices to these Conditions of Contract; and
(vi) the other Exhibits (including their Schedules and Appendices) in
the order in which they appear in clause 1.2.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 27 of 144
(c) Where a lower priority document contains a more stringent Contractor
obligation and/or provides for a higher standard than a higher priority
document, then the more stringent Contractor obligation and/or the
higher standard shall apply.
1.4 Interpretation
(a) In this Contract, words and expressions not otherwise defined will have
the meanings assigned to them in clause 1.1, except where the context
requires otherwise.
(b) Headings and sub-headings in this Contract are inserted for convenience
only and shall not be used in interpreting the text. References to
clauses, appendices and exhibits shall, unless otherwise stated, refer to
clauses, appendices and exhibits within this Contract.
(c) A reference to a clause includes all the lower level clauses that are
subordinate to that clause.
(d) Any reference to currency in this Contract, as in "dollars" or "$", will be a
reference to Australian dollars, unless stated otherwise.

2 Status of Contractor
If the Contractor constitutes a joint venture, consortium or other unincorporated
grouping of two or more persons:
(a) those persons shall be jointly and severally liable to the Company for the
performance of the Contract and the Contractor’s obligations and
liabilities under it;
(b) those persons shall notify the Company of their leader who shall have
authority to bind the Contractor and each of those persons; and
(c) the Contractor shall not alter its composition or legal status without the
prior consent of the Company.

3 Project Charter
In performing their respective roles, the Parties agree to work together to
successfully deliver the Permanent Works and act in accordance with the
principles set out in the Project Charter.

4 Contractor Performance Obligations


(a) The Contractor warrants that it is fully skilled and experienced in the
supervision, planning, scheduling, reporting, fabrication, construction,
testing, and completion of the Works and will provide or engage the
Resources in accordance with clauses 4(c)(v) and 4(c)(vi).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 28 of 144
(b) Without prejudice to any of its absolute obligations (including those set
out in clause 4(c)), the Contractor represents and warrants that:
(i) the Works will be supervised, fabricated, constructed, tested and
completed in accordance with this Contract (and where not
expressly provided for in the Contract, in accordance with Good
Industry Practice) and the standards and codes listed in the
Contract; and
(ii) the standards (to be expected of a professional contractor who has
held itself out as competent and experienced in the construction of
major projects of a similar scope, complexity, size and technical
sophistication as the Works) have been and shall continue to be
used for the construction and completion of the Works.
(c) The Contractor undertakes and agrees that:
(i) the Permanent Works shall fulfil the requirements of Exhibit A
(Scope of Work) and Exhibit H (Company Provided Items &
Information) and will fulfil in all respects the requirements of the
Company as set out in this Contract;
(ii) the Work Under the Contract shall be performed in accordance
with Good Industry Practice and using Equipment, machinery and
goods which are fit for their intended purpose;
(iii) the Work Under the Contract shall be performed in accordance
with the requirements of the Contract;
(iv) the Permanent Works and all parts thereof shall be free from
Defects;
(v) it will provide or engage all Resources required for the
performance of the Work Under the Contract in accordance with:
(A) the Target Schedule at the Contract Date; and/or
(B) any revised Target Schedule approved by the PMG or the
Project Management Board;
(vi) it will use best endeavours to provide or engage all Resources
required for the performance of the Work Under the Contract in
accordance with any revised Target Schedule prepared by the
Contractor in response to a direction from the Company
Representative to change to the Milestones and/or Target
Milestone Dates pursuant to clause 10.1(b);
(vii) it will advise the PMG as soon as is practicable if there are any
adverse conditions which will affect the Contractor's ability to carry
out and complete the Works by the Target Milestone Dates;
(viii) the Materials shall be new, of satisfactory quality, fit for the
purposes intended as stated in the Contract, free of defects in

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 29 of 144
material or workmanship and meet the standards set out in this
Contract;
(ix) unless stated otherwise in this Contract, the Contractor shall
supply everything necessary for the proper completion of the Work
Under the Contract;
(x) the Works have been and shall be constructed and tested up to
engineering principles and practices and relevant international
standards (or equivalent) or better current at the Contract Date and
the Work Under the Contract performed by Contractor will comply
with Legislation and any Authorisations in force as at the Date of
Practical Completion;
(xi) it has the requisite skill and experience and has adequate
Resources (including, without limitation, sufficient numbers of
properly qualified personnel) which will be available at the
appropriate time to execute and complete the Works in accordance
with the Contract;
(xii) it will co-ordinate its performance of the Work Under the Contract
with that of all Competent Authorities and Other Contractors
engaged on the Project and shall inform the PMG as soon as
practicable of any conflict with or delay to the Milestones that it
anticipates might arise as a result of such co-ordination;
(xiii) the selected methods of fabrication and construction used in the
Works are at the Contract Date of current industry acceptable
standards including but not limited to standards of efficiency,
reliability, health and safety; and
(xiv) it will not use in the carrying out of the Work Under the Contract
any materials generally recognised as being deleterious or to be
avoided.
(d) The foregoing warranties shall be additional to and not in substitution of
warranties and each warranty and undertaking shall be construed as
separate from, and will not be limited by any other provision of this
Contract.

5 Company obligations
The Company must:
(a) provide access to the Site to enable the Contractor to undertake the
Work Under the Contract;
(b) pay the Contractor in accordance with the terms of this Contract;
(c) provide the Company Provided Items and Information in accordance with
this Contract; and
(d) provide the insurances stipulated in Appendix 6 (Company Insurance).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 30 of 144
6 Assignment
(a) The Company may (at its sole discretion) from time to time assign,
novate or otherwise transfer this Contract and/or any of the Company's
rights or obligations under this Contract (whether or not accrued) to any
of the Company Group or to any Co-Venturer with the Contractor's
consent, such consent not to be unreasonably withheld or delayed. The
Contractor's consent will be deemed to have been provided where the
relevant assignee, novatee or transferee is capable of meeting the
financial obligations of the Company under this Contract.
(b) The Contractor shall not assign, novate or otherwise transfer the whole
or any part of the Contract, the Works or any benefit or interest therein.
(c) The Contractor shall, if directed by the Company, assign:
(i) all or any Subcontract to the Company upon termination of this
Contract; or
(ii) on the expiry of the Defects Correction Period, the benefit of all
warranties in the Contractor's favour,
in each case in accordance with the Company's direction in writing.

7 Designated Representatives
(a) The Company Representative is named in Appendix 1 (Contract
Specific Details). Subject to clauses 7(b) and 7(i), the Company
Representative shall have authority to act for and on behalf of the
Company in connection with this Contract. The Contractor shall provide
the Company Representative all such information and assistance as he
may reasonably require.
(b) The Company may from time to time by notice to the Contractor change
the Company Representative or revoke or revise the rights, powers,
duties and/or authority of the Company Representative.
(c) The Company Representative may from time to time by notice to the
Contractor delegate all or any part of his authority to an assistant or
assistants.
(d) The Contractor Representative is named in Appendix 1 (Contract
Specific Details). The Contractor Representative shall have authority to
act for and on behalf of the Contractor in all matters in connection with
this Contract. All statements made, commitments given and/or reports
submitted by the Contractor Representative shall be deemed to have
been made, given or submitted by the Contractor.
(e) The Contractor shall not remove an Approved Contractor Representative
without the Approval of the Company. However, where any Contractor
Representative ceases to be a member of Contractor's Personnel, by
virtue of permanent incapacity or by that member terminating their

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 31 of 144
employment with the Contractor, the Contractor shall propose for
Approval another person to be appointed to the position of the Contractor
Representative, such Approval not to be unreasonably withheld or
delayed by the Company.
(f) The Contractor Representative shall give his whole working time to the
superintendence and management of the Work Under the Contract.
(g) The Company shall be entitled to rely on the authority of the Contractor
Representative to act for and commit the Contractor in all matters
relating to the Contract. The Contractor shall be responsible to the
Company for the acts, defaults and neglects of the Contractor
Representative as if they were the acts, defaults and neglects of the
Contractor and the appointment of the Contractor Representative shall in
no way relieve the Contractor of any obligation or liability under the
Contract.
(h) Any instructions, directions or orders which the Company or the
Company Representative may give to the Contractor Representative
shall be deemed to have been given to the Contractor. All oral
instructions, directions or orders issued by the Company or the Company
Representative shall be confirmed by the Company Representative in
writing as soon as is reasonably practicable.
(i) The Company Representative and the Contractor Representative shall
have no authority to make amendments to the terms of the Contract.
(j) If the Company or the Company Representative issues a direction
pursuant to a provision of the Contract, the Contractor must comply with
that direction and if the Company prescribes a time within which the
direction must be complied with (which, save in the case of emergencies,
must be a reasonable period), the Contractor must comply with the
direction within the prescribed time.

8 Project Management Group


8.1 Establishment & duties
(a) By signing this Contract, the Parties establish the Project Management
Group (“PMG”).
(b) Subject to clause 10.1, the PMG will be responsible for:
(i) managing and coordinating the Work Under the Contract; and
(ii) providing information and/or recommendations to the Project
Management Board as the PMG sees fit.
(c) Within one month of the Contract Date the Parties will agree upon the
duties and functions of the PMG that are in addition to those duties and
functions of the PMG expressly identified in the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 32 of 144
(d) Subject to clause 10.1, the PMG will direct the manner in which the
Work Under the Contract is carried out, including (but not limited to) the
following matters:
(i) the order or priority in which the Permanent Works are delivered
and/or the Work Under the Contract is carried out;
(ii) dealing with any event, delay or circumstance that has, or is likely
to have, a significant impact on the performance of the Work Under
the Contract or the Works including amending the Target Schedule
where the effect of such events cannot be overcome or mitigated;
(iii) protection of the Works;
(iv) protection of the Environment;
(v) reinstatement of the Works following destruction or substantial
damage; and
(vi) Resources to be engaged to perform the Work Under the Contract
(including any requirement for additional or reduced Resources).
8.2 PMG composition
The Parties agree that:
(a) each Party shall appoint up to three representatives as members of the
Project Management Group (the “PMG Members”);
(b) at the Contract Date and unless and until otherwise advised by a Party,
the PMG Members are those persons nominated in Appendix 7 (Project
Management Board & Project Management Group);
(c) the PMG shall include each of the Company Representative and
Contractor Representative; and
(d) each Party may replace one or more of its PMG Members at any time by
giving notice in writing to the other Party.
8.3 Meeting procedures
(a) The PMG will meet weekly or more frequently as it sees fit (or as
directed by Company Representative).
(b) The Contractor Representative will arrange for recording of minutes of all
resolutions and actions arising out of each PMG meeting.
(c) A copy of the minutes of each PMG meeting will be forwarded to each
Party after each PMG meeting.
(d) PMG meetings will be chaired by the Company Representative or such
other person as is agreed at the meeting.
(e) The minimum quorum for a meeting of the PMG to proceed is one PMG
Member from each Party being present.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 33 of 144
8.4 Decisions and Recommendations of PMG
(a) Each decision and recommendation of the PMG must be unanimous in
that:
(i) it must be supported by all PMG Members in attendance at the
vote of the PMG; and
(ii) it must receive the support of at least one PMG Member from each
Party.
(b) If the PMG cannot reach a unanimous decision on any matter at a
meeting of the PMG, either of the Company Representative or the
Contractor Representative may refer that matter to the Project
Management Board for resolution under clause 9.3.

9 Project Management Board


9.1 Establishment, functions & authority
(a) By the signing of this Contract, the Parties establish a Project
Management Board to:
(i) provide guidance and leadership to the PMG with respect to Work
Under the Contract; and
(ii) resolve matters referred to it by the PMG where the PMG is unable
to reach agreement.
(b) The composition and functions of the Project Management Board shall
be as set out in this clause 9.
(c) The structure of the Project Management Board (and the Project
Management Group referred to in clause 8) is summarised in
Appendix 7 (Project Management Board & Project Management Group).
9.2 Representation
(a) Each Party shall appoint:
(i) a representative as an executive member of the Project
Management Board (the “Executive Board Members”); and
(ii) up to four senior representatives as members of the Project
Management Board (the “PMB Members”).
(b) At the Contract Date and unless and until otherwise advised by a Party
the PMB Members are those persons nominated in Appendix 7 (Project
Management Board & Project Management Group).
(c) Each Party may replace one or more of its Project Management Board
Members at any time by giving notice in writing to the other Party,
provided that the number of Project Management Board Members of
each Party shall not be increased.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 34 of 144
9.3 Decisions and Recommendations of Project Management Board
Each decision and recommendation of the Project Management Board must be
unanimous in that:
(a) it must be supported by all Project Management Board Members in
attendance at the vote of the Project Management Board; and
(b) it must receive the support of at least one Project Management Board
Member from each Party.
9.4 Functions of the Project Management Board
The duties of the Project Management Board are to:
(a) resolve matters (and issue decisions) referred to it by the PMG is unable
to reach agreement;
(b) actively demonstrate leadership commitment to the Project Charter;
(c) ensure that the PMG remains fully committed to the performance
incentive principles set out in the Contract;
(d) openly recognise and encourage desired behaviour and to openly
discourage and address any undesirable behaviour;
(e) define and communicate the Company objectives and expected
outcomes aligned to the Project gas curve and communicate any
subsequent changes to these objectives in a timely manner;
(f) review the previous months Performance Incentive Scorecard and
endorse the subsequent month’s target;
(g) reach back into the wider Project, Company and Contractor
organisations to ensure that the PMG is provided the necessary resource
and specialist technical support required to deliver required outcomes;
(h) ensure that best practices and lessons learned from the wider Company
and Contractor organisations are communicated and adopted where
appropriate by the Project;
(i) provide the necessary support, guidance, encouragement and challenge
to the PMG in the pursuit of the overall Project objectives;
(j) act as mentors and sounding boards for the PMG when requested to do
so and help facilitate project critical conversations;
(k) monitor performance trends, to ensure early and decisive interventions
are designed and implemented in conjunction with the PMG;
(l) ensure the right level of involvement, engagement and support from the
major Subcontractor executive and leadership teams in pursuit of the
overall Project objectives and support the escalation of issues where
appropriate;
(m) help raise the profile of project initiatives and any team and individual
achievements, awards and celebrations; and

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 35 of 144
(n) support the communication process with key Project stakeholders
including the Company corporate executive board.
9.5 Meeting procedures
(a) The Project Management Board will meet as often as the Parties see fit
but not less than monthly.
(b) The Executive Board Members will attend the Project Management
Board meeting on a quarterly basis or more frequently if required by the
Company.
(c) The Company will arrange for an agenda to be issued 48 hours in
advance of the Project Management Board meetings.
(d) The Company will arrange for minutes of:
(i) all resolutions of the Project Management Board; and
(ii) all actions arising out of each Project Management Board meeting,
to be recorded and for a copy of those minutes to be forwarded to each
Project Management Board Member after each meeting.

10 Company Representative right to direct the


performance of the Work Under the Contract
10.1 Reserved Matters
(a) Without limiting clause 10.1(b), although the Work Under the Contract is
intended to be managed and directed by the PMG as provided in
clause 8.1, in respect of the following matters (“Reserved Matters”) all
decisions are reserved to the Company Representative:
(i) functional requirements, scope and fundamental design
parameters for the Works;
(ii) community relations;
(iii) urgent protection of the Works or the Environment;
(iv) any event or circumstance that has, or is likely to have, an impact
on the management, function, operation or financial viability of the
Project; and
(v) any matter on which the Company’s Representative is given an
exclusive right or power under this Contract to determine or
decide.
(b) Notwithstanding any other provision of this Contract and/or any
determination or decision made by the Project Management Board or the
PMG, the Company Representative may at any time issue a direction to
the Contractor:
(i) in respect of any matter concerning the Work Under the Contract
and the order of priority for the Work Under the Contract, which

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 36 of 144
direction will override and supersede any conflicting determination
or decision made by the Project Management Board or the PMG;
and/or
(ii) to amend the duties and functions of the PMG and/or the Project
Management Board.
(c) The Contractor agrees to:
(i) abide by and implement the decisions and directions of the
Company Representative in relation to any Reserved Matter or any
matter referred to in clause 10.1(b); and
(ii) prepare a revised Target Schedule to take account of changes to
the Work Under the Contract and/or the order of priority for the
Work Under the Contract directed by the Company Representative
under clause 10.1(b).
(d) Without limiting the Contractor’s obligations under clause 10.1(c), if the
Contractor considers that it may have difficulty complying with a direction
issued by the Company Representative under clause 10.1(b) the
Contractor may refer the matter to the Project Management Board for
consideration (but must nevertheless continue to implement the
Company Representative’s direction).
10.2 Matters where Project Management Board unable to reach
agreement
Subject to clause 10.1, where a matter concerning the performance of the
Work Under the Contract:
(a) was not resolved by the PMG and was referred to the Project
Management Board pursuant to clause 8.4(b); and/or
(b) was not resolved by the Project Management Board,
the matter will be dealt with under clause 39(e).

11 Project Advisory Groups


11.1 Establishment, duties & authority of Project Advisory Groups
(a) The Company Representative may, from time to time, establish one or
more project advisory groups (each a “Project Advisory Group”) to
provide advice to the Parties and assist in the planning and
administration of the Work Under the Contract.
(b) The Company Representative shall determine the size, functions and
composition (in terms of experience and expertise) of each Project
Advisory Group provided that:
(i) each Project Advisory Group shall comprise an equal number of
members from each Party; and

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 37 of 144
(ii) each Party is permitted to nominate the member(s) who will sit on
such Project Advisory Group.
(c) A Project Advisory Group may make recommendations and offer
opinions but no decision of a Project Advisory Group will be binding upon
the parties unless endorsed in writing by the PMG.
11.2 Meeting procedures
(a) Each Project Advisory Group will meet as often as the Parties see fit and
shall be free to set its own procedures and protocols for each meeting.
(b) The Company will arrange for minutes of meetings of a Project Advisory
Group to be recorded and for a copy of those minutes to be forwarded to
each Party (and each member of the Project Advisory Group) after each
meeting.

12 Bonds and Guarantees


12.1 Provision of bonds and guarantees
(a) The Contractor shall provide the bonds and guarantees specified in this
clause 12 in favour of the Company at the times, and in the amount,
manner and form specified in this Contract.
(b) Except for the Advance Payment (which is subject to the requirements of
clause 12A), the Contractor shall not be entitled to submit any Payment
Claim until the Contractor has provided the Company with the bonds and
guarantees specified in this clause 12.
(c) The Parties acknowledge that section 67K(2) of the Queensland Building
and Construction Commission Act 1991 (Qld) implies conditions into
building contracts as to limits for retention amounts and security such
that, at any time before practical completion of building work is reached,
the total value of all retention amounts for the contract that are being
withheld and all security for the contract given and still held is not to be
more than 5% of the contract price for the contract.
(d) Where the security provided for in this Contract exceeds 5% of the
contract price, the Contractor acknowledges that this Contract is not
subject to those conditions, and security shall be withheld and/or
retention moneys deducted in accordance with this clause 12, clause 36
and Exhibit B (Compensation) and any other clauses dealing with
security or retention.
Initialled by:

Company:..........................................................................................

Contractor:.........................................................................................

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 38 of 144
(e) Despite any other provision of the Contract, the Parties agree that where:
(i) section 67N of the Queensland Building and Construction
Commission Act 1991 (Qld) applies; and
(ii) to the extent that the Contract provides that the total of all retention
monies withheld by the Company and all securities held by the
Company shall exceed 2.5% of the Contract Price after Practical
Completion,
the amount of the excess does not relate to the need to correct Defects
identified in the Defects Correction Period, but instead to the recovery by
the Company of any costs, damages, liabilities or other amounts which
may become payable to the Company by the Contractor under or in
connection with the Contract, the Contractor’s performance of the
Contract or any breach of the Contract by the Contractor.
12.2 Holding Company Guarantee
(a) The Contractor shall, within 28 days of the Contract Date, provide from
its holding company or such other parent company as the Company may
Approve in its absolute discretion (the “Guarantor”) a Holding Company
Guarantee in the form set out in Appendix 2 (Holding Company
Guarantee) as security for the performance of the Contract.
(b) Where the Contractor comprises two or more persons, each of them will
provide an Holding Company Guarantee in accordance with this
clause 12.2.
(c) If the Guarantor is not a company incorporated in Australia, the
Contractor shall, at the same time as providing the Holding Company
Guarantee, also deliver to the Company a legal opinion, confirming,
amongst other things, (a) the authority of the Guarantor to provide the
Holding Company Guarantee and (b) that the Holding Company
Guarantee is valid, binding and enforceable in the relevant jurisdiction, in
a form acceptable to the Company.
(d) The Contractor shall provide to the Company such financial or other
information the Company may require to satisfy itself that the Guarantor
is an appropriate person with sufficient means to satisfy the Holding
Company Guarantee.
12.3 Performance Bond
(a) Within ten (10) Working Days of the Contract Date, the Contractor shall
provide to the Company a Performance Bond in the form of an
unconditional and irrevocable performance bond in the form set out in
Appendix 3 (Performance Bond) from an internationally reputable bank
or Approved financial institution which has an office in Brisbane and
which is rated not less than A for long-term debt by Standard & Poor's
Corporation (or an equivalent rating from such other equivalent rating

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 39 of 144
agency as may be approved by the Company) and which is acceptable
to the Company in its absolute discretion.
(b) The Company agrees to accept the Performance Bond in the form of two
(2) separate Performance Bonds (each an “Instalment Bond”) each for
an amount equal to 50% of the Bond Amount.
(c) Following achievement of each Bond Milestone, upon receipt of written
request from the Contractor so to do, the Company shall return to the
Contractor Instalment Bond(s) to the value allocated to the achievement
of that Bond Milestone as more particularly described in
Appendix 1 (Contract Specific Details).
12.4 Replacement bonds
(a) If:
(i) a Performance Bond or Advance Payment Bond is due to expire
before the Date of Practical Completion of the last Separable
Portion to reach Practical Completion; or
(ii) the credit rating of the bank or financial institution providing the
Performance Bond or Advance Payment Bond falls below the
minimum specified in clause 12.3(a),
the Contractor shall provide a replacement Performance Bond or
Advance Payment Bond which complies with all requirements stipulated
in this clause 12 by the date which is fourteen (14) days before the date
on which the existing Performance Bond or Advance Payment Bond is
due to expire or in the case of (ii) above within fourteen (14) days of the
credit rating falling below the minimum specified in this clause 12.
(b) The failure to provide a replacement Performance Bond or Advance
Payment Bond in the case of (i) or (ii) above by such date shall be a
breach of the Contract which shall entitle the Company to (without any
notice to the Contractor) draw on the Performance Bond or Advance
Payment Bond and hold the proceeds. If the Contractor subsequently
provides a replacement Performance Bond or Advance Payment Bond
that complies with all the requirements stipulated in clause 12.3(a), the
Company will, subject to any recourse to the proceeds, return to the
Contractor the proceeds from drawing down on the Performance Bond or
Advance Payment Bond less any reasonable costs necessarily incurred
as a result of the Contractor's delay in providing a replacement
Performance Bond or Advance Payment Bond.
12.5 Drawdown against bonds
(a) The Company may, after seven (7) days prior written notice to the
Contractor, drawdown, retain and apply the proceeds of any
Performance Bond and guarantees:
(i) against any costs, expenses or damages which the Company has
incurred as a consequence of any act or omission of the

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 40 of 144
Contractor which is a breach of the Contract or breach of
Legislation on the part of the Contractor;
(ii) to compensate the Company for any overpayment by the
Company under this Contract (including, subject to the terms of the
Contract, any advance payment for which Company has not
received the goods, materials or equipment for which it has paid);
or
(iii) for any other reason identified in the Contract as grounds to
recover against such Performance Bonds and guarantees.
(b) The Company is not obliged to hold amounts realised on the calling of a
Performance Bond in any definable account. The Company owns the
interest and is not required to account to the Contractor for any interest
earned on such amounts.

12A Advance Payment and Advance Payment Bond


(a) Within ten (10) Working Days of the Contract Date, the Contractor shall
provide to the Company four Advance Payment Bonds, each of which
must be:
(i) in the form of an unconditional and irrevocable performance bond
in the form set out in Appendix 3 (Performance Bond);
(ii) from an internationally reputable bank or Approved financial
institution which has an office in Brisbane and which is rated not
less than A for long-term debt by Standard & Poor's Corporation
(or an equivalent rating from such other equivalent rating agency
as may be Approved by the Company); and
(iii) for an amount equal to one quarter of the Advance Payment.
(b) The Company will pay the Advance Payment to the Contractor on or
before the last to occur of the date which is:
(i) 10 Working Days from receipt by the Company of Advance
Payment Bonds which comply with the requirements of
clause 12A(a); and
(ii) 10 Working Days from receipt by the Company a valid tax invoice
for the Advance Payment.
(c) The Advance Payment is paid on account of monies that will become
payable to the Contractor under the Contract and, subject to
clause 12A(d), shall be repaid to the Company from amounts which the
Contractor is entitled to be paid under the Contract as follows:
(i) one quarter of the Advance Payment shall be deducted from the
Payment Claim submitted by the Contractor in September 2016
(the “September 2016 Payment Claim”);

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 41 of 144
(ii) one quarter of the Advance Payment shall be deducted from the
Payment Claim submitted by the Contractor in October 2016 (the
“October 2016 Payment Claim”);
(iii) one quarter of the Advance Payment shall be deducted from the
Payment Claim submitted by the Contractor in November 2016
(the ”November 2016 Payment Claim”); and
(iv) one quarter of the Advance Payment shall be deducted from the
Payment Claim submitted by the Contractor in December 2016
(the “December 2016 Payment Claim”),
(each an “AP Deduction”).
(d) If:
(i) the Company is entitled to make an AP Deduction from a Payment
Claim pursuant to clause 12A(c); but
(ii) the amount payable to the Contractor in respect of that Payment
Claim is less than the amount of that AP Deduction (an
“AP Difference”),
then the Company will be entitled to deduct:
(A) the full amount payable under that Payment Claim (so that a
nil balance is payable in relation to that Payment Claim) on
account of part of the AP Deduction; and
(B) from the amount payable under any subsequent Payment
Claim submitted by the Contractor (a “Subsequent
Payment Claim”) the total of:
(1) any remaining AP Difference outstanding from
previous Payment Claims; and
(2) the AP Deduction which the Company is entitled to
deduct from the Subsequent Payment Claim in
accordance with clause 12A(c),
provided that this clause 12A(d) will also apply to that
Subsequent Payment Claim mutatis mutandis.
(e) Subject to clauses 12.5 and 12A(f), the Company shall release the
Advance Payment Bonds to the Contractor as follows:
(i) one Advance Payment Bond promptly upon payment by the
Company of the amount payable to the Contractor in respect of the
September 2016 Payment Claim;
(ii) one Advance Payment Bond promptly upon payment by the
Company of the amount payable to the Contractor in respect of the
October 2016 Payment Claim;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 42 of 144
(iii) one Advance Payment Bond promptly upon payment by the
Company of the amount payable to the Contractor in respect of the
November 2016 Payment Claim; and
(iv) one Advance Payment Bond promptly upon payment by the
Company of the amount payable to the Contractor in respect of the
December 2016 Payment Claim.
(f) If clause 12A(d) applies in respect of a Payment Claim:
(i) the Company will not be required to release an Advance Payment
Bond to the Contractor until the full amount of the AP Deduction
which the Company is entitled to deduct from that Payment Claim
has been repaid to (or deducted by) the Company in accordance
with clause 12A(d); and
(ii) the Company shall release that Advance Payment Bond to the
Contractor promptly following payment of the Payment Claim from
which the final amount of that AP Deduction has been deducted in
accordance with clause 12A(d).
(g) Without limiting any other provision of this clause 12A, if the Contractor
considers that it would be appropriate for an Advance Payment Bond to
be released other than in accordance with this clause 12A:
(i) it may refer to the matter to the PMB for consideration in
accordance with clause 9.3; and
(ii) the Advance Payment Bond must be released in accordance with
a determination of the PMB (or in accordance with this clause 12A
if no such determination is made by the PMB).
(h) The Company may use the proceeds of an Advance Payment Bond to
compensate the Company for any overpayment by the Company under
this Contract (including, subject to the terms of the Contract, any
component of an advance payment made to the Contractor for which the
Company has not received the goods, materials services or equipment
for which it has paid).

13 Possession and Care of the Site and the Works


13.1 Possession of Site
(a) The Company will give the Contractor sufficient possession of the Site to
enable the Contractor to perform the Work Under the Contract in
accordance with this Contract.
(b) Any delay by the Company in giving the Contractor possession of the
Site will not be a breach of this Contract.
13.2 Restrictions/limitations of access to Site
The possession and access to areas of the Site is subject to any restrictions
and limitations set out in the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 43 of 144
13.3 Demobilisation and clean-up
When in possession of any part of the Site, the Contractor must maintain that
part of the Site in a safe, clean and tidy condition.
13.4 Care of the Works
(a) The Contractor will be responsible for the care, safety, protection,
security and clean-up after use, of the Works from the date of the
Contract until 5.00pm on the Date of Practical Completion.
(b) The Company will be responsible for the care of the Works after 5.00pm
on the Date of Practical Completion.

14 Separable Portions
(a) The Separable Portions comprising the Work Under the Contract are set
out in Exhibit C (Contract Programme).
(b) In addition to the Separable Portions described above, the Company
may at any time in its absolute discretion declare that any part of the
Works constitutes a Separable Portion.
(c) If any Separable Portion is suitable for use, Company may, at its own
discretion and upon written notice, occupy and use such portion by
issuing a Certificate of Practical Completion.
(d) The interpretations of—
(i) Practical Completion;
(ii) Target Milestone Date;
(iii) Date of Practical Completion;
(iv) Defects Correction Period; and
(v) transfer of care custody and control to Company,
and clause 30 shall apply separately to each Separable Portion and
references therein to the Works shall mean so much of the Works as is
comprised in the relevant Separable Portion.

15 Company Provided Items


15.1 Supply and delivery
(a) The Company shall provide Company Provided Items to the Contractor
as set forth in Exhibit H (Company Provided Items & Information).
(b) Subject to clause 15.1(c), the Contractor shall receive, handle, pack and
transport all Company Provided Items from the Collection Point (or other
area nominated by the Contractor and Approved by the Company) and
shall take all necessary steps to protect and preserve those Company
Provided Items.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 44 of 144
(c) The Contractor shall receive, unload, unpack, handle and transport at the
Site those items of major plant or equipment which Exhibit H (Company
Provided Items & Information) states are to be delivered to the
Contractor at the Site, and shall take all necessary steps to protect and
preserve those Company Provided Items.
15.2 Defects and damage to Company Provided Items
(a) The Contractor shall on or promptly after delivery of Company Provided
Items to the Contractor inspect them for loss, damage or defects and
shall promptly notify the Company and the carrier of the same.
(b) If the Contractor subsequently discovers any deficiency or defect in any
Company Provided Items it shall promptly notify the Company and the
Company shall issue a direction instructing the Contractor how to
proceed in respect of that defect.
(c) The Contractor shall take all necessary steps to protect Company
Provided Items from loss, damage or deterioration whilst they are within
the care, custody or control of the Contractor.
15.3 Unused or surplus Company Provided Items
(a) The Contractor shall notify the Company of all unused or surplus
Company Provided Items.
(b) The Company will collect such Company Provided Items at a central
yard or storage area nominated by the Company.

16 Status Report
The Contractor shall prepare and deliver to the Company as and when
requested by the Company Representative from time to time (but not less
frequently than monthly) a report (“Status Report”) notifying the Company of
matters relevant to the performance of the Contract and progress of the Works,
which must include:
(a) any delayed delivery of (or loss or damage to) Company Provided Items;
(b) a report of progress of the Work Under the Contract against the Target
Schedule, including details of any delay and the reasons for that delay;
(c) a report of the cost of the Work Under the Contract against the Budget;
(d) a report of Resources mobilised and engaged in the performance of the
Work Under the Contract against the Target Schedule; and
(e) all other matters (including forecasts and trending) to be included in the
Status Report as specified in the reporting requirements under the
Contract including Exhibit E (Administrative Procedures) and/or
Exhibit F (Project Controls).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 45 of 144
16A Delay and disruption
(a) The Contractor shall provide updates on:
(i) any delay or disruption due to the progress of the Work Under the
Contract; and
(ii) loss, damage, deficiency, repair or replacement of any Company
Provided Items,
in each Status Report.
(b) The PMG shall determine the appropriate action necessary to mitigate
the effects of such delay or disruption and any adjustment to the Target
Schedule that may be necessary.
(c) The costs incurred by the Contractor arising out of any delay or
disruption shall be Actual Costs.

17 Review of Technical Information


(a) The Contractor must, exercising Good Industry Practice, review all
Technical Information issued by the Company under the Contract and, if
it identifies any inaccuracies or discrepancies and/or omissions in the
engineering designs contained in the relevant Technical Information
which it considers will adversely affect its ability to construct the Works in
accordance with the Contract (“Deficiencies”), promptly bring such
Deficiencies to the attention of the Company by written notice, together
with the Contractor's proposal for rectification of said Deficiencies.
(b) The Company shall either correct and reissue the relevant Technical
Information, or issue a direction in respect of the Deficiencies identified.

18 Programme and Progress


18.1 Target Schedule
(a) The Target Schedule demonstrates in detail how the Work Under the
Contract is to be performed to achieve the Target Milestone Dates given
the dates specified in Exhibit H (Company Provided Items &
Information) for:
(i) access to the Site (or parts thereof);
(ii) issue of Technical Information; and
(iii) provision of the Company Provided Items.
(b) The Company may at any time change or reprioritise the Milestones by
issuing a Change.
(c) Any change or adjustment to the Target Schedule must be approved by
the PMG.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 46 of 144
(d) The Target Schedule shall be maintained and adjusted as required to:
(i) reflect Changes to the Milestones directed by Company or any
new Target Milestone Dates directed by Company;
(ii) account for any delay or disruption to the Work Under the
Contract;
(iii) reflect any changed quantities of the Work Under the Contract; and
(iv) reflect the Resources necessary to complete the Works by the
Target Milestone Dates taking due account of current progress and
expected productivity for the remaining parts of the Work Under
the Contract.
18.2 Compliance with Target Schedule
(a) The Contractor will use best endeavours to execute the Work Under the
Contract in accordance with the Target Schedule.
(b) If the progress of the Work Under the Contract is not in accordance with
the Target Schedule, the Contractor shall, in consultation and in
agreement with the Company, promptly take all steps and mobilise
additional Resources as may be necessary to mitigate the effects of such
delay and where practicable, recover progress delay with the objective of
achieving each remaining Milestone by the relevant Target Milestone
Date. Costs incurred by the Contractor in taking action to recover
progress under this clause shall be Actual Costs.
(c) The Company may instruct the Contractor to take the steps it deems
necessary to be implemented under clause 18.2(b). If the delay was
caused by the Contractor and the Contractor refuses to comply with the
Company’s instructions then the Company may by written notice to the
Contractor direct a Change to the Work Under the Contract, including
omitting any part of the Work Under the Contract.
(d) If the Company omits Work Under the Contract under clause 18.2(c):
(i) the Contractor shall not be entitled to any payment for the work
which has been omitted; but
(ii) the Contractor shall be paid costs incurred arising from the
omission of that work, including demobilisation costs, which shall
be treated as Cost Only Expenditure.
(e) The Parties agree that the Company’s rights under clause 18.2(c), and
any action taken by the Company in accordance with that clause, are in
addition to and without prejudice to any other rights or remedies
available to the Company under this Contract or otherwise.

19 Personnel
(a) Subject to clause 19(b), the Contractor undertakes to keep the Key
Personnel employed or engaged full time in the roles opposite their

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 47 of 144
name in Exhibit E (Administrative Procedures) for the duration of the
Contract or such other period as the Contractor and the Company may
agree.
(b) The Contractor will not be in breach of clause 19(a) if:
(i) a Key Person ceases to be a member of its personnel by virtue of
prolonged medical incapacity or resignation from their employment
or engagement with the Contractor;
(ii) that Key Person is replaced and the replacement is, prior to
starting work, suitably competent, qualified and experienced and
fully trained and practised on all processes that he/she will be
required to use as part of his/her work on the Project; and
(iii) save in the case of a replacement following the prolonged medical
incapacity of a Key Person, the period of overlap between the
existing Key Person and the replacement Key Person is sufficient
in the reasonable opinion of the Company.
(c) [Not used]
(d) The Company may from time to time require the Contractor to remove
any member of Contractor’s Personnel from the Site and/or the Work
Under the Contract and the Contractor shall promptly remove such
person(s) from the Work Under the Contract and/or the Site as directed.
Such person(s) shall not be again employed upon the Work Under the
Contract and the Contractor shall take immediate steps to replace such
removed person(s) with a suitably competent, qualified and experienced
person(s) satisfactory to the Company.

20 Quality Assurance
(a) The Contractor shall comply with its obligations under Exhibit J (Quality
Management).
(b) The Contractor and its Subcontractors shall each work within a formally
documented management system that meets the requirements of BS EN
ISO 9001:2008 (Quality management systems – requirements). The
Contractor’s quality management system should, where possible and
appropriate, be integrated with management systems certified to the ISO
14001:2004 standard (Environmental Management) and the OHSAS
18001:2007 specification (Occupational Health and Safety).
(c) The Contractor shall demonstrate how the quality of its activities will be
assured through all stages of the Work Under the Contract by developing
and following a project-specific Quality Plan that meets the requirements
of ISO 10005:2005 (Quality management - guidelines for quality plans).
The Quality Plan is a deliverable from the Contractor requiring Approval
by the Company in accordance with Exhibit E (Administrative
Procedures).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 48 of 144
(d) The quality management requirements referred to in Exhibit J (Quality
Management) and the Contractor's compliance with them shall not in any
way detract from or otherwise diminish the Contractor's obligations under
this Contract. No inspection or audit by the Company or any person on
its behalf will detract from or otherwise diminish the Contractor's
obligations under the Contract.

21 Testing and Inspections During the Work


21.1 Contractor testing and inspections
The Contractor shall carry out all tests and inspections, and comply with the
provisions regarding testing, set out in Exhibit A (Scope of Work). Where no
tests and inspections are specified, the Contractor shall carry out all tests and
inspections as would be carried out by a contractor acting in accordance with
clause 4 and Good Industry Practice.
21.2 Company instructions and inspections
(a) The Company may instruct the Contractor either to undertake additional
tests or inspections or to permit additional tests or inspections to be
performed by or on behalf of the Company and the Contractor shall
provide all necessary assistance and co-operation. Such additional tests
and inspections may be carried out on any part of the Permanent Works,
whether at the Site or Premises and shall not relieve, diminish or in any
other way affect the Contractor's obligations and liabilities under the
Contract.
(b) The Company has the right, but not the obligation, to witness or to have
any third party witness any test or inspection carried out by the
Contractor. The Contractor shall notify the Company of any tests or
inspections in adequate time in order that the Company may exercise
this right. The Contractor may carry out such inspection or test in the
absence of the Company, if notice has been given and the Company
does not attend that inspection or testing as scheduled.
(c) The Company has the right, but not the obligation, to inspect, test and
examine all things provided by the Contractor for the purposes of the
Permanent Works, including Materials and Equipment together with all
documentation relating thereto.
21.3 Audit and review
All of the verification, validation, checking and inspection processes undertaken
by the Company may be subject to audit, witness or review by third parties
employed by the Company. For this purpose the Contractor shall co-operate
fully with the requirements of such third parties including allowing
representatives of such third parties and/or the Company access at all
reasonable times to all appropriate books and Records.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 49 of 144
22 Defective Work
22.1 Defects prior to Practical Completion
(a) If, at any time prior to the issue of a Certificate of Practical Completion,
the Contractor or the Company discovers a Defect, the Contractor will
carry out any Remedial Works necessary to rectify the Defect.
(b) Subject to clause 22.1(c), any costs incurred by the Contractor in
carrying out Remedial Works in accordance with this clause 22.1 will be
treated as an Actual Cost.
(c) Where a Major Defect is identified prior to Practical Completion, all costs
incurred by the Contractor in carrying out Remedial Works for that Major
Defect in accordance with this clause 22.1 will be borne by the
Contractor.
22.2 Defects following Practical Completion
(a) The Company Representative may at any time following the issue of a
Certificate of Practical Completion issue a Defect Notice (“Defect
Notice”) directing the Contractor to attend to the rectification of a Defect.
(b) Upon receipt of a Defect Notice the Contractor will undertake Remedial
Works within the period stated in the Defect Notice and in accordance
with any other requirement stated in the Defect Notice. The Company
will provide access to the Site to the Contractor to undertake Remedial
Works.
(c) Subject to clause 22.2(d), all costs incurred by the Contractor to rectify a
Defect identified following Practical Completion will be borne by the
Contractor.
(d) The Parties agree that:
(i) the Company will pay the Contractor any Rectification Costs
incurred by the Contractor in carrying out Remedial Works in
accordance with clause 22.2(c) up to a total amount of $528,283;
and
(ii) thereafter, any Rectification Costs incurred by the Contractor in
carrying out Remedial Works in accordance with clause 22.2(c)
will be borne by the Contractor.
(e) For the avoidance of doubt any Rectification Costs paid or payable to the
Contractor under clause 22.2(d) will not be treated as an Actual Cost or
Cost Only Expenditure.
(f) Following consultation with the Contractor, the Company will be entitled
to undertake Remedial Works itself or engage others to do that work if:
(i) the Company considers the Remedial Works must be carried out
urgently for safety, environmental or other reasons of urgency; or

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 50 of 144
(ii) a Defect Notice has been issued and the Contractor does not
undertake the Remedial Works in the time and/or manner specified
in the Defect Notice.
(g) Costs incurred by the Company for Remedial Works carried out by the
Company or a third party under this clause 22 shall be a debt due and
payable by the Contractor to the Company.

23 Health, Safety and Security


(a) In this clause 23:
“Notifiable Incident” has the meaning given to it under the WH&S Act.
“Operating Plant” has the meaning given under the Petroleum and Gas
(Production and Safety) Act 2004 (Qld) (“P&G Act”), for the purposes of
the Works.
“Operator” has the meaning given under the P&G Act.
“P&G Regulation” means the Petroleum and Gas (Production and
Safety) Regulation 2004 (Qld).
“Principal contractor” has the meaning given to it under the
WH&S Regulation.
“SMP” means the safety management plan relevant to the Scope of
Work prepared by the Company in accordance with the P&G Act.
(b) The Contractor shall in relation to all persons affected or likely to be
affected by the performance of the Work Under the Contract take such
steps as are reasonably practicable to ensure their health and safety.
(c) Without prejudice to the other provisions of this Contract, the Contractor
shall comply with, and shall ensure that all Contractor’s Personnel
comply with, this clause 23 and Exhibit D (Health, Safety, Security,
Environment (HSSE)) and the relevant Company HSSE policies and
directives notified to Contractor from time to time. The Parties agree that
nothing in this clause 23 shall derogate from the obligations of the
Contractor to comply with Legislation.
(d) The Contractor acknowledges that, for the purposes of the Work Health
and Safety Act 2011 (Qld) (“WH&S Act“) and the Work Health and
Safety Regulation 2011 (Qld) (“WH&S Regulation”):
(i) it will be a person conducting a business or undertaking and
subject to the duties stated in the WH&S Act relevant to the
performance of the Work Under the Contract;
(ii) subject to clauses 23(d)(iv) and 23(f), the Company appoints the
Contractor as the principal contractor for the Work Under the
Contract from the time when the Contractor is given possession of
the Site until the earlier of:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 51 of 144
(A) the termination of the Contract by the Company;
(B) the date (following Practical Completion) on which the
Company advises the Contractor in writing that
hydrocarbons have been introduced to the completed
Permanent Works; or
(C) the appointment by the Company of another principal
contractor in accordance with section 293 of the
WH&S Regulation;
(iii) the Company authorises the Contractor to exercise such authority
of the Company, and authorises the Contractor to have
management and control of the Site, as is necessary to enable the
Contractor to discharge the responsibilities imposed on a principal
contractor under the WH&S Act and the WH&S Regulation for the
Works; and
(iv) the Company appoints the Contractor as the principal contractor
for any Remedial Work performed during a Defects Correction
Period, provided that the Company provides the Contractor with
management and control of the site of any Remedial Work
(including access to and from that site).
(e) The Contractor undertakes to comply with the obligations of the principal
contractor under the WH&S Act and the WH&S Regulation while the
Contractor is appointed as the principal contractor for the Work Under
the Contract.
(f) The Company does not appoint the Contractor as principal contractor for
those parts of the Work Under the Contract which are performed on parts
of the Site to which the Company’s SMP applies.
(g) The Contractor acknowledges that, for the purposes of the P&G Act and
the P&G Regulation:
(i) the Company is the Operator; and
(ii) while performing the Work Under the Contract, the Contractor will
assist the Company, to the extent it is appropriate and relevant to
the performance of the Work Under the Contract, in the
performance of the Company’s duties for the management and
safe operation of the Operating Plant as required by the P&G Act.
(h) The Contractor undertakes to comply with its obligations under the SMP
while the Contractor is performing the Work Under the Contract in areas
covered by the SMP.
(i) The Contractor shall, in relation to all persons involved or likely to be
involved in the performance of the Work Under the Contract (including
the Contractor, the Contractor Group, the Contractor’s Personnel,
Subcontractors and Subcontractors’ personnel, suppliers or vendors)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 52 of 144
comply with the SMP in the performance of the Work Under the Contract
in areas covered by the SMP.
(j) The Contractor must:
(i) perform the Work Under the Contract in such manner as to not
place the Company in breach of its obligations under the P&G Act;
(ii) comply in all relevant respects with the P&G Act, including, where
relevant, any safety requirements contained in the P&G Act or the
P&G Regulation;
(iii) establish and implement a process that provides for the Company,
the Contractor’s Personnel or any other persons affected by the
Work Under the Contract to be informed about and consulted in
relation to hazards and controls applicable to the Site and the
Work Under the Contract;
(iv) if requested by the Company, ensure that the Contractor’s
Personnel responsible for the performance of the Work Under the
Contract attend a meeting with the Company prior to performing
the Work Under the Contract on the Site, to discuss any matters
under the SMP which relate to the performance of the Works; and
(v) immediately notify the Company if the Contractor witnesses or
becomes aware of any actual or potential risk relating to the
activities being undertaken or any defect or hazard associated with
any plant or equipment supplied in the performance of the Work
Under the Contract and any controls or modifications the
Contractor is aware of that have been developed to eliminate or
correct the defect or hazard or to manage the risk, and provide the
Company with all details the Company reasonably requires.
(k) The Contractor shall notify Company Representative of every notifiable
incident which occurs on Site or in connection with the Work Under the
Contract as soon as possible but not later than twelve (12) hours after
such occurrence.
(l) The Contractor shall make available all registers, Records and any other
documentation concerning health, safety and environmental matters
relating to its obligations under this Contract for inspection by the
Company upon the Company's reasonable notice to the Contractor.
(m) The Contractor shall send to the Company a copy of every notice or
other communication received from or sent to any person or body
concerning health, safety and environmental matters and relating to the
Work Under the Contract.
(n) The Contractor shall ensure that the Contractor’s HSSE Policy is
compatible with the Company's polices and directives applicable to any
part of the Work Under the Contract. If there is any conflict, the
Contractor shall submit the differences for resolution by the Company
prior to the commencement of such part of the Work Under the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 53 of 144
(o) The Contractor shall ensure that Contractor's Personnel and Contractor’s
Subcontractors and their personnel are adequately informed about and
observe the Contractor’s HSSE Policy, all relevant safety regulations, the
relevant Site rules and any other rules and regulations relating to health,
safety and security that the Company may issue from time to time and
which it may notify the Contractor.
(p) The Contractor shall allow the Company access to the Site, the
Resources and Records, when so requested by the Company, to enable
the Company to satisfy itself that the requirements of this clause 23
have been or are being met, including:
(i) ensuring that the Contractor is carrying out its responsibilities
under Contractor’s HSSE Policy and Legislation;
(ii) ensuring that the Contractor's HSSE Policy complies with
clause 23(n); and
(iii) recording, if required, independent investigations into any incident
relating to the Contract.
(q) The Company may require the Contractor to introduce any safety or
security or emergency preparedness measure the Company considers
reasonably necessary. The Contractor shall introduce in full any such
measure immediately on receipt of the Company’s notice or as otherwise
directed in the notice.
(r) The Contractor shall indemnify and keep indemnified the Company
against all costs, expenses liabilities or penalties which the Company
may suffer or incur as a result of or which may arise out of any failure of
the Contractor to comply with its obligations under this clause 23 or any
Legislation relating to health or safety.

24 Legislation
(a) The Contractor shall, in performing the Work Under the Contract and its
obligations under the Contract, comply with, and cause all other
members of the Contractor Group to comply with, all applicable
Legislation (including Environmental Laws and regulations).
(b) The Contractor shall indemnify and hold harmless the Company Group
from and against any and all Claims whatsoever arising, suffered or
incurred in connection with the failure of the Contractor Group to comply
with any Legislation or regulation.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 54 of 144
25 Authorisations
25.1 Company Authorisations
The Company shall at its own cost and expense obtain and maintain all
Authorisations listed in Exhibit H (Company Provided Items & Information) as
being Authorisations to be obtained by the Company.
25.2 Contractor Authorisations
(a) The Contractor shall, in a timely manner so as to ensure realisation of
the Work Under the Contract in accordance with the Target Schedule,
obtain and maintain all those Authorisations allocated as the Contractor's
responsibility under Exhibit H (Company Provided Items & Information)
required to carry out and complete the Works in accordance with the
Contract.
(b) The Contractor shall comply with all Authorisations referred to in
clauses 25.1 and 25.2 including all of the conditions attaching to all such
Authorisations regardless of whether the condition is addressed to the
Contractor, the Company, "Holder of the Authority", "Proponent" (or
similar) or any another person.
(c) The Contractor shall, if requested by the Company, immediately provide
the Company with documentary evidence of compliance with
clause 25.2(b).
(d) The Contractor shall forthwith notify the Company immediately if any
Authorisation is revoked or withdrawn or is likely to be revoked or
withdrawn.
25.3 Support and assistance
(a) The Contractor must, where requested by the Company to do so,
support the Company in obtaining and satisfying any obligations under
an Authorisation obtained or to be obtained by the Company under
clause 25.1 which require the submission of further documents or data
to a Competent Authority in a timely manner. This includes (without
limitation) the Contractor developing or providing any certificates,
documents, data, management plans, maps, measures, programs,
protocols, Records and reports as may be required to satisfy such
conditions.
(b) The Contractor and the Company shall give every assistance to each
other in connection with the performance by the other of their respective
obligations under clauses 25.1, 25.2 and 25.4.
25.4 Responsibility for obtaining other Authorisations
Where responsibility for obtaining an Authorisation has not been specifically
allocated to either the Company or the Contractor in Exhibit H (Company
Provided Items & Information):
(a) the Contractor shall obtain any Authorisation which, in the normal
course, an experienced and competent contractor would ordinarily

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 55 of 144
obtain, including all Authorisations required for the Contractor’s site
construction facilities, selected construction methodology and the
contractor’s plant and equipment; and
(b) the Company shall obtain any Authorisation which, in the normal course,
a principal would ordinarily obtain. The Contractor must assist the
Company in so doing by providing all supporting information that it is
able to provide so as to enable the Company to obtain the Authorisation.

26 Environment
(a) The Contractor shall take all precautions as may be necessary against
and/or provide facilities to prevent the cause of Environmental Harm to or
contamination of the Environment on and around the Site including any
water course and shall carry out the Work Under the Contract so as to
comply with any Legislation and Authorisations in relation to the
Environment and any other Company environmental policies and
directives notified to the Contractor from time to time and any other
environmental requirements and guidelines set out in the Contract.
(b) The Contractor will be responsible for:
(i) all appropriate treatment or removal of pollution and contamination
already existing on the Site as at the Contract Date or discovered
by carrying out the Work Under the Contract and which requires
appropriate treatment or removal to enable the Works to be
completed. To the extent that complying with this clause 26(b)(i)
causes the Contractor to incur costs, these shall be treated as
Actual Costs under the Contract;
(ii) all appropriate treatment or removal of pollution or contamination
arising due to an act, default or omission of the Contractor or any
person for whom the Contractor is responsible shall be undertaken
by the Contractor at the Contractor’s own cost and the costs
incurred will not be an Actual Cost or Cost Only Expenditure; and
(iii) carrying out its obligations under this Contract so as to leave the
Site free from all dangerous structures, hazards or waste arising
out of the construction of the Works by the Contractor or those for
whom the Contractor is responsible.
(c) The Contractor shall keep the Company indemnified against any Claims,
fines and any related costs, compensation, damages and expenses
arising as a result of a breach by Contractor of its obligations under
clauses 26(a), 26(b)(i) and 26(b)(ii).
(d) The Contractor shall give the Company reasonable notice prior to the
removal from and/or delivery to the Site of all dangerous waste,
pollutants or similar substances or anything which is toxic or explosive or
otherwise hazardous to the health or safety of persons or property. Such
notice shall identify the hazard(s) and give full details of the precautions

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 56 of 144
to be taken when using, handling or otherwise coming into contact with
such thing together with details of the safe manner of use, handling,
transport and storage. The Contractor shall also ensure that at the time
of removal and/or delivery every such thing is suitably packed or
contained and is identified on the outside as hazardous and displaying
details required by Legislation.
(e) The Contractor shall, prior to completion of the Permanent Works,
remove all dangerous waste, pollutants or similar substances brought
onto or created on the Site by Contractor during the carrying out of the
Work Under the Contract.
(f) The Contractor shall ensure that all Subcontractors comply with this
clause 26.

27 Subcontracting
27.1 Subcontracting
(a) The Contractor shall not subcontract the whole of the Work Under the
Contract.
(b) Subject to clause 27.1(c) and section 3 of Exhibit K (Subcontractors),
the Contractor shall not subcontract any part of the Work Under the
Contract without prior approval of the PMG.
(c) Approval is given in relation to the Approved Subcontractors listed in
Exhibit K (Subcontractors). The Contractor is also permitted to
subcontract (or engage) the Approved Labour Subcontractor to supply
labour for the performance of the Work Under the Contract.
(d) No Subcontract shall:
(i) relieve the Contractor (or its surety, where applicable) from any
obligation or liability under this Contract and the Contractor shall
be liable for the acts, omissions or neglects of any Subcontractor
and their respective employees, servants and agents, as though
they were the acts, omissions or neglects of the Contractor; or
(ii) create any contractual relationship between the Subcontractor and
the Company or create any employer/employee relationship
between the Company and the Subcontractor.
(e) The Contractor shall ensure that every Subcontract shall:
(i) provide that the Contractor may from time to time novate or assign
or otherwise transfer the Subcontract to the Company using the
form attached at Appendix 10 (Subcontractor Novation Deed);
(ii) contain a confidentiality undertaking imposing on the
Subcontractor obligations similar to that undertaken by the
Contractor to the Company;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 57 of 144
(iii) contain restrictions on and provisions relating to subcontracting to
the same effect as contained in this Contract;
(iv) contain suspension and termination provisions consistent with
those contained in this Contract; and
(v) require the Subcontractor to adhere to the requirements of
clauses 48 (Local Content and Indigenous Participation), 23
(Health, Safety and Security) and 26 (Environment), 49 (Business
Principles), Exhibit D (Health, Safety, Security, Environment
(HSSE)), Exhibit G (Local Content and Indigenous Participation),
and Exhibit L (Business Principles),
and shall not impose upon such Subcontractor terms less onerous than
those contained in this Contract taking into account the nature of the
work to be executed under such Subcontract and the contract value of
such Subcontract.
(f) The Contractor shall provide a copy of any Subcontract to the Company
promptly upon request from the Company.
27.2 Tendering of Subcontracts
(a) The Contractor shall prior to tendering for any Subcontract (including
taking any actions required under clause 27.2(b)) provide to the PMG its
contracting strategy and bid list relating to that Subcontract.
(b) The Parties agree that:
(i) unless the PMG agrees otherwise:
(A) the Contractor must obtain a minimum of three (3)
competitive quotations for the provision of all Work Under
the Contract to be subcontracted; and
(B) the Contractor shall not be entitled to any Margin on Actual
Costs incurred which are subcontract costs where:
(1) the relevant Subcontractor is an Associate of
Contractor; and
(2) the Subcontract is not procured through a competitive
process involving a minimum of three (3) competitive
quotations;
(ii) the Company shall have full access to all documents related to any
proposed Subcontract; and
(iii) where requested by Company for any specific Subcontract
package(s), the Contractor shall provide copies of all tenders
received in respect of that Subcontract package.
(c) Unless the PMG agrees otherwise, it is agreed that for each
recommendation to award a Subcontract (and each Subcontract
document), the Contractor must provide to the PMG for review and
approval prior to the Contractor entering into any Subcontract:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 58 of 144
(i) a summary of the results of the tender evaluation process and the
resultant recommendation to award; and
(ii) a copy of the proposed Subcontract,

in sufficient time to allow for the PMG to review and approve the
proposed Subcontract without adversely affecting the Target Schedule
and progress of the Work Under the Contract.
27.3 Administration of Subcontracts and Subcontractor Claims
(a) The Contractor must immediately notify the PMG of the amount and
particulars of any Subcontractor Claim as soon as the Contractor
becomes aware of such Subcontractor Claim.
(b) The Contractor must update the PMG on the status and forthcoming
actions in respect of any Subcontractor Claim at each meeting of the
PMG (and this shall be a standing item of the agenda of each PMG
meeting).
(c) The Contractor must not settle, waive or commence proceedings in
respect of any Subcontractor Claim without the prior Approval of the
Company Representative.

28 Changes
28.1 Power to direct Changes
The Company may at any time by notice in writing direct a Change and the
Contractor will comply with any such direction.
28.2 Omitted Work
If the Company directs a Change which omits any part of the Work Under the
Contract:
(a) the Company may engage an Other Contractor to carry out the omitted
work; and
(b) the Contractor shall have no responsibility or liability for the safe
completion or coordination of the omitted work or for the rectification of
Defects in the omitted work.

28A Adjustment of Target Cost


(a) The Parties agree that the Target Cost is fixed and not subject to
alteration, escalation or adjustment other than for:
(i) the IFC Adjustment Process in accordance with clause 28A(aa);
(ii) an Adjustment Event in accordance with clause 28A(b); or
(iii) a Provisional Sum Item in accordance with clause 28A(c).
(aa) IFC Adjustment Process

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 59 of 144
The Parties agree that the Target Cost will be adjusted in accordance
with the process set out in section 4 of the Adjustment Guidelines (the
“IFC Adjustment Process”) following the issue to the Contractor of the
last of the IFC Documentation for the Works to be provided by the
Company in accordance with Exhibit H (Company Provided Items &
Information).
(b) Adjustment Events
(i) If either Party considers that an Adjustment Event has occurred,
then:
(A) it may refer the matter to the PMG and in accordance with
clause 8.4; and
(B) subject to clause 28A(b)(ii), the PMG will decide the
appropriate adjustment (if any) to the Target Cost for that
Adjustment Event.
(ii) When determining an adjustment to the Target Cost, the PMG
and/or the Project Management Board (as the case may be) must
have regard to the Adjustment Guidelines.
(iii) The Target Cost will only be adjusted for an Adjustment Event in
accordance with:
(A) a decision of the PMG under clause 28A(b)(i);
(B) a decision of the Project Management Board under
clause 28A(d)(i); or
(C) a determination of an expert in accordance with clause 39A,
as applicable.
(c) Provisional Sum Items
(i) Each Provisional Sum is an estimate of the Actual Costs the
Contractor considers (as at the Contract Date) it will incur in
performing the Work Under the Contract for a Provisional Sum
Item.
(ii) At any time after the Contract Date, the PMG may direct the
Contractor to provide a revised estimate of the Actual Costs it will
incur in performing the work in relation to a Provisional Sum Item
(“Revised Estimate”) for Approval by the PMG.
(iii) The Contractor must submit a Revised Estimate by the time
specified by the PMG, and in any event prior to the
commencement of the part of the Work Under the Contract which
relates to the relevant Provisional Sum Item, unless the PMG
agrees that the relevant work can commence before a Revised
Estimate is Approved.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 60 of 144
(iv) The Contractor must provide the PMG with such supporting
information as is reasonably required by the PMG to consider and
verify its Revised Estimate for a Provisional Sum Item.
(v) If the Revised Estimate submitted by the Contractor in relation to a
Provisional Sum Item is Approved by the PMG, the parties agree
to adjust the Target Cost by removing the Provisional Sum for a
Provisional Sum Item from the Target Cost and adding the
Approved Revised Estimate for that Provisional Sum Item to the
Target Cost.
(vi) If the PMG does not Approve the Revised Estimate submitted by
the Contractor in relation to a Provisional Sum Item, the Company
may direct a Change to omit the part of the Work Under the
Contract which relates to that Provisional Sum Item in accordance
with clause 28.
(vii) If:
(A) the Revised Estimate submitted by the Contractor in relation
to a Provisional Sum Item is not Approved by the PMG, but
the PMG does not direct a Change omitting the Provisional
Sum Item from the scope of the Work Under the Contract; or
(B) the PMG does not direct the Contractor to submit a Revised
Estimate for the Work Under the Contract in relation to a
Provisional Sum Item,
the parties agree to adjust the Target Cost by removing the
relevant Provisional Sum from the Target Cost and replacing it with
the Actual Costs incurred by the Contractor for that Provisional
Sum Item.
(d) The Parties agree that:
(i) any matter referred to the PMG under clause 28A(b) is not agreed
by the PMG may be referred to the Project Management Board in
accordance with clause 8.4(b) and any consequent decision of the
Project Management Board will be a binding decision for the
purposes of clause 28A(b); and
(ii) subject to clause 28A(e), but notwithstanding any other provision
of this Contract, the Parties agree not to refer a Dispute arising in
relation to any of the matters described in this clause 28A(b) to
litigation in accordance with clause 39 (or otherwise) and that the
Parties must (through the PMG or Project Management Board)
reach agreement on the question of any adjustment (or not) to the
Target Cost.
(e) If:
(i) a matter which is referred to the Project Management Board
pursuant to clause 28A(d)(i) has not been agreed within 60 days

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 61 of 144
of the date on which it was referred to the Project Management
Board; and
(ii) either:
(A) the Actual Costs incurred by the Contractor are equal to or
greater than 75% of the Target Cost; or
(B) the cumulative value of adjustments sought to the Target
Cost that have been referred to the Project Management
Board but which remain unresolved exceeds $40,000,000
(forty million dollars),
then either Party may refer that matter to expert determination in
accordance with clause 39A.

28B Target Cost Saving


(a) At any time following the Date of Practical Completion of the last
Separable Portion to achieve Practical Completion, the Contractor may
submit to the Company a request for payment of a Target Cost Saving.
(b) Following a request by Contractor under clause 28B(a) and subject to
clause 28C and clause 28D, if the cumulative total of Actual Costs
incurred by the Contractor are less than the Target Cost, the Company
will pay to the Contractor any Target Cost Saving the Contractor has
achieved.
(c) The Target Cost Saving will be calculated as follows:
Target Cost Saving = Cost Saving Share x (A-B)
(i) Cost Saving Share means a percentage calculated in accordance
with clause 28D;
(ii) A = the Target Cost; and
(iii) B = the total amount paid or payable to the Contractor by the
Company for Actual Costs incurred by the Contractor in completing
the Scope of Work.

28C Wet Weather and Force Majeure Costs


(a) The Parties agree that the provisions of this clause 28C apply in respect
of any adjustment to the Target Cost arising from an Adjustment Event
for inclement weather and/or a Force Majeure Event.
(b) If the cumulative total Actual Costs (excluding any Rectification Costs)
incurred by the Contractor are less than the Target Cost, then the Target
Cost will not be adjusted to include the Wet Weather and Force Majeure
Costs.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 62 of 144
(c) If the cumulative total Actual Costs (excluding any Rectification Costs)
incurred by the Contractor are greater than the Target Cost, then the
Target Cost will be adjusted to include the Wet Weather and Force
Majeure Costs.
(d) If the Target Cost is adjusted in accordance with clause 28C(c) and
following such adjustment the cumulative total Actual Costs (excluding
any Rectification Costs) incurred by the Contractor are less than the
Target Cost, the Contractor will not be entitled to a Target Cost Saving.

28D Performance Score and Cost Saving Share


28D.1 Performance Incentive Scorecard
(a) The Performance Incentive Scorecard will be applied monthly during the
performance of the Work Under the Contract commencing with the first
complete calendar month following the Contract Date.
(b) At the third PMG meeting in each month the Contractor shall submit its
scored Performance Incentive Scorecard (and any supporting evidence)
for the previous month for Company review and Approval.
(c) Should Company disagree with the scoring proposed by the Contractor
in a Performance Incentive Scorecard, the Company shall provide
reasons and the matter shall be referred to the next PMG meeting for
further consideration.
(d) The Parties agree that:
(i) any matter referred to the next PMG meeting under clause
28D.1(c) that is not agreed by the PMG in the next PMG meeting
may be referred to the Project Management Board in accordance
with clause 8.4(b) and any consequent decision of the Project
Management Board will be a binding decision for the purposes of
this clause 28D.1; and
(ii) subject to clause 28D.1(e), but notwithstanding any other
provision of this Contract, the Parties agree not to refer a Dispute
arising in relation to any of the matters described in this clause
28D.1 to litigation in accordance with clause 39 (or otherwise) and
that the Parties must (through the PMG or Project Management
Board) reach agreement on the scoring for any monthly
Performance Incentive Scorecard.
(e) If a matter which is referred to the Project Management Board pursuant
to clause 28D.1(d)(i) has not been agreed within 60 days of the date on
which it was referred to the Project Management Board, then either Party
may refer that matter to expert determination in accordance with clause
39A.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 63 of 144
28D.2 Calculation of the Performance Score
(a) The Parties agree and acknowledge that the Contractor’s Cost Saving
Share may be affected by its Performance Score.
(b) Following the Date of Practical Completion of the last Separable Portion
to achieve Practical Completion, the Contractor’s Performance Score
shall be calculated by the Company Representative and the applicable
Cost Saving Share determined.
28D.3 Calculation of the Cost Saving Share
(a) If the Contractor’s Performance Score is 65% or higher, the Contractor’s
Cost Saving Share will be 60%.
(b) If the Contractor’s Performance Score is 60% or lower, the Contractor’s
Cost Saving Share will be 55%.
(c) If the Contractor’s Performance Score is less than 65% but higher than
60%, the Contractor’s Cost Saving Share will be reduced pro rata
between 60% and 55%, in accordance with the diagram below:

29 Suspension
29.1 Suspension of Work
(a) The Company may at any time and for any purpose whatsoever direct
the Contractor by notice in writing to suspend the whole or any portion of
the Work Under the Contract.
(b) The Contractor will comply with any notice in writing issued by the
Company to suspend the whole or any portion of the Work Under the
Contract.
(c) If the Company has suspended the whole or any portion of the Work
Under the Contract under clause 29.1(a), the Company may at any time,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 64 of 144
by notice in writing, direct the Contractor to recommence the whole or
any portion of the Work Under the Contract.
(d) If the Company has suspended the whole of the Work Under the
Contract under clause 29.1(a) and does not issue a notice under
clause 29.1(c) within six months (or a longer period agreed by all
Parties) then until a notice has been issued under clause 29.1(c), either
Party may terminate the Contract.
(e) If the Contractor terminates the Contract pursuant to clause 29.1(d), it:
(i) is entitled to be paid in accordance with clause 40.3(a);
(ii) must comply with the requirements of the Company under
clause 42.
29.2 Costs of Suspension
Except where the suspension is directed as a consequence of a breach of this
Contract by the Contractor, costs incurred by the Contractor arising from any
suspension shall be Actual Costs.

30 Practical and Final Completion Certificates


30.1 Certificate of Practical Completion
(a) When the Contractor Representative considers that the Permanent
Works have reached Practical Completion, the Contractor
Representative will complete and sign Part 1 of the Certificate of
Practical Completion contained in Appendix 8 (Certificate of Practical
Completion) and issue the proposed Certificate of Practical Completion
to the Company Representative for consideration.
(b) Within 21 days of receiving the notice referred to in clause 30.1(a) the
Company Representative will consider the proposed Certificate of
Practical Completion and will either:
(i) complete Part 2 of the proposed Certificate of Practical Completion
and issue a Certificate of Practical Completion certifying the Date
of Practical Completion; or
(ii) issue a list of Defects which the Company Representative has
decided must be rectified prior to the issue of a Certificate of
Practical Completion.
(c) When the Contractor Representative considers that the Contractor has
attended to the Defects referred to in clauses 30.1(b)(ii) and 22.1(a) (if
any) the Contractor Representative will issue a further proposed
Certificate of Practical Completion to the Company Representative
pursuant to clause 30.1(a), and the process in clause 30.1(b) shall be
repeated until the Company Representative issues a completed
Certificate of Practical Completion pursuant to clause 30.1(b)(i).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 65 of 144
30.2 Certificate of Final Completion
(a) When the Defects Correction Period stated in Appendix 1 (Contract
Specific Details) has elapsed, and provided the Contractor
Representative is not aware of any outstanding Defects, the Contractor
Representative will complete and sign Part 1 of the Certificate of Final
Completion contained in Appendix 9 (Certificate of Final Completion)
and issue the proposed Certificate of Final Completion to the Company
Representative for consideration.
(b) Within 21 days of receiving the notice referred to in clause 30.2(a) the
Company Representative will consider the proposed Certificate of Final
Completion and will either:
(i) complete Part 2 of the proposed Certificate of Final Completion
and issue a Certificate of Final Completion certifying the Date of
Final Completion; or
(ii) issue a list of Defects directing the Contractor to carry out
Remedial Work in respect to those Defects.
(c) When the Contractor Representative considers the Parties have
attended to the Defects referred to in clauses 30.2(b)(ii) and 22.2(a) (if
any) the Contractor Representative will issue a further proposed
Certificate of Final Completion to the Company Representative pursuant
to clause 30.2(a) and the requirements of clause 30.2(b) and
clause 30.2(a) will continue to apply until the Company Representative
issues a Certificate of Final Completion pursuant to clause 30.2(b)(i).
(d) The Certificate of Final Completion will be conclusive evidence that all
Parties have fully discharged their obligations under this Contract except
for matters deliberately or fraudulently concealed by a Party.

31 Indemnities
31.1 Sickness, Disease, Injury or Death of Employees
(a) The Company shall indemnify and hold harmless the Contractor Group
against any and all Claims in respect of injury or sickness, disease or
death of any person employed by or engaged on behalf of the Company
Group arising out of or in connection with this Contract from any cause
whatsoever including but not limited to the negligence or breach of duty
(whether statutory or otherwise) of the Contractor Group.
(b) The Contractor shall indemnify and hold harmless the Company Group
against any and all Claims in respect of injury or sickness, disease or
death of any person employed by or engaged on behalf of the Contractor
Group arising out of or in connection with this Contract from any cause
whatsoever including but not limited to the negligence or breach of duty
(whether statutory or otherwise) of the Company Group.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 66 of 144
31.2 Physical Property
(a) Subject to clauses 31.2A, 31.3 and 31.6, the Company shall be liable
for, indemnify and hold harmless the Contractor Group against, any and
all Claims in respect of:
(i) physical loss of or damage to property (including but not limited to
facilities and motor vehicles, but excluding Project Property)
owned, supplied, hired, chartered or borrowed under other
agreements by the Company Group; or
(ii) the removal, destruction, lighting or marking of any debris of such
physical property,
arising out of or in connection with this Contract from any cause
whatsoever including but not limited to the negligence or breach of duty
(whether statutory or otherwise) of the Contractor Group but excluding
the Contractor Group's Wilful Misconduct.
(b) Subject to clauses 31.3 and 31.6, the Contractor shall be liable for,
indemnify and hold harmless the Company Group against, any and all
Claims in respect of:
(i) physical loss of or damage to property (including but not limited to
the Work, the Equipment, the Premises and facilities, or motor
vehicles) owned, supplied, hired, chartered or borrowed under
other agreements by the Contractor Group; or
(ii) the removal, destruction, lighting or marking of any debris of such
physical property,
arising out of or in connection with this Contract from any cause
whatsoever including but not limited to the negligence or breach of duty
(whether statutory or otherwise) of the Company but excluding the
Company’s Wilful Misconduct.
31.2A Accommodation villages
The Contractor shall indemnify and hold harmless the Company Group against
and from all Claims, damages, losses and expenses (including legal fees and
expenses) in respect of any damage to or loss of any property, real or personal
arising out of or in the course of or by reason of the use by Contractor or
Contractor’s Personnel of the accommodation villages provided pursuant to the
Contract. For the purpose of this indemnity, the operator(s) of accommodation
villages and all residents of accommodation villages (other than Company’s
own employees) shall be deemed to be third parties and not part of Company
Group for the purpose of this clause 31.
31.3 Project Property
(a) Notwithstanding the provisions of clause 31.2 (Physical Property), but
subject to clause 31.3(c), the Contractor shall be liable for, indemnify
and hold harmless the Company Group against, any and all Claims in
respect of:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 67 of 144
(i) physical loss of or damage to the Project Property whilst within the
care, custody or control of the Contractor Group arising from any
cause whatsoever including but not limited to the negligence or
breach of duty (whether statutory or otherwise) of the Company
Group;
(ii) physical loss of or damage to the Project Property not within the
care, custody or control of the Contractor Group provided that such
loss or damage arises from any Defect caused by Contractor or
the Contractor Group including the Contractor Group's Wilful
Misconduct,
arising out of or in connection with the Contract.
(b) Except where loss or damage to the Project Property arises from any
Defect caused by the Contractor Group or the Contractor Group’s Wilful
Misconduct, the indemnity provided under clause 31.3(a) shall be limited
to the amount of the Company’s Insurance Deductible for each and
every Claim (or series of Claims arising from the same physical loss of or
damage to the Project Property).
(c) The Contractor will not be required to indemnify the Company under
clause 31.3(a) in relation to any physical loss of or damage to the
Project Property which is caused by an Excepted Risk.
(d) Where physical loss of or damage to the Project Property is caused by
an Excepted Risk (whether or not in combination with other risks), the
Contractor shall, to the extent directed to do so by the Company, rectify
that loss or damage and its costs of doing so will be an Actual Cost.
31.4 Third Parties
Subject to any other express provisions of this Contract to the contrary, the
Contractor shall be liable for, indemnify and hold harmless the Company Group
against, any and all Claims by third parties, in respect of injury, sickness,
disease or death of any third party and loss of or damage to physical third party
property arising out of or in connection with this Contract whether or not arising
out of the negligence or breach of duty (statutory or contractual or otherwise) of
the Company Group and shall at its own cost on the Company's request
defend the Company Group in any proceedings involving the same. For the
purposes of this clause 31.4, 'third party' does not include any of the parties
within the definition of the Company Group or the Contractor Group. This
indemnity shall not exceed the amount specified in Appendix 1 (Contract
Specific Details) per occurrence or series of occurrences arising from the one
event. Above this amount per occurrence or series of occurrences arising from
the one event liability of the Parties shall be governed by law.
31.5 Pollution from Contractor's Property
The Contractor shall indemnify and hold harmless the Company Group against
any and all Claims, in respect of any spills, leaks or discharge of fuels,
lubricants, garbage, sewage and other materials in the Contractor's or any
Subcontractors' possession and/or control causing injury or death to persons,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 68 of 144
loss or damage to property or pollution or contamination of the land arising out
of or in connection with the Contract, except that the Company shall indemnify
and hold harmless the Contractor Group to the extent that such pollutants or
waste matter have been deposited on the express written instruction of the
Company.
For the avoidance of doubt, the indemnity provided by the Contractor under
this clause 31.5 does not apply to any pre-existing contamination at the Site
(not caused by the Contractor or any of its Subcontractors) referred to in
clause 26(b)(i).
31.6 Compliance with Insurance Requirements
Neither the Contractor nor the Contractor Group shall be entitled to rely upon
the indemnities given by the Company under this clause 31 where and to the
extent that the Company is unable to recover under any policy of insurance as
a result of failure by the Contractor Group to comply with any of the conditions
or warranties in any of the Company's insurance policies or to comply with any
requirement of the Quality Assurance in clause 20 (Quality Assurance) and in
such event the Contractor shall indemnify and hold harmless the Company
Group against any and all Claims, costs (including legal costs), damages and
expenses in respect of:
(a) the Company's physical property; and
(b) the Project Property,
arising from any such failure.
31.7 Mitigation of losses
Where an indemnity is given by a Party, the indemnified Party will use all
reasonable endeavours to mitigate the loss suffered by it which forms the basis
of the Claim.
31.8 Claims Procedure
(a) Notice
If either Party becomes aware of any matter that may give rise to a Claim
against the other under the indemnities in the Contract, the Party shall
give notice of that fact as soon as reasonably practicable to the Party
giving the indemnity (“Indemnifying Party”).
(b) Investigation by Indemnifying Party
(i) Without prejudice to the validity of the Claim or alleged Claim in
question, a Party seeking to rely on an indemnity (“Claiming
Party”) shall allow the Indemnifying Party (at its own cost) and its
technical and professional advisers to investigate the matter or
circumstance alleged to give rise to such Claim and whether and to
what extent any amount is payable in respect of such Claim.
(ii) The Claiming Party shall give, and shall procure that its relevant
Affiliates, Co-Venturers and Subcontractors (“Group Members”)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 69 of 144
give (subject to their being paid all reasonable costs and
expenses) all such information and assistance, including access to
the Premises and personnel, and the right to examine and copy or
photograph any equipment, accounts, documents and records, as
the Indemnifying Party or its technical or professional advisers may
reasonably request.
(iii) This clause shall not entitle the Indemnifying Party, its technical or
professional advisers to information which is or would be legally
privileged and the Claiming Party shall not be obliged to provide
any commercially sensitive data of it or its Group Members unless
such information is essential to determine the Claim.
(c) Third Party Claims
If the Claim in question is a result of or in connection with a Claim by or
liability to a third party then to the extent that such action does not
breach any of the conditions or warranties of any third party liability
insurance policy:
(i) the Claiming Party shall consult with the Indemnifying Party and
shall fully investigate the Claim;
(ii) the Claiming Party shall give and shall procure that its Group
Members give, subject to their being paid all reasonable costs and
expenses, all information and assistance (including access to
Premises and personnel and the right to copy, photograph or
photocopy, any assets, accounts, documents or Records)
reasonably required by the Indemnifying Party and its advisers to
investigate the Claim;
(iii) no admission of liability shall be made by or on behalf of the
Claiming Party or any of its Group Members and the Claim shall
not be compromised, disposed of or settled without the consent of
the Indemnifying Party or any relevant third party liability insurers
where such Claim is the subject or will be the subject of a claim
under any third party liability insurance policy (such consent not to
be unreasonably withheld or delayed);
(iv) the Claiming Party shall take such action as the Indemnifying Party
or its insurers may reasonably request to avoid, dispute, resist,
compromise or defend the Claim or to transfer conduct of the
Claim to the Indemnifying Party; and
(v) notwithstanding anything to the contrary, the Indemnifying Party
shall only indemnify the Claiming Party for the costs reasonably
incurred by the Claiming Party or any of its Group Members in
taking such action provided that the Indemnifying Party is
consulted as to the proposed course of action and the professional
advisers to be used, before such costs are incurred, and is
thereafter provided with regular progress reports and updates of
costs incurred.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 70 of 144
(d) Damage and Accident Report
The Contractor shall immediately report to the Company and, if such
report is given orally, confirm in writing to the Company within one (1)
Working Day:
(i) all loss or damage to any Equipment or Company Provided Items
or property of third parties;
(ii) all accidents, injuries or death of any person(s);
(iii) all reportable incidents under Legislation,
and the Contractor shall in such report or as soon as reasonably
practicable thereafter notify the Company of the cause or causes, nature
and extent of such loss, damage, accident, injury, death or incident and
of the steps that the Contractor has or will be taking to deal with them in
accordance with Section 3 (Incident Reporting) of Exhibit E
(Administrative Procedures).
In addition, the Contractor shall permit the Company to participate in any
investigation into any of the above and shall (in any event) provide the
Company with a full report of the investigation's findings, together with
any follow-up or additional reports except in the case of claims between
insureds under any third party liability policy.
31.9 Extent of Indemnities and Limitations
In the Contract, all indemnities and exclusions, limitations and allocations of
liability shall:
(a) be effective in contract, negligence or other tort, statute and at law; and
(b) survive expiry or termination of the Contract.
31.10 Payments made under an indemnity
For the avoidance of doubt, where the Contractor pays an amount pursuant to
an indemnity under this Contract that amount is not an Actual Cost nor Cost
Only Expenditure and is entirely to the Contractor’s account.

32 Insurances
32.1 Contractor's Insurance
(a) The Contractor shall effect and maintain, and shall ensure the
Subcontractors effect and maintain, throughout the continuance of the
Contract, insurance policies with insurers and under forms of policies
satisfactory to the Company, which shall include but not be limited to the
types and amounts set out in clause 32.2. All such policies shall be
procured from first class reputable insurers and suitably endorsed as to
territorial and/or navigational limitations to include the work covered by
the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 71 of 144
(b) The Contractor shall provide the Company with a certificate of insurance
endorsed by the Contractor's insurers or brokers in a form acceptable to
the Company. Certificates shall be provided within fourteen (14) days of
the Contract Date, unless a current certificate has already been provided
to the Company. The Contractor shall also provide the Company with
updated certificates on the renewal anniversary of all policies required
hereunder. Failure to provide such a certificate may be taken by the
Company to indicate that the Contractor has failed to meet its obligations
to provide the required insurance cover under the Contract.
(c) The Contractor shall ensure each policy of third party liability insurance
contains endorsements which ensure that:
(i) the Company's interest in any such policy shall not be terminated,
vitiated, abrogated or otherwise adversely affected as a result of
any action or inaction (including any non-disclosure) by any other
insured; and
(ii) there is a waiver of subrogation provision benefiting the Company
Group, the Contractor Group, any Subcontractor and/or any Other
Contractor.
(d) The Contractor shall give immediate notice to the Company and all
insured parties if there is any cancellation or material change affecting
the Company's or any insured party's interest in respect of the insurance
set out in clause 32.2.
(e) If any policy is cancelled or there is a material change which may affect
the Company's interest, or if the Contractor shall fail to effect or maintain
any policy which it is required by this Contract to effect and maintain, the
Company may at its sole discretion effect and maintain any such
insurance or additional insurance as the Company shall consider
necessary and deduct the costs of any applicable premium from any
amounts due or which may become due to the Contractor, or recover the
same as a debt due from the Contractor.
(f) To the extent permitted by law all legal liability policies required under
clause 32.2 shall contain an agreement from the insurers to waive their
rights of subrogation against the Company Group, the Contractor Group,
any Subcontractor and/or any Other Contractor and shall contain a cross
liabilities clause.
32.2 Contractor's and Subcontractors' Policies
(a) The insurances referred to above are:
(i) worker’s compensation insurance to the full extent required by
Legislation;
(ii) general third party and public liability insurance with a combined
bodily injury and property damage limit of not less than the amount
specified in Appendix 1 (Contract Specific Details) per occurrence
or series of occurrences arising from the one event. Such

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 72 of 144
insurance shall contain an “Indemnity to Principals clause”. The
Contractor shall ensure that the Company is named as a co-
insured on each policy of third party liability insurance referred to in
this clause 32.2(a)(ii);
(iii) motor vehicle liability insurance which shall comply with Legislation
on vehicles used in connection with the Contract; and
(iv) where applicable:
(A) hull and machinery insurance, covering loss of or damage to
vessels and or jack-up barges, including but not limited to
loss or damage arising from helicopter operation, war risks,
riots, strikes and civil commotion in amounts not less than
the full market value of each vessel and/or jack-up barge
owned, hired, chartered or borrowed under other
agreements by the Contractor Group and used in connection
with this Contract. Such insurance shall name the Company
Group as an additional insured;
(B) protection and indemnity insurance (P & I) equivalent to
United Kingdom Mutual Steamship Assurance Association
(Bermuda) Ltd rules, including collision liability and sistership
clauses, and Tower's Liability and removal of wrecks and
debris, with limits of not less than the market value of each
vessel and/or jack-up barge owned, hired, chartered or
borrowed under other agreements by the Contractor Group
and used in connection with this Contract. Also where
necessary, excess P & I to give a combined limit of the
amount specified in Appendix 1 (Contract Specific Details)
per occurrence or series of occurrences arising from the one
event; and
(C) aviation liability insurance which shall cover aircraft
(including helicopters) owned, hired, chartered or borrowed
under other agreements, supplied by the Contractor Group
and used in connection with the Contract, with a combined
bodily injury and property damage limit, including passenger
liability, of not less than the amount specified in Appendix 1
(Contract Specific Details) per occurrence or series of
occurrences arising from the one event. Such insurance
shall name the Company Group as an additional insured.
(b) ln respect of the insurances listed in clause 32.2(a)(iv):
(i) the Contractor warrants that as at the Contract Date, the Work
Under the Contract comprising the Scope of Work at the Contract
Date does not include work to which the insurances listed in
clause 32.2(a)(iv) would apply; and

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 73 of 144
(ii) the Parties agree that if, at any time, the Scope of Work is
amended (including by way of a Change) so as to include work to
which the insurances listed in this clause 32.2(a)(iv) would apply:
(A) the Contractor will procure the insurances specified in
clauses 32.2(a)(iv)(A), 32.2(a)(iv)(B) and 32.2(a)(iv)(C);
and
(B) the Company will pay the cost of the Contractor procuring
the insurances specified in clauses 32.2(a)(iv)(A),
32.2(a)(iv)(B) and 32.2(a)(iv)(C) as an Actual Cost.
32.3 Company's Insurance
(a) The Company will effect and maintain the insurances as set out in
Appendix 6 (Company Insurance) and will name the Contractor and/or
any Subcontractor as an additional Insured in respect of items 1 and 2 of
Appendix 6. The list of insurances in Appendix 6 (Company Insurance)
(other than the CAR policy and the level of deductible therein) may be
amended at any time by the Company pursuant to advice from its
insurance adviser and Appendix 6 (Company Insurance) shall be
considered to be amended accordingly.
(b) In respect of each of the insurances it is required to effect and maintain
under this clause 32.3, the Company will provide the Contractor with:
(i) a certificate of insurance endorsed by the Company’s insurers or
brokers, in a form acceptable to the Contractor, within fourteen
(14) days of the Contract Date, unless a current certificate has
already been provided by the Company to the Contractor prior to
that date; and
(ii) updated certificates of insurance on the renewal anniversary of
each policy of insurance.
(c) The Company will ensure that any policy of third party liability insurance
which it is required to effect and maintain under this clause 32.3
contains endorsements which ensure that:
(i) the Contractor’s interest in any such policy shall not be terminated,
vitiated, abrogated or otherwise adversely affected as a result of
any action or inaction (including any non-disclosure) by any other
insured; and
(ii) there is a waiver of subrogation provision benefitting the Contractor
Group.
(d) The Company will give immediate notice to the Contractor and all other
insured parties if there is any cancellation or material change affecting
the Contractor’s or any other insured party’s interest in respect of the
insurances the Company is required to effect and maintain under this
clause 32.3.
(e) If:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 74 of 144
(i) any policy of insurance which the Company is required to effect
and maintain under this clause 32.3 is cancelled or is subject to a
material change which may affect the Contractor’s interest under
that policy of insurance; or
(ii) the Company fails to effect or maintain any policy of insurance
which is it required to effect and maintain under this clause 32.3,
the Contractor may, at its sole discretion, effect and maintain such policy
of insurance or additional insurance that will provide the Contractor with
insurance coverage equivalent to that which the Company is required to
effect and maintain under this clause 32.3. The costs of any applicable
insurance premium which are incurred by the Contractor in relation to
that insurance will be an Actual Cost.
32.4 Contractor’s Insurance
Where the Contractor is an insured under a policy of insurance required by
clause 32.2(a)(ii) which provides cover in respect of a claim which is the
subject of the indemnity provided by the Company under clause 31.1(a), the
Contractor agrees that:
(a) the Contractor will, acting in good faith, make a claim against its
insurance policy before it seeks to recover an amount from the Company
under the indemnity provided by the Company in clause 31.1(a); and
(b) it is a condition precedent to the Contractor's entitlement to make claim
against the indemnity provided by the Company in clause 31.1(a) that
the Contractor has first complied with its obligation under clause 32.4(a).

33 Consequential Loss
(a) Notwithstanding anything expressed or implied in this Contract to the
contrary:
(i) neither the Company nor the Contractor shall be liable to the other
for the other's Consequential Loss;
(ii) the Contractor shall indemnify and hold harmless the Company
Group against all Consequential Loss of the Contractor Group; and
(iii) the Company shall indemnify and hold harmless the Contractor
Group against all Consequential Loss of the Company Group.
(b) Consequential Loss shall mean the following indirect losses:
(i) loss of contract;
(ii) loss of business opportunity;
(iii) loss of profit or anticipated profit;
(iv) loss of production;
(v) loss of revenue;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 75 of 144
(vi) loss of product;
(vii) business interruption;
(viii) loss of use; and
(ix) financing costs,
arising out of or in connection with this Contract and whether or not
foreseeable or in the ordinary contemplation of the Parties at the
Contract Date irrespective of whether such loss is caused by the
negligence of the Company Group and/or the Contractor Group or by
any other act, omission or breach of this Contract by the Company
Group and/or the Contractor Group or otherwise, provided however that:
(A) any liability of the Contractor under clause 31 (Indemnities) (but
not including any loss of profit or anticipated profit, loss of
production or loss of revenue of the Company), clause 32
(Insurance) and clause 43 (Intellectual Property and Documents);
and
(B) the costs of any repair, replacement, additional works, hiring or
other direct costs arising from a Defect (but not including any loss
of profit or anticipated profit, loss of production or loss of revenue
of the Company),
shall not be considered Consequential Loss.

34 Limitation of Liabilities
(a) Except as stated in this clause 34, the Contractor's maximum aggregate
liability to the Company whether for breach of contract, negligent act or
omission or otherwise shall not exceed the amount specified in
Appendix 1 (Contract Specific Details).
(b) Clause 34(a) shall not apply to the Contractor's obligations and liabilities
with respect to the following clauses:
(i) [not used]
(ii) Clause 31 – Indemnities in clauses 31.1(b), 31.2(b),
31.3, 31.4 and 31.5
(iii) Clause 33(a)(ii) - Indemnity for consequential loss of
Contractor Group
(iv) Clause 43 – Intellectual Property and Documents
(c) No provision under this Contract shall limit or exclude either the
Contractor's or the Company's liability for fraud or to the extent the
limitation or exclusion is prohibited by law.
(d) The Contractor shall not be liable for any damages for delay in
completing the Works.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 76 of 144
35 Compensation payable to the Contractor
35.1 Terms of compensation
(a) Subject to clauses 35.1(aa), 35.2 and 35.3, the Contractor shall be
entitled to claim payment of:
(i) Actual Costs;
(ii) Margin on Actual Costs; and
(iii) Cost Only Expenditure,
in accordance with Exhibit B (Compensation) which will be the sole
compensation to the Contractor for performance of the Work Under the
Contract and the complete fulfilment of all of its obligations under this
Contract.
(aa) Separate from, and in addition to, the Contract Price, the Contractor may
(subject to clause 28B) be entitled to payment of a Target Cost Saving.
(b) Where the Contractor becomes liable to pay an amount to the Company
under this Contract, the Company may set-off that amount from amounts
the Company is otherwise obliged to pay to the Contractor under this
Contract.
35.2 Margin
(a) Margin will be calculated as follows:
(i) for Actual Costs paid or payable by the Company to the Contractor
up to and including the Target Cost, the Margin will be 9% of those
Actual Costs; and
(ii) for Actual Costs paid or payable by the Company to the Contractor
in excess of the Target Cost, but below the Not to Exceed Price:
(A) the Margin applied to those Actual Costs will be 0% (zero
percent); and
(B) the total Margin payable to the Contractor will be
recalculated in accordance with the following formula:
Margin (%) = 9 x [1 – ((AC – TC) / (Not to Exceed Price – TC))]
Where:
“AC” = Actual Costs
“TC” = Target Cost
“Margin (%)” = Contractor’s adjusted Margin
(b) Any recalculation of the Contractor’s Margin in accordance with
clause 35.2(a)(ii)(B) will result in the Contractor having been overpaid
Margin by the Company (“Margin Overpayment”). The Contractor shall
be required to repay the amount of any Margin Overpayment calculated
as follows:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 77 of 144
Margin Overpayment = (Full Margin – (Margin % x TC))
Where:
“Full Margin” = 9% of Target Cost
“Margin (%)” = Contractor’s adjusted Margin
“TC” = Target Cost
(c) Where the Contractor is required to repay the amount of any Margin
Overpayment to the Company under clause 35.2(b), the Company may:
(i) issue a tax invoice to the Contractor for any amount of the Margin
Overpayment repayable by the Contractor (which amount will be
due and payable within seven (7) days of the date of that tax
invoice); and/or
(ii) set off any Margin Overpayment in accordance with
clause 35.1(b).
35.3 Not to Exceed Price
Notwithstanding any other provision of this Contract to the contrary, the
Contractor will not be entitled to claim, and the Company will have no
obligation or liability to pay, any Actual Costs incurred by the Contractor in
excess of the Not to Exceed Price.

36 Invoices and Payments


36.1 Format/timing of Claims and payments
(a) At the times specified in Appendix 1 (Contract Specific Details), the
Contractor shall deliver to the Company Representative a draft claim for
payment supported by evidence of the amount due to the Contractor and
such information as the Company Representative may reasonably
require. Draft claims for payment submitted by the Contractor shall
include the value of the Work Under the Contract carried out by the
Contractor in the performance of the Contract to that time, together with
all amounts then otherwise due to the Contractor arising out of the
Contract.
(b) Prior to submitting a draft claim for payment in accordance with
clause 36.1(a), the Contractor shall liaise with the Company as to the
content of the draft claim for payment and any back-up and
documentation which the Company may require.
(c) If the time for any draft claim for payment under clause 36.1(a) falls on a
day which is not a Working Day, the Contractor shall submit the draft
claim for payment on the following Working Day.
(d) Within nine (9) Working Days (inclusive of the date of receipt) after
receipt of a draft claim for payment, the Company shall issue to the
Contractor a preliminary assessment of the draft claim for payment,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 78 of 144
setting out the amount of the payment which, in the opinion of the
Company, is to be made by the Company to the Contractor or by the
Contractor to the Company in respect of the draft claim for payment.
(e) No earlier than nine (9) Working Days (inclusive of the date of delivery)
after delivery of the draft claim for payment, the Contractor shall deliver
to the Company Representative a Payment Claim supported by evidence
of the amount due to the Contractor and such information as the
Company Representative may reasonably require. Claims for payment
shall include the value of work carried out by the Contractor in the
performance of the Contract to that time together with all amounts then
otherwise due to the Contractor arising out of the Contract.
(f) If a Payment Claim under clause 36.1(e) is submitted on a day which is
not a Working Day, the Payment Claim shall be deemed to have been
submitted on the following Working Day.
(g) For the avoidance of doubt, the date referred to in clause 36.1(e) or
36.1(f) (as applicable) is the “reference date” for the purposes of BCIPA.
(h) The Parties agree that any amount contained in a Payment Claim
submitted in accordance with clause 36.1(e) will be subject to
verification by the Project Auditor and any discrepancy identified by the
Project Auditor shall be added or deducted from the next payment claim.
(i) The Parties agree that a Payment Claim issued under clause 36 is not a
‘payment claim’ for the purposes of BCIPA, but nothing in this Contract
shall restrict the right of the Contractor to lodge a payment claim under
BCIPA.
(j) Within five (5) Working Days (including the date of receipt) of receipt of a
Payment Claim in accordance with clause 36.1(e), the Company
Representative shall issue to the Contractor a payment certificate stating
the amount of the payment which, in the Company Representative’s
opinion (acting reasonably), is to be made by the Company to the
Contractor or by the Contractor to the Company (“Payment Certificate”).
The Company Representative shall set out in the Payment Certificate the
calculations employed to arrive at the amount and, if the amount is more
or less than the amount claimed by the Contractor, the reasons for the
difference.
(k) Subject to the following conditions being met the Company will pay the
Contractor (or the Contractor will pay the Company as the case may be)
the amounts stated in a Payment Certificate within nine (9) Working
Days (including the date of receipt) after receipt by the Company of a
properly completed Payment Claim:
(i) the Contractor providing a valid Tax Invoice for the amount stated
in the Payment Certificate; and
(ii) every Payment Claim must be accompanied by a statutory
declaration from the Contractor’s Representative that the amounts

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 79 of 144
included in the Payment Claim represent the Contractor’s exact
entitlement to compensation in accordance with Exhibit B
(Compensation) and the term of this Contract.
36.2 General provisions
(a) A Party who owes money pursuant to this Contract will pay the other
Party interest compounded daily using the annual rate of interest stated
in Appendix 1 (Contract Specific Details) for any time the payment
remains overdue.
(b) Progress payments by the Company will not be evidence of the value of
work, or an admission of liability, or that the Work Under the Contract
has been executed satisfactorily in accordance with this Contract, and
will be deemed to be provisional payments on account and subject to a
final verification audit by the Project Auditor.
(c) Payments made in respect of the Final Payment Claim will be deemed to
be in full and final settlement of all entitlements to compensation arising
pursuant to Exhibit B (Compensation).

37 Audit of Costs Incurred


37.1 General
The Contractor acknowledges that it is of paramount importance to the
Company that all commercial aspects of this Contract are administered in a
transparent manner that demonstrates that all payments made under this
Contract are in accordance with the terms of this Contract.
37.2 Project Auditor
(a) The person or company nominated in Appendix 1 (Contract Specific
Details) has been appointed by the Company as the Project Auditor and
the Contractor hereby accepts that person or company as the Project
Auditor. The Company shall be responsible for payment of the costs of
the Project Auditor.
(b) The Project Auditor’s brief is to carry out audits to verify Actual Costs, the
correct application of Margin, and Cost Only Expenditures incurred or
accrued by the Contractor and to ensure that in respect of all payments
made pursuant to this Contract that the Contractor receives its exact
entitlement as set out in Exhibit B (Compensation).
(c) The Company agrees that the Project Auditor will also be available to the
Contractor to audit the Actual Costs of Subcontractors.
(d) The Company will ensure that any reports or advice from the Project
Auditor that raise concerns about the amounts claimed or reimbursed to
the Contractor are brought to the attention of the Contractor.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 80 of 144
(e) Provided it has given prior notice in writing to and consulted with the
Contractor, the Company may appoint a different person or company to
be the Project Auditor.
(f) References in this Contract to the Project Auditor will include the
authorised representatives of the Project Auditor.
(g) The Contractor confirms that the Company may, instead of or in addition
to the Project Auditor, undertake an audit pursuant to this clause 37.
37.3 Audit of Parties’ Records
(a) Until all payments under this Contract have been made, the Project
Auditor will have access at all reasonable times to the personnel and
Records of the Parties that are related to the Actual Costs and Cost Only
Expenditures incurred by the Contractor.
(b) Subject to clause 44, the Project Auditor will have the right to reproduce
any of the Records referred to in clause 37.3(a).
37.4 Retention of Records
Without limiting a Party’s obligations under Legislation the Parties will preserve
and maintain in good condition and in an easily accessible filing and retrieval
system all Records until the expiration of six years after the date on which the
Certificate of Final Completion was issued.

38 Taxes and Duties


(a) Unless the Contract states otherwise, the Contract Price excludes GST
on taxable supplies to be made under the Contract.
(b) Where under the Contract a Party is obliged to pay the other Party an
amount calculated by reference to an agreed rate or an agreed lump
sum, unless the agreed rate or lump sum is expressed to include GST,
the party shall pay the aggregate of:
(i) the amount calculated by reference to the agreed rate or the
agreed lump sum (as the case may be) (“Agreed Amount”); and
(ii) GST (if any) payable on the taxable supply in respect of which the
Agreed Amount is payable.
(c) Where under the Contract, a Party is obliged to pay an amount
calculated by reference to the cost, expense, loss or other liability
suffered or incurred by that other Party (“Reimbursable Liability”), the
Party shall pay the aggregate of:
(i) the Reimbursable Liability net of Input Tax Credits available to the
other Party in respect of the Reimbursable Liability; and
(ii) GST (if any) payable on the taxable supply in respect of which the
Reimbursable Liability is payable.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 81 of 144
(d) Where under the Contract the Parties agree to a provisional allowance
for any Work Under the Contract or otherwise (including any Provisional
Sum), unless the allowance is expressed to include GST, it shall be
taken to be exclusive of any GST.
(e) No other provision of the Contract shall operate to give the Contractor
any Claim in connection with GST.
(f) The Contractor warrants to the Company that:
(i) the Contractor is registered for GST as at the Contract Date and
shall maintain that registration until all amounts payable to the
Contractor under this Contract have been paid; and
(ii) the Contractor’s ABN notified by Contractor to Company is correct.
(g) The Contractor shall immediately notify the Company if at any time the
Contractor ceases to be registered for GST.
(h) The Contractor shall be liable for all Taxes arising in connection with this
Contract or any payment under this Contract. The Company may make
any deduction or withholding from any payments under this Contract
which is required by Legislation and will have no obligation to gross-up
any payment under this Contract for any Taxes charged or collected by
way of a withholding from any such payment.
(i) The Contractor shall be liable for the payment of all salaries, wages,
commissions, allowances and other remuneration to Contractor’s
Personnel and for the deduction and payment of the applicable Taxes,
union fees and any other applicable charges or deductions therefrom for
remittance to the relevant authorities.
(j) The Contractor shall indemnify and hold harmless the Company from
and against any liability resulting from:
(i) failure by the Contractor to pay or to pay in a timely manner any
items referred to in clauses 38(b) or 38(c), or failure to comply
with the reporting or other procedural requirements with respect to
their payment; or
(ii) withholding or failure to withhold sums in respect of income and
other Taxes from payments made by the Company or to any
Subcontractor pursuant to Legislation, orders, rules or directions of
any competent taxing authority as may arise due to the
Contractor's failure to inform the Company of any relevant matter
in a timely fashion.
(k) Any interest, penalties or other liabilities arising from such failure referred
to in clause 38(j) shall be solely for the Contractor's account.
(l) The Contractor shall indemnify and hold the Company harmless from
and against all Taxes and brokerage fees assessed or levied against the
Company in respect of any item of Equipment provided by the Contractor
for the purposes of the Work Under the Contract and all other facilities,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 82 of 144
Labour, Materials, consumables and services provided by the Contractor
under this Contract.
(m) The Company may, without liability to the Contractor, withhold sums in
respect of income and other Taxes from payments made by the
Company to the Contractor to the extent that such withholding may be
required by Legislation, orders, rules or directions of any competent
taxing authority. Where the requirement for any withholding is avoided by
the Contractor holding an appropriate exemption certificate it is the duty
of the Contractor to inform the Company that such a certificate is held,
prior to any payment being made, and to inform the Company of any
change to or cancellation of the certificate and to provide copies of the
certificate or any further information that may be required by the
Company to satisfy it that it can avoid any withholding.
(n) The Company shall undertake to supply any certificate of withholding as
is required by Legislation.
(o) For the avoidance of doubt, the Company shall have no liability to
reimburse the Contractor in the event that any liability, in respect of
which the Contractor has made an indemnity payment under this clause
38, gives rise to any savings relief, reduction in Taxation, exemption or
right of recovery from any third party.
(p) The Contractor shall pay, and shall at all times use its best endeavours
to ensure that all Subcontractors shall pay all Taxes duly assessed on
the income, profits and gains accruing to the Contractor or any
Subcontractor in the performance of this Contract.
(q) The Contractor shall furnish the Company with such particulars as are
known to the Contractor in relation to its or any Subcontractor's activities
under this Contract as may be required by the Company to fulfil its
obligations or comply with information requests received from any
competent taxing authority. Where the requested information is not
known to the Contractor, it shall at all times use its best endeavours to
obtain the information necessary to enable it to comply with the request.

39 Resolution of Disagreements
(a) The Parties agree to try to settle any Dispute in good faith in a manner
consistent with the Project Charter.
(b) If a Dispute remains unresolved for more than 14 days after the initial
disagreement arose, a Party may give a written notice to the other Party
requesting that the Dispute be considered by the Project Management
Board.
(c) The Project Management Board will consider any Dispute referred to it
and will give due consideration to submissions by each Party and to any
other relevant information.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 83 of 144
(d) The Project Management Board will seek to reach a resolution (or
confirm that it is unable to reach a resolution) on any Dispute referred to
it 14 days of being notified of the disagreement and will advise each
Party of that resolution (or inability to reach a resolution) in writing.
(e) Where the Project Management Board are unable to reach a unanimous
resolution, the Project Management Board may refer the matter to
mediation or either Party may refer the Dispute to litigation and the
parties submit to the non-exclusive jurisdiction of the courts of the State
of Queensland.
(f) Notwithstanding the existence of a Dispute, the Company and the
Contractor shall continue to perform the Contract.
(g) Nothing in this clause 39 will prejudice the right of a Party to seek urgent
injunctive or declaratory relief in connection with this Contract.

39A Expert Determination


39A.1 Application
If a Dispute has been referred to expert determination pursuant to
clause 28A(e) or 28D or section 4 of the Adjustment Guidelines, this
clause 39A will apply.
39A.2 Selection of Expert
(a) Within 5 Working Days after the date of a referral under clause 28A(e)
or 28D or section 4 of the Adjustment Guidelines (as applicable), the
Parties must exchange written lists of three (3) persons whom, if
appointed, would satisfy the requirements of clause 39A(d), from whom
the expert is to be chosen in order of preference.
(b) Any person that appears on both lists under clause 39A(b) will be
appointed as the expert to determine a Dispute and if more than one
person appears on both lists, the person given the highest order of
priority by the Party who referred the Dispute to expert determination
under clause 28A(e) or 28D or section 4 of the Adjustment Guidelines
(as applicable) will be appointed.
(c) If no person appears on both lists, the Party who referred the Dispute to
expert determination under clause 28A(e) or 28D or section 4 of the
Adjustment Guidelines (as applicable) must procure the President of The
Institute of Arbitrators & Mediators Australia to nominate a person to act
as the expert.
(d) It is the intention of the Parties that the person appointed to determine a
Dispute will be a person with appropriate skills having regard to the
nature of the Dispute.
(e) Any agreement for expert determination under the Contract will not
constitute an arbitration agreement for the purposes of the Commercial
Arbitration Act 2013 (Qld).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 84 of 144
(f) Once an expert is appointed, the Parties must enter into an agreement
with the expert on the terms of the expert determination agreement at
Appendix 11 or such other reasonable terms as the expert may require.
39A.3 Rules of expert determination
(a) The expert determination process will be administered, and the expert
will be required to act, under the terms of the expert determination
agreement entered into by the Parties and the expert in accordance with
clause 39A.2(f).
(b) The time for delivery of the expert’s determination will be as specified in
the expert determination agreement entered into by the Parties and the
expert in accordance with clause 39A.2(f), which must be not more than
60 days following receipt of final written submissions by the expert.
39A.4 Expert finding
(a) The determination of the expert must be in writing and will be final and
binding on the Parties unless:
(i) the relevant Dispute was referred to expert determination pursuant
to clause 28A(e);
(ii) the amount of the adjustment to the Target Cost which is the
subject of the Dispute is greater than $3,000,000; and
(iii) a Party gives notice to the other party within three (3) months of
the date of the expert’s determination, of its dissatisfaction and
intention to refer the matter to litigation.
(b) Upon submission by any Party, the expert may amend the determination
to correct:
(i) a clerical mistake;
(ii) an error from an accidental slip or omission;
(iii) a material miscalculation of figures or a material mistake in the
description of any person, thing or matter; or
(iv) a defect in form.
39A.5 Costs
The Company and the Contractor must bear their own costs in connection with
the expert determination proceedings and must pay an equal portion of the
costs of the expert.
39A.6 Continue to perform
Notwithstanding the referral of a Dispute to expert determination, each Party
must continue to perform its obligations under the Contract.
39A.7 Summary or urgent relief
Nothing in this clause 39A will prejudice the right of a Party to seek urgent
injunctive or declaratory relief in connection with this Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 85 of 144
40 Termination for Convenience
40.1 Company right to terminate for convenience
(a) The Company may at any time and for any reason direct that all Work
Under the Contract cease permanently and the Contract be terminated,
by issuing a Notice of Termination to the Contractor.
(b) The Notice of Termination must give details of the Company’s
requirements for cessation of the Work Under the Contract, including
requirements for leaving the Site in a safe condition.
40.2 Parties’ obligations
Upon receiving a Notice of Termination the Contractor must:
(a) cease all Work Under the Contract and take such other action as
directed in the Notice of Termination;
(b) if requested to in writing by the Company, execute and deliver to the
Company all required documents and take all steps necessary to vest in
the Company the rights and benefits, future duties and obligations of
each Party under existing agreements related to the Work Under the
Contract with Subcontractors; and
(c) deliver to the Company all documents and information in its possession
or control (including electronically stored information) concerning the
Work Under the Contract.
40.3 Company’s obligations to pay
(a) The amounts to be paid to the Contractor in the event of a termination
under clause 40.1 are to be determined as follows:
(i) the Contractor will receive:
(A) fair compensation consistent with Exhibit B (Compensation)
for all Work Under the Contract actually carried out and
liabilities incurred in respect of the Work Under the Contract,
being:
(1) Actual Costs, Margin on Actual Costs, Cost Only
Expenditures payable in accordance with Exhibit B
(Compensation), for all Work Under the Contract
executed prior to the date of termination;
(2) Actual Costs of demobilisation from the Site and
unavoidable Actual Costs incurred by the Contractor
up to the date of termination in anticipation of
performing the Contract, and Margin on all such Actual
Costs;
(B) subject to the Contractor’s obligation to mitigate its losses
under clause 40.3(a)(iii), the cost of materials and
equipment reasonably ordered by the Contractor for the
purpose of the Contract but not yet paid for by the

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 86 of 144
Contractor, which the Contractor is liable to accept, but only
if the materials will become the property of the Company
upon payment; and
(C) Subcontract break costs incurred by the Contractor as a
consequence of the termination of the Contract under this
clause 40, but only for Subcontracts that have been
approved by the PMG in accordance with clause 27.2(c);
(ii) the Contractor will not be entitled to recover any compensation or
make any Claim in respect of that portion of the Works that does
not get completed as a result of the termination; and
(iii) the Contractor will be under a duty to mitigate its losses occurring
as a result of termination under clause 40.1.
(b) The Contractor will submit an invoice to the Company for the amount
determined by the Company Representative pursuant to clause 40.3(a)
and subject to compliance with clause 40.2(c), the Company will pay the
Contractor according to those invoices within 30 days of receiving the
invoice, subject to verification by the Project Auditor of the amounts
claimed.
40.4 Company’s right to continue Project
(a) If the Company terminates the Contract pursuant to clause 40.1, the
Company may engage others to complete some or all of the Work Under
the Contract. This clause survives termination of the Contract.
(b) If the Company acts in accordance with clause 40.4(a), doing so will not
give rise to any rights or entitlements for the Contractor beyond those
rights and entitlements expressly set out in this Contract.

41 Termination for Default


41.1 Contractor Event of Default
(a) Upon a Default Event by the Contractor, the Company may give written
notice of that Default Event to the Contractor (“Default Notice”).
(b) A Default Notice must:
(i) state that it is a notice under clause 41.1(a);
(ii) give detailed particulars of the alleged Default Event; and
(iii) specify the date and time which is, in the reasonable opinion of the
Company, the period reasonably required to remedy the Default
Event or mitigate the consequences of the Default Event.
(c) Within ten (10) Working Days from the date of the Default Notice issued
by the Company, the Contractor must submit a plan to remedy the
Default Event or (if the Default Event is not capable of remedy) mitigate
the consequences of the Default Event (“Cure Plan”) to the Company.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 87 of 144
(d) If:
(i) the Contractor fails to submit a Cure Plan within the period of time
stated in clause 41.1(c);
(ii) the Company (acting reasonably) does not approve the Cure Plan
submitted by the Contractor under clause 41.1(c);
(iii) the Contractor fails to implement or diligently pursue the Cure Plan
approved by the Company within the period referred to in
clause 41.1(b)(iii); or
(iv) the Contractor does not remedy the Default Event within the time
specified in the Cure Plan,
the Company may issue a notice to the Contractor (“Cure Notice”)
specifying the date and time by which the Default Event must be
remedied or the consequences of the Default Event must be mitigated by
the Contractor, which must be not less than seven (7) Working Days
from the date of the Cure Notice.
(e) If the Contractor fails within the time specified in the Cure Notice to take
action to the satisfaction of the Company to remedy or mitigate the
Default Event then, without prejudice to any other right or remedy of the
Company, the Company may:
(i) suspend payment due to the Contractor until the Default Event has
been remedied;
(ii) take out of the hands of the Contractor the whole or part of the
Work Under the Contract remaining to be completed; and/or
(iii) terminate the Contract with immediate effect.
41.2 Immediate Termination Event
Upon an Immediate Termination Event the Company may by notice in writing:
(a) suspend any payments due to the Contractor;
(b) immediately take out of the hands of the Contractor the whole or part of
the Work Under the Contract; and/or
(c) terminate the Contract with immediate effect.
41.3 Payment for work taken out
If the Company exercises the right under clauses 41.1(e)(ii) or 41.2(b), the
Contractor shall not be entitled to any further payment in respect of the work
taken out of the hands of the Contractor.
41.4 Payment on termination
Following termination of this Contract under clauses 41.1(e)(iii) or 41.2(c), the
Contractor will be entitled to payment of an amount calculated in accordance
with Exhibit B (Compensation), being:
(a) Actual Costs;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 88 of 144
(b) Margin on Actual Costs;
(c) Cost Only Expenditures, and
for all Work Under the Contract executed prior to the termination of the
Contract.

42 Effect of termination
Upon termination of this Contract for whatever reason, the Contractor must:
(a) promptly at the request of the Company novate to the Company such
Subcontracts as the Company may request using the form of
Subcontractor Novation Deed attached at Appendix 10 (Subcontractor
Novation Deed);
(b) remove from the Site any Construction Plant and other property provided
by the Contractor; and
(c) promptly deliver to the Company all documents and information in its
possession or control (including electronically stored information in its
possession or control) concerning the Works and the Work Under the
Contract.
42.2 Default by the Company
(a) On the occurrence of a Default Event by the Company, the Contractor
may give written notice to the Company advising of its intention to
exercise its rights under clause 42.2(c) if the Company does not take
action to the satisfaction of the Contractor to remedy the Default Event
within seven (7) days.
(b) A notice given under clause 42.2(a) must state that it is a notice under
clause 42.2(a) and give detailed particulars of the alleged Default Event.
(c) If the Company fails within seven (7) days after receipt of a notice given
under clause 42.2(a) to take action to the satisfaction of the Contractor
to remedy the Default Event then, without prejudice to any other right or
remedy of the Contractor, the Contractor may exercise all or any of the
following rights:
(i) wholly or partly suspend its performance of the Work Under the
Contract, including removal of some or all of its Construction Plant
from the Site, until the Default Event is remedied; and/or
(ii) offset against monies otherwise due or to become due to the
Company under this Contract, any Loss or damage incurred by it
as a result of the Default Event by the Company.
(d) If the Company fails within twenty-eight (28) days after receipt of a notice
given under clause 42.2(a) to take action to the satisfaction of the
Contractor to remedy the Default Event, then upon issuing a written
notice to the Company, the Contractor will be released from any further
obligation to perform the Work Under the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 89 of 144
(e) Without limiting any other rights it may have, the Contractor will be
entitled to receive fair compensation consistent with Exhibit B
(Compensation) for all Work Under the Contract actually carried out and
liabilities incurred in respect of the Work Under the Contract up to the
date of the notice under clause 42.2(d), including those elements of
compensation listed in clause 40.3(a)(i).

43 Intellectual Property and Documents


43.1 Newly created Intellectual Property Rights
(a) Unless agreed otherwise in writing, all Intellectual Property Rights in any
document, matter or thing prepared or written by or on behalf of a Party
in connection with the Work Under the Contract or the Works will vest in
the Company.
(b) The Company grants the Contractor a perpetual non-exclusive
irrevocable royalty-free licence to use the Intellectual Property Rights
referred to in clause 43.1(a) for any purpose connected with the Works
or the Work Under the Contract.
43.2 Pre-existing Intellectual Property Rights
(a) The Contractor grants to the Company a non-exclusive irrevocable
royalty-free licence to use their Pre-existing Intellectual Property Rights
during the term of this Contract and after it has been terminated (but only
in respect of the Project).
(b) Nothing in this clause 43 is intended to vest in any Party, ownership of
any other Party’s Pre-existing Intellectual Property Rights.
43.3 No infringement
The Parties undertake that in carrying out the Work Under the Contract they
will not infringe the Intellectual Property Rights of any person or company.
43.4 Access to documents
During the term of this Contract, each Party will make available to all other
Parties all relevant instruction, information, documents, specifications, Plans,
drawings and any other Materials, Equipment and Particulars relating to the
Work Under the Contract and the Works.

44 Confidentiality and Public Relations


44.1 Confidential information
(a) The Contractor shall keep data and information relating to the Project,
the Contract and the Company’s business confidential and shall not
divulge the same to any third party or use it itself for any purpose except
for the purposes of the Work without the prior written consent of the
Company.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 90 of 144
(b) The provisions of this clause 44 shall not apply to any data and / or
Confidential Information that the Contractor can show:
(i) is in the public domain in substantially the same form and
combination as that in which it was disclosed to the Contractor
(other than as a result of a breach of this Contract);
(ii) is or was lawfully received from a third party not under an
obligation of confidentiality with respect thereto;
(iii) is required to be disclosed under operation of law, by court order or
by a regulatory body of competent jurisdiction (but then only to the
extent and for the purpose of the required disclosure);
(iv) is approved for disclosure in writing by the Company; or
(v) was developed independently of and without reference to
Confidential Information disclosed by the Company,
provided always that with respect to clause 44.1(b)(iii) the Contractor
shall provide the Company with as much written notice as is reasonable
and lawful in the circumstances specifying details of the exception to be
relied upon and the information concerned.
(c) The Contractor shall be entitled to divulge the Company’s Confidential
Information to its personnel, professional advisors and Subcontractors
who have a need to know the same in connection with the Work,
provided that the Contractor shall ensure that such persons are aware of
and, shall procure that such persons comply with, these obligations as to
confidentiality.
(d) The provisions of this clause 44 (and their requirement for consent) shall
not prevent the Contractor from making any announcement or disclosure
required by the binding rules of any relevant stock exchange, regulator or
other competent body, provided that the Contractor shall use reasonable
endeavours to agree such announcement or disclosure with the
Company in advance of its publication if it is lawful to do so (such
agreement not to be unreasonably withheld or delayed) or, if this is not
possible, shall give the Company as much notice of the announcement
or disclosure as is lawful and reasonable in the circumstances.
(e) If so required by the Company, the Contractor shall procure that
Subcontractors sign a form of confidentiality undertaking reasonably
acceptable to the Company.
44.2 Public relations
(a) Without prejudice to the remainder of this clause 44, the Contractor
shall:
(i) not (and shall procure that no present member of its personnel or
of any of its Affiliates); and
(ii) take reasonable steps to ensure that no former member of its
personnel or of any of its Affiliates:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 91 of 144
do any of the following:
(A) issue any public announcement;
(B) make any press statement;
(C) issue any private pitch, proposal, bid, tender or marketing
document; or
(D) include anything in any conference presentations,
which refers to or is related in any way to the Project or this Contract
without the prior written approval of the Company of the exact terms of
such announcement, statement or document.
(b) The Contractor shall advise the Company immediately if it is approached
by any member of the press on any matter in relation to the Project.
44.3 Survival and acknowledgement
(a) The provisions and obligations set out in this clause 44 shall survive and
remain in force following the termination of this Contract.
(b) The Contractor acknowledges that information and documents provided
to it by any person which contains advice from legal advisers to the
Company is subject to legal professional privilege and the benefit of that
privileged advice belongs to the Company and no disclosure to the
Contractor or by the Contractor shall be considered to be a waiver by the
Company of such legal professional privilege or any other right of
privilege which it may have or be able to assert in respect of that
information.

45 Conflicts of Interest
45.1 Disclosure
The Contractor must fully disclose to the Company any conflict of interest or
duty that exists or may arise in connection with the performance of the Work
Under the Contract before it participates in any decision that relates to the
matter which gives rise to the conflict.
45.2 Avoidance
The Contractor must not allow itself to be placed in a position of conflict of
interest or duty with regard to any matter related to this Contract before it
participates in any decision in respect of that matter unless and until it has the
consent of all other Parties.

46 Stamp Duty
All stamp duty which may be payable in any relevant jurisdiction on or in
connection with this Contract will be an Actual Cost.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 92 of 144
47 Service of Notices
(a) To be valid, a written notice or written advice under this Contract must be
delivered:
(i) by hand;
(ii) by pre-paid registered mail; or
(iii) as permitted by Exhibit E (Administrative Procedures),
addressed in accordance with the details given for each Party in
Appendix 1 (Contract Specific Details) (or such other address as
advised in writing by a Party from time to time in accordance with this
clause 47(a)).
(b) Any notice, consent or other communication to be given under the
Contract shall be deemed duly given if given in writing and:
(i) if delivered by hand, when left at the address of the Party; or
(ii) if sent by pre-paid registered mail, on the third Working Day
following the date of postage.
(c) Electronic communication by e-mail will not constitute a valid notice
under this Contract but a hard copy of an e-mail may be issued as a valid
notice using any of the means listed in clause 47(a).
(d) Either Party may change the address to which notices can be sent to that
party by giving the other Party notice of such change in accordance with
this clause.

48 Local Content & Indigenous Participation


The Contractor shall comply with the provisions relating to local content and
indigenous participation set out in Exhibit G (Local Content and Indigenous
Participation).

49 Business Principles
(a) The Contractor shall act in a manner consistent with BG Group’s
Business Principles set out in Exhibit L (Business Principles) so as to
enable the Company to operate in accordance with those principles. The
Contractor shall comply with the procedures for monitoring and reporting
compliance set out set out in Exhibit L (Business Principles).
(b) The Contractor acknowledges that the Company has a reporting policy
and facility respectively called the ‘Speak Up Policy’ and ‘Speak Up’.
The Speak Up Policy requires the Company’s employees, and
encourages others, to report any situation where there is reason to
suspect that there has been a breach, or suspected breach, of BG
Group’s Business Principles or other misconduct. Speak Up provides

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 93 of 144
reporting channels by telephone and internet service (accessed via the
BG Group website or through www.bg-speakup.com) to communicate
any concerns confidentially. The Contractor is expected to use Speak
Up.

50 Anti-Corruption Obligations
(a) The Contractor must and must procure that Contractor Group comply
with the United Kingdom Bribery Act 2010 (“UKBA 2010”), the United
States of America Foreign Corrupt Practices Act 1977, and any other
anti-bribery, corruption or fraud laws, regulations or orders applicable to
the Contractor’s performance of the Contract (together, “ABC Laws”).
(b) The Contractor in connection with the Contract must not offer, promise or
give (either directly or indirectly) any financial or other advantage to:
(i) any person with the intention of inducing that person to breach a
position of trust or duty of good faith or impartiality;
(ii) any person with the intention of rewarding that person for
breaching a position or trust or duty of good faith or impartiality;
(iii) any Public Official intending to influence that Public Official with the
aim that the Company or the Contractor should benefit as a result;
or
(iv) any agent or intermediary in connection with the award, variation
or renewal of the Contract.
(c) In connection with the Contract, the Contractor must not:
(i) request or agree to receive or accept a bribe or any financial or
other advantage to perform a function of activity in breach of a
position of trust or duty of good faith or impartiality; or
(ii) request (either directly or indirectly) through any other person
(including any Public Official, agent or intermediary) action or
inaction by any other person including any Public Official in breach
of ABC Laws and/or clause 50(b).
(d) Adequate Procedures
(i) The Contractor confirms that it operates its business to high ethical
standards and that it has in place adequate and appropriate:
(A) policies, procedures and internal controls intended to
prevent bribery, corruption and fraud and enforces them;
(B) training for the Contractor’s Personnel on compliance with
ABC Laws and on the Contractor’s related policies and
procedures; and
(C) reporting procedures and mechanisms in place to enable the
Contractor’s Personnel to report a breach or suspected

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 94 of 144
breach of ABC Laws and to ensure that any reports are
investigated and acted upon.
(e) The Contractor must keep and maintain accurate and complete books of
account and records of all payments and any other transactions made or
received in connection with the Contract. The books and records must
be capable of being audited by an internationally recognised firm of
public or chartered accountants or their equivalent and must be kept
consistent with the accounting principles, practices and standards
contained in the International Reporting Standard.
(f) The Contractor will make its books of accounts and records available
and provide all reasonable assistance to the Company’s accountant or
auditor to enable the Company to audit the Contractor’s compliance with
this clause 50.
(g) The Contractor agrees to co-operate and assist with any investigation by
the Company or its appointed advisers into any alleged or actual non-
compliance with this clause 50 by the Contractor or by any other
member of the Contractor Group (except that the Contractor is not
required to provide the Company with access to documents that are
legally privileged).
(h) Due Diligence Warranties
The Contractor confirms that:
(i) its responses to the Company’s Ethical Conduct Due Diligence
Questionnaire are complete and accurate;
(ii) neither it nor any of the Contractor’s Personnel have been
convicted of any offence involving bribery, corruption, fraud of
dishonesty;
(iii) neither it nor any of the Contractor’s Personnel have been or are
currently listed as debarred, suspended, proposed for suspension
or debarment, or otherwise ineligible for any project funding or
participation by the World Bank, European Bank for Reconstruction
and Development or by multi-lateral or bi- lateral aid agencies or
by for government procurement or other government contracts;
and
(iv) it is not currently (to the best of its knowledge) the subject of any
investigation, inquiry or enforcement proceedings by any
governmental, administrative or regulatory body regarding any
offence or alleged offence under the ABC Laws.
(i) Public Official Connections Disclosure
(i) The Contractor confirms that no Public Official is employed or
engaged by the Contractor or has any personal interest (whether
legal or beneficial) in any payments made by the Company to the
Contractor under the Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 95 of 144
(ii) The Contractor confirms that at the time of entering into the
Contract it is not aware, having made all reasonable enquiries, of
any relationship (whether personal, familial, social, political, or
business) between any Public Official and any of the Contractor’s
Personnel or their immediate families that may have influence over
the Public Official or the Contractor’s performance of their duties
and/or give rise to a conflict of interest or breach of ABC Laws. If
the Contractor becomes aware of any such relationship it will
promptly notify the Company and take all steps as may be
necessary or reasonably requested by the Company to ensure that
the relationship does not give rise to any conflict of interest or any
breach of ABC Laws.
(j) Breach Notification
(i) To the extent permitted by law, the Contractor will promptly notify
and report to the Company if at any time the Contractor receives
any request or demand for any bribe or any other undue financial
or other advantage of any kind in connection with the performance
of the Contract.
(ii) To the extent permitted by law, the Contractor will promptly notify
and report to the Company if it becomes aware or reasonably
believes that it or any of the Contractor Personnel has breached
any ABC Laws in connection with the Contract. As soon as
reasonably practicable after any such breach or suspected breach
the Contractor must provide the Company with reasonable detail
(including information about what steps are being taken to remedy
the situation or prevent reoccurrence) and take all appropriate
steps (including any reasonable requests from the Company) to
remedy the breach and comply with the ABC Laws in all respects.
The Contractor shall keep the Company updated on the status of
the breach.
(k) Subcontractors
(i) The Contractor confirms that it has conducted adequate due
diligence on its Subcontractors in relation to their ABC Laws
compliance.
(ii) The Contractor confirms that it has in place written contracts with
its Subcontractors which require its Subcontractors to comply with
terms at least equivalent to clauses 50(a) to 50(j) of the Contract
and that it requires all of its Subcontractors to co-operate with any
audit or investigation by the Contractor into their compliance with
such terms.
(l) Rights to Terminate
(i) Notwithstanding any other express remedies referred to elsewhere
in the Contract or any rights or remedies available at law or in
equity, if the Contractor is in breach of any of clauses 50(a) to

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 96 of 144
50(j), the Company has the right to take any action it considers to
be appropriate, at its sole discretion and without compensation to
the Contractor, including the immediate termination of the
Contract.
(ii) If the Company terminates the Contract under clause 50(l) and in
accordance with clause 41, the Company will not be liable to pay
any compensation to the Contractor as a consequence of
termination.
(iii) The Contractor is not entitled to receive any payment on
termination of any amounts which are due or may otherwise be
due under the terms of the Contract where the payment would be
in breach of any law or regulation or any order from any law
enforcement or regulatory body that the Company is subject to.
(m) Remedies
Notwithstanding any other express remedies referred to elsewhere in the
Contract, the Contractor indemnifies and holds harmless the Company
Group from and against any and all claims, damages, liabilities, losses,
penalties, fees, costs and expenses as a result of any breach by the
Contractor Group of clauses 50(a) to 50(k).
(n) Certificate of Compliance
During the term of the Contract, the Contractor must provide the
Company with a written certificate of compliance by 31 January of each
calendar year (the “Certificate of Compliance”). The Certificate of
Compliance must confirm that the Contractor and the Contractor Group
have in the twelve (12) months preceding the date of the relevant
Certificate of Compliance complied with ABC Laws and with
clauses 50(a) to 50(k) in their performance of the Contract. The
Certificate of Compliance must be signed by a duly authorised director or
officer of the Contractor who has had direct involvement with or oversight
of the performance of the Contractor’s obligations under the Contract.

51 Agents and Intermediaries


(a) The Contractor represents, warrants and undertakes to the Company
that it and its Representatives have not:
(i) used, and will not use, the services of an agent or intermediary;
and
(ii) made or offered to make, and will not make any payment or
transfer of anything of value directly or indirectly to any agent or
intermediary,
in connection with its prequalification/short listing for, or the award of, the
Contract or in connection with any Change issued under this Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 97 of 144
(b) Any breach of this clause 51 shall be a material breach of this Contract
entitling Company to terminate this Contract.

52 Antiquities & Cultural Heritage


52.1 Antiquities
(a) All fossils, coins, articles of value or antiquity, and structures and other
remains or items of geological or archaeological interest found on the
Site shall be placed under the care and authority of the Company. The
Contractor shall take reasonable precautions to prevent the Contractor’s
Personnel or other persons from removing or damaging any of these
findings.
(b) Contractor shall, upon discovery of any such finding, promptly give notice
to Company, who shall issue instructions for dealing with it.
52.2 Cultural Heritage
(a) In this clause:
"Aboriginal Cultural Heritage" has the meaning given to it in the
Aboriginal Cultural Heritage Act 2003 (Qld) (“ACH Act”).
"Artefacts" means any places, fossils, bones, artefacts, coins, articles of
antiquity, buildings, structures, natural features or other remains or
objects or things of scientific, geological, historical, aesthetic, social,
spiritual, cultural or archaeological interest or things otherwise of
significance, including any items of cultural heritage significance and
Aboriginal Cultural Heritage.
(b) All Artefacts discovered on or under the surface of the Site will be the
absolute property of the Company.
(c) The Contractor must:
(i) at all times permit and allow, and ensure that the Contractor Group
permits and allows, the Company to watch or examine any
excavations on the Site;
(ii) take, and ensure that the Contractor Group takes, every
reasonable precaution in carrying out the Work Under the Contract
to prevent Artefacts being damaged or removed; and
(iii) upon the discovery of any Artefact:
(A) immediately notify the Company Representative of the
discovery of the Artefact; and
(B) comply with any directions or orders imposed by any
relevant Competent Authority upon Contractor or the
Company in respect of the Artefact.
(d) The Contractor acknowledges that it and the Contractor Group have a
duty to protect Aboriginal Cultural Heritage under the terms of the ACH

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 98 of 144
Act, and that it is an offence to harm Aboriginal Cultural Heritage other
than in accordance with the provisions of the ACH Act. The Contractor
must comply with, and ensure that the Contractor Group in carrying out
the Work Under the Contract complies with, all requirements of the ACH
Act at all times.
(e) The Contractor must:
(i) comply with the provisions of Exhibit M (Cultural Heritage);
(ii) comply with all reasonable directions concerning Artefacts and the
protection of Aboriginal Cultural Heritage under the ACH Act; and
(iii) ensure that the Contractor Group complies with the requirements
of this clause 52.2.

53 Social Performance
The Contractor shall comply with the provisions relating to social performance
set out in Exhibit N (Social Performance).

54 Workforce Management
The Contractor shall comply with the provisions relating to workforce
management set out in Exhibit O (Workforce Management).

55 Land Access
The Contractor shall comply with the provisions relating to land access set out
in Exhibit P (Land Access).

56 Interface Management
The Contractor shall comply with the interface management requirements set
out in Exhibit R (Interface Management).

57 Carbon Costs and Reporting


(a) In this clause 57:
(i) “Carbon Scheme” means any Legislation with respect to the
production, or emission of, or to reduce, limit, cease, prevent,
offset, remove or sequester, greenhouse gas emissions including
the NGER Scheme and any other statutory emissions trading
scheme or carbon tax for the reduction or management of
greenhouse gas emissions or concentrations;
(ii) “Carbon Scheme Change” means the introduction of a new
Carbon Scheme or amendment to an existing Carbon Scheme

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 99 of 144
where the new or amended scheme directly imposes a liability,
cost or expense on the Contractor or the performance of the Work
Under the Contract;
(iii) “Emissions and Energy Data” means any greenhouse gas
emissions, energy consumption, energy production and other
information required to be reported under any Carbon Scheme in
connection with the Work Under the Contract;
(iv) “Facility” and “Operational Control” have the meaning given
under the Carbon Scheme in respect of the Work Under the
Contract; and
(v) “NGER Scheme” means the national scheme for the reporting and
dissemination of information related to greenhouse gas emissions,
greenhouse gas projects, energy consumption and energy
production pursuant to the National Greenhouse and Energy
Reporting Act 2007 (Cth) and associated regulations,
determinations and guidelines.
(b) For the avoidance of doubt, the Contractor shall be entitled claim as an
Actual Cost additional costs incurred in connection with the Work Under
the Contract arising from its obligations under any Carbon Scheme or as
a result of cost increases arising directly or indirectly from any Carbon
Scheme Change.
(c) Under this Contract:
(i) the Work Under the Contract are not activities forming part of
Company’s Facility under the NGER Scheme;
(ii) to the extent that the Work Under the Contract comprise or are part
of any Facility, it is under the Operational Control of the Contractor;
and
(iii) the Company will not be including Contractor’s Energy and
Emissions Data in its reports under the NGER Scheme or
payments under any Carbon Scheme and the Contractor is
responsible for determining and complying with its own obligations
(including reporting obligations) under those schemes.

