You are on page 1of 158

Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section A


INTRODUCTIONS

ES/NCDMB/MPN-TITT/07032023/UPD

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

JOB SPECIFICATION (BLOCK A)

Revision 1 Page 1 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section A


INTRODUCTIONS

SECTION A

JOB SPECIFICATION

Introduction to JOB SPECIFICATION

Revision 1

September 2022

Revision 1 Page 2 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section A


INTRODUCTIONS

JOB SPECIFICATION Section A


Introduction to JOB SPECIFICATION
This JOB SPECIFICATION, together with the PRINCIPAL DOCUMENT and Exhibits, form
the CONTRACT. The JOB SPECIFICATION, which is subordinate to the PRINCIPAL
DOCUMENT, provides a detailed description of the FACILITY, including CONTRACTOR’s
WORK. The following Table of Contents is an index of the JOB SPECIFICATION.
Terms that are fully capitalized are defined in the PRINCIPAL DOCUMENT (e.g.
CONTRACTOR, COMPANY, and WORK). Definitions of these terms apply throughout the
CONTRACT.
Terms defined in the JOB SPECIFICATION may only begin with a capital letter (e.g. Project)
and apply throughout the JOB SPECIFICATION.
The contents of the JOB SPECIFICATION include the following:
1) Section A, Introduction to JOB SPECIFICATION
The Introduction to JOB SPECIFICATION provides a summary description of the
contents of the JOB SPECIFICATION.

2) Section B, Definitions
This Section defines common terms used throughout the JOB SPECIFICATION.

3) Section C, Description of the Project


This Section provides an abbreviated description of the Project.

4) Section D, Scope of WORK


The Scope of WORK provides a description of WORK and deliverables to be provided by
CONTRACTOR as a result of this CONTRACT.

5) Section E, Schedule Basis


The Schedule Basis defines timing and scheduling requirements relevant to performance
of the WORK. The COMPANY Plan specifies the overall schedule for the Project.

6) Section F, COORDINATION PROCEDURE


The COORDINATION PROCEDURE provides the general procedural requirements for
the execution of the WORK and describes the administrative responsibilities of
COMPANY and CONTRACTOR and how they interface with one another.

7) Section G, DESIGN BASIS DOCUMENTS


The DESIGN BASIS DOCUMENTS, provided by COMPANY to the CONTRACTOR, set
the design basis for the FACILITY and can be relied on as being complete.

8) Section H, DESIGN DEVELOPMENT DOCUMENTS


The DESIGN DEVELOPMENT DOCUMENTS provided by COMPANY to
CONTRACTOR, are documents which cannot be relied on as being complete and
require verification and/or further development by CONTRACTOR.

9) Section I, COMPANY-Provided Items


This Section lists the items that will be provided to CONTRACTOR by COMPANY.

Revision 1 Page 3 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section A


INTRODUCTIONS
10) Section J, Qualified Suppliers / Nominated Manufacturers
The Qualified Suppliers / Nominated Manufacturers list defines the suppliers or
manufacturers deemed acceptable for use by COMPANY.

11) Section K, Contractor’s Execution Basis


CONTRACTOR’s Execution Basis shall include excerpts from CONTRACTOR’s
Technical Tender to outline CONTRACTOR’s plans for execution of the CONTRACT.

12) Section L, Work Order Format


This section describes the document which shall be issued by COMPANY, which sets
forth the CONTRACT PRICE BUDGET, JOB SPECIFICATIONS, SCHEDULED
COMPLETION DATE as part of APPROVED WORK ORDER (AWO) which remains the
instrument of formal contractual commitment for CONTRACTOR to execute WORK
under the CONTRACT.

Revision 1 Page 4 of 158


Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS

Onshore Projects Construction & Installation Contract


(OPCIC) Enabling Agreement

[Contract Number – 00000144]

SECTION B

DEFINITIONS

Revision 1

September 2022

JOB SPECIFICATION Section B


Revision 1 Page 5 of 158
Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS
Definition
Table of Contents of Section B

1. JOB SPECIFICATION Terms............................................................................................7


2. JOB SPECIFICATION Acronyms and Abbreviations....................................................10

Table of Tables of Section B


1. Table B1-1: JOB SPECIFICATION Terms
2. Table B2-1: JOB SPECIFICATION Acronyms and Abbreviations………………………..10

1. JOB SPECIFICATION Terms


Table B1-1 lists terms and associated definitions for specific words and phrases used in the JOB
SPECIFICATION. These terms are identified by use of initial capitalization (e.g., Project, Plan,
System, Procedure, etc.).
Revision 1 Page 6 of 158
Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS
Table B1-1: JOB SPECIFICATION Terms
Term Definition
CERTIFYING AGENT OR An independent third party who is responsible for reviewing, inspecting
VERIFICATION AGENT and certifying that the WORK of the CONTRACTOR meets applicable
LAW.
CHANGE INQUIRY A request by COMPANY for CONTRACTOR to evaluate cost and
schedule implications of a potential CONTRACT Change
CHANGE NOTICE CONTRACTOR's written notice to COMPANY that CONTRACTOR
believes the criteria for a CHANGE ORDER has been met
CHANGE PROPOSAL CONTRACTOR's response to a Change Inquiry, including cost and
schedule impacts and assessment of risk including health, safety,
environmental, regulatory, and technical implications
CHANGE REQUEST A request by CONTRACTOR for COMPANY to consider a
CONTRACTOR-initiated change.
COMPANY As defined in Attachment 1 of the COORDINATION PROCEDURE
REPRESENTATIVE
CONTRACT CHANGE Changes to the JOB SPECIFICATION
CONTRACT PRICE The total cost authorized under the approved work order
BUDGET
CONTRACT CONTROL Is aligned with the CONTRACT SCHEDULE defined in Section E of the
SCHEDULE JOB SPECIFICATION. CONTRACT Control Schedule is the baseline
schedule which remains unchanged throughout the Project and is used
to assess progress.
CONTRACTOR Interface that occurs between CONTRACTOR and external
EXTERNAL INTERFACE organizations, such as COMPANY's other contractor(s), other
contractor(s) affiliates, joint venturers and subcontractor(s) and/or
vendor(s).
CONTRACTOR COMPANY provided document which outlines requirements for
INTERFACE CONTRACTOR's management of interfaces and includes methods,
MANAGEMENT PLAN strategies, and tools that CONTRACTOR shall use as the basis for
(IMP) CONTRACTOR's Interface Management System.
CONTRACTOR Interface that occurs entirely between CONTRACTOR and
INTERNAL INTERFACE CONTRACTOR's corporate entities, affiliates, joint venturers and
subcontractor(s) and/or vendor(s), (i.e., entirely lying within
CONTRACTOR's scope).
CONTRACTOR As defined in Attachment 1 of the COORDINATION PROCEDURE
REPRESENTATIVE
CONTRACTOR'S DETAIL Is based on the CONTRACT Control Schedule and includes updates,
SCHEDULE forecasts, increased definition, and work plan detail.
CRITICAL INTERFACE Interface that is significantly overdue and impacting CONTRACTOR's
work, has the potential to impact CONTRACTOR's work if expedient
action is not taken, has outstanding issues that need additional
management attention, or is a non-performing interface that has been
elevated to COMPANY for resolution.
CRITICAL ITEMS Criticality I and II equipment and materials identified by the project team
in accordance with GP-20-01-04.
CRITICAL PATH In a schedule it is the sequence of Project network terminal elements
with the longest overall duration and therein defining the shortest time to
complete the Project.
CURRENT CONTROL The CONTRACT Control Schedule with CHANGE ORDERS.
SCHEDULE
DESIGN BASIS This is are engineering documents provided by the Company to the
DOCUMENTS Contractor and can be relied on as being complete

Revision 1 Page 7 of 158


Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS
Term Definition
FACILITY "Facility" means the [ name of facility ] described in Job Specification
INTERFACE The primary mechanism for formally documenting an interface between
AGREEMENT (IA) interface parties
[INTERFACE] RECEIVER Organization responsible for expediting, receiving, reviewing, processing,
using, etc. the interface deliverable/activity information generated by
another organization (Interface Supplier).
[INTERFACE] SUPPLIER Organization responsible for producing and providing interface
deliverable/activity information to another organization (Interface
Receiver).
KEY PERSONNEL CONTRACTOR Personnel as identified by COMPANY occupying KEY
POSITIONS in accordance with the PRINCIPAL DOCUMENT
KEY POSITIONS CONTRACTOR Positions as identified by COMPANY in accordance with
the PRINCIPAL DOCUMENT
NATIONAL/LOCAL National or Local company or registered agent qualified to supply goods
SUPPLIER/CONTRACTO or services in the COUNTRY OF OPERATION.
R
LOSS PREVENTION The application of engineering principles to the design of oil and gas
facilities for the purpose of preventing injury, loss of life, and property
damage by identifying process and facility hazards, and minimizing the
likelihood of the occurrence and/or consequences of these hazards. This
entails risk identification and management throughout the lifecycle of the
project.
NATIONAL CONTENT As defined in in the COORDINATION PROCEDURE (e.g.
STAKEHOLDER federal/provincial, territorial, municipal host government, non-government
organizations, local suppliers, local community and other parties
impacted by the Project activities)
NATIONAL/LOCAL An overall value created to support the COMPANY’s operations and to
CONTENT contribute to the economic development at the host-country and local
levels through:
 Workforce Development – Recruitment and development of qualified
national / local employees;
 Supplier Development – Development and use of qualified local
vendors for the supply of goods and services; and
 Strategic Community Investments – Investments in health, education
and infrastructure that assist in the development of local capabilities
(capacity building) and improve the socio-economic environment of
host communities.
 Nationalization – Total number of host country personnel as a
percentage of the total personnel employed by CONTRACTOR in the
country.
NATIONAL/LOCAL Workforce comprised of qualified National and Local employees, and
WORKFORCE citizens of the COUNTRY OF OPERATION.
NONCONFORMITIES Non-fulfillment of a requirement
OFF SITES Sites where parts of the WORK are performed and are not defined as a
WORK SITE. COMPANY personnel may or may not be present at such
sites.
PROCEDURES A specific methodology or process to accomplish a discrete activity or set
of activities
PROJECT As defined in the JOB SPECIFICATION
PROJECT PLANS CONTRACTOR's written scheme or approach to manage, organize,
coordinate, and execute the WORK. Plans include documentation of
how CONTRACTOR will apply CONTRACTOR's Systems and
Procedures in performing the WORK.

Revision 1 Page 8 of 158


Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS
Term Definition
QUALITY ISSUES Planning and execution areas with sufficient risk or known impact to
Project and require increased Project Team (PT) Quality and
Management attention. Quality issues include known as well as potential
nonconformities.
QUALITY MANAGEMENT Coordinated quality related activities based on risk using the Criticality
Rating process to direct and control an organization to meet established
requirements
RE-BASELINE Reestablish new control schedule for remaining work scope to be
completed from current project position.
REVISION Any modification to a deliverable after it has been approved
RISK MANAGEMENT The identification of hazards; assessment of uncertainty, likelihood, and
consequence associated with hazards; characterization of inherent risks;
and prioritization of tasks to eliminate, reduce, or control these risks.
Risk management is a structured process in the execution of the WORK.
SOURCE INSPECTION Activities performed on behalf of the purchaser to ensure that purchased
product meets specified purchase requirements.
SOURCE INSPECTOR Qualified individual who performs source inspection.
SPECIFICATION Waivers to specific technical requirements of the JOB SPECIFICATION
DEVIATION that do not meet the criteria of a CHANGE ORDER, such as minor
wavers for specific pieces of equipment, material component, or material
substitutions.
STAKEHOLDERS All parties with vested interests, including interfacing parties
SUBCONTRACTOR A member of CONTRACTOR GROUP providing services directly to
CONTRACTOR's.
SUB-CRITICAL PATH In a schedule it is an additional or parallel path through the network with
a total duration just longer than the Critical Path. A delay of a terminal
element of the Critical Path could raise a Sub-critical Path to the Critical
Path of a recovery schedule.
SUPPLIER/VENDOR The recipient of a "direct" or "indirect" purchase order for materials and/or
equipment. In this context, a "direct" order is one issued to a
Vendor/Supplier by a Contractor or the Company Representative. An
"indirect" order is one issued by a Vendor/Supplier (recipient of a "direct"
order) to another Vendor/Supplier for mill materials, fabricated
components, or subassemblies.
SYSTEMS Groups of related procedures.
SYSTEMS COMPLETION The systematic process facilitating flawless transition from construction to
continuous operations utilizing an integrated plan. Systems Completion
spans the entire life cycle of a project, from engineering to stable
operations. It is a multi-discipline, multi-team, and multi-organization
activity with multiple interfaces requiring careful management.
TURNOVER The act of transferring care, custody, and control of the FACILITY or
parts of the FACILITY to COMPANY.

Revision 1 Page 9 of 158


Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Contract Number – 00000144 Section B
DEFINITIONS

2. JOB SPECIFICATION Acronyms and Abbreviations


Table B2-1 list acronyms and abbreviations and associated definitions used in the JOB
SPECIFICATION.
Table B2-1: JOB SPECIFICATION Acronyms and Abbreviations
Term Definition
AWO Approved Work Order
IPR Independent Project Reviews
WBS Work Breakdown Structure
PMT CONTRACTOR’s Project Management Team
PT COMPANY’s Project Team

NOTE: Acronyms and abbreviations not provided above shall be defined in the AWO(s).

Revision 1 Page 10 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section C


PROJECT DESCRIPTION

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION C – Project Description

PROJECT DESCRIPTION

Revision 1

September 2022

Revision 1 Page 11 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section C


PROJECT DESCRIPTION

JOB SPECIFICATION Section C

Project Description
The nature of the projects to be executed by Contractor under these CONTRACTS will be determined
on a case by case basis and covered by a Work Order, and may include any of the following types of
activities in any of our Onshore Production Facilities in QIT, Onne and BRT NGL. These facilities,
which are identified herein for indicative information purposes only may include the following:
Manifolds, Flares, Skids, Pipelines, Process Piping, Pressure Vessels, Firewater Facilities, Pigging
Facilities, Process Units (separators, heat exchangers, compressors, depurators, fractionating
columns, Nitrogen generators, etc.), Utility Tanks, etc. They are further classified under the following
categories:

1. Civil & Structural Works:


‒ Transportation Infrastructures (Helipads, Runways, Jetties, Roads, Drainages etc.)
‒ Production Facilities Infrastructures (Generators, Compressors and Pumps Foundation Bases
and Shelters, Pipe Rack Pedestals, Dikes, Tank Apron, Flares etc.)
‒ Other Infrastructures (Shore Protection, Fencing, Watch-Tower, etc.)
‒ Demolish existing structural platforms and replace with new ones.
‒ Buildings (Structural sheds, brick & mortar/ RCC concrete buildings etc.)
‒ Coating / galvanized steel sections
‒ Overhead Cranes
‒ Architectural components (Cladding, roofing, windows, doors etc.)
‒ Scaffolding

2. Piping / Mechanical Works:


‒ Piping Modifications
‒ Repair and Replacement of Valves
‒ Demolish and Replace process equipment, pressure vessel, and secondary / tertiary support
members, Heater/Furnace, Heat Exchangers etc.
‒ Utility Tanks Revamp (Skimmer, Emulsion, Jet Fuel, Diesel, etc.)
‒ Coating / Wrapping of piping
‒ Utility piping
‒ Piping/Tank insulations
‒ Hot Tapping
‒ Flushing of piping/vessels

3. Electrical and Instrument Works:


‒ Instrument and Electrical Upgrades
‒ Repair and/or Replace Instrument / Power Gas Treatment Systems
‒ Meter Calibration
‒ Fiber optics
‒ Security upgrade systems

Revision 1 Page 12 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section C


PROJECT DESCRIPTION

‒ Lightning protection
‒ Public Address and General Alarm System
‒ Cathodic Protection System

NOTE
Description of projects listed above is generic in nature describing typical
scope of work to be executed under this contract. The projects listed above
are not guaranteed and the details of the actual scope of work for each
project shall be detailed as part of the APPROVED WORK ORDER issued by
the COMPANY.

Revision 1 Page 13 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION D – Scope of Work

SCOPE OF WORK

Revision 1

September 2022

Revision 1 Page 14 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

JOB SPECIFICATION Section D


Scope of Work
The responsibilities and services to be provided by Contractor under these CONTRACTS shall
generally include, but not limited to:

1. Provision of Project Management and Engineering design services as required for the following
activities:
a) Brownfield verification and validation of Company’s provided FEED (Front End Engineering
Design) drawings, field wide estimation and preparation of fabrication and installation
drawings, wherever required for the WORK;
b) project management functions, including preparation of work procedures, project reports such
as daily, weekly and monthly reports, engineering calculations, engineering drawings, project
plans, schedules , materials status reports, cost reports, QA/QC reports, SHE reports, and
other project deliverables wherever required for the WORK;
c) Contractor shall develop and document all required project documentation, such as; Plans,
Procedures, Method Statements, Equipment Data Sheets, Drawings, etc. as directed by
COMPANY and listed in the Master Document Register (MDR).
d) Contractor shall develop, document and implement material take-offs (MTOs), requisitions,
material transport, shipping and preservation process for all materials procured, fabricated,
installed or stored in its custody.
e) Contractor shall assist, supply tools & equipment, manpower and other resources as may be
necessary for commissioning activities.
f) preparation of as-built drawings for Contractor’s fabrication and installation drawings and
project close-out reports upon completion of the WORK for each Work Order, including FD
packages;
g) provision of equipment, facilities, computer software, tools and consumables as may be
required to accomplish the work activities described in (a) to (d) above
2. Procurement for equipment, materials and services under the responsibilities of Contractor for
execution of the WORK, including providing procurement and expediting services which may be
requested by Company;
3. Provision of fabrication and installation/construction equipment and manpower to execute the
WORK, which include, but not limited to, onshore fabrication, transportation, installation, Quality
Assurance, non-destructive testing, blasting/painting, Hook-up and commissioning, Systems
Completion, and other fabrication and construction associated services as required to complete
the WORK;
4. Provision of storage and management of all materials for the WORK, in accordance to the
requirements described in Exhibit B – Compensation;
5. Implementation of sound SHE (Safety, Health and Environment), QA / QC and project control
systems to control and manage the execution of the WORK;
6. Provision of adequate security by the Contractor for her personnel and equipment at the work
site, laydown area, and workers accommodation to protect all personnel against threats that could
affect them as a result of their involvement with the WORK and to safeguard project materials and
equipment during transportation, storage and execution of the WORK.
7. Other obligations and responsibilities, not listed above, which are under the responsibility of
Contractor in the CONTRACT for performing the WORK.

Revision 1 Page 15 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

SECTION – A: MECHANICAL WORKS


1.0 PIPE WORKS:

1.1 Flushing of Piping/process vessel internal:


Provide required flushing spread consisting of but not limited to pump, compressors, prime
mover, all equipment, accessories e.g spades/blinds, bolts & nuts, consumables, hose
connectors, adaptors, fresh water, recirculation vessel and execute flushing of various size
piping described below including disposal of flushed liquid etc complete. Flushing to continue till
the piping is safe for hot cutting. Rate to include all cost for isolating the piping at both end.
(Unit of Measurement - Per Meter Length of pipe flushed).
1.1.1 Up to NPS 6 piping
1.1.2 NPS 8 to 12 piping
1.1.3 NPS 14 to 18 piping
1.1.4 NPS 20 to 24 piping
1.1.5 NPS 26 to 30 piping
1.1.6 NPS 36 piping
1.1.7 NPS 42 piping
1.1.8 NPS 48 piping
1.1.9 Process Vessel (UOM- CUM volume of vessel)

1.2 Dismantling of Piping


Dismantle carbon steel pipework from pipe sleeper/pipe rack or buried piping including
flanges/fittings by hot cutting methods and/or by approved cold cutting technique (where hot
work is not permissible), and/or by unbolting and handling/lifting & stacking the removed piping
including (excludes valve) to a designated place within company terminal as directed. Rates to
include cutting of insulation layer or wrapping layer, if any. Length of cut pieces shall not
exceed 6 meters. (Unit of Measurement - Per Meter length of pipe dismantled including length
of online valves/fittings).
NOTE: Excavation for buried piping will be paid separately through CIVIL WORKS rates. If
Insulated pipe is removed without the need for removing the insulation separately, then only
pipe removal will be considered for payment. Fittings will be considered integral part of piping
and will not be measured separately.
1.2.1 Up to NPS 6 piping
1.2.2 NPS 8 to 12 piping
1.2.3 NPS 14 to 18 piping
1.2.4 NPS 20 to 24 piping
1.2.5 NPS 26 to 30 piping
1.2.6 NPS 36 piping
1.2.7 NPS 42 piping
1.2.8 NPS 48 piping
1.2.9 Multiplier for working at elevation above 1.8 M, for items 1.2.1 through
1.2.8 when work elevation is above 1.8 M

1.3 Removal of insulation of existing Piping/other facility:


Remove the existing piping insulation/other process vessel insulation (both heat insulation and
cryogenic insulation including metal cladding/insulating material) from any heights including
handling/lifting, transporting and disposal/stacking of discarded insulation materials to a
designated place within company terminal as directed. (Unit of Measurement- Per Meter
Length of pipe where insulation removed including length of online valves/fittings)
1.3.1 Up to NPS 2 piping (UOM- Per Meter)

Revision 1 Page 16 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.3.2 NPS 3 to 6 piping (UOM- Per Meter)


1.3.3 NPS 8 to 12 piping (UOM- Per Meter)
1.3.4 NPS 14 to 18 piping (UOM- Per Meter)
1.3.5 NPS 20 to 24 piping (UOM- Per Meter)
1.3.6 NPS 26 to 30 piping (UOM- Per Meter)
1.3.7 NPS 36 piping (UOM- Per Meter)
1.3.8 NPS 42 piping (UOM- Per Meter)
1.3.9 NPS 48 piping (UOM- Per Meter)
1.3.10 Any type of Process Vessel/Equipment surface – (UOM- SQM of
vessel/equipment)
1.3.11 Multiplier for working at elevation above 1.8 M, for items 1.3.1 through
1.3.10 when work elevation is above 1.8 M

1.4 Install insulation on piping/other facility:


Supply, fabricate, prepare surface, and apply appropriate coating system as per COMPANY
GP 56-02-02 and install insulation on piping/other process vessel at all heights as per GP 29-
02-20 and properly tie-in with the existing insulation. Rate to include provision of removable
insulation box for online valves/flanges/accessories/hatches, if any. (Unit of Measurement- per
Meter Length of pipe insulated including length of online valves/fittings)
1.4.1 Up to NPS 2 piping (UOM- Per Meter)
1.4.2 NPS 3 to 6 piping (UOM- Per Meter)
1.4.3 NPS 8 to 12 piping (UOM- Per Meter)
1.4.4 NPS 14 to 18 piping (UOM- Per Meter)
1.4.5 NPS 20 to 24 piping (UOM- Per Meter)
1.4.6 NPS 26 to 30 piping (UOM- Per Meter)
1.4.7 NPS 36 piping (UOM- Per Meter)
1.4.8 NPS 42 piping (UOM- Per Meter)
1.4.9 NPS 48 piping (UOM- Per Meter)
1.4.10 Any type of Process Vessel surface – (UOM- SQM of vessel/equipment)
1.4.11 Multiplier for Cryogenic insulation for items 1.4.1 through 1.4.10
1.4.12 Multiplier for working at elevation above 1.8 M

1.5 Fabrication of CS Piping:


Supply all materials, consumables (Pipes, Fittings, bolts and gaskets will be free issued)
and fabricate as per GP 03-19-02 including preparing shop drawings, developing work
procedures, welding/thread jointing, preservation, storage of specified carbon steel
seamless/welded piping including integrated supports, handling/lifting, NDE/testing. Scope
includes assembling all pipe, fittings e.g. flanges, bends, Tees etc into the piping and post
weld heat treatment where applicable.
Note: Carbon Steel piping materials includes normal temperature carbon steel pipes, flanges,
fittings such as A106 Grade B, API 5L Grade B, A 105, A 105N, A234 WPB. (Unit of
Measurement - Per Meter Length of installed piping).
1.5.1 Up to NPS 2 - Schedule STD
1.5.2 NPS 3 - Schedule STD
1.5.3 NPS 4 - Schedule STD
1.5.4 NPS 6 - Schedule STD
1.5.5 NPS 8 - Schedule STD
1.5.6 NPS 10 - Schedule STD
1.5.7 NPS 12 - Schedule STD
1.5.8 NPS 14 - Schedule STD
1.5.9 NPS 16 - Schedule STD
1.5.10 NPS 18 - Schedule STD
1.5.11 NPS 20 - Schedule STD
1.5.12 NPS 22 - Schedule STD
1.5.13 NPS 24 - Schedule STD
1.5.14 NPS 26 - Schedule STD
1.5.15 NPS 30 - Schedule STD

Revision 1 Page 17 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.5.16 NPS 32 - Schedule STD


1.5.17 NPS 34 - Schedule STD
1.5.18 NPS 36 - Schedule STD
1.5.19 NPS 40 - Schedule STD
1.5.20 NPS 42 - Schedule STD
1.5.21 NPS 48 - Schedule STD

1.6 Piping fabrication Multiplier for other type of piping material:


The quoted multiplier below will be applied on item 1.5 rate to arrive at the piping fabrication
rate for following material but for sizes as in item 1.5. This multiplier can also be applied in
conjunction with item 1.7 to arrive at rate for different material and different thickness of pipe.
(Unit of Measurement - Per Meter Length of fabricated piping)
1.6.1 Low Temperature Carbon Steel (LTCS)
1.6.2 Stainless Steel (SS)
1.6.3 API X-42 to API X-65
1.6.4 Galvanized Pipe
NOTE:
 LTCS = Low Temperature Carbon Steel piping means pipe spools fabricated from low
temperature carbon steel pipes, flanges, fittings such as A333 Grade 6 or Grade 3,
A350 LF2 or LF3, A420 WPL6 or WPL3.
 SS = Stainless Steel Piping means pipe spools fabricated from stainless steel pipes,
flanges, fittings such as A312 TP 304L or 316L, A182 F304L or F316L, A403
WP304LS or WP316LS.
 API X-42 – API X-65 = API Piping means pipe spools fabricated from API pipes,
flanges, fittings such as API 5L Grade X-42 to X-65, A694 Grade F42 to F65, A860
Grade WPHY42 to WPHY65.

1.7 Piping Fabrication Multiplier for other schedule of thickness:


The quoted multiplier below will be applied on item 1.5 rate to arrive at the piping fabrication
rate for different schedule of piping for sizes as in item 1.5. This multiplier can also be applied
in conjunction with item 1.6 to arrive at rate for different material and different thickness of
pipe. (Unit of Measurement - Per Meter Length of installed piping)
1.7.1 SCHEDULE Std.
1.7.2 SCHEDULE 40
1.7.3 SCHEDULE 60
1.7.4 SCHEDULE 80
1.7.5 SCHEDULE 100
1.7.6 SCHEDULE 120
1.7.7 SCHEDULE 140
1.7.8 SCHEDULE 160
1.7.9 SCHEDULE XXS

1.8 Field/site installation of CS Piping:


Field/site installation/erection of fabricated piping components, welding/thread jointing as per
GP 03-19-02 of above ground/underground carbon steel seamless/welded piping on sleeper
or pipe rack including handling/lifting, transportation from fab yard to worksite, tie-in with
existing pipe, touch up coating after completion of installation, NDE/testing and
commissioning. Scope to include bolt torqueing, post weld heat treatment where applicable.
(Unit of Measurement- Per Meter Length of installed piping)
NOTE: Scope does not include excavation, pipe sleeper, pipe support, wrapping/coating,
insulation which will be paid through separate item.

1.8.1 Up to NPS 2 - Schedule STD


1.8.2 NPS 3 - Schedule STD
Revision 1 Page 18 of 158
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.8.3 NPS 4 - Schedule STD


1.8.4 NPS 6 - Schedule STD
1.8.5 NPS 8 - Schedule STD
1.8.6 NPS 10 - Schedule STD
1.8.7 NPS 12 - Schedule STD
1.8.8 NPS 14 - Schedule STD
1.8.9 NPS 16 - Schedule STD
1.8.10 NPS 18 - Schedule STD
1.8.11 NPS 20 - Schedule STD
1.8.12 NPS 22 - Schedule STD
1.8.13 NPS 24 - Schedule STD
1.8.14 NPS 26 - Schedule STD
1.8.15 NPS 30 - Schedule STD
1.8.16 NPS 32 - Schedule STD
1.8.17 NPS 34 - Schedule STD
1.8.18 NPS 36 - Schedule STD
1.8.19 NPS 40 - Schedule STD
1.8.20 NPS 42 - Schedule STD
1.8.21 NPS 48 - Schedule STD

1.9 Piping Installation Multiplier for other piping material:


The quoted multiplier below will be applied on item 1.8 rate to arrive at the piping installation
rate for following material but for sizes as in item 1.8. This multiplier can also be applied in
conjunction with item 1.10 to arrive at rate for different material and different thickness of pipe.
(Unit of Measurement - Per Meter Length of installed piping)
1.9.1 Low Temperature Carbon Steel (LTCS)
1.9.2 Stainless Steel (SS)
1.9.3 API X-42 to API X-65
1.9.4 Galvanized Pipe
NOTE:
i. LTCS = Low Temperature Carbon Steel piping means pipe spools fabricated from low
temperature carbon steel pipes, flanges, fittings such as A333 Grade 6 or Grade 3,
A350 LF2 or LF3, A420 WPL6 or WPL3.

ii. SS = Stainless Steel Piping means pipe spools fabricated from stainless steel pipes,
flanges, fittings such as A312 TP 304L or 316L, A182 F304L or F316L, A403
WP304LS or WP316LS.

iii. API X-42 – API X-65 = API Piping means pipe spools fabricated from API pipes,
flanges, fittings such as API 5L Grade X-42 to X-65, A694 Grade F42 to F65, A860
Grade WPHY42 to WPHY65.

