Sie sind auf Seite 1von 30

`

Engineering Construction & Projects Division


Construction Department

ANNEX A - JOB SPECIFICATION


_________
TITLE: PHC: REFURBISHMENT OF JET A1 TANK FARM AT NEW
PIPE YARD (MECH., CIVIL & STRUCTURAL WORKS)

REF: TS&NC/ECP/CONS-012-PHC-2014-014 Rev 0

Rev: Date : Written By: Approved By:

0 18/12/13 IBRAHEEM Rasheed ANOWA Kingsley


Constr. Co-ordinator Manager, Offshore

Table of Contents
1.0 INTRODUCTION................................................................................................................................ 2
1.1 LOCATION.............................................................................................................................................................2
1.2 OBJECTIVE.........................................................................................................................................................2
2.0 SCOPE OF WORK............................................................................................................................. 2
2.1 KICK-OFF MEETING........................................................................................................................................ 2
2.2 SITE VISIT /DETAILED ENGINEERING................................................................................................................2
2.3 PROJECT DOCUMENTATION...........................................................................................................................3
2.4 PRE-INSPECTION AND CERTIFICATION OF EQUIPMENT AND TOOLS............................................................3
2.5 SITE SURVEY AND DOCUMENTATION............................................................................................................4
2.6 DOCUMENTS..................................................................................................................................................4
2.7 PROCUREMENT..............................................................................................................................................4
2.8 TRAINING AND CERTIFICATION OF PERSONNEL............................................................................................5
2.9 TRANSPORTATION..........................................................................................................................................5
2.10 PRE-FABRICATION..........................................................................................................................................5
2.11 SITE MOBILIZATION........................................................................................................................................6
2.12 SITE INSTALLATION WORKS..............................................................................................................................6
2.15 DEMOBILIZATION FROM SITE........................................................................................................................9
3.0 RESOURCES..................................................................................................................................... 9
3.1 MATERIALS AND PROCUREMENT.................................................................................................. 9
3.2 EQUIPMENT..................................................................................................................................... 10
3.3 PERSONNEL.................................................................................................................................... 11
4.0 REFERENCES /SPECIFICATIONS.................................................................................................. 12
5.0 APPENDIX........................................................................................................................................ 12
1.0 INTRODUCTION

Total Exploration & Production Nigeria Limited (TEPNG) subsequently referred to as COMPANY wishes to
carry out a comprehensive revamping of its Jet A1 Tank farm at the new pipe yard to improve its safe
operation and compliance to aviation rules. The existing Jet A1 Tank farm serves as storage and
dispensing facility in Port-Harcourt.

1.1 LOCATION

The Jet A1 Tank farm is located at Rivoc Road Trans-Amadi and about 400m from the North gate of the
TOTAL Port-Harcourt district office, Rivers State - Nigeria
1.2 Objective
To improve the safe operation and compliance of the Jet A1 Tank farm to aviation rules.

2.0 SCOPE OF WORK


Unless otherwise requested in writing, the CONTRACTOR shall perform the works specified in this section
in conformity with the applicable drawings, guidelines and scope of works herein described.
CONTRACTOR shall limit himself only to scope of work as contained in this document. All modifications or
extra works demanded by COMPANY must be requested for in writing before execution. CONTRACTOR
shall be responsible for provision of all personnel and equipment required for the execution of the scope of
work as detailed in this document.

The main tasks of this scope of work include but are not limited to the following:
Kick-Off Meeting
Site Visit /Detailed Engineering
Project Documentation (Installation procedures, QAQC Plan, HSE Plan, Lifting plan etc)
Pre-Inspection and Certification of Equipment and Tools
Site Survey and documentation.
Documents
Procurement of Materials and Consumables not provided by Company
Certification of equipment, Pre mobilization Inspection,
Mobilization of Materials, Personnel and Equipment to site.
Civil /Structural Works such as excavation, filling, levelling, concrete work etc.
Piping /mechanical such as piping from the vessels to the suction and discharge headers of
the transfer pumps and associated valve system; provision of new pumps etc.
Safety System improvement such as relocation of Jet fuel transfer pump to outside the
storage tank vicinity; replacement of flexible suction hoses of the transfer pumps with rigid
piping etc.
Process System improvement such as provision of 2No 2 new pumps of higher capacity than
existing pumps, adoption of the most recent system of tagging; etc.
Pre-commissioning and Commissioning activities.
Site Rehabilitation and Demobilization
As Built Documentation

