You are on page 1of 98

PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11

Requisition For Purchase (RFP)


Number: 102300202/A000002053 Supp.: 00 Client Req. Number: TPIK-T70-32-A009-DA
Supplier: ALDERLEY FZE BRANCH Client Po Number: TPIK-T70-32-A009-DA
Material Group: CC0000 BI/JO Number: 10-09003-0002
SUBJECT: DOSING PACKAGES

1 SCOPE OF SUPPLY

SEE ATTACHED
2 DATA SHEETS AND LISTS
Supp.: 00
Document Name Document Description Rev.
T70-U-DAT-CE-795933 MECHANICAL DATASHEET FOR ANTIFOAM INJECTION PACKAGE T70-U- 00B
0105/0205/0305
T70-U-DAT-CE-795934 MECHANICAL DATASHEET FOR OXYGEN SCAVENGER INJECTION PACK T70-U- 00B
0106/0206/0306
T70-U-DAT-CE-795935 MECHANICAL DATASHEET FOR MEG UNIT CAUSTIC STORAGE & INJECTION 00B
PACKAGE T70-U-0107/0207/0307

3 SPECIFICATIONS
Supp.: 00
Document Name Document Description Rev.
01-SAMSS-010 FABRICATED STEEL PIPING JUL-14
01-SAMSS-035 API LINE PIPE JUN-18
01-SAMSS-043 CARBON STEEL PIPES FOR ON-PLOT PIPING OCT-15
01-SAMSS-046 STAINLESS STEEL PIPE OCT-13
02-SAMSS-005 BUTT WELDING PIPE FITTINGS JAN-18
02-SAMSS-011 FORGED STEEL AND ALLOY FLANGES JAN-18
04-SAMSS-001 GATE VALVES DEC-15
04-SAMSS-002 STEEL GLOBE VALVES - FLANGED AND BUTT-WELDING ENDS MAR-16
04-SAMSS-005 CHECK VALVES: FLANGED, LUG, AND BUTT-WELDING APR-16
04-SAMSS-035 GENERAL REQUIREMENTS FOR VALVES MAR-17
04-SAMSS-048 VALVE INSPECTION AND TESTING REQUIREMENTS OCT-17
09-SAMSS-107 QUALIFICATION AND APPLICATION REQUIREMENTS OF JUN-16
FLUOROPOLYMER/CERAMIC COATINGS ON FASTENERS
10230-00-131-ES-0010 SPECIFICATION FOR VENDOR 3D MODELS 00
10230-00-132-ES-0001 CIVIL & STRUCTURAL BASIS OF DESIGN 00
10230-00-134-ES-0001 ELECTRICAL HEAT TRACING DESIGN PHILOSOPHY 02

10230-00-137-ES-0001 SPECIFICATION FOR PACKAGE UNITS INSTRUMENTATION 01A


10230-00-237-ES-0001 COLOUR CODING FOR INSTALLED EQUIPMENT AND PIPING 01
12-SAMSS-007 FABRICATION OF STRUCTURAL AND MISCELLANEOUS STEEL JAN-18
17-SAMSS-503 SEVERE-DUTY, TOTALLY ENCLOSED, SQUIRREL CAGE INDUCTION MOTORS TO MAR-16
500 HP
17-SAMSS-515 AUXILIARY ELECTRICAL SYSTEMS FOR SKID-MOUNTED EQUIPMENT OCT-13
31-SAMSS-009 POSITIVE DISPLACEMENT PUMPS - CONTROLLED VOLUME MAR-18
32-SAMSS-004 MANUFACTURE OF PRESSURE VESSELS FEB-18
32-SAMSS-038 MANUFACTURE OF SKID-MOUNTED PROCESS PACKAGED EQUIPMENT UNITS SEP-16
34-SAMSS-611 SAFETY RELIEF DEVICES MAY-16
34-SAMSS-711 CONTROL VALVES OCT-17
34-SAMSS-716 PNEUMATIC ACTUATORS ON-OFF SERVICE SEP-16
34-SAMSS-831 INSTRUMENTATION FOR PACKAGED UNITS JAN-18
34-SAMSS-913 INSTRUMENTATION AND THERMOCOUPLE CABLE AUG-17
SA-2693 SAFETY INSTRUCTION SHEET - TANKS NOV-10
SA-2694 SAFETY INSTRUCTION SHEET FOR PRESSURE VESSELS NOV-10
SA-2824 LINE DESIGNATION TABLE NOV-10
SA-7305 EQUIPMENT NOISE DATA SHEET NOV-10
SA-8010 DATA SHEET - POSITIVE DISPLACEMENT PUMP NOV-10

Page 1 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11

Requisition For Purchase (RFP)


Number: 102300202/A000002053 Supp.: 00 Client Req. Number: TPIK-T70-32-A009-DA
Supplier: ALDERLEY FZE BRANCH Client Po Number: TPIK-T70-32-A009-DA
Material Group: CC0000 BI/JO Number: 10-09003-0002
SUBJECT: DOSING PACKAGES

Document Name Document Description Rev.


SABP-A-015 CHEMICAL INJECTION SYSTEMS NOV-15
SABP-Q-006 WIND LOADS ON PRESSURE VESSELS OCT-06
SAEP-1027 PRESSURE RELIEF VALVES- CONVENTIONAL AND BALANCED TYPES OCT-17
SAEP-103 METRIC UNITS OF WEIGHTS AND MEASURES JAN-10
SAEP-110 SAUDI ARAMCO STANDARD DRAWINGS MAY-14
SAEP-1142 QUALIFICATION OF NON-SAUDI ARAMCO NDT PERSONNEL DEC-14
SAEP-1151 INSPECTION REQUIREMENTS FOR CONTRACTOR PROCURED MATERIALS AND NOV-17
EQUIPMENT
SAEP-121 OPERATING INSTRUCTIONS FOR NEW FACILITIES JUL-14
SAEP-122 PROJECT RECORDS JAN-17
SAEP-250 SAFETY INTEGRITY LEVEL ASSIGNMENT AND VERIFICATION JAN-18
SAEP-302 WAIVER OF A MANDATORY SAUDI ARAMCO ENGINEERING REQUIREMENT NOV-17
SAEP-3101 EQUIPMENT AND SPARE PARTS DATA REQUIREMENTS FOR CONTRACTOR MAR-14
PROCURED EQUIPMENT
SAEP-3101A APPENDIX A - GLOSSARY OF TERMS NOV-08
SAEP-3101B APPENDIX B - SPARE PARTS DATA PACKAGE STATUS REPORT (SPDPSR) NOV-08
REQUIRED FORMAT
SAEP-3101C APPENDIX C - INSTRUCTIONS TO SUPPLIERS FOR PROVIDING SPARE PARTS NOV-08
AND OPERATING MATERIALS DATA FOR NEW EQUIPMENT PURCHASED
SAEP-3101D APPENDIX D - SPARE PARTS DATA PACKAGE (SPDP) CHECKLISTS FEB-15
SAEP-3101E APPENDIX E - SPDP WAIVER PROCEDURE NOV-08
SAEP-334 RETRIEVAL, CERTIFICATION AND SUBMITTAL OF SAUDI ARAMCO SEP-16
ENGINEERING AND VENDOR DRAWINGS
SAEP-347 SUPPLYING MATERIAL FROM STOCKISTS NOV-17
SAEP-351 BOLTED FLANGE JOINTS ASSEMBLY JAN-17
SAEP-352 WELDING PROCEDURES REVIEW AND APPROVAL JAN-18
SAEP-385 PRESERVATION OF PROJECT MATERIALS AND EQUIPMENT OCT-17
SAER-6268 SIZING ELECTRICAL EQUIPMENT - BASIS FOR STANDARDS REQUIREMENTS NOV-11
SAES-A-004 GENERAL REQUIREMENTS FOR PRESSURE TESTING AUG-16
SAES-A-005 SAFETY INSTRUCTION SHEET NOV-17
SAES-A-007 HYDROSTATIC TESTING FLUIDS AND LAY-UP REQUIREMENTS JAN-18
SAES-A-014 DESIGN OF HYDRATE INHIBITION AND DEHYDRATION SYSTEMS JAN-18
SAES-A-100 SURVEY COORDINATES, DATUMS AND DATA FORMATS FEB-18
SAES-A-102 AMBIENT AIR QUALITY AND SOURCE EMISSIONS STANDARDS MAY-16
SAES-A-105 NOISE CONTROL APR-15
SAES-A-112 METEOROLOGICAL AND SEISMIC DESIGN DATA JUL-17
SAES-A-134 EXTERNAL CORROSION PROTECTION REQUIREMENTS JAN-18
SAES-A-202 SAUDI ARAMCO ENGINEERING DRAWING PREPARATION MAY-14
SAES-A-206 POSITIVE MATERIAL IDENTIFICATION JAN-18
SAES-B-006 FIREPROOFING FOR PLANTS APR-17
SAES-B-009 FIRE PROTECTION AND SAFETY REQUIREMENTS FOR OFFSHORE PRODUCTION NOV-16
FACILITIES
SAES-B-054 ACCESS, EGRESS, AND MATERIALS HANDLING FOR PLANT FACILITIES MAR-17
SAES-B-055 PLANT LAYOUT AUG-17
SAES-B-058 EMERGENCY SHUTDOWN, ISOLATION, AND DEPRESSURING MAR-17
SAES-B-067 SAFETY IDENTIFICATION AND SAFETY COLORS MAR-15
SAES-B-068 ELECTRICAL AREA CLASSIFICATION NOV-17
SAES-D-001 DESIGN CRITERIA FOR PRESSURE VESSELS AUG-17
SAES-D-100 DESIGN CRITERIA OF ATMOSPHERIC AND LOW-PRESSURE TANKS JUL-15
SAES-D-109 DESIGN OF SMALL METALLIC ATMOSPHERIC STORAGE TANKS DEC-16