1.10 Piping Installation Multiplier for Other Schedule of Thickness


The quoted multiplier below will be applied on item 1.8 rate to arrive at the piping installation
rate for different schedule of piping for sizes as in item 1.8. This multiplier can also be applied
in conjunction with item 1.9 to arrive at rate for different material and different thickness of
pipe. (Unit of Measurement - Per Meter Length of installed piping)
1.10.1 SCHEDULE Std.
1.10.2 SCHEDULE 40
1.10.3 SCHEDULE 60
1.10.4 SCHEDULE 80
1.10.5 SCHEDULE 100
1.10.6 SCHEDULE 120
1.10.7 SCHEDULE 140
1.10.8 SCHEDULE 160
1.10.9 SCHEDULE XXS

Revision 1 Page 19 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.11 Common multiplier for providing access arrangement for all items, where work is
above elevation of 1.8 M, regardless of material type and thickness SCHEDULE
(Example: Rate for NPS 24, SS PIPE, SCHEDULE 80 will be worked out as:
Combined Rate = Rates of 1.8.13 x 1.9.2 x 1.10.4 x 1.11)

1.12 Galvanization of Carbon Steel Pipes/Fittings/Structural:


Hot Dip Galvanization of COMPANY supplied carbon steel pipes/fittings/structural including
collecting from COMPANY stock yard at ONNE/QIT, all handling, lifting, transporting and
galvanizing by COMPANY approved galvanizing agency, returning to job site etc. complete as
per COMPANY standards. (Unit of Measurement- Per Meter Length piping and length of
fittings issued)
1.12.1 NPS 1/8 to 3/8
1.12.2 NPS 1/2 to 1-1/4
1.12.3 NPS 1-1/2 to 2
1.12.4 NPS 3
1.12.5 Structural sections/Fabrications (UOM- Per KG of fabricated weight)

1.13 Fabrication/Installation of Small Bore SS Piping:

Supply all materials/consumables, fabrication, joining, preservation and installation above


ground/underground stainless steel tubing/piping clamped to structure including
handling/lifting, transportation from fab yard to worksite, tie-in with existing pipe, testing and
commissioning. (Unit of Measurement- Per Meter Length of installed tubing/piping; No
separate measurement for fittings)
1.13.1 NPS 1/8 to 3/8 - Schedule 10S
1.13.2 NPS 1/8 to 3/8 - Schedule 40S
1.13.3 NPS 1/8 to 3/8 - Schedule 80S
1.13.4 NPS 1/2 to 1-1/2 - Schedule 10S
1.13.5 NPS 1/2 to 1-1/2 - Schedule 40S
1.13.6 NPS 1/2 to 1-1/2 - Schedule 80S

NOTE: SS = Stainless Steel Piping means pipe spools fabricated from stainless steel
pipes, flanges, fittings such as A312 TP 304L or 316L, A182 F304L or F316L, A403
WP304LS or WP316LS.

1.14 Removal of Valves:


Remove any type of Manual/motorized Gate valves, Ball Valves, Check valves, globe valves
including hot bolting/unbolting by pneumatic pipe wrench, bolt splitting (if required)
handling/lifting, transporting to and stacking at a designated place within company terminal as
directed. (Unit of Measurement- Per Piece or Each)
1.14.1 ¾” to 11/2 ” (any pressure rating)
1.14.2 NPS 2 to 6 (#150 class)
1.14.3 NPS 8 to 12 (#150 class)
1.14.4 NPS 14 to 16 (#150 class)
1.14.5 NPS 18 to 24 (#150 class)
1.14.6 NPS 26 to 32 (#150 class)
1.14.7 NPS 36 to 42 (#150 class)
1.14.8 NPS 48 (#150 class)
1.14.9 Multiplier for different pressure rating of valves (to be multiplied
with items 1.14.1 through 1.14.8)
1.14.9.1 Class 150
1.14.9.2 Class 300
1.14.9.3 Class 600
1.14.9.3 Class 800
1.14.9.4 Class 900
1.14.9.5 Class 1500
1.14.9.6 Class 2500

Revision 1 Page 20 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.14.10 Multiplier for working at elevation above 1.8 M (to be multiplied


with items 1.14.1 through 1.14.8 and also with 1.14.9 for higher
than #150 pressure class)

1.15 Installation of Valves:


Install any type of manual/actuated BALL VALVES, GATE VALVES, GLOBE VALVES,
CHECK VALVES, BUTTERFLY VALVES, PLUG VALVES including welding/threading, bolt
torqueing, handling/lifting, transporting, hook up with power/instrument air supply etc. Scope to
include transporting/handling/lifting to & from COMPANY valve shop for testing before
installation. (Unit of Measurement- Each valve)
NOTE: Valves, bolts, gaskets will be free issued. All other materials/consumables in
Contractor scope. 150#, 300#, 600#, 800#, 900#, 1500#, 2500#
1.15.1 ¾” – 11/2 ”
1.15.2 NPS 2 to 6
1.15.3 NPS 8 to 12
1.15.4 NPS 14 to 16
1.15.5 NPS 18 to 24
1.15.6 NPS 26 to 32
1.15.7 NPS 36 to 42
1.15.8 NPS 48
1.15.9 Multiplier for different pressure rating of valves (to be multiplied
with items 1.15.1 through 1.15.8)
1.15.9.1 Class 150
1.15.9.2 Class 300
1.15.9.3 Class 600
1.15.9.3 Class 800
1.15.9.4 Class 900
1.15.9.5 Class 1500
1.15.9.6 Class 2500
1.15.10 Multiplier for working at elevation above 1.8 M (to be multiplied
with items 1.15.1 through 1.15.8 and also with 1.15.9 for higher
than #150 pressure class)

1.16 Install Pipe Wrapping/Coating for Buried Piping:


Remove existing tape wraps/coats from buried piping and supply, surface preparation to
manufacturer’s recommendation and provide and install new wrappings/coatings consisting of
approved primer, profiling compound, second coat, top coat etc. to manufacturer’s
specification including carrying out 100% high voltage holiday test, overlaps etc. complete.
(Unit of Measurement - Per Meter Length).

1.16.1 Up to NPS 2 - Schedule STD


1.16.2 NPS 3 - Schedule STD
1.16.3 NPS 4 - Schedule STD
1.16.4 NPS 6 - Schedule STD
1.16.5 NPS 8 - Schedule STD
1.16.6 NPS 10 - Schedule STD
1.16.7 NPS 12 - Schedule STD
1.16.8 NPS 14 - Schedule STD
1.16.9 NPS 16 - Schedule STD
1.16.10 NPS 18 - Schedule STD
1.16.11 NPS 20 - Schedule STD
1.16.12 NPS 22 - Schedule STD
1.16.13 NPS 24 - Schedule STD
1.16.14 NPS 26 - Schedule STD
1.16.15 NPS 30 - Schedule STD
1.16.16 NPS 32 - Schedule STD
1.16.17 NPS 34 - Schedule STD

Revision 1 Page 21 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.16.18 NPS 36 - Schedule STD


1.16.19 NPS 40 - Schedule STD
1.16.20 NPS 42 - Schedule STD
1.16.21 NPS 48 - Schedule STD

1.17 Install Steel Pipe Supports:


Install all types of steel support of either welded or threaded or bolted construction or
combination of these including welding pad plates/saddles to piping, neoprene coated U-
bolt(for clamping small size piping), I-rod, neoprene spacer etc. complete. Scope includes
providing all materials required and grouting in concrete sleeper/foundation. (Unit of
measurement- installed steel’s theoretical weight in Kg).
NOTE: Steel supply and fabrication will be measured separately under structural fabrication
work. Concrete sleeper/foundation will be measured through CIVIL WORKS.

1.18 Install Inflatable Pipe Plugs:


Supply and install approved type inflatable pipe plugs through the open end of the pipe or
through a nozzle hot tapped on to a large bore pipe that has to be plugged to facilitate hot
work or testing. Scope includes removal of the plug at the end of work and blinding of insertion
nozzle with blinds, gaskets, bolts, nuts etc. complete. All material & consumables include in
the scope. (Scope excludes of Hot tapping the nozzle and hot tapping materials/nozzle) (Unit
of measurement – Per Piece)
1.18.1 Up to NPS 2 piping
1.18.2 NPS 3 to 6 piping
1.18.3 NPS 8 to 12 piping
1.18.4 NPS 14 to 18 piping
1.18.5 NPS 20 to 24 piping
1.18.6 NPS 26 to 30 piping
1.18.7 NPS 36 piping
1.18.8 NPS 42 piping
1.18.9 NPS 48 piping

1.19 Install Flanged Joints:


Fabricate, weld and install flanged joints (flange, bolts and gaskets free issued) on existing
piping or nozzles of tanks/vessels as directed by COMPANY including all consumables, labor,
equipment, and torqueing etc. complete. Scope includes preparation of bill of quantities for
required joints. (Flange joints as part of pipe fabrication work will not be measured under this
unit rate. This item is applicable only for any standalone type of flange joint that may be
required to create a nozzle or insert a valve/small spool in an existing piping etc. Welding and
bolting of two flanges will be considered as one joint. UOM- Each Joint)
1.19.1 NPS 3 to 6 SCHEDULE-STD
1.19.2 NPS 8 to 12 SCHEDULE-STD
1.19.3 NPS 14 to 16 SCHEDULE-STD
1.19.4 NPS 18 to 24 SCHEDULE-STD
1.19.5 NPS 26 to 32 SCHEDULE-STD
1.19.6 NPS 36 to 42 SCHEDULE-STD
1.19.7 NPS 48 SCHEDULE-STD
1.19.8 Multiplier for higher thickness of pipe on which the matching
thickness flange is to be welded.
1.19.8.1 SCHEDULE Std.
1.19.8.2 SCHEDULE 40
1.19.8.3 SCHEDULE 60
1.19.8.4 SCHEDULE 80
1.19.8.5 SCHEDULE 100
1.19.8.6 SCHEDULE 120
1.19.8.7 SCHEDULE 140
1.19.8.8 SCHEDULE 160

Revision 1 Page 22 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.19.8.9 SCHEDULE XXS

2.0 COATING WORKS:

2.1 Abrasive Blasting & Coating of Steel Surface


Supply all materials and consumables, equipment, labor, surface preparation by abrasive
blasting and applying coating system A or C as per GP 56-02-02 to the external surface of the
existing or new structural steel/piping/process vessel (except petroleum storage tank). Scope
to include storage, disposal of spent grit/paint containers per approved environment
management procedure/govt. regulation, cordoning off the hazardous activity area,
containment of blasting area by appropriate screen, printing Tag Number and flow direction as
per COMPANY standard. Scope includes providing access for work at height as well as
providing & complying all requirements of confined space work, wherever applicable. (Unit of
Measurement- Per SQM of surface coated).
Total per SQM rate to be broken down to following:
2.1.1 Blasting (materials, consumables, equipment, labor) (Per SQM)
2.1.2 Coating 1st coat/primer (consumables, equipment, labor) (Per SQM)
2.1.3 Coating 2nd coat (consumables, equipment, labor) (Per SQM)
2.1.4 Coating 3rd coat (consumables, equipment, labor) (Per SQM)
2.1.5 Coating top/4th coat (consumables, equipment, labor) (Per SQM)
2.1.6 Paint and thinners (materials only) per SQM

NOTE: In case of any other system other than A or C, the rate of 2.1.6 only will be replaced
with actual rate of new paint considering spread rate as per manufacturer datasheet and
application wastage/losses @25% by volume of paint theoretically required. Number of coats
will be reimbursed at the above rates (2.1.2 through 2.1.5) based on actual requirement as per
datasheet of the new system.

2.2 LOGO/LETTER PRINTING:


Supply and painting on existing coated surface various types of LOGO or Letters including
background preparation/color painting, providing stencil/template, stenciling etc complete
using approved quality and color shade of paint materials to specified size. (Measurement will
be the logo area or gross area covering the outer boundaries of the letterings- Per SQM)
2.2.1 LOGO/Lettering (UOM- Per SQM)
2.2.2 Multiplier for providing access for work above 1.8 M

3.0 STRUCTURAL WORKS

3.1 Structure Demolition/Dismantling-Hot Work (Up to 1.8 M elevation):


Demolish any specified steel structure or part thereof including process plants or its steel
components (e.g, vessels, scrubbers, heater etc) by any safe means e.g. unbolting, torch
cutting, saw cutting, drilling, shearing or combinations of any of these including lifting,
arranging access, temporary support for safe demolition by way of
welding/drilling/bolting/attaching support members/lifting eye etc. Rate to include
handling/lifting & stacking the removed steel to a designated place within company terminal as
directed. Each cut piece shall not exceed 2 meter width, 6 meter length.
NOTE: Unit of Measurement will be theoretical weight of steel demolished. Where theoretical
weight is not possible to calculate, contractor shall arrange for weighing the demolished items
at no extra cost to COMPANY)

Revision 1 Page 23 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

3.1.1 Wide flange beams


3.1.1.1Up to W8 Per MT
3.1.1.2W10 to W36 Per MT
3.1.2 Mild steel tubulars
3.1.2.1Up to 8” Diameter Per MT
3.1.2.210” to 36” Diameter Per MT
3.1.3 Other carbon steel rolled shapes Per MT
3.1.4 Mild steel plates such as flooring, walls, bulkheads, stiffeners
3.1.4.1Up to 13MM thick Per MT
3.1.4.2Exceeding 13 MM thick Per MT
3.1.5 Stairs including handrails/only hand rails Per MT
3.1.6 Vertical ladders with cage Per MT
3.1.7 Supports ( for piping, instruments, cable trays, instrument trays, instrument
stands, equipment stands, fusible plug loops, tubing supports ) Per MT
3.1.8 Gratings Per SQM
3.1.9 Multiplier for working at elevation between 1.8M to 6 M
3.1.10 Multiplier for working at elevation above 6 M

3.2 Fabrication of Steel Structure


Supply all materials, consumables, storage, preservation, fabricate various steel structure or
components of any structure including welding and/or bolting, construction engineering,
transportation, handling/lifting, NDE/testing etc. (Unit of measurement - Theoretical weight of
installed steel).
3.2.1 Wide flange beams (36 ksi grade)
3.2.1.1 Up to W8 Per MT
3.2.1.2 W10 to W18 Per MT
3.2.1.3 W21 to W24 Per MT
3.2.1.4 W27 to W36 Per MT
3.2.2 Wide flange beams (High strength grades)
3.2.2.1 Up to W8 Per MT
3.2.2.2 W10 to W18 Per MT
3.2.2.3 W21 to W24 Per MT
3.2.2.4 W27 to W36 Per MT
3.2.3 Mild steel tubulars (36 ksi grade)
3.2.3.1 Up to 8” Diameter Per MT
3.2.3.2 10” to 16” Diameter Per MT
3.2.3.3 18” to 24” Diameter Per MT
3.2.3.4 26” – 36” Diameter Per MT
3.2.4 Tubulars (High strength grades)
3.2.4.1 Up to 8” Diameter Per MT
3.2.4.2 10” to 16” Diameter Per MT
3.2.4.3 18” to 24” Diameter Per MT
3.2.4.4 26” – 36” Diameter Per MT
3.2.5 Other carbon steel rolled shapes (36 ksi grade) Per MT
3.2.6 Other carbon steel rolled shapes (High strength grades)Per MT
3.2.7 Mild steel plates such as flooring, walls, bulkheads, stiffeners (36ksi
grade)
3.2.7.1 Up to 13MM thick Per MT
3.2.7.2 14mm to 25 MM thick Per MT
3.2.7.3 Exceeding 25 MM thick Per MT
3.2.8 Mild steel plates such as flooring, walls, bulkheads, stiffeners (High
strength grades)
3.2.8.1 Up to 13 MM thick Per MT
3.2.8.2 14mm to 25 MM thick Per MT
3.2.8.3 Exceeding 25 MM thick Per MT
3.2.9 Stairs including handrails (both sides) Per MT
3.2.10 Handrails only Per MT
3.2.11 Vertical ladders with cage Per MT

Revision 1 Page 24 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

3.2.12 Supports ( for piping, instruments, cable trays, instrument trays, instrument
stands, equipment stands, fusible plug loops, tubing supports ) Per MT
3.2.13 Hot dipped GI Gratings Per MT
3.2.14 Gratings made of Reinforced fibre Per SQM

LEGEND: i) 36 ksi grade means structural steel with a minimum yield strength of 36,000
pounds per square inch.
ii) High strength grades means structural steel with minimum yield strength of
50,000 pounds per square inch.

3.3 Structure Installation Work (Up to 1.8 M elevation):


Field/site installation/erection of pre-fabricated steel structure or components for new or
existing structure including construction engineering, welding/bolting, handling/lifting,
transportation from fab yard to worksite, tie-in with existing structure, NDE/testing, touch up
coating after completion of installation. Scope to include bolt torqueing/heat treatment where
applicable.
3.3.1 Wide flange beams (36 ksi grade)
3.3.1.1 Up to W8 Per MT
3.3.1.2 W10 to W18 Per MT
3.3.1.3 W21 to W24 Per MT
3.3.1.4 W27 to W36 Per MT
3.3.2 Wide flange beams (High strength grades)
3.3.2.1 Up to W8 Per MT
3.3.2.2 W10 to W18 Per MT
3.3.2.3 W21 to W24 Per MT
3.3.2.4 W27 to W36 Per MT
3.3.3 Mild steel tubulars (36 ksi grade)
3.3.3.1 Up to 8” Diameter Per MT
3.3.3.2 10” to 16” Diameter Per MT
3.3.3.3 18” to 24” Diameter Per MT
3.3.3.4 26” – 36” Diameter Per MT
3.3.4 Tubulars (High strength grades)
3.3.4.1 Up to 8” Diameter Per MT
3.3.4.2 10” to 16” Diameter Per MT
3.3.4.3 18” to 24” Diameter Per MT
3.3.4.4 26” – 36” Diameter Per MT
3.3.5 Other carbon steel rolled shapes (36 ksi grade) Per MT
3.3.6 Other carbon steel rolled shapes (High strength grades)Per MT
3.3.7 Mild steel plates such as flooring, walls, bulkheads, stiffeners (36ksi grade)
3.3.7.1 Up to 13MM thick Per MT
3.3.7.2 14mm to 25 MM thick Per MT
3.3.7.3 Exceeding 25 MM thick Per MT
3.3.8 Mild steel plates such as flooring, walls, bulkheads, stiffeners (High strength
grades)
3.3.8.1 Up to 13 MM thick Per MT
3.3.8.2 14mm to 25 MM thick Per MT
3.3.8.3 Exceeding 25 MM thick Per MT
3.3.9 Stairs including handrails (both sides) Per MT
3.3.10 Handrails only Per MT
3.3.11 Vertical ladders with cage Per MT
3.3.12 Supports ( for instruments, cable trays, instrument trays, instrument stands,
equipment stands, fusible plug loops, tubing supports, electrical DB/JB etc.) Per MT
3.3.13 Hot dipped GI Gratings Per MT
3.3.14 Gratings made of Reinforced fibre Per SQM
3.3.15 Multiplier for working at elevation 1.8M to 6 M (for 3.3.1 through 3.3.14)
3.3.16 Multiplier for working at elevation above 6 M (for 3.3.1 through 3.3.14)

Revision 1 Page 25 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

4.0 Demolish Turbine stack


Demolish/dismantle corroded steel stack of Turbine power unit approx. 40 ft high (contractor to
visit site and ascertain dimensions before quoting) including demolishing the corroded scaffold
system (unfit for access) built around it, by any safe means e.g. unbolting, torch cutting, saw
cutting, drilling, shearing or combinations of any of these including construction
engineering/arranging access, temporary support for safe demolition by way of providing,
welding/drilling/bolting/attaching support members. Rate to include handling/lifting & stacking
the removed steel/scaffold materials to a designated place within company terminal as
directed. Weight of each cut piece shall not exceed 2 meter width, 6 meter length and 5 MT
weight. (Unit of Measurement- Lump sum Per Stack).

5.0 Fire Proofing of structures/vessels max. up to 6 M elevation:


Demolish/dismantle the existing fireproofing, provide and install new concrete/shotcrete
(minimum compressive strength 27.5 MPa) fireproofing min 2” thick in block form or in
contoured from over structural sections/vessel skirting internal or external per GP 14-03-01
including wire reinforcement secured at distance of 25 mm from the beam/column flange
surface/vessel surface. Reinforcement shall be 50 mm x 50 mm, 14 gauge PVC-coated wire
reinforcement per ASTM A 933/A 933M or stainless steel wire reinforcement. (Unit of
Measurement- SQM area of steel surface).

6.0 Scaffolding Installation:


Supply, design, erect/install scaffolding conforming to BS EN-12811 including clips,
bracings, ledgers, transoms, standards, fittings, ties, anchors, cutting tube to length,
decking, guard rails, toe boards, ladders, sheeting of any type, boarding and
associated items used to provide access during erection or dismantling of scaffold or
decking , all cutting of boards to length, notching and fitting including notching and
fitting around structures, hand rails, including safety barriers hinged or otherwise
operated at ladder access points, lashings, clips to secure boards, additional support
transoms and tubing, sufficient ladders to provide safe access to decking including
ladders used to provide access during erection or dismantling of scaffold or decking.
Scope to include all equipment, tools and facilitating weekly inspection by MPN
scaffold inspector and maintain/modify to ensure “fit for use certification every week”
during the life of the scaffold and dismantling the entire scaffold at the end of work.
6.1 Scaffold Structure
6.1.1 Leg foot (scaffolds shall be measured in leg feet which shall be ascertained
by measuring the length of each standard from the base of the scaffold to the
top of the working platform up to the height of guard rails.) – UOM Per Meter
per Week (applicable when required for less than a month)
6.1.2 Leg foot (scaffolds shall be measured in leg feet which shall be ascertained
by measuring the length of each standard from the base of the scaffold to the
top of the working platform up to the height of guard rails.) – UOM Per Meter
per month (applicable when required for more than a month)
6.2 Scaffold Decking
6.2.1 Decking (includes toe boards & double guard rails) - UOM per SQM per week
(when required for less than a month)
6.2.2 Decking (includes toe boards & double guard rails) - UOM per SQM per
month (applicable when required for more than a month)

7.0 Supply of Scaffolding materials set


Supply and delivery of sets of scaffolding materials to specified sites along with
materials certificate, receiving inspection by MPN etc. complete. One (1) set of

Revision 1 Page 26 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

scaffolding materials shall comprise of the following components, specifications and


quantities for each component as listed below:

MINIMUM QUANTITY
COMPONENT SPECIFICATION & CODE
FOR ONE SET

Tube 6.0m BS EN 39 Type 4 10


Tube 5.0m BS EN 39 Type 4 5
Tube 4.0m BS EN 39 Type 4 10
Tube 3.0m BS EN 39 Type 4 15
Tube 2.5m BS EN 39 Type 4 5
Tube 2.0m BS EN 39 Type 4 20
Tube 1.5m BS EN 39 Type 4 20
Tube 0.5m BS EN 39 Type 4 5
Double Coupler BS 1139-2.1 250
Gravlok Coupler BS 1139-2.1 30
Swivel Coupler BS 1139-2.1 50
Putlog Coupler BS 1139-2.1 100
Sleeve Coupler BS 1139-2.1 10
Board Coupler BS 1139-2.1 50
Base Plate BS 1139-2.1 10
Board 4.0m BS 2482-1 30
Board 3.0m BS 2482-1 10
Board 2.5m BS 2482-1 5
Board 2.0m BS 2482-1 20
Board 1.5m BS 2482-1 5
Sole Pad BS 2482-1 10
Ladder 6.0m BS EN 131-1 1
Ladder 4.0m BS EN 131-1 1
Ladder 3.0m BS EN 131-1 1
Ladder 2.0m BS EN 131-1 1

NOTES:
All scaffold materials to confirm to the specifications and codes listed against the
items.

Scaffold Tubes
a) Scaffold Tubes shall have the BS EN XXX 4 embossed on the tubes every 1.5 m, where
XXX represents the trademark of the manufacturer
b) Hot dipped galvanized or painted tube may be used
c) Tubes shall confirm to the following requirements:-
i) Outer diameter = 48.3 mm
ii) Wall thickness = 4mm
iii) Mass Kg/m = 4.37 Kg
Scaffold Boards
a) NASC TG5/BS EN 1128-1
b) Boards should have a nail plate/hoop at either end stating M or V (machine or visually
tested), the maximum span of board centers (either 1.5m or 1.2m), the name of the
company and the relevant BS code number
c) Cross sectional size = 38mm x 225mm
d) Mass Kg/m = 6.0Kg
Scaffold Fittings
a) NASC TG20:08/BS EN 12811-1
b) BS 1139-1
c) They also have individual slip test and SWL properties per fitting.

Revision 1 Page 27 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

d) All fittings to be of quality construction and have the BS trade mark embossed on them
e) Mass Kg = 1.00Kg to 2.25Kg

7.1 When delivered to QIT or Ibeno/Eket sites - UOM – Per Set


7.2 When delivered to BRT or Bonny based sites - UOM – Per Set
7.3 When delivered to Onne, Port Harcourt - UOM - Per Set

8.0 Installation of Scaffolding (Materials procured through item 7.0):


Design, erect/install scaffolding (scaffolding materials will be FREE ISSUED) with conforming
to BS EN-12811 including clips, bracings, ledgers, transoms, standards, fittings, ties, anchors,
cutting tube to length, decking, guard rails, toe boards, ladders, sheeting of any type, boarding
and associated items used to provide access during erection or dismantling of scaffold or
decking , all cutting of boards to length, notching and fitting including notching and fitting
around structures, hand rails, including safety barriers hinged or otherwise operated at ladder
access points, lashings, clips to secure boards, additional support transoms and tubing,
sufficient ladders to provide safe access to decking including ladders used to provide access
during erection or dismantling of scaffold or decking. Scope to include all equipment, tools and
facilitating weekly inspection by MPN scaffold inspector and maintain/modify to ensure “fit for
use certification every week” during the life of the scaffold at the end of work. (Unit of
Measurement- Per Set)
8.1 Installation- UOM- Per set
8.2 Dismantling UOM- Per set

9.0 Buried Drain System Cleaning:


Cleaning of buried drain system consisting of inspection chambers and buried pipe carrying
hydrocarbon emulsion/water including providing required flushing spread consisting of but not
limited to high pressure and high capacity pump, prime mover, all equipment, accessories, e.g.
spades/blinds, bolts & nuts, consumables, hose connectors, adaptors, water, recirculation
vessel and execute flushing of various size piping described below including disposal of flushed
liquid/sludge through DPR approved agency. Flushing to continue till free flow is demonstrated
between both ends. Scope to include providing for all confined space related requirements,
manual cleaning of inspection chambers/collection chambers, requiring confined space entry
with all safety measure to COMPANY standard.
9.1 Drain piping between two consecutive inspection chambers up to NPS 8 (UOM Per
Meter of pipe length)
9.2 Drain piping between two consecutive inspection chambers sizes between NPS 10 to
NPS 14 - UOM Per Meter of pipe length
9.3 Cleaning of inspection chambers/collection chambers/grade sumps- UOM per CUM
(calculated theoretically using physical measurement of pit dimension)
9.4 Disposal of sludge including transportation/documentation (UOM -Per MT)

10.0 Heat Exchanger Cleaning:


Cleaning of heat exchanger tubes/fin pipes for any type of heat exchanger/cooler/chiller unit, at
any height including arranging/providing access, removal of covers if any, breaking of flange
joints and restoration of covers/flange joint after cleaning, all compressor/high pressure pump,
other equipment, accessories, connectors, adaptors, water, cleaning chemicals, recirculation
vessel including disposal of flushed liquid etc complete. (Unit of Measurement- Per bundle)
NOTE: Item 10 is applicable where cleaning does not require tube bundle extraction and can
be executed in-situ.

Revision 1 Page 28 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

10.1 Compressed air cleaning of fin pipes external surface up to NPS 2 (UOM Per Meter
length of the pipe bundle)
10.2 Flushing/cleaning of tube internals up to NPS 2 (UOM per Meter length of the tube
bundle)

11.0 Heat Exchanger Tube Bundle Extraction & Cleaning:


Extraction of heat exchanger tube bundles for cleaning and testing of shell/tubes as applicable
for any type of heat exchanger/cooler/chiller unit including arranging/providing access, removal
of covers/dish ends etc. and re-installation of tube bundle/covers etc after cleaning including
extraction equipment, acid cleaning, other equipment, accessories, connectors, adaptors, fresh
water, recirculation vessel including disposal of flushed liquid etc complete. Approx. heat
exchanger size: 51 INCH Dia x 26 feet long (Unit of Measurement- Per bundle)
NOTE: Removal of insulation and restoration of insulation, if any, will be paid through separate
unit rate items. In case a new tube bundle is to be installed, the above rate will be applicable.

