0% found this document useful (0 votes)
375 views53 pages

Otakikpo Field 4" X 3Km Onshore Terminal Produce Water Pipeline Project

ok

Uploaded by

resp-ect
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
375 views53 pages

Otakikpo Field 4" X 3Km Onshore Terminal Produce Water Pipeline Project

ok

Uploaded by

resp-ect
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 53

OTAKIKPO FIELD

4” x 3km ONSHORE TERMINAL PRODUCE WATER PIPELINE


PROJECT

SCOPE OF WORK

01 13/08/2019 Issued for RFQ A. Johnson A. Adekunle A. Bunu


Revision Date Reason for Issue By Checked Approved

© Design Rights Green Energy Int’l Ltd. This document and the
DOCUMENT REFERENCE
information it contains is confidential and the property of GEIL and is not to
be reproduced, communicated to a third party or used in any manner
Document Number Revision
whatsoever without the prior written consent of the GEIL.

OTKP-PPL-PJM-RFQ-07000 01

Schlumberger-Private
4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Table of Contents
1 DEFINITION & ABBREVATIONS ............................................................................................................. 4

2 PROJECT BACKGROUND ..................................................................................................................... 7

2.1 LOCATION OF FACILITY ......................................................................................................................9

3 INTRODUCTION .................................................................................................................................. 11

3.1 OBJECTIVE .......................................................................................................................................11


3.2 EXPECTATIONS ................................................................................................................................11
3.3 GENERAL DESIGN INFORMATION .....................................................................................................11
3.4 GENERAL SCOPE OF WORK .............................................................................................................12

4 ENGINEERING .................................................................................................................................... 13

4.1 FRONT END ACTIVITIES ....................................................................................................................13


4.2 FEED VERICATION & DETAILED ENGINEERING DESIGN ACTIVITIES .................................................15
4.3 INSTRUMENTATION, CONTROL & AUTOMATION ENGINEERING........................................................16
4.4 PIPING/LAYOUT ENGINEERING.........................................................................................................16
4.5 PIPELINE ENGINEERING ...................................................................................................................17
4.6 MECHANICAL ENGINEERING ............................................................................................................18
4.7 ELECTRICAL ENGINEERING..............................................................................................................18
4.8 CIVIL/STRUCTURAL ENGINEERING...................................................................................................19
4.9 MATERIALS & CORROSION ENGINEERING........................................................................................19
4.10 QUALITY CONTROL & ASSURANCE...................................................................................................19
4.11 HEALTH, SAFETY, SECURITY & ENVIRONMENT ................................................................................20
4.12 TECHNICAL SAFETY .........................................................................................................................20
4.13 ENGINEERING SOFTWARE ...............................................................................................................21

5 PROJECT MANAGEMENT.................................................................................................................... 21

5.1 INTRODUCTION ................................................................................................................................21

6 PROCUREMENT & CONTRACTING ...................................................................................................... 23

6.1 INTRODUCTION ................................................................................................................................23

7 FABRICATION, CONSTRUCTION & INSTALLATION............................................................................... 25

7.1 GENERAL..........................................................................................................................................25
7.2 CONSTRUCTION HSE........................................................................................................................26
7.3 PIPELINE CONSTRUCTION................................................................................................................29
7.4 CONCRETE COATING OF LINEPIPE AND BENDS ...............................................................................29
7.5 SITE PREPARATION..........................................................................................................................30
7.6 CONTRACTOR'S CONSTRUCTION CAMP(S) ......................................................................................32
7.7 RIGHT OF WAY PREPARATION AND CONSTRAINTS ..........................................................................33
7.8 STRINGING OF PIPE AND BENDS ......................................................................................................34
7.9 BENDING ..........................................................................................................................................34
7.10 WELDING & NDT................................................................................................................................35
7.11 TRENCHING......................................................................................................................................36

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 2 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

7.12 FIELD JOINT COATING AND COATING REPAIRS ................................................................................37


7.13 LOWERING IN ...................................................................................................................................37
7.14 BACK FILLING ...................................................................................................................................38
7.15 PIPELINE CROSSING ........................................................................................................................39
7.16 ROAD CROSSING..............................................................................................................................39
7.17 RIVERS / WATER COURSE CROSSING ..............................................................................................40
7.18 SHORE APPROACH............................................................................... ERROR! BOOKMARK NOT DEFINED.
7.19 OFFSHORE PIPELAY............................................................................. ERROR! BOOKMARK NOT DEFINED.
7.20 INSTALLATION OF SAL SYSTEM............................................................ ERROR! BOOKMARK NOT DEFINED.
7.21 CATHODIC PROTECTION ..................................................................................................................41
7.22 CLEANING, GAUGING AND HYDROTESTING .....................................................................................41
7.23 FINAL REINSTATEMENT....................................................................................................................42
7.24 DEMOBILIZATION..............................................................................................................................43
7.25 ABOVE GROUND INSTALLATIONS.....................................................................................................44

8 INSPECTION & TESTING ..................................................................................................................... 46

9 PRECOMMISSIONING, COMMISSIONING & START-UP .......................................................................... 48

9.1 GENERAL..........................................................................................................................................48
9.2 PRECOMMISSIONING .......................................................................................................................48
9.3 PIPELINE INTERNAL BASELINE SURVEY ...........................................................................................49
9.4 COMMISSIONING ..............................................................................................................................49
9.5 START-UP & EARLY OPERATIONS.....................................................................................................50

10 EXCLUSIONS BATTERY LIMITS ........................................................................................................... 52

10.1 GENERAL..........................................................................................................................................52
10.2 BATTERY LIMIT .................................................................................................................................52

11 TECHNICAL SUBMISSIONS ................................................................................................................. 52

11.1 GENERAL..........................................................................................................................................52
11.2 OPTIONAL QUOTES ..........................................................................................................................52

12 EXHIBITS ........................................................................................................................................... 53

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 3 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

1 DEFINITION & ABBREVATIONS

COMPANY The lead operator and sponsor of “Project Horizon” (Green Energy International
Limited)
CONTRACTOR The COMPANY Contractor in charge of the construction and installation of 4” x
3km Onshore Terminal Produce Water Pipeline System for “Project Horizon”.
VENDOR Original equipment manufacturer for rotating & package equipment.

SUB-CONTRACTOR 3rd party Supplier or Contractor engage by COMPANY Contractor.

AFC Approved for Construction


AG Associated Gas

ASTM American Society for Testing and Materials

BSCF Billion Standard Cubic Feet

BPD Barrels Per Day


DC Direct Current

DCS Distributed Control System


DPR Department for Petroleum Resources

EGASPIN Environmental Guidelines and Standards for Petroleum Industries in Nigeria


EIA Environmental Impact Assessment
EDMS Electronic Document Management System

EPF Early Production Facility


EPIC Engineering, Procurement, Installation & Construction

ESD Emergency Shut Down

ESR Electrical Safety Rules

F&G Fire and Gas


FAT Factory Acceptance Tests

FDP Field Development Plan


FEED Front-End Engineering Design

GA General Arrangement

GOR Gas Oil Ratio


HAZID Hazard Identification

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 4 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

HAZOP Hazard and Operability

HP High Pressure
HMI Human Machine Interface

HSSE Health, Safety, Security and Environment

HVAC Heating, Ventilation and Air Conditioning


ICSS Integrated Control and Safety System
IPF Instrument Protective Function

ISO International Organisation for Standardization


ITP Instructions To Tenderers

LACT Lease Automatic Custody Transfer

LLI Long Lead Items

LP Low Pressure
LV Low Voltage

LV/HV Low Voltage/High Voltage


MCC Motor Control Centre

MMS Maintenance Management System

MMscfd Million standard cubic feet per day

MS Microsoft
MTO Material Take-off

NACE National Association of Corrosion Engineers


NDT Non-Destructive Testing

NIMASA Nigerian Maritime Administration & Safety Agency

NPA Nigerian Port Authority

O&M Operations & Maintenance

OEM Original Equipment Manufacturer

OLE Object Linking And Embedding


OML Oil Mining Lease

OPC OLE for Process Control


OSD Operational Shutdown

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 5 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

PAGA Public Address & General Alarm

PAS Process Automation System


PC Personal Computer

PCS Process Control System

P&ID Piping and Instrumentation Diagram


PDMS Plant Design Management System
PFD Process Flow Diagram

PPE Personal Protective Equipment


PWHT Post Weld Heat Treatment

QA/QC Quality Assurance & Control

QMS Quality Management System

RATS Range, Alarm and Trip Settings


RFSU Ready For Start Up

SAL Single Anchor Loading


SIF Safety Instrumented Function

SIL Safety Integrity Level

SIS Safety Instrumented System

SPDC Shell Petroleum Development Company


SPV Special Purpose Vehicle

SSPC-SP Society for Protective Coatings - Surface Preparation


STOIIP Stock Tank Oil Initially In Place

UEFS Utility Engineering Flow Scheme

UFS Utility Flow Scheme

UFD Utility Flow Diagram

UCP Unit Control Panel

UPS Uninterruptible Power Supply

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 6 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

2 PROJECT BACKGROUND
Project Horizon has been conceived as the first in series of projects designed to unlock the potential of
“locked-in” Nigerian Marginal Fields especially assets not sizable enough to be attractive by themselves to
major capital investors. The concept is to create hub style gathering and processing systems for marginal
fields with trunk pipelines to an onshore tank farm for onward export through a long-term offtake agreement to
Shell Trading.
A special purpose vehicle (SPV) will be created as a business entity who will own and operate the production
and export infrastructure to be built while assets remain owned and operated by local operators. Schlumberger
supports the entire system by providing oilfield services and long-term project & field management capability.
Project financing is actualized in part directly through the producing assets and majorly through third party
lenders, facilitated by Schlumberger through a consortium with Standard Chartered Bank of London as the key
arranger and Shell Trading as key anchor lender.
To kick-start Project Horizon, an initial cluster of three marginal fields have been selected within OML 11 and
OML 17 in the Niger Delta namely Otakikpo field (operated by Green Energy), Asaramatoru field (operated by
Prime Exploration) and Ubima field (operated by All-Grace Energy). Total combined reserves 2P (P50) is
estimated at ~124 MMBOE.
The Otakikpo field in a forested and often flooded area is an onshore producing marginal filed discovered by
SPDC in 1981 with a STOIIP (2P) of 89 MMSTB with mid case recovery of 35 MMSTB oil and 46 BSCF gas.
The field is currently producing at the rate of 6 KBOPD with 2nos producing wells, a 10 KBOPD capacity early
production facility system (EPF) with the process crude exported by barging via a third party FSO. AG is
currently being flared pending the completion of a 2MMSCFD LPG Extraction Plant and other gas utilization
projects.
The Asaramatoru: Marginal field in a mangrove forested swamp area was discovered by SPDC in 1973 with a
STOIIP (2P) of 56 MMSTB, mid case recovery of 16 MMSTB oil and 13 BSCF gas. The field has 2 functional
but currently shut in wells last know rates of 2300 BOPD per well producing through a 10 KBOPD leased EPF.
The wells are shut in primarily due to lack of a commercially viable export route.
The Ubima Onshore marginal filed was discovered by SPDC in 1965 with a STOIIP (2P): 218 MMSTB, mid
case recovery of 72MMSTB oil and 34 BSCF gas. Ubima is a Greenfield with four drilled wells defining its
extent. An extended well testing on 1 well with dual strings commences May 2019 through an installed 4
KBOPD well test facility. Initial export plan truck crude produced from Ubima to Otakikpo for export using
tanker trucks.
To maximize capital deployment, realization of Project Horizon is divided into 3-phases:
Phase- 1A activities / building blocks

 EPIC 2nos additional processing trains of 20 KBPD Flow Station at Otakikpo Flow
Station
 EPIC 1MMB Otakikpo Onshore tank farm/Terminal
 EPIC 18” x 18km Offshore Export Pipeline, export system and floating hoses.
 Drill 3 new wells, workover 2 wells Otakikpo and hookup
Phase – 1B activities / building blocks

 EPIC Asaramatoru-Otakikpo 10”x25km 3-phase piggable pipeline and Manifold

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 7 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Drill 2new wells, workover 2 wells at Asaramatoru and hookup to Manifold for
evacuation.

Phase – 2 activities / building blocks

 EPIC a 20 KBPD Flow Station at Ubima to serve as processing hub


 EPIC a 16” x 120km Ubima-Otakikpo Onshore Terminal single phase crude export
pipeline (with tie-in points every 10 – 15km)
 Drill and hookup 10 new wells at Ubima
 Integrate additional marginal fields into infrastructure
Pictorial block diagram of the project is as shown below (Phase 1A, 1B and 2). Focus of this document shall
however be on phase – 1 activities only.

(Not to scale)

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 8 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Associated gas utilization will ride on the Otakikpo marginal field Small Scale Gas Utilization Projects being
carried out by Green Energy as depicted below:

(All numbers are indicative)

The overall project scope is summarised below:


 Engineering, Procurement, Construction & Installation of the new 4” x 3km Onshore Terminal Produce
Water Pipeline System going from Onshore Terminal node to Flowstation node.
 Integration of the pipeline safety shutdown valve with the flowstation control system.
 Pre-commissioning & Mechanical Completion.
 Commissioning & Start-up.