58 Prior Work
(a) This Contract as amended from time to time contains the entire
agreement between the Parties in relation to the Work Under the
Contract and any work performed by the Contractor in relation to the
Works prior to the Contract Date.
(b) Except to the extent expressly provided for in this Contract, this Contract
supersedes all prior arrangements whether written or oral and any heads
of agreement, letters of intent, representations, warranties, promises,
statements, negotiations and other documents in relation to the Work

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 100 of 144
Under the Contract or the Works issued or entered into prior to this
Contract.

59 Miscellaneous
59.1 Waiver
No provision of this Contract may be varied, waived, discharged or released,
except with the prior written consent of the Party or Parties entitled to the
benefit of the relevant provision.
59.2 Severability
If for any reason any one provision or group of provisions in this Contract is
held to be invalid or unenforceable at law it will not affect the validity of the
remaining provisions of this Contract which can be given effect without the
invalid provision(s), and in this respect the provisions of this Contract are
declared to be severable.
59.3 Entire agreement
The provisions of this Contract will not be legally binding on either Party until it
has been signed on behalf of each Party by a person or persons authorised to
represent the Party.
59.4 Governing Law
This Contract will be governed by the laws of the jurisdiction stated in
Appendix 1 (Contract Specific Details).
59.5 Counterparts
This Contract may consist of a number of counterparts and, if so, the
counterparts taken together constitute one Contract.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 101 of 144
Executed as a deed

EXECUTED as a DEED for and on )


behalf of QGC Pty Limited (ACN 089 )
642 553) under power of attorney dated )
)
__________________ )
) ______________________________
in the presence of: )
) Signature of Attorney
)
) By executing this Contract the attorney
______________________________ ) states that the attorney has received no
) notice of revocation of the power of
Signature of witness ) attorney

______________________________ ____________________________

Name of witness (block letters) Name of Attorney (block letters)

EXECUTED as a DEED for and on )


behalf of Leighton Contractors Pty ) ______________________________
Limited (ABN 98 000 893 667) under ) Signature of Attorney
power of attorney dated 30 October )
2015 in the presence of: ) By executing this Contract the attorney
) states that the attorney has received no
) notice of revocation of the power of
______________________________ ) attorney
Signature of witness )
) Joseph Dujmovic
______________________________ ) ______________________________
Name of witness (block letters) ) Name of Attorney (block letters)
)
)
) ______________________________
) Signature of Attorney
)
) By executing this Contract the attorney
) states that the attorney has received no
) notice of revocation of the power of
) attorney
______________________________ )
Signature of witness ) Glenn David Mcilroy
______________________________
)
______________________________ Name of Attorney (block letters)
)
Name of witness (block letters)
)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 102 of 144
Appendix 1 – Contract Specific Details

Clause Issue Information


Clause 1.1 Bond Amount A$11,111,358

Commencement Date Contract Date

Target Cost A$222,227,162

Clause 7(a) Representative Company Andrew Down

Clause 7(d) Contractor Jordan Tomasel

Bond Description of Bond Milestone Value of Bonds to be


returned
Milestones
12.3 Date of Practical Completion for the last Separable Portion 50% of the Bond Amount
to achieve Practical Completion

Expiry of the last Defects Correction Period of a Separable 50% of the Bond Amount
Portion

Clause 30.2(a) The Defects Correction Period 12 months

Clause 31.4 The Contractor’s indemnity under clause 31.4 will be A$5 million
limited to a sum of:

Clause General Third Party and Liability Insurance A$5 million


32.2(a)(ii)
The combined limit in respect of bodily injury and property
damage per occurrence or series of occurrences arising
from one event but in the annual aggregate in respect of
completed operations and product liability.

Clause Protection and Indemnity Insurance A$50,000,000


32.2(a)(iv)(B)
The combined amount of Protection and Indemnity
Insurance to give a limit per occurrence or series of
occurrences arising from one event.

Clause Aviation Liability Insurance A$50,000,000


32.2(a)(iv)(C)
The combined limit in respect of bodily injury and property
damage per occurrence or series of occurrences arising
from one event.

Clause 34(a) Contractors’ maximum aggregate liability to the Company 50% of the Target Cost
shall be:

Clause 36.1(a) The times or period for submission of draft claims for The first Tuesday
payment following the last
Wednesday of the month
in which the relevant
work was performed

Clause 36.2(a) Rate of interest on overdue payments 90 day Bank Bill Rate

14557576/5 page 103


Clause Issue Information
Clause 37.2(a) Project Auditor To be appointed by the
Company

Clause 47 Party Contact Address


Details for
Notices

Company General Counsel 275 George Street, Brisbane, Queensland, 4000,


Australia

Contractor General Counsel Level 6, HQ South Tower, 520 Wickham Street,


Fortitude Valley Qld 4006

Clause 59.4 Jurisdiction State of Queensland, Australia

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 104 of 144
Appendix 2 – Holding Company Guarantee

Refer to the attached document.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 105 of 144
Appendix 3 – Performance Bond

Refer to the attached document.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 106 of 144
Appendix 4 – Performance Incentive
Scorecard
Refer to the attached document.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 107 of 144
Appendix 5 – Project Charter

14557576/5 page 108


Appendix 6 – Company Insurance

Refer to the attached document.

14557576/5 page 109


Appendix 7 – Project Management Board &
Project Management Group

Refer to the attached document.

14557576/5 page 110


Appendix 8 - Certificate of Practical
Completion

Part 1 (by the Contractor Representative) Relating to

I believe the Permanent Works have reached a stage of Practical Completion and to the best of my knowledge there
are no outstanding Defects (unless noted otherwise below).

I believe the Date of Practical Completion should be declared to be 

I request that the Company Representative consider the matter and, pursuant to clause 30.1(b), within the next 21
days:
a) sign Part 2 below confirming that Practical Completion has been reached and confirming the date I have
nominated or a different date as appropriate; or
b) issue a list of Defects.

Further comments / notes

Signature by Contractor Representative Date

Part 2 (to be completed / signed by all Company Representative) Date

We concur that the Permanent Works reached a stage of Practical Completion on

We agree that the Permanent Works have reached Practical Completion, but have
determined that the Date of Practical Completion was

The Permanent Works have NOT reached Practical Completion. We hereby direct the Parties to Rectify the Defects
noted on the attached list.

Signed for the Contactor

Company Representative

14557576/5 page 111


Appendix 9 - Certificate of Final Completion

Part 1 (by the Contractor Representative) Relating to

12 months have elapsed since the Date of Practical Completion. I am not aware of any Defects that are the
responsibility of the Contractor and to the best of my knowledge the Permanent Works are 100% complete.

I believe that the Date of Final Completion should be declared to be 

I request that the Company Representative consider the matter and, pursuant to clause 30.2(b), within the next 21
days:
a) sign Part 2 below confirming the date I have nominated above as the Date of Final Completion or a different date
as appropriate; or
b) issue a list of Defects.

Further comments / notes

Signature by Contractor Representative Date

Part 2 (to be completed / signed by the Company Representative) Date

I concur with that the Permanent Works are 100% complete and confirm that the
Parties henceforth are under no obligation to undertake any further work and confirm
that the Contractor have discharged all their respective obligations under this Contract.
I agree with the date proposed by the Contractor Representative and declare the Date
of Final Completion to be:

I do not agree with the date proposed by the Contractor Representative but rather
declare the Date of Final Completion to be:

The Permanent Works are NOT 100% complete. We hereby direct the Parties to rectify the Defects noted on the
attached list.
Signed for the Contractor

Signed by the Company


Representative

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 112 of 144
Appendix 10 – Subcontractor Novation Deed

Refer to the attached document.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 113 of 144
Appendix 11 – Expert Determination
Agreement
Date

Parties
QGC Pty Ltd ABN 11 089 642 553 of Level 30, 275 George Street, Brisbane
(Company)

Leighton Contractors Pty Limited ABN 98 000 893 667 of Level 6, 520 Wickham
Street, Fortitude Valley (Contractor)

[Name of Expert] [ACN/ABN] of [address] (Expert)

Background
A The Company and the Contractor are parties to the Contract.
B The Expert has been appointed to determine any Dispute that may be referred
to it in accordance with the Expert Determination Process.

Agreed terms

1 Definitions
1.1 Defined terms
In this document these terms have the following meanings:
Contract The document entitled ‘Surat North Main Works
Construction Performance Incentive Contract’ between
the Company and the Contractor.
Determination The determination of a Dispute in accordance with the
Expert Determination Process.
Dispute A dispute or matter for determination referred to the
Expert in accordance with Contract.
Expert The process for determining a Dispute as set out in the
Determination Contract, this agreement and the Rules.
Process
Expert’s Fees The Expert's fees and disbursements calculated in
and accordance with Schedule 1.
Disbursements

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 114 of 144
Rules The rules for the Expert Determination Process set out in
Schedule 2.
Term The meaning given in clause 2.1.

1.2 Terms defined in the Contract


Except as otherwise defined in clause 1, terms used in this agreement that are
defined in the Contract will have the same meanings in this agreement.

2 Term, Appointment and Role of Expert


2.1 Term
The Term commences on the date of this agreement and expires on the
termination of the Expert's appointment in accordance with this agreement.
2.2 Appointment
(a) The Expert is appointed for the Term to determine any Disputes referred
to it in the manner and within the times set out in this agreement and the
Rules.
(b) The Expert accepts the appointment on the basis set out in this
agreement.
2.3 Role of the Expert
(a) The parties agree that:
(i) the Expert will act as an expert and not as an arbitrator;
(ii) neither the Determination nor the Expert Determination Process is
an arbitration and any conference conducted during the Expert
Determination Process is not a hearing conducted under any
legislation or rules relating to any form of arbitration;
(iii) the rules of evidence do not apply to the Expert Determination
Process or to the Determination; and
(iv) in making the Determination or conducting the Expert
Determination Process the Expert must proceed in accordance
with:
(A) the law;
(B) the Contract;
(C) this agreement;
(D) the Rules; and
(E) the requirements of procedural fairness.
(b) The Expert must take all reasonable steps to avoid any conflict of
interest, potential conflict of interest or other circumstances that might
reasonably be considered to adversely affect the Expert's capacity to act
independently or impartially.
(c) If, at any time during the Term, the Expert becomes aware of any
circumstances that might reasonably be considered to adversely affect
the Expert's capacity to act independently or impartially in relation to a
Dispute, the Expert must notify the Company and the Contractor
immediately.
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 115 of 144
2.4 Termination
This agreement will terminate five Working Days after joint written notice is
given from the Company and the Contractor to the Expert.

3 Confidentiality
(a) The Expert must keep confidential all proceedings and submissions
relating to the Expert Determination Process (including the fact that any
step in the Expert Determination Process is occurring), and all
documents prepared for the purposes of the Expert Determination
Process (including the Determination). No such proceedings,
submissions or documents, nor any other information relating to or
arising out of the Expert Determination Process, may be divulged to any
other person, except with the prior consent of both the Company and the
Contractor or as may be required by law or to the extent necessary to
give effect to or enforce the Determination.
(b) The parties must keep confidential (subject to any exclusions in the
Contract) all proceedings and submissions relating to the Expert
Determination Process (including the fact that any step in the Expert
Determination Process is occurring), and all documents prepared for the
purposes of the Expert Determination Process (including the
Determination) in accordance with their obligations under the Contract.

4 Costs and Fees


(a) As between the Company and the Contractor and the Expert, the
Company and the Contractor are jointly and severally liable for the
payment of the Expert's Fees and Disbursements. The Company and
the Contractor agree to comply with any reasonable direction from the
Expert as to the provision of security deposits in respect of the Expert's
Fees and Disbursements.
(b) The Company and the Contractor agree as between themselves that:
(i) they will each pay one half of:
(A) the Expert’s Fees and Disbursements; and
(B) any third party costs incurred in holding the conference
referred to in rule 3 of the Rules, including any booking fee,
room hire and transcript costs; and
(ii) they will each bear their own costs of and incidental to the
preparation of this agreement and their participation in the Expert
Determination Process, including their legal costs and the costs of
any consultants they engage.

5 Exclusion of Liability
Except in the case of fraud or wilful default, the Expert will not be liable to
either the Company or the Contractor for any act or omission by the Expert in
the performance or purported performance of this agreement.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 116 of 144
6 Co-operation of the Parties
(a) Each party agrees to:
(i) do all things reasonably necessary for the proper, expeditious and
cost effective conduct of the Expert Determination Process;
(ii) comply with the reasonable requests and directions of the Expert
in relation to the conduct of the Expert Determination Process; and
(iii) be represented at any conference convened by the Expert by a
person or persons with authority to agree on procedural matters.
(b) If either the Company or the Contractor does not comply with the
Expert's reasonable directions, the Expert may continue with the Expert
Determination Process and determine a Dispute despite the non-
compliance.

7 Subsequent Proceedings
The Expert will not accept an appointment as an arbitrator, advocate or adviser
to the Company or the Contractor in any arbitral, judicial or adjudication
proceedings relating to a Dispute or any part of a Dispute. Neither the
Company nor the Contractor will take action to cause the Expert to breach this
clause 7.

8 Governing Law
This agreement is governed by and must be construed according to the law
applying in Queensland.

9 Urgent Relief
Nothing in this agreement or the Rules will prejudice the right of the Company
or the Contractor to seek urgent interlocutory relief in respect of a Dispute.

10 Jurisdiction
The parties irrevocably:
(a) submit to the non-exclusive jurisdiction of the courts of the State of
Queensland and the courts competent to determine appeals from those
courts, with respect to any proceedings that may be brought at any time
relating to this agreement; and
(b) waive any objection they may now or in the future have to the venue of
any proceedings, and any claim they may now or in the future have that
any proceeding has been brought in an inconvenient forum, if that venue
falls within clause 10(a).

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 117 of 144
11 GST
11.1 Interpretation
(a) Except if the context suggests otherwise, terms used in this clause 11
have the meanings given to those terms by the GST Legislation (as
amended from time to time).
(b) Unless otherwise expressly stated, all consideration to be provided under
this agreement is exclusive of GST. Any consideration that is specified
to be inclusive of GST must not be taken into account in calculating the
GST payable in relation to a supply for the purpose of this clause 11.
(c) References to GST payable and input tax credit entitlement include GST
payable by, and the input tax credit entitlement of, the representative
member for a GST group of which the entity is a member.
11.2 Reimbursements
Where a party is required under this agreement to pay or reimburse an
expense or outgoing of another party, the amount to be paid or reimbursed by
the first party will be the sum of:
(a) the amount of the expense or outgoing less any input tax credits in
respect of the expense or outgoing to which the other party is entitled;
and
(b) if the payment or reimbursement is subject to GST, an amount equal to
that GST.
11.3 Additional amount of GST payable
If GST becomes payable on any supply made by a party (“Supplier”) under or
in connection with this agreement:
(a) any party (“Recipient”) that is required to provide consideration to the
Supplier for that supply must pay an additional amount to the Supplier
equal to the amount of the GST payable on that supply (“GST Amount”),
at the same time as any other consideration is to be first provided for that
supply; and
(b) the Supplier must provide a Tax Invoice to the Recipient for that supply,
no later than the time at which the GST Amount for that supply is to be
paid in accordance with clause 11.3(a).
11.4 Adjustment events
If an adjustment event arises in respect of a taxable supply made by a Supplier
under this agreement, the amount payable by the recipient under
clause 11.3(a) will be recalculated to reflect the adjustment event and a
payment will be made by the recipient to the Supplier or by the Supplier to the
recipient as the case requires.

12 General
12.1 Notices
Each communication (including each notice, consent, approval, request and
demand) under or in connection with this agreement:
(a) must be in writing;

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 118 of 144
(b) must be addressed as follows (or as otherwise notified by that party to
each other party from time to time):
Company
Delivery address: Level 30, 275 George Street, Brisbane,
Queensland, 4000, Australia
Postal address: Same as delivery address
Fax:
Attention:
Contractor
Delivery address:
Postal address:
Fax:
Attention:
Expert
Delivery address:
Postal address:
Fax:
Attention:
(c) must be signed by the party making it or (on that party's behalf) by the
solicitor for, or any attorney, director, secretary or authorised agent of,
that party;
(d) must be delivered by hand or posted by prepaid post to the address, or
sent by fax to the number, of the addressee, in accordance with
clause 12.1(b); and
(e) is taken to be received by the addressee:
(i) (in the case of prepaid post sent to an address in the same
country) on the third Working Day after the date of posting;
(ii) (in the case of prepaid post sent to an address in another country)
on the seventh Working Day after the date of posting by airmail;
(iii) (in the case of fax) at the time in the place to which it is sent
equivalent to the time shown on the transmission confirmation
report produced by the fax machine from which it was sent; and
(iv) (in the case of delivery by hand) on delivery,
but if the communication is taken to be received on a day that is not a
Working Day or after 5.00 pm, it is taken to be received at 9.00 am on
the next Working Day.
12.2 Further acts and documents
Each party must promptly do all further acts and execute and deliver all further
documents (in form and content reasonably satisfactory to that party) required
by law or reasonably requested by another party to give effect to this
agreement.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 119 of 144
12.3 Counterparts
This agreement may be executed in any number of counterparts and by each
of the parties on separate counterparts. Each counterpart constitutes an
original of this agreement, and all together constitute one agreement.
12.4 Interpretation
In this agreement headings are for ease of reference only and do not affect
interpretation, and the following rules apply in interpreting this agreement
unless the context makes it clear that a rule is not intended to apply:
(a) the singular includes the plural and vice versa, and a gender includes
other genders;
(b) another grammatical form of a defined word or expression has a
corresponding meaning;
(c) a reference to a clause, paragraph, schedule or annexure is to a
clause or paragraph of, or schedule or annexure to, this agreement, and
a reference to this agreement includes any schedules, annexures and
exhibits;
(d) a reference to a document or instrument includes the document or
instrument as novated, altered, supplemented or replaced from time to
time;
(e) a reference to A$, $A, dollar or $ is to Australian currency;
(f) a reference to time is to Brisbane, Australia time;
(g) a month means a calendar month;
(h) a reference to a party is to a party to this agreement, and a reference to
a party to a document includes the party's executors, administrators,
successors and permitted assigns and substitutes;
(i) a reference to a person includes a natural person, partnership, body
corporate, association, governmental or local authority or agency or
other entity;
(j) a reference to a statute, ordinance, code or other law includes
regulations and other instruments under it and consolidations,
amendments, re-enactments or replacements of any of them;
(k) a word or expression defined in the Corporations Act 2001 (Cth)
(“Corporations Act”) has the meaning given to it in the Corporations
Act;
(l) the meaning of general words is not limited by specific examples
introduced by including, for example or similar expressions;
(m) any agreement, representation, warranty or indemnity by two or more
parties (including where two or more persons are included in the same
defined term) binds them jointly and severally;
(n) any agreement, representation, warranty or indemnity in favour of two or
more parties (including where two or more persons are included in the
same defined term) is for the benefit of them jointly and severally;
(o) if a day on or by which an obligation must be performed or an event must
occur is not a Working Day, the obligation must be performed or the
event must occur on or by the next Working Day;
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 120 of 144
(p) nothing contained in this agreement will be deemed or construed as
creating the relationship of partnership or of principal and agent;
(q) no waiver of any breach of this agreement or of any of its terms will be
effective unless the waiver is in writing and signed by the party against
whom the waiver is claimed, and no waiver of any breach will operate as
a waiver of any other breach or subsequent breach; and
(r) if a party is obliged to do something it must do so at its own cost unless
expressly provided otherwise in this agreement.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 121 of 144
Schedule 1
The Expert's Fees and Disbursements

[To be inserted at the time of entering into the Expert Determination Agreement.
Disbursements should include fees paid to consultants and advisors engaged by the
Expert pursuant to rule 5 of the Rules]

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 122 of 144
Schedule 2
Rules

1 Commencement
The Expert Determination Process commences when one party refers a matter
for determination by the Expert in accordance with the Contract (“Expert
Determination Notice”).

2 Submissions
(s) On the date the Expert is appointed in accordance with the Contract, the
party that gave the Expert Determination Notice ("Claimant") must give
the other party to the Dispute ("Respondent") and the Expert:
(i) a statement setting out the particulars of the Dispute referred for
Determination;
(ii) any agreed statement of facts;
(iii) a submission on the legal and factual issues of its claim; and
(iv) all documents and other evidentiary material on which it relies,
(together, the "Claimant's Submissions").
(b) Within three Working Days of receiving the Claimant's Submissions, the
Respondent must give the Claimant and the Expert a response to the
Claimant's Submissions including any cross-claim ("Respondent's
Submissions").
(c) If the Expert decides further information or documentation (including
submissions) is required for the Determination, the Expert may direct the
Claimant or the Respondent (or both) to provide such further information
or documentation (including submissions) as the Expert may require.
(d) The Expert must disclose to both the Claimant and the Respondent all
information or documentation (including submissions) received by the
Expert on a private and confidential basis.
(e) Any times fixed pursuant to these Rules may be varied by agreement of
the parties.

3 Conference
(a) The Expert may, if he or she thinks appropriate, call a conference of the
Claimant and the Respondent. The Expert must give the Claimant and
the Respondent reasonable notice in writing of the date, venue and
agenda for the conference.
(b) The Claimant and the Respondent must appear at the conference and
may make submissions on the subject matter of the conference. If either
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 123 of 144
the Claimant or the Respondent fails to appear at a conference of which
that party had been notified under rule 3(a), the Expert and the other
party to the Dispute may nevertheless proceed with the conference.
(c) The Claimant and the Respondent:
(i) may be accompanied at a conference by legal or other advisers;
and
(ii) will be bound by any procedural directions as may be given by the
Expert in relation to the conference both before and during the
course of the conference.
(d) The conference must be held in private.
(e) If required by either the Claimant or the Respondent, transcripts of the
conference proceedings must be taken and made available to the
Expert, the Claimant and the Respondent on a private and confidential
basis.

4 General
(a) Except where otherwise required by these Rules, the Expert may receive
information in any way the Expert thinks fit (including as inquisitor).
(b) Any dispute arising between the Claimant and the Respondent in respect
of these Rules or any matter associated with the Expert Determination
Process will be submitted to and determined by the Expert.
(c) Subject to rule 3(b), meetings and discussions with the Expert in respect
of a Dispute or the submissions of either the Claimant or the Respondent
must only take place in the presence of both the Claimant and the
Respondent.
(d) The Expert Determination Process will not terminate or discontinue
because of the failure of either the Claimant or the Respondent to:
(i) serve a submission, statement or response within the prescribed
time; or
(ii) appear at a conference of which that party had been notified under
rule 3(a).
(e) The Expert Determination Process may be terminated at any time prior
to the issue of the Determination by the Claimant and the Respondent
giving joint notice to the Expert terminating the Expert Determination
Process.

5 The Determination
(a) The Expert must make his or her Determination in relation to a Dispute
within 10 Business Days of the date on which the Expert is appointed in
accordance with the Contract (or such longer period as the Claimant and
the Respondent agree (each acting reasonably) having regard to the
nature and subject matter of the Dispute).
(b) The Determination must:
(i) be in writing stating the Expert's determination and giving reasons;
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 124 of 144
(ii) be made in accordance with:
(A) the law;
(B) the Contract;
(C) this agreement (including these Rules); and
(D) the requirements of procedural fairness; and
(iii) be made on the basis of:
(A) the submissions and statements of the parties (subject to
rule 2(d));
(B) the further information and documentation (including
submissions) received by the Expert under rule 2(c) (if any);
(C) the conference (if any); and
(D) the Expert's own expertise (as supplemented by any advice
which the Expert obtains from his or her own advisers and
consultants).
(c) To the extent permitted by law, the Expert will have no power to apply or
have regard to the provisions of Part 2 of the Civil Liability Act 2003 (Qld)
(and any equivalent statutory provision in any other state or territory).
(d) Subject to rule 5(e), the Determination will be final and binding on the
Claimant and the Respondent.
(e) If the Determination contains a clerical mistake, an error arising from an
accidental slip or omission, a material miscalculation of figures, a
material mistake in the description of any person, matter or thing, or a
defect of form, then the Expert must correct the Determination.

6 Modification
These Rules may be modified only by agreement of the Company and the
Contractor.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 125 of 144
Execution

Executed as a deed.

Executed by QGC Pty Ltd (ACN 089 )


642 553) under power of attorney dated )
)
_______________________________
in the presence of:

_______________________________ ______________________________
Signature of witness Signature of Attorney

By executing this agreement the


_______________________________ attorney states that the attorney has
Name of witness (block letters) received no notice of revocation of the
power of attorney

______________________________
Name of Attorney (block letters)

Executed by Leighton Contractors Pty )


Limited (ABN 98 000 893 667) in )
accordance with section 127(1) of the
Corporations Act 2001 (Cth) by
authority of its directors:

_______________________________ _______________________________
Signature of director Signature of director/secretary*

_______________________________ _______________________________
Name of director (block letter) Name of director/secretary (block
letters)

Executed by [insert name of Expert] )


)

_______________________________ _______________________________
Company Secretary/Director Director

_______________________________ ______________________________
Name of Company Secretary/Director Name of Director (print)
(print)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 126 of 144
Exhibit A

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 127 of 144
Exhibit B

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Contract
Conditions of Contract Page 128 of 144
Exhibit C

14557576/5

page 129
Exhibit D

14557576/5

page 130
Exhibit E

14557576/5

page 131
Exhibit F

14557576/5

page 132
Exhibit G

14557576/5

page 133
Exhibit H

14557576/5

page 134
Exhibit I

14557576/5

page 135
Exhibit J

14557576/5

page 136
Exhibit K

14557576/5

page 137
Exhibit L

14557576/5

page 138
Exhibit M

14557576/5

page 139
Exhibit N

14557576/5

page 140
Exhibit O

14557576/5

page 141
Exhibit P

14557576/5

page 142
Exhibit Q

14557576/5

page 143
Exhibit R

14557576/5

page 144
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

APPENDIX 2 – HOLDING COMPANY GUARANTEE

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Company: .......................... ............................ Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: .......................... ............................ ABN 11 089 642 553
APPENDIX 2 – HOLDING COMPANY GUARANTEE

PARTIES

QGC Pty Ltd ABN 11 089 642 553 (Company)

CIMIC Group Limited ABN 57 004 482 982 (Guarantor)

THIS GUARANTEE is made as a deed by the Guarantor in favour of the Company on


DATE_________________________2015.

WHEREAS

A. This Guarantee is supplemental to a contract dated __________________ 2015 and made


between the Company and Leighton Contractors Pty Limited (the Contractor) and having the
reference number 119491 (the Contract) under which the Contractor agrees and undertakes to
undertake the Work Under the Contract and complete and deliver the Works in connection with
the Project (as defined in the Contract).

B. The Guarantor is the holding company of the Contractor.

C. The Guarantor is aware of the subject matter and terms and conditions of the Contract and the
Contractor's obligations under the Contract.

D. The Guarantor has agreed to guarantee the performance of the Contractor's obligations under the
Contract.

E. The Guarantor is empowered to enter into this Guarantee and has taken all steps to ensure that
when executed this Guarantee shall be valid and binding in accordance with the terms above.

Now in consideration of the payment by the Company to the Guarantor of one dollar (receipt of which is
acknowledged by Guarantor) the Company and the Guarantor agree as follows:

1 In this Guarantee:
(a) Default means the failure (after taking into account any grace or remedy periods allowed
for in the Contract) of the Contractor to perform any of the Guaranteed Obligations as
defined in Clause 2 of this Guarantee or an Insolvency Event (as defined in clause 1.1 of
the Contract) occurring in respect of the Contractor;

(b) Liabilities means any kind of loss, damage, liability, actions, claims, demands,
proceedings, costs, fees or expenses;

(c) Remedy or Remedying means to make good, or making good, such Default;

(d) all other defined terms used in this Guarantee but not defined in this Guarantee will have
the same meaning as those terms in the Contract.

2 The Guarantor unconditionally and irrevocably guarantees as primary obligor the due and
punctual performance by the Contractor of each and every obligation, duty and undertaking
under and pursuant to the Contract and on the part of the Contractor to be performed, observed
and fulfilled when such obligations, duties and undertakings become due and performable by the
Contractor according to the terms of the Contract and the due payment and discharge of all sums
of money and liabilities due, owing or incurred or payable and unpaid by the Contractor to the
Company pursuant to the Contract or as a result of any such breach (including all liquidated

Upstream Projects
Contract No: 119491CNT Page 2 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
APPENDIX 2 – HOLDING COMPANY GUARANTEE

damages and any expenses, legal fees and taxes incurred by the Company in connection with
the Company seeking to enforce any of the above) (the Guaranteed Obligations).

3 Without limiting the undertakings of the Guarantor set forth in Clause 2, the Guarantor irrevocably
and unconditionally agrees with the Company that should the Contractor commit any Default, the
Guarantor shall:
(a) indemnify the Company and keep it indemnified from and against all Liabilities which the
Company may suffer or incur by reason of such Default;

(b) upon written demand from the Company, Remedy or procure the Remedying of such
Default; and

(c) indemnify the Company against the Contract being or becoming void, voidable or
ineffective in any way (including without limitation by reason of lack of powers or
authorisation on the part of the Contractor) other than as a result of any act or omission
of the Company.

4 The liability of the Guarantor shall be as primary obligor and not merely as surety and shall not be
impaired or discharged by reason of any of the following (whether or not the Guarantor has notice
of or has consented to any of the following):
(a) any act or omission of the Contractor pursuant to any arrangement made between the
Contractor and the Company including any immediate payment or other satisfaction
made by the Guarantor or made by the Contractor under the Contract;

(b) any alteration in the obligations undertaken by the Contractor or any amendment,
modification or extension which may be made to the Contract (or any related contract,
warranty or agreement) or to the extent, nature or method of performance of the Work
Under the Contract (or any part of the Work Under the Contract);

(c) any variation of the Work Under the Contract or the Works or other additional or
substituted work undertaken by the Contractor under the Contract;

(d) any indulgence, waiver, forgiveness, forbearance shown or any other dealing or thing
done, omitted or neglected to be done under or with the Contract (or any other related
contract, warranty or agreement) by the Company towards the Contractor or the
Guarantor or any arrangement entered into or composition accepted by the Company
modifying (by operation of law or otherwise) the rights and remedies of the Company
under the Contract (or any related contract, warranty or agreement);

(e) any other bond, security or guarantee now or after the execution of this Guarantee held
or obtained by the Company for all or any part of the obligations of the Contractor or any
expiry, discharge, release or waiver of such obligations or any failure or delay by the
Company in enforcing any other such security;

(f) any action lawfully taken by the Company to determine or suspend (or to resume after
suspension) the Contract;

(g) any change in the relationship between the Guarantor and the Contractor;

(h) any invalidity, illegality, unenforceability, irregularity, avoidance, suspension or


termination of the Contract (or any other related contract, warranty or agreement) or any
invalidity, illegality, unenforceability, irregularity or avoidance of any of the provisions of
the same;

(i) any disability, incapacity or change in the status or constitution of the Contractor, the
Guarantor or the Company;

Upstream Projects
Contract No: 119491CNT Page 3 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
APPENDIX 2 – HOLDING COMPANY GUARANTEE

(j) the occurrence of an Insolvency Event as defined in clause 1.1 of the Contract;

(k) any failure or delay to the Company or any party acting on the Company's behalf in
enforcing any right of action or remedy the Company may have against the Contractor;
or

(l) any other matter or thing which in the absence of this provision would or might otherwise
have released, exonerated or discharged the Guarantor or discharged, released, limited,
reduced, extinguished or otherwise prejudiced or adversely affected the Guarantor's
obligations or liabilities under this Guarantee.

5 Until the Guaranteed Obligations are discharged in full, the Guarantor shall not by paying any
sum due under this Guarantee or by any means or on any ground claim or recover by the
institution of proceedings or the threat of proceedings or otherwise such sum from the Contractor
or claim any set-off or counterclaim against the Contractor or prove in competition with the
Company to claim or have the benefit of any security which the Company holds or may hold for
any monies due to the Company from or liabilities incurred by the Contractor and, if the
Guarantor receives any sums from the Contractor in respect of any payment of the Guarantor
under this Guarantee, Guarantor shall hold such monies in trust for the Company so long as any
sums are payable (contingently or otherwise) under this Guarantee.

6 Every payment payable under this Guarantee shall be made in full without any set-off or
counterclaim howsoever arising and shall be free and clear of, and without deduction of, or
withholding for or on account of, any amount which is due and payable to either party under any
other agreement or any present or future taxes, duties, levies, assessments and/or other charges
of any kind other than any withholding required by law.

7 This Guarantee is a continuing guarantee and accordingly shall, subject to Clause 8 below,
remain in operation until all obligations, warranties, duties and undertakings to be carried out by
the Contractor under the Contract have been satisfied and/or performed in full. The rights and
remedies available to the Company under this Clause 7 are in addition to and not in substitution
for any rights or remedies that the Company may have against the Contractor under the Contract
or at law and/or any other security which the Company may at any time hold for the performance
of such obligations and may be enforced without first having recourse to any such security and
without taking any steps or proceedings against the Contractor.

8 This Guarantee shall remain in effect whether or not the Guarantor remains the holding company
of, or controls directly or indirectly, the Contractor unless the Company shall, in its absolute
discretion, consent to release the Guarantor from its obligations under this Guarantee. Any such
consent, if given, will be conditional (inter alia) upon the incoming guarantor providing a
guarantee in favour of the Company on the same, or substantially the same, terms as this
Guarantee.

9 The liability of the Guarantor to the Company under this Guarantee of all sums from time to time
owing to the Company by the Contractor (or which would have become so owing were it not for
the liquidation or winding up of the Contractor) shall notwithstanding the liquidation or winding up
of the Contractor be deemed to continue to be owing to the Company by the Contractor until
actually paid.

10 The Company shall be entitled to assign this Guarantee to any party to whom it shall assign the
Contract. If the Contract is novated then the references in this Guarantee to the "Contract" shall
be to the Contract as novated. The Guarantor shall not be entitled to assign, novate or otherwise
transfer any of its rights or obligations under this Guarantee.

11 Subject to Clause 3(c) and without prejudice to Clauses 4 to 7 (inclusive) and Clause 9 and save
in respect of the Company's costs and expenses in connection with successfully enforcing this
Guarantee, the liability of the Guarantor under this Guarantee shall be no greater than the liability

Upstream Projects
Contract No: 119491CNT Page 4 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
APPENDIX 2 – HOLDING COMPANY GUARANTEE

which the Guarantor would have had to the Company had the Guarantor been employed as the
contractor under the Contract.

12 Until all amounts which may be or become payable under this Guarantee have been irrevocably
paid in full or the Guaranteed Obligations are discharged in full, the Guarantor shall not as a
result of this Guarantee or any payment or performance under this Guarantee be subrogated to
any right or security of the Company or claim or prove in competition with the Company against
the Contractor or any other person or demand or accept repayment of any monies or claim any
right of contribution, set-off or indemnity. Any sums received by the Guarantor, or the amount of
any set-off exercised by the Guarantor, in breach of this provision shall be held by the Guarantor
in trust for, and shall be promptly paid to, the Company.

13 If any provision of this guarantee (or part of a provision) is found by any court or administrative
body of competent jurisdiction to be invalid, unenforceable or illegal, the other provisions shall
remain in force. If any invalid, unenforceable or illegal provision would be valid, enforceable or
legal if some part of it were deleted, the provision shall apply with the minimum modification
necessary to make it legal, valid and enforceable.

14 Notices
14.1 A notice served under this guarantee shall:

(a) be in writing in the English language;

(b) be signed by or on behalf of the party giving it;

(c) shall be sent for the attention of the person, and to the address or fax number, given in
this Clause 14 (or such other address, fax number or person as the relevant party may
notify to the other parties in accordance with the provisions of this Clause 14); and

(d) shall be:

(i) delivered personally; or

(ii) sent by fax; or

(iii) sent by commercial courier; or

(iv) sent by pre-paid first-class post or recorded delivery; or

(v) if the notice is to be served by post outside the country from which it is sent) sent
by airmail requiring signature on delivery.

14.2 The addresses for service of notice are:

(a) CIMIC Group Limited

Address: Level 5, 472 Pacific Highway, St Leonards NSW 2065

For the attention of: Treasury Manager

Fax number: (02) 9925 6004

(b) QGC Pty Ltd

Address: 275 George Street, Brisbane, QLD 4000

Upstream Projects
Contract No: 119491CNT Page 5 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
APPENDIX 2 – HOLDING COMPANY GUARANTEE

For the attention of: General Counsel

Fax number: (07) 3024 8999


14.3 A notice or any other communication given in connection with this guarantee is deemed to have
been received:

(a) if delivered personally, at the time of delivery; or

(b) in the case of fax, at the time of transmission; or

(c) if sent by commercial courier, at the time of signature of the courier's delivery receipt; or

(d) in the case of pre-paid first class post or recorded delivery within Australia, on the second
Working Day after posting; or

(e) in the case of airmail to or from Australia, on the fifth Working Day after posting.

14.4 For the purposes of this clause:

(a) all times are to be read as local time in the place of deemed receipt; and

(b) if deemed receipt under this clause is not within business hours (meaning 9.00 am to
5.30 pm on any Working Day), the notice shall be deemed to have been received at the
opening of business on the next Working Day in the place of receipt.

15 This Guarantee shall be governed by and construed in accordance with the laws of Queensland.
The Queensland courts shall have exclusive jurisdiction to settle any dispute arising out of or in
connection with this Guarantee including a dispute relating to any non-contractual obligations
arising out of or in connection with this Guarantee and the Parties submit to the exclusive
jurisdiction of the Queensland courts.

IN WITNESS of which this Guarantee has been executed as a deed and has been delivered on the date
which appears first on page 1 of this Guarantee.

Upstream Projects
Contract No: 119491CNT Page 6 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
SIGNED for QGC Pty Limited by its attorney in the )
presence of: )
)
) Signature of attorney
Signature of witness )
)
)
Name of witness (block letters) ) Name of attorney (block letters)
)
) By executing this Contract the
) attorney states that the attorney has
) received no notice of revocation of the
) power of attorney

Signed for and on behalf of CIMIC Group


Limited by its Attorneys under a Power of
Attorney dated___________________________,
and the Attorneys declare that they have not
received any notice of the revocation of such
Power of Attorney, in the presence of:

Signature of Attorney

Signature of Witness Name of Attorney in full

Name of Witness in full Signature of Attorney

Name of Attorney in full

Upstream Projects
Contract No: 119491CNT Page 7 of 7
Surat North Main Works Construction
Appendix 2 (Holding Company Guarantee)
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

APPENDIX 3 – PERFORMANCE BOND

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Company: ........................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: ........................... ............................. ABN 11 089 642 553
APPENDIX 3 – PERFORMANCE BOND

BY: NAME OF FINANCIAL INSTITUTION (“LENDER”)

At the request of Leighton Contractors Pty Ltd ABN 98 000 893 667 (“Account Party”) and in
consideration of QGC Pty Limited ABN 11 089 642 553 of Level 30, 275 George Street, Brisbane
QLD 4000 Australia (“Beneficiary”) agreeing to accept this undertaking as Security for the
performance of a contract entered into between the Beneficiary and the Account Party for

SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT (CONTRACT NO. 119491CNT)

the LENDER unconditionally undertakes to pay on demand any sum or sums which may from time to
time be demanded by Beneficiary to a maximum aggregate sum of:
[Amount in Words] (AUD$--------------------------) (Australian Dollars)(the “Sum”).

This undertaking is to continue until the earlier of

(a) a notification has been received from Beneficiary that the Sum is no longer required by
Beneficiary, or

(b) until this undertaking is returned to LENDER, or

(c) until payment to Beneficiary by LENDER of the whole of the Sum or such part as Beneficiary
may require.

The Beneficiary cannot transfer or assign any of its rights or obligations under this undertaking without
the LENDER’S written consent, which will not be unreasonably withheld or delayed.

Should LENDER be notified in writing (accompanied with this original undertaking) purporting to be
signed by or for and on behalf of Beneficiary that Beneficiary desires payment to be made of the
whole or any part or parts of the Sum, it is unconditionally agreed that such payment or payments will
be made to Beneficiary forthwith without reference to the Account Party and notwithstanding any
notice given by Account Party to LENDER not to pay same.

Provided always that LENDER may at any time without being required to do so pay to Beneficiary the
Sum less any amount or amounts it may previously have paid under this undertaking or such lesser
sum as may be required and specified by the Beneficiary and thereupon the liability of LENDER
hereunder shall immediately cease and determine.

This undertaking is governed by the laws of Queensland, Australia (Governing Jurisdiction).

Dated at this day of

SIGNED for and on behalf of


LENDER by its duly authorized officers:

______________________________ __________________________
(Name & Title) (Name & Title)

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction
Appendix 3 (Performance Bond)
MONTHLY PERFORMANCE SCORECARD

SUMMARISED SCORING MEASURABLE KPI SCORING


Unacceptable Fair Excellent
SECTION
Weighting OVERALL
SCORE out of
% SCORE Surat North
100
0 5 10
HSSE Standard Measures:
High Potential Incidents (HIPO's) 0
1 10% 0.00 0.00 1 or more HIPO 0 HIPO
0 Recordable Injuries in the month 0
2 10% 0.00 0.00 1 or more Recordable 0 Recordable
Number and quality of Observation & Interventions complete 0
3 10% 0.00 0.00 < 85% Monthly Target 85% to 95% of Monthly Target >95% of Monthly Target
(jointly agreed schedule
Close out of QGC Level 5 (and above) Investigations closed ou <80% of all incident investigations 80% to 90% of all incident > 90% of all incident 0
4 within required timescales. 10% 0.00 0.00 planned for closure in the month investigations planned for closure investigations planned for closure
completed. in the month completed in the month completed
Performance against Leadership Accountability monthly 0
5 deliverables. (Year of Accountability) 20% 0.00 0.00
< 85% monthly target 85% - 95% monthly target > 95% monthly target
Deliver Health and Safety Representatives meeting with 0
6 10% 0.00 0.00 0 meetings held 1 meeting held
workforce
Safety Performer of the Week Recognition Scheme 0
7 10% 0.00 0.00 <2 awards per month 2 awards per month >3 awards per month
implementation
0
85% - 95% Compliance against
8 Compliance against IVMS guidelines (including 20% 0.00 0.00 > 95% compliance against
< 85% compliance against guidelines guidelines
Subcontractors) guidelines
Section Weighting 75% 100% 0.00 0.00
HSSE Targeted Measures:
Onboarding and Competency assessments completed prior to 0
9 30% 0.00 0.00
personnel moboilising to Site < 85% workers 85% - 95% workers > 95% workers
Emergency Response drill completed in first month of main 0
10 works mobilisation 10% 0.00 0.00 0 completed >1 completed

PMG does not attend and address 100% inductions attended and 0
PMG to attend all inductions for scope and provide workers with an
11 20% 0.00 0.00
overview of HSSE expectations inductees present
All employees and Subcontractors to receive a follow up visit and 0
12 discussion within first 4 weeks of employment by SNR PM post 20% 0.00 0.00
< 85% workers 85% - 95% workers > 95% workers
induction
Contractor to roll out the Prestart HSSE Communication and
0
mentoring program not visable >30 program and targets set and met
13 Engagement mentoring program as part of the project supervisor 20% 0.00 0.00
days commencement >30 days commencement
and leading hand induction including sub contractors
Section Weighting 25% 100% 0.00 0.00
Total HSSE (out of 45%) 0.00 0.00
Quality Standard Measures:
Action Tracker submitted weekly and action items are being 0
14 25% 0.00 0.00 Target actions not closed Target actions closed
closed within agreed target dates.
MDR's for each system submitted within timeframes stipulated <80% of MDR deliverables due in 80% to 99% of MDR deliverables 100% of MDR deliverables due in 0
15 25% 0.00 0.00
in Exhibit E. month submitted due in month submitted month submitted
All NCR's Closed Out within 60 days or agreed timeframe NCR's due for closure in month not NCR's due for closure n month 0
16 25% 0.00 0.00
where the 60 days is not achievable signed off signed off.
Completion of Quality Audits Quality Audit planned not completed in Quality Audits planned completed 0
17 15% 0.00 0.00
the month in the month
Pile Integrity and Concrete Compressive Strength Testing < 100% Compliance to Specifications 100% Compliance to Specifications 0
18 10% 0.00 0.00

Total Quality 15% 100% 0.00 0.00


Project Controls Targeted Measures:
Delivery of Monthly reports on time and to an acceptable
quality.
All of: All of:
Any of:
* 1 day late On the defined day and time
≥2 days late
* Complete narrative and * Complete and succinct narrative
* Limited/incomplete narrative
19 40% 0.00 0.00 progress * Purposeful explanations fo cost 0
* Limited explanations of cost and
* Purposeful explanations of cost and schedule variance (by Work
schedule variance (by WBS)
and schedule variance (by WBS) Pack)
* No identified risk mitigated
* Limited identified risk mitigation. * Specific identifed risk mitigation

Production of an Adjustment Event PMG is notfied of event and


PMG is notified of event and category PMG is notified of event and
category within 1 week of
more than 2 weeks from occurrence category between 1 - 2 weeks
20 9% 0.00 0.00 occurrence 0

Cost Report
* 1 month forecast of VoWD and EV
21 28% 0.00 0.00 > 15% accuracy >10 - <15% accuracy Within 10% accuracy 0
* 3 Month Rolling forecast of VoWD and EV
* 3 Month Rolling cashflow
Planning interface agreements (not delivery) <90% of interface agreed 90%-99% of interfaces agreed 100% of interfaces agreed
22 5% 0.00 0.00 (documented) for whole 6 month (documented) for whole 6 month (documented) for whole 6 month 0
period. period. period.
Camp Bed forecasting for the month
Exceed agreed camp beds by 20 Exceed agreed camp beds by 19
23 8% 0.00 0.00 Within projected requirements 0
persons or more persons or less
Rebaselining (if applicable and outside of major baseline event). Any of: All of: All of:
• From notice to rebaseline > 2 weeks • From notice to rebaseline≤2 • From notice to rebaseline <2
to complete weeks to complete weeks to complete
• Reports not upated to reflect revised • Reports upated to reflect revised• Reports upated to reflect revised
24 5% 0.00 0.00 0
baseline baseline baseline
• low quality schedule • Quality schedule • Quality schedule
• No revised forecast • Revised forecast (EV, Cash, • Revised forecast (EV, Cash,
VoWD, Beds) VoWD, Beds)
Key Personnel
>20% turnover of Key Personnel listed 10 to 20% turnover of Key 0 to 9.9% turnover of Key
25 5% 0.00 0.00 0
in Exhibit E Personnel listed in Exhibit E Personnel listed in Exhibit E
Total Project Controls 25% 100% 0.00 0.00
Land Access Standard Measures
Number of Land Access Breaches 0
26 30% 0.00 0.00 >3 </=2 0
Timeframe to report Land Access Breaches 0
27 20% 0.00 0.00 >24 hours 12-24 hours <12 hours
Timeframe to respond to information request for Land Access 0
28 20% 0.00 0.00 >3 days 2-3 days <2 days
Breach investigation
Self-reported Land Access Breaches as a percentage of total o 0
29 Land Access Breaches in the relevant month 30% 0.00 0.00 <50% 51% to 90% >90%

Total Land Access 15% 100% 0.00 0.00 0


OVERALL SCORE #REF! 0.00

12236768/1 4. 119491CNT Appendix 4 Performance Incentive Scorecard 281015.xlsx


SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

APPENDIX 6 – COMPANY INSURANCE

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Company: .......................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: .......................... ............................. ABN 11 089 642 553
APPENDIX 6 – COMPANY INSURANCE

The Company Responsibility

Company will for the term of the Contract and for the duration of the Defects Correction Period provide
the following insurances in accordance with Clause 32.3 of the Conditions of Contract:

1. Construction All Risk including both Company Group and Contractor Group as additional insured,
with deductibles of:

a) Major Perils, Defects Liability and Testing and Commissioning of AUD$2,500,000 per
occurrence;

b) All Other Losses of AUD$1,000,000 per occurrence; and

c) Cargo transits of AUD$25,000 per occurrence.

2. Third Party and Public Liability Insurance with a limit of indemnity of A$50,000,000 for any one (1)
occurrence or series of occurrences arising from the one (1) event in excess of the coverage
provided by Contractor pursuant to clause 32.2(a)(ii) and Appendix 1 (Contract Specific Details).

4. Motor Vehicle Insurance for all the Company supplied vehicles (regardless of whether owned,
leased or hired).

5. Worker’s Compensation, for its employees, as required under relevant legislation.

Upstream Projects
Surat North Main Works Construction Contract Page 2 of 2
Contract No: 119491CNT
Appendix 6 (Company Insurance)
Appendix 7 – Project Management Board &
Project Management Group

CONTRACTOR REPRESENTATIVES COMPANY REPRESENTATIVES

Jason Spears Ian Perks


Executive General Manger Asset General Manager Surat,
(Construction East) QGC

Glenn McIlroy Carlo Fossa

(Meets Monthly)
General Manager, QLD & PNG Vice President Upstream

Project Board
Project, QGC
Back-up
Martyn Raymont
Operations Manager, QLD & PNG

Joe Dujmovic Andrew Down


Project Management Group (Meets

Project Director, Surat North Senior Project Manager, Surat


North

Jordan Tomasel Paul Cook


Weekly)

Project Manager, Surat North Site Senior Project Manager

John Mitchell Grant Murrihy


Construction Manager, Surat Contracts Manager
North

Upstream Project
Surat North Main Works Construction Contract
Contract No. 119491CNT
Appendix 7 (Project Management Board and Project Management Group)
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

APPENDIX 10 – SUBCONTRACTOR NOVATION DEED

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Company: .......................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: .......................... ............................. ABN 11 089 642 553
APPENDIX 10 – SUBCONTRACTOR NOVATION
DEED

DEED OF NOVATION OF

THE [name of contract/agreement to be novated]

THIS DEED is made on [date]

BETWEEN:

(1) QGC Pty Limited ACN 089 642 553 (Company); and

(2) [insert] [name, ACN and address to be inserted] (Subcontractor); and

(3) Leighton Contractors Pty Ltd ABN 98 000 893 667 (Contractor),

together the Parties.

WHEREAS:

(A) By an agreement dated [insert] (the Subcontract) Subcontractor agreed with Contractor to
provide certain goods and/or services as set out in the Subcontract.

(B) The parties desire that all representations, warranties, rights, benefits, duties, obligations and
liabilities of Contractor under the Subcontract shall be transferred to, and be assumed by,
Company in accordance with this deed.

(C) Contractor desires to be released and discharged from its duties, obligations and liabilities
under the Subcontract, and Company and Subcontractor have agreed to release and
discharge Contractor upon the terms and conditions below.

1. REPRESENTATIONS AND WARRANTIES

1.1 Contractor represents and warrants to Company that:

(a) its rights under the Subcontract are not subject to any mortgage, charge (whether
fixed or floating), pledge, lien, assignment, security, interest or other encumbrance
securing an obligation to any person;

(b) insofar as it is aware, it has not breached any of the terms and conditions of the
Subcontract;

(c) except for those disputes previously disclosed to Company in writing, it is not in
dispute with Subcontractor over any of the terms and conditions of the Subcontract;

(d) it has delivered a true and complete copy of the Subcontract together with any
amendments to Company; and

(e) the Subcontract and any amendments that are disclosed to Company constitute the
entirety of its obligations to Subcontractor and the terms have not been otherwise
amended or varied nor have any notices been served under it.

12178089/2Upstream Projects
Contract No: 119491CNT Page 2 of 5
Surat North Main Works Construction Contract
Appendix 10 (Subcontractor Novation Deed)
APPENDIX 10 – SUBCONTRACTOR NOVATION
DEED

1.2 Subcontractor represents and warrants to Company that:

(a) its rights under the a Subcontract are not subject to any mortgage, charge (whether
fixed or floating), pledge, lien, assignment, security, interest or other encumbrance
securing an obligation to any person;

(b) insofar as it is aware it has not breached any of the terms and conditions of the
Subcontract;

(c) it is not in dispute with Contractor over any of the terms and conditions of the
Subcontract;

(d) the Subcontract and any amendments that are disclosed to Company constitute the
entirety of its obligations to Contractor and the terms have not been otherwise
amended or varied nor have any notices been served under it;

(e) it will perform the remaining work under the Subcontract in accordance with the
Subcontract; and

(f) it is aware that Company is relying on it to fulfil its obligations under the Subcontract
as part of the successful completion of the construction of water and gas gathering,
compression facilities and associated infrastructure (excluding water treatment
plants, collection headers and export pipeline) which is a component of Company’s
Project.

2. SUBSTITUTION OF CONTRACTOR

Contractor, Subcontractor and Company agree that the Subcontract shall be deemed to
have been made with Company in place of Contractor for all purposes and in respect of all
rights, benefits, liabilities and obligations thereunder whether performed or to be performed
and that the Subcontract shall be read and construed accordingly.

3. COMPANY'S OBLIGATIONS

Company, from the date of this deed, undertakes to perform and comply with the
Subcontract and to be bound by the terms of the Subcontract and Company agrees to
undertake all obligations and liabilities arising under the Subcontract (except for any
obligations or liabilities arising before the date of this deed).

4. SUBCONTRACTOR'S OBLIGATIONS
Subcontractor, with immediate effect:

(a) releases and discharges Contractor from any and all claims, demands, obligations
and liabilities under the Subcontract, other than in respect of:

(i) any claims made, work performed or equipment, materials or other items or
services provided prior to the date of this deed; or

(ii) any claims made by Subcontractor against Contractor prior to the date of
this deed for breach of the Subcontract or on any other basis arising out of
or in connection with the Subcontract;

12178089/2Upstream Projects
Contract No: 119491CNT Page 3 of 5
Surat North Main Works Construction Contract
Appendix 10 (Subcontractor Novation Deed)
APPENDIX 10 – SUBCONTRACTOR NOVATION
DEED

(b) accepts the liability of Company in place of the liability of Contractor; and

(c) agrees to be bound by the terms of, and undertakes to Company to perform, the
Subcontract in all respects as if Company were the original party to the Subcontract
in place of Contractor.

5. RELEASE OF COMPANY
Company will not be liable to Subcontractor or to Contractor in respect of:

(a) any claims made, work performed or equipment, materials or other items or services
provided by Subcontractor in relation to the Subcontract prior to the date of this
deed; or

(b) any claims made or which may be made by Subcontractor against Contractor for
breach of the Subcontract or on any other basis whatsoever arising out of or in
connection with the Subcontract in relation to events which occurred or work which
was performed prior to the date of this deed.

6. PRE-NOVATION SERVICES

Subcontractor warrants to Company that all liabilities and obligations required to be


performed by Subcontractor pursuant to the Contract prior to the date of execution of this
deed have been performed by Subcontractor exercising the degree of skill, care and
diligence required by the Subcontract.

7. PROVISIONS SEVERABLE

Each of the provisions of this deed are severable and distinct from the others, and if at any
time one or more of such provisions are or become invalid, illegal or unenforceable the
remaining provisions of this deed shall not be affected, prejudiced or impaired in any way.

8. GOVERNING LAW

This deed shall be governed by and construed in accordance with the law of Queensland.
The parties irrevocably and unconditionally submit to the non-exclusive jurisdiction of the
courts exercising jurisdiction in Queensland.

12178089/2Upstream Projects
Contract No: 119491CNT Page 4 of 5
Surat North Main Works Construction Contract
Appendix 10 (Subcontractor Novation Deed)
APPENDIX 10 – SUBCONTRACTOR NOVATION
DEED

Executed as a DEED.

EXECUTED for QGC Pty Limited by its attorney )


in the presence of: )
)
)
)
)
Signature of witness ) Signature of attorney
)
)
Name of witness (block letters) )
) Name of attorney (block letters)
)
) By executing this deed the attorney states that
the attorney has received no notice of revocation
of the power of attorney

EXECUTED by XXXXXX (ACN XXX XXX XXX) )


in accordance with section 127(1) of the )
Corporations Act 2001 (Cth) by authority of its )
directors: )
)
)
............................................................... ) ...............................................................
Signature of director ) Signature of director/secretary*
)
)
............................................................... ) ...............................................................
Name of director (block letters) ) Name of director/secretary (block letters)

EXECUTED by [Subcontractor] in accordance )


with section 127(1) of the Corporations Act 2001 )
(Cth) by authority of its directors: )
)
)
............................................................... )
Signature of director ) ...............................................................
) Signature of director/secretary*
)
............................................................... )
Name of director (block letters) ) ...............................................................
) Name of director/secretary (block letters)

12178089/2Upstream Projects
Contract No: 119491CNT Page 5 of 5
Surat North Main Works Construction Contract
Appendix 10 (Subcontractor Novation Deed)
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT A – SCOPE OF WORK

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Company : .......................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
Contractor: .......................... ............................. ABN 11 089 642 553
EXHIBIT A – SCOPE OF WORK

CONTENTS

Definitions used in this Document ............................................................................................................ 5


Acronyms and Abbreviations used in this document ............................................................................... 7
1.0 PROJECT BACKGROUND ........................................................................................................ 10
2.0 GENERAL................................................................................................................................... 11
2.1 Purpose .................................................................................................................................. 11
2.2 Order of Precedence .............................................................................................................. 11
2.3 Location .................................................................................................................................. 12
2.4 Facilities/Infrastructure to be developed ................................................................................. 12
2.5 Early Dewatering Scope ......................................................................................................... 12
3.0 SCOPE OF WORK ..................................................................................................................... 14
3.1 Summary ................................................................................................................................ 14
3.2 Company Provided Items ....................................................................................................... 14
3.2.1 Company Provided Engineering ......................................................................................... 14
3.3 Contractor Provided Items ...................................................................................................... 14
3.3.1 Contractor Provided Engineering ....................................................................................... 14
3.3.2 Material Storage ................................................................................................................. 14
3.3.3 Land Access ....................................................................................................................... 15
3.3.4 Interfaces ............................................................................................................................ 15
3.4 General Infrastructure ............................................................................................................. 15
3.4.1 General Overview ............................................................................................................... 15
3.4.2 Building Certification ........................................................................................................... 15
3.4.3 Access Roads ..................................................................................................................... 15
General ............................................................................................................................................ 15
Temporary Access Roads ............................................................................................................... 15
Permanent Access Roads ............................................................................................................... 16
Provision for Traffic ......................................................................................................................... 16
3.4.4 Bulk Earthworks .................................................................................................................. 16
Excavation Permits.......................................................................................................................... 17
Rock Nail Tests ............................................................................................................................... 17
3.4.5 Temporary Facilities ........................................................................................................... 17
General Overview............................................................................................................................ 17
Site Facilities ................................................................................................................................... 17
Construction Power ......................................................................................................................... 17
Rehabilitation ................................................................................................................................... 17
3.4.6 Laydown Areas ................................................................................................................... 17
3.4.7 Concrete & Aggregates ...................................................................................................... 18
3.4.8 Construction Water ............................................................................................................. 18
3.4.9 Pile Testing ......................................................................................................................... 18

Page 2 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.4.10 Borrow Pits ..................................................................................................................... 19


3.5 Charlie FCS General Overview .............................................................................................. 19
3.5.1 Contractor’s Scope of Work ................................................................................................ 21
3.5.2 Mechanical Equipment Packages ...................................................................................... 29
3.5.3 ICSS and Telecommunications Systems ........................................................................... 39
3.5.4 Early Dewatering Separable Portion .................................................................................. 41
3.5.5 Woleebee CPP Gas Receiver and Tie-Ins Works .............................................................. 42
3.6 Power Infrastructure ............................................................................................................... 45
3.6.1 General Overview ............................................................................................................... 45
3.6.2 Overhead Transmission Lines (OHTL) ............................................................................... 46
3.6.3 Charlie 132/33kV Substation .............................................................................................. 47
3.6.4 Charlie 132/33kV Substation Testing ................................................................................. 48
3.6.5 Charlie 33kV HV Hub ......................................................................................................... 50
3.6.6 Underground 33kV to Pump Stations ................................................................................. 51
3.6.7 Woleebee Creek Substation Expansion ............................................................................. 51
3.6.8 Woleebee Creek Substation Expansion SIMOPS .............................................................. 52
3.7 Trunklines ............................................................................................................................... 54
3.7.1 General Overview ............................................................................................................... 54
3.7.2 Trunkline Access Tracks .................................................................................................... 54
3.7.3 Trunkline Crossing Approvals ............................................................................................. 55
3.7.4 Exclusion Zones for Testing ............................................................................................... 55
3.7.5 Gas Trunkline ..................................................................................................................... 56
3.7.6 Charlie RSP to Woleebee Creek CPP Water Trunkline ..................................................... 57
3.8 Ponds and Pump Station ........................................................................................................ 57
3.8.1 Charlie/Phillip Ponds .......................................................................................................... 57
3.8.2 Charlie/Phillip Pump Station ............................................................................................... 59
3.9 Communications ..................................................................................................................... 62
3.9.1 General Overview ............................................................................................................... 62
3.9.2 Early Construction Communications .................................................................................. 62
3.9.3 Woleebee Creek CPP Communication Works ................................................................... 62
3.9.4 Charlie FCS Optical Ground Wires (OPGW)...................................................................... 63
3.9.5 Charlie FCS to Pond (Charlie & Phillip) Pump Stations ..................................................... 63
3.9.6 Arthur TER .......................................................................................................................... 63
3.9.7 Testing ................................................................................................................................ 63
4.0 BATTERY LIMITS & INTERFACES ........................................................................................... 64
5.0 PROCUREMENT RESPONSIBILITIES ..................................................................................... 67
5.1 Attendance at FAT Responsibilities ....................................................................................... 67
5.2 Input into Factory Punch Lists ................................................................................................ 67
5.3 Acceptance of Release from Factory ..................................................................................... 67
5.4 Re-tagging of Company Provided Items ................................................................................ 67
Page 3 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

6.0 PERMIT TO WORK MANAGEMENT AND SIMOPS ................................................................. 68


6.1 Greenfield Construction Zones ............................................................................................... 68
6.2 Brownfield Construction Zones............................................................................................... 68
6.3 Suspension of Construction Activities .................................................................................... 69
7.0 VENDOR SUPPORT COORDINATION & SUPERVISION ....................................................... 69
8.0 COMPANY PERMITTED EXEMPTIONS AND DEVIATIONS ................................................... 69
9.0 CONSTRUCTION HSSE ............................................................................................................ 71
9.1 Health and Medical Services .................................................................................................. 71
10.0 ACCESS TO SITE ...................................................................................................................... 72
10.1 Security Provisions ................................................................................................................. 72
11.0 CONTRACTOR COMPLIANCE WITH COMPANY ENVIRONMENTAL STANDARDS ............ 72
12.0 CONTRACTOR'S OBLIGATIONS.............................................................................................. 77
13.0 CONSTRUCTION QUALITY ...................................................................................................... 77
14.0 MECHANICAL COMPLETION ................................................................................................... 77
APPENDIX A – SCOPE OF WORKS MATRIX ...................................................................................... 80
APPENDIX B – PROCUREMENT MATRIX ........................................................................................... 81
APPENDIX D – TRANSMISSION LINE TOWER ACCESS ROUTE ................................................... 107

Page 4 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Definitions used in this Document


In this document the following definitions will apply in addition to those listed in the Conditions of
Contract:

Term Meaning
Area A number of adjacent blocks grouped together by Company for administrative
purposes.
Block An area of land equal to 5 minutes of latitude by 5 minutes of longitude or
approximately 8.3 km E-W by 9.3 km N-S.
Brownfield Any operational site not designated a Greenfield zone. All tenements owned by
Company default to Brownfield classification for the purpose of procedure
QCOPS-BX00-HSS-PCE-000023.
Commissioning The process which verifies that a System or part of a System will perform and
operate in accordance with the relevant design parameters and Specifications
and that the System / part of the System is ready for normal operation.
Completion The process involving each of the stages of Mechanical Completion, Pre-
Commissioning, and Commissioning and completion of Punch list – Category ‘C’
Items.
Completions Structured software application used to pre-define record, track, verify and
Management System report status against the Completion activities.
Consumables Means fuel, water, oils, greases, gas, air, electricity, lubricants, sealants,
blasting sand/grit, paint thinners, electrodes/welding wire/rods, grinding discs,
testing materials, cleaning materials, personnel protective clothing and
protective masks and any other materials or items required for the Work Under
the Contract but not forming part of the Permanent Works.
Dynamic A procedure that Company will develop which describes the step by step
Commissioning Commissioning activities for a given System or Sub-System.
Procedure
Facilities The portions of the Permanent Works described as facilities in this Exhibit A
(Scope of Work).
Greenfield A formally designated zone that has been clearly identified with defined
boundaries, fully risk assessed, and has been demonstrated to have limited
operating infrastructure or live services above or below ground, prior to new
work being undertaken.
IFC Drawings Engineering drawings (and any revisions thereof) which have been Approved by
Company as the basis for construction and are stamped “IFC”.
MAC Contractor Main Automation Contractor employed by Company.
Mechanical Mechanical Completion will be granted once all Inspection Test Result (ITR)
Completion (MC) sheets in Appendix C have been successfully uploaded into the Company
provided QEDI CMS system in accordance to the Project Completions and
Handover Strategy QCLNG-BX00-COM-PLN-000001.
Mechanical Systems and sub-systems certificates will be automatically generated from the
Completion QEDI CMS system progressively through the construction phase allowing
Certificates progressive handover to the commissioning team.
Potable Water Water used for domestic purposes including human consumption and treated to
ensure it fully complies with the requirements of the Australian Drinking Water
Guidelines and is suitable for potable use.
Page 5 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Term Meaning
Practical Completion Refer to Contract General Conditions for definition of Practical Completion.
Pre-Commissioning The performance of the required tests and function checks on a system basis or
subsystem basis to ensure that plant and materials (whether Company or
Contractor supplied) operate as per the design intent, and that all safety devices
nominated in the Completions Management System function properly.
Preservation The protection, storage and preventative maintenance of Materials and
Equipment, prior to being incorporated into the facilities, systems and
components thereof to prevent any degradation in either component or the
performance of Systems or components.
Produced Water Water associated with extraction of the CSG.
Punch Lists The records of Defects and other incomplete Work Under the Contract.
Punch List Item - A Safety Critical Item which must be rectified before Mechanical Completion.
Category ‘A’ Item
Punch List Item - A non-safety critical item which must be rectified before Practical Completion
Category ‘B’ Item unless agreed otherwise with Company.
Punch List Item - A minor item that may be performed or remedied by Contractor after Practical
Category ‘C’ Item Completion.
Region The geographic area in which Work Under the Contract is to be performed as
described in this Exhibit A (Scope of Work).
Safety Critical Items A part, assembly, installation, or system with one or more essential
characteristics that, if not conforming to the design data or quality requirements,
would result in an unsafe condition that could cause loss or serious damage to
the end item or major components, loss of control, or serious injury to personnel.
Specifications The specifications listed in Exhibit H (Company Provided Items & Information).
Sub-System A sub part of a system that could be commissioned independently from the
remainder of that system.
System Interconnecting components which collectively provide a functional system
capable of being commissioned independently from the remainder of the facility
(e.g. Instrument Air System).

Testing As per ITR documentation listed in Exhibit H (Company Provided Items &
Information), including ITR requirements for each system.
Vendor Supplier or manufacturer of Company Provided Items in Exhibit H (Company
Provided Items & Information).

Page 6 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Acronyms and Abbreviations used in this document


In this document, the following acronyms and abbreviations apply:

Acronym/Abbreviation Meaning

AC Alternate Current
APIA Australian Pipeline Industry Association
AS Australian Standard
ATW Access to Work
BG Parent Company of the Company
BPCV Back Pressure Control Valve
CEMP Construction Environmental Management Plan
CFD Computational Fluid Dynamics
CH Cultural Heritage
CMS Completions Management System
CoP Code of Practice
CoW Control of Work
CP Cathodic Protection
CPP Central Processing Plant
CsCl Caesium chloride
CSG Coal Seam Gas
CT Current Transformer
DA Development Approval
DAFF Department of Agriculture and Fisheries
DB&B Double Block & Bleed
DEHP Department of Environment and Heritage Protection
DN Nominal Diameter
DTMR Department of Transport and Mains Road
E&I Electrical and Instrumentation
EA Environmental Authority
EMOP Environmental Management and Operating Procedure
EMP Environmental Management Plan
ER Employee Relations
ESCP Erosion Sediment Control Plan
ESD Emergency Shut Down
EWP Elevated Working Platform
EPA Environmental Protection Authority
FAT Factory Acceptance Testing
FCS Field Compression Station
FDP Field Development Plan
FEO Field Environment Officer
FOBOT Fibre Optic Breakout Terminal
FOC Fibre Optic Cable
FOM Field Operations Manager

Page 7 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Acronym/Abbreviation Meaning

FOSC Fibre optic splice closures


GA General Arrangement Drawing
GIS Geographic information system
HAZID Hazard Identification Assessment or Study
HDPE High Density Polyethylene
HSSE Health, Safety, Security, Environment
HV High Voltage
HVAC Heating, ventilating, and air conditioning
ICSS Integrated Control and Safety System
IFC Issued for Construction
IEC International Electrotechnical Commission
IER Instrument Equipment Room
ILER Instrument Local Equipment Room
IAPS Integrated Activity Planning and Scheduling
IVMS In-Vehicle Monitoring System
ISP Intermediate Storage Pond
ITR Inspection & Test Report
IT Information Technology
JSEA Job Safety & Environment Analysis
JV Joint Venture
kV Kilo Volts
LAAR Land Access Activity Request
LNG Liquefied Natural Gas
LER Local Equipment Room
LV Low Voltage
MC-1 Mechanical Completion Handover Certificate
MCC Motor Control Centres
MDR Manufacturers Data Report
MIJ Monolithic Isolation Joints
ML Mega Litres
MTO Material Take-Off
MMscfd Millions of Standard Cubic Feet per Day (of gas)
NB Nominal Bore
OHTL Overhead Transmission Line
OPGW Optical Power Ground Wire
OS&D Over, Shortage and Damaged
P&ID Piping and Instrument Diagram
PAU Pre-Assembled Unit
PC-1 Pre-Commissioning Acceptance Handover Certificate
PMS Project Management System
PMT Project Management Team
PO Purchase Order
PTW Permit To Work
Page 8 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Acronym/Abbreviation Meaning

QA Quality Assurance
QC Quality Control
QCLNG Queensland Curtis LNG
RCD Residual Circuit Device
RLI Resistivity Liner Integrity
ROW Right Of Way
RPEQ Registered Professional Engineer Queensland
RSP Regional Storage Pond
SAS Substation Automation System
SCL Strategic Cropping Land
SC-1 Commissioning Completion Turnover Certificate
SIMOPS Simultaneous Operations
SMP Structural, Mechanical and Piping
SSM Site Safety Manager
SOP Standard Operation Procedure
SSoW Safe System of Work
SWER Single Wire Earth Return
SWMS Safe Working Method Statement
TCC Telecommunications
TQ Technical Query
TER Telecommunication Equipment Room
UCR Chinchilla Upstream Control Room
UPS Uninterrupted Power Supply
VLF Very Low Frequency
VOIP Voice over internet protocol
WDRC Western Downs Regional Council
300# Piping system designed /constructed using Class 300 fittings to a Class 300
Specification AB
150# Piping system designed /constructed using Class 150 fittings to a Class 150
Specification AB

Page 9 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

1.0 PROJECT BACKGROUND

Company existing and Phase I wells currently produce gas to supply domestic contracts plus the
LNG Plant on Curtis Island, offshore from Gladstone. However, this gas supply will not be sufficient to
meet the long term demands of the two LNG trains plus the equity gas to be provided to Company JV
partners. To overcome this gas supply shortfall, the development of Tranche 1b will be expanded as
part of the QCLNG Phase II Upstream Project in order to maintain the production capacity at the LNG
Plant.

Tranche 1b is the first stage of development associated with Surat North, a part of the QCLNG Phase
II Upstream Project and consists of:

• 342 wellhead facilities;


• ~718 km of gas and water gathering networks;
• 240 MMSCFD field compression station (Charlie FCS);
• ~35 km of gas and water trunk lines;
• ~173 ML of regional storage ponds (Charlie Pond and Phillip Pond) and associated
infrastructure;
• Power transmission (132kV and 33kV); and/or
• Supporting infrastructure.

Figure 1: Surat North Development area

Page 10 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

2.0 GENERAL

2.1 Purpose
This Exhibit A (Scope of Work) defines the Work Under the Contract. Where this Scope of Work
specifies a requirement or obligation then, unless that requirement or obligation is expressly stated as
one which is to be discharged by Company or a Third Party, it is deemed to be a requirement or
obligation to be complied with or discharged by Contractor.

2.2 Order of Precedence


Should there be any conflicts between the documents contained in or referred to in this Exhibit A
(Scope of Work) then the order of precedence shall be:

• Statutory Authority requirements.


• Australian Standards. Should an Australian Standard be unavailable, Contractor shall apply
one of the approved standards listed within the Reference List of Codes and Standards
document number BG-GL-ENG-GEN-005;
• Company project specifications, standards and IFC Documentation; and
• Manufacturer recommendations,
provided always that where a lower priority document contains a more stringent Contractor obligation
and/or provides for a higher standard than a higher priority document, then the more stringent
Contractor obligation and/or the higher standard shall apply.

Page 11 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

2.3 Location
The proposed Surat North Development extends from the existing Woleebee Creek CPP to the
proposed Charlie FCS as depicted in Figure 2.

Figure 2 Overview Map

2.4 Facilities/Infrastructure to be developed


Table 1 lists the new Facilities required under this Contract.

TABLE 1: Facilities to be developed

Facility/Infrastructure Description

Charlie FCS 240 MMscfd Facility


Charlie Pond and Pump Station 106 ML
Phillip Pond and Pump Station 66.5 ML
Overhead Head Transmission lines ~35kms
Trunklines (Gas) ~36kms
Trunklines (Water) ~35kms
Substations 132kV/33kV

2.5 Early Dewatering Scope

Page 12 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

The sequence of construction priority is driven by the requirement to commence early dewatering
prior to the operational readiness of the plant balance of the FCS.

This requirement will involve the Mechanical Completion of the following scope elements.

• The gas gathering system up to Charlie FCS (by Other Contractors);


• The water gathering system up to the Charlie Ponds (by Other Contractors);
• All of the associated Charlie FCS works as described in section 3.5;
• The Charlie RSP and its associated pump station;
• The Phillip ISP and its associated pump station;
• The control system that controls the dewatering program;
• Infield communications infrastructure;
• The permanent power infrastructure to supply for the pump stations at Charlie RSP
and Phillip ISP;
• The water trunkline between the Charlie RSP and Phillip ISP;
• The water trunkline between the Phillip ISP and water inlet manifold at the Woleebee
Creek RSP; and
• The gas trunkline between Charlie FCS and Woleebee Creek CPP.

Table 2 shows a summary of the early dewatering scope within their respective document section.

TABLE 2: Early Dewatering Work Scope Summary

Early Dewatering Scope Document Section


Access Roads 3.4.3
Bulk Earthworks 3.4.4
Charlie FCS 3.5.4
Power & Infrastructure 3.6
Gas/Water Trunkline 3.7
Ponds & Pump Stations 3.8
Communications 3.9

Page 13 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.0 SCOPE OF WORK

3.1 Summary
The Works to be carried out under this Contract are summarised in Appendix A.

3.2 Company Provided Items


Company shall provide the equipment and materials described in Exhibit H (Company Provided
Items & Information). Contractor shall transport Company Provided Items from the Collection Point
identified in Exhibit H (Company Provided Items & Information) to the place where they are required
for the Work Under the Contract.

Contractor shall offload and store all of Company Provided Items from receipt until Mechanical
Completion in accordance with contract and vendor procedures. Contractor shall make provision for
using the correct lifting equipment for plant, equipment and materials based on the type and method
of delivery.

Contractor is to promptly notify Company of any OS&D upon receiving materials on Site or in
fabrication.

Upon receipt of Company Provided Items by Contractor, Company will be responsible for the
preservation. However Contractor shall be responsible of the security, site movements and all
associate works and storage of Company Provided Items. Any damage to Company Provided Items
during transportation and/or handling shall be reported to Company. Contractor shall immediately
notify Company of any shortages of Company Provided Items. Company reserves the right to instruct
Contractor to purchase the additional materials as required.

3.2.1 Company Provided Engineering


Company shall provide IFC Drawings and Technical Information in accordance with Exhibit H
(Company Provided Items & Information) to Contractor.

3.3 Contractor Provided Items


Any other item not identified as a Company Provided Item, but necessary for the satisfactory
performance and completion of the Work Under the Contract in accordance with the requirements of
the Contract, shall be provided by Contractor.

Contractor shall transport all Materials and other materials required for the Work Under the Contract
or the Works to the Site.

3.3.1 Contractor Provided Engineering


Contractor shall be responsible for and shall provide shop fabrication shop and field construction /
installation engineering, detailed drawings, MTOs and for all Contractor Provided Items, all supporting
documentation, data, drawings, testing and procedures. Contractor shall provide all drawings
required as deliverables in the format that the Company requires.

Contractor shall provide lifting plans and transportation route studies involving complicated and
complex lift types for Company to review for Contractor Provided PAU’s.
Contractor shall also be responsible for all engineering for any Temporary Works.

3.3.2 Material Storage


Contractor shall store all equipment and materials in a manner that will not damage, degrade or void
manufacturers’ warranties. Contractor shall be responsible for all equipment required to maintain a
safe storage area. Contractor shall be responsible for loss, damage or misuse of all materials,
following receipt from Company or a Company-nominated supplier. Upon receipt of material to Site
by Contractor, Contractor will be responsible for the security, site movement and storage of the
material.
Page 14 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.3.3 Land Access


Contractor shall follow the requirements of Company Land Access Activity Request procedures as
detailed in QCLNG-BX00-LAC-PCE-000002 for the execution of works outlined in this document.
Company shall gain permits for land access, Powerlink, Ergon, Telstra, other gas utilities and water
ways. It will be Contractors responsibility to implement and execute said permits in accordance with
any conditions contained in such permits. Company will be responsible for identifying any cultural
heritage and environmental issue along the easement of the proposed transmission line and ROW.

3.3.4 Interfaces
Contractor will manage interfaces with council, third parties and any interfaces related issued in line
with Company requirements. Where interfacing and coordination activities can only be initiated by
Company, Contractor shall notify Company’s Representative.

3.4 General Infrastructure

3.4.1 General Overview


Contractor is to ensure that during the construction of the Charlie FCS, ponds, trunklines and
associated works, all of the temporary infrastructures are available. It is the responsibility of
Contractor to maintain and ensure that all of the infrastructures being put in place are safe to use and
provide Contractors and Company a place for access and to work.

3.4.2 Building Certification


Contractor shall arrange for and conduct building inspections in accordance with the Building
Regulation 2006 (Qld) on all applicable buildings constructed or installed for the Work Under the
Contract.

Contractor shall provide a final Form 16 covering the components of construction that have been
completed in the field for Work Under the Contract.

Contractor shall engage a third party, for Form 16 foundation certification, in the early stage of
construction to agree on inspection/certification process and mobilise an inspector at the time of piling
and concrete foundation works to ensure sign off of foundation construction.

3.4.3 Access Roads

General
All vehicular access to and from the Site shall be via formed roads or Approved access roads, and
only those vehicles necessary to perform the works shall be permitted on the ROW and any other
access roads for the construction of the Work Under the Contract. Contractor shall submit a Traffic
Management Plan detailing the access between Bundi Road and FCS construction site for approval
by Company.

Contractor shall provide signage at all entry points. Increased signage and the use of traffic
controllers shall be provided at high traffic or high risk areas.

Proposed control measures for each access and egress point shall be documented in the Traffic
Management Plan and reviewed during Construction HAZID. Under no circumstances shall any
person gain access or egress to or from the Site at any other points.

Temporary Access Roads


Contractor is to construct temporary access roads for Light Vehicles and Heavy Vehicles to facilitate
the works. These works include any new spur access tracks from existing well access tracks for both
the overhead transmission and trunklines works. Contractor is to construct these new tracks in
locations which minimises any environmental impact and disruption to Company field operations.
Page 15 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Access tracks used by Contractor shall be maintained in a good trafficable condition, and where
damage is caused by activities of Contractor, reconstructed as necessary up to Mechanical
Completion. Refer to Appendix D.

Temporary access roads shall be maintained by Contractor up to completion of rehabilitation


including construction and maintenance of adequate drainage. Contractor is to remove the temporary
access roads and rehabilitate according to the QGC Rehabilitation Framework QCOPS-BX00-ENV-
PLN-000003 and the requirements of the relevant Environment Authority. Completion of this
rehabilitation is a condition precedent to the achievement of Practical Completion.

For any existing access roads, Contractor is to stay on the access roads and not deviate unless
Approved by Company.

Permanent Access Roads


All permanent access roads shall comply with the requirements of Company’s specifications.
Contractor shall ensure that all relevant Queensland Transport and Main Roads annexures are
completed before construction commences.

Contractor is to construct a permanent access road to the Charlie FCS from Bundi Road, including
Bundi road tie-in, and permanent access road to both the Charlie and Phillip Ponds and any other
permanent access roads. For any tie-ins to the existing Bundi Road or any other Main Road,
Contractor is to provide a Traffic Management Plan and obtain all permits from DTMR and Company,
where applicable.

Provision for Traffic


All necessary signs, barriers, etc. required for the control and protection of traffic during the
construction period shall be provided, erected and maintained by Contractor. In the absence of any
Site specific instructions that may be issued by Company, Contractor shall erect and maintain
signage in accordance with the manual of Uniform Traffic Control Devices (Queensland).

3.4.4 Bulk Earthworks


The major civil elements to be incorporated into the bulk earthworks package include, but are not
limited to, the following:
• Clearing and grubbing;
• Stripping and stockpiling;
• Site drainage;
• Main Access Road, including temporary access to Site (to be rehab after construction of
the FCS and associated works);
• FCS & Substation construction formations;
• Sediment ponds;
• Charlie & Phillip Ponds; and
• All temporary facilities areas considered necessary during the execution of the
construction phase, e.g.: laydown area, offices, batch plants, etc.

Topsoil depth must be assessed and stripped in accordance with soil management plan.

Topsoil must be stored maximum 2m high and kept separate from subsoil stockpiles.

Topsoil stripping depth and storage must be part of Contractor’s EMP.

Any excess stockpile material created by excavation for OHTL poles is to be stored within the
boundaries of the pole pad.

The removal of any other stockpiles are to be disposed of in consultation with Company Field
Environmental Officer.

Page 16 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Excavation Permits
Prior to the commencement of any excavation works, the relevant project procedures shall be
followed and all necessary permits shall be attained in accordance with the project requirements. As
part of the excavation permitting system any existing buried services, safety or environmental issues
shall be identified and specific excavation constraints defined.

Rock Nail Tests


For rock anchor type pole foundation types, rock nails installed by Contractor shall be tested in
accordance with the requirements stated by the drawings.

3.4.5 Temporary Facilities

General Overview
Contractor is to construct, operate and maintain the temporary facilities for the construction up to
Mechanical Completion of the Work Under the Contract. Contractor shall be responsible for the
provision of all support services necessary for the operation of its temporary facilities during
performance of the Work Under the Contract. These facilities shall be available for use by both
Contractor and Company personnel.

Contractor is to ensure that all temporary buildings and structures are tied down according to
applicable AS/NZ standards and engineering principles.

Site Facilities
Contractor shall provide and maintain all temporary site facilities during construction of the Work
Under the Contract, including provision of facilities for use by Company as described in Exhibit I.

Construction Power
Contractor shall provide and maintain all temporary power for the temporary facilities and
construction of the Work Under the Contract.

Rehabilitation
Contractor is to rehabilitate all areas according to the QGC Rehabilitation Framework QCOPS-BX00-
ENV-PLN-000003 and the requirements of the relevant Environment Authority. Completion of this
rehabilitation is a condition precedent to the achievement of Practical Completion.

3.4.6 Laydown Areas


Contractor can utilise existing laydown areas subject to Company Approval. The following existing
laydown areas have been identified for use by Contractor as temporary facilities during performance
of the Work Under the Contract:

 Woleebee Creek CPP (approx. 25,000m^2)


 Partial use of Kathleen Laydown

It is the responsibility of Contractor to maintain the laydown areas used by Contractor after any rain
events or inclement weather.

Any modifications to the existing laydown areas made by Contractor shall be Approved by Company
and will be at the expense of Contractor. In the event that any existing laydown areas are not
available to the Contractor, Contractor is to construct and maintain laydown areas as required for
performance of the Work Under the Contract.

Other areas nominated for use by Contractor as laydown or temporary facilities during performance
of the Work Under the Contract are:

Page 17 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

 Charlie Block - areas adjacent to Charlie FCS and Substation (refer to QCLNG-BB62-CIV-
ERW-301202 and 301203)
 Charlie Block - proposed concrete batch plant (refer to QCLNG-BB62-CIV-PLT-303000)
 Charlie Block - general laydown areas (refer to QCLNG-BB62-CIV-PLT-303000)
 Charlie Block - stockpile area (refer to QCLNG-BB62-CIV-PLT-303000)
 Charlie Block - security gatehouse and vehicle wash (refer to QCLNG-BB62-CIV-PLT-
303000)
 Areas adjacent to Charlie Pond (refer to QCLNG-BB62-CIV-PLT-302000)
 Areas adjacent to Phillip Pond (refer to QCLNG-BB59-CIV-PLT-302000)
 Trunkline right of way (refer to alignment sheets and maps)
 OHTL right of way (refer to alignment sheets and maps)
 Other areas Approved by Company

Contractor is to rehabilitate the laydown areas and any other areas disturbed by Contractor, according
to the QGC Rehabilitation Framework QCOPS-BX00-ENV-PLN-000003 and the requirements of the
relevant Environment Authority.

3.4.7 Concrete & Aggregates


Contractor shall be responsible for the supply of pre-mixed concrete from an established off site pre-
mix plant or concrete batching plant established and maintained on Site by Contractor. Contractor is to
include all environmental controls necessary for the operation of a Site based concrete batching plant
in the Site specific EMP.

3.4.8 Construction Water


Contractor shall be responsible for sourcing construction water including all permits, licenses,
transportation and testing in accordance with Company Land Release Management Plan (QCLNG-
BX00-ENV-PLN-000035). Available Company provided sources are listed in Exhibit H (Company
Provided Items & Information).

If any of the construction water parameters fall outside of the values stated in the Specification for
Earthworks (QCLNG-BX00-CIV-SPE-3000000) they shall be subject to Approval by Company through
a TQ. The Contractor shall confirm to the Company if the parameters are within (or outside of) this
specification through regular sampling and testing.

For the usage of CSG water, the Contractor shall follow the SOP identified in Exhibit H (Company
Provided Items & Information) in accordance with the Company Land Release Management Plan.

The dam north of Phillip pond on 40AB226 may be used to store bore water for construction purposes,
however it is the responsibility of the MWC to obtain evidence/sign-off the integrity and capacity of the
dam prior to use. During use the MWC must ensure the water put into the dam is directly from a water
bore, does not include produced CSG water, or water that has been used for another process (such as
hydro testing etc) and is tested to ensure it meets standard quality criteria.

3.4.9 Pile Testing


Of the tests nominated in QCLNG-BX00-STR-SPE-300006, pile integrity testing will be required; static
load testing may be required; and dynamic testing is not required unless being used to investigate a
potentially defective pile.

Estimated quantity of testing of bored piers per facility:

• Pile integrity testing (PIT) of 25% of piles, distributed across the various pile diameters,
locations and structures.
• Static compression load testing on 1% of piles.
• Static lateral load testing on 1% of piles.

Bored pier design loads will be provided to the Contractor to verify pile capacities.
Page 18 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Basic strength reduction factor will be provided to the Contractor upon completion of detail design.

Schedule of load testing in accordance with AS2159 will be provided by Company if static load testing
is required.

Load testing requirement for screw piles shall be determined by the screw pile design engineer
nominated by the Contractor.

3.4.10 Borrow Pits

Contractor shall be responsible for sourcing suitable material from borrow pits including all permits,
licenses, excavation, crushing, screening, transportation, testing and final reinstatement in accordance
with Company Environmental Management and Operating Procedure (EMOP for Borrow Pits (QCOPS-
OPS-ENV-PCE-000035). Available Company provided sources are listed in Exhibit H (Company
Provided Items & Information).

3.5 Charlie FCS General Overview

Charlie FCS is a Greenfields site. Contractor shall perform all necessary activities at the Charlie FCS
Site that are required for safe and successful installation of the following Systems and Equipment:

• Gathering system inlet slug catchers (nominally DN1200) and low point drains (5 off),
including DN630 gathering collection headers extending to the FCS battery limit defined in
section 4.0;
• Inlet manifold (nominally DN900) pre-assembled unit (PAU), collecting gas from the 150#
gathering system gas collection headers into the FCS inlet header;
• Inlet header (nominally DN900) transmitting raw gas to the inlet separator;
• Inlet separator to collect produced water and distribute wet gas to the compressor
packages;
• Electric motor driven, fully packaged screw compressor packages with air-cooled heat
exchanger (ACHE) (12 off);
• Large diameter 300# outlet header (nominally DN 600) transmitting wet gas to the low
temperature separation (LTS) packages;
• Electric motor driven, fully packaged LTS dehydration units with air-cooled heat exchangers
(3 off) transmitting dry gas to the gas trunkline;
• Fiscal quality gas metering system with moisture and gas chromatograph analyser;
• Gas trunkline pig launcher;
• Gathering and facility flare systems including headers (nominally DN900 and DN750
respectively), flare boots with pumps, ignition system and two flare stacks;
• Plant and instrument air system;
• Nitrogen generator;
• FCS utility and support systems, including:
o Instrument and utility air systems (piping DN50 and greater shall be hot dipped
galvanised after fabrication of spools);
o Nitrogen purge to gathering and facility flare systems;
o Closed and open drain headers for oily water and produced/waste water systems, with
sumps and Puraceptors for buried oily water system;

Page 19 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

o Fire and gas detection systems;


o ESD safety systems including indication by strobe lights and sirens;
o Oily skimmer facilities;
o Interceptor pit and pumps;
o High voltage electrical supply and associated infrastructure described in this Exhibit A
(Scope of Work).

• Electrical systems including:


o 33kV power supply;
o 33kV/6.6 kV 25 MVA HV supply transformers and associated equipment mounted
outdoors and an oil collection pit (4 off);
o 6.6kV/400V 1MVA & 1.5MVA transformers and associated equipment mounted
outdoors and an oil collection pit (4 off);
o Pre-fabricated HV/LV Switchrooms complete for compressor packages and balance of
plant (2 off);
o Area lighting, including hazardous areas;
o General power to buildings;
o Power and control cables and junction boxes;
o Cable support systems; and
o Earthing, surge and lightning protection.
• Controls and telecommunication systems including:
o Pre-fabricated ILER housing ICSS systems for compressor packages and balance of
plant (1 off);
o Early Dewatering MCC;
o Site security system;
o Communication pole and associated equipment; and
o Instrumentation, controls and telecommunications.

Page 20 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.5.1 Contractor’s Scope of Work


Contractor's Scope of Work shall include, but is not limited to, the construction of the activities
described in Table 3 in accordance with the IFC Drawings, Specifications and other Technical
Information provided in Exhibit H (Company Provided Items & Information).

TABLE 3: FCS Scope of Work Summary


Discipline Detailed Scope Charlie FCS

Civil Bulk earthworks, site Included


drainage & rehabilitation
Underground services & Included
reinstatement
Access roads, signage & Included
rehabilitation
Permanent security fencing, Included
gates & signage
Structural Bored piers and screw piers, Included
including testing.
Concrete foundations, slabs, Included
pits & sumps etc., including
detailed earthworks,
subgrade replacement,
underground services,
localised drainage &
reinstatement
All holding down bolts, cast Included
ins, embedment’s and
equipment templates which
are not in vendor scope (a
copy of which has been
provided to Contractor), and
unless listed as Company
Provided Items in Exhibit H
(Company Provided Items &
Information) are to be
procured by the Contractor.
Fabrication and installation of Included
all structural steel including
transportation supports/
bracing, platforms,
crossovers, pipe supports,
cable ladder supports and
instrument/ equipment
stands complete with
stairways, handrail and
grating
Painting of structural steel Included
using Coating System 1 in
lieu of Galvanised shall be
permitted where galvanising
is not practical or economical
based on the size of fully
Page 21 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

welded steel structures or


sub-components (reference
QCLNG-BX00-MAT-SPE-
300000 Appendix 1)
Grouting Included
Mechanical Receipt, installation, and Included (Refer to section 3.5.2 for
Equipment testing of all equipment principal equipment packages)
packages and preassembled
units listed in Exhibit H
(Company Provided Items &
Information) as Company
Provided Items
Installation, and testing of all Included
equipment packages and
preassembled units not listed
in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Shaft alignments and Included
coupling of motors uncoupled
for transportation
Conduct internal inspection Included
of all equipment , including
final internal inspection of all
pressure equipment by an
Approved Third Party to fulfil
Mechanical Completion
requirements (preferably
certified by AICIP) prior to
placing equipment into
service as per the
requirements of AS/NZS
3788:2006 Section 4 (see
QCLNG-BB00-QCL-SOW-
000001 and QCLNG-BX00-
QCL-GDL-000008)
Hot oil flushing of lube oil Included
systems on the Screw
Compressor and LTS
packages
Other than any Contractor Excluded
installed loose shipped items
(which are within
Contractor’s scope of work
under this Contract),
installation, testing and
verification of interconnecting
piping or equipment that has
been preinstalled, tested and
accepted by Company for all
equipment packages and
Page 22 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

preassembled units listed in


Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Piping Receipt, installation, and Included
testing of all equipment
packages listed in Exhibit H
(Company Provided Items &
Information) as Company
Provided Items
Installation, and testing of all Included
equipment packages not
listed in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Fabrication, coating, Included
transport, installation,
supports, testing (including
hydrostatic testing) and
reinstatement of all piping
systems including
transportation supports/
bracing
Note: For small bore piping
on PAUs Contractor shall
assess and provide any
additional bracing beyond the
designed transportation
supports
The use of “Golden Welds” in Included
lieu of hydrostatic testing
shall be subject to Company
Approval based on the
technical justification
provided by the Contractor
Engage specialist Included
(hydrocarbon piping) flange
management Subcontractor
who will prepare a Bolted
Flange Joint Management
Programme for Company
Approval (see QCLNG-
BX00-PIP-SPE-300041 and
BGA-ENG-MECH-TS-0012)
Personal Protection or Included
insulation specified on line
list QCLNG-BB62-POC-LST-
301001
Chemical cleaning specified Included
on line list QCLNG-BB62-
Page 23 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

POC-LST-301001
Electrical Installation, splicing, Included
termination & testing of the
incoming HV power feeds
Receipt, installation, and Included
testing of all equipment
packages and preassembled
units listed in Exhibit H
(Company Provided Items &
Information) as Company
Provided Items
Installation, and testing of all Included
equipment packages and
preassembled units not listed
in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Receipt, installation, and Included
testing of pre-fabricated and
fully fitted electrical LER
buildings including
supporting structural steel,
access platforms, staircases
and other loose supplied
items (HVAC outdoor units,
ducting, external lighting, fire
extinguishers, rainwater
goods etc.)
Receipt, installation, and Included
testing of loose shipped
electrical LER building HVAC
units, including pipework
hook-up, leak testing and gas
charging
Receipt, installation, and Included
testing of loose shipped
electrical LER building
FM200 fire suppression
systems, including cylinders,
pipework hook-up, leak
testing and gas charging
Installation, termination and Included
testing of all field cabling,
cable tray and supports, field
lighting including lighting
within hazardous areas
Installation of all cable tray Included
and associated supports out
of the equipment rooms
including the drilling of gland
Page 24 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

plates and transportation


supports/ bracing
Installation, termination and Included
testing of general plant
Earthing, surge and lightning
protection including
connection to buried Earthing
grid
Installation, termination and Included
testing Buried Earthing,
Earthing rods and fence
Earthing
HV/HA audit by an Approved Included
Third Party (see QCLNG-
BX00-ELE-SOW-000002)
Other than any Contractor Excluded
installed loose shipped items
(which are within
Contractor’s scope of work
under this Contract), HV/HA
checks of interconnecting
cabling or equipment that
has been preinstalled, tested
and accepted by Company
for all equipment packages
and preassembled units
listed in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Other than any Contractor Excluded
installed loose shipped items
(which are within
Contractor’s scope of work
under this Contract),
installation, testing and
verification of interconnecting
cabling or equipment that
has been preinstalled, tested
and accepted by Company
for all equipment packages
and preassembled units
listed in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Instrumentation and Installation, splicing & Included
Telecommunications termination of the incoming
fibre optic cable
Receipt, installation, and Included
testing of all equipment
packages and preassembled
Page 25 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

units listed in Exhibit H


(Company Provided Items &
Information) as Company
Provided Items
Installation, and testing of all Included
equipment packages and
preassembled units not listed
in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Installation, termination and Included
testing of all field cabling,
coaxial/waveguides, fibre
optic cable (FOC), Cat-6 etc.
that are required to interface
with ILERs
Installation and testing of all Included
field instruments and
telecommunications
equipment including testing
Installation of all cable tray Included
and associated supports
including the drilling of gland
plates and transportation
supports/ bracing
ICSS and Included (Refer to section 3.5.3)
Telecommunications System,
including receipt, installation,
and testing of pre-fabricated
ILER equipment room
Other than any Contractor Excluded
installed loose shipped items
(which are within
Contractor’s scope of work
under this Contract),
installation, testing and
verification of interconnecting
cabling or equipment that
has been preinstalled, tested
and accepted by Company
for all equipment packages
and preassembled units
listed in Exhibit H (Company
Provided Items &
Information) as Company
Provided Items
Protective Coatings Completion of all required Included
painting and finishing
Passive fire protection where Included
specified
Page 26 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

General Road maintenance of roads Included


Requirements used for construction within
the battery limits of the Work
Under the Contract
Provision of all temporary Included
construction facilities for
execution of the Works, incl.
demobilisation &
reinstatement upon
Mechanical Completion
Provision of Medical and Excluded (Refer to section 9.1)
Health shared services
Provision of Security services Included
The maintenance and Included
upkeep of Company facilities
utilised in the execution of
the Works as directed by
Company
Conduct ‘Travel Well Included
Inspection and Testing’ (see
QCLNG-BX00-COM-PCE-
000017) in addition to
inspection for damage and
removal of transportation
Preservation and internal sea
fastenings etc.
Receipt and storage of all Included
Company Provided Items,
Equipment and Materials
from receipt until Mechanical
Completion in accordance
with Contract and Vendor
procedures
Maintenance and
Preservation of all Company Refer to Appendix B
Provided Items, Equipment
and Materials from receipt
until Practical Completion in
accordance with Contract
and Vendor procedures
Mechanical Completion in Included
accordance with Contract (including hydrostatic testing, cleaning,
requirements flushing and reinstatement of pipe work,
and continuity testing)
Pre-commissioning and Excluded
Commissioning in
accordance with Contract
requirements including leak
testing of pipe work,
instrument calibration and
Page 27 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Discipline Detailed Scope Charlie FCS

PSV pop-testing
Prepare all Redline mark ups Included
(see QCLNG-BX00-ENG-
PCE-000004) and
Completion documentation
as required by the Contract
Provide MDRs for all Included
technical data used on the
Facilities / Separable
Portions (see QCLNG-BX00-
QCL-PCE-000010 and
QCLNG-BX00-QCL-PCE-
000012)
Contractor shall be Included
responsible for all Site safety
management and PTW
requirements up to
Mechanical Completion
Attendance at HAZID, Included
Constructability and SIMOPS
review meetings as required
at Company nominated
locations
Contractor shall install Included
permanent fencing using
type Fence B as per
QCLNG-BX00-STR-SPE-
300005 and Type D stock
fence as per QCQGC-BX00-
HSS-STD-000012 according
to the design drawings

Page 28 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.5.2 Mechanical Equipment Packages


The sections below provide a description of the main components for the principal mechanical
equipment packages listed in Exhibit H (Company Provided Items & Information) as Company
Provided Items and identify any specific exclusions from the Contractor’s scope of work under this
Contract in respect of those items.

Screw Compressor Package

Each of the twelve compressor packages consists of two main components as follows (refer to Figure
5 for preliminary general arrangement):

• Fully preassembled, single ‘compressor skid’ containing main drive motor, Howden H510
compressor including tight fitting acoustic enclosure, separator and suction knockout vessels,
lube oil system, all on-skid interconnecting process/utility pipework, electrical and
instrumentation systems, structural steel base frame, on-skid access platforms, walkways
and stairs/ladders (refer to Figure 5a for preliminary general arrangement); and

• Partially preassembled ‘air blast gas/oil cooler’ including fans and motors, cooling system, tie-
in points for all compressor skid interconnecting process/utility pipework (loose shipped),
electrical and instrumentation systems, structural steel frame, access platforms and ladders
(refer to Figure 6 for preliminary general arrangement).

Contractor shall be responsible for installation and testing of all interconnecting loose shipped
process/utility pipework between each of the two main components listed above including any other
items removed for transportation purposes. Company shall provide a list of loose shipped items to be
installed on Site prior to delivery of the package. The package has four carbon steel pipes between the
compressor skid and cooler. These lines are flanged at either end and will have field fit welds in
locations to be agreed with Contractor for final adjustment during installation on Site.

Installation of plant wide process/utility pipework, electrical and instrumentation systems shall be at the
nominated compressor skid edge interface tie-in points. The cooler has separate direct electrical and
instrument system tie-in points that will be routed on or through the compressor skid.

The compressor tight-fitting acoustic enclosure shall be pre-installed on the skid and will require the
removable panels to be removed by Contractor for activities such as hot oil flushing and completion of
installation check sheet activities. The removable panels shall be reinstalled by Company following
completion of pre-commissioning and commissioning activities.

Pickling/passivation, chemical cleaning or aqua milling of any stainless steel or carbon steel pipework
is excluded from the Contractor’s scope of work.

Page 29 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 5: Charlie FCS Screw Compressor Package Preliminary General Arrangement

Page 30 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 5a: Charlie FCS Screw Compressor Skid Preliminary General Arrangement

Page 31 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 6: Charlie FCS Screw Compressor Cooler Preliminary General Arrangement

Low Temperature Separator (LTS) Package

Each of the three LTS packages consists of two main components as follows (refer to Figure 7 for
preliminary general arrangement):

• Fully preassembled, single ‘LTS skid’ containing refrigerant compressor and motor, separator,
suction and liquid receiver vessels, lube oil system, all interconnecting process/utility pipework,
electrical and instrumentation systems, structural steel base frame, on skid access platforms,
walkways and stairs/ladders (refer to Figure 8 for preliminary general arrangement); and

• Partially preassembled ‘air cooler’ including fans, motors, cooling system, tie-in points for all
interconnecting process pipework (loose shipped), electrical and instrumentation systems,
structural steel frame, access platforms and ladders (refer to Figure 9 for preliminary general
arrangement).

Contractor shall be responsible for installation and testing of all interconnecting, loose shipped
process/utility pipework between each of the two main components listed above including any other
items removed for transportation purposes. Company shall provide a list of loose shipped items to be
installed on Site prior to delivery of the package. The package has two carbon steel pipes between the
LTS skid and cooler. These lines are flanged at either end and will have field fit welds in locations to be
agreed with Contractor for final adjustment during installation on Site.

Installation of plant wide process/utility pipework, electrical and instrumentation systems shall be at the
nominated LTS skid edge interface tie-in points. The cooler has separate direct electrical and
instrument system tie-in points that will be routed on or through the LTS skid.
Page 32 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Pickling/passivation, chemical cleaning or aqua milling of any stainless steel or carbon steel pipework
is excluded from the Contractor’s scope of work.

Figure 7: Charlie FCS LTS Package Preliminary General Arrangement

Page 33 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 8: Charlie FCS LTS Skid Preliminary General Arrangement

Page 34 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 9: Charlie FCS LTS Cooler Preliminary General Arrangement

Page 35 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Flare Package

The flare package consists of a guy wire supported twin flare stack with two tips (approximately 42m
high in total) and separate flare control panels for the facility and gathering flare systems (refer to
Figure 10 for preliminary general arrangement).

Contractor shall be responsible for installation and testing of all loose shipped process/utility pipework
and other components for complete assembly of the flare structure on Site. The flare control panels
shall consist of pre-assembled units. Company shall provide a list of loose shipped items to be installed
on Site prior to delivery of the package.

Installation of plant wide process/utility pipework, electrical and instrumentation systems shall be at the
nominated interface tie-in points specified in the IFC Documentation or if not so specified as identified
by Company.

Figure 10: Charlie FCS Flare Stack and Control Panel Preliminary General
Arrangements

Page 36 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Instrument Air and Nitrogen Package

The Instrument Air and Nitrogen package consists of the following main components (refer to Figure
11 for preliminary general arrangement):

• Fully preassembled compressor skid including all interconnecting process/utility pipework,


electrical and instrumentation systems, structural steel base frame, roof structure, on skid
walkways and stairs/ladders;

• Fully preassembled instrument air and nitrogen generation skid including all interconnecting
process/utility pipework, electrical and instrumentation systems, structural steel base frame,
roof structure, on skid walkways and stairs/ladders; and

• Two instrument air accumulator vessels.

Contractor shall be responsible for installation and testing of all interconnecting, loose shipped
process/utility pipework between each of the components listed above including any other items
removed for transportation purposes. Company shall provide a list of loose shipped items to be
installed on Site prior to delivery of the package. Interconnecting pipework will have field fit welds
nominated in locations to be agreed with Contractor for final adjustment during installation on Site.

Installation of plant wide process/utility pipework, electrical and instrumentation systems shall be at the
nominated interface tie-in points specified in the IFC Documentation or if not so specified as identified
by Company.

Pickling/passivation or chemical cleaning of any pipework is excluded from the Contractor’s scope of
work.

Page 37 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 11: Charlie FCS Instrument Air and Nitrogen Package Preliminary General
Arrangement

Gathering Inlet Slug Catcher (Buried)

The gathering inlet slug catchers (5 off) shall consist of the following main components (refer to Figure
12 for preliminary 3D model images):

• Approximately 15m long DN1200 HDPE vessel with DN630 eccentric reducer for incoming
gathering header and DN1200 end cap as shown on the design drawings;

• Approximately 5m high DN630 wet gas inlet riser connected to the DN1200 HDPE vessel and
transitioning from HDPE to carbon steel pipe as shown on the design drawings; and

• Approximately 5m high DN450x400 low point drain connected to the DN1200 HDPE vessel
and transitioning from HDPE to carbon steel pipe, including all produced water collection
system pipework and valves shown on the design drawings.

Contractor shall be responsible for installation and testing of each of the components listed above.
Installation of plant wide above and below ground process/utility pipework shall be at the nominated
interface tie-in points specified in the IFC Documentation or if not so specified as identified by
Company.

Page 38 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 12: Charlie FCS Gathering Preliminary 3D Model Images

3.5.3 ICSS and Telecommunications Systems

General

An ICSS will be deployed across all Project facilities by Company. This will include equipment for
process control applications as well as safety (i.e. ESD and fire and gas).

As far as reasonably practical, components of the ICSS and telecommunications systems shall be
supplied as complete packaged systems in enclosures and/or LERs.

Company Provided Design and Company Provided Items

Company will procure Other Contractors to supply the following pre-assembled items that Contractor
shall install:

• Fully fitted ILER buildings for the FCS for the Work Under the Contract.
The ILER buildings shall be supplied complete with all hardware, software and associated licenses
required for the provision of the integrated control and safety shutdown of Company upstream facilities
and shall incorporate HVAC, power distribution, UPS and batteries sufficient to power the equipment
contained within, fire detection & fire suppression systems (in high criticality locations only), lighting
and ancillary equipment, such that there shall be minimal interfaces at Site.

For panels supplied loose the MAC Contractor shall provide plinths within the rooms for installation on
sub-plinths supplied and installed by Contractor under the supervision of the MAC Contractor.

The ILER buildings and contents shall be fully commissioned (FAT completed) at the factory. SAT
shall be completed on Site by the MAC Contractor.

Page 39 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Scope of Work

Contractor shall perform all necessary activities that are required for safe and successful installation of
the ICSS & Telecommunication system.

The scope to be performed by Contractor includes the following:

• Receipt, installation, and testing of pre-fabricated and fully fitted ILER buildings including
supporting structural steel, access platforms, staircases and other loose supplied items
(HVAC outdoor units, ducting, external lighting, fire extinguishers, rainwater goods etc.);
• Installation of external cable tray/ladder, secured either to the structural steel supports or
underside of the buildings;
• Receipt, installation and testing of loose shipped building HVAC units, including
pipework hook-up, leak testing and gas charging;
• Receipt, installation and testing of loose shipped FM200 fire suppression system,
including cylinders, pipework hook-up, leak testing and gas charging;
• FOC distribution for process and business networks;
• Installation of UPS batteries;
• Installation of VOIP telephony systems;
• Installation of the tetra radio base station & required auxiliaries (where required);
• Installation and cabling of radio access points and antennas;
• Installation of speakers and beacons to include all cabling back to instrument LER and
terminations onto marshalling cabinets;
• Installation of CCTV cameras (and power associated with these) wired back to ILER and
terminated;
• Installation of Access Control Swipe (ACS) readers to main gate facility and muster
points to include cabling back to instrument LER ACS node;
• Installation of FOC between LERs (i.e. ILER and electrical LER) and other routes
required around the Site (i.e. Package Vendors etc.);
• FOC termination and splicing to include provision of FOC installation Materials, pig-tails,
FOSC etc;
• Installation of copper cabling (e.g. Cat-6, instrument, IS, coaxial etc.) where required;
• Erection of the communication tower/pole at the FCS and construction of the associated
foundations;

• Testing of all field cables terminating inside the ILER building panels/cabinets, including
the provision of completed and signed ITRs;

• Mechanical installation and electrical testing of all earthing systems and the provision of
signed test records;
• Redline mark-ups for all field cables terminating inside the ILER building panels/cabinets
and all other equipment installed by the Contractor; and
• Supply and installation of all necessary ancillary items required to provide completed
systems for functional testing by Company.
An ICSS node, located in the electrical equipment rooms, shall be provided for interfacing to the
MCCs. This shall consist of separate panels that shall be located in the electrical rooms and interface
Page 40 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

with the MCCs. The interface with Other Contractor’s scope of supply shall be the terminals in the
marshalling or telecoms panel that facilitate connection of Contractor’s supplied cables or FOC.

3.5.4 Early Dewatering Separable Portion

Contractor shall perform all necessary activities at the Charlie FCS Site that are required for safe and
successful installation of the following systems and equipment that form part of Separable Portion 1
(SP1):

• A nitrogen purge point shall be added to the Facility Flare Line downstream of the Early
Dewatering Interface Point for preservation purposes.
• Partial MC of System 87 is still required within SP1 for the Nitrogen Line going to the Gathering
Flare Header as indicated on QCLNG-BB62-POC-PID-301001. This would only be for the
section line downstream of IP1133 within SP1. All other nitrogen lines under System 87 are
located within Separable Portion 2 (SP2) and service the facility flare header.
• Gathering system inlet sumps (nominally DN1200) and low point drains (5 off), including
DN630 gathering collection headers extending to the FCS battery limit defined in section 4.0.
• Inlet manifold (nominally DN900) pre-assembled unit (PAU), collecting gas from the 150#
gathering system gas collection headers into the FCS inlet header.
• Inlet header (nominally DN900) transmitting raw gas to the inlet separator.
• Gathering and facility flare systems including headers (nominally 900NB and 750NB
respectively), flare boots with pumps, ignition system two flare stacks, and flare meters.
• FCS utility and support systems, including:
o Instrument and utility air systems (piping 50NB and greater shall be hot dipped
galvanised after fabrication of spools);
o Nitrogen purge to gathering and facility flare systems;
o Closed and open drain headers, with sumps and pumps for oily water/waste water
system;
o Closed and open drain headers, with sumps and pumps for oily water/waste water
system;
o Fire and gas detection systems;
o ESD safety systems including indication by strobe lights and sirens;
o Oily skimmer facilities;
o Interceptor pit; and
o Oily water storage tank.
• The electrical systems, including:
o Area lighting, including hazardous areas;
o Power and control cables and junction boxes;
o Cable support systems; and
o Earthing, surge and lightning protection.
• Controls and telecommunication systems:
o Early Dewatering MCC;
o Site security system;
Page 41 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

o Communication pole and associated equipment (refer section 3.9); and


o Instrumentation, controls and telecommunications.
• Temporary utilities:
o Supply, connection and Operation of temporary power generation to the Early
Dewatering MCC shall be provided by Company, including refuelling; and
o Supply, connection and Operation of temporary continuous nitrogen purge to the
facility flare system within the Early Dewatering Separable Portion construction
limits shall be provided by Contractor until Mechanical Completion of the completed
FCS facility. Contractor to provide adequate nitrogen generation unit and make
appropriate allowances for fuel.
The above systems and equipment shall be mechanically complete in accordance with the
Contract requirements within the limits of construction shown in Figure 13.
Contractor's Scope of Work under the early dewatering separable portion shall include, but is not
limited to, the construction of the activities described in Table 3, in so far as they apply, in
accordance with the IFC Drawings, Specifications and other Technical Information provided in
Exhibit H (Company Provided Items & Information).

Figure 13: Charlie FCS Early Dewatering Construction Limits

3.5.5 Woleebee CPP Gas Receiver and Tie-Ins Works


Contractor shall perform all necessary activities at the Woleebee Creek CPP Site that are required for
safe and successful installation of the following systems and equipment:
• Gas trunkline pig receiver shown on QCLNG-BB62-POC-PID-302001 on to existing
foundations;
Page 42 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• Inlet gas line (nominally DN600) shown on QCLNG-BC24-POC-PID-811000 from pig


receiver up to IP0800, including all pipe supports onto existing structural steel pipe rack;
• Line 50-PG-610710 shown on QCLNG-BC24-POC-PID-811000 between IP0801/0802 is
excluded from the scope of work and has been installed by Other Contractors;

• Instrument air line modification, including DN50 spool, isolation valve, take-offs, blind
flange;
• Demolition work shown on QCLNG-BC24-POC-PID-811001:
o removal of existing blind and completion of inlet gas line tie-in; and
o Removal of “removable spool” and installation of non-return valve VV610721
shown on QCLNG-BC24-POC-PID-811000.
• Integrated Control Safety System (ICSS) control and instrumentation tie-ins to existing local
junction boxes;
• Instrument air tie-ins to exiting local instrument air manifolds;
• Modification to existing and installation of new local plant area lighting, fire and gas
detection devices; and
• Modification to existing and installation of new plant Earthing using mechanical connections
for avoidance of hot work;
• Extension of existing reinforced concrete bunded area, including screw piling and bollards;
• Miscellaneous demolition work:
o Removal and making good of existing reinforced concrete bunded area kerb
(adjacent to extension slab); and
o Removal and making good of existing handrails and holding down bolts in existing
foundations as required.
Contractor's Scope of Work shall include, but is not limited to, the construction of the activities
described in Table 3, in so far as they apply, in accordance with the IFC Drawings, Specifications and
other Technical Information provided in Exhibit H (Company Provided Items & Information).
Table 4 below outlines the construction activities that Company anticipates would be carried out
during planned shutdowns at Woleebee Creek CPP, including preliminary dates and durations of
these shutdowns. As these Works are in a Brownfield construction zone (refer to section 6.0)
Contractor shall develop a site-specific SIMOPS Plan and Risk Assessment in accordance with
Company SIMOPS Procedure (QCOPS-BX00-HSS-PCE-000028). All SIMOPS constraints are to be
managed by Contractor as part of its scope of work, including but not limited to excavation around
live services, hot works and lifting over live plant.

Page 43 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

TABLE 4: Woleebee Creek CPP Construction Activity Plan

Proposed Line/Tag/P&ID
Activities Testing Executed by Comment
Shutdown No.
1. Instrument air
line modification, 50-IA-860709- Pressure test
*Mandatory
19-24 February, including DN50 01C54/ offsite, leak test
Contractor shutdown
2016 (120h) spool, isolation QCLNG-BC24- needed after
activity
valve, take-offs, POC-PID-811002 installation
blind flange
Reroute lighting
1. Receiver bund and buried
extension and Contractor earthing cables
stair landing below bund
extension
Additional support
2. Structural steel
steelwork
modification for Contractor
required for new
BIV
BIV and MIJ
3. Termination/
cable pulling from
Contractor
existing tie-in
points (JBs)
4. Screw piles for
F&G detectors Contractor
and stair landings
5. Earthing grid
Contractor
extension
6. Existing
receiver
foundation Contractor
modifications to
accept new skid
7. Pig Receiver Pressure test
BB62-Z-590002 Contractor
Skid installation offsite
Non-Shutdown 8. Existing steel
Temporary to
Activities member removal
Contractor allow BIV
to allow for BIV
installation
installation
9. DN900 spool
BB62-900-PG-
installation Installation can be
590135-03P54/ Pressure test
between Receiver Contractor combined with
QCLNG-BB62- offsite
and Trunkline items 10&11
POC-PID-302001
riser
10. BIV and
XZV590050/
welded pipe Pressure test
QCLNG-BB62- Contractor As above
section offsite
POC-PID-302001
installation
SP56022+
11. MIJ and surge SP5701/ Pressure test
Contractor As above
diverter QCLNG-BB62- offsite
POC-PID-302001
Hydrotest limit
and
location/number
12.DN900 BB62-900-PG-
of GWs to be
Trunkline 590082-
Pressure test + determined by
installation API5LX42/ Contractor
GWs MWC;
including golden QCLNG-BB62-
*Company hot
welds (GWs) POC-PID-302001
work
dispensation
approval
Page 44 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Proposed Line/Tag/P&ID
Activities Testing Executed by Comment
Shutdown No.
required for
GWs

13. DN600 spool


between Receiver 600-PG-610709-
and previously 03C58/ Pressure test
Contractor
installed spools QCLNG-BB62- offsite
on existing POC-PID-302001
piperack
14. Lighting Can be pre-
Installation on Contractor assembled on
PAU PAU
15. E&I Tie-in/
termination, Testing limited to
Contractor
testing & Earthing ITRs only
final connections
Re-located:
BC24-GZT-
16. F&G
610113 Testing limited to
installation and Contractor
New: BC24-GZT- ITRs only
testing
610115, BC24-
GZT-610114
VV610721/ *Mandatory
1. DN600 check Leak test needed
QCLNG-BC24- Contractor shutdown
valve installation after installation
POC-PID-811000 activity
2. DN600 spool 600-PG-610709-
installation up to 03C58/
*Mandatory
IP-0800 on QCLNG-BC24- Pressure test
Contractor shutdown
existing piperack, POC-PID-811000 offsite
activity
incl. welded pipe QCLNG-BB62-
February, 2017 supports POC-PID-302001
3. Leak Testing Company
Re-located:
BC24-GZT- Testing limited to
4. F&G functional 610113 FTRs and
Company
testing New: BC24-GZT- software
610115, BC24- integration
GZT-610114

3.6 Power Infrastructure

3.6.1 General Overview


The Power Infrastructure required for the Surat North Development stems from the 132kV tie in at the
Woleebee Creek 132kV Substation to Charlie FCS and associated ponds pump stations. The 132kV
power is reticulated via a dual circuit steel pole overhead transmission line to the Charlie 132/33kV
Substation. From the Charlie Substation the 33kV power is directed to the 33kV Hub which forms the
distribution point for 33kV power throughout the facility. From the 33kV hub 33kV feeders are
distributed to each of the Philip and Charlie pump stations and to the Charlie FCS.

Contractor is responsible of all civil and structural works associated with the Power Infrastructure.

Company will provide HV Operators to facilitate HV Isolations of the Company power network.

The HV power supply to each of the pump stations is required for Separable Portion 1.

Page 45 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.6.2 Overhead Transmission Lines (OHTL)


Contractor shall be responsible for the construction of the overhead 132kV transmission lines from the
existing Woleebee CPP Substation to the new Charlie FCS Substation. The work shall include the
complete installation, site testing of the 132kV overhead transmission lines including supply of all
construction, completion drawings and documentation. The scope of works for Contractor consists of
the following, but is not limited to:
• Installation and testing of approximately 35 km 132kV steel poles between Woleebee Creek
CPP HV substations to the new Charlie 132kV Substation at Charlie FCS;

• Clearing of the OHTL Right of Way - the clearing and rehabilitation of vegetation shall follow
QGC Rehabilitation Framework QCOPS-BX00-ENV-PLN-000003; clearing shall only be
required for removal of trees/vegetation within 20m of the centre line of the transmission
line. Clearing outside of the ROW easement is not permitted without prior Company
Approval.

• Clearing and grading of pole pads to allow safe EWP access to pole sites, pads are to be
trimmed and cleared at hand over. As part of the Overhead Transmission Line (OHTL),
Contractor shall construct engineered transmission pole pads approximately 20mx20m in
size that are suitable for construction purposes up to MC. The Contractor shall clearly note
on the as-built drawings that the pads were installed as Temporary Works and not certified
for use by others. The supply, installation and testing of pole earthing systems prior to
stringing of the conductors and earth wires, as per supplied drawings;

• The construction of pole foundations for the 132kV steel poles, including hold down bolts as
per supplied drawings;

• Determination of conductor run out drum and winch locations. Contractor to seek approvals
in accordance with Company land access rules and regulations and compliance with the
maximum permitted conductor loads on the poles;

• Helicopter stringing shall be completed using a twin engine helicopter in accordance with
BG Group Standard BG-ST-AVI-044 Aviation Operations;
• Stringing and tensioning of phase conductors and OPGWs, including the installation of
dampers and spacers, in accordance with the Pole Schedule and Stringing Tables provided
by Company;
• Installation of insulator assemblies and conductor attachment hardware, as per the supplied
drawings and vendor documentation;
• Installation of OPGW joint boxes and splicing of optical fibres as per supplied drawings;
• Supply and installation of pole and circuit identification and danger plates, as per the
supplied drawings;
• Arrange and co-ordinate all third party Power utility outages (Ergon SWER Lines)
• Engage with Powerlink for access to Powerlink easements during any under crossings –
Easement co-use agreements will be arranged by Company;

• OPGW attenuation test readings at 1310nm, 1550nm an d1625nm in both direction for each
fibre of the OPGW along with splice and insertion loss tests at the above wavelength;
• End to end optical fibre attenuation tests for the fully jointed OPGW;
• Line insulation and continuity test;

• Arrange for completion of an independent HV audit; and


Page 46 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• Handover of all construction records and as-built amendment documentation.

OHTL Crossing Approvals

Company has identified a number of Third Party Crossings that require approvals prior to Contractor
accessing the crossings.

Company have identified the following crossings:

• 5 off WDRC crossings;


• 1 off Sunwater;
• 1 off Powerlink; and
• 3 off Ergon.
Contractor is required to notify Company prior to any crossing. Company will notify WDRC, Sunwater
and Powerlink (via Co-use agreement) and seek necessary permits. Contractor is to handle any traffic
management necessary.

Any crossings associated with Ergon, Contractor is to manage this directly with Ergon.

Contractor is to manage PTW process directly with Company Area Operations Superintendent. Pre-
meetings are required to discuss interface arrangements, notification period, etc.

OHTL Access Tracks

Contractor shall provide vehicular access to the whole line route, with additional access tracks from
existing public roadways or property access roads where detailed on the Drawings and marked in the
field. Designated avoidance areas such as Cultural Heritage sites, steep slopes or riparian zones shall
also be marked in the field.
Contractor is responsible for ensuring that existing access tracks are adequate and safe for use during
the course of the works. All access tracks and crossings shall be maintained in a good trafficable
condition, and where damage is caused by activities of Contractor, reconstructed as necessary on
completion of works.

Contractor shall rehabilitate all new access tracks which have been constructed for the purpose of
accessing OHTL.

3.6.3 Charlie 132/33kV Substation


Contractor shall be responsible for the following requirements in relation to the works for the Charlie
132kV Substation. The work shall include the complete installation and site testing of the 132/33kV
Substation and supply of all construction & completion drawings and documentation, including but not
limited to:
• The construction of a 132kV/33kV 75MVA substation at Charlie FCS;
• All civil and structural works including foundations, drainage, fencing roads and sub-surface
infrastructure;

• Secondary system works Supply, installation and testing of all interconnecting power,
earthing, protection, instrumentation, metering, data, communications and control cabling
between the equipment Switchyard and the Control Building cable termination cubicles;

• 132/33kV Transformer offloading and assembly including engagement of vendor for


installation witnessing;

Page 47 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• Supply and install equipment identification labels including advisory and cautionary signage;
and

• Engagement of independent HV auditor including all sign offs.

3.6.4 Charlie 132/33kV Substation Testing


Contractor shall test the entire 132/33kV substation including the equipment in the control room as
per the details listed in Table 5. Contractor shall provide an independent HV Audit of the substation
by a QLD Electrical Safety Office certified HV Auditor and shall submit the auditor’s details to
Company for Approval.

All primary plant items shall be tested in accordance with the recommendation of their suppliers. All
cables shall be tested in accordance with the recommendation of the cable suppliers. All cable
terminations shall be tested in accordance with the recommendation of the cable and cable jointing
kit suppliers.

Contractor shall be responsible for the development of suitable Inspection and Test Plans (ITP’s) to
capture all the testing requirements. The ITPs shall be Approved by Company prior to
implementation.

The work shall include:


• Development and implementation of substation primary plant testing ITPs;
• Development and implementation of cable testing ITPs;
• Development and implementation of secondary system testing ITPs;
• Provision of suitably qualified, experienced and competent personnel for all testing works;
• Provision of all testing equipment and facilities; and
• As a minimum, the tests listed in Table 5 are to be performed on the primary and
secondary equipment.

Page 48 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

TABLE 5: List of Site Tests


ITEM SITE TESTS
• Physical inspection
Bus Work • Insulation resistance
• Ductor connections
• Physical inspection
Surge Diverters • Insulation resistance
• Ductor connections
• Physical inspection
• Insulation resistance (across open contacts, between phases
• and to ground)
• Contact resistance
• Timing (including contact time travel on all poles and
Circuit Breakers • interrupters and auxiliary switch timing)
• Reduced aux voltage operation
• SF6 alarm/lockout operation
• Interlock function
• SF6 leakage test
• Remote indication and control via Y-Protection
• Physical inspection
• Insulation resistance
• Winding resistance
• Ratio test on all taps
• Polarity
• Revenue Metering accuracy compliance
Current
• Secondary circuit loop resistance
Transformers
• Wiring checks
• Polarity/phase/stability check-up to relay/meter terminals
• Secondary loop resistance
• Check that spare CTs are short circuited
• Check that earthing is applied according to design drawings
• Field wiring check
• Physical inspection
• Insulation resistance
• Winding resistance
Voltage • Ratio
Transformers • Polarity check-up to relay/meter terminals
• Revenue Metering accuracy compliance
• Check that earthing is applied according to design drawings
• Field wiring check
• Physical inspection
Disconnectors and
• Insulation resistance
Earth
• Contact resistance
Switches
• Local control and Interlock function
• Physical inspection
• Sheath test
• Insulation resistance (pre and post HV withstand)
HV cables • VLF testing of 33kv underground cable testing in accordance with ITR
EA003-Electrical Construction Check Sheet-HV Power Cable.
• Phasing

132/33/11kV Power • Primary injection test on 33kV Neutral CT


transformer

Page 49 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

ITEM SITE TESTS


• Physical inspection
• Measurement of winding resistance at maximum, principal and minimum
11/0.422 kV Station tappings only
Service Transformer • Measurement of insulation resistance and Polarization Index of all
accessible windings.
• Voltage ratio and phase relationship of all windings at all tappings
Insulating Oil for • Any oil used by Contractor as an insulating medium shall be sampled from
power the plant and undergo oil tests including DGA, acidity, moisture content,
transformer resistivity, dielectric loss, dielectric strength
Medium Voltage • Physical inspection
Equipment • One minute power frequency withstand voltage
• Physical inspection
Earthing system • Ductor test on joints and connections
• Current injection test to measure the substation earth grid resistance
• Physical inspection
• Voltage measurement of each battery cell.
• Overall battery voltage measurement.
• Correct operation of battery charger in float modes.
DC Supply
• Correct operation of the spare battery charger cards.
• Check all battery cell connections.
• Check polarity of battery voltage at each DC circuit breaker,
• Fuse and link.
• Physical inspection
• Routine Insulation Resistance and function test of AC
• Switchboard.
• Routine tests including Insulation Resistance, Hi-Pot and continuity on each
tap of the auxiliary transformer.
AC Supply • Phase rotation or phase identification and phase failure protection.
• Test for interlocking, earth continuity, Insulation Resistance and High
voltage
• Earth loop impedance test to confirm compliance with AS 3000
• Operational verification of RCDs
• AC change-over/ interlock check
• Point to point tests of all the secondary wiring
• Functional tests of Protection Relays (including IEC 61850
Protection Relays
• requirements)
• Secondary injection tests to verify all interfaces between primary and
secondary systems

3.6.5 Charlie 33kV HV Hub


The Works shall include the complete installation of the Charlie 33kV hub including:
Foundations, earthing and underground services;
• Perimeter fencing to prevent un-authorised entry during early dewatering phase;
• Installation of the 33kv switch room (HV Hub);
• Installation (including vendor inspection) of the 33kV Switchgear (shipped separately).
Installation includes first fill of SF6 and leak testing;

• Supply and install all conduits, cable ladders/trays and supports including those up to 33kV
switchgear’s 33kV terminals;

• Supply and install all interconnecting cables as required to ensure a complete and correctly
working installation;

Page 50 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• 33kV buried cables between the substation and the HV Hub; and
• Completion of ITR’s for the 33kV hub.

3.6.6 Underground 33kV to Pump Stations


33kV underground lines are required to be installed from Charlie FCS HV Hub to both the Charlie and
Phillip pond pump stations. Contractor shall provide all necessary works and testing to accommodate
these supplies.

Note: The 33kV underground cable to Phillip pond is sized accordingly for the provision for tie-in of
Thackery at Phillip pond.
Contractor shall be responsible for the end to end testing of these cables including phasing and HV
VLF testing per ITR EA003 requirements.

3.6.7 Woleebee Creek Substation Expansion


The works associated for the substation expansion and all associated tie-ins works is as follows but is
not limited to:
• Interface work at this location includes modifications of the second bay to the existing
substation at Woleebee CPP to allow for the termination of outgoing supplies, inclusive of
all of the associated primary and secondary equipment;

• Installation of a new 132kV circuit breaker and associate equipment within an existing
switchyard bay (for one outgoing Charlie 132kV line circuit);

• Installation of two new 132kV circuit breakers and associated equipment forming a new
132kV switchyard bay (for the second Charlie 132kV line circuit);
• Installation, termination and testing of buried earthing, earthing rods and fence earthing.
Earthing is to be based in the interface to existing earth grid as per drawing QCLNG-BC24-
ELE-PLT-330032 & 330022;

• Foundations for the new gantry structure legs and primary switchyard equipment, including
the erection of two new 132kV gantry structures within the new bay;

• Extensions to the switchyard cable duct and conduit systems;

• Installation of the buried earth conductors (with earth tails left for later connections to the
above ground equipment);

• Reinstatement of the existing switchyard surface drainage system will also be required
following completion of the erection and installation works;

• Extensions to the two existing 132kV busbars to include the new 132kV switchyard bay;

• Relocation of one set of existing 132kV busbar Capacitor Voltage Transformers (CTV);

• Extension to the buried earth grid conductor system to include the new 132kV switchyard
bay;

• Connections to the new items of 132kV switchgear and equipment;

• Installation of the new power, control and protection cables between the new 132kV
switchgear and existing relay and control building;

• Installation of two new 132kV line protection panels;

Page 51 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• The addition of new line meters to the existing meter panels;

• Control room modifications including installation of control and protection panels; and

• Interfacing of the new line protection and control facilities with the existing bus protection,
substation control and auxiliary power system.

3.6.8 Woleebee Creek Substation Expansion SIMOPS


Upgrade of the Woleebee Creek 132/33kV Substation for the Charlie 132/33kV Substation
connection includes a number of work activities in close proximity to existing in-service 132kV
equipment. Management of the associated electrical hazards is primarily based on maintaining a
safe working distance from the high voltage equipment. For some works this will only be possible by
de-energizing of some sections of the 132kV switchyard. However, no disruptions to the Woleebee
Creek CPP operations are expected to occur during the upgrade works, subject to the adoption of
appropriate construction and commissioning works practices.

The switchyard bay width has been dimensioned to provide ready access for standard maintenance
activities without adjacent plant outages. Also, the substation switching arrangement includes
sufficient redundant 132kV equipment to permit the necessary equipment maintenance without a
loss of functionality and this flexibility can be used to undertake the extension works without any gas
production impacts.

However, there will be a reduction in the reliability of the electrical supply system during some work
activities, due to the number of 132kV equipment and associated protection and control system
outages that will be required. This will only impact on gas production in the event of low probability
132kV equipment electrical faults that coincident with required 132kV equipment outages. The
process required to be implemented to undertake the work is summarized as follows:

• Advice by Company Operations to Contractor in relation to the minimum electrical safety


clearances required during all 132kV switchyard works;

• Assessment and Approval by Company of Contractors’ task specific SWMPs (including


works methodologies and proposed sequencing) prior to work commencement, including
consideration of any additional precautions needed for specific activities;

• Additional clearance distances may be required to provide for the safe operation of
specific types of construction equipment (such as cranage) depending on the
controllability and safety monitoring systems. Adjacent 132kV equipment, outages will be
needed where the required electrical safety clearances cannot be achieved;

• Conduct of switching operations, where required to de-energize and earth the 132kV
equipment, including the application of manually applied earths. (by Company
Operations);

• Erection of safety barriers/markers to define the required limits of approach to the


remaining in-service 132kV equipment; and

• Implementation of ATW procedures, including sign-on/off by the work party personnel.

