You are on page 1of 48

EXHIBIT A

SCOPE OF WORKS
ATTACHMENT 1 – CRUDE OIL STORAGE TANKS SPECIFICATIONS (S&WL)

Attachment 1 - Technical Specifications

Crude Oil Storage Tanks and Associated


Works at Safah & Wadi Latham

Occidental of Oman Inc.

P.O.Box 717, P.C. 130, Al-Azaibha, Sultanate of Oman


Phone No.:+968 2452 4000, Fax No.:+968 2452 4005
1. INTRODUCTION
This specification describes the minimum requirements for Engineering, Procurement, & Construction
(EPC) Scope that includes the design, engineering, procurement, manufacturing, fabrication, assembly,
erection, inspection, testing, painting and supply of material for the following equipments at Safah-CPF
& Wadi Latham for Occidental of Oman.

Sr. No. Description Tag Nos. Quantity

01 Crude Oil Storage Tank 09-T-9050 / 09-T-9055 Two (2)


02 Crude Oil Storage Tank 02-T-210 / 02-T-220 Two (2)

Contractor shall ensure that the design complies with the requirements of this specification and its
referenced specification and standards.

Contractor shall be responsible for the detailed design, engineering, manufacture, supply of materials
to site, construction of foundation, fabrication (on or off site), assembly, inspection, testing, certification,
painting, packing, transportation and proper functioning of the equipment.

This specification shall in no way release the Contractor from final guarantee as to materials,
apparatus, workmanship and performance of the equipment to be supplied.

1.1. Project Background

Safah CPF:

Two (2) additional atmospheric oil storage tanks with 40k BBL working capacity each are
required to be installed at the facility in parallel with the existing tanks (Tk-101/102/103).

The common feed inlet to the new tanks, to have flexibility; are required to be fed from Crude
Stabilization Unit (trim coolers E-108 A/B), booster pumps P-1103 A/B/C/D/E common
discharge, and shipping pumps P-102 A/B/C common discharge by pressure control system.

The oil outlet needs to be connected to both booster and shipping pumps suction header. Off
gases vents are to be connected to the AP Flare. Isolation valves at inlet and outlet process
pipes are installed to provide flexibility for tanks maintenance purposes.

WL Production Facility:

Two (2) additional atmospheric Oil Storage tanks with 40k BBL working capacity each are
required to be installed at the facility in parallel with the existing tanks.
The common feed inlet to the new tanks needs to be fed from Desalters V-914/939 oil outlet
common header and from shipping pumps P-20 A/B/C/D common discharge by pressure control
system.

The oil outlet needs to be connected with shipping pumps suction header. Off gases vents are
to be connected to the AP Flare. Isolation valves at inlet and outlet process pipes are installed
to provide flexibility for tanks maintenance purpose.

1.2. Project Objectives

The scope of work for both circuits includes:

Safah CPF Circuit:

Engineering Design, procurement and installation of two (2) crude oil storage tanks of 40 kBBL
working capacity each.

Design and installation of interconnecting piping (process, vents, utilities, drains) to hook up new
tanks with existing facilities.

Wadi Latham Circuit:

Engineering Design, procurement and installation of two (2) crude oil storage tanks of 40 kBBL
working capacity each.

Design and installation of interconnecting piping (process, vents, utilities, drains) to hook up new
tanks with existing facilities.

1.3. General Guidelines

The Contractor shall ensure that all the Tanks fully comply with the applicable standards as listed
below and requirements of this specification.

The Contractor shall be responsible for:

 Detailed design, engineering, construction of foundation, dike wall, material procurement


at the site, site fabrication, assembly, erection, co-ordination, inspection, testing,
certification of ‘Crude Oil Tanks’ as described in this specification, appendices, referred
codes and standards. The complete EPC scope of Tanks to be supplied is defined in this
document.
 An effective, unproblematic and efficient interfacing of all necessary subsystems, under
his scope of supply and with the existing facilities.
 Procurement and supply of spare parts for commissioning, start-up, and two (2) years
operation and maintenance.
 Assistance for Commissioning.
 The quality control of all sub-orders.

The Contractor shall have established quality system that complies with ISO 9001:2008, as
described in this specification.
This specification shall in no way relieve the Contractor from final guarantee as to mechanical
design, materials, apparatus, workmanship and performance of the equipment
inspected/supplied.

1.4. Site Conditions

Local and Environmental Conditions are presented in Appendix D.

2. ABBREVIATIONS AND DEFINITIONS

2.1. Abbreviations

The following abbreviations are used in this document:

API American Petroleum Institute

ASME American Society of Mechanical Engineers

ASTM American Society for Testing Materials

ISO International Organization For Standard

SDRL Seller Document Requirement List

CQP Contract Quality Plan

WPS Welding Procedure Record

PQR Procedure Qualification Record

QA Quality Assurance

QC Quality Control

AFC Approved For Construction

CPF Central Processing Facilities

KM Kilometer

KMPH Kilometer Per Hour

PO Purchase Order

DFT Dry Film Thickness

PLC Programmable Logic Controller

PESD Process Emergency Shutdown


IPF
Instrumented Protective Function
MTO
Material Take Off

ITP Inspection and Test Plan

ICTD Instrument Cable Termination Details

NDT Non Destructive Testing

NDE Non Destructive examination

OXY Occidental of Oman Inc.

TPI Third Party Inspection

TPIA Third Party Inspection Authority

VRS Vendor Response Sheet

WRC Welding Research Council

BBL Barrels

BWPD Barrels water per day

BOP Barrels oil per day

2.2. Definitions

Company / Client / Principal / Occidental of Oman Inc., the organization who will
Owner / Purchaser : own and operate / maintain the Equipment. For
purposes of uniformity, he shall always be referred to
as “Company”.

Contractor / Vendor / Supplier : The organization who has entered into a contract with
the Company for the design, engineering,
procurement, fabrication, supply and construction of
the facilities. For purposes of uniformity, he shall
always be referred to as “Contractor”.

Equipment : Crude Oil Storage Tanks


3. APPLICABLE STANDARDS

3.1. General

The equipment shall be designed, manufactured, assembled, erected, installed, inspected, tested
and painted in accordance with this specification and the referenced specification and standards.

All correspondence and documentation shall be in English. All measurements and units shall be in
US customary units.

A list of the specification and standards referred to in this document is included in Appendix C.

Contractor is deemed to be in possession and familiar with specification, standards listed. Not
possessing the referred standards/specification shall not be a cause for deviation or non-
compliance.

3.2. Conflicting Requirements

In case of conflict between documents relating to this inquiry or any subsequent purchase order /
Contract, the following priority of documents shall apply.

First Priority : Contract / PO and agreed variations thereto


Second Priority : These specifications and attachments thereto
Third Priority : COMPANY standard specification and drawings
Fourth Priority : International codes and standards

3.3. Adherence to Specifications

Contractor shall ensure that the design complies with the requirements of these specification and
its referenced specification and standards. Contractor shall complete the data/ specification
sheets, which are part of this specification. Contractor shall highlight any non-compliance in the
Table of Compliance (Appendix G). Filled in Table of Compliance, VRS and completed
Data/Specification sheets shall form part of the technical bid.

Unless referred to in the Table of Compliance as exceptions, it will be assumed that all
specification are adhered to and that there are no implications with respect to cost, delivery,
integrity and efficiency of the plant.
Failure to comply with the specification or submit the Table of Compliance may result in the bid
being disqualified on the grounds of technical non-conformance.
Only those comments / exceptions that are specifically agreed to by the Company prior to award
of the order will be incorporated into any eventual purchase order. No deviations from this
specification will be allowed after order.

4. SCOPE OF WORKS

4.1. General

The Contractor shall be responsible for the construction of foundation, dyke wall, installation of two
(2) number Crude Oil Tank (02-T-210 & 02-T-220) at Safah and two (2) number Crude Oil Tank
(09-T-9050 & 09-T-9055) at Wadi Latham together with all the internals, instrumentation as
described in this specification, appendices, referred codes and standards. This shall include
detailed design, engineering, material procurement at the site and supply, site fabrication,
transportation, construction, erection at site, inspection, testing, certification, painting and coating.

The materials for the tanks shall be procured from Company approved list.

The Contractor’s scope of supply includes all activities and deliverables required for the execution
of the design requirements as indicated further in this specification.

The Contractor’s scope of supply and services for the tanks, shall include, but not be limited to the
scope detailed below i.e. in section 4.2.