2.1 LOCATION OF FACILITY


The PIPELINE route will go from Onshore Terminal Node through the swamp and will end at Flowstation Node
for a planned cumulated distance of approximately 3km inclusive of the intermediate branches. The Onshore
Terminal Node insulating joint is considered as being kilometer point (KP) 0+000 and the Flowstation Node is
considered as being the final KP. During the early activities, CONTRACTOR shall confirm the exact length of
the PIPELINE and shall not rely on any specific information contained herein as being complete or final.

Points Latitude Longitude Northing Easting


Startpoint 4°27'11.09"N 7°29'36.21"E 50160.88m 558855.08m
Endpoint 4°27'30.84"N 7°28'14.02"E 50770.92m 556322.25m

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 9 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 10 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

3 INTRODUCTION
3.1 OBJECTIVE
The CONTRACTOR shall be responsible for the Engineering Design, Fabrication, Construction, Transportation
and Installation of 4” x 3km Produce Water Pipeline that is capable of receiving and exporting Produce Water
at a rate of 10,000 BPD from Onshore Terminal slop tank to Otakikpo Flowstation produce water treatment
package.
The CONTRACTOR is expected to go above and beyond this scope of work to deliver a functional and well
integrated pipeline export system in line with industry’s best practices.

3.2 EXPECTATIONS
In response to this scope of work, CONTRACTOR shall prepare a technical proposal of his complete
understanding of the work and how it will be carried out and a separate commercial bid of what it will cost to
perform the complete scope of work.
If CONTRACTOR in his experience observes that any gap exists in this scope of work that may be detrimental
to achieving the set out project objectives, CONTRACTOR shall identify such in his Technical proposal and
shall include the costs in his commercial bid as an optional scope.
If no gaps are identified in this scope of work, CONTRACTOR shall not be permitted to insert any variations
into this scope of work anytime in the future except it is reviewed and agreed by the COMPANY and also as
may be explicitly requested by COMPANY.

3.3 GENERAL DESIGN INFORMATION


Design Criteria
Design Pressure: 18.97 barg
MAOP: 6.97 barg
MAOT: 35 oC
Design Temperature: 50 oC
Design Life: 25 years
PIPELINE Materials
Line Pipe Material: API 5L Grade B
Weld: Seamless
Diameter: 114.3 mm (Constant outside Diameter)
Wall Thickness: 6.02 mm
External Coating: 3 Layer Polyethylene

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 11 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

3.4 GENERAL SCOPE OF WORK


The CONTRACTOR shall be responsible for the following scope of work including but not limited to the
following:
i. Carry out survey on the right of way in order to establish the final route & pipeline elevation profiles.
ii. Responsible for the provision of security escort for her workers & equipment during construction
phase.
iii. Carry out detailed engineering design for the pipeline.
iv. Supply & install adequate cathodic protection system for the pipeline system
v. Supply all materials & equipment (including but not limited to fork lifts, cranes, work barges,
hammers, HDD, Thrust Boring machine etc. ) required for the execution of works.
vi. Procurement of line pipes, fittings, cathodic protection materials, valves, instrumentation etc
Responsible for the shipping, clearing & transportation to site all procured materials and equipment in
the contractor scope.
vii. Fabrication, Welding, NDT & Laying of the pipeline system.
viii. Carry out all necessary pipeline Major River, Minor River & Minor Road crossing in line with 3rd Party
Company specifications & industry best practices.
ix. Install the instrumentation & shutdown system that meet Company’s requirement in line with the
design.
x. Hydrotest the pipeline in line with ASME B31.4 latest edition specifications.
xi. Carry out all necessary pre-commissioning works such as cleaning, gauging, pigging, flushing, de-
watering, drying and preservation of the pipeline system in readiness to receive hydrocarbon.
xii. Carry out commissioning and start-up of the pipeline system.
xiii. Restoration of the impacted environment to the industry acceptable standard.
xiv. Prepare As-built drawings & other necessary documentation.
xv. Hand over & do project close-out works.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 12 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

4 ENGINEERING
The CONTRACTOR shall be responsible for the provision of all engineering and design services necessary to
complete the WORK. The engineering and design shall be based upon the documents supplied including any
approved changes to the FEED design packages.

The objectives of the engineering phase of the WORK are:


 To produce a comprehensive set of Approved for Construction (AFC) drawings and documents.
 To complete all equipment datasheets and requisitions for enquiry and purchase.
 To review and approve Vendor drawings and documents.
 To prepare all test, inspection, etc., procedures for mechanical, electrical and instrumentation
systems.
 To prepare and implement the Technical Integrity Report.
 To prepare all pre-commissioning procedures well in advance of assembly in the FABRICATION
YARDS.
 To prepare all commissioning, maintenance and operating manuals for all the systems.
 To prepare ‘as-built’ drawings operating envelope documentations, finalized document and
manufacturer record books to be handed over to COMPANY.
 To prepare Routine & Preventive Maintenance procedures and programme.
 To prepare the Approved for Construction Bills of Quantities.
 To prepare and submit detailed list along with cost of commissioning, insurance, 2 years operational
spares and special tools required for operations and maintenance.

COMPANY has performed FEED to define the basis for the detailed design WORK. The level of detail
contained in the FEED work shall not relieve the CONTRACTOR of its responsibility for developing the
detailed drawings and documents fully in accordance with the requirements and intent as set out in this scope
of work documents.

4.1 FRONT END ACTIVITIES


 Prepare and obtain timely approval from COMPANY of all procedures, permits and consents,
Detailed Engineering, Purchase Orders, Execution Plans, Camp(s) and Pipe Lay-down Area(s)
drawings, Transport Management Plan, Security Plan, Health & Safety Plans, Environmental Plans,
Quality Management Plans, Method Statements and other associated documentation applicable for
the successful construction and operation of the PIPELINE. CONTRACTOR shall be fully responsible
for any and all delays his activities at SITE by failure to prepare the aforementioned documents in a
timely and sequential manner appropriate to the activities to be undertaken.
 Ensure agreements with landowners/landlords/tenants and other associated parties with rights of
access over lands and roads used in the WORK are duly respected and fully adhered to and that any
COMPANY agreements, of whatever nature, with local communities are respected and managed in
accordance with COMPANY commitments.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 13 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Obtain and comply with pre-entry approvals and agreements from landowners, agree any additional
works and carry them out.
 Obtain all additional land and extra work space outside of the land provided by COMPANY for any
temporary works and construction activities.
 Obtain all necessary permits and consents not provided by COMPANY to perform the WORK.
 Undertake formal communications with third party facility owners (pipelines, power lines, utilities and
the like) and obtain approvals to undertake crossings and I or connections to affected facilities as
required.
 Ensure Compliance with Nigerian Regulations and ensure a committed and agreed Federal
Government Nigerian Content requirements are honored and implemented.
 Comply with all requirements and conditions of Permits, Licenses, Federal, State and other statutory
requirements from authorized bodies and any other agreements that are entered into by COMPANY.
CONTRACTOR shall be responsible for obtaining all local licenses, permits approvals, agreements
and the like not specifically referenced and obtained by COMPANY that are required to undertake the
work.
 Be responsible for all aspects of the WORK necessary to fulfill the scope including arrangement of
visas, permits, local taxes (for CONTRACTOR’s own workers), import duties and the like.
 Mobilized an appropriately skilled, qualified and experienced management team to be able to fully
perform CONTRACTOR complete responsibilities and obligations under the SCOPE.
 Provide high level experienced security services for the PIPELINE, ROW, construction Camp(s), pipe
yards, material storage sites, access roads and all other associated facilities. Security services shall
be of the highest possible order and comply with all COMPANY requirements as a minimum.
 Provide suitable quantity of experienced manpower resources for the execution of the WORK
 CONTRACTOR shall have already considered and included, by way of his PRICE that
CONTRACTOR accepts that all Sub-surface ground conditions have been identified and considered.
As such difficult sub-surface conditions (such as, but not limited to running sand, rock, high water
tables and the like) are to be included in CONTRACTOR submissions. COMPANY shall not consider,
discuss, negotiate or accept any request or claim by CONTRACTOR for additional financial
compensation and/or extension of time due to CONTRACTOR not fully evaluating inspecting and
assessing the sub surface ground conditions on and adjacent to the PIPELINE route prior to
submitting his commercial proposal
 Provide full access, documentation and information to monitor health & safety, PROJECT progress,
quality and compliance of the WORK with respect to schedule, specifications, drawings and budget.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 14 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Ensure that any COMPANY agreements, of whatever nature, with local communities are respected
and managed in accordance with COMPANY commitments.
 Comply with COMPANY Procedures, where applicable, for receipt of COMPANY ITEMS.

4.2 FEED VERICATION & DETAILED ENGINEERING DESIGN ACTIVITIES


 Perform FEED verification works and identify design gaps if any.
 Perform Detailed Engineering purposes as necessary to finalize the entire design of the PIPELINE
including Above Ground Installation (AGI) and successfully execute the WORK.
 Provide documentation (technical or otherwise) to enable COMPANY to obtain technical or other
types of required approvals from third party and/or governmental bodies.
 Provide all assistance and documentation necessary to allow COMPANY to undertake auditing of
CONTRACTOR Quality System, HSE system, Project Controls System, Procurement Management
System and the like.
 Coordinate and manage interfaces with other COMPANY contractors or entities as per necessary tie-
ins.
 Obtain COMPANY approval for all CONTRACTOR provided HSE, engineering, design and
construction documentation and drawings to be used to facilitate the WORK.
 Carry out HAZOP studies for the DED and shall successfully conclude and close out to COMPANY
satisfaction all recommendations from the HAZOP workshop.
 Carry out As-Built survey & provide As-Built drawings and final documentation within appropriately
defined manuals as required.
 Prepare Alignment Sheets for pipeline construction/installation.
 Design all PIPELINE crossings installations

The CONTRACTOR shall be responsible for the provision of all design and engineering services necessary to
complete the WORK in conformity with the requirements indicated herein. The general requirements for
engineering design scope under the responsibility of the CONTRACTOR shall include the following:

4.2.1 PROCESS ENGINEERING


The process engineering scope of work shall include but not be limited to:
i. Review and verification of the FEED design basis, design data, reports and studies.
ii. Incorporation of post-conceptual design changes into the design.
iii. Performance of additional studies and calculations to confirm and verify the pipeline design and sizing
basis, including updating of process simulation models and heat and material balances.
iv. Performance of all necessary hydraulic studies to verify the pump size is adequate.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 15 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

v. CONTRACTOR shall provide as a minimum, the following process deliverables:


 Block Flow diagram
 Process Flow diagram
 Symbols, abbreviations and Legend sheets.
 Process and utilities design philosophy
 Process basis of design
 Process simulation report steady state
 Process simulation report dynamic state (start-up & shutdown scenarios)
 P&IDs
 Heat and material balance
 Operating and control philosophy
 Operating envelop studies report
 Hydraulics analysis report (Steady & Dynamic State)

4.3 INSTRUMENTATION, CONTROL & AUTOMATION ENGINEERING


CONTRACTOR shall provide as a minimum, the following ICA deliverables:

 Instrument datasheets
 Instrument MTO.
 General specification for instruments.
 Instrument numbering and symbols.
 Instrument list.
 Instrument I/O list.
 Installation drawing for instrument

4.4 PIPING/LAYOUT ENGINEERING


CONTRACTOR shall provide as a minimum, the following piping deliverables:

 Updated plot plan for Onshore Terminal &Flow Station


 Tie-in list
 Manual valve list
 Stress analysis report
 Critical line list for stress calculation
 Specification for surface preparation and coating
 Specification for manual valves
 Specification for pipe carbon steel (seamless)
 Specification for fittings
 Specification for flanges and blinds
 Specification for bolting
 Specification for spectacle blinds spacer rings and blind discs

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 16 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Specification for gasket


 Specification for strainers
 General Arrangement drawing
 Manual valves datasheet
 Piping hook up standard book
 Piping support standard book
 Piping final MTO
 Pipe support MTO
 Isometric book

4.5 PIPELINE ENGINEERING


The design and engineering documentation shall be prepared in sufficient detail to enable the CONTRACTOR
to fabricate, inspect, test, construct, commission and provide maintenance support for the facilities.