2.1 KICK-OFF MEETING


Contractor shall participate in a kick-off meeting to mark the official commencement of the
contract. The contractor personnel to be present in the meeting are as follows:
1. Project Engineer
2. Piping Engineer
3. Process Engineer
4. Safety Engineer
5. Civil / Structural Engineer

2.2 SITE VISIT /DETAILED ENGINEERING


A well planned site visit shall be conducted by the contractor for site data gathering. The data
gathered and relevant Total specifications shall be used for detailed engineering. The detailed
engineering dossier shall be submitted to TEPNG for review/approval before commencement of
workshop pre-fabrication.
2.3 PROJECT DOCUMENTATION

Documentation shall be prepared after the project Kick off meeting and before prefabrication and site
installation works for Company for review and approval. The documentation shall comprise the following:
HSE plan specific to the project,
Personnel Medical Fitness Records,
QAQC Plan, WPS, PQR, Welders Test Certificates, Inspection and Test Plan
Site Installation Procedures, Method statement for the project
Lifting plan covering all the lifting cases and scenarios
Detailed Work Schedule
Detailed Engineering dossier
Construction and installation documentations
Job Safety Analysis (JSA)
List of personnel to be used for the project. Personnel CVs to be included.
Quality Plan
Welders certificates
NDT procedure(cleaning, testing, painting etc)
Workshop Works Procedure
List of Equipment to be used for pre-fabrication/site installation
Equipment inspection certificates for pre-fabrication/site installation

2.4 PRE-INSPECTION AND CERTIFICATION OF EQUIPMENT AND TOOLS


All major equipment to be used for the project must be certified fit for purpose by an TEPNG approved
third party organization for the particular scope of inspection. Items included here include cranes,
vehicles, welding machines, lifting gears and apparatus, slings, shackles, hooks etc.
For all lifting devices to be used on site, there must be evidence of load test to the required capacity prior
to visual inspection.

All lifting equipment and gears, baskets, chain blocks containers etc must be certified by third party
certification Companies approved by TEPNG.

Contractor shall adhere strictly to the following COMPANY HSE Requirements

Cargo Baskets are to have fully plated floors and not gratings.
Cargo Baskets/Containers shall be designed in accordance with EN 12079 or DNV.CN.2.7-1
All Cargo Baskets shall be framed. Pad Eyes shall be welded to a framed support.
Identification Name, Tare Weight, Gross Weight and Safe Working Load are to be boldly
written on the basket
Use of Spark Arrestors is now mandatory for Diesel Powered Equipment. Spark Arrestors
are to be certified in accordance with EN 1834-1:2000

Inspection of equipment shall be done is strict accordance with TEPNG ECP Equipment Mobilization
Checklist (See Appendix 5.0). Equipment and Installation Aids found to be defective in any way will be
rejected by COMPANY.

For fabricated lifting devices such as A-Frames and other temporary lifting fixtures, built by the Contractor,
calculation notes shall accompany the dossier for the device to show its adequacy for the intended lift. To
be included in the dossier are the following:
The dimensioned drawing with sections as required
A description of how it is to be assembled and used
The design calculations
The Welding design for the various joints including the type of welding and electrode specifications
MPI report for all the joints
Load test certification for the device
Final inspection Dossier/Report.
2.5 SITE SURVEY AND DOCUMENTATION
Site survey shall be carried out by the contractor in the New Pipe Yard, Port Harcourt. Detailed
measurements shall be taken for preparation of detailed engineering & construction drawings.

2.6 DOCUMENTS
The contractor shall review guide documents contained in the master document register (MDR)
documents number, NG-PHC-NPY-ECP-000001 and make modifications where necessary.

2.7 PROCUREMENT
COMPANY shall be responsible for the provision of the pumps and dispensing unit. CTR shall procure all
other fittings, flanges, valves, gaskets and studbolts and other materials. CONTRACTOR shall be
responsible for provision of materials such as civil materials, structural materials, round pipe & square
pipe sections, UPN sections, IPE sections etc, as listed in the table below, and all other materials not
provided by COMPANY, but are required for the successful execution of the project. CONTRACTOR
shall also be responsible for welding and other consumables required for the successful execution of this
Project.
In case of any change in material specifications during the execution of the works, COMPANY could
exercise its right to reject the complete work and terminate this contract if COMPANY has not earlier
approved the said change.

It is anticipated that as a minimum the under listed bill of quantities required for the successful execution
of the Project shall be provided by the Contractor.