Page 2 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11

Requisition For Purchase (RFP)


Number: 102300202/A000002053 Supp.: 00 Client Req. Number: TPIK-T70-32-A009-DA
Supplier: ALDERLEY FZE BRANCH Client Po Number: TPIK-T70-32-A009-DA
Material Group: CC0000 BI/JO Number: 10-09003-0002
SUBJECT: DOSING PACKAGES

Document Name Document Description Rev.


SAES-F-007 SYSTEM DESIGN CRITERIA OF FLARES JAN-18
SAES-G-006 POSITIVE DISPLACEMENT PUMPS - CONTROLLED VOLUME FEB-16
SAES-H-001 COATING SELECTION AND APPLICATION REQUIREMENTS FOR INDUSTRIAL FEB-18
PLANTS AND EQUIPMENT
SAES-H-101V APPROVED SAUDI ARAMCO DATA SHEETS - PAINTS AND COATINGS OCT-17
SAES-H-102 SAFETY REQUIREMENTS FOR COATING APPLICATIONS OCT-17
SAES-H-200 STORAGE, HANDLING, AND INSTALLATION OF EXTERNALLY COATED PIPE FEB-17
SAES-J-100 PROCESS MEASUREMENT JAN-18
SAES-J-600 PRESSURE RELIEF DEVICES JAN-18
SAES-J-601 EMERGENCY SHUTDOWN AND ISOLATION SYSTEMS JUL-17
SAES-J-700 CONTROL VALVES JAN-18
SAES-J-901 INSTRUMENT AND PLANT AIR SUPPLY SYSTEMS JAN-18
SAES-J-902 ELECTRICAL SYSTEMS FOR INSTRUMENTATION JAN-18
SAES-J-903 INTRINSICALLY SAFE SYSTEMS JAN-18
SAES-J-904 FOUNDATION¿ FIELDBUS (FF) SYSTEMS JAN-18
SAES-L-108 SELECTION OF VALVES MAR-16
SAES-L-132 MATERIALS SELECTION FOR PIPELINES, PIPING AND PROCESS EQUIPMENT AUG-16
SAES-L-133 CORROSION PROTECTION REQUIREMENTS FOR PIPELINES, PIPING, AND JAN-18
PROCESS EQUIPMENT
SAES-L-136 PIPE, FLANGE, AND FITTING MATERIAL REQUIREMENTS DEC-16
SAES-L-310 DESIGN OF PLANT PIPING JAN-18
SAES-L-350 CONSTRUCTION OF PLANT PIPING JAN-18
SAES-M-001 STRUCTURAL DESIGN CRITERIA FOR NON-BUILDING STRUCTURES MAR-17
SAES-N-001 BASIC CRITERIA, INDUSTRIAL INSULATION JAN-14
SAES-P-100 BASIC POWER SYSTEM DESIGN CRITERIA JAN-18
SAES-P-104 WIRING METHODS AND MATERIALS FEB-19
SAES-P-111 GROUNDING JAN-17
SAES-P-113 MOTORS AND GENERATORS JAN-18
SAES-W-010 WELDING REQUIREMENTS FOR PRESSURE VESSELS JAN-18
SAES-W-011 WELDING REQUIREMENTS FOR ON-PLOT PIPING JAN-18
SAES-W-016 WELDING OF SPECIAL CORROSION-RESISTANT MATERIALS JAN-18
T70-U-PP-000106 PDS OXYGEN SCAVENGER INJECTION PACKAGE T70U0106 D
T80-A-DAT-CE-796542 BASIC ENGINEERING DESIGN DATA (BEDD) 00B
T80-A-PP-060200 PROCESS ENGINEERING DESIGN CRITERIA C
T80-A-PP-060205 ISOLATION PHILOSOPHY COMMON AREA E
T80-H-DOC-CE-794790 COATING MAP 00
T80-J-PP-595001 CONTROL AND INSTRUMENTATION BASIS OF DESIGN D
T80-J-PP-595035 C&I NUMBERING SPECIFICATION C
T80-N-DOC-CE-794791 INSULATION SPECIFICATION 00
T80-N-PP-969551 THERMAL AND ACOUSTIC INSULATION SPECIFICATION E
VEFV1100M - VESSELST HEAT EXCHANGER STANDARD DETAILS (METRIC UNITS) - La... 0

4 DRAWINGS SKETCHES AND STANDARDS


Supp.: 00
Document Name Document Description Rev.
AA-036322-001 ANCHOR BOLT DETAILS - INCH AND METRIC SIZES JAN-09
AA-036912-001 INSULATION DETAILS FOR HOT VESSELS AUG-96
AB-036003-001 MANWAYS AND VENTS FOR TANKS OCT-04

Page 3 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11

Requisition For Purchase (RFP)


Number: 102300202/A000002053 Supp.: 00 Client Req. Number: TPIK-T70-32-A009-DA
Supplier: ALDERLEY FZE BRANCH Client Po Number: TPIK-T70-32-A009-DA
Material Group: CC0000 BI/JO Number: 10-09003-0002
SUBJECT: DOSING PACKAGES

Document Name Document Description Rev.