The pipeline scope shall include, but not be limited to the following:
i. Review and verification of FEED data, reports and studies.
ii. Provide the following pipeline design deliverables as a minimum:
 Pipeline route selection report.
 Pipeline stability analysis report
 Pipeline stress analysis report
 Pre-construction survey procedure
 Specification for isolating joints
 Specification for induction bend
 Specification for pipeline bared Tee
 Specification for bends & fittings coating
 Specification for field joint coating
 Pipeline construction specification
 Trench excavation & backfilling specification
 Pipeline welding specification
 Specification for hydrostatic testing
 Pipeline line-fill, gauging & cleaning specification
 Pipeline dewatering & drying specification
 Pipe handling transportation & storage specification
 As-built specification
 Pipeline datasheet
 Pipeline induction bend datasheet
 Pipeline barred Tee datasheet
 Pipeline isolating joint datasheet
 Casing pipe datasheet
 Pipeline route general map
 Pipeline schematic
 Pipeline general profile

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 17 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Typical R.O.W. dimensions


 Typical trench dimensions
 Typical road crossing by thrust boring
 Typical road crossing by open cut
 Typical existing u/g pipeline crossing
 Typical minor river crossing
 Typical pipeline marker
 Typical warning sign
 Typical cold and elastic bend
 Preliminary MTO
 Final MTO
 Alignment sheets

4.6 MECHANICAL ENGINEERING


CONTRACTOR shall provide as a minimum, the following mechanical deliverables:

 Data sheet for pig traps (launcher & receiver)


 Supply specification for pig traps
 Calculation note for pig traps barrel door.
 Specification for the mechanical interlock system

4.7 ELECTRICAL ENGINEERING


CONTRACTOR shall provide as a minimum, the following electrical deliverables:

 Specification for earthing materials


 Specification for neutral grounding resistors
 Specification for cable glands
 Earthing layout
 Earthing & protective calculation report
 Cathodic protection calculation report
 Cathodic protection design philosophy specification
 Specification for transformer rectifier for cathodic protection system
 Specification for cables for cathodic protection system
 Specification for sacrificial anodes for cathodic protection system
 Specification for impressed current anodes for cathodic protection system
 Specification for junction boxes and test points for cathodic protection system
 Specification for miscellaneous materials for cathodic protection system
 Specification for electrical insulation
 Cathodic protection system installation specification
 Data sheets for transformer rectifier for cathodic protection system
 Data sheets for cables for cathodic protection system

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 18 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Data sheets for sacrificial anodes for cathodic protection system


 Data sheets for impressed current anodes for cathodic protection system
 Data sheets for junction boxes and test points for cathodic protection system
 Data sheets for miscellaneous materials for cathodic protection system
 Data sheets for electrical insulation
 Cathodic protection connection diagram
 Cathodic protection layout
 Installation details for cathodic protection system

4.8 CIVIL/STRUCTURAL ENGINEERING


Civil and structural engineering work covers the provision of the underlisted design deliverables but not limited
to:

 Specification for foundation design


 Design specification of civil works
 Civil works general notes
 Specification for anchor bolt
 Civil works standard
 Structural MTO
 Specification for structural steel
 Weight and CG report of equipment package requiring foundation and lifting
 Calculation notes for lifting lugs
 Pad designs & detailed sectional drawings.

4.9 MATERIALS & CORROSION ENGINEERING


CONTRACTOR shall provide as a minimum, the following M&C deliverables:

 Material selection report


 Corrosion control strategy

4.10 QUALITY CONTROL & ASSURANCE


The QA/QC scope of work shall include the following:

i. Contractor shall provide ITP on or before 3 months after contract award.


ii. Company, third party and government representatives shall attend relevant reviews (HAZOPs,
HAZIDs) and other testing events (hydrotest, start-up etc.).
iii. Contractor shall notify company 2 months prior to these key events so that company and government
reps will prepare for attendance.
iv. All welding shall be done by appropriately qualified welders.
v. All welded joints shall be inspected by appropriate NDT methods and quality inspectors qualified to a
minimum of ASNT NDT level 2.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 19 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

vi. Contractor shall be required to submit all records of NDT inspections to COMPANY for review.
vii. Provide the following QA/QC deliverables as a minimum:
 Welding Procedure Specification
 Welding and Welder’s qualification
 Hydrotest procedures
 Pneumatic test procedures
 Radiography, NDE (liquid penetrant procedure, radiographic procedure, UT) procedures
 Inspection Test Plan
 Site performance test procedure
 Surface preparation and painting procedure
 Preservation procedure
 Tie-in procedure
 Laboratory testing procedure
 Instrument calibration procedure
 Commissioning/start-up procedure
 Pipeline maintenance plan
 Quality control plan (including NCR, CAR, punch list items)
 Quality control manual.
 Pipeline & piping welding book
 Construction quality control plan

4.11 HEALTH, SAFETY, SECURITY & ENVIRONMENT


The HSSE scope shall include the following:

i. Contractor shall generate and submit for COMPANY’s approval underlisted deliverables:
 Community engagement plan
 Security and community relations plan
 Journey management plan
 Workers fitness certificates for all site workers
 Project HSSE plan.
 HSE audit plan

4.12 TECHNICAL SAFETY


The Technical safety scope shall include the following:

i. Contractor shall carry out the following safety reviews and workshop:
 HAZOP Workshop (to be chaired by 3rd party)
 HAZID Workshop
 Constructability Review Workshop
ii. Provide the following technical safety deliverables as a minimum:
 HAZOP report
 HAZOP close out report
 HAZID report

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 20 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 HAZID close out report


 Update design HSE report
 Update Bow-Tie analysis report
 Update QRA report.

4.13 ENGINEERING SOFTWARE


Contractor shall ensure that the following software are made available for use on the project:

 HYSYS
 AutoCAD
 PDMS
 PVElite
 Caesar II / Auto Pipe
 STAADPro
 Tekla
 PipeSim
 Olga
 Microsoft Office Suites (including Microsoft Project)
 Primavera.

5 PROJECT MANAGEMENT
5.1 INTRODUCTION
The CONTRACTOR shall be responsible to COMPANY for the management and control of the work from the
EFFECTIVE DATE OF COMMENCEMENT OF THE CONTRACT through to COMPLETION, and shall ensure
that COMPANY is fully informed of the status of the WORK at all times. Supervision by COMPANY shall be
carried out by Resident Teams and by scheduled and unscheduled quality audits. CONTRACTOR shall

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 21 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

ensure that the agreed project management, HSE management and quality management systems are in place
at all engineering and BASE LOCATIONS, Fabrication yard and Construction WORKSITES.
In this regard, the CONTRACTOR shall implement sound and effective procedures for control, co-ordination
and reporting of its activities, those of its SUBCONTRACTORS and vendors, and the management of
interfaces.

The CONTRACTOR's project management activities shall include, but not be limited to:

 Planning and scheduling using recognized software.


 Establishment and implementation of a detailed earned value progress measurement and reporting
system.
 Establishment of relevant measures of performance, such as schedules, etc.
 Ongoing appraisal of performance, compared to the planned measures.
 Analysis of trends and deviations and early implementation of corrective actions.
 Realistic forecasting, taking into account performance to date.
 Keeping COMPANY informed of progress, status and outlook in a timely manner, providing the formal
reports (weekly progress sheet or email and a monthly progress report as a minimum).
 Preparing, implementing and maintaining a Quality Management System including EDMS.

The CONTRACTOR shall ensure the following:

 All project documents shall be numbered with project specific number, which shall be in line with
company document controls specification.
 Project document shall be submitted to company for review using the company document control
system.
 Document review cycle shall be max 10 working days from the date that document is
submitted/received.
 Document progression from “issued for review” to “approved for construction” shall be as per
COMPANY document control specification Contractor shall develop a comprehensive level 3
schedule for engineering, procurement, fabrication and submission of documents but level 4 for
construction.
 Contractor shall implement the project interface plan as provided by company.
 At various stages of the project, it shall be required for company personnel to co-locate with
contractor in order to expedite work progress, Contractor shall therefore make adequate
arrangements to accommodate up to about 5 company representatives on a continuous basis.
Contractor shall provide at no extra cost including but not limited to a minimum of office spaces,
stationery, provisions (biscuits, tea, bread, butter, jam, soft drinks, coffee or access to coffee
machine), access to internet, scanner, photocopier, phone, teleconference facilities, printer.
 Contractor shall submit files in native formats, including in-house developed spreadsheets.
 CONTRACTOR shall implement the project interface plan as provided by COMPANY.
 At commencement of the contract, CONTRACTOR shall organize and host at its head office or
similar location a project kickoff meeting. Discussions and agreements at this meeting shall form part
of the overall contract.
 Upon contract conclusion, Contractor shall submit all documentation used for the project in CD
formats, soft copies. Additionally, hard copies will be provided for As-Built document.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 22 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

The CONTRACTOR provide the underlisted deliverables as part of project management activities but not
limited to:
 Pipeline basis of design
 Project quality plan
 Project execution plan
 Organization chart
 Overall project schedule
 Progress reports (weekly and monthly)
 Deviation list
 Management of change
 Tagging and numbering philosophy
 Master Document Register
 Project close-out report
 Project control plan
 Organization and communication plan
 Logistics plan
 Site installation plan
 Installation work packs
 Project risk management plan.
 Nigerian content plan

6 PROCUREMENT & CONTRACTING


6.1 INTRODUCTION
The term “procurement" as used herein encompasses all those activities necessary to obtain equipment or
materials for incorporation into the work, i.e. requisitioning, request for quotations, evaluation, purchase order
placement, material expediting, manufacturing inspection, final inspection and testing, transportation, shipping,
insurance, invoice payment, importation, customs clearance, payment of duties, storage, preservation and
issue for construction.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 23 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

The CONTRACTOR shall appoint a dedicated full time Procurement Coordinator to act as liaison contact on
procurement matters.

The language used on all procurement documents and forms shall be English.

The CONTRACTOR shall manage, control and direct all procurement and materials activities in a competent,
professional and ethical manner which achieves the overall requirements of the project, in accordance with the
agreed terms and conditions.

The CONTRACTOR shall be responsible for procurement and storage of all temporary and permanent
materials, including consumables and initial fills of fuel, lubricants, chemicals and catalysts.

The CONTRACTOR shall provide all procurement and contracting deliverables that are required to execute
the work efficiently.

The CONTRACTOR shall identify Long Lead Items 2 months after contract award and ensure that the delivery
is done as per the agreed schedule.

The CONTRACTOR shall comply with the Nigerian Oil and Gas Industry Content Development Act 2010 laws
and Nigerian labour laws requirements including but not limited to provision of labour, materials/equipment
procurement, services etc.

The CONTRACTOR shall comply with all the laws applicable to provision of oil and gas services in Nigeria
including but not limited to Cabotage laws, NIMASA, DPR, NPA etc.

CONTRACTOR scope of work shall include but not limited to:

 Procurement Activities, including Order Placement, Design, Manufacture, testing, transportation,


custom clearance and delivery to SITE of all line pipes, fittings, valves, beams, pipe support,
electrical, instruments, etc.;
 Expediting;
 Requisitioning and ordering of equipment and bulk materials;
 Inspection of all materials and equipment upon arrival at the WORKSITE
 Numbering, recording and handling of inspection and test certificates;
 Shipment and transportation of materials and equipment to WORKSITE;
 Customs and import formalities:
 Desk and Field expediting activities;
 VENDOR pre-qualification;

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 24 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Materials identification, marking, handling and storage to ensure that different materials are
segregated, can be readily identified and traced back to the associated documentation;
 Overall receipt, preservation and issue of all materials and equipment;
 Administration, accounting and tracking of all materials and equipment;
 Non-delivered and non-conforming material and equipment;
 Site safety and security with respect to materials and equipment;
 Material identification and traceability by means of marking and documentation;
 Spares selection and notification.

7 FABRICATION, CONSTRUCTION & INSTALLATION


7.1 GENERAL
CONTRACTOR shall be responsible for provision of all pipeline, materials, labour and supervision required to
construct, erect and hook-up the WORK. The CONTRACTOR shall perform the WORK diligently, competently,
in a good and workmanlike manner and in accordance with international best practices.
CONTRACTOR shall be responsible for the establishment of the Quality Management System for all
engineering, procurement, fabrication and construction activities. As a minimum the Contractor shall be ISO
9001 Certified.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 25 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

CONTRACTOR shall co-ordinate the effort of all SUBCONTRACTORS and shall ensure their activities are
properly monitored and controlled in accordance with the relevant Specifications. Contractor shall ensure that
all his sub-contractors are complying with the requirements of his ISO 9001 certification.

7.2 CONSTRUCTION HSE


The CONTRACTOR shall take all measures necessary to ensure the security of all personnel, plant,
equipment and materials until COMPLETION, in accordance with his HSE Plan.
In addition to the requirements of the Section V – HSE Management, CA / CD & Security, the
CONTRACTOR’s HSE Plan shall address HSE issues for the construction phase such as:
 Method of staff payments to minimize the amount of cash at risk at the various SITES.
 Dedicated communication channels.
 Contingency plans for a plant emergency.
 Fire precautions, where special attention shall be given to ‘Hot Work in a Live Plant’.
 Electrical Safety of temporary facilities.
 Accident prevention, reporting and investigation.
 Safety training.
 Land transport safety
 Marine transport safety
 Lines of authority and responsibilities.
The CONTRACTOR shall designate a Plant Safety and Security Manager who will be responsible for the day-
today co-ordination with COMPANY representatives on all safety and security aspects of the work.
Staff assigned to the various WORKSITES shall be provided with all necessary PPE Equipment and
safety/security awareness training.