4.2. Specific Scope Requirements

Equipment scope of supply shall be including but not necessarily limited to the following:

4.2.1. Produced water storage tanks which shall include but not limited to mechanical, process,
civil & design, supply, fabrication and installation of complete structural works and design
of the equipments.
4.2.2. Material procurement, unloading, transportation, handling & storage.
4.2.3. Design, Engineering, Supply and Installation of tank bottom Impressed Current Cathodic
Protection System.
4.2.4. Spiral stairway with hand-railing, Platform and railing on Tank roof.
4.2.5. Access to roof centre with hand railing.
4.2.6. Manholes complete with davits, blind flanges, gaskets, bolting etc. along with spares.
4.2.7. Tank shall be fitted with stainless steel name plate with brackets.
4.2.8. Design and construction of concrete foundation for tank and dike wall.
4.2.9. Design and supply of foundation Bolts / Anchor Bolts. Soil bearing capacity and other
relevant information will be supplied by Company. In case, soil is unable to take full
capacity tank load, contractor shall take suitable measures as recommended by relevant
codes, standards and/or specification.
4.2.10. Instrument supports, Pipe supports cleats, Platform / ladder cleats as required.
4.2.11. Piping for Sampling.
4.2.12. Blind flanges, bolts, nuts & gaskets for all spare nozzles and all other nozzles wherever
specified as per data sheet.
4.2.13. Nozzle size and quantity may be subjected to change during detail design. Hence
Contractor to provide unit rates for all nozzle sizes.
4.2.14. Earthing bosses 3 nos. (mimimum) welded on each Tank shell.
4.2.15. All accessories like relief hatch, PV Valve and level gauge & fuel gas blanketing
4.2.16. Post Weld Heat Treatment as per code.
4.2.17. NDE / NDT, Inspection and Testing including the Hydro Testing.
4.2.18. Post drying and Dewatering of storage tank.
4.2.19. Surface preparation, external painting, internal painting and coating as per specification
& data sheet.
4.2.20. Protection and preservation of equipment and it’s components during transportation and
storage.
4.2.21. Design and construction of dike/bund wall and it’s drain system
4.2.22. Contractor shall include the soil investigation study & prepare detailed report in his
scope. The scope & report shall include the below scope but not limited to :

i. Drilling of minimum 2 boreholes each down to a depth of 10M below the existing
ground level.
ii. Carry out 1 seismic down hole test with in a bore hole of 10m depth.
iii. Carrying out 1 electrical resistivity test using wenner 4 electrode method.
iv. Factual description of the works, borehole logs, site plan & results of laboratory
tests.
v. Engineering analysis of the sub surface condition.
vi. Ground problems (if present) & recommendation of suitable solution.
vii. Detailed recommendation regarding the suitable foundation considering the worst
case scenario with tank full capacity , allowable bearing capacities (if required
based upon ground conditions), excavation requirement, lateral pressures,
engineering of fill, excavatability / rippability assessment & concrete protection.

4.2.23. Contractor shall include the site marking of the area as per the co-ordinates approved for
tank construction in the scope of work & contractor shall relocate the existing services
above or below ground to nearest location with Company approval, if any.
4.2.24. Process Oily Water and Storm Drain - A suitable arrangement for process oily water and
Storm water drain shall be provided with due consideration of the plot plan, grade
elevation, Project Specification and existing Company drainage philosophy.
4.2.25. Contactor shall design the bund wall & fire fighting system during the detail design with
minimum requirement of 5 Nos. Fire hydrant (4 Outlet) & 5 Nos. fire monitor for individual
tank.
4.2.26. Contactor shall make an access of the vehicle movement with a ramp on the bund/ dike
wall.
4.2.27. Contactor shall provide the explosion proof lighting arrangement on the stair way,
platform & railing on the tank-roof.
4.2.28. Contactor shall provide the provision of guided wave radar gauges, which can measure
the interface level of water & crude oil.
4.2.29. Contractor shall provide & interconnect the foam system along with foam chamber skid
which shall be suitable for crude oil tank. Company will approve the location during the
detailed engineering. (No. of foam chamber & piping shall be designed) as well as
external sparingly system as per EG. 311.
4.2.30. Contractor shall confirm that running pipe should be properly sealed, while passing
through the dike wall.
4.2.31. Civil design and construction of tank foundation, dyke wall and other affiliated civil works.
4.2.32. Plot plan earth works / grading and leveling, if required.
4.2.33. Under tank leak detection and sub-grade protection.
4.2.34. Applicable HSE practice and procedures to work in live plant area.
4.2.35. Procurement and installation of all instrumentation for the tanks.
4.2.36. Mechanical design of tanks and structural calculations for roof supporting structures.
4.2.37. Intermediate Wind Girders, (if required, as per design calculations).
4.2.38. Blow-up hatch for roof nozzle -‘Manhole/Blow-up hatch’ wherever required.
4.2.39. Supports inside the tank for all internals, wherever required.
4.2.40. Earthing wire/strip from Tank earthing boss upto Plant earth grid (Existing earth grid)..
4.2.41. Lightning protection design and installation of Lightning protection system.
4.2.42. Lighting Lux level design and installation of lighting system including wiring.
4.2.43. Foundation settlement markers welded on Tank Shell.
4.2.44. Piping support cleats (wherever required).
4.2.45. Anchor bolt chairs (if required).
4.2.46. Platform, handrail and grating for access to instrument connections on shell and roof.
4.2.47. Platform, hand rail and grating at roof of tanks to operate vent valves.
4.2.48. Hand railing around the periphery of tank roofs.
4.2.49. Access to roof centre with hand railing.
4.2.50. Lifting lugs, lifting trunnion and lifting beams (if required) to facilitate handling and
erection.
4.2.51. Quality assurance and control.
4.2.52. Inspection and testing (NDT), Hydro test & subsequent drying.
4.2.53. Supply & Disposal of Hydro-test Water.
4.2.54. Surface preparation (internal and external), painting & Coating.
4.2.55. Packing, transportation of prefabricated components from point of manufacture to site.
4.2.56. Unloading of prefabricated components at site.
4.2.57. Perform survey of the pre-prepared foundation & verify as-built lines & levels prior to tank
erection.
4.2.58. Site fabrication and erection.
4.2.59. Protection and suitable supports (wood or steel) for transportation.
4.2.60. Site assessment of proposed construction area and nearby existing facilities.
4.2.61. Site camp, workshops and offices, on the area allocated by Company, built as per good
practices and comply with Company’s HSE requirements.
4.2.62. Utilities including electricity, instrument air, plant air and water (required for general
purpose and hydro testing of tank).
4.2.63. Special tools if any, for fabrication, erection, testing and commissioning.
4.2.64. Spare parts for commissioning (As a minimum, Contractor shall include 200% gaskets
and 10% bolts (Min. 2 sets) of bolts for each blind flanged nozzle and manhole).
4.2.65. Spare parts for 2 years of normal operation (This includes instrument items).
4.2.66. All documentation, drawings, calculations and reports.
4.2.67. The Contractor shall guarantee that all the Tanks and their component parts against
defective workmanship and improper materials for a period of 18 months following the
date of completion or for a period of 12 months from commencement of operation,
whichever is earliest. The Contractor shall replace or repair the components of the tank,
which are defective, at their own cost during the guarantee period at a time suitable to
the Company.
4.3. Engineering

4.3.1. Engineering Services

Contractor shall assume overall responsibility for the design and engineering of
equipments supplied with well established and qualified experienced team as indicated in
this specification. This shall include, but not necessarily be limited to:

4.3.1.1. Providing engineering and production schedules including the list of engineering
documents.
4.3.1.2. Complete mechanical design, process design, civil & structural design and detailed
engineering of equipment.
4.3.1.3. A Dike/Bund wall shall be provided around the storage tank to contain the total
volume of the largest storage tank. The Bund wall shall be suitably designed to
withstand the fluid forces upon tank bursting. The bund shall be protected by fire
system. Contractor shall design the bund wall and fire fighting system during detail
design. Contractor is responsible for layout for tank area along with bund wall.
4.3.1.4. Resolving engineering queries relating to entire scope of work
4.3.1.5. Providing detailed Mechanical data sheets, design calculations, detailed drawings,
analysis, sub-Contractor details etc for the Tank and its components as per scope
of work.
4.3.1.6. Ensuring that equipment supplied meets the requirements of the specification and
standards specified herein.
4.3.1.7. Performing / coordinating all calculations, analysis etc., as specified in this
specification and the referenced specification and standards, and / or the
equipment data sheets and where deemed necessary to support technical,
engineering decisions.
4.3.1.8. Providing all documentation, relevant drawings, layout drawing for tankage, loads,
calculations, analysis, design/production schedules, sub-contractor details etc. for
Company’s review and approval.
4.3.1.9. Contractor has to absorb the minor design and HAZOP review comments after
mutual agreement.
4.3.1.10. Providing design parameters i.e. foundation loads for designing foundations and
component lifting.
4.3.1.11. Furnishing progress reports, third party inspection reports with photographs
4.3.1.12. Providing expediting services for all sub-contractors and ensuring timely and
proper execution of the job.
4.3.1.13. Providing quality assurance including for all sub-contractors with respect to ISO
9001-2008.
4.3.1.14. Attending Contractor coordination meeting / kick-off meeting / pre-inspection
meeting at Company’s or Consultants office in Oman.
4.3.1.15. Co-ordinating with the detail design consultant in Oman on all design / technical
matter.
4.3.1.16. Providing Installation, Erection, Commissioning, Operation and Maintenance
Manuals.
4.3.1.17. Attending kick-off meeting / pre-inspection meeting
4.3.1.18. Commissioning Assistance as required at site.