12.0 Plant Compressed Air System:


Design required size/capacity compressed air dryer, engineering and install the air dryer for
instrument air system including construction of foundation, modification/re-routing piping to and
from the dryer unit, hook-up, completion and commissioning.
12.1 Designing/engineering for the size/capacity of air compressor, air dryer, air receiver,
manifold including preparing all drawings and Bill of materials, gathering plant air
consumption data from field etc complete.(excludes header piping) (UOM-Lump
Sum)
12.2 Install free issue packaged compressor unit or air dryer unit (Max weight 5MT) for
instrument air system including supply/construction of foundation, modification/re-
routing piping to and from the dryer unit, hook-up (mechanical & electrical),
completion and commissioning complete. (UOM- Per piece of compressor or air
dryer)
12.3 Removal of packaged Air compressor or Air Dryer unit (Max weight 5MT) off the
foundation including disconnecting/dismantling all piping/power cabling, carting away
the removed equipment to a designated location within terminal. (UOM- Per piece of
compressor or air dryer)

13.0 Remove And Replace Manually Operated Rotary Pipe Skimmers:


Remove existing manually operated rotary pipe skimmers (RPS) and replace with new RPS for
oil water separators in the storm water drainage system. The rotary pipe skimmers shall be
comprised of a manually rotated slotted stainless steel pipe that has a fixed wall bracket and
sealed end on one side and an open pipe connected to a fixed pipe via a compression coupling
for rotating on the other side. The skimmed oil collection slot shall be fitted with a stainless
material screen. Stainless steel handles shall be provided for easy rotation of the RPS to the
required skimming level when required. Scope includes site data collection/measurements,
supply of new RPS, installation and tie-in of the new RPS complete in all respect. Approx. dia
and length of RPS is NPS 12 x 20 ft. Necessary reducer supply, fabrication, installation if
required to fit into existing pipe flange shall be included. (UOM- Each).
14.0 Remove Pumps/Compressors:
Remove pump or prime mover or skid mounted pump set/compressors off the foundation
including unbolting, decoupling the suction/discharge/other drain/thermal/pressure expansion
lines, positive isolation of suction/discharge lines, removal of cable terminations, protecting
exposed cable ends, pipe ends, rigging, lifting and placing it on grade/trailer as directed.
(Trailer will be provided by other agency/COMPANY) (UOM - Per Piece of pump sets).
14.1 Above items weighing up to 2 MT
14.2 Above items weighing above 2 MT up to 10 MT

Revision 1 Page 29 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

14.3 Above items weighing above 10 MT up to 25 MT


15.0 Re-Install Pumps/Compressors:
Handling/lifting new or overhauled pump or prime mover or skid mounted pump
set/compressors (Free issue item) and install on existing foundation including but not limited to
bolting, coupling, levelling, providing grouting, aligning, reconnecting the
suction/discharge/other piping, drain/thermal/pressure expansion lines, de-isolation of
suction/discharge lines, bolt torqueing, reconnect power/instrument cables including cable
terminations. Scope to include making arrangement/provision for access. (UOM- per Piece of
pump sets).
15.1 Above items weighing up to 2 MT
15.2 Above items weighing above 2 MT up to 10 MT
15.3 Above items weighing above 10 MT up to 25 MT
16.0 Remove And Replace Radiant Heat Shield Sheets:
Remove existing radiant heat shielding SS metal sheets around the ground flare or other
locations and replace with new heat shield materials including, unbolting, cutting, fabrication,
handling/lifting, providing access and installation. Approx. dimensions of sheets 6 m x 1.2 M x 3
mm THK. Heat Shield material will be FREE ISSUED. (UOM- per SQM).
17.0 Pipe Fitting assurance:
Provide and conduct pipe fitting assurance including necessary scanning, LASER surveying
and taking measurements etc to identify obstructions enroute if any and validate design
/drawings issued by MPN before commencing fabrication /installation. Scope includes
submission of data and reports identifying pipe fit mismatches, and suggested solution for
addressing the mismatch.
17.1 Mobilization of equipment & personnel for pipe fit assurance (UOM - LumpSum)
17.2 Surveying and reporting complete (UOM- Per meter length of pipe route)
18.0 Supply And Install Sump Draining Pump:
Supply and install Goulds vertical pump (1” x 2”, Model 3171 S, Motor 50 Hz, 1450RPM, 240 V)
along with automatic Start Stop Float control (displacer type), remote and local control, manual
override etc complete. Scope includes providing and installing suitable Galvanized steel frame
and mounting plate for mounting the vertical Goulds Pump set along with its supplied mounting
plate, providing necessary concrete & galvanized steel foundation for mounting the pump set.
Design of the foundation shall be such, so as to eliminate vibration. Scope also includes
cleaning the existing sump and connecting trench inside the enclosure area, providing suitable
stainless steel wire mesh around each sump to prevent unwanted debris entering the pump
suction. The depth of sump (for selection of Pump shaft vertical dimension) may be considered
2.3 meter. The electric motor for the pump shall be EX-Proof certified for Class I Div 1
hazardous area. The electric motor shall be preferably from US electric model H08277.
19.0 Remove Process Vessel
Removal of any type of process vessel e.g. air receiver, chiller, cooler, gas scrubber, heat
exchanger etc including disconnecting all piping, instruments air, power and control cables(if
any), temporary protection of open pipe/cable ends , handling/lifting and carting away to a
designated location within terminal (BRT/QIT).
19.1 Weighing up to 10 MT
19.2 Weighing above 10MT up to 25 MT
20.0 Install Process Vessel
Handling/lifting any type of process vessel (free issued) e.g. air receiver, chiller, cooler, gas
scrubber heat exchanger etc and install on existing foundation including but not limited to
bolting, coupling, levelling, providing grouting, aligning, reconnecting the
suction/discharge/other piping, drain/thermal/pressure expansion lines, de-isolation of

Revision 1 Page 30 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

suction/discharge lines, bolt torqueing, reconnect power/instrument cables including cable


terminations. (UOM- per Piece)
NOTE: New foundation, if required, shall be measured under CIVIL WORKS.
20.1 Weighing up to 10 MT
20.2 Weighing above 10MT up to 25 MT
21.0 Utility Tank Bottom Works for Tanks Up To 30 M Dia X 15 M High
21.1 Demolition and Removal Work:
Removal of tank bottom plates (applicable for both sketch plate and annular plate ) using cold
cutting procedures ONLY, remove existing tank floor and annular plates and store them at
location identified by COMPANY within the terminal.
21.1.1 6 to 8mm thick plate
21.1.2 10 to 12mm thick plates

21.2 Install Tank Bottom plates:


Supply, fabricate and install in position new bottom plates (plates will be free issued)
(applicable for sketch plate and annular plate) as per API 653/650 in locations where the
bottom plates have been removed under item no.6.1a/b/c/ or for patch plating up to a smallest
size 300 mm x 300 mm. Scope includes preparation of AFC drawings and bill of quantities.
21.2.1 6 mm to 8 mm thick carbon steel plate
21.2.2 10mm to 12 mm thick carbon steel plate
22.0 Utility Tank Shell Works for Tanks Up To 30 M Dia X 15 M High
22.1 Remove and Replace Shell Plates, Insert Plates, Door Sheets
22.1.1 Remove and Replace Shell Plates
Remove existing and fabricate, rolling/bending to required curvature, and install new
shell plates in full or insert plate/door sheet in identified shell courses at any height
per API 653 and COMPANY standards. Plates shall conform to ASTM A36 or original
spec. Door sheet for construction access shall have necessary supports to prevent
shell deformation. Scope includes preparation of AFC drawings and bill of quantities.

22.1.1.1 Up to 8 mm thick plates


22.1.1.2 above 8 mm and up to and including 14mm thick
23.0 Manways and Nozzles
Supply, fabricate, and install shell nozzles in shell in the field as per API 650, API 653. Scope
includes reinforcement pad, nozzle, associated weld neck flange, cover plate, Nuts & bolts,
gaskets and testing. Scope of work and rate shall include removing the existing shell nozzles &
pad plates. Preparation of AFC drawings is also included in the scope. (UOM - Ea)
23.1. 4" CS nozzle (thickness of shell max 14 mm)
23.2 6" or 8" CS nozzle (thickness of shell max 14 mm)
23.3 10" or 12 CS nozzle (thickness of shell 1" through 1.5")
24.0 Blasting and Coating of Tanks’ Internal Surfaces
Scope includes surface preparation in confined space and coating of the underside of roof,
shell internal surface and tank bottom as per GP 56-02-02 or GP 56-02-11 in case of Jet-Fuel
including providing for confined space work compliance, access arrangement, supply of all
paint, grit, consumables, equipment, labor complete. (UOM-SQM area painted, assessed
theoretically)
24.1 Underside of tank roof up to 15 M high (UOM-SQM)
24.2 Internal surface of tank shell up to 15 M high (UOM-SQM)

Revision 1 Page 31 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

24.3 Internal surface of tank bottom including lowest 1 m height of shell internal (UOM-
SQM)
25.0 Blasting and Coating of Utility Tanks’ Shell External Surfaces
Scope includes surface preparation and coating of the roof, shell external surface as per GP
56-02-02 including access arrangement, supply of all paint, grit, consumables, equipment, labor
complete. (UOM-SQM area painted, assessed theoretically)
25.1 Tank roof up to 15 M high (UOM-SQM)
25.2 External surface of tank shell up to 15 M high (UOM-SQM)
26.0 Supply and Install Joint Sealant at Chime
Seal the gap between tank chime and tank foundation by installing mastic sealant with
necessary backer rod. Sealant shall be thiokol 2235M over a primer of thiokol 5050 of
PolySpec or equivalent. Surface preparation and installation shall be in accordance with
manufacturer's specifications. (UOM - LM of perimeter).
27.0 Remove and Replace Tank Components
Remove items specified below and stack at a designated place inside QIT. Scope includes
supply, fabricate and install new components and all associated fittings for replacement or re-
install the existing components. Scope also includes preparation of AFC drawings and Bill of
quantities.
27.1 Remove complete spiral access stairway on tanks up to 15 high and replace with new
design complete with intermediate and top landing platforms, handrails, treads,
grounding, toe guard, midrail etc. (UOM- Lump Sum for Each stairway)
27.2 Remove Access Stairway tread up to a size of 760mm x 255mm and replace with new
stairway tread made of hot dipped galvanized grating. (UOM-KG weight of grating/s)
28.0 Utility Tank Hydrostatic Test
Hydrostatic testing of tanks as per API 650 including all necessary connections,
equipment/pump set, labor, fresh water, corrosion inhibitor, access, disconnection, removal at
the end of testing complete. (UOM - CUM volume of tank assessed theoretically).
29.0 Supply and Operate 400 Tonne Crawler Crane on Hire Basis
Supply and operate crawler crane DEMAG CC 2400-1 or equivalent including 60 M long boom
(minimum), and entire counterweights of 160 Tons along with additional intermediate ballast of
40 Tons with trained/certified crane operator and two riggers, fuel, consumables, maintenance,
timber matting/plate support etc. complete with mob and demob. Crane shall be mobilized and
operated for use by third party as per direction of the COMPANY.
29.1 Monthly crane Hire Charge on idle or standby basis (UOM-Month)
29.2 Daily crane hire charge in addition to monthly idle charge for the days when the crane
is used Day (UOM-Day)

NOTE 1: The crane shall be suitable for lifting the following types of loads (maximum possible
lifting scenario)
a. Steel stack, 9 feet dia x 75 feet height, weighing about 44 Tons, currently installed at
an elevation of 75 feet above ground (Base of stack is at 75 feet elevation, and top
of stack is at 151 feet elevation above the ground. This stack has to be uninstalled to
the ground, and subsequently re-installed during the course of the project.
b. Steel convection box, about 25 feet long x 14 feet wide x 12 feet height, weighing
about 58 Tons, currently installed at an elevation of 63 feet above ground (Base of
box is at 63 feet elevation, and top of stack is at 75 feet elevation above the ground).
This box has to be unloaded to the ground, and subsequently an identical new box
to be re-installed during the course of the project.

30.0 Transportation Service

Revision 1 Page 32 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

30.1 Provide transportation service by 40 feet long flatbed truck trailer having minimum
load carrying capacity of 25MT including fuel, all consumables, maintenance, driver,
driver mate etc complete for moving materials/equipment within terminal or adjoining
sites. Scope includes loading and unloading of materials at both ends. (UOM- Per
Week)
30.2 Provide transportation service by appropriate size truck trailer as per load
requirement including all fuel, consumables, maintenance, driver, driver mate etc
complete for moving materials/equipment from one location to another within Nigeria.
Scope includes loading and unloading of materials at both ends. Compensation for
the service will be under following heads.
30.2.1 For non-containerized loads (minimum load of 10 MT shall be considered for
loads weighing less than 10MT) (UOM – Ton - KM)
30.2.2 For 20 feet container load (UOM - KM)
30.2.3 For 40 ft container load (UOM - KM)

SECTION - B: CIVIL WORKS

1.0 Earthwork
Scope of earthwork activities include for labor, earth moving equipment (e.g. Scraper, dozer,
graders, excavator, backhoe, trenchers, rippers, dredgers, loaders, dump trucks, dumpers),
water tankers/spreader, compactors, well points dewatering system, shovels, wheel barrow,
all other tools etc. Scope also includes the following:
Probing of the sites for underground facilities, with an electrical magnetometer. Where the
probing proves the absence of any buried material, controlled manual excavations shall be
carried out to confirm same. During such excavations, utmost care shall be exercised to avoid
any consequential damage. Earthworks shall only commence after all effort has confirmed the
absence of buried facilities or where buried utilities/facilities exist, these shall be clearly
marked and protected.
Dewatering of excavated pit/trench, where required.
Compacting and testing
1.1 Site clearance and grubbing, loading and carting away to designated dump site not
more than 1 KM from worksite (UOM - Per SQM)
1.2 Stripping of topsoil to an average depth of 150mm, and carting away to designated
dump site more than 1 KM from worksite (UOM - Per SQM)
1.3 Excavations from strip level up to a depth of 1.2 m in any kind of soil (excluding rock)
excavation and carting away to spoils heap to a distance not exceeding to 300m
(UOM -Per CUM)

Revision 1 Page 33 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

1.4 Excavations between 1.2 m depth (commencing at strip level) up to a depth of 3 m in


any kind of soil (excluding rock) and carting away to spoils heap to a distance not
exceeding to 300m (UOM - Per CUM)
1.5 Disposal of excess excavated soil to an approved site not exceeding a distance of 5
including handling/lifting, transportation, spreading etc. complete. (UOM - Per CUM)
1.6 Excavations in rock requiring the use of explosives or Mechanical means e.g.
Pneumatic drills. (UOM - Per CUM)
1.7 Excavation for road cutting/soil remediation etc. up to a depth of 3m, loading and
piling on work site, up to a distance of 400m (UOM - Per CUM)
1.8 Grading of road bed to give the required cross section profile including ditches (UOM-
Per SQM)
1.9 Excavation for rectangular or trapezoidal drain including setting-out and profiling for
the drain, planking and strutting, compacting, leveling and blinding to receive
concrete (UOM - Per LM)
1.9.1 For drain top widths and depths up to 1.0m
1.9.2 For drain top widths and depths above 1.0m and up to 2.0m
1.9.3 For 3.0 – 6.0m drain widths and depths up to 3.0m

2.0 Filling
Filling shall be carried out using approved materials in accordance with the specification
which can either be selected from the material on site or imported from selected and
approved sources. All filling shall be done in layers not exceeding 150 mm and each layer
shall be water and compacted and tested before commencing subsequent layer. Scope
includes all equipment, tools, materials, consumables and labor.
2.1 Loading and transport soil stocked on the work site and filling around foundation and
compacting and ramming under slab (UOM-Per SQM)
2.2 Supply, loading and transport imported soil to site and filling around foundation and
compacting and ramming under slab (UOM-Per SQM)
2.3 Supply, loading and transport imported approved quality sharp river sand to site and
filling in cable trench, around foundation, plinth filling, filling in tank foundation or any
other purpose as directed by COMPANY and compacting, watering and ramming etc
complete.(UOM- CUM of compacted volume of sand assessed theoretically)
2.4 Provide and construct sub-grade capping and earthen road shoulders with approved
material including transporting to site, spreading, grading to required slope, watering
and compacting. (UOM-Per CUM)
2.5 Provide and construct granular sub-base with close graded material including mixing
in a mechanical mix plant at OMC, carriage of mixed material to work site, spreading
in uniform layers with motor grader on prepared surface and compacting with
vibratory power roller till the required density is achieved. (UOM-Per CUM)
2.6 Provide, lay and compact Soil-Cement mix complete for sub-base (UOM-Per CUM)
2.7 Provide, lay and compact Quarry Waste with approved grading for sub-base (UOM-
Per CUM)
2.8 Provide and spread boulders 100 to 200 mm shape as hardcore to receive blinding
underneath ground slabs (UOM-Per CUM)

3.0 Cement Concrete Works


Construct specified grade concrete elements (e.g. columns, beams, walls, retaining walls,
roof slabs, ground slabs, pipe sleeper, foundations, bridge, culvert etc.) in formwork filling

Revision 1 Page 34 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

around steel reinforced bars (@200 KG/CUM) or higher. Scope includes supply of all
equipment, materials, water, power, labor, reinforcement steel, formwork, strutting, shuttering,
propping, fabrication, damp-proofing, cube testing, curing to specified strength. Scope also
includes designing of the concrete mix for specified concrete grade, performing trial mix and
performing all required tests to qualify the concrete.
Note: All concrete grades are based on cylinder strength.
3.1 Provide 50mm to 100mm thick C15 Concrete in Blinding (UOM- Per SQM)
3.2 Provide and place specified grade Concrete pour in formwork filled around steel
reinforced bars (@200 KG/CUM) in foundations and all ground structures. Scope
includes supply and fabrication of formwork/ shuttering, strutting/propping, re-bars,
damp-proofing, cube testing, curing to specified strength complete. (UOM- Per CUM)
(This item is applicable for works at a height up to 1.8M. Refer items 3.2.6, 3.2.7,
and 3.2.8 for rates at higher height works)
NOTE: Re-bars in excess of 200 KG/CUM will be measured through a separate item. No
separate rate will be allowed for pre-cast concrete elements.
3.2.1 C15
3.2.2 C20
3.2.3 C25
2.2.4 C35
3.2.5 C40
3.2.6 Multiplier for works at height above 1.8 M and up to 3 M
3.2.7 Multiplier for works at height above 3 M and up to 6 M
3.2.8 Multiplier for works at height above 6 M
3.3 Supply, fabricate and install in position steel reinforcement bars, if used in any
concrete works, in excess of 200KG/CUM including all chairs, spacers etc. (UOM- per
Kg of excess steel)
3.4 Providing and laying in roads/gardens at or near ground level, factory made M-25
grade concrete kerb stone 150 mm thick, 300 to 450 mm high in position to the
required line, level and curvature jointed with cement mortar 1:3 including making
joints with or without grooves (thickness of joints except at sharp curve shall not to
more than 5mm) including making drainage openings wherever required complete as
per approved drawings. (Precast C.C kerb shall be approved by Company). Scope to
include supply and laying haunching/embedment concrete (UOM - per L.M.)
3.5 Provide and lay shaped drain spouts 10” wide complete with bedding concrete (UOM
per L.M.)
3.6 Provide and place 100mm thick of specified grade Concrete pour in formwork filled
around A393 BRC mesh as reinforcement in drains, walkways and sheeting over
earth mound dykes. Scope includes supply and fabrication of formwork/ shuttering,
strutting/propping, re-bars, expansion joint, damp-proofing, cube testing, and curing
to specified strength complete (UOM - Per SQM)
3.7 Supply and place Heavy duty Nigeria Foundry cast iron to cover 600mm width drain
(UOM - per Unit.)
3.8 Supply and place Medium duty Nigeria Foundry cast iron to cover 600mm width drain
(UOM - per Unit.)
3.9 Supply, fabricating and fixing of mild steel embedment, inserts, pipe sleeves, angle
pieces, rungs of various diameters, plates of dimensions as required etc. including
welding, bolting, cutting, drilling, scaffolding, setting etc. all complete(UOM - per Kg)

4.0 Flexible Pavement on Roads/Helipads/Airstrips

Revision 1 Page 35 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

Flexible pavement surfacing is in layers comprising Road-base, Base Course and Wearing
Course. Surfacing materials are aggregates bound together with any of tar, bitumen, or
asphalt. All the materials are strong due to their density, and the pavement is flexible due to
the nature of binder. The binders are graded by their viscosity at specific temperatures. It is
therefore important that successive layers contain binders of similar viscosity so that they may
be laid at compatible temperatures.
Surface Dressing and Precast Interlocking Paving Stones are other Flexible Pavement
surfacing materials’
4.1 Providing, laying, spreading and compacting graded stones aggregate to wet mix
macadam specifications including pre-mixing the material with water at OMC in
mechanical mix plant, carriage of mixture by tipper to site, laying in uniform layers
with paver in road base on well prepared surface and compacting with vibratory roller
to achieve the desired density complete as per specifications (UOM-Per CUM)
4.1.1 Layer of 200mm thickness
4.1.2 Layer of 150mm thickness
4.2 Providing, laying, spreading and compacting asphalt concrete to approved
specifications including pre-mixing in asphalt plant carriage to site, laying in uniform
layers with paver in road base on well prepared surface and compacting with
vibratory roller to achieve the desired density complete as per specifications (UOM-
Per CUM)
4.1.1 Layer of 200mm thickness
4.1.2 Layer of 150mm thickness
4.3 Providing and spreading primer coat of bitumen emulsion on prepared surface of
granular base including clearing of road surface and spraying primer at the rate of
0.50 kg / sq.m using mechanical means complete as per specifications, (UOM-Per
SQM)
4.4 Providing and applying tack coat with bitumen emulsion using emulsion pressure
distributor at the rate of 0.25 kg per sq.m on the prepared granular surface cleaned
with mechanical broom. Complete as per specifications. (UOM-Per SQM)
4.5 Providing and laying to specified thickness dense graded asphalt concrete with
transporting the hot mix to work site, laying (as base course) with a hydrostatic paver
finisher with sensor control to the required grade, level and alignment, rolling with
smooth wheeled, vibratory and tandem rollers to achieve the desired compaction in
all respects as per specifications (UOM-Per CUM)
4.5.1 Layer of 100mm thickness with 40mm nominal size aggregate
4.5.2 Layer of 75mm thickness with 32mm nominal size aggregate
4.5.3 Layer of 50mm thickness with 20mm nominal size aggregate
4.6 Providing and laying to specified thickness semi-dense asphalt concrete with
transporting the hot mix to work site, laying (as wearing course) with a hydrostatic
paver finisher with sensor control to the required grade, level and alignment, rolling
with smooth wheeled, vibratory and tandem rollers to achieve the desired compaction
in all respects as per specifications (UOM-Per SQM)
4.6.1 Layer of 40mm thickness with 15mm nominal size aggregate
4.6.2 Layer of 25mm thickness with 10mm nominal size aggregate
4.7 Painting lines, dashes, arrows etc., on roads in two coats on New works with ready
mixed road marking including cleaning the surface of all dirt, dust and other foreign
matter, demarcation at site and traffic control complete as per specifications. (Up to
10cm in width) (UOM- meter )
4.8 Painting lines, dashes, arrows etc., on aerodrome/ airport pavement as specified in
the NCAA guidelines with ready appropriate paint including cleaning the surface of all

Revision 1 Page 36 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

dirt, dust and other foreign matter, demarcation at site and traffic control complete as
per specifications. (UOM-Per SQM)
4.9 Providing and laying factory made cement concrete interlocking paver block of
specified grade strength made by block making machine with strong vibratory
compaction and of approved size and design / shape laid in required color and
pattern over and including filling of joints with fine sand etc. all complete as per
approved drawing. (UOM-Per CUM)
4.10 Providing repair works on cracked and structurally stressed flexible pavement
involving cutting of asphaltic surfacing layers and including scooping out the
foundation layers from road-base down to subgrade at 600mm below surface level
(rebuilding of the layers measured separately) (UOM-Per SQM)
4.11 Scarifying road surfacing materials for disposal / recycling where pavement re-
surfacing is required but with original road level maintained (UOM-Per SQM)

5.0 Demolitions and Alterations


Demolition of whole building system or part of concrete or other structure in any height
including all partitions, fittings, finishes, services etc. within the building and make good to
accept new works. The works shall be measured and paid for at the appropriate rate as
below and shall include but not limited to demolition of building systems for alteration
(masonry walls, roof systems, drain piping, windows & window grill, glazed window etc.);
demolition of concrete for alteration (concrete pavement, drains, floor slab etc.) and
demolition of structural steel for alteration (Steel and metal works)
The scope shall include labor, equipment, loading, unloading and shall include the following
pre-cautionary / preliminary works;
a. Carrying out survey of building or structures prior to demolition.
b. Submission of demolition proposals, method statement, sequence of demolition, all
necessary design and calculations for all temporary works before commencing
demolition work.

c. Providing all precautionary and protective measures, scaffolding, canopy, netting,


covering, dust-proof screens, heavy duty protective nettings, warning signs

d. Providing all enhanced and heavy duty precautionary protective measures including
propping, shoring, strutting, special covered walkways, scaffolding, catch fans and
platforms, dust-proof screens, heavy duty protective netting

e. Provision of all necessary safety measures and taking all necessary measures to
minimize nuisance caused by the demolition works to adjoining properties and
occupants, the public in general, passing vehicles and workmen.

f. Taking down and clearing away all structures, finishes, fittings and the like from the
structural floor level.

g. Keeping an environmentally safe site – reduce dust nuisance to a minimum, low


noise level no flying debris

h. Removing off site all materials, debris to an approved location.

i. Protecting areas adjacent to demolition works from damages resulting from such
demolition.

j. In case of any damage to adjacent building, making good the affected buildings,
structures, paving’s, etc. and the like caused by the structures demolition.

5.1 Dismantling concrete work for all types of structures at all levels including stacking of
serviceable material to a lead of 500 m and disposal of unserviceable material up-to
a lead of 2 km, cutting of reinforcement, labor, equipment, safety precautions etc. all

Revision 1 Page 37 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

complete as per drawings, specification and instructions of COMPANY


representative.
5.1.1 Plain cement concrete of all grades (UOM- Per CUM)
5.1.2 Reinforced cement concrete of all grades (UOM- Per CUM)

5.2 Chipping of concrete in reinforced concrete work, cutting pockets, making openings
at all levels and according to shapes, including making good the broken surface etc.
all complete as per specification, and drawing, but excluding cutting of
reinforcement. (UOM-cubic centimeter)

5.3 Extra over and above item 5.2 for cutting of reinforcement, all sizes and types
including labor, equipment, return of cut reinforcement to store etc. all complete as
per specification, drawings and instructions of engineer in charge. (UOM- square
millimeter of reinforcement bar cut.)