Construction activities shall include but not limited to:

 Generate Construction drawings necessary to finalize the entire design of the PIPELINE including
Above Ground Installation (AGI) and successfully execute the WORK.
 Provide construction procedures, method statements and technical notes. Risk assessments,
calculations and the like to support the WORK.
 Prepare a method statement for COMPANY APPROVAL for each work activity defined on the WORK
TIME SCHEDULE and CONTRACTOR March Chart. Additional method statements may be required
by COMPANY as any other specific site issues become better known.
 Provide all consumables, temporary and permanent materials required for the completion of the
WORK not specifically identified as COMPANY ITEMS.
 It is CONTRACTOR responsibility to develop an MTO for COMPANY review and approval as
necessary following the performance of Detailed Engineering. Should CONTRACTOR consider that
such MTO is significantly different from what should have been anticipated by a professional and

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 26 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

experienced contractor at the time of proposal submission, CONTRACTOR may submit a CHANGE
ORDER REQUEST.
 Develop and implement a Permit-to-Work system and/or abide by COMPANY’s existing Permit-to-
Work system(s), where required, for all construction, pre-commissioning and commissioning activities
as agreed with COMPANY.
 Provide attendance to VENDOR and third party representatives and access to WORKSITE(S) as
required by COMPANY.
 Manage all surplus excavated materials as waste and properly manage them in line with DPR
requirement
 Provide all QA and QC related inspection for all activities to be undertaken. CONTRACTOR shall be
responsible for all quality assurance and quality control throughout the WORK and shall submit for
COMPANY APPROVAL his QA Plan which must indicate how he proposes to resource the QC side
of his operations to meet COMPANY expectations of effectively controlled WORKSITES.
 Ensure Inspection & Test Plans related to all working facets and processes are developed and
APPROVED by COMPANY.
 Provide all materials (whether for permanent or temporary works) required for the completion of the
WORK not specifically identified as being provided by COMPANY.
 Certify all lifting equipment by recognized and certified body authority.
 Carry out welding, coating, bending, Non Destructive Testing (NDT), pin brazing and other applicable
procedure qualifications as appropriate for an onshore gas pipeline PROJECT.
 Paint any bare pipe and bends to suit the overall final coating/painting requirements.
 Provide temporary access across the ROW for local residents, grazing animals and the like to pass
without restriction.
 Set out and topographically survey the PIPELINE route (centerline of PIPELINE, ROW boundaries,
third party facilities and any additional land areas that CONTRACTOR shall require to obtain). Setting
out and demarcation shall require COMPANY APPROVAL to ensure easy identification of survey
stakes and the like.
 Demarcate the ROW.
 Locate and protect third party services which cross or are in proximity to the ROW.
 Identify, design and install pre-construction drainage as required to maintain ROW in a excellent
working condition at all times.
 Divert and reinstate existing local drainage and irrigation systems.
 Clear and grade ROW including any ripping, blasting and hydraulic breaking as required.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 27 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Strip and store top soil from the entire ROW width.
 Trenching, including ripping, blasting and hydraulic breaking as required.
 Maintain and keep safe all excavations, including use of sheet piling and shoring as necessary.
 Dewater trench and excavations as necessary.
 String out pipe along ROW.
 Survey and bend pipe utilizing suitably-experienced personnel for sag, over and side bends as
required to suit PIPELINE location within ROW corridor.
 Carry out welding and nondestructive testing (NDT),
 Repair welds and factory pipe coating as necessary,
 Coat field joints and undertake any repairs.
 Provide and install fine grain bedding/intimate type backfill to pipe trench where existing subsoil
conditions necessitate such imported material being utilized,
 Holiday detect factory coating and coated field joints and lower and lay pipe strings.
 Install a marking net inside the trench,
 Backfill and compact trench.
 river, stream, pipeline and third party crossings along the route,
 Install block valve stations as required along the PIPELINE route.
 Complete tie-in as required to existing facilities at Onshore Terminal Facility and Export Nodes.
 Install all required Above Ground Manifold at Onshore Terminal Facility Nodes,
 Install instrumentation, shutdown valves & all necessary SIS system.
 Design, install and commission Cathodic Protection system.
 Carry out post installed pipeline coating survey and repair defects found on coating.
 Undertake pre-testing (prior to any installation) including cleaning, gauging, hydrostatic testing and
dewatering of special sections.
 Return surplus COMPANY ITEMS to COMPANY designated location at end of construction activities.
 Safely dispose of all waste/s to APPROVED licensed off-site locations.
 Construct access roads as required by CONTRACTOR in accordance with COMPANY requirements
and other regulatory consents to reach PIPELINE ROW from other access points such as main roads
and the like.
 Reinstate any roads as per COMPANY requirements or to regulatory authority conditions that are to
be used as access roads for the WORK.
 Close out all land access agreements including reinstatement of said access points and obtain signed
off approvals from all landowners

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 28 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Monitor and maintain ROW during the course of the warranty period for settlement and other potential
problems.
 Upgrade roads and tracks to be used during construction for safe accessibility of PIPELINE
equipment and materials.
 Reinstate roads and tracks to pre-construction condition or better at the end of the WORK.
 Demobilize and reinstate all temporary facilities and WORK.
 Carry out reinstatement including erosion control and bio-restoration measures to the highest
international standards

7.3 PIPELINE CONSTRUCTION


The CONTRACTOR shall construct the PIPELINE, including the installation of cathodic protection system, pig
traps, valves (ESD, actuated and manual), Instrumentation, tie-ins and all other associated appurtenances in
accordance with the requirements of the scope of work.
In addition, best international pipeline practices and procedures shall be applied. All construction shall be safe,
reliable and suitable for its intended purpose.
The description of the WORK included in this Scope of WORK is not exhaustive and shall be read in
conjunction with other PROJECT documents, engineering drawings, specifications and all other documents
included.
CONTRACTOR shall investigate the SITE to clearly understand the conditions which may affect the
construction activities during the performance of the WORK. It shall be CONTRACTOR responsibility to ensure
he is familiar with all issues (local communities, ground conditions, wetland / swamp areas, stability of land,
third party crossings and facilities, environmental special areas, cultural heritage zones and the like) that may
directly impact the progress of the WORK.
CONTRACTOR is required to have full knowledge of the applicable local laws and regulations, conditions of
labor, local conditions and environmental aspects and shall comply with the requirements thereof.
All construction activities shall require CONTRACTOR to prepare for COMPANY APPROVAL the appropriate
procedures, method statements, design drawings, permits to work, risk assessments and any associated
documentation applicable for the WORK activity to be undertaken.
Unless otherwise specified to the contrary for some particular Work Units, and considering that at the time of
award the exact final length of the PIPELINE is not known, the Work Package and related Mainline Activities
shall include a total aggregated length of three (3) kilometers of PIPELINE. Should the final quantity of linear
length and APPROVED by COMPANY be more or less than three (3) kilometers, the PRICE for this Work Unit
shall be adjusted based on the unit rate per linear meter for all the Mainline Activities as specified by
CONTRACTOR.

7.4 CONCRETE COATING OF LINEPIPE AND BENDS


The preliminary stability analysis carried out indicate concrete coating not required. The CONTRACTOR shall
investigate further during detailed engineering design and advice as appropriately.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 29 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

7.5 SITE PREPARATION


CONTRACTOR shall be wholly responsible for all those locations where it shall undertake the WORK.

7.5.1 SITE TRANSPORTATION LOGISTICS SURVEY


CONTRACTOR shall conduct a detailed transportation logistics survey, necessary to successfully execute the
WORK, to ensure the accessibility of heavy equipment and large transported loads (particularly the line pipe)
to the WORKSITES.
All roads, tracks, bridges, culverts and the like which will be used during construction for access to SITE and
transportation of materials and equipment by any CONTRACTOR road transportation shall be investigated.

7.5.2 SITE TRANSPORTATION MANAGEMENT PLAN


From the results of the SITE Transportation Logistics Survey, CONTRACTOR shall prepare and submit a
Transportation Management Plan for the APPROVAL of COMPANY. The purpose of the document is to meet
the transport requirements efficiently, safely and with minimum impacts to the environment and the
communities. The Transport Management Plan shall be submitted to COMPANY for APPROVAL within thirty
(30) days of EFFECTIVE DATE.

7.5.3 SITE ACESS & ROADS


CONTRACTOR shall ensure the WORKSITE can always be accessed and fit for purpose by maintaining
APPROVED access roads and ROW running track to a well maintained standard.
Wherever inclement weather or third party use damage and erode the access to the SITE, CONTRACTOR
shall take all necessary remedial actions to rectify the situation.
Access roads, if unpaved dirt tracks, shall be given high priority in respect of applying hardcore and/or a high
thickness gravel base to allow constant CONTRACTOR vehicular use even during heavy rain periods.
All access roads shall be maintained by way of a regular robust maintenance regime throughout the duration
of the WORK.
CONTRACTOR shall not be responsible for bridge reinforcement and road enlargement.
CONTRACTOR shall consider alternative routes, if existing bridges or roads are not fit for purpose. If
CONTRACTOR experiences excessive burden in using alternative routes, CONTRACTOR and COMPANY
shall jointly review.
The use of both temporary and permanent access roads shall be controlled in an access road register
prepared by CONTRACTOR. This Register shall be updated weekly and shall monitor the following activities
as a minimum:
 Unique road number;
 Access point to PIPELINE (change in location);
 Preliminary Access Road Investigation Reports (e.g. environmental, archaeological, health & safety,
etc.):
 Permits (where required e.g. from road authorities);
 Road Maps (suitably scaled topographical maps to facilitate COMPANY review showing the road
routing to the ROW);
 Status of Access Road (e.g. pending, rejected, open, closed, reinstated, etc);

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 30 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 As additional access roads are deemed necessary by CONTRACTOR, these shall be added to the
Register. CONTRACTOR shall submit to COMPANY an updated Register each time additional roads
are added to the previous Register.
CONTRACTOR Health and Safety Engineer shall be involved in the selection and approval of access roads.
The CONTRACTOR risk assessment shall address the location of access road entrances on to main roads
and the employment of flag men to assist in safety assurance at access road intersections.

7.5.4 PIPE LAYDOWN COMPOUND


CONTRACTOR shall as a primary task after EFFECTIVE DATE, immediately make preparations to prepare
the main pipe lay-down compounds. CONTRACTOR is responsible for providing as many lay-down areas as
defined by CONTRACTOR own specific work program and to ensure efficient delivery of the line-pipes to the
PIPELINE spreads.
CONTRACTOR shall then prepare for and construct the line-pipes lay-down compounds. The lay-down
compounds shall be sized to accommodate the quantities of pipe arriving in-country per their respective
shipments prior to any onward transportation to SITE.
The lay-down compounds shall be fenced in accordance with a standard agreed with
COMPANY and have 24-hour security assigned to safeguard all materials, equipment and assets contained
therein.
There shall be a dedicated area within the compound for any damaged pipe, namely a quarantine zone, which
is clearly identified as being only for damaged material.
CONTRACTOR shall provide two (2) suitably-sized air-conditioned offices per lay-down area for security and
material warehousing personnel.
7.5.5 PRE-CONSTRUCTION SURVEY
CONTRACTOR will assess the entire PIPELINE route and ensure full cognizance to any constraints, obstacles
or potential impediments CONTRACTOR may encounter prior to preparing his early documentation and
mobilizing his SITE resources.
CONTRACTOR shall carry out all necessary Pre-construction Survey activities to familiarize itself with the
PIPELINE route and the construction requirements as well as to collect all the data required for the Detailed
Engineering scopes. The results of this WORK shall typically include the following:
 Identification of any Health and Safety issues;
 Identification of the environmentally sensitive areas;
 Identification of the archaeological sites areas of cultural heritage;
 Promote an awareness of the local social issues:
 Identification of the difficult construction areas where special construction methods and techniques
may be required:
 Identification of any geo-hazard issues and pre-construction geotechnical work (e.g. boreholes, trial
trenching, etc);
 Identification of poor roads/access tracks which unless upgraded by CONTRACTOR could affect the
transportation of heavy equipment or materials;
 Identification and location of all third parties buried services that cross or impact the PIPELINE
activities. Typical third party facilities include roads, rivers, overhead and buried electrical lines,
telephone cables, pipelines, utilities (water lines, sewage lines, drainage and the like):

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 31 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Detail survey of the existing surface facilities where AGI works are to be executed;
 Identification of the number of factory bends (Hot Induction Bends) to be procured for the installation
of the PIPELINE;
 Temporary access road locations and proposed routing to ROW, design and establishing safety issue
resolution and systems for areas of concern;
 Preliminary plan for the pipe storage areas;
 Preliminary plan for other temporary facilities;
 Identification of areas where CONTRACTOR considers additional land is required above and beyond
the land provided by COMPANY along and as part of the Permanent Right of Way. This includes the
land that CONTRACTOR may require along such ROW for all the PIPELINE installation activities.
Additional land shall be required to suit his construction techniques and processes. This additional
land shall be at CONTRACTOR own cost:
 Assessment of the suitability of all roads, culverts, bridges, overhead power lines and other key
facilities to be crossed between the a) port of entry of the CONTRACTOR construction equipment I
machinery and materials to b) CONTRACTOR site storage locations to allow the safe transportation
of these heavy loads;
 Video and photographic records of the complete pipeline route with a summary report of the pre-
construction (existing) condition of the right of way, roads, fences, water body crossings, forests, and
any adjacent buildings near ROW or along access roads where CONTRACTOR vehicles shall pass
and where temporary areas are to be used. These records shall provide documentary evidence to
support the future reinstatement work.
The pre-construction survey team shall consist of experienced representatives from the environmental,
archaeology, community relations, geotechnical, survey, land acquisition and construction organizations who
are participating in the PROJECT.