4.3.2.Design Requirements
4.3.2.1. The mechanical design, fabrication, inspection and testing of all Tanks shall be
carried out in accordance API-650 together with applicable appendices as specified in
attached process data sheets under Appendix-A.
4.3.2.2. The allowable external loadings on all process connections shall be determined in
accordance with Appendix ‘P’ of API-650 and the same shall be shown on General
Arrangement drawing.
4.3.2.3. A design wind speed of 173 ft/sec shall be used to check the Stability of Tanks Shell
against external wind pressure and overturning stability of the tanks.
4.3.2.4. Dimensional tolerances of Tanks viz. Plumbness, Roundness, Peaking & Banding
shall be within the limits specified API-650.
4.3.2.5. Each Tank shall be provided with at least three (3) earthing lugs welded on shells.
Earthing wire/strip from tank upto Existing main grid else with earth pit as required.
4.3.2.6. Each tank shall be provided with Lightning protection system / arrestor on the highest
point of the tank and Lightning conductor shall be earthed through Lightning earth pit.
4.3.2.7. The Tanks and materials must be new and not previously owned or used by another
party.

4.3.3.Design Life

The equipment and all accessories shall be designed for 25 years life

4.3.4.Process Design

The process data has been provided on the data sheets included in this specification
(Appendix A). Contractor shall be responsible for the process design of the equipment based
on the ‘Company’s provided process design data. Contractor shall design the equipment to
operate satisfactorily over the range of environmental and process operating conditions.
Contractor shall submit the process design calculations for review along with their quotation.

4.3.5.Mechanical Design

The mechanical design and manufacturing of the equipment shall be according to the
requirements of the attached data / specification sheets, codes, standards and specification
mentioned in this specification. The equipment shall be designed, constructed, inspected and
tested in accordance with API 650 11th edition add 2009 and COMPANY Specification EG-
311.

4.3.5.1. Tank Type

All the tanks shall be of Welded Construction, 1:120 inward to center at bottom as
per code, Vertical, Cylindrical, above ground and shall have supported cone roof.

4.3.5.2. Tank Roof

Tanks shall be of fixed, self-supporting cone roof type with internal truss framing.
Roof plates shall have minimum nominal thickness of 3/16 inch (5 mm) exclusive
of any corrossion allowance.
The roof structure and roof plate shall be checked for the loads acting on roof
nozzles due to interconnected piping / supports and also the live load + Dead load
per applicable code.
Roof plate lap joints shall be seal welded from inside to facilitate internal coating as
specified in this specification.

4.3.5.3. Tank Bottom

All bottom plates shall have minimum nominal thickness of ¼ inch (6 mm)
exclusive of any corrossion allowance. All rectangular and sketch plates shall have
a minimum nominal width of 1800 mm.
The nominal thickness of tank bottom shall be as per applicable code. Settlement
of tank foundation during hydrotest shall be considered while constructing the tank
bottom. Settlement markers shall be provided around the tank to facilitate the
measurement before and after hydrotest of tank.
All Tank bottoms shall have a slope of 1:120, inward centre as per code.

4.3.5.4. Tank Shell

Nominal minimum thickness of shell plates shall not be less than ¼ inch (6 mm)
and nominal minimum width of of 1800 mm.
The diameter on the centre line of each course shall be equal to the nominal
diameter of the tank.
The vertical joints between shell plates shall not be in alignment within any three
consecutive courses, and the distance between vertical joints in adjacent courses
shall be approximately one-third of the plate length. If this is not possible, the
distance between vertical joints in adjacent courses shall not be less than 300 mm.
The uppermost shell course of the tank shall be provided with a top curb angle of
suitable dimensions. The angle shall be attached to the upper edge of the shell
plates by a continuous double square butt joint or a double lap joint.
Wind girders shall be provided if required per the applicable code. Continuous
welds shall be used for all connections of intermediate wind girders. Full
penetration butt welds shall be used for joining sections of the wind girder ring.
Isolated radial loads on the tank shell, such as those caused by the weight of
heavy platforms, shall be distributed along the shell by rolled structural section,
plate ribs or built-up members, preferably in a horizontal position.
All opening connections (such as nozzles and manholes) in shell plates shall be
attached by welds fully penetrating the shell plate.

4.3.5.5. Tank Internals

The tank internals shall be adequately supported with tank shell or bottom. The
Contractor shall ensure that internals and its supports are not fouling with each
other.
Tanks removable internals (if any) shall be designed and constructed so that it is
possible to remove them from the Manway.

4.3.5.6. Tank Nozzles


Nozzles, pipes and fittings shall be of seamless construction. Large nozzles
(16”NB and above) and Manway necks may be of welded construction, the weld
shall be 100% radiographed on both seam. All flanges shall be in accordance with
ASME B 16.5 for sizes up to 24” and for sizes 26” and above, the flange dimension
shall be according to ASME B 16.47 series A.

All nozzles shall be flush with the inside of the tank unless otherwise noted. The
mechanical properties of the nozzle reinforcing material shall be equal or superior
to that of the shell plate. Hence Contractor to provide unit rates for all nozzle sizes
up to 24”.
Nozzles with blind flanges shall be provided with gaskets, bolts and nuts.

All flanges not supplied with blind flanges shall be protected with wooden blanks.
These blanks shall be securely attached to the flanges with at least four bolts with
a neoprene gasket.

Gaskets and bolting used for hydro test shall be same type as service gaskets and
bolting.

The nozzle on the roof where specified, shall be fitted with standard emergency
blow off hatch.

Contractor shall provide maximum allowable loads & moments that nozzle can
withstand.

4.3.5.7. Tank Accessories

Spiral stair case with hand rail shall be provided for access to the roof of the tanks.
Midlanding platform, wherever required as per code, with hand railing shall also be
included in scope.
Platform at roof for access to roof centre with hand railing shall be provided.
Unless specified elsewhere, all gratings shall be hot dip galvanised.
All structural members used in spiral stairway, platform, handrailing shall be
painted.

4.3.5.8. Tank Bottom and Leak Detection System

For the tank bottom leak detection system, double bottom vacuum leak system
shall be provided as base option. Contractor can suggest alternatives during detail
design.
Tanks shall be cathodically protected. Contractor shall provide tank bottom
impressed current cathodic protection system.

4.3.5.9. Material

The material specification, grade, dimensions and other design parameters shall
comply with the datasheets (Appendix-A) & applicable codes and as specified in
this document. The materials and other design parameters shall comply with the
data sheets attached to this specification. Contractor shall start fabrication only
after approval of the design and material certificates by TPIA/Company.
4.3.5.10. General

Sampling Station shall be provided with piping from various levels of the tank.
Stainless steel names plate (3mm thick) shall be provided on the Equipment. The
name plate shall be clearly die-stamped with the tag number and other design
data.
Tank venting shall be as per API 2000
Any approval by the Owner/ Company or his representative shall not relive
Contractor from his responsibilities to meet the requirements of the Purchase
Order.
Contractor shall provide the provision of foam system with foam chamber and
piping upto dike wall. Number of foam chamber and piping shall be designed as
per EG 311.
Contractor shall provide the provision of sprinkle type cooling system outside the
tank
A bund wall shall be provided around the storage tank to contain the total volume
of the largest storage tank. The bund wall shall be suitably designed to withstand
the fluid forces upon the tank bursting. The bund wall shall be protected by fire
system. Contractor shall design the bund wall and fire fighting system during detail
design.
A suitable arrangement for oily water and storm water drain shall be provided with
due consideration of the plot plan, grade elevation, project specification and
existing company drainage philosophy.

4.3.6.Civil Requirements

The design of tank foundation, dyke wall and other affiliated structure shall be done as per
the standards mentioned in this specification. The tank foundation shall also be checked for
settlement in consultation with the soil investigation report.

4.3.7. Instrumentation Requirements

The Contractor shall perform all Detail Engineering and Design required for the Work
mentioned in this EPC specification along with its attachments.

The Contractor's engineering scope of work shall include, but not be limited to the review,
verification and acceptance and development of the Company design, document. The
Contractor’s scope shall include but not limited to:

 All required engineering calculations


 Complete detailed design
 Design and construction drawings
 Material requisitions for contractor supplied items
 Material and construction specifications
 Final documents and as-built drawings
 Construction Method Statements detailing execution of key construction activities
 Procedures for testing, pre-commissioning and commissioning
The procedure for Contractor review of documentation shall be included in the Contractor’s
Quality Plan.