AB-036386-001 HARDNESS TESTING FOR WELDING PROCEDURE QUALIFICATIONS JAN-90
AB-036949-001 DETAILS OF PIPE DAVIT TOP MOUNTING ON PROCESS COLUMNS 2000#MAX. SEP-92
LOAD
AB-036949-002 DETAILS OF PIPE DAVIT TOP MOUNTING ON PROCESS COLUMNS 2000#MAX. SEP-92
LOAD
AC-036198-001 ASSEMBLY AND DETAILS OF TYPE 'B' STAIRS JUL-85
AD-036061-001 ROOF CENTER VENT FOR CONE ROOF TANKS OCT-04
AE-036451-001 PREHEAT LEVELS FOR WELDING CARBON STEELS DEC-95
AE-036451-002 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
AE-036451-003 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
AE-036451-004 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
AE-036451-005 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN DEC-95
PROCESSES)
AE-036451-006 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
AE-036451-007 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
AE-036451-008 PREHEAT LEVELS FOR WELDING CARBON STEELS (INCLUDING LOW HYDROGEN JUN-92
PROCESSES)
DA-950266-001 PIPING AND INSTRUMENT DIAGRAM - LIQUID SAMPLING SYSTEM OCT-12
DA-950266-002 PIPING AND INSTRUMENT DIAGRAM - LIQUID SAMPLING SYSTEM OCT-12
DA-950266-003 PIPING AND INSTRUMENT DIAGRAM - LIQUID SAMPLING SYSTEM OCT-12
DB-950006-001 WELDS, LUGS, SKIRT, VENTS, SUPPORTS PRESSURE VESSELS AND COLUMNS JUL-99
DD-950003-001 MANWAY COVER DETAILS FOR PRESSURE VESSELS AND COLUMNS JUL-99
DD-950005-001 VORTEX BREAKERS DETAILS FOR COLUMNS AND VESSELS MAY-85
T70-A-FPP-CA-792516-001 FACILITY PLOT PLAN MEG REGENERATION TRAIN 1 00A

T70-A-FPP-CA-792517-001 FACILITY PLOT PLAN MEG REGENERATION TRAIN 2 00A

T70-A-FPP-CA-792518-001 FACILITY PLOT PLAN MEG REGENERATION TRAIN 3 00A

T70-A-PFD-CA-789869-002 PFD MEG FLASH DRUM & STRIPPER TRAIN 1 00A


T70-A-PFD-CA-789870-001 PFD MEG UNIT CAUSTIC STORAGE AND INJECTION PACKAGE 00A
T70-A-PID-CA-789945-003 P&ID RICH MEG FLASH DRUM T1 00A
T70-A-PID-CA-789945-006 P&ID SOUR GAS STRIPPER & STRIPPER RICH MEG PUMPS T1 00A
T70-A-PID-CA-789945-020 P&ID MEG UNIT CAUSTIC STORAGE & INJECTION PKG T1 00A
T70-A-PP-211251 HEAT & MATERIAL BALANCES E
T70-A-PP-221251-002 P/T DIAGRAM MEG FLASH DRUM & STRIPPER TRAIN 1 D
T70-A-PP-231241-020 MSD MEG UNIT CAUSTIC STORAGE AND INJECTION PACKAGE A
T70-A-PP-231251-002 MSD MEG FLASH DRUM & STRIPPER TRAIN 1 D
T70-B-PP-714008-001 AREA CLASSIFICATION MEG REGENERATION TRAIN 1 B
T70-J-PP-601253 ALARM & TRIP SUMMARY REPORT D
T80-A-PP-200300-001 PFD SYMBOLOGY SHEET C
T80-A-PP-250600-001 P&ID PIPING SYMBOLS & LEGEND UTILITIES C
T80-A-PP-250600-002 P&ID EQUIPMENT SYMBOLS & LEGEND UTILITIES C
T80-A-PP-250600-003 P&ID INSTRUMENT SYMBOLS & LEGEND COMMON C
T80-A-PP-250600-004 P&ID INSTRUMENT SYMBOLS & LEGEND COMMON AREA C

Page 4 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11

Requisition For Purchase (RFP)


Number: 102300202/A000002053 Supp.: 00 Client Req. Number: TPIK-T70-32-A009-DA
Supplier: ALDERLEY FZE BRANCH Client Po Number: TPIK-T70-32-A009-DA
Material Group: CC0000 BI/JO Number: 10-09003-0002
SUBJECT: DOSING PACKAGES

Document Name Document Description Rev.


T80-A-PP-250600-005 P&ID INSTRUMENT SYMBOLS & LEGEND COMMON AREA C
T80-A-PP-250600-007 P&ID SAMPLE CONNECTION DETAILS C
T80-A-PP-250600-008 P&ID GENERAL NOTES B

5 SPECIFIC CONDITIONS OF SUPPLY


Supp.: 00
Document Name Document Description Rev.
102300202-A000002053-CP SPECIFIC CONDITIONS OF SUPPLY FOR DOSING PACKAGES 00

6 VENDOR DRAWING AND DATA REQUIREMENTS


Supp.: 00
Document Name Document Description Rev.
10230-00-082-PD-0003 VENDOR DRAWING AND DATA REQUIREMENTS. GENERAL NOTES 01
10230-00-082-PD-0003-Tmp01 DOCX TITLE BLOCK TEMPLATE FOR VENDOR 00
10230-00-082-PD-0003-Tmp02 XLSX TITLE BLOCK TEMPLATE FOR VENDOR 00
10230-00-082-PD-0003-Tmp03 DGN TITLE BLOCK TEMPLATE FOR VENDOR 00
102300202-A000002053-SA-7902 NONMATERIAL REQUIREMENTS FOR PUMPS 00
102300202-A000002053-SA-7907 NONMATERIAL REQUIREMENTS FOR INSTRUMENTATION (GENERAL) 00
102300202-A000002053-SA-7912 NONMATERIAL REQUIREMENTS FOR ELECTRIC ROTATING MACHINERY 00
102300202-A000002053-SA-7919-1 NONMATERIAL REQUIREMENTS FOR PRESSURE VESSELS 00
MARJAN VENDOR Comment Resolution Comment Resolution Sheet Template 00
Sheet
VDDR-10230-136-ER-008-12 VENDOR DRAWINGS & DATA REQUIREMENTS FOR DOSING PACKAGES 01
VDDR-10230-136-ER-015-05 VENDRO DRAWINGS & DATA REQUIREMENTS FOR LOW VOLTAGE ELECTRIC 00
MOTORS

7 INSPECTION ACTIVITY PLAN


Supp.: 00
Document Name Document Description Rev.
175-000003 DETAILED INSTRUCTIONS OF INSPECTION AND TESTING REQUIREMENTS SEP-15
175-013100 PIPE: FABRICATION OF SPOOLS; CARBON, ALLOY, HIGH STRENGTH SPECIAL, JUL-17
LOW AND HIGH TEMPERATURE STEELS
175-030100 STOCKIST SUPPLIED INSPECTABLE MATERIALS NOV-16
175-043000 VALVE MATERIALS CERTIFICATION REQUIREMENTS: FOR SA-175 FORMS DEC-16
043600, 043601, 045600 AND 341900
175-043600 VALVES: METALLIC; INCLUDES GATE, GLOBE, ANGLE, CHECK, NEEDLE, BALL, JUL-17
PLUG, PISTON, BUTTERFLY, AND CHOKE
175-091900 COATING: SHOP APPLIED; FOR TANKS, PIPING, PIPELINES (AND ASSOCIATED JUN-16
APPURTENANCES & FITTINGS), STRUCTURES, PROCESS EQUIPMENT;
175-120100 STEEL STRUCTURES: (EXCLUDES OFFSHORE STRUCTURES AND PRE- OCT-16
ENGINEERING METAL BUILDINGS)
175-170200 MOTORS, ELECTRIC: SEVERE DUTY TOTALLY ENCLOSED SQUIRREL CAGE OCT-16
INDUCTION MOTORS TO 500 HP, 4000 V OR BELOW, AND EXPLOSION PROOF
MOTORS
175-173700 AUXILIARY ELECTRICAL SYSTEMS: AS PROVIDED ON CUSTOM- OCT-16
ENGINEERED,FACTORY-ASSEMBLED, AND PRE-WIRED EQUIPMENT SKIDS
175-311500 PUMPS: POSITIVE DISPLACEMENT, CONTROLLED VOLUME, DIAPHRAGM & APR-16
PACKED PLUNGER TYPES
175-320300 POSITIVE MATERIAL IDENTIFICATION (PMI): FOR PRESSURE-RETAINING OCT-16
ALLOY MATERIAL COMPONENTS, FLANGE BOLTING, WELDS, WELD OVERLAYS,
AND CLADDING OR EQUIPMENT WHERE SPECIFIED IN THE SAMSS OR
PURCHASE ORDER
175-321900 PRESSURE VESSEL JUL-17
175-324400 MANUFACTURE OF SKID-MOUNTED PROCESS PACKAGED EQUIPMENT UNITS JUL-17

Page 5 of 6
Project Requisition Supp.