7.6 CONTRACTOR'S CONSTRUCTION CAMP(S)


CONTRACTOR shall design, procure, transport, construct, commission and operate a sufficiently sized high
western standard Construction Camp(s) (hereinafter referred to as the "Camp(s)") for use by CONTRACTOR,
SUBCONTRACTOR, VENDOR, SUPPLIER, Third Party and COMPANY personnel and any other personnel
necessary for the execution of the WORK.
CONTRACTOR shall provide for COMPANY APPROVAL a detailed drawing showing actual surface area of
the entire facility/s inclusive of adjacent maintenance and pipe yard facilities, if applicable.
In respect to the Camp(s) accommodation, CONTRACTOR shall locate, plan, design, prepare and construct
all temporary living accommodation at all construction bases as required. Such accommodations shall comply
fully with the highest international standards in respect of HSE requirements.
Any site selected for construction of the Camp(s) shall be within forty five (45) minutes maximum driving
distance from the furthest distanced WORKSITE(S) in the overall interests of safety. The Camp(s) site/s shall
have been approved in accordance with COMPANY environmental requirements and have undertaken a full
environmental and social impact assessment by CONTRACTOR to confirm suitability.
CONTRACTOR detailed design and specifications for the Camp(s) and related utilities shall be subject to
COMPANY review and APPROVAL.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 32 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

CONTRACTOR shall obtain all operating approvals from local authorities and all necessary certification for the
operation of the Camp(s) and its utilities, in particular certification of the electrical installation safety including
power generation, earthing systems, circuit breakers, critical electrical equipment and the like.

The Camp(s) shall comprise the following main facilities fully equipped and operational:
 Kitchen and food preparation and food storage(dry goods and cold storage);
 Canteens and restaurants;
 Recreation and entertainment facilities;
 Mail Room;
 Laundry ;
 Medical centre;
 Security services;
 Administration building;
 Lighting;
 Security Gate house and other security features;
 Safety and portable fire-fighting system;
The aforementioned facilities are not considered all embracing. CONTRACTOR shall provide any other
facilities and requirements necessary to ensure CONTRACTOR Construction Camp(s) of the highest
international order can function as expected and totally unhindered.

7.6.1 DISMANTLING & REMOVAL OF CONSTRUCTION CAMP(S)


CONTRACTOR shall dismantle and remove the Camp(s) and facilities upon completion of the
WORK, All the temporary buildings, equipment, tools, vehicles and any other equipment used for the WORK
shall be removed from SITE. CONTRACTOR shall co-ordinate these activities with COMPANY.
The Camp(s) shall be removed/dismantled with the APPROVAL of COMPANY.
CONTRACTOR shall clean up the SITE, including as a minimum the removal of debris and/or surplus material
making good all surfaces and areas as required by COMPANY.
All underground work, civil foundations, underground piping, drainage mains, sewage lines and cabling shall
be removed. Soil restoration shall be done with suitable back-fill material and where appropriate, replacement
of topsoil should topsoil have been stripped prior to the facility being constructed. All compaction of sub-soils
shall be controlled.

7.7 RIGHT OF WAY PREPARATION AND CONSTRAINTS


The Permanent Right of Way for the new pipelines shall be established. The PIPELINE shall be installed at a
minimum safe distance of six (6) meters from the closest existing pipeline (except when crossed). The
available land and easements in the vicinity and either side of such existing pipelines within the Permanent
Right of Way may vary and not be constant along the envisaged PIPELINE route as well as not sufficient for
the PIPELINE installation techniques envisaged by CONTRACTOR.
COMPANY makes no inference, warranty nor assertions that the Permanent Right of Way widths are totally or
partially satisfactory for the construction techniques CONTRACTOR may employ. CONTRACTOR shall
nevertheless be fully responsible for any, and all, temporary additional land and easements necessary for the

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 33 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

direct and indirect construction activities, above and beyond the Permanent Right of Way provided to
CONTRACTOR by COMPANY.
The Permanent Right of Way in addition to the land and easements committed by CONTRACTOR for the
installation of the PIPELINE is herein defined as the Complete ROW.
CONTRACTOR shall therefore develop route maps into highly detailed alignment sheets with detailed plan
and profile data for COMPANY APPROVAL and to use at SITE.
CONTRACTOR shall strip the Complete ROW (Permanent Right of Way and additional land and easements
acquired, leased or rented by CONTRACTOR) of topsoil, and then grade the subsoil surface as necessary to
facilitate his WORK. These construction activities shall be executed in accordance with the COMPANY
specifications.
CONTRACTOR shall take into account constraints and other potential construction impediments applicable to
the PIPELINE construction, such as:
 Social Constraints;
 Archaeological Constraints;
 Third Party Facilities Constraints (oil/gas/multi-product pipelines, telephone cables, power tines, water
& sewage mains and the like).
These constraints are considered prevalent to the pipeline construction industry and shall therefore be
investigated by CONTRACTOR at the onset of the CONTRACT.
CONTRACTOR PROJECT Execution Plan shall take these and other defined constraints into consideration
and describes the methods to assess, manage and control these constraints from impacting the PROJECT
Schedule.

7.8 STRINGING OF PIPE AND BENDS


All transportation shall be undertaken in accordance with CONTRACTOR APPROVED Transport Management
Plan.
As required for the WORK, CONTRACTOR shall transport the line pipe and bends from its
Pipe Lay-down Compounds and string along the Complete ROW, providing all care necessary to eliminate any
possibility of damage to the pipe or the protective coatings and ensuring sufficient gaps are left to permit
access by the general public and animal crossings as required at identified intersection points.
All pipe movements shall be undertaken with appropriate pipe trailers and suitable pipe carriers along the
Complete ROW. Offloading shall be by crane or sufficiently sized side booms.
CONTRACTOR shall ensure that once pipe is strung along the Complete ROW that security is assigned to
protect the material from vandalism or other unlawful acts.
Any COMPANY ITEMS re-designated as CONTRACTOR ITEMS shall be transported by
CONTRACTOR from their specified delivery point, through to the SITE prior to final inclusion in the PIPELINE
system. All shipping, rail and road transportation direct and indirect costs incurred in the transportation of these
items to the SITE shall be to CONTRACTOR account.

7.9 BENDING
CONTRACTOR is responsible for the supply of all the 3 & 5 Diameter Hot Induction Bends (HIB) required for
the PIPELINE installation. These bends are to address locations where importance was placed on remaining
within the approved PIPELINE corridor. It is CONTRACTOR responsibility to procure, supply and deliver to
SITE the required HIS to ensure installation without impediment to the work program and sequence.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 34 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

CONTRACTOR shall also perform cold bending of all field bends as required. All horizontal and vertical bends
required in the execution of the WORK shall be cold bent. Cold bends shall be of minimum 400 radius, and
when completed, will respect the topography and contours of the completed trench permitting the specified
depth of cover and location in the trench to be achieved.
All bending shall ensure that the pipe will rest evenly on the trench floor and that the minimum cover will be
maintained.
CONTRACTOR shall maintain a record of all cold bends. These records will form part of the
As-Built Documentation. These records shall include the angle of bend, date of gauging, gauge plate diameter,
visual condition of bend, CONTRACTOR inspector's name (witness to bending operation) and the location of
the final KP installation point. All bends constructed shall be legibly marked with indelible pen with the
deflection angle and intended position (e.g. over-bend, sag-bend, right, left or combination bend) identified.
Top dead centre shall also be marked to ensure accurate line up for welding.

7.10 WELDING & NDT


CONTRACTOR shall be responsible for and shall carry out all activities associated with welding and NDT
qualification for the WORK according to SPECIFICATIONS, including but not limited to:

 Submission of weld procedure specification proposals (WPSp) for COMPANY APPROVAL;


 Collation and calculation of As-implemented welding data into the final weld procedure specification
(WPS), to be APPROVED by COMPANY;
 Preparation and qualification of welding procedures (Welding Procedures, Qualification Tests
(WPQT) including laboratory mechanical tests;
 Qualification of welders;
 Qualification of welding equipment;
 Maintaining welder qualification records;
 Monitoring welder performance:
 Preparation of NDT procedures (x-ray. Gamma, UT, MPI, Dye Penetrant) and qualify said procedures
and obtain certification for same;
 Qualification of NDT equipment;
 Qualification of equipment operators for NDT processes:
 CONTRACTOR shall carry out mainline welding procedures on full length pipes to simulate SITE
conditions;
 Performance of all NDT at SITE per the procedures;
 Supply of all associated electric power, consumables, materials, CONSTRUCTION EQUIPMENT and
other associated items;
 Provision and maintaining safe and secure storage for radioactive sources;
 Provision of panoramic X-ray crawlers.

CONTRACTOR shall undertake the welding of the pipeline, valves, fittings, piping, pig traps, crossings and
any other materials or appurtenances in accordance with COMPANY Specifications.
Only qualified NDT / welding operators and inspectors (fully certified with current certification) shall inspect and
provide final results for CONTRACTOR. COMPANY shall audit that this condition has been respected prior to
WORK beginning. The cost and time ramifications due to any CONTRACTOR failure in this regard shall be
borne by CONTRACTOR at no loss to the COMPANY. Only one repair shall be permitted on any weld. Should
the weld, after repair and NDT examination, still be out with COMPANY specification requirements, the weld
shall be entirely cut out including the heat-affected zone and the pipe then fully re-welded.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 35 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

CONTRACTOR shall propose his welding and NDT procedures for COMPANY review and APPROVAL. All
procedures once APPROVED shall be proven by qualification under site simulated conditions. With respect to
welding, only full length pipe joints shall be used.
Should CONTRACTOR propose radiography in lieu of an advanced process such as automated ultrasonic
examination, he shall ensure that any darkroom is adequately located to avoid delays in obtaining the final
radiographic results.
COMPANY shall have the right to instruct CONTRACTOR to remove any weld considered to be of detrimental
quality.
Should COMPANY reasonably consider that welds have been compromised, COMPANY herein shall be
entitled to remove up to four (4) welds per kilometer of complete "welded out" pipe at no additional cost to
COMPANY. Moreover, COMPANY shall have the right to select which of these welds shall be removed and
CONTRACTOR shall not attempt in any way to influence COMPANY decision in this regard.

7.10.1 NDT
CONTRACTOR shall be responsible for the provision of all NDT equipment and materials for all applicable
WORK under the CONTRACT.
NDT shall be undertaken only to APPROVED qualified procedures. APPROVED NDT procedures shall be
held at the WORKSITE to provide objective evidence of the process and associated technical requirements
being implemented.
Responsibility for the quality and correctness of all NDT activities shall be by CONTRACTOR who shall
provide COMPANY with the highest international inspection standards normally used on similar high pressure
Oil transport pipelines. All welds shall be radiographed.
Mainline welds shall be radiographed by way of panoramic crawlers wherever practicable in the interests of
expediency. Radiographic test shots shall be carried out by CONTRACTOR prior to mainline radiography
being undertaken.
These test shots shall establish the quality criteria for the WORK and will be stored and used throughout
construction as a comparison tool (comparators) for all future radiography. All test shot comparators require
COMPANY APPROVAL.
NDT shall include such activities as X·Ray, Gamma Ray, UT, MPI and Dye Penetrant testing.
Only qualified NDT SUBCONTRACTORS with technicians (CSWIP or equivalent qualification as APPROVED
by COMPANY) shall be employed by CONTRACTOR.
Any radioactive sources imported into Nigeria shall require approval of the relevant government authorities
prior to use at SITE. Storage facilities and security of radioactive materials shall be given the highest priority by
CONTRACTOR and comply with Nigerian Government standards and regulations.
CONTRACTOR shall ensure that it has an adequate number of film processing facilities to avoid any delay to
obtaining the final successful radiographic results. It is considered necessary that the processing facilities be
never less than one hour drive time from the processing facility to the actual weld location to assure earliest
radiographic results.