Page 52 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Table 6 provides an assessment of the 132kV equipment outage requirements that can be anticipated
for the more significant construction activities:

TABLE 6: 132kV Equipment Outage Requirements

Activity Outages Comments

Construction of switchyard No outages needed. No impact on CPP gas


equipment footings. production.

Erection of gantry legs and outages of the closest (No No impact on CPP gas
beam structures. 1) 132/33kV transformer, production, although
temporary parallels of No 1 &
2 compressor train 33kV
busbars required to maintain
full supply to the CPP
electrical system.

Extension of both 132kV Single 132kV bus outages No impact on CPP gas
busbars & relocation of 1 set production, although lower
of bus CVTs reliability, as only one 132kV
busbar available.

Complete connection of new Outages of the closest (No No impact on CPP gas
132kV switchgear added to 1) 132/33kV transformer. production, although
the existing bay, including temporary parallels of No 1 &
removal of disused overhead 2 compressor train 33kV
132kV connections. busbars required to maintain
the full supply of power to the
CPP electrical system.

Complete connection of Outage of 132kV Bus 1. No impact on CPP gas


new bay 132kV switchgear. Outage of 132kV Bus 2. production, although lower
reliability, as only one 132kV
busbar available.

Connection of overhead Outage of underneath No impact on CPP gas


132kV line end spans to 132kV Busbar. production, although lower
gantry (2 circuits). reliability, as only one busbar
available.

Total Typically 22 x 1 day


outages, subject to
appropriate works
sequencing.

Page 53 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

In summary, the table shows that:

• The new foundation construction works should be able to be undertaken without any 132kV
electrical equipment outages, subject to work practices that maintain the required horizontal
and vertical safety clearances;
• Following the civil works, the new gantry leg and beam structures will be erected, together
with the 132kV busbar supports and some new electrical equipment support
structures. Some of these works will require outages to ensure that safety clearances are
maintained; and

• Temporary, single 132kV bus outages (i.e. one bus at a time) will also be required to extend
the busbars and to reconfigure the busbar protection systems to include the new Charlie
132kV line circuit breakers. The single 132kV bus and the closest (No 1) 132/33kV
transformer outages will also be required for some 132kV erection activities, such as
stringing the new overhead line conductors and removing, relocating and re-commissioning
the existing bus CVTs.

Temporary unavailability of substation remote control and monitoring system functions can also be
expected during installation and testing of the new 132kV equipment secondary system interfaces.
Local control operating staff will be required during these periods.

3.7 Trunklines

3.7.1 General Overview


The gas trunkline network transports dry gas from Charlie FCS to Woleebee Creek CPP.

As pre-investment for future phases, i.e. Thackery FCS, a DN600 tie-in will join the main DN900
trunkline from Charlie FCS to Woleebee Creek CPP approximately 8 kilometres south of Charlie FCS.
This will avoid disproportionate additional expenditure to subsequent phases.

There is no requirement for mainline valves on the gas trunkline. Depressurisation shall be done via
both the CPP and the FCS.

The water trunklines convey water gathered in Charlie regional storage ponds to the Woleebee Creek
regional storage pond. An intermediate pumping station in the Phillip block is required to maintain
operating pressures within HDPE limits. The pond and pump station at Philip are sized to enable the
future tie-in of Thackery FCS.

The majority of the water trunkline route will follow the Gas Trunkline alignment as they share the same
easement.

The Contactor shall be accountable for the installation of all elements of the above trunkline scope from
the Charlie pig launcher/RSP all the way through to Woleebee Creek pig receiver/RSP and tie in of
associated equipment.

3.7.2 Trunkline Access Tracks


Contractor shall provide vehicle access to the whole line route, with additional access tracks from
existing public roadways or property access roads where detailed on the IFC Drawings and marked in
the field. Designated avoidance areas such as Cultural Heritage (CH) sites, steep slopes or riparian
zones shall also be marked in the field. Access track location and construction shall be in accordance
with Exhibit H (Company Provided Items & Information).

Construction of access tracks shall be finished by power grader or by bulldozer blade where an
adequate travel surface standard to the satisfaction of Company can be achieved. Every effort shall be
Page 54 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

made to preserve existing grass cover and no windrows of soil or debris are to be left on the lower side
of the track or across drainage lines. Drainage is to be directed away from the centre line of the route.

Contractor is responsible for ensuring that existing access tracks are adequate and safe for use by all
users during the course of the clearing works, and is responsible for upgrading if required. All access
tracks and crossings shall be maintained in a good trafficable condition, and where damage is caused
by activities of Contractor, reconstructed as necessary on completion of works.

Where required, de-vegetation of the easements for the transmission lines is required. Initial clearing
by large machinery is expected. Width of the clearing shall be of a minimum to ensure safe installation
of trunklines, in line with QCLNG-BB62-PLE-DET-302017. The removed vegetation shall be mulched
and spread to reduce erosion. Logs to be placed strategically and not piled to reduce fuel pooling for
future bush fires.

The installation and/or replacement of gates and fences shall be undertaken immediately after
clearing/backfilling to prevent unwanted stock movements. There is not expected to be hindered
access to the easements or special requirements from landowners / stakeholders including flora or
fauna issues beside the aforementioned maintenance of the easement and fencing considerations.

Contractor shall be responsible for maintaining the clearing and access during the period of
construction should inclement weather be experienced. Should permanent wet areas be encountered,
these shall be addressed on an individual basis. The design of these access tracks shall be up to
Contractor including any creek crossing permits as per the ATW.

At the end of construction and installation of the Trunklines scope, Contractor shall rehabilitate all new
access tracks which have been constructed for the purpose of access.

3.7.3 Trunkline Crossing Approvals


Company has identified a number of internal/Third Party Crossings (QCLNG-BB62-PLE-REG-302001
and QCLNG-BB00-PLE-LST-302026) that require Approvals by Company.

Contractor is required to notify Company prior to any crossing. Company will notify WDRC, Sunwater
and Powerlink (via Co-use agreement) and seek necessary permits. Contractor is to handle any traffic
management necessary. Any crossings associated with Ergon, Contractor is to manage this directly
with Ergon.

For watercourses Contractor is to make an assessment of each proposed watercourse crossing


against the Code for Self- Assessable Development where material is to be placed on a temporary or
permanent basis. Depending on the selected work method validated watercourse crossings may trigger
the requirement for a Development Application (DA) constituting temporary or permanent water way
barrier work as per the Department of Agriculture, Fisheries and Forestry (DAFF) guide.

For ALL watercourse crossings Contractor is to provide notification to DAFF and to a Company FEO, at
least 5 but no more than 20 Working Days prior to the commencement of construction.

If a crossing is deemed noncompliant with the Code, a Development Approval (DA) for Watercourse
crossings will be required from DAFF and Contractor is to notify Company FEO immediately and
provide Company with the relevant materials including detailed design, work method statements and a
construction schedule so that Company can submit an application to DAFF on Contractors behalf.

If there are any additional crossings which have not been identified by Company, Contractor is to notify
Company. Contractor is to manage PTW process directly with Company Area Operations
Superintendent. Pre-meetings are required to discuss interface arrangements, notification period, etc.

3.7.4 Exclusion Zones for Testing


Contractor shall be responsible for the construction of the Gas/Water Trunkline from the FCS to
Woleebee CPP and all of the associated testing.
Page 55 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Contractor will manage interfaces with Council, third parties and any SIMOPS related issued in line
with Company requirements.

Where operational isolation of Brownfield equipment is required for tie-in to the Woleebee storage pond
manifold, Contractor will ensure activities are captured in IAPs 6 weeks ahead of activities.

Gas trunkline pressure testing will be conducted in accordance with the relevant Australian Standards
and QCLNG-BB62-PLE-PLN-302001. The battery limits of the Gas trunkline testing will be aligned with
the AS2885 pipework specification break at both Charlie and Woleebee creek CPP.

Water trunklines pressure testing will be conducted in accordance with APIA CoP and QCLNG-BB00-
PLE-PLN-302006. The test methodology will be dependent on locations, classes, crossings and above
ground stations areas.

The battery limits of the Charlie – Phillip test will be from the above ground pipe flange downstream of
the water pump station discharge isolation valve at Charlie to the PE pipe over the pond berm open
discharge at the Phillip intermediate storage pond.

The battery limits of the Phillip – Woleebee test will be from the above ground pipe flange downstream
of the water pump station discharge isolation valve at Phillip to the above ground pipe immediately
before the tie in point to the Woleebee creek regional storage pond manifold.

3.7.5 Gas Trunkline


Contractor shall be responsible for the construction of the Gas Trunkline from the Charlie FCS to
Woleebee Creek CPP. The work shall include the complete installation and site testing of the gas
trunkline, pig launcher/receiver, valves/fittings and cathodic protection. Contractor will be responsible
for supply of all construction, completion drawings and documentation. The scope of works for
Contractor consists of the following, but is not limited to:

• Installation and testing of Charlie Pig Launcher (QCLNG-BB62-POC-PID-302000) including


all civil works. Instrumentation will be tied-back to the Charlie Integrated Control Safety
System (ICSS);

• Clearing of the Trunklines Right of Way - the clearing and rehabilitation of vegetation shall
follow the Company Specification;

• Installation and testing of ~36km of DN900 API 5L Grade X42 PSL2 from Charlie FCS MIJ
to Woleebee creek CPP;

• Installation and testing of Thackery branch connection Tie-in ~ 8km from Charlie FCS. This
includes 60m DN600 tie-in section and associated valves, etc;

• Installation and testing of trunkline cathodic protection (CP), including anode bed at Charlie
FCS, tie-back to Charlie ICSS and procurement of CP bulks as detailed in QCLNG-BB62-
PLE-MTO-302004: CP System Material Take-Off;

• Installation and testing of Woleebee Pig Receiver including all civil works associated with
the upgrade of existing Woleebee pad. Instrumentation will be tied-back to the existing
Woleebee Integrated Control Safety System (ICSS);

• Sourcing, transportation and disposal of all equipment/consumables required for testing of


trunkline and associated kit; and

• Management of all crossing permit/interfaces, etc as detailed in sections 3.6.2 and 3.7.3.

Page 56 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.7.6 Charlie RSP to Woleebee Creek CPP Water Trunkline


Contractor shall be responsible for the construction of the water trunkline from Charlie RSP above
ground pipe flange downstream of the water pump station discharge isolation valve to the Woleebee
CPP RSP manifold. The work shall include the complete installation and site testing of the Charlie –
Phillip/Phillip – Woleebee water trunklines, above ground BPCV station, buried valves/fittings and
flow meter stations. Contractor will be responsible for supply of all construction, completion drawings
and documentation. The generic scope for both sections of trunkline consists of (but is not limited to)
the following:

• Clearing of the Trunklines Right of Way - the clearing and rehabilitation of vegetation shall
follow QGC Rehabilitation Framework QCOPS-BX00-ENV-PLN-000003;

• Sourcing, transportation and disposal of all equipment/consumables required for testing of


trunkline and associated kit; and

• Management of all crossing permit/interfaces, etc as detailed in sections 3.6.2 and 3.7.3.
Charlie Pond to Phillip Pond

Scope for Charlie Pond to Phillip Pond consists of the following, but is not limited to:

• Installation and testing of Charlie – Phillip DN630 trunkline including all civil works; and

• Installation and testing of Charlie – Phillip flowmeter station situated adjacent to trunkline
outlet. Flowmeter station includes, solar panel and either fibre optic tie back to Philip pump
station, or connection to Charlie radio network.

Phillip Pond to Woleebee Creek Pond

Scope for Phillip Pond to Woleebee Pond Header consists of the following, but is not limited to:

• Installation and testing of BPCV stations including all civil works;

• Installation and testing of Phillip – Woleebee Creek DN900 trunkline including all civil
works;

• 4 buried midline Isolation valves;

• Air valves as per transient model analysis;

• Split from DN900 to 2 off DN450 lines to tie into Woleebee Creek water header;

• Installation and testing of field Back Pressure Isolation station and remote terminal unit,
ensuring communication with Chinchilla Upstream Control Room (UCR); and
• Installation and testing of Phillip-Woleebee flowmeter station situated adjacent to trunkline
outlet. Flowmeter station includes, solar panel and either fibre optic tie back to Woleebee
CPP, or connection to Woleebee CPP radio network.

3.8 Ponds and Pump Station

3.8.1 Charlie/Phillip Ponds


Charlie regional storage pond is located within the Charlie Block on property 33AB128 (refer QCLNG-
BB62-CIV-PLT-303000.

Page 57 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Philip intermediate storage pond is located within the Philip Block on property 40AB226 (refer
QCLNG-BB59-CIV-PLT-303000. This pond is used as a pumping intermediate pond for the water
pipeline.

The Charlie regional storage pond and Philip intermediate storage pond operational volumes are 106
ML and 66.5 ML respectively. Details are included in “Technical Note Surat North Regional Ponds
Size Optimisation Based on FDP 15” (QCLNG-BE00-ENG-TEN-000002).

The ponds will be constructed by means of balanced cut to fill ‘turkey nest’ design, whereby the pond
floor is excavated and the excavated material is used to create a compacted fill perimeter
embankment and dividing walls, allowing for compaction and stockpiling of stripped topsoil and
unsuitable material. The ponds shall be sized to provide not only the operational storage required but
to provide sufficient reserve storage and freeboard to meet regulatory requirements governing
containment of a regulated waste. To avoid contamination of the subsurface environment the ponds
will be lined with a suitable liner and drainage system delivering to a seepage collection sump and
return pump system.

The Pond design contractor shall provide the detailed design for both ponds, Contractor shall be
responsible for the complete installation, site testing and commissioning, consisting of (but not limited
to) the following:

• Clearing as needed to be conducted for laydown areas, unsuitable material and topsoil
stockpile areas, external pipelines and pump stations, construction and operation buffer
zones paralleling the external toe of the embankment;

• Excavation and perimeter compacted fill embankments;

• Compaction and stockpiling of stripped topsoil and identified unsuitable materials;

• Installation of Anchor blocks for HDPE trunklines and suction lines;

• Installation/Construction of drainage works including pond overflow spillway, discharge


channel, riprap erosion protection, external embankment toe drainage and site storm
water diversion drainage;

• Construction of access ramps, pad areas, access gangway and over/through the wall
piping as required;

• Procurement, installation and testing of pond lights as required;

• Procurement, installation and testing of ponds conveyer belts for pipelines in/out as
required;

• Procurement, installation and testing of under liner standalone drainage collection sump
and pumps complete with their electrical, instrument, power (solar) and control details;

• Installation of pond liner system including an RLI survey of the installed liner to detect any
defects in the liner system prior to certification of the pond;

• For the excavated pond floor select clay fill is required if sandy or rocky areas are
encountered as stated on the design drawings and specification;

• Installation and testing of pond water level, pH, electrical conductivity, temperature,
dissolved oxygen, etc indicators/equipment and tie back to the MCC.

• Procurement and installation of rope net pond access and egress, sign boards and
fencing;

Page 58 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• Contractor shall provide site inspection services in accordance with the specifications and
hold points on Contractors Inspection and Testing Plans.

• Company shall provide “Level 1 Supervision” (by an RPEQ) complying with AS3798 of
earthworks undertaken by Contractor. Contractor is to make allowances to assist &
provide supporting construction documents, such as As-Builts, ITRs, including any other
supporting documents, to assist with the provision of the Construction Certificate by
Company Contractor shall complete all of the liner resistivity testing and complete all of
the ITR’s.

• Contractor will be required to carry out a final inspection and provide As-Built Certification
and As-Built survey suitable for issue to DEHP, including the provision of a construction
completion report detailing the results of construction testing and inspections of the as-
built pond;

• Post completion the clearing and rehabilitation of vegetation shall follow QGC
Rehabilitation Framework QCOPS-BX00-ENV-PLN-000003;

• Contractor shall provide vehicle access to the whole pond, with additional access tracks
from existing public roadways or property access roads where detailed on the Drawings
and marked in the field. Access track location and construction shall be in accordance with
Exhibit H (Company Provided Items & Information); and

• Ensure compliance with EPA permit EPPG0070013.

3.8.2 Charlie/Phillip Pump Station


The water pumping station designs are based on DOL electrically driven 690V pumps located
outside of the base of the pond walls. The pumps will draw water from each pond using a floating
suction intake fitted with a vacuum priming system.

Power is supplied from Charlie FCS at 33kV (refer to 3.6.6) via an underground HV cable,
communication is by fibre optic cable also originating from Charlie FCS (refer to 3.9.5). UPS backup
for minimum 4 hours is required in case of power loss to provide process monitoring.

Water volume from the pond will be metered using electromagnetic flowmeters to 1% accuracy.
Flow meters at the pump station, compared with flow meters at the water trunkline discharge will be
used for trunkline leak detection.

There will be two pump stations, one at Charlie and one at Philip. Charlie has 2 x 50% pumps with
rated capacity per pump of 918m^3/h and discharge pressure of 1160KPag. Philip has 4 x 33%
pumps with rated capacity per pump of 720^3/h and discharge pressure of 1170KPag.

The Contractor shall be responsible for the complete installation (Figure 13, representation of
Charlie Pumpstation) and site testing to achieve Mechanical Completion of the Charlie/Philip Pump
stations package, ring mains, step-down transforms, outdoor MCC units and flowmeters. Contractor
will be responsible for supply of all construction, completion drawings and documentation. The
scope of work for Contractor consists of (but is not limited to) the following:

• All civil and structural work including, access tracks, bollards, bulk earthworks and drainage,
foundations and steelwork for pump-station/ring-main/transformer/MCC, grouting, fencing
etc.;

• Pump station acoustic enclosures;


• MCC/RMU bus shelters;

Page 59 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

• Installation and testing of Charlie pump stations package (2 units) and Philip pump station
package (4 units) including equipment and package levelling and alignment devices, full
load running checks, etc. as documented in pond pump packages - Scope Of Work
QCLNG-BB00-MEC-SOW-302003;

• Installation and testing of bund /priming pump;


• Floating suction intake with vacuum priming system;
• Installation and testing of Charlie/Philip ring mains;
• Installation and testing of Charlie/Philip step-down transformers;
• Installation and testing of Charlie (2)/Philip (4) magnetic flowmeters;
• Installation and testing of all interconnecting electrical, instrument and control cabling and
cable/instrument supports to enable but not limited to:
• Installation and testing of Charlie/Philip MCC’s incorporating motor starters, TCC telecoms
and PLC units, level/temperature/pressure instruments, RMU’s, etc ensuring full end to end
function testing with Woleebee Creek CPP and Chinchilla Upstream Control Room (UCR);

• Installation and testing of plant wide process/utility pipework and supports, including HDPE
lines with guides, Contractor procured CsCl pipe/fittings, HDPE tanks

• Installation of temporary/permanent muster station and signage;


• Installation and testing of external/Internal lighting as required; and
• Procurement and installation of strainers for priming pumps and associated davits.

Page 60 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Figure 13: Charlie Pump Station Preliminary General Arrangement

Page 61 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.9 Communications

3.9.1 General Overview


The permanent communications networks connect to Company’s wider communications networks via
the CPP ILER building at Woleebee Creek. Two communication technologies allow communications
to Charlie FCS, fibre optic which is the main communications path and microwave which is used for
initial communications and later tasked as a back-up communications link in case of fibre optic failure.

Charlie FCS and Woleebee Creek ILER’s are connected by a combination of underground, above
ground and overhead fibre optic cables. This information is detailed in drawing QCLNG-BB62-TEL-
CBD-301005 and shows the types and termination points of the fibre optic cables.

The optical power ground wire cable (OPGW) is installed with the HV overhead transmission line.
When the OPGW cable reaches the gantry in the Charlie substation the optical fibre will be extended
within buried conduits and cable tray to various equipment rooms.

Three microwave links connect Woleebee Creek CPP and Charlie FCS via the Arthur TER. The
Arthur TER is a 90m tower in the Arthur block. As Woleebee Creek and Charlie do not have direct
line of sight, the Arthur tower is used to connect the two facilities.

Other communication networks at Charlie FCS include Tetra and well site networks. The Tetra
network allows voice communications, both locally around Site and remotely. The wellsite networks
collect process data from the wellsites for viewing in the UCR.

The wellsite networks collect process data from the wellsites for viewing in the UCR.

3.9.2 Early Construction Communications


During the construction phase a temporary communication tower is required at Charlie FCS to
provide Tetra and IT services. For the usage of the TETRA devices refer to Exhibit H. Company has
a temporary skid mounted tower with telescopic mast supported by guy wires and associated
telecommunication hut. Contractor shall transport, install and maintain the equipment. The scope of
early communications works is defined in document QCLNG-BB62-TEL-SOW-000001.

Company will also provide a permanent tower and it is the requirement by Contractor to install the
permanent tower as soon as practically possible and locate a second temporary telecommunications
hut at the base of the tower. As per the temporary telecommunication hut, Contractor shall transport
the hut from Company storage facility to the Charlie FCS site, install the hut near the base of the
permanent tower, install cable tray and connect power and communication cables to the hut.
Programming of the electronic equipment in the hut will be done by Company. All free issued
telecommunications equipment provided by Company will be tested to confirm it is in good working
order

3.9.3 Woleebee Creek CPP Communication Works


Three fibre optic cables are installed at Woleebee Creek. These cables run in existing conduits and
cable tray between the 132kV switchyard and ILER. Sufficient room exists in the ILER
telecommunications cabinets to terminate the three fibre cables.

The 132kV control room will have the following control systems:

• Differential protection with the Charlie FCS HV Control room; and

• Circuit breaker control and monitoring via the PMS control system.
Details of the design and terminations will be provided in engineering drawings.

Page 62 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

3.9.4 Charlie FCS Optical Ground Wires (OPGW)


Two overhead optical ground wires provide the communication backbone for the Surat North area.
The OPGW’s run the entire length of the 132kV power lines with splice boxes installed on the power
poles where required.

One variation to this is the intersection of the Charlie and Thackery trunklines. This point is a small
hub for fibre cables where one of the OPGW’s will terminate into an outdoor fibre splice rack. From
here a fibre cable is run to the Philip pond pumping station and provision is made for cables to run to
Thackery FCS and Arthur TER.

3.9.5 Charlie FCS to Pond (Charlie & Phillip) Pump Stations


The Charlie pump station communicates with the plant control system via a 48 core fibre optic cable
from Charlie FCS ILER. The fibre optic cable runs with the 33kV power cable, and terminates in a
fibre splice rack in the control panel for the pump station.

The Philip pump station communicates with the plant control system via a 48 core fibre optic cable
which originates from a splice pit at the Charlie / Thackery trunkline junction. One of the overhead
transmission line OPGW’s will terminate into a splice box on the power pole, be spliced with two
underground fibre cables (1 x 96 core and 1 x 48 core) which will terminate in an outdoor fibre patch
panel near the base of the pole. The same is required for the OPGW which continues to Charlie FCS.
From this outdoor enclosure, 48 core fibre cable is installed with the 33kV power cable terminates in
a fibre splice rack in the control panel for the pump station.

3.9.6 Arthur TER


The microwave link between Woleebee Creek CPP and Arthur TER is commissioned an operational.
The link between Arthur TER and Woleebee Creek needs to be installed by Contractor. Three
microwave dishes need to be installed on both the Arthur and Charlie towers. More details are
provided in document QCLNG-BB62-TEL-SOW-000001.

3.9.7 Testing
Contractor shall carry out end to end testing of the fibre optic cable network from the Woleebee Creek
CPP ILER patch panel through to the Charlie FCS ILER including all fibre drop off points in
accordance with ITR TB021 – Fibre Optic Cable Testing.

Page 63 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

4.0 BATTERY LIMITS & INTERFACES

Table 7 lists the external battery limit interfaces for the Permanent Works.

A detailed Interface responsibility matrix shall be developed between Company and Contractor during
construction based on timing of the interfaces with Other Contractors at each Facility.

TABLE 7: Battery Limit Interfaces

Battery/Interface Responsibilities
Location Element
Point Contractor Company
33kv HV Hub Switchgear • Testing of Contractor to assist 3rd Provide support to
switchgear within Party with the testing of the Contractor and 3rd Party
the 33kv Hub switchgear
Woleebee Creek Power Tie-in • Construction of the SIMOPS required. Provide support to
CPP 4th bay Contractor to liaise with Contractor and issue
(Brownfield • Construction of the QGC Upstream Company Permits to Work
Works) bus coupler circuit Operations. This work will
breaker in existing need to be completed
3rd bay. under Company Safe
• Cut-in of all control Access to HV Apparatus
and protection rules;
circuitry and tie-in Preparation and
of fourth bay to completion of Upstream
existing bus. Permit documentations;
SIMOPS Plan required
OHTL Power • Powerlink Contractor to ensure : Contractor will be
(Greenfield/ Infrastructure • Ergon • LAAR have been responsible for installing
Brownfield • Working close to issued. (minimum of 4 landing span and line
Works) landowners days’ notice required) dropper conductors.
(farmers/coal lease • Notify QGC when
owners) working near Powerlink Access to work (ATW)
assets permits will be managed
• Notify Ergon when by Company
working near Ergon
assets Company to manage all
• Follow compliance with interfaces issues with the
the Queensland- owner of the land and coal
Electrical Safety Code lease
of Practice 2010
SIMOPS Plan required Company to provide
Cultural Heritage and
environmental clearance
for ROW in accordance to
Exhibit H
Water/Gas Pipelines • Powerlink Contractor to ensure : Access to work (ATW)
Trunklines Infrastructure • Ergon • LAAR have been permits will be managed
(Greenfield/ • Working close to issued. (minimum of 4 by Company
Brownfield landowners days’ notice required)
Works) (farmers/coal lease • Notify QGC when Company to manage all
owners) working near Powerlink interfaces issues with the
• Woleebee above assets owner of the land and
ground pipe • Notify Ergon when coal lease
immediately before working near Ergon
tie in to Woleebee assets DAFF applications will be
creek regional • Contractor shall submitted by Company on
storage pond provide interfacing and Contractors behalf.
manifold. coordination during
• Public/Council testing Company to provide
(road interfaces) • Interface with Barriers Cultural Heritage and
and safety signage as environmental clearance
Note: required for ROW in accordance to
• Water tie-in see For ALL watercourse Exhibit H
Woleebee Creek crossings Contractor is to
Pond (Brownfield provide:
Works) • Notification to DAFF
• Gas tie-in see and to a Company
Woleebee Creek FEO, at least 5 but no

Page 64 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Battery/Interface Responsibilities
Location Element
Point Contractor Company
CPP (Brownfield more than 20 Working
Works) Days prior to the
commencement of
construction.
• If a crossing is deemed
noncompliant with the
Code, a Development
Approval (DA) for
Watercourse crossings
will be required from
DAFF and Contractor
is to notify Company
FEO immediately and
provide Company with
the relevant materials
including detailed
design, work method
statements and a
construction schedule
so that Company can
submit an application
to DAFF on
Contractors behalf.
• SIMOPS Plan
required for tie into
Woleebee creek
regional storage
pond manifold
Gas Trunklines Pipelines Pig Receiver Woleebee As above ; As above
(Greenfield/ Infrastructure • Downstream of MIJ SIMOPS Plan required
Brownfield at nominated golden for tie into Woleebee
Works) weld location Creek CPP (refer to
section 3.5.5)

Woleebee Creek Telecoms Tie-in ILER FOBOT Termination and test fibre Provide support to
CPP optic cables in CPP ILER Contractor and issue
(Brownfield telecommunications Company Permits to Work
Works) cabinet;
SIMOPS Plan required
Arthur TER Telecoms Tie-in Arthur tower and switches Install 3 microwave dishes Provide support to
(Brownfield on the tower and install Contractor and issue
Works) and terminate cables in Company Permits to Work
equipment room;
SIMOPS Plan required
Woleebee Creek Gas Trunkline Interface points IP0800, Installation and testing of Provide support to
CPP Tie-in 0803 and 0804 on incoming Gas Trunkline Contractor and issue
(Brownfield QCLNG-BC24-POC-PID- and Pig Receiver including Company Permits to Work
Works) 811000 and 811001; all associated civil,
Note: Line 50-PG-610710 structural, piping,
is existing and was electrical, control and
installed during Phase 1 instrumentation, and
Refer to QCLNG-BB62- cathodic protection tie-in
POC-PID-302001 for Gas Works;
Trunkline Pig Receiver Includes installation of
non-return valve
VV610721 on QCLNG-
BC24-POC-PID-811000;
Includes installation of
future instrument air tie-in
at IP0806 on QCLNG-
BC24-POC-PID-811002;
SIMOPS Plan required

Woleebee Creek Water Trunkline Inlet manifold at existing Installation and testing of Provide support to
Pond Tie-in pond shown on QCLNG- DN900 line including Contractor and issue
Page 65 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Battery/Interface Responsibilities
Location Element
Point Contractor Company
(Brownfield BB30-POC-PID-812000 physical tie-in to the Company Permits to Work
Works) existing inlet manifold
valve connections;
SIMOPS Plan required

Charlie FCS Gas Gathering Downstream side of the Installation and testing of Provide support to
(Greenfield Tie-ins battery limit ball valves incoming DN630 Gas Contractor and issue
Works) shown on QCLNG-BB62- Gathering lines and Company Permits to Work
POC-PID-300007, DN1200 Low Point Drains if required;
300008, 300016, 300017 up to the interface points Gas Gathering lines
and 300018; including provision of upstream of the interface
Note: The interface points temporary end caps; points including final tie-in
are located outside of the SIMOPS Plan required works
FCS fence line on the
Plant North side of the
sediment pond access
road (see below)

Charlie FCS Water Downstream of line 90- Installation and testing Provide support to
(Greenfield Gathering Tie- PW-830002 shown on outgoing DN90 Produced Contractor and issue
Works) ins QCLNG-BB62-POC-PID- Water line up to the Company Permits to Work
301038 and QCLNG- interface point including if required;
BB62-POC-PFD-300017; provision of temporary end Water Gathering line
Note: The interface point cap; downstream of the
is located outside of the SIMOPS Plan required interface point including
FCS fence line on the final tie-in works
Plant North side of the
sediment pond access
road (see below)

Charlie FCS Early Refer to section 3.5 Refer to section 3.5 Provide support to
(Brownfield/ Dewatering Contractor and issue
Greenfield Scope Company Permits to Work
Works)
On Plot Roads General Intersection upgrades. Contractor is required to Provide support to
Infrastructure Refer to QCLNG-BB62- liaise with WDRC and Contractor
CIV-ERW-304100, provide and complete all
QCLNG-BB59-ERW- required approvals.
Page 66 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Battery/Interface Responsibilities
Location Element
Point Contractor Company
303100, QCLNG-BB59-
CIV-ERW-304100

5.0 PROCUREMENT RESPONSIBILITIES


Appendix B shows the procurement responsibilities of Contractor in relation to Company Provided
Items. Any other item not identified as a Company Provided Item, but necessary for the satisfactory
performance and completion of the Work Under the Contract in accordance with the requirements of
the Contract, shall be provided and managed by Contractor.

5.1 Attendance at FAT Responsibilities


Per Appendix B Contractor shall be required to attend FAT to enable endorsement of final release from
factory for key equipment packages.

Company is providing a number of critical plant items such as compressors and the like. To achieve a
seamless transfer of such plant from the vendor’s care and custody to Contractor’s care and custody,
Company believes it prudent to involve Contractor in some, but not all, FAT so as to ensure familiarity
with and preparedness for any carry-over scope that Company requires Contractor to perform.

Company will be responsible for confirming which FAT require Contractor’s attendance and the
deliverables that shall be taken away from such quality surveillance visits. Contractor will co-ordinate
FAT attendance with Company Representative.

FAT locations are as follows:

- LTS Package - Batam, Indonesia

- Compressor Package - Glasgow, Scotland

- IA&N Package - Melbourne, Australia

- E&I Switchrooms - Newcastle, Australia

- 33kV Switchgear - China

- Pond Pumps – Melbourne, Australia

- Ponds Switchgear - Gold Coast, Australia

5.2 Input into Factory Punch Lists


Contractor shall have input into factory punch list generation on key procurement packages per
Appendix B.

5.3 Acceptance of Release from Factory


Contractor shall have input into the release from factory for key procurement packages per Appendix
B, the intention is to enable Contractor to make best for project decisions regarding the release from
factory around transfer of factory punch list items depending on required on Site urgency and quantum
of punch list defects.

5.4 Re-tagging of Company Provided Items


Re-tagging of any Company Provided Items may be required to make facility specific under this scope
of work, including redlining of any supporting documentation shall be performed by Contractor. A
specific scope of work for retagging of Company Provided Items shall be provided by Company
outlining affected items and such retagging is within the Contractor’s scope of work under this Contract.
Page 67 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

6.0 PERMIT TO WORK MANAGEMENT AND SIMOPS


Construction Zone

A Construction Zone is a defined location that has been formally identified with clearly defined
boundaries in which the following activities may occur:

• Greenfield Construction under the QGC Upstream Operations Permit to work (PTW) system
or an Approved Contractor PTW system, as determined by the SSM of the area; and/or

• Brownfield construction under the QGC Upstream Operations PTW system.


The Contractor is required to follow the Construction Zone Assessment Procedure (QCOPS-BXOO-
HSS-PCE-000013) and the Construction Zone Assessment Approval Form (QCOPS-BX00-HSS-FRM-
000024) prior to entering a Greenfield or Brownfield work zone.
The Contractor shall also complete the Execution Readiness Checklist (QCLNG-BX00-IAE-APR-
000001) with the reference to the Execution Checklist Workflow prior to mobilising to the Site.
Contractor shall maintain a register of SIMOPs activities across the construction area and shall provide
to Company upon request. Contractor shall nominate a single contact to manage this process whom
shall be responsible for co-ordinating and attending weekly SIMOPs meetings on Site. SIMOPs
planning shall include the engagement of all interested parties and shall result in an initial decision on
precedence and scheduling of SIMOPs activities. Where there is conflict and all parties cannot reach
agreement on precedence, the matter shall be reported to Company Representative no less than 48
hours prior to commencement of activities and the Company Representative shall make the final
decision on such matters.

6.1 Greenfield Construction Zones


Greenfield construction zones will be clearly defined areas of real estate, formally handed over to the
construction entity (Contractor) from the relevant Company Field Area Manager (FAM) responsible for
Company Field. At initial assessment, Greenfield construction zone areas will have limited energised
above or below ground services or structures on them.
Company shall assess and nominate Contractor controlled Greenfield construction zones to be
operated under Contractor’s PTW system. All work undertaken within Approved Greenfield
construction zones shall not require application of the Upstream Operations PTW procedure until
becoming Brownfield construction zones.
Company Upstream Operations Approved Task List does not apply to Greenfield construction zones.
For construction activities within these areas all tasks undertaken will be risk assessed and completed
under the control of Contractor’s own HSSE Management Plan and safe system of work, including but
not limited to JSEA/SWMS and subject to a Step Back or equivalent assessment prior to the immediate
commencement of the task.

6.2 Brownfield Construction Zones


All tenements owned by Company by default are classified as Brownfield construction zones unless
assessed and nominated as Greenfield construction zones.
All tasks in Brownfield construction zones not listed on the “Approved Task List” will require a PTW
under the Upstream Operations Permit to Work Procedure – QGCOPS-BX00-HSS-PCE-000002.
A Greenfield construction zone becomes a Brownfield construction zone immediately after the issue of
the Notice of Energisation for any particular area of real state.
For any construction activity within 15m of any Company assets, whether the assets are underground
or above ground, Contractor shall work under Company Operations Permit to Work Procedure.
During the PTW issue, if SIMOPS are identified, the Permit Issuer is to determine the impact of the
proposed work activities on active Permits. The Permit Issuer will refer any potential SIMOPS issues to
the Upstream Operation Area Owner or their competent delegate and either confirm approval to

Page 68 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

undertake the task prior to the issue of the PTW, or not issue the PTW. If the PTW is not issued, the
work will be rescheduled, as per the planning process.
Contractor shall prepare and submit to Company a three (3) week look ahead on a weekly basis.
Contractor shall maintain SIMOPS register of deliverables to and from other stakeholders/Other
Contractors. Contractor shall participate in SIMOPS meetings, as required by the scope of SIMOPS.
For Brownfield areas which are considered live under the Petroleum and Gas (Production and Safety)
Act 2004 (Qld) the Field Operations manager (FOM) is the system owner of the SIMOPS procedures.
Contractor is to inform the FOM of any Brownfield works prior to the commencement of work.
Hot welding works within Brownfields facilities need to have a Company Approved Brownfields hot
work dispensation in place. The Contractor is required to facilitate risk assessments and provide input
into the timing and scope of these works no less than 60 days prior to commencement of such work.
Contractor shall control their own activities within any designated and segregated “Construction Zone”
areas of the Brownfield areas. Within the “Construction Zones” any high risk works as per the
Approved high risk work list performed inside the construction zone shall be subject to specific risk
assessment / PTW sign off by Company FOM.

6.3 Suspension of Construction Activities


There are certain activities where the whole of the construction work force in the “Construction Zone”
will be stood down including:

• The first start-up of any of new trains or major equipment, likely to be 24-48hrs until
temperatures and vibration levels established and plant proved leak tight;
• Any restart of the existing plant after major maintenance has taken place and a significant
number of joints disturbed;
• Emergency on Site; and/or
• Local venting (e.g. pigging operations, DB&B isolation installation etc.).

7.0 VENDOR SUPPORT COORDINATION & SUPERVISION

Contractor should be aware that for certain Vendor packages, Company is required to have Vendor
representatives overseeing the installation, pre-commissioning and commissioning of the equipment.
Company shall manage the co-ordination of all vendor related activities in such a manner as to satisfy
the requirements of the Target Schedule for construction, Mechanical Completion, Pre-Commissioning
and Commissioning. Contractor shall assist Company with supervision, labour, materials and
equipment for the completion of all vendor related activities including testing for Construction,
Mechanical Completion, Pre-Commissioning and Commissioning.

8.0 COMPANY PERMITTED EXEMPTIONS AND DEVIATIONS


Company acknowledges that (with Company’s prior Approval) certain deviations from Specifications
and IFC Documentation may be accepted. Following is a table of acceptable deviations from the
current Specifications:

TABLE 8: Exemption & Deviation


Specification Exemption / Deviation

QCLNG-BB00-PLE-SPE-300016 Subject to Company approval of a scope of work and methodology the use of
pneumatic testing will be acceptable in replacement of the requirement for Hydro
testing of HDPE Trunklines.

Page 69 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Specification Exemption / Deviation

QCLNG-BB62-PLE-SPE-302001 As-built requirements for red line mark-ups on Alignment Sheets in section
19.2:

A master folder of red-line alignment sheets shall be maintained; however, they


shall only be required to capture TQ references (i.e. references to TQs that have
an impact on alignment and installation details). The requirement to mark up
alignment sheets with detailed information such as depth / pipe type / features /
etc. shall no longer be required.

The information captured under Section 19.2 shall be captured in GIS, P&ID,
Schematic Diagrams and/or other As-built records.

QCLNG-BX00-STR-SPE-300004 Grout testing requirements set out in section 6:

To clarify the term "batch" in association with grout testing frequency, the following
shall apply:

1. One test per batch of product noting that large quantities of the same batch
number are procured to reduce testing.

2. Where the grout is all one batch number, at least one test shall be conducted
for each 300kgs of grout (15 x 20kgs bags).

3. Where limited grout is placed, one test per week.

4. Epoxy grout - cubes shall be taken for each footing/piece of equipment.

Items 1-3 apply to cementitious.

QCLNG-BX00-STR-SPE-300003 Tolerances set out in section 11.1 for foundations that are not level critical
and do not support mechanical equipment, i.e. apron slabs, stair/ladder
landings, sumps/pits and tops of walls:

Tolerance may be increased to a maximum of ±10mm for foundations that do not


support mechanical equipment provided:

1. Best endeavours are made to comply with the tolerances detailed in QCLNG-
BX00-STR-SPE-300003.

2. No non-conformance reports are raised requesting further dispensation


outside the proposed tolerances.

3. Contractor is responsible for any engineering, safety or operational failures


that results from being within a surface level grade tolerance of 1/250 or ±5 <
SL ≤ ±10mm maximum.

4. If rework is required due to the design intent not being met, clashes or
constructability issues arising from the revised tolerances or other unforeseen
issues, Contractor shall be responsible for rectification (including cost and
schedule impacts).

5. Surfaces remain free draining.

QCLNG-BX00-STR-SPE-300006 Section 4.11 states that ‘unless approved otherwise, concrete shall be placed
the same day as boring of the pile, in no case shall unlined holes be left
overnight. Bored holes shall not be left open overnight.”

Unlined bored holes may be left open provided that that the Contractor obtains
RPEQ endorsed Geotechnical Report stating that the hole was inspected and
accepted on the same day as the concrete was placed, preferably immediately
Page 70 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Specification Exemption / Deviation


prior to placing.

9.0 CONSTRUCTION HSSE


The Upstream Project HSSE Management Plan QCLNG-BX00-HSS-PLN-00004 defines how the
HSSE Management Strategy and requirements are implemented within the Project. These key
documents are supported by:
• QCLNG Project Health & Safety Minimum Requirements QCLNG-BX00-HSS-PCE-000007;

• Incident Management Plan QCCOMPANY -BX00-HSS-PLN-000002;


• HSSE Requirements for Construction Activities Standard QCLNG-BX00-HSS-STD-000026;
• The CEMP shall specifically address fauna spotting, erosion and sediment control, weed
hygiene, waste, noise, and rehabilitation; and

• Implementation of a site specific (Company Approved) erosion and sediment control plan and
site specific rehabilitation plan.
Contractor shall accept each Site in its pre-existing condition and shall:
• Complete all survey set out and establishment of survey control, preparation for clearing,
grubbing, topsoil removal, conservation, and stockpiling;

• Installation of surface water diversion drains and storage ponds;


• Excavation for earthworks and segregation of suitable fill material or as spoil to stockpile (as
required);
• Dispose of ground and rain water (in a safe, environmentally sound and legal manner),

• Provide the required infrastructure, including additional temporary fencing and signage,
security gates, roads, sewerage disposal systems, laydown and storage areas, or other
Temporary Work; and
• Be ultimately responsible for finalization of any preparatory works required to perform the
Work Under the Contract.
Contractor shall be deemed to have satisfied itself as to the suitability and availability of the access
routes Contractor chooses to use. Contractor shall provide any signs or directions which they may
consider necessary for the guidance of Contractor Personnel. Company does not guarantee the
suitability or availability of any particular access route. The unsuitability and/or unavailability for
continuous use during construction of any such route shall not give rise to an adjustment to the Target
Cost. Contractor shall also provide any additional facilities outside the Site required by him for the
purposes of the Work Under the Contract.

Contractor shall carry out a pre-entry photograph survey of Sites prior to commencing any construction
activities to establish the condition of the Site. The Site surveys shall be used to demonstrate
reinstatement upon completion of the Work Under the Contract, where necessary.

9.1 Health and Medical Services


Company shall make available the Health and Medical Services at Woleebee Creek. In addition,
Company shall make available Fire and Rescue Services at Woleebee Creek to supplement the
Contractor’s own first response provisions. These services exist at the Woleebee Creek Camp.
Contractor is expected to carry out a risk assessment to determine that the levels of health, medical
Page 71 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

and emergency response services available at Woleebee Creek are adequate, and make provision for
any further mitigation measures it considers necessary.

10.0 ACCESS TO SITE

10.1 Security Provisions


The “Construction Zone” shall be fully fenced off (within the main Site boundary fence) and provided
with an access / security gate managed and controlled by Contractor.

Each “Construction Zone” site access shall be via a dedicated gate with its own security. Security shall
be present at all times. Any relaxation of security presence needs Approval by Company. All Company
sites are alcohol free and therefore Contractor is to provide the suitable facilities to perform drug and
alcohol tests according to Company requirements.

All deliveries and material storage will be done in a dedicated laydown/store area and accessed via a
dedicated access road provided by Contractor and secured by Contractor. It is the responsibility of
Contractor to provide security for all Company Provided Items equipment as well as any equipment
and miscellaneous material required by Contractor.

There shall be a separate emergency mustering area provided outside the FCS for the construction
scope. Muster points are also required along the ROW for the trunklines and OHTL and must be clearly
seen and displayed.

Appropriate directional emergency exits are to be provided for the evacuation of construction
personnel.

Contractor shall erect notice boards at the entrances to the Site and associated work areas indicating
the Contract title and number, Company name and logo, Contractor name and logo and other details
as indicated by Company.

Contractor shall permit free access to Company personnel and vehicles, subject to Site security
procedures.

Contractor shall ensure that access to the Sites provides sufficient and adequate separation from
public access and public amenities such that Company policy to eliminate the risk to the public from the
Work Under the Contract is achieved. In addition, Contractor shall:

• Provide the necessary Queensland Government, Department of Transport and Main Roads –
Manual of Uniform Traffic Control Devices (MUTCD), as required to ensure the safety of
public using the roads, Contractor and Company personnel;
• Provide signage at all entry points, high traffic and high risk areas;
• Prior to Site entry vehicle/machinery must be thoroughly cleaned and inspected in
accordance with weed hygiene requirements outlined in Weed Hygiene for Vehicles and
Machinery Procedure QCOPS-OPS-ENV-PCE-000003;
• Provide dust control to ensure the access roads remain trafficable. Dust suppression water
may be sourced from Company ponds and treated by Contractor if required in accordance
with Land Release Management Plan QCLNG- BX00-ENV-PLN-000035; and
• Maintain drainage sediment and erosion control structure such as culverts, causeway
crossings and diversion drains on plot.

11.0 CONTRACTOR COMPLIANCE WITH COMPANY ENVIRONMENTAL STANDARDS

Notwithstanding any other requirement or obligation outlined in the Contract, Contractor must satisfy
itself that it complies with all applicable Company environmental requirements as outlined in the
Page 72 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Contract, including all requirements of Exhibit D (Health, Safety, Security and Environment (HSSE)),
and reference documents as listed in Exhibit H (Company Supplied Items & Information).

Contractor must develop and implement appropriate systems and resourcing, and maintain such
systems and resources throughout the performance of the Work Under the Contract, to ensure
compliance with applicable Legislation and all Company Environmental requirements.

The Contractor shall establish an effective structure and schedule for Environmental meetings to
promote communication and involvement in environmental matters. The Company reserves the right to
participate in such meetings which shall be used to resolve potential uncertainty that may arises in
relation to continued compliance with all applicable Legislation, standards, and/or codes of practice.

The Contractor shall provide adequate resources to meet HSSE and CEMP objectives, including
specialist Environmental personnel. Contractor shall demonstrate adequate specialist environmental
resourcing to Company satisfaction to implement the CEMP; this includes the provision of all
environmental CVs (including subcontractors) for review by the Company. Specific relevant technical
disciplines which Contractor must address in its Organisation Chart and resourcing include: flora and
fauna, environmental monitoring, erosion and sediment control, soil science, rehabilitation/vegetation of
disturbed areas and watercourse crossings. Contractor must include its Environmental Lead as a Key
Person in Contractor’s Org-Chart.
Contractor’s CEMP, site specific environmental plans (including Erosion and Sediment Control Plan -
ESCP), waterway management and rehabilitation plans will address as a minimum the requirements of
Company ‘Guidelines for Contractor EMS Documentation’ (QCLNG-BX00-ENV-GDL-000001).

Contractor is obliged to read and make itself familiar with all Company plans and information as
outlined in Exhibit H, Company Provided Items and Information. These plans and information form part
of Contractor’s scope of work and failure to comply with any requirement of these plans and
information will be deemed a breach of the Contract
Contractor Environmental personnel will be field based and available on-Site throughout the
performance of the Work Under the Contract, unless otherwise agreed with Company.
For DAFF level 3 (high risk) and level 4 (major risk) watercourse crossings, Contractor will be required
to ensure construction start/end dates are added as milestones in the schedule, and align with
construction crew roster to limit open construction period. Construction activities are deemed to have
commenced once clear and grade occurs within the high bank of the watercourse. On completion of
base line schedule, Contractor to provide completed QGC Waterway Notification Template for all
watercourses mapped as DAFF level 1-4 crossings. Updates to construction methodology, or schedule
must be provided prior to mobilisation allowing Company to inform DEHP of planned activities within
100m, or in a watercourse planned to take longer than 10 business days. Additional activities for works
within a 100m of a DAFF level 1-4 watercourse requiring construction > 10 days will include
development of a monitoring program to comply with water quality limits, as specified by the regulator
(i.e. no greater than 25% above background water turbidity measured within 50m downstream of
construction).
As part of its HSSE inspections, Contractor will initiate its own specific environmental inspection and
monitoring program as Approved by Company, including dust monitoring to ensure compliance with
applicable Legislation and all Company Environmental requirements. Contractor shall document all
inspections and monitoring and make these available to Company upon request. Contractor will initiate
its own corrective action to address identified issues, and document such action(s) via Non
Conformance Report, incident reports or equivalent reporting as agreed with Company, and provide
copies to Company immediately.
Contractor will make available environmental personnel to accompany Company representative(s) on
weekly Company environmental inspections of work areas or as otherwise deemed required by
Company.
Contractor will undertake its own environmental completions Punch List inspection and provide copy to
Company prior to requesting a formal Punch List from Company.
Page 73 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

As part of monthly reporting requirements, Contractor will include a monthly Environmental report, in an
Approved format. As a minimum, Contractor monthly environmental report will meet the requirements
outlined in ‘Contractor Template Monthly Environmental Report’ (QCLNG-BX00-ENV-TMP-000003).
Company receipt of the Monthly report will in no way be considered as acceptance of the report or
review of its content for accuracy.
In addition to the environmental incident reporting requirements, Contractor will promptly report all
environmental incidents to Company Environmental Representative verbally, immediately upon
becoming aware of the incident. For environmental incidents, Contractor will provide a preliminary
written incident report to Company within 12 hours of becoming aware of the incident, and a full report
to Company within 7 days to allow Company sufficient time to meet related notification obligations.
Contractor must cooperate fully as directed by Company during any Company investigations and will
provide all information and data as deemed necessary by Company in order to resolve incidents or
grievances, understand root causes and determine preventative actions.
Contractor is required to provide written notification to Company, at least 14 days prior to relevant work
commencement, of Contractor’s intention to undertake any of the following:
• Night works;
• Blasting;
• DAFF notifiable works (watercourse crossings in accordance with relevant Codes, for
watercourses, wetland and springs);
• DEHP notifiable works (watercourse crossings in accordance with relevant Codes for
watercourses, wetland and springs but not crossings requiring specific development
approval);
• Request for Punch listing, or any other works as deemed sensitive by Company; Any
other works requiring a permit that Contractor becomes aware of, not already addressed
by a Company provided permit; and
• Contractor must, at Company’s request, provide any relevant plans or additional
information to Company in order for Company to notify third parties accordingly, and/or
obtain any necessary approvals, as required. Such information is to be provided to
Company’s satisfaction

• Contractor is required to provide written notification to Company, at least 50 days prior to


commencement of the relevant works, of Contractors intention to undertake any of the
following:
o DEHP notifiable works (watercourse crossings, for watercourses, wetland and
springs) for crossings requiring specific development approval; and
o Any other works requiring a permit that Contractor becomes aware of, not
already addressed by a Company provided permit.
Contractor must, at Company’s request, provide any relevant plans or additional information to
Company in order for Company to notify third parties accordingly, and/or obtain any necessary
Authorisations, as required. Such information is to be provided to Company’s satisfaction.
Contractor will ensure compliance with Company Fauna Management Plan as amended from time to
time including ensuring no chain clearing is undertaken.
Contractor will provide CVs and/or company profile of proposed Fauna Spotter Catchers to Company
for Approval, prior to engaging relevant Fauna Spotter Catchers. In approving or rejecting any
proposed Fauna Spotter Catchers, Company may rely on any information it considers relevant
(including minimum standards) to ensure that Company interests and reputation are protected.

Contractor must provide information to Company to satisfy Return of Operations permitting


requirements, at least 14 days prior to required reporting date, or within 7 days of a request from
Company. As a minimum, this information must include the date of clearing, a reasonable estimate of
the number of protected plants destroyed, and the way in which the plants were disposed of or
Page 74 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

destroyed and the number of plants successfully transplanted. Company may request any additional
information it deems appropriate and Contractor must provide this additional information within 7 days
of Company request, or sooner if directed by Company.
Contractor will ensure adequate and timely notification to Company of all fauna deaths and injuries to
enable Company to report to regulators (if required) within 24 hours of the incident in accordance with
the requirements of Condition 9, Appendix 1, Part 1 of the Coordinator-General’s Report on the
Environmental Impact Statement for the Queensland Curtis LNG Project conditions.
Within two weeks of the Contract Date Contractor will submit for acceptance a Major Storm Response
Plan to Company, outlining a risk assessment and proposed mitigation measures to avoid or minimise
environmental impacts relating to storm season impacts between start of November and end of April
annually. Each Site (or defined work area as agreed with Company) must have a Major Storm
Response Plan to ensure that the preparation and response to major storm events has been
documented and considered prior to these events.
Contractor must establish and maintain a log of waste and recycling numeric data. A summary of the
log must be provided as an appendix to the monthly report. Associated records for waste generation,
storage and disposal must be maintained by Contractor and provided to Company upon request.
Contractor is fully responsible for the remediation and disposal of contaminated soils, except for
historical contamination present prior to commencement of site activities. This is in accordance with
Queensland and National land contamination standards and regulations, including the use of disposal
permits and appropriately licensed Contractors and disposal facilities.
Contractor will install systems and barriers to ensure the containment of fuel, chemicals or any other
hazardous material and will prevent releases of fuel, chemicals and hazardous materials to land.
Unless otherwise agreed by Company, as part of Contractor scope of work, Contractor will develop the
following standard drawings for Company Approval, prior to installation of the relevant infrastructure:
• Concrete washout pit, to ensure aqueous concrete wastes do not enter soils or groundwater;
• Weed wash down facility, to comply with Queensland Government guidelines (Queensland
Guideline for the Construction of Vehicle and Machinery Wash down facilities, Queensland
Weed Seed Spread Project, July 2000, DEHP) and Company Environmental Requirements;
and
• Generators, fuel tanks and refuelling station arrangements, addressing bunding and soil
contamination mitigation to satisfaction of Company and as a minimum to comply with
Australian Standards and minimise potential for soil contamination at refuelling areas.
Contractor shall ensure that construction equipment meets Company air (e.g. NOx) criteria referenced
in the Contract and provide for emission testing access where required by those criteria or the
Contract.
All sewage generated outside of Company owned facilities will be the responsibility of the Contractor to
store and lawfully dispose of, unless otherwise agreed with Company. The Contractor must prevent
any release of raw sewage to land or water. All sewage generated by the Contractor will be stored on
Site, prior to transportation off site to an appropriately licensed facility by appropriately licensed
transporters.
Contractor shall, where applicable, be responsible for measuring, monitoring and reporting
environmental emissions in line with all Legislation and Company requirements.
Contractor will comply with QCOPS-OPS-ENV-PCE-000035 Environmental Management and
Operating Procedure (EMOP) for Borrow Pits. Borrow pits will not be utilised by Contractor without
prior Approval from Company.
Contractor will comply with Company Land Release Management Plan. Water sources will not be
utilised by Contractor without prior Approval from Company. Water discharges to land or water will not
be undertaken by Contractor without prior approval from Company. For the avoidance of doubt,
Approval must be provided by Company in writing, unless otherwise agreed to by Company.
For all areas disturbed by Contractor, Contractor will meet, to Company satisfaction, all rehabilitation
obligations. This includes but is not limited to the requirements for rehabilitation outlined in the relevant
Page 75 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Environmental Authority, and requirements specified in the relevant ATW and associated Land Access
Rules as well as the obligations outlined in the QGC Rehabilitation Framework QCOPS-BX00-ENV-
PLN-000003. Contractor will ensure compliance with all soil handling and amelioration requirements as
outlined in the Soil Management Plan (SMP) and the requirements of the site specific Erosion and
Sediment Control Plan (ESCP) for permanent controls. Contractor is required to develop and maintain
a documented register of rehabilitated areas, which will consist of photographs (before and after) and
written evidence of the state of rehabilitation.
Contractor will maintain a register of all temporary site areas and facilities (including but not limited to
Contractor laydown yards, borrow pits, weed wash down locations, remote field offices etc.) and submit
to Company monthly and upon request. The register will be compatible with Company’s GIS systems
and be provided in a format suitable for Company to maintain a temporary site GIS layer.
Contractor temporary site areas will be subject to Company’s Punch List completions process
(EVB001) for close out at rehabilitation stage.
Contractor will undertake a monthly weed management audit of Contractors field vehicles, plant,
materials and equipment focusing on compliance with Company weed hygiene requirements.
Contractor will report findings of the weed management audit in its monthly report. Company
representatives may attend the weed management audit and require at least 7 days’ prior written
notice of each audit.
Contractor will maintain a register of weed hygiene certificates in an electronic format to be Approved
by Company. Weed certificates are to be collated monthly in an electronic format, and forwarded to
Company.
Contractor will develop a Rehabilitation Plan and submit to Company for review. The Rehabilitation
Plan will address Company rehabilitation requirements for all disturbed areas including the ROW as
well as temporary site areas.
Contractor will implement any of the Approved options for woody debris and timber management as
outlined in its Approved Rehabilitation Plan in accordance with the relevant ATW.
Unless otherwise agreed by Company, Contractor will close out all environmental Punch List items
within 90 days of identification, taken as the date on which the form EVB001 is issued to Contractor by
Company at time of system completions walkdown.
Unless otherwise agreed by Company, Contractor will close out all environmental Defect items within
90 days of identification, taken as the date on which the Defect is formally notified by Company.
Contractor will, as part of its Work Under the Contract, prepare an audit schedule for independent 3rd
party audits in accordance with the requirements of ISO14001, every 6 months. The schedule will be
submitted to Company for Approval and updated at Company’s request. The purpose of the audits will
be to assess Contractor compliance with EA, Legislation and Company Environmental requirements,
and to identify areas for continuous improvement.
Contractor will maintain a watercourse crossing register to track DEHP and DAFF notifications. This
register will be in an electronic format to be agreed with Company, and submitted as part of the
monthly report every month. Contractor will promptly provide electronic copies of relevant notifications,
assessments and other relevant documentation to Company as relevant to the watercourse crossing
register.

12.0 Project Decommissioning and Rehabilitation


All disturbed areas constructed as Temporary Works (access tracks, laydown, site offices, borrow pits
etc.) shall be progressively decommissioned and rehabilitated in accordance with the QGC
Rehabilitation Framework QCOPS-BX00-ENV-PLN-000003 and relevant Environmental Authority. A
rehabilitation plan must be submitted to Company for Approval prior to commencement of
rehabilitation.

Page 76 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

13.0 CONTRACTOR'S OBLIGATIONS

13.1 Management
All Work Under the Contract shall be managed and performed in accordance with Contractor’s
Management Deliverables prescribed in Exhibit E (Administrative Procedures). In particular, the
management plans listed below shall be used to plan, control and manage the performance of the
Work Under the Contract in the manner specified therein but not limited to:
• Project Execution Plan;
• Construction Execution Plan
• Commissioning and Completions Execution Plan;
• Contracts and Procurement Management Plan;
• Subcontractor Management Plan;
• Local Content Plan;
• Project Controls Plan;
• Traffic Management Plan;
• Employment Relations Management Plan;
• Health, Safety and Security Management Plan; and
• Quality Management Plan;
• Social Performance Plan
• Personnel, Logistics and Accommodation Management Plan;
• Environmental Management Plan;
• Site specific environmental plans; and
• Rehabilitation Plan.

14.0 CONSTRUCTION QUALITY


Contractor shall develop, implement and maintain a Quality Management System to ensure that Work
performed under the Contract and any deliverables produced fully comply with the requirements of the
Contract and Exhibit J (Quality Management). Contractor shall provide all resources and materials
needed to assure that the Quality of Work performed under the Contract, including that performed by
Sub-Contractors, complies with the requirements of the Contract and Exhibit J (Quality Management).
Contractor shall appoint a dedicated full time Project Quality Manager who shall be Approved by
Company.

Site MDR records are to be progressive completed & verified by Company. The final MDR shall be
submitted at Mechanical Completion for verification & acceptance.

15.0 MECHANICAL COMPLETION

15.1 General
Completion activities shall be performed by Contractor in accordance with the Project Completions and
Handover Strategy QCLNG-BX00-COM-PLN-000001, CMS Control Procedure QCLNG-BX00-COM-
PCE-000034 and Completion Flow Process QCLNG-BX00-COM-PCE-000031. Contractor is the
‘Construction Contractor’ and Company is ‘Pre-Commissioning and Commissioning Contractor’
identified in these documents.
Notwithstanding Contractor’s responsibilities for Preservation in Appendix B, Company shall be
responsible for all Preservation and de-Preservation of Company Provided Items, including provision of
Page 77 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

required Consumables, throughout the periods of construction, Mechanical Completion, Pre-


Commissioning and Commissioning.
Company will populate and maintain the Completions Management System called “Go Completions”.
System delineations shall be developed jointly between Company and Contractor following completion
of engineering deliverables prior to being required for construction purposes.
The preparation of as-built documents and data by Contractor shall be in accordance with the ‘As Built’
Document Procedure QCLNG–BX00-ENG-PCE-000004.

15.2 Completion Methodology


Contractor shall utilise Company Completions Management System (CMS) application called “Go
Completions” developed by QEDI, which has been specifically configured in accordance with Company
requirements to suit the Project Completions and Commissioning approach for the Project. Contractor
will be authorised to sign-off ITR’s in the QEDI System as complete.

15.3 Completion
Company shall ensure Completion is managed on a progressive System by System basis following
satisfactory Mechanical Completion of each Sub-System by Contractor. Systems shall be brought to
the stage of Mechanical Completion in a phased sequence in accordance with the CMS and to support
the Target Schedule.
The acceptance criteria for Mechanical Completion application shall be through submission and
acceptance of the documents listed in Table 9.

Page 78 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

TABLE 9: MC Application Deliverables Guide

Page 79 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

APPENDIX A – SCOPE OF WORKS MATRIX

Page 80 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

APPENDIX B – PROCUREMENT MATRIX

Page 81 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 82 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 83 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 84 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 85 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 86 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 87 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

APPENDIX C – CMS BREAKDOWN

Page 88 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 89 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 90 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 91 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 92 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 93 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 94 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 95 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 96 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 97 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 98 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 99 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 100 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 101 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 102 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 103 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 104 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 105 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
EXHIBIT A – SCOPE OF WORK

Page 106 of 116


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
Transmission Line Tower Access Routes

APPENDIX D – TRANSMISSION LINE TOWER ACCESS ROUTE

LEGEND
Transmission Lines (Numbers
indicate points of Inflection)

Nominated Access Tracks to Towers

Water Trunkline to Ponds

Water Trunkline; Charlie FCS to


Woleebee Creek Ponds

Gas Trunkline; Charlie FCS to


Woleebee Creek CPP

Figure 1 – General Arrangement Plan


Page 107 of 116
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
Transmission Line Tower Access Routes

Charlie FCS

Charlie Pond

Figure 2 – Northern Section at Charlie FCS

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
108 of 116
Transmission Line Tower Access Routes

Phillip Pond

Figure 3 – Section Adjacent Phillip Pond

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
109 of 116
Transmission Line Tower Access Routes

Figure 4 – Section South of Phillip entering Kathleen Field

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
110 of 116
Transmission Line Tower Access Routes

Cam FCS

Sundown Road

Figure 5 – Section near Cam FCS

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
111 of 116
Transmission Line Tower Access Routes

Sundown Road

Gadsby Road

Figure 6 – Section between Sundown Road and Gadsby Road, just North of Woleebee creek

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
112 of 116
Transmission Line Tower Access Routes

Woleebee
Creek Ponds

Woleebee
Creek CPP

Figure 7 – Woleebee Creek

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
113 of 116
Transmission Line Tower Access Routes

Proposed
Distance
Tower Length of
Between Access from: Assumptions
Ref Access Track
Towers (m)
(m)
1 0 Charlie FCS Site Access from Charlie FCS
Estimated 70m offshoots from
1,510 280 main FCS access road, towers
approx 300m spacings
2 50 Charlie FCS Access Road
Estimated 70m offshoots from
1,000 140 main FCS access road, towers
approx 300m spacings
Charlie FCS Access Road;
3 480 utilise Charlie Pond trunkline
RoW
Estimated 50m offshoots from
750 100 trunkline Row, towers approx
300m spacings
4 50 Trunkline RoW
Estimated 50m offshoots from
840 100 trunkline Row, towers approx
300m spacings
5 50 Trunkline RoW
Estimated 50m offshoots from
870 100 trunkline Row, towers approx
300m spacings
Trunkline RoW (Tower just
6 50
North of Bundi Road)
300 0 No tower between 6 & 7
Phillip Access Road (Tower
7 35
just South of Bundi Road)
Estimated 50m offshoots from
1,080 100 Phillip access road, towers approx
300m spacings
8 130 Phillip Access Road
Limited existing access road;
6,660 6,660 assumed full road connected
towers along RoW
Existing GG Road (First tower
9 20 in Gas Gathering Area -
Kathleen)
Estimated 50m offshoots from
2,360 950 existing GG Roads, towers approx
300m spacings
10 30 Existing GG Road
Estimated 50m offshoots from
2,060 900
existing GG Roads, towers approx
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
114 of 116
Transmission Line Tower Access Routes

Proposed
Distance
Tower Length of
Between Access from: Assumptions
Ref Access Track
Towers (m)
(m)
300m spacings

11 20 Existing GG Road
300 0 No tower between 11 & 12
12 280 Connect to Point 11
Estimated 50m offshoots from
2,170 300 existing GG Roads, towers approx
300m spacings
Upgrade existing track from
13 1,500
a Well Site
Estimated 50m offshoots from
1,700 existing GG Roads, towers approx
300m spacings
14 80 Existing GG Road
Estimated 50m offshoots from
1,050 150 existing GG Roads, towers approx
300m spacings
15 90 Existing GG Road
Estimated 50m offshoots from
existing GG Roads/ Sundown
1,045 300
Road, towers approx 300m
spacings
16 135 Existing GG Road
Estimated 50m offshoots from
3,050 1,500 existing GG Roads, towers approx
300m spacings
17
18
Existing GG Road + Roads
19
700 connecting each pad in the
20
localised group
21
22
Estimated 50m offshoots from
905 400 existing GG Roads, towers approx
300m spacings
23 320 Connect to point 24
340 0 No tower between 23 & 24
24 70 Gadsbys Road
Estimated 50m offshoots from
705 300 existing WC Roads/ tracks, towers
approx 300m spacings
25 70 WC Access Track/ cleared
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
115 of 116
Transmission Line Tower Access Routes

Proposed
Distance
Tower Length of
Between Access from: Assumptions
Ref Access Track
Towers (m)
(m)
area
Estimated 50m offshoots from
730 100 existing WC Roads/ tracks, towers
approx 300m spacings
WC Access Track - may need
26 60
partial upgrade
Estimated 50m offshoots from
715 400 existing WC Roads/ tracks, towers
approx 300m spacings
27 110 WC Well Access Track
Estimated 50m offshoots from
345 0 existing WC Roads/ tracks, towers
approx 300m spacings
28 90 WC Ponds Access Track
Estimated 50m offshoots from
585 200 existing WC Roads/ tracks, towers
approx 300m spacings
29 150 WC Access Road
Estimated 50m offshoots from
615 300 existing WC Roads/ tracks, towers
approx 300m spacings
30 150 WC Access Road
355 0 No tower between 30 & 31
WC Access Track - may need
31 110
upgrade
265 0 No tower between 31 & 32
32 10 WC Access Road
300 0 No tower between 32 & 33
33 0 WC CPP
170 0 No tower between 33 & 34
34 0 WC CPP
32,775 18,120

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit A – Scope of Work
116 of 116
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT B – COMPENSATION

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: ........................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: ........................... ............................. www.qgc.com.au
ABN 11 089 642 553
CONTENTS

1 OVERVIEW .......................................................................................................................................................... 3
2 REFERENCES AND DEFINITIONS ........................................................................................................................... 3
3 PROVISIONAL SUM ITEMS ................................................................................................................................... 4
4 MARGIN .............................................................................................................................................................. 4
5 ASSET OWNERSHIP ............................................................................................................................................. 4
6 PAYMENT CLAIMS & INVOICING ......................................................................................................................... 5
7 ACTUAL COSTS .................................................................................................................................................... 6
ATTACHMENT 1 - BUDGET PREAMBLES .....................................................................................................................19
ATTACHMENT 1A - BUDGET .......................................................................................................................................21
ATTACHMENT 2 - PRO FORMA PAYMENT CLAIM SUPPORTING INFORMATION .........................................................45
ATTACHMENT 3 - PRO FORMA DRAFT PAYMENT CLAIM............................................................................................47
ATTACHMENT 4 - PRO FORMA TAX INVOICE .............................................................................................................55
ATTACHMENT 5 – ADJUSTMENT GUIDELINES ............................................................................................................56
1. OVERVIEW .........................................................................................................................................................56
2. ADJUSTMENT EVENTS GIVING RISE TO AN ADJUSTMENT TO THE TARGET COST ................................................56
3. GUIDELINES FOR ANY ADJUSTMENT TO THE TARGET COST ................................................................................58
4. PROCESS FOR ADJUSTING THE TARGET COST FOR REVISIONS TO IFC DOCUMENTATION ...................................59

Upstream Project page 2 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

1 OVERVIEW
The Company shall compensate the Contractor for all Work Under the Contract in accordance with
this Exhibit B.

(a) Subject to clause 35 of the Conditions of Contract, the Contract Price will be the sum of:
(i) Actual Costs as defined in Section 7 of this Exhibit (subject to any variation allowed
for in the Conditions Contract);
(ii) Margin on all Actual Costs;
(iii) Cost Only Expenditure; and
(iv) the Target Cost Saving (if any) payable under clause 28B of the Conditions of
Contract.
(b) Each monthly Payment Claim will include the sum of items (a)(i) to (iii) above for the month
covered by the Payment Claim.
(c) All Actual Costs and Cost Only Expenditure will be subject to verification by audit in
accordance with the terms of the Contract. The Project Auditor will be appointed and paid for
by the Company.
(d) The Budget (including a breakdown of the Target Cost) for the Work Under the Contract is
detailed in Attachment 1 to this Exhibit.

2 REFERENCES AND DEFINITIONS


In this Exhibit B:

(a) any references to clauses or Attachments are to clauses or Attachments contained within
this Exhibit B, unless otherwise stated;

(b) capitalised terms bear the meanings described in clause 1.1 of the Conditions of Contract
unless defined below;

(c) Costs Only Expenditure is equivalent to Actual Costs as defined in Section 7 of this Exhibit
except that no Margin applies; and

(d) for the purpose of this Exhibit B:

(i) an “Asset” is an item of plant, equipment, small tool, facility or the like that has an
individual purchase price of more than $2,000 (two thousand dollars);

(ii) an “Indirect Cost” shall mean those costs which are not Direct Costs, including
those costs listed in Attachment 1A Budget under the Project Indirect Summary;
and

(iii) a “Direct Cost” shall mean an Actual Cost that is directly attributable to carrying out
the physical work or activity, including construction plant, labour, equipment,
materials, services, consumables, freight and subcontract costs, and includes those
costs attributable to an individual line item in Attachment 1A: Budget in the following
areas:

Upstream Projects page 3 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- FCS;

- FCS Access Roads;

- Charlie 132kV Substation;

- 132 Overhead Line;

- Woleebee Creek Sub Mods;

- Trunklines incl 33kV power;

- Ponds;

- Laydown Area; and

- WC CPP Tie in Gas.

3 PROVISIONAL SUM ITEMS


Provisional Sum Items and the Provisional Sum allocated to each are listed in Attachment 1A
(Budget).

The adjustment to be made to the Target Cost in relation to a Provisional Sum Item will include the
Contractor’s Direct Costs and Indirect Costs in relation to that Provisional Sum Item.

4 MARGIN
(a) The Margin is deemed to include the Contractor’s profit and the Contractor’s overheads
(other than Project Specific Overheads) as detailed in Section 7.3.

(b) Margin will be applied to Actual Costs in accordance with clause 35.2 of the Conditions of
Contract.

(c) No Margin will apply to Cost Only Expenditure.

5 ASSET OWNERSHIP
(a) Ownership of any Asset purchased solely for the purposes of this Contract and paid for in full as an
Actual Cost will transfer to the Company on the earlier of:
(i) when the Company agrees in writing that the Asset is no longer required for the Work Under
the Contract; or
(ii) Practical Completion of the last Separable Portion to achieve Practical Completion under the
Contract.

(b) Company Approval is required to purchase any plant, equipment or Asset with a value greater than
$50,000 (fifty thousand dollars) excluding GST that is to be purchased solely for the purposes of this
Contract.

(c) The Contractor must maintain and update not less than monthly an asset register for any Asset
purchased solely for the purposes of this Contract.
Upstream Projects page 4 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(d) The Contractor will, during the performance of the Contract, manage and maintain all Assets
purchased solely for the purposes of this Contract in accordance with the Contractor’s business as
usual practices applicable for its own items of plant and equipment.

(e) The Contractor will be afforded the opportunity to purchase any Asset for a fair market value when it
is no longer required for the purposes of the Contract. The value of any such items shall be
determined by Company in line with the latest revision of the Australian Tax Office (ATO) Guide to
Depreciating Assets. If the Contractor does not take up this opportunity, unless otherwise instructed
by the Company, the Contractor must dispose of that Asset in a manner to be agreed by the PMG,
and account to the Company for the proceeds generated by such disposal.

(f) Ownership of all other plant and equipment (which are not Assets) deployed by the Contractor for
use on the Contract will remain the property of the Contractor at the conclusion of the Contract.

6 PAYMENT CLAIMS & INVOICING


Payment Claims and invoicing must be in accordance with clause 36 of the Conditions of Contract
and must also comply with the requirements of this Section 6.

6.1 Payment Claims

(a) Each Draft Payment Claim and subsequent Payment Claim will be in accordance with Attachment 3
(Pro forma Draft Payment Claim), and must also include the supporting records required by
Attachment 2.

(b) All plant, equipment, staff and labour costs will be paid in accordance with the records provided under
the Contractor’s nominated project management system. Rates, timesheets and plant and equipment
identifiers must be recorded in the Contractor’s nominated project management system and provided
as supporting evidence for each Draft Payment Claim and subsequent Payment Claim.

(c) Electronic copies of relevant supporting documentation will be provided to the Company with each
Draft Payment Claim and Payment Claim. This may include (to the extent available) timesheets,
purchase orders expense receipts, tax invoices, delivery dockets, internal rate composition records
and corporate records of specific corporate charges as required to support the Actual Costs claimed,
Subcontractor invoices, Subcontracts and supplier orders to substantiate the Payment Claim.

(d) The audit process referred to in clause 37 of the Conditions of Contract will allow all costs to be
reviewed and verified as required.

(e) The Contractor must send each Draft Payment Claim and subsequent Payment Claim, quoting the
Contract reference number, together with required supporting documentation, to the Company’s
Representative.

6.2 Invoices

(a) Each tax invoice issued the Contractor must:


(i) be in accordance with the format of the ‘Tax Invoice ‘ pro forma in Attachment 4, and quote
the Contractor’s Australian Business Number (ABN);
(ii) quote the Contract number 119491CNT and any purchase order number advised to the
Contractor by the Company’s accounts department;
(iii) be emailed by the Contractor to QGC.Invoices@bg-group.com; and

Upstream Projects page 5 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(iv) be copied to the Company’s Representative at the Company address in accordance with
clause 47 of the Conditions of Contract.

(b) Contractor’s bank payment details are as follows:

Currency ........................................................... AUD

Bank: Commonwealth Bank of Australia

Address: 48 Martin Place, Sydney, 2000

Name of Account: Leighton Contractors Pty Ltd – JDE Main

Account Number: 1597 6555

BSB Number: 062 000

Bank details are subject to change at the discretion of the Contractor. Any change in banking details
will be provided to the Company in writing.

7 ACTUAL COSTS

7.1 PREAMBLE

The purpose of this Section 7 is to establish an understanding of the Contractor’s business as usual costing
model for what is considered to be an Actual Cost as basis for payment under the Contract.
Generally, unless it is Cost Only Expenditure or a cost included within the Margin, any cost incurred in
undertaking the Work Under the Contract by the Contractor or in performing the Contract will be an Actual
Cost and is reimbursable and subject to the application of the Margin.
Where the Contractor receives or is entitled to receive rebates, refunds, discounts or the like in connection
with costs incurred in the performance of the Work Under the Contract, such rebates, refunds, discounts will
be taken into account as a reduction in Actual Costs. Such reductions will only apply to the extent that they
are able to be accounted for on an individual project basis and can be passed on to the Contract.
All payments made to the Contractor shall be subject to:
(a) subsequent validation by the Project Auditor; and

(b) the principles established in this Exhibit B.

Where the Company issues a written direction for the Contractor to remove Resources from the Contract:

(i) the costs of those Resources up to and including the date of that direction will be Actual Costs;
but

(ii) the costs of those Resources after the date of that direction (other than the costs associated
with the demobilisation of that Resource) will not be Actual Costs.

Upstream Projects page 6 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

If it is not clear whether an item is a reimbursable Actual Cost or not, in the first instance the Project Auditor
will form a view based on the Contract documents. The Project Auditor’s view will be applied to determine
the Actual Costs payable unless and until a Party disagrees with it, in which case a Party may refer any
disputes arising in respect of the definition of Actual Costs for resolution under clause 39 of the Conditions of
Contract.

Company will not be liable to reimburse any Actual Costs claimed by the Contractor to the extent such costs
cannot be verified by the Project Auditor.

Actual Costs are further described below and include:

 Staff and Labour costs including statutory on-costs, site and other allowances and associated costs
for Contractor’s Personnel that are directly charged to the Contract on a monthly basis. It is agreed
that:

o all Contractor’s Personnel identified in the organisation chart included in Exhibit E are
Approved by the Company; and

o increases to Contract staffing levels for Contractor employees or positions identified in the
organisation chart included in Exhibit E require pre-approval by the Company (before they can
be recovered as Actual Costs) and are to be regulated by the Authority to Recruit (ATR)
process. Wages staff and labour levels will be controlled by a monthly review and forecast of
requirements for the Work Under the Contract.

 All Contractor PMG Member costs will be Actual Costs.

 Project Management Board Members costs will not be charged to the Contract other than their travel
and related expenses.

 Functional/corporate support personnel will be charged as Actual Costs on an hourly basis for any
service that is required to be performed for the direct and specific purposes of the Contract. Records
of such charges will be maintained through the time sheet summary.

 Group Service Recharge as described in Section 7.6.

 Internally-owned plant and equipment will be charged in accordance with the Contractor’s plant
department plant costing policies and based on Actual Cost principles (i.e. no recovery of additional
profit) which shall be made available to Company upon request. Depending upon the type of plant or
equipment, this will be in the form of either internal hire rates and/or job direct cost. Plant and
Equipment resource levels will be controlled by a monthly review and forecast of requirements for
the Work Under the Contract.

 Other general expenditure incurred in undertaking the Work Under the Contract or in performing the
Contract will be charged directly to the Contract as an Actual Cost. This includes establishment and
disestablishment, procurement of temporary and permanent materials, plant and equipment,
fabricated products, Subcontractors, consultants, service providers, fees and other reasonable out-
of-pocket expenses including insurance premiums (but not deductibles) under all Project insurances
that have been Approved by the Company.

Accruals for any and all of the above will be treated as Actual Costs. All accruals will be supported by
invoices or other appropriate documentation that demonstrates that the cost has been incurred or received.

Upstream Projects page 7 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

7.2 CONTRACTOR STAFF AND LABOUR COSTS

The cost of salaried staff (including staff employed under consultancy agreements) and wages employees
shall be Actual Costs together with all on-costs, liabilities and allowances as detailed below.
The cost of functional/corporate support personnel will be an Actual Cost, where:
 they are occupying a position in the current Approved organisation chart for the Work Under the
Contract; or
 they are assigned part time for direct benefit of the Work Under the Contract and the time is included
in an Approved timesheet as the evidence for costing,
Company reserves the right to pre-approve any salaried staff not identified in the organisation chart included
in Attachment 2 of Exhibit E.

Change in salaried staff rates


All changes in rates for salaried staff are subject to validation by the Project Auditor.

Staff On–Costs
Staff on-costs are subject to adjustment for changes to Legislation.

Actual Costs for Contractor staff (includes contract staff employed under consultancy agreements) include
salary and all on-costs, liabilities and allowances. These include but are not limited to:

o Payroll taxes;
o Long service leave;
o Annual leave / leave loading;
o Sick / carers leave;
o Workers compensation;
o Superannuation;
o Statutory and public holidays;
o Site uplift allowances;
o Any redundancy payments (pro-rata based on time spent on the Work Under the Contract as a
percentage of the employee’s overall period of service with the Contractor);
o Living Away From Home allowance (if applicable);
o Vehicle allowance (if applicable); and
o Retention Scheme costs (if applicable).
Bonus and retention amounts will be paid as Actual Costs based on amounts actually paid during the
performance of the Work Under the Contract to Contractor Personnel who spend more than 80% of their
time during the performance of the Contract engaged in performing the Work Under the Contract. With
regard to bonus payments it is agreed that:

o bonus amounts paid after the issue of the last Certificate of Practical Completion under the Contract
shall not be Actual Costs; and

Upstream Projects page 8 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

o all bonus amounts paid shall be subject to validation by the Project Auditor that they are in
accordance with business as usual bonus payments made across the entire Contractor organisation.

Contractor’s wages personnel are paid in accordance with the relevant certified agreement.

Any changes to the certified agreement, other entitlements (Site Allowance, LAFHA or the addition of new
entitlements (e.g. Retention Allowance)) to wages personnel are subject to the Approval of the Company.

The rates are subject to adjustment for changes to Legislation.

Actual Costs for salary and wages personnel (in addition to salary and wages themselves) are those that are
incurred by or for those personnel whilst discharging their duties in the performance of the Contract. This
includes but is not limited to all paid hours and all costs associated with:

 Travel;

 Accommodation;

 R&R;

 Project-specific training Approved by the Company in the training matrix included as part of the
Employee Relations Management Plan developed and agreed by the parties for the Contract;

 Pre-employment Medicals;

 Project specific recruitment costs;

 Induction;

 Fringe Benefit Taxes;

 Car Parking;

 Contractor provided mobile phones;

 Contractor provided computers;

 Any overseas recruitment after the Contract Date that has been pre-approved by the Company; and

 Out of pocket expenses for any of the above incurred by the Contractor’s staff,

to the extent that the business expense is reasonably and necessarily incurred in performing Contract
related activities and is not already allowed for or recovered elsewhere.

Both salary and wages paid to the Contractor’s personnel, and their associated costs are directly charged to
the Contract based on the Contract’s requirement for the Resource (i.e.: whether the Resource is allocated
to the Contract on a full time or part time basis). This can include both on-site or off-site roles or periods.
Full time personnel will be directly costed 100% to the Contract based on the costs outlined above.
Other personnel who perform Contract specific tasks (e.g.: BU commercial manager covering for a full time
Contract resource, or BU Finance and Administration Support associated with responding to Contract audits
or similar functions) have their actual salary and associated costs converted into hourly rates and maintain
timesheets as the evidence for costing. This rate is determined on the same basis as that outlined below for
Functional / Corporate Support (refer Section 7.3).
Upstream Projects page 9 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

7.3 PROJECT SPECIFIC OVERHEADS

During the course of the Contract, additional support may be required from the Contractor’s personnel who
are part of the functional overhead or corporate overhead teams. Upon request by the PMG for functional /
corporate support to perform specific services for the Work Under the Contract, the charge for these services
will be on an hourly rate basis evidenced by timesheets.
The hourly rates for functional support teams (which will be subject to validation by the Project Auditor) will
include base cost elements similar to those direct charged to the Contract for Contractor staff (i.e.: a
combination of salary/wage labour including on-cost and associated costs). Other costs incurred to run that
project specific functional support are:
 Office rental / electricity / phones; and
 Printing & stationery.
Note: travel and accommodation for functional / corporate support will be direct charged as an Actual Cost
and not included in the hourly rate with other identified associated costs.
The allocation of functional support and/or Project specific staff to Contractor offices shall require PMG
approval.
Similarly, where an allocated person is required to expend time in the performance of an activity unrelated to
the Contract, that time will not be charged to the Contract (or if it has been will be credited at that individual’s
calculated hourly rate).

7.4 INTERNALLY OWNED PLANT AND EQUIPMENT

The Contractor’s plant department plant hire rates shall be determined in accordance with the Contractor’s
plant costing policies.
Some costs are not included in the rate and will be direct charged to the Contract as an Actual Cost. These
include but are not limited to:
 Mobilisation and demobilisation;
 Accidental damage;
 Freight for spare parts and consumables;
 Purchase and maintenance of two-way radios; and
 Fuel.
For the avoidance of doubt:
o the Contractor must make a claim under its relevant policy of insurance where the cost of the
damage exceeds the excess/deductible under such policy; and
o costs which are recovered by the Contractor under the Contractor’s plant and equipment policy of
insurance shall be credited to the Company and deducted from Actual Costs in the next Payment
Claim issued under the Contract.

Upstream Projects page 10 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

7.5 OTHER GENERAL EXPENDITURE

All other general expenditure considered to be direct costs to the Contract such as procurement, fabrication,
Subcontractors, consultants and other costs not identified in the above sections will be charged directly to
the Contract as an Actual Cost (except for those costs included in the Group Services Recharge (GSR).
These include but are not limited to:
 Permanent & temporary materials;
 Externally hired plant and equipment;
 Site amenities, facilities and services;
 Rubbish and scrap removal;
 Site office expenses;
 Cost of small tools;
 Cost of consumables;
 Safety equipment supply and testing;
 Safety PPE;
 Mobilisation and demobilisation;
 Work performed by suppliers, consultants and subcontractors;
 Transport and freight costs;
 Community services and expenses pre-approved by the PMG;
 Contract related public relations pre-approved by the PMG;
 Environmental management;
 Subject to Section 7.6, Contract specific legal costs;
 Statutory fees, licencing/Authority related costs;
 Contract related entertainment costs;
 Contract support charges;
 Cost of Project specific training including labour and external training fees for training Approved by
the Company in the training matrix included as part of the Employee Relations Management Plan
developed and agreed by the parties for the Contract;
 Project specific telecommunication charges;
 Cost of survey labour and consumables;
 Lost time labour;
 Mobilisation, demobilisation, transfer and relocation of Contractor Personnel (and their families and
effects where appropriate) for the Contract;
 Providing bank undertakings and other forms of security specifically required by the Contract;
 Project office costs (either external office space or dedicated floor space within the Contractor’s
offices);
 Project insurance premiums (excluding excesses payable by the Contractor under any project or
Contract specific insurance effected by the Contractor);

Upstream Projects page 11 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

 Subject to Section 7.6, establishment of on-site IT and telecommunications systems infrastructure;


and
 Other Approved expenses including those associated with Quality Assurance and/or financial or cost
audits.

7.6 GROUP SERVICE RECHARGE

Group Services Recharge (GSR) means the amount charged internally to the Contractor for the provision of
Contractor’s Group Services relating to the performance of Contractor's activities (including all of those items
listed in this Section 7.6) not directly related to the Work Under the Contract.

The amount of GSR that the Contractor will be entitled to claim as an Actual Cost in each Payment Claim will
be calculated by applying the GSR Percentage (see below) to all other Actual Costs incurred in the relevant
month covered by that Payment Claim.

GSR Percentage means the lesser of:

a) 1% (one percent); and

b) the percentage charged internally by the Contractor for the provision of Group Services
(which the Company is entitled to verify by audit).

Group Services Recharge

Group Services Recharge shall cover provision by the Contractor for all of the following:

a) information technology, including provision of:

() the Contractor's group IT function that provides operational and project IT


services to all the Contractor's divisions and business units;

(i) data centre;

(ii) hardware including desktop and server (including service and


maintenance);

(iii) purchase of PC’s/laptops;

(iv) backbone network;

(v) licensing - Tier 1 and Tier 2 software - including PC software, licencing,


related upgrades and support patches. (ARM, Acumen, Branch Asset
Register, Cheops, Cintellate, CATS, Debtors system, FileNet, GEEMIS,
GEN, Incite, Intranet, ITSM, JDE, MRS, MAPS, Maximo, Mining electronic
forms, OBIEE/Analytics, Oracle BPA, Oracle discoverer, Oracle e-business,
Oracle Primavera Risk Analysis, Our Way, (PMS), Page up, P7, PCL, PDH,
Readsoft, PDH, Readsoft, SMS, TM1, WWS);

(vi) IT related project mobilisation and demobilisation costs;

(vii) service desk support;

(viii) backend infrastructure and service upgrades;


Upstream Projects page 12 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(ix) local file & print servers;

(x) amortisation of development initiatives; and

(xi) depreciation of IT equipment,

excluding specific project communication towers required where local communication


infrastructure does not exist;

b) telecoms, including provision of:

(i) communication equipment (purchases), and core video conferencing


infrastructure (purchases); and

(ii) communication equipment and core video conferencing infrastructure


service and maintenance,

excluding Contract specific communication equipment required where local


communication infrastructure does not exist;

c) business services, including the processing, administration and management of:

(i) accounts payable (includes invoice processing);

(ii) receipt from project and checking of Subcontractor administration


documents such as insurance and securities;

(iii) payroll processing, pay deductions and payroll accounting;

(iv) financial accounting;

(v) PPSA registration and administration;

(vi) HR systems administration;

(vii) group wide training courses (internal);

(viii) bank account and cash reconciliations;

(ix) co-ordination of service awards; and

(x) People Services Help Desk.

d) People and Capability (P&C), the Contractor's human resources function, including:

(i) the provision of corporate P&C operational support (not including personnel
on an Organisational Chart);

(ii) resources to facilitate non-project based recruitment activities;

(iii) employee relations (ER) and industrial relations (IR), excluding Project
specific travel and accommodation of the Contractor's P&C staff to Site for
ER/IR activities, including ER/IR managers (not including personnel on an

Upstream Projects page 13 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Organisational Chart) attending site for compliance / audit activities, training


and other general ER/IR activities;

(iv) employee relations (pre-contract and project start up);

(v) resource management and co-ordination across the Contractor's business


(not including personnel on the Organisational Chart);

(vi) salary/bonus reviews including:

- salary/wages surveys/market valuations - agreed national


remuneration survey subscriptions; and

- salary and bonus review co-ordination - salary and bonus


review co-ordination and systems;

(vii) provision of P&C resources to provide operational support to non-project


based managers and employees;

(viii) provision of P&C resources to provide operational support project based


managers and employees where a dedicated P&C project resource does
not exist;

(ix) recruitment resources to facilitate recruitment activities, including:

- pre-contracts and project start-up; and

- consultation and input into tenders, contracts, bid responses


and project start-ups where a dedicated resource is not
required.

(x) ER/IR - membership fees of AMMA and AIG;

(xi) ER/IR - external legal specialists / consultant costs associated with the
Company's group standards, processes, advice in relation to a group wide
employment issues;

(xii) Internal management, facilitation and analysis of employee surveys; and

(xiii) Internal booklets and productions;

e) training and development, including:

(i) the management and development of training courses including leadership


courses, Project based training and non-Project based training;

(ii) management and development of on-line learning;

(iii) the management and development of general business wide training (e.g.
JDE training); and

(iv) the development and management of apprenticeship and graduate


programs;

Upstream Projects page 14 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

f) Safety, Health and Environment (SHE), including:

(i) SHE operational support to project and non-project based staff, travel and
accommodation for non-project SHE employee’s, government and industry
representation (this item does not include or relate to any personnel on an
Organisational Chart included in or Approved under the Contract); and

(ii) SHE IT applications;

g) group legal and contracts, including:

(i) any work on behalf of the Contractor in relation to general review of legal
documents forming part of or relevant to the Contract (including any
amendment to the Contract or negotiations relating thereto) and managing
any dispute resolution and litigation with the Company in relation to this
Contract;

(ii) preparation of Commercial Risk Analyses;

(iii) engagement and management of external legal resources;

(iv) Subcontractor tender strategy input;

(v) ARM analysis input;

(vi) preparation of Project Master Procurement Contracts (PMPCs);

(vii) preparation of Project Commercial Roadmaps (PCRs);

(viii) conduct handover sessions for PMPCs and PCRs;

(ix) follow-up support on use of PMPCs and PCRs;

(x) develop and maintain the Contractor's standard suite of contractual


arrangements;

(xi) management of JDE Contracts;

(xii) development, maintenance and delivery the Contractor's legal and contract
training modules;

(xiii) travel expenses for Contractor's internal legal's resources within Australia,
New Zealand and PNG;

(xiv) negotiation of probity requirements;

(xv) general liaison on legal matters within the Contractor's group;

(xvi) general review of legal documents;

(xvii) general legal advice;

(xviii) commercial management support;

Upstream Projects page 15 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(xix) negotiation and establishment of Contracting Processing Agreements


(CPAs);

(xx) raising Powers of Attorney;

(xxi) raising parent company guarantees in the name of the Contractor;

(xxii) Company secretarial functions;

(xxiii) maintaining the Contractor's code of conduct;

(xxiv) managing formal dispute resolution and litigation; and

(xxv) managing external legal services in the provision of specialist legal advice;

h) Corporate Communications support (primarily based around services provided by


Corporation Functions staff and not the cost of Project-specific physical products and
events), including:

(i) filming and photography - the cost and management of filming and
photography for key corporate events and activities (e.g. excellence
awards);

(ii) crisis management (corporate and divisional) - governance for the crisis
management business standard and associated activities, such as on-line
crisis management tool and associated training and support;

(iii) strategy and content - strategic advice and support for community relations
and public communication content;

(iv) Brand - governance for Contractor brands, including logos and associated
visual identity elements, merchandise and uniform standards;

(v) graphic design - internal graphic design services including key publications
and specific collateral for defined priority internal corporate events;

(vi) merchandise - co-ordinate Contractor business wide branded merchandise,


along with an ordering and delivery process - including merchandise for key
corporate events but not for project based activities (which are subject to
prior written approval by the Company);

(vii) community investment - funding and support for the Contractor's corporate
community investment program; and

(viii) communication templates and approvals.

7.7 CORPORATE OVERHEAD COSTS

Generally, with the exception of the GSR Percentage applied to monthly Actual Costs, any cost that is not
incurred for the direct benefit of the Work Under the Contract, and/or in performing the Contract will not be
an Actual Cost. These are overhead costs considered to be incurred for the general running of the

Upstream Projects page 16 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Contractor’s business, its parent company, or other related bodies and are not Actual Costs (and are allowed
for within the Margin).
The following list (not exhaustive) illustrates items of overhead which are not Actual Cost items:
 Corporate marketing, advertising and business promotion expenses;
 External corporate financial auditing and advisory fees;
 Corporate office running expenses including rents, rates, parking, telephone and communication,
electricity, gas, water, cleaning, office repairs and maintenance, postage and courier, printing and
stationery, office equipment hire costs (except where a particular project utilises dedicated floor
space of the corporate office in which case the project will be charged a proportion of office running
costs in proportion to the floor space occupied);
 Corporate office support expenses including IT systems (Contract specific IT establishment costs
and specialised software are not covered in the corporate overhead costs and will be direct costed to
the Contract as an Actual Cost), workers compensation injury services, processing of payroll, wages
and accounts payable;
 Depreciation and amortisation of corporate office buildings and equipment;
 Corporate entertainment costs;
 Corporate legal expenses (other than Contract specific legal costs);
 Stamp duty;
 Corporate subscriptions, donations, gifts and contributions;
 Tendering and business development expenses;
 Directors’ fees and salaries of partners or corporate officers;
 General management activities of senior and corporate management (except in the case of
performing Contract related activities as evidenced by timesheets);
 Business travel expenses, accommodation and meals for senior and corporate management (except
in the case of performing Contract specific support activities);
 Ownership and real estate costs (except in the case of those incurred for Contract specific activities);
 Licence charges and fees for intellectual property and patents;
 Financing costs and interest charges;
 Bank charges (other than the cost of providing bank undertakings and other forms of security
specifically required by the Contract);
 Development, co-ordination and facilitation of staff training and education programs (excluding
training Approved by the Company in the training matrix included as part of the Employee Relations
Management Plan developed and agreed by the parties for the Contract which is reimbursable as an
Actual Cost);
 Corporate staff welfare programs (excluding medicals);
 ASX and ASIC fees and compliance costs;
 Company income tax;
 Third party auditing and accreditation of corporate quality assurance systems;
 Legal costs for any action or advice sought in connection with a dispute between the parties under
this Contract;

Upstream Projects page 17 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

 Any fine or penalty levied against the Contractor or a related entity of the Contractor (including
against any of a party’s direct employees); and
 Corporate insurances (including insurance costs such as premiums, broker’s fees and deductibles).

Upstream Projects page 18 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 1 - BUDGET PREAMBLES

1.0 GENERAL

The Preambles in this Exhibit B: Attachment 1 have been used as the basis for calculating Attachment 1A
Budget.

The Parties agree that they are also to be used as the basis for calculating the adjustment to the Target
Cost, following issue of final IFC Documentation, in accordance with Section 4 of Exhibit B: Attachment 5
(Adjustment Guidelines).

Following receipt of the final IFC Documentation from the Company, the Contractor shall revise the Direct
Costs component of its Target Cost using the rates and prices for each element of the Direct Cost listed in
Exhibit B: Attachment 1A (Budget) and applying the Budget Preambles detailed in this Exhibit B: Attachment
1 (Budget Preambles) where applicable.

The PMB and/or the PMG (and/or any third party such as an expert or court) required to consider and make
a determination on the quantum of the adjustment to the Target Cost following issue of the final
IFC Documentation must have regard to (and make its determination in accordance with) the Preambles in
this Exhibit B: Attachment 1.

For the avoidance of doubt, the rates and prices in Exhibit B: Attachment 1A (Budget) and the Budget
Preambles in this Exhibit B: Attachment 1:

(a) are not to be used for calculating payments due under the Contract; and

(b) are only to be used for the purpose of calculating the adjustment to the Direct Costs component of the
Target Cost following the issue of the final IFC Documentation, and are not to be used for the purpose
of valuing any subsequent adjustment to the Target Cost.

The rates and prices:

(a) when added to the agreed percentage for the Contractor’s Indirect Costs determined in accordance
with Section 5 of Exhibit B: Attachment 5 (Adjustment Guidelines), cover all obligations of the
Contractor under the Contract; and

(b) are fully inclusive of all the Direct Costs for the completion of the individual item of work for the
following areas of Attachment 1A: Budget in accordance with the Contract as at the Contract Date:

1. FCS
2. FCS Access Roads
3. Charlie 132kV substation
4. 132kV Overhead Line
5. Woleebee Creek Substation modifications
6. Ponds & Related Infrastructure
7. Trunklines incl 33kV Power
8. Laydown Area
9. Woleebee Creek CPP Tie-in - Gas

The budget amounts contained in the Project Indirect Summary of the Budget are fully inclusive of all Indirect
Costs for the Work Under the Contract as at the Contract Date.

Upstream Projects page 19 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

For the purpose of determining the adjustment to the Target Cost following the issue of the final
IFC Documentation, the cost of any item against which no actual amount has been identified (other than
items identified as “rate only” items in the Pricing Schedule) shall be deemed to be included elsewhere within
the rates and prices.

2.0 DIRECT WORK

2.1 The Budget is taken from Exhibit H drawings and design information; however, the Parties
acknowledge that should there be any discrepancies between Exhibit H and the quantities and/or
reference documents in Attachment 1A, Attachment 1A will prevail. The item descriptions in
Attachment 1A: Budget are intended only as a brief description sufficient for the identification of
everything necessary to carry out and complete the Work Under the Contract.

Where applicable, each individual line item has a corresponding reference document on which the
Rate is based on.

All dimensions are expressed in metric units except where imperial units of measurement are in
common use. Unless otherwise stated in this document, where an imperial dimension has been
used to describe an item and direct conversion to metric sizes produces a result which differs from
the standard metric dimension in common usage then the accepted standard metric dimension shall
apply.

Any additional items or unit rates descriptions not detailed in Attachment 1A shall be estimated and
valued in accordance with the engineering deliverables which describe the scope.

2.2 Rates Generally

The contents of each specific item must be read and construed in conjunction with this entire
document.

The rates allow for Direct Costs only and do not include any costs allowed for Indirect Costs
summarised in 'Project Indirect Summary' including all corporate overheads, profit and the like.

For the purposes of determining the adjustment to the Target Cost following the issue of the final
IFC Documentation, the rates include, but are not limited to:

- All items which Contractor considers to have a value. Contractor acknowledges that any
unpriced item is of no value or is included elsewhere;

- Works for which no separate item is listed but which is reasonably inferred from or referred
to in the Contract and is required to be performed for the completion of an item that is listed
in the Pricing Schedule;

- Civil plant and Equipment required to perform the Work Under the Contract and any plant
and Equipment which is used to undertake only a specific type of work.
- The supply of all temporary protective materials;

- All Subcontractor costs associated with the task to which the rate relate;

- The supply of all direct labour costs required to perform the work;

- The supply of all Materials not described in Exhibit H;

Upstream Projects page 20 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Protection, preservation and maintenance of completed Works and components thereof; and

- All required Permit to Work obligations and working in a QGC operating environment;

The man hour content describes all direct hours required on Site.

3.0 DISCIPLINE SPECIFIC RATES

3.1 Site Clearance

Site clearance is measured in square meters (m2) across the surface areas to be cleared, irrespective of the
angle to the horizontal of the surface area and method adopted by the Contractor.

Rates

General clearances shall include the dust suppression, removal and disposal of all surface obstructions,
unsuitable materials such as organic material, hedges, trees, stumps, roots, existing vegetation, debris,
loose windblown material and any other foreign material found and obstructions which are expressly required
to be cleared, except those for which separate items are given. Rates should include adherence to
environmental requirements.

General clearances which include the removal of plants and trees shall include stumps of any diameter
where these are also required to be removed where holes are left by stump removal; these are to be
backfilled with suitable material.

3.2 Earthwork

Excavation and filling shall be measured from the IFC drawings irrespective of differing types of materials in
cubic metres (m3) as the net volume excavated or filled with no allowance for bulking, over dig, shrinkage,
compaction or waste. General excavation shall mean excavation and dewatering to achieve general grades
and levels across the Sites. Earthworks associated with the construction of foundations, bases or other
underground installations shall be measured separately.

The volume estimated for excavation shall be the volume which is to be either occupied by any part of the
structure or foundation in plan area. Fill shall be the net volume of the void to be filled.

Geotextile mats or other sheet layers or linings shall be measured by the net area covered with no allowance
for laps.

All Earthworks items shall be measured by the unit of measure for each individual line item in Attachment 1A:
Budget. Aggregate material shall be estimated from the IFC drawings irrespective of differing types of
materials in cubic metres (m3) as the net volume excavated or filled with no allowance for bulking, over dig,
shrinkage, compaction or waste.

Except where specified elsewhere, all material has been allowed to be freely excavated, no allowance has
been made for ripping or drill and blast to excavate materials.

Allowance has been made that site won cut material meets the specification requirements for general fill
without any further treatment other than moisture conditioning.

Allowance has been made that excavated material within the pond being is suitable for construction of the
pond walls with the only preparation and treatment being the moisture and compaction process (Placement,
blending, moisture conditioning and compaction). No further treatment of the excavated material has been
allowed for, including but not limited to lime treatment to modify the emerson class.
Upstream Projects page 21 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

For the pond clay liner, allowance has been made for addition of Aglime at 2% prior to placement within the
pond. No allowance has been made for any additional treatment to achieve material properties.

Allowance has been made for the installation of earthen sumps and over-wall extraction pipes only, as per:
QCLNG-BB62-CIV-ERW-302003_B, QCLNG-BB62-CIV-ERW-302001_C & QCLNG-BB59-CIV-ERW-
302001_C.

Rates

Rates for clear and grub and topsoil stripping include depositing in approved spoil heaps within 500m of
source location or windrows and segregating from spoil. Rates assume stripped topsoil is suitable for re-use
as rehabilitation.

Rates for all bulk and detailed excavation shall include, but not be limited to:

- All handling (including double handling) of excavated materials in forming temporary


stockpiles or spoil heaps to be re-used for filling away from excavation works;

- Working space excavations and subsequent back filling;

- Earthworks supports (temporary works);

- Levelling and compacting;

- Grading to slopes;

- Binding with sand (if required);

- Excavating in any material other than rock (rock defined in Specification clause 4.2.3 of
QCLNG – BX00-CIV-300000);

- Excavating in rock (rock defined in Specification clause 4.2.3 of QCLNG – BX00-CIV-


300000) shall be measured separately;

- Keeping excavations free from surface or ground water by means of pumping, dewatering or
any other method;

- Surface contouring as required; and

- Testing in accordance with the Specifications.

In addition to the above for all bulk and detailed excavation, rates for excavation and backfilling of service
trenches and drainage ditches shall include, but not be limited to:

- Beds, surrounds (other than beds and surrounds required to be in concrete); and

- Subsequent filling and placing in compacted layers with selected excavated material or
imported material depending on Specification required.

Rates for all filling shall include, but not be limited to:

- Multiple handling and for depositing and retrieval from designated stockpiles or spoil heaps;

Upstream Projects page 22 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Loading, hauling;

- Offloading and placing;

- Levelling and compaction regardless of method of fill and compaction required, i.e. hand fill,
mechanical fill, etc and the number of layers of defined thickness required to reach the total
thickness of fill;

- Scarifying surfaces, where required, of existing ground for 150mm depth;

- Earthworks supports (temporary works);

- Grading to slopes;

- Blinding with sand to receive finishes (if required);

- any additional filling necessitated by settlement or penetration into underlying material to


meet the relevant Specification; and
-
- Testing in accordance with the Specifications.

Rates for filling with selected excavated material shall include loading and transportation to the Site
stockpiles or spoil heaps.

Type 4 material has been allowed to be loaded free-issue from product stockpiles within Bethany Pit for use
on the project at the quantities, productions and specifications required. No allowance has been made for
any selective loading within a stockpile, blending, crushing, screening or excavating. No allowance has been
made for material source testing.

Rates for levelling and compacting or grading to slopes under the rates shall include temporary supports,
surface finishing and temporary hard standing laid in compacted, levelled layers.

Rates for liners and Geotextile mats shall include for preparation of surfaces and for all work involved with
the installation of the materials.

Other than rainwater in open excavations and ground water identified within Company provided
Geotechnical Reports, the Rates shall exclude any dewatering cost brought about by the presence of
underground or percolating water.

Other than what is allowed for in the MTO’s importation, handling & treatment of unsuitable material is not
included in the rates. Unsuitable material shall mean material that cannot be used as fill in accordance with
the Specification and Drawings but does not include any surplus excavated material.

An allowance of 15% rock by volume of excavation has been made for excavation of the pile cap foundations
only within the 132kV overhead line

3.3 Disposal of Surplus Material

Disposal within 500m to onsite stockpile of unsuitable or surplus excavated material from bulk and detailed
excavations shall be the IFC volume estimated in cubic metres (m3), except right of way works.

Surplus excavated material from the 132kV foundation excavations have been allowed to be stockpiled
within 100m of any excavated foundation.

Upstream Projects page 23 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Rates

Rates shall include, to the collection, transportation and offloading into spoil heaps from the Site and
spraying/distribution of all water required for compaction and dust suppression.

3.4 Concrete Piles

Piles shall be measured from IFC design information with the cross sectional area or diameter driven
vertically. Raking piles are excluded.

Pile head treatment/preparation to be incorporated into foundations shall be enumerated in accordance with
the cross sectional area or diameter.

Rates

Rates are all-inclusive and shall include all excavation and excavation for socket into rock (socket detailed
separately below), fittings, special units, associated hunching, formwork, reinforcement, grouting, lifting
hooks, cast-in bracket, dowels, finishing fair on all exposed faces and other surface treatment, holes,
temporary and permanent sleeves, notching, sinking, mortises and the like.

Rates for pile head treatment shall include, but not be limited to, all costs for cutting off tops of piles and
exposing, cutting and preparing reinforcement for incorporation into foundations / pile caps, excavation,
removal of surplus spoil and accumulated materials from site into stockpiles away from the Site and
backfilling.

Rates shall include for all works necessary to position the unit including hoisting and placing in position,
setting, bedding, dewatering, jointing, cutting of lifting hooks, temporary supports, bases, etc. and the
provision of all necessary mechanical equipment, rig, temporary works, transporting around the site,
mobilisation and demobilisation.

Other than rainwater in open excavations and ground water identified within Company provided
Geotechnical Reports, the rates shall exclude any dewatering cost brought about by the presence of
underground or percolating water.

Rates for testing of bored piles are at the frequency set-out in Exhibit A including for static compression load
testing and static lateral load testing,

In the 132kV overhead line temporary pile lining to support pile excavation has been allowed for in all piles
up to a depth of 6m below Ground Surface Level (BGSL). No allowance has been made for permanent lining
to support pile excavations for either excavation preservation in poor ground or sealing against ground water.

Allowance has been made for SIMOPS meetings to agree process and controls for execution of brownfields
works. Rates include for positive identification of buried services within 3m of work area and mechanical
excavation then being permitted.

3.5 Reinforced Concrete

Concrete cast in-situ shall be measured from IFC design information in cubic metres (m3). Columns and
piers integral with walls shall be measured as part of the wall.
Formwork and reinforcement shall not be measured separately and shall be deemed to be included in the
rates for the volume of concrete.
The volume of concrete measured shall include that occupied by reinforcements and other metal sections,
prestressing components, cast-in components each not exceeding 0.1m3 in volume, rebates, grooves,
throats, fillets, chamfer or internal splays each not exceeding 0.01m2 in cross-sectional area, pockets &
holes, joints or joint components between adjacent volumes of in situ concrete.
Upstream Projects page 24 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

The volume of concrete measured shall exclude that of nibs or external splays each not exceeding 0.01m2 in
cross-sectional area.

Allowance has been made to install the screw piles to their design length. No allowance has been made for
geotechnical engineer to sign-off screw piles. A rate only, per screw pile, has been provided if the screw pile
does not reach the design depth.

Rates

Rates shall include for supply and placing concrete, formwork and reinforcement to the required
Specification and shall include, but not be limited to, temporary supports, formwork either basic or fair face
finish, expansion joints, day joints, dowels, water bars and the like including horizontal, vertical or sloping
formation and all surface finishes including applying any coating or sealers to external surfaces of
foundations and the like.
Rates shall include for all bar reinforcement including links and stirrups of any type.
Rates shall be deemed to include all tying wire, chairs, spacers and other temporary or permanent supports,
including preparation of bar bending schedules.
Rate shall include for all mesh reinforcement and shall be deemed to include all tying wire, chairs and other
temporary or permanent supports.
Rates shall include for all boxing or cut-outs for inserts, penetrations, rebates, grooves and the like.
Rates shall include for the installation of all fillers, sealants etc in design joints or day joints.
Rates shall include for all concrete testing
Rates for supply and installation of anchor bolts shall include all grouting, sleeves and formation of pockets.

3.6 Underground Services

Underground services shall be measured in linear metres according to the IFC design information.

Underground cables shall be measured in linear metres according to the IFC design information. Any
manholes and access chambers shall additionally be classified by internal size or diameter and depth and
measured by number of. Excavation and backfill of trenches shall be measured separately in accordance
with the appropriate Earthworks preambles.

Terminations and installation of earthing shall be measured separately.

Rates

Rates for underground cables shall include for all manholes or the like and shall apply irrespective of the
depth to invert.
Rates for any manholes, gullies and rodding eyes shall include, but not be limited to all necessary
excavation, removal of spoil, filling, backfilling with excavated or imported fill, concrete beds, bases or
surrounds, precast concrete manhole sections and accessories, brickwork, channels, vents, gratings,
ladders etc. required for the manhole of the size and invert stated.

Rates shall include for all testing

3.7 Roads and Paving

Earthworks and other works in connection with the construction of roads and paving shall be measured in
accordance with the relevant Earthworks preambles. Roads, pavings and hardstands and the like shall be
measured in the unit of measure provided in Attachment 1A Budget

Upstream Projects page 25 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Rates are based on field moisture in accordance with corresponding geotechnical data within the
geotechnical reports.

Allowance has been made to lime stabilise the Charlie URA access roads in accordance with the IFC
documentation.

Subgrade CBR (California Bearing Ratio) for roads has been nominated on the drawings and therefore no
allowance has been made for additional treatment if a weaker CBR is encountered, other than Charlie URA
access roads.

A rate only for the supply and install Flexterra has been provided.

A rate only for the supply and install geofabric material at laydown areas and temporary roads has been
provided.

Allowance for temporary access roads has been made in accordance with Exhibit A: Appendix D

Rates

Rates for road pavements and hardstands etc shall include for working on surfaces on any angle to the
horizontal and for working around manholes and other obstructions and shall include for laying materials to
any shape including forming curves, but not be limited to, compaction, trimming, all any angle to the
horizontal, laying to cambers, working around manholes, gullies and other obstructions, forming all designed
expansion and contraction joints and day joints, all finishes, spraying bitumen emulsion to surfaces, cutting
back and jointing to existing construction, cleaning between courses.

Supply and installation of traffic signs shall be measured separately.

Imported material from sources other than nominated borrow pits, shall be priced in accordance with Section
3.2. Access roads to off-plot stockpile areas, borrow pits and similar, are to be included. Rates shall also
include for maintaining and rehabilitating all infrastructure as required.

For all other items including culverts, refer to http://www.tmr.qld.gov.au/business-industry/Technical-


standards-publications/Specifications.aspx.dated 15th May 2015.

Rates include for 35 days of maintenance throughout the Project to maintain roads under construction traffic.

3.8 Fencing and Gates

Fencing shall be measured in linear metres according to the IFC design information. Gates and accesses
shall be enumerated according to type.

Rates

Rates for fences shall include for all installation activities including, but not limited to, foundations to all end
posts, straining posts, angle posts, intermediate posts, gate posts, the straining and tensioning of support
infill wires and fitting of signage, bolts, chain link mesh or other infill, barbed wire, razor wire, brackets,
latches, locks, hinges and other fittings, excavation and backfilling of excavations, compaction, disposal of
surplus material, preparation of the ground to the fence line and the placing concrete foundations and fittings
to fence infill.

Rates for gates and accesses shall include for all handling, fitting of signage, gate catches/bolt holes in
paving, alignment of latches, locks, keys, hinges, bolts, etc.

Upstream Projects page 26 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Rates for temporary fences and gates includes dismantling fences and gates, but not limited to removal of all
posts, infill, wires, accesses, foundations and fittings and reinstatement of the fence line surface to a safe
standard.

Security fence allowance is based on Type B chain link security fence as per clause 2.3 of QCLNG-BX00-
STR-SPE-300005 and Type D stock fence as per QCQGC-BX00-HSS-STD-000012.

Stock fence allowances are based on Type D stock fence as per QCQGC-BX00-HSS-STD-000012. Type D
fencing has been allowed for any of the Attachment 1: Budget items which refer to 5-strand rural wire fence.

3.9 Landscaping

Landscaping finishes including weed mat shall be measured in square metres (m2) across the surface areas
to receive treatment irrespective of the angle to the horizontal of the surface according to the IFC design
information.
Building up or excavation of the surfaces to receive landscaping shall be estimated in accordance with the
appropriate Earthworks preambles. Crushed rock shall be measured in cubic metres (m3)

Rates

Rates for landscaping shall include scarifying surfaces to a depth of minimum 150mm, grading and rolling to
levels, topsoil spreading, laying seed, and preparation of surfaces to receive final finish.
Rates shall not include screening, ameliorating and blending of site topsoil
Rates shall include for all planting, stakes and ties, dressing for fertilizing, trimming and preparation of
surfaces. Rates shall include for working on surfaces on any angle to the horizontal and for working around
other obstructions and shall include for laying to any shape including forming curves, but not be limited to
loosening ground surface, tending, watering, and protection of newly seeded/turfed area and maintenance.

3.10 Structural Steel

Structural steel is categorised as per below and shall be measured in accordance with the IFC design
information. Categories include:

- Structural Steel Light, (<25 kg/m)


- Structural Steel Medium, (25 - 75 kg/m)
- Structural Steel Heavy, (75- 150 kg/m)
- Structural Plate
- Steel Floor Grating - A325MPG
- Handrail with Kickplate
- Stair Treads - A325MPG - 900mm Wide x 245mm Deep

Structural steel within each module will not be categorised as above. Modules will be enumerated.

Allowance has been made to pack and install a 20mm carbon steel landing plate at the PAU support which
will be levelled and grouted using cementitious grout. Two off jacking plates will be then chemset into
position once grout has cured. Once the PAU module has been placed into position and aligned, each foot
shall be stich welded (nominally 50mm) to the landing plate and sealed using sicaflex or equivalent.

Rates

Rates are deemed to be applicable for working at each and every Site. Rates shall include for any and all
Material not provided under Exhibit H - Company Supplied Items.

Upstream Projects page 27 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Rates are all inclusive, apply equally to working with any grade of steel and any category above, and include
for, but are not limited to:

- Welding (including manual, automatic or semi-automatic welding, full penetration, part


penetration, fillet, seal, butt welding and the like in any position. Welding to square or raking
members from section, plate, tubular and the like, including all differences in preparation
type, angle, root face, root gap, amount of weld filler. All cleaning, chipping, grinding, back
gouging, pre-heating, temporary back strips, run-off plates, provision of welding rods, earth
points and all labour and consumables necessary for final fixing. Weld profile preparation
including single or double, part or full penetration of any angle, 'J' and 'U' profile preparation
and the like. Performing perforations to aid welding and/or installation and subsequently
making good;

- Preparation of structural ends for erection for all types of end and weld preparation including
plain ends, all types and angles of saddle connections, splayed or otherwise;

- Pre-bending, bending and rolling;

- Assembly, aligning and tack welding;

- Handling, jigs, templates and setting out;

- Marking, cutting and dressing;

- Drilling including countersinking;

- Threading, tapping and clamping;

- Bolting including aligning and tightening;

- Machining including boring, reaming and surface grinding;

- Tapering / scarfing plate edges;

- Storage and protection of fabricated assemblies;

- Fabrication and Erection of temporary supports;

- Cutting, forming and covering up or filling in of the cope / rat holes;

- Trial fitting and dismantling including Works fabricated for Work Site installation for the
purposes of checking dimensions and fit-up tolerances;

- NDE requirements;

- Pre and post weld heat treatment as required by the Contract, which is deemed to include
any number of operations to effect stress relief;

- Miscellaneous items including nuts, bolts, washers, fasteners and all Materials required for
any Temporary Works and for all other items including, but not be limited to welding
consumables, bolts for general use, gaskets, nuts, washers, clean water, oil or chemicals
necessary for cleaning;

Upstream Projects page 28 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Rates for pipe supports are deemed to include for the complete fabrication and installation of
the support, in accordance with the standard support details;

- Rates for pipe supports shall include for all coatings as required by the Specification;

- Rates for other steelwork shall include for all Works in the Fabrication and Erection of the
items in final position; and

- Rates for E&I Ladder rack supports shall include for the Fabrication from flat bar, plate,
sections, tube, pipe or any other shape of steel, including reinforcing pads on pipe bends,
pipe and the like, and shall include for coatings as required by the Specification.

Fabricate and Erect Gratings, Stair Treads, Handrails and Ladders

Rates for gratings, stair treads, handrails and ladders include for all Works in the fabrication and erection of
the supplied items in final position and include, but are not limited to, the following:

- The complete fabrication and erection of the items in final position including welding, bolting,
clamping and other fixing devices, including any Works necessary to ensure correct fit and
making good of cut, reworked or damaged areas;

- Any remedial touching up and the like for galvanized items and associated damaged areas
due to site welds;

- Rates for floor grating include for providing grating to the actual shapes required and in
particular for identifying the exact locations of cut outs and profiles around obstructions and
for making cut-outs/services penetrations and profiles including installing replacement edge
strips / kick flats as necessary; and

- Rates for stair treads shall include for provision of non-slip nosings and Fabrication and
Erection of all stair tread support steel;

Company provided gratings, handrails, stair treads and the like, will be supplied cut to size.

- Rates for handrails shall include for the fabrication and erection of kick plates;

- Rates for handrails shall include for fixing to the structure by welding, bolting or clamping
and shall apply equally to level or raking hand railing and shall include for any additional
work required to form removable panels and / or gates including Fabrication and welding of
the support sockets to the structure; and

- Rates for ladders include for all grabs, handles, safety chains, safety cages, safety bars,
base plates, connecting brackets, hinges and the like.

3.11 Pipework

Pipework including handling and erection shall be measured in linear metres according to the IFC design
information

Off-site pipework fabrication and spooling shall be measured separately.

Cleaning and hydrostatic testing of pipework shall be measured in linear metres according to the IFC design
information only once regardless of the number of tests or cleaning activities performed. Pipe fittings shall be
included.
Upstream Projects page 29 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Valves and bolted joints are described by pressure rating and size irrespective of flange type and are
enumerated;

Piping specials (SP items) shall include but not be limited to barred tees, strainers, drain traps, flexible
hoses, flame arrestors, filters, chemical injection and corrosion monitoring points, sample connections and
the like. Piping specials shall be measured, irrespective of class and wall thickness and grouped according
to the individual line items in Attachment 1A: Budget

Allowance has been made for SIMOPS meetings to agree process and controls for execution of the
Woleebee Creek brownfields works. It is assumed that lifting multiple times over live plant and Hot works
greater than 15m from pressure envelope will be authorised. It is also assumed a double block and bleed
isolation will be able to be effected at the tie-in point to facilitate the safe execution of the Work Under the
Contract.

Rates

Rates for all items containing welding shall also include for all pre heat, NDE and Stress relieving (PWHT)
requirements as detailed in the Contract. Rates shall also include for samples, testing, stress relieving,
radiographic, ultrasonic testing or other such non-destructive testing;
Rates shall include for the identification banding and tagging, colour code marking of all pipework, valves,
equipment and supports, including flow arrows and product legend.
Rates are deemed to be applicable for working at each and every Site.
Rates shall include for any and all Material not provided under Exhibit H - Company Supplied Items.
Rates shall include but not be limited to:

- All Works necessary in the fabrication and erection of all pipe, bends, tees, cross pieces,
reducers, flanges and other fittings, unless specifically stated otherwise, including but not
limited to all handling, forming pulled bends, all joints in the running length and at ends
including welded, brazed, soldered, screwed, flanged or any other method of jointing
employed;
- Tie-in to supporting structures including fixing to the structure by means of direct fixing, pipe
supports, hangers, clips or any other fixing device specified including all associated
sheathing, blocking, vapour seals, packs and straps to pipe supports or other supporting
device;

- Installation of valves and any and all in-line fittings;

- Fabrication and erection of pipe supports complete, with all necessary coating / isolating
pads; and

- All testing of pipework.

Install Piping Speciality Items

Rates for connections (hose connections, quick release couplings and the like) shall include for all Works
necessary in the installation, including fixing to ends of piping, equipment outlets and the like by welding,
screwing or bolting.

Rates for in-line type fittings (back flow preventer, isolation valves and the like) in pipework shall include for
all Works necessary in the installation of the item in position ready for fixing. Rates for sundry items (valve
interlocks, bird screens and the like) shall include for all Works necessary in the Installation of the item in
position and fixing by the appropriate method.

Upstream Projects page 30 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Install Valves

Rates for valves of any material shall include for taking delivery, unloading, storage, care and protection, all
handling, removal of packaging, position, installing and testing in final position in the erected pipework ready
for bolting. Rates for motor operated, diaphragm and other actuated valves include for all Works necessary
in the handling and installing in final position in the erected pipework ready for bolting and all necessary
assembling of valve bodies to actuators where supplied separately, if required.

NDE

Rates for X-Ray, Gamma Ray, Ultrasonic, MPI and DPI testing shall include the supply of all consumables,
cleaning of the areas to be inspected, carrying out the Works in compliance with all safety regulations,
recording and presentation of view graphs and other documentation.

Pressure Testing & Cleaning of Pipework

Rates for pressure testing as required by the Specification, shall include for all operations and equipment
necessary to hydrostatic test the pipework including the fabrication, installation and subsequent removal of
all temporary connections and spools / pup-pieces, flanges, spades, spaces fittings, temporary pipe
supports, removal of valves and internals as necessary, flushing, bringing up to pressure, testing including all
testing equipment, bolting, clamping and gaskets, introduction of all inhibitors, draining and disposal, drying,
purging, system testing and all reinstatement including fitting new gaskets (all types) where appropriate at
joints broken for testing.
If any additional vents or drains are required for pressure testing (other than those shown on piping
isometrics), the proposed location shall be submitted to Company for approval as part of the pressure testing
package, Contractor’s unit rate per metre for pressure testing is to allow for the testing of the entire
fabricated / completed pipe line as configured / detailed on the IFC isometrics.

Rates for cleaning shall include, but not be limited to, for all operations and equipment necessary to clean
the internal surfaces of the pipework including the fabrication, installation and subsequent removal of all
temporary connections and spools / pup-pieces, flanges, spades, fittings, temporary pipe supports, removal
of valves and internals as necessary, bolting, clamping and gaskets, cleaning, retro-jetting, flushing, drying,
purging and all reinstatement as required in the Contract.

3.12 Equipment

Contractor shall be fully conversant with the type and detail of the items of Equipment detailed in the
Contract
Installation of equipment is to be measured in accordance with IFC design information and enumerated.
Electrical, instrumentation, pipework or any other discipline inlet and outlet connections are to be included.
Electrical, instrumentation, pipework or any other discipline items shipped loose but forming an integral part
of the equipment are to be included.

First fills such as lubricants, oils, greases and other process fluids, e.g. glycol, shall be included as a
Provisional Sum Item.

Rates

Rates are deemed to be applicable for working at each and every Site. Rates are based on available
information listed in the applicable document referenced in the pricing schedule.
Rates shall include for any and all Material not provided under Exhibit H - Company Supplied Items.

The rates for installing Equipment shall include, but not be limited to:

Upstream Projects page 31 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Taking delivery, unloading, storage, care, handling, removal of packing, hoisting, skidding,
positioning, sub-assembly of packaged units consisting of more than one piece, trial fitting (if
required), all aligning and turning, all in accordance with manufacturers' instructions, levelling
and fixing in position by means of welding, bolting including grouting Lifting frames free
issued with Company provided items in accordance with Exhibit H and/or slings or other
approved lifting tackle;

- Installation of fixing brackets, plinths, anti-vibration mountings and other fixings, fixing
devices and / or supports supplied with the equipment;

- Fabrication of all shims and packing pieces other than special shims and packing pieces
supplied by equipment vendor, Installation of all shims and packing pieces required for the
full and final aligning and levelling of the equipment;

- Clocking of couplings between drivers and rotating equipment, manually operating pumps or
other rotary equipment for maintenance purposes;

- All other Works for the complete satisfactory installation of the Equipment including testing
and calibration of testing equipment in accordance with manufacturer's instructions,
documented records of any vessel internals Installation, and bringing the equipment to a
condition ready for pre-commissioning, including call-off and management of vendor
representatives during Installation and witnessing, all in accordance with the Contract;

- Where applicable and in accordance with Exhibit A, Appendix B protection and preservation
during storage and installation up to Mechanical Completion (MC-1) while under care,
custody and control of the Contractor in accordance with manufacturers' instructions, the
Exhibits and Technical requirements;

- Disposal of temporary lifting aids provided for installation of permanent equipment;

- handling of test equipment, carrying out and supervising tests, all attendance and marking
equipment or steelwork), providing test certificates in accordance with the Contract;

- Set out, scabbing and installation of the compressor skids onto the foundation;

- Grout with a nominal 40mm of epoxy EP120 non shrink grout. The assumed quantity of
epoxy grout required for each Compressor is assumed to be 2m³ of grout per compressor;

- Installing the dehydration unit as two skids.


• Skid 1: Containing Compressor, Motor and lube Oil system weighting 12 Tonne.
• Skid 2: Containing Liquid receiver, suction drum, gas chiller, low temperature
separator and gas/ gas exchanger weighing 15T;

Installing the dehydration unit with a loose shipped air cooled heat exchanger. Installation of
cooler is based on the Phase one Harsco Air cooled heat exchanger (ACHE) drawing
QCLNG-BB00-MEC-GAD-000008;
No allowance has been made for any on-skid or interconnecting pipework between
the two skids.
• Allowances have been made to land both skids, complete coupling alignments
(including soft foot checks) on both the Compressor and two off lube oil pumps /
motors, cementitious grouting of 300mmx300mm around the hold down bolts only.
• No allowance has been for Pickle / passivation or chemical cleaning of stainless
lines lube oil lines as it is unknown if the lube oil system requires field welds to be
completed.
• Allowance has been made for 4 off M24 x 710 long HD bolts for each dehydration unit.
Upstream Projects page 32 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Installing the low point drains as pre-assembled, free-issued two main vessels.
• 1. Vessel # 1- 16.2m long x DN1200 HDPE
• 2. Vessel #2 - DN450 riser

- The pre-assembled pipework on the DN450 riser shall only field fit poly welds to be
completed on the DN160 Drain line and the DN630 gathering line.
- Compressor pipework nominated on the Technical Information as vendor supplied is
included in the piping MTO’s provided. The pipework will be supplied fully spooled and
doesn’t require site welding.

No allowance has been made to perform Hazardous Area Checks on any vendor installed equipment, with
the exception of any terminations performed by the Contractor to vendor equipment.

For the 132kV Overhead Line poles installation the rates allow for equal spacing between points of inflection.

3.13 Electrical & Instrumentation / Telecommunications / Fire and Safety

Cable (all types), cable ladder (complete with bends, tees, risers, reducers, lid and earthing), cable tray,
conduit and instrument tubing shall be measured according to the IFC design with allowances for secondary
and site run works in linear metres.

Electrical equipment, terminations, instrumentation, junction boxes, earthing connections,


telecommunications equipment and fire and safety equipment shall be enumerated according to the IFC
design information with allowance for secondary run cables.

Materials for HV Termination kits as indicated in reference document in Attachment 1A: Budget.

Allowance has been made for the supply and installation of Instrumentation Junction Boxes as indicated in
reference document in Attachment 1A: Budget.

Rates

Rates are deemed to be applicable for working at each and every Site.
Rates shall include for any and all Material not provided under Exhibit H - Company Supplied Items.

The rates for installing electrical & instrumentation, telecommunications and fire and safety equipment shall
include, but not be limited to:

- Consumables including but not limited to sundry materials including cable cleats, ties, tags and
markers, crimp rings and terminals, general straps, clamps, labels, studs, nuts, bolts, washers, screws,
marking strip, sealing compound, fire stop putty and caulk, ground coating, o-rings, lock nuts, heat
shrink sleeves, stress cones, grounding lugs, and other items associated with the type and nature of
the Works to be performed;

- All testing including fabrication and erection and subsequent removal of items required for testing as
outlined in the Contract;

- All Works in the supply, fabrication and erection including, cutting, notching, drilling, cut-outs and
jointing in the running length of straight sections, tees, vertical bends, horizontal bends, reducers and
other fittings, for Installing splice connectors, horizontal and vertical hinges, cable rollers, suspension
rods, fishplates, all required grounding bonding straps between joints, all covers, tapped cable
hangers, and including securing to brackets, steelwork, studs or equipment casing or any other
background by welding, bolting, clamping or any other means, ensuring galvanic isolation and for
Upstream Projects page 33 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

making good at joints with painting or similar coating wherever continuity of coating or painting is
broken;

- Measurement of routes, cutting to length including tails within the equipment, control gear, switch gear,
fittings and accessories, jacking, pulling into position in cable tray, ladder rack, conduit or proprietary
support systems and the like, temporary tying and binding of cables as required, final fixing to cable
tray, ladder rack and steelwork or any other background by cleats, studs, straps, tie wraps, crimps or
any other means, protecting ends against damage and ingress of moisture or dampness prior to
terminating, all cable testing and permanent tagging / labelling of cables at both sides of walls and
penetrations;

- All Works in coiling cables shall include for coiling, tying, securing to structure and capping and
protecting ends with heat shrink boots against damage and ingress of moisture and dampness;

- Cable terminations shall include for fixing of all types of glands, seals, shrouds, ground tags, lock rings,
lugs, terminators, heat shrink sleeves, stress cones, nuts, bolts and washers and all other terminating
material required to complete the termination, plus integral grounds, including removing sheathing,
armour, shielding and insulation, routing cable tails within enclosures, identifying cables and
terminations as necessary, removal and subsequent replacement of all covers to enclosures, and all
drilling of cabinets, back boxes, gland plates as required, and the like; and

- Installation of fittings and accessories, including Installation of any labels, blocking pieces, shims or
brackets, bolts, clamps or any other fixing device, drilling, tapping, bolting, clamping or welding or any
other means of securing the fittings and accessories to brackets, steelwork or equipment casings or
any other background.

Rates for lights and light fittings are also deemed to include for assembling component parts including lamps
and cleaning before completion. Rates for lighting poles shall include for assembling and fixing by any
means to an existing structure.

Rates for junction boxes shall include for the handling and assembly of all component parts including rails,
terminals and earth strips of any number and type to suit the box layout and any Material required for
securing the device by any means to the Facility. The rates shall also include for plugging all redundant
entries and the provision of breathers / drains as necessary.

Rates for Installation of instruments shall include for, but not be limited to:

- Drilling back plates, steelwork or other backgrounds for local mounted instruments and field labels, the
installation of the instrument and field labels to back plates, steelwork or any other background by
bolting, screwing or any other fixing device required; and

- Handling, assembly, install in position, securing capillary tubes supplied with instrument, coiling and
securing surplus capillary tubes as required, protection including humidity control, pre-installation
checks for quality of construction, pre-calibration and function testing of loop items, all loop check
testing, all associated isolating and reconnection of instruments not capable of withstanding test as per
Specification.