10230 102300202/A000002053 00

Client Reference

TPIK-T70-32-A009-DA

Scope of Supply Page 1 / 3

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
10 1 T70-D-0105 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
19 1 T70-G-0105A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
20 1 T70-G-0105B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
37 1 T70-GM-0105A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
38 1 T70-GM-0105B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
55 1 T70-K-0121 ANTIFOAM MIXER 1.00 0.00 1.00 un
64 1 T70-KM-0121 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
11 1 T70-D-0106 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
21 1 T70-G-0106A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
22 1 T70-G-0106B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
39 1 T70-GM-0106A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
40 1 T70-GM-0106B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
56 1 T70-K-0122 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
65 1 T70-KM-0122 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
12 1 T70-D-0107 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
23 1 T70-G-0107A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
24 1 T70-G-0107B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
41 1 T70-GM-0107A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
42 1 T70-GM-0107B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
57 1 T70-K-0123 CAUSTIC MIXER 1.00 0.00 1.00 un
66 1 T70-KM-0123 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
13 1 T70-D-0205 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
25 1 T70-G-0205A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
26 1 T70-G-0205B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
43 1 T70-GM-0205A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
44 1 T70-GM-0205B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
58 1 T70-K-0221 ANTIFOAM MIXER 1.00 0.00 1.00 un
67 1 T70-KM-0221 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un

A = Added - M = Modified - C = Canceled


Project Requisition Supp.

10230 102300202/A000002053 00

Client Reference

TPIK-T70-32-A009-DA

Scope of Supply Page 2 / 3

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
14 1 T70-D-0206 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
27 1 T70-G-0206A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
28 1 T70-G-0206B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
45 1 T70-GM-0206A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
46 1 T70-GM-0206B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
59 1 T70-K-0222 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
68 1 T70-KM-0222 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
15 1 T70-D-0207 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
29 1 T70-G-0207A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
30 1 T70-G-0207B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
47 1 T70-GM-0207A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
48 1 T70-GM-0207B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
60 1 T70-K-0223 CAUSTIC MIXER 1.00 0.00 1.00 un
69 1 T70-KM-0223 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
16 1 T70-D-0305 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
31 1 T70-G-0305A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
32 1 T70-G-0305B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
49 1 T70-GM-0305A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
50 1 T70-GM-0305B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
61 1 T70-K-0321 ANTIFOAM MIXER 1.00 0.00 1.00 un
70 1 T70-KM-0321 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
17 1 T70-D-0306 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
33 1 T70-G-0306A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
34 1 T70-G-0306B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
51 1 T70-GM-0306A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
52 1 T70-GM-0306B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
62 1 T70-K-0322 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
71 1 T70-KM-0322 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un

A = Added - M = Modified - C = Canceled


Project Requisition Supp.

10230 102300202/A000002053 00

Client Reference

TPIK-T70-32-A009-DA

Scope of Supply Page 3 / 3

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
18 1 T70-D-0307 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
35 1 T70-G-0307A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
36 1 T70-G-0307B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
53 1 T70-GM-0307A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
54 1 T70-GM-0307B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
63 1 T70-K-0323 CAUSTIC MIXER 1.00 0.00 1.00 un
72 1 T70-KM-0323 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un

Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
1 1 T70-U-0105 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
2 1 T70-U-0106 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
3 1 T70-U-0107 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE
4 1 T70-U-0205 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
5 1 T70-U-0206 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
6 1 T70-U-0207 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE
7 1 T70-U-0305 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
8 1 T70-U-0306 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
9 1 T70-U-0307 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE

Commodity Code YC0000


Description Commissioning and Start Up Spare Parts
Pos Sub Comments Actual Previous Variation Unit
Pos Quantity Quantity Quantity
5402 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0105
5403 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0205
5404 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0305
5405 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0106
5406 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0206
5407 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0306
5408 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0107
5409 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0207
5410 1 COMMISSIONING AND START UP SPARE PARTS FOR PACKAGE 1.00 0.00 1.00 st
T70-U-0307

Commodity Code YA1000


Description Special Tools
Pos Sub Comments Actual Previous Variation Unit
Pos Quantity Quantity Quantity
8002 1 LIFTING BEAM 1.00 0.00 1.00 st
8003 1 NITROGEN CHARGING KIT FOR PULSATION DAMPNERS 1.00 0.00 1.00 st

A = Added - M = Modified - C = Canceled


Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 1 OF 70

102300202-A000002053-CP REV.: 00

SPECIFIC CONDITIONS OF THE SUPPLY


TABLE OF CONTENTS

5. SP ECIFIC CONDITIONS OF THE SUPPLY 2


OBJECT 2
DEFINITIONS 2
REQUIREMENTS 4
5.3.1 GENERAL 4
5.3.2 9COMS 7
5.3.3 EXTENT OF THE SUPPLY 7
5.3.4 SPECIFIC REQUIREMENTS 20
5.3.5 EXCLUSIONS 41
5.3.6 WELDING REQUIREMENTS 41
5.3.7 COATING, SURFACE PREPARATION, PROTECTION 44
5.3.8 SPARE PARTS, SPECIAL TOOLS AND OPERATING MATERIALS 44
5.3.9 REPLICABILITY 49
SCOPE OF SERVICES 50
5.4.1 GENERAL 50
5.4.2 PROJECT COORDINATOR 50
5.4.3 INSPECTION AND TESTING 51
5.4.4 SHIPMENT, PACKAGE AND PRESERVATION 53
5.4.5 GUARANTEES 53
5.4.6 FIELD SERVICE 53
5.4.7 TRAINING 54
5.4.8 SECURITY OF INFORMATION AND DOCUMENTS 55
SUB-VENDORS 55
QUALITY REQUIREMENTS 56
HEALTH, SAFETY AND ENVIRONMENTAL REQUIREMENTS 57
DOCUMENTATION REQUIREMENTS 58
DEVIATION LIST 61
ATTACHMENT 1: ALLOWABLE NOZZLE LOADS 62

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 2 OF 70

102300202-A000002053-CP REV.: 00

5. SPECIFIC CONDITIONS OF THE SUPPLY


OBJECT
The objective of this requisition is to purchase items listed under the scope of SUPPLY of this
document, which are to be furnished and installed for the Project.
This requisition defines the minimum technical data and requirements for design, materials,
fabrication, testing, inspection and packing, preparation for shipment, supply and
documentation for the above items mentioned under the scope of SUPPLY.

DEFINITIONS
The following words and expressions used in the Requisition have the following meanings:

COMPANY: ARAMCO OVERSEAS COMPANY B.V. (OOK).


Saudi Arabian Oil Company (Saudi Aramco) (IK).

CONTRACTOR: UTE TR MARJAN (OOK)


Técnicas Reunidas Saudia for Services and Contracting Co Ltd. (IK).

PROJECT: Means the Marjan Increment Program - Tanajib Gas Plant Project,
Pk-09 & 11, being executed by COMPANY or its affiliates.

MOC: Madrid Operation Centre.