A Civil materials UNIT QTY REMARKS


1 Concrete, C30 (Grade 30) M3 144
2 Concrete, C25 (Grade 25) M3 28.07
3 A393 BRC Mesh Reinforcement Fabric. x 0.203tons M2 33.00
4 Y-12 Reinforcement Bar, ASTM A36 TONS 3.73
5 Y-10 Reinforcement Bar, ASTM A36 TONS 0.969

B Structural Materials
1 Steel Plate, 4mm thk, ASTM Grade S235 KL+20 M2 2.88
2 Steel Plate, 6mm thk, ASTM Grade S235 KL+20 M2 14.40
3 Steel Plate, 12mm thk, ASTM Grade S235 KL+20 M2 5.80
4 Steel Plate, 16mm thk, ASTM Grade S235 KL+20 M2 2.88
5 Round Steel Pipe, ASTM A36, Diameter 48x3.6mm thk 168 M
6 Square steel Pipe, ASTM A36, 25x25mm x2.5mm thk 60 M
7 Round Steel Pipe, Diameter 89x6mm thk ASTM A36, 24 M
8 Round Steel Pipe, Diameter 76.1x4mm thk, ASTM A36 84 M
9 UPN140, ASTM A36, Diameter 48x3.6mm thk 108 M
10 IPE 200, ASTM A36, Diameter 48x3.6mm thk 84 M
11 EA 75X75X6mm thk. ASTM A36. 48 M
12 EA 100X100X8mm thk. ASTM A36. 12 M
13 EA 100X100X15mm thk. ASTM A36. 72 M
14 CHANNEL 100X50X10, ASTM A36. 84 M
15 GRATING, ASTM A36. 36 M2
16 0.55 SWG R/Sheet 66 M2
17 0.70 SWG Cladding 90 M2
18 Wire Mesh x ASTM A36 x 1.297 tons 90 M2

C Structural Accessories
1 M12 bolts, Nuts,etc 24 lot
2 Hinges, male & female 8 lot

Please note that the above listed MTO is a guide for tendering purposes only. Where more
materials are required these shall be provided by the CTR at no additional cost to company.

Expected deliverables from CONTRACTOR:


Procurement Schedule
Material and mill certificates
Bill of Quantities(MTO)
2.8 TRAINING AND CERTIFICATION OF PERSONNEL
All key personnel for the work must have the requisite training for the work they are deployed to execute.
It is mandatory that CONTRACTORS personnel involved in Site Installation Works undergo Basic Fire
Fighting and HSE Awareness Training. CONTRACTOR shall conduct the Basic Fire Fighting and Safety
Awareness Training at least one week prior to mobilization for Site Installation Works. CONTRACTOR
shall submit training certificates from TEPNG approved and reputable Safety Training Centres for
personnel to be involved in Onshore Installation Works prior to mobilization for Site Works.

Specifically, operators of heavy equipment must be duly certified by a recognized training provider for the
category of work. The following personnel must provide certificates with proof of competence ( from
TEPNG approved third party certifiers for lifting related activities):
Crane operators
Riggers
Articulated vehicle drivers
Earthmoving equipment operators
Radiographers
Scaffolders
Life Savers
2.9 TRANSPORTATION
CONTRACTOR is also responsible for the transportation of COMPANY issued materials from TEPNG warehouse at
any location within Port Harcourt and Onne to the CONTRACTORS Yard. CONTRACTOR shall be solely
responsible for transporting its materials, personnel and equipment from its Fabrication Yard to the Jet-A1Tank
Farm at PHC for installation works. TEPNG will not provide transportation and accommodation for Contractor
personnel, materials and equipment.

2.10 PRE-FABRICATION

2.10.1 JRA PARTICIPATION


Contractor shall participate in the mandatory Job Risk Analysis (JRA) and Job Safety Analysis (JSA) to
be held in a date and time to be fixed by TEPNG with the contractor duly informed. The contractor
personnel to attend are as follows:
Project Engineer
Safety Supervisor

2.10.2 STRUCTURAL PRE-FABRICATION


Prior to commencing any fabrication works, the CONTRACTOR shall prepare and submit shop drawings
based on the approved structural design drawings. The shop drawings shall be detailed showing all
erection details, cuts, connection welds etc., and shall be suitable to allow accurate fabrication works to
proceed.
All such drawings shall show the dimensions of all parts, methods of construction, welding sectional
areas and all other details. Wherever possible welds shall be continuous and returned round any meeting
face to ensure that each joint is completely sealed against corrosion.