5.4 Cutting Reinforced concrete with mechanized tools like Core drilling machine etc. for
cutting pockets, holes, cores in slab, beam, column or foundation as per direction of
engineer in charge.(UOM-cubic inch)

5.5 Breaking of existing block work/brick work (up to 9” nominal thickness) at all levels
including providing temporary support for the retained wall, plastering, removing the
rubbish etc complete. (UOM-SQM)

5.6 Making openings in existing block wall/brick wall or partition wall including making
good the broken surfaces / edges with cement mortar complete.(UOM-cubic inch)
5.7 Demolish existing corrugated sheet/tiled roof along with support structure complete.
(UOM-Per SQM of roof surface area)
5.8 Demolish existing block wall/brick wall (UOM - Per SQM)

5.9 Demolish existing floor tile (UOM - Per SQM)

5.10 Demolish existing wall tile (UOM - Per SQM)


5.11 Demolish existing garden area (UOM - Per SQM)
5.12 Demolish existing curb Parking area (UOM - Per LM)
5.13 Demolish existing wooden panel, (UOM - Per LM)
5.14 Demolish existing ceiling (UOM - Per SQM)
5.15 Demolish existing door / window with frame for various coverage areas
5.15.1 for coverage areas up to 1.0 SQM.
5.15.2 for coverage area from 1.1 to 3.0 SQM
5.15.3 for coverage area above 3.1 up to 15.0 SQM

6.0 Building Construction


6.1 Masonry Work
Supply and build masonry wall with hollow block/solid cement block from Company approved
factory having perfect dimension and a compressive strength of 35 kg/cm2 for hollow block
and 60 kg/cm2 for solid block. Scope includes cement mortars, reinforced concrete infill C25
between columns & block walls (100-200 mm wide) with 2Ø8mm/400mm horizontally and
2Ø10mm vertically according to drawings, pipes/conduits encasement, & all requirements
needed to finish the works according to the drawings, specification. Providing samples for
approval and carrying out all the required tests.
6.1.1 Hollow concrete block wall of block size 450x225x225mm. (UOM - Per SQM)
6.1.2 Hollow concrete block wall of size 450x225x150mm (UOM - Per SQM)

Revision 1 Page 38 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

6.1.3 Solid concrete block wall of block size 450x225x225 mm (UOM - Per SQM)
6.1.4 Solid concrete block wall of block size 450x225x100 mm (UOM - Per SQM)

6.2 Plastering Work


Plastering works shall include supply of all materials, galvanized angles (for exposed edges),
galvanized mesh (between block wall and concrete), mixing, scaffolds, curing, workmanship
& tools and anything else, needed, all according to drawings, specifications
6.2.1 Internal plastering 25 mm thick for ceiling and soffits including 15mm rough
primer nail rendering to form a key with (mix 1:1) cement sand, and second
layer 10mm (UOM-Per SQM)
6.2.2 Ditto, but 15 mm thick for walls and parapets (UOM-Per SQM)
6.2.3 External plastering 25 mm thick to elevations, ceilings and parapet roof wall
with three faces: the first is the 15mm rough nail rendering (mix 1:1) cement:
sand; the second and third are 5mm thick mortar (mix 1: 2) cement: sand,
according to specifications, drawings and supervisor engineer's instructions
(UOM-Per SQM)

6.3 Tiles and Marble Works


The permissible background / base tolerances to permit specified flatness/ regularity of
finished surfaces given the minimum and maximum thickness of bedding and backings,
surfaces must achieve the following dryness to be suitable for tiling
• New background drying times (minimum):
- Concrete walls: 6 weeks.
- Brick/ block walls: 6 weeks.
- Rendering: 2 weeks.
- Gypsum plaster: 4 weeks.
• New base drying times (minimum):
- Concrete slabs: 6 weeks.
- Cement: sand screeds: 3 weeks.
Tiles & Marble works scope shall include the following:
a. Supply of all materials, testing, 50mm dry sand underlay for floors, mortar for bedding
on floors and backing on walls in cement and sand 1:3, for tiles, granite or marble and
skirting; workmanship, and all materials & tools and anything else, needed, all
according to drawings and specifications.
b. Cleaning, mechanical polishing and pointing using grout.
c. Plastic angle beads for ceramic wall tiles and Aluminum angle for ceramic of walls at the
corners
d. Tiles free from cracks, holes and pits, homogeneous in the approval color shall be used
6.3.1 Supply and fix non-slip color vitrified floor tiles size 400x400x10 mm, for
staircase landings, open floor areas at all levels (UOM-Per SQM)
6.3.2 Supply and fix non-slip color vitrified skirting 400mm x 70mm x10mm,
including pointing using special pre- mix grout and final polishing as per
specifications (UOM-Per SQM)
6.3.3 Supply and fix non-slip color ceramic floor tiles size 400x400x10mm,
including pointing using special pre- mix grout and final polishing as per
specifications (UOM-Per SQM)

Revision 1 Page 39 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

6.3.4 Supply and fix color glazed ceramic wall tiles size 300x600x10mm for WCs
and Bathroom walls, including backing plaster layers, pointing using special
pre- mixed grout as specifications (UOM-Per SQM)
6.3.5 Ditto but, size 300x600x10mm for kitchen walls (UOM-Per SQM)
6.3.6 Ditto but size 400x200x8mm for staircase walls and open floor areas (UOM-
Per SQM)
6.3.7 Supply and lay 20mm thick granite strips of various widths for window sills
with water drip groove as per specifications, table tops and shelves (UOM-
Per SQM)
6.3.8 Extra over 6.3.7 for creating water drip grooves as per specifications (UOM-
Per LM)
6.3.9 Supply and lay 12mm thick marble tiles of various widths for wall finish as per
specifications (UOM-Per SQM)
6.3.10 Supply and lay 20mm thick marble tiles of various widths for floor finish as
per specifications (UOM-Per SQM)
6.3.11 Supply and lay 30mm thick granite strips of various widths for door
thresholds, open floor areas, ramps top parapet finish, staircase landings and
risers and treads etc. (UOM-Per SQM)
6.3.12 Extra over 6.3.11 for creating grooves and rounding edges as per
specifications (UOM-Per LM)

6.4 Painting Works


Painting works scope shall include supply of all materials, scaffolds, workmanship & tools
and anything else, needed, all according to drawings, specifications, and conditions.
NOTE: A sample area of 1m x1m at approved location shall be painted to finished work
quality and presented for Company approval before commencement of general coating
work.

The different painting scope categories on buildings are listed with specification as follows:
6.4.1 Apply emulsion paint to internal smooth plastered / rendered walls and
slab soffits complete with all preparatory works (UOM-Per SQM)
 Manufacturer: Dulux Trade Diamond Matt, brand of ICI Paints or approved
equal
 Surfaces must be clean and dry before painting.
Remove all loose and defective paint. (Where necessary wash the surface to remove dirt,
grease and powdery or dusty residues. Rinse with clean water and allow to dry).
Seal surfaces that remain powdery after thorough preparation with an appropriate plaster
sealer e.g. Dulux Trade Stain Block Plus or approved equal (Where necessary, rub down
and then wipe off with a damp, lint free cloth, to avoid dust.)
 Any surface defects should be filled with the appropriate Polycell Trade
Polyfilla.
 Initial coats: One coat of 10% thinned primer.
 Finishing coats: Two coats of Trade Diamond Matt.

6.4.2 Apply gloss paint to metal works and various wood complete with all
preparatory works (UOM-Per SQM)

Revision 1 Page 40 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

 Manufacturer: Dulux Trade, brand of ICI Paints (Metal shield Gloss) or


approved equal
 Scrub the surfaces with soap and water, detergent solution or suitable
solvent to remove all dirt, oil, grease etc. Rinse off with clean water and allow
to dry. It is essential to thoroughly wash and scrub the surfaces with fresh
water to remove all zinc corrosion products and other contaminants. Allow to
dry and dust off.
 Primer: One coat of Dulux Trade Metalshield Zinc Phosphate Primer
 Finishing coats: Two coats of Dulux Trade Metalshield Gloss Finish of
selected shade/ color

6.4.3 Apply Eggshell/ Satin Paint to internal exposed wood and metal where
applicable complete with all preparatory works (UOM-Per SQM)
 Manufacturer: Dulux Trade, brand of ICI Paints (Satinwood) or approved
equal
 Surfaces must be clean, dry, free from all defective or poorly adhering
material, dirt, grease, wax etc. New or bare surfaces should be primed with
an appropriate Dulux Trade primer.
Thoroughly rub down previously painted surfaces, using ‘wet flatting’ methods where
possible, then wipe off with a damp, lint free cloth.
Treat any knots in wood with an appropriate knotting solution. Any surface defects
should be filled with the appropriate Polycell Trade Polyfilla.
 Finishing coats: Two of Dulux Trade Satinwood.

6.4.4 Apply coating to external and internal rendered concrete/masonry walls


of Utility Buildings complete with all preparatory works (UOM-Per SQM)
 Manufacturer: Dulux Trade, brand of ICI Paints (Glidden Endurance Smooth
Masonry Paint) or approved equal
 Allow new surfaces to dry out completely. Remove all loose or defective
paint or powdery residues by thorough brushing and scraping, using a stiff
fibre brush.
Treat any areas affected by mould, lichens, algae and moss with *Weathershield
Multi-Surface Fungicidal Wash.
Make good minor defects using sand and cement mix for larger holes and cracks.
Allow to dry. Surfaces that remain powdery, friable or chalky after thorough
preparation should be sealed with Glidden Trade Stabilizing Primer.
Note: Do not seal sound new or bare surfaces with stabilizing primer. Do not apply
Glidden Endurance Smooth Masonry Paint during wet weather.
 Initial coats: One coat of thinned Glidden Endurance Smooth Masonry Paint.
 Finishing coats: Two coats of Glidden Endurance Smooth Masonry Paint.

6.4.5 Apply floor coating in plant areas (Concrete and Sand/Cement Screed
and Rendered walls as skirting) complete with all preparatory works
(UOM-Per SQM)
 Manufacturer: RSL - Resin Surfaces Limited (Resucoat HB) or approved
equal

Revision 1 Page 41 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

 New concrete must be clean, sound, dry and fully cured and surface laitance
removed preferably by enclosed shot blasting or mechanical grinding, a
minimum strength of 25N/mm2 is required.
 Initial coat/ priming: Resuseal WB or Resuprime with thickness as
recommended by manufacturer
Finishing coats: Resucoat HB with thickness as recommended by manufacturer

7.0 Rehabilitation/Re-Development of Drilled Bore Wells (Up To A Depth Of 200m):


Develop existing bore well to enhance yield of the bore well by Surging/air-Surging or other approved
method including measuring yield of well before and after redevelopment by liquid meter, measuring
static level & draw down etc. per approved method, collecting water samples & getting tested in
approved laboratory, disinfection of well, removal of submersible pump/cabling before and re-install
the same or new pump commensurate with yield etc. complete. (If a new pump is required, the cost of
pump, cabling, starter will be free issued). Scope includes supply of all equipment, labor, materials,
fresh water, chemicals, power, fuel, consumables etc.

8.0 Installation of New Bore Well Up To 200m Depth:


Drilling and installation of bore well up to approx. depth of 200m with 10 INCH thermoplastic casing
pipe to ASTM-F480, 20 inch conductor casing up to min 25 ft, sealing, providing screens, providing
caps, ensuring plumb and alignment, using potable water for drilling, disinfection of well, grouting with
bentonite if required, development of well, yield test, supply of submersible pump of approved make
commensurate to yield, piping, cabling up to starter, starter and shed, providing as built records of
well.
NOTE: Cross section of proposed bore well to be submitted for COMPANY approval.
8.1 New Borewell (UOM-Lump Sum per bore)
8.2 Additional for per meter of depth in excess of 200 meter
8.3 Development of existing bore well

SECTION - C: E&I WORKS

1.0 Dismantling of Existing Cable Trays and Supports


Carefully dismantle defective, corroded aluminum/GI/SS cable trays any and accessories.
Scope includes providing and supporting the existing cables using a COMPANY approved
method and cart away demolished trays from site to a designated location within the terminal.

Revision 1 Page 42 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

The cables so supported, will safely and neatly be installed on the new cable trays about to be
installed through item 2.0 below. Scope also includes supply all tools, support materials,
equipment, consumables, transport to designated dumpsite(s) and labor required for the
complete dismantling exercise and for removal of temporary supports after new cable tray
installation is complete. (Unit of Measurement - LM)
1.1. From 2 inch up to 6 Inch wide trays
1.2 Above 6 Inch and up to 12 inch wide trays”
1.3 Above 18 inch and up to 36 Inch wide trays
1.4 42 Inch wide trays
1.5 Multiplying factor for working at elevation above 1.8M

2.0 Installation of New Cable Trays and Supports


Engineering/drawing, fabrication and installation of cable trays (ladders/perforated) & all
accessories but not limited to the bends, tees, splice plates, wedge lock, couplers, clamps,
clips, barriers, covers, bonding jumpers etc up to 1.5 M elevation for existing cables or for new
cables complete with cover and GI supports. Scope includes, measuring existing dimension
and preparation of installation drawing for retrofitting with complete Bill of materials
handling/lifting, transportation to worksite and commissioning. (Unit of Measurement - Per
Meter Length of installed cable trays including accessories)
NOTE: Cable trays and accessories shall be free issued. Cable support shall be measured
under a separate UNIT RATE. All other materials/equipment/tools/labor shall be in the scope
of this UNIT RATE.
2.1 Aluminum Cable tray with suitable side rail height
2.1.1 2” wide
2.1.2 6” wide
2.1.3 9” wide
2.1.4 12” wide
2.1.5 18” wide
2.1.6 25” wide
2.1.7 30” wide
2.1.8 36” wide
2.1.9 42” wide

2.2 Multiplying factor for Material/Finish:


2.2.1 Aluminum
2.2.2 Hot Dip Galvanized
2.2.3 Stainless steel

2.3 Multiplying factor for working at elevation above 1.8 M

3.0 Disconnection & Removal of MV, LV Power & Control Cables

Carefully disconnect and cut tie wraps of cables about to be replaced. Prior to this,
disconnected cables shall be marked and ends cut off in a way that it cannot be reconnected.
Cables to be replaced shall be carefully managed and carted away. Scope includes supply of
all tools, equipment, consumables, transport to designated dumpsite(s) within COMPANY
premise and labor. (Unit of Measurement- LM)
NOTE: Rates for any other cable not mentioned in items 3.1 through 3.7 shall be considered
same as that of a nearest higher diameter (external) cable whose rate is available in items 3.1
through 3.7.
3.1 15KV Power Cable, copper conductor with Impervious Continuous
Corrugated Aluminum Armour
3.1.1 3 CORE 500kCMIL + GND
3.1.2 3 CORE #4/0 AWG + GND
3.1.3 3 CORE #2/0 AWG + GND

Revision 1 Page 43 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

3.2 5KV Power Cable, copper conductor with Impervious Continuous Corrugated
Aluminum Armour
3.2.1 3 CORE 750kCMIL + GND
3.2.2 3 CORE #4/0 AWG + GND
3.2.3 3 CORE #2/0 AWG + GND

3.3 600V Power Cable, XLPE-insulated, PVC-sheathed Armored copper


conductor cable
3.3.1 4-Core + E, 500 kCMIl (250mm2)
3.3.2 4-Core + E, #4/0AWG (120mm2)
3.3.3 4-Core + E, #2/0AWG (70mm2)
3.3.4 5-Core, #2/0AWG (70mm2)
3.3.5 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
3.3.6 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
3.3.7 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
3.3.8 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

3.4 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper


conductor cable
3.4.1 4-Core + E, 500 kCMIl (250mm2)
3.4.2 4-Core + E, #4/0AWG (120mm2)
3.4.3 4-Core + E, #2/0AWG (70mm2)
3.4.4 5-Core, #2/0AWG (70mm2)

3.5 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper


conductor cable
3.5.1 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
3.5.2 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
3.5.3 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
3.5.4 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

3.6 600V Control Cable, XLPE-insulated, PVC-sheathed Armored copper


conductor cable
3.6.1 7-Core through 19-core, # 14 AWG
3.6.2 7-Core through 19-core, # 12 AWG

3.7 Green or Green/Yellow PVC-insulated, copper conductor cable


3.7.1 #2 AWG through # 6 AWG
3.7.2 #2/0 AWG through # 4/0 AWG
3.8 Multiplying factor for working at elevation above 1.8 M for items 3.0

Revision 1 Page 44 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

4.0 Installation of New MV, LV Power, Control Cables


Installation of free-issued cables in duct banks, cable trays up to 1.8 M elevation, direct buried
trenches, road crossings, and conduit sleeves complete with arranging the cables, tagging and
installation of sealants. Cable above ground shall be neatly placed on the cable trays and tied
off using the tie wraps while cables directly buried shall comply with the GP-16-03-01/other
referred GPs on the method of installation but not limited to removal of rubbles from the bed of
excavated trench, supply and filling sharp sand bedding and covering, installation of red
concrete cable tiles, warning tapes before backfilling with the excavated soil to above grade
level. Scope includes measuring existing dimension and preparation of installation drawing
with complete Bill of materials, pulling of cables using cable rollers, handling/lifting,
transportation to worksite, storage, testing and commissioning. (Unit of Measurement - Per
Meter Length of installed cables).
4.1 15KV Power Cable, copper conductor with Impervious Continuous Corrugated
Aluminum Armour
4.1.13 CORE 500kCMIL + GND
4.1.23 CORE #4/0 AWG + GND
4.1.33 CORE #2/0 AWG + GND

4.2 5KV Power Cable, copper conductor with Impervious Continuous Corrugated
Aluminum Armour
4.2.13 CORE 750kCMIL + GND
4.2.23 CORE #4/0 AWG + GND
4.2.33 CORE #2/0 AWG + GND

4.3 600V Power Cable, XLPE-insulated, PVC-sheathed Armored copper conductor


cable
4.3.14-Core + E, 500 kCMIl (250mm2)
4.3.24-Core + E, #4/0AWG (120mm2)
4.3.34-Core + E, #2/0AWG (70mm2)
4.3.45-Core, #2/0AWG (70mm2)
4.3.55-Core, #2AWG (35mm2)/ #4AWG (25mm2)
4.3.65-Core, #6AWG (16mm2) through #8AWG (10mm2)
4.3.75-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
4.3.83-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

4.4 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper


conductor cable
4.4.14-Core + E, 500 kCMIl (250mm2)
4.4.24-Core + E, #4/0AWG (120mm2)
4.4.34-Core + E, #2/0AWG (70mm2)
4.4.45-Core, #2/0AWG (70mm2)
4.5 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper
conductor cable
4.5.15-Core, #2AWG (35mm2)/ #4AWG (25mm2)
4.5.25-Core, #6AWG (16mm2) through #8AWG (10mm2)

Revision 1 Page 45 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

4.5.35-Core, #10AWG (6mm2) through #14AWG (2.5mm2)


4.5.43-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

4.6 600V Control Cable, XLPE-insulated, PVC-sheathed Armored copper conductor


cable
4.6.1 7-Core through 19-core, # 14 AWG
4.6.2 7-Core through 19-core, # 12 AWG

4.7 Green or Green/Yellow PVC-insulated, copper conductor cable


4.7.1 #2 AWG through # 6 AWG
4.7.2 #2/0 AWG through # 4/0 AWG

4.8 Multiplying factor for working at elevation above 1.8 M

5.0 Removal of Existing Lighting Pole, Complete with the Arms and Light Fitting(s):
Carefully dismantle obsolete lighting poles and accessories as directed by COMPANY. Scope
includes disconnecting lights from cutout/JB and prepare poles for lifting and drop down,
lifting, handling/lifting and providing all tools, equipment, labor and transport to designated
dumpsite(s) within terminal. (Unit of Measurement - Each Pole)

6.0 Retrofitting Single/Double Arms in Existing Lighting Poles, Complete with Light
Fitting(s)
Remove obsolete arm of the lighting pole and retrofit with matching size single/double arm
along with new light fitting including removal and replacement with new power cable from cut-
out ( at the base of the pole) to the light fitting , testing and commissioning. Scope includes
measuring existing dimension and preparation of installation drawing for retrofitting with
complete Bill of materials, lifting, handling, access arrangement and providing all tools,
equipment, labor and transport to designated dumpsite(s) within terminal. (Unit of
Measurement - Each Retrofitted Pole).
NOTE: Light poles, Light fittings, lamps, power cables, Cut Outs will be free issued.

7.0 Installation of New Lighting Poles, Complete With Light Fitting(s)


Engineering/drawing, fabrication, lifting, handling and installation of new lighting poles along
with light arms, service door, cut out, light fittings complete with lamps on existing/new
foundation. Scope includes measuring existing dimension and preparation of installation
drawing for retrofitting with complete Bill of materials, transportation to worksite, cabling,
termination, testing and commissioning. (Unit of Measurement - Each installed lighting pole).
NOTE: Light poles, Light fittings, lamps, power cables, Cut Outs, anchor bolts will be free
issued.
7.1 Lighting pole, 7m high
7.2 Lighting pole, 9m high

Revision 1 Page 46 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

8.0 Installation of New Conduits and Sleeves Complete With Accessories

Supply, fabricate and install new conduit pipes with necessary fittings, hardware and clamps
etc. Scope includes cutting to required lengths, fabrication of bends and tees, handling/lifting,
transportation to worksite, clamping to any surface, cutting/chasing of wall/bund wall, sealing
the ends with duct sealant etc complete. Excavation/concreting, if required, shall be measured
through UNIT RATE items in CIVIL WORKS. All materials/tools/equipment/labor shall be in the
scope of this UNIT RATE. (Unit of Measurement - Per Meter of installed conduit length
including bends).
8.1 uPVC pipes, up to 2” dia, Sch 80
8.2 uPVC pipes, 3”/4” dia, Sch 80
8.3 uPVC pipes, 6” dia, Sch 80
8.4 Conduit RGS up to 2” dia
8.5 Conduit RGS 3”/4” dia
8.6 Conduit RGS 6” dia

9.0 Installation of Co-axial, Fiber-Optic Cables

Scope shall include installation, inspection, testing & commissioning of free issued Co-axial
and Fibre Optic Cables on cable trays, concrete road-crossings, cable duct banks, dyke walls
& ditch crossings as per relevant drawings. Contractor shall perform all works associated with
direct buried cables. Scope includes preparation of installation drawing with complete bill of
materials, installation of cable tags, core markers on all installed cables at both ends and
intervals and locations according to GP requirements. All other
materials/tools/equipment/labor shall be in the scope of this UNIT RATE. (Unit of
Measurement- Per Meter of installed length including bends)

9.1 Co-axial cable (UOM - meter length installed)


9.2 Fibre Optic Cable (single mode, 8 strands) (UOM - meter length installed)
9.3 Patch Panel installation (UOM - Each)
9.4 Cabinet installation(UOM - Each)

Revision 1 Page 47 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

10.0 Installation of MCT

Supply and install Roxtec Multi Cable Transit (MCT) Welding Frame (SF) with Flange (Hot Dip
Galvanized Steel) and accessories ES Rox Wedge complete with washer & bolts, Stay plates,
Rox Lubricant etc including creating opening in walls. (UOM- Each)

10.1 Single Frame SF 6 x 1

10.2 Double Frame SF 6 x 2

10.3 Triple Frame SF 6 x 3

11.0 Installation of Cable Seals

Supply and install EMC Roxtec seals complete with sealing modules to provide mechanical
grip on the pass-through cables. Scope includes creating opening in existing concrete
wall/beam by coring to allow for cable installation. Required coring of wall/concrete will be
measured under CIVIL works. . (UOM- Each)

11.1 Roxtec Modules (ES RM) - RM 20 ES

11.2 Roxtec Modules (ES RM) - RM 30 ES

11.3 Roxtec Modules (ES RM) - RM 40 ES

11.4 Roxtec Modules (ES RM) - RM 60 ES

11.5 Roxtec Modules (ES RM) RM 90 ES

11.6 Roxtec Modules (ES RM) RM 120 ES

12.0 Cable Splicing

Supply and install cable splicing in trench/cable trays including dressing, installation of
ferrules, splice kits, etc. complete. . (UOM- Each)
12.1 15KV Power Cable, copper conductor with Impervious Continuous Corrugated
Aluminum Armour
12.1.1 3 CORE 500kCMIL + GND
12.1.2 3 CORE #4/0 AWG + GND
12.1.3 3 CORE #2/0 AWG + GND

12.2 5KV Power Cable, copper conductor with Impervious Continuous Corrugated
Aluminium Armour
12.2.1 3 CORE 750kCMIL + GND
12.2.2 3 CORE #4/0 AWG + GND
12.2.3 3 CORE #2/0 AWG + GND

12.3 600V Power Cable, XLPE-insulated, PVC-sheathed Armored copper conductor


cable

12.3.1 4-Core + E, 500 kCMIl (250mm2)


12.3.2 4-Core + E, #4/0AWG (120mm2)

Revision 1 Page 48 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

12.3.3 4-Core + E, #2/0AWG (70mm2)


12.3.4 5-Core, #2/0AWG (70mm2)
12.3.5 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
12.3.6 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
12.3.7 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
12.3.8 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

12.4 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper


conductor cable
12.4.1 4-Core + E, 500 kCMIl (250mm2)
12.4.2 4-Core + E, #4/0AWG (120mm2)
12.4.3 4-Core + E, #2/0AWG (70mm2)
12.4.4 5-Core, #2/0AWG (70mm2)
12.5 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper
conductor cable
12.5.1 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
12.5.2 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
12.5.3 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
12.5.4 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)
12.6 600V Control Cable, XLPE-insulated, PVC-sheathed Armored copper conductor
cable
12.6.1 7-Core through 19-core, # 14 AWG
12.6.2 7-Core through 19-core, # 12 AWG

12.7 Green or Green/Yellow pvc-insulated, copper conductor cable


12.7.1 #2 AWG through # 6 AWG
12.7.2 #2/0 AWG through # 4/0 AWG

13.0 Cable Termination

Supply and install Cable Termination that shall include but not limited to
dressing, installation of heat shrinkable sleeves, Raychem termination kits,
load break elbows, cable breakout kits (for MV cables), TMC Explosion proof
cable glands, cable lugs, earth tags and shrouds.(UOM- Each cable end; not
core ends)
13.1 15KV Power Cable, copper conductor with Impervious Continuous
Corrugated Aluminum Armour
13.1.1 3 CORE 500kCMIL + GND
13.1.2 3 CORE #4/0 AWG + GND
13.1.3 3 CORE #2/0 AWG + GND

13.2 5KV Power Cable, copper conductor with Impervious Continuous


Corrugated Aluminium Armour

Revision 1 Page 49 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

13.2.1 3 CORE 750kCMIL + GND


13.2.2 3 CORE #4/0 AWG + GND
13.2.3 3 CORE #2/0 AWG + GND

13.3 600V Power Cable, XLPE-insulated, PVC-sheathed Armored copper


conductor cable
13.3.1 4-Core + E, 500 kCMIl (250mm2)
13.3.2 4-Core + E, #4/0AWG (120mm2)
13.3.3 4-Core + E, #2/0AWG (70mm2)
13.3.4 5-Core, #2/0AWG (70mm2)
13.3.5 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
13.3.6 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
13.3.7 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)
13.3.8 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

13.4 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper


conductor cable
13.4.1 4-Core + E, 500 kCMIl (250mm2)
13.4.2 4-Core + E, #4/0AWG (120mm2)
13.4.3 4-Core + E, #2/0AWG (70mm2)
13.4.4 5-Core, #2/0AWG (70mm2)
13.5 600V Power Cable, XLPE-insulated, PVC-sheathed Non-Armored copper
conductor cable
13.5.1 5-Core, #2AWG (35mm2)/ #4AWG (25mm2)
13.5.2 5-Core, #6AWG (16mm2) through #8AWG (10mm2)
13.5.3 5-Core, #10AWG (6mm2) through #14AWG (2.5mm2)

13.5.4 3-Core, #8AWG (10mm2) through #14AWG (2.5mm2)

13.6 600V Control Cable, XLPE-insulated, PVC-sheathed Armored copper


conductor cable
13.6.1 7-Core through 19-core, # 14 AWG
13.6.2 7-Core through 19-core, # 12 AWG

13.7 Green or Green/Yellow PVC-insulated, copper conductor cable


13.7.1 #2 AWG through # 6 AWG
13.7.2 #2/0 AWG through # 4/0 AWG

14.0 Grounding Installation


Revision 1 Page 50 of 158
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

Install free-issue grounding materials to complete the Grounding Systems to the acceptable
grounding resistance value specified in the GP and BS 7430. The installation scope shall
include but not be limited to excavation and backfilling, driving-in the ground rods/water
jetting, ground access wells, servit posts, connectors, grounding conductors (cables), ground
braid cad welding of ground copper conductors, copper earth bars etc. Grounding cables shall
be terminated to supporting steel, foundations or tie-in to equipment and Lightning Protective
System bimetallic clamp inside the junction box mounted on the wall at specified height as
shown on the drawing. Cad welding will be installed for joining copper cable to copper cable
or copper cable to re-bars, where applicable for splicing of cables to form a tee- or cross-
joints. Scope includes preparation of installation drawing and bill of materials.
14.1 Installation earth electrode with Copper Rod 20mm diameter x 1.2m long,
extensible type up to a depth of 6 m complete in all respect. (UOM- Each installation
earth electrode)
14.2 Add for each extra 1.2 m rod installation in any installation earth electrode, where
depth needs to be increased to obtain specified installation resistance. (UOM-Each)
14.3 Installation of bi-metallic junction box complete with clamp on any surface (UMO-
each junction box)
14.4 Ground Access Well, 12”dia x 24”Lg, PVC Belled Hub, with Flat Steel Cover (UOM-
Each well)
14.5 Install and connect copper earth bar for multiple equipment grounding (free issue)
(UOM-Each)
14.6 Install cad welding wherever required (UOM-Each)
NOTE: Connecting cables will be compensated through cable installation schedule.

15.0 Lightning Protection Installation


Install free-issue Lightning protection materials to complete a Lightning Protection System
and connect to the installation earth electrodes or earthing grid. The Lightning installation
shall include but not limited to the installation of air terminal(s), aluminum solid strips (or
tapes), tape clamps, etc. Contractor shall at the end connect the Grounding cables/tapes from
the Grounding System for a complete installation. Rates for Lightning installation shall include
the use of COMPANY-certified scaffolds and boards as working platform.
15.1 Install complete air Terminal 16mm dia and associated base plate including
connecting with 25mm x 3mm/5mm solid aluminum solid strip (UOM-Each)
15.2 Install 25mm x 3mm/5mm solid Aluminum tape/strip including anchor with necessary
clips at regular intervals.(UOM - meter of tape/strip installed).