VENDOR: Any person, firm, partnership, COMPANY, corporation or combination


thereof to which the CONTRACTOR has sent the QUOTATION
REQUEST or placed the PURCHASE ORDER.

SUB-VENDOR: Any person, firm, partnership, COMPANY, corporation or combination


thereof other than CONTRACTOR, supplying to VENDOR parts or
services under the scope of the PURCHASE ORDER.

PURCHASE PURCHASE ORDER placed on the VENDOR by the CONTRACTOR,


ORDER: which shall incorporate Terms and Conditions of Purchase, the Material
Requisition, drawings, specifications and other documents referred to
in the PURCHASE ORDER, and any written amendments thereto.

SUPPLY: All material, equipment and services to be provided whether expressly


or by implication under the PURCHASE ORDER.

IAP: Inspection Assignment Package.

ITP: Inspection and Test Plan.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 3 OF 70

102300202-A000002053-CP REV.: 00

SA-175 Form: Document that establish minimum inspection and testing requirements
for “Inspectable” material and Equipment procured on a repetitive basis
and are attached to purchase requisitions, requests for quotation and
purchase orders. SA-175 forms establish contractual requirements for
Vendor/Subvendor compliance related to notifying the CONTRACTOR
and the COMPANY assigned inspector of specific inspection and test
activities for witness purposes, and/or providing quality certificates for
review and evaluation.

SPDP: Spare Parts Data Package.

RFI: Requisition for Inquiry.

RFP: Requisition for Purchase.

NMR: Non Material Requirements.

VDDR: Vendor Drawing and Data Requirements.

VDDL: Vendor Document and Data List (VENDOR Document Index).

9COM: Saudi Aramco’s material classification system that describes a


commodity or a class of materials, but not a specific item.

PMI: Positive Material Identifications.

PWHT: Post Welding Heat Treatment.

QA/QC: Quality Assurance/ Quality Control.

QCP: Quality Control Plan.

RT: Radiography Testing.

MT: Magnetic Particle Testing.

UT: Ultrasonic Testing.

WPS: Welding Procedures Specification.

SAMSS: Saudi Aramco Materials System Specification.

SAES: Saudi Aramco Engineering Standard.

SAEP: Saudi Aramco Engineering Procedure.

SASD: Saudi Aramco Standard Drawing.

SAIP: Saudi Aramco Inspection Procedure.

MSAER: Mandatory Saudi Aramco Engineering Requirements.

NDT: Non destructive tests or non destructive examination.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 4 OF 70

102300202-A000002053-CP REV.: 00

KOM: Kick-off Meeting.

SIL: Safety Integrity Level.


Discrete level (one out of four) for specifying the safety integrity
requirements of the Safety Instrumented Functions (SIF) to be allocated
to the safety instrumented systems (trip systems). Safety integrity level
4 has the highest level of safety integrity (only for nuclear plants); safety
integrity level 1 has the lowest.

REQUIREMENTS
5.3.1 GENERAL
5.3.1.1 VENDOR shall provide all services, documentation, equipment and materials required
to comply with this requisition and with all referenced documents attached.
5.3.1.2 Vendor documents, drawings, data, specifications, manuals and instructions shall meet
the quality standards set forth in SAES-A-202.
5.3.1.3 The SUPPLY shall be designed, manufactured, assembled, inspected, tested,
preserved and supplied in compliance with all the attached and listed documents, and with the
Codes, Standards and Specifications to which they refer and with the applicable legislation,
but these shall not relieve the VENDOR of the responsibility to supply equipment which is safe,
reliable and fit for purpose.
5.3.1.4 This Requisition in no way releases VENDOR from the final guarantees as to materials,
equipment, workmanship and performance of the equipment as well as services to be supplied.
5.3.1.5 CONTRACTOR is under no obligation to consider, accept or find any deviations to the
requirements. VENDOR to follow the deviation instructions included in chapter 5.9.
5.3.1.6 Where industry standards or COMPANY Specifications and/or Standards allow
alternative design considerations, the more stringent interpretation shall apply.
5.3.1.7 If any inconsistency or conflict exists between these Specific Conditions or within the
attached and listed documents and other COMPANY documents, Industry Standards, Codes
or Drawings it shall be the responsibility of the VENDOR to bring it to the attention of the
CONTRACTOR in writing. Until the resolution is officially made by CONTRACTOR, the most
stringent shall govern unless a COMPANY/CONTRACTOR pre-agreed written waiver is
provided.
5.3.1.8 The Specification and Standards and procedures contain language that could imply
that certain standards, specifications and practices are discretionary. Where the words such
as ’will’, ’may’ or ’should’ appear in COMPANY standards and procedures or COMPANY-
provided Preliminary Design, these shall mean and be interpreted as ’shall’ by VENDOR.
5.3.1.9 All VENDOR documents, including instructions, manuals and correspondence, shall be
in English. All formal communications shall be conducted using the English language.
5.3.1.10 Confidentiality. Any information related to the Project must be held in strict

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 5 OF 70

102300202-A000002053-CP REV.: 00

confidentiality. VENDOR is obliged to maintain all the information and documentation related
to this Requisition as confidential. Therefore, no information or documentation shall be
disclosed to any third party or used with different purposes than the ones stated herein, and
not to use it except as authorized by CONTRACTOR.

5.3.1.11 Measurement units: Units shall be as per T80-A-DAT-CE-796542 BASIC


ENGINEERING DESIGN DATA (BEDD) shall be used for dimensional data, length, surface,
volume, and mass in all vendor construction drawings as applicable (Plot Plan, General
Arrangement drawings, Vendor details drawings, Mechanical calculation, Fabrication
procedures, Welding procedures and others) as well as for all process and operation data
(flow,pressure, temperature). For other units not covered in T80-A-PP-962000, SAEP-103
shall be followed

5.3.1.12 General Project Design Data


5.3.1.12.1 Refer to the attached Data Sheets and BEDD T80-A-PP-962000
5.3.1.12.2 The following design values shall be followed by all vendors in the following
Basic Load Cases:

5.3.1.12.2.1 Seismic Loads


Parameters have been established for the Tanajib Site, following information contained in
Aramco’s Standard SAES-A-112. Elastic Seismic Spectrum shall be constructed following
ASCE 7-05, considering:

Earthquake Data

SS 0.081 SMS 0.13 (0.130)

S1 0.030 SM1 0.07 (0.072)

Site Class D SDS 0.09 (0.086)

Fa 1.60 SD1 0.05 (0.048)

Fv 2.40 T0 0.11

- - TS 0.56

Where:
Ss = Spectral response acceleration parameter at short periods,
S1 = Spectral response acceleration parameter at a period of 1 s,
Fa = Short-period site coefficient at 0.2 s period,
Fv = Long-period site coefficient at 1.0 s period,
SMS = Spectral response acceleration at short periods adjusted for site class effects,
SM1 = Spectral response acceleration at a period of 1 s adjusted for site class effects,

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 6 OF 70

102300202-A000002053-CP REV.: 00

SDS = Spectral response acceleration parameter at short periods,


SD1 = Spectral response acceleration parameter at a period of 1 s,
T0 = 0.2 SD1 / SDS,
TS = SD1 / SDS
Refer to 32-SAMSS-004 Paragraph 7.11.1 “Wind and Earthquake Load” and SABP-Q-006
“Wind Loads on pressure vessels” for pressure vessels.
Importance factor 1.5 (for occupancy category IV) and Seismic design category A (following
Table 11.6-2).
5.3.1.12.2.2 Wind Loads.
Parameters have been established for the Tanajib Site, following information contained in
Aramco’s Standard SAES-A-112. Design Wind forces shall be developed following ASCE 7-
05, considering:

Wind Data

Basic Wind Speed, 3-sec gust, km/h 145

Exposure Category C

Prevailing Direction N

Design wind forces are determined by equation 6-28, from section 6.5.15 of ASCE 7-05:

Where:
• Ae: exposed tributary area (in m2)
• Cf: force coefficient
• qz: velocity pressure, evaluated at height z, it shall be calculated by equation 6-15, from
section 6.5.10 of ASCE 7-05:

Where:
Kz: velocity pressure coefficient evaluated at height z, shall be taken from the following table
(z refers to the height above the ground level in the plant, considering 100.000 as the HPP.
Equipment’s bottom height shall be established above said value varying from case to case
basis):

Height above ground z (m) Kz

100.000-104.500 0.849

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 7 OF 70

102300202-A000002053-CP REV.: 00

107.000 0.929

110.000 1.001

115.000 1.090

120.000 1.158

130.000 1.261
Note: “z" refers to the height above the ground level in the plant.