Marking plans clearly identifying each structural member with a unique identifying number (tag number).
Each shop detail drawing shall clearly indicate the size & cut length of each member and plate; the size,
type & extent of welding; detailed material list; clearly specify the specification and extent of surface
preparation and coating for all items. CONTRACTOR shall:
Pre-fabricate all structural steel materials for Ladder extensions in the Tank Farm.
Pre-fabricate all structural steel materials required for work access platforms in the Tank Farm and
as specified in drawings NG-PHC-NPY-ECP-090101, 090102, 090103, 090104sheet 1/2 & 2/2, 090105,
090106
Pre-fabricate all structural in-situ/precast concrete elements for vehicular crossing of the storm
water drain.
Pre-fabricate all structural steel elements for the Pump shelter and dispensing unit shelter.
Pre-fabricate all structural steel elements for the loading/discharging arm.

2.10.3 CIVIL PRE-FABRICATION


Prior to commencing of any fabrication works, the CONTRACTOR shall prepare and submit shop
drawings based on the approved civil design drawings. CONTRACTOR shall:
Pre-fabricate all re-bars for concrete works of foundations to pump and
dispensing unit Shelter.
Pre-fabricate all re-bars for concrete works of bases for to pump shelter
area and dispensing unit.
Pre-fabricate all re-bars for concrete works of Storm water Drain.
Pre-fabricate all re-bars for concrete works of foundations to Portalcabin Support.
Pre-fabricate all re-bars for concrete works of foundations to Dispensing Module Support
Pre-fabricate all re-bars for concrete works of loading bay grade slab
Pre-fabricate all re-bars for concrete works of Bund walls.
Pre-fabricate all re-bars for concrete works of oil Containment.
Pre-fabricate all re-bars for concrete works of loading / discharging Arm.

2.10.4 PIPING PREFABRICATION

PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 23 of 30
Prior to commencing piping fabrication works, the CONTRACTOR shall prepare and submit shop
drawings based on the approved piping design drawings. The shop drawings shall be fully detailed
showing all erection details, cuts, connection welds etc., and shall be suitable to allow accurate
fabrication works to proceed. CONTRACTOR shall:
Provide the required piping materials and pre-fabrication of piping spools to be in accordance with
the piping general arrangement with drawing ECP reference number. NG-PHC-NPY-ECP-050101,
050102, 050103, 050104 and 050105.
Carry out NDT test on all welds and repair and re-test failed ones.
Hydro-test all pre-fabricated spools using 1.5 times design pressure of line, and to TEPNG
specifications.
Sandblast and paint all spools as per GS EP COR 350
Provision for tie-in of fabricated spools to existing facility.

2.11 SITE MOBILIZATION


All community related expenses shall be borne solely by the Contractor. Contractor shall factor in
community related expenses in his commercial quotation for site mobilization, site installation and
demobilization milestones respectively.

Contractor shall inform Company that he is ready to mobilize and must implement all the pre mob inspection checks
including application of the right colour code as advised by COMPANY. CONTRACTOR shall submit to COMPANY
medical certificates of fitness for all personnel to be involved in Onshore Installation works.

Only medical certificates from TEPNG approved clinics will be accepted.

Coveralls for Contractors personnel to bear the logo or Contractors Name and are to be flame retardant.
Wearing of Other Company or Total Coveralls is prohibited.
It is contractors responsibility to provide high quality PPEs for all her personnel. These shall include but not
limited to the following:
Coveralls, Safety boots Eye goggles, Ear muffs, Hand gloves (this shall include Fitter & Welder hand gloves where
applicable), Face shield, Harnesses (for scaffolders) amongst other equipment.

Expected deliverables prior to mobilisation shall be:


Lifting equipment certificates
JSA documentation
List of equipment with weights
List of personnel
Certificates of training for Basic Fire Fighting and HSE Awarenes

2.12 SITE INSTALLATION WORKS


Contractor shall provide all equipment and personnel required for the successful execution of the site installation
works of this project and as detailed below:

2.12.1 PIPING DECOMMISSIONING


Decommissioning works shall be in accordance with P&ID drawing with ECP reference number, NG-PHC-NPY-
ECP-010501 and 010502 and general arrangement drawing with ECP reference number NG-PHC-NPY-ECP-
050501 and 050502.
The entire suction and discharge system of the pumps are to be decommissioned. The limit of the
decommissioning on the pumps suction and discharge sides is from the pumps to the tanks:
o Decommission existing 2 lines from the gate valve on the outlet nozzle of tank 1 and connect / hookup
new line to existing gate valve using new gasket and bolts & nuts.
o Decommission existing 2 lines from the inlet nozzle of tank 1 and connect / hookup new line to the
tank nozzle using new gasket and bolts & nuts.
o Decommission existing 2 lines from the gate valve on the outlet nozzle of tank 2 and connect / hookup
new line to existing gate valve using new gasket and bolts & nuts.
o Decommission existing 2 lines from the inlet nozzle of tank 2 and connect / hookup new line to the tank
nozzle using new gasket and bolts & nuts.
o Decommission existing 4 lines from the gate valve on the outlet nozzle of tank 4 and connect /hook-up
new line to existing gate valve using new gasket and bolts & nuts.
PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 24 of 30
o Decommission existing 4 lines from the 4" - 150#, ball valve on the outlet nozzle of tank 3 and connect
/ hookup new line to existing the ball valve using new gasket and bolts & nuts.
o Decommission existing 4 lines from gate valve on the inlet nozzle of tank 3 and connect / hookup new
line to the valve using new gasket and bolts & nuts.
o Decommission existing 2 lines from the inlet nozzle of tank 4 and connect / hookup new line to the tank
nozzle using new gasket and bolts & nuts.
o Decommission existing level guage hose and thread existing 1/2" line and connect new 1/2" threaded
cap.
o Decommission existing level guage hose and install / socket weld new 1/2" sw flange to connect the
new single block & bleed valve and the level transmitter.
o Decommission existing level guage hose and thread existing 1/2" line and connect new 1/2" threaded
cap
o Decommission existing level guage hose and install / socket weld new 1/2" sw flange to connect the
new single block & bleed valve and the level transmitter.
o Decommission existing level guage hose and thread existing 1/2" line and connect new 1/2" threaded
cap.
o Decommission existing level guage hose and install / socket weld new flange to connect the new
single block & bleed valve and the level transmitter.

2.12.2 CIVIL CONSTRUCTION /INSTALLATION WORKS


CONTRACTOR shall be responsible for the provision of materials and other resources required for the
civil/installation works detailed below:
Survey and set out the positions for the Loading Bay, storm water drain, oil Containment, Control
Panel/ Manifold Shelter and its protection Cage, road crossing on storm water drain, Dispensing
Module and Portal-cabin sleepers.
Decommission and remove safely the disused pipeline from the dispensing shelter to the existing
Portal-cabin area.
Decommission and remove safely the anchorage foundation for the stay wire of the telecom mast.
CONTRACTOR shall site strip the top soil.
Safely excavate the soil and protect or support same for foundations.
Prepare and erect all reinforcement for foundations.
Make all form work and prepare the surface.
Achieve all concrete works with regards to mixing, control and curing.
The CONTRACTOR shall backfill, compact and make good of surface.
The CONTRACTOR shall restore the environment in the form they met it and shall reinstate all
affected features.
Construct approximately 440m2 reinforced concrete slab x 150mm thk at the loading bay(contractor to
estimate actual)
Reconstruct the existing 40m long drain, and 450mm x 450mm section (contractor to estimate actual)
Provide reinforced concrete cover (as structural provision) over the drain on the access road for forklift,
33,000litre tanker and 40ton truck.
Construct and install new shelter for transfer pumps, and its associated civil works outside the retention of
storage tanks, similar to the existing steel shelter, but with pitched roof and new reinforced foundation of
pedestal 400mmx400mmx1100mm deep, base of 1200x1200x225mm for each of the four column supports.
Protection cage to be built around it to secure the shelter.
Construct reinforced concrete slippers for new Telecom pole of 1No x 600mm long x 600mm wide x 1200mm
deep and on reinforced concrete base of 1500mm long x 1500mm wide x 250mm thk. 450mm above ground,
Construct reinforced concrete base for new Portal-cabin of 4No x 3000mm long x 220mm thk x 1000mm
deep and on base of 3000mm long x 750mm wide x 250mm thk. 450mm above ground.
Fabricate and install new telecoms pole of steel pipe 6 diameter in place of the existing guyed pole, with
base plate 450mmx450mmx12mm thk.
Construct to install 85m2 x 50mm thick reinforced concrete finish at a portion of the entrance compartment to
check the flooding of that area.