Rates for instruments installed in packages prior to delivery to Site shall include for, but not be limited to:

- Installation checks for quality of construction, all testing required with mechanical completion, all
associated isolating and reconnection of instruments not capable of withstanding test; and

- Closing all redundant entries with stainless steel plugs.

Rates for Installation of instrument tubing shall include for but not be limited to:
Upstream Projects page 34 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- All Works including, marking, cutting, prepare ends for jointing, erecting and jointing together by tube
fitting, welding, screwing, bolting or any other jointing method bends, tees, flanges, and other ancillary
fittings in the running length, all joints in the running length including unions and bulkhead penetrations
including all sealing, the cleaning and washing out and drying of the tube and pipe systems, all
supports, clips, brackets for securing to steelwork or any other background and for testing.

Rates for Unistrut (and where Unistrut is included in other line items) or similar approved, include for
supplying channel cross section and component, handling, marking, cutting, notching, slotting, cut outs,
fabrication and erection of any proprietary ancillary brackets or other fixing device, drilling, threading,
assembly of the support system by welding, bolting, clamping or any other fixing device, erection of the
support system in final position by welding, bolting, clamping or any other fixing device complete with
proprietary ancillary brackets to brackets, steelwork or any other background.

Unistrut has been included in instrument install rates and as required for cable ladder support structure.
Within the Charlie 132kV substation and Woleebee Creek substation Works no allowance has been made
for replacement of cable duct in transition panels.

LV cable quantities at Woleebee Creek substation are based on the cable length summary on the last page
of Cable Schedules QCLNG-BC24-ELE-SCH-327014 rev B & QCLNG-BC24-ELE-SCH-327015 rev B. The
summation of actual individual cable lengths in these schedules does not equal summary quantities on the
last page.of the referenced cable schedules.

No allowance has been made for the supply of Pfisterer Dummy plugs and sockets for 33kV cables and
switchgear.

No allowance has been made for the supply and installation of cables to the originally proposed camp
footprint.

Earthing around transmission pole is based on Option 1 on drawing BF05-TAD-PLT-310008.

For the Woleebee Creek Substation Attachment 1: Budget pricing has been based on a linear (Predecessor
to Successor) delivery model due to outage requirements and anticipated constraints to ensure security of
supply when Busbar outages are in place.

4.0 TRUNKLINES (INCL 33kv POWER)

Individual line items in Attachment 1A: Budget shall be measured according to the IFC design information
and where applicable in accordance with Section 1-3 of the Attachment 1: Budget Preambles.

4.1 Right of Way Preparation & Reinstatement

Right of Way preparation and reinstatement shall be measured in area with no deduction for Crossings.

Rates are based on the minimum use of 36m ROW.

Rates

The Rates for preparing the Right of Way include for but are not limited to:

- Clearing the route from all sections and surfaces of the Right of Way of vegetation including mulching
or removing all bushes, crops, scrub, undergrowth, trees, tree stumps, and roots and filling the holes;

- Rates only have been provided for mulching in Attachment 1 – Budget;


Upstream Projects page 35 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Disposal of surplus and unsuitable material on site;

- Removing fences, earth banks and setting materials aside for re-use;

- Providing, erecting and maintaining end posts and strainers across the Right of Way necessary to
secure and to match with remaining fencing;

- Excavating and disposing on site of surface rock outcrops and boulders, including those exposed
during topsoil stripping;

- Preparing any additional width at Crossings; and

- Stripping topsoil including; stockpiling stripped topsoil at the side of the Right of Way. Allowance has
been made for an average of 150mm strip and all timbers stacked off the alignment as habitats.
Stripping extra width of topsoil at Crossings can be included here or as part of another rate in the
Pricing Schedule as long as it is described fully.

The Rates for reinstating the Right of Way include for but are not limited to:

- Re-spreading and replacing topsoil including excavating from spoil heaps by any means necessary
including, but not limited to, placing in temporary spoil heaps and all multiple handling, provision of any
topsoil required, grading of ground to original formations and replacing extra width of topsoil at
Crossing;

- Permanently reinstating the ground in all sections and surfaces of the working width to its original
contours including all tracks, banks, embankments and watercourses;

- Reinstating fencing including for adjusting temporary fencing to permit the erection of permanent
fencing, for tying in new fencing to existing fencing and for providing and erecting all necessary
straining posts, wires and strainers;

- Reinstating gates and accesses shall include for adjusting temporary fencing to permit the
reinstatement and for connecting gates, or access posts to fencing or walls;

- Removing Temporary Works;

- Clearing up, re-forming and cleaning watercourses across, or parallel within, the working width and
including any damage or disturbance outside the working width;

- Bank reinstatement in watercourses;

- Geotextiles used in reinstating banks and at watercourses replacing extra width of topsoil at Crossings;

- Reinstating land drains and other drainage removed or re-routed in order for the work to be carried out,
and reinstating drainage damaged during the course of the Works;

- Preparing the soil surface by rotovating or other means;

- Re-spreading surplus topsoil across the width of the Right of Way; and

- Providing 4 ton per hectare for the application of gypsum. no allowance has been made for fertilisers.

Upstream Projects page 36 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

4.2 Trenching

Excavation of trenches for pipelines and cables shall be measured in accordance with the IFC design
information from end to end of the pipeline and from end to end of the cable with no deduction for Crossings.

The measurements of excavation shall be nett and shall exclude overbreak, overdig, overfilling, bulking,
compaction, for the extra quantity in bell holes, for working space or for supporting sides.

Items to be measured separately

Trenches for the following shall be estimated separately:


a) Pipelines of differing diameters.
b) Pipelines of differing material types
c) Cables of differing sizes and type.
d) Cables of different sizes and type laid in a common trench.

Rates

The Rates for excavating trenches generally shall include for the following but not be limited to:

- Excavating in any type of natural or made-up ground, but excluding rock;

- Meeting the specified depth of cover for the pipe to be laid in the trench and any additional depth
required due to the Contractor’s methods of working;

- Upholding sides and keeping excavations stable at all times by any method;

- Keeping excavations free from water by any method, including disposal of liquid onsite;

- Increase in bulk;

- Trimming, grading and preparing bottom to level, contour or fall, to provide support for the pipe along
its whole length;

- Additional excavation for tie-ins and for Contractor’s methods of working;

- Excavating trial holes by non-destructive excavation, ahead of trench excavation, to locate and identify
underground services, culverts and obstructions;

- Exposing underground services, culverts and obstructions to enable the pipeline to pass underneath;

- Marking water courses, land drains and services, providing temporary flumes, dams or other estimates
to deal with water, and providing temporary supports to same; and

- Transporting, storing and returning excavated material including providing temporary storage Sites.

The Rates for excavating in rock include all extra costs of excavating in rock as defined in Attachment 5.

4.3 Pipelaying

Pipe laying shall be measured according to IFC design information and categorised by type and size of pipe
to be laid. The measurement shall be taken through all fittings.

Upstream Projects page 37 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

HDPE pipe will be supplied in 20m lengths. Allowance has been made to transport the HDPE pipe from the
supplier’s Toowoomba laydown yard (loaded by the supplier) directly to the Right of Way. The allowance is
based on the following:
 DN630 HDPE pipe - 10 trucks per day (8 pipes per load) over a 7 days period (with start date as
defined under the Water DN 630 ‘Haul & String’ activity in the Target Schedule)
 DN900 HDPE pipe - 13 trucks per day (4 pipes per load) over 28 days period (with start date as
defined under the Water DN 900 ‘Haul & String’ activity in the Target Schedule)

Rates

The Rates for pipe installation shall include for but not be limited to;

- Taking delivery of pipes and inspections at the point of delivery;

- Removing protective material and disposing off Site;

- Provision of skids and padding for stringing and subsequent welding;

- Stringing including making allowances for returning surplus lengths of pipe and fittings not used to the
storage area:

- Moving surplus cut lengths of pipe for use including renumbering;

- Any additional haulage and handling of surplus pipe and fittings as may be required at the storage
areas;

- Laying pipe, including fittings of any wall thickness and in any position within the Right of Way
including threading under existing services;

- Temporary plugging and capping ends;

- Testing of protective coating including making good any damage caused by the Contractor to the
protective coating and including providing all necessary equipment and materials;

- Forming and installing cold bends of any wall thickness including repairing coating;

- Welded joints including for cutting pipe to length including removing protective coatings and preparing
the cut ends of the pipe for welding, cleaning ends of pipes and fittings, aligning, setting up, pre-
heating, welding and protecting and coating welds;

- Mechanical joints include all handling, end preparation, any methods of joining or coupling, bolted
connections flange to flange, flange to valve, preparing and fitting of gaskets, bolt tensioning or special
tensioning requirements;

- Non-destructive testing;

- Pigging;

- Drying of the Works;

- Padding around pipe;

- Supply, handling and installing warning and/or marker tape;

Upstream Projects page 38 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Filling in trenches additional to that described elsewhere with filling material (whether to the full depth
of trench or not);

- Backfilling with excavated material and compacting;

- Excavated material will be used for backfill and no allowance has been made for importing material.
Excess excavated material will be spread on the ROW;

- Installation of protective concrete slabs (if required); and

- Hot bends are free issued with specified external coatings.

4.4 Cable Laying

Laying of cable shall be measured, according to the IFC design information by length and grouped by cable
type and by size.

Rates

The Rates for cable installation shall include for but not be limited to the following:

- Taking delivery of cable, inspection and testing at the point of delivery;

- Collecting cable from Contractor's storage areas, listing, loading up, transporting, distributing and
offloading and transferring internal numbering by marking externally;

- Removing any protective material and disposing off Site;

- Making allowances for returning and preserving surplus lengths of cable not used to the storage area;

- Moving surplus cut lengths of cable for use including renumbering;

- Any additional haulage and handling of surplus cable as may be required at the storage areas;

- Measurement of routes, cutting to length;

- Laying cable of any thickness and in any position including threading under existing services and
pulling into position, including multi-cable pulling, through (buried) conduit, coiling and uncoiling as
necessary, temporary supports, temporary tying and binding, final fixing including fixing to cable tray,
ladder, steelwork or any other background by cleats, straps, tie wires or other means specified,
protecting ends against mechanical damage and ingress of moisture or dampness prior to terminating,
cable terminations and for testing;

- Post installation sheath integrity testing and insulation resistance testing;

- Padding under and around cable including disposal of surplus and unsuitable material on Site, any
additional consequential excavation below the pipe;

- Supply, handling and installing of warning and/or marker tape;

- Installation of electronic markers;

Upstream Projects page 39 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Supply, handling and installing protective tiling;

- Backfilling and compaction with excavated material;

- Filling in trenches additional to that described in elsewhere with filling material (whether to the full
depth of trench or not);

- Disposal of cable drums off-site;

- Identification tagging and colour coding; and

- Installing cable in 500m drums.

4.5 Cable Jointing & Testing

Cable jointing and testing shall be enumerated for each splice and grouped by cable size and type and shall
be measured according to the IFC design information.

Rates

The Rates for splicing of cables shall include for but not be limited to;

- supplying splicing kits, removing sheathing, armour, screening and insulation as required, fixing all
types of cables, heatshrink sleeves, and other activities in making a complete splice joint, and making
good; and

- very low frequency (“VLF”) testing.

4.6 Other Installations & Assemblies

Other installations and assemblies such as air valve assemblies, isolation valve assemblies, joint coating
and repairs, field bends, screw anchors, trench breakers shall be enumerated and measured according to
IFC design information.

Allowance has been made for the Water Trunkline valve and assemblies as follows:
 Charlie to Phillip:
1.) MLVs – None
2.) Air valves – 19 (based on current modelling)
3.) Scour valves – No Scour Valves
4.) Others – 1 off flow meter station

 Phillip to Woleebee:
1.) MLVs – 4 (1 on each side of the major water courses)
2.) Air valves – 29 (based on current modelling)
3.) Scour valves – No Scour Valves
4.) Others – 1 off backpressure control station, 1 off flow meter station

Rates for other installations and assemblies shall include for all direct costs associated with that individual
line item.

Upstream Projects page 40 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

4.7 Hydrotesting, Pneumatic Testing, Nitrogen Purging

Hydro testing and pneumatic testing shall be measured according to the IFC design information by length of
pipeline tested and shall be grouped by pipe diameter and type.

Nitrogen Purging shall be treated as one item and will not be measured according to IFC design information.

The water trunklines will be tested pneumatically. No allowance has been made for pre-testing in sections.

Each determined test section will be isolated using test headers and will be fitted in line then removed and
golden welds used to connect the pipes.

Rates

The Rates for hydrotesting and pneumatic testing shall include for but not be limited to;

- providing test ends, fittings, mechanical joints, preparing end for welding, welding, radiography of all
welds, providing test records and certificates, cutting off test ends in accordance with Contract
specifications and for filling, pressurizing and emptying test water and swabbing;

- Transporting, testing and disposal of water; and

- All equipment and other items necessary for pneumatic testing.

4.8 Crossings

Crossings shall be measured according to the IFC design information and shall be enumerated and grouped
according to pipe type and size, cable type and size and method of construction – open-cut or bored. All
other crossings shall be categorised and estimated according to the sections for standard pipelaying
activities.

Allowance has been made for concrete casings at Gas Trunkline bored locations. Steel casings have been
allowed for the Water Trunkline crossing.

Rates

The Rates for crossings generally shall include for but not be limited to the following:

- All additional Temporary Works necessary to construct the Crossing;

- Excavating in, dewatering or other estimates to deal with running sand, silt or bad ground below and
adjacent to watercourses;

- Breaking out and reinstatement of paved surfaces;

- Additional costs of disposal of surplus excavated and other materials;

- Additional work in fabrication, installation and in tie-ins;

- All works associated with all watercourses and services within the boundaries of the crossing not
included elsewhere;

- Installing infrastructure above existing or planned Company gathering infrastructure; and

- Installing protective concrete slabs.


Upstream Projects page 41 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

In addition to the above where pipe is to be laid in sleeves, or casings, in open cut and/or bored crossings
the rates include for the following:

- Threading of the carrier pipe;

- Fixing of spacers to the carrier pipe and positioning of the carrier pipe within the sleeve or casing;

- Filling sleeve, or casing annulus;

- Fitting end seals;

- The extra width and depth of excavation and reinstatement for the sleeve pipe; and

- Designed thrust and reception pits and Temporary Works.

Where cable is to be laid in conduit in open cut crossings the Rates include for the following:
- Installing draw string;

- Fitting end seals; and

- The extra width and depth of excavation and reinstatement for the conduit.

The Rates for crossing watercourses include for but are not limited to;

- Reforming the bed and bank to the original shape and profile but not for provision and installation of rip
rap trench protection;

- berms, silt fences and trench breakers;

- Coating protection of pipe; and

- Performing the major watercourse crossings inline with Target Schedule.

5.0 INDIRECT COSTS

Indirect Costs in the Budget at Attachment 1A include but are not limited to:

- All salaried staff employed on the Project and not employed under an Enterprise Bargaining
Agreement;

- All plant & equipment not directly attributable to an individual line item in Attachment 1A: Budget;

- The supply of all small tools associated with the nature of the Work to be performed;

- Pre-employment medicals, drug testing and functional testing;

- Site Labour not covered in the Direct Costs (e.g. store person, site security, cleaners, maintenance
fitters etc);

- Light vehicles;

- Potable Water and other utilities;

Upstream Projects page 42 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

- Office supplies;

- Office Hire & Cleaning;

- IT expenses;

- Repairs and maintenance to office fixtures, furniture and fittings;

- Site clean-up and rubbish excluding bulk reclamation and disposal of surplus metals, other than cable
drums;

- Scaffolding;

- General Freight;

- Environmental compliance costs not covered in the direct costs;

- Safety compliance costs not covered in the direct costs;

- Training in accordance with the approved training matrix;

- Business travel, R&R travel for all persons employed on the project;

- Support for any licencing, permitting and statutory requirements;

- Community welfare costs;

- Mobilisation and de-mobilisation costs;

- Personnel recruitment;

- Insurances and fees for bank bonds etc.;

- Contract specific legal fees; and

- Group Service Recharge.

A 280-ton crane at the FCS for a continuous 8-week duration to cover all heavy lifts.

Upstream Projects page 43 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 1A - BUDGET

Upstream Projects page 44 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 2 - PRO FORMA PAYMENT CLAIM SUPPORTING


INFORMATION

2.1 Payment Claim Format


Each Draft Payment Claim shall be submitted in native (excel) format via Procon according to the
proforma outlined in Attachment 3: Proforma Draft Payment Claim. Each Draft Payment Claim must
be provided in the following format:

1. Coversheet – outlining the total sums being claimed within the claim period, previous claims
made to date & Target Cost remaining;
2. Cost Code Totals – outlining the total costs being claimed against each cost code for the claim
period;
3. Master Payment Claim – generated from Contractor’s cost system and provided in accordance
with the Contract;
4. JDE Data – The costs generated from Contractor’s cost system;
5. Envision Labour and Plant Report – The Envision (or similar) report for the period being
claimed;
6. Staff Costs – this should include the staff costs and hours for the period being claimed;
7. Accruals Master Sheet – This is the master page from the accruals spreadsheet which will
include single line items.

2.2 Draft Payment Claim Codes


Each Draft Payment Claim will include relevant codes which must be coded against each line item
under the following format:

 PV – Actual Cost Subcontract Payments


 OV - Actual Cost (Purchase or Hire Order)
 JE - Actual Costs (Costs Transfer)
 IF – Actual Costs (Fuel)
 JM – Accrual
 JS – Accrual

The Draft Payment Claim shall include an additional column which will reference Contractor’s basis
of claim, i.e. if the costs are Subcontract, internals and/or accruals.

 PV – Actual Cost Subcontract Payments


Actual Subcontractor costs claimed in respect of the PV code for labour and equipment, where
applicable, shall be linked to Envision (or similar) records. This shall include the latest Envision
report being under the above noted Draft Payment Claim submission format.

All applicable rates for labour and equipment shall be included under Envision where applicable, and
linked to single line items for each subcontract.

All Actual Costs shall be supported by third party invoice & timesheets where applicable, and this
information shall be provided with the Draft Payment Claim.

Upstream Projects page 45 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

All labour and equipment that are to be engaged on a direct & indirect hire basis shall be included as
individual line items under the Draft Payment Claim for the specified claim period. This will include
the periods being claimed and the associated rates and should be linked back to the envision (or
similar) report. An example of the additional columns is as follows;

Claim Claim Resource Role


Role Quantity UOM Rate Total Claim
Period Period Name Category
Direct
1/01/2015 31/01/115 Operator An Other 241.5 Hrs $88.00 $21,252.00
Labour

 OV- Purchase/Hire Order Actual Costs


All Actual Costs claimed in respect of OV Code shall be provided under a single line item within the
Draft Payment Claim, and shall be include each associated third party invoice number.

Envision shall be provided in support of all labour and equipment provided under this code.

Company shall select a total of 10% of the total OV costs included under the Draft Payment Claim
each month for verification. Contractor shall be required to provide the relevant supporting
information in a timely manner upon receipt of Company’s request.

All equipment and labour services claimed under this code shall be included as individuals under for
the specified period. This should include the periods being claimed and the associated rates and
should be linked back to the envision (or similar) report, similar to that for labour outlined above.

 JM & JS – Accruals
All accruals included under the Draft Payment Claim shall be linked to a supporting spreadsheet,
which shall be included under the Draft Payment Claim and labelled “Accruals Supporting
Information”.

Each accrual will require an individual tabs for each vendor outlining the compilation of the figures
being claimed;

Once accruals are committed as Actual Costs they shall be supported with invoice in accordance
with the requirements noted under the PV & OV above.

 Staff Costs
Staff costs shall be supported by a nominal total monthly cost based on the number of staff divided
by the total costs. Company shall be entitled to view in a secure environment individual staff salaries
breakdown to verify Actual Costs claimed as and when requested;

2.3 Supporting Documentation

The above information is not a definitive listing of the documentation that may be requested by the
Company to substantiate Actual Costs included in a Draft Payment Claim.

The Company shall retain the right to request additional supporting documentation and information in
accordance with clause 37, Audit of Costs Incurred of the general conditions.

Upstream Projects page 46 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 3 - PRO FORMA DRAFT PAYMENT CLAIM

Tab 1 Coversheet

Upstream Projects page 47 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 2 Cost Code Totals

Upstream Projects page 48 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 3 Master Payment Claim

Upstream Project page 49 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 4 JDE Data

Upstream Projects page 50 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 5 Envision Labour Plant Report …continue over page

Upstream Projects page 51 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 5 Envision Labour Plant Report

Upstream Projects page 52 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 6 Staff Costs

Upstream Projects page 53 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Tab 7 Accruals Master Register

Upstream Projects page 54 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 4 - PRO FORMA TAX INVOICE

Upstream Project page 55 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 5 – ADJUSTMENT GUIDELINES

1. OVERVIEW
(a) Unless otherwise stated, references to sections and clauses in these Adjustment
Guidelines are to the sections and clauses within these Adjustment Guidelines.
(b) In these Adjustment Guidelines:
(i) ‘E&I Subcontractor’ means the Approved electrical and instrumentation
Subcontractor;
(ii) ‘Indirect Costs Percentage’ means the percentage determined in accordance
with Attachment 5A; and
(iii) ‘Subcontractor Indirect Costs’ means Indirect Costs of a Subcontractor incurred
in connection with the Work Under the Contract.
(c) As contemplated by clause 28A(aa) of the Conditions of Contract, the Target Cost will
be recalculated in accordance with the process set out in section 4 of these
Adjustment Guidelines following the issue to the Contractor of all final IFC
Documentation by the Company in accordance with Exhibit H (Company Provided
Items & Information). This process is referred to as the “IFC Adjustment Process”.
(d) Without limiting section 1(e), save for the IFC Adjustment Process referred in section
1(b) of these Adjustment Guidelines, a Party will be only be entitled to an adjustment
to the Target Cost (and the PMG and PMB will only be required to agree to an
adjustment to the Target Cost) if the relevant Adjustment Event is one of those listed
in section 2 of these Adjustment Guidelines.
(e) Subject to section 1(f), the PMG and PMB are not precluded from considering, and
may (but are not obliged or required to) agree to an adjustment to the Target Cost for
an Adjustment Event not listed in section 2 of these Adjustment Guidelines. The
Parties acknowledge and agree this is an entirely discretionary matter and requires a
unanimous decision of the PMG or PMB.
(f) For the avoidance of doubt, if a third party (such as an expert or court) is required to
consider the question of whether an Adjustment Event should give rise to an
adjustment to the Target Cost, that third party may only determine that there should be
an adjustment to the Target Cost if (and only if) the Adjustment Event is one of those
listed in section 2 of these Adjustment Guidelines.
(g) Should any of the Adjustment Events in section 2 occur, the Parties agree that the
PMG (and/or the PMB as the case may be) must have regard to the guidelines set out
in section 3 of these Adjustment Guidelines when determining the appropriate
adjustment (increase or decrease) to the Target Cost.

2. ADJUSTMENT EVENTS GIVING RISE TO AN ADJUSTMENT TO


THE TARGET COST
(a) Any changes in applicable Legislation or the standards specified in the Contract made
after the Contract Date, to the extent that the Contractor can demonstrate that it could

Upstream Projects page 56 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

not (by reference to published material) reasonably have foreseen the change prior to
the Contract Date;
(b) A breach of the Contract by the Company or the Company Group;
(c) Any delay in obtaining an Authorisation or change to an Authorisation to be obtained
by Company in accordance with clause 25 of the Conditions of Contract;
(d) Compliance by the Contractor with a direction of the Company as regards how
Contractor should proceed in respect of:
(i) a Deficiency under clause 17 of the Conditions of Contract;
(ii) suspension under clause 29 of the Conditions of Contract except where the
suspension is directed as a consequence of a breach of the Contract by the
Contractor;
(iii) steps to be taken under clause 18 of the Conditions of Contract to mitigate or
recover the effects of delay to the progress of the Work Under the Contract
which is caused by the Company Group; or
(iv) delayed delivery of a Company Provided Item or (subject to the provisions of
clause 15 of the Conditions of Contract) loss, damage, defects or deterioration
of any Company Provided Items not caused by the Contractor;
(v) Rectification of loss or damage caused by an Excepted Risk.
(e) Delay and/or disruption to the progress of the Work Under the Contract caused by the
work or activities of:
(i) Other Contractors;
(ii) Competent Authorities; or
(iii) Company Group;
(f) Where part of the Permanent Works has been uncovered or opened up pursuant to a
direction of the Company and is found to be in accordance with the requirements of
the Contract;
(g) Additional tests or inspections directed by the Company (unless the results of such
tests or inspections show that the Contractor has not complied with the Contract);
(h) Treatment or removal of pollution and contamination not caused by the Contractor
Group or existing on the Site at the Contract Date which is required to enable the
Works to be completed;
(i) Complying with instructions of the Company in relation to the discovery of any fossils,
coins, articles of value or antiquity, structures and other remains or items of geological
or archaeological interest found on the Site of which the Contractor was not aware at
the Contract Date;
(j) Where the Company is unable to provide accommodation for the number of persons
for which it is responsible to provide accommodation under Exhibit H (Company
Provided Items & Information), as that number may be adjusted in accordance with
section 3(h);

Upstream Projects page 57 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(k) A Change directed by the Company except to the extent that such Change is required
due to the default, negligence or breach of duty (including contractual and statutory) of
the Contractor;
(l) A failure by the Company to:
(i) provide access to the Site (or parts thereof), sufficient to enable the Contractor
to perform the Work Under the Contract, by the date specified in Exhibit H
(Company Provided Items & Information);
(ii) provide Technical Information by the date specified in Exhibit H (Company
Provided Items & Information); or
(iii) provide the Contractor with a Company Provided Item by the date specified or
otherwise in accordance with Exhibit H (Company Provided Items &
Information), except where the Company’s failure is due to the Contractor’s
breach of the Contract;
(m) Any revisions to the IFC documentation subsequent to the completion of the
IFC Adjustment Process in accordance with section 4 below; or
(n) Subject to clause 28C of the Conditions of Contract, the occurrence of inclement
weather and/or a Force Majeure Event.

3. GUIDELINES FOR ANY ADJUSTMENT TO THE TARGET COST


(a) The Contractor has an obligation to mitigate the effects of any delay.
(b) For the avoidance of doubt, there will be no adjustment to the Target Cost:
(i) as a result of inclement weather or Force Majeure Events (other than in
accordance with clause 28C of the Conditions of Contract); or
(ii) due to the Contractor undertaking Remedial Works.
(c) Regard will be given to any significant saving of Actual Costs (against the Target Cost)
achieved by the Contractor as a consequence of the Adjustment Event in assessing
whether there should be an adjustment to the Target Cost.
(d) If the Company directs any relaxation or dispensation in respect of any standards or
requirements with which the Contractor must comply under the Contract, any resulting
cost savings should be taken into account when assessing whether there should be an
adjustment to the Target Cost.
(e) Other than where section 4 applies, the Direct Costs attributable to an Adjustment
Event shall be either:
(iii) a reasonable estimate of the Contractor’s additional Direct Costs attributable to
that Adjustment Event, as approved by the PMG; or
(iv) the amount of the actual additional Direct Costs reasonably and properly
incurred by the Contractor that are attributable to that Adjustment Event, as
approved by the PMG.
(f) The calculation of the Indirect Costs for any adjustment to the Target Cost shall be
valued in accordance with section 5.

Upstream Projects page 58 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(g) If, as a consequence of an Adjustment Event for which an adjustment to the Target
Cost has been approved, additional Contractor’s Personnel are required to overcome
the effects of, or delay caused by, that relevant Adjustment Event, the PMG (or the
PMB, as the case may be) must also determine the applicable adjustment (if any is
required) to the number of persons for which the Company is required to provide
accommodation under Exhibit H (Company Provided Items & Equipment).
(h) It is acknowledged that the screening and treatment of backfill for Gas and Water
trunkline works has not been allowed for in the Target Cost and that:
(i) the Contractor’s assessment of the available geotechnical data for trunkline
construction indicates that it is unlikely that hard rock will be encountered and
the Target Cost assumes the use of trenching machines for the excavation,
which will produce spoil suitable for use as backfill material including placement
by a padder for surround to the pipe in accordance with the specification; and
(ii) if hard rock is encountered where a trenching machine cannot be used, an
excavator and rock hammer will be used to remove the rock. In this instance,
the relevant rock rate includes sand bed and surround (in compliance with the
particle size distribution in QCLNG-BB00-PLE-SPE-302012).
(i) The content of the ‘Charlie Trunkline Geotechnical Investigation - Interim Factual
Report’ (QCLNG-BB62-CIV-RPT-302004) was considered in the assessment of the
anticipated volume and location of “rock” and in the determination of the Budget and
the Target Cost.
(j) For the purposes of interpretation, measurement and/or payment under the Contract
"rock" (with respect to trenching activities, including but not limited to the gas and
water Trunklines) shall be defined as only that material found in ledges, masses,
bedded deposits and/or conglomerate deposits so firmly cemented and presenting the
characteristics of rock, cannot be removed for bulk excavation by a ripper tractor rated
at 140KW (187HP) or for trench excavation, by using a bucket excavator rated at
110KW (146HP) with rock bucket fixed with tiger teeth, and would normally be
removed by a mechanical impactor/rock hammer mounted on an excavator rated as
above. Floaters in trenches, foundations or similar excavations shall be classified as
“rock” only when their least dimension exceeds 0.6m or where their volume exceeds
0.25m3.

4. PROCESS FOR ADJUSTING THE TARGET COST FOR REVISIONS


TO IFC DOCUMENTATION
(a) The Parties acknowledge that the Direct Costs component of the Target Cost is based
on the quantities and the reference documents identified in Exhibit B: Attachment 1A
(Budget).
(b) The Parties agree that, subject to section 4(k), the Target Cost will be adjusted for
changes in quantities resulting from the completion of the design.
(c) The Target Schedule may also be adjusted where the performance of the Work Under
the Contract in accordance with the final IFC Documentation will result in Practical
Completion of Separable Portion 2 being achieved later than the applicable Target
Milestone Date shown in the Target Schedule as attached at Exhibit C to the Contract.

Upstream Projects page 59 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(d) For the avoidance of doubt, the process for adjustment of the Target Cost and the
Target Schedule in this section 4 will cover all changes in quantities resulting from
changes to the IFC Documentation and any other adjustments to the Target Cost
agreed between the Parties after the Contract Date, up to and including the date of
issue of the final IFC Documentation by the Company.
(e) The Contractor shall be provided with an updated Exhibit H from which to revise the
Target Cost once all relevant Company Provided Information has reached ‘Issued for
Construction (IFC)’ status.
(f) Following receipt of the final IFC Documentation from the Company, the Contractor
shall recalculate the Direct Costs component of the Target Cost in accordance with
sections 4(g) and (h).
(g) Except as provided in section 4(h), the Direct Costs component of the Target Cost will
be recalculated using the rates for each element of the Direct Cost listed in Exhibit B:
Attachment 1A (Budget) and applying the Budget Preambles detailed in Exhibit B:
Attachment 1 (Budget Preambles). Should a rate not exist in Exhibit B: Attachment 1A
(Budget) for an element of Direct Cost, the Contractor shall:
(i) apply pro rata any existing rate in Exhibit B: Attachment 1A (Budget) which is
most applicable to that element of Direct Cost; or
(ii) if none of the existing rates in Exhibit B: Attachment 1A (Budget) is applicable,
propose an appropriate rate for that element of Direct Cost for consideration by
the PMG.
(h) The Parties agree that for the purpose of the IFC Adjustment Process:
(i) Subcontractor Indirect Costs will constitute a Direct Cost of the Contractor; and
(ii) the Direct Costs component of the Target Cost will be increased for:
(A) the additional Subcontractor Direct Costs; and
(B) Subcontractor Indirect Costs on those Direct Costs calculated as follows:
(1) in respect of the E&I Subcontractor, 70% of its Direct Costs; and
(2) for each other Subcontractor, a reasonable percentage of its Direct
Costs not exceeding the Indirect Costs Percentage.
(i) For the purpose of the IFC Adjustment Process, the Indirect Costs component of the
Target Cost shall be adjusted in accordance with section 5(b).
(j) For the avoidance of doubt:
(i) the adjustment to the Direct Costs component of the Target Cost under the
IFC Adjustment Process will not include any Direct Costs for Provisional Sum
Items; and
(ii) the amounts included in Exhibit B: Attachment 1 (Budget) under the heading
‘Risks and Opportunities’ will not be adjusted as part of the IFC Adjustment
Process.
(k) The Parties agree that, if the revised Direct Costs component of the Target Cost, as
determined in accordance with sections 4(g) and 4(h), exceeds the Direct Costs
Component of the Target Cost at the Contract Date by more than 30%:

Upstream Projects page 60 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(i) the Target Cost will not be adjusted in accordance with the process in
sections 4(f) to (i); and
(ii) without limiting the Company’s rights under the Contract, the Parties agree to
negotiate in good faith to attempt to agree an adjustment to be made to the
Target Cost.
(l) The Parties agree not to refer any disagreement regarding the adjustment to be made
to the Target Cost pursuant to section 4(k) to litigation in accordance with clause 39 of
the Conditions of Contract or to expert determination in accordance with clause 39A of
the Conditions of Contract.
(m) Except where section 4(k) applies, the Contractor shall submit its proposed adjustment
to the Target Cost, calculated in accordance with sections 4(g) to (i), to the PMG in
accordance with clause 8.4 of the Conditions of Contract. The PMG will endeavour to
decide the adjustment (if any) to be made to the Target Cost and/or the Target
Schedule arising from the IFC Adjustment Process.
(n) The Parties agree not to refer any Dispute arising in relation to the IFC Adjustment
Process to litigation in accordance with clause 39 of the Conditions of Contract (or
otherwise).
(o) If the PMG is unable to reach a unanimous resolution regarding the adjustment to the
Target Cost and/or the Target Schedule arising from the IFC Adjustment Process, the
matter may be referred to the PMB in accordance with clause 8.4(b) of the Conditions
of Contract and any adjustment to the Target Cost agreed by the PMB will be final and
binding for the purpose of this Contract.
(p) If the PMB is unable to agree the adjustment to the Target Cost and/or the Target
Schedule arising from the IFC Adjustment Process within 10 Working Days of the date
on which the matter was referred to the PMB:
(i) either Party may refer the matter to the Parties’ senior management
representatives for resolution; and
(ii) if so referred, each Party must within 5 Working Days nominate a senior
management representative with authority to negotiate and agree the
adjustment to the Target Cost arising from the IFC Adjustment Process.
(q) The Parties’ senior management representatives must meet and attempt in good faith
to agree the adjustment to the Target Cost arising from the IFC Adjustment Process
within 10 Working Days of the date on which the matter was referred to them.
(r) Any adjustment to the Target Cost which is agreed by the Parties’ senior management
representatives will be final and binding for the purposes of this Contract.
(s) If the Parties’ senior management representatives are unable to agree the adjustment
to the Target Cost arising from the IFC Adjustment Process within 10 Working Days of
the date on which the matter was referred to them, either Party may refer the matter to
expert determination in accordance with clause 39A of the Conditions of Contract and
the expert shall be entitled to make a determination on the matters the Parties have
been unable to agree.
(t) For the avoidance of doubt, the dispute resolution process in sections 4(o) to (s) will
not apply in relation to a disagreement regarding the adjustment to be made to the
Target Cost in accordance with section 4(k).
Upstream Projects page 61 of 66
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

5. CALCULATION OF INDIRECT COSTS FOR ADJUSTMENTS TO


THE TARGET COST
(a) The Indirect Costs to be included in any adjustment to the Target Cost will be
determined in accordance with this section 5.
(b) For the purpose of the IFC Adjustment Process:
(i) the non-time related Indirect Costs component of the adjustment to the Target
Cost will be determined in accordance with the following formula:

AIC = $78,386,030 + ((ADC – $123,129,770) x ICP)

where:

ADC = the adjusted Direct Costs component of the Target Cost, as determined in
accordance with section 4(g) and (h), excluding any Direct Costs for
Provisional Sum Items;
AIC = the adjusted Indirect Costs component of the Target Cost; and
ICP = the Indirect Costs Percentage;

(ii) if the Target Milestone Date for Practical Completion of Separable Portion 2 is
extended by more than 28 days as part of the IFC Adjustment Process, the time
related Indirect Costs component of the Target Cost will also be increased by
either:
(A) a reasonable estimate of the additional Indirect Costs the Contractor will
incur as a consequence of that extension, as approved by the PMG; or
(B) the amount of the actual Indirect Costs reasonably and properly incurred
by the Contractor as a consequence of that extension, as approved by the
PMG; and

(iii) if additional Project site offices or buildings (required by the Contractor for the
Work Under the Contract arising out of the IFC Adjustment Process) are
approved by the PMG, the Indirect Costs component of the Target Cost will also
be increased by the amount of the actual Indirect Costs reasonably and properly
incurred by the Contractor as a consequence.
(c) For the avoidance of doubt, the Contractor will not be entitled to an adjustment to the
Indirect Costs component of the Target Cost under section 5(b)(ii) in relation to any
additional Indirect Costs the Contractor anticipates it will incur, or does incur, in
respect of the first 28 days of any extension to the Date for Practical Completion of
Separable Portion 2.
(d) Subject to section 5(e), for the purpose of all adjustments to the Target Cost made
under this Exhibit B: Attachment 5 subsequent to the IFC Adjustment Process, the
Parties agree that the Target Cost will be adjusted by either:

Upstream Projects page 62 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

(i) a reasonable estimate of the additional Indirect Costs the Contractor will incur as
a consequence of the relevant Adjustment Event, as approved by the PMG; or
(ii) the amount of the actual Indirect Costs incurred by the Contractor as a
consequence of that extension, as approved by the PMG.
(e) The Indirect Costs attributable to inclement weather and/or Force Majeure Events will
be valued, and (subject to Clause 28C of the Conditions of Contract) the Target Cost
will be adjusted, by adding the amount calculated in accordance with the following
formula:
AddDC x 44.64%
where AddDC = the additional Direct Costs incurred by the Contractor as a
consequence of the inclement weather and/or Force Majeure Event.

Upstream Projects page 63 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

ATTACHMENT 5A – INDIRECT COSTS PERCENTAGE

1. For the purpose of Table 1 below, the percentage change in Direct Costs will be
calculated based on the following formula:

% change in Direct Costs = {ADC – $123,129,770} x 100


{ $123,129,770 }

where “ADC” has the meaning given in section 5(b)(i) of Exhibit B: Attachment 5.

2. The Indirect Costs Percentage will be determined in accordance with Table 1 below, by
reference to the applicable percentage change in Direct Costs calculated in accordance
with section 1.

Table 1: Calculation of Indirect Costs Percentage

Percentage change in Direct Costs Indirect Costs


(Range) Percentage

-9.01 to -10 -22.09

-8.01 to -9 -20.68

-7.01 to -8 -19.26

-6.01 to -7 -17.85

-5.01 to -6 -16.43

-4.01 to -5 -15.02

-3.01 to -4 -13.60

-2.01 to -3 -12.19

-1.01 to -2 -10.77

-0.5 to -1 -9.36

-0.1 to -0.49 0.00

0 to 0.49 19.56

0.5 to 1 20.97

Upstream Projects page 64 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Percentage change in Direct Costs Indirect Costs


(Range) Percentage

1.01 to 2 22.39

2.01 to 3 23.80

3.01 to 4 25.22

4.01 to 5 26.63

5.01 to 6 28.05

6.01 to 7 29.46

7.01 to 8 30.88

8.01 to 9 32.29

9.01 to 10 33.71

10.01 to 11 35.12

11.01 to 12 36.54

12.01 to 13 37.95

13.01 to 14 39.37

14.01 to 15 40.78

15.01 to 16 42.19

16.01 to 17 43.61

17.01 to 18 45.02

18.01 to 19 46.44

19.01 to 20 47.85

20.01 to 21 49.27

21.01 to 22 50.68

22.01 to 23 52.10

23.01 to 24 53.51

24.01 to 25 54.93

Upstream Projects page 65 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
EXHIBIT B – COMPENSATION

Percentage change in Direct Costs Indirect Costs


(Range) Percentage

25.01 to 26 56.34

26.01 to 27 57.76

27.01 to 28 59.17

28.01 to 29 60.59

29.01 to 30 62.00

Upstream Projects page 66 of 66


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit B - Compensation
SURAT NORTH MAIN WORKS SCOPE $241,225,334.00
Facility Cost Break-Down Total ($)
FCS Total $47,000,882.63
FCS Access Roads Total $3,663,264.00
Charlie 132kV Substation Total $4,320,806.18
132kV Overhead Line Total $14,830,569.07
Woleebee Ck Sub Mods Total $2,027,082.00
Trunkline Inc 33kV Power Total $40,179,137.26
Ponds and Related Total $8,608,148.86
Laydown Area Total $1,966,073.44
WC CPP Tie In - Gas Total $533,806.67
Project Indirect Costs (General) Total $78,386,029.96
Risks and Opportunities $9,574,991.00
Provisional Sums $11,136,371.73
Contractor Margin 9.00% $18,998,171.20
Grand Total $241,225,334.00

1.PROJECT SUMMARY
FCS

Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2 Site Development Access Track - Temporary to FCS Exhibit H km 2.3 $ 133,968.70 $308,128.01
2.1 Site Development Clearing and grubbing QCLNG-BB62-CIV-MTO-301000_B m2 185,000 $ 0.58 $108,100.00
2.2 Site Development 200mm Top soil stripping & stockpile QCLNG-BB62-CIV-MTO-301000_B m2 160,000 $ 0.82 $131,854.00
2.3 Site Development Topsoil Respreading & Grassing, including: gypsum, fertiliser and watering QCLNG-BB62-CIV-MTO-301000_B m2 56,000 $ 4.29 $240,438.00
2.4 Site Development Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB62-CIV-MTO-301000_B m2 56,000 $ 0.52 $28,903.00
2.5 Site Development Final Trim Batters > 10% Slopes QCLNG-BB62-CIV-MTO-301000_B m2 50,000 $ 1.84 $91,983.00
2.6 Site Development Cut to Waste QCLNG-BB62-CIV-MTO-301000_B m3 33,000 $ 6.72 $221,699.00
2.7 Site Development Cut to General Fill QCLNG-BB62-CIV-MTO-301000_B m3 43,000 $ 9.73 $418,238.00
2.8 Site Development Subgrade Preparation under fill QCLNG-BB62-CIV-MTO-301000_B m2 50,000 $ 1.25 $62,741.00
2.9 Site Development Extra over bulk earthworks items, for Trapezoidal Drains QCLNG-BB62-CIV-MTO-301000_B m 3,100 $ 8.05 $24,946.00
2.10 Site Development Reinforced Box Culvert - Single Cell - 900 mm X 600 mm QCLNG-BB62-CIV-MTO-301000_B m 88 $ 747.68 $65,497.00
2.11 Site Development Reinforced Box Culvert - Single Cell - 1200 mm X 600 mm QCLNG-BB62-CIV-MTO-301000_B m 31 $ 900.80 $28,105.00
2.12 Site Development Headwall - RCBC 900 mm X 600 mm QCLNG-BB62-CIV-MTO-301000_B ea 20 $ 1,705.95 $34,119.00
2.13 Site Development Headwall - RCBC 1200 mm X 600 mm QCLNG-BB62-CIV-MTO-301000_B ea 6 $ 1,877.17 $11,263.00
2.14 Site Development Bund, 600 mm high QCLNG-BB62-CIV-MTO-301000_B m 180 $ 110.92 $19,966.00
2.15 Site Development RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB62-CIV-MTO-301000_B m3 480 $ 115.75 $55,559.00
2.16 Site Development Geotextile - beneath riprap QCLNG-BB62-CIV-MTO-301000_B m2 1,800 Included in 2.15
2.17 Site Development Spillway - 25 mm crushed aggregate 150 mm thick QCLNG-BB62-CIV-MTO-301000_B m2 700 Included in 2.21
Slotted 225 mm Dia. uPVC pipe, wrapped in Bidim A44 Geotextile Fabric and encased in
Site Development ea 3
2.18 rock drainage media (D50 = 75 mm) QCLNG-BB62-CIV-MTO-301000_B $ 304.33 $913.00
2.19 Site Development 225mm Dia. uPVC, including: supply, install, trenching, bedding and backfill QCLNG-BB62-CIV-MTO-301000_B m 233 $ 101.10 $23,557.00
2.20 Site Development Low flow outlet headwall, including:supply and install QCLNG-BB62-CIV-MTO-301000_B ea 3 $ 735.67 $2,207.00
2.21 Site Development Spillway - 150 mm Geoweb QCLNG-BB62-CIV-MTO-301000_B m2 700 $ 68.61 $48,030.00
2.22 Site Development Spillway- Geotextile liner QCLNG-BB62-CIV-MTO-301000_B m2 840 $ 3.38 $2,838.00
2.23 Site Development Concrete riser pit - 1200 mm dia x 1200 mm high, grated lid and concrete base. QCLNG-BB62-CIV-MTO-301000_B ea 3 $ 3,809.67 $11,429.00
2.24 Site Development 2.4 m High Security fencing QCLNG-BB62-CIV-MTO-301000_B m 1,600 $ 76.36 $122,168.00
2.25 Site Development Stock Fence, 5 strand - sediment ponds QCLNG-BB62-CIV-MTO-301000_B m 1,200 $ 12.50 $14,999.00
2.26 Site Development Double access gates in security fencing - 6.0 m wide QCLNG-BB62-CIV-MTO-301000_B ea 4 $ 4,093.00 $16,372.00
2.27 Site Development Double access gates in security fencing - 8.0 m wide QCLNG-BB62-CIV-MTO-301000_B ea 4 $ 4,785.75 $19,143.00
2.28 Site Development Single access pedestrian gates in security fencing - 1.0 m wide QCLNG-BB62-CIV-MTO-301000_B ea 12 $ 3,673.25 $44,079.00
2.29 Site Development Single access gate in 5 strand wire fencing - 5 m wide QCLNG-BB62-CIV-MTO-301000_B ea 3 $ 1,039.00 $3,117.00
2.30 Site Development Safety Signs QCLNG-BB62-CIV-MTO-301000_B ea 34 $ 735.29 $25,000.00
2.31 Site Development Weedmat QCLNG-BB62-CIV-MTO-301000_B m2 23,100 $ 2.52 $58,239.00
2.32 Site Development Crushed Rock - 150mm layer uncompacted (D50 = 25mm) QCLNG-BB62-CIV-MTO-301000_B m2 21,000 $ 17.64 $370,411.00
2.33 Site Development Preparation of surface beneath weedmat, including: gypsum, herbicide & tyning QCLNG-BB62-CIV-MTO-301000_B m2 21,000 $ 0.52 $10,838.00
2.34 Site Development Supply and install 3600 x 1500 reinforced concrete box culvert including base slab. QCLNG-BB62-CIV-MTO-301000_B m 10 $ 7,504.08 $73,540.00
2.35 Site Development Retaining wall - rock filled gabions (2m x 1m x 1m) QCLNG-BB62-CIV-MTO-301000_B m3 88 $ 146.92 $12,929.00
2.36 Site Development RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB62-CIV-MTO-301000_B m3 40 $ 115.75 $4,630.00
2.37 Site Development Guardrail (TMR standard) QCLNG-BB62-CIV-MTO-301000_B m 100 $ 235.00 $23,500.00
2.38 Site Development Hardstand Wearing Course Pavement Material, Type 3.2 QCLNG-BB62-CIV-MTO-301000_B m3 7,000 $ 83.61 $585,266.00
2.39 Site Development Hardstand Base Pavement Material, Type 3.2 QCLNG-BB62-CIV-MTO-301000_B m3 10,300 $ 78.55 $809,026.00
2.40 Site Development Pavement Subgrade Preparation QCLNG-BB62-CIV-MTO-301000_B m2 75,000 $ 1.84 $138,078.00
2.41 Site Development Roads URA Base Pavement Material - Type 2.1 QCLNG-BB62-CIV-MTO-301000_B m3 350 $ 121.74 $42,610.00
2.42 Site Development Roads URA Sub Base Pavement Material - Type 2.4 QCLNG-BB62-CIV-MTO-301000_B m3 650 $ 96.59 $62,782.00
2.43 Site Development Roads URB Wearing Course Material - Type 3.2 QCLNG-BB62-CIV-MTO-301000_B m3 360 $ 108.37 $39,014.00
2.44 Site Development Roads URB Base Pavement Material - Type 3.2 QCLNG-BB62-CIV-MTO-301000_B m3 810 $ 100.96 $81,776.00
2.45 Site Development Roads URC Pavement Material - Type 3.2 QCLNG-BB62-CIV-MTO-301000_B m3 1,600 $ 97.19 $155,508.00
2.46 Site Development 2 Coat Bitumen Seal QCLNG-BB62-CIV-MTO-301000_B m2 2,600 $ 7.45 $19,374.00

2.47 Site Development Extra over rate - Remove and Replace unsuitable material - Pads m3 - $ 25.21
2.48 Site Development Extra over rate - Remove and Replace unsuitable material - Underneath Structures m3 - $ 102.12
Extra over rate - Engineered fill remove and replace insitu material to meet site classification
Site Development m3 -
2.49 to a depth of 1.8m $ 102.12
Site Development Total $4,672,912.01
2.50 Concrete Screw Piles QCLNG-BB62-STR-MTO-301001 REV D ea 169 $ 926.51 $156,580.19
2.51 Concrete Pile cap - 900dia m3 $ - Excluded
2.52 Concrete Pile cap - 750dia. m3 $ - Excluded
2.53 Concrete Pile Cap Concrete - All In QCLNG-BB62-STR-MTO-301001 REV D m3 242 $ 4,475.81 $1,082,296.00
2.54 Concrete Slab on Grade - All In QCLNG-BB62-STR-MTO-301001 REV D m3 1,475 $ 1,182.82 $1,744,837.00
2.55 Concrete Bored Pier Foundation 450 dia - All In QCLNG-BB62-STR-MTO-301001 REV D m3 47 $ 5,881.59 $275,023.15
2.56 Concrete Bored Pier Foundation 600 dia - All In QCLNG-BB62-STR-MTO-301001 REV D m3 526 $ 2,125.36 $1,118,938.28

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2.57 Concrete Bored Pier Foundation 750 dia - All In QCLNG-BB62-STR-MTO-301001 REV D m3 773 $ 1,603.88 $1,240,009.00
2.58 Concrete Bored Pier Foundation 900 dia - All In - Flare - Flare Boot QCLNG-BB62-STR-MTO-301001 REV D m3 - Excluded
2.59 Concrete Structural Foundations - All In QCLNG-BB62-STR-MTO-301001 REV D m3 835 $ 1,278.72 $1,067,426.00
2.60 Concrete Walls - All In QCLNG-BB62-STR-MTO-301001 REV D m3 31 $ 4,987.59 $153,568.00
2.61 Concrete Lean Concrete Blinding QCLNG-BB62-STR-MTO-301001 REV D m3 65 $ 576.00 $37,463.00
2.62 Concrete Concrete riser pits c/w grated lid and concrete base. QCLNG-BB62-STR-MTO-301001 REV D ea 20 $ 10,399.45 $207,989.00
2.63 Concrete Pre-cast items QCLNG-BB62-STR-MTO-301001 REV D ea 70 $ 1,054.74 $73,832.00

2.64 Concrete Screw Piles - Early refusal QCLNG-BB62-STR-MTO-301001 REV D ea 169 $ 1,094.41
Concrete Total $7,157,961.62
2.65 Structural Structural Steel Light, (<25 kg/m) (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF MT 34.79 $ 9,740.76 $338,881.00
2.66 Structural Structural Plate (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF MT - Included in 2.65
2.67 Structural Steel Floor Grating - A325MPG (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF m2 190.34 $ 375.89 $71,546.00
2.68 Structural Handrail with Kickplate (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF m 339.24 $ 320.45 $108,711.00
2.69 Structural Stair Treads - A325MPG - 900mm Wide x 245mm Deep (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF ea 141.00 $ 172.10 $24,266.00
2.70 Structural Structural Steel Medium, (25 - 75 kg/m) (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF MT 43.79 $ 8,107.01 $355,006.00
2.71 Structural Structural Steel Heavy, (75- 150 kg/m) (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF MT 5.14 $ 5,331.71 $27,405.00
2.72 Structural Unistrut (Non PAU) QCLNG-BB62-STR-MTO-301000_D-NF MT - Included in 2.396
2.73 Structural Vendor Supplied - Structural Plate (E&I Equipment Rooms) QCLNG-BB62-STR-MTO-301000_D-NF MT - Included in 2.74
2.74 Structural Vendor Supplied - Structural Steel Medium, (25 - 75 kg/m) (E&I Equipment Rooms) QCLNG-BB62-STR-MTO-301000_D-NF MT 11.20 $ 2,353.66 $26,361.00
2.75 Structural Vendor Supplied - Steel Floor Grating - A325MPG (E&I Equipment Rooms) QCLNG-BB62-STR-MTO-301000_D-NF m2 269.42 $ 93.89 $25,295.00
2.76 Structural Vendor Supplied - Handrail with Kickplate (E&I Equipment Rooms) QCLNG-BB62-STR-MTO-301000_D-NF m 195.74 $ 83.45 $16,335.00
Vendor Supplied - Stair Treads - A325MPG - 900mm Wide x 245mm Deep (E&I Equipment
Structural ea 110.00
2.77 Rooms) QCLNG-BB62-STR-MTO-301000_D-NF $ 54.70 $6,017.00
Structural Total $999,823.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - Inlet Manifold (BB62-360-21-PAU01) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.78 QCLNG-BB62-STR-MTO-301001 REV D $ 248,296.00 $248,296.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - North-South Process (BB62-360-32-PAU02) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.79 QCLNG-BB62-STR-MTO-301001 REV D $ 282,469.00 $282,469.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - North-South Process (BB62-360-32-PAU03) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.80 QCLNG-BB62-STR-MTO-301001 REV D $ 427,956.00 $427,956.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - East-West Process (BB62-360-33-PAU04) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.81 QCLNG-BB62-STR-MTO-301001 REV D $ 332,058.00 $332,058.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - East-West Process (BB62-360-33-PAU05) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.82 QCLNG-BB62-STR-MTO-301001 REV D $ 380,408.00 $380,408.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - East-West Process (BB62-360-33-PAU06) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.83 QCLNG-BB62-STR-MTO-301001 REV D $ 380,107.00 $380,107.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - East-West Process (BB62-360-33-PAU07) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.84 QCLNG-BB62-STR-MTO-301001 REV D $ 301,653.00 $301,653.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - East-West Process (BB62-360-33-PAU08) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.85 QCLNG-BB62-STR-MTO-301001 REV D $ 211,897.00 $211,897.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - North-South Process (BB62-360-32-PAU09) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.86 QCLNG-BB62-STR-MTO-301001 REV D $ 303,291.00 $303,291.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - North-South Process (BB62-360-32-PAU10) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.87 QCLNG-BB62-STR-MTO-301001 REV D $ 354,723.00 $354,723.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - Metering Skid (BB62-360-61-PAU11) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.88 QCLNG-BB62-STR-MTO-301001 REV D $ 273,411.00 $273,411.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - LP Flare Control Valves (BB62-360-23-PAU13) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.89 QCLNG-BB62-STR-MTO-301001 REV D $ 367,119.00 $367,119.00
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Rack Module - Flare Pumps (BB62-360-71-PAU14) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.90 QCLNG-BB62-STR-MTO-301001 REV D $ 61,701.00 $61,701.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
QCLNG-BB62-PIP-MTO-301000_E-NF.XLSX,
Modules PAU Process Module - East/West Rack Module Transition (BB62-360-71-PAU15) QCLNG-BB62-STR-MTO-301000_D-NF, Lot 1
2.91 QCLNG-BB62-STR-MTO-301001 REV D $ 93,764.00 $93,764.00
Modules Total $4,018,853.00
2.96 Mechanical Screw Compressor Package (Train) - Capacity, 20 MMscfd; Howden Compressor WorkPack_17042015 ea 12 $ 113,138.58 $1,357,663.00
2.97 Mechanical Facility Flare Boot Pump QCLNG-BB62-MEC-LST-301000_C Lot 1 $ 5,533.00 $5,533.00
2.98 Mechanical Gathering Flare Boot Pump QCLNG-BB62-MEC-LST-301000_C Lot 2 $ 2,766.50 $5,533.00
2.100 Mechanical Facility Flare Package Flare Package (Preliminary)_50515 Lot 1 $ 53,020.00 $53,020.00
2.101 Mechanical Facility Flare Control Panel Flare Package (Preliminary)_50515 Lot 1 $ 3,999.00 $3,999.00
2.102 Mechanical Gathering Flare Package Flare Package (Preliminary)_50515 Lot 1 $ 53,020.00 $53,020.00
2.103 Mechanical Gathering Flare Control Panel Flare Package (Preliminary)_50515 Lot 1 $ 3,999.00 $3,999.00
2.104 Mechanical Gas Metering Skid - 240 MMSCFD QCLNG-BB62-MEC-PLT-301001_C Lot 1 Included in 2.88
2.105 Mechanical Inlet Separator Vessel - 240 MMSCFD QCLNG-BB62-MEC-LST-301000_C Lot 1 $ 6,795.00 $6,795.00
2.106 Mechanical Instrument Air & Nitrogen Generation Package QCLNG-BB00-MEC-GAD-350016 rev A Lot 1 $ 186,216.00 $186,216.00
2.107 Mechanical LTS Dehydration Package - 80 MMSCFD LTS Dehydration Workpack_21042015 Lot 3 $ 54,660.33 $163,981.00
2.108 Mechanical Pig Launcher - Skid (BB62-360-60-PAU12) QCLNG-BB62-MEC-LST-301001_C Lot 1 $ 315,955.00 $315,955.00
2.109 Mechanical Slug Catcher (LPD Sump) QCLNG-BB62-MEC-LST-301001_C Lot 1 (5 of) $ 279,527.00 $279,527.00
2.110 Mechanical Oily Water Tank QCLNG-BB62-MEC-LST-301000_C Lot 1 $ 8,847.00 $8,847.00
2.111 Mechanical Oil Skimmer (Contiuous Hose Type) Phase one Oil Skimmer Included in 2.110
2.112 Mechanical Backup Nitrogen Bottles QCLNG-BB62-POC-PID Included in 2.106
2.113 Mechanical Interceptor pit Pumps Phase one Interceptor Pit Pumps Lot 2 $ 2,526.50 $5,053.00
2.114 Mechanical Supply of Temporary Nitrogen Unit for gathering flare Exhibit A Lot 1 $ 112,147.00 $112,147.00
Mechanical Total $2,561,288.00
2.115 Electrical MAIN HV Room 33kv QCLNG-BB62-ELE-LST-301001_D ea 1 $6,934.00 $6,934.00
2.116 Electrical Compressor HV Room QCLNG-BB62-ELE-LST-301001_D ea 1 $ 4,934.00 $4,934.00
2.117 Electrical BOP HV Room/LV Room QCLNG-BB62-ELE-LST-301001_D ea 1 $ 6,934.00 $6,934.00
2.118 Electrical Compressor LV Room QCLNG-BB62-ELE-LST-301001_D ea 1 $ 4,934.00 $4,934.00
2.120 Electrical Early Dewatering MCC QCLNG-BB62-ELE-LST-301001_D ea 1 $ 4,934.00 $4,934.00
2.121 Electrical BOP 33/6.6kV 25MVA Transformer QCLNG-BB62-ELE-LST-301001_D ea 2 $ 34,134.50 $68,269.00
2.122 Electrical Compressor 33/6.6kV 25MVA Transformer QCLNG-BB62-ELE-LST-301001_D ea 2 $ 34,134.50 $68,269.00
2.123 Electrical Compressor 6.6/0.42kV 1.5MVA Transformer QCLNG-BB62-ELE-LST-301001_D ea 2 $ 13,334.50 $26,669.00
2.124 Electrical BOP 6.6/0.42kV 1MVA Transformer QCLNG-BB62-ELE-LST-301001_D ea 2 $ 10,034.50 $20,069.00
2.125 Electrical Neutral Earth Resistor (25MVA, 6.6KV) QCLNG-BB62-ELE-LST-301001_D ea 4 $ 483.75 $1,935.00
2.126 Electrical Earth Grid Cable Trench - Trenching Common Machine c/w Backfill; Warning Tape m 5,245 $ 196.11 $1,028,572.00
FCS Inplant - Cable Trench - Trenching Common Machine c/w Backfill; Sand - Electrical
Electrical QCLNG-BB62-ELE-PLT DRAWINGS m 2,244
2.127 Resitivity of 1.2; Warning Tape; Protective Cable Cover Strips $ 307.84 $690,793.00
2.128 Electrical Cable Pits QCLNG-BB62-ELE-LST-301001_D ea 14 Included in 2.127
2.129 Electrical Junction Box QCLNG-BB62-ELE-PLT DRAWINGS ea 62 $ 2,855.06 $177,014.00
2.130 Electrical LOCAL CONTROL STATION QCLNG-BB62-ELE-LST-301001_D ea 2 $ 967.50 $1,935.00
2.131 Electrical Facility Flare Control Panel QCLNG-BB62-ELE-LST-301001_D ea 2 $ 967.50 $1,935.00
2.132 Electrical Gathering Flare Control Panel QCLNG-BB62-MEC-LST-301000_C ea - Included in 2.101 & 2.103
2.133 Electrical PAGA Exe Speaker QCLNG-BB62-TEL-LST-301001_B ea 47 $ 3,482.23 $163,665.00
2.134 Electrical PAGA Exe Beacon QCLNG-BB62-TEL-LST-301001_B ea 50 $ 3,059.02 $152,951.00
2.135 Electrical PAGA Internal Speaker QCLNG-BB62-TEL-LST-301001_B ea 8 $ 638.63 $5,109.00
2.136 Electrical Fibre Distribution Rack ea - Included
2.137 Electrical Power Distribution Box ea - Included
2.138 Electrical Card Reader - Data Sht: QCLNG-BX00-TEL-DSH-300030 (installation of) QCLNG-BB62-TEL-LST-301001_B ea 6 $ 990.00 $5,940.00
2.139 Electrical Access Controller QCLNG-BB62-TEL-LST-301001_B ea 4 $ 387.00 $1,548.00
2.140 Electrical CCTV Cable Pits ea - Included in 2.127
2.141 Electrical CCTV Camera JB ea - Included in 2.142
2.142 Electrical CCTV Camera, IndigoVision 9000 Range SD PTZ IP QCLNG-BB62-TEL-LST-301001_B ea 5 $ 6,390.20 $31,951.00
2.143 Electrical CCTV - 8 Metre Mid Hinged Pole -BB62-TEL-LST-301001_B & QCLNG-BB62-TEL-PLT DRA ea 11 $ 3,988.00 $43,868.00
2.144 Electrical FPP (CCTV) ea - Included
2.145 Electrical FPP (48 Way) ea - Included
2.146 Electrical FPP (24 Way) ea - Included
2.147 Electrical Media Converter IP - Data Sht: TBA, Cat 6 to Fibre - CCTV ea - Included in 2.142
2.148 Electrical Camera & Media Converter Power Supply ea - Included in 2.142
2.149 Electrical Media Converter RS 485, Card Reader - Muster Points ea 17 $ 734.00 $12,478.00
2.150 Electrical Radio Tower 40m QCLNG-BB62-TEL-PLT DRAWINGS ea 1 $ 121,570.00 $121,570.00
HV POWER CABLE - 19/33 kV, 1C, 400mm2, Cu TR-XLPE/CWS[10kA]/PVC/HDPE
Electrical m 765
2.151 [cypermethrin], Black, Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D $ 37.52 $28,701.00
HV POWER CABLE - 19/33 kV, 3C, 400mm2, Cu TR-XLPE/CWS[10kA]/PVC/HDPE
Electrical m 160
2.152 [cypermethrin], Black, Installation - Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 72.56 $11,610.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
HV POWER CABLE - 3.8/6.6 kV, 1C, 400mm2, Cu XLPE/CWS[10kA]/PVC, Black,
Electrical m 1,500
2.153 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 46.95 $70,425.00
HV POWER CABLE - 3.8/6.6 kV, 3C, 400mm2, Cu XLPE/CWS[10kA]/PVC, Black,
Electrical m 100
2.154 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 135.05 $13,505.00
HV POWER CABLE - 3.8/6.6 kV, 3C, 120mm2, Cu XLPE/CWS[10kA]/PVC/SWA/PVC,
Electrical m 3,865
2.155 Black, Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 84.84 $327,907.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
HV POWER TERMINATION - 19/33 kV, 1C, 400mm2, Cu TR- QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical ea 9
XLPE/CWS[10kA]/PVC/HDPE [cypermethrin] ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.156 ELE-STD-300068 $ 1,824.11 $16,417.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
HV POWER TERMINATION - 19/33 kV, 3C, 400mm2, Cu TR- QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical ea 8
XLPE/CWS[10kA]/PVC/HDPE [cypermethrin] ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.157 ELE-STD-300068 $ 4,437.75 $35,502.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
HV POWER TERMINATION - 19/33 kV, 3C, 240mm2, Al TR-XLPE/CWS[10kA]/PVC/HDPE QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical ea 3
[cypermethrin], ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.158 ELE-STD-300068 $ 3,431.00 $10,293.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical HV POWER TERMINATION - 3.8/6.6 kV, 1C, 400mm2, Cu XLPE/CWS[10kA]/PVC ea 120
ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.159 ELE-STD-300068 $ 1,357.99 $162,959.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical HV POWER TERMINATION - 3.8/6.6 kV, 3C, 400mm2, Cu XLPE/CWS[10kA]/PVC ea 8
ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.160 ELE-STD-300068 $ 2,299.75 $18,398.00
QCLNG-BB62-ELE-SCH-301001_D,QCLNG-BX00-ELE-
STD-300061, QCLNG-BX00-ELE-STD-300062
HV POWER TERMINATION - 3.8/6.6 kV, 3C, 120mm2, Cu QCLNG,QCLNG-BX00-ELE-STD-300063,QCLNG-BX00-
Electrical ea 30
XLPE/CWS[10kA]/PVC/SWA/PVC ELE-STD-300064,QCLNG-BX00-ELE-STD-
300065,QCLNG-BX00-ELE-STD-300066, QCLNG-BX00-
2.161 ELE-STD-300068 $ 2,347.67 $70,430.00
LV POWER CABLE - 0.6/1 kV, 1C, 120mm2, Cu PVC, Green / Yellow, Installation - Direct
Electrical m 4,055
2.162 Buried QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $83,452.00
LV POWER CABLE - 0.6/1 kV, 1C, 120mm2, Cu PVC, Green / Yellow, Installation - Cable
Electrical m 4,350
2.163 Ladder QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $89,523.00
LV POWER CABLE - 0.6/1 kV, 1C, 300mm2, Cu XLPE/PVC/AWA/PVC, Orange,
Electrical m 840
2.164 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 95.66 $80,354.00
LV POWER CABLE - 0.6/1 kV, 2C+E, 2.5mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 1,440
2.165 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 14.86 $21,398.00
LV POWER CABLE - 0.6/1 kV, 2C+E, 4mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 3,140
2.166 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 16.00 $50,240.00
LV POWER CABLE - 0.6/1 kV, 2C+E, 10mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 8,410
2.167 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $173,078.00
LV POWER CABLE - 0.6/1 kV, 2C+E, 10mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 375
2.168 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $7,718.00
LV POWER CABLE - 0.6/1 kV, 2C+E, 16mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 3,060
2.169 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 22.86 $69,952.00
LV POWER CABLE - 0.6/1 kV, 3C+E, 2.5mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 100
2.170 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 16.00 $1,600.00
LV POWER CABLE - 0.6/1 kV, 3C+E, 16mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 2,181
2.171 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 22.86 $49,858.00
LV POWER CABLE - 0.6/1 kV, 3C+E, 25mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 1,190
2.172 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 27.44 $32,654.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
LV POWER CABLE - 0.6/1 kV, 3C+E, 35mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 900
2.173 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 32.01 $28,809.00
LV POWER CABLE - 0.6/1 kV, 3C+E, 50mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 2,400
2.174 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 34.30 $82,320.00
LV POWER CABLE - 0.6/1 kV, 3C+E, 70mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 1,785
2.175 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 36.59 $65,313.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 4mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 2,820
2.176 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 18.29 $51,578.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 6mm2, Cu PVC/SWA/PVC, Orange, Installation -
Electrical m 900
2.177 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $18,522.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 10mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 300
2.178 Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D $ 22.86 $6,858.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 10mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 3,630
2.179 Installation - Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 22.86 $82,982.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 16mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 640
2.180 Installation - Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 27.44 $17,562.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 16mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 80
2.181 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 27.44 $2,195.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 25mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 40
2.182 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 32.00 $1,280.00
LV POWER CABLE - 0.6/1 kV, 4C+E, 50mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 160
2.183 Installation - Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 36.59 $5,854.00
LV POWER CABLE - 0.6/1 kV, 10C+E, 1.5mm2, Cu PVC/SWA/PVC, Black, Installation -
Electrical m 140
2.184 Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 19.43 $2,720.00
LV POWER CABLE - 0.6/1 kV, 10C+E, 1.5mm2, Cu PVC/SWA/PVC, Black, Installation -
Electrical m 100
2.185 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 19.43 $1,943.00
LV POWER CABLE - 0.6/1 kV, 10C+E, 2.5mm2, Cu XLPE/PVC/SWA/PVC, Orange,
Electrical m 480
2.186 Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D $ 20.58 $9,878.00
LV POWER CABLE - 0.6/1 kV, 10C+E, 6mm2, Cu PVC/SWA/PVC, Black, Installation -
Electrical m 200
2.187 Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 34.30 $6,860.00
LV POWER CABLE - 0.6/1 kV, 20C+E, 1.5mm2, Cu PVC/SWA/PVC, Black, Installation -
Electrical m 280
2.188 Buried Conduit QCLNG-BB62-ELE-SCH-301001_D $ 22.86 $6,401.00
LV POWER CABLE - 250 V, 2PR, 2.5mm2, Cu PVC/OS/PVC/SWA/PVC, Black, Installation
Electrical m 6,430
2.189 - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 14.86 $95,550.00
LV POWER CABLE - 250 V, 6Tr, 2.5mm2, Cu PVC/IS/OS/PVC/SWA/PVC, Black,
Electrical m 6,740
2.190 Installation - Cable Ladder QCLNG-BB62-ELE-SCH-301001_D $ 29.73 $200,380.00
2.191 Electrical LV POWER TERMINATION - 0.6/1 kV, 1C, 300mm2, Cu XLPE/PVC/AWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 84 $ 329.83 $27,706.00
2.192 Electrical LV POWER TERMINATION - 0.6/1 kV, 2C+E, 2.5mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 448 $ 182.13 $81,594.00
2.193 Electrical LV POWER TERMINATION - 0.6/1 kV, 2C+E, 4mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 448 $ 178.54 $79,986.00
2.194 Electrical LV POWER TERMINATION - 0.6/1 kV, 2C+E, 10mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 74 $ 183.68 $13,592.00
2.195 Electrical LV POWER TERMINATION - 0.6/1 kV, 2C+E, 10mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 2 $ 190.50 $381.00
2.196 Electrical LV POWER TERMINATION - 0.6/1 kV, 2C+E, 16mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 24 $ 205.17 $4,924.00
2.197 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 2.5mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 10 $ 155.10 $1,551.00
2.198 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 16mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 18 $ 224.50 $4,041.00
2.199 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 25mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 10 $ 261.40 $2,614.00
2.200 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 35mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 8 $ 290.25 $2,322.00
2.201 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 50mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 20 $ 304.75 $6,095.00
2.202 Electrical LV POWER TERMINATION - 0.6/1 kV, 3C+E, 70mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 16 $ 356.63 $5,706.00
2.203 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 4mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 366 $ 161.51 $59,113.00
2.204 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 6mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 120 $ 192.45 $23,094.00
2.205 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 10mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 16 $ 206.94 $3,311.00
2.206 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 10mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 50 $ 223.82 $11,191.00
2.207 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 16mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 10 $ 242.90 $2,429.00
2.208 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 25mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 4 $ 267.25 $1,069.00
2.209 Electrical LV POWER TERMINATION - 0.6/1 kV, 4C+E, 50mm2, Cu XLPE/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 2 $ 301.00 $602.00
2.210 Electrical LV POWER TERMINATION - 0.6/1 kV, 10C+E, 1.5mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 16 $ 202.13 $3,234.00
2.211 Electrical LV POWER TERMINATION - 0.6/1 kV, 10C+E, 2.5mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 6 $ 216.67 $1,300.00
2.212 Electrical LV POWER TERMINATION - 0.6/1 kV, 10C+E, 6mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 4 $ 301.00 $1,204.00
2.213 Electrical LV POWER TERMINATION - 0.6/1 kV, 20C+E, 1.5mm2, Cu PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 16 $ 284.38 $4,550.00
2.214 Electrical LV POWER TERMINATION - 250 V, 2PR, 2.5mm2, Cu PVC/OS/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 48 $ 150.38 $7,218.00
2.215 Electrical LV POWER TERMINATION - 250 V, 6Tr, 2.5mm2, Cu PVC/IS/OS/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea 54 $ 413.54 $22,331.00
2.216 Electrical Cable Ladder, Straight 150mm c/w Bends; Tees; Risers; Reducers; Lid; Earthing CHARLIE FCS CABLE LADDER MTO.XLS_20072015 m 132 $ 234.11 $30,903.00
2.217 Electrical Cable Ladder, Straight 300mm c/w Bends; Tees; Risers; Reducers; Lid; Earthing CHARLIE FCS CABLE LADDER MTO.XLS_20072015 m 1,039 $ 241.41 $250,825.00
2.218 Electrical Cable Ladder, Straight 600mm c/w Bends; Tees; Risers; Reducers; Lid; Earthing CHARLIE FCS CABLE LADDER MTO.XLS_20072015 m 1,183 $ 256.86 $303,865.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2.219 Electrical Cable Ladder, Straight 900mm c/w Bends; Tees; Risers; Reducers; Lid; Earthing CHARLIE FCS CABLE LADDER MTO.XLS_20072015 m 1,925 $ 307.57 $592,072.00
2.220 Electrical HD PVC Conduit 40mm c/w all bends and fittings QCLNG-BB62-ELE-SCH-301001_D m 118 $ 8.27 $976.00
2.221 Electrical HD PVC Conduit 50mm c/w all bends and fittings QCLNG-BB62-ELE-SCH-301001_D m 1,106 $ 6.78 $7,499.00
2.222 Electrical HD PVC Conduit 80mm c/w all bends and fittings QCLNG-BB62-ELE-SCH-301001_D m 510 $ 17.99 $9,175.00
2.223 Electrical HD PVC Conduit 150mm c/w all bends and fittings QCLNG-BB62-ELE-SCH-301001_D m 582 $ 24.93 $14,509.00
2.224 Electrical EARTHING CABLE - 0.6/1 kV, 1C, 120mm2, Bare Cu, N/A, Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D m 5,500 $ 20.58 $113,190.00
2.225 Electrical Earthing - Bolted Lug Connection QCLNG-BB62-ELE-PLT DRAWINGS ea 594 $ 120.91 $71,821.00
2.226 Electrical Earthing - Reinforcement Rod Connection QCLNG-BB62-ELE-PLT DRAWINGS ea 252 $ 927.71 $233,784.00
2.227 Electrical Earth Electrode (3m Depth) and Pit QCLNG-BB62-ELE-LST-301001_D ea 92 $ 2,809.87 $258,508.00
2.228 Electrical Earth Grid - Compression Crimp Tee Connection QCLNG-BB62-ELE-PLT DRAWINGS ea 58 $ 48.45 $2,810.00
2.229 Electrical Earth Bar QCLNG-BB62-ELE-LST-301001_D ea 45 $ 1,027.31 $46,229.00
2.230 Electrical Street Light QCLNG-BB62-ELE-LST-301001_D ea 30 $ 883.97 $26,519.00
QCLNG-BB62-ELE-LST-301001_D,
Electrical Flood Light ea 46
2.231 QCLNG-BB62-ELE-PLT DRAWINGS $ 4,451.70 $204,778.00
2.232 Electrical Fluorescent Light Fitting QCLNG-BB62-ELE-LST-301001_D ea 319 $ 2,022.25 $645,098.00
2.233 Electrical Emergency Exit Light Fitting QCLNG-BB62-ELE-LST-301001_D ea 24 $ 1,005.25 $24,126.00
LIGHTING CABLE - 0.6/1 kV, 2C+E, 2.5mm2, Cu PVC/PVC/SWA/PVC, Orange,
Electrical m -
2.234 Installation - Conduit QCLNG-BB62-ELE-SCH-301001_D Included in 2.404
LIGHTING CABLE - 0.6/1 kV, 2C+E, 4mm2, Cu PVC/PVC/SWA/PVC, Orange, Installation -
Electrical m -
2.235 Direct Buried QCLNG-BB62-ELE-SCH-301001_D Included in 2.193
LIGHTING CABLE - 0.6/1 kV, 2C+E, 10mm2, Cu PVC/PVC/SWA/PVC, Orange, Installation
Electrical m -
2.236 - Direct Buried QCLNG-BB62-ELE-SCH-301001_D Excluded
LIGHTING CABLE - 0.6/1 kV, 2C+E, 16mm2, Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP,
Electrical m -
2.237 Orange, Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D Included in 2.406
LIGHTING CABLE - 0.6/1 kV, 4C+E, 2.5mm2, Cu PVC/PVC/SWA/PVC, Orange,
Electrical m -
2.238 Installation - Conduit QCLNG-BB62-ELE-SCH-301001_D Included in 2.410
LIGHTING CABLE - 0.6/1 kV, 4C+E, 4mm2, Cu PVC/PVC/SWA/PVC, Orange, Installation -
Electrical m -
2.239 Direct Buried QCLNG-BB62-ELE-SCH-301001_D Included in 2.411
LIGHTING CABLE - 0.6/1 kV, 4C+E, 4mm2, Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP,
Electrical m -
2.240 Orange, Installation - Direct Buried QCLNG-BB62-ELE-SCH-301001_D Included in 2.405
2.241 Electrical LIGHTING TERMINATION - 0.6/1 kV, 2C+E, 2.5mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Included in 2.404
2.242 Electrical LIGHTING TERMINATION - 0.6/1 kV, 2C+E, 4mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Included in 2.193
2.243 Electrical LIGHTING TERMINATION - 0.6/1 kV, 2C+E, 10mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Excluded
LIGHTING TERMINATION - 0.6/1 kV, 2C+E, 16mm2, Cu X-HF/HDPE/HFS-TP/SWA/HFS-
Electrical ea -
2.244 TP QCLNG-BB62-ELE-SCH-301001_D Included in 2.406
2.245 Electrical LIGHTING TERMINATION - 0.6/1 kV, 4C+E, 2.5mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Included in 2.410
2.246 Electrical LIGHTING TERMINATION - 0.6/1 kV, 4C+E, 4mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Included in 2.411
LIGHTING TERMINATION - 0.6/1 kV, 4C+E, 4mm2, Cu X-HF/HDPE/HFS-TP/SWA/HFS-
Electrical ea -
2.247 TP QCLNG-BB62-ELE-SCH-301001_D Included in 2.405
2.248 Electrical LIGHTING TERMINATION - 0.6/1 kV, 4C+E, 10mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-ELE-SCH-301001_D ea - Excluded
Electrical Total $7,974,034.00
2.249 Instrumentation Instrument Equipment Room QCLNG-BB62-ELE-LST-301001_D ea 1 $ 4,934.00 $4,934.00
2.250 Instrumentation BOP Instrument Room ea 1 $ 4,934.00 $4,934.00
2.251 Instrumentation Actuated On/Off Valve, Ball, SIZE: DN50 INSTRUMENTATION LIST.XLSX ea 1 $ 142.00 $142.00
2.253 Instrumentation Actuated On/Off Valve, Ball, SIZE: DN80, INSTRUMENTATION LIST.XLSX ea 1 $ 271.00 $271.00
2.254 Instrumentation Actuated On/Off Valve, Ball, SIZE: DN150 INSTRUMENTATION LIST.XLSX ea 3 $ 455.00 $1,365.00
2.255 Instrumentation Actuated On/Off Valve, Ball, SIZE: DN300 INSTRUMENTATION LIST.XLSX ea 1 $ 841.00 $841.00
2.256 Instrumentation Actuated On/Off Valve, Ball, SIZE: DN900 INSTRUMENTATION LIST.XLSX ea 2 $ 2,056.50 $4,113.00
2.257 Instrumentation Actuated On/Off Valve, Butterfly, SIZE: DN50 INSTRUMENTATION LIST.XLSX ea 1 $ 142.00 $142.00
2.258 Instrumentation Actuated On/Off Valve, Butterfly, SIZE: DN80 INSTRUMENTATION LIST.XLSX ea 1 $ 271.00 $271.00
2.259 Instrumentation Actuated On/Off Valve, Butterfly, SIZE: DN900 INSTRUMENTATION LIST.XLSX ea 1 $ 2,056.00 $2,056.00
2.260 Instrumentation Actuated On/Off Valve, Globe, SIZE: DN80 INSTRUMENTATION LIST.XLSX ea 1 $ 271.00 $271.00
2.261 Instrumentation Control Valve, Ball, SIZE: DN80 INSTRUMENTATION LIST.XLSX ea 1 $ 271.00 $271.00
2.262 Instrumentation Control Valve, Globe, SIZE: DN300 INSTRUMENTATION LIST.XLSX ea 1 $ 841.00 $841.00
2.263 Instrumentation Control Valve, Globe, SIZE: DN400 INSTRUMENTATION LIST.XLSX ea 1 $ 1,136.00 $1,136.00
2.264 Instrumentation Control Valve, Globe, SIZE: DN500 INSTRUMENTATION LIST.XLSX ea 1 $ 1,467.00 $1,467.00
2.265 Instrumentation Flame Detector (Free Issued) INSTRUMENTATION LIST.XLSX ea 39 $ 1,262.67 $49,244.00
2.266 Instrumentation dP Flow Transmitter and Orifice INSTRUMENTATION LIST.XLSX ea 4 $ 387.00 $1,548.00
2.267 Instrumentation Gas Detector, Acoustic (Free Issued) INSTRUMENTATION LIST.XLSX ea 13 $ 387.00 $5,031.00
2.268 Instrumentation Gas Detector, Line Of Sight Receiver(Free Issued) INSTRUMENTATION LIST.XLSX ea 6 $ 4,325.33 $25,952.00
2.269 Instrumentation Gas Detector, Line Of Sight Transmitter (Free Issued) INSTRUMENTATION LIST.XLSX ea 6 $ 387.00 $2,322.00
2.270 Instrumentation Gas Detector, Point (Free Issued) INSTRUMENTATION LIST.XLSX ea 8 $ 1,068.75 $8,550.00
2.271 Instrumentation Hand Safety Switch (Free Issued) INSTRUMENTATION LIST.XLSX ea 11 $ 1,091.73 $12,009.00
2.272 Instrumentation Insertion Probe INSTRUMENTATION LIST.XLSX ea 1 $ 276.00 $276.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2.273 Instrumentation Level Indicator (Free Issued) INSTRUMENTATION LIST.XLSX ea 1 $ 387.00 $387.00
2.274 Instrumentation Level Transmitter Magnetostrictive (Free Issued) INSTRUMENTATION LIST.XLSX ea 4 $ 387.00 $1,548.00
2.275 Instrumentation Level Transmitter Radar (Free Issued) INSTRUMENTATION LIST.XLSX ea 3 $ 1,932.00 $5,796.00
2.276 Instrumentation Level Transmitter Radar (Guided Wave) (Free Issued) INSTRUMENTATION LIST.XLSX ea 3 $ 387.00 $1,161.00
2.277 Instrumentation Mag Flowmeter, SIZE: DN80 INSTRUMENTATION LIST.XLSX ea 1 $ 730.00 $730.00
2.278 Instrumentation Pressure Gauge INSTRUMENTATION LIST.XLSX ea 13 $ 245.62 $3,193.00
2.279 Instrumentation Pressure Regulator INSTRUMENTATION LIST.XLSX ea 11 $ 299.91 $3,299.00
2.280 Instrumentation Pressure Relief Valve, SIZE: DN50 INSTRUMENTATION LIST.XLSX ea 5 $ 71.00 $355.00
2.281 Instrumentation Pressure Relief Valve, SIZE: DN100 INSTRUMENTATION LIST.XLSX ea 2 $ 181.50 $363.00
2.282 Instrumentation Pressure Relief Valve, SIZE: DN150 INSTRUMENTATION LIST.XLSX ea 2 $ 227.50 $455.00
2.283 Instrumentation Pressure Relief Valve, SIZE: DNTBA INSTRUMENTATION LIST.XLSX ea 3 $ 227.33 $682.00
2.284 Instrumentation Pressure Transmitter (Free Issued) INSTRUMENTATION LIST.XLSX ea 11 $ 813.55 $8,949.00
2.285 Instrumentation Restriction Orifice, SIZE: DN50 INSTRUMENTATION LIST.XLSX ea 4 $ 71.00 $284.00
2.286 Instrumentation Restriction Orifice, SIZE: DN80 INSTRUMENTATION LIST.XLSX ea 2 $ 135.50 $271.00
2.287 Instrumentation Restriction Orifice, SIZE: DN100 INSTRUMENTATION LIST.XLSX ea 2 $ 181.50 $363.00
2.288 Instrumentation Restriction Orifice, SIZE: DN150 INSTRUMENTATION LIST.XLSX ea 2 $ 227.50 $455.00
2.289 Instrumentation Restriction Orifice, SIZE: DN200 INSTRUMENTATION LIST.XLSX ea 1 $ 283.00 $283.00
2.290 Instrumentation Restriction Orifice, SIZE: DN300 INSTRUMENTATION LIST.XLSX ea 1 $ 421.00 $421.00
2.291 Instrumentation Solenoid Valve INSTRUMENTATION LIST.XLSX ea 1 $ 227.00 $227.00
2.292 Instrumentation Temperature Element RTD INSTRUMENTATION LIST.XLSX ea 3 $ 193.33 $580.00
2.293 Instrumentation TIT - temperature transmitter INSTRUMENTATION LIST.XLSX ea 4 $ 96.75 $387.00
2.294 Instrumentation Thermowell INSTRUMENTATION LIST.XLSX ea 4 $ 193.50 $774.00
2.295 Instrumentation Ultrasonic Flowmeter INSTRUMENTATION LIST.XLSX ea 4 $ 580.50 $2,322.00
2.296 Instrumentation Burner Element (Vendor Supplied) INSTRUMENTATION LIST.XLSX ea 6 $ 774.00 $4,644.00
2.297 Instrumentation Burner Igniter (Vendor Supplied) INSTRUMENTATION LIST.XLSX ea 6 $ 774.00 $4,644.00
2.298 Instrumentation Gas Chromatograph, (Free Issued) QCLNG-BB62-ELE-LST-301001_D ea 1 $ 774.00 $774.00
2.299 Instrumentation Pig Signaller Detector (Free Issued) QCLNG-BB62-ELE-LST-301001_D ea 4 $ 387.00 $1,548.00
2.300 Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS, BK QCLNG-BB62-CNI-SCH-300001_C ea 885 $ 14.86 $13,151.00
2.301 Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) QCLNG-BB62-CNI-SCH-300001_C m 170 $ 14.86 $2,526.00
2.302 Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS QCLNG-BB62-CNI-SCH-300001_C m 3,635 $ 14.86 $54,016.00
2.303 Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS (FR) QCLNG-BB62-CNI-SCH-300001_C m 4,825 $ 14.86 $71,700.00
2.304 Instrumentation 250VDC, 1 Pair, 0.3mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 382 $ 14.86 $5,677.00
2.305 Instrumentation 250VDC, 1 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS (FR) QCLNG-BB62-CNI-SCH-300001_C m 3,720 $ 16.00 $59,520.00
2.306 Instrumentation 250VDC, 2 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 1,430 $ 16.00 $22,880.00
2.307 Instrumentation 250VDC, 2 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) QCLNG-BB62-CNI-SCH-300001_C m 1,050 $ 16.00 $16,800.00
2.308 Instrumentation 0.6/1kV, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-CNI-SCH-300001_C m 970 $ 14.86 $14,414.00
2.309 Instrumentation 0.6/1kV, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC (FR) QCLNG-BB62-CNI-SCH-300001_C m 1,120 $ 14.86 $16,643.00
2.310 Instrumentation 0.6/1kV, 2 Core + E, 4mm2, Cu PVC/PVC/SWA/PVC (FR) QCLNG-BB62-CNI-SCH-300001_C m 220 $ 16.00 $3,520.00
2.311 Instrumentation 0.6/1kV, 2 Core + E, 16mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-CNI-SCH-300001_C m 260 $ 22.86 $5,944.00
2.312 Instrumentation 250VDC, 4 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 3,322 $ 17.15 $56,972.00
2.313 Instrumentation 250VDC, 4 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 630 $ 17.15 $10,805.00
Instrumentation 250VDC, 4 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 900
2.314 QCLNG-BB62-CNI-SCH-300001_C $ 17.15 $15,435.00
2.315 Instrumentation 300VDC, 4 Pairs, 0.22mm2, Cu PVC/PVC QCLNG-BB62-CNI-SCH-300001_C m 30 $ 20.57 $617.00
2.316 Instrumentation 250VDC, 4 Triad, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 7,280 $ 17.15 $124,852.00
Instrumentation 0.6/1kV, 6 Core + E, 1.5mm2, Cu PVC/PVC/SWA/PVC (FR) m 300
2.317 QCLNG-BB62-CNI-SCH-300001_C $ 17.15 $5,145.00
2.318 Instrumentation 250VDC, 8 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C m 350 $ 20.58 $7,203.00
Instrumentation 250VDC, 12 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS m 7,340
2.319 QCLNG-BB62-CNI-SCH-300001_C $ 25.15 $184,601.00
Instrumentation 250VDC, 12 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 4,240
2.320 QCLNG-BB62-CNI-SCH-300001_C $ 25.15 $106,636.00
Instrumentation 250VDC, 12 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS m 7,520
2.321 QCLNG-BB62-CNI-SCH-300001_C $ 25.15 $189,128.00
Instrumentation 250VDC, 12 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 5,360
2.322 QCLNG-BB62-CNI-SCH-300001_C $ 25.15 $134,804.00
Instrumentation 250VDC, 12 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 5,130
2.323 QCLNG-BB62-CNI-SCH-300001_C $ 36.59 $187,707.00
Instrumentation 250VDC, 24 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS m 10,765
2.324 QCLNG-BB62-CNI-SCH-300001_C $ 32.01 $344,588.00
Instrumentation 250VDC, 24 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 680
2.325 QCLNG-BB62-CNI-SCH-300001_C $ 32.01 $21,767.00
Instrumentation 250VDC, 24 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 6
2.326 QCLNG-BB62-CNI-SCH-300001_C $ 934.83 $5,609.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
Instrumentation 250VDC, 24 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) m 480
2.327 QCLNG-BB62-CNI-SCH-300001_C $ 59.45 $28,536.00
2.328 Instrumentation HEI Cable m - Included in 2.100 & 2.102
2.329 Instrumentation K-TYPE Thermocouple m - Included in 2.100 & 2.102
Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS, BK ea 20
2.330 QCLNG-BB62-CNI-SCH-300001_C $ 167.00 $3,340.00
Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 4
2.331 QCLNG-BB62-CNI-SCH-300001_C $ 167.00 $668.00
2.332 Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS QCLNG-BB62-CNI-SCH-300001_C ea 110 $ 167.05 $18,376.00
Instrumentation 250VDC, 1 Pair, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS (FR) ea 268
2.333 QCLNG-BB62-CNI-SCH-300001_C $ 167.05 $44,769.00
Instrumentation 250VDC, 1 Pair, 0.3mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 6
2.334 QCLNG-BB62-CNI-SCH-300001_C $ 157.33 $944.00
Instrumentation 250VDC, 1 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/OAS (FR) ea 256
2.335 QCLNG-BB62-CNI-SCH-300001_C $ 196.07 $50,194.00
Instrumentation 250VDC, 2 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 80
2.336 QCLNG-BB62-CNI-SCH-300001_C $ 188.39 $15,071.00
Instrumentation 250VDC, 2 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 30
2.337 QCLNG-BB62-CNI-SCH-300001_C $ 168.83 $5,065.00
Instrumentation 0.6/1kV, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC ea 14
2.338 QCLNG-BB62-CNI-SCH-300001_C $ 148.57 $2,080.00
Instrumentation 0.6/1kV, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC (FR) ea 26
2.339 QCLNG-BB62-CNI-SCH-300001_C $ 152.54 $3,966.00
2.340 Instrumentation 0.6/1kV, 2 Core + E, 4mm2, Cu PVC/PVC/SWA/PVC (FR) QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 158.50 $317.00
2.341 Instrumentation 0.6/1kV, 2 Core + E, 16mm2, Cu PVC/PVC/SWA/PVC QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 223.00 $446.00
2.342 Instrumentation 250VDC, 4 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 220.50 $441.00
Instrumentation 250VDC, 4 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 32
2.343 QCLNG-BB62-CNI-SCH-300001_C $ 231.91 $7,421.00
Instrumentation 250VDC, 4 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 34
2.344 QCLNG-BB62-CNI-SCH-300001_C $ 231.91 $7,885.00
2.345 Instrumentation 300VDC, 4 Pairs, 0.22mm2, Cu PVC/PVC QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 101.50 $203.00
Instrumentation 250VDC, 4 Triad, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 48
2.346 QCLNG-BB62-CNI-SCH-300001_C $ 280.29 $13,454.00
Instrumentation 0.6/1kV, 6 Core + E, 1.5mm2, Cu PVC/PVC/SWA/PVC (FR) ea 30
2.347 QCLNG-BB62-CNI-SCH-300001_C $ 187.37 $5,621.00
Instrumentation 250VDC, 8 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 2
2.348 QCLNG-BB62-CNI-SCH-300001_C $ 266.00 $532.00
Instrumentation 250VDC, 12 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 60
2.349 QCLNG-BB62-CNI-SCH-300001_C $ 329.45 $19,767.00
Instrumentation 250VDC, 12 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 50
2.350 QCLNG-BB62-CNI-SCH-300001_C $ 324.62 $16,231.00
Instrumentation 250VDC, 12 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 50
2.351 QCLNG-BB62-CNI-SCH-300001_C $ 352.36 $17,618.00
Instrumentation 250VDC, 12 Pairs, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 38
2.352 QCLNG-BB62-CNI-SCH-300001_C $ 352.34 $13,389.00
Instrumentation 250VDC, 12 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 36
2.353 QCLNG-BB62-CNI-SCH-300001_C $ 504.69 $18,169.00
Instrumentation 250VDC, 24 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS ea 28
2.354 QCLNG-BB62-CNI-SCH-300001_C $ 324.61 $9,089.00
Instrumentation 250VDC, 24 Pairs, 0.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 16
2.355 QCLNG-BB62-CNI-SCH-300001_C $ 420.56 $6,729.00
Instrumentation 250VDC, 24 Triad, 1.5mm2, Cu PVC/PVC/SWA/PVC/I/OAS (FR) ea 4
2.356 QCLNG-BB62-CNI-SCH-300001_C $ 641.25 $2,565.00
2.357 Instrumentation HEI Cable m - Included in 2.100 & 2.102
2.358 Instrumentation K-TYPE Thermocouple m - Included in 2.100 & 2.102
Instrumentation TELECOM CABLE - 250V, 1 Pair, 2.5mm2, Cu PVC/PVC/SWA/PVC/OAS (FR), BK/RD m 5,417
2.359 QCLNG-BB62-TEL-SCH-301001_B $ 14.86 $80,497.00
Instrumentation TELECOM CABLE - 2 Pair, 2.5mm2, 12/24 Volt DC Power Supply Cable m 300
2.360 QCLNG-BB62-TEL-SCH-301001_B $ 17.15 $5,145.00
Instrumentation TELECOM CABLE - 3 pair, 0.5mm2, RS 485 Cable m 40
2.361 QCLNG-BB62-TEL-SCH-301001_B $ 20.58 $823.00
Instrumentation TELECOM CABLE - 250V, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC (FR), BK/RD m 1,811
2.362 QCLNG-BB62-TEL-SCH-301001_B $ 14.86 $26,911.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
TELECOM CABLE - 250V, 2 Core + E, 6mm2, Cu PVC/PVC/SWA/PVC/NYLON/PVC
Instrumentation m 1,475
2.363 (TR,FR), BK/RD QCLNG-BB62-TEL-SCH-301001_B $ 18.29 $26,978.00
2.364 Instrumentation TELECOM CABLE - 250V, 4 Core, 2.5mm2, Cu PVC/PVC/SWA/PVC (FR), BK/RD QCLNG-BB62-TEL-SCH-301001_B m 240 $ 17.15 $4,116.00
2.365 Instrumentation TELECOM CABLE - 250V, Coaxial, Cu PVC/SCR/PVC, BK QCLNG-BB62-TEL-SCH-301001_B m 1,480 $ 11.44 $16,931.00
2.366 Instrumentation TELECOM CABLE - 48 Core, 9/125um, FIBRE OPTIC ARMOURED, BK QCLNG-BB62-TEL-SCH-301001_B m 3,933 $ 5.88 $23,123.00
2.367 Instrumentation TELECOM CABLE - 4 Pair, CAT 6 QCLNG-BB62-TEL-SCH-301001_B m 132 $ 20.58 $2,717.00
TELECOM CABLE TERMINATION - 250V, 1 Pair, 2.5mm2, Cu PVC/PVC/SWA/PVC/OAS
Instrumentation ea 136
2.368 (FR), BK/RD QCLNG-BB62-TEL-SCH-301001_B $ 144.54 $19,657.00
Instrumentation TELECOM CABLE TERMINATION - 2 Pair, 2.5mm2, 12/24 Volt DC Power Supply Cable ea 32
2.369 QCLNG-BB62-TEL-SCH-301001_B $ 159.63 $5,108.00
2.370 Instrumentation TELECOM CABLE TERMINATION - 3 pair, 0.5mm2, RS 485 Cable QCLNG-BB62-TEL-SCH-301001_B ea 34 $ 101.62 $3,455.00
TELECOM CABLE TERMINATION - 250V, 2 Core + E, 2.5mm2, Cu PVC/PVC/SWA/PVC
Instrumentation ea 200
2.371 (FR), BK/RD QCLNG-BB62-TEL-SCH-301001_B $ 151.94 $30,388.00
TELECOM CABLE TERMINATION - 250V, 2 Core + E, 6mm2, Cu
Instrumentation ea 12
2.372 PVC/PVC/SWA/PVC/NYLON/PVC (TR,FR), BK/RD QCLNG-BB62-TEL-SCH-301001_B $ 169.17 $2,030.00
TELECOM CABLE TERMINATION - 250V, 4 Core, 2.5mm2, Cu PVC/PVC/SWA/PVC (FR),
Instrumentation ea 124
2.373 BK/RD QCLNG-BB62-TEL-SCH-301001_B $ 197.29 $24,464.00
2.374 Instrumentation TELECOM CABLE TERMINATION - 250V, Coaxial, Cu PVC/SCR/PVC, BK QCLNG-BB62-TEL-SCH-301001_B ea 24 $ 105.25 $2,526.00
2.375 Instrumentation TELECOM CABLE TERMINATION - 4 Pair, CAT 6 QCLNG-BB62-TEL-SCH-301001_B ea 43 $ 105.33 $4,529.00
2.376 Instrumentation Pressure Gauges and Transmitters QCLNG-BB62-ELE-PLT DRAWINGS lot 1 $ 80,590.00 $80,590.00
QCLNG-BB62-POC-PID DRAWINGS,
Instrumentation Instrument Tubing m 675
2.377 ALLOWED 5M OF TUBING PER INSTRUMENT. $ 145.82 $98,429.00

2.378 HV Audit Charlie FCS HV Audit LS 1 $ 19,680.00 $19,680.00


2.379 HA Audit Conduct HA Audit LS 1 $ 79,000.00 $79,000.00
2.380 HA Audit Prepare & Supply HA Dossier LS 1 $ 120,900.00 $120,900.00
Instrumentation Total $2,846,425.00
2.381 Electrical Fence - Flexible Copper Braid for (Dulmision RA20300) QCLNG-BB62-ELE-PLT DRAWINGS ea 20 $ 144.25 $2,885.00
2.383 Electrical Lightning air teminal (on communications tower) - Novaris AT1000 QCLNG-BB62-ELE-PLT DRAWINGS ea 1 $ 523.00 $523.00
2.384 Electrical Lightning air teminal conductor (on communications tower) - Novaris CU253 QCLNG-BB62-ELE-PLT DRAWINGS m 40 $ 42.38 $1,695.00
2.385 Electrical Anaconda 25mm diameter Flexible galvanised conduit c/w PVC coating QCLNG-BB62-ELE-PLT DRAWINGS m 180 $ 18.00 $3,240.00
2.386 Electrical Anaconda 25mm Bushing QCLNG-BB62-ELE-PLT DRAWINGS ea 60 $ 45.47 $2,728.00
2.388 Electrical 25mm galvanised conduit QCLNG-BB62-ELE-PLT DRAWINGS m 660 $ 66.73 $44,042.00
2.389 Electrical 32mm galvanised conduit QCLNG-BB62-ELE-PLT DRAWINGS m 660 $ 69.73 $46,022.00
2.390 Electrical 50mm galvanised conduit QCLNG-BB62-ELE-PLT DRAWINGS m 660 $ 74.12 $48,919.00
2.391 Instrumentation Fibre Marker tape with metallic tracer. White and marked " Communications". QCLNG-BB62-ELE-PLT DRAWINGS m 108 $ 1.00 $108.00
2.392 Electrical Route marker - cast concrete - every 50m QCLNG-BB62-ELE-PLT DRAWINGS ea 135 $ 173.80 $23,463.00
2.393 Electrical Route marker - warning post sign - every 50m (next to 20.290) QCLNG-BB62-ELE-PLT DRAWINGS ea 135 $ 730.24 $98,582.00
2.394 Electrical Pit - P5 marked with "Communications" - see PIDS 100.260 QCLNG-BB62-ELE-PLT DRAWINGS ea 32 Included
2.395 Electrical Supervision of conduit and pit install 27/4/16 to 29/5/16 QCLNG-BB62-ELE-SCH-301001_D ea 330 $ 96.75 $31,928.00
2.396 Electrical Ladder ancillaries - channel strut and brackets QCLNG-BB62-ELE-SCH-301001_D ea 1,279 $ 54.18 $69,296.00
2.397 Electrical Ladder earthing - across splice plates (25mm cable, 2 X 25mm lug) QCLNG-BB62-ELE-SCH-301001_D ea 2,125 $ 34.40 $73,100.00
2.398 Electrical Ladder earthing - 120mm earth cable along ladder QCLNG-BB62-ELE-SCH-301001_D m 2,816 $ 6.77 $19,064.00
2.399 Electrical Ladder earthing - Dulmision Crimp Connector for Equi Potential Bonding QCLNG-BB62-ELE-SCH-301001_D ea 204 $ 53.16 $10,845.00
Ladder earthing - between horizontal ladder runs, and bond to structure, every 15m (70mm
Electrical ea 926
2.400 cable, 2 X 70mm lug) QCLNG-BB62-ELE-SCH-301001_D $ 59.94 $55,504.00
2.401 Electrical 0.6/1 kV X90 1C 25 Cu PVC Green / Yellow QCLNG-BB62-ELE-SCH-301001_D m 800 $ 17.19 $13,752.00
2.402 Electrical 0.6/1 kV X90 1C 35 Cu PVC Green / Yellow QCLNG-BB62-ELE-SCH-301001_D m 400 $ 17.19 $6,876.00
2.403 Electrical 0.6/1 kV X90 1C 70Cu PVC Green / Yellow QCLNG-BB62-ELE-SCH-301001_D m 800 $ 18.64 $14,912.00
2.404 Electrical 0.6/1 kV 4C+E 2.5Cu PVC/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D m 600 $ 19.13 $11,478.00
2.405 Electrical 0.6/1 kV 4C+E 4 Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP TR Orange QCLNG-BB62-ELE-SCH-301001_D m 1,300 $ 19.61 $25,493.00
2.406 Electrical 0.6/1 kV 2C+E 16 Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP TR Orange QCLNG-BB62-ELE-SCH-301001_D m 1,500 $ 21.54 $32,310.00
2.407 Electrical 0.6/1 kV 3C+3E 70 Cu XLPE/CTS/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D m 6,430 $ 26.38 $169,623.00
2.408 Electrical 0.6/1 kV 2C+E 35 Cu XLPE/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D m 100 $ 23.48 $2,348.00
2.409 Electrical 0.6/1 kV 3C+E 10 Cu XLPE/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D m 1,080 $ 20.09 $21,697.00
2.410 Electrical 0.6/1 kV 4C+E 2.5Cu PVC/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D ea 304 $ 187.37 $56,960.00
2.411 Electrical 0.6/1 kV 4C+E 4 Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP TR Orange HAZ QCLNG-BB62-ELE-SCH-301001_D ea 600 $ 207.42 $124,452.00
2.412 Electrical 0.6/1 kV 2C+E 16 Cu X-HF/HDPE/HFS-TP/SWA/HFS-TP TR Orange HAZ QCLNG-BB62-ELE-SCH-301001_D ea 20 $ 222.70 $4,454.00
2.413 Electrical 0.6/1 kV 3C+3E 70 Cu XLPE/CTS/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D ea 24 $ 354.96 $8,519.00
2.414 Electrical 0.6/1 kV 3C+3E 70 Cu XLPE/CTS/PVC/SWA/PVC Orange HAZ QCLNG-BB62-ELE-SCH-301001_D ea 24 $ 403.38 $9,681.00
2.415 Electrical 0.6/1 kV 2C+E 35 Cu XLPE/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D ea 10 $ 243.00 $2,430.00
2.416 Electrical 0.6/1 kV 3C+E 10 Cu XLPE/PVC/SWA/PVC Orange QCLNG-BB62-ELE-SCH-301001_D ea 4 $ 192.50 $770.00
2.417 Electrical 0.6/1 kV 3C+E 10 Cu XLPE/PVC/SWA/PVC Orange HAZ QCLNG-BB62-ELE-SCH-301001_D ea 4 $ 227.50 $910.00
2.418 Electrical Cable transit frame QCLNG-BB62-CNI-SCH-300001_C ea 12 $ 3,934.92 $47,219.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2.419 Electrical 12 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS (FR )BU/RD 250VDC QCLNG-BB62-CNI-SCH-300001_C m 3,930 $ 22.51 $88,464.00
2.420 Electrical 24 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS (FR) BU/RD 250VDC QCLNG-BB62-CNI-SCH-300001_C m 690 $ 25.41 $17,533.00
2.421 Electrical 4 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS (FR )BU/RD 250VDC QCLNG-BB62-CNI-SCH-300001_C m 350 $ 19.13 $6,696.00
2.422 Electrical 12 Pairs 1.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS (FR) BU/RD 250VDC QCLNG-BB62-CNI-SCH-300001_C m 260 $ 22.51 $5,853.00
2.423 Electrical 24 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BK 250VDC QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 388.00 $776.00
2.424 Electrical 24 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BK 250VDC HAZ QCLNG-BB62-CNI-SCH-300001_C ea 24 $ 434.58 $10,430.00
2.425 Electrical 24 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BU 250VDC HAZ QCLNG-BB62-CNI-SCH-300001_C ea 64 $ 434.58 $27,813.00
2.426 Electrical 4 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BK 250VDC QCLNG-BB62-CNI-SCH-300001_C ea 28 $ 192.50 $5,390.00
2.427 Electrical 4 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BK 250VDC HAZ QCLNG-BB62-CNI-SCH-300001_C ea 38 $ 220.26 $8,370.00
2.428 Electrical 4 Pairs 0.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS BU 250VDC HAZ QCLNG-BB62-CNI-SCH-300001_C ea 6 $ 220.33 $1,322.00
2.429 Electrical 12 Pairs 1.5mm2 Cu PVC/PVC/SWA/PVC/I/OAS (FR) BU/RD 250VDC HAZ QCLNG-BB62-CNI-SCH-300001_C ea 2 $ 352.50 $705.00
2.430 Electrical Cable transit frame QCLNG-BB62-CNI-SCH-300001_C ea 12 $ 3,934.92 $47,219.00
2.431 Instrumentation 3 pair 0.5mm2 RS 485 Cable QCLNG-BB62-TEL-SCH-301001_B m 320 $ 20.58 $6,586.00
2.432 Instrumentation 3 pair 2.5mm2 RS 485 Cable QCLNG-BB62-TEL-SCH-301001_B ea 4 $ 183.75 $735.00
2.433 Electrical Typical lighting installation details - bulkhead light fitting column/beam mounted QCLNG-BB62-ELE-PLT DRAWINGS ea 4 $ 470.25 $1,881.00
2.434 Electrical Main access gate lighting control panel QCLNG-BB62-ELE-LST-301001_D ea 1 $ 1,591.00 $1,591.00
2.435 Electrical Main access gate lighting control panel mount QCLNG-BB62-ELE-LST-301001_D ea 1 $ 1,274.00 $1,274.00
2.436 Electrical Distribution board QCLNG-BB62-ELE-LST-301001_D ea 1 $ 967.00 $967.00
2.437 Electrical UPS QCLNG-BB62-ELE-LST-301001_D ea 1 $ 967.00 $967.00
2.438 Electrical MCC QCLNG-BB62-ELE-LST-301001_D ea 1 $ 967.00 $967.00
2.439 Electrical Local control panel QCLNG-BB62-ELE-LST-301001_D ea 6 $ 967.50 $5,805.00
2.440 Electrical Marshalling panel QCLNG-BB62-ELE-LST-301001_D ea 8 $ 967.50 $7,740.00
2.441 Electrical Oil cooler fan motor QCLNG-BB62-ELE-LST-301001_D ea 6 $ 967.50 $5,805.00
2.442 Electrical Refrigerant compressor motor QCLNG-BB62-ELE-LST-301001_D ea 3 $ 967.33 $2,902.00
2.443 Electrical Flare boot pump QCLNG-BB62-ELE-LST-301001_D ea 4 $ 967.50 $3,870.00
2.444 Electrical Drive motor QCLNG-BB62-ELE-LST-301001_D ea 3 $ 967.33 $2,902.00
2.445 Instrumentation Instrument air compressor QCLNG-BB62-ELE-LST-301001_D ea 3 $ 967.33 $2,902.00
2.446 Instrumentation Pit pump QCLNG-BB62-ELE-LST-301001_D ea 2 $ 967.50 $1,935.00
2.447 Instrumentation System oil skimmer QCLNG-BB62-ELE-LST-301001_D ea 1 $ 967.00 $967.00
2.448 Instrumentation Fire suppression system QCLNG-BB62-ELE-LST-301001_D ea 5 $ 967.40 $4,837.00
2.449 Instrumentation Air conditioner isolator QCLNG-BB62-ELE-LST-301001_D ea 28 $ 483.71 $13,544.00
2.450 Instrumentation Air conditioner condenser QCLNG-BB62-ELE-LST-301001_D ea 28 $ 967.46 $27,089.00
2.451 Instrumentation AZT - gas analyser Based on phase one gas analyser ea 1 $ 387.00 $387.00
QCLNG-BB62-CNI-IND-300001_C
Instrumentation GZT - gas detector acoustic ea 11
2.452 (FILTERED TO "SITE" INSTALLATION SCOPE). $ 387.00 $4,257.00
2.453 Instrumentation FT - ultrasonic flow meter QCLNG-BB62-ELE-PLT DRAWINGS ea 2 $ 387.00 $774.00
QCLNG-BB62-CNI-IND-300001_C
Instrumentation FI - flow indicator (FILTERED TO "SITE" INSTALLATION SCOPE), ea 3
2.454 BB62-CNI-IND-300003_B $ 390.00 $1,170.00
2.455 Instrumentation 12C 9/125 FFT loose Tube Non-metallic Armoured BK QCLNG-BB62-TEL-SCH-301002_B m 4,704 $ 29.28 $137,733.00
2.456 Electrical Splicing into Gate Interface Unit (Termination allowance for the PIDS) FOC revised numbers.xlsx issued 5/8/15 ea 66 $ 600.48 $39,632.00
2.457 Instrumentation 6C 9/125 FFT loose Tube Non-metallic Armoured FOC QCLNG-BB62-TEL-SCH-301002_B m 2,100 $ 21.54 $45,234.00
2.458 Electrical 2 PR 2.5mm 12/24VDC Power Supply Cable QCLNG-BB62-TEL-SCH-301002_B m 2,100 $ 18.16 $38,136.00
2.459 Instrumentation 6C Pig tails (both ends for the FO cables) QCLNG-BB62-TEL-SCH-301002_B ea 60 $ 68.37 $4,102.00
2.460 Electrical Terminate Power Cable 2Pr 2.5mm 12/24VDC Power Supply Cable QCLNG-BB62-TEL-SCH-301002_B ea 10 $ 116.10 $1,161.00
2.461 Instrumentation CAT 6 cable QCLNG-BB62-TEL-SCH-301002_B m 50 $ 20.58 $1,029.00
2.462 Instrumentation Terminate CAT 6 Both Ends QCLNG-BB62-TEL-SCH-301002_B ea 10 $ 102.80 $1,028.00
2.463 Instrumentation Junction Box (PL630) QCLNG-BB62-TEL-MTO-301002_B ea 5 $ 296.80 $1,484.00
2.464 Instrumentation Antenna QCLNG-BB62-TEL-LST-301001_B ea 12 $ 387.00 $4,644.00
2.465 Instrumentation Comms tower headframe arrangement QCLNG-BB62-TEL-PLT DRAWINGS ea 1 $ 19,349.00 $19,349.00
2.466 Instrumentation CCTV/Radio equipment (radio component) QCLNG-BB62-TEL-PLT DRAWINGS ea 1 $ 4,837.00 $4,837.00
2.467 Instrumentation 6 Core 9/125um FIBRE OPTIC UNARMOURED BK FOC revised numbers.xlsx issued 5/8/15 m 2,260 $ 9.88 $22,330.00
2.468 Instrumentation 48 Core 9/125um FIBRE OPTIC ARMOURED BK FOC revised numbers.xlsx issued 5/8/15 m 600 $ 19.35 $11,610.00
2.469 Instrumentation 96 cores 9/125um FIBRE OPTIC UN ARMOURED BK FOC revised numbers.xlsx issued 5/8/15 m 1,822 $ 24.76 $45,117.00
2.470 Instrumentation 48 Core 9/125um FIBRE OPTIC UNARMOURED BK FOC revised numbers.xlsx issued 5/8/15 m 2,462 $ 14.60 $35,952.00
2.471 Instrumentation Termination 6 Core 9/125um FIBRE OPTIC UN ARMOURED BK FOC revised numbers.xlsx issued 5/8/15 ea 10 $ 150.40 $1,504.00
2.472 Instrumentation Termination 48 Core 9/125um FIBRE OPTIC ARMOURED BK FOC revised numbers.xlsx issued 5/8/15 ea 4 $ 1,199.00 $4,796.00
2.473 Instrumentation Termination 96 cores 9/125um FIBRE OPTIC UN ARMOURED BK FOC revised numbers.xlsx issued 5/8/15 ea 12 $ 3,113.58 $37,363.00
2.474 Instrumentation Termination 48 Core 9/125um FIBRE OPTIC UNARMOURED BK FOC revised numbers.xlsx issued 5/8/15 ea 24 $ 2,195.33 $52,688.00
2.475
2.476 Instrumentation QA Number of ITR's to be completed ea 4,432 $ 201.23 $891,851.00
2.478 Electrical Early Dewatering Electrical QCLNG-BB62-ELE-SCH-300001_B LS 1 $ 184,357.00 $184,357.00
2.479 Instrumentation Electrical Preliminaries - Subcontractor LS 1 $ 7,354,381.00 $7,354,381.00
2.480 Electrical Margin and Risk - Electrical Subcontractor LS 1 $ 2,292,489.00 $2,292,489.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
Miscellaneous Total $12,641,060.00
2.481 Piping Supply of Blinds and Spacers QCLNG-BB62-PIP-MTO-301000_C LS 1 $ 42,940.00 $42,940.00
Small Bore (<DN50m) - Piping Shop Total metres fabricated spools (Pipe and Fittings
Piping m 13
2.482 included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 11,811.12 $152,954.00
Small Bore (<DN50m) - Piping Field Total metres of installed spools c/w Welds & Bolt-Ups
Piping m 13
2.483 (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 8,149.03 $105,530.00
2.484 Piping Small Bore (<DN50m) - Piping Field Hydrotesting & Drying m 13 $ 1,033.67 $13,386.00
DN50, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Shop Total metres fabricated spools QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 831
2.485 (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 107.27 $89,162.00
DN50, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Field Total metres of installed spools c/w QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 831
2.486 Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 186.51 $155,025.00
2.487 Piping DN50, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Field Hydrotesting & Drying m 831 $ 29.58 $24,590.00
DN50, CS, ASTM-A106 Gr. B, SMLS, SCH 160, - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 21
2.488 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 201.21 $4,145.00
DN50, CS, ASTM-A106 Gr. B, SMLS, SCH 160, - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 21
2.489 spools c/w Welds & Bolt-Ups QCLNG-BB62-PIP-LST-301003 REV A $ 236.21 $4,866.00
2.490 Piping DN50, CS, ASTM-A106 Gr. B, SMLS, SCH 160, - Piping Field Hydrotesting & Drying m 21 $ 37.38 $770.00
DN80, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 808
2.491 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 118.28 $95,537.00
DN80, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 808
2.492 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 196.21 $158,480.00
2.493 Piping DN80, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 808 $ 31.22 $25,216.00
DN100, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 10
2.494 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 804.05 $7,735.00
DN100, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 10
2.495 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 1,273.80 $12,254.00
2.496 Piping DN100, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 10 $ 173.49 $1,669.00
DN150, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 163
2.497 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 166.72 $27,167.00
DN150, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 163
2.498 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 295.19 $48,102.00
2.499 Piping DN150, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 163 $ 46.30 $7,544.00
DN250, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Shop Total metres fabricated spools QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 102
2.500 (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 489.01 $50,065.00
DN250, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Field Total metres of installed spools QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 102
2.501 c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 950.26 $97,288.00
2.502 Piping DN250, CS, ASTM-A106 Gr. B, SMLS, XS - Piping Field Hydrotesting & Drying m 102 $ 144.86 $14,831.00
DN350, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 17
2.503 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 572.39 $9,536.00
DN350, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 17
2.504 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 1,171.31 $19,514.00
2.505 Piping DN350, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 17 $ 161.88 $2,697.00
DN350, CS, ASTM-A106 Gr. B, SMLS, SCH 40 - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 12
2.506 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 2,210.88 $26,022.00
DN350, CS, ASTM-A106 Gr. B, SMLS, SCH 40 - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 12
2.507 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 1,782.92 $20,985.00
2.508 Piping DN350, CS, ASTM-A106 Gr. B, SMLS, SCH 40 - Piping Field Hydrotesting & Drying m 12 $ 522.26 $6,147.00
DN400, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 47
2.509 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 1,286.42 $60,539.00
DN400, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 47
2.510 spoolsc/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301004_C-NF.XLSX $ 2,132.24 $100,343.00
2.511 Piping DN400, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 47 $ 294.69 $13,868.00
DN750, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Shop
Piping m 24
2.512 Total metres fabricated spools (Pipe and Fittings included ) Complete to site. $ 894.06 $21,359.00
DN750, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field
Piping m 24
2.513 Total metres of installed spools c/w Welds & Bolt-Ups (Inc NDT) $ 1,792.51 $42,823.00
DN750, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field
Piping m 24
2.514 Hydrotesting & Drying $ 256.63 $6,131.00
DN900, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Shop QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 278
2.515 Total metres fabricated spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 1,166.43 $324,571.00
DN900, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 278
2.516 Total metres of installed spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 781.27 $217,395.00
DN900, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field
Piping m 278
2.517 Hydrotesting & Drying $ 250.69 $69,756.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
DN1050, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Shop QCLNG-BB62-PIP-MTO-301000 REV E,
Piping Lot 1
2.518 Total metres fabricated spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 7,206.00 $7,206.00
DN1050, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field QCLNG-BB62-PIP-MTO-301000 REV E,
Piping Lot 1
2.519 Total metres of installed spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 9,692.00 $9,692.00
DN1050, CS, ASTM-A671 Gr. CC65, Cl. 12, EFW, 12.7mm (XS), 100% Rad. - Piping Field QCLNG-BB62-PIP-MTO-301000 REV E,
Piping Lot 1
2.520 Hydrotesting & Drying QCLNG-BB62-PIP-LST-301003 REV A $ 1,220.00 $1,220.00
DN50, LTCS, ASTM-A333 Gr. 6, SMLS, XS - Piping Shop Total metres fabricated spools
Piping m 1
2.521 (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 4,192.52 $4,486.00
DN50, LTCS, ASTM-A333 Gr. 6, SMLS, XS - Piping Field Total metres of installed spools
Piping m 1
2.522 c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 3,321.50 $3,554.00
2.523 Piping DN50, LTCS, ASTM-A333 Gr. 6, SMLS, XS - Piping Field Hydrotesting & Drying m 1 $ 614.95 $658.00
DN300, LTCS, ASTM-A333 Gr. 6, SMLS, STD WT - Piping Shop Total metres fabricated
Piping m 110
2.524 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 530.11 $58,127.00
DN300, LTCS, ASTM-A333 Gr. 6, SMLS, STD WT - Piping Field Total metres of installed
Piping m 110
2.525 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 860.90 $94,398.00
Piping DN300, LTCS, ASTM-A333 Gr. 6, SMLS, STD WT - Piping Field Hydrotesting & Drying m 110
2.526 $ 133.35 $14,622.00
DN350, LTCS, ASTM-A333 Gr. 6, SMLS, SCH 60, - Piping Shop Total metres fabricated
Piping m 11
2.527 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 862.97 $9,415.00
DN350, LTCS, ASTM-A333 Gr. 6, SMLS, SCH 60, - Piping Field Total metres of installed
Piping m 11
2.528 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 1,524.75 $16,635.00
Piping DN350, LTCS, ASTM-A333 Gr. 6, SMLS, SCH 60, - Piping Field Hydrotesting & Drying m 11
2.529 $ 1,340.24 $14,622.00
DN750, LTCS, ASTM-A671 Gr. CC65, Cl. 32, EFW, 12.7mm (XS), 100% Rad. - Piping
Piping m 235
2.530 Shop Total metres fabricated spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 734.05 $172,420.00
DN750, LTCS, ASTM-A671 Gr. CC65, Cl. 32, EFW, 12.7mm (XS), 100% Rad. - Piping Field
Piping m 235
2.531 Total metres of installed spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 447.57 $105,129.00
DN750, LTCS, ASTM-A671 Gr. CC65, Cl. 32, EFW, 12.7mm (XS), 100% Rad. - Piping Field
Piping m 235
2.532 Hydrotesting & Drying $ 192.63 $45,247.00
DN50, SS, ASTM-A312 TP316, SMLS, SCH 40S - Piping Shop Total metres fabricated
Piping m 217
2.533 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 155.08 $33,717.00
DN50, SS, ASTM-A312 TP316, SMLS, SCH 40S - Piping Field Total metres of installed
Piping m 217
2.534 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 135.00 $29,350.00
2.535 Piping DN50, SS, ASTM-A312 TP316, SMLS, SCH 40S - Piping Field Hydrotesting & Drying m 217 $ 23.40 $5,088.00
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Shop Total metres QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 9
2.536 fabricated spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 1,416.77 $13,346.00
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Field Total metres of QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 9
2.537 installed spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 881.85 $8,307.00
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Field Hydrotesting &
Piping m 9
2.538 Drying $ 153.40 $1,445.00
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Shop Total metres QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 9
2.539 fabricated spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A Included in 2.536
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Field Total metres of QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 9
2.540 installed spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A Included in 2.537
DN200, SS, ASTM-A312 TP316, EFW, SCH 10S, 100% Rad. - Piping Field Hydrotesting & QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 9
2.541 Drying QCLNG-BB62-PIP-LST-301003 REV A Included in 2.538
DN50, CS Galv., ASTM-A106 Gr. B, SMLS, SCH 80 - Piping Shop Total metres fabricated
Piping m 325
2.542 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 288.49 $93,855.00
DN50, CS Galv., ASTM-A106 Gr. B, SMLS, SCH 80 - Piping Field Total metres of installed
Piping m 325
2.543 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 217.48 $70,752.00
Piping DN50, CS Galv., ASTM-A106 Gr. B, SMLS, SCH 80 - Piping Field Hydrotesting & Drying m 325
2.544 $ 34.88 $11,348.00
DN80, CS Galv., ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated
Piping m 333
2.545 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-MTO-301000 REV E $ 267.85 $89,108.00
DN80, CS Galv., ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed
Piping m 333
2.546 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-MTO-301000 REV E $ 209.36 $69,649.00
Piping DN80, CS Galv., ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying m 333
2.547 $ 33.63 $11,187.00
DN200, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Shop Total metres fabricated QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 21
2.548 spools (Pipe and Fittings included ) Complete to site. QCLNG-BB62-PIP-LST-301003 REV A $ 501.37 $10,639.00
DN200, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Total metres of installed QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 21
2.549 spools c/w Welds & Bolt-Ups (Inc NDT) QCLNG-BB62-PIP-LST-301003 REV A $ 775.64 $16,459.00
DN200, CS, ASTM-A106 Gr. B, SMLS, STD WT - Piping Field Hydrotesting & Drying QCLNG-BB62-PIP-MTO-301000 REV E,
Piping m 21
2.550 QCLNG-BB62-PIP-LST-301003 REV A $ 111.17 $2,359.00

2.FCS
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
2.551 Piping Flange Management lot 1 $ 590,000.00 $590,000.00
2.552 Piping NDE & PWHT Crew lot 1 $ 240,000.00 $240,000.00
2.553 Piping SP Items FCS QCLNG-BB62-PIP-LST-301000 REV D lot 1 $ 161,941.00 $161,941.00
2.554 Piping Ball Valve, DN50, 150#, CS, RB, Floating Ball, RF FL, 01CB52, QCLNG-BB62-PIP-LST-301002 REV E ea 72 $ 71.01 $5,113.00
2.555 Piping Ball Valve, DN50, 300#, CS, RB, Floating Ball, RF FL, 03CB82, QCLNG-BB62-PIP-LST-301002 REV E ea 31 $ 98.61 $3,057.00
2.556 Piping Ball Valve, DN50, 300#, CS, RB, Floating Ball, RF FL, 03CB52, QCLNG-BB62-PIP-LST-301002 REV E ea 18 $ 98.61 $1,775.00
2.557 Piping Ball Valve, DN50, 150#, LTCS, RB, Floating Ball, RF FL, 01LB52, QCLNG-BB62-PIP-LST-301002 REV E ea 5 $ 71.00 $355.00
2.558 Piping Ball Valve, DN50, 300#, LTCS, RB, Floating Ball, RF FL, 03LB52, QCLNG-BB62-PIP-LST-301002 REV E ea 5 $ 98.60 $493.00
2.559 Piping Ball Valve, DN50, 150#, LTCS, FB, Floating Ball, RF FL, 01LB51 QCLNG-BB62-PIP-LST-301002 REV E ea 1 $ 99.00 $99.00
Piping Ball Valve with Deadman (Spring loaded) handle, CS, DN50, Reduced bore, Flanged 150# ea 2
2.560 QCLNG-BB62-PIP-LST-301002 REV E $ 71.00 $142.00
Piping Ball Valve with Deadman (Spring loaded) handle, SS, DN50, Reduced bore, Flanged 150# ea 2
2.561 QCLNG-BB62-PIP-LST-301002 REV E $ 71.00 $142.00
2.562 Piping Ball Valve, DN40, 150#, CS, RB, Floating Ball, RF FL, 01CB56 QCLNG-BB62-PIP-LST-301002 REV E ea 51 $ 62.67 $3,196.00
2.563 Piping Ball Valve, DN100, 150#, CS, FB, Floating Ball, RF FL, 01CB51, QCLNG-BB62-PIP-LST-301002 REV E ea 4 $ 181.50 $726.00
2.564 Piping Ball Valve, DN80, 150#, CS, RB, Floating Ball, RF FL, 01CB52 QCLNG-BB62-PIP-LST-301002 REV E ea 11 $ 135.45 $1,490.00
2.565 Piping Ball Valve, DN100, 150#, CS, RB, Floating Ball, RF FL, 01CB52 QCLNG-BB62-PIP-LST-301002 REV E ea 1 $ 181.00 $181.00
2.566 Piping Ball Valve, DN150, 150#, CS, FB, Trun. Mnt., RF FL, 01CB53 QCLNG-BB62-PIP-LST-301002 REV E ea 2 $ 227.50 $455.00
2.567 Piping Ball Valve, DN25, 800#, CS, RB, NPT-F, 08CB54 QCLNG-BB62-PIP-LST-301002 REV E ea 32 $ 80.22 $2,567.00
2.568 Piping Ball Valve, DN40, 800#, CS, RB, NPT-F, 08CB54 QCLNG-BB62-PIP-LST-301002 REV E ea 28 $ 117.04 $3,277.00
2.569 Piping Ball Valve, DN50, 150#, CS, FB, Floating Ball, RF FL, 01CB51 QCLNG-BB62-PIP-LST-301002 REV E ea 2 $ 71.00 $142.00
2.570 Piping Check Valve, DN25, 800#, CS, Piston Check, NPT-F, 08CC54 QCLNG-BB62-PIP-LST-301002 REV E ea 24 $ 79.46 $1,907.00
2.571 Piping Ball Valve, DN50, 300#, LTCS, RB, RF FL x NPT-F, 03LB82 QCLNG-BB62-PIP-LST-301002 REV E ea 1 $ 99.00 $99.00
2.572 Piping Ball Valve, DN50, 150#, SS, RB, Floating Ball, RF FL, 01SB52 QCLNG-BB62-PIP-LST-301002 REV E ea 3 $ 71.00 $213.00
2.573 Piping Ball Valve, DN200, 150#, SS, FB, Trun. Mnt., RF FL, 01SB53 QCLNG-BB62-PIP-LST-301002 REV E ea 3 $ 282.67 $848.00
2.574 Piping Ball Valve, DN350, 300#, CS, RB, Trun. Mnt., RF FL, 03CB84 QCLNG-BB62-PIP-LST-301002 REV E ea 3 $ 577.33 $1,732.00
2.575 Piping Ball Valve, DN350, 300#, CS, RB, Trun. Mnt., RF FL, 03CB54 QCLNG-BB62-PIP-LST-301002 REV E ea 3 $ 577.33 $1,732.00
2.576 Piping Ball Valve, DN50, 150#, CS, RB, Floating Ball, RF FL, 01CB56 QCLNG-BB62-PIP-LST-301002 REV E ea 1 $ 71.00 $71.00
2.577 Piping SBB Valve, DN40, 150#, CS, RB, RF FL x NPT-F, SBB Valve, 01LB60 QCLNG-BB62-PIP-LST-301002 REV E ea 5 $ 61.80 $309.00
2.578 Piping Needle Valve, Manual, CS, DN25, SW END, CL800 QCLNG-BB62-PIP-LST-301002 REV E ea 2 $ 120.50 $241.00
2.579 Piping Butterfly Valve, DN900, 150#, CS, 01CA54 QCLNG-BB62-PIP-LST-301002 REV E ea 1 $ 1,028.00 $1,028.00
2.580 Piping Check Valve, DN50, 150#, 01CC51 QCLNG-BB62-PIP-LST-301002 REV E ea 3 $ 71.00 $213.00
Piping Total $4,128,526.00
Grand Total $47,000,882.63