7.11 TRENCHING
CONTRACTOR shall excavate the pipeline trench to COMPANY Specifications requirements. All materials
excavated shall be stored within the approved working width of the ROW unless otherwise agreed with
COMPANY.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 36 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Trenching equipment must not trespass beyond the boundary of the ROW.
The trench shall be excavated in natural earth and trenching shall not be made in fill material unless
COMPANY request otherwise.
The amount of open trench will be minimized in the interest of safety.
The figure of allowable open trench shall be inclusive of, but not limited to, tie-ins, bell holes and any open
trench for special sections.
CONTRACTOR shall carry out deeper trenching in the areas/points where this is required to avoid
unnecessary installations of bends. The same will be done at all points along the ROW, where deeper cover is
required by the relevant authority and at crossings of roads, rivers, third party lines and facilities, or where
indicated on drawings.
When the excavated material does not meet the specified requirements for backfilling, CONTRACTOR shall
remove such material from the SITE to an APPROVED dumping location and shall supply suitable imported
backfill material as APPROVED by COMPANY.
CONTRACTOR shall utilize whatever methods necessary to ensure the stability of the pipeline trench and bell-
hole walls. For this purpose, the use of properly sloped trenches or sheet piling and shoring are acceptable
temporary installation methods. These items shall be taken out prior to the commencement of the trench back-
filling operations.
The trench shall be excavated and maintained until the pipes are lowered in. If the trench sides collapse,
CONTRACTOR shall re-excavate as necessary. Dewatering of the trench after periods of inclement weather
shall be of the utmost importance for safety purposes in addition to maintaining trench stability.

7.12 FIELD JOINT COATING AND COATING REPAIRS


After each pipeline weld has been certified as acceptable via NDT examination, CONTRACTOR shall (for
buried welds only) coat each pipe weld using APPROVED procedure and coating products.
Selected field joint coating products shall be either liquid epoxy or liquid polyurethane and be fully compatible
for use with the factory three layer polyethylene coating provided on the pipe.
Application of the field joint coating products shall be undertaken in accordance with the manufacturer's
instructions and COMPANY APPROVED procedures. All above ground field welds shall be painted to the
APPROVED painting specification.
Visual inspection and holiday detection shall be performed on all field coated joints and again on a second
occasion with the final holiday detection of the pipe just prior to lowering the pipe string into the trench.
The repair of the field coated joints or the external three-layer PE coating shall be carried out in accordance
with the respective manufacturer's recommendations which shall have been pre-qualified and witnessed by
COMPANY under a procedure prior to use at SITE.
All repairs on three-layer PE and field coated joints shall be holiday detected to the specified requirements and
manufacturer's recommendations to assure completeness and sufficiency of the coating repair.
Any bare pipe and/or bends which arrive at site shall be painted by CONTRACTOR in accordance with
COMPANY specifications.

7.13 LOWERING IN
The pipe string shall be lowered into the trench only when CONTRACTOR has proven that the field joint
coatings and pipeline three layer factory coating has successfully been holiday detected and all repairs, where
applicable, have been undertaken.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 37 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Before commencing with the lowering in of the pipe string CONTRACTOR shall submit a procedure, method
statement and risk assessment for the pipe laying and lowering-in activities. Included in these documents shall
be a procedure for issuance of a Lowering In Certificate verifying that any particular string of pipe has passed
all quality checks and is available for lowering in. Such certificate shall be available at SITE: for verification by
COMPANY inspectors. No lowering in activity shall be done before COMPANY APPROVAL of the relevant
documentation applicable to this activity.
The procedure shall describe the different methods applied for several topographical and subsoil conditions,
stating the quantities and types of lifting equipment to be used. The procedure has to consider the pipeline
characteristics, in order to prevent temporary stresses and deformations capable of causing damage to the
pipe and its coating.
CONTRACTOR shall lower in the pipe immediately after completing the field joint coating of the welded joints
and completing any coating repairs, in order to prevent deterioration or accidental damage to the coatings
and/or to the pipe, due to shocks, impacts, exposure to sunlight, etc.
Before commencing with the lower and lay activities, the CONTRACTOR shalll have completed all quality
control checks and tests provided for welding and coating. Lowering in is not permitted where there are
unfinished weld repairs and outstanding NDT examinations to perform or where there are any non-coated
welds in the pipe section. CONTRACTOR shall ensure COMPANY is advised of all lowering activities in
advance to allow COMPANY representation to be present during execution of the WORK.
CONTRACTOR shall carry out an As Built Survey on all pipe lowered in and backfill shall not take place until
COMPANY representative APPROVES this survey and its results.

7.14 BACK FILLING


The pipe trench shall be backfilled in layers and compacted throughout its entire length including tie in
locations, bell holes and other excavations.
CONTRACTOR shall take great care during the backfilling to avoid creating ovality, dents or other mechanical
deformations in the pipe material.
Material used for backfilling shall be appropriately crushed and screened to reach the necessary grades for
soft padding, padding, and backfilling prior to the backfilling operation commencement. Would CONTRACTOR
not be able to recycle trenching materials for backfilling, CONTRACTOR shall be responsible to evacuate,
transport and dispose off such materials to dumping sites APPROVED by COMPANY and acquire, collect,
import and transport to SITE the necessary backfilling material from borrow pits which shall be APPROVED by
COMPANY. The cost of collection and transportation of backfilling materials shall be borne by CONTARCTOR.
CONTRACTOR shall lay in the trench a marking net as per COMPANY specifications at 0.30 meter from the
top of the pipeline.
After the backfill has been compacted, it shall be crowned with an additional layer of soil originally excavated
from the trench and compacted slightly. The crown shall be sufficiently high to ensure that the back-filled
trench will not settle below the existing ground level adjacent to each side of the trench.
CONTRACTOR shall haul away and dispose of any unsuitable or surplus excavated material to an
APPROVED dumping site being conscious of environmental regulations. The cost of transportation, disposal
including any dumping fees, shall be borne by the CONTRACTOR.
Special care shall be exercised in compacting backfill material in areas subject to flooding.
Where appropriate and specified the surface shall be durably protected against washing out.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 38 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

During periods of high water, open pipe trenches shall be backfilled as early as possible and protected against
washing out and erosion. CONTRACTOR shall construct temporary earth berms during the backfill operation
across the full width of the ROW at regular intervals to divert rainwater from the ROW.
Any pipe lowered in must be backfilled during the same day. Any pipe left exposed overnight (or longer) shall
be lifted and subjected to visual and holiday retesting prior to completing backfill.

7.15 PIPELINE CROSSING


CONTRACTOR shall install the PIPELINE in accordance with the requirements of the scope of work and AFC
drawings. In particular for the minimum separation distance with other pipelines (six (6) meters minimum
envisaged).
Prior to the start of any WORK, CONTRACTOR shall use an electromagnetic device (or any other Approved
method) to identify the exact position of all existing pipelines along the PIPELINE route followed by hand
excavation to confirm location and size.
The trench opening and backfilling shall be made by hand in the vicinity of existing pipelines, all in line with the
requirements stipulated in the 3rd party COMPANY Specification. Concrete slabs used as mechanical
protection on top of or separating existing pipeline(s) from the PIPELINE shall be installed. The size of the slab
shall be designed in accordance with the diameter(s) of crossed pipeline(s).
A cathodic protection testing station shall be installed at each crossing. CONTRACTOR shall furnish the
specific equipment to cadweld the CP cable onto both pipelines. Testing for absence of short circuit of said
station shall be made after installation and prior to backfilling. For pipeline crossing at an offshore location a
sacrificial anode CP shall be adopted.
CONTRACTOR shall place particular emphasis on aspects of the WORK relating to the safety of working in
proximity to existing services. WORK in these areas shall be carried out by CONTRACTOR under the pipeline
owners Permit-To-work (PTW) system.
Early application to the pipelines owners to gain approval to cross their pipelines shall be critical in
CONTRACTOR's planning and is an integral part of CONTRACTOR Scope of WORK.
CONTRACTOR shall respect the permit conditions of the pipeline owners who may impose special
construction related conditions prior to allowing CONTRACTOR their approval to install PIPELINE under their
pipeline.
The preliminary survey shows that a total aggregated of two (2) numbers of pipelines crossings irrespective of
the diameters are envisaged. Should the final quantity of pipeline crossing installed and APPROVED by
COMPANY be more or less than two, a CHANGE ORDER PRICE for this Work Unit shall be provided by the
CONTRACTOR for COMPANY’s approval and shall be based on pro-rata basis against the price of the Sub
Work Unit.
The actual number of pipelines crossings will be agreed during the engineering phase utilizing data from the
geotechnical and Pre-Construction surveys.

7.16 ROAD CROSSING


CONTRACTOR shall undertake all roads and track crossings in an expedient manner, and wherever
practicable, install these crossings ahead of the mainline activities.
Main public highways shall be undertaken using trenchless crossing techniques.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 39 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

7.16.1 CASED CROSSING


Trench-less cased crossings will require the installation of pre-tested pipe in the interests of integrity. After
installation, CONTRACTOR shall monitor the crossings for any signs of settlement and where such signs
occur CONTRACTOR shall take all remedial actions necessary to address the situation with immediate effect.
All road crossings requiring casing pipe to be installed shall have the annulus between the carrier pipe and
casing pipe fully grouted after carrier pipe installation with conductive grout such as Poziment or equivalent.
CONTRACTOR shall confirm, by calculations, if sacrificial anode material such as a zinc ribbon, is required
within the casing pipe prior to undertaking the pressure grouting.
The actual length of linear trench-less cased if any will be agreed during the engineering phase utilizing data
from the geotechnical and Pre-Construction surveys.

7.16.2 UNCASED CROSSING


Trench-less uncased crossings will require the installation of pre-tested pipe in the interests of integrity. After
installation, CONTRACTOR shall monitor the crossings for any signs of settlement and where such signs
occur CONTRACTOR shall take all remedial actions necessary to address the situation with immediate effect.
For both methods of Trench-less Crossings, there is a requirement for grouting the annulus between the line-
pipe and soil if the bored hole exceeds the installed line-pipe or casing diameter by more than 30 mm.
Access points, bypass roads, traffic lights, warning signs, fencing and other precautionary safety requirements
shall be provided by CONTRACTOR to minimize any inconvenience to the general public and assure safety.
The actual length of trench-less uncased crossing if any will be agreed during the engineering phase utilizing
data from the geotechnical and Pre-Construction surveys.
CONTRACTOR shall respect the permit conditions of the road and highways authorities who may impose
special construction related conditions prior to allowing CONTRACTOR their approval to install pipe under said
road.

7.16.3 OPEN CUT ROADS & TRACK CROSSINGS


Open cut road crossings and track crossings shall be reinstated in accordance with the project requirements
and of the requirements of the local road owners and/or highway authorities immediately the pipe is installed.
Wherever a conflict occurs between any construction requirements, the most stringent criteria shall apply.
Access points, bypass roads, traffic lights, warning signs, fencing and other precautionary safety requirements
shall be provided by CONTRACTOR to minimize any inconvenience to the general public and assure safety.
The actual length of open cut crossing if any will be agreed during the engineering phase utilizing data from
the geotechnical and Pre-Construction surveys.

7.17 RIVERS / WATER COURSE CROSSING


CONTRACTOR shall install the river / watercourse crossings along the PIPELINE identify during the Pre-
Construction Survey.
All river / watercourse crossings shall be given the utmost environmental awareness as rivers and streams
supply water and livelihood to nearby communities.
CONTRACTOR shall provide a River Crossing Method Statement which shall be APPROVED by COMPANY.
CONTRACTOR shall leave not less than a three-meter buffer of untouched vegetation each side of any water
course crossing until it is ready to undertake the actual crossing itself. After removal of top soil this three-meter

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 40 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

buffer will act as a catchments area should inclement weather create sediment flow down the Complete ROW
towards the water crossing itself.
After installing the crossing, CONTRACTOR shall restore any damaged water course banks to their previous
slope and condition, stabilize banks, cover with erosion protection material as required (e.g. rock armor,
gabions, rip-rap or bags filled with cement/sand mixture, jute matting etc.) to ensure adequate protection to the
bank that may be eroded by the detrimental action of flood waters. Changes to width-depth ratio of
watercourses at crossings shall be avoided. Changes to natural substrate material in watercourses shall be
avoided. The CONTRACTOR Geotechnical and Environmental Specialists shall propose soil erosion
protection for APPROVAL by COMPANY.
The stability of the channel at the crossings shall be monitored and remedial actions implemented if signs of
instability such as erosion, sedimentation or other indicators of channel instability are identified.
The river / watercourse crossings shall require pre-installation hydro-testing to be undertaken as to assure
integrity once it is installed.

7.18 CATHODIC PROTECTION


CONTRACTOR shall design, procure, install, test and perform the pre-commissioning and commissioning of
the complete Cathodic Protection (CP) systems in accordance with the WORK. CONTRACTOR shall provide
all CP ground beds, transformer rectifiers, temporary and permanent anodes, cabling, splicing, test points,
bond boxes, marker posts and the like.
The CP system installation shall be carried out by an experienced specialist SUBCONTRACTOR. Detailed
procedures for the installation, testing, pre-commissioning and commissioning of the CP system shall be
APPROVED by COMPANY before WORK commences.
After commissioning of the final impressed current system, CONTRACTOR shall disconnect any temporary
sacrificial systems that may still remain in use.
Influence of third party pipelines and facilities, either crossing or in close proximity to PIPELINE, shall be
carefully assessed and appropriate mitigation measures included within the final selected design of the system
to ensure both PIPELINE and third party facilities and pipelines are fully protected.
The PIPELINE shall be protected by impressed current CP.