2.12.3 PIPING INSTALLATION WORKS


PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 25 of 30
For the proposed pipe routing and the tie-in list, see Piping General Arrangement drawings NG-PHC-NPY-ECP-
050101, 050102, 050103, 050104 & 050105, and Tie-In list document NG-PHC-NPY-ECP-050 301
Routings shall be optimized in terms of space and material consumption as much as possible.
Piping shall run in perpendicular directions and changes in directions and elevations shall be at 90 degrees angles
as much as possible. Branches should be connected at 90 degrees to the run pipe in accordance with the Piping
Design Specification GS EP PVV 111.
All piping components shall comply with the Piping Material Specification and Class as specified in NG-PHC-
NPYECP-050 001. Flanges, fittings and gaskets shall also be in accordance with the piping material class and shall
conform to ASME B16.5, ASME B16.11 and ASME B16.21.
The applicable Total piping class in this project is Class B01 in accordance with P&IDs NG-PHC-NPY-ECP-010 202,
010 203, 010 204, 010 205 and with the General Specification GS EP PVV 112.
The pumps and all the suction and discharge valves to them shall be relocated outside of the fence.
Additional lengths of piping are to be installed from the new location to the inlet and outlet of all four tanks. Also
refer to PIDs NG-PHC-NPY-ECP-010202-203, 501-502.
Because the pumps are relocated outside the fence, the isolation valves to the tanks will now be outside the
fence on the discharge manifold, and additional lengths of pipe will be included to connect the tanks to the
manifolds.
CONTRACTOR to provide adequate pipe supports on all piping 2 and above as may be required arising from
detailed engineering and shall be shown on the detailed isometric drawings. However, detailed routing for
piping 1 and lower shall be confirmed and done at site as per approved for construction isometric drawings. In
case of any minor discrepancy that may arise between the isometric drawings and unforeseen actual site
condition, the later shall govern. Major discrepancy and recommendation from CONTRACTOR will be subject
to TEPNGs approval.
The existing pumps flow meter will be re-used. The filter upstream the pump flow-meter will be changed to a
new one with a differential pressure gauge. Refer to NG-PHC-NPY-ECP-010402.

2.12.4 STRUCTURAL ERECTION /INSTALLATION WORKS


CONTRACTOR shall be responsible for the provision of materials and other resources required for the structural
erection /installation works detailed below:
Erect the pre-fabricated steel frame for the pump and dispensing unit Shelters and their roof structure.
Erect all pre-fabricated steel work for platforms, gratings, handrails, and caged ladders works with respect to
the appropriate drawings specifications on the top of the tanks.
The CONTRACTOR shall also erect pre-fabricated stands for loading/discharging arm and Flood Light.
The CONTRACTOR shall achieve all welding works for connections on site.
Provide access and support for the refilling of storage tanks through a safe arm loading or other system to be
proposed by CONTRACTOR for COMPANY review and approval.
Fabricate and install new telecoms pole of steel pipe 6 diameter in place of the existing guyed pole, with
base plate 450mmx450mmx12mm thk.
Provide & install Concertina wire of 2.5m long to raise the existing concertina wire at the entrance gate by
600mm, give safe headroom of 2.1m.
Remove Stay wire of guyed Telecom Pole for free access to forklift at loading Bay.
Make provisions to partly support the telecom pole from the new flood light stand.

2.12.5 INSPECTION AND TESTING


Radiography testing, pressure testing and all other forms of NDT shall be carried out as appropriate by
the Contract in accordance with the procedure approved by TEPNG.

2.12.6 PAINTING WORKS


All Painting works shall be carried out by the Contractor in accordance with the procedure approved by
TEPNG based on Total GS EP COR 350.

2.13 SAFETY
All requirements for ensuring a safe implementation of the modification work shall be ensured by the EPCI
Contractor. This includes but not limited to the following:
Involvement of key EPCI contractor personnel in the JSA facilitated by TEPNG
HSE representative.
PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 26 of 30
Ensuring that all identified hazards have been adequately mitigated.
Issuance of Safety Engineering and HSE documents relevant to the modification
scope.
Contractor to finalize the pipe routing and tie-in of piping connection from existing
utility water network to the combinational Safety shower / eye wash unit for
overhead water tank refill operation.
Adhering to the specific safety requirements detailed in the Safety Concept.
Ensuring good housekeeping during and after completion of modification.