2.FCS
FCS Access Roads

Item No Activity Description Activity Description Reference Doc Unit Qty Unit Rate Total
3.1 Site Development Clearing and grubbing MTO QCLNG-BB62-CIV-MTO-304000_00 m2 105,500 $ 0.60 $63,300.00
3.2 Site Development Top soil stripping & stockpile MTO QCLNG-BB62-CIV-MTO-304000_00 m3 18,400 $ 4.45 $81,880.00
3.3 Site Development Cut to General Fill MTO QCLNG-BB62-CIV-MTO-304000_00 m3 10,400 $ 11.59 $120,536.00
3.4 Site Development Cut to Waste MTO QCLNG-BB62-CIV-MTO-304000_00 m3 $0.00
3.5 Site Development Cut to Stockpile MTO QCLNG-BB62-CIV-MTO-304000_00 m3 9,200 $ 10.34 $95,128.00
3.6 Site Development Borrow to General Fill MTO QCLNG-BB62-CIV-MTO-304000_00 m3 2,300 $ 10.80 $24,840.00
3.7 Site Development Topsoil respreading from stockpile MTO QCLNG-BB62-CIV-MTO-304000_00 m3 5,710 $ 10.70 $61,097.00
3.8 Site Development Topsoil seeding including: seeding, ameliorants, gypsum and watering MTO QCLNG-BB62-CIV-MTO-304000_00 m2 57,100 $ 3.22 $183,862.00
Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & MTO QCLNG-BB62-CIV-MTO-304000_00 m2
3.9 Site Development 57,100
tyning $ 2.36 $134,756.00
3.10 Site Development Subgrade Preparation under fill MTO QCLNG-BB62-CIV-MTO-304000_00 m2 40,900 $ 1.51 $61,759.00
3.11 Site Development Final Trim Batters > 10% Slopes MTO QCLNG-BB62-CIV-MTO-304000_00 Included in 3.9
3.12 Site Development Remove unsuitable materials and replace with general fill MTO QCLNG-BB62-CIV-MTO-304000_00 m3 2,220 $ 64.75 $143,745.00
3.13 Site Development Roads URA Base Pavement Material - Type 2.2 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 3,000 $ 96.37 $289,110.00
3.14 Site Development Roads URA Sub Base Pavement Material - Type 3.3 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 4,850 $ 88.52 $429,322.00
3.15 Site Development Lime Stabilisation of subgrade (3% Hydrated Lime to 150mm depth) MTO QCLNG-BB62-CIV-MTO-304000_00 m2 31,200 $ 11.52 $359,424.00
3.20 Site Development Roads URC Wearing Course Material - Type 4.4 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 1,400 $ 53.20 $74,480.00
3.21 Site Development Roads URC Base Pavement Material - Type 3.3 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 900 $ 82.77 $74,493.00
3.22 Site Development Roads URC Sub Base Pavement Material - Select Fill CBR >15% MTO QCLNG-BB62-CIV-MTO-304000_00 m3 90 $ 79.48 $7,153.20
3.23 Site Development Roads URC Subgrade Trim MTO QCLNG-BB62-CIV-MTO-304000_00 m2 4,500 $ 1.46 $6,570.00
3.24 Site Development Batter Lining - Low Permeability Clay Pavement Encasement MTO QCLNG-BB62-CIV-MTO-304000_00 m 5,900 $ 20.68 $122,012.00
3.25 Site Development Floodway - Cement stabilisation (2%) of Pavement Material to 200mm depth MTO QCLNG-BB62-CIV-MTO-304000_00 m2 420 $ 44.91 $18,862.20
3.26 Site Development Prime Coat MTO QCLNG-BB62-CIV-MTO-304000_00 m2 24,350 $ 1.64 $39,934.00
3.27 Site Development 2 Coat Bitumen (14/7) Seal with PMB seal MTO QCLNG-BB62-CIV-MTO-304000_00 m2 24,350 $ 7.45 $181,407.50
3.28 Site Development Saw cutting of pavements MTO QCLNG-BB62-CIV-MTO-304000_00 m 20 $ 13.20 $264.00
3.29 Site Development Roads URB Base Pavement Material - Type 2.2 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 650 $ 126.03 $81,919.50
3.30 Site Development Roads URB Upper Sub Base Pavement Material - Type 3.3 MTO QCLNG-BB62-CIV-MTO-304000_00 m3 700 $ 121.32 $84,924.00
3.31 Site Development Roads URB Lower Sub Base Pavement Material - Select Fill CBR >15% MTO QCLNG-BB62-CIV-MTO-304000_00 m3 1,150 $ 95.78 $110,147.00
3.32 Site Development Roads URB Subgrade Trim MTO QCLNG-BB62-CIV-MTO-304000_00 m2 3,889 $ 3.90 $15,166.67
3.33 Site Development Driveway - Unbound Type 4.4 Wearing Course MTO QCLNG-BB62-CIV-MTO-304000_00 m3 50 $ 143.94 $7,197.00
3.34 Site Development Prime Coat MTO QCLNG-BB62-CIV-MTO-304000_00 m2 5,400 $ 1.64 $8,856.00
3.35 Site Development 2 Coat Bitumen (14/7) Seal with PMB seal MTO QCLNG-BB62-CIV-MTO-304000_00 m2 5,400 $ 7.45 $40,230.00
3.36 Site Development Batter Lining - Low Permeability Clay Pavement Encasement MTO QCLNG-BB62-CIV-MTO-304000_00 m 950 $ 31.02 $29,469.00
3.37 Site Development Traffic Management lot 1 $ 95,892.00 $95,892.00
RCBC - Single Cell - 450 x 450 - install complete inc supply, excavate, MTO QCLNG-BB62-CIV-MTO-304000_00 m
3.38 Site Development 112
bedding and backfill $ 1,163.43 $130,071.47
RCBC - Single Cell - 600 x 450 - install complete inc supply, excavate, MTO QCLNG-BB62-CIV-MTO-304000_00 m
3.39 Site Development 110
bedding and backfill $ 1,273.83 $139,866.53
RCBC Headwall - Single Cell - 450 x 450 - install complete inc supply, MTO QCLNG-BB62-CIV-MTO-304000_00 ea
3.40 Site Development 10
excavate, bedding and backfill $ 2,193.10 $21,931.00
RCBC Headwall - Double Cell - 450 x 450 - install complete inc supply, MTO QCLNG-BB62-CIV-MTO-304000_00 ea
3.41 Site Development 4
excavate, bedding and backfill $ 3,999.00 $15,996.00
RCBC Headwall - Single Cell - 600 x 450 - install complete inc supply, MTO QCLNG-BB62-CIV-MTO-304000_00 ea
3.42 Site Development 4
excavate, bedding and backfill $ 2,193.00 $8,772.00
RCBC Headwall - Double Cell - 600 x 450 - install complete inc supply, MTO QCLNG-BB62-CIV-MTO-304000_00 ea
3.43 Site Development 4
excavate, bedding and backfill $ 3,999.00 $15,996.00
RCBC Headwall - Triple Cell - 600 x 450 - install complete inc supply, MTO QCLNG-BB62-CIV-MTO-304000_00 ea
3.44 Site Development 2
excavate, bedding and backfill $ 6,800.50 $13,601.00
3.45 Site Development Bund, 350mm high MTO QCLNG-BB62-CIV-MTO-304000_00 m 750 $ 67.09 $50,317.50
3.46 Site Development Gypsum - Subgrade under Riprap to 150mm MTO QCLNG-BB62-CIV-MTO-304000_00 m2 650 $ 9.16 $5,954.00
3.47 Site Development Trapezoidal Drains MTO QCLNG-BB62-CIV-MTO-304000_00 m 6,100 $ 15.92 $97,112.00
3.48 Site Development RipRap - D50 = 200 mm (300 mm thick) MTO QCLNG-BB62-CIV-MTO-304000_00 m2 650 $ 31.87 $20,715.50
3.49 Site Development Geotextile - beneath riprap MTO QCLNG-BB62-CIV-MTO-304000_00 m2 780 Included in 3.48
3.5 Site Development 375 Dia, RCP MTO QCLNG-BB62-CIV-MTO-304000_00 m 7 $ 236.34 $1,730.01

3.FCS Access Roads


Item No Activity Description Activity Description Reference Doc Unit Qty Unit Rate Total
3.51 Site Development RCP Headwall - 375 Dia, RCP MTO QCLNG-BB62-CIV-MTO-304000_00 ea 2 $ 1,051.50 $2,103.00
3.52 Site Development Cut off Walls - cast insitu with headwalls MTO QCLNG-BB62-CIV-MTO-304000_00 m3 1 $ 1,324.00 $662.00
3.53 Site Development Demolish existing RCP Headwall - 375dia MTO QCLNG-BB62-CIV-MTO-304000_00 ea 2 $ 2,949.50 $5,899.00
3.54 Site Development Trapezoidal Drains MTO QCLNG-BB62-CIV-MTO-304000_00 m 1,000 $ 24.04 $24,040.00
3.55 Site Development RipRap - D50 = 200 mm (300 mm thick) MTO QCLNG-BB62-CIV-MTO-304000_00 m2 10 $ 31.90 $319.00
3.56 Site Development Geotextile - beneath riprap MTO QCLNG-BB62-CIV-MTO-304000_00 m2 12 Included in 3.55
3.57 Site Development Gypsum - Subgrade under Riprap to 150mm MTO QCLNG-BB62-CIV-MTO-304000_00 m2 10 $ 9.20 $92.00
3.58 Site Development Safety Signs MTO QCLNG-BB62-CIV-MTO-304000_00 ea 17 $ 1,427.35 $24,264.95
3.59 Site Development Flexible Road Edge Guide Posts MTO QCLNG-BB62-CIV-MTO-304000_00 ea 158 $ 51.99 $8,214.42
3.60 Site Development Linemarking - Barrier Line, Single MTO QCLNG-BB62-CIV-MTO-304000_00 m 120 $ 1.50 $180.00
3.61 Site Development Linemarking - Edge Line MTO QCLNG-BB62-CIV-MTO-304000_00 m 955 $ 1.50 $1,432.50
3.62 Site Development Linemarking - Give Way Line MTO QCLNG-BB62-CIV-MTO-304000_00 m 27 $ 1.52 $41.04
3.63 Site Development Linemarking - Chevrons MTO QCLNG-BB62-CIV-MTO-304000_00 m 195 $ 1.50 $292.50
3.64 Site Development Linemarking - Chevrons Outline MTO QCLNG-BB62-CIV-MTO-304000_00 m2 60 $ 16.00 $960.00
3.65 Site Development Linemarking - Turning Lane Line MTO QCLNG-BB62-CIV-MTO-304000_00 m 50 $ 1.50 $75.00
3.66 Site Development Linemarking - Turning Arrows (Left & Right) MTO QCLNG-BB62-CIV-MTO-304000_00 ea 6 $ 150.00 $900.00
3.67 Site Development Linemarking - Continuity MTO QCLNG-BB62-CIV-MTO-304000_00 m 505 $ 1.50 $757.50
3.68 Site Development Raised Retroflective Pavement Markers MTO QCLNG-BB62-CIV-MTO-304000_00 ea 115 $ 5.00 $575.00
3.69 Site Development Double access gates in security fencing - 8.0 m wide MTO QCLNG-BB62-CIV-MTO-304000_00 ea 1 $ 4,786.00 $4,786.00
3.70 Site Development Guard House Shed MTO QCLNG-BB62-CIV-MTO-304000_00 ea Excluded
3.71 Site Development Install Rural fence - 4 strand barbwire MTO QCLNG-BB62-CIV-MTO-304000_00 m 750 $ 12.50 $9,375.00
3.72 Site Development Demolish existing fencing (all types) MTO QCLNG-BB62-CIV-MTO-304000_00 m 800 $ 10.62 $8,496.00
Total $3,663,264.00

3.FCS Access Roads


Charlie 132kV Substation
Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
4.1 Site Development Detailed Earthworks Filling from Cut from bulk filled pad, Substation Road MTO QCLNG-BB62-CIV-MTO-310001_B m3 2 $ 347.50 $ 695
4.2 Site Development Detailed Earthworks Cut from bulk filled pad, Substation Road to be stockpiled MTO QCLNG-BB62-CIV-MTO-310001_B m3 807 $ 23.94 $ 19,318
4.3 Site Development Detailed Earthworks Cable Pits m3 - Included in FCS Item 2.127
132/33kV Substation Inplant (Trench for FCS Power Supply) - Cable Trench - Trenching
Site Development m3 -
4.4 Common Machine c/w Marker Tape & Protective Covers Included in FCS Item 2.127
132/33kV Substation Inplant (Trench for FCS Power Supply) - LV & Inst. Cable Trench -
Site Development m3 -
4.5 Trenching Backfill Select Included in FCS Item 2.127
132/33kV Substation Inplant (Trench for FCS Power Supply) - Trenching Backfill Sand -
Site Development m3 -
4.6 Electrical Resistivity of 1.2 Included in FCS Item 2.127
4.7 Site Development 2.4m High Security fencing w/ 3 strands of barbed wire MTO QCLNG-BB62-CIV-MTO-310001_B m 336 $ 96.94 $ 32,571
4.8 Site Development Single access gates in security fencing - 1.5m wide MTO QCLNG-BB62-CIV-MTO-310001_B ea 3 $ 4,722.67 $ 14,168
4.9 Site Development Double access gates in security fencing - 8.0m wide MTO QCLNG-BB62-CIV-MTO-310001_B ea 2 $ 5,037.50 $ 10,075
4.10 Site Development Culvert 225mm Ø RCP Class 2 MTO QCLNG-BB62-CIV-MTO-310001_B m 41 $ 129.13 $ 5,333
4.11 Site Development Culvert 300mm Ø RCP Class 2 MTO QCLNG-BB62-CIV-MTO-310001_B m 9 $ 183.40 $ 1,724
4.12 Site Development 100mm Ø PVC drain from culvert trenches MTO QCLNG-BB62-CIV-MTO-310001_B m 19 $ 137.32 $ 2,609
4.13 Site Development 225mm Ø PVC drain from culvert trenches MTO QCLNG-BB62-CIV-MTO-310001_B m 2 $ 574.67 $ 862
4.14 Site Development 225mm Ø DICL drain from Transformer bunds MTO QCLNG-BB62-CIV-MTO-310001_B m 36 $ 191.73 $ 6,864
4.15 Site Development Reinforced Pipe Culvert Headwall - Single Cell - 225 mm Ø MTO QCLNG-BB62-CIV-MTO-310001_B ea 2 $ 735.50 $ 1,471
4.16 Site Development Reinforced Pipe Culvert Headwall - Single Cell - 300 mm Ø MTO QCLNG-BB62-CIV-MTO-310001_B ea 1 $ 803.00 $ 803
4.17 Site Development Drainage Pit Junction MTO QCLNG-BB62-CIV-MTO-310001_B ea 3 $ 10,000.00 $ 30,000
4.18 Site Development Drainage Pit Grated Side Entry MTO QCLNG-BB62-CIV-MTO-310001_B ea 1 $ 10,000.00 $ 10,000
4.19 Site Development Puraceptor Oily water treatment. 56250L MTO QCLNG-BB62-CIV-MTO-310001_B ea 1 $ 147,658.00 $ 147,658
4.2 Site Development Bluestone finishing layer (nom. 150mm thick) MTO QCLNG-BB62-CIV-MTO-310001_B m3 914 $ 156.38 $ 142,931
4.21 Site Development Road Subgrade Preparation MTO QCLNG-BB62-CIV-MTO-310001_B m2 1,562 $ 2.47 $ 3,866
4.22 Site Development Sub Base MTO QCLNG-BB62-CIV-MTO-310001_B m3 234 $ 89.52 $ 20,947
4.23 Site Development Base MTO QCLNG-BB62-CIV-MTO-310001_B m3 212 $ 124.70 $ 26,436
4.24 Site Development Asphalt MTO QCLNG-BB62-CIV-MTO-310001_B m3 57 $ 1,913.05 $ 109,044
4.25 Site Development Kerb and Channel MTO QCLNG-BB62-CIV-MTO-310001_B m 162 $ 185.07 $ 29,926
4.26 Site Development Kerb Only MTO QCLNG-BB62-CIV-MTO-310001_B m 122 $ 154.23 $ 18,831
4.27 Site Development Edge strip MTO QCLNG-BB62-CIV-MTO-310001_B m 40 $ 246.76 $ 9,821
4.28 Site Development AG drain MTO QCLNG-BB62-CIV-MTO-310001_B m 324 $ 36.50 $ 11,811
4.29 Site Development Asphalt Strip outside Substation fence MTO QCLNG-BB62-CIV-MTO-310001_B m3 20 $ 2,522.00 $ 50,440
RATE ONLY
4.30 Site Development Extra over rate - Remove and Replace unsuitable material - Pads m3 $ 25.21
4.31 Site Development Extra over rate - Remove and Replace unsuitable material - Underneath Structures m3 $ 102.12
Extra over rate - Engineered fill remove and replace insitu material to meet site
Site Development m3
4.32 classification to a depth of 1.8m $ 102.12
Site Development Total $ 708,204.00
4.33 Concrete Concrete cable trench (pedestrian cover) 1200mm wide Excluded
4.34 Concrete Concrete cable trench (pedestrian cover) 2000mm wide Excluded
4.35 Concrete Concrete cable trench (vehicular cover) 1200mm wide Excluded
132/33kV Substation Inplant (Trench for FCS Power Supply) - HV Cable Trench
Concrete m -
4.36 (Concrete Protected) - Lean Concrete Trench Cable Protection Included in FCS Item 2.127
4.37 Concrete Footing - Bored pier MTO QCLNG-BB62-CIV-MTO-310001_B m3 122.40 $ 2,430.42 $ 297,484
4.38 Concrete Footing - Circular pile cap MTO QCLNG-BB62-CIV-MTO-310001_B m3 29.16 $ 4,633.98 $ 135,127
4.39 Concrete Footing - Rectangular pile cap MTO QCLNG-BB62-CIV-MTO-310001_B m3 15.86 $ 4,123.77 $ 65,403
4.4 Concrete Footing - Pad Footing MTO QCLNG-BB62-CIV-MTO-310001_B m3 79.96 $ 1,135.46 $ 90,791
4.41 Concrete Footing - TF1 - Cable pit walls MTO QCLNG-BB62-CIV-MTO-310001_B m3 0.97 $ 7,158.76 $ 6,944
4.42 Concrete Footing - TF1 - Bund walls MTO QCLNG-BB62-CIV-MTO-310001_B m3 23.95 $ 4,060.96 $ 97,260
4.43 Concrete Fibre reinforced concrete MTO QCLNG-BB62-CIV-MTO-310001_B m3 2.28 $ 2,080.70 $ 4,744
4.43a Concrete Fibre reinforced concrete MTO QCLNG-BB62-CIV-MTO-310001_B m3 0.43 $ 3,588.70 $ 1,543
4.44 Concrete Sand/Cement Mix MTO QCLNG-BB62-CIV-MTO-310001_B m3 16.61 $ 417.34 $ 6,932
4.45 Concrete Footing - CB1 - Pile cap/slab MTO QCLNG-BB62-CIV-MTO-310001_B m3 42.00 $ 1,516.86 $ 63,708
4.46 Concrete Footing - CB1 - curtain slab MTO QCLNG-BB62-CIV-MTO-310001_B m3 9.55 $ 3,831.10 $ 36,587
Concrete Total $ 806,523.14
4.47 Structural Light (<25 kg/m) QCLNG-BB62-STR-MTO-300001_B MT 7.97 $ 9,587.58 $ 76,413
4.48 Structural Medium (25-75 kg/m) QCLNG-BB62-STR-MTO-300001_B MT 0.59 $ 6,930.51 $ 4,089
4.49 Structural Heavy (>75 kg/m) QCLNG-BB62-STR-MTO-300001_B MT 15.13 $ 5,331.73 $ 80,669
4.50 Structural Grouting QCLNG-BB62-STR-MTO-300001_B m3 0.20 $ 16,670.00 $ 3,334
4.51 Structural Dressing of Gantries QCLNG-BB62-ELE-PLT-310002_B ea - Included in 4.97

4.Charlie 132kV Substation


Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
4.52 Structural Substation Control Building - 21.4 x 6.34 x 3.3 (ht) m c/w all hardware 119491CNT Exhibit A - Scope of Works ea 1.00 $ 19,497.00$ 19,497
4.53 Structural Support - Base Plates QCLNG-BC07-ELE-MTO-31001 to 31003 ea 6.00 $ 2,048.33$ 12,290
4.54 Structural Support - Cable Tray Bracket QCLNG-BC07-ELE-MTO-31001 to 31003 ea 9.00 $ 778.78$ 7,009
4.55 Structural Support - Columns QCLNG-BC07-ELE-MTO-31001 to 31003 ea 4.00 $ 25,663.00$ 102,652
4.56 Structural Support - Support Beams QCLNG-BC07-ELE-MTO-31001 to 31003 ea 2.00 $ 7,055.00$ 14,110
4.57 Structural Support - Support bracket QCLNG-BC07-ELE-MTO-31001 to 31003 ea 3.00 $ 5,080.33$ 15,241
4.58 Structural Support - support plate QCLNG-BC07-ELE-MTO-31001 to 31003 ea 3.00 $ 4,105.67$ 12,317
4.59 Structural Support - Top plates QCLNG-BC07-ELE-MTO-31001 to 31003 ea 1.00 $ 4,170.00$ 4,170
4.60 Structural Support CVT - 150PFC QCLNG-BC07-ELE-MTO-31001 to 31003 ea 2.00 $ 3,937.00$ 7,874
4.61 Structural Support Stiffeners QCLNG-BC07-ELE-MTO-31001 to 31003 ea 4.00 $ 10,117.25$ 40,469
Structural Total $ 400,134.00
4.62 Mechanical Substation Control Building - 21.4 x 6.34 x 3.3 (ht) m c/w all hardware MODEL SHOT ea 1 $ 12,367 $ 12,367
4.63 Mechanical 132kV BOP Oil/Water Containment Tank ea 1 $ - Included in 4.19
Mechanical Total $ 12,367.00
4.64 Electrical 132/33/11 kV Transformer QCLNG-BB62-ELE-LST-310001_B ea 1 $ 176,095.00 $ 176,095
4.65 Electrical 132kV Earth Switch QCLNG-BB62-ELE-LST-310001_B ea 11 $ - Included in 4.68
4.66 Electrical 132kV Circuit Breaker QCLNG-BB62-ELE-LST-310001_B ea 3 $ 10,848.00 $ 32,544
4.67 Electrical 132kV Current Transformer QCLNG-BB62-ELE-LST-310001_B ea 15 $ 417.53 $ 6,263
4.68 Electrical 132kV Isolator QCLNG-BB62-ELE-LST-310001_B ea 7 $ 7,383.29 $ 51,683
4.69 Electrical HV neutral current transformer (with 4-20 mA transducer) QCLNG-BB62-ELE-LST-310001_B ea 1 $ 127.00 $ 127
4.70 Electrical HV neutral current transformer J/box QCLNG-BB62-ELE-LST-310001_B ea 1 $ 243.00 $ 243
4.71 Electrical 132kV Voltage Transformer QCLNG-BB62-ELE-LST-310001_B ea 9 $ 489.56 $ 4,406
4.72 Electrical 132kV Surge Arrestor - red phase QCLNG-BB62-ELE-LST-310001_B ea 6 $ 4,323.00 $ 25,938
4.73 Electrical 11kV Earth Switch (11kV Auxiliary Transformer RMU -D Module) QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in 4.77
4.74 Electrical 11kV Earth Switch (11kV Auxiliary Transformer RMU -F Module) QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in 4.77
4.75 Electrical 11kV Isolator (Auxiliary Transformer RMU) QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in 4.77
4.76 Electrical 11kV Surge Arrestor QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in 4.77
4.77 Electrical 11/0.4kV Station Service Transformer QCLNG-BB62-ELE-LST-310001_B ea 1 $ 1,459.00 $ 1,459
4.78 Electrical CT Marshalling box QCLNG-BB62-ELE-LST-310001_B ea 3 $ 5,946.33 $ 17,839
4.79 Electrical VT Marshalling box QCLNG-BB62-ELE-LST-310001_B ea 3 $ 5,946.33 $ 17,839
4.80 Electrical Transformer Local control cubicle QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in 4.64
4.82 Electrical Neutral Earth Resistor QCLNG-BB62-ELE-LST-310001_B ea 1 $ 1,017.00 $ 1,017
4.83 Electrical MV neutral current transformer (with 4-20 mA transducer) QCLNG-BB62-ELE-LST-310001_B ea 1 $ 127.00 $ 127
4.84 Electrical MV neutral current transformer J/box QCLNG-BB62-ELE-LST-310001_B ea 1 $ 243.00 $ 243
4.85 Electrical Cable Pits QCLNG-BB62-ELE-LST-310001_B ea 1 $ - Included in FCS Item 2.127
4.86 Electrical CCTV Camera JB QCLNG-BB62-ELE-LST-310001_B ea 5 $ 4,814.80 $ 24,074
4.87 Electrical CCTV Camera QCLNG-BB62-ELE-LST-310001_B ea 5 $ 4,931.00 $ 24,655
4.88 Electrical Splice Enclosure QCLNG-BB62-ELE-LST-310001_B ea 5 $ 127.20 $ 636
4.89 Electrical Category 6 Patch Panel (24 way) QCLNG-BB62-ELE-LST-310001_B ea 5 $ 116.20 $ 581
4.90 Electrical CCTV - 8 Metre Mid Hinged Pole QCLNG-BB62-ELE-LST-310001_B ea 5 $ 6,563.20 $ 32,816
4.91 Electrical FPP (24 Way) - Data Sht: TBA, CCTV QCLNG-BB62-ELE-LST-310001_B ea 5 $ 4,878.60 $ 24,393
4.92 Electrical CCTV Cable Pits QCLNG-BB62-ELE-LST-310001_B ea 5 $ - Included in FCS Item 2.127
4.93 Electrical Camera & Media Converter Power Supply QCLNG-BB62-ELE-LST-310001_B ea 5 $ - Included in 4.87
4.94 Electrical 230/400V AC Outdoor Power Board QCLNG-BB62-ELE-LST-310001_B ea 3 $ 2,041.00 $ 6,123
4.95 Electrical Switchyard Flood Light QCLNG-BB62-ELE-LST-310001_B ea 18 $ 687.22 $ 12,370
4.96 Electrical Switchyard Flood Light - Pole QCLNG-BB62-ELE-LST-310001_B ea 9 $ 4,036.89 $ 36,332
4.97 Electrical Interplant flexible and Overhead strung conductor single Sulphur AAAC/1120 QCLNG-BB62-ELE-MTO-310001_B m 300 $ 54.49 $ 16,346
4.98 Electrical Neon AAAC/1120 groundwire QCLNG-BB62-ELE-MTO-310001_B m 240 $ 40.38 $ 9,692
AL Compression Terminal Type 8, 20mm thick, 4 Holes Ø 18 straight to suit single
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 19
4.99 Sulphur $ 145.32 $ 2,761
AL Compression Terminal Type 8, 20mm thick, 4 Holes Ø 18, with 30o bent on flat to suit
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 16
4.100 single Sulphur $ 145.38 $ 2,326
4.101 Electrical AL parallel groove clamp for Sulphur to Sulphur QCLNG-BB62-ELE-MTO-310001_B ea 10 $ 89.40 $ 894
AL Compression Terminal Type 5, 12mm thick, 4 Holes Ø 14 straight to suit single
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 29
4.102 Sulphur $ 129.48 $ 3,755
AL Compression Terminal Type 12, 20mm thick, 4 Holes Ø 14 straight to suit single
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 7
4.103 Sulphur $ 145.29 $ 1,017
AL Compression Terminal Type 5, 12mm thick, 4 Holes Ø 14 with 30o bent on edge to
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 7
4.104 suit single Sulphur $ 115.29 $ 807
4.105 Electrical AL parallel spacers twin Sulphur separation 70 mm QCLNG-BB62-ELE-MTO-310001_B ea 10 $ 61.70 $ 617

4.Charlie 132kV Substation


Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
Suspension insulator assembly EXCLUDING STRING INSULATOR, to suit Single
Electrical QCLNG-BB62-ELE-DET-310093 Rev B ea 6
4.106 Sulphur dropper, $ 395.50 $ 2,373
AL Compression Terminal Type 12, 20mm thick, 4 Holes Ø 18 with 30o bent on flat to
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 7
4.107 suit Single Sulphur $ 145.29 $ 1,017
Electrical Stainless Steel fastener assembly, including 1 bolt, 1 nut, 2 flat washers, 1 spring washer QCLNG-BB62-ELE-MTO-310001_B lot 1
4.108 $ 4,142.00 $ 4,142
AL Compression Terminal Type 11, 20mm thickness, 2 Holes Ø 18, straight to suit Single
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 19
4.109 Sulphur $ 129.53 $ 2,461
AL Compression Terminal Type 11, 20mm thickness, 2 Holes Ø 18, with 30o bent on flat
Electrical QCLNG-BB62-ELE-MTO-310001_B ea 19
4.110 to suit Single Sulphur $ 129.53 $ 2,461
Transmission Line 132kV Porcelain Insulator Assembly (Pin and Cap 80kN) NGK Type
Electrical QCLNG-BB62-ELE-LST-310001_B ea 60
4.111 U80BLP or equivalent $ 35.95 $ 2,157
4.112 Electrical Solid Core Station Post Insulators (C8-650) QCLNG-BB62-ELE-LST-310001_B ea 9 $ 670.56 $ 6,035
4.113 Electrical Solid Core Station Post Insulators (C12.5-650) QCLNG-BB62-ELE-LST-310001_B ea 6 $ 670.50 $ 4,023
12.7/22kV 3C Cu-70mm2 XLPE/WST/CWS/PVC/HDPE/Nylon/PVC
Electrical Excluded
4.114 $ -
4.115 Electrical 100/10mm AL tube interplant busbar assembly QCLNG-BB62-ELE-LST-310001_B ea 15 $ 539.07 $ 8,086
4.116 Electrical Transformer 100/10mm AL tube interplant busbar assembly QCLNG-BB62-ELE-LST-310001_B ea 3 $ 306.67 $ 920
4.117 Electrical 100/6mm AL Bipod assembly QCLNG-BB62-ELE-LST-310001_B ea 6 $ 419.00 $ 2,514
4.118 Electrical Trenching, Bedding & Backfill QCLNG-BB62-ELE-MTO-310001_B m 1,912 $ 177.56 $ 339,503
4.119 Electrical Earth Tails - Excavation QCLNG-BB62-ELE-MTO-310001_B ea 177 $ 749.51 $ 132,663
4.120 Electrical AL Bolted Earth Stirrup to suit single Sulphur QCLNG-BB62-ELE-MTO-310001_B ea 19 $ 149.05 $ 2,832
4.121 Electrical Groundwire Termination assembly to suit Neon (AAAC/1120) QCLNG-BB62-ELE-MTO-310001_B ea 9 $ 708.44 $ 6,376
4.122 Electrical AL Bolted Earth Stirrup to suit twin Sulphur at 70mm centers QCLNG-BB62-ELE-MTO-310001_B ea 10 $ 144.50 $ 1,445
Electrical Brass Earth Stub with M16 stainless steel bolt for connection to galvanised steel support QCLNG-BB62-ELE-MTO-310001_B ea 26
4.123 $ 71.88 $ 1,869
4.124 Electrical Single core PVC (Green/yellow) insulated 16 sq.mm copper cable QCLNG-BB62-ELE-MTO-310001_B m 500 $ 13.95 $ 6,975
4.125 Electrical Single core PVC (Green/yellow) insulated 4 sq.mm copper cable QCLNG-BB62-ELE-MTO-310001_B m 300 $ 12.34 $ 3,702
4.126 Electrical Earth Grid Conductor, Copper, Bare 19/3 mm for buried earth grid QCLNG-BB62-ELE-MTO-310001_B m 1,900 $ 15.35 $ 29,165
4.127 Electrical Earth conductor, Copper, Bare 37/2.5 mm for earth tails QCLNG-BB62-ELE-MTO-310001_B m 480 $ 28.15 $ 13,512
4.128 Electrical Earth Strap, Copper, 50 x 4mm QCLNG-BB62-ELE-MTO-310001_B m 180 $ 75.24 $ 13,543
4.129 Electrical Exothermic X Stranded conductor Joints QCLNG-BB62-ELE-MTO-310001_B ea 51 $ 98.10 $ 5,003
4.130 Electrical Exothermic T Stranded conductor Joints QCLNG-BB62-ELE-MTO-310001_B ea 205 $ 98.10 $ 20,111
4.131 Electrical Exothermic T Strap conductor Joints QCLNG-BB62-ELE-MTO-310001_B ea 28 $ 98.11 $ 2,747
4.132 Electrical Earth Rod Assembly 2 x 18m Long QCLNG-BB62-ELE-MTO-310001_B ea 26 $ 306.65 $ 7,973
4.133 Electrical Exothermic Earth Rod Joints QCLNG-BB62-ELE-MTO-310001_B ea 26 $ 98.12 $ 2,551
4.134 Electrical Earth Braide Connector QCLNG-BB62-ELE-MTO-310001_B ea 12 $ 114.92 $ 1,379
4.135 Electrical Earth Lug with 1 x 14mm hole QCLNG-BB62-ELE-MTO-310001_B ea 50 $ 51.92 $ 2,596
4.136 Electrical Earth Lug with 2 x 14mm hole QCLNG-BB62-ELE-MTO-310001_B ea 115 $ 51.90 $ 5,969
4.137 Electrical Galvanised steel earth mat 2500mm x 1000 mm QCLNG-BB62-ELE-MTO-310001_B ea 7 $ 1,053.71 $ 7,376
4.138 Electrical Exothermic T Stranded Conductor Grid Earth Rods QCLNG-BB62-ELE-MTO-310001_B ea 22 $ 98.09 $ 2,158
4.139 Electrical Exothermic T Stranded Conductor (Tail) / Earth Rods QCLNG-BB62-ELE-MTO-310001_B ea 4 $ 98.00 $ 392
4.140 Electrical Single core PVC (Green/yellow) insulated 70 sq.mm copper cable QCLNG-BB62-ELE-SCH-310002_B m 1,500 $ 16.51 $ 24,768
4.141 Electrical 200mm diameter, HD PVC Orange Conuit QCLNG-BB62-ELE-MTO-310001_B m 200 $ - Included in FCS Item 2.127
4.142 Electrical 150mm diameter, HD PVC Orange Conuit QCLNG-BB62-ELE-MTO-310001_B m 100 $ - Included in FCS Item 2.127
4.143 Electrical Control Building Earthbar - 50 x 6 mm Copper QCLNG-BB62-ELE-PLT-310203_0 ea 1 $ 1,036.00 $ 1,036
4.144 Electrical Earth grid testing Exhibit A Lot 1 $ 53,657.00 $ 53,657
4.145 Electrical 1c-400mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 280 $ 79.71 $ 22,319
4.146 Electrical 2c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 90 $ 10.16 $ 914
4.147 Electrical 2c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 3,675 $ 9.92 $ 36,447
4.148 Electrical 2c-6.0mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 95 $ 11.07 $ 1,052
4.149 Electrical 2c-16mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 345 $ 17.71 $ 6,111
4.150 Electrical 4c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 1,905 $ 10.63 $ 20,250
4.151 Electrical 4c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 1,054 $ 12.55 $ 13,229
4.152 Electrical 4c-6.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 1,930 $ 14.81 $ 28,592
4.153 Electrical 4c-35mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 130 $ 44.28 $ 5,757
4.154 Electrical 4c-120mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B m 230 $ 112.63 $ 25,904
4.155 Electrical 8c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 2,381 $ 14.77 $ 35,175
4.156 Electrical 12c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 405 $ 18.08 $ 7,321
4.157 Electrical 4 pr - 0.5mm2 - Cu/PVC/PVC/Nylon/PVC (Black) QCLNG-BB62-ELE-SCH-310002_B m 225 $ 9.11 $ 2,049
4.158 Electrical 1c-400mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 16 $ 266.50 $ 4,264

4.Charlie 132kV Substation


Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
4.159 Electrical 2c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 4 $ 37.00 $ 148
4.160 Electrical 2c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 102 $ 75.55 $ 7,706
4.161 Electrical 2c-6.0mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 4 $ 89.25 $ 357
4.162 Electrical 2c-16mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 10 $ 133.20 $ 1,332
4.163 Electrical 4c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 100 $ 121.72 $ 12,172
4.164 Electrical 4c-4.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 70 $ 128.59 $ 9,001
4.165 Electrical 4c-6.0mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 46 $ 137.87 $ 6,342
4.166 Electrical 4c-35mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 2 $ 235.50 $ 471
4.167 Electrical 4c-120mm2 Cu PVC/PVC/Nylon/PVC - Orange QCLNG-BB62-ELE-SCH-310002_B ea 6 $ 452.00 $ 2,712
4.168 Electrical 8c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 198 $ 177.34 $ 35,113
4.169 Electrical 12c-2.5mm2 Cu PVC/PVC/Nylon/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 16 $ 237.75 $ 3,804
4.170 Electrical 4 pr - 0.5mm2 - Cu/PVC/PVC/Nylon/PVC (Black) QCLNG-BB62-ELE-SCH-310002_B ea 4 $ 89.25 $ 357
4.171 Electrical 1c-630 Cu E/WST/CWS/WST/PVC/HDPE/Nylon Jacket/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 20 $ 120.75 $ 2,415
4.172 Electrical 3c-70 Cu E/PVC/CWS/PVC/Nylon Jacket/PVC - Black QCLNG-BB62-ELE-SCH-310002_B m 80 $ 10.46 $ 837
4.173 Electrical 1c-630 Cu E/WST/CWS/WST/PVC/HDPE/Nylon Jacket/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 2 $ 1,608.00 $ 3,216
4.174 Electrical 1c-630 Cu E/WST/CWS/WST/PVC/HDPE/Nylon Jacket/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 2 $ 1,379.00 $ 2,758
4.175 Electrical 3c-70 Cu E/PVC/CWS/PVC/Nylon Jacket/PVC - Black QCLNG-BB62-ELE-SCH-310002_B ea 9 $ 991.00 $ 8,919
Electrical Total $ 1,568,552.04
4.176 Instrumentation 75 Ohm Coaxial QCLNG-BB62-ELE-SCH-310002_B m 89 $ 5.12 $ 456
4.177 Instrumentation 2 Fibre QCLNG-BB62-ELE-SCH-310002_B m 140 $ 4.65 $ 651
4.178 Instrumentation 2 Fibre-62.5/125 µm - Multimode Optical fibre QCLNG-BB62-ELE-SCH-310002_B m 206 $ 21.54 $ 4,437
4.179 Instrumentation 6 Fibre-10/125 µm - Singlemode Optical fibre QCLNG-BB62-ELE-SCH-310002_B m 650 $ 14.31 $ 9,300
4.18 Instrumentation 48 Fibre-10/125 µm - Singlemode Optical fibre QCLNG-BB62-ELE-SCH-310002_B m 170 $ 33.71 $ 5,731
4.181 Instrumentation 75 Ohm Coaxial QCLNG-BB62-ELE-SCH-310002_B ea 12 $ 75.25 $ 903
4.182 Instrumentation 2 Fibre QCLNG-BB62-ELE-SCH-310002_B ea 2 $ 321.00 $ 642
4.183 Instrumentation 2 Fibre-62.5/125 µm - Multimode Optical fibre QCLNG-BB62-ELE-SCH-310002_B ea 8 $ 321.00 $ 2,568
4.184 Instrumentation 6 Fibre-10/125 µm - Singlemode Optical fibre QCLNG-BB62-ELE-SCH-310002_B ea 10 $ 846.60 $ 8,466
4.185 Instrumentation 48 Fibre-10/125 µm - Singlemode Optical fibre QCLNG-BB62-ELE-SCH-310002_B ea 4 $ 6,092.00 $ 24,368
4.186 Instrumentation Access card reader gate-1 11949CNT Exhibit A - Scope of Works ea 1 $ 127.00 $ 127
4.187 Instrumentation Controller Remote I/O Panel 11949CNT Exhibit A - Scope of Works ea 2 $ 2,041.00 $ 4,082
4.188 Instrumentation Controller Remote I/O unit 11949CNT Exhibit A - Scope of Works ea 4 $ 116.25 $ 465
Instrumentation Total $ 62,196.00

4.189 Miscellaneous Items Charlie Substation HV Audit LS 1 $ 7,156.00 $ 7,156


4.190 UGL Charlie Substation Subcontractor Overheads LS 1 $ 755,674.00 $ 755,674
Prelim Total $ 762,830
Grand Total $ 4,320,806.18

4.Charlie 132kV Substation


132kV Overhead Line
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
Clear & Grub right of way 60m Easment for total length of
Site Development MTO QCLNG-BF05-TAD-MTO-310001_E Ha 13
5.1 Overhead Line Coridor 38KM $ 6,040.00 $ 76,406
5.2 Site Development Access Track MTO QCLNG-BF05-TAD-MTO-310001_E km 18 $ 51,648.73 $ 935,875
5.3 Site Development Boring - 1.2m Dia (Soil/weather rock) MTO QCLNG-BF05-TAD-MTO-310001_E m 176 $ 523.69 $ 92,169
5.4 Site Development Boring - 1.5m Dia (Soil/weather rock) MTO QCLNG-BF05-TAD-MTO-310001_E m 36 $ 897.75 $ 32,319
5.5 Site Development Boring - 2.1m Dia (Soil/weather rock) MTO QCLNG-BF05-TAD-MTO-310001_E m 851 $ 1,346.63 $ 1,145,578
5.6 Site Development Boring - 3.0m Dia (Soil/weather rock) MTO QCLNG-BF05-TAD-MTO-310001_E m 211 $ 2,319.19 $ 489,813
5.7 Site Development Rocknailing (5.5m long in sets of 8) MTO QCLNG-BF05-TAD-MTO-310001_E Ea 64 $ 1,903.23 $ 121,807
5.8 Site Development Site Clean-up MTO QCLNG-BF05-TAD-MTO-310001_E ea 105 $ 1,713.10 $ 179,875
5.9 Site Development Excavation (includes backfilling with excavated materials) MTO QCLNG-BF05-TAD-MTO-310001_E m3 3,584 $ 40.93 $ 146,672
Installation of Gates - Temporary in accordance with QCLNG-
Site Development MTO QCLNG-BF05-TAD-MTO-310001_E ea 105
5.10 BB00-PLE-DET-000019 $ 1,038.99 $ 109,094
Installation of Easement Fences - Temporary in accordance
Site Development MTO QCLNG-BF05-TAD-MTO-310001_E m 21,000
5.11 with QCLNG-BB00-PLE-DET-000019 $ 12.50 $ 262,487
5.12 Site Development Install crash barriers at pole location MTO QCLNG-BF05-TAD-MTO-310001_E ea 21 $ 1,765.14 $ 37,068
RATE ONLY
Remove and Replace unsuitable material - Underneath
Site Development m3
5.13 Structures $ 102.12
Site Development Total $ 3,629,163.07
5.14 Concrete Supply and Install Concrete MTO QCLNG-BF05-TAD-MTO-310001_E m3 4,654 $ 326.16 $ 1,517,948
5.15 Concrete Supply and install Reinforcing Pier MTO QCLNG-BF05-TAD-MTO-310001_E MT 235 $ 2,958.01 $ 694,629
5.16 Concrete Supply and install Reinforcing Pile cap and pedestal MTO QCLNG-BF05-TAD-MTO-310001_E MT 63 $ 2,591.85 $ 162,872
5.17 Concrete Pier foundation setup (HD bolts & formwork) MTO QCLNG-BF05-TAD-MTO-310001_E ea 90 $ 2,081.56 $ 187,340
Pile cap set pedestal foundation setup (HD bolts and
Concrete MTO QCLNG-BF05-TAD-MTO-310001_E ea 10
5.18 Formwork) $ 22,369.30 $ 223,693
5.19 Concrete Foundation construction support MTO QCLNG-BF05-TAD-MTO-310001_E ea 105 $ 14,318.60 $ 1,503,453
Concrete Total $ 4,289,935.00
Assemble and Install 132kV Steel Pole D2 as per MRQ
Structural QCLNG-BF05-TAD-MTO-310001_E ea 55
5.20 QCLNG-BX00-MRQ-111834 $ 7,070.05 $ 388,853
Assemble and Install 132kV Steel Pole D25 as per MRQ
Structural QCLNG-BF05-TAD-MTO-310001_E ea 28
5.21 QCLNG-BX00-MRQ-111834 $ 7,068.21 $ 197,910
Assemble and Install 132kV Steel Pole A45-30S as per MRQ
Structural QCLNG-BF05-TAD-MTO-310001_E ea 11
5.22 QCLNG-BX00-MRQ-111835 $ 7,066.09 $ 77,727
Assemble and Install 132kV Steel Pole D90 as per MRQ
Structural QCLNG-BF05-TAD-MTO-310001_E ea 7
5.23 QCLNG-BX00-MRQ-111834 $ 7,076.00 $ 49,532
5.24 Structural Assemble and install Under Crossing Gantry QCLNG-BF05-TAD-MTO-310001_E ea 4 $ 14,152.00 $ 56,608
Unload Pole sections from containers at the Site laydown
Structural Exhibit A & H Lot 1
5.25 area. $ 165,620.00 $ 165,620
Structural Total $ 936,250.00
5.26 Electrical Stringing of Phase Conductors as above QCLNG-BF05-TAD-MTO-310001_E Km 225 $ 12,592.45 $ 2,833,302
5.27 Electrical Stringing of Overhead Optical Earth Conductors as above QCLNG-BF05-TAD-MTO-310001_E Km 76 $ 6,449.46 $ 490,159
Overhead Optical Earth Conductor 144 core OPGW - Jointing
Electrical Exhibit A ea 18
5.28 & Testing $ 4,086.00 $ 73,548
5.29 Electrical Dressing of Double Circuit Suspension Poles (D2) QCLNG-BF05-TAD-MTO-310001_E ea 55 $ 5,690.33 $ 312,968
5.30 Electrical Dressing of Double Circuit Angle Poles (D25, D45 & D90) QCLNG-BF05-TAD-MTO-310001_E ea 46 $ 5,690.46 $ 261,761
5.31 Electrical Dressing of Under Crossing Gantry QCLNG-BF05-TAD-MTO-310001_E ea 4 $ 11,370.25 $ 45,481
5.32 Electrical Dressing of Gantries QCLNG-BF05-TAD-MTO-310001_E ea 4 $ - Included in 5.31
5.33 Electrical Earthing Arrangement (basic) QCLNG-BF05-TAD-PLT-310008_0 ea 105 $ 1,117.61 $ 117,349
5.34 Electrical Terminate at Charlie FCS QCLNG-BB62-ELE-PLT-310002_B Lot 1 $ 22,344.00 $ 22,344
5.35 Electrical Terminate at Wolleebee Creek QCLNG-BC24-ELE-PLT-330004_03 Lot 1 $ 22,344.00 $ 22,344
5.36 Electrical Electrical Testing Exhibit A Lot 1 $ 48,480.00 $ 48,480
5.37 Electrical Fibre Optic Testing Exhibit A Lot 1 $ 14,857.00 $ 14,857
5.38 Electrical Woleebee to Charlie Transmission Lines HV Audit Exhibit A LS 1 $ 19,121.00 $ 19,121
5.39 Electrical Earthing QCLNG-BF05-TAD-PLT-310008_0 LS 1 $ 167,810.00 $ 167,810
5.40 Electrical 132KV OH line Subcontractor Preliminary Costs N/A LS 1 $ 1,545,697.00 $ 1,545,697
Electrical Total $ 5,975,221.00
Grand Total $ 14,830,569.07

5.132kV Overhead Line


Woleebee Creek Substation Modifications
Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
6.1 Concrete Footing - Bored pier MTO QCLNG-BC24-STR-MTO-330005_B m3 22.58 $ 2,909.92 $ 65,706
6.2 Concrete Footing - Circular pile cap MTO QCLNG-BC24-STR-MTO-330005_B m3 6.27 $ 4,728.71 $ 29,649
6.3 Concrete Footing - Pad MTO QCLNG-BC24-STR-MTO-330005_B m3 115.60 $ 1,609.77 $ 186,089
6.4 Concrete Footing - Pedestals MTO QCLNG-BC24-STR-MTO-330005_B m3 59.98 $ 4,188.60 $ 251,232
6.5 Concrete Footing - Blinding Concrete MTO QCLNG-BC24-STR-MTO-330005_B m3 11.56 $ 1,030.19 $ 11,909
RATE ONLY
Remove and Replace unsuitable material - Underneath
Concrete m3
6.6 Structures $ 102.12
Concrete Total $ 14,569.30 $ 544,585.00
6.7 Structural Light (<25 kg/m) QCLNG-BB62-STR-MTO-301001 REV D MT 7.8 $ 9,587.58 $ 74,879
6.8 Structural Medium (25-75 kg/m) QCLNG-BB62-STR-MTO-301001 REV D MT 1.3 $ 6,930.71 $ 8,802
6.9 Structural Heavy (>75 kg/m) QCLNG-BB62-STR-MTO-301001 REV D MT 11.2 $ 5,331.69 $ 59,555
6.1 Structural Grouting QCLNG-BB62-STR-MTO-301001 REV D m3 0.1 $ 16,670.00 $ 1,667
6.11 Structural Support - Base Plates QCLNG-BC24-STR-MTO-330006_B ea 1.0 $ 3,938.00 $ 3,938
6.12 Structural Support - Cable Tray Bracket QCLNG-BC24-STR-MTO-330006_B ea 6.0 $ 2,505.33 $ 15,032
6.13 Structural Support - Columns QCLNG-BC24-STR-MTO-330006_B ea 2.0 $ 25,663.00 $ 51,326
6.14 Structural Support - Stiffeners QCLNG-BC24-STR-MTO-330006_B ea 2.0 $ 10,117.00 $ 20,234
6.15 Structural Support - Support Beams QCLNG-BC24-STR-MTO-330006_B ea 2.0 $ 6,998.00 $ 13,996
6.16 Structural Support - Support plate QCLNG-BC24-STR-MTO-330006_B ea 2.0 $ 4,169.50 $ 8,339
6.17 Structural Support - Top plates QCLNG-BC24-STR-MTO-330006_B ea 4.0 $ 2,048.50 $ 8,194
6.18 Structural Support CVT & CVT-1 - 150PFC QCLNG-BC24-STR-MTO-330006_B ea 3.0 $ 5,080.33 $ 15,241
Structural Total $ 99,039.65 $ 281,203.00
6.19 Electrical 132kV Isolator QCLNG-BB62-ELE-LST-310001_B ea 6 $ 7,287.50 $ 43,725
6.20 Electrical 132kV Earth Switch QCLNG-BB62-ELE-LST-310001_B ea 8 Included in 6.19
6.21 Electrical 132kV Circuit Breaker QCLNG-BB62-ELE-LST-310001_B ea 3 $ 10,827.67 $ 32,483
6.22 Electrical 132kV Current Transformer QCLNG-BB62-ELE-LST-310001_B ea 9 $ 639.44 $ 5,755
6.23 Electrical 132kV Voltage Transformer QCLNG-BB62-ELE-LST-310001_B ea 6 $ 432.67 $ 2,596
6.24 Electrical 132kV Surge Arrestor - red phase QCLNG-BB62-ELE-LST-310001_B ea 6 $ 4,078.67 $ 24,472
6.25 Electrical D50 132kV Bay Control Panel QCLNG-BB62-ELE-LST-310001_B ea 1 $ 1,322.00 $ 1,322
Transmission Line 132kV Insulators Porcelain Disc (Pin &
Electrical QCLNG-BB62-ELE-LST-310001_B ea 180
6.26 Cap 80kN) Type U80BLP $ 30.13 $ 5,423
6.27 Electrical 132kV Solid Core Station Post Insulator (C12.5-650) QCLNG-BB62-ELE-LST-310001_B ea 6 $ 728.67 $ 4,372
6.28 Electrical 132kV Solid Core Station Post Insulator (C8-650) QCLNG-BB62-ELE-LST-310001_B ea 6 $ 728.67 $ 4,372
6.29 Electrical Marshalling box QCLNG-BC24-ELE-LST-330004_B ea 5 $ 5,946.40 $ 29,732
6.30 Electrical Interface Termination Cubicle 1 QCLNG-BC24-ELE-LST-330004_B ea 1 $ 1,322.00 $ 1,322
Interplant flexible and overhead strung conductor Sulphur
Electrical QCLNG-BC24-ELE-MTO-330004_B m 870
6.31 AAAC/1120 for Woleebee Creek $ 52.82 $ 45,951
6.32 Electrical Neon AAAC/1120 groundwire for Woleebee Creek QCLNG-BC24-ELE-MTO-330004_B m 150 $ 38.74 $ 5,811
AL Compression Terminal Type 5, 12mm thickness, 4 Holes
Electrical QCLNG-BC24-ELE-MTO-330004_B ea 26
Ø 14 straight to suit single Sulphur for Woleebee Creek
6.33 $ 129.50 $ 3,367
AL parallel spacers twin Sulphur separation 70 mm for
Electrical QCLNG-BC24-ELE-MTO-330004_B ea 74
6.34 Woleebee Creek $ 61.62 $ 4,560
100/6mm AL tube interplant busbar assembly to drawing QCLNG-BC24-ELE-DET-330081 for Woleebee
Electrical ea 6
6.35 QCLNG-BC24-ELE-DET-330081 for Woleebee Creek Creek $ 380.83 $ 2,285
AL post insulator mounted conductor support spacer/clamp,
Electrical to suit Twin Sulphur at 70mm centres, base drilled at 127mm QCLNG-BC24-ELE-MTO-330004_B ea 5
dia to suit insulator, for Woleebee Creek
6.36 $ 229.60 $ 1,148

6.Woleebee Ck Sub Mods


Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
125/10mm AL tube Main Busbar assembly to drawings
QCLNG-BC24-ELE-DET-330082 and QCLNG-BC24-
Electrical QCLNG-BC24-ELE-DET-330082 and QCLNG-BC24-ELE- ea 2
ELE-DET-330083 for Woleebee Creek
6.37 DET-330083 for Woleebee Creek $ 381.00 $ 762
Suspension insulator assembly EXCLUDING STRING
Electrical INSULATOR, to suit twin Sulphur dropper, to drawing QCLNG-BC24-ELE-DET-811005_A ea 13
6.38 QCLNG-BC24-ELE-DET-330096, for Woleebee Creek $ 395.46 $ 5,141
Line Termination assembly with turnbuckle EXCLUDING
Electrical STRING INSULATOR, to suit twin Sulphur, to drawing QCLNG-BC24-ELE-DET-811006_A ea 4
6.39 QCLNG-BC24-ELE-DET-330092, for Woleebee Creek $ 614.00 $ 2,456
Groundwire Termination assembly to suit Neon (AAAC/1120)
Electrical to drawing QCLNG-BC24-ELE-DET-330093 for Woleebee QCLNG-BC24-ELE-DET-811004_A ea 7
6.40 Creek $ 615.29 $ 4,307
AL Compression Terminal Type 8, 20mm thickness, 4 Holes
Electrical Ø 18, with 30o bent on edge to suit single Sulphur for QCLNG-BC24-ELE-MTO-330004_B ea 45
6.41 Woleebee Creek $ 145.31 $ 6,539
AL bolted Tee, run twin Sulphur at 70mm centres and tap
Electrical QCLNG-BC24-ELE-DET-330094_01 ea 7
6.42 single Sulphur $ 200.43 $ 1,403
AL parallel spacers twin Sulphur separation 180 mm for
Electrical QCLNG-BC24-ELE-MTO-330004_B ea 16
6.43 Woleebee Creek $ 74.75 $ 1,196
Line Termination assembly without turnbuckle EXCLUDING
Electrical QCLNG-BC24-ELE-DET-330094_01 ea 4
6.44 STRING INSULATOR, to suit twin Sulphur $ 417.25 $ 1,669
AL Compression Terminal Type 11, 20mm thickness, 2
Electrical Holes Ø 18, straight to suit Single Sulphur for Woleebee QCLNG-BC24-ELE-MTO-330004_B ea 70
6.45 Creek $ 129.49 $ 9,064
AL Compression Terminal Type 11, 20mm thickness, 2
Electrical Holes Ø 18, with 30o bent on flat to suit Single Sulphur for QCLNG-BC24-ELE-MTO-330004_B ea 107
6.46 Woleebee Creek $ 129.49 $ 13,855
Stainless Steel fastener Assembly, including 1 bolt, 1 nut, 2
Electrical QCLNG-BC24-ELE-MTO-330004_B Lot 1
6.47 flat washers, 1 spring washer for Woleebee Creek $ 7,664.00 $ 7,664
AL Compression Terminal Type 12, 20mm thickness, 4
Electrical Holes Ø 18 with 30o bent on flat to suit single Sulphur for QCLNG-BC24-ELE-MTO-330004_B ea 7
6.48 Woleebee Creek $ 145.29 $ 1,017
6.49 Electrical Trenching, Bedding & Backfill QCLNG-BC24-ELE-MTO-330004_B m 240 $ 453.44 $ 108,825
6.50 Electrical Earth Tails - Excavation QCLNG-BC24-ELE-MTO-330004_B ea 34 $ 749.50 $ 25,483
Brass Earth Stub with M16 stainless steel bolt for connection
Electrical QCLNG-BC24-ELE-MTO-330004_B ea 20
to galvanised steel support for Woleebee Creek
6.51 $ 71.90 $ 1,438
AL Bolted Earth Stirrup to suit twin sulphur at 70mm centres
Electrical QCLNG-BC24-ELE-MTO-330004_B ea 20
6.52 for Woleebee Creek $ 144.45 $ 2,889
6.53 Electrical Earth Conductor Tail Cu Bare 37./2.5 sq.mm conductor QCLNG-BC24-ELE-MTO-330004_B m 50 $ 25.82 $ 1,291
6.54 Electrical Earthing Lugs QCLNG-BC24-ELE-MTO-330004_B ea 1 $ 577.00 $ 577
Electrical Earth Conductor Cu. Green/yellow PVC Insulated, 70 mm2 QCLNG-BC24-ELE-MTO-330004_B m 500
6.55 $ 21.16 $ 10,580
Electrical Earth Conductor Cu. Green/yellow PVC Insulated, 16 mm2 QCLNG-BC24-ELE-MTO-330004_B m 200
6.56 $ 13.95 $ 2,790
6.57 Electrical Earth Conductor Cu. Green/yellow PVC Insulated, 4 mm2 QCLNG-BC24-ELE-MTO-330004_B m 200 $ 5.37 $ 1,074
6.58 Electrical Galvanised Steel Earthmats 2500mm x 1000mm QCLNG-BC24-ELE-MTO-330004_B ea 6 $ 827.50 $ 4,965
6.59 Electrical Switchyard Flood Light QCLNG-BC24-ELE-MTO-330004_B ea 3 $ 860.33 $ 2,581
6.60 Electrical 2c-4.0mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B m 3,823 $ 9.92 $ 37,914
6.61 Electrical 2c-6.0mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B m 80 $ 11.08 $ 886
6.62 Electrical 2c-16mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B m 150 $ 17.71 $ 2,657
6.63 Electrical 4c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 2,302 $ 10.63 $ 24,470

6.Woleebee Ck Sub Mods


Item No. Discipline Activity Description Reference Doc Unit Qty Unit Rate Total
6.64 Electrical 4c-4.0mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 962 $ 12.55 $ 12,074
6.65 Electrical 4c-6.0mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 1,570 $ 14.81 $ 23,259
6.66 Electrical 8c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 2,671 $ 14.77 $ 39,459
6.67 Electrical 12c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 575 $ 18.08 $ 10,394
6.68 Electrical 2c-4.0mm2 Cu/PVC/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B m 162 $ 9.17 $ 1,486
6.69 Electrical 2c-4.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 270 $ 9.17 $ 2,475
6.70 Electrical 2c-6.0mm2 Cu/PVC/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B m 58 $ 10.14 $ 588
6.71 Electrical 4c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 605 $ 9.79 $ 5,923
6.72 Electrical 4c-4.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 364 $ 11.43 $ 4,161
6.73 Electrical 4c-6.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 203 $ 13.42 $ 2,724
6.74 Electrical 8c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 300 $ 13.45 $ 4,036
6.75 Electrical 12c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B m 340 $ 16.31 $ 5,547
6.76 Electrical 2c-4.0mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B ea 70 $ 74.10 $ 5,187
6.77 Electrical 2c-6.0mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B ea 2 $ 89.00 $ 178
6.78 Electrical 2c-16mm2 Cu/PVC/PVC/Nylon/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B ea 6 $ 133.00 $ 798
6.79 Electrical 4c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 90 $ 121.72 $ 10,955
6.80 Electrical 4c-4.0mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 28 $ 128.57 $ 3,600
6.81 Electrical 4c-6.0mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 28 $ 137.89 $ 3,861
6.82 Electrical 8c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 184 $ 177.34 $ 32,631
6.83 Electrical 12c-2.5mm2 Cu/PVC/PVC/Nylon/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 14 $ 237.71 $ 3,328
6.84 Electrical 2c-4.0mm2 Cu/PVC/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B ea 16 $ 74.13 $ 1,186
6.85 Electrical 2c-4.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 24 $ 74.08 $ 1,778
6.86 Electrical 2c-6.0mm2 Cu/PVC/PVC - Orange QCLNG-BC24-ELE-SCH-327015_B ea 4 $ 89.25 $ 357
6.87 Electrical 4c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 60 $ 121.73 $ 7,304
6.88 Electrical 4c-4.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 28 $ 128.57 $ 3,600
6.89 Electrical 4c-6.0mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 22 $ 137.86 $ 3,033
6.90 Electrical 8c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 30 $ 177.37 $ 5,321
6.91 Electrical 12c-2.5mm2 Cu/PVC/PVC - Black QCLNG-BC24-ELE-SCH-327015_B ea 38 $ 237.74 $ 9,034
Electrical Total $ 51,241.59 $ 706,466.00
6.92 Instrumentation 48 Fibre-62.5/125 µm Singlemode Optical fibre QCLNG-BC24-ELE-SCH-327015_B ea 207 $ 32.55 $ 6,738
6.93 Instrumentation 75 Ohm Coaxial QCLNG-BC24-ELE-SCH-327015_B m 103 $ 21.51 $ 2,216
6.94 Instrumentation Serial Twisted Pair QCLNG-BC24-ELE-SCH-327015_B m 40 $ 12.05 $ 482
6.95 Instrumentation 2 Fibre-62.5/125 µm QCLNG-BC24-ELE-SCH-327015_B m 79 $ 32.46 $ 2,564
6.96 Instrumentation 48 Fibre-62.5/125 µm Singlemode Optical fibre QCLNG-BC24-ELE-SCH-327015_B ea 4 $ 6,092.00 $ 24,368
6.97 Instrumentation 75 Ohm Coaxial QCLNG-BC24-ELE-SCH-327015_B ea 18 $ 7.06 $ 127
6.98 Instrumentation Serial Twisted Pair QCLNG-BC24-ELE-SCH-327015_B ea 4 $ 63.75 $ 255
6.99 Instrumentation 2 Fibre-62.5/125 µm QCLNG-BC24-ELE-SCH-327015_B ea 8 $ 321.00 $ 2,568
6.100 Instrumentation Woleebee Substation Extension HV Audit Exhibit A lot 1 $ 14,313.00 $ 14,313
6.101 Instrumentation D50 Bay Controller Remote I/O Panel QCLNG-BC24-ELE-PGA-330123_0 ea 1 $ 2,041.00 $ 2,041
6.102 Instrumentation 132kV Line Statistical Meter QCLNG-BC24-ELE-LST-330004_B ea 2 $ 255.50 $ 511
6.103 Instrumentation 132kV Protection/Comms & BF Panels QCLNG-BC24-ELE-PGA-330124_0 to 330127_0 ea 5 $ 1,322.00 $ 6,610
Instrumentation Total $ 24,513.88 $ 62,793.00
6.104 ` Subcontractor Prelims LS 1 $ 432,035.00 $ 432,035
Misc Total $ 432,035.00 $ 432,035.00
Grand Total $2,027,082.00

6.Woleebee Ck Sub Mods


Trunkline including 33kV Power
Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total

7.1 Right of Way Trunkline Subcontractor Mobilisation N/A lot 1 $ 349,362.00 $ 349,362
7.2 Right of Way Trunkline Subcontractor Inductions N/A lot 1 $ 649,796.00 $ 649,796
7.3 Right of Way Trunkline Subcontractor Demobilisation N/A lot 1 $ 232,908.00 $ 232,908
7.4 Right of Way Trunkline Subontractor Staff N/A lot 1 $ 7,176,278.00 $ 7,176,278
7.5 Right of Way Front End Survey N/A lot 1 $ 447,346.00 $ 447,346
7.6 Right of Way Fencing (Temp), Sed Control & Signage N/A lot 1 $ 410,178.00 $ 410,178
7.7 Right of Way Service Location N/A lot 1 $ 346,936.00 $ 346,936
7.8 Right of Way Clear, Grade & Topsoil Strip Alignment Sheets m2 1,274,904 $ 0.47 $ 593,330
7.9 Right of Way Access Track N/A lot 1 $ 135,649.00 $ 135,649
7.10 Right of Way Reinstatement Alignment Sheets m2 1,299,600 $ 0.64 $ 832,866
7.11 Right of Way Installation of Marker Posts Alignment Sheets ea 940 $ 238.55 $ 224,241
7.12 Right of Way Permanent Fencing Alignment Sheets m 3,500 $ 108.70 $ 380,433

7.13 Right of Way Mulching Timber - Mobilisation / Demobilisation N/A day $ 10,165.00 $ -
7.14 Right of Way Mulching Timber - Mobile Grinder and Excavator with Grab N/A day $ 8,988.00 $ -
7.15 Right of Way Mulching Timber - Excavator with Shear Attachment N/A day $ 1,685.25 $ -
7.16 Right of Way Mulching Timber - Float Charges between work areas N/A hr $ 192.60 $ -
Right of Way Total $ 9,748,801.36 $ 11,779,323.00
7.17 Gas Trunkline (DN900) Welder prequalifications N/A lot 1 $ 303,240.00 $ 303,240
7.18 Gas Trunkline (DN900) Equipment Flotation & Logistics N/A lot 1 $ 2,063,040.00 $ 2,063,040
7.19 Gas Trunkline (DN900) Transportation of materials to ROW N/A lot 1 $ - $ -
7.20 Gas Trunkline (DN900) Haul & String QCLNG-BB62-PLE-MTO-302000-00 m 33,335 $ 19.67 $ 655,748
7.21 Gas Trunkline (DN900) Skid Installation lot 1 $ 752,469.00 $ 752,469
7.22 Gas Trunkline (DN900) Welding QCLNG-BB62-PLE-MTO-302000-00 m 32,914 $ 101.99 $ 3,356,899
7.22a Gas Trunkline (DN900) Bending Alignment Sheets lot 1 $ 346,584.00 $ 346,584
7.23 Gas Trunkline (DN900) NDT Exhibit A lot 1 $ 519,794.00 $ 519,794
7.24 Gas Trunkline (DN900) Welding & Coating Inspection Exhibit A lot 1 $ 564,708.00 $ 564,708
7.25 Gas Trunkline (DN900) Joint Coating and repairs QCLNG-BB62-PLE-MTO-302000-00 m 33,335 $ 24.21 $ 807,108
7.26 Gas Trunkline (DN900) Trench Excavation (Soil / sand) QCLNG-BB62-PLE-MTO-302000-00 m3 32,914 $ 16.30 $ 536,337
7.27 Gas Trunkline (DN900) Lower & Lay QCLNG-BB62-PLE-MTO-302000-00 m 32,914 $ 32.79 $ 1,079,220
QCLNG-BB62-PLE-DET-302026_B
Gas Trunkline (DN900) Screw Anchors ea 338
7.28 Gas Trunkline Alignment Sheets Rev A $ 557.75 $ 188,520
7.29 Gas Trunkline (DN900) Trench Breakers Gas Trunkline Alignment Sheets Rev A ea 173 $ 1,594.64 $ 275,872
7.30 Gas Trunkline (DN900) Backfill Padding Exhibit A lot 1 $ 729,021.00 $ 729,021
7.31 Gas Trunkline (DN900) Crossings - Opencut QCLNG-BB62-PLE-REG-302001_D ea 246 $ 7,667.11 $ 1,886,109
7.32 Gas Trunkline (DN900) Crossings - Bores QCLNG-BB62-PLE-REG-302001_D ea 3 $ 145,832.33 $ 437,497
7.33 Gas Trunkline (DN900) Tie-Ins lot - Included in 7.31 & 7.32
7.34 Gas Trunkline (DN900) Hydrotesting - Pretests Exhibit A lot 1 $ 100,419.00 $ 100,419
7.35 Gas Trunkline (DN900) Hydrotesting - Mainline QCLNG-BB62-PLE-MTO-302000-00 m 32,914 $ 22.24 $ 731,930
7.36 Gas Trunkline (DN900) Nitrogen Purge Exhibit A lot 1 $ 278,200.00 $ 278,200

7.37 Gas Trunkline (DN900) Extra over rate for Trench Excavation (Rock) m3 - $ 201.27 $ -
Gas Trunkline (DN900) Total $ 15,612,714.86
7.38 Water Trunkline (DN630) Equipment Flotation & Logistics N/A lot 1 $ 375,098.00 $ 375,098
7.39 Water Trunkline (DN630) Transportation of materials to ROW N/A lot 1 Included in 7.40 & 7.61
7.40 Water Trunkline (DN630) Haul & String QCLNG-BB00-PLE-MTO-302030_D m 8,360 $ 28.59 $ 239,012
7.41 Water Trunkline (DN630) Welding QCLNG-BB00-PLE-MTO-302030_D m 8,360 $ 18.27 $ 152,716
7.42 Water Trunkline (DN630) Trench Excavation (Soil / sand) QCLNG-BB00-PLE-MTO-302030_D m 8,360 $ 8.65 $ 72,312
7.43 Water Trunkline (DN630) Lower & Lay QCLNG-BB00-PLE-MTO-302030_D m 8,360 $ 3.71 $ 30,991
QCLNG-BB00-PLE-DET-302137_A
Water Trunkline (DN630) Screw Anchors ea 42
7.44 QCLNG-BB62-PLE-PLT-302000-01_B Alignment Sheets $ 1,658.00 $ 69,636
7.45 Water Trunkline (DN630) Trench Breakers QCLNG-BB00-PLE-LST-302026_C ea 10 $ 4,150.10 $ 41,501
7.46 Water Trunkline (DN630) Backfill Padding Exhibit A lot 1 $ 92,560.00 $ 92,560
7.47 Water Trunkline (DN630) Crossings - Opencut QCLNG-BB00-PLE-LST-302026_C ea 24 $ 13,936.38 $ 334,473
7.48 Water Trunkline (DN630) Crossings - Bores QCLNG-BB00-PLE-LST-302026_C ea 1 $ 122,356.00 $ 122,356
7.49 Water Trunkline (DN630) Tie-Ins lot 1 $ 148,102.00 $ 148,102
7.50 Water Trunkline (DN630) MLV Facilities Flow meter station Exhibit B section 4.0 lot 1 $ 380,655.00 $ 380,655
7.51 Water Trunkline (DN630) Air Valve assemblies Exhibit B section 4.0 ea 19 $ 7,761.11 $ 147,461

7.Trunkline Inc 33kV Power


Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total

7.52 Water Trunkline (DN630) Pressure Testing - Pretests Exhibit A lot 1 $ 46,758.00 $ 46,758
7.53 Water Trunkline (DN630) Pressure Testing - Mainline QCLNG-BB00-PLE-MTO-302030_D m 8,100 $ 7.87 $ 63,728

7.54 Water Trunkline (DN630) Extra over rate for Trench Excavation (Rock) m3 - $ 201.27 $ -
Water Trunkline (DN630) Total $ 1,193,101.66 $ 2,317,359.40
7.60 Water Trunkline (DN900) Equipment Flotation & Logistics N/A lot 1 $ 1,125,295.00 $ 1,125,295
7.61 Water Trunkline (DN900) Haul & String QCLNG-BB00-PLE-MTO-302030_D m 23,700 $ 50.20 $ 1,189,740
7.62 Water Trunkline (DN900) Welding QCLNG-BB00-PLE-MTO-302030_D m 23,700 $ 25.77 $ 610,865
7.63 Water Trunkline (DN900) Trench Excavation (Soil / sand) QCLNG-BB00-PLE-MTO-302030_D m 23,700 $ 12.14 $ 287,775
7.64 Water Trunkline (DN900) Lower & Lay QCLNG-BB00-PLE-MTO-302030_D m 23,700 $ 5.20 $ 123,332
QCLNG-BB00-PLE-DET-302137_A
Water Trunkline (DN900) Screw Anchors lot 190
7.65 QCLNG-BB62-PLE-PLT-302000-01_B Alignment Sheets $ 526.06 $ 99,951
7.66 Water Trunkline (DN900) Trench Breakers QCLNG-BB62-PLE-PLT-302000-01_B Alignment Sheets lot 126 $ 1,696.87 $ 213,805
7.67 Water Trunkline (DN900) Backfill Padding Exhibit A lot 1 $ 370,242.00 $ 370,242
7.68 Water Trunkline (DN900) Crossings - Opencut - Contractor to specify QCLNG-BB00-PLE-LST-302026_C ea 162 $ 7,673.86 $ 1,243,165
7.69 Water Trunkline (DN900) Crossings - Bores - Contractor to specify QCLNG-BB00-PLE-LST-302026_C ea 2 $ 150,555.50 $ 301,111
7.70 Water Trunkline (DN900) Tie-Ins - Tie in To Woleebee Creek Manifold Exhibit A ea 1 $ 148,102.00 $ 148,102
7.71 Water Trunkline (DN900) MLV Facilities Flow meter station Exhibit B section 4.0 ea 4 $ 437,054.00 $ 1,748,216
7.72 Water Trunkline (DN900) Pipeline Regulating Valve Exhibit B section 4.0 ea 1 $ 363,299.00 $ 363,299
7.73 Water Trunkline (DN900) Air Valve assemblies Exhibit B section 4.0 ea 29 $ 7,761.10 $ 225,072
7.74 Water Trunkline (DN900) Pressure Testing - Pretests Exhibit A lot 1 $ 186,838.00 $ 186,838
7.75 Water Trunkline (DN900) Pressure Testing - Mainline QCLNG-BB00-PLE-MTO-302030_D m 23,700 $ 9.49 $ 224,990

7.76 Water Trunkline (DN900) Extra over rate for Trench Excavation (Rock) m3 - $ 201.27 $ -
Water Trunkline (DN900) Total $ 2,799,146.20 $ 8,461,798.00
7.77 33kV Charlie Pond Equipment Flotation & Logistics N/A lot 1 $ 46,725.00 $ 46,725
7.78 33kV Charlie Pond Cable trench excavation, 500mm x 1150mm (No Rock) QCLNG-BB62-ELE-SCH-302001_B m 2,800 $ 17.32 $ 48,487
7.79 33kV Charlie Pond Crossings - Opencut ea - Included in 7.69 & 7.70
7.80 33kV Charlie Pond Crossings - Bores ea - Included in 7.69 & 7.70
7.81 33kV Charlie Pond Bedding QCLNG-BB62-ELE-SCH-302001_B m3 336 $ 403.32 $ 135,515
HV OUTPLANT POWER CABLE - 19/33 kV, 3C, 240mm2, Al TR-
33kV Charlie Pond XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Black, Installation - Direct QCLNG-BB62-ELE-SCH-302001_B m 2,800
Buried, Single c/w cable marker tape and polymeric protection cover
7.82 $ 23.02 $ 64,468
HV OUTPLANT POWER CABLE - 19/33 kV, 3C, 240mm2, Al TR-
33kV Charlie Pond QCLNG-BB62-ELE-SCH-302001_B ea 6
XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Black, Jointing & Testing
7.83 $ 15,899.50 $ 95,397
HV POWER TERMINATION - 19/33 kV, 3C, 240mm2, Al TR-
33kV Charlie Pond XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Outplant Power Cable from QCLNG-BB62-ELE-SCH-302001_B ea -
7.84 FCS and Final Cable Test Included in 7.84
7.85 33kV Charlie Pond Backfilling QCLNG-BB62-ELE-SCH-302001_B lot 1 $ 55,946.00 $ 55,946
7.86 33kV Charlie Pond Place 48 FOC in shared trench QCLNG-BB62-TEL-SCH-302001_C m 3,600 $ 17.32 $ 62,340

7.87 33kV Charlie Pond Extra over rate for Cable trench excavation, 500mm x 1150mm (Rock) m3 - $ 201.27 $ -
33kV Charlie Pond Total $ 119,031.48 $ 508,878.00
7.88 33kV Intermediate Pond Equipment Flotation & Logistics N/A lot 1 $ 147,963.00 $ 147,963
7.89 33kV Intermediate Pond Cable trench excavation, 500mm x 1150mm (No Rock) QCLNG-BB59-ELE-SCH-302001_B m 9,000 $ 17.06 $ 153,542
7.90 33kV Intermediate Pond Crossings - Opencut lot - Included in 7.69 & 7.70
7.91 33kV Intermediate Pond Crossings - Bores lot - Included in 7.69 & 7.70
7.92 33kV Intermediate Pond Bedding QCLNG-BB59-ELE-SCH-302001_B m 9,000 $ 47.68 $ 429,131
HV OUTPLANT POWER CABLE - 19/33 kV, 3C, 240mm2, Al TR-
33kV Intermediate Pond XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Black, Installation - Direct QCLNG-BB59-ELE-SCH-302001_B m 9,000
Buried, Dual c/w cable marker tape and polymeric protection cover
7.93 $ 22.68 $ 204,149
HV OUTPLANT POWER CABLE - 19/33 kV, 3C, 240mm2, Al TR-
33kV Intermediate Pond XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Black, Installation - Direct QCLNG-BB59-ELE-SCH-302001_B ea 34
7.94 Buried, Dual Jointing and Testing $ 8,885.03 $ 302,091

7.Trunkline Inc 33kV Power


Item No Discipline Activity Description Reference Doc Unit Qty Unit Rate Total

HV POWER TERMINATION - 19/33 kV, 3C, 240mm2, Al TR-


33kV Intermediate Pond XLPE/CWS[10kA]/PVC/HDPE [cypermethrin], Outplant Power Cable from QCLNG-BB59-ELE-SCH-302001_B ea -
7.95 FCS and Final Cable Test Included in 7.94
7.96 33kV Intermediate Pond Backfilling QCLNG-BB59-ELE-SCH-302001_B lot 1 $ 177,161.00 $ 177,161
Place 48 FOC in shared trench - FOC connect into splice pit at OHL and 48
FOC QCLNG-BB62-TEL-SCH-302001_C m 1,200
7.97 core FOC to phillip pond in shared trench with 33kv line $ 55.31 $ 66,373
Splice box at OHL to feed future Thackery and Arthur Tower as well as
FOC Phillip Pond - FOC connect into splice pit at OHL and 48 core FOC to phillip QCLNG-BB62-TEL-CBD-301005_C ea 1
7.98 pond in shared trench with 33kv line $ 18,654.00 $ 18,654

7.99 33kV Intermediate Pond Extra over rate for Cable trench excavation, 500mm x 1150mm (Rock) m3 - $ 201.27 $ -
33kV Intermediate Pond Total $ 1,499,064
Grand Total $ 40,179,137.26

7.Trunkline Inc 33kV Power


Ponds and Related Information
Item No Discipline Activity Description Reference Document Unit Qty Unit Rate Total
8.1 Charlie Pond Clearing and grubbing QCLNG-BB62-CIV-MTO-302000_C m2 87,200 $ 0.60 $ 52,669
8.2 Charlie Pond 200mm Top soil stripping & stockpile QCLNG-BB62-CIV-MTO-302000_C m3 76,200 $ 4.12 $ 313,978
8.3 Charlie Pond Topsoil Respreading & Grassing including: gypsum, fertiliser and watering QCLNG-BB62-CIV-MTO-302000_C m2 11,300 $ 5.13 $ 58,018
8.4 Charlie Pond Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB62-CIV-MTO-302000_C m2 11,300 $ 0.52 $ 5,832
8.5 Charlie Pond Final trimming Batters > 10% Slopes QCLNG-BB62-CIV-MTO-302000_C m2 23,500 $ 1.67 $ 39,328
8.6 Charlie Pond Subgrade Preparation under fill QCLNG-BB62-CIV-MTO-302000_C m2 42,500 $ 1.61 $ 68,573
8.7 Charlie Pond Cut to Waste QCLNG-BB62-CIV-MTO-302000_C m3 17,600 $ 4.17 $ 73,470
8.8 Charlie Pond Cut to General Fill QCLNG-BB62-CIV-MTO-302000_C m3 70,000 $ 10.65 $ 745,770
8.9 Charlie Pond Bund, 600 mm high QCLNG-BB62-CIV-MTO-302000_C m 340 $ 105.62 $ 35,910
8.10 Charlie Pond RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB62-CIV-MTO-302000_C m3 579 $ 115.75 $ 67,018
8.11 Charlie Pond Geotextile - beneath riprap QCLNG-BB62-CIV-MTO-302000_C m2 1,930 $ - Included in 8.10
8.12 Charlie Pond Extra over bulk earthworks items - Trapezoidal Diversion Drains QCLNG-BB62-CIV-MTO-302000_C m 575 $ 8.05 $ 4,627
8.13 Charlie Pond 2mm HDPE Geomebrane Liner QCLNG-BB62-CIV-MTO-302000_C m2 38,780 $ 8.10 $ 314,308
8.14 Charlie Pond HDPE liner testing QCLNG-BB62-CIV-MTO-302000_C lot 1 $ 36,025.00 $ 36,025
Valley Drain - Biaxial geocomposite strip drain, 1m wide. Supply and install complete QCLNG-BB62-CIV-MTO-302000_C m 305
8.15 Charlie Pond $ 11.40 $ 3,477
Rib Drain - Biaxial geocomposite strip drain, 0.5m wide. Supply and install complete QCLNG-BB62-CIV-MTO-302000_C m 700
8.16 Charlie Pond $ 5.26 $ 3,682
8.17 Charlie Pond HDPE liner ballast, 180 kg / linear m - supply and install complete. QCLNG-BB62-CIV-MTO-302000_C m 625 $ 60.00 $ 37,500
8.18 Charlie Pond Air vent - supply and install complete QCLNG-BB62-CIV-MTO-302000_C ea 8 $ 200.00 $ 1,600
8.19 Charlie Pond Select clay fill - 200 mm thick QCLNG-BB62-CIV-MTO-302000_C m2 37,600 $ 12.10 $ 455,109
8.20 Charlie Pond Liner Anchor Trench with sand fill and clay plug (1.3 x 0.3m) QCLNG-BB62-CIV-MTO-302000_C m 737 $ 300.00 $ 221,100
8.21 Charlie Pond Aggregate material, 20 mm single size gravel QCLNG-BB62-CIV-MTO-302000_C m3 447 $ 86.93 $ 38,859
8.22 Charlie Pond Filtration geotextile QCLNG-BB62-CIV-MTO-302000_C m2 353 $ 5.27 $ 1,860
8.23 Charlie Pond 2 mm geomembrane along base QCLNG-BB62-CIV-MTO-302000_C m2 933 $ 7.27 $ 6,783
8.24 Charlie Pond Cushion geotextile along base QCLNG-BB62-CIV-MTO-302000_C m2 933 $ 7.92 $ 7,389
8.25 Charlie Pond 14 mm HDPE floor plate (1000 * 1000 mm) QCLNG-BB62-CIV-MTO-302000_C m2 4 $ 300.00 $ 1,200
8.26 Charlie Pond 30kg ballast bag QCLNG-BB62-CIV-MTO-302000_C ea 2 $ 35.00 $ 70
8.27 Charlie Pond 0.75m3 elcorock geotextile bag filled with non-dispersive sand or soil QCLNG-BB62-CIV-MTO-302000_C ea 10 $ 330.00 $ 3,300
8.28 Charlie Pond 0.35m3 elcorock geotextile bag filled to 100mm thickness QCLNG-BB62-CIV-MTO-302000_C ea 6 $ 155.00 $ 930
8.29 Charlie Pond 1.2m High safety fencing QCLNG-BB62-CIV-MTO-302000_C m 40 $ 39.00 $ 1,560
8.30 Charlie Pond Select fill (200 mm) QCLNG-BB62-CIV-MTO-302000_C m3 87 $ 48.22 $ 4,195
8.31 Charlie Pond Stabalised sand QCLNG-BB62-CIV-MTO-302000_C m3 200 $ 299.00 $ 59,800
8.32 Charlie Pond RipRap - D50 = 250mm, 500mm Thick QCLNG-BB62-CIV-MTO-302000_C m3 295 $ 92.29 $ 27,227
8.33 Charlie Pond Geotextile liner uder RipRap QCLNG-BB62-CIV-MTO-302000_C m2 590 $ - Included in 8.32
8.34 Charlie Pond Grout filled geomembrane pillows (15.25 m x 3.5 m) QCLNG-BB62-CIV-MTO-302000_C ea 6 $ 5,871.33 $ 35,228
8.35 Charlie Pond 2mm HDPE geomembrane (rub sheet) QCLNG-BB62-CIV-MTO-302000_C m2 481 $ 7.27 $ 3,497
8.36 Charlie Pond ARC pig liner (2.5m wide) QCLNG-BB62-CIV-MTO-302000_C m2 375 $ 60.00 $ 22,500
8.37 Charlie Pond Non-woven cushion geotextile (2.5m wide) QCLNG-BB62-CIV-MTO-302000_C m2 375 $ - Included in 8.38
8.38 Charlie Pond 200mm thick rip rap (D50 = 100mm) QCLNG-BB62-CIV-MTO-302000_C m3 75 $ 145.07 $ 10,880
8.39 Charlie Pond Colelanche geomembrane panels QCLNG-BB62-CIV-MTO-302000_C m2 1,368 $ 17.98 $ 24,600
8.40 Charlie Pond 0.05m3 elcorock filled bags QCLNG-BB62-CIV-MTO-302000_C ea 170 $ 26.44 $ 4,495
8.41 Charlie Pond 0.3m3 elcorock bags filled to minimum 200mm thickness QCLNG-BB62-CIV-MTO-302000_C ea 8 $ 155.00 $ 1,240
Thermopipe 315dia HDPE pipe prefilled with high slump cement stabilised material
QCLNG-BB62-CIV-MTO-302000_C m 136 Excluded
8.42 Charlie Pond capped and strapped to discharge pipes $ -
8.43 Charlie Pond Anchor trench at embankment toe QCLNG-BB62-CIV-MTO-302000_C m 36 $ 300.00 $ 10,800
8.44 Charlie Pond Rope Nets (1.5m wide x 25m long) QCLNG-BB62-CIV-MTO-302000_C ea 8 $ 6,284.50 $ 50,276
8.45 Charlie Pond HDPE rub sheet (2.2m wide x 22m long) QCLNG-BB62-CIV-MTO-302000_C m2 477 $ 7.27 $ 3,468
8.46 Charlie Pond Life ring and 2 posts for securing rope nets QCLNG-BB62-CIV-MTO-302000_C ea 8 $ 1,167.50 $ 9,340
8.47 Charlie Pond Water level indicator including frame QCLNG-BB62-CIV-MTO-302000_C ea 1 $ 4,300.00 $ 4,300
8.48 Charlie Pond 100kg ecorock geotextile bag QCLNG-BB62-CIV-MTO-302000_C ea 14 $ 155.00 $ 2,170
8.49 Charlie Pond 2.4m security fencing QCLNG-BB62-CIV-MTO-302000_C m 1,045 $ 76.36 $ 79,791
8.50 Charlie Pond Stock Fencing, 5 strand wire - Access Ramps QCLNG-BB62-CIV-MTO-302000_C m 270 $ 12.50 $ 3,375
8.51 Charlie Pond 2.4m High chainwire double access gates in security fencing - 6.0 m wide QCLNG-BB62-CIV-MTO-302000_C ea 3 $ 4,093.00 $ 12,279
8.52 Charlie Pond 2.4m High single access pedestrian gates in security fencing - 1.0 m wide QCLNG-BB62-CIV-MTO-302000_C ea 1 $ 3,673.00 $ 3,673
8.53 Charlie Pond Safety Signs QCLNG-BB62-CIV-MTO-302000_C ea 15 $ 735.27 $ 11,029
8.54 Charlie Pond Flexible Guide Post QCLNG-BB62-CIV-MTO-302000_C ea 24 $ 35.25 $ 846
8.55 Charlie Pond Road URC - Pavement Material - Type 3.2, CBR 45 min QCLNG-BB62-CIV-MTO-302000_C m3 510 $ 88.56 $ 45,168
8.56 Charlie Pond Roads Preparation under pavement material QCLNG-BB62-CIV-MTO-302000_C m2 1,700 $ 2.48 $ 4,208
8.57 Charlie Pond Embankment Capping Layer - Base Material - Type 3.2 QCLNG-BB62-CIV-MTO-302000_C m3 2,600 $ 82.80 $ 215,276
8.58 Charlie Pond Conveyor belt, 1m wide, 14 mm thick QCLNG-BB62-CIV-MTO-302000_C m2 140 $ 35.00 $ 4,900
8.59 Charlie Pond Conveyor belt, 14mm thick (1.5m wide x 26m long) QCLNG-BB62-CIV-MTO-302000_C m2 78 $ 35.00 $ 2,730
8.60 Charlie Pond DN400 PE100 PN16 extraction pipe QCLNG-BB62-CIV-MTO-302000_C m 132 $ 274.48 $ 36,232
8.61 Charlie Pond DN110 PE100 PN16 monitoring pipe QCLNG-BB62-CIV-MTO-302000_C m 66 $ 38.14 $ 2,517
8.62 Charlie Pond DN400 trench thrust plate QCLNG-BB62-CIV-MTO-302000_C ea 24 $ 300.00 $ 7,200

8.Ponds and Related Inf.


Item No Discipline Activity Description Reference Document Unit Qty Unit Rate Total
DN400 geomembrane pipe boot welded and clamped with 304 SS clamp and
QCLNG-BB62-CIV-MTO-302000_C ea 4
8.63 Charlie Pond neoprene strip $ 400.00 $ 1,600
Charlie Pond Total $ 3,304,785.00
8.64 Charlie Pond Access Road URC Pavement Material - Type 3.2 m3 Included in FCS Access Roads
8.65 Charlie Pond Access Road Hardstand Wearing Course Pavement Material, Type 3.2 m3 Included in FCS Access Roads
8.66 Charlie Pond Access Road Embankment Capping Layer - Base Material - Type 3.2 m3 Included in FCS Access Roads
8.67 Charlie Pond Access Road Subgrade Preparation under pavement & hardstand material m2 Included in FCS Access Roads
8.68 Charlie Pond Access Road Floodway - Base Pavement Material - Type 2.2 (200 mm thick) m3 Included in FCS Access Roads
Floodway - Sub Base Pavement Material - 2% cememt modified - Type 2.2, CBR 35
m3
8.69 Charlie Pond Access Road min (200 mm thick) Included in FCS Access Roads
8.7 Charlie Pond Access Road Floodway - RipRap, D50 = 200 mm (300 mm thick) m3 Included in FCS Access Roads
8.71 Charlie Pond Access Road Floodway - Geotextile under RipRap m2 Included in FCS Access Roads
Charlie Pond Access Road Total
8.72 Charlie Pond - Temporary Works Clearing and grubbing QCLNG-BB62-CIV-MTO-302000_C m2 14,700 $ 0.60 $ 8,879
8.73 Charlie Pond - Temporary Works 200mm Top soil stripping & stockpile QCLNG-BB62-CIV-MTO-302000_C m3 13,400 $ 4.12 $ 55,214
8.74 Charlie Pond - Temporary Works Topsoil Respreading & Grassing including: gypsum, fertiliser and watering QCLNG-BB62-CIV-MTO-302000_C m2 10,200 $ 5.23 $ 53,300
8.75 Charlie Pond - Temporary Works Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB62-CIV-MTO-302000_C m2 10,200 $ 0.52 $ 5,264
8.76 Charlie Pond - Temporary Works Final trimming Batters > 10% Slopes QCLNG-BB62-CIV-MTO-302000_C m2 6,000 $ 1.67 $ 10,041
8.77 Charlie Pond - Temporary Works Subgrade Preparation under fill QCLNG-BB62-CIV-MTO-302000_C m2 8,000 $ 2.48 $ 19,800
8.78 Charlie Pond - Temporary Works Cut to Stockpile QCLNG-BB62-CIV-MTO-302000_C m3 5,000 $ 5.12 $ 25,586
8.79 Charlie Pond - Temporary Works Cut to General Fill QCLNG-BB62-CIV-MTO-302000_C m3 3,000 $ 10.74 $ 32,230
Slotted 225 mm Dia. uPVC pipe, wrapped in Bidim A44 Geotextile Fabric and encased
QCLNG-BB62-CIV-MTO-302000_C m 15
8.8 Charlie Pond - Temporary Works in rock drainage media (D50 = 75 mm) $ 143.87 $ 2,158
8.81 Charlie Pond - Temporary Works 225mm Dia. uPVC, including: supply, install, trenching, bedding and backfill QCLNG-BB62-CIV-MTO-302000_C m 50 $ 112.54 $ 5,627
8.82 Charlie Pond - Temporary Works Headwall (for 225 mm Dia. uPVC pipe). Supply and install QCLNG-BB62-CIV-MTO-302000_C ea 1 $ 736.00 $ 736
8.83 Charlie Pond - Temporary Works SEDIMENT PONDS - RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB62-CIV-MTO-302000_C m3 15 $ 115.73 $ 1,736
8.84 Charlie Pond - Temporary Works Geotextile under RipRap QCLNG-BB62-CIV-MTO-302000_C m2 20 $ - Included in 8.83
8.85 Charlie Pond - Temporary Works Geoweb - 150 mm deep QCLNG-BB62-CIV-MTO-302000_C m2 450 $ 65.68 $ 29,558
8.86 Charlie Pond - Temporary Works Geotextile beneath Geoweb. QCLNG-BB62-CIV-MTO-302000_C m2 500 $ 5.27 $ 2,635
8.87 Charlie Pond - Temporary Works Geoweb Infil - 25 mm crushed aggregate 150 mm thick QCLNG-BB62-CIV-MTO-302000_C m2 450 $ - Included in 8.85
8.88 Charlie Pond - Temporary Works Charlie Regional Pond HV Audit QCLNG-BB62-CIV-MTO-302000_C LS 1 $ 5,871.00 $ 5,871
8.89 Charlie Pond - Temporary Works Extra over bulk earthworks items - Trapezoidal Diversion Drains QCLNG-BB62-CIV-MTO-302000_C m 135 $ 8.04 $ 1,086
8.9 Charlie Pond - Temporary Works Road URC - Pavement Material - Type 3.2, CBR 45 min QCLNG-BB62-CIV-MTO-302000_C m3 460 $ 85.78 $ 39,461
8.91 Charlie Pond - Temporary Works Roads Preparation under pavement material QCLNG-BB62-CIV-MTO-302000_C m2 2,100 $ 2.48 $ 5,198
8.92 Charlie Pond - Temporary Works Floodway - Base Pavement Material - Type 2.2 (200 mm thick) QCLNG-BB62-CIV-MTO-302000_C m3 36 $ 79.56 $ 2,864
Floodway - Sub Base Pavement Material - 2% cememt modified - Type 2.2, CBR 35
QCLNG-BB62-CIV-MTO-302000_C m3 60
8.93 Charlie Pond - Temporary Works min (200 mm thick) $ 271.38 $ 16,283
8.94 Charlie Pond - Temporary Works Floodway - RipRap, D50 = 200 mm (300 mm thick) QCLNG-BB62-CIV-MTO-302000_C m3 18 $ 115.72 $ 2,083
8.95 Charlie Pond - Temporary Works Floodway - Geotextile under RipRap QCLNG-BB62-CIV-MTO-302000_C m2 60 $ - Included in 8.94
8.96 Charlie Pond - Temporary Works Safety Signs QCLNG-BB62-CIV-MTO-302000_C ea 4 $ 735.25 $ 2,941
8.97 Charlie Pond - Temporary Works 5 strand rural wire fence - sediment ponds QCLNG-BB62-CIV-MTO-302000_C m 480 $ 12.50 $ 6,000
8.98 Charlie Pond - Temporary Works Single access gate in 5 strand wire fencing - 4 m wide QCLNG-BB62-CIV-MTO-302000_C ea 1 $ 1,039.00 $ 1,039
8.99 Charlie Pond - Temporary Works Concrete Equipment slab (4.7 x 1.65 x 0.25 thick) - Underliner Sump QCLNG-BB62-CIV-MTO-302000_C m3 2 $ 2,876.80 $ 5,581
8.100 Charlie Pond - Temporary Works Reinforced concrete slab - Pontoon QCLNG-BB62-CIV-MTO-302000_C m3 60 $ 1,068.20 $ 64,092
8.101 Charlie Pond - Temporary Works Concrete riser pit - 1200 mm dia x 1200 mm high, grated lid and concrete base. QCLNG-BB62-CIV-MTO-302000_C no 1 $ 3,810.00 $ 3,810
8.102 Charlie Pond - Temporary Works Reinforced concrete anchor trench QCLNG-BB62-CIV-MTO-302000_C m 8 $ 1,468.00 $ 11,744
Charlie Pond - Temporary Works Total $ 18,653.29 $ 420,817.00
8.103 Phillip Pond Clearing and grubbing QCLNG-BB59-CIV-MTO-302000_C m2 61,000 $ 0.60 $ 36,844
8.104 Phillip Pond 200mm Top soil stripping & stockpile QCLNG-BB59-CIV-MTO-302000_C m3 11,900 $ 4.12 $ 49,033
8.105 Phillip Pond Cut to Waste QCLNG-BB59-CIV-MTO-302000_C m3 11,500 $ 4.17 $ 48,006
8.106 Phillip Pond Cut to General Fill QCLNG-BB59-CIV-MTO-302000_C m3 54,700 $ 10.65 $ 582,766
8.107 Phillip Pond Topsoil Respreading & Grassing including: gypsum, fertiliser and watering QCLNG-BB59-CIV-MTO-302000_C m2 23,100 $ 4.70 $ 108,623
8.108 Phillip Pond Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB59-CIV-MTO-302000_C m2 23,100 $ 0.52 $ 11,922
8.109 Phillip Pond Final trimming Batters > 10% Slopes QCLNG-BB59-CIV-MTO-302000_C m2 18,600 $ 1.67 $ 31,127
8.110 Phillip Pond Subgrade Preparation under fill QCLNG-BB59-CIV-MTO-302000_C m2 35,000 $ 2.48 $ 86,625
8.111 Phillip Pond Bund, 600 mm high QCLNG-BB59-CIV-MTO-302000_C m 230 $ 105.62 $ 24,292
8.112 Phillip Pond Extra over bulk earthworks items - Trapezoidal Diversion Drains QCLNG-BB59-CIV-MTO-302000_C m 260 $ 8.05 $ 2,092
8.113 Phillip Pond RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB59-CIV-MTO-302000_C m3 160 $ 115.75 $ 18,520
8.114 Phillip Pond Geotextile - beneath riprap QCLNG-BB59-CIV-MTO-302000_C m2 520 $ - Included in 8.113
8.115 Phillip Pond 2mm HDPE Geomebrane Liner QCLNG-BB59-CIV-MTO-302000_C m2 26,500 $ 8.10 $ 214,780
8.116 Phillip Pond HDPE liner testing QCLNG-BB59-CIV-MTO-302000_C lot 1 $ 36,025.00 $ 36,025
8.117 Phillip Pond Select clay fill - 200 mm thick QCLNG-BB59-CIV-MTO-302000_C m2 25,540 $ 12.10 $ 309,135
8.118 Phillip Pond Liner Anchor Trench with sand fill and clay plug (1.3 x 0.3m) QCLNG-BB59-CIV-MTO-302000_C m 550 $ 300.00 $ 165,000
Valley Drain - Biaxial geocomposite strip drain, 1m wide. Supply and install complete QCLNG-BB59-CIV-MTO-302000_C m 230
8.119 Phillip Pond $ 11.40 $ 2,622
Rib Drain - Biaxial geocomposite strip drain, 0.5m wide. Supply and install complete QCLNG-BB59-CIV-MTO-302000_C m 420
8.120 Phillip Pond $ 5.26 $ 2,209
8.121 Phillip Pond HDPE liner ballast, 180 kg / linear m - supply and install complete. QCLNG-BB59-CIV-MTO-302000_C m 480 $ 60.00 $ 28,800

8.Ponds and Related Inf.


Item No Discipline Activity Description Reference Document Unit Qty Unit Rate Total
8.122 Phillip Pond Air vent - supply and install complete QCLNG-BB59-CIV-MTO-302000_C ea 4 $ 200.00 $ 800
8.123 Phillip Pond Aggregate material, 20 mm single size gravel QCLNG-BB59-CIV-MTO-302000_C m3 450 $ 86.87 $ 39,092
8.124 Phillip Pond Filtration geotextile QCLNG-BB59-CIV-MTO-302000_C m2 355 $ 5.27 $ 1,871
8.125 Phillip Pond Select fill (200 mm) QCLNG-BB59-CIV-MTO-302000_C m3 90 $ 48.21 $ 4,339
8.126 Phillip Pond 2 mm geomembrane along base QCLNG-BB59-CIV-MTO-302000_C m2 935 $ 7.27 $ 6,797
8.127 Phillip Pond Cushion geotextile along base QCLNG-BB59-CIV-MTO-302000_C m2 935 $ 7.92 $ 7,405
8.128 Phillip Pond 14 mm HDPE floor plate (1000 * 1000 mm) QCLNG-BB59-CIV-MTO-302000_C m2 4 $ 300.00 $ 1,200
8.129 Phillip Pond Stabalised sand QCLNG-BB59-CIV-MTO-302000_C m3 200 $ 299.00 $ 59,800
8.130 Phillip Pond 30kg ballast bag QCLNG-BB59-CIV-MTO-302000_C ea 2 $ 35.00 $ 70
8.131 Phillip Pond 0.75m3 elcorock geotextile bag filled with non-dispersive sand or soil QCLNG-BB59-CIV-MTO-302000_C ea 10 $ 330.00 $ 3,300
8.132 Phillip Pond 0.35m3 elcorock geotextile bag filled to 100mm thickness QCLNG-BB59-CIV-MTO-302000_C ea 6 $ 155.00 $ 930
8.133 Phillip Pond 1.2m High safety fencing QCLNG-BB59-CIV-MTO-302000_C m 40 $ 39.00 $ 1,560
8.134 Phillip Pond RipRap - D50 = 250mm, 500mm Thick QCLNG-BB59-CIV-MTO-302000_C m3 300 $ 92.30 $ 27,689
8.135 Phillip Pond Geotextile liner uder RipRap QCLNG-BB59-CIV-MTO-302000_C m2 600 $ - Included in 8.134
8.136 Phillip Pond Grout filled geomembrane pillows (15.25 m x 3.5 m) QCLNG-BB59-CIV-MTO-302000_C ea 6 $ 5,871.33 $ 35,228
8.137 Phillip Pond 2mm HDPE geomembrane (rub sheet) QCLNG-BB59-CIV-MTO-302000_C m2 481 $ 7.27 $ 3,497
8.138 Phillip Pond ARC pig liner (2.5m wide) QCLNG-BB59-CIV-MTO-302000_C m2 375 $ 60.00 $ 22,500
8.139 Phillip Pond Non-woven cushion geotextile (2.5m wide) QCLNG-BB59-CIV-MTO-302000_C m2 375 $ - Included in 8.140
8.140 Phillip Pond 200mm thick rip rap (D50 = 100mm) QCLNG-BB59-CIV-MTO-302000_C m3 75 $ 145.07 $ 10,880
8.141 Phillip Pond Colelanche geomembrane panels QCLNG-BB59-CIV-MTO-302000_C m2 1,300 $ 17.98 $ 23,377
8.142 Phillip Pond Anchor trench at embankment toe QCLNG-BB59-CIV-MTO-302000_C m 25 $ 300.00 $ 7,500
8.143 Phillip Pond 0.05m3 elcorock filled bags QCLNG-BB59-CIV-MTO-302000_C ea 128 $ 155.00 $ 19,840
8.144 Phillip Pond 0.3m3 elcorock bags filled to minimum 200mm thickness QCLNG-BB59-CIV-MTO-302000_C ea 8 $ 155.00 $ 1,240
Thermopipe 315dia HDPE pipe prefilled with high slump cement stabilised material
QCLNG-BB59-CIV-MTO-302000_C m 92 Excluded
8.145 Phillip Pond capped and strapped to discharge pipes $ -
8.146 Phillip Pond Rope Nets (1.5m wide x 25m long) QCLNG-BB59-CIV-MTO-302000_C ea 4 $ 2,786.00 $ 11,144
8.147 Phillip Pond HDPE rub sheet (2.2m wide x 22m long) QCLNG-BB59-CIV-MTO-302000_C m2 225 $ 7.27 $ 1,636
8.148 Phillip Pond Life ring and 2 posts for securing rope nets QCLNG-BB59-CIV-MTO-302000_C ea 4 $ 1,167.50 $ 4,670
8.149 Phillip Pond Water level indicator including frame QCLNG-BB59-CIV-MTO-302000_C ea 1 $ 4,300.00 $ 4,300
8.150 Phillip Pond 100kg ecorock geotextile bag QCLNG-BB59-CIV-MTO-302000_C ea 12 $ 155.00 $ 1,860
8.151 Phillip Pond 2.4m security fencing QCLNG-BB59-CIV-MTO-302000_C m 900 $ 76.36 $ 68,720
8.152 Phillip Pond 1.2m High safety fencing - pontoon QCLNG-BB59-CIV-MTO-302000_C m 40 $ 40.93 $ 1,637
8.153 Phillip Pond Stock Fencing, 5 strand wire - Access Ramps QCLNG-BB59-CIV-MTO-302000_C m 260 $ 12.50 $ 3,250
8.154 Phillip Pond 2.4m High chainwire double access gates in security fencing - 6.0 m wide QCLNG-BB59-CIV-MTO-302000_C ea 2 $ 4,093.00 $ 8,186
8.155 Phillip Pond 2.4m High single access pedestrian gates in security fencing - 1.0 m wide QCLNG-BB59-CIV-MTO-302000_C ea 1 $ 3,673.00 $ 3,673
8.156 Phillip Pond Safety Signs QCLNG-BB59-CIV-MTO-302000_C ea 15 $ 735.27 $ 11,029
8.157 Phillip Pond Flexible Guide Post QCLNG-BB59-CIV-MTO-302000_C ea 24 $ 35.25 $ 846
8.158 Phillip Pond Road URC - Pavement Material - Type 2.3, CBR 45 min QCLNG-BB59-CIV-MTO-302000_C m3 490 $ 87.71 $ 42,976
8.159 Phillip Pond Embankment Capping Layer - Base Material - Type 3.2 QCLNG-BB59-CIV-MTO-302000_C m3 2,300 $ 82.80 $ 190,437
8.160 Phillip Pond Subgrade Preparation under pavement & hardstand material QCLNG-BB59-CIV-MTO-302000_C m2 7,500 $ 2.48 $ 18,563
8.161 Phillip Pond Conveyor belt, 1m wide, 14 mm thick QCLNG-BB62-CIV-MTO-302000_C m2 140 $ 35.00 $ 4,900
8.162 Phillip Pond Conveyor belt, 14mm thick (1.5m wide x 26m long) m2 36 $ 35.00 $ 1,260
8.163 Phillip Pond DN400 PE100 PN16 extraction pipe QCLNG-BB62-CIV-MTO-302000_C m 132 $ 274.48 $ 36,232
8.164 Phillip Pond DN110 PE100 PN16 monitoring pipe QCLNG-BB62-CIV-MTO-302000_C m 66 $ 38.14 $ 2,517
8.165 Phillip Pond DN400 trench thrust plate QCLNG-BB62-CIV-MTO-302000_C ea 24 $ 300.00 $ 7,200
DN400 geomembrane pipe boot welded and clamped with 304 SS clamp and
QCLNG-BB62-CIV-MTO-302000_C ea 4
8.166 Phillip Pond neoprene strip $ 400.00 $ 1,600
Phillip Pond Total $ 63,335.36 $ 2,463,972.00
8.167 Phillip Pond - Temporary Works Clearing and grubbing QCLNG-BB59-CIV-MTO-302000_C m2 9,500 $ 0.60 $ 5,738
8.168 Phillip Pond - Temporary Works 200mm Top soil stripping & stockpile QCLNG-BB59-CIV-MTO-302000_C m3 1,700 $ 7.87 $ 13,376
8.169 Phillip Pond - Temporary Works Cut to General Fill QCLNG-BB59-CIV-MTO-302000_C m3 500 $ 16.92 $ 8,458
8.170 Phillip Pond - Temporary Works Borrow to General Fill QCLNG-BB59-CIV-MTO-302000_C m3 2,200 $ 16.92 $ 37,216
8.171 Phillip Pond - Temporary Works Topsoil Respreading & Grassing including: gypsum, fertiliser and watering QCLNG-BB59-CIV-MTO-302000_C m2 5,750 $ 5.95 $ 34,216
8.172 Phillip Pond - Temporary Works Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB59-CIV-MTO-302000_C m2 5,750 $ 0.52 $ 2,968
8.173 Phillip Pond - Temporary Works Final trimming Batters > 10% Slopes QCLNG-BB59-CIV-MTO-302000_C m2 5,750 $ 1.67 $ 9,623
8.174 Phillip Pond - Temporary Works Subgrade Preparation under fill QCLNG-BB59-CIV-MTO-302000_C m2 3,470 $ 2.47 $ 8,588
8.175 Phillip Pond - Temporary Works Road URC - Pavement Material - Type 3.2, CBR 45 min QCLNG-BB59-CIV-MTO-302000_C m3 260 $ 85.78 $ 22,304
8.176 Phillip Pond - Temporary Works Subgrade Preparation under pavement & hardstand material QCLNG-BB59-CIV-MTO-302000_C m2 920 $ 2.48 $ 2,277
8.177 Phillip Pond - Temporary Works Extra over bulk earthworks items - Trapezoidal Diversion Drains QCLNG-BB59-CIV-MTO-302000_C m 760 $ 8.05 $ 6,116
Slotted 225 mm Dia. uPVC pipe, wrapped in Bidim A44 Geotextile Fabric and encased
QCLNG-BB59-CIV-MTO-302000_C m 15
8.178 Phillip Pond - Temporary Works in rock drainage media (D50 = 75 mm) $ 147.80 $ 2,217
8.179 Phillip Pond - Temporary Works 225mm Dia. uPVC, including: supply, install, trenching, bedding and backfill QCLNG-BB59-CIV-MTO-302000_C m 45 $ 114.42 $ 5,149
8.180 Phillip Pond - Temporary Works Headwall (for 225 mm Dia. uPVC pipe). Supply and install QCLNG-BB59-CIV-MTO-302000_C ea 1 $ 736.00 $ 736
8.181 Phillip Pond - Temporary Works SEDIMENT PONDS - RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB59-CIV-MTO-302000_C m3 5 $ 115.80 $ 579
8.182 Phillip Pond - Temporary Works Geotextile under RipRap QCLNG-BB59-CIV-MTO-302000_C m2 20 $ - Included in 8.181
8.183 Phillip Pond - Temporary Works Geoweb - 150 mm deep QCLNG-BB59-CIV-MTO-302000_C m2 510 $ 65.68 $ 33,499
8.184 Phillip Pond - Temporary Works Geoweb Infil - 25 mm crushed aggregate 150 mm thick QCLNG-BB59-CIV-MTO-302000_C m2 510 $ - Included in 8.183
8.185 Phillip Pond - Temporary Works Geotextile beneath Geoweb. QCLNG-BB59-CIV-MTO-302000_C m2 565 $ 5.27 $ 2,978

8.Ponds and Related Inf.


Item No Discipline Activity Description Reference Document Unit Qty Unit Rate Total
8.186 Phillip Pond - Temporary Works Intermeadiate Regional Pond HV Audit QCLNG-BB59-CIV-MTO-302000_C LS 1 $ 5,871.00 $ 5,871
8.187 Phillip Pond - Temporary Works 5 strand rural wire fence - sediment ponds QCLNG-BB59-CIV-MTO-302000_C m 360 $ 11.91 $ 4,288
8.188 Phillip Pond - Temporary Works Single access gate in 5 strand wire fencing - 4 m wide QCLNG-BB59-CIV-MTO-302000_C ea 1 $ 990.00 $ 990
8.189 Phillip Pond - Temporary Works Safety Signs QCLNG-BB59-CIV-MTO-302000_C ea 4 $ 735.25 $ 2,941
8.190 Phillip Pond - Temporary Works Concrete Equipment slab (4.7 x 1.65 x 0.25 thick) - Underliner Sump QCLNG-BB59-CIV-MTO-302000_C m3 2 $ 2,876.80 $ 5,581
8.191 Phillip Pond - Temporary Works Reinforced concrete slab - Pontoon QCLNG-BB59-CIV-MTO-302000_C m3 60 $ 1,068.20 $ 64,092
8.192 Phillip Pond - Temporary Works Concrete riser pit - 1200 mm dia x 1200 mm high, grated lid and concrete base. QCLNG-BB59-CIV-MTO-302000_C no 1 $ 3,810.00 $ 3,810
8.193 Phillip Pond - Temporary Works Reinforced concrete anchor trench QCLNG-BB59-CIV-MTO-302000_C m 16 $ 1,468.00 $ 23,488
Phillip Pond - Temporary Works total $ 18,165.37 $ 307,099.00
8.194 Phillip Pump Station Access Roads Clearing and Grubbing QCLNG-BB59-CIV-MTO-302001__00 m2 65,200.00 $ 0.56 $ 36,512
8.195 Phillip Pump Station Access Roads 200mm Topsoil Strip & stockpile QCLNG-BB59-CIV-MTO-302001__00 m3 12,000.00 $ 4.05 $ 48,600
8.196 Phillip Pump Station Access Roads Cut to General Fill QCLNG-BB59-CIV-MTO-302001__00 m3 5,300.00 $ 10.83 $ 57,399
8.197 Phillip Pump Station Access Roads Cut to Stockpile QCLNG-BB59-CIV-MTO-302001__00 m3 13,250.00 $ 9.51 $ 126,008
8.198 Phillip Pump Station Access Roads Borrow to General Fill QCLNG-BB59-CIV-MTO-302001__00 m3 4,700.00 $ 10.71 $ 50,337
8.199 Phillip Pump Station Access Roads Topsoil respreading from stockpile QCLNG-BB59-CIV-MTO-302001__00 m3 4,920.00 $ 10.70 $ 52,644
8.200 Phillip Pump Station Access Roads Topsoil seeding including: seeding, ameliorants, gypsum and watering QCLNG-BB59-CIV-MTO-302001__00 m2 49,200.00 $ 3.22 $ 158,424
8.201 Phillip Pump Station Access Roads Preparation of Surface Beneath Topsoil, including: gypsum, herbicide & tyning QCLNG-BB59-CIV-MTO-302001__00 m2 49,200.00 $ 2.36 $ 116,112
8.202 Phillip Pump Station Access Roads Subgrade Preparation under fill QCLNG-BB59-CIV-MTO-302001__00 m2 50,000.00 $ 1.43 $ 71,500
8.203 Phillip Pump Station Access Roads Remove unsuitable materials and replace with general fill (provisional qty) QCLNG-BB59-CIV-MTO-302001__00 m3 5,000.00 $ 59.78 $ 298,900
8.204 Phillip Pump Station Access Roads Roads URC Wearing Course Material - Type 4.4 QCLNG-BB59-CIV-MTO-302001__00 m3 5,500.00 $ 53.20 $ 292,600
Roads URC Floodway Subbase Pavement Material - Select Fill QCLNG-BB59-CIV-MTO-302001__00 m3 400 $ 92.94 $ 37,176
8.205 Phillip Pump Station Access Roads Roads URC - Subgrade Trim QCLNG-BB59-CIV-MTO-302001__00 m2 24,444.44 $ 1.46 $ 35,689
8.206 Phillip Pump Station Access Roads Floodway - Cement stabilisation (2%) of Pavement Material to 200mm depth QCLNG-BB59-CIV-MTO-302001__00 m2 1,900.00 $ 51.47 $ 97,793
8.207 Phillip Pump Station Access Roads Saw cutting of pavements QCLNG-BB59-CIV-MTO-302001__00 m 20 $ 13.20 $ 264
Rip and tyne existing road surface QCLNG-BB59-CIV-MTO-302001__00 m2 100.00 $ 9.02 $ 902
8.208 Phillip Pump Station Access Roads Roads URB Base Pavement Material - Type 2.2 QCLNG-BB59-CIV-MTO-302001__00 m3 410.00 $ 124.57 $ 51,074
8.209 Phillip Pump Station Access Roads Roads URB Upper Sub Base Pavement Material - Type 3.3 QCLNG-BB59-CIV-MTO-302001__00 m3 430.00 $ 99.07 $ 42,600
8.210 Phillip Pump Station Access Roads Roads URB Lower Sub Base Pavement Material - Select Fill CBR >15% QCLNG-BB59-CIV-MTO-302001__00 m3 520.00 $ 92.94 $ 48,329
8.211 Phillip Pump Station Access Roads Roads - Subgrade Trim QCLNG-BB59-CIV-MTO-302001__00 m2 2,888.89 $ 3.90 $ 11,267
8.212 Phillip Pump Station Access Roads Driveway - Unbound Type 4.4 Wearing Course QCLNG-BB59-CIV-MTO-302001__00 m3 250.00 $ 138.11 $ 34,528
8.213 Phillip Pump Station Access Roads Prime Coat QCLNG-BB59-CIV-MTO-302001__00 m2 3,400.00 $ 1.64 $ 5,576
8.214 Phillip Pump Station Access Roads 2 Coat Bitumen (14/7) Seal with PMB seal QCLNG-BB59-CIV-MTO-302001__00 m2 3,400.00 $ 7.45 $ 25,330
8.215 Phillip Pump Station Access Roads Batter Lining - Low Permeability Clay Pavement Encasement QCLNG-BB59-CIV-MTO-302001__00 m 650.00 $ 31.02 $ 20,163
RCBC - Single Cell - 450 x 450 - install complete inc supply, excavate, bedding and QCLNG-BB59-CIV-MTO-302001__00 8.40 $ 1,328.10
m
8.216 Phillip Pump Station Access Roads backfill $ 11,156
RCBC Headwall - Single Cell - 450 x 450 - install complete inc supply, excavate, QCLNG-BB59-CIV-MTO-302001__00 2.00 $ 2,193.00
ea
8.217 Phillip Pump Station Access Roads bedding and backfill $ 4,386
8.218 Phillip Pump Station Access Roads Cut off Walls - cast insitu with headwalls QCLNG-BB59-CIV-MTO-302001__00 m3 0.50 $ 1,324.00 $ 662
8.219 Phillip Pump Station Access Roads Bund, 350mm high QCLNG-BB59-CIV-MTO-302001__00 m 500.00 $ 67.09 $ 33,545
8.220 Phillip Pump Station Access Roads Trapezoidal Drains QCLNG-BB59-CIV-MTO-302001__00 m 4,350.00 $ 15.92 $ 69,252
8.221 Phillip Pump Station Access Roads RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB59-CIV-MTO-302001__00 m2 35.00 $ 31.86 $ 1,115
QCLNG-BB59-CIV-MTO-302001__00 42.00
Geotextile - beneath riprap m2
8.222 Phillip Pump Station Access Roads Included in 8.221
8.223 Phillip Pump Station Access Roads 375 Dia, RCP QCLNG-BB59-CIV-MTO-302001__00 m 12 $ 195.41 $ 2,345
8.224 Phillip Pump Station Access Roads RCP Headwall - 375 Dia, RCP QCLNG-BB59-CIV-MTO-302001__00 no 2 $ 1,034.50 $ 2,069
8.225 Phillip Pump Station Access Roads Cut off Walls - cast insitu with headwalls QCLNG-BB59-CIV-MTO-302001__00 m3 0.50 $ 1,324.00 $ 662
8.226 Phillip Pump Station Access Roads Trapezoidal Drains QCLNG-BB59-CIV-MTO-302001__00 m 880.00 $ 24.04 $ 21,155
8.227 Phillip Pump Station Access Roads RipRap - D50 = 200 mm (300 mm thick) QCLNG-BB59-CIV-MTO-302001__00 m2 30.00 $ 31.87 $ 956
8.228 Phillip Pump Station Access Roads Geotextile - beneath riprap QCLNG-BB59-CIV-MTO-302001__00 m2 36.00 Included in 8.227
8.229 Phillip Pump Station Access Roads Traffic Management QCLNG-BB59-CIV-MTO-302001__00 LS 1.00 $ 80,233.00 $ 80,233
8.230 Phillip Pump Station Access Roads Safety Signs QCLNG-BB59-CIV-MTO-302001__00 no 67.00 $ 735.30 $ 49,265
8.231 Phillip Pump Station Access Roads Flexible Road Edge Guide Posts QCLNG-BB59-CIV-MTO-302001__00 no 336.00 $ 35.25 $ 11,844
8.232 Phillip Pump Station Access Roads Linemarking - Barrier Line, Single QCLNG-BB59-CIV-MTO-302001__00 m 335.00 $ 1.50 $ 503
8.233 Phillip Pump Station Access Roads Linemarking - Edge Line QCLNG-BB59-CIV-MTO-302001__00 m 720.00 $ 1.50 $ 1,080
8.234 Phillip Pump Station Access Roads Linemarking - Continuity QCLNG-BB59-CIV-MTO-302001__00 m 65.00 $ 1.51 $ 98
8.235 Phillip Pump Station Access Roads Raised Retroflective Pavement Markers QCLNG-BB59-CIV-MTO-302001__00 no 90.00 $ 5.00 $ 450
8.236 Phillip Pump Station Access Roads 2.4m High Security Fencing QCLNG-BB59-CIV-MTO-302001__00 m 140.00 $ 77.34 $ 10,828
8.237 Phillip Pump Station Access Roads Install Rural Fence 4 strand barbwire QCLNG-BB59-CIV-MTO-302001__00 m 300.00 $ 12.50 $ 3,750
8.238 Phillip Pump Station Access Roads Demolish existing fencing (all types) QCLNG-BB59-CIV-MTO-302001__00 m 300.00 $ 14.16 $ 4,248
8.239 Phillip Pump Station Access Roads Double access gates in security fencing - 6.0 m wide QCLNG-BB59-CIV-MTO-302001__00 no 1.00 $ 4,286.00 $ 4,286
8.240 Phillip Pump Station Access Roads Single access pedestrian gates in security fencing - 1.0 m wide QCLNG-BB59-CIV-MTO-302001__00 no 1.00 $ 3,846.00 $ 3,846
8.241 Phillip Pump Station Access Roads Single access gate in 4 strand wire fencing - 6.0m wide QCLNG-BB59-CIV-MTO-302001__00 ea 1.00 $ 1,818.00 $ 1,818
8.242 Phillip Pump Station Access Roads Cattle Grid - 8m, all inclusive QCLNG-BB59-CIV-MTO-302001__00 ea 2.00 $ 22,034.00 $ 44,068
8.243 Phillip Pump Station Access Roads Cattle Grid - 10m, all inclusive QCLNG-BB59-CIV-MTO-302001__00 ea 1.00 $ 28,131.00 $ 28,131
Phillip Pump Station Access Roads Total $ 2,111,476
Grand Total $ 8,608,149

8.Ponds and Related Inf.


Item Discipline Activity Description Reference Doc Unit Qty Unit Rate Total

9.1 Site Development Contractors Laydown Area - Construction QCLNG-BB62-CIV-MTO-303001 REV B m2 108,743 $ 12.54 $ 1,363,637.22
9.2 Site Development Contractors Laydown Area - Rehabilitation QCLNG-BB62-CIV-MTO-303001 REV B m2 108,743 $ 5.54 $ 602,436.22
9.3 RATE ONLY
9.4 Site Development Extra-Over Rate for Flexterra Application N/A m2 Rate Only $ 1.09
9.5 Site Development Rate for S&I of Bidim A44 geofabric under temporary pavements N/A m2 Rate Only $ 3.49
9.6 Site Development Rate for removal and disposal of geofabric under temporary pavements N/A m2 Rate Only $ 12.70
Grand Total $ 1,966,073.44

9.Laydown Area
Woleebee Creek CPP Tie-in - Gas

Major Facility Description Major Facility Description Discipline Activity Description Reference Doc Unit Qty Unit Rate Total

10.1 Pig Receiver at WC CPP Site Development Bulk Earthworks Based on Concrete Qty's lot Included in 10.2
10.2 Pig Receiver at WC CPP Concrete Concrete Foundations QCLNG-BC24-STR-MTO-301001_A m3 21.47 $ 3,024.87 $ 64,944
Concrete Total $ 4,142.90 $64,943.96
10.3 Pig Receiver at WC CPP Mechanical Pig Receiver Package lot 1 $ 275,951.00 $ 275,951
Mechanical Total $ 275,951.00 $275,951.00
DN600, LTCS, ASTM-A333 Gr. 6, SMLS,
SCH 60 - Piping Shop Total metres
Piping QCLNG-BB24-PIP-MTO-301000_E m 58
fabricated spools (Pipe and Fittings
10.4 WC CPP Gas Inlet Header Modifications included ) Complete to site. $ 1,162.62 $ 66,967
DN600, LTCS, ASTM-A333 Gr. 6, SMLS,
SCH 61 - Piping Field Total metres of
Piping QCLNG-BB24-PIP-MTO-301000_E m 58
installed spools c/w Welds & Bolt-Ups
10.5 WC CPP Gas Inlet Header Modifications (Inc NDT) $ 1,515.92 $ 87,317
DN600, LTCS, ASTM-A333 Gr. 6, SMLS,
Piping SCH 62 - Piping Field Hydrotesting & QCLNG-BB24-PIP-MTO-301000_E m 58
10.6 WC CPP Gas Inlet Header Modifications Drying $ 294.58 $ 16,968
Ball Valve, DN50, 300#, CS, RB, Floating
Piping QCLNG-BB24-PIP-MTO-301000_E ea 2
10.7 WC CPP Gas Inlet Header Modifications Ball, RF FL $ 148.00 $ 296
Globe Vlv, DN50, 300#, CS, Conical Plug
Piping QCLNG-BB24-PIP-MTO-301000_E ea 1
10.8 WC CPP Gas Inlet Header Modifications Disc, RF FL $ 148.00 $ 148
Non-Slam Check Valve, CS, DN600,
Piping QCLNG-BB62-PIP-LST-301002 ea 1
10.9 WC CPP Gas Inlet Header Modifications Flanged 300# - 600 $ 21,216.00 $ 21,216
Piping Total $192,911.71
Grand Total $533,806.67

10.WC CPP Tie In - Gas


Project Indirects (Contract Management, Overheads & Margin)

Indirect Cost Total


Staff Salaries Total $ 30,729,428
Plant & Equipment Total $ 4,506,024
Small Tools $ 887,456
Employee Costs $ 534,375
Indirect Site Labour $ 10,093,252
Light Vehicles $ 6,148,874
Utilities $ 482,400
Office Supplies $ 308,523
Office Hire $ 1,488,765
IT Expenses/Telecommunications $ 2,684,820
Repair & Maintenance $ 15,000
Cleanup & Rubbish/Cleaning $ 529,331
Scaffolding $ 1,049,398
Freight $ 59,675
Environment Management $ 316,852
Safety/Testing/Training $ 1,773,929
Business Travel $ 193,209
R&R Travel - Staff $ 1,395,484
R&R Travel - Wages $ 5,636,894
Other $ 48,000
Non Recurring
Establish Site Facilities $ 2,169,242
Establish Plant & Equipment $ 338,700
Disestablishment $ 1,027,456
Personnel Recruitment & Transfers $ 542,278
Survey $ 1,876,742
Insurance $ 723,890
Legal Fees Included
Fees (Bank guarantee's, WH&S fees etc) $ 709,060
Consultants $ 73,456
Escalations $ 833,597
Head Office Recharge $ 1,209,922
Total Indirect Costs $ 78,386,029.96

13.PROJECT INDIRECT SUMMARY


RISKS AND OPPORTUNITIES

Item No Decriptions of Risk / Opportunity Risk/Opp Risk/Opportunity Value

Failure to achieve estimated labour productivity factors


1 Risk 4,103,000

2 Allowance for labour productivity incentive scheme. Risk 3,375,000


3 Failure to achieve estimated indirect costs Risk 1,949,991
4 Industrial Relations Risk 756,000
5 Buying Gains on subcontract packages Opportunity - 609,000

Total  $ 9,574,991.00

RISKS AND OPPORTUNITIES


PROVISIONAL SUMS

Item No Facility Description of Provisional Sum Provisional Sum Value

Provisional Sums INCLUDED in Target Cost Calculation
1 Trunkline Provisional allowance for the supply of CSCL pipe $ 700,000.00
Provisional allowance for Hot oil flushing of LTS Dehydration units
2 FCS including the supply of first fills such as lubricants, oils, greases and other $ 350,000.00
process fluids e.g glycol
Provisional allowance for rectification of Company Vendor Items
3 FCS $ 500,000.00
(Company Supplied Equipment and Materials)
Provisional Allowance for Screw Compressor Lube Oil flushing including
4 FCS the supply first fills such as lubricants, oils, greases and other process $ 1,119,986.00
fluids e.g glycol
Provisional Allowance for Cooler Interconnecting Piping as well as cable
5 FCS $ 482,959.00
and equipment for all vendor packages.
6 FCS Cathodic Protection $ 114,490.00
7 FCS Mac SCADA COMMS $ 240,000.00
8 Trunkline Provisional allowance for temporary CP (Cathodic Protection) $ 100,000.00
Provisional allowance for above ground structure earth grid allowance
9 Trunkline $ 100,000.00
(trunklines)
10 Trunkline Provisional allowance for permanent CP (Cathodic Protection) $ 100,000.00
11 WC CPP Tie-in E&I work $ 40,000.00
Provisional allowance for alternative water sources in the event that
12 All Charlie bore does not produce the required quality and quantity of $ 1,000,000.00
construction water
Provisional allowance for supply of Communication Bulks/Microwave
13 All $ 150,000.00
Backbone/Radio Base Station equipment.
Provisional allowance for the removal and replacement of unsuitable
14 All $ 585,000.00
material
Provisional allowance for the construction of select fill zone beneath non-
15 All $ 450,000.00
piled structures on the FCS pad
16 Ponds Provisional allowance for the construction of pumping stations $ 4,000,000.00
17 Comissioning Comissioning Support $ 500,000.00
18 WC CPP Tie-in WC CPP Concrete Demolition Works $ 25,000.00
19 WC CPP Tie-in Early Mobilisation for WC Feb-16 Shutdown $ 50,000.00
Provisional sum progressed design scope included in Exhibit A rev 4, but
not considered for Contractor pricing:
20 All 1. Mechanical Packages, LTS units including Coolers, Flare, Air and N2 $ 528,936.73
Generation Units.
2. EEA Buildings - reduction 6 to 3 buildings
Provisional Sums   $                     11,136,371.73 
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO -119491CNT

EXHIBIT C - CONTRACT PROGRAMME

Level 30, 275 George Street


Initialled by: Brisbane QLD 4000
GPO Box 3107
Brisbane QLD 4001
The Company: .......................... ............................ Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: .......................... ............................ ABN 11 089 642 553
EXHIBIT C – CONTRACT PROGRAMME

Contents
1. CONTRACT PROGRAMME .......................................................................................................................... 3
2. TARGET SCHEDULE .................................................................................................................................... 6

Upstream Project
Contract No: 119491CNT
Surat North Main Works Construction Page 2 of 6
Exhibit C – Contract Programme
EXHIBIT C – CONTRACT PROGRAMME

1. CONTRACT PROGRAMME
The Contract Programme represents the following Target Milestone Dates by which the Company
requires key elements of the Works to be completed.