7.19 CLEANING, GAUGING AND HYDROTESTING


All cleaning, gauging and hydrostatic testing of PIPELINE shall be undertaken in accordance with the Pipeline
Cleaning, Gauging and Hydro-testing COMPANY Specifications.
All mainline valves at AGI locations shall be installed prior to hydro-test (but after cleaning and gauging) and
only when CONTRACTOR can assure, to COMPANY satisfaction that the pipeline is sufficiently clean to
ensure that no damage will occur to any valve internal components. COMPANY will have the right to request,
and CONTRACTOR shall comply, that CONTRACTOR install these valves after the final hydro-test should
COMPANY consider potential damage could occur to valve internal components. There shall be no
commercial impact based on whichever decision COMPANY invokes. If CONTRACTOR can demonstrate to
COMPANY's satisfaction that mitigation measures are in place alternative proposals may be considered.
The inclusion for the potential use of a caliper pig to assure earliest definition and understanding of any
damage identified following any suspect gauging pig runs shall be integral to this respective element of the
WORK. CONTRACTOR shall bear all costs associated with this activity, should it be necessary.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 41 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Any proposed hydrotestinq shall, as a best practice, be notified to the local authorities at least forty eight (48)
hours prior to pressurizing and warning signs or personnel shall be installed at key points of ROW access to
discourage the general public from entering any location where the pipeline may be under test.
CONTRACTOR shall make all necessary arrangements for the supply, treatment and testing of all water that
may he required for hydro-testing. CONTRACTOR shall also make all necessary arrangements and provide
equipment for the treatment and disposal of all hydrostatic water to COMPANY APPROVAL.
Chemicals (oxygen scavengers, biocides and the like) shall not be added to hydro-test water unless full
APPROVAL is obtained from COMPANY and local regulating bodies.
CONTRACTOR shall employ a specialist test engineer, with a minimum of five (5) years documented cross
country experience in that capacity, who shall be the focal point for COMPANY during any cleaning, gauging,
caliper, filling, pre-testing, hydro-testing and dewatering activities.
The final authority for any hydro-test acceptance shall be COMPANY REPRESENTATIVE.

7.20 FINAL REINSTATEMENT


Upon completion of construction, inspection and hydro-testing of the PIPELINE, CONTRACTOR shall clean up
the entire Complete ROW and lay down compounds, removing all refuse, debris and surplus materials. During
the clean-up operation, CONTRACTOR shall perform final grading of the backfilled pipeline trench.
Reinstatement and clean up shall consist of, but shall not be limited to, the returning of the land and all
facilities disturbed by CONTRACTOR to a condition equal or better than before CONTRACTOR began his
construction work.
Private roads, tracks and the Complete ROW used by CONTRACTOR shall be restored to their former
condition or better by CONTRACTOR.
CONTRACTOR shall collect and remove all materials originally supplied by himself, which are surplus,
defective, or substandard as well as all such supplies which have deteriorated or were rejected for other
reasons.
CONTRACTOR shall remove all debris scattered over the Complete ROW, laydown compounds and adjacent
land, to be hauled off to and disposed of at sites to be sourced by CONTRACTOR. Materials which can be
used by COMPANY for future benefit of maintenance and operations i.e. pipe pieces over two metres long,
shall be returned to COMPANY after CONTRACTOR has undertaken a reconciliation of all such materials.
The location for the return of such items shall be advised by COMPANY in due course.
All auxiliary structures, such as blockage devices, temporary drainage, posts, silt fencing, post foundations,
wire and plastic fencings and the like which had been erected during construction, shall be dismantled and
removed in accordance with the local authorities concerned.
Final clean-up of the remaining un-cleaned sections of the SITE shall be completed within four (4) weeks after
completion of hydro-testing.
The CONTRACTOR shall recognize the importance of the reinstatement of the PIPELINE.
The objective is that the PIPELINE should be capable of supporting the same kind of intensity of land use that
existed prior to the WORK encroaching upon the environment. Land use in this sense includes not only
agriculture, but extends to other uses such as grazing, forestry, and watershed.
After completion of backfilling of the trench and all relevant tests, CONTRACTOR shall remove any
construction rubble and surplus materials from the ROW and reinstate the surface of the ROW back to its
original condition or better.
If more extensive. Permanent alterations to the terrain must be undertaken, the agreement of the regulatory
body having jurisdiction and the relevant land owners shall be obtained.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 42 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

If CONTRACTOR attempts to perform clean-up and reinstatement operations during adverse weather
conditions, CONTRACTOR shall assume full risk of acceptance. CONTRACTOR shall be required to perform
clean-up and reinstatement again to meet the required standard of normal weather clean-up. Top soil shall not
be replaced during periods of rain.
Reinstatement of the original condition of the surface shall also be understood to include reinstatement of the
original landscape and composition of the soil (topsoil). It may therefore be necessary for CONTRACTOR, at
his own expense, to deposit additional topsoil on the
Complete ROW. After the top soil has been spread back over the right of way any stones or rocks with a
diameter larger than 100 mm shall be removed and hauled away.
The various excavated soil layers shall be stored separately and reinstated as they were originally found. All
mixing and contamination shall be avoided.
River and water runs have to be protected against erosion with suitable embankment and river bed protection.
The protection has to be done according to the definitions of the PROJECT. For these water runs where no
special definitions are provided the type of protection has to be selected according to the construction
drawings.
All damage to, for example, buildings, fences, survey monuments, roads, bridges, culverts, drainage ditches,
terraces, drainage tiles, water crossings and banks, wetlands, third party facilities, utilities and like during
construction shall be restored to the same condition as before damages occurred.
The existing surface shall be reinstated. Consolidation of gravel or earth paths with asphalt or concrete shall
only be permitted after agreement with the regulatory body and COMPANY.

7.21 DEMOBILIZATION
CONTRACTOR shall carry out all activities and works related to the demobilization of the SITE and all
personnel.
CONTRACTOR shall demobilize the construction SITE, equipment, machinery and personnel from SITE when
the part of the WORK to be performed is completed and COMPANY has authorized demobilization.
The demobilization activities typically include the following:

a) Transportation and delivery to COMPANY base all spare parts and construction surplus to be
retained by COMPANY.
b) Removal of all temporary construction facilities and cleaning up and reinstating of the pipe storage
areas and Construction Camp(s) and WORKSITES to the high standard and conditions expected
from an experienced CONTRACTOR.
c) Reinstatement of all access roads, crossing points and bridges and other access points used during
the WORK.
d) SITE clearance after completion of SITE work and follow up of all pending clean up or reinstatement
tasks prior to demobilization.
e) Removal to an APPROVED location of all waste generated by the WORK including excavated
materials, rock, construction waste and the like.

CONTRACTOR shall consider demobilization to be the handing back of the land in a condition equal or better
than before CONTRACTOR begun his WORK. Anything less than this basic requirement, and where delay or
costs incur due to such non-compliance shall be CONTRACTOR responsibility. COMPANY reserves the right
to take all actions necessary to remedy same under the provisions of the CONTRACT.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 43 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

7.22 ABOVE GROUND INSTALLATIONS


This Work Package includes all aspects of the construction WORK at the Above Ground Installations (AGI).
CONTRACTOR shall therefore develop and up-date the DESIGN deliverables and shall carry out all
Complementary Studies and Basic Engineering works necessary for the detailed definition, fabrication,
transportation, construction and pre-commissioning of the AGI including procurement of equipment, valves,
fittings and bulk material required for the performance of the WORK.

All construction activities shall require CONTRACTOR to prepare for COMPANY APPROVAL the appropriate
procedures, method statements, design drawings, permits to work, risk assessments and any associated
documentation applicable for the WORK activity to be undertaken.

All preliminary work, construction, pre-commissioning and commissioning tasks shall be scheduled by
CONTRACTOR to minimize any potential disruption to:

a) Third Party Owners, and


b) Other affected parties or individuals.
CONTRACTOR shall therefore identify and pre-plan all activities well in advance.
CONTRACTOR shall be responsible for access roads into all the AGI and shall arrange all third party
interfaces in sufficient time to ensure CONTRACTOR construction activities do not have a negative impact on
other parties working within this location. All access roads, fencing, office space, material lay down areas and
other temporary requirements shall be provided by CONTRACTOR wherever needed.
CONTRACTOR is required to have full knowledge of the applicable local laws and regulations, conditions of
labor, local conditions and environmental aspects and shall comply with the requirements thereof.

The AGI in Flowstation Node particularly all the works pertaining to the pig trap launcher installation shall be
performed either within the Flowstation premises while the AGI in Onshore Terminal Node particularly all the
works pertaining to the pig trap receiver installation shall be performed either within the Onshore Terminal
premises.

7.22.1 CIVIL WORKS


CONTRACTOR main tasks include:
 SITE preparation;
 Concrete foundations, associated aprons for launching trolley;
 Grouting for pipe-work and supports;
 Structural Supports;
 Excavations;
 Grading inclusive of cutting and filling where necessary;
 Buried pipe-work;
 Steelwork, concertina wire;
 Hard standing areas;
 Paving and kerbing as required.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 44 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

Civil WORK scope includes all the activities to be performed inside the Onshore Terminal premises and/or the
land acquired by COMPANY in the vicinity of such premises.

7.22.2 PIPING WORKS


CONTRACTOR main tasks include:
 Fabrication of piping material and associated fittings;
 Flanges, gaskets and bolts;
 Welding and NDT to include qualifying relevant weld procedures;
 Installation of LBV, SDV, valves and associated equipment
 Vents and drains;
 Isolation joints;
 Installation of fittings, flanges, valves, gaskets, bolts and the like;
 Pipe supports;
 Cleaning and flushing of pipe-work and disposal of waste water;
 Surface preparation of pipe-work prior to painting;
 Painting to all above ground pipe-work and facilities;
 Repair to damaged painting/coatings.

7.22.3 TIE-IN TO FLOWATION LACT UNIT & ONSHORE TERMINAL EXPORT BY-PASS LINE
CONTRACTOR shall be responsible for tie-in the PIPELINE to the export bypass line at the flowstation &
Onshore Terminal Node.
All works and material associated with this additional connection and branch including detailed design,
provision for steel supports, foundations, concrete slab, etc. shall be the CONTRACTOR responsibility.
CONTRACTOR shall include for the piping, associated valves, reducers, tees, elbows and all pipe-work and
associated materials and equipment to successfully execute this WORK.
CONTRACTOR shall schedule this WORK to minimize any potential disruption to:
a) third party owners, and
b) other affected parties or individuals

7.22.4 MECHANICAL WORKS


CONTRACTOR main tasks include:
 Installation of Pig Launcher & Receiver, Pig Signaler and related equipment;
 Supply & installation of mechanical interlock vales for the Pig Launcher & Receiver
 Supply of cranes, spreader beams, ropes, shackles, skates and pulling blocks to lift the equipment
items off road transport and position them onto concrete foundations;
 Installation of holding down bolts, packing and shims;
 Install as per manufacturers recommendations;
 Install associated pig trap materials I equipment;
 Install end closures;
 Painting.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 45 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

7.22.5 INSTRUMENTATION & CONTROL SYSTEM WORKS


CONTRACTOR main tasks include:
 Field instrumentation installed within the Onshore Terminal & Flowstation Nodes associated with
PIPELINE;
 Installation of valves per project Specifications & AFC drawings
 Instrument bases and supports.

7.22.6 ELECTRICAL WORKS


CONTRACTOR main tasks include:
 Earthing system for Pig Launcher & Receiver and link-up to a central earth-grid system.
 Electrical insulation of pipeline system

7.22.7 CATHODIC PROTECTION WORKS


CONTRACTOR main tasks include:
 Transformer Rectifier Installations and hook-ups;
 CP cables and splicing & jointing;
 Bonding installations to third party pipelines and facilities as required;
 Test Post installations;
 Routing of CP cables and termination where specified within Flowstation & Onshore Terminal Node;
 Installation of temporary sacrificial anodes as required;
 Anode Ground Bed/s and associated cable runs to cabinets and Transformer Rectifiers.