The Contractor shall prepare all necessary Construction and Fabrication documents and
drawings of the required Works as described below:

The Contractor shall undertake all necessary work for the preparation of the following
activities and deliverables in accordance with Company specifications and International
Codes and Standards mentioned under this specification.

 To verify the deliverables and amendments/improvements, if any, including


complete detailing shall be part of detail design. Also the complete
documentation/drawings, as per Company standard, required for this project shall
form the part of detail design.
 Generate requisitions for all the items required for this project. Generation of
requisition and technical evaluation for all the instrumentation items shall form part
of the Contractor’s scope.
 Generation of detail design package, as part of detail design.
 Prepare complete drawings / package including Functional Logic Diagrams, all
Termination drawings, Instrument signal diagrams & other construction drawings
such as JB location layout, Cable routes, Hook-Ups, Installation etc.
 Detailed design including any calculations (control valve, flow meter, Level
Instruments, Pressure and Safety Relief Valves), data sheets, specifications
required for end devices, control valves, safety valves and IPF and non IPF valves
as applicable .
 Participation in Design Review.
 Update/Input to package Contractor requisitions.
 Preparing, reviewing, checking, updating and approving instrument engineering
data sheets.
 Preparation of Bulk MTO Requisitions.
 Reviewing, checking and approving technical data from materials. Contractors to
ensure consistency with the design, safety and operability requirements.
 Reviewing, checking, updating and approving safeguarding narratives and control
narratives.
 Preparation and compilation of Contractor data books, system data books,
instrument system manuals, etc (in hardcopy and electronic format).
 Use of efficient tools during the detail design for consistency/efficiency and use of
template. Data shall be converted to AUTOCAD for Drawings, Microsoft
Word/Excel/Access for others as deliverables in Company required format.
 Preparation of field test procedures.
 Modifications to existing control and safeguarding systems.
Contractor shall prepare all drawings (Construction and Fabrication) required to fully describe
the Work. The Contractor shall prepare, Engineer or update all the required drawings and
documents for satisfactory completion of the Work, which shall essentially include the
following minimum drawings and documents. All such documents shall be supported with all
the required calculations and design details.

 Cause & effect diagrams


 Loop configuration / functional loop diagrams
 Instrument Index
 I/O Database
 Instrument Engineering Data Sheets
 List of alarm and trip settings
 Functional logic diagrams
 ICTD Junction Box
 Summary of cables
 ICTD cabinets
 IFB Relay wiring diagrams
 Instrument cable block diagrams
 Instrument signal diagrams
 Control Valve Sizing calculations
 Flowmeter Sizing Calculations
 Level Instrument Calculation
 Instrument nameplates
 Instrument Impulse & Electro-pneumatic hook-ups/Installation details
 Updating of all existing instrument general document relevant to the Project as well
as Marshalling and System Panel’s Drawings and PLC documents.
 Start / stop of motors from Instrumentation / Auto control shall be through IRB.
Hardwiring / cables shall be accordingly considered.
Contractor shall procure all the instrumentation materials required for the completion of the
Work including spare parts, equipments, special tools, tackles, consumables and all
temporary materials required for erection and commissioning. The materials shall be
supplied in accordance with Company specifications and standards.

The contractor shall procure materials and services only from sources, Contractors and
contractors approved by company and with the prior written approval of the company.
Proposals by the contractor to select Sources/EPC Contractors/Contractors shall be
submitted to the company for approval. Company reserves the right to reject or approve any
such Source/EPC Contractor/Contractor without assigning any reason whatsoever. The
contractor shall not procure materials or services from rejected Sources/EPC
Contractors/Contractors.

The Contractor shall perform all activities required to Fabricate, Construct, install and pre-
commission the works scope in accordance with the Approved for Construction (AFC)
drawings, specifications, standards, international codes, procedures and method statements
and any approved amendments thereto.

Instrumentation Scope of Work includes Installation of complete instrumentation system as


required for the completion of the Works but not limited to:

 Calibration and installation of all field instrumentation including cable trays/conduits,


cabling, terminations, tubing and supports
 Installation of all equipment/instrumentation including cabling and terminations
inside control room.
 Hook-ups (Process/Electrical)
 All modifications required to the existing control and safeguarding systems shall be
carried out by the Contractor. These works are to be carried out in live systems and
therefore, shall be undertaken within the Permit to Work system of the Company
and in close co-ordination with the Company.
 Loop checking
The Contractor shall lay and route field run cables between instruments and junction boxes
below ground in trenches in accordance with cable routing drawings to be prepared by the
Contractor as part of Detail Design.

The Contractor shall backfill the cable trenches, install cable markers, cable ties, cable
caution tapes etc. in accordance with the standard drawings. PVC cable guards shall be
used at road crossings. If unavoidable, instrument signal cables will be routed through PVC
ducts while crossing any electrical cable trench on the way maintaining a safe allowable
distance as per the relevant standards and drawings.

The Contractor shall segregate signal and power cables.

The Contractor shall gland and terminate all field cables in accordance with the junction box
drawings to be prepared by Contractor as part of Detail Design. The Contractor shall
measure and record cable core resistance values prior to and after installation.

Use of cable joining kits shall not be permitted for laying of instrument cables.

Signal carrying serial link cables required for the instrument shall be supplied by the
Contractor. All outdoor cables shall be armoured type. Cables shall incorporate a sealed lead
sheath when direct buried in areas subject to liquid hydrocarbon contamination.

Name Plates / tags shall be installed by the Contractor for all Instruments, junction boxes,
etc.

The Contractor shall note that the site facilities have a Process PLC and Safeguarding PESD
PLC instrumentation system with all protection and control from a central control room
(CCR).

All instrumentation and electrical devices shall be suitable for a Class 1 Division 2, Group D
hazardous area (API RP 500).

All instruments to be installed are to be designed as explosion proof.

Utilities available at the site include:

Power: 415VAC + 5%, 3-phase, 50 Hz and

240VAC + 5%, 1-phase, 50 Hz

Instrumentation: 24 VDC

Instrument Air: Dry, clean air at 100 psig.


Project drawings and documentation shall be in the English language. All measurements,
indications, documents and drawings shall contain US customary units of measure as
indicated in the table below.

Parameter Customary

Pressure Psig

Temperature oF

Capacity – gas MMSCF

Capacity – liquid USgal or bbl

Flow (Weight) lb/h

Flow (Volume -gas) MMSCFD

Flow (Volume - BPD or GPM


liquid)

Density lb/ft3

Power Hp (W)

Length mm

Length – pipeline Km

Pipe Sizes Inches

Force Lbf

Stress lbf/in2

Weight Lb

Energy Btu

Viscosity cP

Composition Mol %

Pressures will be on gauge basis, unless noted otherwise.

4.3.8. Electrical Requirements


 For Environmental local conditions refer Appendix-D.

Electrical Utilities power supply available at the site includes:

Power: 415VAC ±5%, 3-phase, 50 Hz


240VAC ± 5%, 1-phase, 50 Hz

The Contractor shall perform all Detail Engineering and Design required for the Work
mentioned in this EPC specifications.

The Contractor's engineering scope of work shall include, but not be limited to:

 All required engineering calculations.


 complete detailed design for Earthing, Lightning protection and Lighting system.
 Design and standard installation drawings
 Material requisitions/procurement for contractor supplied items
 Installation /Erection, Testing, pre-commissioning and commissioning.
 final documents and as-built drawings
 All calculation shall be as mentioned in latest revision of BS, IEC and IEEE
standards.

The Contractor shall perform all Detail Engineering and Design required for the Work
mentioned in this EPC specification. Contractor shall follow International Standards/ Local
standard in Oman.

Area classification for Electrical equipment shall be as specified in by concern data sheet.

Electrical scope of Work includes Installation of Earthing system, Lightning protection and
Lighting system (Illumination system) as required for the successful operation and
completion of the Works but not limited to:

 Design of Earthing system with required no. of earth pit, earth wire and hook up of
system with existing Earth grid system with all necessary hardware and accessories.

 Design of Lightning protection system with required no. of Lightning arrestor,


Lightning earth pit , down conductor, test links and hook up of Lightning protection
system with existing Earth grid system with all necessary hardware and accessories.

 Design of Lighting system with required no. of Light fiitings , Cabling with all
necessary hardware and accessories.(Contractor shall procure Lighting DB if power
source is far away from PW tanks, Procurement, installation, testing,pre-
commissioning and commissioning of Lighting DB for successful operation and
completion shall be by contractor ).

 All modifications required to the existing electrical systems shall be carried out by the
Contractor. These works are to be carried out in live systems and therefore, shall be
undertaken within the Permit to Work system of the Company and in close co-
ordination with the Company.

 Design, Engineering, Supply and installation of tank bottom impressed current


cathodic protection system.