Milestone Facility Description Milestone activity Target


No. Milestone Date
N/A All Site Mobilisation 15-Dec-16

SEPARABLE PORTION 1: EARLY DEWATERING SCOPE

NOTE: The FCS Systems listed under this Separable Portion shall be completed up to Separable
Portion 2 Battery Limits, where defined in Exhibit A Scope of Work

FCS LV Power System 71 – sub Mechanical Completion 08-Dec-16


systems shall be completed
progressively prior to the
target milestone date
FCS Telecommunications System Mechanical Completion 07-Aug-16
73 – sub systems shall be
completed progressively prior
to the target milestone date
FCS ESD / Fire & Gas System 74 – Mechanical Completion 04-Dec-16
sub systems shall be
completed progressively prior
to the target milestone date
FCS Control & Instrumentation Mechanical Completion 11-Dec-16
System 75 – sub systems shall
be completed progressively
prior to the target milestone
date
FCS Earthing System 77 – sub Mechanical Completion 22-Nov-16
systems shall be completed
progressively prior to the
target milestone date
FCS Gas Gathering Reception Mechanical Completion 22-Nov-16
System 50
FCS Gas Inlet System 51 Mechanical Completion 20-Dec-16
FCS Pilot Gas System 81 Mechanical Completion 27-Nov-16
FCS Gathering Flare System 82, Mechanical Completion 18-Dec-16
incl. Nitrogen Purge Gas Lines
FCS Facility Flare System 82, incl. Mechanical Completion 18-Dec-16
Nitrogen Purge Gas Lines and
Provision of Temporary
Nitrogen Supply for
Preservation
FCS Produced / Process Water Mechanical Completion 13-Dec-16
System 41 / 44
FCS Drains / Oily Water System 83 Mechanical Completion 20-Dec-16
FCS Instrument / Utility Air Mechanical Completion 13-Jan-17
Reticulation System 86
FCS Nitrogen Reticulation System Mechanical Completion 08-Dec-16
87
FCS Mechanical Handling System Mechanical Completion 15-Nov-16
98
FCS Infrastructure & Passive Area Mechanical Completion 19-Nov-16
System 99 – sub systems shall
be completed progressively
Upstream Project
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit C – Contract Programme Page 3 of 6
EXHIBIT C – CONTRACT PROGRAMME

prior to the target milestone


date
Trunklines Gas Trunkline FCS to CPP, Pipeline installed and 26-Nov-16
excl. Pig Launcher & Receiver backfilled prior to
in Separable Portion 2 hydrotesting
Trunklines Water Trunkline, incl. Tie-in at Mechanical Completion 28-Nov-16
Woleebee Creek Pond
Power Woleebee Creek Substation Mechanical Completion 20-Oct-16
Power Charlie Substation / HV HUB Mechanical Completion 27-Oct-16
Power Overhead Power Lines Mechanical Completion 09-Nov-16
Power Underground 33kV and Fibre Mechanical Completion 17-Jan-17
Optic cables to pump stations
Ponds & Phillip Pump Station Mechanical Completion 19-Jan-17
Pump
Stations
Ponds & Charlie Pump Station Mechanical Completion 14-Nov-16
Pump
Stations
Ponds & Phillip Pond Mechanical Completion 06-Nov-16
Pump
Stations
Ponds & Charlie Pond Mechanical Completion 07-Sep-16
Pump
Stations
Separable Portion 1: Early de-watering Scope Practical Completion 12-Feb-17

SEPARABLE PORTION 2: CHARLIE FCS & BALANCE OF SCOPE

NOTE: The FCS Systems listed under this Separable Portion shall be completed up to Separable
Portion 1 Battery Limits, where defined in Exhibit A Scope of Work

FCS LV Equipment Room HVAC Mechanical Completion 10-Dec-16


Sub System 69-XX
FCS HV Equipment Room HVAC Mechanical Completion 10-Dec-16
Sub System 69-XX
FCS Instrument Equipment Room Mechanical Completion 10-Dec-16
HVAC Sub System 69-XX
FCS LV Power System 71 – sub Mechanical Completion 01-Apr-17
systems shall be completed
progressively prior to the
target milestone date
FCS HV Power System 72 – sub Mechanical Completion 30-Jan-17
systems shall be completed
progressively prior to the
target milestone date
FCS Telecommunications System Mechanical Completion 20-Mar-17
73 – sub systems shall be
completed progressively prior
to the target milestone date
FCS ESD / Fire & Gas System 74 – Mechanical Completion 22-Mar-17
sub systems shall be
completed progressively prior
to the target milestone date
FCS Control & Instrumentation Mechanical Completion 07-Mar-17
System 75 – sub systems shall
be completed progressively
prior to the target milestone
date
FCS Earthing System 77 – sub Mechanical Completion 22-Jan-17
systems shall be completed
progressively prior to the
Upstream Project
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit C – Contract Programme Page 4 of 6
EXHIBIT C – CONTRACT PROGRAMME

target milestone date


FCS Fire Suppression System 78 Mechanical Completion 01-Feb-17
FCS Gas Inlet System 51 Mechanical Completion 05-Mar-17
FCS Gas Compressor No1 Sub Mechanical Completion 06-Mar-17
System 52-01
FCS Gas Compressor No2 Sub Mechanical Completion 06-Mar-17
System 52-02
FCS Gas Compressor No3 Sub Mechanical Completion 03-Mar-17
System 52-03
FCS Gas Compressor No4 Sub Mechanical Completion 03-Mar-17
System 52-04
FCS Gas Compressor No5 Sub Mechanical Completion 03-Mar-17
System 52-05
FCS Gas Compressor No6 Sub Mechanical Completion 03-Mar-17
System 52-06
FCS Gas Compressor No7 Sub Mechanical Completion 07-Mar-17
System 52-07
FCS Gas Compressor No8 Sub Mechanical Completion 07-Mar-17
System 52-08
FCS Gas Compressor No9 Sub Mechanical Completion 04-Mar-17
System 52-09
FCS Gas Compressor No10 Sub Mechanical Completion 04-Mar-17
System 52-10
FCS Gas Compressor No11 Sub Mechanical Completion 04-Mar-17
System 52-11
FCS Gas Compressor No12 Sub Mechanical Completion 04-Mar-17
System 52-12
FCS Gas Discharge System 56 Mechanical Completion 28-Feb-17
FCS LTS Dehydration No1 Sub Mechanical Completion 27-Feb-17
System 54-01
FCS LTS Dehydration No2 Sub Mechanical Completion 27-Feb-17
System 54-02
FCS LTS Dehydration No3 Sub Mechanical Completion 27-Feb-17
System 54-03
FCS Pig Launcher System 59, incl. Mechanical Completion 08-Mar-17
connection to Gas Trunkline in
Separable Portion 1
FCS Facility Flare System 82, incl. Mechanical Completion 27-Feb-17
Nitrogen Supply Lines
FCS Produced / Process Water Mechanical Completion 18-Feb-17
System 41 / 44
FCS Drains / Oily Water System 83 Mechanical Completion 08-Mar-17
FCS Instrument / Utility Air Mechanical Completion 21-Feb-17
Compression & Reticulation
System 86
FCS Nitrogen Generation & Mechanical Completion 01-Mar-17
Reticulation System 87
FCS Mechanical Handling System Mechanical Completion 28-Jan-17
98
FCS Infrastructure & Passive Area Mechanical Completion 30-Mar-17
System 99 – sub systems shall
be completed progressively
prior to the target milestone
date
WC CPP Woleebee Creek CPP (All Mechanical Completion 09-Mar-17
Systems), incl. Pig Receiver &
connection to Gas Trunkline in
Separable Portion 1
Separable Portion 2: Charlie FCS & Balance of
Practical Completion 30-April-17
Scope

Upstream Project
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit C – Contract Programme Page 5 of 6
EXHIBIT C – CONTRACT PROGRAMME

2. TARGET SCHEDULE

Upstream Project
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit C – Contract Programme Page 6 of 6
Last Update: 01-Oct-15 Print Date: 29-Oct-15 QCLNG Phase II - Surat North (Post Tender - Award moved 03-11-15 /New WBS) -  
Submitted on 29-10-15
Prepared By: idelgado
High Level Contract Baseline Programme

Activity ID Activity Name Original Start Finish 2016 2017


Duration May
Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr
492 03-Nov-15 30-Apr-17
QCLNG Phase II - Surat North (Post Tender - Award moved 03-11-15 /New WBS) - Submitted on 29-10-15
MILESTONES 492 03-Nov-15 30-Apr-17

PROJECT WIDE 492 03-Nov-15 30-Apr-17


Key Dates 492 03-Nov-15 30-Apr-17
SP12.ML.G.10000 Contract Award Date 0 03-Nov-15* Contract Award Date
SP12.ML.G.10020 Commence Mobilisation to Site 0 15-Dec-15 Commence Mobilisation to Site
SP12.ML.G.10030 Commence Construction 0 10-Jan-16 Commence Construction
SP01.ML.G.10100 Separable Portion 1 : Weather Allowance (16 Days) 16 20-Jan-17 04-Feb-17 Separable Portion 1 : Weather Allowa
SP01.ML.G.10110 Separable Portion 1 : Early Dewatering Scope - Contract Mechanical Completion (MC) 0 05-Feb-17 Separable Portion 1 : Early Dewaterin
SP01.ML.G.10080 Separable Portion 1 : Early Dewatering Scope - Contract Practical Completion (PC) 0 12-Feb-17 Separable Portion 1 : Early Dewater
SP02.ML.G.10110 Separable Portion 2 :Weather Allowance (20 Days) 20 02-Apr-17 21-Apr-17 Separable Portion 2 :We
SP02.ML.G.10120 Separable Portion 2 : Charlie FCS & Balance of Scope - Contract Mechanical Completion (MC) 0 22-Apr-17 Separable Portion 2 : C
SP02.ML.G.10130 Separable Portion 2 : Charlie FCS & Balance of Scope - Contract Practical Completion (PC) 0 30-Apr-17
Mechanical/ Practical Completion - Separable Portion 1 : Early Dewatering Scope 153 07-Aug-16 26-Jan-17 Mechanical/ Practical Completion - Sep
BBX.ML.G.10160 Mechanical / Practical Completion - Separable Portion 1 : Early Dewatering Scope 153 07-Aug-16 26-Jan-17 Mechanical / Practical Completion - Se
Mechanical/ Practical Completion - Separable Portion 2 : Charlie FCS & Balance of Scope 180 20-Sep-16 08-Apr-17 Mechanical/ Practical Com
BBX.ML.G.10330 Mechanical / Practical Completion - Separable Portion 2 : Charlie FCS & Balance of Scope 180 20-Sep-16 08-Apr-17 Mechanical / Practical Com

ENGINEERING (Client Supply) 81 03-Nov-15 08-Feb-16 ENGINEERING (Client Supply)

BB62 CHARLIE FCS 59 03-Nov-15 08-Feb-16 BB62 CHARLIE FCS


BBX.EN.G.10100 Engineering (IFC) 59 03-Nov-15 08-Feb-16 Engineering (IFC)
POWER 41 03-Nov-15 15-Dec-15 POWER
BBX.EN.G.10030 Engineering (IFC) 41 03-Nov-15 15-Dec-15 Engineering (IFC)
TRUNKLINES (incl. Water Tie-ins) 30 03-Nov-15 14-Dec-15 TRUNKLINES (incl. Water Tie-ins)
BBX.EN.G.10200 Engineering (IFC) 30 03-Nov-15 14-Dec-15 Engineering (IFC)
STORAGE PONDS & PUMP STATIONS 34 03-Nov-15 04-Jan-16 STORAGE PONDS & PUMP STATIONS
ARHS.EN.G.10100 Engineering (IFC) 34 03-Nov-15 04-Jan-16 Engineering (IFC)
PROCUREMENT & FIM 396 03-Nov-15 17-Jan-17 PROCUREMENT & FIM

BB62 CHARLIE FCS 376 23-Nov-15 17-Jan-17 BB62 CHARLIE FCS


BB62.PQ.M.10100 Procurement & FIM 376 23-Nov-15 17-Jan-17 Procurement & FIM
POWER 224 03-Nov-15 09-Jul-16 POWER
BBX.PQ.E.10030 Procurement & FIM 224 03-Nov-15 09-Jul-16 Procurement & FIM
TRUNKLINES (incl. Water Tie-ins) 253 03-Nov-15 08-Aug-16 TRUNKLINES (incl. Water Tie-ins)
BBT62.PQ.P.10140 Procurement & FIM 253 03-Nov-15 08-Aug-16 Procurement & FIM
STORAGE PONDS & PUMP STATIONS 245 17-Dec-15 14-Sep-16 STORAGE PONDS & PUMP STATIONS
BBP62.PQ.G.10120 Procurement & FIM 245 17-Dec-15 14-Sep-16 Procurement & FIM

PROJECT MANAGEMENT (Incl. Project Start Up) 40 03-Nov-15 14-Dec-15 PROJECT MANAGEMENT (Inc l. Proje ct Start Up)
GPW.GE.G.10800 Commercial, General, Admin & Project Controls, HSSE, Quality & Personnel - Project Start Up 40 03-Nov-15 14-Dec-15
BB62 CHARLIE FCS 426 15-Dec-15 01-Apr-17 BB62 CHARLIE FCS

Separable Portion 1 : Early Dewatering Scope 352 15-Dec-15 13-Jan-17 Separable Portion 1 : Early Dewatering Sc
CONSTRUCTION 336 15-Dec-15 15-Dec-16 CONSTRUCTION
Access roads, Laydowns & Hardstands 208 15-Dec-15 03-Aug-16 Access roads, Laydowns & Hardstands
BBF62.CO.E.14480 Site Establishment, Access Roads, Laydowns & Hardstands 208 15-Dec-15 03-Aug-16 Site Establishment, Access Roads, Laydowns & Hardstands
Civil (Piling & Concrete Works) 106 09-Apr-16 30-Jul-16 Civil (Piling & Concrete Works)
BBG62.CO.C.10140 Civil Works 106 09-Apr-16 30-Jul-16 Civil Works
Structural Steel 126 01-Jun-16 10-Oct-16 Structural Steel
BBG62.CO.S.10050 Structural Steel Works 126 01-Jun-16 10-Oct-16 Structural Steel Works
Mechanical 62 05-Aug-16 08-Oct-16 Mechanical
BBG62.CO.M.10030 Mechanical Works 62 05-Aug-16 08-Oct-16 Mechanical Works
Piping 92 11-Sep-16 15-Dec-16 Piping
BBG62.CO.P.10740 Piping Installation & Hydro-testing 92 11-Sep-16 15-Dec-16 Piping Installation & Hydro-testing
E&I Installation 156 25-Jun-16 05-Dec-16 E&I Installation
BBG62.CO.E.10530 E&I Installation 156 25-Jun-16 05-Dec-16 E&I Installation
MC - MECHANICAL COMPLETION 160 18-Jul-16 13-Jan-17 MC - MECHANICAL COMPLETIO N
BBG62.MC.G.10880 MC - Mechanical Completion inl. System Walkdowns 160 18-Jul-16 13-Jan-17 MC - Mechanical Completion inl. System
Separable Portion 2 : Charlie FCS & Balance of Scope 293 17-May-16 01-Apr-17 Separable Portion 2 : Charl
CONSTRUCTION 283 17-May-16 21-Mar-17 CONSTRUCTION
Civil (Piling & Concrete Works) 129 17-May-16 28-Sep-16 Civil (Piling & Concrete Works)
BBG62.CO.C.20010 Civil Works 129 17-May-16 28-Sep-16 Civil Works
Structural Steel 65 20-Aug-16 26-Oct-16 Structural Steel
BBG62.CO.S.20010 Structural Steel Works 65 20-Aug-16 26-Oct-16 Structural Steel Works
Mechanical 124 28-Aug-16 16-Jan-17 Mechanical
BBG62.CO.M.20010 Mechanical Works 124 28-Aug-16 16-Jan-17 Mechanical Works
Piping 116 06-Oct-16 15-Feb-17 Piping
BBG62.CO.P.20010 Piping Installation incl. Hydro-testing & Hot Oil Flushing 116 06-Oct-16 15-Feb-17 Piping Installation incl. Hydro-testing
E&I Installation 234 07-Jul-16 21-Mar-17 E&I Installation
BBF62.CO.E.132960 E&I Installation 234 07-Jul-16 21-Mar-17 E&I Installation
MC - MECHANICAL COMPLETION 118 17-Nov-16 01-Apr-17 MC - MECHANICAL COMP
BBF62.MC.G.12220 MC - Mechanical Completion inl. System Walkdowns 118 17-Nov-16 01-Apr-17 MC - Mechanical Completio
BC24 WOLEEBEE CREEK CPP 328 18-Mar-16 09-Mar-17 BC24 WOLEEBEE CREEK CPP

TRUNKLINES (Gas Tie-ins) 328 18-Mar-16 09-Mar-17 TRUNKLINES (Gas Tie-ins)


CONSTRUCTION 314 18-Mar-16 23-Feb-17 CONSTRUCTION
Woleebee Creek CPP Pig Receiver 314 18-Mar-16 23-Feb-17 Woleebee Creek CPP Pig Rec eive
Civil 41 18-Mar-16 30-Apr-16 Civil
BCT24.CO.C.10020 Civil Works 41 18-Mar-16 30-Apr-16 Civil Works
Mechanical 12 20-Nov-16 01-Dec-16 Mechanical
BCT24.CO.M.10000 Install Pig Receiver 12 20-Nov-16 01-Dec-16 Install Pig Receiver
Piping 68 03-Dec-16 23-Feb-17 Piping
BCT24.CO.P.10000 Install Piping & Hydrotest 40 03-Dec-16 24-Jan-17 Install Piping & Hydrotest
Woleebee Creek CPP Receiver Tie-in 35 18-Jan-17 23-Feb-17 Woleebee Creek CPP Receiv er T
BCT24.CO.P.10100 Woleebee Creek CPP Receiv er & Tie-in Works 35 18-Jan-17 23-Feb-17 Woleebee Creek CPP Receiv er &
Electrical & Instrumentation 35 11-Dec-16 28-Jan-17 Electrical & Instrumentation
BCT24.CO.E.10000 Install E&I 35 11-Dec-16 28-Jan-17 Install E&I
MC - MECHANICAL COMPLETION 16 22-Feb-17 09-Mar-17 MC - MECHANICAL COMPLET
BCT24.MC.G.10140 MC - Mechanical Completion inl. System Walkdowns 16 22-Feb-17 09-Mar-17 MC - Mechanical Completion in
POWER 234 09-Mar-16 09-Nov-16 POWER

132kV TRANSMISSION LINE 234 09-Mar-16 09-Nov-16 132kV TRANSMISSION LINE


CONSTRUCTION 220 09-Mar-16 26-Oct-16 CONSTRUCTION
Civil Works 123 09-Mar-16 16-Jul-16 Civil Works
BFP05.CO.LO.10110 Civil Works incl. Access Roads & Pole Fundation 123 09-Mar-16 16-Jul-16
Structural 55 20-Jun-16 15-Aug-16 Structural
Pole Erection 55 20-Jun-16 15-Aug-16 Pole Erection
BFP05.CO.LO.10120 Pole Erection 55 20-Jun-16 15-Aug-16 Pole Erection
Electrical Works 70 14-Aug-16 26-Oct-16 Electrical Works
Stringing - 132kV Transmission Line 70 14-Aug-16 26-Oct-16 Stringing - 132kV Transmission Line
BFP05.CO.E.19550 132kV Transmission Line - Stringing 70 14-Aug-16 26-Oct-16 132kV Transmission Line - Stringing
MC - MECHANICAL COMPLETION 77 22-Aug-16 09-Nov-16 MC - MECHANICAL COMPLETIO N
BFP05.MC.G.10010 MC - Mechanical Completion incl. System Wald owns 77 22-Aug-16 09-Nov-16 MC - Mechanical Completion incl. System Wald owns
BC24 WOLEEBEE CREEK SUBSTATION EXPANSION 215 09-Mar-16 20-Oct-16 BC24 WOLEEBEE CREEK SUBSTATION EXPANSION
CONSTRUCTION 203 09-Mar-16 08-Oct-16 CONSTRUCTION
Civil Works 66 09-Mar-16 17-May-16 Civil Works
BCE24.CO.C20150 Civil Works 66 09-Mar-16 17-May-16
Structural Works 26 31-Jul-16 26-Aug-16 Structural Works
BCE24.CO.S.20160 Structural Steel Works - Incl Mast / Gantry & Elect. Equip. Supports 26 31-Jul-16 26-Aug-16 Structural Steel Works - Incl Mast / Gantry & Elect. Equip. Support
Electrical Works 67 31-Jul-16 08-Oct-16 Electrical Works
BCE24.CO.E.20910 Electrical Installation 67 31-Jul-16 08-Oct-16
MC - MECHANICAL COMPLETION 55 25-Aug-16 20-Oct-16 MC - MECHANICAL COMPLETIO N
BCE24.MC.G.20600 MC - Mechanical Completion incl. System Walkdowns 55 25-Aug-16 20-Oct-16 MC - Mechanical Completion incl. System Walkdowns
BB62 CHARLIE SUBSTATION & HV HUB 204 27-Mar-16 27-Oct-16 BB62 CHARLIE SUBSTATION & HV HUB
CONSTRUCTION 191 27-Mar-16 13-Oct-16 CONSTRUCTION

Remaining Level of Effort Page 1 of 2 Surat North Project


Date Revision Checked Approved
Summary
15-Sep-15 Contract Award Date - 03-Nov-15 ID JM
Remaining
15-Oct-15 Updated IFC and Procurement Dates ID JM
Critical Remaining
20-Oct-15 Modifications to Access Roads ID, DM JM
Milestone 28-Oct-15 Updated IFC and Procurement Dates ID JM
Last Update: 01-Oct-15 Print Date: 29-Oct-15 QCLNG Phase II - Surat North (Post Tender - Award moved 03-11-15 /New WBS) -  
Submitted on 29-10-15
Prepared By: idelgado
High Level Contract Baseline Programme

Activity ID Activity Name Original Start Finish 2016 2017


Duration May
Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr
CHARLIE SUBSTATION CONSTRUCT ION 191 27-Mar-16 13-Oct-16 CHARLIE SUBSTATION CONSTRUCT ION
Civil Works 177 27-Mar-16 28-Sep-16 Civil Works
BBE62.CO.C.10250 Civil Works 177 27-Mar-16 28-Sep-16 Civil Works
Structural Works 23 06-Jul-16 30-Jul-16 Structural Works
BBE62.CO.S.10290 Structural Steel - Incl Poles / Pedestal & Elect. Equip. Supports 23 06-Jul-16 30-Jul-16 Structural Steel - Incl Poles / Pedestal & Elect. Equip. Supports
Mechanical Works 15 04-Jun-16 19-Jun-16 Mechanical Works
BBE62.CO.M.10060 Oil / Water Separator Tank - Installation 15 04-Jun-16 19-Jun-16
Electrical Works 101 30-Jun-16 13-Oct-16 Electrical Works
BBE62.CO.E.11310 Electrical Installation 101 30-Jun-16 13-Oct-16
MC - MECHANICAL COMPLETION 75 10-Aug-16 27-Oct-16 MC - MECHANICAL COMPLETIO N
BBE62.MC.G.11100 MC - Mechanical Completion - Incl. System Wald owns 75 10-Aug-16 27-Oct-16 MC - Mechanical Completion - Incl. System Wald owns
TRUNKLINES (incl. Water Tie-ins) 283 05-Feb-16 28-Nov-16 TRUNKLINES (incl. Water Tie-ins)

MILESTONES 281 05-Feb-16 27-Nov-16 MILESTONES


MILESTONES (MPC) 281 05-Feb-16 27-Nov-16 MILESTONES (MPC)
P13TL-4170 Forecast Contract Award (MPC) 0 05-Feb-16* Forecast Contract Award (MPC)
P13TL-4140 Site Access - Site Preparation 0 21-Feb-16 Site Access - Site Preparation
P13TL-4160 Site Access - Construction 0 03-Apr-16 Site Access - Construction
P13TL-4130 Construction Completion 0 13-Nov-16 Construction Completion
P13TL-4150 Practical Completion 0 27-Nov-16 Practical Completion
CONSTRUCTION (P13 TRUNKLINES - 22 July DRAFT Submission MPC) 256 17-Feb-16 13-Nov-16 CONSTRUCTION (P13 TRUNKLINES - 22 July DR
SITE ESTABLISHMENT (MPC) 44 17-Feb-16 02-Apr-16 SITE ESTABLISHMENT (MPC)
P13TL-4210 MPC Site Establishment 44 17-Feb-16 02-Apr-16
ROW 198 03-Apr-16 28-Oct-16 ROW
P13TL-4250 Access Roads 57 03-Apr-16 02-Jun-16
P13TL-5230 Reinstatement & Permanent Fencing 42 15-Sep-16 28-Oct-16
GAS TRUNKLINE 180 01-May-16 06-Nov-16 GAS TRUNKLINE
P13TL-5240 Gas Pipeline - Incl Crossings 180 01-May-16 06-Nov-16 Gas Pipeline - Incl Crossings
WAT ER T RUNKLINE 199 17-Apr-16 13-Nov-16 WATER T RUNKLINE
P13TL-5250 Water Pip elin e - Incl Cross in gs 199 17-Apr-16 13-Nov-16 Water Pipeline - Incl Cross ings
33kV CABLE 36 07-Sep-16 15-Oct-16 33kV CABLE
P13TL-5260 33kV Cable Installation 36 07-Sep-16 15-Oct-16 33kV Cable Installation
MC - MECHANICAL COMPLETION 19 09-Nov-16 28-Nov-16 MC - MECHANICAL COMPLETIO N
BBT62.MC.G.10040 MC - Mechanical Complition - Incl. System Walkdowns 19 09-Nov-16 28-Nov-16 MC - Mechanical Complition - Incl. System Walkd
PONDS & PUMPSTATIONS 272 28-Mar-16 19-Jan-17 PONDS & PUMPSTAT IONS

CONSTRUCTION 258 28-Mar-16 05-Jan-17 CONSTRUCTION


Charlie Pond 131 06-Apr-16 22-Aug-16 Charlie Pond
SE.CO.D.10680 Charlie Regional Storage Pond - Incl Laydown 131 06-Apr-16 22-Aug-16 Charlie Regional Storage Pond - Incl Laydown
Charlie Pumpstation 97 19-Jul-16 28-Oct-16 Charlie Pumpstation
BBP62.CO.C.10160 Charlie Pumpstation - Incl. Civil, Piping & E&I 97 19-Jul-16 28-Oct-16 Charlie Pumpstation - Incl. Civil, Piping & E&I
Phillip Access Road 74 28-Mar-16 13-Jun-16 Phillip Access Road
AR.CO.B.10390 Access Road - Incl. Intersection 74 28-Mar-16 13-Jun-16 Access Road - Incl. Intersection
Phillip Pond 132 05-Jun-16 20-Oct-16 Phillip Pond
SE.CO.D.10690 Phillip Intermediate Storage Pond - Incl Laydown 132 05-Jun-16 20-Oct-16 Phillip Intermediate Storage Pond - Incl Laydown
Phillip Pumpstation 103 07-Sep-16 05-Jan-17 Phillip Pumpstation
BBP59.CO.G.10160 Phillip Pumpstation - Incl. Civil, Piping & E&I 103 07-Sep-16 05-Jan-17 Phillip Pumpstation - Incl. Civil, Piping & E&
MC - MECHANICAL COMPLETION 132 23-Aug-16 19-Jan-17 MC - MECHANICAL COMPLETIO N
BBP62.MC.G.10160 MC - Mechanical Completion - Incl. System Walkdowns 132 23-Aug-16 19-Jan-17 MC - Mechanical Completion - Incl. Syst

Remaining Level of Effort Page 2 of 2 Surat North Project


Date Revision Checked Approved
Summary
15-Sep-15 Contract Award Date - 03-Nov-15 ID JM
Remaining
15-Oct-15 Updated IFC and Procurement Dates ID JM
Critical Remaining
20-Oct-15 Modifications to Access Roads ID, DM JM
Milestone 28-Oct-15 Updated IFC and Procurement Dates ID JM
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

of Level 30, 275 George Street Brisbane Queensland 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT D – HEALTH, SAFETY, SECURITY, ENVIRONMENT (HSSE)

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: .......................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .............................. ................................ www.qgc.com.au
ABN 11 089 642 553
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

CONTENTS

1 GENERAL PROVISIONS ............................................................................................................................. 3


2 LEADERSHIP AND ACCOUNTABILITY ......................................................................................................... 4
3 RISK MANAGEMENT ................................................................................................................................ 6
4 PLANNING ................................................................................................................................................ 7
5 CAPABILITY AND TRAINING ...................................................................................................................... 9
6 COMMUNICATION CONSULTATION & DOCUMENTATION ...................................................................... 10
7 FACILITIES DESIGN & CONSTRUCTION .................................................................................................... 12
8 OPERATIONS & MAINTENANCE.............................................................................................................. 13
9 RISK CONTROLS PROVISIONS ................................................................................................................. 14
10 WORKING WITH CONTRACTORS & SUPPLIERS ..................................................................................... 23
11 EMERGENCY & SECURITY MANAGEMENT ............................................................................................ 24
12 MANAGEMENT OF CHANGE ................................................................................................................. 26
13 PERFORMANCE MEASUREMENTS & MONITORING .............................................................................. 26
14 INCIDENT MANAGEMENT & LEARNING ................................................................................................ 27
15 GOVERNANCE ...................................................................................................................................... 27
16 MANAGEMENT REVIEW ....................................................................................................................... 28

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 2 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

1 GENERAL PROVISIONS

1.1. All defined terms in this Exhibit D shall have the same meaning as set out in the
Conditions of Contract unless otherwise stated.

1.2. Any failure by the Contractor to comply with applicable Legislation, the accepted
HSSEMS and HSSE Plan, or any other breach by the Contractor of the requirements
this Exhibit D, shall constitute a Default Event and the Company shall be entitled to
take appropriate action including instructing the Contractor to (a) submit a cure plan
in relation to the relevant breach; (b) suspend Work Under the Contract; or (c) subject
to Clause 41.1 of the Conditions of Contract, terminate the Contract.

1.3. The Contractor must (at its own cost and without any entitlement to any claim of any
kind whatsoever) immediately comply with the reasonable directions given by the
Company so as to enable the Company to comply with its obligations under
applicable HSSE laws, including any safety management plan required to be
implemented by the Company under the Petroleum and Gas (Production and Safety)
Act 2004 (Qld). This includes all directions given by the Company to stop work due
to safety related issues and directions on safety issued by any authority.

1.4. It is expected that the Contractor shall work to the requirements of the Company
HSSE Management System (“HSSEMS”) and shall comply with them where
applicable. The Contractor may develop its own HSSEMS but this system shall
reflect the requirements of the Company HSSEMS.

1.5. The Contractor shall develop and document a HSSE Plan addressing the HSSE risks
specific to the Scope of Work set out in the Contract and the management of controls
to eliminate, reduce or mitigate these risks.

1.6. The HSSE Plan shall address the HSSE risks of all phases of the Work under the
Contract through mobilisation, execution and demobilisation at each location where
the Work Under the Contract will be performed (including but not limited to the office,
factory, fabrication yard, construction site, vessel), and shall demonstrate how risks
to all personnel have been identified and have been reduced to as low as reasonably
practicable (“ALARP”) and in accordance with statutory standards. The HSSE Plan
shall clearly show how the Contractor's HSSEMS complies with:

• applicable Legislation and codes of practice;

• any applicable Safety Management Plan; and

• the Company HSSEMS.

1.7. The HSSE Plan shall be submitted to for review and acceptance within thirty (30)
days from the Effective Date of the Contract or before mobilisation to the Site
Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 3 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

(whichever is the sooner). Where the HSSE Plan in the reasonable opinion of the
Company, falls below the requirements of applicable Legislation or the Company’s
own Standards then the Company shall have the right to issue its own standards in
force from time to time, to the Contractor, and require the Contractor to comply with
these provisions.

1.8. The HSSE Plan shall contain the list of HSSE deliverables along with a schedule for
their completion.

1.9. The Company reserves the right at all times to audit and review the Contractor’s
facilities, services and/or performance of its activities in respect of compliance with
applicable Legislation, the accepted HSSEMS and HSSE Plan for the Work Under
the Contract.

1.10. The Contractor shall ensure that all its Subcontractors receive a copy of, and comply
with the requirements of the HSSEMS and HSSE Plan accepted by the Company
and are provided with a copy of this Exhibit D. The Company may require the
Contractor to attend a risk close out workshop prior to accepting the Contractor’s
HSSEMS and HSSE Plan.

1.11. The Company reserves the right to suspend or take appropriate action including
instructing the Contractor to (a) remedy the Breach; (b) suspend Work or (c)
terminate the contract if the Contractor does not comply with applicable laws, the
accepted HSSEMS and HSSE Plan.

1.12. Either party may, at any time, suspend the Work for HSSE reasons. In such event
where the Contractor elects to suspend the Work, the Contractor shall immediately
inform the Company in writing of those reasons, and provide details of actions taken
to mitigate, reduce, or eliminate the reason.

1.13. The Contractor will inform the Company if at any time it is of the view that a
requirement to comply with a Company policy, standard or directive conflicts with a
requirement to comply with applicable Legislation or codes of practice. The
Contractor will not do, or omit to do, any act which would be a breach of applicable
Legislation.

1.14. The QCLNG Project Health and Safety minimum requirements QCLNG-BX00-HSS-
PCE-000007 (Appendix A) must be read in conjunction with this Exhibit D.

2 LEADERSHIP AND ACCOUNTABILITY

2.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice and where required demonstrate compliance to the Company
when requested.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 4 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

2.2 The Contractor shall have a HSSE policy that demonstrates commitment by
leadership to the management and continuous improvement of HSSE including for
the purpose of complying with applicable Legislation.

2.3 The Contractor shall ensure the HSSE policy is available and has been
communicated to personnel, including in compliance with any applicable Legislation
and codes of practice, and readily accessible at all times.

2.4 The HSSE policy shall be provided to the Company during the submission of the
HSSE Plan as per Section 1.7.

2.5 The Contractor shall ensure that leadership and accountability application complies
with the requirements of the QCQGC-BX00-HSS-STD-000013 Leadership
Behaviours.

2.6 The Contractor shall hold people at all levels of the organisation accountable for
demonstrating positive HSSE behaviours and continuously improving HSSE
performance.

2.7 The Contractor shall ensure that HSSE responsibilities, authorities, accountabilities
and competencies in relation to the Work Under the Contract are clearly defined,
documented, communicated and exercised at all levels.

2.8 The Contractor shall set clear HSSE goals, objectives and targets and ensure that
performance is evaluated against them.

2.9 The Contractor shall ensure that the Contractor’s Personnel are briefed, understand
and strictly adhere to the provisions of this Exhibit D, and any appropriate standards
or guidelines on HSSE.

2.10 It is expected that all Contractor’s senior management personnel shall participate in
tours of the Site. HSSE leadership tours will be included as a Key Performance
Indicator (KPI) for the Contract and will be required to be reported on monthly.

2.11 The Contractor shall implement QGC’s behaviour based safety program or a system
that provides equivalent outcomes.

2.12 The Contractor shall recognise and reward safe behaviours in relation to the
execution of the Work Under the Contract.

2.13 If the Company and the Contractor agree that, in order to reinforce effective safety
behaviours and establish a culture of open learning and reporting, a financial
incentive scheme is appropriate then they shall ensure that the goals and objectives
of such financial incentives are agreed prior to the Work Under the Contract

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 5 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

commencing. These financial incentive schemes should be governed by the guiding


principles which are set out below:

• recognise and reinforce safe behaviour;

• focus more on leading than lagging indicators;

• be divorced from scheduling and productivity programmes;

• be supported and financed by both Company and Contractor;

• capitalise on social reinforcement; and

• comprise a combination of team and individual rewards.

2.14 It should also be recognised that financial incentives may, if not communicated
appropriately, engender less favourable behaviours. Due consideration and
mitigations should be agreed at the time to manage this risk.

3 RISK MANAGEMENT

3.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice and where required demonstrate compliance to the Company
when requested.

3.2 The Contractor shall ensure that risk management application is compliant with the
requirements of the QCQGC-BX00-HSS-STD-000003 Risk Management.

3.3 The Contractor shall strive to reduce harm by identifying, assessing and controlling
workplace hazards that have HSSE consequences.

3.4 The Contractor shall ensure the Contractor’s Personnel managing risk are suitably
trained, experienced and competent.

3.5 The Contractor shall have processes embedded at all levels of the organisation to
identify, assess and priorities HSSE risks and to manage them to ALARP. This
process shall be documented and made available to the Company for review if
requested.

3.6 The Contractor shall be responsible for ensuring timely delivery of the risk
assessment of its activities, covered in the Scope of Work, in order to meet the work
schedule, the Contractor’s HSSE plan and regulatory requirements.

3.7 The Contractor shall implement identified controls and ensure they are appropriate
to the level of risk.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 6 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

3.8 The Contractor shall document and communicate to the Contractor’s Personnel risk
management decisions.

3.9 The Contractor shall ensure environmental risks shall be managed inline with the
requirements of ISO 14001.

3.10 The Contractor shall identify risks and controls, which shall be recorded on a risk
register. The Contractor will provide the Company with a copy of the risk register
and updates of the register when new risks are identified.

3.11 The Contractor shall conduct regular workplace inspections and observations to
monitor compliance with and effectiveness of identified controls. Inspection activities
will form part of the Contract KPI’s and be required to be reported to the Company
on a monthly basis.

3.12 The Contractor shall ensure its personnel are:

a) medically, physically and mentally fit to carry out the duties to which they are
assigned in accordance with applicable Legislation and the requirements of
QCQGC-BX00-HSS-PCE-000019 Medical Fitness Assessment;

b) for all Site based roles this will require a pre-employment assessment, suitable to
the risk exposure presented by the proposed role; and

c) trained, inducted and otherwise meet any statutory or regulatory requirements for
conducting the Works;

3.13 The Contractor shall in respect of each individual member of the Contractor’s
Personnel, hold at all times a current medical certificate of fitness, if employed to
undertake a Site based role.

3.14 The Contractor shall submit to the Company details of the Contractor's medical
screening programme, including but not limited to, details of the names and
qualifications of medical agencies or doctors responsible for issuing medical
certificates of fitness.

4 PLANNING

4.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice and where required demonstrate compliance to the Company
when requested.

4.2 The Contractor shall ensure that planning is compliant with the requirements of the
QCQGC-BX00-HSS-STD-000023 HSSE Planning Standard.

4.3 The Contractor shall set clear HSSE goals, objectives and targets that are
embedded within its HSSE Plan.
Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 7 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

4.4 The Contractor shall communicate HSSE objectives, targets and performance to all
Contractor’s Personnel.

4.5 The Contractor’s management shall evaluate performance against defined goals,
objectives and targets.

4.6 The Company has identified the following Legislation that may be applicable, but is
not limited to:

• Disaster Management Act 2003 (Qld)


• Electrical Safety Act 2002 (Qld)
• Electrical Safety Regulation 2013 (Qld)
• Environmental Protection Act 1994 (Qld)
• Environmental Protection Regulation 2008 (Qld)
• Petroleum and Gas (Production and Safety) Act 2004 (Qld)
• Petroleum and Gas (Production and Safety) Regulation 2004 (Qld)
• Radiation Safety Act 1999 (Qld)
• Radiation Safety Regulation 2010 (Qld)
• Security Providers Act 1993 (Qld)
• Security Providers Regulation 2008 (Qld)
• Work Health and Safety Act 2011 (Qld)
• Work Health and Safety Regulation 2011 (Qld)
• Workers’ Compensation and Rehabilitation Act 2003 (Qld)
• Workers’ Compensation and Rehabilitation Regulation 2014 (Qld)

4.7 The Contractor shall develop a legal compliance register for the Scope of Work. In
addition the Contractor shall monitor and effectively respond to changes in
Legislation, standards, and codes of practice, or initiatives that may affect its Scope
of Work.

4.8 The Contractor shall provide adequate resources to meet HSSE objectives,
including specialist HSSE.

4.9 The Contractor shall provide sufficient competent and appropriate personnel and
supervision in its organisation; with clear responsibilities and reporting structure to
ensure that HSSE performance is not compromised.

4.10 The Company may exercise the right to review the capabilities of personnel who
hold management and supervisors accountabilities for the suitability and capacity to
undertake the role assigned.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 8 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

5 CAPABILITY AND TRAINING

5.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice and where required demonstrate compliance to the Company
when requested.

5.2 The Contractor shall ensure that capability and training is compliant with the
requirements of QCQGC-BX00-HSS-STD-000024 Training and Competence.

5.3 The Contractor shall provide sufficient and competent personnel, including
supervision and specialist HSSE roles; with clear responsibilities and reporting
structure to ensure that HSSE performance is not compromised.

5.4 The Company may exercise the right to review the personnel arrangements and the
capabilities of Contractor’s personnel who hold management and supervisory
accountabilities for their suitability and capacity to manage HSSE performance.

5.5 The Contractor shall provide specialist HSSE advice and supervision and respond to
HSSE issues when required by the Contractor or the Company, ensuring:

• the Contractor provides sufficient numbers of experienced HSSE supervisors on


Site, covered by the Contract; and
• the Contractor formally demonstrates the level of competence of all HSSE
supervisors and accords these supervisors’ appropriate levels of authority which
shall be communicated to the Company.

5.6 Contractor shall identify and document all competency requirements and training
needs and implement effective training programs, as a minimum this should include:

• HSSE requirements, including Company HSSEMS requirements;


• fitness for work requirements;
• safety critical task and role competencies, including specific requirements for
theoretical knowledge, practical knowledge and capability;
• Site-specific requirements; and
• legislative requirements including qualifications, certifications licences and tickets.

5.7 The Contractor shall submit to the Company for review and approval a copy of the
training/ competency matrix which shall be implemented for the duration of the
Contract.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 9 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

5.8 The Contractor shall ensure Contractor’s Personnel are competent for the
occupations and tasks to which they are assigned and ensure only personnel who
are competent are engaged to undertake the Work Under the Contract.

5.9 The Contractor shall be required to report to the Company as requested on


compliance to the documented competency and training program.

5.10 The Contractor shall, in respect of each individual member of the Contractor’s
Personnel, hold at all times a certified true copy of the current certificate of
completion of the required training and competencies.

5.11 The Contractor shall provide to the Company a certified true copy of the aforesaid
certificates prior to employment and, where applicable, any renewal thereof if so
requested by the Company.

5.12 The Contractor shall provide, for all personnel involved in the Work Under the
Contract, induction training comprising:

• an employee orientation training programme to the Site;


• training regarding the requirements of the HSSE Plan; and
• provide to the Company a record of attendance for each employee.

5.13 The Contractor shall ensure all Contractor’s Personnel and visitors to the Site
complete appropriate HSSE inductions before entering the Site.

5.14 The Company may also require all Contractor’s Personnel to attend additional
Company specific training programs. The Contractor shall liaise with the Company
to accommodate such requests.

6 COMMUNICATION CONSULTATION & DOCUMENTATION

6.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice and where required demonstrate compliance to the Company
when requested.

6.2 A communication and consultation process must be implemented that is compliant


with applicable Legislation, codes of practice and the intent of QCQGC-BX00-HSS-
STD-000018 Communication and Consultation Standard.

6.3 The Contractor shall consult with all Contractor’s Personnel regarding issues that
may impact their HSSE and provide accurate and up-to-date HSSE information.

6.4 The Contractor shall ensure all Contractor’s Personnel have access to current
Legislation, standards and codes of practice in their working language.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 10 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

6.5 The Contractor shall ensure personnel are informed of the HSSE policy and that it is
appropriately displayed and/or available.

6.6 The Contractor shall identify, collect, communicate, store and provide information to
the Company as requested to assure operational integrity and regulatory
compliance

6.7 The Contractor shall generate HSSE documentation and records required by the
Company and track all HSSE actions to closure.

6.8 The Contractor shall facilitate regular, formal consultation with Contractor’s
Personnel.

6.9 The Contractor shall establish an effective structure and schedule for HSSE
meetings involving all Contractors’ Personnel assigned to the Work Under the
Contract, to promote communication and involvement in HSSE matters. The
Company reserves the right to participate in such meetings.

6.10 The Contractor shall communicate relevant HSSE information to the Company and
external stakeholders, including the public.

6.11 The Contractor shall, where applicable, ensure before commencing operations
pursuant to the Contract that all companies, organisations and communities that
could potentially be affected by such operations have been notified and when/where
necessary carried out a suitable consultation process. At the Site the Contractor
shall ensure that effective toolbox talks are undertaken. Where shift work is in
operation clear communications between shift workers such as shift handover notes
and face to face handover shall be enforced.

6.12 Where applicable, the Contractor’s arrangements for emergency communications


shall be integrated with the requirements of the Company and/or the Site and/or
local or national or international support services.

6.13 The Contractor shall establish an effective structure and schedule for HSSE
meetings to promote communication and involvement in HSSE matters. The
Company reserves the right to participate in such meetings. Such meetings may
include:

H&S Meeting Suggested Purpose


Description Frequency

Pre-Start Daily As a minimum, address the nature of work being


Meetings undertaken, the hazards and control measures
associated with the work, any changes to standard
operating procedures or emergency response

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 11 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

arrangements.

Toolbox Weekly Typically toolbox talks will be themed to address


Talks current HSSE issues or training requirements.
Unscheduled toolbox talks will also be held to
discuss unforeseen events or circumstances (e.g.
for the review of incidents, where there is a change
in work process, procedures or environmental
conditions).

HSSE Monthly HSSE representatives / committees must be


Committee established in accordance with legislative
Meetings requirements. All committee meetings must be
minuted and all action items arising from meetings
recorded. The status of the action items must be
followed up at subsequent meetings and closed out
as appropriate.
The HSSE representatives / committee members
must be made known to the entire workforce
through the postings on all notice boards, crib
rooms, etc. A standing invitation to attend HSSE
committee meetings must be extended to the QGC
HSSE Management Team.

6.14 The Contractor shall submit a suggested schedule of meetings to the Company for
review and approval prior to mobilisation.

7 FACILITIES DESIGN & CONSTRUCTION

7.1 Where applicable, the Contractor shall ensure facilities are designed and
constructed to perform reliably and without harm to people or the environment,
compliant with the requirements of applicable Legislation, codes of practice and
QCQGC-BX00-HSS-STD-000031 Safety in Design.

7.2 The Contractor shall use approved safety in design principles, design practices and
standards that meet or exceed all applicable regulatory and Company requirements
and consider constructability, operability, maintainability and availability.

7.3 The Contractor shall identify and where possible eliminate construction, operations
and maintenance risks through facilities design.

7.4 The Contractor shall review and document all deviations from approved design
practices and standards. Unless otherwise advised, the Company must approve all
deviations.
Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 12 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

7.5 The Contractor shall identify, communicate and manage all HSSE risks associated
with the design of the facility.

7.6 The Contractor shall ensure where applicable that the QCQGC-BX00-HSS-STD-
000026 HSSE Requirements for Construction Activities are met.

8 OPERATIONS & MAINTENANCE

8.1 The Contractor shall ensure compliance with all applicable Legislation, standards,
codes of practice, permit requirements and procedures and where required
demonstrate compliance to the Company when requested.

8.2 The Contractor shall ensure that the Work Under the Contract is undertaken in
accordance with the requirements of:

• QCQGC-BX00-HSS-STD-000006 Control of Work;

• QCQGC-BX00-HSS-STD-000032 Asset Integrity Standard; and

• QCQGC-BX00-HSS-STD-000037 HSSE Requirements for Operating Plant.

8.3 Applicable Legislation, codes of practice and the Control of Work Standard set out
processes that define how to perform work safely by identifying risk, implementing
controls measures and integrating health and safety considerations into decision
making and the general cycle of work activities.

8.4 Applicable Legislation, codes of practice and the Asset Integrity Standard define the
requirements for managing the integrity of an asset, from design to operations and
decommissioning.

8.5 The Contractor shall provide written HSSE procedures to cover hazardous activities
which apply in addition to any statutory obligations. These will be available in the
working language of the Contractor’s Personnel. A copy of the procedures shall be
provided to the Company for review.

8.6 The Contractor shall obtain the Company’s permission to deviate from agreed HSSE
policy, plan, standard, procedures or guidelines.

8.7 The Contractor shall work under the Company nominated Permit to Work system or
implement a permit to work system with checks and authorisations appropriate to
the level of risk involved.

8.8 The Contractor shall identify opportunities to prevent pollution, minimise waste and
conserve energy.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 13 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

8.9 The Contractor shall implement regular programmes to ensure equipment is


monitored, tested and appropriately maintained.

9 RISK CONTROLS PROVISIONS

9.1 Asbestos

• Asbestos exposure shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000034 Managing Asbestos Standard.

• The Contractor shall ensure the requirement for all Contractor’s Personnel to
come into contact with asbestos has been eliminated wherever possible.

• The Contractor shall ensure all asbestos in the workplace has been identified,
recorded, risk-assessed and exposure controlled in accordance with applicable
Legislation.

• Contractor’s Personnel performing asbestos-related work or asbestos removal


shall be trained and licensed and equipment selected for asbestos related work
shall be suitable.

9.2 Aviation (Fixed and Rotary Wing)

• All air transport shall be in line with BGA-OPS-GEN-OS-0044 Aviation


Operations Standard and OGP Guidelines. The Contractor shall, when the
need arises to transport personnel by air by special Charter, prioritise the
choice of provider in the following order:

• International carrier;
• National carrier; and
• Company approved local carrier.
• If none of the above are available the Contractor shall provide the Company
with sufficient relevant information on the choice of provider to assure the
Company that the Contractor has carried out the required level of due diligence
and that the risks to the Contractor’s Personnel are ALARP and acceptable.
As a minimum the provider must have been audited by independent aviation
safety auditor that has been approved by the QGC Aviations Operations
Supervisor prior to any service being approved.

• The Company reserves the right to audit any proposed provider.

9.3 Confined Space Entry

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 14 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• Confined space entry shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000030 Working in Confined Spaces.

• The Contractor must ensure where possible and practicable, confined spaces
will be eliminated.

• All confined space entries shall be planned, utilising a risk assessment process
to identify potential hazards and ensure suitable risk control measures are in
place. Work permits must be issued in compliance with applicable Legislation
and codes of practice.

• Equipment used in confined space entry shall be certified fit for use and
personnel involved in confined space entry shall be trained, qualified,
competent and authorised.

9.4 Diving Operations

• The Contractor shall, prior to commencement of any diving work, demonstrate


to the Company that its diving operations will be carried out in accordance with
the requirements of the Work Health and Safety Regulation 2011 (Qld), the
Code of Practice - Occupational Diving Work (Workplace Health and Safety
Queensland) and/or the IMCA International Code of Practice for Offshore
Diving in relation to all diving operations carried out under the Contract.

• The Contractor shall maintain records (including health records) of all divers
employed on the Work and shall make such records available to the Company
when so required.

9.5 Environment

• The Contractor shall protect environmental resources by applying best


available techniques, known as “BAT”, to preferably eliminate, or minimise any
direct or indirect impact from operations.

• The Contractor shall ensure that all activities are planned in a manner that will
not create unnecessary danger, disturbance or effects on the Environment or to
other users.

• The Contractor shall minimise, nuisance, disturbance or interference to the


community, their activities, and other users of the Environment.

• The Contractor shall unless otherwise directed by the Company, avoid


conducting activities in protected areas or where there is an unacceptable risk
of damage to sensitive environmental resources.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 15 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• The Contractor shall ensure that fishing, hunting and gathering of flora and
fauna or any other environmental resources are strictly prohibited within the
area impacted by the Work Under the Contract.

• The Contractor shall where applicable be responsible for restoration of any


land used or affected by the Contractor’s activities under the Contract. This will
include removal of the Contractor’s equipment, surplus materials and waste to
the satisfaction of the Company Representative.

• Where the Contractor is responsible for disposal of any waste produced or


occurring as a consequence of its operations pursuant to the Contract, all such
disposals shall be in accordance with all Legislation, Company standards and
best practice whether that shall be for hazardous waste or non-hazardous
waste. The Contractor shall ensure that all necessary approvals or licences
are obtained and that any Subcontractors utilised for this purpose fully comply
with such requirements. The Contractor shall provide the Company with a copy
of each waste transfer note.

• The Contractor shall notify the Company in writing of the method for managing
disposal of all hazardous waste and will gain approval before commencing
such disposal. The Contractor shall not deviate from agreed disposal methods
without prior approval from the Company.

• The Contractor shall, where applicable, be responsible for measuring,


monitoring and reporting environmental emissions in line with all Legislation
and Company requirements.

9.6 Excavation and Trenching

• Excavation and trenching shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000021 Excavation and Trenching Standard.

• The Contractor must ensure the excavation and trenching operations are
classified and planned and assessed to identify potential hazards and make
sure suitable risk controls measures are put in place.

• Excavation and trenching shall only be performed by trained, qualified,


competent and authorised personnel.

• The Contractor shall ensure it employs appropriate soil management


techniques. The Company may request that the Contractor submit for approval
a soil management plan before or during the execution of excavation activities.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 16 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

9.7 Fatigue Management

• The risk of fatigue shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000007 Fatigue Management Standard.

• The Contractor is responsible for developing and implementing a Fatigue


Management Plan which addresses the potential for fatigue and incorporates a
risk based approach to the identification and management of conditions and
personnel behaviour that may give rise to fatigue.

• The Fatigue Management Plan must consider:

• Environmental conditions;
• Project duration and work cycles;
• Accommodation location and daily travel time; and
• Accommodation conditions.
• The maximum planned work time in any given day is 12 hours which includes
driving time. If this time is exceeded a specific fatigue management risk
assessment for that activity will be developed.

• Contractor’s Personnel must have a minimum of 10 hours rest break prior to


commencement of the following shift.

9.8 Fitness for Work

• The Contractor must develop and implement a Fitness for Work policy that
ensures that all Contractor’s Personnel on the project are fit for duty before
commencing the Work Under the Contract and remain so for the time they are
at work. The Fitness for Work policy must comply with applicable Legislation
and codes of practice.

• The Fitness for Work policy must include zero (0.000) BAC (blood alcohol
content) and zero illegal drug tolerance policy for all personnel.

• The Contractor must demonstrate how this policy is applied and measured (i.e.
Random Drug and Alcohol Testing), and the means of ensuring personnel who
breach the policy are appropriately managed.

• The policy must also include the safe management of prescription drugs at
work, e.g. notifications and reallocation of duties. The Fitness for Work policy
and associated procedures and programs or disciplinary procedures must be
fully discussed during the Site-specific induction to ensure that all Contractor’s
Personnel are fully aware of the expectations and consequences of the policy.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 17 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

9.9 Hazardous Chemicals

• Hazardous chemicals shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice QCQGC-BX00-HSS-
STD-000035 Hazardous Chemicals Standard.

• The Contractor shall give the Company written notice within a reasonable
timescale before the delivery or removal from the Site of any substance which
is toxic or hazardous to health or potentially harmful to the environment. The
notice shall identify the hazards and effects and assess the risks to personnel
and the environment. Details of the precautions to be taken when using,
handling, transporting, storing or any other means of contact will also be
provided in the form of “Material Safety Data Sheets” (MDSS).

• The Contractor shall ensure that at all times the substance is suitably packaged
and labelled and has been assessed in accordance with the requirements of
the relevant Legislation.

9.10 Hot Work

• Hot work shall be managed in manner compliant with the requirements of


applicable Legislation, codes of practice and QCQGC-BX00-HSS-STD-000033
Hot Work Standard.

• The Contractor must ensure that hot work activities are planned and assessed
to identify potential hazards and make sure suitable risk controls measures are
put in place.

• Equipment utilised in hot work shall be suitable and personnel involved shall be
trained, qualified, competent and authorised personnel.

9.11 Lifting Operations

• Lifting operations shall be managed in manner compliant with the requirements


of applicable Legislation, codes of practice and QCQGC-BX00-HSS-STD-
000029 Lifting Operations Standard.

• The Contractor must ensure the lifting operations are classified and planned
and assessed to identify potential hazards and make sure suitable risk controls
measures are put in place.

• Plant and equipment utilised in lifting operations shall be certified fit for use.

• Lifting operations shall only be performed by trained, qualified, competent and


authorised personnel.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 18 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

9.12 Personal Protective Equipment

• The selection, use and maintenance of personal protective equipment (“PPE”)


shall be managed in manner compliant with applicable Legislation, codes of
practice and the requirements of QCQGC-BX00-HSS-STD-000008 Personal
Protective Equipment.

• The Contractor shall ensure that all workers are provided with all necessary
PPE at the Site. This shall, as a minimum, meet statutory and international
standards and include the following:

• safety helmet;
• eye protection, either:
• medium-velocity impact safety spectacles; or
• hardened prescription safety lenses/over-glasses that meet
Australian Standards;
• hearing protection e.g. disposable or semi-permanent ear plugs.
Hearing protection must be used in any workplace where noise levels
are 85dBA or higher;
• protective clothing:
• high visibility shirts, jackets, vests or coveralls with reflective
stripes;
• FRC in any area with exposure to hydrocarbons;
• arms covered to the wrist;
• shirt buttoned/zipped to fully cover chest and tucked in; and
• legs covered to the ankle;
• a supply of adequate quantities of SPF30+ water-resistant sunscreen;
• hand protection:
• work gloves for all manual tasks; and
• gloves for handling hazardous substances or dangerous goods;
andfoot protection which provides adequate support and fully covers
the ankle, such as:
• lace-up, capped safety boots, laced to the top eyelet; or
• zip side lace-up safety boots, laced to the top eyelet.

• All mandatory PPE not in use, such as hearing or hand protection, must be
carried on person in Company field locations.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 19 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• Contractor’s Personnel failing to use the appropriate PPE will be asked to use
the appropriate equipment or stop work immediately. If any Contractor’s
Personnel fail to use the PPE the Company may require them to stop work
and/or leave the Site immediately. Persistent repeated failures by Contractor
personnel to use appropriate PPE may result in the Company requiring the
Contractor to permanently remove the relevant Contractor’s Personnel from the
Site and replace the Contractor’s Personnel without delay and at no extra cost
to the Company.

9.13 Operation of Vehicles and Journey Management

• Vehicle operation shall be managed in manner compliant with:

• the requirements of applicable Legislation;


• QCQGC-BX00-HSS-STD-000019 Journey Management;
• QCQGC-BX00-HSS-PCE-000007 Safe Driving Procedure;
• QCQGC-BX00-HSS-PCE-000006 Vehicle Management Procedure;
and
• QCQGC-BX00-HSS-PCE-000005 Journey Management Procedure.
• All personnel transportation vehicles will meet the specified functional,
maintenance and safety requirements.

• All motor vehicles engaged must be fitted with an in-vehicle monitoring system
(“IVMS”). An exemption may be sought from the Company if the vehicle is to
be utilised for short periods of time only. The Contractor must request and
receive approval for this exemption, prior to utilising the vehicle on Site.

• IVMS performance data is included in the monthly KPI report into Performis.

• All drivers must provide a valid driver’s licence. Consideration should be also
be given to the necessity for defensive driver training, if the risk exposure is
imminent.

• The Contractor will ensure that a process is developed to monitor road


conditions and ensure things such as closures, road works, road conditions
and road restrictions are monitored regularly and communicated back to the
workforce. There must be zero tolerance approach to deliberate violation of
local, state and Company road restrictions.

• The Contractor must have a policy that ensures that only essential travel is
undertaken during wet conditions. Included in this policy will be the
requirement that no light vehicle will travel through flooded sections of roads or
access tracks where the flowing water level exceeds 300mm. Prior to vehicles

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 20 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

travelling through any flood waters a risk assessment must be completed which
includes the road pavement being physically inspected for damage. This
requirement also applies to still water although permissible depths will be
determined by the vehicle manufacturer’s specifications.

• The Contractor will develop a procedure for vehicle recovery which has been
accepted by the Company prior to use. The Company will provide guidance in
the development of this procedure however under no circumstances are snatch
straps to be used for the recovery of vehicles.

• All heavy vehicles and wide load haulage equipment used for major component
transportation must comply with all state transport authority requirements. All
transportation is to be coordinated by the Contractor who is also responsible, in
consultation with the Company, to co-ordinate permits for:

• heavy and wide load haulage;


• haulage transport equipment; and
• notifications to road traffic authorities, police, local councils and escort
vehicles.
• The Company may nominate designated routes to and from the Site, timings
for road movements and routes designated out of bounds as agreed with local
community representatives.

• Loads must be secured in accordance with the QGC Load Restraint Safe
Operating Procedure QGC-SAF-SOP-00003. Single action load binders and
the use of cheater bars to tension loads are not permitted.

• Transportation must be conducted in accordance with the Queensland road


Legislation and applicable road safety requirements. All traffic management
must be conducted in accordance with AS 1742.2:1994 - Traffic control devices
for general use, and AS 1742.3 Part 3 - Manual of uniform traffic control
devices-traffic control devices for works on roads.

• Where traffic management is subcontracted, the Contractor must ensure that


Traffic Management Plans / Procedures (“TMPs”) are developed and include,
but are not limited to, procedures for signage, training and qualifications of
personnel, escort drivers, PPE, documentation, inspections, and risk
assessments.

• The Contractor must develop TMPs for the Site, these plans must define how
the Contractor intends to communicate basic road transport, Site vehicle
movement and interface requirements.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 21 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• The TMPs must address, as a minimum all requirements identified in the Traffic
Management for Construction and Maintenance Work Code of Practice 2008
and must provide as a minimum a detailed site map showing the following as a
minimum:

• Clear delineation between mobile plant including light vehicles and


pedestrians;
• Location and type of signage to be used to control Site traffic;
• Direction of traffic flow on the Site;
• Carparks and plant parking arrangements;
• Speed limits; and
• Secondary access/egress route which is identified for emergencies (if
applicable).
9.14 Working at Heights

• Working at heights shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000028 Working at Heights Standard.

• Working at heights is defined as working at any location where a fall could


cause injury, permanent disability or death.

• The Contractor must ensure that working at heights activities are planned and
assessed to identify potential hazards and make sure suitable risk controls
measures are put in place.

• All equipment used for working at heights shall comply with applicable
Legislation and codes of practice, be fit for use and certified and all
Contractor’s Personnel shall be trained, qualified, competent and authorised.

• A permit to work system shall be implemented if there is a risk of falling more


than 2 metres; and there is no compliant fixed edge protection or mobile
platform.

9.15 Working on or Near Water

• Work which is performed on or near water shall be managed in a manner


compliant with applicable Legislation, codes of practice and QCQGC-BX00-
HSS-STD-000022 Working on or Near Water.

• Working on or near water includes:

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 22 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• the use of structures such as gangways, pontoons and bridges over


water; and
• the requirements for plant and equipment when operating on or near
water.
• The Contractor must ensure that when working on or near water work is
planned and assessed to identify potential hazards and make sure suitable risk
controls measures are put in place.

• Contractor’s Personnel involved shall be trained and competent.

9.16 Regulated Works

• The Contractor must ensure that all parts of the Work Under the Contract which
are regulated by Legislation or codes of practice are conducted in compliance
with the applicable standard, this includes, but is not limited to:

• safety requirements under the Petroleum and Gas (Production and


Safety) Act 2004 (Qld); and

• works regulated by the Work Health and Safety Regulation 2011 (Qld)
such as high risk work.

10 WORKING WITH CONTRACTORS & SUPPLIERS

10.1 The Contractor will ensure that any Subcontractor or supplier complies with this
Exhibit D and the Company’s HSSEMS and policies and any HSSE direction given
by the Company.

10.2 The Contractor will undertake necessary monitoring and governance process to
verify the Subcontractor’s or supplier’s compliance with the requirements of
applicable Legislation, codes of practice, the Company’s and Contractor’s HSSEMS,
the Contract and this Exhibit D. The Contractor will report to the Company on
request to advise of any outcomes of its Subcontractor and supplier monitoring and
governance activities.

10.3 The Contractor shall evaluate and select Subcontractors and suppliers to ensure
they have necessary HSSE experience and capability to meet the requirements of
applicable Legislation, codes of practice and the Company’s and Contractor’s
HSSEMS.

10.4 The Contractor shall actively involve Subcontractors and suppliers in the
management of HSSE.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 23 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

11 EMERGENCY & SECURITY MANAGEMENT

11.1 Security

• Security shall be managed in a manner compliant with applicable Legislation


and QCQGC-BX00-HSS-STD-000012 Physical Security Standard.

• The Contractor shall ensure that all Contractor’s Personnel and Subcontractors
shall abide by all, security procedures and rules of the Company when
entering, working at and leaving the Site. This includes but is not limited to:

• Company site access control procedures;


• Use of prescribed routes between Company site entrance points and
the Ste where the Site is located within a wider Company perimeter;
• Use of access cards compatible with the Company Access Card
Hardware Guideline on sites where the Site is located within a greater
Company perimeter and where the Company has chosen to delegate
the issue of site access control cards to the Contractor; and
• Implementing security incident reporting procedures.
• The Contractor shall undertake an assessment of the security risks to its
operations, and develop and implement a robust security programme to
mitigate the identified risks to their people, premises, materials, equipment and
information. A copy of this assessment and plan should be provided to the
Company.

• The Assessment should include the following:

• Identified threats and resultant potential risk events;


• Identified vulnerabilities to the risk events;
• Potential consequence of the risk events;
• Controls that will be used; and
• Pre and post treatment risks.
• The plan should clearly detail the following:

• Key threats and risks identified in the assessment;


• Objectives of the security approach;
• Critical factors required to be met to meet the objectives;
• Physical areas of responsibility in particular boundaries between
Contractor and Company areas;

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 24 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• Responsibilities related to the securing of equipment and material on


and off Site;
• Security personnel numbers and equipment to be utilised including
the man power provider, qualifications of security personnel and
technical details of equipment;
• Access control procedure for the Site; and
• Security communication plan including reporting, meeting schedules
and security radio communication frequencies and networks.
• The Contractor shall appoint a security manager/representative to be the focus
on all aspects of security and to liaise with the Company’s security
manager/representative.

• The Contractor shall provide security awareness training for all staff
commensurate with the identified risks.

• The Contractor shall undertake a fraud risk assessment and develop and
implement an effective fraud risk management programme.

11.2 Emergency Management

• The Contractor shall adopt the emergency management plan of the facility /
location where it is performing the Work Under the Contract.

• The plan will clearly identify the following:

• Scope and objectives of the plan to include clear identification of


boundaries of the Site and any areas of concern;
• Site major hazards;
• Government, standards or otherwise legislated emergency response
requirements;
• Site personnel / organisation to be used in an emergency;
• Site procedures for activating an emergency including physical
methods of alerting onsite personnel;
• Evacuation/escape and mustering procedures including clear Site
diagrams where required;
• Emergency response equipment including responsibilities for
maintenance, deployment and ownership;
• Methodology for interaction with immediate neighbours to alert them
of any threats posed by an emergency;

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 25 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

• Interoperability with the Company’s emergency response processes;


• Specific emergency response procedures for identified potential major
incidents;
• Training and exercising procedures;
• Site communications plan during an emergency including contact lists
as required; and
• Method of document/system review to include the Company’s security
and emergency response personnel.
• The Contractor shall ensure competency of the Contractor’s Personnel in its
emergency response plan / procedures through a programme of training, drills
and testing, and shall provide to the Company a record of attendance for each
employee.

• If required by the Company, the Contractor shall participate in an emergency


response exercise. The Company shall arrange this exercise unless, at its sole
option, the Company requires the Contractor to organise it.

12 MANAGEMENT OF CHANGE

12.1 Management of change shall be managed in manner compliant with the


requirements of applicable Legislation, codes of practice and QCQGC-BX00-HSS-
STD-000020 Management of Change Standard.

12.2 The Contractor shall identify, evaluate and manage all HSSE risks introduced
through temporary and permanent change.

12.3 A clearly defined process shall be put in place by the Contractor that identifies items
that require formal management of change and detailing how this shall be executed.

12.4 Authority to approve changes shall be appropriate to the level of risk exposure
associated with the change.

12.5 Changes shall be documented, communicated, tracked and monitored to close out.

13 PERFORMANCE MEASUREMENTS & MONITORING

13.1 The Contractor shall track HSSE performance through a set of indicators that are
defined, measures, evaluated and periodically reviewed.

13.2 The HSSE performance indicators shall as include as a minimum the BG and QGC
core question set included in PerforMis, in addition the Company may require
business unit or Contract specific performance indicators to be measured and
reported against.
Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 26 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

13.3 The Contractor shall report to the Company the HSSE indicators and advise on
actions put in place to improve performance in a format required by the Company.

13.4 The Contractor shall formally review HSSE performance in relation to the Work
Under the Contract at regular and frequent intervals to ensure that objectives and
targets are being met and areas of concern are addressed.

14 INCIDENT MANAGEMENT & LEARNING

14.1 The Contractor shall have a clear incident management process for openly
reporting, investigating and analysing HSSE incidents that is compliant with the
requirements of applicable Legislation and QCQGC-BX00-HSS-STD-000010
Incident Reporting and Investigation Standard.

14.2 The Contractor shall report incidents to the Company within the timeframes, defined
in QCQGC-BX00-HSS-PCE-000017 Incident Reporting and Investigation
Procedure, utilising QCQGC-BX00-HSS-FRM-000002 Preliminary Incident Near
Miss Report.

14.3 The Contractor shall provide the Company with any information required for the
Company to comply with applicable Legislation. If any Legislation contains a
timeframe for reporting, the information must be given so that the Company
complies with that timeframe.

14.4 The Contractor shall provide the Company with a copy of any investigation report,
including relevant supporting documentation. This report is required to include all
information necessary to allow for the Synergi case file to be updated and closed. If
the incident involves a Category 1 or 2 or a High Potential Incident, the information
shall be provided on the QCQGC-BX00-HSS-TMP-000001 Incident Investigation
Report Template.

14.5 The Company may elect to undertaken an independent investigation into any
incident that occurs associated with the Contract scope.

14.6 The Contractor shall ensure that corrective actions from incidents are implemented
and validated for effectiveness. The Company may require the Contractor to report
on the progress of corrective action implementation and effectiveness.

15 GOVERNANCE

15.1 The Contractor shall have a process for regular, scheduled audits to ensure that its
HSSEMS complies with applicable Legislation and includes appropriate risk control
measures that are compliant with the requirements of QCQGC-BX00-HSS-STD-
000005 HSSE Governance and Assurance Standard.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 27 of 28
EXHIBIT D - HEALTH, SAFETY, SECURITY,
ENVIRONMENT (HSSE)

15.2 This governance process should also include appropriate steps to verify compliance
with the system requirements, including the compliance of Subcontractors and shall
be provided to the Company for review.

15.3 Audits and inspections shall be documented and corrective actions detailed,
including the person responsible for implementation and the timeframe for
completion. This information shall be provided as requested to the Company.

15.4 The Company may, at its sole option, conduct an audit/inspection to satisfy itself of
the Contractor’s arrangements regarding HSSE matters. The Contractor shall co-
operate fully with the audit team and correct any agreed deficiency noted without
undue delay.

15.5 The Contractor shall maintain and make available for inspection by the Company
upon request all registers, records and any other documentation on environmental
aspects of the activities being carried out or on the environmental management
system implemented by the Contractor.

15.6 The Contractor shall provide a report on HSSE performance during the Contract, as
part of the Contract close-out documentation.

16 MANAGEMENT REVIEW

16.1 The Contractor’s management shall undertake regular reviews of the HSSEMS to
ensure it is effective for the risks present in the Contract, compliant with the
requirements of QCQGC-BX00-HSS-STD-000014 Management Review Standard
and the requirements of applicable Legislation.

16.2 Management reviews shall be documented, including recommendations for


improvement.

16.3 The Contractor shall provide the Company with the outcomes of HSSEMS reviews.

Upstream Projects
No: 119491CNT
Surat North Main Works Construction
Exhibit D – HSSE Page 28 of 28
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT E – ADMINISTRATIVE PROCEDURES

Level 30, 275 George Street


Initialled by: Brisbane QLD 4000
GPO Box 3107
Brisbane QLD 4001
The Company: .......................... ............................. Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: .......................... ............................. ABN 11 089 642 553
EXHIBIT E – ADMINISTRATIVE PROCEDURES

Contents

1 GENERAL ADMINISTRATION 4

1.1 PURPOSE OF ADMINISTRATIVE PROCEDURES 4


1.2 PROJECT TITLE 4
1.3 CONTRACT TITLE 4
1.4 RECORDS 4
1.5 DEFINITIONS 4

2 CHANGE REGISTER 4

3 INCIDENT REPORTING (SAFETY, ENVIRONMENTAL AND PROPERTY DAMAGE) 5

3.1 NOTIFICATION 5
3.2 INCIDENT REPORT FORM 5
3.3 MAJOR INCIDENTS AND EMERGENCIES 5
3.4 REMEDIAL ACTION 6
3.5 COST 6
3.6 OTHER RECORDS 6
3.7 DEBRIS REMOVAL 6
3.8 ADMISSION OF LIABILITY 6
3.9 MINIMUM CLAIMS CRITERIA 6
3.10 MONTHLY HSSE PERFORMANCE REPORTING 7
3.11 DAMAGE AND ACCIDENT REPORTS FOR INSURANCE CLAIMS 7

4 ORGANISATION CHART, KEY PERSONNEL AND MEETINGS 7

4.2 CONTRACT CALENDAR 8


4.3 MEETINGS 8

5 DOCUMENTS 9

5.1 DOCUMENT AND DATA CONTROL 9


5.2 COMPANY DOCUMENT REVIEW REQUIREMENTS 11
5.3 ENGINEERING INFORMATION MANAGEMENT 11

6 STATUS REPORT 14

6.1 STATUS REPORT 14

7 CLOSE OUT 15

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 2 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

7.1 GENERAL 15
7.2 OUTLINE REQUIREMENTS 15
ATTACHMENT 1 – INCIDENT REPORT FORM 16
ATTACHMENT 2 – THE CONTRACTOR’S ORGANISATION CHART 19
ATTACHMENT 3 – THE CONTRACTOR’S KEY PERSONNEL 26
ATTACHMENT 4 – DEED OF WAIVER AND RELEASE 27

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 3 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE PROCEDURES

1 GENERAL ADMINISTRATION

1.1 Purpose of Administrative Procedures

1.1.1 This Exhibit E (Administrative Procedures) details those administration procedures which
shall be used in conjunction with the Contract.

1.1.2 The procedures contained herein may, with agreement of the Parties, be subject to
amendment, cancellation or supplementation. Any such amendment, cancellation or
supplementation shall be the subject of an amendment to the Contract.

1.2 Project Title

The Project title is Upstream Project: Phase II – Surat North. This title shall appear on all
drawings, specifications, reports, Subcontracts, Subcontract documentation and on other
documentation, where appropriate.

1.3 Contract Title

1.3.1 Contract Title: Surat North Main Works Construction

1.3.2 Contract Reference No.: 119491CNT

1.4 Records

1.4.1 Records, as categorised below, will be transmitted or recorded (as applicable) by means of
the following Company portals:
(a) ProCon
Payment Claims, invoices, minutes, changes, Notices, Approvals, Status Report, completion
certificates and any other records of a contract or cost/time nature.
(b) Company nominated document management system
Technical records, technical reports, QA/QC records, NCRs, RFIs, TQs, etc.
All other records or submissions of documents, drawings or other deliverables of a written
nature shall be via the Company nominated document management system.

1.5 Definitions

All capitalised terms in this Exhibit shall have the same meaning as set out in the Conditions
of Contract, unless otherwise stated.

2 CHANGE REGISTER

The Contractor will maintain and update a register of Changes and/or adjustments to the
Target Schedule as part of the Status Report. The register will include:
(a) description of the Change;
(b) reason for Change;
(c) the effect on the Target Schedule, if any;
(d) the Contractor’s initial estimate of the likely effect on the Budget;
(e) details of any other key impacts, e.g. abortive work, Materials requirements or
changes in risk profile; and

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 4 of 27
Exhibit E (Administrative Procedures)
(f) such other details as the PMG may require.

3 INCIDENT REPORTING (SAFETY, ENVIRONMENTAL AND PROPERTY


DAMAGE)

3.1 Notification

3.1.1 This Section 3 should be read in conjunction with Exhibit D (Health, Safety, Security,
Environment (HSSE)) and the QGC Project Health and Safety Minimum Requirements
QCLNG-BX00-HSS-PCE-000007.

3.1.2 The Contractor shall ensure prompt notification to Company of all incidents or Claims to
enable loss adjusters where necessary to ascertain / examine the extent of a loss and to
determine its possible cause(s). Fatal or other very serious incidents shall be notified
immediately to the Company. Incidents and any discoveries of damage shall be immediately
reported to the Company Representative via an Incident Report Form as set out in
Attachment 1 (Incident Report Form) to this Exhibit E.

3.1.3 Initial notification of major incidents to the Company is to be made within twelve (12) hours of
the Contractor becoming aware of the incident. An incident investigation report is to be
prepared by the Contractor and issued to the Company within five (5) Working Days of the
Contractor becoming aware of the incident.

3.1.4 Incidents to be reported within twelve (12) hours include, but are not limited to, the following:
(a) fatality;
(b) hospitalisation of two (2) or more persons;
(c) lost time incident;
(d) illness affecting two (2) or more persons;
(e) release of gas or other substances into the Environment;
(f) near miss incidents (with the potential to result in any of the above); and
(g) damage to Materials or Equipment.

3.2 Incident Report Form

3.2.1 Following occurrence of a notifiable incident the Contractor shall submit an Incident Report
Form to the Company Representative within seven (7) Working Days of Contractor becoming
aware of the occurrence. The incident shall be investigated in accordance with QCQGC-
BX00-HSS-PCE-000017 Incident reporting and Investigation Procedure.

3.2.2 The Incident Report Form shall contain all the relevant details of the incident including:
(a) nature of the incident;
(b) cause of the incident;
(c) brief details of the incident;
(d) brief details of actions taken to date;
(e) how the incident was followed up; and
(f) whether the incident is now resolved.

3.3 Major Incidents and Emergencies


In the event of any major accident or any incident likely to imperil life, cause significant harm
to the Environment, or damage to or loss of property, the Contractor must inform the
Company Representative immediately. The Company Representative may then contact the
Company’s insurance department so that a decision can be made regarding the requirement
Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 5 of 27
Exhibit E (Administrative Procedures)
for the attendance of loss adjusters at the Site or place of the accident or incident, if not at
the Site and any required measures to address the accident or incident or preserve the Site
or place of the accident or incident (if not at the Site).

3.4 Remedial Action


The Contractor shall inform the Company Representative as soon as possible of:
(a) repair or replacement possibilities;
(b) possible mitigation of cost;
(c) overall extent of cost;
(d) cause of loss and measures to prevent repetition;
(e) notification of third parties (including Subcontractors) of loss; and
(f) notification of appropriate authorities (including police or other emergency services).

3.5 Cost
The Contractor shall:
(a) collate details of all costs; and
(b) provide all relevant documents and data for processing claims against the insurance
policies to be maintained under the Contract, including co-operation and liaison with
loss adjusters.

3.6 Other Records


The Contractor shall support the submission of an Incident Report Form with detailed
reports, drawings and photographs, at a later date, for all Claims.

3.7 Debris Removal

3.7.1 Following a serious incident, if possible, the debris should be left untouched for inspection by
loss adjusters. No attempt shall be made to repair items damaged and which resulted in an
accident or casualty, subject only to Good Industry Practice and safety considerations that
may preclude this. It is imperative, therefore, that the records, witness statements,
photographs, logs, diaries, reports, and the like mentioned above should be obtained as
corroboration. If moved before inspection, the debris must be retained for examination
wherever possible.

3.7.2 However, in the event of the loss of a marine vessel or Equipment or Material at or in the
sea, the Company at its sole option may instruct the immediate recovery and removal of
such debris, if recovered before inspection on location, the debris must be retained for
examination wherever possible and wherever possible photographic records and
measurements shall be made before such debris is moved/removed and immediately on
recovery from the sea.

3.8 Admission of Liability


No admission of fault or liability should be made by the Contractor or its representatives
purporting to be on behalf of the Company to any of the Contractor's Personnel or
Subcontractors to any third party under any circumstances. All assertions of Claims against
the Company must be referred to the Company Representative.

3.9 Minimum Claims Criteria


The Company shall be notified by the Contractor in the report required pursuant to Clause
31.8(d) of the Conditions of Contract of all incidents falling within the following criteria:
(a) all losses or damage to the Permanent Works, Equipment and Materials;
(b) all potential third party liabilities involving the Company;
(c) all actual third party Claims, of any value, naming the Company;
Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 6 of 27
Exhibit E (Administrative Procedures)
(d) deaths to any personnel irrespective of their employer; and
(e) all injuries to the Company’s personnel and Contractor's Personnel.

3.10 Monthly HSSE Performance Reporting


In addition to the incident notification requirements in Section 3.1 , the Contractor shall
include within a separate HSSE section within the Status Report the following details:
(a) total man hours worked by Contractor's Personnel (by reporting period and
cumulative);
(b) with respect to Contractor's Personnel the numbers, by reporting period, cumulative
and trend (including “NIL” returns) of:
(i) fatalities;
(ii) Lost Time Incidents (defined below);
(iii) medical centre attendances/first aid treatments (first time treatments only);
(iv) environmental releases;
(v) Near Misses (defined below); and
(vi) dangerous incidents and occurrences.
Note: A “Lost Time Incident” is defined as when an individual does not complete
their shift and/or does not return for the next day’s work or next shift.
A “Near Miss” is defined as an occurrence which had the potential to cause any of
the incidents listed in Section 3.1; and
(c) summary of incident investigation reports and measures taken for future avoidance.
In addition to the above reporting requirements the Contractor shall submit HSSE
leading and lagging indicators into the BG Reporting tool PerforMIS.

3.11 Damage and Accident Reports for Insurance Claims


All reports produced pursuant to a claim for insurance shall comply with the requirements of
the Conditions of Contract.

4 ORGANISATION CHART, KEY PERSONNEL AND MEETINGS

4.1.1 Contractor’s Organisation Chart

The Contractor will provide and maintain an organisation chart which defines job titles and
the organisation structure for the Work Under the Contract (“Organisation Chart”). An
Organisation Chart is included in Attachment 2 to this Exhibit E.

All positions on the version of the Organisation Chart set out at Attachment 2 to this Exhibit E
are deemed to be Approved. Any additional positions required by the Contractor will require
pre-approval by the Company Representative (confirmed by the Company Representative).

4.1.2 Key Personnel


(a) In the event of any Approved change of any Key Personnel there shall be a handover
period of not less than thirty (30) Working Days during which both the outgoing and
incoming Key Personnel shall be engaged on the Work Under the Contract.
(b) In the event that the Contractor wishes to change any Key Personnel, the Contractor
will submit a CV of the proposed replacement.
(c) The Company may interview the Contractor’s Personnel, in addition to the Key
Personnel, or the replacements that Contractor proposes to be engaged on the
Works for senior and supervisory positions within the Contractor’s project
organisation.

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 7 of 27
Exhibit E (Administrative Procedures)
Attachment 3 to this Exhibit E sets forth the Key Personnel at the Contract Date. If a
nominated Key Person in Attachment 3 is not known at Contract Date, Attachment 3
sets out the date for this person to be Approved and mobilised by the Contractor.
(d) The Contractor will not replace any of the Key Personnel listed in Attachment 3 (to
this Exhibit E) without the prior Approval of a replacement by the Company. Such
Approval will not be unreasonably withheld or delayed.

4.2 Contract Calendar

4.2.1 The Contractor will develop and maintain a calendar which is to be updated on a regular
basis covering as a minimum:
(a) schedule of meetings;
(b) key events; and
(c) report cut-off dates and dates for submissions of reports.

4.2.2 The calendar developed by the Contractor shall be aligned to meet the report cut-off dates
and dates for report submissions of the Company Contract calendar.

4.3 Meetings

4.3.1 Schedule of Meetings

Regular meetings between the Parties will be held in accordance with a schedule of
meetings, to be agreed between the Parties and the requirements of the Contract. Unless so
instructed by the Company, the Company Representative or delegate will chair all meetings.

4.3.2 Unscheduled Meetings by the Contractor

The Contractor will provide reasonable prior notice to the Company in writing of any
proposed non-regular meetings to be held in the Contractor’s offices which the Contractor
wishes the Company to attend.

4.3.3 Unscheduled Meetings by the Company

The Company will have the option to call for non regular meetings with the Contractor,
provided suitable notice is given.

4.3.4 Agenda
(a) When meetings are confirmed, the agreed agenda shall be issued to all parties
concerned. The topic ‘Any Other Business’ (AOB) shall only be used to bring up
minor topics relevant to the parties and subject concerned. It is not to be used as a
device for altering the overall objectives of a meeting.
(b) Both the Parties will ensure, in accordance with their respective responsibilities, that
reports, reproducible documentation, and forward planning information relating to
agenda items are issued in sufficient time to allow adequate preparatory study and
evaluation, as agreed between the Parties.

4.3.5 Minutes of Meetings


(a) Minutes shall be taken at all meetings and preparation of the minutes of meetings
attended by the Company will be the responsibility of the Contractor. Minutes shall
be as detailed as possible (for complex meetings and/or meetings with a significant
number of attendees recordings shall be utilised) and shall be as detailed and clearly
represented and listed as possible. All minutes shall be signed by the Company
Representative and the Contractor Representative or their delegate and where
appropriate the Subcontractor’s representative as ‘a true and complete record’.
(b) All minutes of meetings shall include as a minimum the following information:
(i) subject/title of meeting;
Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 8 of 27
Exhibit E (Administrative Procedures)
(ii) location of meeting;
(iii) date of meeting;
(iv) time of meeting;
(v) list of attendees;
(vi) name of person preparing the minutes;
(vii) a numbered paragraph for each item;
(viii) action register;
(ix) the date action is required by and by whom;
(x) a list of outstanding actions and progress made upon them since the
previous meeting; and
(xi) the date of the next meeting.
(c) Minutes of meetings shall be submitted to the Company by the Contractor within
three (3) Working Days of the meeting. When agreement has been reached on the
accuracy of the minutes, they shall be signed as stated above, as a true complete
record of that meeting, before formal issue.
(d) Distribution of Minutes
Minutes of meetings will be lodged on ProCon by the Contractor.
(e) Weekly Progress Meeting
(i) During the course of the Work Under the Contract, a weekly progress
meeting shall be held on the Wednesday of each week.

(ii) The Contractor Representative or delegate will attend each meeting and be
prepared to respond to any queries arising from the weekly report.
(f) Monthly Progress Meeting
The monthly progress meeting shall be held at the Contractor's offices (once work on
Site commences these meetings shall be held in the Contractor’s offices on Site)
three (3) Working Days after the issue of the Status Report. These meetings shall be
attended by representatives of the Parties and all necessary Key Personnel.
(g) Other Regular Meetings
(i) The Company reserves the right to split the weekly progress meetings into
regular discipline meetings (progress, engineering/design, procurement, etc).
(ii) All other regular meeting requirements shall be in accordance with the
agreed schedule of meetings.

5 DOCUMENTS

5.1 Document and Data Control

5.1.1 General
(a) The Contractor will provide all necessary equipment to scan, copy, upload, send,
receive and print documents issued by the Company’s document control system.
(b) The Contractor’s document and data control procedures shall include, but not be
limited to, coverage of the following:
(i) method of controlling the preparation, identification, receipt and distribution of
documents and data;
(ii) distribution matrices for the Contractor's internal review by category and
discipline;

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 9 of 27
Exhibit E (Administrative Procedures)
(iii) methods of communication with third parties and the recording thereof;
(iv) method of transfer of databases and documentation to the Company;
(v) type and frequency of status/progress reports/look-ahead reports;
(vi) method for forecasting document issue; and
(vii) method of inclusion of documentation in as-built drawings, operation
manuals, maintenance manuals and cross-referencing into the period
maintenance schedule.
(c) The Contractor will ensure that all of its Subcontractors implement document control
procedures that are fully compatible with the above requirements.

5.1.2 Document Numbering

All documents to be submitted by the Contractor, whether prepared directly or by


Subcontractors, shall be numbered in accordance with the Project Document Numbering
System as specified in the document QCQGC-BX00-DDC-PCE-000001.

5.1.3 Equipment Numbering

The Contractor will number Equipment in accordance with the Asset and Equipment Tag
Numbering Procedure as specified in the document QCLNG-BX00-ENG-PCE-000001.

5.1.4 Instrument Numbering

The Contractor will number instruments in accordance with the Asset and Equipment Tag
Numbering Procedure as specified in the document QCLNG-BX00-ENG-PCE-000001.

5.1.5 Document Management System


(a) The Contractor will operate an electronic document management system
(“Document Management System”).
(b) The Document Management System must be subject to disaster recovery
procedures, including redundancy and backup, which would provide the Company
with a complete record of Project documentation and data in the event of a disaster.
(c) The Document Management System shall record document issue and receipt,
tracking of documents through the Contractor organisation, monitor responses to the
document and retrieve documents and reports based on:
(i) whole and component parts of the document metadata including but not
limited to, document number; title, revision and issue status;
(ii) issue/return dates;
(iii) letter and transmittal numbers; and
(iv) planned, forecast, and actual submittal revision works.
(d) The Contractor will also maintain similar listings, tracking and status of documents
issued to all Subcontractors and third parties.
(e) The Contractor will comply with the Company’s Project specific requirements with
respect to interfaces with the Company’s document management system and
electronic file transfer protocols.

5.1.6 Transmittals
(a) All documents shall be submitted via the appropriate Company portal/s (refer Section
1.4 of this Exhibit E) under cover of a transmittal notice to the Company’s Document
and Data Control Group.
(b) The Contractor’s transmittal notice format and transmittal notice coding shall include:
(i) a list of documents enclosed referenced by the document number, revision
number, status and date of issue;
Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 10 of 27
Exhibit E (Administrative Procedures)
(ii) the number and format of copies of each document enclosed; and
(iii) Contractor originator, recipient, issue purpose (e.g. review, information, etc).
(c) Each transmittal notice shall be uniquely numbered on a running sequential basis.

5.2 Company Document Review Requirements

5.2.1 Review Period


(a) The Company’s document review period shall be ten (10) Working Days after receipt.

(b) The Contractor’s standard re-submission period shall be ten (10) Working Days after
receipt.

5.2.2 Review Class


The Contractor will utilise the Company’s review class as defined below against all
documents in the Contractor’s document and data Schedule outlined in Table 1: Contractor
Provided Information of Exhibit I.
(a) Review Class A – for comment/review (Company comment – comments to be
addressed/ considered) as per table below.
(b) Review Class I – for information only.

5.2.3 Copies Required


The Contractor will issue copies of documents in the format required to the Company as
specified in the document QCQGC-BX00-DDC-PCE-000001.

5.2.4 Company Review Grades


The Company will allocate Review Grades to the Contractor’s documents. The following
Review Grades will be used for defining the degree of the Company’s acceptance and action
required by the Contractor.

Review
The Contractor's Action
Grades
Revise and re-submit for review – submission as an IFC document is not
RS1. acceptable, significant amendment of the document is required to meet the
requirements of the Contract.
Incorporate minor comments, including comments in respect of system
functionality and safety, and then fabrication, procurement and construction
RS2.
may proceed. The document may be issued as IFC provided no additional
changes are made. IFC document to include RPEQ Certification.
No changes are required. The document may be issued for approval as an
RS3. IFC document provided no changes are made. IFC document to include
RPEQ Certification.
RS4. The document is accepted as information only.
APD The document is accepted as an IFC document.

5.3 Engineering Information Management


The Company intends to maximise integration opportunities across the Project by utilising
best practices and leading proven technologies and processes to manage the flow of
engineering information and technical data.

5.3.1 Engineering Data Handover


(a) The Company will provide:
Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 11 of 27
Exhibit E (Administrative Procedures)
(i) detailed requirements specification to equipment class level;
(ii) an ISO 14224 compliant class library complete with associated technical
characteristics (templates), value lists and units of measure to meet the
needs of the project engineering and spares communities;
(iii) validation checks and anomaly reporting of the Contractor’s data;
(iv) the means of an electronic transfer of validated and complete information to
Company systems on a regular basis complete with information; and
(v) progress reporting and completeness checks against Company information
requirements.
(b) Where applicable for any Contractor Provided Items (or engineering provided by the
Contractor or Materials), the Contractor will provide:
(i) reference data libraries for alignment or mapping to the Company data
standards;
(ii) access to such engineering data systems that enables the intent of the
Engineering Information Management approach in Section 6.3 to be
achieved in line with ISO 15926;
(iii) a detailed method of recording and updating data status at record level;
(iv) engineering data handed over at regular intervals and on demand in
accordance with agreed data specification requirements;
(v) management and timely resolution to any anomalies highlighted by the
Company; and
(vi) a “Document and Records Management Plan” to interface with the
Company’s Information Management Plan in accordance with the
requirements detailed in this Exhibit E (Administrative Procedures).

5.3.2 Engineering Document Requirements


(a) The Company will provide a document classification guide which will define specific
handover requirements for each document class.
(b) Where applicable for any Contractor Provided Items (or engineering provided by the
Contractor or Materials), the Contractor will:
(i) where required under this Exhibit E or as directed by Company, provide
engineering documents in native file format;
(ii) ensure hard copy requirements are to be kept to a minimum and to be
printed on demand at point of use;
(iii) provide certification via single sheeted or small multipage documents for
linking at tag level; and
(iv) implement a method of recording and updating document status at record
level.

5.3.3 Data Quality Management Framework (DQMF)


The Contractor is wholly responsible for the quality of the Work Under the Contract it
performs, including all associated engineering data produced and provided to the Company.
The Contractor will take all reasonable measures to ensure that data received from
Subcontractors is complete and consistent across the Work Under the Contract. The effort
required in compiling, re-formatting the data so received, and making consistent is deemed
to have been included in the Contract.
The Contractor will provide details of information management and associated workflow
processes in the Document and Records Management Plan.

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 12 of 27
Exhibit E (Administrative Procedures)
The Contractor will implement a Data Quality Management Framework (“DQMF”) which
ensures all information requirements as specified by Company will be met. The DQMF
document shall contain and address the following:
(a) detailed definitions of entities and attributes as understood by the Contractor;
(b) for data fields with limited value domain, lists of permitted values;
(c) validation procedures to validate the quality of data values;
(d) units of measure;
(e) specification of software tools to execute the validations;
(f) consistency checking tools and procedures;
(g) integrity checking tools and procedures;
(h) completeness checking tools and procedures;
(i) detailed procedures for handing over data, receiving error reports and correcting
errors;
(j) detailed planning /scheduling of the hand-over processes; and
(k) change management processes.

5.3.4 Data Ownership


The Contractor is responsible for the quality and integrity of documents and data including
Subcontractor and Equipment vendor data until such time that it is accepted on behalf of the
Company post-handover.

5.3.5 Resolution of Deficiencies


The Contractor will provide a procedure for managing the identification, recording and
resolution of any Deficiencies in the Technical Information. The Contractor’s proposed
procedure shall be submitted for the Company to review within fourteen (14) Working Days of
the Contract Date.
Any request for clarification or guidance on any aspect of the Technical Information will be
considered a Deficiency.
The Contractor’s procedure shall be used throughout all phases of the Work Under the
Contract following Company Approval.
The procedure shall satisfy the requirements outlined below:
(i) The Contractor’s queries or clarification requests shall be raised immediately upon
Contractor becoming aware of any Deficiency;
(ii) the Contractor’s requests shall be submitted in accordance with the Technical Query
procedure QCLNG-BX00-ENG-PCE-000003 and the relevant work instruction -
QCQGC-BX00-DDC-WIN-000003;
(iii) technical queries shall be submitted through the Company nominated document
management system; and
(iv) a log or register of technical queries shall be maintained indicating reference
numbers, date of issue, subject matter and potential impact, date of response and
date of closure (if different).
(v) The Contractor’s requests for information shall be submitted in accordance with the
relevant work instruction - QCQGC-BX00-DDC-WIN-000004.

The Company will endeavour to respond to any technical queries within a reasonable time
but will in any event provide a response within ten (10) Working Days.
Where necessary, the Parties will meet at the earliest possible date to determine the course
of action to be followed by the Contractor.

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 13 of 27
Exhibit E (Administrative Procedures)
Technical Information affected by technical queries and their outcomes shall be updated by
the originator and reissued. The Contractor will proceed to comply with any Company issued
instructions pending the Technical Information being updated, unless specifically advised to
the contrary.

6 STATUS REPORT
This Section should be read in conjunction with the Conditions of Contract, Exhibit C
(Contract Programme), Exhibit F (Project Controls) and Exhibit N (Social Performance).

6.1 Status Report

6.1.1 Each month, throughout the duration of the Work Under the Contract, Contractor will submit
a Status Report (in electronic format submitted to Company Representative via ProCon) no
later than the date specified in the Contract Calendar in Exhibit F (Project Controls). The
reporting period and issue dates of the Status Report shall be aligned to Company cut-off
dates as per the Company’s Project reporting calendar which shall be confirmed in the kick
off meeting held immediately following the Contract Date.

6.1.2 The final content and format of the Status Report shall be agreed by the PMG prior to the
issue of the first Status Report but shall as a minimum contain:
(a) the requirements outlined in Clause 16 of the Conditions of Contract;
(b) management summary of the current status of the Work Under the Contract including
progress against planned activities, key issues and mitigation actions or plans, and
key events planned for the next reporting period (exception reporting);
(c) health, safety, security and environmental (which shall meet the requirements as
detailed in Section 3.10 of this Exhibit E);
(d) social performance reporting as set out in Exhibit N (Social Performance);
(e) engineering highlights including technical reviews and the like conducted by the
Contractor either internally or on any Subcontractors, areas of concern, outstanding
technical queries, mitigating actions or plans, and key events planned for the next
reporting period;
(f) quality management highlights, including status report of quality audits carried out by
the Contractor either internally or on any Subcontractors; or any quality audits
conducted by the Company or its representatives;
(g) quality control highlights including status report of quality control problems
encountered or any changes made to quality control procedures;
(h) verification activity report including status report of release notes and code
compliance/inspection reports;
(i) administration highlights including areas of concern, mitigating actions or plans, and
key events planned for next reporting period;
(j) interface management highlights including updated interface registers, areas of
concern, mitigating actions or plans, and key events planned for the next reporting
period;
(k) Labour Histograms Plant and Equipment register;
(l) Cost Control Report in accordance with Exhibit F (Project Controls);
(m) ninety (90) Working Day look-ahead (submitted weekly);
(n) Critical Action Register;
(o) Change register;
(p) Subcontract Claim register; and
(q) Site progress photos.

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 14 of 27
Exhibit E (Administrative Procedures)
7 CLOSE OUT

7.1 General

The Contractor and the Company will ensure that technical and commercial matters are
closed out progressively and promptly in a timely manner.

7.2 Outline Requirements

Close out activities will generally include:

Commercial - Contractor’s final account submission;


- Company’s final payment certification;
- Release of bonds and guarantees;
- Execution of a Deed of Waiver and Release (see Attachment 4 to
this Exhibit E);

Engineering - Provision of as-built documentation;


- Provision of manuals & licenses;
- Provision of MSDS documents;
- Provision of GIS data;
- Agreement of surplus & spares lists;

Construction - Issue of Certificates of Practical Completion;


- Documenting outstanding work & agreed actions (if any);
- Resolving any Equipment performance / warranty issues (if any);
- Verifying Site reinstatement and/or removal or transfer to
Company of Temporary Works (if any);

Administrative - Documented handover of land and/or Permanent Works;


- Return of Company Provided Items / Company Provided
Information (if any);
- Contractor Provided Information (Local content reporting, etc.);
- Creation of Supplier / Contractor performance feedback;
- Company’s close out in SAP, ProCon etc.

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 15 of 27
Exhibit E (Administrative Procedures)
ATTACHMENT 1 – INCIDENT REPORT FORM

PRELIMINARY INCIDENT / NEAR MISS REPORT


INCIDENT OR NEAR MISS
Date/Time of Incident/Near Miss: _________________ SYNERGI CASE #:
Injuries? Yes No
Note: This process is aimed at identifying causes, not attributing blame. Refer to the Incident Investigation Report Template when conducting the
Investigation. A separate form should be completed for each person injured.

Contractor Company: DOB: SEX: M F Time into


Position of Person(s) Involved: Shift/roster:
Experience in Position (mths): Experience on Site (mths):

FACTS:

Location: (e.g. tenement number and lease name, or township and roadway)

Investigation Initiated? Yes No Being Investigated as a HPI? Yes No

Estimated Date of Completion: Broad Incident Type: (Please tick as appropriate)

Executive Summary: Caught between Non-compliance


Dropped Objects Pressure Release
Electrical Incident Security Incident
Emergency evacuation Slip / Trip
Equipment Failure Spill to Land or Sea
Exposure Struck Against
Fall from Height Struck by
Fire / Explosion Transport Related – Air
Handling of Goods / Materials Transport Related – Land
Illness Transport Related – Sea
Kick / blow out Unplanned Gas Release
Lifting / Crane Operations Use of Equipment/Machinery
Marine Diving Other
Contact Person (Supervisor / HSSE Manager):
QGC Department in Charge:
QGC Person in Charge (e.g. QGC Supervisor or Demand Manager):
Post Incident Management: Possible Consequences, Causes and Actions:

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 16 of 27
Exhibit E (Administrative Procedures)
CLASSIFICATIONS: (Please tick as appropriate)

Leading Activity at Time of Incident: Relevant QGC Lifesaver: (Please tick as appropriate)
(e.g. Drilling/Well Operations, Construction/Demolition, Production)
Armed & Violent Crime Excavation
Confined Space Entry Lifting Operations
Driving Safe Systems of Work
Electrical Safety Working at Heights

ACTUAL Consequence & Severity: POTENTIAL Consequence & Severity:


(Please tick as appropriate) (Please tick as appropriate)

Personal Injury 1 2 3 4 5 Personal Injury 1 2 3 4 5

Occupational Illness 1 2 3 4 5 Occupational Illness 1 2 3 4 5

Spill to External Environment 1 2 3 4 5 Spill to External Environment 1 2 3 4 5

Unplanned Gas Release 1 2 3 4 5 Unplanned Gas Release 1 2 3 4 5

Fire/Explosion 1 2 3 4 5 Fire/Explosion 1 2 3 4 5

Breach of Environmental Stds 1 2 3 4 5 Breach of Environmental Stds 1 2 3 4 5

Plant/Asset/Equip Damage 1 2 3 4 5 Plant/Asset/Equip Damage 1 2 3 4 5

Security Breach 1 2 3 4 5 Security Breach 1 2 3 4 5

Production / Productivity 1 2 3 4 5 Production / Productivity 1 2 3 4 5

Reputation 1 2 3 4 5 Reputation 1 2 3 4 5

PERSONAL INJURY: (Please tick as appropriate)

Type of Injury: Injury Class:


Amputation Fracture / Dislocate
Bruise Internal Injury Fatality
Burn / Scold Poisoning Loss Time Injury
Concussion Puncture Wound Restricted Work Day Case
Crush Respiratory Medical Treatment Case
Cut / Abrasion Skin damage /Disease First Aid Case
Electric Shock Sprain / Strain
Foreign body Suffocation
Injured Body Part:
Abdomen Eye Knee Shin / Lower Leg

Ankle / Foot Face Leg Shoulder

Arm / Elbow / Wrist Finger Mouth / Teeth / Gums Thigh / Femur

Back Hand / Thumb Neck Toe

Chest Head Nose

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 17 of 27
Exhibit E (Administrative Procedures)
ENVIRONMENTAL SPILL AND/OR BREACH: (Please tick as appropriate)

Spill to the Environment: Fresh Water Land Near Shore Open Sea

Authorities notified? Yes No If Yes, please specify:


……………………………………….

Type of Release:
Chemical OBM / SOBM Cuttings / Muds Process Water

Condensate WBM Cuttings / Muds Produced / Associated Water


Diesel Sewage Oil
LNG Other Non-hydrocarbon (Please Specify)

3
Quantity (m ): Hydrocarbon Content (%):

Air Emissions Cultural Heritage Discharge to Water Land Clearance


Nature of breach of
Environmental Standards:
Noise Waste Other

Type of Breach: BG Group Standard National Site Permit Other


Legislation

Fine
Consequences / Potential
Project Delay Shut Down Site Damage
Consequences:
Other

Ear Internal Pelvis

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 18 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE PROCEDURES

ATTACHMENT 2 – THE CONTRACTOR’S ORGANISATION CHART

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 19 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 20 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 21 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 22 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 23 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 24 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE
PROCEDURES

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 25 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE PROCEDURES

ATTACHMENT 3 – THE CONTRACTOR’S KEY PERSONNEL

Title Name

Project Director Joe Dujmovic


Project Manager Jordan Tomasel
HSSE Manager Lisa Mitchell
Construction Manager John Mitchell
Quality Manager Brian Hunting
Project Controls Manager Matt Killen
Contract & Procurement Manager Ron Coulson
Trunklines Site Manager Riaan Wepener
E&I Site Manager Julie Martin
Civil Site Manager Damon McLean
Charlie FCS Site Manager Justin Gray

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 26 of 27
Exhibit E (Administrative Procedures)
EXHIBIT E – ADMINISTRATIVE PROCEDURES

ATTACHMENT 4 – DEED OF WAIVER AND RELEASE


The Contractor: Leighton Contractors Pty Ltd of Level 6 South Tower, 520 Wickham Street,
Fortitude Valley QLD 4006
CONTRACT NUMBER: 119491CNT

CONTRACT TITLE: SURAT NORTH MAIN WORKS CONSTRUCTION

It is hereby agreed between QGC PTY LIMITED (Company) and LEIGHTON CONTRACTORS PTY
LIMITED (Contractor) that the Work Under the Contract has been completed; that all amounts due
have been agreed and all commercial matters settled; and that the Contract is now formally closed-
out.

The Contractor confirms that the sum of $_____________ (Australian Dollars in Words) constitutes
the total of all monies due under this Contract and that this sum has been invoiced by the Contractor
and has been paid in full by the Company.

The Contractor expressly confirms that neither it nor any of its affiliates, associates, Subcontractors,
agents, suppliers, or Third Parties in general have or shall have any claim or lien in respect to this
Contract.

Both the Company and the Contractor acknowledge that the acceptance of the completion of the
Contract and issue of the Final Acceptance Certificate by the Company does not relieve the
Contractor of any continuing obligation derived from the Contract.

ACCEPTED BY: ACCEPTED BY:


QGC PTY LIMITED LEIGHTON CONTRACTORS PTY LTD

Signature:________________________ Signature:________________________

Name:___________________________ Name:___________________________

Position:_________________________ Position:_________________________

Date:____________________________ Name:___________________________

Upstream Project
Contract No. 119491CNT
Surat North Main Works Construction Page 27 of 27
Exhibit E (Administrative Procedures)
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT F – PROJECT CONTROLS

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: ........................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: ........................... ............................. www.qgc.com.au
ABN 11 089 642 553
EXHIBIT F – PROJECT CONTROLS

Contents
1 INTRODUCTION................................................................................................................................................... 3
2 GENERAL ............................................................................................................................................................. 3
3 PROJECT CONTROL PLAN .................................................................................................................................... 4
4 PREFERRED SYSTEMS .......................................................................................................................................... 4
5 THE CONTRACT SCHEDULE .................................................................................................................................. 4
6 COST CONTROL & MANAGEMENT....................................................................................................................... 5
ATTACHMENT 1 – DAILY REPORT PROFORMA ............................................................................................................ 9
ATTACHMENT 2 – WEEKLY REPORT PROFORMA ........................................................................................................10
ATTACHMENT 3 – MONTHLY REPORT PROFORMA ....................................................................................................12
ATTACHMENT 4 – REPORTING TIMETABLE ................................................................................................................26
ATTACHMENT 5 – WBS STRUCTURE...........................................................................................................................29
ATTACHMENT 6 – RULES OF CREDIT ..........................................................................................................................31
ATTACHMENT 7 – CRYSTAL BALL REPORT ..................................................................................................................42
ATTACHMENT 8 – PMG REPORT ................................................................................................................................44

Upstream Projects page 2 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

1 INTRODUCTION
1.1 Introduction
a) This Exhibit F sets out the minimum standard for project controls and reporting that the
Contractor will be required to deliver to the Company.
b) This document must be read in conjunction with Exhibit B (Compensation) and Exhibit E
(Administrative Procedures).

1.2 Abbreviations
a) All defined terms in this Exhibit F shall have the same meaning as set out in the Conditions
of Contract, unless otherwise stated to the contrary.
b) In this Exhibit F, the following words and expressions shall have the meaning hereby
assigned to them except where the context otherwise requires:

Abbreviation Meaning
ACWP Actual Cost of Work Performed (Spends)
BCWP Budgeted cost of work performed
BCWS Budgeted cost of work scheduled
CBS Cost Breakdown Structure
CPI Cost Performance Index
EAC Estimate at Completion
ETC Estimate to Complete
EV Earned Value; Budget Cost of Work Performed
PCMS (The Company’s) Project Control Systems and
Procedures
PCP (The Contractor’s) Project Control Plan
PV Planned Value
SPI Schedule performance index
TCPI To complete performance index
WBS Work Breakdown Structure

2 GENERAL
a) The Company’s approach is to utilise the Contractor’s systems where practicable to
minimise additional work for either Party.
b) The Contractor’s control procedures should be simple, fit for purpose and accurately convey
objectively measured performance information that clearly identifies early (if applicable) any
divergence from the Target Schedule and Target Cost.
c) The Company shall have the right to review the Contractor’s cost and schedule management
activities on an ongoing basis and to conduct audits in accordance with Clause 37 (Audit of
Cost Incurred) of the Conditions of Contract.

Upstream Projects page 3 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

d) The Contractor’s cost and schedule management systems shall demonstrate integration for
time, costs, and quantities equalling the Contract Price information.
e) The Company holds all Project contingency (schedule and budget) for use at its discretion.
f) All information is Company property and shall be provided to the Company in the required
format upon request.

3 PROJECT CONTROL PLAN


a) The Contractor shall issue its PCP to the Company for review and Approval no later than
14 (fourteen) days after the Contract Date.
b) The Contractor shall use the Approved PCP and project controls systems detailed therein to
discharge the project controls function for the purposes of the Contract.
c) The Contractor’s PCP shall be aligned with the Company’s systems and procedures.
d) The PCP shall cover as a minimum the following:
i. schedule management and forecasting;
ii. cost management and forecasting;
iii. progress measurement and forecasting;
iv. Payment Claims;
v. EV performance analysis and forecasting;
vi. performance reporting and template report formats;
vii. risk and opportunity register and management;
viii. project control systems integration and data management;
ix. project controls organisation, staffing and required competencies;
x. risk and opportunity register; and
xi. cost and schedule risk analysis output demonstrating the potential cost and schedule
contingency values.

4 PREFERRED SYSTEMS
a) The Contractor shall ensure that its project controls system is compatible with Primavera P6
version 7.
b) For general narrative or graphical reporting, the Contractor shall utilise Microsoft Office
Software.
c) All reports and schedules are to be issued to the Company in both native file and Adobe .pdf
format.
d) The Contractor shall ensure plant & equipment cost rates and manhour cost rates are
contained within in its ‘Envision’ software (or similar) and shall ensure these rates are used
in the compilation of the weekly cost data.

5 THE CONTRACT SCHEDULE


a) The Contractor shall prepare a schedule (“Contract Schedule”) which shall:
i. form part of the Status Report;

Upstream Projects page 4 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ii. be updated on a weekly basis and distributed to the Company with appropriate
commentary;
iii. identify any interfaces and document their definition;
iv. identify Company responsible activities;
v. utilise logically linked activities (using best practice) to demonstrate critical path
methodology;
vi. utilise the WBS in Attachment 5: Work Breakdown Structure;
vii. use progress measurement aligned with the EV rules of credit in Attachment 6:Rules
of Credit
viii. utilise a representative basis for forecasting Practical Completion;
ix. allocate resources to identify all quantities – working hours by discipline (direct,
indirect, managerial and preliminaries) and material quantities;
x. align the baseline Target Schedule to the agreed Budget and estimate breakdown;
xi. utilise activity coding to allow transposition of data;
xii. clearly identify schedule contingency activities to manage risk;
xiii. include a documented and agreed basis of schedule describing clearly all
assumptions, referenced documentation, and reasoning for deviation from best
practice scheduling;
xiv. recognise that revised interface dates will reside in the Company’s P6 database, with
the Company having the ability to create interdependency links with the other
interface schedules; and
xv. employ management of change and identify activities and resources added post
agreement of the baseline to support clear progress measurement.
b) The Contract Schedule may be held in the Company’s database with controlled access
provided to the Contractor to allow production and progression of the Contract Schedule.

6 COST CONTROL & MANAGEMENT


6.1 Cost Management Requirements

(i) The Contractor’s cost management system shall:

i. utilise a controlled cost management system;


ii. utilise Company preferred units of measure;
iii. employ EV management;
iv. operate under management of change;
v. use the defined rules of credit in Attachment 6 for progress measurement;
vi. employ baseline management;
vii. forecast information;
viii. capture and monitor trends;
ix. capture and monitor risks and opportunities (aligned with the Contract Schedule);

Upstream Projects page 5 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

x. reflect the entire Contract Price;


xi. align with the Contract Schedule;
xii. utilise the WBS in Attachment 5 to support data transfer;
xiii. monitor and control the Work Under the Contract;
xiv. monitor and control costs under the Contract;
xv. support the Company’s internal reporting requirements;
xvi. identify subcontracted work; and
xvii. monitor budgets, commitments, claims, spends, accruals, and regrets costs.
(ii) EV shall be employed and report upon the following (by work package):

i. BCWS (original baseline);


ii. BCWS and Approved Change (current baseline including Approved Change);
iii. unapproved Change;
iv. BCWP (incremental, to date, and period);
v. ACWP (Actual Cost);
vi. ETC;
vii. EAC; and
viii. EV metrics (EV, PV, CPI, SPI, TCPI, etc).

6.2 Risks and Opportunities

The Contractor shall maintain a risk and opportunity register that shall:
(i) align with the Contract Schedule;

(ii) identify the cost and schedule impact of risks and opportunities;

(iii) act as an early warning notice of potential change; and

(iv) identify responsible personnel to lead the mitigation of risk and the realisation of
opportunities.

6.3 Reporting

a) The Contractor shall submit reports to the Company:


(i) on a daily basis in the form set out at Attachment 1: Daily Report;

(ii) on a weekly basis in the form set out at Attachment 2: Weekly Report; and

(iii) on a monthly basis in the form set out at Attachment 3: Monthly Report,

The Contractor shall submit its reports according to the timetable set out in Attachment 4:
Reporting Timetable
The Company reserves its right to request information required on a monthly basis, on a
more frequent basis if needed.

b) The Company shall be invited to attend the Contractor’s cost forecast reviews.

Upstream Projects page 6 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

c) The Contractor shall submit a Cost Control Report to Company which shall include:
(i) narrative;

(ii) tabular reports (original planned, Approved Changes, current planned, actual and
forecast cost, man-hours and Subcontract details);

(iii) curves (cost and hours for EV information);

(iv) cash flow curves;

(v) EAC;

(vi) comparison of cost committed and expended against the Budget;

(vii) a register of current Changes; and

(viii) a register of current risks and opportunities.

d) The tabular Cost Control Report will be reported in a WBS, control account / discipline, CBS
and system, Contract and Subcontract format and shall include:
(i) original Budget;

(ii) Approved Changes;

(iii) current Budget (Budget plus / minus Approved Changes);

(iv) commitment and Changes (Period and Cumulative);

(v) uncommitted (current Budget less commitment);

(vi) value of work performed / Actual Cost (Period and Cumulative );

(vii) expends (excluding accruals);

(viii) EV and cost performance index (Period and Cumulative);

(ix) PV and schedule performance index (Period and Cumulative);

(x) ETC;

(xi) contingency forecast;

(xii) current forecast at Practical Completion;

(xiii) previous period forecast at Practical Completion; and

(xiv) variance (forecast less current Budget and ETC less non-committed Budget); and

(xv) foreign exchange impact/variance (where applicable).

e) Contractor shall provide reporting to inform PMG of progress and forecast in the form of:

Upstream Projects page 7 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

- the report set in Attachment 7: Crystal Ball Report. The accuracy of the Crystal Ball
Report will be used to measure the Project Controls Key Performance Indicator
relating to cost reporting accuracy.

- PMG Report in the form set out in Attachment 8.

Upstream Projects page 8 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 1 – DAILY REPORT PROFORMA

Surat North Daily Report


Date Report No

Prepared by POB

Weather Contractor/s

Trunklines Ponds &


Power
FCS /33kV OHL Pump
/FOC
Power Stations
Manhours
scheduled Manhours spent

Health, Safety, Security, and Environment


Description of site incidents

High risk activities undertaken

General comments

Constraints
Item Potential impact Mitigation Measures

Daily Activity Photos (if required)

Description of Works Photo

Planned / Upcoming Activities


Action Date

Upstream Projects page 9 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 2 – WEEKLY REPORT PROFORMA

Upstream Projects page 10 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

Upstream Projects page 11 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA

Upstream Projects page 12 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 13 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 14 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 15 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 16 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 17 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 18 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)


Contracts Awarded (Duplicate to PMG)
PMG APPROVALS (EXCEEDING $x OR OVER BUDGET)

PMG Ref No. Package Proposed Actual Contract Included in Budget Award Planned PMG PMG
Number Contractor Contractor Number MWC Value Value Award Comment Approval
Awarded Date date
Scope

FACILITY (#) [Not to be deleted – All information to be pre-populated upon MWC submission and should reflect whole of
project. Information is not to be deleted/hidden in submissions]
FACILITY (#)
FACILITY (#)
PMG APPROVALS (OTHER AWARDS)

PMG Ref No. Package Proposed Actual Contract Included in Budget Award Planned PMG PMG
Number Contractor Contractor Number MWC Value Value Award Comment Approval
Awarded Date date
Scope

FACILITY (#) [Not to be deleted – All information to be pre-populated upon MWC submission and should reflect whole of
project. Information is not to be deleted/hidden in submissions]
FACILITY (#)
FACILITY (#)

Upstream Projects page 19 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Includes Primavera Schedule


Includes Linear Infrastructure March Chart

Upstream Projects page 20 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)


Key Milestones

Upstream Projects page 21 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)

Upstream Projects page 22 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)


Overall Performance

Upstream Projects page 23 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)


Hours

Upstream Projects page 24 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 3 – MONTHLY REPORT PROFORMA (cont…)


Cost

Upstream Projects page 25 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 4 – REPORTING TIMETABLE

Upstream Projects page 26 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 4 – REPORTING TIMETABLE (cont…)

Upstream Projects page 27 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 4 – REPORTING TIMETABLE (cont…)

Upstream Projects page 28 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 5 – WBS STRUCTURE

Upstream Projects page 29 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 5 –WBS STRUCTURE (cont…)

Upstream Projects page 30 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT

Upstream Projects page 31 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 32 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 33 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 34 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 35 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 36 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 37 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 38 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 39 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 40 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 6 – RULES OF CREDIT (CONT…)

Upstream Projects page 41 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 7 – CRYSTAL BALL REPORT

Upstream Projects page 42 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 7 – CRYSTAL BALL REPORT (CONT…)

Upstream Projects page 43 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT


PMG Sub Contractor Award

Upstream Projects page 44 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT (CONT…)


PMG Change Register

Upstream Projects page 45 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT (CONT…)


PMG PSUM Register

Upstream Projects page 46 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT (CONT…)


PMG Wet Weather Register

Upstream Projects page 47 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT (CONT…)


PMG Contract Summary

Upstream Projects page 48 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
EXHIBIT F – PROJECT CONTROLS

ATTACHMENT 8 – PMG REPORT (CONT…)


Risk Opportunity Realisation

Upstream Projects page 49 of 49


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit F – Project Controls
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LTD ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT G – LOCAL CONTENT AND INDIGENOUS PARTICIPATION

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: ........................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: ........................... ............................. www.qgc.com.au
ABN 11 089 642 553
CONTENTS

1 INTRODUCTION................................................................................................................................................... 3
2 GENERAL ............................................................................................................................................................. 3
3 LOCAL CONTENT PLAN ........................................................................................................................................ 3
4 INDIGENOUS PARTICIPATION PLAN .................................................................................................................... 3
5 REPORTING AND AUDITING ................................................................................................................................ 4
6 NON-CONFORMANCE AND CORRECTIVE ACTION ................................................................................................ 4
APPENDIX 1 – LOCAL CONTENT PLAN GUIDANCE NOTE .............................................................................................. 6
APPENDIX 2 – INDIGENOUS PARTICIPATION PLAN GUIDANCE NOTE .........................................................................13

13081404/2Upstream Projects
page 2 of 15
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

1 INTRODUCTION
1.1 This Exhibit G (Local Content and Indigenous Participation) details obligations on the Contractor to
develop a Local Content Plan and an Indigenous Participation Plan specific to the Work Under the
Contract and acceptable to Company. Contractor will be bound to its undertakings in each plan by
this Exhibit G.

2 GENERAL
2.1 All defined terms in this Exhibit G shall have the same meaning as set out in the Conditions of
Contract, unless otherwise stated.

2.2 In this Exhibit G the following words and expressions shall have the meaning hereby assigned to
them except where the context otherwise requires:

Local Content Plan means the plan developed in accordance with Section 3 of this Exhibit G.

Indigenous Participation Plan means the plan developed in accordance with Section 4 of this
Exhibit G.

3 LOCAL CONTENT PLAN


3.1 Contractor shall develop a Local Content Plan consistent with the Local Content Plan Guidance
Note (Appendix 1 hereto) and addressing each of the matters therein.

3.2 Contractor’s Local Content Plan shall be submitted for review by Company.

3.3 Company shall review Contractor’s Local Content Plan and provide Contractor with any comments
in a timely manner.

3.4 Following review by Company of Contractor’s Local Content Plan and receipt of the Company’s
comments (if any), Contractor shall make such adjustments and amendments as are required by
Company.

3.5 Contractor must have a Local Content Plan accepted and approved by Company within thirty (30)
days of the Contract Date. Company, at its option and in its absolute discretion, may extend this
timeframe.

3.6 If Company does not approve Contractor’s Local Content Plan by the date specified under Section
3.5 either:

(a) the Local Content Plan as submitted by Contractor as amended by Company’s comments
under Section 3.3 of is deemed to be the Local Content Plan; or
(b) a Local Content Plan as drafted by Company is deemed to be the Local Content Plan.

3.7 The actions and undertakings set out in Contractor’s Local Content Plan are mandatory
requirements of this Contract.

4 INDIGENOUS PARTICIPATION PLAN


4.1 Contractor shall develop an Indigenous Participation Plan consistent with the Indigenous
Participation Plan Guidance Note (Appendix 2 hereto) and addressing each of the matters therein.

Upstream Projects page 3 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

4.2 Contractor’s Indigenous Participation Plan shall be submitted to the Company for review.

4.3 Company shall review Contractor’s Indigenous Participation Plan and provide Contractor with any
comments in a timely manner.

4.4 Following review by Company of Contractor’s Indigenous Participation Plan and receipt of
Company’s comments (if any), Contractor shall make such adjustments and amendments as are
required by Company to ensure (amongst other issues) Company’s obligations under various
Indigenous Land Use Agreements are upheld.

4.5 Contractor must have an Indigenous Participation Plan accepted and approved by Company within
thirty (30) days of the Contract Date or upon mobilisation, whichever occurs sooner. Company, at its
option and in its absolute discretion, may extend this timeframe.

4.6 If Company does not approve Contractor’s Indigenous Participation Plan within the timeframe
assigned by Section 4.5, either:

(a) the Indigenous Participation Plan submitted by Contractor as amended by


Company’s comments under Section 4.3 is deemed to be the Indigenous
Participation Plan; or
(b) a Indigenous Participation Plan as drafted by Company is deemed to be the
Indigenous Participation Plan.

4.7 The actions and undertakings set out in Contractor’s Indigenous Participation Plan are mandatory
requirements of this Contract.

5 REPORTING AND AUDITING


5.1 On a six monthly basis the Contractor will provide a report to the Company in a format prescribed by
the Company, detailing performance in delivery of the undertakings set out in the Contractor’s Local
Content and Indigenous Participation Plans.

5.2 The Contractor shall submit its six monthly reports to the Company no later than 10 days after the
reporting dates prescribed by the Company each year for the duration of the Contract. Should the
tenth day fall on a weekend or public holiday, the report shall be submitted on the next working day.

5.3 Unless the Company prescribes otherwise, reporting dates shall be 30 June and 31 December
annually.

5.4 Reports under this Clause 5 shall contain such information and shall be formatted in a manner
prescribed by the Company prior to each reporting date.

5.5 Company may audit or review Contractor’s services and/or performance of its activities in respect of
compliance with this Exhibit G.

6 NON-CONFORMANCE AND CORRECTIVE ACTION


6.1 Non-conformance by Contractor with implementation of the requirements of this Exhibit will trigger
the following non-conformance and corrective action process.

6.2 Company shall ensure Contractor is promptly notified of any non-conformance it becomes aware of
and shall stipulate corrective measures for Contractor to put into place.

Upstream Projects page 4 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

6.3 Contractor shall ensure that Company is promptly notified of any non-conformance it becomes
aware of, and shall provide details of the corrective measures Contractor has already put in place, or
intends to put into place. Company has the right to stipulate alternative corrective measures should
those proposed by Contractor be deemed insufficient by Company.

6.4 Contractor shall take such steps as are necessary to remedy any non-conformance to Company’s
satisfaction within 14 days of any notice issued pursuant to Section 6.2 or 6.3 above. The costs to
Contractor of remedying any non-conformance shall be borne entirely by Contractor.

6.5 If Contractor fails to remedy a non-conformance to the satisfaction of Company within the prescribed
period, or fails to report a non-conformance to Company despite being aware of the same, then
Company, may :

(i) fix a date on or by which the non-conformance must be remedied by Contractor; or

(ii) take action to remedy the non-conformance itself (which may include engaging third party
assistance), in which event, all costs and expenses incurred by the Company shall be for
Contractor’s account. Contractor shall maintain a non-conformance register against delivery
of requirements in this Exhibit G. This register shall summarise the status of all non-
conformance and corrective actions.

Upstream Projects page 5 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

APPENDIX 1 – LOCAL CONTENT PLAN GUIDANCE NOTE

DEVELOPING A LOCAL CONTENT PLAN

Background
Local content is defined as Australian, Queensland and regional Queensland participation in the Project, in
terms of (a) supply of goods and services; and (b) employment & training, while Indigenous Participation is
addressed in a separate Indigenous Participation Plan.

The use of the term ‘local’ means, in order of priority, the local government area in which the Work Under the
Contract is to be performed, the rest of Queensland and the rest of Australia.

Company is committed to involving local content throughout its supply chain, with particular emphasis on the
regions in which Company operates.

Company’s local content commitments encompass a six monthly reporting framework and the obligation to
cascade the Company’s commitments down through its supply chain.

The primary objective is for Company and all of its contractors to provide full, fair and reasonable opportunity
for local content to participate in the Project.

General
Company expects Contractor to actively contribute to the delivery of local content commitments (detailed
below), including cascading those commitments down to any subcontractors.

Contractor’s Local Content Plan needs to detail the Local Content actions to be taken by Contractor. These
actions will all contribute to the provision of full, fair and reasonable opportunity for local content participation.
The Local Content Plan should include local content research and activities undertaken during the tender
preparation, as well as targets, key performance indicators, accountabilities and agreement to adhere to
Company’s six monthly reporting regime. Contractor’s Local Content Plan is required to be approved by
Company within thirty (30) days of the Contract Date, unless otherwise prescribed by Company.

Local Content Plan Structure


In developing a Local Content Plan, Contractor needs to clearly outline the actions it has taken and will take
to assist Company to meet its commitments as described in this Exhibit G and in this Guidance Note.

For consistency, Company requires Contractor to develop its Local Content Plan in accordance with the
following headers and explanatory contents. This structure may be reduced or expanded based on the
Scope of Works, in consultation with Company.

Structure should incorporate the following as a minimum:

GENERAL
Outline Contractor’s ethos and broad objectives with regard to local content and local employment. Also
outline what experience Contractor has delivering against local content commitments in past or present
contracts including where an Australian Industry Participation Plan or Local Industry Participation Plan has
applied. Highlight Contractor’s record of local content engagement and development.

Upstream Projects page 6 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

SUBCONTRACTING AND THE SUPPLY OF GOODS AND SERVICES

Supply Chain Plan


Contractor shall provide a table detailing subcontracting and general outsourcing that will occur in
performance of the Work Under the Contract. Detail provided should include a work package/demand
description, estimated value, estimated timeframe and details of any existing subcontractors or suppliers for
each item.

Driving Awareness
The Contractor shall agree to drive awareness of supply opportunities throughout the duration of the
Contract in the following ways:

a) Utilising the Industry Capability Network (ICN) Queensland Gateway

The ICN Gateway is a comprehensive, Government recognised, web-based communication facility


designed to provide an automated and wide reaching market intelligence tool for projects and
contractors seeking suppliers.

The Contractor will engage with ICN Queensland to become a SuperUser on the ICN Gateway
(complimentary account and training provided), a platform that allows buyers to load indicative or
specific work packages for relevant vendors throughout Queensland and Australia to be alerted and
where desired to express interest, via the Gateway system and a SuperUser’s account. As vendors
provide a wide range of business capability and capacity information as part of their registration on
the Gateway, the EOI process and information return is prompt and consistent.

ICN Queensland may offer Contractor additional services on a fee basis such as an embedment
within Contractors sourcing function, which Contractor may utilise as its own discretion.

ICN Queensland can be contacted as follows, or via the Company:

Industry Capability Network (Queensland)

Address: 16 Cindrella Drive, Springwood Qld 4127

PO Box 460, Springwood Qld 4127

Phone: +61 (0) 7 3364 0692

Email: info@icnqld.org.au

Web: www.icnqld.org.au

b) Engaging with Local Chambers of Commerce

Contractor shall contact and keep informed the local chambers of commerce within the region(s) in
which the Work Under the Contract will be performed. The purpose of such contact is for:

1. Contractor to keep local chambers of commerce aware of upcoming supply opportunities


so that the chambers can:
Upstream Projects page 7 of 15
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

i) advise Contractor of local capability and match member businesses to work


packages; and
ii) drive members to approach Contractor directly or via the ICN Gateway where
capability matches Contractor’s needs.

2. Where practical, for Contractor shall make itself available to attend a members’ meeting
to outline the Contractor’s activities and supply requirements and to discuss standards
and prerequisites required to supply to Contractor. Company can offer assistance with
such initiatives.

Local chamber of commerce and industry organisation contact details:

Chinchilla Community Commerce & Industry Inc.

Region: Western Downs

Manager: Bill Blake

Address: PO Box 579, Chinchilla Q 4413

Phone: (07) 4668 9172 Fax: (07) 4668 9758

Email: info@chinchilla.org.au

Web: http://www.chinchilla.org.au

Toowoomba Chamber of Commerce & Industry

Region: Toowoomba & surrounds

CEO: Greg Johnson

Address: 566 Ruthven St, Po Box 3629 Toowoomba Village Square QLD 4350

Phone: (07) 4637 9276

Email: greg@toowoombachamber.com.au

Web: http://www.toowoombachamber.com.au

Dalby Chamber of Commerce &Industry Western Downs Toowoomba

Region: Western Downs

Manager: Peter Brown

Address: 133 Cunningham St PO Box 663 Dalby QLD 4405

Phone: (07) 4662 4050 Fax: (07) 4662 3139

Upstream Projects page 8 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

Email: manager@dalbychamber.com.au

Web: http://www.dalbychamber.com.au

Miles & District Chamber of Commerce

Region: Western Downs

President: John Hoffmann

Address: PO Box 231 Miles QLD 4415

Phone: (07) 4627 1488 or 0417 773 748

Email: johnhoff@bigpond.com

Web: http://www.mileschamberofcommerce.com

Tara Futures Group

Region: Western Downs

President: Gayle Porter

Address: PO Box 243 Tara QLD 4421

Phone: (07) 4665 3465 (Work)

Email: taranews1@bigpond.com

Wandoan Chamber of Commerce

Regions: Western Downs

President: Kaylene Clarris

Address: PO Box 30 Wandoan QLD 4419

Phone: 0427 462 743

Email: kayleneclarris@bigpond.com

Toowoomba and Surat Basin Enterprise

Region: Western Downs, Toowoomba and Maranoa

Upstream Projects page 9 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

CEO: Shane Charles

Address: PO Box 825 Chinchilla QLD 4413

Phone: 0408 817 271

Email: ceo@toowoombaregionalenterprise.com.au

Web: http://www.suratbasincorporation.com.au

NOTE: this information is not necessarily exhaustive and may change over time. Company encourages
Contractor to conduct its own research of relevant chambers of commerce / industry organisations in the
region of Contract performance.

c) Other Points of Engagement

In addition to the steps outlined above, Contractor shall also send a summary of any scope of
work/supply not yet under an arrangement to:

Advance Western Downs


Contact: Craig Tunley
business@wdrc.qld.gov.au +61 (0)7 4679 4014 +61 (0)428 798 366

d) Local Content News

Contractor shall endeavour to provide Company with details of Subcontracts and substantial work
awarded to Local, Queensland and Australian suppliers, as they occur. Contractor shall endeavour
to alert Company of such developments in advance where possible. This will enable Company to
publically promote local content engagement across Company’s project which will also provide
positive media exposure for Contractor.

e) Local Content Events

Contractor shall endeavour to participate in both Company hosted and industry networking events
designed to enhance local content on the project.

f) Contractor’s Planned and Existing Processes

Contractor shall detail its existing methods to communicate supply opportunities and to identify
potential suppliers. For example, through websites, public media, a contract management system,
vendor registration facility, alliances with industry organisations, market research etc.

Where Contractor does not already have a system in place, the Local Content Plan should describe
a registration of interest / vendor enquiry process. This may take the form of a point of contact (email
and phone) or web-based facility, for example.

Supplier Feedback
Contractor shall specify its processes for providing constructive feedback to local businesses which have
been unsuccessful in Contractor’s Invitation-to-Tender or Request-for-Quote processes. Such feedback
should be given in good faith with the goal of the local business being able to improve their performance in
tenders or quotes in future.

Upstream Projects page 10 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

Contractor shall also detail its complaints management processes.

Supplier Targets
Related to the supply chain plan, Contractor shall set non-binding targets for the engagement of local
content, expressed as a percentage of total expected subcontracting value.

Employment and training


• Employment and Training Estimates

Given Company’s mandated commitments in its AIPP and other Local Content related commitments,
Contractor will be required to provide baseline employment and training estimates, to enable ongoing
assessment of the cumulative impacts of Company activities on employment needs and employment
opportunities in the region.

The Contractor shall provide a matrix that includes the full range of skills required for its labour force and
details the estimates (expressed as a percentage of total Contract execution man-hours and describing skill
areas) of:

a) Existing versus new employees required to resource Contract performance;


b) The number and skills areas of Contractor’s existing apprentices, trainees and graduates; and
c) The expected number and skill areas of apprentices, trainees and graduates to be engaged relevant to
the performance of the Work Under the Contract.

Such an estimate is to include an appraisal of the gaps in capacity of the local community and region to meet
these requirements through its existing workforce and industries, as well as through the training programs
offered in the local area and region. This can be demonstrated by:

a) Point of origin of employees required to resource Contract performance (i.e. sourced from Contract
performance impact regions, broader Queensland, broader Australia, 457 visa engagements and
overseas based resources); and
b) Employees that will reside within Contract performance impact regions.

• Employment and Training Strategies


Where there are identified gaps in capacity and / or capability (as outlined above), the Contractor is to
provide a strategy which demonstrates how the proponent will contribute to the effective acquisition of skilled
labour and/or training for same.

The Contractor shall detail their current and proposed employment and training policies, strategies and/or
initiatives that:

a) Support the maximisation of local employment and training opportunities within the local government
Areas or population centres proximal to where the Work Under the Contract is being undertaken;
b) Address equal employment opportunities;
c) Target the recruitment and retention individuals from vulnerable groups, which are defined under
Company’s Local Employment Plan as low income people, unemployed people, people with a disability,
people who speak language other than English, women and Indigenous people.
Upstream Projects page 11 of 15
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

d) How Contractor intends to train/up-skill and recruit local-regional, Queensland and Australian workers;
and
e) How training and employment opportunities will be communicated, including the intended use of job
referral services. Contractor should be aware of and reference Energy Skills Queensland and its
Careers in Gas (www.careersingas.com.au) platform. The Careers in Gas platform has been jointly
commissioned by Queensland CSG-LNG project proponents and Company encourages Contractors to
investigate the technical aspects of integrating software with the platform.

Upstream Projects page 12 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

APPENDIX 2 – INDIGENOUS PARTICIPATION PLAN GUIDANCE NOTE

DEVELOPING AN INDIGENOUS PARTICIPATION PLAN

General
The overall objective of an Indigenous Participation Plan (IPP) is to actively support Company’s commitment
to maximise opportunities for Indigenous people and Indigenous enterprises. Company’s commitment is
embedded in the approval conditions to the QCLNG Environmental Impact Statement, Indigenous Land Use
Agreements with Traditional Owner groups, the QCLNG Social Impact Management Plan and BG Group
Business Principles. As Company is legally bound to this commitment, Contractor’s IPP is a crucial
document.

Support
Upon request Company can provide access to Company resources and technical advice to support
Contractor’s initiatives to attract, develop and retain Indigenous workers and suppliers. In particular,
Company will provide Contractor with a database of Indigenous Australians interested in accessing
employment opportunities. Company shall also provide access to a database of Indigenous businesses
which registers their interest and capabilities.

BASIS OF AN INDIGENOUS PARTICIPATION PLAN


An IPP must clearly define, as a minimum:

• How Contractor proposes to attract, develop and retain Indigenous people (employees and
subcontractors) during the course of the Contract term;

• The skill areas and the potential number of opportunities within each skill set for Indigenous
employees;

• Contractor’s commitment, expressed as a target, to hire Indigenous workers;

• Contractor’s commitment to hire Indigenous workers on the same terms and conditions as non-
Indigenous employees, agency staff and subcontractors;

• Contractor’s commitment to workplace development (including, but not limited to cross-cultural


information sessions) to provide an informed and welcoming workplace;

• The support mechanisms which demonstrate Contractor has the expertise (or access to expertise) to
attract, develop and retain Indigenous workers;

• Contractor’s commitment to education, skills and competency development for Indigenous


employees, agency staff and Subcontractors;

• The support mechanisms which demonstrate Contractor has the expertise (or access to expertise) to
encourage and develop Indigenous enterprise;

• The proposed milestones, targets, key performance indicators for all of the commitments in
Contractor’s IPP; and

• Contractor’s commitment to bind its Subcontractors to the terms and conditions of the IPP.

