Professional Documents
Culture Documents
ES/NCDMB/MPN-TITT/07032023/UPD
SECTION A
JOB SPECIFICATION
Revision 1
September 2022
2) Section B, Definitions
This Section defines common terms used throughout the JOB SPECIFICATION.
SECTION B
DEFINITIONS
Revision 1
September 2022
NOTE: Acronyms and abbreviations not provided above shall be defined in the AWO(s).
PROJECT DESCRIPTION
Revision 1
September 2022
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:
‒ 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.
SCOPE OF WORK
Revision 1
September 2022
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.
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.
1.11 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)
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.
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.
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.
MINIMUM QUANTITY
COMPONENT SPECIFICATION & CODE
FOR ONE SET
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.
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
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)
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.
30.1 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)
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)
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)
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)
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
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)
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.
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
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)
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)
6.3.4 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)
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)
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.
6.4.5 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
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
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
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
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
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
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.
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
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)
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)
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)
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
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
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.
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.
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.
SCHEDULE BASIS
Revision 1
September 2022
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.
COORDINATION PROCEDURE
Revision 1
September 2022
Revision 1
September 2022
Appendix E-1
Appendix E-2
NOT APPLICABLE
Revision 1
September 2022
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.
COMPANY-Provided Items
Revision 1
September 2022
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..................................................
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.
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.
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)
APPENDIX 1
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.
Qualified Suppliers/Sub-
Contractor/Manufacturers List
Revision 1
September 2022
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
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.
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
Appendices
Group COR 2
Group COR 3
Group COR 4
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
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
Group COR 12
Group COR 13
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
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
Group COR 18
Group COR 19
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
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
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
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
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)
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 -10C
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.
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
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
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
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
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
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
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
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
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
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
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
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
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
Note (1) CA approval only as distribution center for Texas manufactured fasteners
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
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
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
Velan CANADA
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
4.5 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
7.2 Compressors
7.2.1 Air Compressors
Ingersoll-Rand (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
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
Nigerchin Ltd.
17.7.3. Nigeria
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
Klippon UK
Entrelec USA
Weidmuller USA
9.35 Transducers
Scientific Columbus USA
Rochester USA
Alstom France
Haefely Trench Canada
Siemens Germany
Ritz USA
Schneider France
10.1.2 Annunciators
Ronan 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
10.3.2 Positioners
Fisher Fieldvue DVC(Emerson) USA
10.6.10 Rotameters
Brooks (Emerson) USA
Wallace & Tiernan USA
10.7.3 Capacitance
Drexelbrook USA
Magnetrol USA
10.8 Miscellaneous
10.8.1 Machine Monitoring Vibration
Bentley-Nevada (3500 Series-sole source) USA
W-Industries USA
Electronic
Industrial Control Systems (ICS) USA
W-Industries
USA
Surge/Capacity Control
Compressor Controls Corp. (CCC) USA
10.9.5 DP Gages
Dwyer (Low Pressure) USA
Mid-West USA
Orange Research USA
10.9.6 Manometers
Dwyer USA
Meriam USA
10.12 Sampler
Jiskoot
17.7.4. Dutch
Welker Engineering
17.7.5. USA
10.13 Scada
Equipment & Controls Nig. Ltd. Nigeria
10.14 Switches
10.14.1 Hand
Allen-Bradley USA
Square D USA
10.14.10 Vibration
Amot USA
Bentley / Nevada USA
Metrix USA
Robertshaw USA
10.15.2 RTDs
Rosemount (Emerson) USA
Sandalius Inst. USA
10.15.3 Thermocouples
Rosemount (Emerson) USA
Groth USA
Protec to Seal USA
Varec USA
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
JFE Japan 1, 3
Mannesmann Germany 2
.
Nippon Steel Corp. Japan 1, 2, 3
CP Tech USA
Galvotec USA
Impalloy UK
Skarpenard Norway
Samgong Korea
Tri-Star Industries (Dimet) Asia
2.6 FBE
BASF Germany
Dupont USA/Canada
Jotun Norway/UK
3M USA
3.2 Topside Ball Valves – Metal Seat Fire Safe Carbon Low Chrome Stainless
Cameron (Grove/TK) USA / Italy
Jamesbury USA / Finland
Orbit 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
Mannesmann Germany
Nippon Bankan Japan-Thailand
Sumitomo Metal Industries, Ltd. Japan
Tube Turns USA
Vallourec France
WFI International USA / UK
4.8 Gaskets
4.8.1 Spiral Wound
Flexitallic USA / UK
Furon USA
Lamons USA
Note (1) CA approval only as distribution center for Texas manufactured fasteners
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
NOTES
6. Formerly Sarmac, approved for bitumen mattresses only.
Nominated Subcontractors
1.0 Diving Subcontractors (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.
9.0 Accredited Customs Clearing Agents for MPN Nigeria (INTENTIONALLY LEFT
BLANK)
2. Organization
A. Ownership
Company is established as a:
Corporation Proprietorship
Partnership Joint Venture
Affiliate National Oil Company
3. Financial Information
Financial Data:
Annual Sales volume (each of the last three years)
Year: Sales Volume ($)
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."
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:
3. Plant data
A. Size of facilities (indicate proper unit of measure - square foot or square meters)
Buildings (covered) work area
Open work area
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?
E. Identify the design analysis (stress, flexibility, etc.). Which are performed using computer
programs?
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?
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?
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?
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?
K. Under what conditions would the customer be contacted regarding use of non-conforming
material or material substitutions?
9. Supplier Control
A. Does this plant survey its suppliers prior to use to evaluate their ability
to supply acceptable material?
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):
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
G. Welding positioners:
Number available Size capacity Other information
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?
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
17. Major Customers: List some of the major customers and types of equipment supplied to
them:
Revision 1
September 2022
Section K
CONTRACTOR’s Execution Basis
Revision 1
September 2022
Contractor Representative
Contractor Name
Address
Subject: Contract No. XXXXXXX – Onshore Projects Construction and Installation Contract.
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
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.
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
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.
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"):
By_________________ By__________________
Company Representative