Project drawings and documentation shall be in the English language. All measurements,
4.4. Procurement

4.4.1. Contractor Supplied Items

Contractor shall furnish all Material and Equipment required to complete the Work. All
Material and Equipment that is procured for this scope shall be brand-new unless approved
by Company.

Contractor shall supply, within the Contract Price, all commissioning spares and
consumables, and a two year supply of operating spares for mechanical, electrical,
instrumentation and control Material and Equipment in accordance with Company’s
requirements and manufacturer recommendations subject to Company’s approval.

A list of recommended spare parts shall be submitted for Company’s review and comment no
later than 120 days prior to the Mechanical Completion. Such a list will not be final until it is
reviewed and commented upon by Company to Company’s satisfaction. The spare parts
inventory shall be complete by start-up.

4.4.2. Contractor Procurement

Contractor will provide Company with procedures to manage all Material and Equipment
including the nominated long lead items notified at Agreement award. Each item of Material
and Equipment shall bear a suitable identification mark of ownership.

Contractor shall be responsible for preparation of bid lists, RFQ packages, bid inquires, bid
evaluation, bid clarification, preparation of purchase specifications, issuing purchase orders,
kick-off meetings with suppliers, vendor drawing approval, expediting, traffic, forwarding,
clearing, importation inspection, witness testing and acceptance, receiving inspection, vendor
data books and as-built drawings.

Contractor shall prepare procurement procedures and submit to Company for comments.
Contractor’s procurement procedures shall be based on an integrated materials
management approach.

Contractor shall ensure that all Material and Equipment purchased for the Work shall include
all care, maintenance and preservation procedures, which are to be followed by Contractor.

Contractor shall receive, load, transport, stockpile and warehouse all Material and Equipment
in a manner to prevent damage and in accordance with the vendor specified requirements.

Contractor shall assign qualified expeditors in its home office and, as necessary, in Oman to
provide a complete expediting service for the Project. Where necessary, Contractor shall
provide qualified Personnel to visit suppliers’ works for in-plant expediting.

Contractor shall prepare and implement procedures covering all aspects of expediting from
placement of the purchase order through receipt of the Material and Equipment.

4.4.3. Preferred Vendor’s List

4.4.4. Spares
Contractor shall supply, within the Contract Price, all commissioning spares and
consumables, and a two year supply of operating spares for mechanical, electrical,
instrumentation and control Material and Equipment in accordance with Company’s
requirements and manufacturer recommendations subject to Company’s approval.

4.4.4.1. 10% Hardware’s (Min 2 sets) and 200% Gaskets shall be included in the
commissioning and start up spares.
4.4.4.2. 10% Hardware’s (Min 2 sets) and 200% Gaskets shall be included for 2 years
operational and maintenance spares.

Contractor shall advise on the requirement of spare parts and shall state the lead
times and costs in the offer.

A list of recommended spare parts shall be submitted for Company’s review and comment
no later than 120 days prior to the Mechanical Completion. Such a list will not be final until it
is reviewed and commented upon by Company to Company’s satisfaction. The spare parts
inventory shall be complete by start-up.

4.4.5. Delivery

Tank shall be erected at site. For delivery of pre fabricated material, unloading
requirements, preparation for material / components shipment to site shall be in
accordance with the details provided in the specification. Contractor shall familiarize
himself with the access roads, shipping restrictions and shipment size categories prior to
making offer and may conduct pre-tender visit with Company’s approval.

4.5. Construction

4.5.1.Materials for Construction

The nozzle pipes, flanges and fittings shall comply with the ASME/ANSI specification.

The material for the equipment and internals (if any) shall be fully in accordance with the
materials specified in the mechanical datasheet Appendix A. It is Contractor's responsibility
to ensure that the selected materials are suitable for the application. Should the specified
materials not be suitable for the application, Contractor shall advise such and propose
suitable alternative during bidding stage.

Tank shall be internal epoxy coated / fibre glass from inside upto the minimum height of 2
Meters from the bottom level of the plate for corrosion protection as per the tank data
sheet.

The material specification, grade, dimensions and other design parameters shall comply
with the datasheets (Appendix-A) & applicable codes and as specified in this document as
per Appendix C.
4.5.2.Erection & Construction

The tanks shall be fabricated, inspected and hydro-tested at Safah and Wadi Latham sites.
Manpower and equipments necessary for fabrication, erection, testing etc. of the tanks and
accessories at site shall be arranged and supplied by Contractor.
 These shall include but not limited to following:
 Lifting equipment such as crane, lifting tackles etc.
 Welding equipment and cutting equipments complete with all consumable.
 Erection equipment like key plates, carrot wedges, shims etc.
 Air compressor and diesel engine driven electric generator set.
 Transportation for all the above.
 Inspection & testing apparatus and calibration of test apparatus.
 Necessary climbing equipment and scaffolding accessories.
4.5.3.Fabrication & Welding

Vertical & Horizontal joints between shell plates shall be full penetration and complete fusion
welded butt joints.

Edges of shell, roof and bottom plates shall be shop prepared in accordance with applicable
code and shall not require any further preparation at site. Plates and sheets shall not require
further cutting at site. Tank plates, fittings, appurtenances and all other connections shall be
legibly marked and marking shall be compatible with the drawings.

Tanks shall be prefabricated into subassemblies to facilitate field erection where required.
Structures and components shall be shop fabricated so as to form sub assemblies of the
large practical size suitable for transportation, handling and erection.

Contractor shall start fabrication only after approval of material certificates and fabrication
drawings by Company or his authorized representative.

Weld seams are to clear all nozzles and attachments.

The Contractor shall be responsible for developing the weld procedures necessary for this
contract and shall be in accordance the applicable codes. All welders shall be qualified to
these procedures. Welding procedure specifications (WPS) and supporting procedure
qualification records (PQR) shall be subject to the approval of the Company.

It is the responsibility of the Contractor to submit to the Company all his sub-supplier’s
fabrication and welding procedures and to ensure compliance with contract requirements
before submittal to the Company.

No fabrication may commence until the Contractor’s Contract Quality Plan, related fabrication
drawings, Weld Procedures (WPS & PQR), NDE procedures, Fabrication Repair Procedure,
Hydrotest Procedure, and all calculations have been reviewed and approved by the
Company.

4.5.4.Pressure Testing
Hydrostatic test of the Tanks shall be carried out in compliance with the applicable code API-
650.
Contractor shall submit his procedure for hydrotest of tanks together with his procedure for
carrying out settlement checks. Copies of settlement data to be provided for record purposes.
Checking, measuring and monitoring tank settlement during filling, holding, and emptying
shall be as part of hydrostatic test procedure.
Contractor shall be responsible for supply and disposal of hydrotest water to the designated
area.
Tanks shall be given a hydrostatic test after erection in presence of Company or TPIA.
Upon completion of the hydro-test, water shall be completely drained. Wetted surfaces shall
be washed with potable water and completely dried. Particular attention shall be given to low
spots, crevices and similar areas. Hot air drying is not permitted.

4.5.5.Site Inspection and Testing

Site inspection and testing of the tanks shall be carried out in compliance with the code
requirements. For other inspection, Testing & Third party inspection requirements refer this
specification.

Prior to hydrostatic testing, all bottom plate lap-welds shall be vacuum tested along their
entire lengths.

4.5.6.Guarantee

The equipment shall perform satisfactorily under the operating conditions in this specification
and shall be fit for the purpose intended. Contractor shall guarantee the equipment as
follows:

 Process design as specified in data/specification sheet included in Appendix A of this


specification.
 Complete civil & mechanical design, structural integrity, material and workmanship.
 If any defect is observed during the guarantee period, Contractor shall make all
necessary alteration, repair or replacement free of charge.

Guarantee period shall be 18 months from the date of delivery of equipment to site or 12
months from the date of commissioning of equipment whichever is earlier.

4.6. Interface with Facilities Provided by the Company


4.6.1.Process / Mechanical

The process / mechanical interfaces shall be as indicated on the sketch included in the
data/specification sheet (Appendix A of this specification). The piping to and from the
equipment nozzle will be supplied (by others) with flanged connections to ASME B16.5.
Refer to the data/specification sheet for details.

External and Internal piping (if any) attached to the tank is in the Contractor's Scope

4.6.2.Civil
Contractor shall design & supply foundation / anchor bolts.

Contractor shall specify support / foundation bolt locations, base fixing plan / foundation
foot print, empty / operational / hydrotest / Wind & Seismic loads (vertical as well as
horizontal) / Wind & Seismic Moment at each support point and all other details as per
attached checklist (Refer Appendix B).

Contractor shall supply and provide pad plates / cleats (If required) on shell or roof to
support pipe or platform.

4.6.3.Instrumentation

All instrumentation will be provided by the Company. Contractor’s interface will be limited
to the instrument mounting nozzles as detailed in the data/specification sheets included in
Appendix A of this specification. However, relief hatch, PVV and level gauge are in
Contractor scope.