• Kzt: topographic factor, shall be taken as 1.0.


• Kd: wind directionality factor (from table 6-4, ASCE 7-05).
• V: basic wind speed, (3 sec. gust from SAES-M-001, Section 5.4.2), shall be taken as
define above (145 km/h).
• I: importance factor (from SAES-M-001, Section 5.4.3), shall be taken as 1.15.
All other factors not explicitly defined in this text, shall be determined by Vendor following
ASCE 7-05 and all relevant SAES.
5.3.1.13 Digits Separation in Project Numbers, Data and figures. The dot shall be used as the
decimal point. In number less than one, a zero must be written before the decimal point. For
example: 0.596. The comma shall be used to indicate the thousands. For example: 1,238.54
5.3.1.14 Standards Cut-off Date. Where reference is made to Saudi Aramco Standards or
specifications or international standards (exemple ASME) without noting a specific revision or
date, the specification or standard in effect on March 31, 2018 shall govern, except for the
following:

5.3.1.14.1 Saudi Aramco Engineering Standard SAES-B-017 “Fire Water System Design”
which shall be June 12, 2018.

5.3.1.14.2 Saudi Aramco Engineering Standard SAES-A-021 “Sulfur Recovery Design


Requirements” which shall be May 23, 2018.

5.3.1.14.3 Saudi Aramco Engineering Standard SAES-T-566 “Plants Demilitarized Zone


(DMZ) Architecture” which shall be April 9, 2018.

5.3.2 9COMS
5.3.2.1 Refer to “9COM & Inspection Level List” Nº 9COM-IL-103200202/A000002053-REV 00
for Material Requisition 102300202.

5.3.3 EXTENT OF THE SUPPLY

5.3.3.1 VENDOR shall design and supply all equipment as per this requisition.

5.3.3.2 VENDOR scope of SUPPLY and responsibility shall include all design, engineering,
preassembly, inspection and testing of the following items:

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 8 OF 70

102300202-A000002053-CP REV.: 00

ITEM DESCRIPTION REQUIRED

DOSING PACKAGES TAGS

1 T70-U-0107: Caustic Storage & Injection Package X

1.1 T70-D-0107: Caustic Storage Tank X

1.2 T70-G-0107A: Caustic Injection Pump X

1.3 T70-G-0107B: Caustic Injection Pump X

1.4 T70-GM-0107A: Caustic Injection Pump Motor X

1.5 T70-GM-0107B: Caustic Injection Pump Motor X

1.6 T70-K-0123: Caustic Mixer X

1.7 T70-KM-0123: Caustic Mixer Motor X

2 T70-U-0207: Caustic Storage & Injection Package X

2.1 T70-D-0207: Caustic Storage Tank X

2.2 T70-G-0207A: Caustic Injection Pump X

2.3 T70-G-0207B: Caustic Injection Pump X

2.4 T70-GM-0207A: Caustic Injection Pump Motor X

2.5 T70-GM-0207B: Caustic Injection Pump Motor X

2.6 T70-K-0223: Caustic Mixer X

2.7 T70-KM-0223: Caustic Mixer Motor X

3 T70-U-0307: Caustic Storage & Injection Package X

3.1 T70-D-0307: Caustic Storage Tank X

3.2 T70-G-0307A: Caustic Injection Pump X

3.3 T70-G-0307B: Caustic Injection Pump X

3.4 T70-GM-0307A: Caustic Injection Pump Motor X

3.5 T70-GM-0307B: Caustic Injection Pump Motor X

3.6 T70-K-0323: Caustic Mixer X

3.7 T70-KM-0323: Caustic Mixer Motor X

4 T70-U-0105: Antifoam Injection Package X

4.1 T70-D-0105: Antifoam Storage Tank X

4.2 T70-G-0105A: Antifoam Injection Pump X

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 9 OF 70

102300202-A000002053-CP REV.: 00

4.3 T70-G-0105B: Antifoam Injection Pump X

4.4 T70-GM-0105A: Antifoam Injection Pump Motor X

4.5 T70-GM-0105B: Antifoam Injection Pump Motor X

4.6 T70-K-0121: Antifoam Mixer X

4.7 T70-KM-0121: Antifoam Mixer Motor X

5 T70-U-0205 Antifoam Injection Package X

5.1 T70-D-0205: Antifoam Storage Tank X

5.2 T70-G-0205A: Antifoam Injection Pump X

5.3 T70-G-0205B: Antifoam Injection Pump X

5.4 T70-GM-0205A: Antifoam Injection Pump Motor X

5.5 T70-GM-0205B: Antifoam Injection Pump Motor X

5.6 T70-K-0221: Antifoam Mixer X

5.7 T70-KM-0221: Antifoam Mixer Motor X

6 T70-U-0305 Antifoam Injection Package X

6.1 T70-D-0305: Antifoam Storage Tank X

6.2 T70-G-0305A: Antifoam Injection Pump X

6.3 T70-G-0305B: Antifoam Injection Pump X

6.4 T70-GM-0305A: Antifoam Injection Pump Motor X

6.5 T70-GM-0305B: Antifoam Injection Pump Motor X

6.6 T70-K-0321: Antifoam Mixer X

6.7 T70-KM-0321: Antifoam Mixer Motor X

7 T70-U-0106 Oxygen Scavenger Injection Oackage X

7.1 T70-D-0106: Oxygen Scavenger Storage Pressure Vessel X

7.2 T70-G-0106A: Oxygen Scavenger Injection Pump X

7.3 T70-G-0106B: Oxygen Scavenger Injection Pump X

7.4 T70-GM-0106A: Oxygen Scavenger Injection Pump Motor X

7.5 T70-GM-0106B: Oxygen Scavenger Injection Pump Motor X

7.6 T70-K-0122: Oxygen Scavenger Mixer X

7.7 T70-KM-0122: Oxygen Scavenger Mixer Motor X

8 T70-U-0206 Oxygen Scavenger Injection Oackage X

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 10 OF 70

102300202-A000002053-CP REV.: 00

8.1 T70-D-0206: Oxygen Scavenger Storage Pressure Vessel X

8.2 T70-G-0206A: Oxygen Scavenger Injection Pump X

8.3 T70-G-0206B: Oxygen Scavenger Injection Pump X

8.4 T70-GM-0206A: Oxygen Scavenger Injection Pump Motor X

8.5 T70-GM-0206B: Oxygen Scavenger Injection Pump Motor X

8.6 T70-K-0222: Oxygen Scavenger Mixer X

8.7 T70-KM-0222: Oxygen Scavenger Mixer Motor X

9 T70-U-0306 Oxygen Scavenger Injection Oackage X

9.1 T70-D-0306: Oxygen Scavenger Storage Pressure Vessel X

9.2 T70-G-0306A: Oxygen Scavenger Injection Pump X

9.3 T70-G-0306B: Oxygen Scavenger Injection Pump X

9.4 T70-GM-0306A: Oxygen Scavenger Injection Pump Motor X

9.5 T70-GM-0306B: Oxygen Scavenger Injection Pump Motor X

9.6 T70-K-0322: Oxygen Scavenger Mixer X

9.7 T70-KM-0322: Oxygen Scavenger Mixer Motor X

SCOPE OF EACH DOSING PACKAGE REQUIRED

Self-contained Chemical injection skids.