16.0 Install Pressure Gauge


Remove existing pressure gauge/differential pressure gauge replace with new pressure
gauge, including all consumables, labor, tools/equipment and access arrangement. (UOM-
Each installed Pressure Gauge)
NOTE: Pressure Gauge/differential pressure gauge will be free issued or may be procured
through this contract at the discretion of the COMPANY. Scope excludes the isolation valve
onto which the pressure gauge shall be installed. SS tubing shall be measured under
separate item.

17.0   Install Pressure Transmitter


Remove existing Pressure Transmitter/ Differential Pressure Transmitter and replace with
new electronic or pneumatic transmitter (as applicable) of suitable range, including all fittings
(air supply regulators, tubings, etc.) and consumables, labor, tools/equipment and access
arrangement. (UOM - Each installed Pressure Transmitter).

Revision 1 Page 51 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

18.0   Install Level Transmitter


Remove existing Level Transmitter and replace with new electronic or pneumatic transmitter
(as applicable) of suitable range, including all fittings (air supply regulators, tubings, etc.) and
consumables, labor, tools/equipment and accessories; (UOM - Each installed Level
Transmitter).
19.0    Install Temperature Probe
Remove existing Temperature Probe/Thermowell and replace with new probe/ thermowell
assembly (free issue) of suitable range, including all fittings and consumables, labor,
tools/equipment and accessories; (UOM- Each installed Probe/ Thermowell Assembly).
20.0   Install Temperature Transmitter
Remove existing Temperature Transmitter and replace with new electronic or pneumatic
transmitter (as applicable) of suitable range, including all fittings (air supply regulators,
tubings, etc.) and consumables, labor, tools/equipment and accessories; (UOM - Each
installed Transmitter).

Following is the list of various third party services that may be required for executing
any of the projects executed leveraging this contract.
A. Cathodic protection Service:
The scope of this service may cover design, supply of
materials/consumables/equipment/manpower, installation, testing, completions and
commissioning. All other SHES requirement shall be managed by the main contractor
at no extra cost out of the existing project spread.
B Marine Construction Service:
The scope of this service may cover surveying, FEED, detail design, engineering,
supply of materials/consumables/equipment/manpower, construction, installation,
inspection, QA/QC, testing, completions and commissioning and all SHES
requirement per COMPANY standards. If the service provider has dredging
capability, then this service may also include dredging service if so determined by
COMPANY.
C. Dredging Service:
The scope of this service may cover dredging in coastal water, estuary, river, supply
of materials/consumables/equipment/manpower and all SHES requirement.
D. Specialized insulation service:
This service may be required for specialized insulation or any type of insulation when
estimated to be more than 100 SQM. The scope of this service may cover removal of
existing insulation, design, engineering, supply of all
materials/consumables/equipment/manpower, installation, testing, completions and
commissioning. All other SHES requirement shall be managed by the main contractor
at no extra cost out of the existing project spread.
E. Surveying service:
The scope of this service may cover bathymetric survey and/or land survey, supply of
necessary materials/consumables/equipment/manpower and all SHES requirement.
F. Hot Tapping Service:
The scope of this service may cover design, engineering, supply of necessary hot tap
materials/consumables/equipment/manpower for hot tapping of live gas/liquid
petroleum pipeline or tank or process vessel. All other SHES requirement shall be
managed by the main contractor at no extra cost out of the existing project spread.

Revision 1 Page 52 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

G. Nitrogen Purging Service:


The scope of this service may cover engineering, supply of nitrogen generator/
materials/consumables/equipment/manpower for purging of piping or any process
vessel. All other SHES requirement shall be managed by the main contractor at no
extra cost out of the existing project spread.
H. Heat exchanger Tube bundle extraction Service:
The scope of this service may cover extraction of heat exchanger tube bundle,
cleaning of tube bundle/heat exchanger shell, testing, and replacement of tube
bundle, re-installation of old or new tube bundle including supply of all
materials/consumables/specialized extraction equipment /other
equipment/manpower.
I. Lift engineering service:
This service may be required for specialized lift engineering involving marine lifting or
onshore critical lifts requiring more than 200T capacity crane. The scope of service
will cover lift engineering, design & engineering the special rigging gears as may be
required and supervision of lifts to ensure safe execution.
J. Abrasive jet cutting service:
The scope of abrasive jet cutting (A high pressure, high velocity jet of water/air, mixed
with dry abrasive particles for cold cutting of metal) service may cover engineering,
supply of abrasives/water/other materials/consumables/ equipment/manpower for
cold cutting of any type of metal surface vertical or otherwise. All other SHES
requirement shall be managed by the main contractor at no extra cost out of the
existing project spread.
K. Sheet piling service:
The scope of this service may cover supply of all materials/consumables/
equipment/manpower for installing sheet piles as required. All other SHES
requirement shall be managed by the main contractor at no extra cost out of the
existing project spread. If the piling area is outside the project spread area, then this
service scope shall include providing for necessary SHES requirement.
L. Piling service:
The scope of this service may cover supply of all materials/consumables/
equipment/manpower for installing pile foundations at onshore locations as required.
All other SHES requirement shall be managed by the main contractor at no extra cost
out of the existing project spread. If the piling area is outside the project spread area,
then this service scope shall include providing for necessary SHES requirement.
M. Security and Logistics Service:
The scope of this service may cover armed security escort, lodging and boarding,
personnel transportation under armed security escort etc.
N. Inspection/testing service:
The scope of this service may cover API inspection of tanks, inspection of other
process vessels, laboratory testing for project materials/chemicals, soil testing/study
or any other specialized inspection requirement on need basis.
O. Medium/High Voltage Service

NOTE
The Scope of work listed above is generic in nature to be executed under this contract. The
Scope of Work shall be specific to project description and the details of the actual scope of
work for each project shall be described as part of the APPROVED WORK ORDER to be
issued by the COMPANY.

Revision 1 Page 53 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section D


SCOPE OF WORK

Revision 1 Page 54 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section E


SCHEDULE BASIS

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION E – Schedule Basis

SCHEDULE BASIS

Revision 1

September 2022

Revision 1 Page 55 of 158


Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement

Tender Number – 00000144 Section E


SCHEDULE BASIS

JOB SPECIFICATION Section E


Schedule Basis

The Schedule Basis shall be based on the project description and its
related detailed Scope of Work. The Schedule Basis shall be provided as
part of CONTRACTOR proposal, agreed with COMPANY, and shall form part
of the APPROVED WORK ORDER.

Revision 1 Page 56 of 158


Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 0000144 Section F
COORDINATION PROCEDURE

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION F – Coordination Procedure

COORDINATION PROCEDURE

Revision 1

September 2022

Revision 1 Page 57 of 158 Error! No text of specified


style in document.
Onshore Projects Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 0000144 Section F
COORDINATION PROCEDURE

See Attached as a standalone File

Revision 1 Page 58 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section G
DESIGN BASIS DOCUMENT

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

JOB SPECIFICATION Section G

Design Basis Documents

Revision 1

September 2022

Revision 1 Page 59 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section G
DESIGN BASIS DOCUMENT

Appendix E-1

COMPANY Adopted Global Practices (Updated half yearly)

See attached file (Attachment F1 – List of GPs).

Revision 1 Page 60 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section G
DESIGN BASIS DOCUMENT

Appendix E-2

EASTERN NIGERIA METOCEAN DATA

NOT APPLICABLE

Revision 1 Page 61 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section H
DESIGN DEVELOPMENT DOCUMENT

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION H - Design Development Documents

JOB SPECIFICATION Section H

Design Development Documents

Revision 1

September 2022

Revision 1 Page 62 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section H
DESIGN DEVELOPMENT DOCUMENT

Section H
Design Development Documents
The DESIGN DEVELOPMENT DOCUMENTS shall be provided by COMPANY to the
CONTRACTOR, at the time of issuance of Work Order Request and shall form part of the FEED
for the Scope of Work to be verified by CONTRACTOR as part of the Detailed Engineering
Scope.

Revision 1 Page 63 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section I
COMPANY PROVIDED ITEMS

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]

SECTION I – Company Provided Items

JOB SPECIFICATION Section I

COMPANY-Provided Items

Revision 1

September 2022

Revision 1 Page 64 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section I
COMPANY PROVIDED ITEMS

Section I
COMPANY-Provided Items

TABLE OF CONTENTS

1 GENERAL.....................................................................................................................................
2 COMPANY PROVIDED ITEMS FOR THE WORKS.....................................................................
3 DELIVERY....................................................................................................................................
4 FACILITIES AND SERVICES TO BE PROVIDED BY COMPANY..............................................
APPENDIX 1 - COMPANY PROVIDED EQUIPMENT AND MATERIALS..................................................

Revision 1 Page 65 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section I
COMPANY PROVIDED ITEMS

1 GENERAL

1.1 In this Section the terms established as definitions in Article 1 of the Principal Document shall
have the same meanings as assigned to them in such Articles. In addition, the terms
established as definitions in Section C - Project Description shall have the same meanings as
assigned to them in that Section except where the context otherwise requires.

2 COMPANY PROVIDED ITEMS FOR THE WORKS

2.1 Equipment and Materials


2.1.1 COMPANY may establish Agreements with suppliers and Work Orders for the equipment and
material, including supplier support services, listed in Appendix 1, for incorporation into the
WORKS. Items will be provided to the extent described within the split of responsibility in
Section 2.1.2 for the classes of equipment and materials listed in Appendix 1.
2.1.2 The split of responsibility for supply of equipment, material, and supplier support services
listed in Appendix 1 is:

Class COMPANY Responsibility CONTRACTOR Responsibility


COMPANY will specify material, equipment, CONTRACTOR will incorporate material or
or supplier services, identify quantities equipment into WORK, identify any additional
1
required and issue Work Orders for the initial quantities required and requisition all
quantity quantities additional to the initial quantity
COMPANY will supply additional quantity
based on CONTRACTOR's requisition

COMPANY will specify material, equipment, CONTRACTOR shall validate that the design
or supplier service, identify quantities required of the material or equipment purchased is
and issue an order/release for the initial suitable for the WORK, identify actual
quantity against COMPANY Agreement with quantities required, incorporate material or
2
the supplier. For equipment, materials, or equipment ordered by COMPANY into WORK
services that will be assigned to and supply additional quantity required for the
CONTRACTOR. WORK by releasing PO against COMPANY
Agreement with supplier.

COMPANY establishes agreement for CONTRACTOR works with COMPANY's


equipment, material, or services required. contractor/supplier to:
1. Finalize designs and technical
requirements.
3 2. Work out appropriate interfaces
3. Work Orders against COMPANY
Agreement with supplier, as required
4. Incorporate material, equipment or service
into WORK.
In the event that any Items in Appendix 1 are listed without a Class reference then the
responsibility split shall be the same as Class 2.
2.1.3 Purchase Order for all equipment and materials listed in Appendix 1 are scheduled to be
awarded to a supplier prior to entering into a contract with CONTRACTOR. COMPANY will
assign Purchase Orders placed with suppliers for this equipment, materials, and services to
CONTRACTOR and CONTRACTOR, at time of CONTRACT award, agrees to assume all

Revision 1 Page 66 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section I
COMPANY PROVIDED ITEMS

responsibilities and liabilities associated with the Purchase Orders placed by COMPANY for
these items, including incorporating these items into the WORKS, until such time as the
WORKS is transferred by CONTRACTOR to COMPANY. CONTRACTOR will also include
this equipment and materials under their warranty provided to COMPANY.
2.1.4 For Equipment, Materials, and Service Orders that COMPANY assigns to CONTRACTOR,
CONTRACTOR, as part of his responsibility in assuming the Order, will be responsible for all
Materials Management related activities. Materials Management related activities should
include, but not be limited to, invoice processing and payment, expediting, inspection,
transportation, warehousing, storage, etc.
2.1.5 At COMPANY's option, some equipment and materials may be free issued by COMPANY to
CONTRACTOR. COMPANY will identify those items as appropriate, and notify
CONTRACTOR in writing.
2.1.6 COMPANY will initiate procurement for services, equipment and materials as identified in the
AWO. CONTRACTOR is responsible for all other services, equipment, and materials not
listed in this Section.
2.1.7 CONTRACTOR shall issue orders using bids obtained by COMPANY for requirements
inquired by COMPANY but for which no order was placed. CONTRACTOR shall complete
remaining procurement activities for such requirements including, but not limited to,
evaluating the suitability of the bids received and placing orders based on CONTRACTOR's
evaluation.

3 Delivery
3.1 For any items that COMPANY will free issue and deliver to CONTRACTOR, this will be at
the Principal WORK SITE(s).
The address for the Principal WORK SITE(s) is/are:
1) QIT Warehouse, Qua Iboe Terminal, Ibeno, Akwa Ibom
2) Onne Warehouse, Onne, Port Harcourt, Rivers State
3) Bonny River Terminal (BRT)

4 Facilities and Services to be Provided By Company


4.1 COMPANY will provide facilities and services for the WORK to CONTRACTOR as agreed
during issuance of AWO.

Revision 1 Page 67 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section I
COMPANY PROVIDED ITEMS

APPENDIX 1

Company Provided Equipment And Materials (Issued With AWO)

1. Tagged Equipment Packages


Description Class Tag numbers RFQ Expected
Issued PO Date

2. Material
RFQ Expected
Description Class Length Specification
Issued PO Date

NOTE: COMPANY may assign orders placed with suppliers for this equipment, materials, and
services to CONTRACTOR and CONTRACTOR, at time of Work Order award, agrees to assume all
responsibilities and liabilities associated with the orders placed by COMPANY for these items,
including incorporating these items into the WORKS, until such time as the WORKS are
transferred by CONTRACTOR to COMPANY.

Revision 1 Page 68 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]


SECTION J – Qualified Manufacturers List
JOB SPECIFICATION Section J

Qualified Suppliers/Sub-
Contractor/Manufacturers List

Revision 1

September 2022

Revision 1 Page 69 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

JOB SPECIFICATION Section J


Qualified Suppliers / Nominated Manufacturers

Table of Contents
1. General........................................................................................................................... 347
2. CONTRACTOR's Responsibilities................................................................................348
3. Qualified Suppliers and Subcontractors.....................................................................348
4. Nominating Suppliers of Materials and Equipment and Subcontractors.................348
4.1. Single-Source Equipment and Material Supplier and/or Service Subcontractor
Nominations........................................................................................................ 350
4.2. Use of Supplier and/or Subcontractor Nomination Forms....................................350
Appendices............................................................................................................................ 351
Appendix JA SURF Qualified Suppliers and Subcontractors........................................352
Appendix JB Qualified Manufactures List—Forgings....................................................359
Appendix JC Qualified Manufacturers List—Duplex Stainless Steels...........................379
Appendix JD Supplier and Subcontractor Nomination Forms.......................................380
JD1. Commercial Information............................................................................418
JD2. Survey of Facilities – Part I.......................................................................420

Revision 1 Page 70 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

1. General
For this document, the terms defined in Article 1 of the PRINCIPAL DOCUMENT, and the
following Table J1-2 applies.
Table J1-2: Definitions
Term Description
3LP Multi-Layer Polyethylene/Polypropylene
AIWOCS Alternative Installation and Workover Control System (aka: Alternative
Intervention and Workover Control System)
AUT Automated Ultrasonic Testing
CP Cathodic Protection
CRA Corrosion Resistant Alloy
EPC Engineering, Procurement, and Construction
ESD Emergency Shutdown
FBE Fusion Bonded Epoxy
HIPPS High-Integrity Pressure Protection System
HYD Hydraulic
IWOCS Installation and Workover Control System (aka: Intervention and Workover
Control System)
MLI Multi-Layer Insulation
MODU Mobile Offshore Drilling Unit
MQC Multibore Quick Connector
PFI Polyurethane Foam Infill
PLC Programmable Logic Controller
Product Result of an Activity or Process whether Tangible or Intangible, or a
Combination of Both; Including Goods (Hardware and Processed Materials),
Services, and Software
ROV Remotely Operated Vehicle
VIV Vortex-Induced Vibration
Note: Singular or plural forms of a term shall have the same definition.

Revision 1 Page 71 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

2. CONTRACTOR's Responsibilities
CONTACTOR's responsibilities include the following:
1) Notwithstanding Section 3 below, it is CONTRACTOR's responsibility to ensure that
any suppliers and/or subcontractors, whether identified in Appendices JA, JB, JC of this
Section J, or subsequently approved by COMPANY, are qualified to perform the required
services or provide the required materials and equipment for the WORK. CONTRACTOR
shall contact prospective bidders to confirm that they can supply the services, material, or
equipment required in conformance with the CONTRACT and quality requirements for the
WORK, and that they have supplied proven services, materials, and equipment in similar
applications.
2) CONTRACTOR shall employ in the performance of the WORK the suppliers and
subcontractors listed by COMPANY in Appendices JA, JB and JC of this Section J; and
supplemented only by those additional nominations from CONTRACTOR that have been
approved in writing in advance by COMPANY in accordance with the process defined
hereto.
3) CONTRACTOR shall establish criteria, consistent with the CONTRACT, for review of a
potential bidder's financial condition and shall implement the criteria in a timely manner in
order to avoid placing orders with financially risky or unstable companies.
4) It is CONTRACTOR's responsibility to ensure the items are ordered from and provided
by approved suppliers and subcontractors in due time to meet schedule milestones and
CONTRACTOR's schedules.
5) CONTRACTOR shall provide prequalification services for suppliers and subcontractors
nominated to COMPANY for use in completion of the WORK. Prequalification services
include, but are not limited to, site visits and other activities necessary to evaluate
suppliers and subcontractors prior to their nomination by CONTRACTOR.
6) At the completion of scheduled milestones and upon delivery of equipment, materials,
and/or services, CONTRACTOR shall assist COMPANY in assessing suppliers' and
subcontractors' performance using COMPANY-provided forms.
3. Qualified Suppliers and Subcontractors
Suppliers and subcontractors listed in Appendices JA, JB and JC of this Section J are
only approved for use in the commodity or service category designated therein.
4. Nominating Suppliers of Materials and Equipment and Subcontractors
A detailed description of the process CONTRACTOR will use to evaluate supplier
adequacy prior to a supplier's nomination for use in completion of the WORK shall be
included as part of CONTRACTOR's Overall Purchasing Plan. CONTRACTOR's process
shall be designed to ensure only suppliers that meet COMPANY's quality, safety, and
commercial standards are nominated for qualification. After approval of the Overall
Purchasing Plan, CONTRACTOR deviations from the defined process may be used by
COMPANY as sole grounds for disapproval or rejection of the nomination.
A detailed description of the process CONTRACTOR will use to evaluate subcontractors
adequacy prior to their nomination for use in completion of the WORK shall be submitted

Revision 1 Page 72 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

for COMPANY's review and approval as part of the CONTRACTOR's Overall


Subcontracting Plan. The process must include a method for ensuring that sufficient
operations integrity qualification criteria are defined for all third parties providing services.
After approval of the Overall Subcontracting Plan, CONTRACTOR deviation from the
defined process may be used by COMPANY as sole grounds for disapproval or rejection
of the nomination.
CONTRACTOR may nominate additional material and equipment suppliers and/or
subcontractors for the commodity or service categories listed in Appendices JA, JB or JC
of this Section J by completing and submitting pre-qualification forms contained in
Appendix JD. Final approval of supplier and/or subcontractors nominations is subject to
the acceptability of results from COMPANY's qualification process, which could include a
joint CONTRACTOR-COMPANY site visit. COMPANY encourages and will provide a
higher priority on consideration of local suppliers and/or subcontractors in the COUNTRY
OF OPERATION. If COMPANY has not responded to such submittals, in writing, within
30 days, then COMPANY shall be deemed to have denied said submittal. Approval of
nominated suppliers and/or subcontractors is at COMPANY's sole discretion.
If CONTRACTOR or COMPANY determines that there are Criticality I or II materials,
equipment, and/or services needed to accomplish the WORK that are not included in
Appendices JA, JB or JC of this Section J, CONTRACTOR shall obtain approval, in writing
from COMPANY, of the materials and/or equipment supplier and/or services subcontractor
prior to their use. If CONTRACTOR or COMPANY determines that there are Criticality III
or IV materials, equipment, and/or services that have not been included in Appendices JA,
JB or JC of this Section J, CONTRACTOR may use any CONTRACTOR-qualified supplier
and/or subcontractor that complies with the JOB SPECIFICATION.
After CONTRACT award, nominations for additional materials and equipment suppliers
and/or services subcontractors for the commodity or service categories listed in
Appendices JA, JB and JC of this Section J shall not be considered unless one or both of
the following criteria can be satisfied:
1) CONTRACTOR can demonstrate to COMPANY that less than three suppliers
and/or subcontractors listed in Appendices JA, JB and JC of this Section J are willing to
submit a bid
2) CONTRACTOR can demonstrate that COMPANY safety, quality, or schedule
requirements cannot be met by suppliers and/or subcontractors listed in Appendices JA,
JB and JC of this Section J.
In such instances, CONTRACTOR may nominate up to three additional suppliers and/or
subcontractors, provided the total number of nominated suppliers does not exceed a total
of three for a single equipment, material, commodity, and/or service category.
CONTRACTOR shall nominate additional suppliers and/or subcontractors by completing
and submitting pre-qualification forms contained in Appendix JD.
Where the total number of suppliers for a single commodity or service category listed in
Appendices JA, JB and JC of this Section J is greater than or equal to three suppliers
and/or subcontractors, consideration will be given to a single alternative supplier and/or
subcontractor only and shall be conditional upon that supplier and/or subcontractor
representing a local and traditional source.

Revision 1 Page 73 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

 Single-Source Equipment and Material Supplier and/or Service Subcontractor


Nominations
COMPANY shall identify single-source suppliers and/or subcontractors in Appendices JA,
JB and JC of this Section J. No new supplier and/or subcontractor nominations shall be
considered for equipment, materials, and/or services indicated as single source unless
CONTRACTOR can demonstrate to COMPANY that the single-source supplier and/or
subcontractor is not willing to submit a bid. For instances where a COMPANY-designated
single-source supplier and/or subcontractor is not willing to submit a bid, CONTRACTOR
shall nominate additional suppliers and/or subcontractors by completing and submitting
prequalification forms contained in Appendix JD or by coordinating with COMPANY to
identify a previously qualified supplier and/or subcontractor. The maximum number of
suppliers and/or subcontractors CONTRACTOR may nominate will be determined by
COMPANY.
 Use of Supplier and/or Subcontractor Nomination Forms
Appendix JD contains COMPANY's Commercial Information and Survey of Facilities –
Part I Forms, which shall be completed for each supplier and/or subcontractor nominated
by CONTRACTOR. In addition, technical information (e.g., data regarding product
qualification, product features, process capabilities, etc.) may be required depending on
the commodity or service category. Where technical information is required, COMPANY
will request such technical information. CONTRACTOR shall submit the requested
technical information and the nomination packets containing all applicable forms to
COMPANY for approval when complete.

Revision 1 Page 74 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Appendices

NOTE: PLEASE NOTE THAT THE LIST BELOW IS REFRESHED


EVERY QUARTER AND IS SUBJECT TO CHANGE
DURING THE BIDDING AND CONTRACT EXECUTION
PROCESSES

1. Appendix JA-Approved Manufacturer Groups for Corrosion Protection Materials


Group COR 1

Sacrificial Anodes Pipelines, Facilities & Structures


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 CP Tech
2 Galvotec    
3 Impalloy    
4 Metec  Italy  
5 Metec* Nigeria Qualification
documentation to
be updated
6 Samgong    
7 Skarpenord    
8 Tri-Star Singapore www.tristar.com.sg/Dimet.htm
Industries
(Dimet)

Group COR 2

Revision 1 Page 75 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Fluoropolymer Bolts Coating Pipelines, Facilities & Structures


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Asemco Co. Busan, Korea    
2 Custom Coating Houston, TX    
Applicators
3 E/M Coating Worcester, UK    
Services
4 High Technology Busan, Korea    
Coating Company
5 International Edmonton,    
Polymer Alberta, Canada
6 Lone Star Spring, TX    
Fasteners
7 Praxair/Smaltirivia Monte Marenzo    
(LC), Italy
8 Seng Heng Singapore    
Engineering PTE
9 Southwest Plating Houston, TX   Provisional
subject to witness
10 Southwest Houston, TX   Provisional
Impregion subject to witness
11 Fluid Sealing Houston, TX   Provisional
Products subject to witness
12 Tri-Star Industries Singapore www.tristar.com.sg/Dimet.htm  
(Dimet)
13 Allegheny Coating  Freemont, IN   Provisional
subject to witness

Group COR 3

Electrical Isolation Monolithic Isolation Joint


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 ALFA
Engineering
2 Zunt

Group COR 4

Electrical Isolation Pipelines, Facilities & Structures


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Caproco
2 Cormon
3 Corrocean
4 Deepwater
Corrosion
Services
5 Rohrback-

Revision 1 Page 76 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Cosasco

Group COR 5

Coatings and Lining: FBE Coating Applicator Pipelines, Flowlines & Induction Bends
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bayou Pipe
Coating / CCSI
2 Bredero Shaw      
3 Commercial      
Resins Co.
4 EUPEC      
5 PPSCH     Comment - We
believe this
company is a
partnership
between
Petronas and
Socotherm
6 Socotherm      
7 Socotherm      

Group COR 6

Coatings and Lining: FBE Field Joint Coating Applicator Pipelines & Flowlines
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bredero Shaw
2 Commercial
Resins Co.
3 EUPEC
4 Pipeline Induction
Heat Ltd. (PIH)
5 Socotherm
6 Socotherm
7 Bayou Pipe
Coating / CCSI

Group COR 7

Coating and Lining: FBE Powder Manufacturer


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 3M
2 BASF    
3 Dupont    
4 Jotun   www.jotun.com.my/ajmerge.htm

Revision 1 Page 77 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group COR 8

Coating and Lining: Multi layer Insulation Coatings Pipelines & Risers
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bredero Shaw      
2 PPSCH     Comment - We
believe this
company is a
partnership
between
Petronas and
Socotherm

Group COR 9

Coating and Lining: Multi-layer Insulation Coatings Applicator Pipelines & Risers
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Socotherm
2 Socotherm

Group COR 10

Coating and Lining: Multi-Layer Polyolefin Coating (3 Layer PE and PP) Applicator-Pipelines & Risers
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Socotherm
2 Socotherm

Group COR 11

Coating and Lining: Multi-Layer Polyolefin Coatings Pipelines & Risers


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bredero Shaw
2 EUPEC      
3 PPSCH     Comment - We
believe this
company is a
partnership
between
Petronas and
Socotherm

Group COR 12

Revision 1 Page 78 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Coatings and Linings Pipelines, Facilities, and Structures


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Carboline
2 Hempel
3 International
Coatings
4 Jotun
5 Sherwin Williams
6 PPG

Group COR 13

Coating and Lining: Polychloroprene Applicator Risers


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Socotherm
2 Socotherm      
3 Baker Rubber      
4 Bredero Shaw      
5 Mark Tool   www.marktool.com  
Company
6 PPSCH     Comment - We
believe this
company is a
partnership
between
Petronas and
Socotherm
7 Trellborg Viking      

Group COR 14

Coating And Lining: Polyethylene Jacketed Polyurethane Foam Insulation (Pipelines & Structures)
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bredero Shaw
2 Logstor A/S

Group COR 15

Coating And Lining: Polyurethane Foam Infill Coating Applicator Pipelines & Structures
S/N Approved
Manufacturer Manufacturing Website Comments
Facility

Revision 1 Page 79 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

1 Offshore Joint
Services (OJS)
2 Pipeline Induction
Heat Ltd. (PIH)
3 EUPEC

Group COR 16

Subsea Insulation
S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bayou Flow
Technologies
2 Bredero Shaw
3 Trelleborg
Offshore

Group COR 17

Weight Coating Pipelines & Flowlines


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Bayou Pipe      
Coating
2 Bredero Shaw      
3 EUPEC      
4 PPSCH     Comment - We
believe this
company is a
partnership
between
Petronas and
Socotherm

Group COR 18

Weight Coating Applicator Pipelines & Flowlines


S/N Approved
Manufacturer Manufacturing Website Comments
Facility
1 Socotherm
2 Socotherm

Group COR 19

Cathodic Protection: Engineering & Installation Pipelines, Facilities, and Structures


S/N Approved
Manufacturer Manufacturing Website Comments
Facility

Revision 1 Page 80 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

1 Cathelco Group
2 Corrosion Service
3 Corrpro
4 Matcor
5 Nakabotec    
6 Tri-Star Industries Singapore www.tristar.com.sg/Dimet.htm
PTE Ltd

2. Appendix JB - Qualified Manufacturer Groups for Structural Items


Group A:
Section: Plate Yield Type: I & II Toughness Class: NT Material Thickness: <=2
inches
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittal – Aceralia Integrated steelworks. ISO
Asturias, Spain 9001.
2 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Burns Harbour, IN USA 9001.
3 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Coatesville, PA, USA 9001.
4 Azovstahl Integrated steelworks. ISO
Ukraine 9001.
5 BlueScope Steel
Integrated steelworks
Port Kembla, Australia
6 Corus Integrated steelworks. ISO
Scunthorpe, UK 9001.
7 Owned by and uses slabs
Dansteel, from Novolipetsk Steel
Frederiksvaerk, Denmark (NLMK) Lipetsk, Russia. ISO
9001, DNV.
8 Dillinger Huttenwerke Integrated steelworks. ISO
Dillingen, Germany 9001.
9 Purchases slabs from
Dongkuk Steel
POSCO, Japan, Brazil and
Pohang, Korea
China.
10 Duferco-Clabecq
Integrated steelworks
Clabecq, Belgium
11 Evraz OSM.
Steckel mill. No steelmaking.
Portland, OR, USA

Revision 1 Page 81 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

12 Ilsenburger-Grobblech
Integrated steelworks
Ilsenburger, Germany
13 IPSCO
Integrated steelworks
Mobile, AL, USA
14 IPSCO
Integrated steelworks
Montpelier. IA, USA
15 JFE Steel
Integrated steelworks
Fukuyama, Japan
16 JFE Steel
Integrated steelworks
Keihin, Japan
17 JFE Steel
Integrated steelworks
Mizushima, Japan
18 Nippon Steel
Integrated steelworks
Kimitsu, Japan
19 Nucor Steel
Integrated steelworks
Berkley, NC, USA
20 Nucor Steel
Integrated steelworks
Crawfordsville, IN, USA
21 POSCO
Integrated steelworks
Pohang, Korea
22 Ruukki (formerly Rautaruukki)
Integrated steelworks
Finland
23 Salzgitter Mannesmann Grobblech Plate mill. Sources slab from
Mulheim, Germany HKM (also Salzgitter).
24 SeverCorr,
Integrated steelworks.
Columbus, MS, USA
25 Sumitomo Metal Ind.
Integrated steelworks.
Kashima. Japan
26 Sumitomo Metal Ind.
Integrated steelworks.
Wakayama. Japan
27 ThyssenKrupp Steel,
Integrated steelworks.
Duisburg-Sud, Germany
28 Owned by Metinvest of
Trametal,
Ukraine. Slabs produced at
San Giorgio, Italy
Metinvest facilities in Ukraine
Acceptable provided slabs are produced in Ukraine.
or elsewhere. ISO 9001, DNV
29 Voest-Alpine
Integrated steelworks
Linz, Austria

Group B:
Section: Plate Yield Type: I &II Toughness Class: CV1
Material Thickness: >2 inches
(CNV Ttest>=OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

Revision 1 Page 82 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

S/N Company/Mill Location Comments


1 ArcelorMittal – Aceralia Integrated steelworks. ISO
Asturias, Spain 9001.
2 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Burns Harbour, IN USA 9001.
3 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Coatesville, PA, USA 9001.
4 Azovstahl Integrated steelworks. ISO
Ukraine 9001.
5 BlueScope Steel
Integrated steelworks
Port Kembla, Austalia
6 Corus Integrated steelworks. ISO
Scunthorpe, UK 9001.
7 Dillinger Huttenwerke Integrated steelworks. ISO
Dillingen, Germany 9001.
8 Dongkuk Steel Purchases slabs from POSCO,
Pohang, Korea Japan, Brazil and China.
9 Duferco-Clabecq
Integrated steelworks
Clabecq, Belgium
10 Evraz OSM.
Steckel mill. No steelmaking.
Portland, OR, USA
11 Ilsenburger-Grobblech
Integrated steelworks
Ilsenburger, Germany
12 IPSCO
Integrated steelworks
Mobile, AL, USA
13 IPSCO
Integrated steelworks
Montpelier. IA, USA
14 JFE Steel
Integrated steelworks
Fukuyama, Japan
15 JFE Steel
Integrated steelworks
Keihin, Japan
16 JFE Steel
Integrated steelworks
Mizushima, Japan
17 Nippon Steel
Integrated steelworks
Kimitsu, Japan
18 Nucor Steel
Integrated steelworks
Berkley, NC, USA
19 Nucor Steel
Integrated steelworks
Crawfordsville, IN, USA
20 POSCO
Integrated steelworks
Pohang, Korea
21 Ruukki (formerly Rautaruukki
Integrated steelworks
Finland
22
Salzgitter Mannesmann Grobblech Plate mill. Sources slab from
Mulheim, Germany HKM (also Salzgitter).