4.6.4.Electrical

Contractor shall provide foundation earthing system for tank and dike wall area in
accordance with approved drawing for connecting to the Company’s plant earthing system.

Also provide all required electrical cables and transformers / cabinets for Impressed
Current Cathodic protection system.

5. SURFACE PREPARATION, PAINTING, & COATING


Equipment external surfaces (Non-insulated) such as supports, nozzle protrusion, cleats shall be
prepared and painted in accordance with the requirements of COMPANY painting specification
259261OM01-PIP-3016 “Specification for painting” prior to the final inspection.

6. PREPARATION FOR SHIPMENT


The preparation for shipment of equipment and materials shall be in accordance with Company
standard. Special care should be taken for the packaging of delicate equipment.

In general, within Oman, all items shall be transported to site by truck. The majority of roads are rough,
corrugated, dusty desert graded roads. The equipment and packing must be able to withstand rougher
than normal treatment, with greater use made of shock absorbent materials.

Any temporary bracing and supports required for transport shall be clearly identified by painting in a
contrasting colour. Plan drawing of prefabricated parts of tank with clear instructions to remove the
supports subsequent to erection shall be provided.
The exterior of all crated equipment shall be clearly identified in accordance with the purchase order
and a minimum shall include the following:

Project details such as:

 Purchase Order Number


 Year
 Project name
 Destination, M/s. Occidental of Oman, Safah / Wadi Latham.
 Nearest Port
 Country, Sultanate of Oman - Muscat
 Crate dimensions and gross weight
 Specific storage instructions
 Package item x of y (for what unit package number)

6.1. Packing Requirements

The preservation of the equipment / material at site if required shall be as per COMPANY
specification “Work site storage and Equipment protection”.

The completeness of shipment shall be witnessed by the Third Party Inspection Authority and a
certificate of complete shipment issued by Contractor will be verified against the packing lists. A
detailed, itemised packing list shall be send to the Company prior to dispatch. A copy of the
signed packing list shall be included with the freight.

Any shortages at site shall be air freighted by Contractor at his expense.

The spares shall be packaged in a separate rigid box.

In general, within Oman, all items shall be transported to site by truck. Contractor shall check the
current regulations and safety rules before carrying out transportation.

6.2. Crating Identification

The exterior of all crated items shall be identified in accordance with the purchase order and, as a
minimum, shall include the following:

6.2.1. Crate dimensions and gross weight.


6.2.2. Specific lifting and/or storage instructions.
6.2.3. Crate identification.
6.2.4. Supplier and Company details.
6.2.5. Brief material specification.
6.2.6. Purchase order number
6.2.7. Final Destination.

The copy of the signed packing list in a waterproof sleeve shall be firmly attached to the outside of
each crate. An identical list shall be attached to the inside of the crate. As part of this order,
Contractor shall deliver the equipment to the Company’s site in Sultanate of Oman.
7. QUALITY ASSURANCE
7.1. Quality System Requirements

The Contractor should be ISO 9001:2008 Third Party certified and should submit a Quality Plan
with the quotation. These requirements shall also apply equally to Contractor’s sub-contractors
and suppliers. The Contractor shall enforce these requirements accordingly.

Company reserves the right to audit the Contractor’s quality system (and/or
subcontractor/supplier’s quality systems). Such audit may be carried out either by Company or an
appointed third party inspection agency.

7.2. Quality Assurance


Contractor shall submit the following documentation with his tender, and also submit updated
documentation within 2 weeks of purchase order as a part of his contractual obligations unless
specified otherwise on the purchase order Appendix F - ‘Requisition for Engineering Documents’:

 Certification or evidence that the Quality system complies with ISO 9001:2008
 Quality Manual
 CQP - Contract Quality Plan
 QCP - Quality Control Plan (Inspection and Test Plan)

All quality control plans shall be agreed, prior to commencement of fabrication.

7.3. Company’s Third Party Inspection Authority (TPIA)


The Company will nominate a Third Party Inspection Authority (TPIA) to carry out the Quality
Assurance function on the Company’s behalf. The Company’s TPIA shall have the same access
to Contractor’s Quality System and the manufacturer’s premises to carryout inspection activities.

7.4. Kick-Off Meeting


A kick-off / co-ordination meeting shall be held between Contractor and Company, after the order
placement at design consultants/Companys office in Oman.
At the discretion of the Company the kick-off meeting may be waived.

7.5. Pre-Fabrication Meeting


Contractor shall organize a prefabrication meeting to be attended by Contractor, Contractor’s TPI,
the Company and the Company’s TPIA.

7.6. Inspection Meeting


A provisional notice of 10 working days is the minimum required by the Company to attend the
inspection meetings.

8. INSPECTION AND TESTING


8.1. General
Inspection and testing requirements shall be in accordance with the applicable International
standards and COMPANY specification, with the relevant sections of this specification and the
data sheets.

Contractor shall specify all of the inspection and testing requirements in the quality plan which
shall identify the activities requiring the Company's approval, review, witnessing etc.

Company reserves the right to inspect every component or item, which will form part of the
Equipment. The responsibility for the inspection, certification, etc. of all materials, parts, etc. lies
with Contractor.

Not withstanding the above, the Company or his authorized representative shall have free access
to all parts of Contractor's and his sub-Contractor’s works at all times during the manufacturing
period.

Contractor shall be responsible for coordinating the inspection and testing of sub-Contractor
supplied equipment, and for ensuring that the Company's representatives are given the necessary
access for inspection, and adequate warning of inspection and witness tests.

Contractor (and all sub Contractors) shall give the Company, as required, without charge, all
reasonable facilities for the purpose of inspecting the equipment to ensure that it is manufactured
in accordance with the specification, drawings and technical specification and QA/QC procedures
and practices.

The Company shall be given a minimum of 10 working days notice prior to carrying out any tests
on the equipment covered by this specification.
All equipment shall be inspected for compliance with:

a. Approved for Construction drawings, latest revision.


b. Requirements of the Company's specification and correspondence thereafter.
c. Applicable standards, which shall also include the sub-referenced standards therein.
d. Test and inspection plans produced by Contractor as part of the contract Quality Plan.

Except as approved by Company all equipment shall be presented for inspection in an unpainted
condition.

All measuring instruments required for testing shall be furnished by Contractor and be supported
by valid calibration certification.

All spare parts shall be subject to the same inspection standards and full material certification as
the main order.

Inspectors have the right to request additional inspections or tests to ensure that the equipment
complies with this specification and all relevant codes and standards.

Material certification shall be in accordance with EN 10204 - 3.1 / ISO 10474 Class 3.1 B.

Branch connections shall be radiographically examined where possible. Where radiography is not
possible, ultrasonic examination shall be employed.
Where it is demonstrated that neither radiography nor ultrasonic examination can be performed,
the root pass after deposition and the weld shall be examined visually and subject to MPI test.

Vacuum test shall be carried out for the tank bottom plate.

Water used for hydrotest shall be potable water (chloride content shall be less than 250 ppm). In
case of Duplex stainless steel after the pressure test, equipment shall be carefully rinsed with DM
water followed by thorough drying or dewatering of the equipment.

Contractor shall furnish his standard Quality Control Plan specifying witnessed Tests. The
minimum requirements of site witnessed inspections are;

a. The verification of materials for conformity with the specification requirements.


b. The Hydrostatic test.
c. The verification of welding procedures, welder’s qualifications, NDT results, heat treatment
charts.
d. The dimensional check of the equipment including internals (if any) as per approved drawing.
e. Settlement monitoring test
f. The surface preparation and painting application.
g. The completeness of shipment including checking of supply of spares and accessories.
h. Material test certification in accordance with EN 10204 / ISO 10474 and any additional
requirements of the specification.

Mill and TPI/Company inspectors shall not relieve Contractor from his contractual responsibility for
replacing any defective material and for repairing any defective workmanship that may be
discovered in the operation.

Any defects found by the TPI/Company inspectors shall be rectified in his presence. Where this is
not possible or practical, checklists shall be prepared and signed by the Inspection Authority
stating all 'pending items'. Copies of these lists shall be sent to the Company to enable their
subsequent checking.

The equipment shall not be tested or leave the factory before all discovered defects have been
rectified and certified as acceptable by Company / Company’s TPIA.

8.2. Site Acceptance test

The Site Acceptance Test must satisfactorily demonstrate that the equipment performance is in
accordance with specification requirement.

After installation, erection and commissioning at Company’s site, the Test shall be executed for at
least 72 hours without any interruption. Every interruption during this Test will result in resetting
the elapsed time of the test to zero (0) hrs.

The Company’s confirmation of successful completion of hydro test shall be a pre-requisite for
final acceptance of the equipment.

After satisfactory completion of the Site Acceptance Test, the Company's authorized site
representative shall sign the 'System Acceptance Note’, which shall mean acceptance of the
equipment for operation.
9. COMMISSIONING
9.1. Manuals
For field commissioning, the Contractor shall provide the results of all the shop / site tests
executed prior to handing over to Company.