8 INSPECTION & TESTING


The CONTRACTOR shall execute all inspection of CONTRACTOR ITEMS (including COMPANY ITEMS re-
designated and/or assigned as CONTRACTOR ITEMS), including the following requirements:

a) CONTRACTOR shall carry out all inspection and testing required for CONTRACTOR ITEMS,
including equipment and materials on sub-order, and shall be responsible for ensuring that all goods
are strictly in accordance with the specifications as defined in the purchase order.
b) CONTRACTOR shall specify identifiable requirements based on COMPANY 'class of inspection' for
each material requisition, or alternative procedures designed to ensure an equally high standard of
inspection. An APPROVED criticality rating system shall be adopted by CONTRACTOR and shall
form part of his overall quality management system and plan.
c) Inspection shall be performed by qualified inspectors employed by CONTRACTOR and by TPA
inspection also employed by CONTRACTOR.
d) CONTRACTOR shall confirm in writing to COMPANY the date of such FAT at least thirty (30) days in
advance. In case of attendance of Third Parties or statutory certifying Authorities, the dates for FAT
shall be notified at least thirty (30) days in advance.
e) Shop inspection shall be carried out by CONTRACTOR at both the point of manufacture and, where
necessary, at the source of manufacturers sub-ordered materials.
f) CONTRACTOR shall be responsible for all quality assurance activities including VENDOR inspection.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 46 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

g) CONTRACTOR shall be responsible for arranging for and co-coordinating the use of inspection by
TPAs where required for specific equipment and materials in the country of origin, for statutory
insurance, or any other reason. Such requirement shall in no way relieve CONTRACTOR of his own
responsibilities.
h) Provision shall be made at all times for COMPANY to have the right to participate in pre-inspection
meetings, inspection visits and test witnessing. CONTRACTOR shall prepare anticipated testing
schedules providing COMPANY with sufficient advance notice for its participation.
i) CONTRACTOR shall submit to COMPANY written reports on inspection carried out in sufficient detail
for COMPANY to monitor the effectiveness of inspection. These shall include:
 Progress relative to agreed schedule;
 Documentation/drawing status and approval status;
 New or outstanding problem areas including the issuance of non-conformance reports;
 Details of QC inspections carried out during visits referencing the appropriate standards and
quality plan used. Results of inspection activity shall be stated as acceptable or not
acceptable. Where a problem is identified, CONTRACTOR proposed method of rectification
and estimated duration thereof shall be noted;
 Inspection reports shall be issued to COMPANY within two (2) days of the inspection visit;
 CONTRACTOR shall prepare and provide to COMPANY a co-ordination procedure for the
foregoing and for co-ordination with COMPANY team.
j) In addition to the inspection reports, CONTRACTOR shall prepare and issue a monthly inspection
status report showing the milestones reached for the overall contract equipment/material. The
inspection status report shall be bi-monthly at critical stages of the equipment I fabrication.
k) If equipment /material has to be modified or repaired in order to pass final inspection and test,
CONTRACTOR shall compile a complete dossier containing accurate and detailed records of all
design changes, alterations, modifications, adaptations and the reasons for them, together with
minutes of all relevant meeting and notes of all relevant discussions and shall promptly make such
dossier available to COMPANY.
l) CONTRACTOR shall endorse as correct all fabrication and manufacturing data folders containing mill
test certificates, equipment test certificates and all other relevant inspection data.
m) CONTRACTOR shall sanction the release of completed goads for shipment after final inspections
have confirmed satisfactory completion.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 47 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

9 PRECOMMISSIONING, COMMISSIONING & START-UP


9.1 GENERAL
CONTRACTOR is advised that under the COMPANY system, the terms "Pre Commissioning" and
"Commissioning" may slightly differ from that which CONTRACTOR ordinarily considers as the true work
function to be undertaken under such specific terms.
1. To assist CONTRACTOR with definition of the aforementioned activities, CONTRACTOR shall review
COMPANY Pre-Commissioning Specification as specified hereunder.
Notwithstanding the aforementioned, CONTRACTOR shall work under the wording as specified in the above
SPECIFICATION.

9.2 PRECOMMISSIONING
CONTRACTOR shall be wholly responsible for all pre-commissioning activities under the CONTRACT.
CONTRACTOR shall undertake the activities specified in the COMPANY Specifications & approved
procedures.
CONTRACTOR shall adhere to the requirements of COMPANY Operating Philosophy.
After completion of the hydro-testing activities, the pipeline sections shall require to be dewatered in
accordance with CONTRACTOR procedures which shall be APPROVED by COMPANY. Strict compliance
with environmental requirements in respect of water extraction from water bodies (rivers, streams and the like)
and final water discharge from the tested pipeline shall be respected by CONTRACTOR.
CONTRACTOR shall also dry the pipeline after dewatering by using an appropriate number of swabbing pig
runs, propelled by oil-free, dehumidified air. When the pipeline is considered to be dry, all test sections shall be
tied in and full NOT (X-ray, UT, MPI) undertaken.
Thereafter, CONTRACTOR shall run a caliper pig from the Onshore Terminal pig launcher to the offshore
loading system Node to validate that no mechanical deformations, dents or other detrimental material damage
has occurred during the PIPELINE construction.
After confirmation of a successful caliper pig run, CONTRACTOR shall run the internal baseline survey prior to
drying the pipeline to the defined dew point of ~20 oC in accordance with the Pre-Commissioning
SPECIFICATION.
Pre-commissioning activities includes the following:
 Producing the final testing and pre-commissioning test procedures for the entire system under its
Scope of WORK;
 Dewatering (and safe disposal of test water);
 Swabbing;
 Tie in all test sections and sections to AGI;
 Caliper pig run/s;
 Baseline Survey (unless specified to the contrary by COMPANY undertaken during this pre-
commissioning phase;
 Drying to specified dew-point;
 CP test & pre-commissioning works;
 Testing of all equipment as recommended by VENDORS and equipment manufacturers;
 Inspecting, testing, pre-calibrating instrumentation, including any instrumentation pre-assembled on
other equipment that has been supplied by other parties required during the pre-commissioning;
 Checking hot and cold loops;

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 48 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Checking opening, closing, sealing and operation of all valves:


 Checking opening, closing, sealing and operation of all pig trap valves, pig signals, appurtenances
and quick release end closures.

9.3 PIPELINE INTERNAL BASELINE SURVEY


CONTRACTOR shall undertake a pipeline internal baseline survey to confirm the final installed condition of the
completed pipeline between the pig launcher at Onshore Terminal Node and the removal pig receiver at
Offshore Loading System Node.
The internal baseline survey shall be undertaken using an intelligent inspection tool from a recognized
SUBCONTRACTOR who shall have extensive and recognized experience in these types of specialist works.
In consideration of this point, CONTRACTOR shall design the pig launcher and pig receiver to accept the
largest commercially available intelligent tool to permit all types of magnetic flux or ultrasonic
SUBCONTRACTOR tools to be considered for the baseline survey. COMPANY shall decide which type of tool
to use prior to undertaking this activity.
The internal baseline SUBCONTRACTOR shall require to be APPROVED by COMPANY in sufficient time to
avoid any disappointment and impact to WORK TIME SCHEDULE.
The internal baseline survey shall inspect for dents, buckles, corrosion, wrinkles, metal loss, internal and
external cracks, laminations, pitting, mid-wall anomalies and the like.
The undertaking of the baseline survey shall be done after completion of the calliper pig run and before drying
is carried out unless specifically requested to the contrary by COMPANY.
CONTRACTOR shall provide all equipment, labour, resources and tooling necessary to undertake the internal
baseline survey, under the supervision of the vendor's technician.
Preliminary results from the internal baseline survey shall be presented to COMPANY with a summary report
within seven (7) days of completion of the WORK. Final results shall be provided with a detailed report within
thirty (30) days of the completion of the WORK.

9.4 COMMISSIONING
CONTRACTOR shall commission the following installed key facilities within the WORK:
 Instrumentation as installed by CONTRACTOR within Flowstation Node;
 Cathodic Protection System;
 Inspecting and checking of interfaces with 3rd party control and safety systems.

Other areas of the WORK not specifically listed herein but necessary for the successful operability of the
PIPELINE. CONTRACTOR shall undertake all commissioning work in accordance with COMPANY's
OPERCOM system.
CONTRACTOR shall produce commissioning test procedures for the entire system under its Scope of WORK.
CONTRACTOR shall provide commissioning support to COMPANY for other activities related to final
commissioning and start-up. Such support shall consist of labor, tools, vehicles, equipment and consumables
required to perform the commissioning. COMPANY shall advise CONTRACTOR in advance wherever it
requires CONTRACTOR support.
CONTRACTOR shall be responsible for validation, inspection, testing, pre-commissioning, commissioning and
start-up procedures and schedules for review and APPROVAL for CONTRACTOR' defined Scope of WORK.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 49 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

CONTRACTOR shall document all inspection and tests performed and provide the appropriate inspection and
test certificates as required for validation purposes.
CONTRACTOR shall have adequate site engineering support available throughout the precommissioning
/ commissioning phases. CONTRACTOR shall implement an APPROVED isolation and Permit-To-Work
system with signature, color coding and lock out procedures.
COMPANY will review and APPROVE these procedures.
CONTRACTOR shall have sole responsibility for the control of all safety locks until such time as the transfer to
COMPANY operators upon final acceptance.
CONTRACTOR shall supply all equipment, materials and consumables for the precommissioning
/ commissioning phases. COMPANY shall APPROVE such equipment.
CONTRACTOR shall provide an HSE datasheet for each material to be used.
CONTRACTOR shall also be responsible for the safe disposal of all materials after their purpose and use has
expired.

Commissioning Punch Lists


The punch lists established during pre-commissioning shall be continually updated by CONTRACTOR during
any associated commissioning operations to reflect the addition of newly discovered items as well as the
deletion of cleared items.
A punch list management procedure shall be prepared by CONTRACTOR for APPROVAL by
COMPANY.
The punch lists items will be split into at least the following two categories:

 Items which shall be cleared before start up;


 Items which may be cleared after start up.

CONTRACTOR shall clear the punch lists items before start up prior to applying for the PROVISIONAL
ACCEPTANCE CERTIFICATE.

Hand-Over Dossier
CONTRACTOR shall compile documentation pertaining to the commissioning activities in a Handover Dossier
arranged by sub-system, which shall contain all information required to demonstrate a sub-system has
reached the Ready for Start Up stage.

9.5 START-UP & EARLY OPERATIONS


COMPANY will perform start-up following commissioning, using COMPANY's own product. Upon request,
CONTRACTOR shall provide technical and site engineering assistance to COMPANY during the start-up
process, which typically will cover the following;

 Provision of assistance to COMPANY for the start-up of the PIPELINE, upon written request of and to
the extent required by COMPANY;
 Provision of CONTRACTOR's start up specialists;
 Assistance for mobilization of VENDOR and SUPPLIER specialists;

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 50 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Provision of start-up labour, services. logistics, as well as temporary construction, commissioning and
testing equipment, tools, and consumables;
 Preparing, providing, operating and maintaining services and facilities at SITE, specifically related to
start-up activities throughout the duration of the start-up work, such services and facilities being in
addition to those related to the other parts of the WORK.

CONTRACTOR shall provide adequate supervision and competent labour of all trades to undertake
rectification and modifications that are required by COMPANY.

Rectification of defects shall not be undertaken by CONTRACTOR's start up team without


COMPANY APPROVAL.

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 51 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

10 EXCLUSIONS BATTERY LIMITS


10.1 GENERAL
The following are excluded from the scope of supply of CONTRACTOR
o ROW acquisition.
o Custom duty & other government tariffs on imported goods/equipment.

10.2 BATTERY LIMIT


CONTRACTOR shall provide tie-in of all process and utility piping at already identified battery limits on the
P&ID and facility layout drawings. The battery limit with others shall be on a flange point on the by-pass, vent,
closed drain and open drain piping.

 All interconnecting piping connecting the Pipeline to the by-pass export mating flange as shown on
the PFD and P&ID.

11 TECHNICAL SUBMISSIONS

11.1 GENERAL
The CONTRACTOR shall submit detailed technical proposal and ensure the following are also part of the
technical documentation.
 Company registration certificate
 DPR Permits
 3-years tax clearance
 Method statement & detailed project execution plan.
 Master Document Register containing all design deliverables to be carried out for the project.
 Level-2 project schedule detailing all necessary activities towards project completion.
 Local content plan for the project
 Lists & CVs of personnel to be engaged on this project.
 List of equipment & tools to be used for execution of works
 Lists of sub-vendors & 3rd party Contractor to be engaged on this project.
 List of deviations & exclusions from scope of supply if any.
 Reference lists of the proposed solution.

11.2 OPTIONAL QUOTE


The CONTRACTOR shall submit an optional quotes in its commercial proposal the “cost per km” of laying the
PIPELINE. The cost shall factor-in all necessary cost components such as:
 Procurement
 Logistics (transportation, handling etc.)
 Surface preparation
 3LPE coating

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 52 of 53


4” x 3KM ONSHORE TERMINAL PRODUCE WATER PIPELINE
PROJECT

SCOPE OF WORK

 Welding & NDT


 Installation
 Hydrotesting, gauging, cleaning etc.
 Commissioning & start-up
The aim of the optional quote is to give flexibility in the pricing should the Pre-construction survey reports
suggest that the length of PIPELINE to be constructed is slightly longer or shorter than the length defined in
this SCOPE OF WORK.

12 EXHIBITS
The COMPANY shall provide the underlisted to the CONTRACTOR to enable her to prepare a comprehensive
technical and a separate detailed commercial proposal.
 Scope of Work – Exhibit A
 Equipment List – Exhibit B
 Functional Specifications – Exhibit C
 The Approved Vendor’s List – Exhibit D
 FEED Design packages – Exhibit E

OTKP-PPL-PJM-RFQ-07000 – Scope of Work Page 53 of 53

You might also like