All pumps shall be assembled as one package with one common base
10 X
plate and common drip pan.
Dosing Packages shall be skid mounted.
Skid-mounted injection systems shall be designed as per 32-SAMSS-
11 X
038
The chemical injection systems shall be designed including a storage
tank from which the chemical solution shall be pumped through piping,
to the point of application. Each chemical feed system shall include
12 controlled volume pumps, gauges, filters/Y strainers, pressure relief X
valves, sight glasses and flow metering/monitoring devices, hand
valves, a connection to a power source for the pump and
instrumentation to control the injection.
13 Chemical injection packages according to SABP-A-015 X
The chemical injection system must be well designed to accommodate
the chemical types and volumes that are considered necessary for
14 X
efficient operation throughout the project lifetime. All systems should
be appropriately sized to handle the ‘worse-case’ scenarios.
Two (2) sets of Controlled Volume Positive Displacement Injection
15 X
Pumps (Double diaphragm type) and their Motors
Pumps shall have electronic automatic adjustable length stroke
controller capable of remote and local control without stopping the
16 X
pump. Alteration of the stroke length shall be possible without shutting
the pump down. Capacity range as specified on the data sheets
17 Pulsation Suppression Devices for suction and for discharge X
A vented calibration tube (graduated cylinder) shall be installed on
18 each chemical injection pump. Calibration tubes shall be vented back X
to the storage tank above the high-high liquid level

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 11 OF 70

102300202-A000002053-CP REV.: 00

19 Chemical Storage Tank with the capacity required in DS X

20 Mixer with electric motor for all tanks with proper mechanical seals. X

All inter-connecting piping including filter / Y-strainers, valves/control


21 X
valves, fittings and pipe supports within the skid boundary
Each skid base will form a drip pan for collection of spillage, with tank
overflows be piped to it for collection. The Vendor
22 X
shall fit the drip pan with a connection to the COMPANY's open drain
system
All drains of the skid shall be conducted to a common drain
23 X
header/collector
For antifoam and oxygen scavenger injection packages:
SS316L material shall be used for storage tank, agitator and piping as
per required in SABP-A-015 and also applies the requrirement that All
wetted parts of the package shall be made of 316L stainless steel
For caustic injection package:
-Special materials are required for special chemicals such as caustic.
24 The materials of construction should be per SAES-L-132. X
- Materials of construction shall be selected as per the applicable
project T70-A-MSD-CA-794808-020, material selection guide.
- All wetted parts, piping of the package shall be made of either 316L
stainless steel or stress relieved carbon steel with 316L stainless steel
trim. Superior materials compatible with 20 wt% caustic to avoid
alkaline stress corrosion cracking are acceptable.
For chemical injection packages where the solvent is water or when
25 injecting water streams, dissimilar metal flanged joints shall use X
insulation kits
26 Skid steelwork and supporting structure with sun shade X

27 Sun shade for the skid X


Structural shapes and plate shall normally be fabricated of carbon
28 steel conforming to ASTM A36, Specification for Structural Steel. Killed X
steel shall be preferred
All required field instrumentation for the operation of the package. Field
instrumentation to include, but not limited, to the following as
minimum:
- Level gauge and transmitter for the storage tank. Additional level
transmitter is required for trip as requested in data sheet
- Temperature gauge supplied in the tank for indication of bulk fluid
29 X
temperature.
- Pressure gauges at the suction & discharge side of the dosing pump
- PSVs for the discharge side of the pump
- PCV and PI for the Nitrogen blanketing
- PSV's for the storage tank.
- PT for diaphragm rupture signalling.
Pressure and flow transmitters shall be supplied on the common
30 X
discharge manifold.

31 Ladders and platforms as necessary X


1 off Portable Transfer Pump (air driven) and all accesories required
32 (Ex: Air filter regulator..ect) for each antifoam injection package and X
Oxygen Scavenger packages
33 Necessary sampling and drain connections X
Filters/Y-type strainers shall be placed between the chemical supply
34 and the injection pump. The size and type of the filter element will X
depend on the rate and type of fluid that is to be pumped.
Materials of construction for the chemical injection system components
shall be compatible with chemical solution and be capable of
35 withstanding maximum pump discharge line pressure and process X
main pressure.

36 Local Control Station BY OTHERS

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 12 OF 70

102300202-A000002053-CP REV.: 00

37 Fuse junction box for electrical feeding of auto-stroke control X

Necessary positive isolation to allow maintenance of sapared


38 X
equipment with package in operation
Carbon steel studs and nuts with ceramic fluropolymer coating shall be
39 X
used for all bolted connection in stainless steel equipment on the skid
Scope shall include all Items indicated in the data sheets and
40 requisition provided by TR. In any case, please confirm the following X
sheets for each design.
ALL MATERIALS SHALL COMPLY WITH NACE SP0403 Latest Edit
41 X
FOR CAUSTIC SERVICE.
OPERATION, PROTECTION, MONITORING AND CONTROL
42 X
INSTRUMENTS
ON-SKID PIPING, OPERATION & MAINTENANCE VALVES &
43 X
TUBING

44 ALL NECESSARY SAFETY MEASURES X

ALL STANDARD EQUIPMENT AND ACCESORIES WHICH ARE


45 X
NORMALLY INCLUDED IN THE SUPPLY
Vendor shall guarantee the performance of the scope of supply
including process and mechanical, and conformance with all
46 requirements of this X
Specific Conditions of Supply, attached data sheets and other
referenced standards/specifications.

GENERAL REQUIREMENTS REQUIRED

COMMON SKID / BASEPLATE FOR THE COMPLETE SKID.


All equipment baseplates shall be designed and sized to allow safe
47 X
access and egress and good ergonomic access for inspection,
operation and maintenance
BY OTHERS
48 FOUNDATION BOLTS VENDOR to define anchor bolts
according to applicable Project standards
INTERCONNECTING PIPING / VALVES / FITTINGS WITHIN
49 X
BATTERY LIMITS
PIPING FLANGED & VALVED TERMINATED AT THE EDGE OF THE
50 X
SKID INCLUDING BASEPLATE DRAIN
POSITIVE ISOLATION FOR ALL AUXILIARY EQUIPMENTS AND
51 AUXILIARY CONNECTIONS AS PER APPLICABLE PROJECT X
ISOLATION PHILOSOPHY
ISOLATION VALVES SHALL BE ACCESIBLE (WITH EXTENSION
52 X
SPINDLES IF NECESSARY) FROM GRADE OR LOCAL WALKWAY
SUCTION PERMANENT STRAINER (AND PDT) AT THE INLET OF
53 X
THE PUMPS
GROUNDING AND LIFTING LUGS FOR THE SKID AND FOR THE
54 X
EQUIPMENTS
ALLOWABLE FORCES & MOMENTS AT BATTERY LIMITS AS
55 X
SPECIFIED
PACKAGE VENDOR SHALL COMPLY NOZZLE LOADS INDICATED
56 X
IN THE ATTACHMENT OF THIS DOCUMENT
GRATING, STAIRS, LADDERS, HANDRAILS AND PLATFORMS
57 X
FOR EQUIPMENT OPERATION AND MAINTENANCE ON SKID

58 ALL NECESSARY VENTS AND DRAINS X

59 ALL NECESSARY INSTRUMENTS FOR THE PACKAGE X

60 VENTS SHALL BE PROVIDED WITH INSECT SCREENS X

61 Instrumentation/fittings/valves required for the N2 blanketing X

PIPING AND EQUIPMENT INSULATION AND TRACING WHERE


62 X
APPLICABLE AS PER PROJECT REQUIREMENTS AS MINIMUM

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 13 OF 70

102300202-A000002053-CP REV.: 00

63 ELECTRICAL CABLE TRAYS WITHIN SKID LIMITS X

64 NOISE INSULATION Not applicable as confirmed by vendor

65 NOISE ENCLOSURE Not applicable as confirmed by vendor

66 SUPPORTS AND CLIPS FOR FIREPROOFING Not applicable


ALL NECESSARY PIPING, HEADERS, COMPENSATORS,
67 AUTOMATIC OPERATION DEVICES, PIPE RACKS, SUPPORTS, X
FASTENINGS..ETC.
ALL NAMEPLATES AND BRACKETS FOR EQUIPMENT,
68 X
INSTRUMENT, PANELS, JB..ETC
ALL NECESSARY PAINTING , CORROSION PROTECTION AND
69 X
PRESERVATION MEASURES, SURFACE PREPARATION.