The Contractor shall provide, as detailed in the Appendix F - ‘Requisition for Engineering
Documents’, full installation and maintenance instructions for the Tank.

The Contractor shall provide to the Company instructions on specific safety procedures for the
commissioning of the Tank.

9.2. Special Tools


Special tools and fixtures for transport, installation, commissioning, operation and /or
maintenance:

Where specialist lifting equipment such as lifting or spreader beams are required, Contractor shall
supply all necessary slings (of correct length), pins, shackles or turnbuckles etc. All lifting devices
shall be designed, fabricated and certified in accordance with ANSI/ASME B 30.20.

10. DOCUMENTATION
In addition to the documents required as Appendix F - ‘Requisition for Engineering Documents’
Contractor shall submit the documents under the following sub-clause:

10.1. Information to be Submitted with the Tender


10.1.1. Technical Information

Contractor shall submit the following data as a minimum & part of the technical bid:

10.1.1.1. The completed specification / data sheets for the Equipment.


10.1.1.2. The completed Table of Compliance (Appendix G).
10.1.1.3. Civil information check list (Appendix B)
10.1.1.4. Vendor response sheet (Appendix E)
10.1.1.5. Compliance to provide documents as per RED (Appendix F)
10.1.1.6. Details of any heat treatment (if applicable).
10.1.1.7. General arrangement drawings of the equipment indicating design requirements,
wall thickness, nozzle schedule, material, weights etc.
10.1.1.8. Design calculations for tank shell, roof and bottom plate, nozzle load calculation,
calculation of wind stability, anchors (if required)
10.1.1.9. Details of Tank bottom Impressed current cathodic protection system
10.1.1.10.P&ID and tank area layout
10.1.1.11.Preliminary production / manufacturing schedule for the equipment showing
delivery dates for all sub-contractor equipment
10.1.1.12.Erection method / procedure of the tank
10.1.1.13.Details of painting and coating scheme
10.1.1.14.Location of Manufacturing Facility
10.1.1.15.Schedule / bar chart for the project execution, clearly showing delivery, including
all design, engineering, review, fabrication at shop, transportation, fabrication at
site, manufacturing, testing, painting and coating activities
10.1.1.16.Reference list of supplies of equipment for similar applications and comparable
capacities.
10.1.1.17.Details of internals, if any
10.1.1.18.Preliminary Inspection and Testing Plan.
10.1.1.19.The proposed operating philosophy and process description.
10.1.1.20.Detailed list of proposed materials of each item in the scope of supply.
10.1.1.21.The complete list of special tools if required & List of recommended spare parts
for commissioning, start-up and two (2) years normal operation and maintenance
spares
10.1.1.22.The delivery period required.
10.1.1.23.Contractor appointed Third Party Inspection Agency name
10.1.1.24.Quality Assurance & Quality Control Plan.

10.1.2. Unit Prices (Price Schedule to be Developed)

The bidder shall furnish with the tender the unit prices for the following:
 Unit rate for addition and deletion of nozzle in commercial Bid.
 Unit rate for supply of platform on per Sq. meter or per Kg basis and Ladder on per Kg
basis in commercial bid.
 Unit rate for ladder / platform cleat, grating & peripheral handrails, pipe support,
instrument support cleats on per Kg basis in commercial bid.

10.1.3. Separate Quotations (Price Schedule to be Developed)

The bidder shall furnish with the tender the following separate quotations:

 Commissioning, start-up and two (2) years normal operation and maintenance spares
 Commissioning (Optional)
 Special tools and tackles for commissioning, if required.
 Commissioning Engineer assistance with mobilization & demobilization rates.

10.2. Information to be submitted After the Award


10.2.1. General

All correspondence and documentation shall be in English. All measurements and units shall
be in SI units.

Contractor shall submit two (2) copies for approval. Number of copies required for final
submission shall be as Appendix F - ‘Requisition for Engineering Documents’. Contractor
shall submit revised documents incorporating the Company/Contractor comments within 2
weeks after the receipt of comments.

All drawings shall be drawn in AutoCAD version 2000 or higher. All documents shall be
Microsoft Word / Excel. The documentation shall include electronic copy of all drawings and
documents CDs.
Note: The documents shall be submitted in hard copy together with soft copy. Submission of
documents in soft copy only (i.e. without hard copy) is not permitted.

Documents for Company review shall be returned to the Contractor from Company within 3
weeks from the date of receiving. Contractor documents shall be modified and newly
submitted to the Company examination as soon as possible, but not later than 10 working
days from the date of receipt.

The following shall be submitted after the contract has been awarded:

 List of spare parts for commissioning and two years of operation, with detail prices and
time of delivery
 Documents listed in 10.2.2 of this specification
 All the major contractor drawings shall be submitted within 4 weeks of order

10.2.2. Drawings, Calculations, Data Sheets, & Procedures

In addition to the documents required as per Appendix F - ‘Requisition for Engineering


Documents’, Contractor shall submit the following:

 Detail Drawings / Layout:


- General arrangement and orientation plan of Tank
- Layout drawing for Shell, Bottom and Roof including weld details
- Details of Int. Wind Girders (if any), pipe supports and guides (if any) & weld
details
- Details of tank internals with weld details and bill of material
- Cross sectional drawing of nozzles & Man ways with welding detail and bill of
material
- Drawing for Weld location plan, Name plate / bracket and earthing details
- General arrangement and construction details of Spiral Stairway, platforms,
gratings and hand railings
- All civil drawings including GA & re-inforcement details.

 Calculations:

Design calculations for tank which shall include calculations for shell, roof, bottom,
intermediate wind girder, roof structure, foundation, anchors (if required), wind
stability calculations, nozzle load analysis for critical nozzles, etc.

 Data Sheets:

Completely filled-in Tank data sheets.


 Engineering Procedures

- Welding Consumables & Handling Procedure.


- Hydro-test Procedure.
- Erection Procedure.
- Fabrication Correction Procedure.
- All applicable NDT Procedures.
- All applicable WPS/PQR.
- Procedure for Painting & Coating.

10.2.3. Material Certificates

Material certificates shall be furnished for Tanks in accordance with ISO 10474.
Chemical analysis : ISO 10474-3.1B
Mechanical Properties : ISO 10474-3.1B

10.2.4. Test and Other Certificates

The Contractor shall provide certified test reports for NDE, painting/coating & hydro-test
etc.

10.2.5. Manufacturer’s Data Reports

Manufacturer’s data reports shall be furnished for the equipment.

10.2.6. Instruction Manuals

The manual with all the relevant details to install and operate/maintain the equipment shall
be provided, with all the applicable drawings and details. The manual shall have 3
separate sections as following:

10.2.6.1. Installation, operation and maintenance instructions including sub-Contractor


manuals.
10.2.6.2. Technical design data and test results (Manufacturer data book).
10.2.6.3. Certification data.

The information presented in the manual shall be specific to the Equipment being supplied.

All manuals should also be provided in software form on CD ROM compatible with Word
for Windows 98 and all drawings on Auto CAD version 2006 or higher.

10.2.7. Spare Parts Lists

The Contractor shall include in his quotation a separate itemized price list of spare parts for
Commissioning, start-up and two (2) years normal operation and maintenance spares.
10.2.8. Recommended Spare Parts

11. APPENDICES
A. Technical Datasheets
Appendix A1 - Mechanical Data Sheets for Tank
Appendix A2 - Plot Plan of Safah with Crude Tanks Location
Appendix A3 – Plot Plan of Wadi Latham with Crude Tanks Location

Appendix B - Checklist for Civil Information


Appendix C - List of Applicable Standards and Codes
Appendix D - Local and Environmental Conditions
Appendix E - Vendor Response Sheet
Appendix F - Requisition for Engineering Documents
Appendix G - Table of Compliance
Appendix A-1 – Mechanical Data Sheet for Tank

Description Document Number Total Pages


259920WL25-MECH-DS-
MDS for Crude Oil Storage Tank 6
3001
Appendix A-2– Plot Plan of Safah with Crude Oil Tanks
Locations.
Appendix A-3– Plot Plan of Wadi Latham with Crude Oil
Tanks Locations.
Appendix B – Check List for Civil Information

Description Total Pages

Civil – Vendor Data Checklist – Storage Tank 1

DOCUMENT TITLE STATIC EQUIPMENT – STORAGE TANK FOUNDATION

CHECKLIST YES NO N/A REMARKS

General + Dimensional

1. Tag Number (As Provided)

2. Internal/Ext Diameter, Height & Capacity of


Tank

3. Foundation Footprint – PCD and


Orientation of Bolts (if required)

Anchor Bolts

4. Diameter, Numbers & Grade of Bolt


Material

5. Type (J, S, Z etc. if any specific


requirement)

6. Pocket Details (if any)

7. Bolt Projection above Top of Grout

8. Scope of Supply (Vendor/Client etc.)

Loading Data

9. Empty/Operating/Test Weight

10. Wind Force – Shear & Moment at Base

11. Seismic Force – Shear/Moment at Base (if


any)

12. Uplift or any other Load on Tank

Grout

13. Type of Grout


14. Thickness and Extent

Others

15. Bottom Slope – Direction and Value

16. Location/Numbers/Details of Manholes

17. Location/Numbers/Details of Cleanout


Doors

18. Location/Size/Numbers of Sump

19. Requirement of Cathodic Protection

20. Spiral Staircase & Platform – Layout and


Details

21. Roof Member – Layout and Details

22. Lifting Lug Location & Detail

23. Any other Special Requirement


Appendix C. List of Applicable Codes, Standards and
Drawings

Appendix C: List of Applicable Codes, Standards and Drawings

The vendor shall confirm below that the offer complies with all the clauses contained in this specification or
otherwise highlight deviation / exceptions under the clarification column.