Revision 1 Page 83 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

23 SeverCorr,
Integrated steelworks.
Columbus, MS, USA
24 Sumitomo Metal Ind.
Integrated steelworks.
Kashima. Japan
25 Sumitomo Metal Ind.
Integrated steelworks.
Wakayama. Japan
26 ThyssenKrupp Steel,
Integrated steelworks.
Duisburg-Sud, Germany
27 Voest-Alpine
Integrated steelworks
Linz, Austria

Group C:
Section: Plate Yield Type: I, II & III Toughness Class: CV1, CV2, CV2Z4, CV2Z5
Material Thickness: NA
(-40oC<CNV Ttest<OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Burns Harbour, IN USA 9001.
2 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Coatesville, PA, USA 9001.
3 Corus Integrated steelworks. ISO
Scunthorpe, UK 9001.
4 Dillinger Huttenwerke Integrated steelworks. ISO
Dillingen, Germany 9001.
5 Duferco-Clabecq
Integrated steelworks
Clabecq, Belgium
6 Evraz OSM.
Steckel mill. No steelmaking.
Portland, OR, USA
7 JFE Steel
Integrated steelworks
Fukuyama, Japan
8 JFE Steel
Integrated steelworks
Keihin, Japan
9 JFE Steel
Integrated steelworks
Mizushima, Japan
10 Nippon Steel
Integrated steelworks
Kimitsu, Japan
11 POSCO
Integrated steelworks
Pohang, Korea
12 Salzgitter Mannesmann Grobblech Plate mill. Sources slab from
Mulheim, Germany HKM (also Salzgitter).
13 Sumitomo Metal Ind.
Integrated steelworks.
Kashima. Japan

Revision 1 Page 84 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

14 Sumitomo Metal Ind.


Integrated steelworks.
Wakayama. Japan
15 ThyssenKrupp Steel,
Integrated steelworks.
Duisburg-Sud, Germany
16 Voest-Alpine
Integrated steelworks
Linz, Austria

Group D:
Section: Plate Yield Type: I, II & III Toughness Class: CV1, CV2, CV2Z4, CV2Z5
Material Thickness: NA
(CNV Ttest<-40oC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittal – Mittal USA (ISG) Integrated steelworks. ISO
Coatesville, PA, USA 9001.
2 Dillinger Huttenwerke Integrated steelworks. ISO
Dillingen, Germany 9001.
3 JFE Steel
Integrated steelworks
Fukuyama, Japan
4 JFE Steel
Integrated steelworks
Mizushima, Japan
5 Nippon Steel
Integrated steelworks
Kimitsu, Japan
6 POSCO
Integrated steelworks
Pohang, Korea
7 Sumitomo Metal Ind.
Integrated steelworks.
Kashima. Japan
8 ThyssenKrupp Steel,
Integrated steelworks.
Duisburg-Sud, Germany
9 Voest-Alpine
Integrated steelworks
Linz, Austria

Group E: Before using this list consult with EMDC Materials Group for latest updates
Section: Plate Yield Type: I, II & III Toughness Class: CV2X, CV2ZX Material
Thickness: NA
(API RP 2Z qualified at -10oC)

Revision 1 Page 85 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45 Acceptable and RP
2Z Qualified Plate Mills

CV2X, CV2ZX
API RP 2Z Qualified at -10C
Manufacturer Mill Location Related Qualifications
Max
Grade
Thickness
EN 10225 API 2W Grade 50 up to
100 mm. Meets Norsok requirement
API 2W Grade for  15% CTOD CG sampling.
90 mm
50 However does not meet API RP 2Z
requirements for heat input. Consult
Dillinger Dillingen, EMDC Materials.
Huttenwerke Germany EN 10225 API 2W Modified Grade
60 up to 101.6 mm. Meets Norsok
API 2W Grade requirement for  15% CTOD CG
75 mm
60 sampling. However does not meet
API RP 2Z requirements for heat
input. Consult EMDC Materials.
API 2W Grade
101.6 mm
JFE Steel MizushimaKurashi 50 & 50T
Corporation ki Works, Japan API 2W Grade
101.6 mm
60
API 2W Grade
100 mm
Nippon Steel Kimitsu Works, 50
Corp. Japan API 2W Grade
100 mm
60
API 2W Grade
90 mm
Pohang Works, 50
POSCO
Korea API 2W Grade
76.2 mm
60
API 2W Grade API RP 2Z @ -40°C for API 2W
101.6 mm
Sumitomo Kashima Works, 50 Grade 50 up to 101.6 mm
Metal Ind. Japan API 2W Grade API RP 2Z @ -40°C for API 2W
76.2 mm
60 Grade 60 up to 76.2 mm
API 2W Grade
Voest-Alpine Linz, Austria 50.8 mm
50
ArcelorMittal – ISG claim to have API RP 2Z qualification for Grade 50. However, the original qualification
was based on ingot production at Burn’s Harbour. Burn’s Harbour no longer casts ingots, so plate
production has switched to the Coatesville mill. However, ISG did not re-qualify to steel production at
Coatesville and therefore their API RP 2Z qualification is considered as invalid.

Revision 1 Page 86 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group F:
Section: Rolled Shapes Yield Type: I & II Toughness Class: NT Material
Thickness: NA
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittel has many structural
ArcelorMittel
mills. Producing mill must be
Europe – Various mills
identified. All are ISO 9001.
2 ArcelorMittel
Rolls TMCP sections. ISO 9001.
Luxembourg
3 Chaparral Steel Integrated mill. FGP capability
Petersberg, VA, USA not confirmed.
4 Chaparral Steel Integrated mill. Not capable of Al
Midlothian, TX, USA FGP.
5 Corus (Tata) Corus supplies own billets. ISO
Scunthorpe, U.K. 9001. Controlled rolled.
6 Corus (Tata) Corus supplies own billets. ISO
Teesside, U.K. 9001. Controlled rolled.
7 Gallardo (Grupo Alfonso)
Integrated mill. (EAF, continuous
Stahlwerk Thuringen
caster) ISO 9001, DNV
Thuringia, Germany
8 Gerdau Ameristeel
FGP capability unknown.
Beaumont, TX, USA
9 Gerdau Ameristeel
FGP capability unknown.
Calvert City, KY, USA
10 Gerdau Ameristeel
FGP capability unknown.
St. Paul, MN, USA
11 Gerdau Ameristeel
FGP capability unknown.
Wilton, IA, USA
12 Hyundia Steel
Formerly INI Steel
Incheon, Korea
13 Hyundai Steel
Formerly INI Steel
Pohang, Korea
14 Nucor Steel Not capable of FGP with Al. ISO
Jewett, TX, USA 9001.
15 Nucor Steel Integrated mill. Not capable of
Berkely, SC, USA FGP with Al. ISO 9001.
16 Nucor-Yamato Integrated mill. Not capable of
Blytheville. AR, USA FGP with Al. ISO 9001.
17 Peiner Trager (Salzgitter)
Integrated mill
Germany
18 Ruukki, Ruukki rolls light sections,
Finland however bars and beams are

Revision 1 Page 87 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

sourced from other


manufacturers. ISO 9001, TM
rolling
19 Saarstahl Integrated mill. FGP capability
Volkingen, Germany not known.
20 Steel Dynamics Integrated mill. FGP capability
Coulumbia City, IN, USA not known.

Group F:
Section: Rolled Shapes Yield Type: I & II Toughness Class: CV1
Material Thickness: NA
(CNV Ttest>=OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittel has many
ArcelorMittel structural mills. Producing mill
Europe – Various mills must be identified. All are ISO
9001.
2 ArcelorMittel Rolls TMCP sections. ISO
Luxembourg 9001.
3 Corus (Tata) Corus supplies own billets.
Scunthorpe, U.K. ISO 9001. Controlled rolled.
4 Corus (Tata) Corus supplies own billets.
Teesside, U.K. ISO 9001. Controlled rolled.
5 Peiner Trager (Salzgitter)
Integrated mill
Germany
6 Saarstahl Integrated mill. FGP capability
Volkingen, Germany not known.

Revision 1 Page 88 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group G:
Section: Rolled Shapes Yield Type: I, II & III Toughness Class: CV1, CV2, CV2Z4,
CV2Z5 Material Thickness: NA
(-20oC<=CNV Ttest<OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 ArcelorMittel has many
ArcelorMittel structural mills. Producing mill
Europe – Various mills must be identified. All are ISO
9001.
2 ArcelorMittel Rolls TMCP sections. ISO
Luxembourg 9001.
3 Peiner Trager (Salzgitter)
Integrated mill
Germany

Group H:
Section: Rolled Shapes Yield Type: I, II & III Toughness Class: CV1, CV2, CV2Z4,
CV2Z5 Material Thickness: NA
(CNV Ttest<-40oC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments

Consult with EMDC Materials Group for latest


updates

Revision 1 Page 89 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group I:
Section: Structural Seamless Tubular Hollow Sections Yield Type: I & II Toughness
Class: NT
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Integrated mill – ingot
Huta Batory,
production, 219.1-508 mm
Chrozow, Poland
OD. ISO 9001, API 5L, DNV
2 JFE Steel Corp. Integrated mill. Approved for
Chiba City, Japan line pipe. ISO 9001.
3 Mittal Steel Roman Integrated mill. (Formerly
Roman, Romania Petrotub)
4 Productos Tubulares Integrated mill. Pilger. 190-508
Bilbao, Spain mm OD. ISO 9001, API Q1
5 Sharon Tube
Sharon, PA, USA
6 Sumitomo Metal Ind. (SMI) Integrated mill. Approved for
Wakayama, Japan line pipe. ISO 9001.
7 Tenaris –Algoma Billets sourced from Siderca or
Sault. Ste. Marie, ON Canada other Tenaris.
8 Tenaris –Dalmine Integrated mill. Approved for
Bergamo, Italy line pipe. ISO 9001.
9 Tenaris –Siderca Integrated mill. Approved for
Campana, Argentina line pipe. ISO 9001
10 Tenaris – TAMSA Integrated mill. Approved for
Vera Cruz, Mexico line pipe. ISO 9001
11 Approved for line pipe. 60%
Tenaris – NKKt
owned by Tenaris, 40% by
Keihin, Japan
JFE. ISO 9001.
12 Tianjin Pipe Company Integrated mill, does outsource
Tianjin, China billets. ISO 9001
13 US Steel Billets sourced onsite from
Lorain, OH, USA Republic Engineered Products
14 US Steel
Integrated mill
Farifield, OH, USA
15 Valcovny Trub Chomutov ISO 9000, API Q1. Purchases
Czech Republic ingots, pilger mill
16 V&M Star Heat treatment and finishing
Houston, TX, USA only
17 V&M Star
EAF, Caster, MPM
Youngstown, OH, USA
18 V&M Tubes Approved for line pipe. Uses
Aulnoye, France V&M billets. ISO 9001.

Revision 1 Page 90 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

19 V&M Tubes Approved for line pipe.


Belo Horizonte, Brasil Integrated mill. ISO 9001
20 V&M Tubes Approved for line pipe. ISO
Ste. Saulve. France 9001.
21 V&M Tubes Approved for line pipe. ISO
Rath, Germany 9001.

Revision 1 Page 91 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group J:
Section: Structural Seamless Tubular Hollow Sections Yield Type: I & II Toughness
Class: CV1 (CNV Ttest>=OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Integrated mill – ingot
Huta Batory,
production, 219.1-508 mm
Chrozow, Poland
OD. ISO 9001, API 5L, DNV
2 JFE Steel Corp. Integrated mill. Approved for
Chiba City, Japan line pipe. ISO 9001.
3 Mittal Steel Roman Integrated mill. (Formerly
Roman, Romania Petrotub)
4 Productos Tubulares Integrated mill. Pilger. 190-508
Bilbao, Spain mm OD. ISO 9001, API Q1
5 Sharon Tube
Sharon, PA, USA
6 Sumitomo Metal Ind. (SMI) Integrated mill. Approved for
Wakayama, Japan line pipe. ISO 9001.
7 Tenaris –Algoma Billets sourced from Siderca or
Sault. Ste. Marie, ON Canada other Tenaris.
8 Tenaris –Dalmine Integrated mill. Approved for
Bergamo, Italy line pipe. ISO 9001.
9 Tenaris –Siderca Integrated mill. Approved for
Campana, Argentina line pipe. ISO 9001
10 Tenaris – TAMSA Integrated mill. Approved for
Vera Cruz, Mexico line pipe. ISO 9001
11 Approved for line pipe. 60%
Tenaris – NKKt
owned by Tenaris, 40% by
Keihin, Japan
JFE. ISO 9001.
12 Tianjin Pipe Company Integrated mill, does outsource
Tianjin, China billets. ISO 9001
13 US Steel Billets sourced onsite from
Lorain, OH, USA Republic Engineered Products
14 US Steel
Integrated mill
Farifield, OH, USA
15 Valcovny Trub Chomutov ISO 9000, API Q1. Purchases
Czech Republic ingots, pilger mill
16 V&M Star Heat treatment and finishing
Houston, TX, USA only
17 V&M Star
EAF, Caster, MPM
Youngstown, OH, USA
18 V&M Tubes Approved for line pipe. Uses
Aulnoye, France V&M billets. ISO 9001.

Revision 1 Page 92 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

19 V&M Tubes Approved for line pipe.


Belo Horizonte, Brasil Integrated mill. ISO 9001
20 V&M Tubes Approved for line pipe. ISO
Ste. Saulve. France 9001.
21 V&M Tubes Approved for line pipe. ISO
Rath, Germany 9001.

Revision 1 Page 93 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group K:
Section: Structural Seamless Tubular Hollow Sections Yield Type: I, II & III
Toughness Class: CV1, CV2, CV2Z4, CV2Z5 (-40oC<=CNV Ttest<OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 JFE Steel Corp. Integrated mill. Approved for
Chiba City, Japan line pipe. ISO 9001.
2 Mittal Steel Roman Integrated mill. (Formerly
Roman, Romania Petrotub)
3 Sharon Tube
Sharon, PA, USA
4 Sumitomo Metal Ind. (SMI) Integrated mill. Approved for
Wakayama, Japan line pipe. ISO 9001.
5 Tenaris –Algoma Billets sourced from Siderca or
Sault. Ste. Marie, ON Canada other Tenaris.
6 Tenaris –Dalmine Integrated mill. Approved for
Bergamo, Italy line pipe. ISO 9001.
7 Tenaris –Siderca Integrated mill. Approved for
Campana, Argentina line pipe. ISO 9001
8 Tenaris – TAMSA Integrated mill. Approved for
Vera Cruz, Mexico line pipe. ISO 9001
9 Tianjin Pipe Company Integrated mill, does outsource
Tianjin, China billets. ISO 9001
10 US Steel Billets sourced onsite from
Lorain, OH, USA Republic Engineered Products
11 US Steel
Integrated mill
Farifield, OH, USA
12 V&M Star Heat treatment and finishing
Houston, TX, USA only
13 V&M Star
EAF, Caster, MPM
Youngstown, OH, USA
14 V&M Tubes Approved for line pipe. Uses
Aulnoye, France V&M billets. ISO 9001.
15 V&M Tubes Approved for line pipe.
Belo Horizonte, Brasil Integrated mill. ISO 9001
16 V&M Tubes Approved for line pipe. ISO
Ste. Saulve. France 9001.
17 V&M Tubes Approved for line pipe. ISO
Rath, Germany 9001.

Revision 1 Page 94 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group L:
Section: Structural Seamless Tubular Hollow Sections Yield Type: I, II & III
Toughness Class: CV1, CV2, CV2Z4, CV2Z5 (CNV Ttest<-40oC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 JFE Steel Corp. Integrated mill. Approved for
Chiba City, Japan line pipe. ISO 9001.
2 Sumitomo Metal Ind. (SMI) Integrated mill. Approved for
Wakayama, Japan line pipe. ISO 9001.
3 Tenaris –Dalmine Integrated mill. Approved for
Bergamo, Italy line pipe. ISO 9001.
4 Tenaris – TAMSA Integrated mill. Approved for
Vera Cruz, Mexico line pipe. ISO 9001
5 Approved for line pipe. 60%
Tenaris – NKKt
owned by Tenaris, 40% by
Keihin, Japan
JFE. ISO 9001.
6 V&M Tubes Approved for line pipe. ISO
Rath, Germany 9001.

Revision 1 Page 95 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group M:
Section: Structural Submerged Arc Welded Tubular Hollow Sections Yield Type: I & II
Toughness Class: NT For definition of Yield Type and Toughness Class see
Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Fab shop, ISO 9001, DNV.
Bladt industries,
Sources some steel from
Aalbourg, Denmark
China.
2 Cimolai Technology, Fab shop. ISO 9001. Steel
Cittadella, Italy sources not known.
3 Pipe mill only. Plates from
Corus
Redcar, Voest or Dillinger.
Hartlepool, UK
UOE. ISO 9001, API Q1.
4 Fab shop. Plates from
Eisenbau Kramer (EBK)
Dillinger, Voest, Bend press.
Germany
ISO 9001, API Q1.
5 Fab shop. Plates from
Erndtebrucker Eisenwek (EEW)
Dillinger, Voest, Bend press.
Erndtebruck, Germany
ISO 9001, API Q1.
6 Plates from POSCO<
Erndtebrucker Eisenwerk (EEW)
Dillinger, Voest, Bend press.
Korea
ISO 9001, API Q1.
7 JFE – all mills Integrated mills. UOE. ISO
Japan 9001, API Q1.

Revision 1 Page 96 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group N:
Section: Structural Submerged Arc Welded Tubular Hollow Sections Yield Type: I & II
Toughness Class: CV1 (CNV Ttest>=OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Pipe mill only. Plates from
Corus
Redcar, Voest or Dillinger.
Hartlepool, UK
UOE. ISO 9001, API Q1.
2 Fab shop. Plates from
Eisenbau Kramer (EBK)
Dillinger, Voest, Bend press.
Germany
ISO 9001, API Q1.
3 Fab shop. Plates from
Erndtebrucker Eisenwek (EEW)
Dillinger, Voest, Bend press.
Erndtebruck, Germany
ISO 9001, API Q1.
4 Plates from POSCO<
Erndtebrucker Eisenwerk (EEW)
Dillinger, Voest, Bend press.
Korea
ISO 9001, API Q1.
5 JFE – all mills Integrated mills. UOE. ISO
Japan 9001, API Q1.

Revision 1 Page 97 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Group O:
Section: Structural Submerged Arc Welded Tubular Hollow Sections Yield Type: I, II & III
Toughness Class: CV1, CV2, CV2Z4, CV2Z5 (-20oC<CNV Ttest<OoC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Pipe mill only. Plates from
Corus
Redcar, Voest or Dillinger.
Hartlepool, UK
UOE. ISO 9001, API Q1.
2 Fab shop. Plates from
Eisenbau Kramer (EBK)
Dillinger, Voest, Bend press.
Germany
ISO 9001, API Q1.
3 Fab shop. Plates from
Erndtebrucker Eisenwek (EEW)
Dillinger, Voest, Bend press.
Erndtebruck, Germany
ISO 9001, API Q1.
4 Plates from POSCO<
Erndtebrucker Eisenwerk (EEW)
Dillinger, Voest, Bend press.
Korea
ISO 9001, API Q1.
5 JFE – all mills Integrated mills. UOE. ISO
Japan 9001, API Q1.

Group P:
Section: Structural Submerged Arc Welded Tubular Hollow Sections Yield Type: I, II & III
Toughness Class: CV2X, CV2ZX (CNV Ttest<-20oC)
For definition of Yield Type and Toughness Class see Section 2.1 of GP 29-01-45

S/N Company/Mill Location Comments


1 Pipe mill only. Plates from
Corus
Redcar, Voest or Dillinger.
Hartlepool, UK
UOE. ISO 9001, API Q1.
2 Fab shop. Plates from
Eisenbau Kramer (EBK)
Dillinger, Voest, Bend press.
Germany
ISO 9001, API Q1.
3 Fab shop. Plates from
Erndtebrucker Eisenwek (EEW)
Dillinger, Voest, Bend press.
Erndtebruck, Germany
ISO 9001, API Q1.

Revision 1 Page 98 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

3. Appendix JC – Other Nominated Manufacturers and Subcontractors

Supplier Country Notes


Equipment
1.0 Pipe, Induction Bends and Pipeline Risers (Carbon Steel)
1.1 Line Pipe
Berg Steel (large diameter) USA 2a,2b
Corus (Tata) UK 2a,4
CSI Tubular Products USA 2a,3,4
Erndtebrucker Eisenwerk (EEW) Germany/Korea 2a,2b,3,4
Hyundai Korea 2a,3,4
Ilva S.p.a. Italy 2a,2b
JFE Steel Japan 1a,1b,2b,2b
Mannesmann Germany 2a,2b,3
Mitsubishi Japan 1a
Sumitomo Japan/Europe/USA 1a,1b,2a,2b,3
TMK / TMK Ipsco Russia/USA 1a,1b,2a,2b,3
TPCO (Tainjin Pipe) China 1a,1b,
Tenaris Group Italy/USA/Argentina/ 1a,1b
Tubos Reunidos SA Japan 1a,1b
Villacero Group (Tex-Tube) Spain 3
Voest-Alpine USA 1a,1b
Austria
US Steel USA 1a,1b,2a,2b,3
V & M Group Europe/Brazil 1a,1b
Notes: 1. Seamless Pipe. 1a = ANSI B31.3 systems only. 1b = B31.4 and B31.8 systems as well
2. SAW/DSAW Pipe
For 1a & 2a = ANSI B31.3 Systems only, b= ANSI B31.4/B31.B
3. ERW Pipe = ANSI B31.3 System only
4. ERW Pipe = ANSI B31.4 System only

1.2 Induction Bends


Bassi Luigi Italy
Bendtec USA
Dai Ichi Japan
Fabricom Belgium
Mannesmann Germany
Pacific Pipe Company USA
Shaw Sunland (APP) USA
Simas Italy
Sung Il Co., Ltd Korea
Pipeline Risers
Sacrificial Anodes (Refer to section B1.3)

Revision 1 Page 99 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Supplier Country Notes


FBE Coatings (Refer to section B 2.1)
Polychloreprene Coatings (Refer to section B 2.3)
FBE Field Joint Coating (Refer to section B 2.4)
Closures (Launchers / Receivers) (Refer to section B 4.0)
Stud-bolts and Nuts (Refer to section B 4.11)
Pig Detectors (Refer to section B 4.13)
Hanger Flanges (Refer to section B 4.3)

Supplier Country Notes


2.0 Flanges and Fittings
2.1 Flanges
Ameriforge USA 1,2
Bebitz Germany/India 1,2
Boltex USA 1
Buffalo Flange USA 1
Federal USA 1,2
Forgerossi Italy 2
Galperti Italy/USA 1,2
Hackney (Flo-Bends) USA 1
Kofco Korea 1
Ladish USA 1,2
Melesi Italy
Metalfer Italy 1,2
National Flange USA 1,2
Piping Products USA 1
Shimoda Iron Works Japan 1,2
Sumitomo Japan 1,2
Tube Turns USA 1,2
WFI International (Bonney Forge) USA 1,2

2.2 Fittings – O’Let Type


Anvil / Canvil USA / Canada 1
BKL UK 1
Bonney Forge (WFI) USA 1,2
Fuji High Pressure Japan 1,2
IML Italy 1,2

Revision 1 Page 100 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Supplier Country Notes


Mega Italy
Penn Machine USA
Viar Italy 1,2
Westbrook(WMI) USA 1
WFI International (Bonney Forge) USA / UK 1,2

2.3 Fittings – Buttweld Seamless


Alloy Piping Products USA Only 1
Awaji (ASK) Japan / Thailand
Canadoil Group (Benkan, BKL,etc) Canada/ItalyJapan/Thailand 1,2
Custom Alloy USA 1
Dynamic Products USA 1,2
Ema Austria 1
Hackney (Ladish, Flo-Bend) USA 1,2
Mill Iron Works USA 1
Nippon Bankan Japan / Thailand 1,2
Ram Forge & Steel USA 1
Shaw Group (APP) USA 1,2
SK Bend Korea 1,2
Sumitomo Japan 1,2
TK Corp. Korea 1,2
Tube Turns (Sypris Tech.) USA 1,2
Vallourec (Interfit) France 1,2

2.4 Fittings – Forged Steel Socket Weld and Threaded


Alloy Stainless Products USA 1
Anvil / Canvil USA / Canada 1
Bonney Forge USA 1,2
Camco (Capitol Mfg. Co.) USA 1
Delcorte France
Fuji High Pressure Japan 1,2
IML Italy 1,2
Ladish USA 1,2
Lame Italy
Mega Italy
Penn Machine USA 1
Standard Fittings USA 1
Taylor Forge USA 2

Revision 1 Page 101 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Supplier Country Notes


Tecnoforge, S.p.a. Italy 2
Tube Turns USA 2
Vogt USA 1
Westbrook (WMI) USA 1
WFI International USA / UK 1,2
NOTES:
1. ANSI B31.3 Systems
2. ANSI B31.4 / 31.8 Systems

2.5 Fittings – Forged Steel Unions


Camco (Capitol Mfg. Co.) USA
Canvil Canada
Marpac USA
Penn Machine USA
Standard Fittings USA
Vogt USA
Westbrook (WMI) USA
WFI International (Bonney Forge) USA / UK