2.14 PRECOMMISSIONING AND COMMISSIONING


Contractor shall perform pre-commissioning checks and tests on all the new piping, electrical and existing
instrumentations in the presence of TEPNG representative and assist actively during the commissioning phase of
the entire project.

2.15 DEMOBILIZATION FROM SITE


On completion and acceptance of the scope of work the Contractor shall dismantle and remove all installation aids.
The site shall also be cleaned up and rehabilitated its former state. Disposal of Waste/Scrap Materials is the sole
responsibility of the Contractor.

Sub Contracting: CONTRACTOR may not sub contract any part of this project without COMPANY approval.
Profile of the Sub Contractor must be submitted to COMPANY for approval before engaging the services of
such a SUBCONTRACTOR

The Cost for extra works done during site works (if any) will be prorated based on the commercial milestone
quotation of Site Installation Works in the Annex B (Schedule of Prices) submitted by the Contractor

Note that Site Works and As Built Documentation shall be done concurrently such than on completion of
Site Work, As Built Documentation shall be submitted no more than two days later.

Contractor shall submit the first copy of End of Project Documentation to Company not more than seven
days after completion of site work. Delay beyond 14 days shall lead to cancellation and non payment of this
milestone from Contractors commercial quotation (Annex B Schedule of Prices)

3.0 RESOURCES
3.1 Materials and Procurement
All CONTRACTOR materials provided for the Work are to be of excellent quality and comply with applicable
specifications and appendices. COMPANY reserves the right to reject materials that do not conform to these
specifications or are of low quality. CONTRACTOR shall provide relevant inspection or manufacturers certificates, if
demanded by COMPANY, to attest the fulfilment of these requirements. COMPANY reserves the right to demand for
the mill certificate of all materials before they are used for any part of this project.
A detailed delivery schedule shall be issued for all the materials to be supplied by CONTRACTOR.
In case of change in material during the execution of the Work, COMPANY could exercise its right to terminate this
contract if the said change has not been approved before by COMPANY

3.2 Equipment
CONTRACTOR shall provide all the equipment necessary for the successful completion of the Work within the
scheduled time. Except where stated otherwise, no COMPANY equipment will be made available to CONTRACTOR
throughout the duration of the Job.

CONTRACTOR shall submit a list of tools and equipment for use on the project indicating their age, capacity and also
provide data sheets, certificates etc. (where applicable). A pre-mobilization inspection shall be conducted by
COMPANY to ascertain the integrity of these equipments in terms of safety, functionality and otherwise.
MIN STATUS
S/N EQUIPMENT REMARKS
QTY REQUIREMENT
1 Mechanical Tool Box 3 PCS New and Complete
3
2 Fire Proof Electrical Panel New Electrical Panel to be CC certified
SETS
3 Spark Arrestor and Updated
3 Diesel Welding Machine New
SETS Calibration Required
Tungsten Inert gas (TIG) welding 2
4 New
sets SETS
5 Radial Grinding Machine(9) 5 New Grinding Machine to be CC
SETS Certified. Maximum RPM on

PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 27 of 30
associated grinding disc to be
clearly stated
Grinding Machine to be CC
5 Certified. Maximum RPM on
6 Radial Grinding Machine( 4 ) New
SETS associated grinding disc to be
clearly stated
Less than 3 years Spark arrestor mandatory
7 Diesel Generator 2 SET
from new status
Pressure Test
Gas Rack Containing Argon and Certificates for
8 TBA Flash Arrestor Mandatory
Oxy Acetylene Bottles individual argon
bottle mandatory
Crane to be pre-inspected by
9 30T SWL Crane 1 Crane in good form
TEPNG prior to use
Pick-up to be pre-inspected by
10 Hilux Pick-up truck 4X4 1 New
TEPNG prior to use
Bobcat Dumper in Dumper to be pre-inspected by
11 BobCat Dumper Truck 2
good form TEPNG prior to use
Concrete Mixer in Concrete Mixer to be pre-inspected
12 Concrete Mixer 2m3 2
good form by TEPNG prior to use
Tipping Truck in Tipping Truck to be pre-inspected
13 Tipping Truck 7m3 1
good form by TEPNG prior to use
Trailer to be in Trailer will be pre mobbed by
14 Flat Bed Trailer 1
prime condition TEPNG prior to use
Forklift to be in Forklift will be pre mobbed by
15 Fork Lift 1
prime condition TEPNG prior to use
Crew Bus to be pre-inspected by
16 Crew Bus 1 New
TEPNG prior to use
Ambulance to be pre-inspected by
17 Ambulance 1 New
TEPNG prior to use