1.1.1.Project Standards

1.1.2. OXY Engineering Guides

EG-300 General

EG -311 Atmospheric Storage Tanks

EG -312 Oil Field Tank Batteries

EG – 319 Piping Valves and Fittings

EG-322 Welding, Inspection and Testing

EG -304 Electrical Area Classification

SPEC-406 Piping Material Specification

1.1.3. International Standards (All Latest version of codes shall be used

API-650 Welded Steel Tanks for Oil Storage

API-2000 Venting- Atmospheric and Low Pressure Storage Tanks

API 2210 Flame arrestors for vents of tanks storing petroleum product

API 2550 Measurement and calibration of upright cylindrical tanks

API-651 Cathodic Protection of Above Ground Storage Tank

API RP 554 Process Instrumentation & Control

API RP 526 Flanged Steel Safety Relief Valves

API RP 520 I & II Sizing & Selection of Pressure Relieving Devices

API RP 521 Guide for Pressure Relieving System

API RP 500 Classifications of locations for Electrical Installations

API 540 Electrical Installation in Petroleum Processing Plant

API 609 Lug & Wafer Type Butterfly Valves


BS 6399 Part-2 Code of practice for Wind Loads

ANSI B16.5 Pipe Flanges and Flanged Fittings

ANSI/NEMA Instrumentation Cables, WC 55 & 57

ANSI B16.34 Valves - Flanged, Threaded & Welding ends

ANSI B46.1 Standards for Surface Finishes of Flanges in Pipework

ANSI/FCI 70-2 Acceptable Degree Of Seat Leakages (ANSI B 16.104)

ASME Sec. IX Welding and Brazing Qualifications

ASME B 16.5 – 2009 Pipe Flanges and Flanged Fittings

ASME B 16.9 – 2007 Factory – made wrought butt welded fittings

ASME B 36.10M – 2004 Welded Seamless wrought steel pipe

ASME B 36.19M – 2004 Stainless Steel Pipe

ASME B 30.20 Below-The-Hook Lifting Devices

ASME B 16.20 Metallic Gaskets for Pipe Flanges, Ring-Joint, Spiral-Wound and Jacketed

ASME B 31.3 Chemical Plant and Petroleum Refinery Piping

ASTM American Society for Testing Materials

ASTM A 380 – 2006 Standard Practice for leaning, De-scaling and passivation of stainless steel arts,
Equipment and systems.

AWS D1.1 American Welding Society, Structural Welding Code.

ACI 318 M 2005 Building Code Requirements for Structural Concrete and Commentary

ACI 340R - 97 ACI Concrete Design Handbook

ACI 351.2R-94 Foundations for static equipment

ASCE 7-02 Minimum Design Loads for Buildings and Other Structures.

ISO 9001:2008 Quality systems

ISO 10474 - 1991 Steel & Steel Products Inspection Documents

ISO 9001 – 2008 Quality System

AISC ASD/ LRFD American Institute of Steel Construction

AISC Specification for the Design, Fabrication and Erection of Structural Steel

EN 10204 – 2004 Metallic products – type of inspection documents

IEC 60079 Electrical Apparatus for Explosive Atmospheres

IEC 60529 Degree of protection provided by enclosures (IP Code)


IEC-801 Electromagnetic Compatibility for Industrial Process Measurement and Control
Equipment

ISA S 50.1 Compatibility of Analog Signals for Electronic Industrial Process Instruments.

ISA S75.01 Flow Equation For Sizing Control Valves

ISA S75.02 Control Valve Capacity Test Procedure

ISA S75.03 Face To Face Dimensions

ISA S75.11 Inherent Flow Characteristic and Rangeabilities Of Control Valves.

NFPA 11 Standard for Low-, Medium-, and High- Expansion Foam

NFPA 12 Standard on Carbon Dioxide Extinguishing Systems

NFPA 13 Standard for the Installation of Sprinkler Systems

NFPA 15 Standard for Water Spray Fixed Systems for Fire Protection

NFPA 30 Standard for Flammable & Combustible Liquids Code

NFPA 70 For electrical Safety and Grounding

NEC National Electric Codes

NACE MR0175/ISO 15156 Petroleum and natural gas industries—Materials for use in

H2S-containing Environments in oil and gas production

SIS-05-5900 Pictorial Surface Prep. Standards for Painting Steel Surfaces


Appendix D. Local and Environmental Conditions

1. Environmental Data
1.1 Site Data
The Safah CPF is located approximately 100 km East of Ibri and Wadi Latham Production Facility
is located some 80 km South East of Safah, both in Block 9 of Northern Oman.

The following environmental conditions prevail:

Site Conditions Data


Elevation
Safah 410 ft
Wadi Latham 545 ft
Jalal 542 ft
Air Temperature
Max shade (summer) 130 °F
Min shade (winter) 41°F
Max Black Bulb 180°F
Soil Temperature
Design Max 150°F
Design Min 41°F
Winter 85°F
Summer 104°F
Average 94°F
Max Incident Solar Radiation 385 BTU/hr ft²
Typical Incident Solar Radiation 320 BTU/hr ft²
Max Relative Humidity 98 %
Min Relative Humidity 30 %
Mean Relative Humidity 74 %
Rain Intensity
1hour 1.0 inch /hr
Annual Average Neg
Seismic Zone 0
Wind Speed
Max Hourly Average 82 ft/s
3 second gust 173 ft/s
Typical Wind Direction
March-April NW
May- June SW
Remaining months SE
Atmospheric Conditions – atypical hot and dry climate prevails with
frequent sand storms. The particulate atmospheric dust can be as
small as 2 microns. Rain is an infrequent occurrence, but on such
occasions is heavy.
High humidity is not the normal case. Use minimum humidity as the
design case.
1.2 Geotechnical Conditions

The soil conditions and safe bearing capacity at each site are defined in geotechnical reports,
which the company hold. Indicative values for the Block 9 and Block 27 are shown in the table
below.

Depth below ground level (ft) Allowable Bearing Pressure (pounds / ft²)

1.0 2100

2.0 3100

3.0 4200

The soil has a high saline content and is corrosive when damp. Buried equipment and pipelines
must be protected to prevent corrosion. Concrete foundations are also required to be protected
from the saline conditions, by either a membrane or similar “bitumen’ coating.

Incase, soil is unable to take full capacity tank load, contractor shall take suitable measures as
recommended by relevant codes, standards and/or specifications.
Appendix E. Vendor Response Sheet

Description Total Pages


Vendor Response Sheet – Crude Oil Storage Tank 1
Appendix F. Requisition for Engineering Documents
(RED)
Appendix G – Table of Compliance

Contractor shall confirm below that the offer complies with all the clauses contained in this specification or
otherwise highlight deviation / exceptions under the clarification column. Contractor can use separate
sheets if space provided in the clarification column is insufficient. Words such as “Noted” shall not be
used.

Client : Occidental of Oman Inc. Contractor :

Client Ref. No. : Contractor Ref. No :

Spec. Ref. Confirms Alternative Clarification

Paragraph Yes / No Yes / No

1.
1.1
1.2
1.3
1.4
2.
2.1
2.2
3.
3.1
3.2
3.3
4.
4.1
Client : Occidental of Oman Inc. Contractor :

Client Ref. No. : Contractor Ref. No :

Spec. Ref. Confirms Alternative Clarification

Paragraph Yes / No Yes / No

4.2
4.3
4.4
4.5
4.6
5
6
6.1
6.2
7
7.1
7.2
7.3
7.4
7.5
7.6
8
8.1
8.2
9
9.1
9.2
10
10.1
10.2
11
Appendix A1
Client : Occidental of Oman Inc. Contractor :

Client Ref. No. : Contractor Ref. No :

Spec. Ref. Confirms Alternative Clarification

Paragraph Yes / No Yes / No

Appendix A2
Appendix A3
Appendix B
Appendix C
Appendix D
Appendix E
Appendix F
Appendix G

You might also like