Upstream Projects page 13 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

ACTION PLAN

The objective of Contractor’s IPP is to clearly set out the key actions Contractor will commit to in order to
maximise Indigenous employment and contracting opportunities through a training and employment and
Indigenous business strategy. Contractor’s IPP shall contain, at a minimum, key actions Contractor will take
to give effect to the following commitments:

• How Contractor will work with Company to increase participation of Indigenous people by way of
employment and training opportunities relevant to the Contract scope;

• The actions Contractor will take to develop with Company a vocational training program for the life of
the Contract that includes a secondary and tertiary scholarship program and development of
vocational training programs;

• How Contractor will work with Company in relation to the development and implementation of a
structured mentor program for Indigenous trainees, apprentices and employees

• The actions Contractor will take to develop and implement a skills, competency and training plan for
indigenous peoples relevant to Contract execution;

• Measures Contractor will employ to utilise and develop the capabilities of indigenous enterprises
including the potential for Indigenous Business Incubation;

• Measures and procedures Contractor will employ to ensure that subcontractors support the
participation of indigenous employees, provide training and utilise and develop indigenous
enterprises; and

• Where relevant to the scope of major subcontracted work, how Contractor will ensure potential
Subcontractors submit an Indigenous Participation Plan to form part of the tender evaluation. For
these relevant Subcontracts, Contractor shall include contract clauses committing the subcontractor
to implement and report against its Indigenous Participation Plan.

Contractor’s IPP shall also set out the following in relation to the key actions and commitments defined
above:

• Objectives;

• Organisation and resourcing;

• Stakeholder engagement, including with representative of Indigenous peoples, Indigenous


employees and enterprises; and

• Detailed schedule, with planned activities and deliverables against key performance indicators and
dates

Upstream Projects page 14 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
EXHIBIT G – LOCAL CONTENT AND
INDIGENOUS PARTICIPATION

Contractor is required to establish and agree with Company a summary schedule of planned activities and
milestones for key deliverables in relation to the IPP. The summary schedule will also form the basis of an
agenda for regular progress meetings between Company and Contractor.

Upstream Projects page 15 of 15


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit G – Local Content and Indigenous Participation
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO – 119491CNT

EXHIBIT H – COMPANY PROVIDED ITEMS & INFORMATION

Initialled by:

Level 30, 275 George Street


The Company: ...................... ........................ Brisbane QLD 4000
GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .................... ........................ www.qgc.com.au
ABN 11 089 642 553
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

1 COMPANY PROVIDED ITEMS ...................................................................................................................... 3


2 LOCATION OF SUPPLY COLLECTION POINTS ............................................................................................... 4
3 COMPANY PROVIDED INFORMATION ........................................................................................................ 4
4 COMPANY PROVIDED ACCOMMODATION ................................................................................................. 6
5 TETRA RADIOS............................................................................................................................................ 7
6 TELECOMMUNICATIONS ............................................................................................................................ 7
7 CONSTRUCTION WATER ............................................................................................................................. 7
8 BORROW PITS ............................................................................................................................................ 8
9 AUTHORISATIONS ...................................................................................................................................... 8
10 PROVISION OF ACCESS TO SITE ................................................................................................................ 9
APPENDIX 1 – COMPANY PROVIDED ITEMS ................................................................................................... 10
APPENDIX 2 – COMPANY PROVIDED IFC DOCUMENTATION & TECHNICAL INFORMATION SCHEDULE ........... 17
APPENDIX 3 – COMPANY PROVIDED INFORMATION ...................................................................................... 19
APPENDIX 4 – INDICATIVE BORE WATER QUALITY ......................................................................................... 22
APPENDIX 5 – AUTHORISATIONS FOR THE WORK UNDER THE CONTRACT ..................................................... 24
APPENDIX 6 - QCLNG-BFOA-LOG-PCE-000001 ACCOMMODATION & VILLAGE RULES ..................................... 36

Upstream Projects Page 2 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

1 COMPANY PROVIDED ITEMS

1.1 All defined terms in this Exhibit H shall have the same meaning as set out in the
Conditions of Contract unless otherwise stated.

1.2 In this Exhibit H, the terms “P&ID” and “Vendor” shall have the meaning given in
Exhibit A (Scope of Work).

1.3 The Company Provided Items listed in Appendix 1 will be free issued to the
Contractor by the Company for incorporation in the Permanent Works. References to
Appendix 1 in this Exhibit H are to Appendix 1 to this Exhibit H.

1.4 Items listed in Appendix 1 will be made available to the Contractor at the relevant
Collection Point by the date specified in Appendix 1, but, may be made available by
the Company at the Collection Point prior to the date indicated in Appendix 1, in
circumstances where:
a) Company receives and is able to distribute items in advance of the date; or
b) Contractor is able to collect or take possession of the items at the Collection
Point in advance of the date.
The Company will provide the Contractor with regular updates on the status of
procurement and not less than 5 days prior notice of any delivery to be made to Site,
if that is to occur prior to the date specified in Appendix 1.

1.5 For each Company Provided Item listed in Appendix 1 where the Collection Point is
stated as ‘Site’, the item will be delivered to Contractor’s nominated laydown area at
Site, unless otherwise agreed in writing.
1.6 The Contractor shall provide the Company with at least forty-five (45) calendar days
prior notice of the Contractor’s nominated laydown area for the delivery where the
load is overdimensional (i.e. longer than 25m, wider than 2.5m or higher than 4.3m
when on a standard trailer). For all other Company Provided Items the Contractor
shall provide the Company with at least fourteen (14) calendar days’ written notice of
the Contractor’s nominated laydown area.
1.7 The Contractor shall supply adequate transport for all Company Provided Items from
the Collection Point where the Collection Point stated in Appendix 1 is other than ‘Site’
and shall in all cases comply with any of the Company and Vendor instructions for
lifting, handling, transportation and unloading, storage and preservation of Company
Provided Items.
1.8 The Contractor shall be solely responsible for offloading the Company Provided Items
and for any Temporary Works arising in connection with the receipt and handling of
such Company Provided Items at the Collection Point, including ground

Upstream Projects Page 3 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

strengthening, provision of specialist lifting equipment, submission of lift studies and


the like. It is the Contractor’s responsibility to ensure that the correct lifting equipment
is provided based on the type and method of equipment delivery and on lifting data
provided by Company.

1.9 The Contractor shall adequately mark and store Materials and Company Provided
Items separately from any other materials Contractor may have in stock. Different
grades of Company Provided Items shall be segregated from each other, both in
storage and fabrication locations in accordance with the Contract.

1.10 Contractor shall not use Company Provided Items for Temporary Works.

1.11 The Contractor shall make the Company aware of any pre-existing loss, defects,
damage or non-conformances in the Company Provided Items in accordance with
Clause 15.2 of the Conditions of Contract through submission of an OS&D (Overage,
Shortage and Damage) report. Each report shall indicate specific details, location,
extent, and shall have photographs included.

2 LOCATION OF SUPPLY COLLECTION POINTS

2.1 The Collection Point for each Company Provided Item is set out in Appendix 1 of this
Exhibit H.
2.2 Where stated ‘Site’ or “Fabricator”, the item will be delivered to either the Contractor’s
nominated laydown area at Site, or Contractors nominated Fabricator unless
otherwise agreed in writing.

3 COMPANY PROVIDED INFORMATION

3.1 The Company will provide or make available to the Contractor the IFC Documentation
and other Technical Information listed in Appendix 2 on, or before the dates set out in
Appendix 2 here to and may progressively issue revisions to that IFC Documentation
and other Technical Information.
Where the Company is able to make available such Technical Information in advance
of the date, it will make it available to the Contractor.

3.2 The Company Provided Information provided by the Company to the Contractor for
the performance of the Work Under the Contract is that information referred to in:

Upstream Projects Page 4 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

• Appendix 2 (as may be amended in accordance with section 3.1 above); and
• Appendix 3 (Parts A and B).

In performing the Work Under the Contract and completing the Works, Contractor
must comply with the requirements of the documents listed as Company Provided
Information in Appendix 3 (Parts A and B).

Part A of Appendix 3 contains a combined list of all documents officially


transmitted to Contractor with document number prior to the Contract Date.

Part B of Appendix 3 contains all IFC Documentation and Technical Information


progressively issued to the Contractor by the Company during detailed design, i.e.
detailed deliverable list of Appendix 2. It should be noted that Part B also contains
deliverables issued prior to the Contract Date which comprises part of Part A, and the
Work Under the Contract should be completed in accordance with the latest
deliverables in Part B. Documents included in Part B fall into two categories:
• Facilities definition; and
• Vendor Documentation.
3.3 The detail design 3D model will contain technical attributes and data forming a
complete as built design, including as a minimum:
• Isometrics
• 2D Drawings
• MTO’s
• Weights
The final 3D model will contain attributes demonstrated on the P&IDs. These high
level, or overarching attributes will include but not be limited to:
• Tag numbers
• Line numbers
• Instrument tags
• Valve types
• Structural steel
• Building ID’s
• Cable tray I&E and telecoms

Referencing Procedure Equipment Data Attribute collection QCLNG-BX00-DDC-


PCE-000007 outlines what definitions or labels the Company intends to be available.

Upstream Projects Page 5 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

4 COMPANY PROVIDED ACCOMMODATION

4.1 Subject to Section 3(h) of Attachment 5 to Exhibit B (Compensation), Company will


provide accommodation and messing for Contractor’s Personnel up to a maximum of
six hundred persons at the regional facility listed below.

Location Type

Woleebee Creek Company owned facility

4.2 Subject to Section 3(h) of Exhibit B (Compensation), if Contractor requires


accommodation for more than six hundred persons, Contractor will have to provide
such accommodation itself.
4.3 Contractor will be responsible for the coordination of all bookings and reservations in
respect of the use of the accommodation villages made available by Company under
the Contract for the use of Contractor’s Personnel.
4.4 Contractor’s Personnel will not have exclusive use of the accommodation villages.
Company Group personnel will be co-located at each location and Other Contractors
may also utilise the accommodation villages.
4.5 Contractor must abide by the accommodation rules for Company owned facilities
(Appendix 6 QCLNG-BFOA-LOG-PCE-000001).
4.6 The accommodation village at each location is serviced with en-suited rooms, central
services and recreational facilities.
4.7 Each accommodation village is to be operated on a “motel” basis, whereby rooms
shall only be assigned to residents for the duration of their rostered cycle, with storage
facilities being made available for personal effects during periods of absence.
4.8 The number and timing of Contractor’s Personnel accommodated at the facilities shall
therefore be subject to Company agreement at all times.
4.9 Contractor shall, at its own cost, make arrangements for the accommodation, messing
and transportation of any Contractor’s Personnel that cannot be accommodated at the
Company provided accommodation facilities, for whatever reason.
4.10 Contractor shall ensure that Contractor’s Personnel at all times comply with all
applicable Authorisations and regulations in respect of the use of the accommodation
villages, that Company is required to observe or comply with as may be provided to
Contractor from time to time.
4.11 Contractor shall ensure that in utilising the accommodation villages it complies at all
times with applicable Health, Safety, Security and Environment requirements as set
out in Exhibit D (Health, Safety, Security and Environment) and as otherwise set out in
the Conditions of Contract.

Upstream Projects Page 6 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

5 TETRA RADIOS

5.1 Terrestrial Trunked Radio (TETRA) will be free issued to the Contractor for use by
Contractor and its Subcontractors.
5.2 TETRA units will be available for Contractor collection from Company designated
storage location in Chinchilla, QLD.
5.3 One off installation costs for vehicle fitting will be at the Contractor’s expense and will
be conducted by Company’s preferred Vendor.
5.4 At completion of the Work Under the Contract, Contractor will return TETRA units in
full working condition to Company designated storage location in Chinchilla, QLD.
Damaged or lost units will be repaired or (if repair is not possible) replaced at
Contractor’s expense.

6 TELECOMMUNICATIONS

6.1 The scope of work for Surat North Early Telecommunications is defined in document
QCLNG-BB62-TEL-SOW-000001.
6.2 Construction communications shall be established by Contractor using Company
provided temporary skid mounted tower with telescopic mast, guy wires, and
telecommunications hut.
6.3 Wellsite communications shall be established by Company and Contractor using
Company provided Charlie FCS permanent communication tower and temporary
telecommunications hut.
6.4 Contractor shall transport all temporary telecommunications equipment from
Contractor nominated laydown area to the required installation locations.
6.5 At Practical Completion of the last Separable Portion to achieve Practical Completion,
Contractor shall return temporary equipment in full working condition to Company
designated storage location. Damaged equipment will be repaired or (if repair is not
possible) replaced at Contractor’s expense.

7 CONSTRUCTION WATER

7.1 Company shall make available the following construction water sources for use by
Contractor
• GW226 Construction Water Bore located on Charlie Block and comprises a 10ML
pond and 2 no. tanker filling points at 40l/s capacity (indicative quality information,
Appendix 4);

Upstream Projects Page 7 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

• GW23 Construction Water Bore located on Polaris Block (≈18km from Charlie
FCS point-to-point) and comprises a 7ML pond with 1 filling point 40l/s;
• Woleebee Creek Ponds (via GW4) Cell 1.
7.2 Contractor will not have exclusive use of the construction water sources and Other
Contractors will also utilise these facilities.
7.3 Contractor shall provide an overall construction water usage forecast for the duration
of the Work Under the Contract, supplemented with a rolling two weekly forecast look
ahead.
7.4 Contractor shall be responsible for collection, transporting, testing and final disposal of
construction water.
7.5 If Contractor requires additional construction water Contractor shall provide such
water itself.

8 BORROW PITS

8.1 Company shall make available the following construction borrow pit for use by
Contractor:
• Bethany Pit, North of Bundi Road (-26.070844° 149.666177°), is expected to
consistently yield Type 4 quality materials but with some variation in actual test
results. For further information refer to QGC, Quarry Site Investigation, BETHANY
PIT Bundi Rd, 30th April 2015.
8.2 Contractor will not have exclusive use of Bethany Pit and Other Contractors will also
utilise these facilities.
8.3 Contractor shall provide an overall construction aggregate usage forecast for the
duration of the Work Under the Contract, supplemented with a rolling two weekly
forecast look ahead.
8.4 Contractor shall be responsible for collection and transporting of construction borrow
pit materials.
8.5 Any material transported by the Contractor, but not utilised during construction will be
the responsibility of the Contractor to dispose off.
8.6 If Contractor requires additional construction aggregates Contractor shall provide such
material itself.
8.7 Contractor will not be responsible for establishing, operating, loading of material from
pit floor or rehabilitating Bethany Pit.

9 AUTHORISATIONS

9.1 The Company shall obtain and maintain all of the Authorisations listed in Appendix 5
hereto as the responsibility of the Company to obtain. The Parties agree that the

Upstream Projects Page 8 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Contractor will receive the benefit of such Authorisations as required to conduct the
Work Under the Contract.
9.2 The Contractor shall obtain and maintain all of the Authorisations listed in Appendix 5
hereto as the responsibility of the Contractor to obtain.
9.3 The Company provided Authorisations will be obtained by the Company at such times
as to enable the Contractor to conduct the Work Under the Contract in accordance
with the dates set out in the Target Schedule.
9.4 Authorisations to be obtained by the Company are not deliverables to be provided to
the Contractor by the Company.
9.5 The Company’s obligations in respect of the provision of any terms or conditions
attaching to any Company provided Authorisation is limited to providing the Contractor
with details of such conditions attaching to the Authorisation obtained by the Company
with which the Contractor is required by the Contract to comply.

10 PROVISION OF ACCESS TO SITE

10.1 Subject to Contractor complying with all of its obligations under the Contract with
regard to obtaining access (including, without limitation, obtaining any Authorisations
required for such access which are the responsibility of the Contractor to obtain),
Contractor will be provided access to the Site by the Contract Date for each portion of
the Work Under the Contract as described in the table below.
10.2 Access to all parts of the Site is subject to the required notification process for the
Land Access Activity Requests as further detailed in Exhibit P (Land Access).

Block /
Petroleum Lease Petroleum Pipeline License Environmental Authority
Facility

Charlie
PL498 EPPG00700113
FCS/Pond

Phillip Pond PL498 EPPG00700113

Trunkline &
NA PPL 196/PPL 197 EPPG03339515
OHL

Woleebee
PL276 EPPG00903513
Creek CPP

Upstream Projects Page 9 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 1 – COMPANY PROVIDED ITEMS

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

9 FCS LTS (Dehydrator) Package QCLNG-BB62-MEC-MRQ-301020 20/09/2016 Site

10 FCS Compressor Packages QCLNG-BB62-MEC-MRQ-301000 28/08/2016 Site

11 FCS Inlet Separator QCLNG-BB62-MEC-MRQ-301001 20/09/2016 Site

12 FCS FCS Pumps QCLNG-BB62-MEC-MRQ-301004 10/05/2016 Site

Instrument Air/Nitrogen generation


16 FCS QCLNG-BB62-MEC-MRQ-301003 17/09/2016 Site
Package

18 FCS Flare Package QCLNG-BB62-MEC-MRQ-301006 22/07/2016 Site

Supply LV & HV Electrical Rooms


20 FCS QCLNG-BB62-ELE-MRQ-300000 16/08/2016 Site
including Switchgear

21 FCS HV Power + Distribution Transformers QCLNG-BB62-ELE-MRQ-300002 9/08/2016 Site

22A FCS HV Cables QCLNG-BB62-ELE-MRQ-300001 25/08/2016 Site

24A FCS ILER Room QCLNG-BB62-CNI-MRQ-300000 18/08/2016 Site

25 FCS Control valves QCLNG-BB62-CNI-MRQ-300002 9/05/2016 Site/Fabricator

25A FCS Control valves -Top ups (Variation 1) QCLNG-BB62-CNI-MRQ-300002 9/05/2016 Site/Fabricator

26 FCS Shut-down valve (Actuated Valves) QCLNG-BB62-CNI-MRQ-300003 9/05/2016 Site/Fabricator

Upstream Projects Page 10 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

Shut-down valve (Actuated Valves) -


26A FCS QCLNG-BB62-CNI-MRQ-300003 9/05/2016 Site/Fabricator
Solenoid change

Shut-down valve (Actuated Valves) -Top


26B FCS QCLNG-BB62-CNI-MRQ-300003 16/05/2016 Site/Fabricator
up Order 1

27 FCS Metering Package QCLNG-BB62-CNI-MRQ-300004 10/05/2016 Site/Fabricator

28 FCS PSV QCLNG-BB62-CNI-MRQ-300005 22/06/2016 Site/Fabricator

28A FCS PSV -Top up order 1 QCLNG-BB62-CNI-MRQ-300005 22/06/2016 Site/Fabricator

51 FCS Pipe Bulks QCLNG-BB62-MEC-MRQ-301026 9/03/2016 Fabricator

Pipe Bulks -top ups and less than 400NB -


51A FCS QCLNG-BB62-MEC-MRQ-301026 9/03/2016 Fabricator
Top up order 1

52 FCS Valves and valve interlocks QCLNG-BB62-MEC-MRQ-301025 9/05/2016 Site/Fabricator

Valves and valve interlocks (Variation 1 -


52A FCS QCLNG-BB62-MEC-MRQ-301025 5/02/2016 Site/Fabricator
SP 4045 for CPP shutdown)

52B FCS Valves and valve interlocks (Variation 2) QCLNG-BB62-MEC-MRQ-301025 9/05/2016 Site/Fabricator

52C FCS Valves and valve interlocks (Variation 3) QCLNG-BB62-MEC-MRQ-301025 23/05/2016 Site/Fabricator

52D FCS Valves and valve interlocks (Variation 4) QCLNG-BB62-MEC-MRQ-301025 23/05/2016 Site/Fabricator

Gas
47 End Closures (Gas TL) QCLNG-BB62-PLE-MRQ-302004 25/04/2016 Site
Trunkline

Gas
30A Line pipe and Induction Bends QCLNG-BB62-PLE-MRQ-302000 1/04/2016 Site/Fabricator
Trunkline

Upstream Projects Page 11 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

Gas High Strength Fittings (including Barred


31A QCLNG-BB62-PLE-MRQ-302006 1/04/2016 Site/Fabricator
Trunkline Tees) VO 1

Gas Boundary Isolation Valves (Actuated


32 QCLNG-BB62-CNI-MRQ-300006 26/05/2016 Site
Trunkline Valves)

Gas
33 Pipeline Manual Valves - Ball QCLNG-BB62-PLE-MRQ-302005 9/05/2016 Site/Fabricator
Trunkline

Gas
33B Pipeline Manual Valves - Ball (Variation 1) QCLNG-BB62-PLE-MRQ-302005 9/05/2016 Site/Fabricator
Trunkline

Gas
33C Pipeline Manual Valves - Ball (Variation 2) QCLNG-BB62-PLE-MRQ-302005 15/05/2016 Site/Fabricator
Trunkline

Gas
34 Monolithic Isolation Joint QCLNG-BB62-PLE-MRQ-302002 25/04/2016 Site
Trunkline

Water
36 PE Pipe - Water Trunkline QCLNG-BB00-PLE-MRQ-302000 18/07/2016 Toowoomba
Trunkline

Pump
36A PE Pipe - Water Trunkline (Pump Station) QCLNG-BB00-PLE-MRQ-302000 23/07/2016 Site
Station

Water
37 PE Fittings - Water Trunkline QCLNG-BB00-PLE-MRQ-302001 18/07/2016 Site
Trunkline

Pump PE Fittings - Water Trunkline (part pump


37A QCLNG-BB00-PLE-MRQ-302001 23/07/2016 Site
Station station)

Water
38 CS Isolation Valve - Water Trunkline QCLNG-BB00-PLE-MRQ-302002 25/04/2016 Site
Trunkline

Pump
38A Additional check valves (Pump Station) QCLNG-BB00-PLE-MRQ-302002 23/07/2016 Site
Station

Pump
38B Pump station valve interlocks QCLNG-BB00-PLE-MRQ-302002 23/07/2016 Site
Station

Water
39 AIR VALVES - Water Trunkline QCLNG-BB00-PLE-MRQ-302003 8/08/2016 Site
Trunkline

Upstream Projects Page 12 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

Pump AIR VALVES - Water Trunkline (pump


39C QCLNG-BB00-PLE-MRQ-302003 23/07/2016 Site
Station station)

Water
39A Back Pressure Control Valves QCLNG-BB00-PLE-MRQ-302004 10/07/2016 Site
Trunkline

Water
132 RTU QCLNG-BB62-CNI-MRQ-302003 30/07/2016 Site
Trunkline

22 FCS 33kV Electrical Room QCLNG-BB62-ELE-MRQ-300004 16/08/2016 Site

22B FCS 33kV Switchgear QCLNG-BB62-ELE-MRQ-301002 16/08/2016 Site

42 Power Sub Station Control Room QCLNG-BB62-ELE-MRQ-310002 7/07/2016 Site

43 Power 132/33kV Transformer QCLNG-BB62-ELE-MRQ-310001 16/06/2016 Site

44 Power 132kV Circuit Breakers QCLNG-BC00-ELE-MRQ-310001 26/06/2016 Site

44A Power 132kV Disconnectors QCLNG-BC00-ELE-MRQ-310003 16/06/2016 Site

132kV CURRENT TRANSFORMERS


45 Power AND CAPACITIVE VOLTAGE QCLNG-BC00-ELE-MRQ-310002 25/06/2016 Site
TRANSFORMER

110 Power Substation Aux Transformer QCLNG-BB62-ELE-MRQ-301005 18/06/2016 Site

55 FCS Fire and Gas detectors QCLNG-BB62-CNI-MRQ-301000 24/11/2016 Site

56 FCS Communications Tower QCLNG-BB62-TEL-MRQ-301000 18/05/2016 Site

57 FCS Facility Flare Flow meter QCLNG-BB62-CNI-MRQ-301001 30/08/2016 Site

Upstream Projects Page 13 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

57A FCS Gathering Flare Flow meter QCLNG-BB62-CNI-MRQ-301001 30/08/2016 Site

Level gauges and transmitters


65 FCS (magnetostrictive) and Radar level QCLNG-BB62-CNI-MRQ-301004 7/11/2016 Site
transmitters

67 FCS Temperature Transmitters QCLNG-BB62-CNI-MRQ-301006 16/05/2016 Site

107 FCS RO's QCLNG-BB62-CNI-MRQ-301007 9/05/2016 Site/Fabricator

107
FCS RO's QCLNG-BB62-CNI-MRQ-301007 9/05/2016 Site/Fabricator
A

108 FCS Flow Computers + analyser system QCLNG-BB62-CNI-MRQ-301008 30/08/2016 Site

116 FCS Neutral Earthing Resistors (FCS) QCLNG-BB62-ELE-MRQ-301001 22/08/2016 Site

123 FCS Interceptor Pit Pumps QCLNG-BB62-MEC-MRQ-301027 29/08/2016 Site

124 FCS Variable Area Flow Meter QCLNG-BB62-CNI-MRQ-301009 30/08/2016 Site

125 FCS Oil Skimmer From Phase 1 29/08/2016 Site

126 FCS Oil Storage Tank QCLNG-BB62-MEC-MRQ-301028 29/08/2016 Site

77 Power 132kV pole anchor bolts QCLNG-BB62-ELE-MRQ-310000 20/03/2016 Site

77A Power 132kV pole QCLNG-BB62-ELE-MRQ-310000 6/06/2016 Site

121 Power 132kV line QCLNG-BB62-ELE-MRQ-310000 1/07/2016 Site

Upstream Projects Page 14 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

127 FCS Pig Signal Switches QCLNG-BB62-CNI-MRQ-302002 30/08/2016 Site

95 FCS Temp Equipment Room QCLNG-BB62-TEL-MRQ-301004 18/06/2016 Site

Supply of Charlie and intermediate pond


128 Ponds QCLNG-BB62-ELE-MRQ-302001 14/09/2016 Site
33kV RMU

111 Power Busbar and Fittings and post insulators QCLNG-BC00-ELE-MRQ-310005 30/06/2016 Site

Charlie and intermediate pond low voltage


113 Power QCLNG-BB62-ELE-MRQ-302000 9/07/2016 Site
switchgear

6A FCS LPD Sump FCS Inlet (Slug Catcher) QCLNG-BB00-PLE-MRQ-300009 5/09/2016 Site

131 Pump
Pump Rectification QCLNG-BB00-MEC-MRQ-302000 23/07/2016 Site
A Station

Pump
131 Pond Pump Motor Rework N/A 23/07/2016 Site
Station

Pump
133 Magnetic Flow Meters QCLNG-BB62-CNI-MRQ-302004 23/07/2016 Site
Station

Pump
134 Suction Strainer QCLNG-BB00-MEC-MRQ-302004 23/07/2016 Site
Station

Pump
135 Bund Pumps QCLNG-BB00-MEC-MRQ-302001 23/07/2016 Site
Station

Pump
136 Priming Pumps QCLNG-BB00-MEC-MRQ-302001 23/07/2016 Site
Station

Pump
137 PE Valves QCLNG-BB00-PLE-MRQ-302008 23/07/2016 Site
Station

Supply of Charlie FCS Gathering system


130 FCS QCLNG-BB62-ELE-MRQ-301007 15/08/2016 Site
LV switchgear

Upstream Projects Page 15 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

CNT Delivery Collection


Facility Package Title MRQ Number
No. Date* Point

121
Power 132kV line insulators and hardware QCLNG-BB62-ELE-MRQ-310000 7/06/2016 Site
A

138 Ponds Ponds Water Quality Instruments QCLNG-BB62-ELE-MRQ-000001 23/07/2016 Site

*Delivery dates shown in Exhibit H, Appendix 1 are the final delivery date for that package

Upstream Projects Page 16 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 2 – COMPANY PROVIDED IFC DOCUMENTATION & TECHNICAL


INFORMATION SCHEDULE

The dates tabled below represent the date for Company providing or making available complete IFC
Documentation and other Technical Information for the activities described.

Facility Ref. Company Provided Information Planned Date


Charlie FCS

Engineering for Electrical 8/02/2016


Engineering for Instrumentation 27/01/2016
Engineering for Piping 22/12/2015
Engineering for Mechanical 13/11/2015
Engineering for Process 17/12/2015
Safety & Risk 8/02/2016
Engineering for Structural Steel 25/01/2016
Engineering for Structural Concrete 25/01/2016
Engineering for Telecoms 13/01/2016
Engineering for Civil Works 23/11/2015
Vendor Data IFC 13/01/2016
Water Trunklines
Engineering for Instrumentation 10/11/2015
Engineering for Pipeline 14/12/2015
Engineering for Process 7/12/2015
Vendor Data IFC 11/01/2016
Gas Trunkline
Engineering for Pipeline 30/11/15
Engineering for Process Contract Date
Vendor Data IFC 15/01/2016

Woleebee Creek CPP

Engineering for Electrical Contract Date


Engineering for Instrumentation Contract Date
Engineering for Piping Contract Date
Engineering for Process Contract Date
Engineering for Structural Steel/Concrete Contract Date

Infield Storage Ponds

Engineering for Civil Works 2/11/2015


Engineering for Electrical 6/11/2015
Engineering for Process Contract Date
Pump Station
Upstream Projects Page 17 of 36
Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Facility Ref. Company Provided Information Planned Date


Engineering for Process 23/12/2015
Safety & Risk 17/12/2015
Engineering for Piping 24/12/2015
Engineering for Pipelines 24/12/2015
Engineering for Mechanical 17/12/2015
Engineering for Structure 17/12/2015
Engineering for Civil Works 02/12/2015
Engineering for Electrical 24/12/2015
Engineering for Instrumentation. &
24/12/2015
Telecoms
Vendor Data APD 5/02/2016

FCS Infrastructure

Engineering for FCS Infrastructure 23/11/2015

Roads

Engineering for Civil Works Contract Date

Charlie Power Substation

13/11/15
Engineering for Electrical
Contract Date
Engineering for Structural/Concrete
Contract Date
Vendor Data APD

Woleebee Creek Power


Station
Engineering for Electrical Contract Date
Engineering for Structural Steel/Concrete Contract Date
132 OHL
Engineering for Electrical 14/12/2015
Engineering for Structural Steel/Concrete 15/12/2015
Vendor Data IFC 18/01/2016

Upstream Projects Page 18 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 3 – COMPANY PROVIDED INFORMATION

PART A) DOCUMENTS PROVIDED PRIOR TO CONTRACT DATESTAGE

The following Document Lists are attached via embedded object below:

• Clear Master List (Rev Updated), combined to include:

o Facilities Definition

o Generic Engineering

o General Company Standards

Completions

15. 119491CNT
Exhibit H Company Pr

(PART B) IFC DOCUMENTATION & TECHNICAL INFORMATION


The following Document Lists are attached via embedded object below:

• Facilities Definition

15. 119491CNT
Exhibit H Facilities Del

The following documents were issued prior to award and must be complied with by the Contractor, but were
not used to develop the Target Cost at the Contract Date.

Document No. Rev. Document Title


BG-ST-HR-SER-004 0 HEALTH MANAGEMENT STANDARD
BG-ST-OPS-T&D-002 4 Design, Construction, Operation and Maintenance of Gas Pipelines, Gathering and Distribution Systems
operating at pressures up to and including 16 barg
QCLNG-BB62-ENV-RPT-302000 0 CHARLIE TRUNKLINE SOIL ASSESSMENT AND MANAGEMENT PLAN
QCLNG-BX00-COM-PCE-000026 3 Polyethylene Pipeline Pressure Testing and Cleaning Procedure. Addendum for Wellsites
QCLNG-BX00-ENV-PLN-000034 3 Soil Management Plan
QCLNG-BX00-ENV-PLN-000060 1 Fauna Management Plan
QCLNG-BX00-ENV-TMP-000005 0 Waterway Notification Template
QCQGC-BX00-ENV-PCE-000005 0 Standard Operating Procedure for Use of CSG Water for Construction

Upstream Projects Page 19 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Document No. Rev. Document Title


QCQGC-BX00-ENV-PCE-000006 0 Standard Operating Procedure for Monitoring/Discharge of treated sewage /grey water
QCQGC-BX00-ENV-PCE-000007 0 Standard Operating Procedure for Use of CSG Water for Dust Suppression
QCQGC-BX00-ENV-PLN-000017 3 Land Release Management Plan
QCQGC‐BX00‐ENV‐SOP‐000008 0 Standard Operating Procedure for Use of CSG Water for Landscaping and Revegetation
QCQGC-BX00-HSS-STD-000002 0 FOOD SAFETY STANDARD
QCOPS-BX00-ENV-PLN-000005 0 Construction Reinstatement Specification for Linear Infrastructure
QCQGC-BX00-ENV-FRM-00003 0 CSG Water Use Application Form
BG-ST-ECC-ENV-001 1.1 BG Environment and Climate Change Standard
QCQGC-BX00-ENV-PLN-000018 1 Noise Management Plan - QGC

VENDOR DOCUMENTS

Vendor document will be supplied in accordance with the data below

Facility Package Title MRQ Number

FCS LTS (Dehydrator) Package QCLNG-BB62-MEC-MRQ-301020

FCS Compressor Packages QCLNG-BB62-MEC-MRQ-301000

FCS Inlet Separator QCLNG-BB62-MEC-MRQ-301001

FCS FCS Pumps QCLNG-BB62-MEC-MRQ-301004

FCS Instrument Air/Nitrogen generation Package QCLNG-BB62-MEC-MRQ-301003

FCS Flare Package QCLNG-BB62-MEC-MRQ-301006

FCS Supply LV & HV Electrical Rooms including Switchgear QCLNG-BB62-ELE-MRQ-300000

FCS HV Power + Distribution Transformers QCLNG-BB62-ELE-MRQ-300002

FCS HV Cables QCLNG-BB62-ELE-MRQ-300001

FCS ILER and ICSS QCLNG-BB62-CNI-MRQ-300000

FCS Control valves QCLNG-BB62-CNI-MRQ-300002

FCS Shut-down valve (Actuated Valves) QCLNG-BB62-CNI-MRQ-300003

FCS Metering Package QCLNG-BB62-CNI-MRQ-300004

FCS PSV QCLNG-BB62-CNI-MRQ-300005

FCS Pipe Bulks QCLNG-BB62-MEC-MRQ-301026

FCS Pipe Bulks -top ups and less than 400NB QCLNG-BB62-MEC-MRQ-301026

FCS Valves and valve interlocks QCLNG-BB62-MEC-MRQ-301025

G. Trunkline End Closures (Gas TL) QCLNG-BB62-PLE-MRQ-302004

G. Trunkline Line pipe and Induction Bends QCLNG-BB62-PLE-MRQ-302000

G. Trunkline High Strength Fittings (including Barred Tees) QCLNG-BB62-PLE-MRQ-302006

G. Trunkline Boundary Isolation Valves (Actuated Valves) QCLNG-BB62-CNI-MRQ-300006

G. Trunkline Pipeline Manual Valves - Ball QCLNG-BB62-PLE-MRQ-302005

G. Trunkline Pipeline Manual Valves - Globe QCLNG-BB62-PLE-MRQ-302005

G. Trunkline Monolithic Isolation Joint QCLNG-BB62-PLE-MRQ-302002

W.Trunkline PE Pipe - Water Trunkline QCLNG-BB00-PLE-MRQ-302000

W.Trunkline PE Fittings - Water Trunkline QCLNG-BB00-PLE-MRQ-302001

Upstream Projects Page 20 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Facility Package Title MRQ Number

W.Trunkline CS Isolation Valve - Water Trunkline QCLNG-BB00-PLE-MRQ-302002

W.Trunkline AIR VALVES - Water Trunkline QCLNG-BB00-PLE-MRQ-302003

W.Trunkline Back Pressure Control Valves QCLNG-BB00-PLE-MRQ-302004

FCS 33kV Electrical Room QCLNG-BB62-ELE-MRQ-300004

FCS 33kV Switchgear QCLNG-BB62-ELE-MRQ-301002

Power Sub Station Control Room QCLNG-BB62-ELE-MRQ-310002

Power 132/33kV Transformer QCLNG-BB62-ELE-MRQ-310001

Power 132kV Circuit Breakers QCLNG-BC00-ELE-MRQ-310001

Power 132kV Disconnectors QCLNG-BB62-ELE-MRQ-310004

Power 132kV CURRENT & CAPACITIVE VOLT. TRANSFORMER QCLNG-BC00-ELE-MRQ-310002

Power Substation Aux Transformer QCLNG-BB62-ELE-MRQ-301005

PS Pump Station Design & Supply

FCS Fire and Gas detectors QCLNG-BB62-CNI-MRQ-301000

FCS Communications Tower QCLNG-BB62-TEL-MRQ-301000

FCS Flare and water flow meters QCLNG-BB62-CNI-MRQ-301001

FCS Temperature gauges

FCS Level gauges and transmitters (magnetostrictive) QCLNG-BB62-CNI-MRQ-301004

FCS Radar Level Transmitter

FCS Temperature Transmitters QCLNG-BB62-CNI-MRQ-301006

FCS RO's QCLNG-BB62-CNI-MRQ-301007

FCS Flow Computers + analyser system QCLNG-BB62-CNI-MRQ-301008

FCS Neutral Earthing Resistors (FCS) QCLNG-BB62-ELE-MRQ-301001

FCS Interceptor Pit Pumps QCLNG-BB62-MEC-MRQ-301027

FCS Variable Area Flow Meter

FCS Oil Skimmer

FCS Oil Storage Tank

G. Trunkline Anchor flanges QCLNG-BB62-MEC-MRQ-301024

Power 132kV poles QCLNG-BB62-ELE-MRQ-310000

Power 132kV line QCLNG-BB62-ELE-MRQ-310000

FCS Pig Signal Switches

FCS Temp Equipment Room QCLNG-BB62-TEL-MRQ-301004

Ponds Supply of Charlie and intermediate pond 33kV RMU QCLNG-BB62-ELE-MRQ-302001

Power Busbar and Fittings and post insulators QCLNG-BC00-ELE-MRQ-310005

Power Charlie and intermediate pond low voltage switchgear QCLNG-BB62-ELE-MRQ-302000

FCS LPD Sump FCS Inlet QCLNG-BB00-PLE-MRQ-300009

FCS Supply of Charlie FCS Gathering system LV switchgear QCLNG-BB62-ELE-MRQ-301007

Upstream Projects Page 21 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 4 – INDICATIVE BORE WATER QUALITY

SAMPLE NUMBER 1 2 3 4 5 6 7 8 9 10 11 12 13
Physical Parameters
Temperature °C 29.2 29.2
pH 8.7 7.3 9 9.1 9.2 9.3 9.1 8.5 9.1 9.1 8.8 8.3 8.3
Conductivity uS/cm 340 300 300
Total Dissolved Solids mg/L 150 190 160 170 150 170 170 190 200 200 220 220 280
Total Suspended Solids mg/L 2 1 <1 <1 <1 <1 6 8 > 10 > 10 2 4 5
Sodium Adsorption Ratio 23 15 14 15 16 16 16 17 18 18 18 18 20
Cation / Anion % RPD % 1.2 1.1 2.1
Anions
Chloride mg/L 20 36 33
Sulphate as SO4(2-) mg/L 9 4 4
Carbonate (as CaCO3) mg/L <1 20 20
Bicarbonate (as CaCO3) mg/L 87 72 82 78 76 80 70 80 70 80 80 90 100
Hydroxide (as CaCO3) mg/L <1 <1 <1
Total Alkalinity (as CaCO3) mg/L 72 90 100
Fluoride mg/L 0.3 0.6 0.6
Nitrate as N mg/L 1.2 < .01 < .01
Nitrite as N mg/L < .01 < .01 < .01
Total Cyanide mg/L < .004 < .004 < .004
Total Anions (meq/L) mEq/L 2.2 2.9 3
Cations
Calcium mg/L 0.61 0.6 0.62
Magnesium mg/L 0.11 0.16 0.17
Sodium mg/L 49 62 63
Potassium mg/L 2.4 3.9 4
Total Cations (meq/L) mEq/L 2.2 2.8 2.9
Dissolved Metals
Aluminium mg/L 0.03 0.035 0.032
Arsenic mg/L < .001 < .001 < .001
Barium mg/L 0.012 0.02 0.02
Beryllium mg/L < .001 < .001 < .001
Boron mg/L 0.038 0.053 0.066
Cadmium mg/L < .0001 < .0001 < .0001
Chromium mg/L < .001 < .001 < .001
Cobalt mg/L < .001 < .001 < .001
Copper mg/L < .001 < .001 < .001
Iron mg/L 0.28 0.53 0.54
Lead mg/L < .001 < .001 < .001
Manganese mg/L 0.001 0.004 0.004
Mercury mg/L < .0001 < .0001 < .0001
Molybdenum mg/L < .001 < .001 < .001
Nickel mg/L 0.001 < .001 < .001
Selenium mg/L < .005 < .005 < .005
Silica (SiO2) mg/L 37 26 26
Strontium mg/L 0.024 0.038 0.04
Silver mg/L < .005 < .005 < .005
Vanadium mg/L < .001 < .001 < .001
Zinc mg/L < .001 < .001 < .001
Total Metals
Total Arsenic mg/L 0.001 < .001 < .001
Total Petroleum Hydrocarbons
C6-C9 mg/L < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01
C10-C14 mg/L < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01 < .01
C15-C28 mg/L < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05
C29-C36 mg/L < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05
Total C6-C36 mg/L < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05 < .05
Polycyclic Aromatic Hydrocarbons
3-Methylcholanthrene mg/L < .001 < .001 < .001
7,12-Dimethylbenz(a)anthracene mg/L < .001 < .001 < .001
Acenaphthene mg/L < .001 < .001 < .001
Acenaphthylene mg/L < .001 < .001 < .001
Anthracene mg/L < .001 < .001 < .001
Benzo (a) anthracene mg/L < .001 < .001 < .001
Benzo (a) pyrene mg/L < .001 < .001 < .001
Benzo (b) fluoranthene mg/L < .001 < .001 < .001
Benzo (ghi) perylene mg/L < .001 < .001 < .001
Benzo (k) fluoranthene mg/L < .001 < .001 < .001
Chrysene mg/L < .001 < .001 < .001
Dibenz (ah) anthracene mg/L < .001 < .001 < .001
Fluoranthene mg/L < .001 < .001 < .001
Fluorene mg/L < .001 < .001 < .001
Indeno (1,2,3-cd) pyrene mg/L < .001 < .001 < .001
Naphthalene mg/L < .001 < .001 < .001
Phenanthrene mg/L < .001 < .001 < .001
Pyrene mg/L < .001 < .001 < .001
Phenols
2,3,4,6-Tetrachlorophenol mg/L < .001 < .001 < .001
2,4,5-Trichlorophenol mg/L < .001 < .001 < .001
2,4,6-Trichlorophenol mg/L < .001 < .001 < .001
2,4-Dichlorophenol mg/L < .001 < .001 < .001
2,4-Dimethylphenol mg/L < .001 < .001 < .001
2,4-Dinitrophenol mg/L < .001 < .001 < .001

Upstream Projects Page 22 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

2,6-Dichlorophenol mg/L < .001 < .001 < .001


2-Chlorophenol mg/L < .001 < .001 < .001
2-Methyl-4,6-dinitrophenol mg/L < .001 < .001 < .001
2-Nitrophenol mg/L < .001 < .001 < .001
4-Chloro-3-methylphenol mg/L < .001 < .001 < .001
4-Nitrophenol mg/L < .001 < .001 < .001
Dinoseb mg/L < .001 < .001 < .001
Hexachlorophene mg/L < .001 < .001 < .001
m+p-Cresol mg/L < .001 < .001 < .001
o-Cresol mg/L < .001 < .001 < .001
Pentachlorophenol mg/L < .001 < .001 < .001
Phenol mg/L < .001 < .001 < .001
BTEX
Benzene mg/L < .001 < .001 < .001
Toluene mg/L < .001 < .001 < .001
Ethylbenzene mg/L < .001 < .001 < .001
m+p-Xylenes mg/L < .001 < .001 < .001
o-Xylene mg/L < .001 < .001 < .001
Nutrients
Dissolved Organic Carbon mg/L 2 1.3 1.5
Total Organic Carbon mg/L 2 1.6 1.6

Upstream Projects Page 23 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 5 – AUTHORISATIONS FOR THE WORK UNDER THE CONTRACT

The following table identifies Authorisations to be obtained by each of the Contractor and the
Company for performance of the Work Under the Contract.
It is acknowledged that:
1. For documents indicated as "Contractor to provide support" Contractor will conduct
surveys and provide the supporting information identified in Table 5.1 below required to
obtain Authorisations, in accordance with the requirements of Conditions of Contract
Clause 25.3. Deliverables to be provided by Contractor for an Authorisation to be
obtained by the Company must include an appropriate level of detail sufficient to allow
timely assessment by the relevant Competent Authority.
2. Once received, copies of all Authorisations which are the Contractor's responsibility are
to be provided to the Company upon receipt of written request from the Company.
3. The list of Authorisations provided in this Appendix 4 does not purport to be an
exhaustive list of all Authorisations to be obtained by the Parties.

Upstream Projects Page 24 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Table 5.1

Responsible Comments and assistance to be


Authorising Legislation / Document Authorisation Name Scope
Party provided by the Contractor

Primary Authorisations

Federal

EPBC Controlled Action


Environment Protection and Biodiversity Required where an action may have a significant impact on matters of national
Approval (EPBC The Company
Conservation Act 1999 environmental significance
213/7047)

Indigenous Land Use ILUA needs to be registered with the National Native Title Tribunal in order to
Native Title Act 1993 The Company
Agreement undertake development on land subject to a Native Title determination

In the event that an ILUA cannot be registered the right to negotiate process can
Native Title Act 1993 Right to negotiate The Company
allow the action to proceed

State

State Development and Public Works Coordinator-General's


The Company Applies only to the Wolleebee Creek Project area for the T1b scope of works
Organisation Act 1971 Report

Environmental Authority
Authorises undertaking of petroleum activities.
(EPPG00700113)
Environmental Protection Act 1994 The Company
EA EPPG03339515 authorises construction of Charlie trunklines
(including renewal)

Upstream Projects Page 25 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor

Allows for the exploring for petroleum, testing for petroleum production,
Petroleum and Gas (Production and evaluating the feasibility of petroleum production, petroleum production and
Petroleum Lease (PL) The Company
Safety) Act 2004 evaluating or testing natural underground reservoirs for the storage of petroleum
or a prescribed storage gas

Petroleum Lease (PL)


Allows for the exploring for petroleum, testing for petroleum production,
PL299, P397, PL400,
Petroleum and Gas (Production and evaluating the feasibility of petroleum production, petroleum production and
PL401, PL402, PL463, The Company
Safety) Act 2004 evaluating or testing natural underground reservoirs for the storage of petroleum
PL464, PL498, PL505,
or a prescribed storage gas
PL506 and PL507

Petroleum Pipeline
Licence (PPL)
Petroleum and Gas (Production and
The Company Petroleum and Gas (Production and Safety) Act 2004
Safety) Act 2004 PPL196 and PPL 197

(including renewal)

Cultural heritage
Aboriginal Cultural Heritage Act 2003 The Company Required where there is a risk of harming cultural heritage
management plan

Secondary Authorisations

Federal

Licensing of Radio Allows a licensee to use for a period of up to 15 years a particular frequency The Contractor responsible for obtaining
Radiocommunications Act 1992 The Company
Communications band within a particular geographic area. Authorisation for temporary systems

Upstream Projects Page 26 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Notice of proposed The Contractor to obtain for goods the
Quarantine Act 1908 The Company Required to import particular goods into Australia
importation of goods Contractor will import

Structures >110m above ground level to Civil Aviation Safety Authority

Structures within 30km of aerodrome - >30m to Royal Australian Air Force


Civil Aviation Safety Regulation 1998 Notification of structure
The Company
Structures located elsewhere - >45m to Royal Australian Air Force

Required to assess the potential hazard to aviation posed by vertical exhaust


plumes in excess of 4.3 metres per second (m/s) velocity”

State

General

Note that the Company will only be


obtaining this Authorisation for extraction
and screening from borrow pits on the
Development Approval
Company tenure for use on areas off
for a Material Change of Required where an ERA is being conducted that is not covered under a Chapter
Sustainable Planning Act 2009 The Company tenure/across tenures. The Contractor
Use (Environmentally 5A Environmental Authority
shall be solely responsible for borrow
Relevant Activity (ERA))
pits (and other ERAs) off Company
tenure if used in performance of Work
Under the Contract.

Applies to the Company responsible


Authorisations.
Evidence of Landholder
Sustainable Planning Act 2009 The Company Required to be submitted with development application
Consent
The Contractor to obtain for their
Authorisations.

Upstream Projects Page 27 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Applies to Company responsible
Authorisations.
Evidence of Resource Required to be submitted with a development application that relates to state
Sustainable Planning Act 2009 The Company
Entitlement land
The Contractor to obtain for their
Authorisations.

The Company may elect to allow the


Registration Certificate
Registration certificates authorise a person to conduct an ERA (obtained after Contractor to hold registration
Environmental Protection Act 1994 The Company
development approval granted ) certifications to conduct ERAs under the
(including renewal)
Company’s development approvals.

Notification of
Where an activity within schedule 3 of the EP Act 1994 is being undertaken,
conducting a notifiable
Environmental Protection Act 1994 The Company notification is required to be given to DERM within 22 business days of The Contractor to provide support.
activity / hazardous
becoming aware
contaminant release

Permit for disposal of


The Contractor to give notification of
Environmental Protection Act 1994 contaminated soil from a Required for the removal of contaminated soil from land that is recorded as
The Company removal to the Company. The Contractor
(EP Act) property on the EMR / being on the environment management or contaminated land registers.
to provide support.
CLR

For resource activities on SCL that require approval The Company to obtain where required
Regional Interest
Regional Planning Interest Act (2014)
Decision Application

Approval to connect to
Local Government Act 2009 local government The Company Only required if local government stormwater collection system exists. The Contractor to provide support.
stormwater system

Upstream Projects Page 28 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Flora and Fauna

Different licences / permits are available for the taking of a protected animal. The Contractor to provide support where
Permit / Licence to take
Nature Conservation Act 1992 The Company Refer to s14-15 of the Nature Conservation (Administration) Regulation 2006 for changes to approved clearance areas
a protected animal
the correct one to obtain are required.

Different licences / permits are available for the taking of a protected plant. The Contractor to provide support where
Permit / Licence to take
Nature Conservation Act 1992 The Company Refer to s11-13 of the Nature Conservation (Administration) Regulation 2006 for changes to approved clearance areas
a protected plant
the correct one to obtain are required.

Approval to tamper with


Nature Conservation (Wildlife
a protected animal The Company Authorisation from DERM to tamper with an animal breeding place
Management) Regulation 2006
breeding place

Species Management Allows for the tampering with animal breeding places without the need for an
Nature Conservation Act 1992 The Company
Program Approval to tamper with a protected animal breeding place

Permit to take Native Allows for taking native wildlife (other than protected wildlife) in an area where a
Nature Conservation Act 1992 The Company
Wildlife conservation plan exists

Permit for actions within


Nature Conservation Act 1992 The Company Required where interfering with a cultural or natural resource in a protected area.
a protected area

Water

Upstream Projects Page 29 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Only an owner of the land can hold a water licence unless the water is
The Company
associated water.
(for Company
Water licence
owned land and
Water Act 2000
associated water)
(including renewal) Take and use of associated water as part of authorised petroleum activity does
the Contractor
not currently require a water licence. Proposed changes to legislation are under
(other)
review and a license may be required in future.

Development Approval Applies to ponds / dams that are more than 8m in height and have a storage
Sustainable Planning Act 2009
for Operational Work capacity of more than 500ML or more than 8m in height and have a storage
(Water Act 2000)
(Particular dams) The Company capacity of more than 250ML and a catchment area that is more than 3 times its
maximum surface area at full supply level with a failure impact assessment
category of 1 or 2

Sustainable Planning Act 2009 Development Approval


Required where waterway barrier limits fish stock access and movement along a
for Operational Works The Company The Contractor to provide support.
waterway. (either temporarily or permanently)
(Fisheries Act 1994) (Waterway barriers)

Fish movement Provides exemption from a waterway barrier approval if can be demonstrated
Fisheries Act 1994 The Company The Contractor to provide support.
exemption notice that no impediment to fish movement during construction

The Contractor responsible to obtain


Resource Allocation Authorises the removal of quarry material from state land. Obtained after Authorisation for removal of quarry
Water Act 2000 The Company
(Quarry material) receiving resource entitlement. materials from outside of tenements
covered by PL or PFL.

Traffic and Transport

Upstream Projects Page 30 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Approval for road works
Transport Infrastructure Act 1994
or to interfere with a The Company Allows for conducting road works or interfering with a state controlled road. The Contractor to provide support.
(TI Act)
State controlled road

Transport Infrastructure Act 1994


Road Corridor Permit The Company Allows for conducting activities on a state controlled road. The Contractor to provide support.
(TI Act)

Transport Infrastructure Act 1994 State controlled road


The Company Allows for the access to state controlled roads from private properties. The Contractor to provide support.
(TI Act) access location

Approval for works or to


Transport Infrastructure Act 1994
interfere with a railway The Company Allows for interfering with a railway line. The Contractor to provide support.
(TI Act)
line

Approval for temporary /


Land Act 1994 The Company Allows for either the temporary and / or permanent road closure. The Contractor to provide support.
permanent road closures

Electricity

Notice to an electricity
Electricity Act 1994 entity of works near The Company Allows for conducting works near an electricity entity’s works The Contractor to provide support.
electrical works

State Legislation

Non-indigenous heritage

Upstream Projects Page 31 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Development Approval
(Development on a
Sustainable Planning Act 2009 The Company Allows for development within a Queensland heritage listed place
Queensland heritage
place)

Exemption certificate for


Part 2 Allows for development within a Queensland heritage listed place without
Queensland Heritage Act 1992 Queensland Heritage The Company
the need for a Development Approval
place

Development Approval
Sustainable Planning Act 2009 (Development on a local The Company Allows for development within a local government heritage listed place
heritage place)

Approval to enter a
Queensland Heritage Act 1992 The Company Allows for development within a protected area
protected area

Workplace Health & Safety

Notification of reportable All reportable incidents are required to be notified to Workplace Health and
Work Health and Safety Act 2011 The Contractor
incident Safety and copied to Company

Notification of plant
Petroleum and Gas (Production and Required where petroleum plant is operated or commissioned for the first time in
commissioning or The Company
Safety) Act 2004 Queensland
operation

Land Access

Upstream Projects Page 32 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Agreement to access to
land on overlapping
Petroleum and Gas (Production and Applies to any authorised petroleum activity to be conducted on an overlapping
mining lease (other than The Company
Safety) Act 2004 mining lease
transportation mining
lease)

Petroleum and Gas (Production and Land entry notification


The Company Allows for the conduct of authorised petroleum activities within private land
Safety) Act 2004 (private land)

Petroleum and Gas (Production and Land entry notification


The Company Allows for the conduct of authorised petroleum activities within public land
Safety) Act 2005 (Public Land)

Access to private land


Petroleum and Gas (Production and
outside the petroleum The Company Allows for access to private land outside of a petroleum tenure
Safety) Act 2004
tenure

Conduct and
Petroleum and Gas (Production and Provides for the compensation and conduct to the landholder associated with
compensation The Company
Safety) Act 2004 authorised petroleum activities on private and public land
agreement

Allows for the occupation of non freehold land (unallocated State land, reserve
Land Act 1994 Permit to Occupy The Company
or road (including a stock route))

Forestry Act 1959 Occupation Permit The Company Allows for the occupation of forestry land

Other State Authorisations

Electrical Safety Act 2002 Cathodic Registration The Company Required for systems that are capable of delivering a current greater than 0.25A

Upstream Projects Page 33 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
The Contractor responsible for
On-site sewage
Plumbing and Drainage Act 2002 The Company Authorisation for any temporary sewage
treatment plant
treatment plant

Approval to interfere
Survey and Mapping Infrastructure Act with a recognised
The Company Required where a permanent survey marker is to be interfered with
2003 permanent survey
marker

Required where:

Environmental Protection Act 1994 Notification of serious or 1. Serious or material environmental harm has occurred or is threatened;
material environmental The Company The Contractor to provide support.
(EP Act) harm 2. Negative impact has or is likely to occur on water quality within an aquifer; or

2. Connection of 2 or more aquifers

Local Govt Authorisations

Upstream Projects Page 34 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

Authorising Legislation / Document Authorisation Name Responsible Scope Comments and assistance to be
Party provided by the Contractor
Western Downs Regional Council
Subordinate Local Laws No.
Permit to interfere with a Allows for the altering or improvement of a local government road (includes
1.15(Carrying out Works on a Road or
road or its operation erecting / removing structures, materials, vegetation clearing)
Interfering with a Road or its Operation) The Company The Contractor to provide support.
2011

Western Downs Regional Council


Subordinate Local Laws No. 1.14 Permit to use local
(Undertaking Regulated Activities on government road for Allows for the depositing of goods or materials on a local government road
Local Government Controlled Areas and regulated purpose The Company The Contractor to provide support.
Roads) 2011

Western Downs Regional Council


Permit to install a gate or
Subordinate Local Laws No. 1.16 (Gates Allows for the installation of a gate or grid across local government road
grid across a public road
and Grids) 2011. The Company The Contractor to provide support.

Upstream Projects Page 35 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
EXHIBIT H – COMPANY PROVIDED ITEMS &
INFORMATION

APPENDIX 6 - QCLNG-BFOA-LOG-PCE-000001 ACCOMMODATION & VILLAGE


RULES

Village Rules July


2013 A (2).pdf

Upstream Projects Page 36 of 36


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit H (Company Provided Items & Information)
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

of Level 30, 275 George Street Brisbane Queensland 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT I – CONTRACTOR PROVIDED ITEMS & INFORMATION

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: .......................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .......................... ............................. www.qgc.com.au
ABN 11 089 642 553
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Contents

1. CONTRACTOR PROVIDED FACILITIES ....................................................................................................... 3


2. CONTRACTOR PROVIDED ITEMS ............................................................................................................. 6
3 CONTRACTOR PROVIDED DOCUMENTATION ........................................................................................... 6

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 2 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

1. CONTRACTOR PROVIDED FACILITIES

1.1. Definitions

All defined terms in this Exhibit I shall have the same meaning as set out in the Conditions
of Contract unless otherwise stated.
In this Exhibit I:

(a) the terms “Commissioning”, “Mechanical Completion” and “Pre-Commissioning” shall


have the meaning given in Exhibit A (Scope of Work); and

(b) the term “ITR” shall have the meaning given in Exhibit J (Quality Management).

1.2. Transport

Contractor shall be responsible for transport of the Contractor’s Personnel throughout


the Site. This shall include all necessary travel arrangements to and from Site for
Contractor’s Personnel, and shall provide adequate vehicles to facilitate Contractor’s
Personnel movements.

1.3. Facilites for use of Company at Home Office

Contractor to make available hot desks as requested for visting Company personnel.

1.4. Facilities for use of Company at Site

A number of the Company personnel will be resident in the Site offices with the total
numbers of Company personnel at the Site increasing as the Work Under the Contract
approaches completion and enters the Mechanical Completion and Commissioning
phases.

Contractor will make available adequate workspace in each Site office facility (“Shared
Facilities”) to accommodate Company’s personnel.

The Contractor will provide adequate office and utility supplies for up to fifty (50)
Company personnel at Charlie FCS Site. The Shared Facilities will include (as a
minimum) the same facilities and equipment that Contractor provides for its own
employees. Office space at other parts of the Site shall be provided on an as needed
basis within Contractor’s own facilities. Shared Facilites shall be phased in as follows –
facilities for twenty (20 personnel) during 2015. Facilities for thirty (30) to forty (40)
personnel from January 2016 to June 2016 and facilities for forty (40) tp fifty (50)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 3 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

personnel from June 2016 until Practical Completion of the last Separable Portion to
achieve Practical Completion.

In respect of data connectivity Contractor shall provide the most appropriate form of
access available against forecasted needs of Company’s personnel. Contractor shall
supply all office wiring suitable for LAN PC network with connection points and a double
power socket adjacent to each desk to Company requirements. A network services
room shall be provided with a minimum 3m x 3m internal floor area with
incoming/outgoing cable ducts, air conditioned space and lockable door.

To assist field engineering and quality teams review large reports and other source
documents prior to signing ITR’s, Contractor is to provide system access. If applicable,
computer to be located in the Contractor's Site Office and system access to be
restricted to specific “QGC Review folder” with read only permissions.

The Shared Facilities shall be fully equipped and furnished including, electrical power,
sewage collection and disposal, water supply, lighting, heating, air conditioning and
ventilation. Contractor shall provide all housekeeping and shall be responsible for all
cleaning, maintenance, repair and replacement of the facilities, fixings and fixtures in
the offices.

1.5. Temporary Facilities

Contractor shall install, operate and maintain all temporary facilities / utilities required
during construction and subsequent parts of the Work Under the Contract. Contractor
shall comply with all requirements and procedures for the allocated land.

Contractor shall be responsible for the provision of all support services necessary for
the operation of its temporary facilities during performance of the Work Under the
Contract. These facilities shall be available for use by both Contractor and Company
Personnel.

Contractor shall develop a detailed plan of proposed locations of temporary facilities,


and upon completion of the Works shall rehabilitate and restore any land used in the
course of the Work Under the Contract for temporary facilities (e.g. lay-down and
construction office areas).

1.6. Company Vehicle Parking

Contractor is to provide adequate parking spaces adjacent to the Shared Facilities for
the use of Company personnel and visitors. The car park shall be of a hard standing
construction and suitably drained. External lighting of the office and parking area shall
be provided.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 4 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

1.7. Mobilisation

Contractor shall establish temporary facilities to properly manage the performance of


the Work Under the Contract. Mobilisation shall include the moving to Site of all
Contractor’s Personnel and Equipment involved in the management, supervision,
construction, and (where applicable) for providing assistance to Company with
Commissioning.

Shared Facilities shall be made available from the date when Contractor mobilises to
each part of the Site, up until the Date of Practical Completion of the last Separable
Portion to achieve Practical Completion. Any Company requirements to extend
availability of any Shared Facilities beyond the Date of Practical Completion of a
Separable Portion will be agreed between the Parties prior to the Date of Practical
Completion of that Separable Portion.

1.8. Demobilisation

Contractor shall remove from the Site all Equipment, and surplus Contractor Provided
Items, Site offices, waste and any other temporary facilities erected during the course
of the Work Under the Contract. Contractor shall also return to Company all surplus
Company Provided Items to the Collection Point and reinstate the Site in accordance
with an agreed demobilisation plan upon completion of the Work Under the Contract,
or, with Approval, parts thereof.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 5 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

2. CONTRACTOR PROVIDED ITEMS

Unless specifically identified as a Company Provided Item (free issue materials) the
Contractor is to provide all consumables and materials that are required to complete the
Work Under the Contract.

All Equipment shall when brought on to the Site, be used exclusively intended for the
execution of the Work Under the Contract.

3 CONTRACTOR PROVIDED DOCUMENTATION

3.1 General

Contractor shall be responsible for providing and maintaining comprehensive


documentation required for the performance of the Work Under the Contract and shall
submit deliverables to Company for information and for record as detailed in the
Contract. Contractor shall maintain up-to-date records of all such documentation,
which shall include governing codes and Legislation, and shall afford Company
access to inspect such documentation at any time and shall provide Company with
copies of same as requested.

3.2 Master Folder

Throughout the performance of the Work Under the Contract the Contractor shall
maintain a hard copy master folder for all as-built documentation and electronic
copies of all other documentation. This master folder shall contain all relevant
documentation required to complete the Work Under the Contract and shall be a true
and accurate record of construction progress.

Documents and drawings contained within the master folder shall be hand marked up
to reflect all changes and as-built details, including references to any technical
queries, requests for information, and Site instructions applicable to the Work Under
the Contract.

The master folder shall be made available for Company personnel to view and take
copies upon request.

3.3 Document Deliverables

Contractor shall be responsible for providing and maintaining comprehensive


documentation required for the performance of the Work Under the Contract and shall
issue to Company, one electronic copy of all documents via the nominated document
control system. Documentation shall be supplied in accordance with Table 1.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 6 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Drawings produced by Contractor or Subcontractors shall be issued to Company in


an electronically bound format suitably converted to enable said drawings to be
readily accessed.

TABLE 1 – CONTRACTOR PROVIDED INFORMATION


Refer Rev Incl.
Item Description QTY Type Timing + Wks
Note Grade MDR

1.0 Commercial

1.1 Performance Bonds 1 A A +2

1.2 Parent Company Guarantee 1 A A +4

HCG Legal Opinion Letter (where 1 A A +4


1.3
applicable)

1.4 Insurance Certificates of Currency 1

1.5 - Workers Compensation Insurance 1 I A +2

1.6 - Employer's Liability Insurance 1 I A +2

1.7 - General Third Party Insurance 1 I A +2

1.8 - Motor Vehicle Insurance 1 I A +2

- Protection Indemnity Insurance (if 1 I A +2


1.9
applicable)

1.10 - Aviation Liability Insurance (if applicable) 1 I A +2

2.0 General

2.1 Project Execution Plan 1 A E A +2

2.2 SIMOPS Plans 1 A E M -4

2.3 Construction Execution Plan (general 1 A E A +4


overarching plan which is not site specific)

Work Area Plans (WAPs) or Construction


2.4 Workpacks (CWPs) – site specific for all 1 I E M -4
Facilities and Infrastructure Assets

2.5 Social Performance Plan 1 A E A +4

2.6 Employee Relations Management Plan 1 A E A +2


(ERMP)

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 7 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

2.7 Interface and SIMOPS Management Plan 1 A E A 4

2.8 Interface Register 1 I E W 0

Traffic Management Plan (incl. Company


2.9 social performance & roads management 1 A E W -2
requirements)

2.10 Company Approved Subcontractor List 1 I E M -2

2.1 Local Content Plan 1 A E A 4

2.12 Indigenous Participation Plan 1 A E A 4

2.13 Permit Management Matrix 1 A E M -4

2.14 Risk and Opportunity Register 1 I E W -2

2.15 Contractor’s Training Plan 1 I E W -4

2.16 Land Access Request Notice 1 A E M -3

2.17 Cultural Heritage Notification 1 A E M -4

2.18 Anti Corruption Obligations - Certificate of 1 I E U -


Compliance

2.19 Transport and Logistics Management Plan 1 A E A +2

2.20 Transportation Route Studies required for 1 I E U -


PAU’s

Personnel Logistics and Acccommodation


2.21 1 A E A +2
Management Plan

2.22 Risk & Opportunity Management Plan 1 A E A +4

Commissioning and Completions 1 A E A +4


2.23
Execution Plan

Contracts and Procurement Management


2.24 1 A E A +4
Plan

2.25 Subcontractor Management Plan 1 A E A 0

3 Administration and Project Controls

3.1 Organisation Chart 1 A E A 0

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 8 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

3.2 Level 5 Target Schedule 1 A E A 0

3.3 Project Controls Execution Plan 1 A E A +2

3.4 Monthly Report & Schedule 1 I E U -

3.5 Manpower Histogram 1 4 I E A 2

3.6 Cost Control Procedure/Cost Report 1 I E A 4

3.7 Site Communication Plan for all other 1 I E M -4


Facilities and Infrastructure Assets

3.8 Weekly Progress Reports 1 I E U W

3.9 Social Performance Monthly Reporting 1 I E U M

3.10 Pipeline March Chart 1 I E A 2

4 Health, Safety, Security & Environment

4.1 HSS Management Plan 1 A E A 0

4.2 Environmental Management Plan 1 A E A 4

4.3 Environment Monthly Report 1 A E U -

4.4 Project Specific Procedures 1 I E M 0

4.5 Permit To Work System 1 A E M -4

4.6 Emergency Response Plan 1 A E A 4

4.7 Emergency Response Plan – Site Specific 1 A E M -4

Site Specific Construction Environmental


4.8 Management Plan, including the following 1 A E M -4
stand-alone plans:

4.8a Erosion and Sediment Control Plan 1 A E M -4

4.8b Rehabilitation Plan 1 A E M -4

4.8c Waterway Management Plan 1 A E M -4

4.8d Major Storm Response Plan (included in 1 A E M -4


Emergency Response Plans)

4.9 1 I E M -4
Construction Site Travel and Traffic

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 9 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

Management Plan

4.10 Project Skills & Training Analysis & Matrix 1 I E M -4

4.11 MSDS File and Register 1 1 I E M 0

4.12 Equipment Register 1 1 I E M 0

4.13 Fauna / Enviro / Cultural Incidents 1 I E U -

4.14 Incident Investigation and Reporting 1 I E U -


Procedure

4.15 Fitness for Work Procedure 1 I E U -

4.16 Lifting Equipment Register 1 1 I E M 0

4.17 Equipment Lifting Plan Register 1 I E M -2

4.18 Equipment Lifting Plans for Brownfield 1 I E M -2


Activities

4.19 Lifting Plans for Pre Assembeled Units 1 A E M -2

4.20 PSV Register 1 I E M 0 Y

4.21 Blinds Register 1 I E M 0 Y

4.22 Joint Register 1 I E M 0 Y

4.23 Noise Management Plan 1 I E M -4

4.24 Work Area Plan Risk Assessment 1 I E M -4


(WAPRA) – Site Specific

4.25 Execution Readiness Checklist 1 A E M -4

4.26 Construction Zone Assessment (CZA) 1 A E M -4

4.27 Safe Work Method Statements (SWMS) 1 I E M -2

5 Quality

5.1 Quality Management Plan 1 A E A +2

5.2 Project Audit and Review Schedule 1 2 A E M 0

5.3 Document and Records Management Plan 1 I E A +2

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 10 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

5.4 Non-Conformance Procedure 1 I E A +4

5.5 Competency & Training Plan 1 I E A +4

5.6 Calibration Procedures and Forms 1 2 I E W -4

5.7 List of Contractors/Sub-contractors 1 3 I E A 0

5.8 Inspection and Test (ITP) Plan Register 1 I E W -2 Y

5.9 Inspection and Test Plans (as required by 2 A E W -6 Y


Exhibit J and included in Work Packs)

5.10 Site and Vendor MDR Indxes 1 2 A E A +5 Y

5.11 NDE and Test Procedures 1 A E W -4

6 Earthworks

6.1 Inspection Reports (trenching, services, 1 I E U 0 Y


tape & tracer wire)

6.2 Lay, Padding ,Backfill & Compaction 1 I E U 0 Y


Reports (pipe, HV cable & FOC)

7 Welding

7.1 Weld Procedure Specifications 1 A E W -6

7.2 Weld Procedure Qualification Records 1 A E W -4 Y

7.3 Weld Repair Procedure 1 A E W 0

7.4 Weld Traceability 1 I E U 0 Y

7.5 Welding Consumable Register (to be 1 1 I E U 0 Y


updated periodically as required)

7.6 Field Welding Details - Reports/Weld Maps 1 I E U 0 Y

7.7 Production Weld Records of Cut-Outs 1 I E U 0 Y

7.8 PWHT Procedures 1 I E W -4 Y

8 Painting

8.1 Painting Procedure 1 A E M +6

8.2 Daily Environmental Conditions Register 1 I 0 Y

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 11 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

8.3 Painting Traceability Register 1 I 0 Y

8.4 Painting Field Installation Checksheets 1 I 0 Y

8.5 Paint Data Sheets & Batch Certificates 1 I 0 Y

9 Testing

9.1 Hydro-Testing Procedure 1 A E W -4

9.2 Pneumatic testing procedure 1 A E W -4

9.3 Leak Testing & NDT Procedures 1 I E W -4

9.4 Hydro-Testing / Pneumatic Reports 1 I E U 0 Y

9.5 Mechanical Reports 1 I E U 0 Y

9.6 NDT Reports 1 I E U 0 Y

9.7 Pigging Register 1 I E MC -4

9.8 VLF Testing of HV Cables 1 I E MC -2

9.9 OTDR Testing of FOC 1 I E MC -2

9.10 Function / Continuity Testing of CP Anodes 1 I E MC -2 Y


& Earthing

9.11 Cable Termination / Fibre Optic / Tracing 1 I E MC -4 Y


Cable Testing

9.12 Resistivity Liner integrity (RLI) Survey 1 T E MC 0 Y

10 Cathodic Protection

10.1 CP Installation Test Reports 1 I E MC -2 Y

10.2 CP Test Points 1 I E MC -2 Y

10.3 Soil Resistivity Reports 1 I E MC -2 Y

11 Materials

11.1 Material Certificates Pipes & Fittings 1 I E MC -2 Y

11.2 Material Certificates Valves & Inline Cables 1 I E MC -2 Y

11.3 Line Pipe Inspection Records 1 I E MC -2 Y

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 12 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

11.4 Valve Inspection Reports 1 I E MC -2 Y

11.5 Cable Test Reports 1 I E MC -2 Y

11.6 Materials Management Plan 1 A E A +4

11.7 Non Conformance Reports 1 I E U 0 Y

11.8 FAT / SAT Test Certificates 1 I E MC -2 Y

11.9 Free Issue Materials List (BOM) 1 I E MC -2 Y

12 Calibration Reports

12.1 Calibration Equipment Register 1 I E MC -2 Y

12.2 Calibration Certificates 1 I E MC -2 Y

13 As Built Data

13.1 IFC Drawings List 1 I E MC -4

13.2 As-Built Survey 1 I E MC 0

13.3 Red-Line As Built Documentation 1 A E PC -2

13.4 Equipment Alignment Sheet Records 1 I E MC -2

13.5 Vendor Data for Contractor Supplied Items 1 I E MC -4

13.6 Removable Fence Detailed Drawings 1 I E MC 0

14 Miscellaneous

14.1 Mechanical Completion Certificates 1 A E MC 0 Y

14.2 Not Used

14.3 Practical Completion Certificates 1 A E PC 0

14.4 Punch Lists 1 A E PC -1

14.5 Manufacturers Data Report (MDR) – 3 A E MC -4 Y


Vendor Fabrication

14.6 Manufacturers Data Report (MDR) – Site 3 A E MC +1 Y


work

14.7 Non Conformance Register 1 I E MC +1 Y

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 13 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Refer Rev Incl.


Item Description QTY Type Timing + Wks
Note Grade MDR

14.8 Contractor's Document Register 1 I E W -4

14.9 Technical Queries (TQs) Register 1 I E MC 0 Y

14.10 Concession Requests (CRs) Register 1 I E MC 0 Y

14.11 Requests For Information (RFIs) Register 1 I E MC -2 Y

14.12 Site Instructions (SIs) 1 I E MC -2 Y

14.13 Hazardous Area Dossiers (Site Specific) 1 I E MC -2

NOTES

1 Document is to be kept up to date and accessible to Company at all times. Reports may be asked for periodically.

2 Documentation required for Contractor & Major Subcontractors

3 Includes third party certification/verification bodies

LEGEND

Review A=Company review & acceptance; I=Information Only; T=Third Party Endorsement
Grade

Type P = Print, E = Electronic Copy

Timing A=Effective Date; M=Mobilisation of Relevant Activity; W=Commencement of Work Under the Contract at Site;
MC=Mechanical Completion; PC=Practical Completion; U=Periodic Issue.

Weeks Weeks before (-) or after (+) activity nominated by “Date” or

Frequency: W = weekly; M = monthly; R = on revision. If blank as per IOM or MDR inclusion.

Timing Example: A +4 = 4 weeks after award, D -2 = 2 weeks before dispatch.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 14 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

3.4 Site Specific Contractor Provided Information and Activities:

Contractor shall ensure that the activities below shall have been completed as a
minimum, before commencing construction work at Site:

Item

Health and Safety

Pre-placement medicals

Site specific induction developed

Site induction register and forms completed

PPE Issued to employees

Spare PPE available

Site signage erected (including PPE signage)

Potable Water available on site

Sunscreen dispensers provided

First Aid Register established

First Aider Names displayed

MSDS File and Register established

Excavation Permissions obtained – “Dial before you dig”

Visitors Log Book established

Environment

Stockpile areas identified

Equipment Pre-start check procedures implemented

Equipment Register provided

Wash down area established

Erosion control in place

Waste disposal method identified

Communications

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 15 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

Organisation Chart provided

Communications Matrix/Protocol established

Contact List provided

Emergency telephone numbers posted on Site

Workplace Health and Safety Officer/Safety Representative Details and Telephone numbers
posted on site

Notifications

Cultural Heritage Notification in accordance with Contract Exhibit M

Emergency Services Notified

Emergency evacuation procedure posted

Plans

Site Specific Construction Environmental Management Plan completed

Site Specific Traffic Management Plan completed

Emergency Response Plan completed

Security Plan completed

Site Specific Safety Plan completed

SIMOPS Plan completed

Construction Execution Plan completed

Quality

Inspection and Test Plans completed - See Note 1

Quality Management Plan completed

3.5 As Built Documentation

Contractor shall complete the as-built documentation (including any maintenance


manuals and operation manuals prepared by Contractor) to support the Target
Schedule and the same shall be submitted prior to Pre-Commissioning commencing.

Where as-built information cannot be shown on applicable drawings, Contractor shall


present this information in tabular or book form.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 16 of 17
EXHIBIT I – CONTRACTOR PROVIDED
ITEMS & INFORMATION

The as-built information shall, in addition, incorporate all pertinent information


regarding modifications, inspection, welding, repairs and location, dimensioned where
appropriate.

Contractor shall maintain a master register outlining all as-built documentation to be


provided, and a schedule for supply.

Prior to starting the as-built activity, Contractor shall have prepared and obtained
Approval of a procedure setting out how the relevant quality control of as-built
activities, information and documents is to be implemented and maintained. The
content and quality of the as-built documentation is defined within relevant Technical
Information.

All as-built position information shall be inputted into the Project GIS system in
accordance with Exhibit J (Quality Management) and Exhibit Q (Geographical
Information Systems).

One (1) electronic copy and (1) hard copy of each document revised to show the “as
built” structures and other such information related to construction and Pre-
Commissioning shall be provided. Electronic copies of as-built documents are to be
individually numbered and uploaded to the nominated document control system as
required under the applicable Company as-built procedure.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit I – Contractor Provided Items & Information Page 17 of 17
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT J – QUALITY MANAGEMENT

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: .......................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .......................... ............................. www.qgc.com.au
ABN 11 089 642 553
EXHIBIT J – QUALITY MANAGEMENT

Contents
1.0 INTRODUCTION 4
1.1. Scope of Document 4
1.2. Definitions 5
1.3. Acronyms/Abbreviations 7

2.0 CONTRACTOR AND SUBCONTRACTOR MANAGEMENT SYSTEMS 7


2.1. Implementation of Contractor’s Quality Management System 8
2.2. Contractor’s Quality Management Organisation 8
2.3. Contractor Resources to undertake the Work Under the Contract 10
2.4. Project Quality Planning 11

3.0 TECHNICAL STANDARDS AND DESIGN PHILOSOPHIES 12


3.1. Design Management Plan (DMP) 12
3.2. Criticality Evaluations 13

4.0 CONTRACTS AND PROCUREMENT MANAGEMENT 13

5.0 MANUFACTURE, FABRICATION AND CONSTRUCTION MANAGEMENT 15


5.1. Control of Special Processes 15
5.2. Testing 16
5.3. Materials Identification and Traceability 16
5.4. Handling, Storage, Packaging, Preservation and Delivery 17

6.0 CONTROL OF INSPECTION, TEST AND MEASURING EQUIPMENT 18

7.0 INSPECTION AND TESTING 18


7.1. General 18
7.2. Inspection and Test Status 19

8.0 QUALITY SURVEILLANCE 21


8.1. Contractor’s Own Quality Surveillance 21
8.2. Inspection and Test Plans (ITPs) 22
8.3. Company’s Quality Surveillance 23
8.4. Quality Surveillance Coordination between Company and Contractor 23

9.0 INDEPENDENT VERIFICATION 24

10.0 PERMITS AND CONSENTS 24

11.0 NON-CONFORMANCE AND CORRECTIVE ACTION 24

12.0 DOCUMENT AND RECORDS MANAGEMENT 26


12.1. Document Management 26
12.2. Verification and Quality Records 26
12.3. Quality Control of Construction and Completion Documents 28

13.0 QUALITY AUDITS 28

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 2 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

14.0 ACTION TRACKING SYSTEM 30

15.0 CONTINUOUS IMPROVEMENT 30

16.0 QUALITY REPORTING 31

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 3 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

1.0 INTRODUCTION
Contractor is responsible for the Quality of the Work Under the Contract.

This Exhibit J defines the minimum Quality Management (including the Quality Assurance
System and Quality Control system) requirements to be addressed by Contractor.

Contractor shall develop, implement and maintain a Quality Management System (“QMS”)
to ensure that the Work Under the Contract and any deliverables produced fully comply with
the requirements of the Contract including this Exhibit.

Contractor shall provide all Resources and materials needed to assure that the Quality of
the Work Under the Contract, including that performed by Subcontractors, complies with the
requirements of the Contract including this Exhibit.

1.1. Scope of Document


This Exhibit is applicable to all Work Under the Contract and includes:

• Requirements for Contractor Quality Management Systems;


• Implementation of Contractor Quality Management System;
• Contractor's Quality Management organisation and Contractor’s Personnel requirements;
• Contractor’s Resources to undertake the Work Under the Contract;
• Development of the Quality Plan;
• Basis of design, technical Standards and design philosophies;
• Design management;
• Contracts and procurement management;
• Manufacture, fabrication and construction management;
• Inspection and testing;
• Control of inspection, measuring and test equipment;
• Inspection and test status;
• Quality Surveillance;
• Independent Verification;
• Permits and consents;
• Non-conformity and corrective action;
• Document and records management;
• Quality audits;
• Continuous improvement;
• Action item management; and
• Quality reporting.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 4 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

1.2. Definitions
All defined terms in this Exhibit shall have the same meaning as set out in the Conditions of
Contract unless defined below or otherwise stated.

In this document, the following definitions apply:

Term Meaning

AS/NZS ISO Australian Standards, New Zealand Standards and International


Standards Organisation, respectively.

Independent Verification The process of independently verifying compliance of the Project


Critical Elements of the Works with the applicable performance
standards referred to in Section 9.

Independent Verification The entity appointed by Company to perform Independent


Body or IVB Verification.

Mechanical Completion Refer to the definition in Exhibit A.

Non-Conformity Non-fulfilment of a need or expectation that is:-


a) stated;
b) custom or common practice for the organization, its customers,
and other interested parties;
c) obligatory – e.g. from the perspective of a Contract, code or
specification requirement,
or non-fulfilment of an expression in the content of a document
conveying criteria to be fulfilled if compliance with the document is to
be claimed and from which no deviation is permitted, and Non-
Conformities and Non-Conforming shall have a corresponding
meaning.

Plan A document describing what has to be done to implement a Strategy


successfully, including specific activities, timing and resources (i.e.
who does what, when and where).

Project Critical Element or Such part(s) of the Works and such of its plant (including computer
PCE programmes) or any part thereof:
a) the failure of which could cause or contribute substantially to a
major accident/environmental effect/loss of production; or
b) the purpose of which is to prevent or limit the effect of a major
accident/Environmental event/loss of production.
A PCE may be a system with many individual components that are
safety/environmentally critical themselves to varying degrees.

Quality Degree to which a set of inherent characteristics fulfils requirements.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 5 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

Term Meaning

Quality Assurance (QA) All those planned and systematic activities and functions necessary
to provide adequate assurance that a product or service will satisfy
given requirements for Quality.

Quality Control (QC) The techniques and activities that demonstrate compliance with
specified requirements. This includes verifying and reviewing design
and engineering outputs and the inspection and testing of individual
components or assembled units to check conformity to contract
requirements complemented by the recording of associated data.

Quality Management The coordinated activities to direct and control an organisation with
regard to meeting Quality strategy, aims and objectives.

Quality Management The person nominated by Company to manage Quality aspects for
Representative the Work Under the Contract.

Quality Surveillance The monitoring by Company or its representatives of the QA and


QC activities being performed within the overall supply chain.

Standard A document, established by consensus and approved by a


recognised body that provides, for common and repeated use, rules
or characteristics for activities or their results, aimed at the
achievement of the optimum degree of order in a given context.

Strategy A document describing how project objectives will be realised within


a particular area; the framework for lower level plans.

Third Party Any party, other than a member of Company Group or a member of
Contractor Group.

Verification Confirmation, through the provision of objective evidence, that


specified requirements have been fulfilled.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 6 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

1.3. Acronyms/Abbreviations

Acronyms/Abbreviations Meaning
BoD Basis of Design
CAPEX Capital Expenditure
CMS Completions Management System
DDC Document and Data Control Centre
DMP Design Management Plan
HSSE Health, Safety, Security and Environment
IRN Inspection Release Note
ITP Inspection and Test Plan
ITR Inspection Test Record
ITT Invitation to Tender
IVB Independent Verification Body
KPI Key Performance Indicator
MDR Manufacturers Data Reports
MEL Master Equipment List
MTO Material Take-Off
MTR Material Test Record
NDE Non-Destructive Examination
NDT Non-Destructive Testing
OPEX Operating Expenditure
PCE Project Critical Element
PDF Portable Data Format
PMI Positive Material Identification
PWHT Post Weld Heat Treatment
QMP Quality Management Plan
QMS Quality Management System
TQ Technical Query
WSoV Written Scheme of Verification

2.0 CONTRACTOR AND SUBCONTRACTOR MANAGEMENT SYSTEMS


Contractor and its Subcontractors shall each work within a formally documented QMS that
is at least equivalent to the requirements of AS/NZS ISO 9001:2008; Quality Management
Systems – Requirements.

Where Contractor and its Subcontractors have not been formally assessed and registered
as being in compliance with AS/NZS ISO 9001:2008 they shall provide objective evidence
of their management system being at least equivalent in scope and content.
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 7 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

Contractor shall ensure that the Work Under the Contract and any other obligations under
the Contract are carried out using the QMS and the relevant Contract specific Quality
Management Plan (“QMP”), and that the system remains fully implemented and pertinent
throughout the Contract term.

Contractor shall demonstrate how the Quality of its activities will be assured through all
stages of the Contract by developing and following a Contract-specific QMP and that it
covers Work Under the Contract.

Contractor acknowledges that effective development, implementation and maintenance of


its QMS is a core part of the Work Under the Contract and that Company is reliant on
Contractor’s skill, knowledge and judgement in the development, implementation,
Verification and improvement of its QMS to the extent needed to assure conformity with
requirements.

Contractor shall ensure that the Work Under the Contract is performed in accordance with
approved processes and control procedures, which are specified either in its (corporate)
QMS or in a Contract specific QMP.

Contractor’s QMS and QMP shall be subject to review and Approval by Company.
Contractor Subcontractors and vendors / suppliers QMS and QMP shall be subject to review
and approval by the Contractor.

Contractor shall ensure that an index of strategies, plans, control procedures, work
instructions and process maps used by Contractor to undertake the Work Under the Contract
is included in the Contract QMP, which where appropriate, shall also describe how
processes interact between the various functions in Contractor’s organisation.

The Contractor shall also ensure that all such documents are available at pertinent work
locations prior to the commencement of the Work Under the Contract.

2.1. Implementation of Contractor’s Quality Management System


Contractor shall ensure that the responsibilities for implementing Contractor's QMS and
QMP for the Work Under the Contract are fully understood by Contractor's project team.

2.1.1 All Contractor project team members shall have comprehensive job descriptions indicating
their roles, responsibilities and reporting relationships, approved by their line manager.
These job descriptions shall be maintained and updated to reflect any changes in job
function or responsibilities. Furthermore, Contractor shall ensure the levels of decision-
making authority within Contractor's project team are understood and as a minimum (where
required) include sign-off of design documentation, approval of changes and financial
approvals.

2.1.2 Contractor shall ensure that its Quality policy and the responsibilities for implementing its
QMP are communicated to and are fully understood by Contractor’s Personnel at all levels
throughout the project organisation.

Contractor shall ensure that Contractor’s Personnel are trained on the applicable Company
and Contractor QMS and QMP supporting processes (procedures, guidelines, standards),
codes of practice, statutory and regulatory requirements prior to performing the Work Under
the Contract. A register of this training is to be generated and updated; this register is to be
issued to the Company monthly.

2.2. Contractor’s Quality Management Organisation


Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 8 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

2.2.1 General

The responsibility for Quality rests with all Contractors’ Personnel associated with the
Contract and therefore it must be actively recognised that Quality is not the exclusive
responsibility of the Quality Management discipline and its personnel within each
organisation. Quality Management personnel within each organisation shall however be
responsible for monitoring and auditing the Quality of the Work Under the Contract
provided.

2.2.2 Contractor shall ensure that all Contractors’ Personnel performing critical / key project quality
functions have an acceptable level of competence (i.e. appropriate experience, education,
training, qualifications and skills). They shall also have sufficient and well defined
responsibility, authority and organisational freedom to identify quality problems, issues or
areas of non-conformity and to initiate, recommend and substantiate corrective and
preventive action.

2.2.3 Contractor shall appoint a suitably qualified and competent quality manager (Approved by
Company) nominated as a Key Person, to implement Contractor's QMS and QMP.
Contractor's quality manager and Contractor's other Quality Management personnel shall
be fully independent and are not directly or indirectly responsible for performing Work Under
the Contract. Persons performing Quality functions shall have sufficient and well defined
responsibility, qualifications, authority and organisational freedom to identify Quality
problems, issues or areas of Non-Conformity and to initiate, recommend and substantiate
corrective and preventive action.

Contractor's quality manager shall be;

• at a level of authority at least equivalent to that of the line management directly


responsible for the Work Under the Contract;

• a dedicated full time member of Contractor’s project management team and shall
report to Contractor's project manager / director or a mutually agreed senior
manager; and

• independent of any other Contractor discipline and of the pressures of cost and
schedule.

2.2.4 The primary responsibilities of the quality manager shall include, but not be limited to:

• establishing Contractor's Contract “Quality Policy” with Contractor's senior


management;

• establishing the Quality objectives and Key Performance Indicators (KPIs) against
which Contractor’s performance will be measured, for Approval by Company;

• ensuring the activities required for preparation of the QMP are suitable, planned,
effectively controlled, communicated and their status monitored;

• preparing and maintaining a “Quality Manual” and supporting process which is a


document which incorporates the agreed Quality Policy and sets out the Plan for
Quality Assurance and Quality Control, incorporating, as a minimum, project
management, design and engineering, contracting and procurement, fabrication,
construction, installation and Mechanical Completions functions;

• developing, issuing, gaining Company's Approval of, and managing the


implementation of the Contract QMP and supporting processes;

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 9 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• developing, issuing, gaining Company's Approval of, and managing implementation


of a Quality Audit and Review Schedule (refer to Section 13.0 below);

• development and implementation of Contractor’s “Action Tracking System(s)” (refer


to section 14.0 below);

• review and authorisation of all requests for exemption from the Contract QMP;

• reviewing, monitoring, evaluating and reporting on the effectiveness of Contractor's


and Subcontractors’ QMS and QMP documentation (as applicable to the Contract)
and the Verification of Contractor's and each Subcontractor’s compliance with
Contract requirements, specifications, codes and Standards. (Where issues or Non-
Conformity are found, Contractor shall ensure close-out is made in accordance with
an agreed time frame, and where necessary, Contractor shall make suitable
adjustments to the QMS, QMP and supporting process documentation);

• auditing Contractor's QMS and QMP including its document and data control system
to ensure that all Contract documentation and Contract deliverables are being
properly collected, collated, indexed, and stored such that they can be effectively
identified and readily located and retrieved;

• developing, maintaining and undertaking an audit and monitoring schedule for all
activities relating to Quality within the Work Under the Contract that includes all
Contractor's project offices, work Sites, Subcontractors’ premises and other
locations, as necessary;

• liaising with Company's Project personnel on all matters related to certification and
handover of Contract Quality documentation; and

• complying with the Project reporting requirements for Quality Management,

Subject to Company’s acceptance, Contractor may subcontract some Quality Management


services (including Third Party inspection services) to qualified agencies. The terms of such
Subcontracts shall meet the requirements of this Exhibit J.

2.2.5 All Contractor’s Personnel employed to carry out Quality Management functions shall be
qualified and competent in the disciplines and work that they are to perform. Contractor
shall provide its organisation chart showing all Quality Assurance and Quality Control
positions which will be assigned to the Work Under the Contract.

2.3. Contractor Resources to undertake the Work Under the Contract


2.3.1 The Contractor shall ensure that sufficient Resources in terms of suitable Contractor’s
Personnel and infrastructure are made available to allow the Work Under the Contract to be
undertaken safely and effectively. All Contractor’s Personnel shall be equipped with suitable
tools and equipment and shall be provided with suitable working environments to allow them
to work safely and effectively.

2.3.2 "Suitable" in the context of personnel relates to them having acceptable levels of
competence (i.e. the appropriate experience, education, training, qualifications and skills).
Where special procedures or/and special high risk activities are required to be undertaken,
then Contractor shall identify the training and awareness needs of Contractor's Personnel
and Contractor shall deliver suitable training and awareness programmes to meet these
needs. Contractor shall maintain records of competence for all Contractors’ Personnel
activities.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 10 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

2.3.3 "Suitable" in the context of infrastructure (tools and buildings) relates to providing computer
hardware and software, utilities, other equipment and support services and well maintained
buildings with sufficient workspace and acceptable working environments (e.g. temperature,
noise, lighting and air quality), that will allow the Work Under the Contract to be conducted
safely, efficiently and in a manner such that the Work Under the Contract meets Contract
requirements.

2.4. Project Quality Planning


2.4.1 General

Contractor shall ensure that adequate and effective Quality planning is undertaken to
ensure that all Work Under the Contract (whether performed by Contractor or its
Subcontractors) conforms to the Contract requirements, including any agreed Quality
objectives and KPIs for the Work Under the Contract.

Contractor’s QMS and QMP documentation including project specific documents required to
meet Company specifications and requirements are to be submitted to Company for review
and Approval as per Exhibit E (Administrative Procedures).

2.4.2 If Company does not approve the QMP, Contractor shall amend the QMP to comply with
the requirements of Company. Contractor shall then resubmit the QMP to Company within
the period specified by Company. Pending Approval of the QMP, Contractor shall
implement the proposed QMP.

The Quality Management Plan shall be revised and resubmitted to address any changes
and all changes shall be provided to Company for review and Approval prior to issue by
Contractor.

2.4.3 The QMP shall define how the Contractor’s Quality Assurance and Quality Control system
will be configured, implemented, resourced and verified in order to realise the specified
Quality objectives. Contractor shall ensure that as a minimum its QMP addresses the
following requirements:

• Project description;

• a Quality policy statement;

• the Quality goals, objectives and critical success to be attained;

• the KPIs to be used (and reported against) to measure and monitor achievement of
Quality objectives;

• the specific allocation of responsibilities and authorities of each position during each
stage of Work Under the Contract;

• the organisation chart defining the inter-relationship between personnel and


organisations including Key Personnel and key Subcontractor participants (with key
positions identified and key individuals named);

• Contractor’s corporate Quality organisation will also be shown on the chart and its
inter-relationship with the Contract Quality organisation defined;

• a summary of how the ISO 9001:2008 requirements and other requirements for the
Work Under the Contract and deliverables are to be managed and addressed by the
QMS and QMP;

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 11 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• descriptions of the Quality processes which shall apply for each stage of Work Under
the Contract;

• an index of Contract specific procedures, work instructions and process maps to be


used;

• an index of the ITPs;

• Contractor’s organisation review and approval matrix showing accountability for review
and Approval of deliverables;

• how Subcontractors will be selected and approved and specific details of how Quality
will be planned, managed and verified for each Subcontractor’s part of the Work Under
the Contract;

• a description of how, and what format, vendor data will be delivered to Company and
the measures to be taken to ensure that all vendor data thoroughly represents as -
constructed or delivered Materials or Equipment; and

• provisions for the control of Quality records (both hard and soft copy) to be generated
throughout the Work Under the Contract shall be summarised.

2.4.4 The QMP shall address Contractor’s interface with, or integration of, Company’s systems as
part of its own workflow to ensure that Company’s systems are adequately supported and
effective. Such systems shall include Technical Query processes, concession request
processes, Non-Conformity management processes, document and data control processes,
change control processes and completions.

Contractor shall be required to extend the Quality Planning activities and develop, as part of
its QMS and QMP, Contract specific procedures where, in Company’s opinion, the lack of a
formalised Contract specific process may have an adverse effect on Quality or without
which, Quality cannot be effectively assured.

2.4.5 During the Quality Planning activity, where the requirement for Contract specific procedures,
work instructions or process maps are identified, Contractor shall produce a document
development Plan showing when these documents will be available for implementation, and
report progress against the Plan as part of the monthly reporting cycle. The development
Plan shall be submitted to Company for review.

3.0 TECHNICAL STANDARDS AND DESIGN PHILOSOPHIES

3.1. Design Management Plan (DMP)

Where design is required by the Work Under the Contract, Contractor shall develop a
design management Strategy and Design Management Plan (DMP) that includes (but shall
not be limited to):

• the design management organisation, including the relationship


between accountable and responsible parties within Contractor's
design team in terms of design Approval; principal points of contact
between Contractor's design team and Company's project
management team;

• the process used to develop, validate and manage change to the


design input data (i.e. BoD; design philosophies; functional and design
specifications; codes of practice and Standards; carried over design

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 12 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

documentation etc.), ensuring full integration with Company's change


management procedure;

• the process for the management of concession requests (ensuring full


integration with Company's concession management procedure);

• the process for the review of previous lessons learned, and the
incorporation of relevant lessons learned into the design;

• the requirements for design deliverables (format, list);

• the software and databases to be used by Contractor, and current or


required validation;

• the design process, including how health, safety, security and


environment (HSSE) issues will be addressed; how design Quality will
be controlled; how design interfaces with other Contractors will be
managed; how constructability, operability and maintainability will be
incorporated; when design reviews will take place; how lessons
learned and Good Industry Practice will be incorporated;

• the process for applying criticality ratings to procured items (relative to


the level of inspection required);

• the process for ensuring that only the latest revision of manufacturing
drawings and data are available on the shop floor or are issued to
Subcontractors;

• the process for management of weight control (where applicable);

• the philosophy and process for review and approval and subsequent
storage of drawings and documents;

• the process for providing input into design Verification by a Third Party
(where this is a requirement under the Contract);

• the process for development and storage of ‘As-Built’ and vendor data;

• the process for participation in the procurement process (to include


generation of MTOs and MELs);

• the process for development of operating manuals; and

• the process for developing and recording final lessons learned.

3.2. Criticality Evaluations

Contractor shall implement an equipment and materials criticality rating system to determine
the nature and extent of Quality Surveillance levels that is to be applied to subcontracted
products, equipment items or services. The criticality rating procedure shall be documented
in the Contract QMP and a matrix of QC inspection levels are to be listed.

4.0 CONTRACTS AND PROCUREMENT MANAGEMENT


4.1 Contractor shall ensure that all Subcontracts and purchase orders issued on behalf of
Contractor Group contain the standard Company Specification for Quality Management (this

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 13 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

document) modified where appropriate with Company's Approval. All records for contracts
and procurement management shall be available for audit and review by Company
throughout the term of the Contract.

Contractor shall describe its approach for effective management and control of the
project purchasing function (Contracts and Procurement) to include a summary description
of the processes in place and identification of associated control procedures.

4.2 Contractor shall ensure any goods or services necessary for the Work Under the Contract,
which cannot be sourced in-house, are procured from Contractor assessed and approved
Subcontractors only as per Section 4.3 and 4.4. This shall include assurance that objective
evidence is available attesting to the capability of nominated Subcontractors to provide such
goods or services to meet Company Standards and Contract specifications.

Objective evidence would include verified historical Quality performance data, source
qualification evaluations, Third Party audit reports, certificates of competence issued by an
authorised body, current performance (if applicable), financial stability, past delivery
performance and other applicable criteria that demonstrate competence and capability to
fully meet the requirements of the Contract.

4.3 Contractor shall develop and maintain a list of approved Subcontractors and their goods
and services for each category of goods and services. Contractor shall undertake a pre-
qualification evaluation of each Subcontractor prior to issue of any ITT or as agreed
otherwise with Company. Company reserves the right to attend any Subcontractor pre-
qualification evaluation.

4.4 Contractor shall evaluate tenders in accordance with a pre-determined procedure or tender
evaluation plan prior to placement of a contract. These evaluations shall comprise, but not
be limited to, commercial, technical, HSSE, Company’s Business Principles, price (both
CAPEX and OPEX), and shall include total cost of ownership considerations and a review
and assessment of each tenderer’s QMS and outline QMP to a depth consistent with the
criticality rating of the goods or services being procured.

If necessary, Contractor shall hold tender clarification meetings with short-listed tenderers to
resolve commercial, technical, HSSE and Quality issues, in order to finalise a definitive
contract and associated recommendation to award to be issued to Company.

Contractor shall maintain records of the evaluation of each tender, including in-house or
external assessments for each potential contract awarded.

4.5 Following the award of a Subcontract with a Subcontractor, Contractor shall verify by
inspection, surveillance and/or audit that the Subcontractor has fulfilled its contractual
obligations, including those relating to Third Party involvement. The results of this
Verification shall be documented prior to final payment for the goods or services concerned.

Contractor shall also verify that Subcontractor’s Quality records and documentation relating
to goods and services supplied have been prepared and are in compliance with the
requirements of the Contract. Such records shall be maintained in retrievable and protected
files at prescribed locations and in accordance with Contractor's processes.

4.6 Contractor shall formally notify Subcontractors of any unsatisfactory performance or of


unsatisfactory goods or services received and shall indicate what corrective action is
required by the Subcontractor with clearly defined timelines.

Changes to Subcontract requirements, including concession requests from the


Subcontractor, shall be subject to Contractor's formal control procedures and Approval by
Company.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 14 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

4.7 Contractor shall close-out contracts in a systematic manner, ensuring that each
Subcontractor has complied with its obligations regarding Quality, Verification, cost and
delivery, that no outstanding services or deliverables remain and that all required
documentation has been received in a fully acceptable condition. Final close-out shall not
occur until the Defects Correction Period for the items supplied or work or services
performed have expired.

5.0 MANUFACTURE, FABRICATION AND CONSTRUCTION MANAGEMENT


The following requirements relate to the particular areas of manufacture, fabrication and
construction management that have relevance to the Quality of the Work Under the
Contract.

5.1. Control of Special Processes

Special processes such as welding, heat treatment/PWHT, NDE, cleaning, dimensional


control, temporary attachments, pressure testing, bolt tensioning, coatings, insulation and
load-out shall be identified and suitable control procedures shall be established and
maintained by Contractor. These processes shall be subject to review and Approval by
Company prior to the commencement of the execution of Work Under the Contract.

These processes shall include but not be limited to:-

• Design philosophy (if applicable) – Modularisation, integration, common elements


(parts, components and substructures);

• Surveying/GIS requirements;

• Management and control of welding processes;

• Hot and cold bending;

• PWHT;

• NDE/NDT;

• Management of the integrity of bolted connections in structures and mechanical


equipment;

• Bolted flange joint management and tagging process

• Lifting lugs, marking, design and certification;

• Calibration of Instrumentation;

• Coatings, surface treatments and fireproofing;

• Grouting; and

• Mechanical installation and alignment.

Note: All special processes shall be carried out by suitably qualified and competent
Contractor's Personnel or an Approved Third Party.

Bolted flange management processes shall comply with the requirements of Document BGA-
ENG-MECH-TS-00012 Flange Joint Management, Cleaning and Pressure Testing.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 15 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

5.2. Testing

Contractor shall prepare and implement procedures for the testing of the Equipment, plant
or Materials supplied under the Contract. These procedures shall be subject to review by
Company.

The testing to be considered shall include but not be limited to:-

• Datum point Verification

• Sieve, analysis / Compaction data

• Dimensional control/ Verification

• Trial assembly

• Hydrostatic testing

• Leak testing

• PMI testing

• Load tests

• Loop tests

• Earth testing

• Continuity test

• Functional tests

5.3. Materials Identification and Traceability

5.3.1 General

Contractor shall prepare and implement control procedures for PMI and traceability that
shall be subject to Approval by the Company. Likewise, Contractor shall review and
Approve Subcontractor's and vendors/suppliers procedures for positive material
identification and traceability, which shall be compatible with its own.

Such procedures shall ensure that material identification and the Verification documentation
relating to critical plant and materials, or equipment components can easily be identified,
located and retrieved, such that in the event of failure, repair or replacement, material
requirements can readily be established.

5.3.2 Purchase order and contract documentation shall contain specific instructions to ensure that
Subcontractors implement procedural controls as follows:

• plant and materials, shall be positively identified at all times during manufacture,
fabrication, construction, storage, handling, transport and erection;

• identification marking of plant and materials shall be by an appropriate method to


achieve legibility and permanence and shall be maintained on documents and records
traceable to the material, component or equipment; and

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 16 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• where materials are sub-divided, the transfer of identity on division of plant and
materials shall be executed at the same level of authority as the associated certifying
document, a system of cutting identity shall be maintained.

5.3.3 The location and method of identification shall not affect the function or Quality of the item
(particularly relating to inks on items to be galvanised and hard stamping on stressed
components) and identification shall be unambiguous, legible and clear. Item identification
that will become hidden or obliterated during manufacture, assembly, or installation shall be
transferred to a more suitable location. The type of identification and methods employed
shall be subject to Approval by Company.

Company requirements for material Certification and Traceability are defined in documents
QCLNG-BX00-QCL-PCE-00004 Procedure for Positive Material Identification and document
QCLNG-BX00-QCL-PCE-00005 Procedure for Material Certification and Traceability.

5.4. Handling, Storage, Packaging, Preservation and Delivery

5.4.1 Contractor shall ensure that plant, equipment and materials, procured by Contractor or free
issued by Company are stored, handled, preserved and maintained in such a manner that,
at the point of delivery / application to the Work Under the Contract, they have retained the
specified purchased condition. Special attention shall be paid to Subcontractors' warranties
and specified instructions regarding storage and maintenance at all times during handling,
storage and installation.

5.4.2 Contractor shall develop procedures for and maintain auditable records of all maintenance
and preservation routines such as brinelling prevention, rotating motors/ valves, checking
lube oil levels, seals on capping etc. Consideration should also be given to sun /
temperature damage.

Where a requirement has been identified (by the designers or suppliers) to include
preservation for equipment servicing prior to bringing into operation, then such requirement
shall be included within the relevant preservation procedure(s).

5.4.3 For products provided by Company, Contractor shall ensure its procedures also define the
following;

• How products provided by Company shall be identified and controlled;


• The methods to be used to verify that Company-supplied products meet specified
requirements;
• How non-conforming Company-supplied products will be controlled; and
• How damaged, lost or unsuitable product will be controlled.

Contractor shall implement protection of pipe work, vessels, compressors, pumps etc. to
prevent ingress of foreign objects, dirt and moisture in accordance with-

• Company requirements for equipment handling, transport and warehousing are


detailed in guideline QCLNG-BX00-QCL-GDL-000002, Guideline for Packing,
Marking, Transport, Preservation; and

• Company requirements for plant and equipment preservation are detailed in


document QCLNG-BX00-COM-PCE-000003, Preservation Strategy.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 17 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

6.0 CONTROL OF INSPECTION, TEST AND MEASURING EQUIPMENT


Contractor supplied Verification, measuring and test equipment shall be controlled,
calibrated and adjusted at regular, pre-determined intervals and logged in a Contract
specific register. This register and the associated calibration certificates shall be subject to
review and audit by Company.

Company requirements for control of inspection and test equipment are detailed in
document QCLNG-BX00-COM-PCE-000011, Control of Test Equipment Procedure.

7.0 INSPECTION AND TESTING

7.1. General
The following requirements shall apply to Work Under the Contract undertaken by
Contractor directly or to where the Work Under the Contract is subcontracted and the
Subcontractor is procuring the plant, Equipment or Materials.

The primary responsibility for in-process inspection and release of plant, Equipment and
Materials shall rest with Contractor, its Subcontractors and/or its vendors / suppliers.

7.1.1 Where Contractor is responsible for procurement of plant or materials, it shall carry out
systematic inspection surveillance of its Subcontractors to verify that execution of its in-
process inspection activities meets purchase order requirements.

Where a Subcontractor is responsible for procurement of plant, Equipment or Materials,


Contractor shall undertake an audit or review of the Subcontractor to verify that activities
are being undertaken in accordance with approved processes.

7.1.2 Inspection and testing requirements shall be appropriate to the service and criticality of the
plant, Equipment or Materials and shall be consistent with the specified level of traceability
and type of Verification document identified in the relevant ITP.

Contractor or a Third Party, as mutually agreed between the Parties, shall carry out all
inspections and tests, which shall include issuing the necessary inspection release
documents. These activities shall be carried out by competent personnel using procedures
reviewed and Approved by Company.

The full extent of inspection to be applied shall be defined collectively in ITPs, which shall
be subject to review and Approval by Company. Such ITPs shall include the facility for
Company, Competent Authorities and any Third Parties to incorporate their required level of
participation in inspection/surveillance activities.

Inspection/surveillance shall be based on Contractor's input to the Subcontractor's ITPs


where the specific level of inspection/surveillance will be dependent on the criticality of the
plant or Materials concerned and the technical requirements laid down in associated
specifications and data sheets.

7.1.3 All plant, Equipment and Materials shall be subject to final inspection prior to being shipped
from the Subcontractor (this may involve both pre and post packaging inspection) to ensure
that purchase order requirements have been fully met.

Materials, Equipment or plant that are incomplete in any respect shall not be shipped from
the Subcontractor without appropriate authority from Contractor and, if stipulated, Approval
by Company. Contractor shall establish and maintain a suitable process and control

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 18 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

procedure to ensure that effective control is maintained for release / shipment of incomplete
goods or materials.

7.1.4 Contractor shall establish and maintain an overall inspection and surveillance Plan
appropriate to the Equipment and materials being purchased, fabricated and installed.

Contractor shall review and approve Subcontractor ITPs and shall add their 'Witness',
'Review' and 'Hold' points as necessary. The content of approved Subcontractor ITPs shall
not be revised without the agreement of Contractor.

Contractor shall ensure that QC stamps are issued to each authorised QC inspector and
recalled on a controlled basis. Recalled stamps shall not be re-issued to another inspector.
Contractor shall maintain a QC stamp and signature register.

7.1.5 All materials and equipment received by Contractor at Site or collected from the Collection
Point or otherwise received by Contractor shall be subject to receiving inspection by
Contractor. Non-Conforming or damaged items shall be clearly identified, segregated and
held in a controlled quarantine area at the Collection Point, pending sentence / corrective
action / disposal instructions from Company or its authorised agent or Company
Representative.

In the case of Company Provided Items, Contractor shall inform Company’s Quality
Management Representative and request inspection of any Non-Conformity or damage
before such items can be incorporated into the Permanent Works.

7.1.6 Contractor shall ensure that handling of TQs is strictly controlled in accordance with a
process and control procedure acceptable to Company.

Company requirements for TQs are detailed in document QCLNG-BX00-ENG-PCE-000003,


Technical Query Procedure.

7.2. Inspection and Test Status


7.2.1 General

Contractor shall establish and maintain suitable process and control procedures Verified by
Contractor's inspection staff to ensure that the status of inspection, testing and acceptance
of any elements of the Work Under the Contract shall be known at all times.

7.2.2 Unless otherwise agreed by Company, no installation or movement of fabrications or


facilities shall be made and no 'Hold' point activities shall be passed until all outstanding
punch list items have been completed, verified by Contractor's inspection staff, and
accepted by Company.

7.2.3 All Approved ITP inspection surveillance activities shall include succinct Verification line
items for each detailed observation and measurements together with the signature and/or
recognised stamp of the authorised person who performed the activity noting the time/date
the activity was performed.

Surveillance and test records shall provide objective evidence that the required activities
have been performed in accordance with the specified requirements and shall indicate all
conformities and identified Non-Conformities together with any subsequent repair activities.
Company's Quality Management Representative shall be informed immediately of any
unacceptable trends after analysis of these records.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 19 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

7.2.4 Non-Conformities shall be evaluated and their acceptability determined upon consideration
to the item's criticality rating. Deviations, dispositions or concessions shall be recorded,
cross-referenced and a register maintained.

7.2.5 Post-surveillance modifications, corrective action and replacements shall be re-inspected in


accordance with the original requirements, recorded and cross-referenced. Weld repairs
shall be subject to 100% NDE.

7.2.6 Contractor surveillance activities at Subcontractor’s works shall include progressive


Approval of inspections at ‘Hold’, ‘Witness’ and ‘Review’ points specified in the ITP, final
acceptance of the item and documentation review.

7.2.7 Final Inspection Release

Contractor shall ensure all IRNs issued verify that:

• all Work Under the Contract (or part order) has been completed;

• all tests and inspections have been performed and accepted;

• all recorded punch list items are either cleared or accepted by Company as carry over
works to be completed by Contractor at an agreed date;

• all concessions/deviations from the specified requirements have been reconciled;

• Third Party involvement and vendor call off have been satisfactorily completed and
reported;

• documents required for the manufacturing data report have been sighted;

• delivery documentation/shipping papers are available; and

• packing and protection has/is being applied in accordance with Company


requirements and specifications, relevant Australian Standards, and supplier
requirements.
Where the shipment of incomplete Equipment packages is authorised by Company, a
comprehensive punch list shall be raised by the Subcontractor and verified by Contractor
and Company where appropriate. Punch list shall cover all facets of outstanding Work
Under the Contract and/or deliverables. Receipt inspection shall be performed on such
items at Site or at the point of use.

7.2.8 Punch listing

Contractor shall be responsible for completing all punch listing up to the time of installation
complete, or until such time as any agreed carry over punch listing items have been
satisfactorily completed and verified as cleared by Company.

Contractor shall employ competent inspectors and technicians, who shall inspect and test to
Company’s stated requirements and specifications, and also repair any minor items raised
during punch list walk downs.

Contractor shall prepare and implement suitable processes to ensure this aspect of the
project is managed correctly.

Company requirements for punch listing are detailed in document QCLNG-BX00-COM-


PCE-000015 headed Punch Listing Procedure.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 20 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

8.0 QUALITY SURVEILLANCE

8.1. Contractor’s Own Quality Surveillance


Contractor shall be responsible for planning, performing and reporting all inspection and
Testing and Quality Surveillance activities which are required to ensure that the Work Under
the Contract conforms to specified requirements.

8.1.1 The results of Contractor’s Quality Surveillance (including surveillance by any Third Party
engaged by Contractor), shall be documented and made available to Company as soon as
practical, but not later than 24 hours after completion of the Quality Surveillance Verification
activity. Where Approved by Company this may be extended to a maximum of 48 hours.
Company reserves the right to be present during Contractor’s Quality Surveillance activities
and notification periods shall be agreed in advance for this purpose.

8.1.2 Fabrication Records.

Contractor shall ensure that the complete fabrication history of each structure, Equipment
item or piping system is documented as required by Company’s Completion Management
System requirements and is made available to Company. These records include but are
not limited to:

• Material traceability and certification;


• Allocation of unique joint reference numbers and marking;
• Welding consumable control records;
• Calibration and recording control;
• Weld mapping;
• Record of all forming operations including MTRs, relevant heat treatment charts and
inspection certificates;
• Record of materials joined including MTRs;
• Record of all welding / laminating / bonding procedure specifications and supporting
procedure qualification records;
• Records of all welders / laminators / bonders with supporting performance
qualification certificates;
• Record of all post weld heat treatment of joints including procedures and chart
records;
• Record of all inspection, NDE, PMI and production tests including procedures and
relevant test reports;
• Records of all NDE and PMI operatives involved in inspection with supporting
performance qualification certificates;
• Records of all repair or rectification work and subsequent inspection / testing;
• Records of all load testing and certification of lift points;
• Records of all surface preparations and coatings;
• Records of any design changes to equipment, structures or piping isometric and the
subsequent Approvals;
• As constructed red-line mark-ups and as-builts;

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 21 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• Inspection release notes and certificates;


• MDR files; and
• Record of all baseline survey results.
8.1.3 Manufacturer Data Report (MDR)

An MDR index shall be submitted to Company for Approval within the time specified/agreed
in the Contract document deliverable schedule. MDR index submissions shall be as early as
possible after award to facilitate progressive MDR population once the execution of Work
Under the Contract commences.

The MDR documents submitted by Contractor shall be progressively compiled and contain
sufficient detailed Verification documentation and information to provide Company with
comprehensive traceability and a complete understanding of the services provided within
the Work Under the Contract. Contractor shall submit MDR’s as per the accepted MDR
index.

Company requirements for MDR compilation and approvals are detailed in document
QCLNG-BX00-QCL-PCE-0000012 Procedure for the Submission of Manufacturing Data
Reports and document QCLNG-BX00-QCL-PCE-0000010 Procedure for Manufacturer Data
Report. These procedures are deemed to be a guide and the accepted MDR Index will
determine the records to be submitted.

8.2. Inspection and Test Plans (ITPs)


8.2.1 Contractor shall ensure that ITPs are developed and Approved to define the inspection and
testing activities which are to be performed for the Works. Contractor’s ITP register shall
include those documents prepared by its Subcontractors and vendor/suppliers.

As a minimum the content of all ITPs shall include but not be limited to:

• Approved header block containing project specific data;

• Item identification;

• Manufacturing and process description, item and activity, covering all stages of the
Work Under the Contract;

• The description of each test, examination or inspection to be performed;

• The location at which each inspection and testing activity will take place;

• The applicable control documents (e.g. project specification/standard), for each activity
including the acceptance criteria being clearly stated;

• The timing and the frequency of each specified/required inspection activity;

• The certifying or verifying document generated (unique inspection test records) to


provide objective evidence of compliance with specified requirements;

• The responsible inspectorate for performing the inspection, testing and Quality
Surveillance (a suitable coding legend will be used to identify which position within
Contractor’s organisation is responsible for performing the activity);

• Sample signature legend register, noting name, position and level of inspection
authority and allocated QC stamp number. (can be independent document);
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 22 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• Inspection and testing points (defined in terms of ‘Hold’, ‘Witness’, ‘Monitor’ and
‘Review’ Points); and

• Columns allowing Company to inform Contractor and its Subcontractors of any


additional Quality Surveillance required by Company.

8.2.2 ITPs shall be in strict compliance with all relevant specifications, Standards, codes of
practice, requirements of the Contract or Legislation, meaningful and specific to the actual
Work Under the Contract to be performed. ITPs shall be Contract specific, generic ITPs are
not acceptable.

8.2.3 ITPs shall be approved by Contractor prior to submission for review and Approval by
Company. All ITPs must be Approved prior to commencement of the relevant work.

Company guidance for ITPs is detailed in document QCLNG-BX00-QCL-GDL-000003,


Inspection and Test Plan Guideline.

8.3. Company’s Quality Surveillance


8.3.1 In addition to Contractor’s own Quality Surveillance activities, Company reserves the right to
undertake its own Quality Surveillance at source including, but not limited to, technical
reviews, witnessing of tests, routine inspections, audits, etc. in order to verify the adequacy,
effectiveness and implementation of the Contract QMS and QMP, and to verify compliance
with the requirements outlined in the Contract and specifications.

Contractor shall ensure that Company has full access to premises, information and
personnel required to undertake such Quality Surveillance activities. Contractor shall ensure
that Company’s right of access extends to all Subcontractors. Company notification period
for intentions to visit shall be agreed with the Contractor.

8.3.2 Contractor shall ensure that findings resulting from its Quality Surveillance activities are
evaluated and effective corrective action is promptly implemented. The corrective action
shall be adequate and sufficiently prompt to assure that the Quality of the Work Under the
Contract meets specified requirements. Where requested by Company, Contractor will
interface with, and generally support Company’s Non-Conformity and corrective action
management process, e.g. by completing the relevant forms within specified timeframes.

8.4. Quality Surveillance Coordination between Company and Contractor


To achieve co-ordination of Company’s Quality Surveillance activities with Contractor’s
Quality Surveillance activities, Company and Contractor shall agree Verification points for
Quality Surveillance prior to commencement of the Work Under the Contract. Four (4)
types of intervention points will apply and shall be recorded as appropriate on all ITP
documents to formalise the action to be performed by the nominated inspector (who
represents the party imposing the requirement).

8.4.1 Verification points are:

• Review Point (R) - the process of verifying by examination of documentary evidence


that nominated inspections and/or tests have been satisfactorily conducted or that
nominated document deliverables meet requirements. This evidence must be offered
to Company for review as soon as practicable.
• Witness Point (W) - an activity defined in the ITP required to be witnessed by the
nominated inspector. In the case of a witness point nominated by Company, If
Company or its representative is not present after being provided with the required
written notice, then Contractor may proceed with the Quality Surveillance activity.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 23 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• Hold Point (H) - an activity identified in the


ITP beyond which further work shall not proceed without the attendance of the
nominated inspector. In the case of a ‘Hold’ Point nominated by Company, Contractor
shall not proceed with the work without Company or its representative being present,
except where Company has notified Contractor in writing that it may proceed.
• Monitor (surveillance) Point (M) - at this point during the activity, the nominated
Company inspector is required to carry out random surveillance. This does not stop
the activity going forward unless he observes a noncompliance. Contractor can
continue the works under surveillance by Company’s representative.

8.4.2 Contractor shall provide Company with as much notice as possible of impending Verification
points which require Company’s (or its representative) presence, including;

• Notification for Site based inspections and off-Site inspections (within Australia) shall
be by mutual written agreement between Contractor and Company inspection
representative to eliminate unnecessary delays, minimum 5 Working Days.

• Notification for off-Site (International) inspections shall not be less than ten (10)
Working Days for inspections outside Australia.

8.4.3 Contractor’s QMS and QMP shall be suitably detailed to provide objective evidence to show
that each inspection intervention point has been released by the appropriate authorised
person. Objective evidence shall constitute the dated sign-off and QC stamping the
resulting inspection record by the authorised inspector.

9.0 INDEPENDENT VERIFICATION


Company shall:-

• Perform analyses to identify the PCE’s of the facilities;

• Develop performance standards for each PCE;

• Appoint an IVB to independently verify compliance of the PCE’s with the requirements
of the associated performance standard; and

• Develop a WSoV and testing that defines in detail the IVB’s scope of work.

Contractor shall provide whatever documents or access is required and necessary to


enable the IVB personnel to carry out their assigned tasks.

10.0 PERMITS AND CONSENTS


Contractor shall provide input into Company's “Permits and Consents Schedule” for the
Work Under the Contract.

Contractor shall provide a list of all relevant regulatory requirements for the Work Under the
Contract which shall as a minimum, identify the relevant Legislation by title and/or reference
number and name the regulating body.

11.0 NON-CONFORMANCE AND CORRECTIVE ACTION


11.1 General

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 24 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

All Project personnel (Company, Contractor, Subcontractors and other stakeholder parties)
shall have the duty to report to their supervisor or manager conditions or actions which may
adversely affect Quality, schedule, and HSSE. The supervisor or manager shall then take
any required corrective action.

Contractor shall establish and maintain a process and suitable control procedures to ensure
that plant, Equipment, Materials and services which do not conform to specified
requirements are identified, segregated and managed to prevent unintended use or
delivery.

11.2 Once detected, Non-Conformities shall be reported and the items, documents, systems or
activities to which the Non-Conformity relates shall be regarded as Non-Conforming.
Interfacing and affected organisations shall be notified of the Non-Conformity.

Non-Conforming items, documents, systems and activities shall not be subject to use (or
further use) until a disposition decision has been made and documented, or specific
documented instructions have been issued.

Contractor QMS and QMP shall include formal Non-Conformity and corrective action
processes consistent with Company’s requirements for identifying, documenting, appraising
and managing Non-Conformities or circumstances which are likely to lead to Non-
Conformities.

If Contractor discovers any Non-Conforming plant, Equipment, Material, work, or processes,


Contractor shall immediately initiate the Non-Conformity and corrective action process. The
process shall ensure that Company is promptly notified of any such Non-Conformity.

11.3 The disposition of the Non-Conformity (i.e. scrap, replace, use-as-is, repair, re-work or other
appropriate action), shall be presented to Company for review and Approval or rejection
under the Contract. Non-Conformity and proposed corrective actions shall be properly and
systematically documented.

11.4 Contractor shall maintain a Non-Conformity register to summarise the status of all Non-
Conformity and corrective action requests raised in association with the Work Under the
Contract. A status summary of Non-Conformity and corrective action requests (including a
statistical trending analysis capable of driving improvement) shall be reported to Company
as part of Contractor’s Monthly Report (refer to Exhibit E (Administrative Procedures)).

Company requirements for management of non-conformities are detailed in document


QCLNG-BX00-QCL-PCE-000003 headed Procedure for Management of Non-
Conformances.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 25 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

12.0 DOCUMENT AND RECORDS MANAGEMENT

12.1. Document Management

12.1.1 General

Each organisation within the Project shall have responsibility for the management of the
Project documentation and data under its control.

12.1.2 Contractor shall establish a DDC within its project office(s). This DDC shall serve as a
central facility for holding non-obsolete issues of project documents and design deliverables
generated by, or on behalf of the project and act as the project interface with Company
archive. All project documents shall be captured and controlled for reference.

Contractor shall establish and maintain suitable process and control procedures to ensure
that project communications are undertaken in compliance with contractual requirements.
This shall include development and maintenance of registers which catalogue the
documents held within each project DDC.

The responsibility for removal of obsolete documents from project files / DDC document
registers lies with DDC staff, who shall only take action in response to a request for disposal
/ removal issued by the document owner.

12.1.3 For each document that Contractor is obliged to provide to Company as part of the Work
Under the Contract and deliverables, Contractor shall ensure that in-house document
review and approval is undertaken prior to final approval and authority to issue to Company.

12.1.4 Contractor shall undertake regular planned review and update its QMS and QMP processes
to reflect any changes required to ensure their continued relevance. Document issue shall
be controlled using review and Approval sign-off and signed off copies of the Approved
document issues shall be maintained on file such that they are accessible for QA audit.

Contractor’s QMS and QMP documents shall be located such that the latest versions of the
documents are available to all Contractor’s Personnel regardless of their physical location.

Company requirements for document management are detailed in QCQGC-BX00-DDC-


PCE-000001 Procedure for Operations and Projects Document.

12.2. Verification and Quality Records

12.2.1 General

Contractor shall be responsible for the identification, preparation, collection, and


maintenance of all Verification records necessary to provide objective evidence which
demonstrates and verifies conformity to specified requirements under the Contract.

Verification records are defined as those required to provide objective documentary


evidence of compliance with Company, industry codes and technical requirements and
Legislation.

12.2.2 Contractor shall submit nominated records to Company at the times and in the format and
quantities specified in the Contract. Contractor shall develop a Contract specific records
management procedure which shall provide details of:

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 26 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• the specific types of records which will be generated by Contractor and its
Subcontractors for the Work Under the Contract;

• the metadata associated with the records;

• the handling by Contractor of records to be generated by Subcontractors;

• the control of subcontracted records management process (e.g. Radiographs held by


NDE Subcontractors);

• for each record, its location, custodian the retention time and retrieval procedure; and

• the indexing, progressive compilation and specific handover requirements of records to


Company.

12.2.3 Good Document Practices

To ensure that all QC documentation, including final documentation for inclusion within the
MDR’s and Systems Completions Dossiers (refer to Exhibit A (Scope of Work)) is clear,
clean and concise, Contractor shall follow the below requirements for the Work Under the
Contract:
• All inspection and Verification documents, including red line mark-ups and as-builts
shall be clear and legible prints, showing all details, title blocks and pagination;
• Scanned documents shall be minimum 200dpi and full colour, higher resolution shall
be used where necessary to ensure document readability;
• The use of ‘ditto’ marks in any document format is not acceptable. The use of ditto
marks are to be approved by the Company;
• Deletions / alterations shall be made with a single ruled line and initialled/dated by
the initiator;
• No Tippex or other form of white liquid paper, correction tape or whitener shall be
used for document corrections;
• All fields on inspection forms and/or reports shall be populated;
• Unsigned form fields shall be deleted with a single diagonal ruled line, marked N/A
(Not Applicable) and shall be verified and initialled by Contractor authorised QC
representative;
• Individual signatures on inspection certificates or QC forms shall indicate actual
involvement in a review, check or an inspection as required by the ITP; and
• Inspection & test records shall be original wet signature copies, signed, and dated
with QC stamp by Contractor on the day of the inspection.
12.2.4 Original source material test certificates and NDE reports shall be submitted to Company.
Where it is not possible for Contractor to provide Company with such originals, and the
reasons for this are acceptable to Company, then photocopies of certificates/reports shall
be acceptable. These certified copies shall be of sufficient clarity to permit further photo-
copying. Scanned copies and digitally signed PDFs or similar shall also be acceptable.

12.2.5 Red Line As-Builts

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 27 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

Contractor shall be responsible for compiling and maintaining up to date ‘Red Line As Built’
documents and data during the construction phase, up to Mechanical Completion (MC-1).

Company requirements for red line mark-ups and as-built documentation are detailed in
document QCLNG-BX00-ENG-PCE-000004, As Built Document Procedure.

12.3. Quality Control of Construction and Completion Documents

12.3.1 General

Quality control of construction related inspection activities such as; fabrication, erection,
modifications, inspection, testing, punch listing, preservation etc. that form part of the Work
Under the Contract, shall be monitored and managed using an agreed CMS database and
Approved ITPs and ITRs.

12.3.2 The ITRs (“A and B” check sheets), system acceptance certificates and auditable reports
required to support completions’ Verifications will be generated by the CMS database. The
CMS documents shall supplement Contractor’s own approved ITPs and QC inspection
records/documents and provide further objective evidence of the technical integrity of the
completed Works meeting the specified inspection compliance requirements and
requirements of the Contract and Legislation.

The CMS generated ITRs and acceptance certificates are pre-defined pinnacle project
certification deliverables and shall be referenced against the relevant inspection control
activities in all Approved ITPs.

To facilitate and support the project completions and handover process, all wet signature
verifying documents tabulated under the CMS and those generated through Contractor’s
Quality inspection processes, shall be systematically prepared and progressively signed-off
during each phase of the execution of the Work Under the Contract.

Contractor’s Quality functions shall interface with the completions group to ensure
alignment with the quality component deliverables to support systems acceptance.

Company requirements and processes for systems definition, dossier preparation and
handover are detailed in documents QCLNG-BX00-COM-PCE-000007, QCLNG-BX00-
COM-PLN-000001, QCLNG-BX00-COM-SCH-000004 and QCLNG-BX00-COM-PCE-
000031

13.0 QUALITY AUDITS

13.1 General

Contractor shall prepare and implement a Quality “Audit and Review Schedule” for all
phases of the Work Under the Contract identifying the Quality audits to be performed by
Contractor on its own activities (“First Party Audits”) and those audits to be performed by
Contractor on its Subcontractors’ activities (“Second Party Audits”).

13.2 Contractor shall carry out system, compliance, HSSE and technical audits to verify that the
requirements of the Contract and its related Plans and processes are being correctly
executed.

Contractor’s Quality Audit and Review Schedule shall be sufficiently comprehensive to:

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 28 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

• confirm adequacy, implementation and effectiveness of Contractor’s and


Subcontractors’ Quality Management Systems to meet the Quality objectives and to
assure the Quality of the Work Under the Contract;

• define the process elements and disciplines to be audited using a risk based
approach;

• define the audit scopes and types of audit;

• define the locations of the scheduled audits;

• provide audit planned dates and frequency;

• provide the audit complete dates;

• provide audit durations; and

• nominate audit team leader.

13.3 Contractor shall ensure that the Quality Audit and Review Schedule is maintained up to
date and is aligned with, and supportive of the Contractor’s schedule.

Contractor shall ensure that its Quality Audit and Review Schedule includes provision to
audit all processes nominated by the QMP on a frequency commensurate with risk and
performance.

13.4 Contractor shall submit the Quality Audit and Review Schedule for Company’s review and
Approval along with the QMP. The Approved Quality Audit and Review Schedule shall be
issued as a controlled document.

Quality audits shall be conducted in accordance with AS/NZS ISO 19011:2011 - Guidelines
for Quality and/or environmental management systems auditing.

13.5 Contractor shall afford Company the right to be represented in all audits conducted by or on
behalf of Contractor and at least five (5) Working Days written notice shall be given to
Company prior to an audit being undertaken. A copy of the audit report containing findings
raised shall be forwarded to Company within one (1) week of the audit close-out meeting.

13.6 Auditors shall not audit their own work. Contractor shall ensure that its auditors are
independent of the area being audited and as a minimum possess the following
qualifications and experience:

• For Second Party Audits - Passed a nationally recognised Lead Auditor course; and
conducted a minimum of three (3) Second Party audits as Lead Auditor; and

• For First Party Audits - Passed a nationally recognised Internal Auditor course and
have conducted a minimum of five (5) First Party Audits.

At Company’s request, Contractor shall provide the objective evidence to verify the lead
auditors qualifications and experience.

13.7 Company reserves the right to undertake audits on Contractor’s QMS and QMP at its sole
discretion. Company shall provide Contractor with a minimum of five (5) Working Days'
notice of its intent to perform any such audit.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 29 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

Contractor shall monitor and review the performance of its Subcontractors in sufficient
depth to provide objective evidence of their compliance with Contract and purchase order
requirements.

13.8 Audit reports, identifying all deficiencies found during the audit, shall be issued to the
management of the group or organisation being audited and copied to Company.
Corrective actions shall be agreed, monitored and closed out in accordance with the agreed
time frames.

Contractor shall establish audit and non-conformity status logs, these shall be maintained
by each organisation for all audits. Summary reports shall be provided to Company on a
monthly basis.

14.0 ACTION TRACKING SYSTEM

14.1 General

Contractor shall develop and maintain a Contract “Action Tracking System” or register (s) to
enable the planning and tracking of action items that have been raised as a result of the
Verification activities such as audit, technical reviews, workshops and Quality Surveillance
activities to be performed by Contractor or by Company and are not elevated to an NCR or
CAR. Contractor shall keep the system up to date so that it tracks the status of actions
raised across all phases of the Contract.

The Action Tracking System will be developed to include, as a minimum, all Verification
activities and resulting actions required under the Contract and Contractor’s QMS and
QMP.

The Action Tracking System shall permit the tracking and progressive closure of each
Verification finding by Contractor, and be available for information and review by Company.