Lifting tools and accessories:


The following lifting accessories shall be provided by CONTRACTOR and certified by TEPNG approved third party
inspection company:
Lifting frames 3 ton SWL capacity with padeyes, (4 nos)
Chain blocks 5 tons SWL (at least 6 nos.)
Tyrfor 10 SWL tons (2 nos.)
Pipe Lifting Chain with hook, 10 ton SWL, 10m long (1 no.)
Webbing slings 6 SWL tons by 2m long (4 pcs)
Webbing slings 6 SWL tons by
3.3 Personnel

CONTRACTOR shall provide a list including the profiles of key personnel to be involved in the project; stating the
exact numbers required for the different tasks. The following as a minimum shall be included in the list:-

PROJECT ENGINEER
QA/QC ENGINEER
FABRICATION SUPERVISOR
HSE OFFICER
CRANE OPERATOR
ROTATING EQUIPMENT TECHNICIAN

CONTRACTOR shall submit fitness and competency certificates of all proposed personnel to COMPANY for
approval. No medically uncertified personnel shall be allowed to take part in any aspect of this project
especially Site Installation Works
S/N Designation No Requirement

1 Project Manager 1 10 years experience in oil and gas construction activities

7years experience in oil and gas construction activities (1 for


2 Project Engineers 3 piping work, 1 for civil & structural works, 1No for Electrical
/Instrumentation)

PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 28 of 30
3 QA/QC Engineer 1 7years experience in oil and gas construction activities

5 years experience in oil and gas construction activities,


4 Safety Supervisors 2 Personnel should be certified by NEBOSH and should have
scaffolding inspection experience

5 years experience in oil and gas construction activities,


5 Site QA/QC Engineer 2 Personnel should be certified by NEBOSH and should have
scaffolding inspection experience
Civil /Structural
6 2 5years experience in oil and gas construction activities
Supervisor
Electrical
7 /Instrumentation 2 5years experience in oil and gas construction activities
Supervisor

8 Electrical technician 2 5years experience in oil and gas construction activities

9 Instrumentatlist 2 5years experience in oil and gas construction activities

10 Welders 3 Welder to be prequalified according to the WPS being used

11 Pipe Fitters 2 3 years experience in oil and gas construction activities

12 Structural Fitters 2 3 years experience in oil and gas construction activities

13 Riggers 2 5 years experience in oil and gas construction activities

5 years Experience in Repair of Major Earthmoving


14 Mechanics 2
Equipment
5 years Experience in set up and repair of electrical
15 Electricians 2
equipment on site
16 Skilled Helpers 4 With relevant trade experience
17 Unskilled Helpers 4 (These are provided by the Community)
18 Site Medic 1

4.0 REFERENCES /SPECIFICATIONS


This Project shall be executed according to Total General Specification 2013 already in your possession or available
upon request.
The following specifications are to be referenced and adhered to during the execution of this project:

GS EP COR 354 External Protection of Onshore Structures and Equipment by Painting


GS EP PVV 001 Correspondence Between Elf and Total Material Classes
GS EP PVV 101 List of Piping Documents to be supplied to Total
GS EP PVV 112 Piping Material Classes
GS EP PVV 171 Steel Piping Fabrication
GS EP PVV 174 Gaskets for Piping and Vessels
GS EP PVV 146 Bolting for Piping
GS EP SAF 222 Safety Rules for Turbines, Diesel Engines, Gas Engines and Process Units in
Sheltered or Enclosed Areas
GS EP SAF 253 Impacted Area, Restricted Areas and Fire Zones
GS EP CIV 101 General Earthworks
ASME B16.11 Forged Fittings, Socket Welding and Threading
ASME B31.3 Process Piping
ASME B16.5 Pipe Flanges and Fittings
ASME Boiler and Pressure Vessel Code Section IX Welding and Brazing Qualifications
PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 29 of 30
5.0 APPENDIX
5.1 Annex B Schedule of Prices

5.2 TEPNG ECP Mobilization Checklists

5.3 TEPNG List of Approved Clinics for Medical Certification of Contractors Personnel

5.4 PHC New Pipe Yard Plot Plan

PHC JET A1 Tank Farm Refurbishment at New Pipe yard TS/ECP/CONS-014-058-2013-028 Rev0 Page 30 of 30

Das könnte Ihnen auch gefallen