2.6 Gaskets
2.6.1 Spiral Wound
Flexitallic Worldwide
Furon (Gar Lock) USA
Lamons USA
Leader Global Technologies USA
AR Thomson (Canflex) USA/China/Slovakia

2.6.2 Ring Joint


AR Thomson (Canflex) Canada
Dan-Lock Bolt & GasketFlexitallic USA
Klinger UK
Lamons UK
Lone Star Sealing Technoligies USA
Wolar USA
USA
2.7 Flange Insulators
DSI Dieter Germany
Pipeline Seal & Insulator USA
RACI Italy

Revision 1 Page 102 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Supplier Country Notes


Pikotek USA

2.8 Stud Bolts & Nuts


AGS Group Inc. Edmonton, alberta
AGS Group Inc. Sarnia, ontario
Dan-loc Bolt & Gasket Tx, CA(1), OH, USA
Fastenal Company Winona, MI , USA
Glaser and Associates Martinez, CA, USA
Highlands Threads Houston, TX , USA
Hydrobolt Ltd. Wolverhampton, UK
Industrias Auge S.A. DE C.v. Lerma, Mexico
J & B Fasteners, LP Houston, TX, USA
Lamons Gasket Company LA, IL, TX, USA
Lamons Essen, Germany
lamons Rotterdam, The Netherlands
Leader Global Technologies Beaumont, TX, USA
Lone Star Fasteners, Lp Houston, TX, USA
Prosper (Beckprosper) Kingswinford, UK
Quality Bolt And Screw Corp. LA, USA

Note (1) CA approval only as distribution center for Texas manufactured fasteners

2.9 Expansion Joints


2.9.1 Expansion Joints Bellow Type Metallic
Bachmann Industries USA
Badger USA
Expansion Joint Systems USA
Flexider Italy
Flexonics, Inc. (Tempflex) USA / Canada
Hy-Span USA
Microflex USA
Pathway Bellows USA

2.9.2 Expansion Joints (Nonmetallic)


Bachmann Industries USA
Expansion Joint Systems USA
GarLock (Coltec) USA
General Rubber USA
Goodall Rubber USA
Holtz (R.M. Engineering) USA
Pathway Bellows USA

Revision 1 Page 103 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Supplier Country Notes


Unaflex Rubber USA

2.9.3 Clamp Connectors (Closures)


Graylok USA
Re-Flange USA
LTS-Vector USA/UK
GD Closures USA/UK
3.0 Spring Hangers / Supports
Basic Engineers USA
Bergan – Paterson USA / UK
Carpenter & Paterson USA / UK
Grinall Corp. USA / Germany
NHK Spring Japan
Piping Technology USA
Power Piping USA

4.0 Valves
1.1 Gate / Globe / Check
4.1.1 API 600 Type (Carbon Steel – Flanged & Butt Weld
Bonney forge USA / Italy
Flowserve USA/Canada
Cooper (cooper valves) S. Korea
Omb Italy
Saccap / sapag France
Swi valve co ltd. S. Korea
Walworth Mexico
Velan Canada / Vermont, USA

1.1.2 API 600 - Cast Carbon Steel, Class 150 and Class 300
- Foundry restrictions may apply (To be approved by COMPANY)
Kitz Japan / China
Larsen & toubro ltd India
Neway China
Newmans (Cameron) China
Tong Yung (TY) Korea
Forum valve solutions( DSI) China
Velan
Canada / Vermont,
USA/Korea, Portugal

Revision 1 Page 104 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

1.1.3 API 600 - Cast Carbon Steel, Class 600 and Above
Crane
Pacific Long Beach, CA
Flowserve Raleigh, NC
Edward
Forum valve solutions Jiang Yin, China
Dsi (jev)
Japan / China
Kitz
Larsen & toubro ltd. India
Neway China
Newmans (cameron) China
Raimondi (tyco) Italy
Tong yung (ty) Korea
Velan Canada / Vermont/
Portugal
Velan (Class 600 through NPS 12) Korea

1.1.4 API 600 - Cast Low Chrome (Up to 13% Cr) (Class 150, 300, 600 and above)
Crane (Class 600 and above)
Pacific Long Beach, CA
Flowserve (Class 600 and above) Raleigh, NC
Edward Jiang Yin, China
Japan / China
Kitz
India
Larsen & toubro ltd.
Neway China
Newmans (Cameron) China
Raimondi (Tyco) Italy
Tong Yung (TY) Korea
Velan Canada / Vermont/
Portugal / Korea
1.1.5 API 600, API 603 and/or ASME B16.34 - Stainless Steel (Class 150, 300, 600 and above)
Crane
Pacific Long Beach, CA
Flowserve (Class 600 and above) Raleigh, NC
Edward Jiang Yin, China
Japan / China
Kitz
India
Larsen & toubro ltd.
Neway China
Newmans (Cameron) China
Raimondi (Tyco) Italy
Tong Yung (TY) Korea
Velan Canada / Vermont/
Portugal / Korea

Revision 1 Page 105 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

4.2 Ball Valves


4.2.1 THD / SW (NPS 2 and smaller) – API 607, API 608
Soft / Graphite Seated - Floating Ball
Two Piece
- Specify seal welding for threaded body
designs
Forum Valve Solutions
Quadrant (Kong Jih) Taichung, TAIWAN
KF Industries (Circor)
Oklahoma City, OK
Kitz
Kaohsiung, TAIWAN
KTM (Tyco)
KTM Urawa City, JAPAN
Milwaukee Iwatsuki City, JAPAN
Milwaukee Wisconsin, USA
OMB (TA model) Bergamon, Italy
Velan Granby Canada
Three Piece (Bolted Body)
Cameron (TBV) Millbury, MA
Flowserve
Valve Solutions (Forum Energy
Technologies)
Quadrant (Kong Jih) Taichung, TAIWAN
KF Industries (Circor) Oklahoma City, OK
Milwaukee Wisconsin
OMB Italy
Swagelok Ohio
Whitey Ohio
Velan Granby, Canada

4.2.2 Flanged - Class 150 AND 300 – API 607, API 608 Soft or Graphite Seated - Floating Ball
Cameron - NUTRON (Forged Body) / TBV Canada / Massachusetts
KF Industries (Circor) Oklahoma City, OK
KTM (Kitamura Valve) (Tyco) Urawa City, JAPAN
KITZ Spain, Taiwan, Japan
Milwaukee Milwaukee, WI
Perar (Forged Body) Rescaldina, ITALY
Tong Yung (TY)
Busan, KOREA
Forum Valve Solutions
PBV Stafford, Texas
Quadrant (Kong Jih) Taichung, TAIWAN
Velan Granby, CANADA

4.2.3 Metal Seated – Trunnion Mounted - ASME B16.34 / API 608


Cameron Voghera, ITALY
Grove Little Rock, AR
Orbit Edmonton, CANADA
TBV (Temp limited to 340 C [650 F]) Ettlingen, GERMANY
Flowserve (Argus) Urawa City, JAPAN
KTM (Tyco)
Montreal,& Granby,

Revision 1 Page 106 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Velan CANADA

4.2.4 Metal Seated – Trunnion Mounted - ASME B16.34 / API 608


Soft Seated, Class 150, Class 300, and Class 600
Cameron Ville Platte, LA
Grove (up to 48 inch) Voghera, ITALY
TK Hammond, LA
WKM Oklahoma City, OK
Ringo Colico, Italy
LVF SpA / FVB San Paolo D'Argon, Italy
OMB Bergamo, ITALY
Forum Valve Solutions
PBV (up to NPS 12) Stafford, Texas
Perar (Forged Body) (up to 48 inch) Rescaldina, ITALY
Petrol Valves (up to 48 inch) Castellanza, ITALY
Pibiviesse (Circor) (up to 48 inch) Nerviano, ITALY
Valbart Mezzago, ITALY
Velan ABV SpA Lucca, ITALY

4.2.5 Pipeline Ball Valves - Trunnion Mounted - API 6D


Soft Seated, Class 900 and Above
CAMERON Ville Platte, LA
GROVE (up to 48 inch) Voghera, ITALY
TK Hammond, LA
WKM Oklahoma City, OK
RINGO Colico, ITALY
LVF SpA / FVB San Paolo D'Argon, Italy
OMB Bergamo, ITALY
FORUM VALVE SOLUTIONS
PBV (up to NPS 12) Stafford, Texas
PERAR (Forged Body) (up to 48 inch) Rescaldina, ITALY
PETROLVALVES (up to 48 inch) Castellanza, ITALY
PIBIVIESSE (Circor) (up to 48 inch) Nerviano, ITALY

4.2.6 Pipeline Ball Valves - Trunnion Mounted - API 6D


Metal Seated
CAMERON Ville Platte, LA
GROVE Voghera, ITALY
PERAR Rescaldina, ITALY
PETROLVALVES Castellanza, ITALY
PIBIVIESSE (Circor) Nerviano, ITALY

4.3 Butterfly Valves


4.3.1 Resilient Seated, Fire Safe (High Performance, API 609 – Category B, Carbon,
Alloy, SS)
Crane (Flowseal) USA
Keystone International USA

Revision 1 Page 107 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Jamesbury USA
Posi-Seal (Fisher-Emerson) USA

4.3.2 Metal Seated, Fire Safe (High Performance, API 609 – Category B, Carbon,
Alloy, SS)
C&S Valve (Tri-Centric) USA
Posi-Seal (Fisher-Emerson) USA
Vanessa (Keystone-Vanessa) Italy

4.4 Manifold Valves


Texsteam (Dresser Flow Solutions) USA / Italy 1
FMC USA 1
Cameron (Grove -Dresser Flow Solutions) USA
NOTES:
 1. Fabricator for manifold skids shall be pre-approved by
COMPANY.

4.5 Chokes
Varco-Best USA
Willis USA 2
NOTES:
2. Single source for wellhead chokes
 10,000# wells – M3G, 10,000 psi, style 4, Class EE
 5,000# wells – M3G, 5,000 psi, style 0, Class BB

4.6 Deluge Valves


CLA-VAL (sole source) USA

5.0 Mechanical Equipment


5.1 Cranes
5.1.1 Pedestal
Oil States (Applied Hydraulics) USA
5.1.2 Monorail Hoist
Ingersoll-Rand USA
Victory USA
Yale USA
5.1.3 Bridge
Oil States (Applied Hydraulics) USA
Gaffey USA/GER

Revision 1 Page 108 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

5.2 Flare Systems


Callidus USA
Flare Ind. Inc. USA
GBA Corona USA/UK/Italy
John Zink USA
Kaldair USA
National Air Oil USA
Zeeco USA
5.3 Double Pipe (Harpin)
R. W. Holland USA
Brown Fintube USA
Kennedy Tank USA

6.0 Process Equipment


6.1 Electrostatic Treaters
Hydrocarbon Research, Inc. USA
Natco USA
Petreco USA

7.0 Rotating Equipment


7.1 Pumps
7.1.1 Firewater Service
Johnston (sole source offshore) USA
(packaged by Fluid Power – USA)

7.1.2 Hydrocarbon - Booster and Pipeline Service


BWIP USA
Flowserve USA
Rhurpumpen USA / GER
Sulzer Bingham USA
Weir USA

7.1.3 Pour Point Depressant Service


Milton Roy (Simplex) (sole source) USA

7.1.4 Metering Pumps


Bran & Luebbe GER
Lewa GER

Revision 1 Page 109 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Milton Roy (Simplex) USA


Orlita GER
Pulsafeeder USA

7.1.5 H.P. Wash Down Pump


Cat Pumps USA
Flowtronics USA

7.1.6 Other Services


Begemann USA
ITT Goulds USA
Robbin Myers (Moyno) USA
Flowserve USA
Sundyne (sole source flare scrubber USA
pumps)
Texsteam USA
Williams USA
Wilden USA

7.1.7 Pump Seals


John Crane (preferred) USA
Flowserve USA

7.1.8 API Pumps


Flowserve USA
Goulds USA
Sulzer Bingham USA

7.2 Compressors
7.2.1 Air Compressors
Ingersoll-Rand (sole source) USA

7.2.2 Instrument Air Packages


Air Dyne USA
Tide Air USA
Danmar USA

7.2.3 High Pressure / High Ratio


Dresser-Rand USA/France
Demag-Delaval USA
GE Nuovo Pignone Italy
MAN Turbo Machinery (Sulzer) USA/EU

Revision 1 Page 110 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

7.2.4 Low Volume or Low Ratio / High Volume


Cooper (Rolls Royce) USA
Demag Delaval USA/Holland
Elliot-Ebara USA /Japan
MAN Turbo Machinery (Sulzer) EU/USA
Solar USA

7.2.5 VRU Service – Dry Screw Compressors


A-C Compressor (GE Power Service) USA
Howden Compressor UK
Ingersoll-Rand USA
Kobe Japan
MAN-Turbo Machinery (Borsig) GER

7.2.6 Centrifugal – Gas Compressors


Dresser-Rand USA
Demag Delaval (Siemens) USA/EU
Ebara-Elliot USA/Japan
GE Nuovo Pignone EU
Solar USA

7.2.7 Turbo Expander Compressors


GE Rotoflow USA
Mafi-Trench USA

7.2.8 Dry Gas Seals (Compressors)


John Crane (sole source) USA

7.3 Drivers/Gears
7.3.1 Special Purpose Gear
Lufkin USA
MAAG Switzerland
Renk Germany
7.3.2 Gas Turbines
Alstom USA/UK
Dresser USA/France
GE USA
Rolls-Royce UK/Canada
Solar USA

Revision 1 Page 111 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

7.3.3 Essential Generator Packages


Darr Power USA
Fabick Cat USA
Hanover USA
Mustang Power Products Inc. USA
Reagan Equipment Company USA
Unitrac USA
Stewart & Stevenson USA
8.0 Structural / Architectural
8.1 Shock Cells and Fendering Systems
EPL USA
Marine Rubber USA
Oil States Rubber USA
Regal International USA
Teledyne Monarch USA

8.2 Fiberglass Grating (others to be approved by COMPANY)


AIMS Int. (Sole Source) USA

9.0 Electrical - see Nigerian Oil and Gas Industry Content Development (NOGICD) Act
2010 resourcing of cables and switchgear from Nigerian based manufactures
9.1 Automatic Transfer Switches
AMP USA
Appleton USA
Automatic Switch Co. USA
Russ Electric USA
Crouse-Hinds USA
Cutler-Hammer USA
Thomas & Betts USA
Zenith Controls, Inc. USA

9.2 Batteries and Chargers


C&D USA
Chloride France
Exide USA
Lamarche USA
Nife USA
Gutor USA

Revision 1 Page 112 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.3 Bus Duct


ABB USA
Calvert USA
Powell Mfc.(Powercor) USA
Siemens USA
Square D (Schneider) USA
Cutler Hammer USA

9.4 Cable Power – 4.16 kV


AEI UK
BICC UK
Canada Wire Canada
Okonite USA
Southwire USA

9.5 Cable Power – Low Voltage (Type TC, MC)


Nigerian Wire & Cable
17.7.1. Nigeria

Nexan-Kablemetal Nig. Ltd.


17.7.2. Nigeria

Nigerchin Ltd.
17.7.3. Nigeria

9.6 Cable Power – Marine


Americable – Tiger Brand USA
BICC UK
BIW USA
Pireilli Italy

9.7 Cable Terminators


BICC USA
CMP UK
Crouse-Hinds USA
Hawk
T&B USA

9.8 Cable Hubs


Allen Bradley USA
Crouse-Hinds USA
Myers USA

Revision 1 Page 113 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.9 Cable Instrument / Special Purpose


Belden Corp. USA
Okonite USA
Rockbestos USA

9.10 Disconnect Switches


ABB Germany
Amp USA
Appleton USA
Groupe Schneider France
Crouse-Hinds USA
Thomas & Betts USA

9.11 Cable Transits


Crouse-Hinds USA
Nelson USA
Rox Blox USA
MCT Bratteberg USA

9.12 Cable Tray


B-Line USA
Globe USA
Husky USA
TJ Cope USA
T&B USA
Chalfant USA

9.13 Cable Identification


3M USA
Brady USA
Raychem USA
T&B USA

9.14 Generators (0 to 6000 kw)


ABB Germany
Brush UK
Ideal USA
Kato USA
Marathon USA

Revision 1 Page 114 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.15 Generators (Above 6000 kw)


ABB Germany
Brush USA
GE USA
Ideal USA
Kato USA

9.16 Grounding Equipment / Materials


Burndy USA
Cadweld USA
Thomas & Betts USA

9.17 Junction Boxes & Fittings


Adalet USA
Appleton USA
Crouse-Hinds USA
Hoffman USA
Killark USA

9.18 Lighting Fixtures (Indoors)


Holophane USA
Hubbel USA
Lithonia USA
Metalux USA
Rig-A-Lite USA

9.19 Lighting Fixtures (Outdoors)


Appleton USA
Crouse-Hinds USA
GE USA
Killark USA
Rig-A-Lite USA

9.20 MCC (Low Voltage)


ABB USA
Allen-Bradley USA
Cutler-Hammer USA
GE USA
Square D (Schneider) USA/Can
Moeller Electric USA

Revision 1 Page 115 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.21 MCC (Medium Voltage)


ABB USA
Allen Bradley USA
Cutler-Hammer USA
GE USA
Powell Electric USA
Square D (Schneider) USA/Can

9.22 Motors
GE USA
Hitachi (submersible) USA / JP
Reliance USA
Siemens USA/GER
Toshiba USA/JP
US Motors USA
TECO Westinghouse USA

9.23 Panelboards
Cutler-Hammer USA
GE USA
Square D USA

9.24 Pushbutton Stations


Allen-Bradley USA
Appleton USA
Crouse-Hinds USA
Square D USA

9.25 Receptacles (Power)


Appleton USA
Crouse-Hinds USA
GE USA

9.26 Protective Relays


ABB USA / Switzerland
Basler USA
GE – Multilin USA
GEC Alstom France / USA

9.27 Terminal Blocks


Buchanan USA

Revision 1 Page 116 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Klippon UK
Entrelec USA
Weidmuller USA

9.28 Transformers (Power Oil Immersed)


ABB USA
GE USA
Pauwels USA / Belgium / Canada
Square D USA
Uptegraff USA

9.29 Variable Frequency Drives


ABB USA
Allen Bradley USA
Robicon USA
Toshiba USA/JP

9.30 Transformers (Dry Type – Encapsulated)


ABB USA
Cutler Hammer USA
GE USA
Square D USA

9.31 Uninterruptible Power Supply


Best (Lighting only) USA
Cyberex USA
Gutor UPS Engineering USA
Solid State Control USA
Ametek HDR Power Systems USA

9.32 Lightning Protection


Lightning Eliminator Consultants USA
Harger USA
Robbins Lighting USA

9.33 Meter Switchboard / Panel-board / Multifunction


Cutler Hammer USA
Crompton UK
Yokogawa USA
Scientific Columbus USA

Revision 1 Page 117 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.34 Meters (Revenue)


Cutler Hammer USA
Power Measurement, Ltd. CAN
Scientific Columbus USA
Siemens GER
Transdata USA

9.35 Transducers
Scientific Columbus USA
Rochester USA

9.36 Assembled Power Modules


ABB T&D USA
Powell USA
M & I Electric USA
EPSI USA

9.37 330 kV Power circuit Breakers


ABB Switzerland
Alstom France
Hitachi Japan
Schneider France
Mitsubishi Japan
Siemens Germany

9.38 33 kV Free Standing Current Transformers


ABB Switzerland
Alstom France
Haefely Trench Canada
Siemens Germany
Ritz USA

9.39 330 kV Voltage Transformers


ABB Switzerland
Alstom France
Haefely Trench Canada
Siemens Germany
Ritz USA
Schneider France

9.40 330 kV Capacitor Voltage Transformers


ABB Switzerland

Revision 1 Page 118 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Alstom France
Haefely Trench Canada
Siemens Germany
Ritz USA
Schneider France

9.41 High-Voltage Surge Arrestors


ABB Switzerland
Alstom France
Siemens Germany
Schneider France

9.42 Protective Relays


ABB Switzerland
GEC Alstom France
GE USA
Siemens Germany
Schweitzer USA

10.0 Instrument and Control


10.1 Alarm Systems
10.1.1 Alarm Trips – Current Voltage
Dixon USA
Moore Industries USA

10.1.2 Annunciators
Ronan USA

10.1.3 Data Display


Dixon USA

10.2 Analyzers
10.2.1 Moisture
Panametrics (sole source) USA
10.2.2 Gas Chromatographs
ABB USA
Rosemount Analytical (Emerson) USA
Daniel (Emerson) USA
Welker Eng. USA
Applied Automation USA

10.2.3 Analyzers Shelters


Pastech (Sole Source) USA

Revision 1 Page 119 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.2.4 Analyzer Flue Gas


Ametek USA

10.2.5 Oil / Water Monitor


Turner Design (Hydrocarbon Business USA
Group)

10.2.6 Condition Sampler


Precision General Inc.

10.3 Control Valves

10.3.1 Eccentric Disk, Globe, Low Noise


Fisher (Emerson) USA

10.3.2 Positioners
Fisher Fieldvue DVC(Emerson) USA

10.3.3 Transducers (I/P)


Fisher (#846) (Emerson) USA
Rosemount (#3311) (Emerson) USA

10.3.4 Solenoid Valves


ASCO (low power) USA
Versa (low power) USA

10.3.5 Pilot Valves (Pneumatic)


Versa (sole source) USA

10.3.6 Pressure Regulators


Fisher Controls (Emerson - sole source)
Tescom (hydraulic/nitrogen carrier gas) USA
GO (hydraulic/nitrogen gas carrier gas) USA

10.3.7 Butterfly Valves


Fisher Controls (Emerson) USA
Cameron
Tyco
Crane

10.3.8 Shutdown Valves


Cameron (Grove ) USA
Orbit USA
WKM / Cameron USA

Revision 1 Page 120 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.3.9 Motor Operated Valves


Cameron (Grove) USA
Orbit USA
Raimondi (Tyco) Italy
WKM (Cameron) USA

0.3.1 Pump and Recirculation Valves


Yarway (Tyco - sole source) USA

10.4 Control System


Fisher (Delta V) (Emerson-sole source) USA

10.5 Electronic Safety Shutdown


ICS Triplex (sole source onshore) USA / UK
Triconex USA

10.6 Flow Instruments


10.6.1 Thermal Mass Electronics
FCI, Fluid Components Inc(sole source) USA
10.6.1.1 Thermal Mass
KURZ Inst. USA

10.6.1.2 Orifice Mass


Fisher Rosemount USA

10.6.1.3 Coriolis Mass


MicroMotion USA

10.6.2 Orifice Plates & Meter Runs


Daniel (sole source for single/dual chamber USA
fitting)
Fluidic Technics (flanges) USA

10.6.3 DP Transmitters (Electronic)


Rosemount (#3051-sole source) USA

10.6.4 DP Transmitters (Pneumatic)


Foxboro (#13A-sole source) USA

10.6.5 DP Mechanical Indicators


Foxboro (sole source) USA

Revision 1 Page 121 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.6.6 Pitot Tubes


Probar / Mass Probar (Emerson-sole USA
source)

10.6.7 Flow Tubes, Venturies & Flow Nozzles


Daniel (Emerson) USA
Fluidic Technic USA

10.6.8 Sight Flow


Jacoby-Tarbox (sole source) USA

10.6.9 Misc Flow Elements


Micro Motion (Coriolis) USA
V-Cone (McCrometer) USA

10.6.10 Rotameters
Brooks (Emerson) USA
Wallace & Tiernan USA

10.6.11 Turbine Meters & Flow Totalizers


Daniel (Emerson) USA
Halliburton USA

10.6.12 Positive Displacement – Gas


American Meter
USA

10.6.13 Positive Displacement – Liquid


Smith USA

10.6.14 Ultrasonic (Meters)


Panametrics USA

10.7 Level Instruments


10.7.1 Displacer – Transmitter (Electronic)
Fisher (#PLC3000)(Emerson-sole source) USA

10.7.2 Displacer – Transmitter (Pneumatic)


Fisher (#2500T)(Emerson-sole source) USA

10.7.3 Capacitance
Drexelbrook USA

Revision 1 Page 122 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Magnetrol USA

10.7.4 Magnetic indicators/switches/transmitters


K-Tek (sole source) USA

10.7.5 Sight Glass – Gauge Glasses


Penberthy (offshore trim) USA
Daniel (Emerson) USA
Jurgenson USA

10.7.6 D.P. Transmitters (Electric)


Rosemount (#1119 diaphragm seals) USA
(Emerson)
Rosemount (#3051) (Emerson) USA

10.7.7 Tank Gauging Sys. (servo)

10.8 Miscellaneous
10.8.1 Machine Monitoring Vibration
Bentley-Nevada (3500 Series-sole source) USA

10.8.2 Programmable Controllers


Allen-Bradley 5/15 USA
GE Series 90-70 USA
Triplex USA
Triconex USA

10.8.3 Instrument Valves / Manifolds


Anderson-Greenwood (Tyco) USA/UK

10.8.4 Valve Operators (Piston Type)


Bettis (sole source-offshore) USA
Rotork USA
Ledeen (Dresser Flow Solutions) USA

10.8.5 Valve Operators (Motor Operated)


Rotork (IQ series sole source-offshore) USA
EIM USA
Ledeen (Dresser Flow Solutions) USA

Revision 1 Page 123 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.8.6 Tube Fittings (316 SS)


Swagelok (Sole Source) USA

10.8.7 I.S. Barriers


MTL (sole source) USA

10.8.8 Control Panels


Pneumatic/Hydraulic
PT. Petrotech (sole source) USA
Axelson (Wellhead only) USA
Test USA

W-Industries USA

Electronic
Industrial Control Systems (ICS) USA
W-Industries
USA
Surge/Capacity Control
Compressor Controls Corp. (CCC) USA

10.8.9 Fire Detection – UV/IR Sensor


Det-Tronics (U7652C sole source) USA

10.8.10 Fire Detection – Thermal & Smoke Sensors


Pyrotronics (FPT-11,IL-1 sole source) USA

10.8.11 Fire Detection – Controller / Panel (Living Quarters)


Pyrotronics (MXL sole source) USA

10.8.12 Gas Detection – Optical


Detronics (PIR 9400 sole source) USA

10.8.13 Gas Detection – Open Path


Zellweger USA
Detronics USA

10.8.14 Surge / Capacity Control Package


Compressor Control Corp(Series 3plus) USA
10.8.15 Fire and Gas System Integrator
Wilson Fire Equipment (sole source USA
onshore)
Dooley Tackaberry (offshore only) USA

Revision 1 Page 124 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Fire & Safety Int. (FSI) (offshore only) USA

10.9 Pressure Instruments


10.9.1 Transmitters – Electronic
Rosemount (#3051 series) USA
(Emerson) (sole source)

10.9.2 Transmitters – Pneumatic


Foxboro (#11G) (sole source) USA

10.9.3 Transmitters – DP – Electronic


Rosemount (#3051series) USA
(Emerson) (sole source)

10.9.4 Transducer – P/I


Rosemount (#1135F) (Emerson) (sole USA
source)

10.9.5 DP Gages
Dwyer (Low Pressure) USA
Mid-West USA
Orange Research USA

10.9.6 Manometers
Dwyer USA
Meriam USA

10.9.7 Pressure Gauges


Ashcroft USA
U.S. Gauge USA
Weksler USA

10.9.8 Regulators – Pneumatic


Fisher (Emerson) (sole source) USA

10.9.9 Diaphragm Seals


Ashcroft USA
ITT USA
10.9.10 Relays – Pneumatic
Moore USA

Revision 1 Page 125 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.10 Receivers – Field Mounted


10.10.1 Controllers – Pneumatic Indicating
Fisher (#4195) (Emerson) USA
Foxboro (#43AP) USA

10.10.2 Controllers – Pneumatic Non-Indicating


Fisher (#4150) Emerson) (sole source) USA

10.10.3 Indicators – Pneumatic


Ashcroft USA
Foxboro USA

10.10.4 Indicators – Electronic


Dixon (sole source) USA

10.10.5 Recorder – Mechanical


Barton (#242E & 202E) USA
Foxboro (#40P)

10.11 Pressure Relief Devices


10.11.1 Spring Loaded Relief Valves
Anderson-Greenwood (Tyco) USA
Farris USA

10.11.2 Pilot Operated Relief Valves


Anderson-Greenwood (Tyco) USA

10.11.3 Rupture Discs


BS&B USA
Crosby (Tyco) USA
Fike Metal USA

10.12 Sampler
Jiskoot
17.7.4. Dutch

Welker Engineering
17.7.5. USA

10.13 Scada
Equipment & Controls Nig. Ltd. Nigeria

Revision 1 Page 126 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

INTECH Process Nig. Ltd. Nigeria

10.14 Switches
10.14.1 Hand
Allen-Bradley USA
Square D USA

10.14.2 Level-Float / Displacer – Electric


Fisher (#2100-EDPDT) (Emerson) USA
Magnatrol USA
Static O-Ring USA

10.14.3 Level-Float / Displacer – Pneumatic


Fisher (#2100) (Emerson) USA

10.14.4 Level – Capacitance Type


AGAR USA
Magnatrol USA

10.14.5 Pressure – Electric


Custom Control Sensors USA
NeoDyne USA
Static-O-Ring USA

10.14.6 Pressure – Pneumatic (PSHH / PSLL)


Fisher (#4660) (Emerson with Tamper Proof USA
Cover and Trip Indicator)