14.2 The Action Tracking System shall as a minimum, capture the following information:

• Verification activity description, purpose and methodology;

• reference documents;

• unique identification for each finding resulting from the Verification activity (traceable to
the Verification activity);

• description of each finding resulting from the Verification activity;

• date the Verification activity was scheduled and date actually performed;

• person responsible for closure of each finding resulting from the Verification activity;

• planned close-out date for each finding;

• actual close-out date for each finding, with lead and lag indicators; and

• objective evidence (e.g. document reference) of close out.

15.0 CONTINUOUS IMPROVEMENT


Contractor shall develop and maintain a suitable quality management improvement
process. Contractor shall monitor and measure the suitability and effectiveness of its QMS
Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 30 of 31
Exhibit J - Quality Management
EXHIBIT J – QUALITY MANAGEMENT

and QMP, to provide feedback on the findings and make improvements as necessary to
eliminate the causes of Non Conformities in order to prevent recurrence.

Lessons learnt from work tasks and activities are to be captured to ensure continual
improvement is applied to repetitive activities to eliminate recurrence of Non Conformity.

16.0 QUALITY REPORTING


Contractor shall report its Quality performance to Company on a monthly basis as follows:

• a narrative summary of performance against the agreed KPIs;

• a narrative summary of Contract QMP development and progress against


development of project specific procedures required by the Plan;

• a narrative summary of First and Second Party Audits performed against the Quality
Audit and Review Schedule;

• a listing of corrective and preventive actions for each audit, the current status and the
planned dates for follow up and close out;

• details of Non-Conformities, root cause analysis and actions undertaken to prevent


recurrence of any QMS and QMP failures;

• a status summary of non-conformity and corrective action requests including a


statistical trending analysis capable of driving improvement;

• status of deployment (roster) of Quality discipline personnel; and

• status of action items from the Contract Action Tracking System.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 31 of 31
Exhibit J - Quality Management
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT K – SUBCONTRACTORS

Initialled by:
Level 30, 275 George Street
Brisbane QLD 4000
The Company: .......................... ............................. GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Contractor: .......................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
ABN 11 089 642 553
EXHIBIT K – SUBCONTRACTORS

CONTENTS

1 GENERAL .................................................................................................................................................. 3
2 APPROVED SUBCONTRACTORS ................................................................................................................ 3
3 APPROVAL OF PROPOSED SUBCONTRACTORS ......................................................................................... 8

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 2 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

1 GENERAL

1.1 The Contractor shall maintain lists of Approved Subcontractors for all Work Under the
Contract, together with details of the associated scope of work for those Subcontractors.

1.2 This Exhibit K may, at any point in time, be supplemented with the latest revision of the
Approved Subcontractor lists.

1.3 In this Exhibit K, capitalised terms have the meaning given in the Conditions of Contract,
unless otherwise provided.

2 APPROVED SUBCONTRACTORS

2.1 All Subcontractors detailed below are deemed to have been Approved by the Company for the
performance of Work Under the Contract across all work areas in accordance with the
provisions of Clause 27.1 (Subcontracting) of the Conditions of Contract.

Subcontractor Associated Scope of Work Address


Supply Surge Arrestors 200 Adelaide Terrace, East
ABB Australia Pty Ltd Perth WA 6004
Install, Test and Commission 132kV 200 Adelaide Terrace, East
ABB Australia Pty Ltd Transformers - Charlie Substation Perth WA 6004
Provide Design Verification Services 56 Peel Street, South
Acor Consultants (QLD) Pty Ltd Brisbane QLD 4101
Inspect Vessels 6-8 McCosker Street, Emerald
ALS Industrial Pty Ltd QLD 4720
Assemble Distribution Transformer - 1075 Beaudesert Road,
Alstom Grid Australia Limited Charlie FCS Archerfield QLD 4108
Perform Hydrostatic Testing – Charlie 30 Success Way, Henderson
APTS Pty Ltd FCS WA 6166
Perform Non Destructive Testing - 30 Success Way, Henderson
APTS Pty Ltd Charlie FCS WA 6166
Supply and Install Precast Concrete 5/2 Forture Street, Coomera,
Aqua Infrastructure Pty Ltd Culverts QLD, 4209
Supply Civil and SMP Labour Hire 4 Trentwood Parade, Dalby
Assess-Orr Pty Ltd Workers QLD 4405
Hire Scaffold 4 Trentwood Parade, Dalby
Assess-Orr Pty Ltd QLD 4405
ATCO Structures & Logistics Pty Supply, Mobilise, Install and Demobilise 95 Quinns Hill Road East,
Ltd Office Accommodation Stapylton QLD 4207
ATCO Structures & Logistics Pty Continue Hire and Demobilise Office 95 Quinns Hill Road East,
Ltd Accommodation (Woleebee Creek) Stapylton QLD 4207
Supply, Mobilise, Install and Demobilise 63 River Road, Redbank QLD
Ausco Modular Pty Limited Office Accommodation 4076
Wet Plant Hire - Concrete Pumping 26 Hilldon Court, Nerang QLD
A S Concrete Pumping Pty Ltd 4211
Supply, Install and Verify Bored Piles 4 Commerce Court, Clontarf,
Avopiling Australia Pty Ltd QLD, 4019
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 3 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

Subcontractor Associated Scope of Work Address


Supply of Supplementary Labour Hire 78 Anders St, Jimboomba,
Bampak Building Pty Ltd Workers QLD 4280
Temporary Works Po Box 747, Beenleigh QLD
Barr Modular Services Aust Pty Ltd 4207
Provide Local and Indigenous Content 57 Jardine Street, Kedron,
Benext Pty Ltd TA Hughes et al Support Services QLD, 4031
Perform Lube Oil Flushing 217 Logan Road,
Biokem Oil Services Pty Ltd Woollengabba, QLD,4102
Flange Management (Machining & Unit 2/20 Steel Street,
BLJ In-Situ Solutions Pty. Ltd Bolting) Capalaba QLD 4157
Wet Plant Hire - Heavy Crane Lifts 184 Curtin Avenue West,
Boom Logistics Ltd Eagle Farm QLD 4009
Supply Concrete - Off Site Batch Plant 6 / 88 Musk Avenue, Kelvin
Boral Resources (QLD) Pty. Limited Grove QLD 4059
Supply Concrete - On Site Mobile Batch 6 / 88 Musk Avenue, Kelvin
Boral Resources (QLD) Pty. Limited Plant Grove QLD 4059
Install Bitumen Prime and Seal 6 / 88 Musk Avenue, Kelvin
Boral Resources (QLD) Pty. Limited Grove QLD 4059
Supply Stud Bolts F1 / 62 Maddox Street,
Bremick Pty Ltd Alexandria NSW 2015
SS Supply and Fabrication - Balance of Calcium Court, Crestmead
Brezac Constructions Pty. Ltd Plant QLD 4132
Bureau Veritas Asset Integrity and Inspect Vessels 26 Colin Street, West Perth
Reliability Services Australia Pty Ltd WA 6005
Bureau Veritas Asset Integrity and Perform Non Destructive Testing - 26 Colin Street, West Perth
Reliability Services Australia Pty Ltd Charlie FCS WA 6005
Dry Hire - Access & Misc Equipment 55-61 Meakin Road,
Coates Hire Operations Pty Limited Meadowbrook QLD 4131
Corporate Protection Australia Pty Provide Security Services 11/35 Paringa Road, Murrarie
Ltd QLD 4172
Supply Hold Down Bolts Building 2/660 MacArthur
Coventry Group Limited Avenue, Pinkenba QLD 4008
Provide Concrete Cutting / Demolition 6/1154 South Pine Road,
Cutting Force Queensland Pty Ltd Services Arana Hills QLD 4054
Supply Stud Bolts Building 2/660 MacArthur
Coventry Group Limited Avenue, Pinkenba QLD 4008
Supply, Install and Verify Bored 1/832 Beaudesert Road,
DID Piling Pty Ltd Piles Coopers Plains, QLD, 4108
Dynamic Pile Testing Australia Pty Provide Pile Integrity Testing Services 14 Julia Street, Highgate Hill,
Ltd QLD, 4101
Supply Conduits and Cable Pits Unit 8/67 Miller Street,
EC & M Limited Murarrie, QLD, 4172
Install Electrical and Instrumentation Unit 8/67 Miller Street,
EC & M Limited (E&I) Murarrie, QLD, 4172
Suite 1702, Tower 2, 101
Electrical & Pumping Services Provide HV Audit Services Grafton Street, Bondi Junction
Australia Pty AKA EPS Ltd NSW 2022
Suite 1702, Tower 2, 101
Provide HA Audit and Dossier
Electrical & Pumping Services Compilation Services
Grafton Street, Bondi Junction
Australia Pty AKA EPS Ltd NSW 2022
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 4 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

Subcontractor Associated Scope of Work Address


Provide Project Controls Software L1, 155 Caxton Street,
Ennova Consulting Pty Ltd (Envision) Brisbane QLD 4000
Supply and Install Precast Concrete 106 Newmarket Road,
F.K. Gardner & Sons Pty. Ltd Culverts Windsor QLD 4030
Construct Bundi Road Intersections 106 Newmarket Road,
F.K. Gardner & Sons Pty. Ltd Windsor QLD 4030
Supply Lime and Lime Stabilistion (L60) 106 Newmarket Road,
F.K. Gardner & Sons Pty. Ltd Windsor QLD 4030
Freo Group Pty Ltd (formerly Global Wet Plant Hire - Heavy Crane Lifts Jokovich Centre, 4 McGrath
Cranes) Road, Henderson WA 6166
Provide Building Certification Services Suite 26, 39-47 Lawrence
GMA Certification Pty Ltd Drive, Nerang,QLD, 4211
Ground Hog Earthmoving (Aus) Pty Supply of Supplementary Labour Hire 1/654 Waterdale Road,
Ltd Workers Heildelberg West VIC 3081
Dry Plant Hire - Cranes 182 Drayton St, Dalby QLD
HEQ Crane Holdings Pty Ltd 4405
Wet Plant Hire – Final Trim 1024 Beaudesert-Beenleigh
Horn Graders Pty Ltd Road, Luscombe QLD 4207
Provide Flange Management (Auditing) 3 orion Road, Jandakot Perth
Hydratight (Asia Pacific) Pty Ltd Services WA 6164
Perform Hydrostatic Testing - Charlie 2/112 Fison Avenue, Eagle
I Pipe Services Pty Ltd FCS Farm QLD 4009
Wet Plant Hire - Water Cart GF8 / 1050 Manly Rd
Impact Contracting Pty Ltd Tingalpa, QLD, 4173
Rehabilitation and Amelioration GF8 / 1050 Manly Rd
Impact Contracting Pty Ltd Tingalpa, QLD, 4173
Supply and Install Permanent Fencing GF8 / 1050 Manly Rd
Impact Contracting Pty Ltd Tingalpa, QLD, 4173
Supply Civil and SMP Labour Hire GF8 / 1050 Manly Rd
Impact Contracting Pty Ltd Workers Tingalpa, QLD, 4173
Industrial Maintenance & SS Supply and Fabrication - Balance of 73 Gardiner Street,
Fabrications Pty Limited AKA IMF Plant Rutherford NSW 2320
Supply Pipe Spooling - Balance of Plant Unit 22, 7-9 Progress Circuit,
Intercon Engineering Pty Ltd Prestons NSW 2170
SS Supply and Fabrication - Balance of Unit 22, 7-9 Progress Circuit,
Intercon Engineering Pty Ltd Plant Prestons NSW 2170
Suite 2, Building 8 Forest
Central Business Park, 49
Provide Welding Inspection Services
Intertek Technical Services Pty Frenchs Forest Road,
Limited AKA Moody - Group Frenchs Forest NSW 2086
Supply Gaskets 2 / 274 Beatty Road,
James Walker Australia Pty Ltd Archerfield QLD 4108
Supply and Install Pond Liners 222 Leitchs Road, Brendale
Jaylon Pacific Pty Ltd QLD 4500
Provide Potable Water and Waste 51 Wilkinson Street,
J.J. Richards & Sons Pty Ltd (Rubbish and Septic) Removal Services Toowoomba QLD 4350
Provide and Operate Mobile Crushing Suite 47 / 2 Benson Street,
Juandah Quarry Pty Ltd Plant Toowong QLD 4066

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 5 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

Subcontractor Associated Scope of Work Address


Supply Quarry Materials (inc bedding Suite 47 / 2 Benson Street,
Juandah Quarry Pty Ltd sand) Toowong QLD 4066
Supply Thermal Sand Giligulgul Road, Wooleebee,
Juandah Quarry Pty Ltd Qld 4426
Wet Plant Hire - Heavy Crane Lifts 511 Nudgee Road, Hendra
LCR Group Pty Ltd QLD 4011
Provide Flange Management (Auditing) 15/4 Wharton Road, Kewdale
Marcem Australia Pty Ltd Services WA 6105
Manufacturing Industries Group
Apprentices Scheme Incorporated Provide Apprenticeship Labour Hire Level 2, 1 Breakfast Creek
(Migas) Road, Newstead QLD 4006
Provide Security Services 41 Pentex Street, Salisbury
MSS Security Pty Limited QLD 4107
Supply of Supplementary Labour Hire 63 Cairns Street,
Multifix Constructions Pty Ltd Workers Loganholme, QLD, 4129
Install DN900 Gas Trunkline, HDPE
Murphy Pipe & Civil Constructions Water Trunkline and 33kV Direct Buried 60 Kingsford Smith Dr, Albion,
Pty Ltd Cables QLD 4010
Supply Reinforcement - Foundations 13 Nuban Street, Currumbin,
Neumans Steel Pty. Ltd. QLD 4223
Oceaneering Services Australia Pty Perform Non Destructive Testing - 634 Karel Avenue, Jandakot
Ltd Charlie FCS WAS 6164
Supply Reinforcement - Foundations 14 Peterkin Street, Acacia
OneSteel Reinforcing Pty Limited Ridge QLD 4110
Grout Compressors and Seal Cable 323 Palmwoods-Montville
PFP Systems Aust Pty Ltd Penetrations Road, Palmwoods QLD 4555
Perform Earth Grid Testing Unit 4, 11 Glenwood Drive,
Powerearth Technologies Pty Ltd Thornton NSW 2322
Supply, Install and Verify Bored Piles 5 Jacque Court, Lawnton,
Piling Contractors Pty Ltd QLD, 4501
Supply LV Cable 1 Heathcote Road, Liverpool
Prysmian Australia Pty Ltd NSW 2170
Supply Instrument Cable 1 Heathcote Road, Liverpool
Prysmian Australia Pty Ltd NSW 2170
Supply FO Cables 1 Heathcote Road, Liverpool
Prysmian Australia Pty Ltd NSW 2170
QA Management Services Pty Ltd Provide Welding Inspection Services Suite 5, 202 Hampden Road,
AKA Velosi Nedlands WA 6009
Construct Bundif Road Intersections Suite 47 / 2 Benson Street,
Q H & M Birt Pty Ltd Toowong QLD 4066
RCR Energy Service Pty Ltd TA SS Supply and Fabrication - Balance of 6/251 St Georges Terrace,
RCR Tomlinson Plant Perth WA 6000
RCR Energy Service Pty Ltd TA 6/251 St Georges Terrace,
Pipe Spooling - Balance of Plant
RCR Tomlinson Perth WA 6000
Resource Connect Logistics Pty Provision of Travel and Accommodation 4/8 Navigator Place, Hendra
Limited Logistics Management Service QLD 4011
Supply, Mobilise, Install and Demobilise 80 Magnesium Drive,
Retracom Hire Pty Ltd Office Accommodation Creastmead, QLD 4132
Supply Precast Concrete Culverts 3746 Ipswich Road, Gailes
Rocla Pty Limited QLD 4300
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 6 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

Subcontractor Associated Scope of Work Address


Install Bitumen Prime and Seal 68 Hugh Street, Pinkenba,
RPQ Spray Seal Pty. Ltd. QLD, 4008
16 Miller Street, Murrarie QLD
Supply Specialised Piping Items
Samios Plumbing Pty Ltd 4172
Dry Hire - Access & Misc Equipment 7-21 Skyreach Street,
Skyreach Pty Ltd Caboolture QLD 4510
Supply Hold Down Bolts 12 Buff Point Avenue, Buff
Sewelu Pty Ld Point NSW 2262
Special Piping Materials (Australia) Supply Blinds and Spacers 11 Purser Loop, Bassendean
Pty Ltd WA 6054
Speciality Services Qld Pty Ltd ATF Wet Plant Hire - Vacuum Excavation 16 Auburn Road, Chinchilla,
The Cummins Family Trust QLD, 4413
Speciality Services Qld Pty Ltd ATF Wet Plant Hire - Water Cart (Non- 16 Auburn Road, Chinchilla,
The Cummins Family Trust Potable) QLD, 4413
Provide Welding Inspection Services 7-9 Leesons Road, Traralgon
STR Inspection Services Pty Ltd VIC 3844
Approved Labour Subcontractor Level 6, HQ South Tower, 520
Sustaining Works Pty Limited Wickham Street, QLD, 4006
Supply Permanent HSSE Items 7 Carleton Place, Mandurah
Swivelpole Group Pty Ltd WA 6210
The Australian Steel Company Supply Reinforcement - Foundations 30 Main Beach Road,
(Operations) Pty Ltd AKA ARC Pinkenba, QLD 4008
Supply and Install Rock Anchors and 25 Burke St, Woolloongabba,
The Rix Group Pty Ltd Earth Rods QLD 4102
The Trustee for F & B Trust TA Provide Geotechnical Testing Services 15 Malduf Street, Chinchilla,
South Qld Soils QLD 4413
The Trustee for Lindsay Reardon Supply Thermal Sand 3-5 Derrick Drive, Roma QLD
Family Trust TA Annejeda Pty Ltd 4455
The Trustee for Lindsay Reardon Provide and Operate Mobile Crushing 3-5 Derrick Drive, Roma QLD
Family Trust TA Annejeda Pty Ltd Plant 4455
The Trustee for The Green Acres
Unit Trust T/As Green Acres Rehabilitation and Amelioration Po Box 444, Noosaville QLD
Hydromulching 4566
The Trustee for Lindsay Reardon Supply Potable Water 3-5 Derrick Drive, Roma QLD
Family Trust TA Annejeda Pty Ltd 4455
The Trustee of The Tebroc Unit Clearing and Grubbing (including Fauna 3 Corbet Road, Gympie, QLD,
Trust TA Corbet's Timber Haulage Capture and Release) 4570
Thercalben Pty Ltd T/As Boodles Supply Concrete - On Site Mobile Batch 12 Dwyer Court, Chinchilla,
Sand and Gravel Plant QLD 4413
Thercalben Pty Ltd T/As Boodles Supply Quarry Materials (inc bedding 12 Dwyer Court, Chinchilla,
Sand and Gravel sand) QLD 4413
Thercalben Pty Ltd T/As Boodles Provide and Operate Mobile Crushing 12 Dwyer Court, Chinchilla,
Sand and Gravel Plant QLD 4413
Thonrton Engineering Australia Pty SS Supply and Fabrication - Balance of 370 Bacchus Marsh Road,
Ltd Plant Corio VIC 3214
Todd A Foster Pty Ltd TA Milestone Provide Surveying Services 7/24a Crescent Road,
Survey Hamilton QLD 4007
Wet Plant Hire - Vacuum Excavation Level 2, 55 Carrington St,
Tox Free Australia Pty Ltd Nedlands WA 6009

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 7 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

Subcontractor Associated Scope of Work Address


Provide Concrete Cutting / Demolition Level 2, 55 Carrington St,
Tox Free Australia Pty Ltd Services Nedlands WA 6009
Remove Rubbish Level 2, 55 Carrington St,
Tox Free Australia Pty Ltd Nedlands WA 6009
Supply of Supplementary Labour Hire 2 Brady Street, Unanderra,
TWE Pty Ltd Workers NSW, 2526
Install Charlie 132/33kV Substation and
132kV Brownfield Bay and Tie Ins to Level 5, 67 St Pauls Terrace,
UGL Engineering Pty Limited Woleebee Creek Substation Spring Hill QLD 4000
Install 132kV Overhead Transmission Level 5, 67 St Pauls Terrace,
UGL Engineering Pty Limited Line Spring Hill QLD 4000
Level 19 AMP Place, 10
Provide HA Audit and Dossier
Compilation Services
Eagle Street, Brisbane QLD
Voltex Power Engineers Pty Ltd 4000
Level 19 AMP Place, 10
Provide HV Audit Services Eagle Street, Brisbane QLD
Voltex Power Engineers Pty Ltd 4000
Walz Construction Building Modular Supply (13 off PAU's) 17 Garfield Street, Gladstone
Services Pty. Ltd QLD 4680
Walz Construction Building SS Supply and Fabrication - Balance of 17 Garfield Street, Gladstone
Services Pty. Ltd Plant QLD 4680
Walz Construction Building Pipe Spooling - Balance of Plant 17 Garfield Street, Gladstone
Services Pty. Ltd QLD 4680
Walz Construction Building Pig Launcher and Receivers 17 Garfield Street, Gladstone
Services Pty. Ltd QLD 4680

3 APPROVAL OF PROPOSED SUBCONTRACTORS

3.1 Contractor shall demonstrate it has assessed as a minimum the following in respect of the
proposed Subcontractor when requesting the Approval of a Subcontractor:
a) scope and execution plan of work for the proposed Subcontract;
b) manpower requirements, current workload, equipment and previous experience;
c) financial status, ability to provide financial guarantees, conformance with taxation
obligations and details of any litigation;
d) quality assurance regime;
e) HSSE plans for the proposed Subcontract;
f) records of the proposed Subcontractor’s HSSE statistics for the five (5) years
preceding the Contract Date; and
g) the Contractor’s interface and reporting relationships with the proposed
Subcontractor.

3.2 The PMG at its sole discretion may request further information in relation to Approval of any
request by the Contractor to subcontract part of the Work Under the Contract.

3.3 The Contractor is not required to obtain Approval from the PMG for any Subcontractors doing
Work Under the Contract that is for:
a) Temporary Works with a value equal to or less than $100,000; or
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 8 of 9
Exhibit K – Subcontractors
EXHIBIT K – SUBCONTRACTORS

b) Permanent Works with a value equal to or less than $100,000.

3.4 Subcontracts involving off-site supply will not be required to provide HSSE documentation for
Approval to Work Under the Contract unless requested by the Company.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 9 of 9
Exhibit K – Subcontractors
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

of Level 30, 275 George Street Brisbane Queensland 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT L – BUSINESS PRINCIPLES

Initialled by:
Level 30, 275 George Street
Brisbane QLD 4000
The Company: .......................... ............................. GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Contractor: .......................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
ABN 11 089 642 553
EXHIBIT L – BUSINESS PRINCIPLES

Contents

1 BG GROUP BUSINESS PRINCIPLES............................................................................................................. 3


2 BUSINESS PRINCIPLES RISK ASSESSMENT ................................................................................................. 3
3 INCIDENTS ................................................................................................................................................ 5
4 INFORMING SUB-CONTRACTORS ............................................................................................................. 6
5 AUDITNG COMPLIANCE WITH PROVISIONS.............................................................................................. 6

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 2 of 6
Exhibit L – Business Principles
EXHIBIT L – BUSINESS PRINCIPLES

1 BG GROUP BUSINESS PRINCIPLES

1.1 The BG Group Business Principles are set out below:

Conduct

• We act with integrity, fairness and transparency.


• We comply with legal, regulatory and licence requirements.
• We do not tolerate corruption in any form, whether direct or indirect.
• Our investment criteria take account of economic returns, environmental impacts,
social consequences and human rights.
• High standards of corporate governance are integral to the way we manage our
business.
People

• We treat people with fairness, respect and decency.


• We help employees to develop their potential.
• We believe that all injuries are preventable.
• We provide healthy, safe and secure work environments.
Society

• We work to ensure that neighbouring communities benefit from our presence on an


enduring basis.
• We listen to neighbouring communities and take account of their interests.
• We support human rights within our areas of influence.
Environment

• We make a positive contribution to the protection of the environment.


• We go beyond compliance with local environmental regulation to meet internationally
accepted best practice.
• We reduce to the minimum practicable any adverse effects of our operations on the
environment.

1.2 For further information on BG Group’s Business Principles and how to implement BG
Group’s Business Principles refer to ‘Principles into Practice at http://www.bg-
group.com/sustainability/Principles/Pages/BusinessPrinciples.aspx.

1.3 Any breach or potential breach of BG Group’s Business Principles should be reported
through BG Group’s Speak Up facility via the confidential website www.bg-speakup.com or
confidential telephone line 1-800-20-8932 or 1-800-14-1924.

2 BUSINESS PRINCIPLES RISK ASSESSMENT

2.1 For the purposes of this clause “Material Risks” means any potential events or actions in
connection with the performance of the Work Under the Contract that may compromise
Company’s ability to operate in accordance with BG Group’s Business Principles. Table 1
below provides examples to assist in assessing Material Risks and materiality thresholds.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit L – Business Principles Page 3 of 6
EXHIBIT L – BUSINESS PRINCIPLES

2.2 Prior to commencement of the Work Under the Contract, Contractor, if requested, shall
participate in a joint risk assessment meeting to analyse Material Risks and identify and
allocate actions to mitigate such risks.

2.3 Contractor shall maintain a ‘Risk Register’ as described in Exhibit F (Project Controls) (which
shall include assessment of HSSE risk as required by Exhibit D (HSSE)).

This ‘Risk Register’ shall,

i. identify Material Risks, and any actions to mitigate those Material Risks, that are
Contractor’s responsibility, resulting from the risk assessment meetings; and

ii. monitor and document the implementation of Contractor’s actions to mitigate Material
Risks

2.4 Following commencement of the Work Under the Contract, the Parties shall periodically
conduct joint risk assessment meetings to assess any additional Material Risks and
mitigating steps as the Contract progresses. Contractor’s Risk Register shall be updated to
reflect the outcome of such meetings.

Table 1 – Examples of Thresholds for Determining Material Risk

Impact Score 1 2 3 4

Descriptor Insignificant Less significant Significant Very Significant

Adverse coverage for BG Adverse coverage


Adverse coverage for
No adverse publicity Group/asset or for BG Group/asset
Reputation likely
BG Group/asset at
subsidiaries at national or partners at
local level
and/or industry level international level

Failure to comply with legal, regulatory or


Legal license requirements
(a) (b)
Widespread debilitating
Loss of lives,
Minor transient illnesses or diseases (i.e.
Health health issue
Medical treatment
Malaria) / fatality caused
fatalities caused by
occupational illness
by occupational illness

Minor / No Injury to Fatality / Major Injury to Multiple Fatalities to


Reportable injury to
workers or the public workers or the public workers or the public
Safety caused by work-
workers caused by
caused by work-related caused by work-
work-related activity
related activity activity related activity

Minor/No Fatality / Security Multiple fatalities /


Burglary / Robbery /
Security intimidation or
Assault
incidents involving
threats to security firearms / Threats to life Direct terrorist attack

Environmenta Slight or negligible


effect /
Minor effect / Single
breach of prescribed
Local effect / Significant
damage / Repeated
Persistent damage /
Severe nuisance

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit L – Business Principles Page 4 of 6
EXHIBIT L – BUSINESS PRINCIPLES

l Impact Oil spill < 1 barrel limits / Public breach of statutory or over large area /
complaint / prescribed limits / Oil Constant or
Oil spill < 1 tonne spill 1-100 tonnes extended breach of
statutory or
prescribed limits /
Oil spill >100 tonnes

Likelihood
1 2 3 4
Score

Unlikely Probable Almost certain


Descriptor Possible

5-49% 50-90%
Percentage <5% >90%
(~30%) (~70%)

Likelihood Impact Material Risk

1 2 3 4

3 INCIDENTS

3.1 In this Section 3 “Incident” means an event or action in connection with the performance of
the Work Under the Contract by Contractor, its representatives or Subcontractors that
compromises or has the potential to compromise Company’s ability to operate in accordance
with BG Group’s Business Principles.

3.2 Contractor‘s obligations in this Section 3 are subject only to any legal obligations restricting
the disclosure of information or any information that is subject to legal professional privilege.

3.3 Within a reasonable time of Contractor’s actual knowledge of an Incident occurring,


Contractor shall document and report it to Company. Subject to any obligations on Company
to disclose information, Company shall treat Incident reports as confidential.

3.4 Where Company has reasonable grounds for believing that an Incident,

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit L – Business Principles Page 5 of 6
EXHIBIT L – BUSINESS PRINCIPLES

(i) is at risk of occurring; or

(ii) has occurred; or

(iii) is reported to Company by Contractor, the Contractor’s Personnel or


Subcontractors or by a third-party (e.g. through Contractor’s ‘whistle blower’
or grievance facility, or the Speak-Up facility or risk assessment meetings),

Company is entitled to enquire of relevant documents and Contractor's Personnel in order to


provide assurance that the Incident, or potential Incident, is being effectively managed.
Contractor shall cooperate with and respond to Company enquiries promptly.

3.5 Enquiries shall be conducted in a spirit of collaboration between the Parties, initially through
a meeting and subsequently, if required, through self-assessment questionnaires, visits by
Company to relevant Sites and facilities, or through other appropriate means discussed by
the Parties.

4 INFORMING SUB-CONTRACTORS

4.1 Prior to commencement of the Work Under the Contract, Contractor shall ensure that all
Contractor’s Personnel and Subcontractors are made aware of BG Group’s Business
Principles and the BG Group Speak-Up facility.

5 AUDITING COMPLIANCE WITH PROVISIONS

5.1 In addition to any entitlement to audit in the Contract, Company reserves the right at all times
to audit the Contractor Group, by itself.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit L – Business Principles Page 6 of 6
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

of Level 30, 275 George Street Brisbane Queensland 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006 (Contractor)

CONTRACT NO. 119491CNT

EXHIBIT M – CULTURAL HERITAGE

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: .......................... ............................. Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .......................... ............................. www.qgc.com.au
ABN 11 089 642 553
EXHIBIT M - CULTURAL HERITAGE

Contents
1 AREAS ADDRESSED IN THIS EXHIBIT ......................................................................................................... 3
2 HARM TO CULTURAL HERITAGE ............................................................................................................... 3
3 PRIMARY MANAGEMENT COMMITMENT ................................................................................................ 4
4 CULTURAL HERITAGE MANAGEMENT PROCESS ....................................................................................... 4
ATTACHMENT 1 – GDA WORK NOTICE ........................................................................................................... 5
ATTACHMENT 2 – AUTHORITY TO UNDERTAKE A GDA ................................................................................... 6
APPENDIX 1 – COMPANY CULTURAL HERITAGE MANAGEMENT STRATEGY ................................................... 7
APPENDIX 2 – NATIVE TITLE CLAIMS – ILUA BOUNDARY (ENCROACHMENTS INCLUDED) 14 JULY 2009 ......... 8

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 2 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

1 AREAS ADDRESSED IN THIS EXHIBIT

1.1 All defined terms in this Exhibit M shall have the same meaning as set out in the Conditions
of Contract, unless otherwise stated.

1.2 This Exhibit M outlines mandatory procedures to be adhered to with respect to cultural
heritage during pre-construction and construction activities associated with the Project.

1.3 Company has elected to meet the cultural heritage duty of care set by the Aboriginal Cultural
Heritage Act 2003 (Qld) (“ACHA”) by settling a Cultural Heritage Management Strategy
(CHMS) a copy of which is attached at Appendix 1 of this Exhibit M, with each of the Parties
which sets forth the mechanisms by which Company has agreed to manage cultural heritage.

This strategy is implemented in the following documents for each of the Parties: -

Document Name

QCLNG – Mandandanji Cultural Heritage Management Plan

QCLNG – BCJWY Cultural Heritage Management Plan

QCLNG – Iman Cultural Heritage Management Plan

In performing the Work Under the Contract, Contractor must comply with the requirements of
the CHMS and all of the documents listed in the table above.

In addition to the documents noted in Section 1.3 above, the map denoted below and
attached at Appendix 2, showing the extents of relevant Native Titles Claims, is also included
for Contractor's information:

ProCon Reference External / InCITE


Document Name
Number reference number

Native Title Claims – ILUA


WR_QGC_00137\ILUA
108074/QCGW322757/53771 Boundary (Encroachments
_Overlaps_Included
Included) 14 July 2009

1.4 The Contractor shall continue to foster the good relations existing between the Company and
the Parties through the promotion of effective and collaborative working relationships.

2 HARM TO CULTURAL HERITAGE

2.1 The Contractor can only satisfy the duty of care in respect of cultural heritage by complying
with the requirements of the CHMS during all its activities.

2.2 The Contractor's attention is drawn to Clause 52.2 of the Conditions of Contract which sets
out the specific requirements in respect of cultural heritage matters.

2.3 A charge of harming cultural heritage can lead to injunctive action in the Land Court.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 3 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

2.4 A successful prosecution of a charge of harming cultural heritage carries criminal penalties of
imprisonment and fines for individuals and corporations.

2.5 Contractor shall be aware of such penalties, and adopt or adapt procedures that ensure risks
to project works arising from a charge of harm to cultural heritage are mitigated.

3 PRIMARY MANAGEMENT COMMITMENT

3.1 Company Manager - Cultural Heritage (MCH) (or their duly appointed representative) shall
be Company point of contact for the purposes of cultural heritage matters.

3.2 Contractor shall provide a Liaison Officer – Cultural Heritage (CHLO) who shall be the point
of contact for the purposes of cultural heritage matters.

3.3 Prior to undertaking any Ground Disturbing Activity (GDA), the CHLO shall request an
Authority to Undertake a GDA (see Attachment 2 to this Exhibit). GDA are those that result in
any disturbance of the land including its vegetation or soil on or below the topsoil horizon or
surface rock layer of the ground. It also includes any tidal or inundated area that is to be
impacted as a result of the Contract. This is an ongoing requirement. This request will be
made via a GDA Work Notice (see Attachment 1 to this Exhibit).

3.4 The MCH and the CHLO shall together determine whether there are cultural heritage matters
Contractor is required to address. Company will then advise Contractor of any processes to
be implemented by Contractor that avoid, minimize or otherwise mitigate impact.

4 CULTURAL HERITAGE MANAGEMENT PROCESS

4.1 The CHLO will identify any GDA which Contractor expects to undertake and detail the GDA
to Company in the form of a GDA Work Notice.

4.2 The MCH will ensure GDA Work Notices are issued to Company prior to field work being
undertaken. The following notice periods are required for GDA Work Notices to be
considered and appropriate Authority to Undertake a GDA issued:

(a) Initially at least:


(i) twenty (20) Working Days notice for geo-survey and preliminary-type work; and
(ii) sixty (60) Working Days for other work; and

(b) final confirmation from the CHLO that the work will proceed as initially advised, five
(5) Working Days prior to commencement.
Authority to undertake a GDA may, in some cases, require redesign of part of the Work
Under the Contract.

4.3 No GDAs are to be initiated without receipt of an appropriate Authority to Undertake a GDA.
Contractor’s Personnel undertaking a GDA are required to sight a copy of the relevant
Authority to Undertake a GDA before they commence the GDA.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 4 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

ATTACHMENT 1 – GDA WORK NOTICE


Date Prepared
Submitted: by:

Reference
[Insert] Signed:
No:

Name of
On-Site All Contact
Manager / Details:
Supervisor:
Description of Nominated Area:
Map Reference/s
(please attach Maps)
Licences
(please attach)
Lease Reference/s
(please attach)
Permit References
(please attach)
.SHP File Ref No: CH, Lot, If there are any problems with the attached .shp file, or further
region.shp information is required please contact?
Other Authority
(please attach)
(describe extent of the disturbance limit of the nominated area and
General Description: to which site – include mine site, site number and coordinates for
site using GPS)
Description of Planned Activities to Occur within the Nominated Area
e.g. exploration drilling, describe the type of equipment, infrastructure and the approximate number
of people that will be present on the relevant land)
The disturbance area will be subject to construction and related infrastructure activities (specify
activities for the area in question)
Date of Commencement and Duration of Planned Activities
Date when planned activities will commence (Company will
Include date when activities will
endeavour to provide at least sixty (60) days notice of a planned
commence
activity)
Estimated duration of planned activity (Time taken for works
e.g. construction camp for
relating to the planned activity to be completed, e.g. completion
duration of construction;
of exploration drilling program)
Other Comments:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 5 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

ATTACHMENT 2 – AUTHORITY TO UNDERTAKE A GDA

Date Approved: Prepared


by:

GDA Work Notice Signed:


Reference No:

Name of On-Site On-Site


Manager / Contact
Supervisor: Details:
Description of Nominated Area:
Map Reference/s
(please attach Maps)
Licences
(please attach)
Lease Reference/s
(please attach)
Permit References
(please attach)
SHP File Ref No:
CH,Lot_region.shp
Other Authority
(please attach)
General Description: (describe extent of the disturbance limit of the nominated area and
to which site – include mine site, site number and coordinates for
site using GPS)
Description of Actions Undertaken to Provide Clearance
Description of actions undertaken to provide clearance (survey dates, mitigation requirements and
when implemented, identification of relevant reports, CHMS)
Date of Commencement and Management Measures Required For Activities
Date When Planned Activities Will Commence Include date when activities will commence
(Company will endeavor to provide at least 60
days notice of a planned activity)
Any additional management measures e.g. monitoring during removal of top soil;
required:
All Contact Details for person managing this:
Other Comments:

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 6 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

APPENDIX 1 – Company Cultural Heritage Management Strategy

CHMS contained
within the ILUA.pdf

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 7 of 8
Exhibit M - Cultural Heritage
EXHIBIT M - CULTURAL HERITAGE

APPENDIX 2 – Native Title Claims – ILUA Boundary (Encroachments Included)


14 July 2009

Extract of ILUA
Annexure 1 of BCJWY

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 8 of 8
Exhibit M - Cultural Heritage
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT N – SOCIAL PERFORMANCE

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Company: ............................ ............................... www.qgc.com.au
ABN 11 089 642 553

The Contractor: ............................ ...............................


EXHIBIT N - SOCIAL PERFORMANCE

CONTENTS

CONTENTS ........................................................................................................................................................................ 2
1 INTRODUCTION .......................................................................................................................................................... 3
2 GENERAL PROVISIONS ................................................................................................................................................ 3
3 PROVISIONS SPECIFIC TO CONTRACTOR SOCIAL PERFORMANCE PLAN ...................................................................... 4
4 NON-CONFORMANCE AND CORRECTIVE ACTION ....................................................................................................... 8
ATTACHMENT 1 – COMPANY STAKEHOLDER ENGAGEMENT AND COMMUNICATIONS REQUIREMENTS – CONTRACTORS
......................................................................................................................................................................................... 9
1 INTRODUCTION .......................................................................................................................................................... 9
2 COMPANY’S APPROACH TO STAKEHOLDER ENGAGEMENT AND COMMUNICATION ................................................ 10
3 CONTRACTOR REQUIREMENTS ................................................................................................................................. 10
COMPANY SOCIAL PERFORMANCE CONTACTS ............................................................................................................... 14
ATTACHMENT 2 – COMPANY SP REPORTING REQUIREMENTS - CONTRACTORS ............................................................. 15
1 REPORTING TEMPLATE ............................................................................................................................................. 15
2 REPORTING NOTES ................................................................................................................................................... 18

Upstream Projects Page 2 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

1 INTRODUCTION

1.1 This Exhibit N (Social Performance) details obligations of the Contractor to develop and implement a Social
Performance (SP) Plan.

1.2 Social Performance is described in the BG Group SP Policy, as follows:


BG Group’s social performance aim is to meet and exceed the Group's business objectives by managing
our operational risks and securing alignment with host community and host government objectives.
Through this, we aim to contribute to the socio-economic aspects of the broader sustainable development
agenda of host communities and host governments.
These social performance objectives will be met through:
• Establishing and maintaining effective relationships with interested and affected stakeholders;
• Avoiding or minimising the negative impacts of our activities;
• Creating and delivering on opportunities to enhance benefits to society.
1.3 Company expects Contractor to align with the Company Group SP objectives and the SP objectives and
activities detailed in the following documents through execution of an agreed SP Plan (section 3 of this
Exhibit).
• QCLNG Environmental Impact Statement (EIS) July 2009;
• Supplementary Environmental Impact Statement;
• QCLNG Social Impact Management Plan (SIMP);
• Co-ordinator General conditions of approvals; and
• Company SP Plans and documents, as appropriate, including the Company Stakeholder
Engagement and Communications Requirements-Contractors document (attached hereto as
Attachment 1), Company Business Principles and Behaviours (refer to Exhibit L Business
Principles) and Company SP Reporting Requirements – Contractors document (attached hereto as
Attachment 2).

2 GENERAL PROVISIONS

2.1 All defined terms in this Exhibit N shall have the same meaning as set out in the Conditions of Contract
unless otherwise stated.

2.2 Contractor shall develop and document a SP Plan as described in section 3 of this Exhibit. This will outline
how Contractor will meet the obligations of this Exhibit N, identify any risks specific to the Scope of Work
and outline the implementation and use of controls to eliminate, reduce or mitigate these risks.

2.3 Contractor’s SP Plan shall address the social performance risks of all phases of the Work Under the
Contract through mobilisation, execution and demobilisation at each location where the Work Under the
Contract will be performed, and shall demonstrate how risks to the Project have been identified and
reduced to as low as reasonably practicable.

2.4 Contractor’s SP Plan shall contain the list of SP deliverables along with a schedule for their completion.

2.5 Contractor’s final SP Plan shall be submitted to Company for review and acceptance within twenty-eight
(28) days of the Contract Date or before mobilisation to the Site, whichever is the sooner.

2.6 Contractor must implement and maintain the Approved SP Plan and perform its obligations under the
Contract in accordance with the Approved SP Plan.

2.7 Company reserves the right at all times to audit and review the Contractor’s facilities, services and/or
performance of its activities in respect of compliance with the Approved SP Plan for the Work Under the
Contract.

Upstream Projects Page 3 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

2.8 It is expected that Contractor will have its own standards which apply to SP matters and shall comply with
them where applicable. Where these standards are not available or in the reasonable opinion of Company,
they fall below Company’s own standards then Company shall have the right to issue its own standards in
force from time to time, to Contractor, in order that Contractor shall comply with these provisions.

3 PROVISIONS SPECIFIC TO CONTRACTOR SOCIAL PERFORMANCE PLAN

The SP Plan required under section 1.3 above shall contain, as a minimum, the provisions set out in this
section:

Policy and Strategic Objectives

3.1 Contractor shall align its SP management system, SP policy and SP Plan with Company’s SP policy,
objectives and SP management system. This alignment shall be documented in the SP Plan.

Resourcing and Accountability

3.2 Contractor shall provide sufficient competent and appropriate manpower and supervision in its
organisation; with clear responsibilities and reporting structure to ensure that SP implementation is not
compromised. Competencies shall include all aspects of SP including social risk assessment, social impact
management and stakeholder feedback management including complaints management.

3.3 It is Company SP policy to establish and maintain effective relationships with interested and affected
stakeholders; avoid or minimise the negative impacts of its activities; and create and deliver on
opportunities to enhance benefits to society. Contractor shall ensure that SP responsibilities, authorities,
accountabilities and competencies in relation to the Work Under the Contract are clearly defined,
documented, communicated and exercised at all levels.

3.4 Contractor’s management shall demonstrate leadership and commitment through actively participating in
all aspects of SP, supporting open dialogue and by allocating sufficient and competent resources to the
Contract. This shall include accountabilities for senior management staff.

Implementation Principles

3.5 Contractor shall consider the potential impact of its activities on those communities within the Project area
of impact including the housing of its workforce. In accordance with the Environmental Impact Statement,
the project area of impact is defined as the geographical area within which Project activities will directly or
indirectly have an impact, either positive or negative, on people. Local communities are defined as the
people living within the area of direct and indirect impact and Indigenous people with an historical
connection to an area.

3.6 Contractor shall ensure that all activities are planned in a manner that will not create safety impacts or
unnecessary disturbance impacts on the local community.

3.7 Contractor shall minimise nuisance, disturbance or interference with the community and their activities, and
will observe and facilitate delivery of Social Impact Management Plan (SIMP) commitments.

3.8 Contractor shall support Company to establish and maintain regular engagement with all key stakeholders
throughout the Project area.

3.9 Contractor shall ensure that workers respect local social values, through provision of training and, as
necessary, implementation of appropriate disciplinary procedures.

3.10 Contractor shall promote inclusion of workers and their families in local community organisations and
events.

Upstream Projects Page 4 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

3.11 Contractor shall avoid impacts on community health and protect and enhance community safety. In
particular, by including measures to avoid where possible sensitive receptors including schools, child care
centres, hospitals and health services within traffic management planning.

3.12 Contractor shall ensure worker behaviour does not impact on community safety.

3.13 Contractor shall be mindful of worker and Project traffic impacts (including parking impacts) on local
businesses and local people.

Implementation Considerations

3.14 Contractor shall ensure that, for its activities, a documented risk assessment procedure and risk register
are in place and operating. This risk assessment procedure shall be suitable and sufficient to appropriately
assess the social performance risks involved. A copy shall be issued to Company for review.

3.15 Contractor shall be responsible for ensuring timely delivery of the risk assessment of its activities, covered
in the Scope of Work, in order to meet the Target Schedule, Company SP Plan and regulatory
requirements.

3.16 Where it is likely that there will be nuisance or disturbance, Contractor shall inform Company in a timely
manner of the planned activities and Work Under the Contract with Company to consult with the community
on the nature of the activities and the most appropriate way to minimise the disturbance. Contractor will be
responsible for consultation in relation to permitting requirements, after agreement with Company on the
stakeholder engagement strategy and approach.

3.17 Contractor shall attend Company-led meetings with local communities and stakeholders within the Project
area at the request of Company.

3.18 Contractor shall provide information to Company regarding workforce influx and outflux to enable Company
to track any impact on local community access to health and other community services.

3.19 Where the Work Under the Contract will occur on or nearby Gladstone Harbour, Contractor shall:
• minimise constraints on amenity in Gladstone Harbour and ensure boating safety in relation to
Contractor activities. This will include consultation with relevant stakeholders and inclusion of
community use of harbour considerations, such as water safety, within traffic management plans.
Contractor will be responsible for consultation in relation to permitting requirements, after
agreement with Company on the stakeholder engagement strategy and approach; and
• avoid or minimise impacts on recreational boating, tourism and fishing boat operators, and marine
community events.

3.20 Contractor shall avoid the Project’s use of land constraining other uses on adjoining holdings and
properties.

3.21 Contractor shall stage worker transfers such that there is no impact on the orderly functioning of airports or
other public transit areas and services.

3.22 Contractor shall conduct the Work Under the Contract in accordance with Company Business Principles
and Behaviours ( refer to Exhibit L Business Principles).

Workforce Management

Induction and Training

3.23 Contractor shall ensure that all Contractor’s Personnel are briefed, understand and strictly adhere to the
provisions of this Exhibit N, and any appropriate standards or guidelines on SP referred to in the Contract.

Upstream Projects Page 5 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

3.24 Contractor shall include in its induction program for all Contractor’s Personnel involved in the Work Under
the Contract:
• training regarding the requirements of the SP Plan, with a specific focus on commitments to SP;
local community values; Worker Code of Conduct and Camp Rules; disciplinary measures for
breaches of SP standards; and the Company’s stakeholder feedback system; and
• provide to Company a record of attendance for each employee.

3.25 Contractor shall implement ongoing SP training of Contractor’s Personnel, taking account of and
integrating training requirements from Company’s requirements and policies, standards and guidelines as
may be advised from time to time.

3.26 At the Site, Contractor shall ensure that effective toolbox talks are undertaken, incorporating SP content
where relevant.

3.27 Contractor shall provide all Contractor’s Personnel and Subcontractors with basic relevant SP rules. These
shall be based on and developed from Company’s policies, standards and guidelines, and a copy provided
to Company for review. Contractor shall ensure that all Contractor’s Personnel and Subcontractor’s
personnel shall abide by all SP rules of Company at the Site.

Subcontractors

3.28 Contractor shall ensure that its Subcontractors receive a copy of and comply with the requirements of the
SP Plan accepted by Company and are provided with a copy of this Exhibit N.

Stakeholder Engagement

3.29 It is Company policy to establish and maintain effective relationships with interested and affected
stakeholders; avoid or minimise the negative impacts of its activities; and create and deliver on
opportunities to enhance benefits to society.

3.30 Contractor’s SP Plan will include identification of stakeholders that may be affected, either directly or
indirectly, by the Contractor’s activities and analysis of potential impacts, either positive or negative, on
these stakeholders.

3.31 In accordance with Exhibit D)HSSE), Contractor shall, where applicable, ensure before commencing any
Work Under the Contract that all companies, organisations and communities that could potentially be
affected by such Work Under the Contract have been notified and when/where necessary carried out a
suitable consultation process. Contractor will be responsible for consultation in relation to permitting
requirements, after agreement with Company on the stakeholder engagement strategy and approach.

3.32 Contractor shall establish a mechanism for communication and feedback of SP issues and performance
amongst Contractor’s Personnel on the Site and to Company. Contractor’s arrangements for stakeholder
feedback management, including complaints management, shall be integrated with the requirements of
Company as set forth in Attachment 1: Company Stakeholder Engagement and Communications
Requirements-Contractors.

3.33 Should the execution of construction plans such as traffic management, marine transport management,
noise management and workforce transport require consultation or engagement with various external
stakeholder groups, Company SP representatives must be informed and involved as early as possible to
avoid any confusion or unnecessary costs. Contractor will be responsible for consultation in relation to
permitting requirements, after agreement with Company on the stakeholder engagement strategy and
approach.

3.34 Company shall establish and maintain regular engagement with key stakeholders throughout the Project
area. Contractor shall bring appropriate representation to these meetings on Company request.

3.35 Conformity with normal accepted standards of community behaviour is expected in the local community
and the camp, for the benefit and well-being of all residents. Contractor shall be mindful that the behaviour
Upstream Projects Page 6 of 19
Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

of its employees and those of its Sub-contractors within the local community must be managed carefully to
ensure that the project does not suffer reputational damage and that key relationships with local
organisations and stakeholders remain productive and effective. Contractor shall ensure that all employees
mobilised to the project fully understand the requirement to adhere to a code of conduct when on the
project. A standard set of project rules will be required to be signed off by all employees as part of the
recruitment and mobilisation process. Failure to adhere to such rules may result in the revocation of the
employee’s site identification badge and withdrawal of access to the project. Unacceptable conduct in the
camp will not be tolerated and will be treated as misconduct or serious misconduct. Aligned with the
requirements of Exhibit D (HSSE) and in accordance with Exhibit O (Workforce Management), Contractor
shall implement a Behaviour-Based Safety process on the Site.

3.36 Contractor shall provide Company with copies of all correspondence received from or sent to any person
concerning SP matters relating to Contractor and Subcontractor activities under the Contract.

3.37 Contractor shall, where applicable, keep monitoring records.

3.38 Contractor shall maintain a complaints log book (also known as a complaints register). Details of the data
required to be included is referenced in Attachment 1: Company Stakeholder Engagement and
Communications Requirements-Contractors.

Stakeholder Communications

3.39 Contractor’s Stakeholder Engagement Plan shall include an interface protocol with Company for any
material intended for external stakeholders or which may have the potential to reach external stakeholders.

3.40 Should Contractor wish to plan and/or implement communication activities targeted at external
stakeholders eg Project website, promote employee achievements via the local newspaper, these must be
Approved by Company prior to publication. Contractor must give Company reasonable time to consider
and/or Approve requests.

3.41 All employee communications, especially broadcast written communications such as employee newsletters
and bulletins, have the potential to reach external audiences. As such, any communication which contains
potentially sensitive or in confidence material, including but not limited to Project completion milestones,
information sensitive to community or external stakeholders, CAPEX, directives from senior management
and/or Company commercial material, must not proceed without Approval from Company.

3.42 From time to time, Contractor will be requested to provide content/information to Company for use in its
communication tools. Contractor will be able to use these tools to communicate with Contractor’s
Personnel.

Performance Monitoring and Reporting

3.43 Contractor shall comply with the applicable obligations on Company for meeting SP reporting, as these
relate to the Contract. This information must be duly endorsed by Contractor and Company prior to
submission to the relevant authorities.

3.44 Contractor commits to observe due diligence in providing the information required to meet the obligations in
this Exhibit N. Company shall consider the provision by Contractor of incorrect or erroneous information as
a substantial breach of Contract.

3.45 Contractor shall establish an SP management and performance monitoring system which meets the
requirements of Company. This system must be described in Contractor’s SP Plan.

3.46 Contractor shall participate in monthly SP interface meetings, as required by Company and at these
meetings shall reconcile information included in its complaints register developed in accordance with
Company-provided requirements.

Upstream Projects Page 7 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

3.47 Contractor shall provide each month a report of the SP-related activities undertaken by Contractor and any
Subcontractors. Content should include, but not be limited to, the reporting requirements documented in
Attachment 2: Company SP Reporting Requirements – Contractors document. Company may at any time
direct Contractor on the content of the report and its requirements for social impact management.

3.48 Contractor commits to maintain and preserve, and shall cause its Subcontractors to maintain and preserve,
accurate documentation and data (including but not limited to written and electronic records, books of
account, correspondence, plans, permits, licenses, drawings, payroll records, memoranda, receipts and
documentation of related systems and controls) pertaining to information provided to meet the obligations
in this Exhibit N, and for any subsequent review, enquiry or audit by Company or regulatory authorities.

Auditing and Review

3.49 Contractor shall formally review SP in relation to the Contract at regular and frequent intervals to ensure
that objectives and targets are being met and areas of concern are addressed.

3.50 Contractor shall establish a schedule for SP audit / inspection of its activities and those of its
Subcontractors, and provide a copy of the schedule to Company.

3.51 Company reserves the right to attend any Contractor SP audit/inspection and must be provided with the
necessary notification in due time to organise mobilisation.

3.52 Contractor shall provide all input and support as Company deems necessary to ensure that SP audits and
reviews are successfully carried out and the actions arising are closed out to Company’s satisfaction.
Contractor’s Personnel shall be available for interview as part of Company audits and reviews.

3.53 Contractor shall provide a report on SP performance during the Contract, as part of the Contract close-out
documentation.

4 NON-CONFORMANCE AND CORRECTIVE ACTION

4.1 Non-conformance by Contractor with implementation of the requirements of this Exhibit N shall trigger the
non-conformance and corrective action process set forth in sections 4.2-4.4 of this Exhibit N.

4.2 Contractor shall ensure that Company is promptly notified of any such non-conformance and the corrective
measures Contractor has already, or intends, to put in place.

4.3 Contractor shall maintain a non-conformance register against delivery of the requirements in this Exhibit N.
The register shall summarise the status of all non-conformance and corrective actions.

4.4 The non-conformance register shall be reported to Company as part of Contractor’s regular reporting.

Upstream Projects Page 8 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

ATTACHMENT 1 – COMPANY STAKEHOLDER ENGAGEMENT AND


COMMUNICATIONS REQUIREMENTS – CONTRACTORS

1 INTRODUCTION

1.1 Purpose and Scope of Document


The purpose of this document is to provide Contractor with clarity regarding Company stakeholder
engagement and communication requirements to inform the preparation of its SP Plan.

1.2 Definitions
In this document, the following definitions apply:
Term Definition
Stakeholder Feedback Comments, enquiries or complaints provided by a Stakeholder or
group of stakeholders to Company or contractors working on
Company’s behalf.
Stakeholder Feedback The communication tools which stakeholders can use to give feedback
mechanisms on Company’s real or perceived operational and/or Project
performance.
Comment Positive, negative or neutral feedback received from a Stakeholder or
group of Stakeholders about Company, or a contractor working on
Company’s behalf, where reparation or compensation is not expected
or appropriate.
Complaint A real or perceived wrong caused by Company or a contractor working
on Company’s behalf to a person, community or organisation that
results in resentment or feelings of injustice that cannot be resolved
through the provision of information and/or timely corrective action and
often involves some form of reparation or compensation be provided to
the complainant.

Many grounds for complaint are possible. Some typical grounds might
include (but not be limited to) the following:

- Nuisance from noise, dust, light, vibration, rubbish;


- Damage to land or property;
- Damage to roads, culverts, utilities;
- Uncontrolled runoff or erosion;
- Failure to rehabilitate pasture as agreed or expected;
- Clearing outside of agreed areas;
- Failure to open/close gates;
- Disruption to landowner access; and
- Poor driving performance.
Enquiry A question or request for service that can be resolved through the
provision of information and/or timely corrective action.
Stakeholder Interested and affected parties (organisation/s, government
entity/entities or individual/s) who have either real or perceived stakes
(both financial and non-financial) in the Project. Stakeholders comprise
those who are affected by the Project as well as those who can affect
the Project.

Upstream Projects Page 9 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

2 COMPANY’S APPROACH TO STAKEHOLDER ENGAGEMENT AND


COMMUNICATION
To ensure timely delivery of the Project and business value, Company needs to develop strong
relationships in the communities in which it operates. Company’s approach to stakeholder engagement
and communication is focused on developing and shaping relationships during the construction phase
and building on these for the long-term operations phase of the project. Company’s stakeholder
engagement and communication strategy uses a variety of tools across the public participation
spectrum as documented in the SIMP.
Contractor’s SP Plan should complement this approach.

3 CONTRACTOR REQUIREMENTS

3.1 Communication Activities


Company develops, manages and uses a variety of external communication tools to keep various
external Stakeholders informed of its activities, progress, impact mitigation and social investment
opportunities.
From time to time, Contractor will be requested to provide content/information to inform Company
communication tools. Contractor will be able to use these tools to communicate with Contractor’s
Personnel.
Should Contractor wish to plan and/or implement communication activities targeted at external
Stakeholders (e.g. Project employment website, promote employee achievements via the local
newspaper), these must be Approved by Company prior to publication. Contractor must give Company
reasonable time to consider and/or Approve requests.
All employee communications, especially broadcast written communications such as employee
newsletters and bulletins, have the potential to reach external audiences. As such, any communication
which contains potentially sensitive or confidential material such as Milestones, information sensitive to
community or external Stakeholders, CAPEX, directives from senior management and/or Company
commercial material must be treated as per Company media protocol and must not proceed without
Approval from Company.

3.2 Stakeholder Engagement


Company will take the lead on Stakeholder engagement, unless directed otherwise in writing. As such,
Company establishes and maintains regular engagement with key Stakeholders throughout the Project
area. Contractor shall support Company in preparing material for stakeholder engagement and shall
bring appropriate representation to any meetings requested by Company.
Where a Competent Authority dictates, as a requirement of a permit, the need for community notification
or consultation, Contractor will be responsible for the organisation, costs and execution of any
advertising material or signage associated with the notification process.
Should the execution of construction plans such as traffic management, marine transport management,
noise management and workforce transport require communication or consultation with various external
Stakeholders, Contractor will develop an engagement plan which will be agreed with and implemented
at the direction of Company. Company SP representative must be informed and involved as early as
possible to avoid any confusion and unnecessary costs.

3.3 Stakeholder Feedback Process


Company manages and records all positive, neutral and negative external stakeholder feedback about
Company or Contractor’s performance as per its Stakeholder feedback procedure, including feedback
from Stakeholders wishing to remain anonymous.
External stakeholders can provide feedback via the following mechanisms:
• 1800 030 443 Company Community Information Line (24 hours a day/seven days a week);

Upstream Projects Page 10 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

• Company Community email address (community@qgc.com.au);


• Company online feedback form available at Company website (www.qgc.com.au);
• Company Information Centres and through Company Reception staff in
Brisbane/Chinchilla/Gladstone/Wandoan;
• Through direct contact with Company and Contractor’s Personnel during engagement activities,
including feedback from landholders/community/contractors/local government/lobby groups;
• Formally or informally with Company and Contractor employees or contractors during the
course of business activities;
• Through letters sent to Company and/or contractors working on Company’s behalf; and
• Via Queensland Government Departments that perform a regulatory role.
Management of Stakeholder Comments and Enquiries
If any Contractor’s Personnel receive comments and/or enquiries from external Stakeholders, they
should provide the Stakeholder with a Company Community Information Line business card so that the
Stakeholder can provide these comments and/or enquiries directly to the Company. Company
Community Information Line business cards are readily available from Company SP Representatives.
Management of Stakeholder Complaints
If the Contractor’s Personnel receive complaints from external Stakeholders, they are required to advise
the Company immediately as outlined in the flowchart overleaf, to enable Company to acknowledge the
complaint within 24 hours, per the Coordinator-General’s conditions.
Contractor is required to address and resolve any complaints related to its activities in a timely manner
and at its own cost to the satisfaction of Company.
Company reserves the right to instruct Contractor to implement any corrective action that may be
required to ensure that Company remains in compliance with its Environmental Authority conditions and
requirements placed on the Project by the Queensland Government Coordinator General.
A third party may also be commissioned to evaluate third party damage and associated claims.
Company will manage any third party interaction.
Records Management
Contractor is required to maintain records of Stakeholder feedback documentation provided to
Company in a secure place, in accordance with Company’s Privacy Statement and records
management requirements.
Contractor is also required to maintain a Complaints Register inclusive of the following fields:

• Identity of the complainant, including name, address and contact numbers;


• Identity of the person who received the complaint;
• Manner in which the complaint was made;
• Time and date on which the complaint was made;
• Description of the complaint;
• Identity of the entity responsible for addressing the complaint;
• Investigations undertaken in response to the complaint and conclusions formed;
• Actions taken to resolve the complaint;
• Name and contact details of the person responsible for resolving the complaint;
• Time and date on which the complaint was addressed;
• Time and date on which the complaint was closed out; and
• Notation as to the satisfaction or dissatisfaction of the complainant with the outcomes.

Upstream Projects Page 11 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

Contractor’s Complaints Register should be shared at regular interface meetings with Company to
enable data reconciliation and should be annexed to Contractor’s monthly Social Performance report.
Company reserves the right to conduct an audit, or commission a third party to conduct an audit, of the
Contractor’s complaints register and process used to address and resolve complaints received.

Upstream Projects Page 12 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

Upstream Projects Page 13 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

COMPANY SOCIAL PERFORMANCE CONTACTS

Contact Name and Position Contact Details


SP Representative (Upstream): 07 3024 7778
Rabbie Namaliu – Social Risk Specialist 0407 910 504
rabbie.namaliu@bg-group.com
SP Representative (Midstream) 07 4971 6604
Lorna McGinnis, Gladstone Field Manager Social Performance 0488 272 761
lorna.mcginnis@bg-group.com

Upstream Projects Page 14 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

ATTACHMENT 2 – COMPANY SP REPORTING REQUIREMENTS -


CONTRACTORS

1 REPORTING TEMPLATE

Contractor Monthly Reporting Template (Rev 01)

Note: This report is a summary of the contractor and all its subcontractors' activities

Month: Contractor / EPC:

Social Performance

1 SP Training

Number Percentage

% of new workers
of new workers trained in SP responsibilities

Describe SP training provided to staff and contractors

eg induction training on complaints management

2 Code of Conduct Breach

Number

of breaches of workers' code of conduct related to community or landholder impacts

3 Social Investment

AUD Amount

of social investment in community projects or sponsorship of community events

Describe the social investment activity

eg $500 to Chinchilla Rotary Club

Upstream Projects Page 15 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

4 Worker Accommodation

Number

total for last month of dwellings leased for workforce

of dwellings purchased for workforce

of nights in motels and short stay accommodation occupied by workforce

Number Percentage
of workers accommodated in Temporary
% of total workers Workforce Accommodation Facilities (TWAF)

of workers accommodated in leased dwellings


of workers accommodated in purchased
dwellings

5 Complaints

Number

of complaints received and reported to QGC last month

Number

of complaints received and reported to QGC this month

Outstanding Complaints
Name of the Summary description of the Steps underway to resolve the
Complainant complaint complaint

Please attach your up-to-date Complaints Register, developed in accordance with QGC requirements.

6 Community Safety

Number

of community safety issues requiring corrective action

7 Stakeholder Impacts (see Notes page for background information about data to be reported here)
Mitigation Measures to
Negative Impacts Reduce Impacts
eg water truck morning and
eg dust on Pace Road evening last month

next month

Upstream Projects Page 16 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

8 Stakeholder Benefits (see Notes page for background information about data to be reported here)

Stakeholder Benefit

last month

next month

9 Stakeholder Engagement activities undertaken last month**


Issues
Stakeholder Name Raised Outcomes Agreed

10 Any Stakeholder Engagement activities planned for next month**


Issues to be
Stakeholder Name Raised

11 Statutory and Other Public Notifications

Activity/ Location Statutory Notifications Other Public Notifications

12 Planned Construction and Transport/ Logistic Activity

Date Activity
If this is referenced elsewhere in the monthly report,
please advise

13 General comments

Please include any other information, questions or suggestions, positive aspects to highlight. Include photographs
where appropriate

**Note: QGC leads on stakeholder engagement and manages its stakeholder relationships closely.
Contractors should not meet with any stakeholders without seeking QGC's approval in advance.

Upstream Projects Page 17 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

2 REPORTING NOTES

Title Notes
1 SP Training This may be a separate SP induction / training, or inclusion of SP material in a broader
induction / training process.
Refers to wage workers, staff and sub-contractor workers.
SP Training Examples may be inclusion of social performance training in staff inductions, specific
(description) training modules related to grievance management, stakeholder engagement, etc.
2 Code of Conduct Refers to all workers on QCLNG project including wage workers, staff and sub-contractor
Breach workers.
“Community or landholder impacts” relates to any breaches of the workers’ code of conduct
that could reasonably be considered to have an impact on individuals in the local
community, or landholders.
3 Social Investment Please report monthly totals in AU$
“Social investment in community projects or sponsorship of community events” includes
any spending where the primary purpose of the spending is to provide a tangible benefit for
local communities.
4 Worker Refers to all workers on QCLNG project including wage workers, staff and sub-contractor
Accommodation workers.
Includes full-time workers, and those that are part-time or part-time on QCLNG project.
5 Complaints A complaint is defined by QGC as:
A real or perceived wrong, caused by QGC or its Contractors to a person, community or
organisation, that results in resentment or feelings of injustice that cannot be resolved
through the provision of information and/or timely corrective action and often involves some
form of reparation of compensation to be provided to the complainant.
Note that all complaints received by contractors must be reported to QGC.
The Contractor is required to:
• Record the number of complaints received this month and last month and summarise
any outstanding complaints. This will facilitate an understanding of complaint trends.
• Report monthly on the status of any complaints related to their activities, using the
complaint Reference Name/Number as a reference point.
• Attach their full complaints register, developed in alignment with QGC requirements.
There needs to be agreement with QGC before a complaint can be reported as resolved.
6 Community Safety A community safety issue is an issue or incident with an actual or perceived impact on the
safety of people or property living close to QCLNG activities.
7 Stakeholder For the purpose of this indicator, “stakeholder impacts” are defined as activities carried out
Impacts by the contractor or sub-contractors that have a noticeable negative effect on local people.
For example, blockages of roads, significant road movements, noise, dust, lighting, or other
nuisance factors.
“Measures to mitigate” are the actions that the contractor or sub-contractors take to reduce
the negative impact of activities.
8 Stakeholder For the purpose of this indicator, “benefits to stakeholders” are defined as activities carried
Benefits out by the contractor or sub-contractors that have a noticeable positive effect on local
people. For example, jobs for local people, business opportunities for local people,
community investment, improvement of roads.
“Measures to enhance” are the actions that the contractor or sub-contractors take to
enhance the benefits to stakeholders, for example carrying out supplier workshops for local
businesses.
9 Stakeholder A stakeholder is defined as a person or group of persons who are directly or indirectly
Engagement last affected by QGC operations and/or projects as well as those who may have interests
month and/or influence the outcome of QGC operations and/or projects. They include, but are not
limited to: landholders; community members; community groups; local and regional bodies;
local/state/federal government representatives. Does not include QGC employees and/or
contractors.
Upstream Projects Page 18 of 19
Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
EXHIBIT N - SOCIAL PERFORMANCE

10 Stakeholder A stakeholder is defined as a person or group of persons who are directly or indirectly
Engagement next affected by QGC operations and/or projects as well as those who may have interests
month and/or influence the outcome of QGC operations and/or projects. They include, but are not
limited to: landholders; community members; community groups; local and regional bodies;
local/state/federal government representatives. Does not include QGC employees and/or
contractors.
11 Statutory and Other Public notification covers a number of notification mechanisms including newspaper
Public Notifications advertising, newsletters, letter box drops, community notice boards and direct engagement,
depending on the nature and extent of the impact.
Contractors are requested to list the statutory notifications related to permits, with the name
of the permit.
Contractors are requested to list other (non-statutory) public notification activities.
12 Planned Contractors are asked to provide a summary list of construction and transport/logistics
Construction and activities for the following month.
Transport/ Logistic
Activity
If this information is referenced elsewhere in the Contractor monthly report then a reference
can be made from the Social Performance KPIs.
13 General comments Please add any further information related to QCLNG social performance.

Upstream Projects Page 19 of 19


Contract No. 119491CNT
Surat North Main Works Construction
Exhibit N – Social Performance
SURAT NORTH MAIN WORKS CONSTRUCTION

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO -119491CNT

EXHIBIT O – WORKFORCE MANAGEMENT

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: .......................... ............................ Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: .......................... ............................ www.qgc.com.au
ABN 11 089 642 553
EXHIBIT O – WORKFORCE MANAGEMENT

Contents
1. DEFINITIONS .............................................................................................................................................. 3
2. PROJECT’S WORKFORCE MANAGEMENT OBJECTIVES................................................................................ 3
3. GENERAL PROVISION................................................................................................................................. 4
4. GENERAL CONDITIONS .............................................................................................................................. 4
5. PROVISIONS SPECIFIC TO CONTRACTOR’S ERMP ....................................................................................... 6
APPENDIX 1 .................................................................................................................................................... 16

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction Page 2 of 17
Exhibit O – Workforce Management
EXHIBIT O – WORKFORCE MANAGEMENT

1. DEFINITIONS
1.1 The meanings of terms used in this Exhibit O are set out in Appendix 1 to this Exhibit O.
These definitions apply in addition to the definitions in the Conditions of Contract.

1.2 References in this Exhibit O to Clauses are references to clauses of the Conditions of
Contract, and references to Sections are references to sections of this Exhibit O.

2. PROJECT’S WORKFORCE MANAGEMENT OBJECTIVES


2.1 The Project’s workforce management objectives are to:

(a) ensure processes are in place for the Contractor and each of its Subcontractors to
ensure the safe performance of the Work Under the Contract with zero injuries;

(b) adhere to and comply with statutory and Project health and safety requirements;

(c) complete the Work Under the Contract on time and on budget with no lost time;

(d) promote respect for the individual and positive and effective working relationships
that benefit all Project participants;

(e) provide leadership and interactive communication processes based on trust,


honesty, fairness and equity;

(f) ensure adequate and timely processes for recruitment, selection, induction, training
and management of workers on the Project; and

(g) maximise Project achievement and ensure the highest standards of Work Under the
Contract through cooperation and continuing improvement of Work Under the
Contract practices.

2.2 The Project’s workforce management objectives are to be achieved by the Contractor:

(a) achieving Project safety, schedule and productivity targets;

(b) recruiting and retaining sufficiently competent employees in a timely manner to


execute the Work Under the Contract within the Project’s timeframes;

(c) undertaking labour market identification and selection;

(d) establishing and maintaining a constructive relationship with all employees that
provides a productive culture and ensures identified issues are acknowledged,
recognised and worked through constructively;

(e) working with the Company/Company Representative to achieve the Project


objectives; and

(f) engaging employees with the right skills and behaviours for the Project.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 3 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

3. GENERAL PROVISION
3.1 Any breach of this Exhibit O or the ERMP referred to in Section 4.3 below shall be
deemed by the Company to be a breach of the terms of the Contract.

3.2 Without prejudice to the generality of Clause 4(c)(x) of the Conditions of Contract, the
Contractor shall comply with Queensland Legislation.

3.3 Contractor shall comply with the standards required by this Exhibit O.

4. GENERAL CONDITIONS
4.1 The Contractor is responsible for:

a) Industrial Relations and Employee Relations management of all of the Work Under
the Contract including the resolution of all disputes and all industrial matters
pertaining to the Contractor’s Personnel;

b) all time and cost implications of the management of Industrial Relations and
Employee Relations; and

c) coordinating its Industrial Relations and Employee Relations with the requirements
of Company.

4.2 Without limiting the generality of this Exhibit O, the Contractor will be fully and solely
responsible for the prompt payment of all salaries, wages, commissions, allowances and
other remuneration to the Contractor’s Personnel and for the deduction and payment of
the applicable taxes, levies and charges and for the remittance of such sum to tax or
other authorities. The Contractor will ensure that its Subcontractors promptly pay all
applicable salaries, wages, commissions, allowances and other remuneration to their
employees.

4.3 The Contractor shall develop a document and obtain the Company’s approval of an
ERMP addressing:

a) how the Contractor will meet the obligations in this Exhibit O;


b) risks specific to the Scope of Work;
c) the implementation and use of controls to eliminate, reduce or mitigate these risks; and
d) contingency plans for risks specific to the Scope of Work.

4.4 Contractor shall participate in a joint workshop with Company addressing risk specific to
the Scope of Work in obtaining Company’s Approval of the ERMP.

4.5 The ERMP shall cover all phases of the Work Under the Contract through mobilisation,
execution and demobilisation at each location where the Work Under the Contract will
be performed.

4.6 The ERMP shall be submitted to the Company for review and acceptance within
fourteen (14) days from the Contract Date and in no case less than 14 days before
mobilisation to the Site (whichever is the sooner). The Contractor cannot mobilise to Site
until its ERMP has been Approved by the Company.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 4 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

4.7 When performing the Work Under the Contract, the Contractor must comply with the
ERMP Approved by the Company.

4.8 The Contractor will not amend the ERMP without the prior Approval of the Company.

4.9 The Company will have the right to inspect all records of the Contractor and any other
employer carrying out Work Under the Contract at the Site relating to the
implementation of the ERMP, compliance with relevant Industrial Instruments or other
Approved arrangements, to verify compliance.

4.10 The Company reserves the right at all times to audit and review the Contractor’s ERMP
and to satisfy itself of the Contractor’s arrangements regarding workforce management
and ER/IR.

4.11 The Company shall liaise with the Contractor to allow the Contractor the opportunity to
rectify any non-conformances within an acceptable timescale.

4.12 The Contractor warrants that:

a) all of the Contractor’s Personnel will be engaged under in-term Code compliant
Industrial Instruments, that remain in term for the duration of the Contract plus an
additional six (6) months and which will not expose the Site to Protected Action, or other
arrangements that the Company is satisfied with and Approves in writing and which will
meet all of the Project goals; and
b) it will not make any commitment to any person, union or employee organisation on any
matter affecting or likely to affect the Project without consultation with and prior
Approval of the Company.

4.13 The Contractor must, at its expense:

a) take all reasonable measures to prevent the occurrence, and minimise the continuance,
of industrial disputes at or affecting the Site;
b) comply with any written directions given by the Company in relation to its ERMP or any
industrial disputes;
c) participate in any meeting called by the Company to deal with Site IR issues;
d) advise the Company immediately of any Industrial Action and keep the Company fully
informed of any potential for disputation or actual disputation between the Contractor (or
any of its Subcontractors or between the Subcontractors and any of their sub
subcontractors) and their respective employees, or with any union, or in respect of any
demand for wages or conditions in excess, or outside the scope of the terms and
conditions of the Contractor’s Approved Industrial Instrument;
e) notify the Company of any demarcation or other industrial dispute relating to the Works
and Work Under the Contract, immediately after the dispute arises; and
f) keep the Company regularly informed in relation to any of the matters referred to at
Section 4.13 d) and e) above.

4.14 The Contractor shall establish and agree a schedule for inspection/audit for its
workforce management and ER/IR activities and those of its Subcontractors and provide
a copy of such schedule to the Company.
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 5 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

4.15 The Company reserves the right to undertake at any time during the term of the
Contract an ER/IR risk assessment of the Contractor’s work policies and procedures.
Such assessment may be undertaken without the consent of the Contractor.

4.16 Should the Company determine, in its sole discretion, that the results of the risk
assessment conducted pursuant to Section 4.15 above indicate sufficient ER/IR risk
exposure to justify an amendment, the ERMP shall be amended to incorporate the
findings and the Contractor shall comply with the ERMP as amended.

4.17 The Contractor’s ERMP and this Exhibit O are confidential. The Contractor must not
distribute them, or give details of their contents, to any person without authority from the
Company Representative, except to Subcontractors pursuant to Section Error!
Reference source not found. below. The Contractor warrants that it shall impose a
condition on each person to whom the Contractor (with permission) distributes the
Contractor’s ERMP and this Exhibit O and/or information about them, to maintain the
confidentiality of the documents and their contents.

5. PROVISIONS SPECIFIC TO CONTRACTOR’S ERMP


5.1 ERMP

The ERMP required under Section 4.3 above shall contain, as a minimum, the
provisions set out in this Section. Specifically, the ERMP shall include:

a) meeting the Project’s workforce management objectives (as set out in Section 2.1
above);

(b) workforce management organisation and resources;

(c) impact management activities;

(d) ER/IR risks and risk management plans;

(e) contingency plans for ER/IR risks;

(f) Code compliant Industrial Instruments to be used;

(g) dispute resolution and fair treatment processes;

(h) Subcontractor management;

(i) WMS;

(j) access to Site;

(k) Project rules, including Project code of conduct and camp rules;

(l) monitoring and reporting protocols; and

(m) audit protocols.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 6 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

5.2 Subcontractor management

5.2.1 Contractor shall ensure that all its Subcontractors receive a copy of, and comply with, the
requirements of the ERMP accepted by the Company and with a copy of this Exhibit O.

5.2.2 Contractor’s pre qualification and tender assessment processes for Subcontractors shall
include a comprehensive ER/IR assessment.

5.2.3 Contractor shall require each of its major Subcontractors as agreed with Company to draft
an employee relations management plan, consistent with the Contractor’s ERMP and this
Exhibit O, before mobilisation.

5.2.4 Contractor shall conduct a comprehensive ER/IR risk assessment of each of its
Subcontractors who will perform Work Under the Contract at the Site and prepare a report
of such assessment including, at minimum:

(a) description of the Subcontractor;

(b) description of the scope of work to be performed by the Subcontractor;

(c) description of proposed workforce profile of the Subcontractor for the subcontracted
works, including estimated numbers of employees and breakdown of classifications
and trades;

(d) IR record and capability of the Subcontractor, including any lost time due to
industrial disputation in the past 5 years; and

(e) description of the Subcontractor’s proposed ER/IR arrangements.

5.2.5 Contractor shall provide to the Company a copy of each major Subcontractor ERMP and
ER/IR risk assessment report at least 14 days before mobilisation of the Subcontractor.

5.2.6 Contractor will at all times in relation to its Subcontractors and Subcontractor’s personnel,
ensure that each of its Subcontractors comply with the Contractor’s obligations under this
Exhibit O, and all Legislation and other legal obligations

5.2.7 Contractor shall ensure each of its Subcontractors:

(a) has access to quality specialist advice from the Contractor’s Advisor or another
approved advisor; and

(b) has processes that incorporate adequate consultation with the Advisor and
notification to the Contractor if the Subcontractor does not follow the Advisor’s
recommendation.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 7 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

5.3 Workforce management organisation and resources

5.3.1 Contractor shall ensure the workforce management responsibilities, authorities,


accountabilities and competencies in relation to the Work Under the Contract are clearly
defined, documented, communicated and exercised at all levels.

5.3.2 Contractor shall formally review workforce management performance in relation to the
Work Under the Contract at regular and frequent intervals to ensure that objectives and
targets are being met and areas of concern are addressed.

5.3.3 Contractor shall have available sufficient numbers of experienced specialist ER/IR
personnel, with clear responsibilities and reporting structure to ensure delivery of ERMP
objectives is achieved and not compromised.

5.3.4 Contractor shall establish an effective internal structure and schedule for meetings to plan
workforce management activities, involving all personnel. The Company reserves the right
to participate in such meetings and the Contractor shall give the Company not less than 5
days’ notice of such meetings.

5.3.5 Contractor shall appoint an Advisor for the Work Under the Contract. The Advisor must
have expertise and experience in the construction industry and have demonstrated a
capability to deal with major ER/IR matters that could arise on a construction project.

5.3.6 If Contractor receives advice from the Advisor that it elects not to apply or follow,
Contractor shall advise the Company Representative of:

(a) the relevant issue;

(b) competing considerations;

(c) the Contractor’s reasons for requiring a different approach; and

(d) the Contractor’s preferred approach.

5.4 Impact management activities

Contractor shall:

(a) ensure all activities are planned in a manner that will not create unnecessary
danger, disturbance or impacts on the workforce and persons providing services to
the workplace;

(b) avoid nuisance, disturbance or interference with continuity of Work Under the
Contract;

(c) where it is possible that there will be nuisance or disturbance, inform the Company
in a timely manner of the planned activities and consult with the Company to
minimise that disturbance;

(d) attend Company led meetings at the request of the Company;

(e) avoid impacts on health, safety and Environment;


Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 8 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

(f) as per Exhibit N (Social Performance), ensure worker behaviour does not impact on
community health and safety;

(g) as per Exhibit M (Cultural Heritage), ensure workers are trained to avoid, manage or
mitigate impacts on cultural heritage and archaeological sites;

(h) provide accommodation for workers; and

(i) stage worker transfers such that there is no impact on the orderly function of
airports or other public transit areas and services.

5.5 ER/IR risks and risk management plans

5.5.1 Contractor shall identify potential ER/IR risks and how they will be managed in the risk
matrix Approved by the Company.

5.5.2 Specific risks and management tactics to be identified shall include:

(a) Industrial Instruments that insulate the Project from Protected Action;

(b) recruiting and retaining a suitable workforce;

(c) breach of Industrial Instruments, the Code and Industrial Relations Legislation;

(d) conflict resolution, lost time through Industrial Action and right of entry disruptions;

(e) disputes in relation to accommodation, transport or amenities;

(f) security, mobilisation and induction procedures;

(g) employee alignment; and

(h) weather.

5.6 Code-compliant Industrial Instruments

5.6.1 Contractor shall identify, in the ERMP, the Contractor’s Agreements and terms and
conditions of employment applicable to or to be applied in respect of the performance of the
Work Under the Contract.

5.6.2 Contractor shall not, without the prior Approval of the Company Representative (such
Approval not to be unreasonably withheld), agree to any variation, modification or
termination of or supplement to any Contractor’s Agreements or enter into any discussion,
understanding, agreement, undertaking or arrangement with any person or organisation
relating to any work practices, terms and conditions of employment not provided for in the
Contractor’s Agreements or in respect of any Contractor’s Personnel.

5.6.3 Contractor must comply with each Contractor Agreement, and any final determination or
decision of any court, tribunal or other body binding upon the Contractor applicable to the
performance of the Work Under the Contract.

5.6.4 If any claim, application, request, proposal or demand is made to the Contractor (or to any
Subcontractor) which, if accepted, would change the terms or conditions of employment or

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 9 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

engagement of any Contractor’s Personnel or Subcontractor’s Personnel, the Contractor


must:

(a) immediately notify the Company Representative in writing of the matter prior to any
negotiations and actions;

(b) if requested by the Company Representative, promptly provide to the Company


Representative details and cost estimates of the potential effect of the matter;

(c) if requested by the Company Representative, consult with the Company


Representative on any proposed negotiation and/or actions;

(d) take all action reasonably necessary to protect the interests of the Company; and

(e) place (or not place) before any hearing, conference or negotiations such information
as the Company Representative requests.

5.7 Dispute resolution and fair treatment procedures

5.7.1 All contracts of employment and Industrial Instruments shall contain dispute resolution and
fair treatment procedures for managing all employee issues, grievances or disputes.

5.7.2 The dispute resolution and fair treatment procedures must avoid:

(a) unnecessary lost time;

(b) unnecessary involvement of outside parties;

(c) undermining of the employer/employee relationship or the role of supervisory


personnel in the resolution; and

(d) employers receiving additional claims outside of the industrial regulation in place.

5.7.3 All levels of the Contractor’s management shall adhere to the dispute resolution and fair
treatment procedures and encourage employees to do likewise.

5.8 WMS

5.8.1 The ERMP shall include details of the WMS, which will:

(a) support the Project’s workforce management objectives (set out in 2.1 above)
through the application of best practice employment and recruitment procedures;

(b) ensure suitable pre employment/pre placement medical processes are adhered to,
consistent with fitness for work requirements:

(c) ensure all personnel proposed to be employed are skilled and experienced in the
occupation, trade or calling for which they are to be employed;

(d) specify the standard form of documents for recruitment and reference checks and
other recruitment procedures in the WMS for all Contractor’s Personnel;

(e) provide all applicants with a clear understanding of the working conditions, key
objectives, performance expectations, conditions of employment, including location,
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 10 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

classification, rate of pay/remuneration and hours of work along with other


requirements (such as the requirement to comply with Project policies and
procedures); and

(f) ensure appropriate workplace processes, policies and procedures are in place
(including processes, policies and procedures concerning anti harassment, anti
discrimination and equal employment opportunity, employee performance
improvement and development, performance counselling and discipline, termination
of employment, employee assistance, training needs and schedule of training,
privacy and data protection, and email, internet and electronic equipment usage).

5.8.2 Contractor shall ensure its Subcontractors:

(a) develop and implement disciplined labour recruitment, selection, screening and
Approval procedures which are consistent with or utilise the Contractor’s
procedures;

(b) submit their proposed employees to the Contractor for Approval prior to transferring
them to the Project or making them an offer of employment; and

(c) provide all applicants with a clear understanding of the working conditions, key
objectives, performance expectations, conditions of employment, including location,
classification, rate of pay/remuneration and hours of work along with other
requirements (such as the requirement to comply with Project policies and
procedures) at the time of making the formal offer of employment.

5.8.3 Contractor shall implement initiatives to endeavour to employ indigenous persons on the
Project. Contractor shall retain records of indigenous employment for auditing purposes.

5.8.4 Contractor shall endeavour to support apprentice training through the placement of an
appropriate number of apprentices. The Contractor shall retain records of apprentices and
trainees for auditing purposes.

5.8.5 Contractor will not approach or solicit a current employee of the Company or another
Project contractor for the purpose of recruiting that employee.

5.8.6 Contractor shall not engage Contractor’s Personnel on the Project who require a valid visa
under the Migration Act 1958 (Cth) (as amended from time to time) unless suitable
Australian personnel are not available after the proper inquiries have been made. In cases
where such Contractor’s Personnel are to be engaged then:

(a) Contractor shall, if requested by Company, provide details of Contractor’s efforts to


recruit Australian personnel for such positions;

(b) Contractor shall keep Company informed with regard to the numbers and
classification of such Contractor’s Personnel in accordance with Section 5.11.2(i);
and

(c) Company Approval shall be obtained prior to the recruitment of any Contractor’s
Personnel that would normally be covered by an enterprise agreement or modern
award.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 11 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

5.8.7 Contractor shall utilise the professional services of an immigration agent who has been
approved by the Company for the engagement and approval of personnel requiring a valid
visa under the Migration Act 1958 (Cth).

5.8.8 Company shall comply with the Migration Act 1958 (Cth) (as amended from time to time).

5.8.9 Contractor shall where required provide special orientation training for overseas personnel
to improve their understanding of Australian workplace culture particularly in respect of
communications, ER/IR and health and safety requirements.

5.8.10 Contractor’s mobilisation strategy shall, as a minimum, include the following:

(a) using competent recruiters who are experienced in the construction industry;

(b) sourcing personnel from within Australia if suitable skills are available; and

(c) identifying trades and other construction personnel (as required) with construction
experience, or recommended for major construction project opportunities.

5.8.11 All Contractor’s Personnel shall have formal inductions coordinated by appropriately
qualified and experienced personnel. The initial induction, which shall be conducted prior to
the individual commencing Work Under the Contract, shall include, but not necessarily be
limited to the following topics:

(a) description of the Project, its aims, constraints and challenges;

(b) a description of and access to the policies of the Contractor;

(c) details of applicable Site/Project policies and village rules/requirements;

(d) personal protective equipment;

(e) safety instruction including the health and safety management plan, health and
safety work policy, and job safety analysis policy;

(f) the Project fitness for work policy;

(g) Project security;

(h) transportation/logistics;

(i) terms and conditions of employment, including agreement provisions;

(j) employee performance monitoring and disciplinary processes;

(k) issue resolution processes;

(l) emergency response procedure;

(m) absenteeism; and

(n) the Company speak up/whistleblower process.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 12 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

5.8.12 At the completion of each induction step, Contractor’s Personnel shall be required to sign to
verify their attendance and to signify acceptance and understanding of the employment
conditions applying to their employment on the Project.

5.8.13 Contractor recognises the importance of a workplace where employees engage with and
support the objectives of the Project. The Contractor supports a culture that rewards
quality, innovation, continuous improvement and commitment to the Project’s goals. Key
strategies that the Contractor will implement to develop employee alignment with the
Project and Project values include:

(a) introduction of a reward recognition scheme;

(b) arranging timely Site-based social activities for employees to recognise high
productivity or milestone achievements;

(c) using Project teams/continuous improvement teams to drive Project milestones;

(d) introduction of communication activities linking proposed initiatives and workforce


feedback, seeking open feedback from employees and responding to employees
promptly;

(e) conducting leadership training focusing on Project values; and

(f) reviewing performance management policies regularly.

5.9 Access to Site

5.9.1 Contractor shall comply with Site access protocols issued by the Company.

5.9.2 Contractor recognises that unions have rights under the Fair Work Act 2009 (Cth).
However, except as required by law, or as otherwise determined in consultation with the
Company Representative, the Contractor shall not:

(a) provide right of entry to the Site;

(b) make payment for lost time due to Industrial Action;

(c) authorise union meetings during working time.

5.9.3 Any right of entry shall be in strict accordance with the requirements specified in the Fair
Work Act 2009 (Cth) and Project safety rules, including that:

(a) Contractor shall notify the Company Representative immediately after Contractor is
notified of the visit;

(b) the union official is aware of the need to complete a visitor’s induction and has done
so;

(c) the union official is issued with a visitor’s pass;

(d) the union official is escorted at all times by a designated Contractor or


Subcontractor management representative;

(e) on completion of the visit, the union official is escorted back to the point of entry;
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 13 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

(f) the union official is wearing appropriate personal protective equipment and clothing;
and

(g) at the conclusion of the union official’s visit to the Project, the Contractor shall make
a written report detailing any discussions or issues that arose, and provide the
report to the Company Representative within 24 hours of the visit.

5.10 Project rules, including worker code of conduct and camp rules

5.10.1 Contractor shall establish worker code of conduct and camp rules and ensure:

(a) they are available at the Site and camps, at all times, to all the Company’s
personnel, Contractor’s Personnel and Subcontractor’s personnel in their working
languages; and

(b) the Contractor’s Personnel and Subcontractor’s personnel comply with the
requirements.

5.10.2 The worker code of conduct and camp rules shall establish consistent disciplinary
procedures for all the Contractor’s Personnel and Subcontractor’s personnel in the event
that the worker code of conduct and camp rules are broken.

5.10.3 Contractor shall monitor and feed back to the Company Representative any issues arising
in respect of the standard of facilities and amenities on the Project.

5.10.4 Contractor and its Subcontractors are responsible for ensuring a high standard of
cleanliness is observed by Contractor’s Personnel and Subcontractor’s Personnel using
and accessing the Project amenities and facilities.

5.11 Monitoring and reporting protocols

5.11.1 Contractor shall include with the ERMP a programme of regular monitoring and reporting to
the Company.

5.11.2 Contractor shall provide on a monthly basis a report in the format approved by the
Company addressing, at minimum:

(a) labour force;

(b) Sub contractors;

(c) inductions;

(d) grievances and disputes;

(e) working time lost;

(f) personnel disciplinary action;

(g) personnel voluntary and involuntary turnover;

(h) absence;

(i) expatriate personnel;


Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 14 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

(j) right of entry;

(k) fitness for work;

(l) industrial action;

(m) ER Incidents; and

(n) other measures or information as determined by the Company from time to time.

5.11.3 Contractor shall provide the report within 10 days of the end of the month the report relates
to.

5.11.4 The Contractor shall observe due diligence in the provision of information.

5.12 Audit protocols

5.12.1 Contractor shall establish a schedule for inspection/audit of its workforce management and
ER/IR activities and those of its Subcontractors and provide a copy of the schedule to the
Company in the ERMP.

5.12.2 Company reserves the right to attend any audit/inspection and must be provided with the
necessary notification in due time.

5.12.3 Company reserves the right at all times to audit and review the Contractor’s services and/or
performance of its activities in respect of compliance with the accepted ERMP.

5.12.4 Contractor shall provide input and support as the Company deems necessary to ensure
that workforce management and ER/IR audits and reviews are successfully carried out and
the actions arising are closed out to the Company’s satisfaction.

5.12.5 Contractor’s Personnel shall be available for interview as part of the Company audits and
reviews.

5.12.6 Contractor shall maintain and make available for inspection by the Company upon request
all registers, records, correspondence and any other documents relating to workforce
management and ER/IR matters.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 15 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

APPENDIX 1

Advisor means an independent ER/IR advisor.


Code means the Building Code 2013 (Cth).
Contractor’s Agreements means each Code compliant Industrial Instrument applicable to the
Contractor and the Contractor’s employees in relation to the performance of the Work Under the
Contract.
Employee Relations (ER) refers to employer-employee and employee-employee relationships,
behaviours and conduct.
ER Incidents includes but is not limited to:
(a) any fight, altercation, disturbance or protest involving employees;
(b) any breach of policy, procedures or rules (including but not limited to village / accommodation
rules), or any disciplinary matter whether or not the matter may lead to a termination of
employment or removal / ban from Site;
(c) Industrial Action;
(d) Protected Action;
(e) potential or actual disputes concerning employees and / or unions including any demarcation
dispute;
(f) any demand for terms or conditions of employment in excess or outside the scope of any
applicable awards, agreements, orders or other arrangements;
(g) any union meetings or any Site visits by union officials or representatives;
(h) any conferences or hearings in the state or federal industrial relations commission, courts or
other tribunals concerning employment or industrial issues;
(i) any threatened, attempted or actual coercion in relation to the employment of employees which
is inconsistent with applicable Industrial Relations Legislation;
(j) any civil disobedience whether or not affecting or involving employees which is or has the
potential to impact upon the Project (eg pickets); or
(k) any other conduct which is, or is alleged to be, in breach of Industrial Relations Legislation.

ERMP means the Contractor’s employee relations management plan developed and Approved under
this Exhibit O.
Industrial Action includes:
(a) the performance of Work Under the Contract by an employee in a manner different from that
which it is customarily performed, or the adoption of a practice in relation to Work Under the
Contract by an employee, the result of which is a restriction or a limitation on, or a delay in the
performance of Work Under the Contract;
(b) a ban, limitation or restriction on performance of Work Under the Contract by an employee or on
the acceptance of or offering for Work Under the Contract by an employee;
(c) a failure or refusal by employees to attend for Work Under the Contract or a failure or refusal to
perform Work Under the Contract by employees who attend for work; or
(d) Protected Action.
Industrial Instrument means an award, workplace agreement or other industrial instrument which
applies in accordance with Australian law and Industrial Relations Legislation.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 16 of 17
EXHIBIT O – WORKFORCE MANAGEMENT

Industrial Relations (IR) refers to interactions, behaviours and conduct between employers,
employees and/or industrial organisations and associations, such as unions.
Industrial Relations Legislation includes the Fair Work Act 2009 (Cth), the Fair Work (Building
Industry) Act 2012 and applicable State or Federal Legislation, in each case as amended,
supplemented or replaced from time to time.
Protected Action means action that is protected under Fair Work Act 2009 (Cth) as amended from
time to time.
Subcontractor’s Personnel means any and all personnel engaged by a Subcontractor, including its
directors, officers, employees, agents and invitees.
WMS means a workforce management system Approved by the Company from time to time.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit O – Workforce Management Page 17 of 17
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT P – LAND ACCESS

Initialled by: Level 30, 275 George Street


Brisbane QLD 4000
GPO Box 3107
The Company: ........................... ............................. Brisbane QLD 4001
Tel: +61 (07 3024 9000
Fax: +61 (0)7 3024 8999
The Contractor: ........................... ............................. www.qgc.com.au
ABN 11 089 642 553
CONTENTS

DEFINITIONS ............................................................................................................................................................... 3
1 PURPOSE OF EXHIBIT .......................................................................................................................................... 3
2 CONTRACTOR’S PRIMARY COMMITMENTS ......................................................................................................... 4
3 LAND ACCESS GOLDEN RULES ............................................................................................................................. 5
4 LAND ACCESS PERMITTING PROCESS .................................................................................................................. 5
5 LAND ACCESS BREACHES ..................................................................................................................................... 7

Upstream Projects page 2 of 7


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
EXHIBIT P – LAND ACCESS

DEFINITIONS
In this Exhibit P (Land Access), capitalised terms will have the meaning given in the Conditions of Contract,
unless otherwise stated

For the purpose of this Exhibit, the following definitions will apply in addition to the definitions included in
clause 1.1 of the Conditions of Contract:
Term Meaning
Land Access Access to land for the purpose of performing Work under the Contract
Land Access Activity The form that is used to provide formal notification to access private land,
Request public or Company owned land and is a live system used to track access
activities.
Land Access Breach A complaint or request to make good raised by a Landholder or the Company
in terms of a breach of the Land Access Code and/or the Land Access Golden
Rules and/or the property specific Land Access Rules, commitments made to
the Landholder as identified in scope or this Exhibit P.
Land Access Each representative of the Company authorised by the Company (from time to
Consultant time) to liaise with a Landholder regarding Land Access requirements and
protocols and to also engage with the Contractor to communicate and manage
delivery of those requirements and protocols.
Land Access Golden The rules that govern access to any land upon which the Company operates,
Rules irrespective of the owner of that land, as set out in Section 3 of this Exhibit P,
as amended by the Company from time to time
Land Access Induction Section 7 of the Company’s mandatory induction training – ‘Our Way
Induction’.
Land Access Rules Property-specific rules agreed with the relevant Landholder regarding the
Landholder’s specific requirements and protocols associated with Land
Access, work access, work activities, gates, etc.
Landholder An owner or occupier of private or public land subject of the Work Under the
Contract

In this document, the following acronyms and abbreviations apply:

Acronym/Abbreviation Meaning

IVMS In-vehicle monitoring system


LAAR Land Access Activity Request
LAC Land Access Consultant
LAR Land Access Rules

1 PURPOSE OF EXHIBIT
1.1 This Exhibit outlines mandatory procedures to be complied with to obtain Land Access and while
performing Work Under the Contract on land. Any breach of this Exhibit shall be a Default Event and
the Company shall be entitled to take appropriate action including (but not limited to) instructing the

Upstream Projects page 3 of 7


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
EXHIBIT P – LAND ACCESS

Contractor to (a) submit a Cure Plan in relation to the relevant breach or (b) suspend Work Under
the Contract and/or Land Access granted to the Contractor.

1.2 The Company shall be entitled to recover from the Contractor, costs and expenses reasonably
incurred by the Company in connection with any Land Access Breach.

1.3 Any costs and expenses incurred by the Contractor in connection with a Land Access Breach will not
be Actual Costs and the Contractor shall not be entitled to claim such costs from the Company under
the Contract.

1.4 The Company has issued, and from time to time may issue, instructions and documents regarding
Land Access, Land Access Rules, Land Access policies and procedures. The Contractor shall
comply with these documents and instructions as provided from time to time.

1.5 The Land Access Induction (via: ‘Our Way Induction’), available through the Company’s Learning
Management System or through the Company’s field inductions, must be completed by all the
Contractor’s Personnel prior to performing any Work Under the Contract necessitating Land Access,
in accordance with the Land Access Code.

1.6 In addition to the requirements of Section 1.3 above, the Contractor’s Personnel must complete a
property-specific induction conducted by the Contractor before initial entry to a property. the
Contractor will disseminate property-specific Land Access Rules as provided by the Company. the
Contractor shall maintain a register of project specific inductions detailing the property description,
the names of attendees, the date of induction together with any other relevant details. This register is
to be made available in a timely manner for the Company review upon request.

2 CONTRACTOR’S PRIMARY COMMITMENTS


2.1 The Contractor will nominate a representative to be the Contractor’s point of contact with the
Company for the purposes of Land Access. The LAC must be notified of the Contractor’s nominated
representative prior to commencement of the Work Under the Contract or Land Access.

2.2 The Contractor acknowledges that land to be accessed for the Work Under the Contract may be
owned or occupied by a Landholder.

2.3 The Contractor acknowledges receipt of Land Access Code, Land Access Rules, Land Access
Golden Rules, the Company’s Pest and Weed Management Plan (QCLNG-BX00-ENV-PLN-000027)
or Land Access Activity Request procedure (as amended from time to time), and shall ensure that
Land Access is requested and conducted in accordance with these documents, the Petroleum and
Gas (Production and Safety) Act 2004, (Qld) and any other relevant Legislation.

2.4 The Contractor shall ensure that Contactor’s Personnel are each issued with a copy of, and comply
with the requirements of this Exhibit and any associated attachments or documents referred to
herein.

2.5 The Contractor shall ensure that Contractor’s Personnel are issued with and carry the following
documents (specific to the property being accessed) when accessing land:

(a) Land Access Rules;


(b) approved LAAR;
(c) Land Access Golden Rules;
(d) proof of inductions (the Contractor’s ‘Our Way Induction’ or the Company induction card);
and

Upstream Projects page 4 of 7


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
EXHIBIT P – LAND ACCESS

(e) weed hygiene certificates for the property as read under the Land Access Rules.

2.6 The Company will monitor the Contractor’s Land Access. Where the Company determines that the
Contractor has breached the Land Access Code, Land Access Rules, Land Access Golden Rules,
the Company’s Surat Basin Acreage Pest and Weed Management Plan (QCLNG-BX00-ENV-PLN-
000016) and Land Access Activity Request procedure, the Petroleum and Gas (Production and
Safety) Act 2004, (Qld) or any other relevant Legislation, the Company will issue the Contractor an
Improvement Notice, which shall set out details of the breach and any necessary remedial works
required to be undertaken by the Contractor. the Contractor must remedy the Improvement Notice
by the close out date nominated in the Improvement Notice. If the Improvement Notice is not closed
out by the nominated date, the Company may arrange completion of the works by a third party and
all associated costs will be to the account of the Contractor.

2.7 the Contractor acknowledges the Company’s right to audit the Contractor’s activities and records
associated with this Exhibit.

2.8 The Contractor must not contact any Landholder directly nor make any commitments to Landholder
without the prior express written approval of the LAC. The Company shall facilitate all
communication and engagement between Landholders and the Contractor. If contacted by a
Landholder directly, The Contractor is to be courteous and respectful at all times, and direct all
comments, discussions and queries to the LAC and notify LAC of same as soon as reasonably
possible after being contacted by a Landholder.

2.9 The Contractor will provide access to IVMS records of its vehicles and those operated by
Contractor’s Personnel and any other vehicles utilised by Contractor Personnel in the performance
of the Work Under the Contract.

2.10 The Contractor acknowledges that if it fails to comply with the requirements of this Exhibit, the
Company may exercise its rights to remove the Contractor’s Personnel from the Work Under the
Contract in accordance with the Conditions of Contract.

3 LAND ACCESS GOLDEN RULES


3.1 The Land Access Golden Rules are as follows:

1) Do not trespass on any property – you must obtain LAAR approval for all Land Access well before
Land Access is required;
2) Understand your responsibilities and obligations before entering a property; and always comply with
a property’s Land Access Rules;
3) Evaluate all risks, including safety, before entering a property to conduct activities;
4) Observe a Landholder’s requirements for all gates on the property; and
5) Immediately contact the LAC if you have any issues or concerns about entering or completing work
on a property.

3.2 The Contractor shall comply with the Land Access Golden Rules before entering and at all times
whilst on the land.

4 LAND ACCESS PERMITTING PROCESS


Land Access Activity Request process map:
Upstream Projects page 5 of 7
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
EXHIBIT P – LAND ACCESS

Company Company Contractor


Contract issues issues Land ensures all
Compan Contractor
or approval / Access Rules
y Personnel have
requests conditiona unique to
reviews been issued
Access l approval property with
request with and
to Land / denial of approval /
request conditional understand the
approval Land Access
Rules

4.1 The Contractor understands and acknowledges that Land Access is not granted over an entire
parcel of land, rather Land Access is agreed for specific activities within specific areas within a
parcel of land.

4.2 The Contractor must complete a LAAR in the form notified to the Contractor by the Company (as
amended from time to time), and submit the LAAR to the Company for approval at least ten (10)
days prior to, but no earlier than ninety (90) days before, the date that Land Access is required.

4.3 The Company will endeavour to process the LAAR within four (4) days of its receipt from the
Contractor, but does not warrant that the LAAR will be processed within this period.

4.4 The Contractor will be notified by the Company of approval, conditional approval or denial of the
LAAR. A LAAR approval or conditional approval notice must be obtained by the Contractor prior to
gaining Land Access. If a LAAR is refused, the Company shall advise the Contractor of the reason/s
for the refusal.

4.5 A LAAR approval or conditional approval shall apply only for the Work or infrastructure area,
activities, personnel and dates specified. Any change to the nominated dates, activities, personnel or
equipment will invalidate the LAAR approval or conditional approval, requiring resubmission of a
LAAR by the Contractor to the Company. The maximum amount of time a LAAR can be approved
for a continuous period of Work for 90 days at one time.

4.6 Without limitation, the following are necessary for a LAAR to be considered suitable for approval:

a) valid land access agreements, covering the requested activity, must be in place between the
Company and the relevant Landholder;
b) all members of the Contractor’s work party have completed the Company’s Land Access
Induction and any property specific induction;
c) the Contractor’s proposed work activities are compliant with existing Landholder agreements
and conducted in compliance with the property specific Land Access Rules, Land Access
Golden Rules and Land Access Code;
d) all fields of the LAAR form are complete and correct;
e) LAAR submissions are to be specific to a defined period of time; and
f) all other approvals and/or permits required by the Contractor to undertake the activity have been
satisfied.
4.7 A LAAR is not deemed to be approved until:

a) the Contractor has received a LAAR approval notification for the relevant parcel of land;
b) the Contractor has received a copy of the relevant Land Access Rules; and
Upstream Projects page 6 of 7
Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
EXHIBIT P – LAND ACCESS

c) the Contractor has distributed the relevant Land Access Rules to all Contractor’s Personnel who
will be accessing the land.
4.8 The Contractor’s Personnel undertaking Land Access are required to keep a copy of the relevant
Land Access Rules, complete with a copy of the LAAR approval, specific to the land being
accessed, along with a copy of the Land Access Golden Rules, proof of inductions (the Company’s
‘Our Way Induction’ or the Company induction card) and weed hygiene certificates in the relevant
area, and in every vehicle engaged in undertaking the Work Under the Contract, at all times.

5 LAND ACCESS BREACHES


5.1 A Landholder, the Company or the Contractor may raise a Land Access Breach with the Company.
In the event that a Landholder raises a Land Access Breach directly with the Contractor, then the
Contractor shall (within 24 hours) report the Land Access Breach to the LAC.

5.2 The Company will investigate any notified Land Access Breach to establish the root cause,
determine appropriate mitigation measures, expedite the mitigation measures, identify the
responsible party, make recommendations to prevent reoccurrences and close out.

5.3 In addition to Section 5.2 above, the Contractor shall cooperate with and assist the Company with its
investigations into Land Access Breaches deemed by the Company to be associated with the
Contractors Scope of Work. The Contractor will respond to the Company request for information
within 2 (two) Working Days.

5.4 Where the Company determines that the Contractor is responsible for the cause or contribution to a
valid Land Access Breach:

a) the Contractor shall fully cooperate with the Company, in any way the Company deems
necessary, to resolve and close out Land Access Breach(es);
b) the Contractor shall carry out any required remedial works, at the Contractor’s risk, cost
and expense;
c) the Company shall be entitled to deduct from payment due to the Contractor under this
Contract or recover by other means as a debt due from the Contractor all costs and
expenses reasonably incurred by the Company in connection with the Land Access
Breach;
d) the Contractor will, provide to the Company procedures adopted to prevent the occurrence
of a similar Land Access Breach or reoccurrence of the same Land Access Breach; and
e) the Contractor shall demonstrate to the Company that the corrective actions implemented
to prevent Land Access Breaches (refer Section 5.4(d)) are valid and effective.

Upstream Projects page 7 of 7


Contract No. 119491CNT
Surat North Main Works Construction Contract
Exhibit P – Land Access
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6 South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT Q – GEOGRAPHIC INFORMATION SYSTEMS

Level 30, 275 George Street


Initialled by: Brisbane QLD 4000
GPO Box 3107
Brisbane QLD 4001
The Company: ........................... ............................. Tel: +61 (07 3024 9000
Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: ........................... ............................. ABN 11 089 642 553
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

CONTENTS
CONTENTS ...................................................................................................................................................... 2
1 INTRODUCTION ........................................................................................................................................ 3
2 DEFINITIONS ............................................................................................................................................ 3
3 POINT OF CONTACT ................................................................................................................................. 4
4 GIS DATA .................................................................................................................................................. 4
5 GIS SERVICES ............................................................................................................................................ 5
6 AUDITING................................................................................................................................................. 5
7 NON-CONFORMANCE AND CORRECTIVE ACTION ..................................................................................... 5
APPENDIX 1 – QGC DATA MODEL AND DATA CAPTURE DICTIONARY ............................................................. 7
APPENDIX 2 – QGC SERVICES MANUAL .......................................................................................................... 8

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 2 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

1 INTRODUCTION

1.1. This Exhibit Q (Geographic Information Systems) outlines Company’s procedures and
standards which must be followed by Contractor with respect to GIS including:

a) GIS Data - the creation and supply of GIS Data.

b) GIS Services - the use of Company’s GIS to create GIS Products, and provide GIS
Services.

2 DEFINITIONS

2.1. All defined terms in this Exhibit Q shall have the same meaning as set out in the Conditions
of Contract, unless otherwise stated.

2.2. In this Exhibit Q the following words and expressions shall have the meaning hereby
assigned to them except where the context otherwise requires:

Term Definition
A Company GIS document which details:
• the data capture quality procedures that are to be carried out for
Data Model and GIS Data; and
Data Capture
Dictionary • the schema of the GIS Master Database and standards which all
GIS Data must meet.
Detailed in Error! Reference source not found.
Geographic A GIS is a system of hardware and software used for storage, retrieval,
Information mapping, and analysis of geographic data.
System (GIS) GIS Data encompasses a virtual representation of real world features.
Data related to activities and infrastructure that are linked to a
GIS Data geographical location, including as-built infrastructure, design drawings,
survey data and conceptual plans.
GIS Master The centralised Company GIS database which is the structured, single
Database point of truth for Company GIS Data.
Outputs created using the GIS Master Database and other GIS
GIS Products
databases, primarily cartographic products.
GIS Officer An appropriately qualified and experienced GIS representative.
The provision of GIS Products and other GIS outputs such as spatial data
GIS Services
analysis, using the GIS Master Database and other databases.
A GIS document which details cartographic products, standards and
Services processes.
Manual
Detailed in Error! Reference source not found.
Company Spatial Services Department. For the purposes of this Exhibit
Spatial
Q, the authority for this team is the Company point of contact detailed in
Services team
Section 3.1 of this Exhibit Q.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 3 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

3 POINT OF CONTACT

3.1. Company’s Manager Spatial Services (or their duly appointed representative) shall be
Company's point of contact for the purposes of GIS matters.

3.2. Contractor shall appoint a GIS Officer to be the Contractor point of contact for the purposes
of GIS matters.

4 GIS DATA

4.1. Company requires that all GIS Data generated by Contractor is transmitted to Company’s
Spatial Services team in accordance with Company’s Data Model and Data Capture
Dictionary. GIS Data refers to activities or infrastructure that are linked to a geographical
location, including those listed below,
a) Design data;
b) Survey data (including environmental and topological features); and
c) As-built data.

4.2. GIS Data transmittals will be made to Company’s Spatial Services team via email to
GISData@bg-group.com

4.3. GIS Data transmittals will be reviewed by Company’s Spatial Services team for compliance
with Company’s Data Model and Data Capture Dictionary. Company will reject any
transmittals which do not comply with this, and require Contractor to rectify and resubmit the
GIS Data transmittal within 2 Working Days.

4.4. GIS Data generated by Contractor must be transmitted to Company’s Spatial Services team
within the following timeframes:
a) Design data
i. 1 Working Day of completion of the design lifecycle stage as defined in the
Company’s Data Model and Data Capture Dictionary, and on approval by
the Company Representative
b) Survey data
i. 1 Working Day of approval by Company Representative or Site Approvals
Team
c) As-built data
i. Progressive provision during construction, either
I. Within timeframes agreed in writing between the Company’s point of
contact and the Contractor, or
II. Within 10 Working Days from the completion of the construction
package

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 4 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

4.5. Company reserves the right to make relevant and reasonable revisions to Company’s Data
Model and Data Capture Dictionary. Company will communicate the revision change to the
Contractor. Upon receipt of this communication the Contractor must reply in writing within 10
Working Days if Contractor is unable to meet the requirements of the new revision. If no
response is received to the contrary, then Contractor is deemed to accept to comply with the
revision.

5 GIS SERVICES

5.1. Company requires that all GIS Products created by the Contractor are in accordance with the
standards detailed in the Company’s Services Manual.

5.2. GIS Products which are not included in Company’s Services Manual must be approved by
the Company’s Spatial Services team before use.

5.3. Contractor will request approval for new GIS Products from Company’s Spatial Services
team via email to GISRequests@bg-group.com

6 AUDITING

6.1. The Company reserves the right to obtain access to the Contractor’s GIS Data for the
purpose of audit. Company may audit or review the Contractor’s services and/or
performance of its activities in respect of compliance with this Exhibit Q.

7 NON-CONFORMANCE AND CORRECTIVE ACTION

7.1. Non-conformance by Contractor with implementation of the requirements of this Exhibit Q will
trigger the following non-conformance and corrective action process.

7.2. Company shall ensure Contractor is promptly notified of any non-conformance it becomes
aware of and shall stipulate corrective measures for Contractor to put into place.

7.3. Contractor shall ensure that Company is promptly notified of any non-conformance it
becomes aware of, and shall provide details of the corrective measures Contractor has
already put in place, or intends to put into place. Company has the right to stipulate
alternative corrective measures should those proposed by Contractor be deemed insufficient
by Company. Contractor will also submit a monthly non-conformance report to the
Company’s point of contact detailing all non-conformances.

7.4. Contractor shall take such steps as are necessary to remedy any non-conformance to the
Company’s satisfaction within 10 Working Days of any notice issued pursuant to Section 7.2
or 7.3 above. The costs to Contractor of remedying any non-conformance shall be borne
entirely by the Contractor.

7.5. If the Contractor fails to remedy a non-conformance to the satisfaction of the Company within
the prescribed period, or fails to report a non-conformance to Company despite being aware
of the same, then the Company, may:
a) fix a date on or by which the non-conformance must be remedied by the
Contractor; or
b) take action to remedy the non-conformance itself (which may include engaging
third party assistance), in which event, all costs and expenses incurred by the
Company shall be for the Contractor’s account. The Contractor shall maintain a
non-conformance register against delivery of requirements in this Exhibit Q.
Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 5 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

This register shall summarise the status of all non-conformance and corrective
actions.

7.6. If the Contractor fails to rectify the non-conformance in accordance with Section 7.5(a) above
it will constitute a Default Event.

7.7. The Company’s remedies under Sections 7.4 and 7.5 of this Exhibit Q are without prejudice
to its rights at law or under Section 41 (or any other provision) of the Conditions of Contract
in respect of any failure to comply with this Exhibit Q.

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 6 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

APPENDIX 1 – QGC DATA MODEL AND DATA CAPTURE DICTIONARY

See QCLNG-BX00-GEN-PCE-000006

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 7 of 8
EXHIBIT Q – GEOGRAPHIC INFORMATION
SYSTEMS

APPENDIX 2 – QGC SERVICES MANUAL

See QCLNG-BX00-GEN-PCE-000011

Upstream Projects
Contract No: 119491CNT
Surat North Main Works Construction
Exhibit Q – Geographical Information Systems
Page 8 of 8
SURAT NORTH MAIN WORKS CONSTRUCTION CONTRACT

QGC PTY LIMITED ABN 11 089 642 553 (Company)

Level 30, 275 George Street, Brisbane QLD 4000

LEIGHTON CONTRACTORS PTY LIMITED ABN 98 000 893 667 (Contractor)

Level 6, South Tower, 520 Wickham Street, Fortitude Valley QLD 4006

CONTRACT NO. 119491CNT

EXHIBIT R – INTERFACE MANAGEMENT

Level 30, 275 George Street


Brisbane QLD 4000
Initialled by: GPO Box 3107
Brisbane QLD 4001
Tel: +61 (0)7 3024 9000
The Company: ........................... ............................. Fax: +61 (0)7 3024 8999
www.qgc.com.au
The Contractor: ........................... ............................. ABN 11 089 642 553
EXHIBIT R – INTERFACE MANAGEMENT

CONTENTS

1 AREAS ADDRESSED IN THIS EXHIBIT ................................................................................................................ 3


2 DEFINITIONS ................................................................................................................................................... 3
3 PRIMARY INTERFACE MANAGEMENT COMMITMENT ..................................................................................... 3
4 INTERFACE MANAGEMENT PROCESS .............................................................................................................. 3
5 MAC INTERFACE PROTOCOL ............................................................................................................................ 6

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 2 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

1 AREAS ADDRESSED IN THIS EXHIBIT


(a) The nature of the Work Under the Contract is such that there will be a high number of
critical interfaces that will require careful management in order to achieve the Milestones
set out in Exhibit C (Contract Programme).
(b) This Exhibit outlines mandatory processes for the identification and management of
interfaces.
(c) Where this Exhibit specifies a requirement or obligation then, unless that requirement or
obligation is expressly stated as one which is to be discharged by Company or a third
party, it is deemed to be a requirement or obligation to be complied with or discharged by
Contractor.

2 DEFINITIONS
(a) All defined terms in this Exhibit R will have the same meaning as set out in the
Conditions of Contract, unless otherwise stated.
(b) In this Exhibit R, the following terms have the following meanings except where the
context otherwise requires:
“ICSS” means integrated control and safety system.
“Interface Manager” means the person appointed by the Contractor to manage all
interfaces.
“Main Automatic Contractor” or “MAC” means the main automation contractor
engaged by the Company for the Project, being (at the Contract Date) ABB Pty Ltd.

3 PRIMARY INTERFACE MANAGEMENT COMMITMENT


(a) The stakeholders and priorities for interface management will evolve as the Work Under
the Contract is performed.
(b) Company and Contractor shall together identify, record, plan, manage and continuously
review internal and external interfaces such that the progress of the Work Under the
Contract shall not be in any way delayed or impeded by matters or issues relating to
interfaces between the Parties and/or other stakeholders.

4 INTERFACE MANAGEMENT PROCESS


(a) Contractor shall have the primary responsibility to define and manage all internal and external
interfaces required to effectively accomplish the Work Under the Contract.

(b) Internal and external interfaces are defined as follows:

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 3 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

(i) Internal interfaces are interfaces where the interface points operate and are controlled
under Contractor’s organisation but are in different functional, discipline or
geographical areas. It is not intended to apply a formal process of managing normal
inter-discipline interfaces that are typically managed by standard working processes.
Contractor’s internal interfaces shall be managed by Contractor for the Scope of Work
and are the sole responsibility of Contractor.
(ii) External interfaces occur where a shared boundary between two (2) work areas,
which are the contractual responsibility of different parties, exists and each party
requires information from the other party in order to successfully perform their work.
External interfaces are typically more challenging to manage as there is a requirement
from one entity to provide information, deliverables, complete scope etc in order for
another entity to progress or complete its work. Contractor’s external interfaces shall
be managed by Contractor for the Scope of Work and it is the sole responsibility of
Contractor to ensure that they are resolved.
(c) Interfaces between Contractor, its Subcontractors and suppliers are the sole
responsibility of Contractor.
(d) Contractor shall produce an overall interface management plan (Interface Management
Plan) and provide this to Company within eight (8) weeks of the Contract Date for review
and Approval by Company. Contractor’s Interface Management Plan shall demonstrate a
system for the management of all types of interfaces.
(e) An interface register (Interface Register) shall be developed and maintained by
Contractor to capture interfaces so that they can be planned, monitored and completed
within the timeframe required. The Interface Register shall record the responsibilities
(deliverables) of each party and planned/actual achievement dates for this purpose and
shall log requests for information from, record decisions that have been made or
information exchanged. The native file Interface Register shall be issued to Company on
a monthly basis as part of Contractor’s monthly reporting.
(f) To facilitate the production of an Interface Register, Contractor shall convene a workshop to
identify and define key and priority interface points that relate to the Work Under the
Contract. The workshop shall also identify all the external interfaces between the Work
Under the Contract and Other Contractors, Company and other third parties. This
workshop shall include key members of Company as nominated by Company. Contractor
shall report on how key interfaces shall be managed and responsibility matrix for each
interface as part of its Interface Management Plan. This document shall subsequently be
maintained as a live document to be issued to Company as and when revised.
Key interfaces include, but are not be limited to:
• Regulatory authorities from whom Authorisations for the Work Under the
Contract are required (including keeping Company informed of any impact that the
Work Under the Contract may have on requirements for government
Authorisations);
• Interactions with government, local relations and land owners;

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 4 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

• Interactions with Barunggam representatives and other stakeholders involved in


cultural heritage matters;
• Providing notice of, attendance on and/or executing any Work Under the Contract
in connection with other interface parties;
• Co-ordinating and maintaining interfaces with Other Contractors on or off Site and
keeping Company informed of any Work Under the Contract which may impact the
work of any Other Contractors;
• Coordinating with third parties in adjacent areas and/or stakeholders not
participating in but affected, directly or indirectly, by the performance of the Work
Under the Contract;
• Liaison with equipment vendors, Company operations (brownfields) and Company
commissioning and start up team;
• Employee relations and industrial relations interfaces with contractors and
Subcontractors including vendors at the Site;
• Stakeholder and community contacts and focal points; and
• Managing the constituent member companies which comprise Contractor Group.
(g) Contractor’s Interface Management Plan shall define key interface requirements on a
discipline basis. Contractor’s interface schedules shall at all times be aligned with the
Target Schedule in order to highlight when key interface data is required to mitigate any
schedule delay to the Work Under the Contract.
(h) Contractor’s project management team shall be responsible for:
• Developing and executing Contractor’s Interface Management Plan;
• Ensuring consistency in application of the Interface Management Plan in
Contractor Group organisation;
• Managing and maintaining the interface responsibility matrix and Interface
Register;
• Working with Company’s designated Interface Manager to facilitate management
of key interfaces;
• Chairing Contractor’s interface meetings or attending any other interface meetings
arranged by Company, Other Contractors or third parties. Such organisations may
be located worldwide and Contractor’s Personnel shall be required to attend
interface coordination and other meetings when such meetings are called;
• Coordinating the information requested, supplied and agreed in Contractor’s
interface agreements and endorsing their release;
• Reporting the status of Contractor’s interfaces (reporting shall take place every two
weeks to facilitate co-ordination meetings below unless otherwise agreed by
Company);
• Ensuring timely resolution of interface issues;
• Escalating any interface issues to Contractor’s management team and Company’s
management team that cannot be resolved;
• Establishing a document control function for interface information that will log and
track notices and/or requests for information, goods, materials or services; and
• Monitoring the effectiveness of Contractor’s interface management process and

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 5 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

creating / sharing in improvements when and where possible.


(i) Regular interface co-ordination meetings shall be held at least bi-monthly (unless
otherwise agreed by Company), between Contractor and Company to:
• Review interface status;
• Discuss and resolve any issues; and
• Facilitate interface closure.
Required attendees include Contractor’s designated Interface Manager, interface co-
ordinators of the respective parties plus the discipline and project engineers relevant to
the interfaces to be discussed and Company’s designated Interface Manager. Other
personnel will be invited as required to ensure that the subjects to be discussed have
appropriate representation.
(j) Monthly status reports shall be issued by Contractor to Company.
(k) Company shall be granted access to carry out regular reviews of Contractor’s interface
management system and process to identify any shortcomings. This will include the extent
of process adoption within Contractor Group.
(l) Contractor’s quality assurance function shall carry out audits of interface management on a
regular basis throughout the Work Under the Contract in accordance with their audit
schedule.
(m) Interface agreements shall be developed by Contractor for all key external interfaces in.
The purpose of these agreements is to ensure:
(i) that the Work Under the Contract is properly and optimally coordinated, scheduled
and integrated with the work or services of others where such work or services is
relevant to the Work Under the Contract;
(ii) that these parties or individuals have access to the Site or other places where
Contractor is performing Work Under the Contract as and when necessary for the
co- ordination or performance of such work or services;
(iii) that the rights, obligations and responsibilities arising from any interface between
the parties are clearly identified and delineated; and
(iv) to promptly resolve any interface issues that may arise from time to time.

5 MAC INTERFACE PROTOCOL

5.1 Background

Company has engaged the MAC to provide the ICSS for the Project.
Fulfilment of Contractors' obligations under the Contract will require interfacing to ensure
cooperation and integration with the activities of the MAC.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 6 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

This protocol in this Section 5 is intended to facilitate the coordination and integration of the
works to be performed by the MAC with the performance of the Work Under the Contract.

5.2 Protocol terms

The objectives of this protocol are to:


- ensure that the Work Under the Contract is properly and optimally coordinated, scheduled
and integrated with the ICSS being developed by the MAC, as relevant to the Work Under the
Contract;
- ensure that the MAC has such access to the Site as is required to coordinate the interface
with the Contractors and achieve steady systems completion progress across the Project
assets;
- facilitate the prompt resolution of interface issues that may arise from time to time; and
- clarify particular rights and responsibilities arising from the interface between the MAC and
the Contractors.

5.3 Representative

Each of Company, the MAC and Contractor will nominate a permanent representative (each a
Nominee) to the Interface Coordination Team and to receive and issue communications and
instructions, throughout the performance of the Work Under the Contract (including the carrying
out of Defects correction obligations under the Contract). Company may object to a Nominee
proposed by Contractor, in which case Contractor must provide an alternative Nominee
acceptable to Company.
5.4 Interface Coordination Team

Company, the MAC and Contractor will establish an Interface Coordination Team.
The Interface Coordination Team will comprise of one Nominee of each of the Company, the MAC
and the Contractor.
The Interface Coordination Team will be chaired by the representative of Company.
The Interface Coordination Team will prepare and implement such processes as are necessary to
further the objectives of this protocol including:
- developing a forward schedule for the delivery of the Core Interface Requirements;
- identifying and implementing measures to manage any delays in the delivery of the Core
Interface Requirements;
- agreeing on processes necessary to deliver the Core Interface Requirements;
- agreeing access and scheduling coordination requirements; and
- identifying any other issues between the MAC and the Contractor that are not Core Interface
Requirements and how those other issues will be dealt with to ensure they do not impact on
the programming, cost or functionality of either the MAC or the Work Under the Contract or to
otherwise minimise such impacts.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 7 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

The Interface Coordination Team will initially meet fortnightly but Company, in conjunction with the
MAC and Contractor may, agree to more or less frequent meeting as necessary. The Interface
Coordination Team will discuss any interface issues that have arisen, or which are likely to arise,
in the fulfilment of the obligations of the respective members of the Interface Coordination Team.
No less than 5 days prior to each meeting of the Interface Coordination Team, Contractors
Nominees must provide Company representative with a written update providing at a minimum:
- details of the current progress of obligations against the deliverables agreed at the previous
meeting;
- a high level programme and summary detailing as deliverables;
- how and which Core Interface Requirements will be dealt with up until the next scheduled
meeting;
- planned meetings, workshops and the like with other parties up until the next scheduled
meeting; and
- details of any disputes, delays or other outstanding issues with other parties,
- in order to allow Company representative to prepare an agenda for the interface coordination
team meeting.
Contractor may, with the consent of Company, invite additional representatives, to attend a
meeting of the Interface Coordination Team in order, amongst other things, to:
- help the parties reach a resolution on any interface difficulties they might encounter; and
- provide any additional information relevant to interfacing, specifically within the knowledge of
that additional representative.
5.5 Project Interface Coordination Meeting

From time to time, Company may require the Contractor to attend a Project interface coordination
meeting.
The purpose of the Project interface coordination meeting will be generally to deal with issues that
may affect several contractors’, including the Contractor and which cannot be dealt with at
interface coordination meetings.
The Project interface coordination meeting will be chaired by the representative of Company who
will provide an agenda and as necessary require specified documentary input in the way of written
updates, reports or similar from the Contractor as specified in the agenda or notified by Company
prior to the Project interface coordination meeting.
Company will endeavour to give a minimum 7 days’ notice before a Project interface coordination
meeting but in the event of urgency, may require attendance by the Contractor on shorter notice.
If the Contractor considers that a Project interface coordination meeting is necessary it may
request Company to call a meeting.
From the commencement of the Contract, Contractor and its employees, Subcontractors and
licensees must:

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 8 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

- facilitate reasonable access to the Site by the MAC and its workforce, Subcontractors,
suppliers, consultants and invitees;
- provide reasonable interaction or information access for the MAC and its workforce,
subcontractors, suppliers, consultants and invitees to the Works, as necessary to facilitate
interfacing of the ICSS with the Works;
- assist in the delivery of the Core Interface Requirements that may be required and allow for
the integration and functional operation of the ICSS with the Works.
5.6 The MAC's obligations

The Company must procure that the MAC:


- does not prevent or hinder Contractors in the carrying out of Contractor's Works;
- assists in the resolution of design and construction interface issues that may be required and
allows for the connection of services reasonably required by Contractors; and
- provides reasonable interaction or information access for the Contractor to the MAC's
workface to facilitate interfacing of the Work Under the Contract with the ICSS.
If the MAC requires access to, any part of the Site or the Works at any time to carry out, or
facilitate interfacing of the ICSS, the Company must procure that the MAC firsts obtains the
consent of the Contractor, such consent not to be unreasonably withheld or delayed. The
Company must procure that the MAC undertakes any site or safety inductions and pre-start
meetings required to allow access to the Site and complies with Contractor’s site rules and
directions.
5.7 Core Interface Requirements

The Core Interface Requirements are for the Contractor, the Company and the MAC to:
- jointly develop and as necessary update a timetable for these Core Interface Requirements;
- develop an agreed and consistent communication and reporting method between MAC and
the Contractor; and
Contractor and MAC to agree on:
- MAC construction target dates;
- Contractor's collection dates;
- installation dates;
- testing dates;
- any other dates, necessary to develop the timetable for these Core interface Requirements;
- development of an agreed Site access plan (and any requirements or preconditions to be met
by MAC), to allow MAC to have access to the Site;
- development of an agreed MAC supervision plan and supervision timetable for elements of
the Work Under the Contract requiring MAC supervision such as installation and testing.

5.8 Typical ICSS Systems Completion Methodologies

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 9 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

The MAC and Contractor are expected to coordinate their planning for each of the delineated
systems by agreeing on the following typical sequences and activities (or as varied in agreement
with Company):
- Systems Completion Look ahead Schedules for each system;
- MAC Contractor Site wiring requirements – confirm systems to be prepared for SAT and or
system pre-commissioning;
- Contractor Mechanical Completion advice – notify / confirm dates to MAC;
- Contractor to provide MAC Site inductions & training as required;
- MAC to provide basic System Training for agreed Company personnel and Contractor’s
Personnel as required (e.g. access, security and panel viewing / system status checks);
- MAC Review of Contractor Mechanical Completion – feedback as required upon site
attendance for system(s) scheduled for pre-commissioning;
- MAC Contractor and Company to agree Instrument Loop Power Up and Loop Checks to
Graphics – week look ahead and daily plan / listings; and
- MAC Contractor to identify Instrument Function Checking requirements for complex loops,
Cause & Effects and Sequences to facilitate timely execution.
NOTE: Systems Completion Planning is also expected to require interface management by
Contractor with suppliers and Other Contractors. This shall be the primary responsibility of
Contractor, but requires specialist advice from the MAC on unit control panel, telecommunications
interfaces and the like.

5.9 WH&S Act

Company will procure that the MAC:


- does all things necessary to assist each the Contractor in discharging its obligations as
principal contractor under the WH&S Act and the WH&S Regulation; and
- does not interfere with, disturb, impede or obstruct the proper performance by the Contractor
of its obligations as principal contractor for the Work Under the Contract and cooperates and
complies with any proper direction of the Contractor in its capacity as principal contractor for
the Work Under the Contract.

5.10 Confidentiality

The limitations on disclosure of Confidential Information in Clause 44 of the Conditions of Contract


are waived to the extent necessary to enable the Contractor to comply with its obligations under
this protocol.
If the Contractor is unsure of its obligations regarding disclosure of Confidential Information to the
MAC or any Other Contractors, the Contractor must notify Company of this matter and Company
will provide written notification of what Confidential Information is able to be disclosed and to
whom.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 10 of 11
Exhibit R - Interface Management
EXHIBIT R – INTERFACE MANAGEMENT

5.11 Dispute resolution

The Contractor agrees that if there is any difference or dispute between the MAC and Contractor
in connection with a matter referred to in or arising out of this protocol, then:
- representatives of the MAC and Contractor must meet within 5 days of a request in writing by
either party setting out a brief description of the dispute and requesting a meeting to resolve
the dispute (“Dispute Notice”);
- if the MAC and Contractor cannot resolve the dispute within 10 days of receiving the Dispute
Notice then those parties must refer the dispute to Company;
- if the dispute is not confidential in nature it may be dealt with at the next Interface
Coordination Team meeting or if it is confidential then Company will, within 5 days of referral
to it, make arrangements for a conference with the MAC and Contractor, to resolve the
dispute; and
- if the dispute cannot be resolved by negotiation between Company and the parties, then
Company may give a direction regarding the dispute and each of the MAC and Contractor
must comply with that direction.
Nothing in this Section 5.11 prevents or limits the rights of the parties to claim variations or
extensions of time with respect to the subject matter of the dispute where they are entitled to do
so under their respective contracts with Company.

Upstream Projects
Contract No. 119491CNT
Surat North Main Works Construction Page 11 of 11
Exhibit R - Interface Management

You might also like