10.14.7 Temperature – Electric


Custom Control Sensors USA
NeoDyne USA
Static-O-Ring USA

10.14.8 Valve Limit Switch


Fisher (Topwork GO Limit Switch) (On USA
Fisher Control Valves) (Emerson)
Leeden (Dresser Flow Solutions) USA
Westlock (On SDVs or on-off valves) USA

10.14.9 Speed Switch


Bentley-Nevada USA

Revision 1 Page 127 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

10.14.10 Vibration
Amot USA
Bentley / Nevada USA
Metrix USA
Robertshaw USA

10.15 Temperature Instruments

10.15.1 Bi-Metallic Thermometers


Ashcroft USA
Weksler USA

10.15.2 RTDs
Rosemount (Emerson) USA
Sandalius Inst. USA

10.15.3 Thermocouples
Rosemount (Emerson) USA

10.15.4 Transmitters – Electric


Rosemount (#3144)(Emerson) (sole USA
source)

10.15.5 Controller – Pneumatic


Fisher (Emerson)(offshore) USA
Sandalius Inst. USA

10.16 Tank Vent System


Tank Vend USA
Varic USA
Groth USA

10.17 Instrument Tubing


Sumitomo Japan
Auto Clave Engineering USA
Allegheny Ludium USA
Avesta Sheffield UK

10.18 Flame Arrestors

Revision 1 Page 128 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Groth USA
Protec to Seal USA
Varec USA

10.19 Leak Detection System


EFA USA

11.0 Life Safety Equipment


11.1 Life Floats
Jim Buoy USA
Billy Pugh USA
Survival Systems USA

11.2 Life Jackets


Billy Pugh USA
Safeguard USA
Steams USA

11.3 Life Rafts (Inflatable)


Viking Denmark/USA
Atlantic Pacific USA

11.4 Ring Buoys


Billy Pugh USA
Jim Buoy USA

11.5 Survival Craft


Survival Systems (sole source) USA

11.6 Work Vests


Billy Pugh USA
Steams USA
Taylortec USA

Revision 1 Page 129 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

A Pipelines

1.0 Line Pipe, Induction Bends and Anodes - See Nigerian Oil and Gas Industry
Content Development (NOGICD) Act 2010 re sourcing of line pipes manufactured
in Nigeria

1.1 Line Pipe – Pipelines, Flowlines, Risers and Induction Bends


American Steel Pipe Alabama, USA 1
Berg Steel Pipe Corp. USA 1a
Corus (Tata) UK 1b, 2
Ternaris Italy/Canada/Argentina/ 1, 3
Mexico/Japan/USA

JFE Japan 1, 3
Mannesmann Germany 2
.
Nippon Steel Corp. Japan 1, 2, 3

United States Steel USA 1


Sumitomo Japan 1, 2, 3
V & M Group France/Brazil/Germany, 3
USA
SCC Pipe Factory Nigeria 1e
Taijin Pipe (TPCO) Taijin, China 3
TMK IPSCO USA 2, 3
NOTES: 1. DSAW
1a. DSAW – Acceptable only if plate from Dillinger
1b. DSAW – Acceptable for X65 and lower grades. X70 acceptable with Dillinger plate
1c. DSAW – Acceptable if manufactured in Mulheim
1d. DSAW – Acceptable if steel supplied by IMEXSA
1e. DSAW-Helical – Acceptable for X65 (Sour Service Capable) and lower grades; skelp from Posco or other
Company approved steel manufacturer
2. ERW
2a. ERW – Acceptable if from Hamm Mill
3. Seamless

1.2 Induction Bends – Fabricator


Bendtec USA
Fabricom Belgium
Mannesmann Germany
Pacific Pipe COMPANY USA
SIMAS SpA Italy
Shaw Sunland (Shaw APP) USA

Revision 1 Page 130 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

1.3 Corrosion Protection


1.3.1 Sacrificial Anodes
Metec West Africa / Metec Nigeria / Italy

CP Tech USA
Galvotec USA

Impalloy UK

Skarpenard Norway
Samgong Korea
Tri-Star Industries (Dimet) Asia

1.3.2 Coatings and Linings


Carboline USA/Korea
Hempel Denmark
International USA/UK/Korea
Jotun Norway/Korea
Sherwin Williams USA
Sigma Netherlands/Korea

1.4 Pipe Labeling Tool


Brady Corporation USA

Revision 1 Page 131 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

2.0 Line Pipe Coatings


2.1 FBE Coating – Pipelines, Flowlines and Induction Bends
Bredero Shaw Worldwide (not in Nigeria)
Eupec (Mutares A.G. Group) Europe

Pipe Coaters Nigeria Ltd (Tenaris) Nigeria

2.2 Weight Coating – Pipelines and Flowlines


Pipe Coaters Nigeria Ltd (Tenaris) Nigeria
Socotherm Worldwide (not in Nigeria)

2.3 Polychloreprene Coating – Riser


Pipe Coaters Nigeria Ltd (Tenaris) Nigeria
Socotherm Worldwide (not in Nigeria)

2.4 FBE Field Joint Coating – Pipelines and Flowlines


Eupec (Mutares A.G. Group) Europe
Pipeline Inducting Heating (PIH) UK
Pipe Coaters Nigeria Ltd (Tenaris) Nigeria
2.5 Polyurethane Foam Infill Coating - Pipelines and Flowlines
Offshore Joint Services (OJS) USA
Pipeline Induction Heating (PIH) UK

2.6 FBE
BASF Germany
Dupont USA/Canada
Jotun Norway/UK
3M USA

2.7 Multi-Layer Polyolefin Coatings (Three-Layer PE and PP)


Socotherm Worldwide (not in Nigeria)
Pipe Coaters Nigeria Ltd. (Tenaris) Nigeria

2.8 Multi-Layer Insulation Coatings


Pipe Coaters Nigeria Ltd. (Tenaris) Nigeria

3.0 Valves and Operators


3.1 Topside Ball Valves – Resilient Seat, Fire Safe Carbon, Low Chrome Stainless
Cooper WKM USA

Revision 1 Page 132 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Cameron (Grove/TK ) USA / Italy


Jamesbury USA / Finland
Orbit USA

3.2 Topside Ball Valves – Metal Seat Fire Safe Carbon Low Chrome Stainless
Cameron (Grove/TK) USA / Italy
Jamesbury USA / Finland
Orbit USA

3.3 Topside Pneumatic Operators – ESDV’s


Bettis (preferred) USA
Rotork USA
Ledeen (Dresser Flow Solutions) Italy
Biffi Italy

3.4 Subsea Ball Valves


Cooper WKM USA
Cameron (Grove) USA
Petrovalves Italy

3.5 Subsea Hydraulic Operators


Dantorque (preferred) Denmark
Leeden (Dresser Flow Solutions) Italy
Biffi Italy

3.6 Onshore Gate Valves


BEL Valve UK
Cooper WKM USA
Daniel Valve (Emerson) USA

3.7 Onshore Electric Motor Operators


Rotork (preferred) USA
EIM USA

3.8 Onshore Check Valves


Crown-Judd USA
Tom Wheatley (Dresser Flow Solutions) USA

Revision 1 Page 133 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

4.0 Closures, Flanges, Fittings and Miscellaneous


4.1 Closures
GD Closures UK
LTS (Vector) US/UK
Graylok USA
Re-Flange USA
Huber-Yale USA
Tube Turn USA

4.2 Flanges
Forgerossi Italy
Galperti Italy
Ladish USA
Metalfar Italy
MGI France
National Flange USA
Shimoda Iron Works Japan
Sumitomo Metal Industries, Ltd. Japan
Tube Turns USA
WFI International USA / UK

4.3 Flanges – Hanger Flanges


Galperti Italy/USA
Genoyer Group (Vilmar) Romania

4.4 Flanges - Swivel Flanges


Big Inch USA
Forgerossi Italy
Genoyer Group (Vilmar) Romania
Hydrotech USA
Oil States USA

4.5 Fittings – O’let Type


Bonney Forge USA
Fuji High Pressure Japan
IML Industria Italy
WFI International USA / UK

4.6 Fittings – Buttweld Seamless


Dynamic Products USA
Ladish USA

Revision 1 Page 134 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Mannesmann Germany
Nippon Bankan Japan-Thailand
Sumitomo Metal Industries, Ltd. Japan
Tube Turns USA
Vallourec France
WFI International USA / UK

4.7 Fittings – Buttweld Forged


Bonney Forge USA
Fuji High Pressure Japan
IML Industria Italy
Ladish USA
Taylor Forge USA
Tecnoforge, S.p.a. Italy
Tube Turns USA
WFI International USA / UK

4.8 Gaskets
4.8.1 Spiral Wound
Flexitallic USA / UK
Furon USA
Lamons USA

4.8.2 Ring Joint


Daniel USA
Lamons USA
Gasket International Italy
Tecontrex Italy

4.9 Flange Insulators


DSI Dieter Germany
Pipeline Seal & Insulator, Inc. (PSI) USA
RACI Italy

4.10 Stud Bolts and Nuts


AGS Group Inc. Edmonton, ALBERTA
AGS Group Inc. Sarnia, ONTARIO
Dan-lOC Bolt & Gasket CA(1), OH, USA
Fastenal company Winona, MI , USA
Glaser and Associates Martinez, CA, USA
Highlands threads Houston, TX , ISA
Hydrobolt Ltd. Wolverhampton, UK
Industrias Auge s.a. De c.v. Lerma, MEXICO

Revision 1 Page 135 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

J & b fasteners, LP Houston, TX, USA


Lamons gasket company LA, IL, TX, USA
Lamons Essen, GERMANY
Lamons THE NETHERLANDS
Leader Global Technologies Beaumont, TX, USA
Lone Star Fasteners, LP Houston, TX, USA
Prosper (beckprosper) Kingswinford, UK
Quality bolt and screw corp. LA, USA

Note (1) CA approval only as distribution center for Texas manufactured fasteners

4.11 Flange Protectors


Hydra Tight UK

4.12 Pig Detectors


Forian
Maloney USA
T.D. Williamson USA
KIDD USA
MECO USA

4.13 Pig Launchers – also see Nigerian based fabricators of pressure vessels
Dorman Long Engineering Nigeria
LTS USA
Piping Technology & Products USA
Taylor Forge Eng. Systems USA
TD Williamson USA
Sagebrush USA
Pipeline Equipment Co. USA
Weamco USA

4.14 Pigable "Y" Fabricators


Big Inch Marine Systems USA
Hydro Tech Systems USA

4.15 Subsea Pipeline (Special Connections)


Oil States Hydrotech Div. USA

Revision 1 Page 136 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

5.0 Pipeline Support, Stabilization and Protection


International Composites Ltd. UK
Officine Maccaferri, S.p.a. Italy 6
Seamark Systems UK
SLP Engineering UK
ULO Offshore Switzerland
Submar USA

NOTES
6. Formerly Sarmac, approved for bitumen mattresses only.

Revision 1 Page 137 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Nominated Subcontractors
1.0 Diving Subcontractors (INTENTIONALLY LEFT BLANK)

2.0 Hot Tapping Subcontractors


T.D. Williamson USA

3.0 Surveying and Positioning Subcontractors


Doris France
Fugro / Geodetic Holland / UK
Racal / Decca UK
Sage UK
Wimpol Survey, Ltd. UK

4.0 Main Instrumentation and Controls Contractor (MICC)


Fisher-Rosemount (Emerson) USA

5.0 Operations and Maintenance Management Manuals & Maintenance (Spares)


Database Development Services (INTENTIONALLY LEFT BLANK)
5.1 Operations & Maintenance Manuals & Spares Database Development Services
(INTENTIONALLY LEFT BLANK)

5.2 Operability Requirements Management (INTENTIONALLY LEFT BLANK)

6.0 (Reserved)

7.0 (Reserved)

8.0 Test Laboratories (Material Testing, Weld Testing, and Concrete Testing)
Exova Laboratories (formerly Bodycote) Worldwide
Emirates Industrial Laboratories (EIL) UAE
Mudaime International Ltd Port
Harcourt,Nigeria
SGS (Limited testing capability– to be Port Harcourt,
confirmed) Nigeria

Note: CONTRACTOR to formally notify COMPANY of the test laboratory for approval.

Revision 1 Page 138 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

9.0 Accredited Customs Clearing Agents for MPN Nigeria (INTENTIONALLY LEFT
BLANK)

9.1 Logistics Providers for West Africa (INTENTIONALLY LEFT BLANK)

Revision 1 Page 139 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

4. Appendix JD - Supplier and Subcontractor Nomination Forms


Appendix JD1 and Appendix JD2 shall be completed by CONTRACTOR and submitted to
COMPANY, in advance, for approval of all suppliers not listed in Appendices JA, JB, or JC but
required by CONTRACTOR to accomplish the WORK. Written approval of nominated suppliers
shall be obtained from COMPANY prior to employment by CONTRACTOR in performance of
the WORK.

Revision 1 Page 140 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Figure JD-1: Qualification of Vendors and Subcontractors Flow Chart

Revision 1 Page 141 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Appendix JD1 - Commercial Information


1. General
A. Company Data (Provide separate form for each company)
Company Name:
Division Name:
Street Address:

City: State/Province Zip Code Country

P.O. Box P.O. City P.O. Zip Code

Sales Contact: e-mail

Phone: Country Code Fax:

Internet Web Page ID:

2. Organization
A. Ownership
Company is established as a:
Corporation Proprietorship
Partnership Joint Venture
Affiliate National Oil Company

United States Companies Only


Is your company a certified minority or women owned business (MBE/WBE)? Yes No

State of Corporation Country Date

Company is owned or controlled by a Parent Company: Yes No

If the answer in the above is Yes provide the following information:


Full Name of Parent Company
Main Office Physical Address
City, State, Zip, Country
Telephone No./ FAX No.

Revision 1 Page 142 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

3. Financial Information
Financial Data:
Annual Sales volume (each of the last three years)
Year: Sales Volume ($)

Net Income (each of the last three years)


Year Net Income ($)

Present Net Worth: $


Dunn & Bradstreet Rating:
Moody's or S&P:
Primary Bank Affiliation:
Country:

Is your company operating under any type of bankruptcy protection?


Is your company in the process of any other type of reorganization,
such as change in ownership?
Has your company had any type of reorganization in the past 3
years? If YES please supply additional details.
Provide past three years of audited financial statements (or those
audited financial statements for the parent if parent guarantee will be
used)

Printed / Typed Name:


Authorized Signature: Date:
Title or Position:

Revision 1 Page 143 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Appendix JD2 - Survey of Facilities – Part I


GENERAL
Supplier/Subcontractor: Principal Contact:
Location: Phone Number:
Fax Number:
E-Mail address:
Project contact: Phone number:
Location: Fax Number:
E-Mail Address:

NOTE: THIS IS A GENERIC SURVEY FORM, AND, AS SUCH, SOME OF THE QUESTIONS WILL
NOT APPLY FOR YOUR FACILITY. PLEASE ANSWER ALL QUESTIONS THAT DO APPLY. FOR
THOSE QUESTIONS THAT DO NOT APPLY, INDICATE "N/A."

1. Name and address of parent company, if different from above:


Name:
Address:

List of Affiliated Companies:

2. Plant Officials (complete list below or attach an organization chart showing same
information.)
Chairman Of The Board:
President:
Vice-President:
Sales Manager:
Purchasing Manager:
Chief Engineer:
Production Manager:
Quality Assurance Manager:
Telephone:
Quality Control Manager:
Telephone
Chief Inspector:
Telephone:
Customer Contact:
Telephone:

Revision 1 Page 144 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

3. Plant data
A. Size of facilities (indicate proper unit of measure - square foot or square meters)
Buildings (covered) work area
Open work area

B. Production (complete for each commodity listed).


Approximate Monthly Maximum Size/Range Maximum Size/Range
Commodity
Production Units Of Tons Now Manufacturing Capable Of Manufacturing

4. Number of employees (for this plant).


Organization Engineering Production Quality Control Quality Assurance Total
Number of
employees

5. List the national codes and standards (ASME, API, NEMA, etc.) To which you are authorized
to design, fabricate, and/or test.
Type of stamp (symbol) Serial number Expiration date

6. Engineering department
A. Engineers: Licensed/Professional:
University Graduate:
Technical School Graduates:
Draftsmen

B. Does the engineering department prepare working drawings from the customer's
specifications and outline drawings?

If yes, who reviews and approves these drawings?

C. Who controls the distribution of customer supplied drawings and specifications?

Revision 1 Page 145 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

D. Are computer assisted designs used in drafting?

E. Identify the design analysis (stress, flexibility, etc.). Which are performed using computer
programs?

F. Were these programs developed internally or by another company?

7. Manufacturing Department
A. Who reviews and approves manufacturing procedures?

B. Who verifies that the manufacturing procedures welding procedures and drawings being
used are the proper revision?

C. Who reviews and approves welding procedures?

D. Is fabrication completed at this plant site, or is some fabrication performed at dockside or the
customer's site due to space/shipping limitations?

8. Quality Control (QC)/Inspection Department


Attach a copy of your organization chart that shows to whom the head of quality control (QC) reports,
and what is relation is the production, engineering, and sales departments.
A. Does the plant have a written QC manual?
(If yes, please provide an uncontrolled copy.)

B. Is there a typical inspection and test plan for this product?


Does it identify the minimum quality standards?
If an I&T Plan is available, please provide a copy.
Can the I&T Plan be modified to incorporate "check points" which require that the
customer's inspector be notified before production can proceed?

C. Who would be responsible for notifying the customer's inspector?

Revision 1 Page 146 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

Name: Telephone:

D. Does the quality control department approve the procedures for: (yes or no)
Receiving Inspection Welding
Fabrication Heat Treatment
NDE Identify others

E. Does the QC/inspection department review and approve reports/certifications for: (yes or no)
Incoming materials Heat Treatment
NDE certification Final documentation

F. Can the QC/inspection department stop production if quality standards are not being met?

How?

G. Do production people make checks or inspections of materials?


Which areas (incoming, in-process, final test, etc.) of production?

H. Does quality control perform (1) no inspection, (2) sample inspection, (3) first piece
inspection, (4) 100% inspection, or (5) a combination of these for the areas listed below:
Receiving inspection In-process inspection Final Inspection Final Test
Are these inspection plans documented?
Are they available for review by the customer?

I. Are there written procedures for control of material that has been
rejected or is to be repaired?
How are these materials identified?
Is this material stored in a controlled or segregated area prior to its disposition?

J. Does the quality control department approve repairs to non-conforming


material?
If not, who does?

K. Under what conditions would the customer be contacted regarding use of non-conforming
material or material substitutions?

Revision 1 Page 147 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

L. Does final inspection include verification/inspection of: (yes or no)


Completeness
Dimensional checks
NDE
Performance tests
Painting/marking
Packaging

9. Supplier Control
A. Does this plant survey its suppliers prior to use to evaluate their ability
to supply acceptable material?

B. Does this plant perform inspections of its Suppliers?


How frequently?

C. If these surveys and inspections are performed, are the results


available for customer review?

10. Laboratory Department


A. Does this facility have a chemical laboratory?
If yes, what analysis can be performed in-house?

B. Are any chemical analyses performed by an outside laboratory?


If yes, identify the laboratory and the elements analyzed.
Elements analyzed Laboratory name and location

C. Does this facility have a metallurgical laboratory?


If yes, what tests can be performed in-house?

Revision 1 Page 148 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

D. Are any physical tests performed by an outside laboratory?


If yes, identify the laboratory and the test performed.
Type of test Laboratory name and location

E. Are chemical and physical test results included as a part of the final documentation to the
customer?

11. Welding
A. Does this plant employ a welding engineer?
Name (s):

B. Are welder qualifications performed in accordance with ASME Code


Section IX?
If not, what code is used?

C. How many welders and welding operators are employed?

D. Does this facility maintain records on welder's performance?


If yes, are these records available for customer review?
If no, how is the welder's performance evaluated?

E. Weld procedures:
Number of
Material welded (Yes/no) Number of welders qualified
procedures
Carbon steel
Low alloy steel
High chrome alloy steel
Austenitic stainless
Alloy clad steel
Aluminum
Others

Revision 1 Page 149 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

F. Welding equipment Number available


Automatic Submerged Arc
Semi - Automatic Submerged Arc
Cored Wire Welding Machine
Pulsed Arc
Electroslag
Electrogas
Other

G. Welding positioners:
Number available Size capacity Other information

H. What type of equipment is available for preheating?

I. Does this facility have post weld heat treatment equipment?


If no, where is post weld heat treatment subcontracted?

J. Furnace characteristics (yours and your suppliers)


Length
Width
Height
Maximum temperature
Controls (manual or automatic)
Method of heating
Temperature recorder type
Max number of thermocouples
Locations of thermocouples

K. Does this facility have portable equipment for localized


heat treatment?

12. Material Control


A. Is material identified and controlled to a specific
job/order number?
How?

Revision 1 Page 150 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

B. Is in-coming material placed in a hold area until


released for production?

C. How is unidentified material handled?

D. Does the quality control/inspection department verify


the transfer of material markings?

13. Non-destructive testing equipment and personnel


A. Radiographic
Does this facility do its own radiography?
If no, to whom is it subcontracted?
If the radiography is subcontracted, who reviews the
radiography to determine if the results are acceptable?
Is the reviewer certified? to what?
If the facility does its own radiography, list the energy level of
all the sources available.
Is it possible for radiographic personnel to work after normal
working hours (night shift)?
Is this a normal practice?
How many years are radiographic films kept?
What types of penetrameters are used?

B. Ultrasonics
Does this facility do its own ultrasonic testing?
If no, to whom is it subcontracted?
If this facility does its own ultrasonic testing, list the number
and types of equipment available.
What types of calibration periphials are available?

C. Liquid Penetrants
Does this facility do its own liquid penetrant inspection?
If no, to whom is it subcontracted?
If liquid penetrant inspection is subcontracted, who determines
if the results are acceptable?

D. Magnetic Particle
Does this facility do its own magnetic particle inspection?
If no, to whom is it subcontracted?
If magnetic particle inspection is subcontracted, who
determines if the results are acceptable?

Revision 1 Page 151 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

If this facility does its own magnetic particle inspection, list the
number and types of equipment used for each method
including amperage/voltage ranges.
Is dry powder or wet fluorescent used?

E. Other
List the hardness testing equipment used.
List the types and number of eddy current equipment used.
List the types of halogen leak testing equipment used.
List other non-destructive testing equipment used including
electrical test equipment.
F. Please indicate the numbers of NDE technicians for each range of years experience shown
below (note that an individual may be included in more than one NDE discipline):
Number of technicians per years of experience
NDE Discipline Qualification Per
0-2 2-10 10 or more
Radiography
Ultrasonics
Liquid Penetrant
Magnetic Particle
Others

14. Cleaning and Coatings


A. List the cleaning processes used by this facility (sand
or grit blast, pickling, etc.)

B. Is all the painting or coating done by this facility?


If no, what percentage of it is subcontracted?
For this facility, is painting done under cover or in the open?

C. What types of paints and coating are you familiar with?

D. Does this facility have hot dip galvanizing equipment?


If yes, list the number and sizes of the tanks.
If not, provide the name and location of your Subcontractor.

Revision 1 Page 152 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section J
QUALIFIED SUPPLIERS/SUB-CONTRACTORS/MANUFACTURERS LIST

15. Machine Tools


Complete the following information.
Number Maximum Size Capacity  Approx. Age, (Years)
Boring Mills
Lathes
Drill Presses
Punches
Gear Cutters
Lapping Machines
Power Saws
Milling Machines
Others (relative to this product)

16. Shipping Facilities - maximum size:


A. Method Width Height Length Weight
Truck
Railroad
Water Shipment

B. If truck shipment, what are size limitations to nearest dock, i.e.


bridge weight, underpass height?

17. Major Customers: List some of the major customers and types of equipment supplied to
them:

18. Previous ExxonMobil Experience:


Have you had any previous experience with ExxonMobil or their affiliates?
If yes, please complete the following for the three most recent deliveries:
Affiliate Name Equipment Delivery Date

Prepared By Data Reviewed And Appraised By


Name: Name:
Date: Date:

Revision 1 Page 153 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section K
CONTRACTOR’S EXECUTION BASIS
o0

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]


SECTION K – Contractor’s Execution Basis

JOB SPECIFICATION Section K

CONTRACTOR’s Execution Basis

Revision 1

September 2022

Revision 1 Page 154 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section K
CONTRACTOR’S EXECUTION BASIS
o0

Section K
CONTRACTOR’s Execution Basis

CONTRACTOR execution basis for projects shall be developed by CONTRACTOR in


line with COMPANY’s execution plan and agreed with COMPANY to form a part of the
AWO for such projects.

Revision 1 Page 155 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section L
WORK ORDER FORMAT

Onshore Program Construction & Installation Contract


(OPCIC) Enabling Agreement

[Tender Number – 00000144]


SECTION L – Work Order Format

JOB SPECIFICATION Section L

Work Order Format

Revision 1

September 2022

Revision 1 Page 156 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section L
WORK ORDER FORMAT

APPROVED WORK ORDER (AWO)

WORK ORDER Number: AWO/Contract No2/001/Rev00

Contractor Representative
Contractor Name
Address

Attention: Insert Name

Date: ________________ WBS: __________________

Subject: Contract No. XXXXXXX – Onshore Projects Construction and Installation Contract.

Project Description: XXXXXXXXX

By acceptance of this Approved Work Order (AWO), CONTRACTOR accepts the conditions herein and
the Terms and Conditions contained in the CONTRACT stated below.

This CONTRACT will be subject to the jurisdiction of the laws of the Country of Nigeria.

The WORK ORDER has been raised against CONTRACT No. XXXXXXX.

All invoices, quoting the AWO number nominated above are to be forwarded to:

Accounts Payable
Mobil Producing Nigeria
Mobil House
1 Lekki Expressway
Victoria Island, Lagos
Nigeria

1. WORK ORDER REPRESENTATIVES

COMPANY's WORK ORDER Representative shall be XXXXXXXXXXXX.


Contractor's WORK ORDER Representative shall be XXXXXXXXXXXX.

2. COMPENSATION – CONTRACT PRICE BUDGET


a. LUMP SUM PRICE .............................
b. FIXED RATE WORK PROVISIONAL SUM …………………….
c. REIMBURSABLE PROVISIONAL SUM ............................
d, OTHER PROVISIONAL SUM ............l.................

TOTAL CONTRACT PRICE BUDGET (a+b+c+d) XXXXXXXXXXXX

NOTE: Contractor must notify COMPANY when they are on 90% of CONTRACT PRICE BUDGET

3. SERVICES

The Scope of WORK to be performed by CONTRACTOR under this AWO is as Attachment A to this
AWO with cost as per cost work sheet attached. The TOTAL CONTRACT PRICE BUDGET is based on
the terms and conditions of the subject contract. Contractor confirms that the scope of work is clearly
understood and agreed with the Company’s Work Order Representative.

4.WORK ORDER COMMENCEMENT DATE

Revision 1 Page 157 of 158 Error! No text of specified


style in document.
Onshore Program Construction & Installation Contract (OPCIC) Enabling Agreement
Tender Number – 00000144 Section L
WORK ORDER FORMAT

The WORK ORDER Commencement Date is _______________

5. WORK ORDER COMPLETION DATE

The WORK ORDER Completion Date is ____________________

6. WORK ORDER SCHEDULED TURNOVER DATE

The WORK ORDER Scheduled Turnover Date under is _______________.

7. SPECIAL CONDITIONS
____________________________________________________________________________________
____________________________________________________________________

The total cost authorized under this AWO shall not be exceeded without prior written approval from
COMPANY by issue of a CHANGE ORDER.

CONTRACTOR is expected to sign the space provided and return a copy to COMPANY’s WORK
ORDER representative. In case of non-acceptance, CONTRACTOR is expected to communicate to
COMPANY areas of disagreement within seven (7) working days from date of issuance of this AWO,
failure of which CONTRACTOR is deemed to have accepted the AWO.

8. DESCRIPTION

Cost Element: _________

Account No: __________

Project Description:

--------------------------------------------------------------------------------------------------------------------------------------------------
Contact with COMPANY in regard to this WORK ORDER should be made with the COMPANY WORK
ORDER Representative stated herein, or if no such representative is stated contact the person nominated
below.

Prepared by: Phone:


--------------------------------------------------------------------------------------------------------------------------------------------------

This WORK ORDER is made the XX-XX-XXXX [Date] by Mobil Producing Nigeria Unltd ("COMPANY")
and accepted by the person or firm whose name and address is set out in the CONTRACT
("CONTRACTOR"):

For and on behalf of For and on behalf of


Mobil Producing Nigeria Unltd Contractor Name

By_________________ By__________________
Company Representative

Revision 1 Page 158 of 158 Error! No text of specified


style in document.

You might also like