INJECTION PUMPS REQUIRED

Pumps shall be designed in accordance with API-675 3 rd Ed. and


70 X
shall conform to 31-SAMSS-009 & SAES-G-006.
Pumps shall be positive displacement controlled volume double
71 X
diaphragm type
Double diaphragm pumps shall be provided with a diaphragm failure
72 X
signaling system
The chemical injection pumps shall be 100% stand by capacity. One
73 X
working and one stand by.

74 Integral safety valve X

75 Backpressure valve at pumps discharge. IF NEEDED


All pumps heads shall be provided with vent screw to vent the pump
76 section unless accepted by the Standards Committee Chairman; X
Pumps, Seals, and Mixers.
A pressure relief valve must be installed on the pump discharge to vent
77 fluid back into the chemical tank or pump suction line if pressure builds X
up.
78 Also Pumps shall be proivded with the itnernal PSV X
Set of PSV in the discharge of the pumps of chemical injection
79 packages cannot be higher than design pressure of discharge line of X
the package.
Packages mechanical design pressure downstream pumps suction
80 block valves shall be, as a minimum, equal or greater than design X
pressure of discharge line of the package
Provide all required positive isolation to allow maintenance of spared
81 X
equipment with package in operation.

VESSEL (for all packages) REQUIRED

PRESSURE EQUIPMENT SHALL BE ASME CODE STAMPED (U


83 X
STAMP)
COMPLIANCE WITH ASME Code Section VIII Division 1, 2017 Edition
84 X
(ASME U is required), 32-SAMSS-004 & SAES-D-001
Pressure vessels manufacturer shall be selected from Saudi Aramco
85
approved RVL
Vessels in services other than air and water shall be provided with a
86 X
minimum 2-inch NPS flanged steam-out connection.

87 Tank shal be designed for full liquid

88 Vessel shall be designed for steam out conditions X


VENDOR SHALL COMPLY WITH SAES-D-001 FOR MATERIALS
89 AND NOTE 1 OF THE TABLE 1. X
Table 1 – Acceptable Materials for Carbon and Low - Alloy Steels &

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 14 OF 70

102300202-A000002053-CP REV.: 00

NOTE 1 - Materials for pressure vessels in amine service shall be


selected in accordance with Table 1 and API RP945
MANWAYS SHALL BE 24" ID, SUPPLIED WITH BLIND -FLANGE,
90 X
GASKET, BOLTING AND DAVIT/HINGE ASSEMBLY
ALL REMOVABLE INTERNALS SHALL PASS THROUGH VESSEL
91 X
MANWAYS
ELEMENTS INCLUDED IN SCOPE OF SUPPLY:- Nameplate and its
support bracket- Supports (Legs,saddles..etc)- Lifting lugs / trunnions-
Tailing lugs- Earthing lugs- Platform & Ladders and Clips for their
support.- Piping Support Clips- Internals supports welded to the
92 X
vessels (supports for demister, distributors, baffles, internals ...)-
Filtering components and other internals required.- Any other clips or
element welded to the vessels- Internal rungs- Stiffener rings (if
necessary as per calculations)
ALL VESSELS REQUIRE A MAWP PRESSURE CALCULATION
93 ONCE FINAL DESIGN AND ACTUAL THICKNESSES ARE X
CONFIRMED
All external bolting material shall be coated with ceramic fluoropolymer
94 X
coating as per 09-SAMSS-107
It shall be as a minimum, be equipped with fill nozzle, utility nozzle,
95 vent, overflow, pressure relief, discharge, low point drain, pressure X
gauge nozzles, level (magnetic type) and temperature instrumentation.
It shall be provided with a level alarm transmitter (low/high level) . Also
96 additional level transmitter is required for trip, as requested in the data X
sheet. Guide Wave Radar level transmiters type

97 Agitator with electric motor X

98 Ladder and platform mounted on skid shall be provided by the supplier X

99 Skids supplier shall provide tank grounding. X

Anti-swirl baffles (vortex breakers) shall be provided on liquid outlet


100 X
nozzles uprestream of pump suction

101 Block valves shall be installed directly at the tank nozzles. X

CALIBRATION TUBES REQUIRED

A graduated calibration tube, shall be installed for each pump, with the
necessary valves and fittings, in the suction piping to each chemical
102 injection pump so the injection rate can be checked during operation. X
Calibration tube shall be vented back to tank above the high high liquid
level.
Each calibration pot to have local sample connection. Calibration pot
103 X
shall be sufficiently sized for a minimum 30 seconds of calibrated flow
Main line chemical feed and calibration tube shut off valve shall be ¼
104 turn ball valves and shall be positioned so that the operator can easily X
and simultaneously operate both valves during calibration

PIPING AND VALVES REQUIRED

All vents and drains shall be piped and terminate with flanged
105 X
connection at the edge of the skids

106 Auxiliary piping in accordance with 01-SAMSS-010 X

PIPING SCOPE OF SUPPLY SKID MOUNTD MINIMIZING LOOSE


107 X
MATERIAL
SUPPLY OF INTERCONNECTING PIPING FOR HIGH PRESSURE
108 X
LINES (IF APPLIES)

109 COMPLIANCE WITH PIPING CLASSES IN BATTERY LIMIT X

PIPING CLASS INSIDE BATERY LIMIT AS PER REQUIREMENTS IN


110 X
32-SAMSS-038

111 PRESSURE RELIEF VALVES X

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 15 OF 70

102300202-A000002053-CP REV.: 00

112 PIPE HANGERS AND SUPPORTS X

113 EXPANTION JOINTS Not applicable as per vendor

114 VAPOR DUCT Not applicable as per vendor

115 RUPTURE DISK AND HOLDER Not applicable as per vendor

116 MANUAL VALVES X

117 CONTROL VALVES PCV at the nitrogen blanketing conenction

118 FLOW INSTRUMENTS X

119 PNEUMATIC DISTRIBUTION AND IMPULSE TUBING Not applicable as per vendor

VALVES FOR ALL AUXILIARY AND UTILITY CONNECTIONS


120 X
FLANGED CONNECTIONS AT BATTERY LIMITS

DRIVERS REQUIRED

The electric motor shall be designed in accordance with international


standards (as applicable) and the referenced Equipment Data sheets:
121 17-SAMSS-503 “Severe-Duty, Totally Enclosed, Squirrel Cage X
Induction Motors to 500 HP” shall apply to LV motors and it modifies
IEEE 841 standard.
122 Motors shall be installed in accordance with NEC. X

Motor electrical performance and characteristics shall be in


123 X
accordance with NEMA MG 1 or IEC-60034.

124 Space heater Not required

125 Main and auxiliary terminal boxes X

INSTRUMENTATION AND CONTROL AS PER 34-SAMSS-831 AND


REQUIRED
APPLICABLE SPECIFICATIONS
All skids instrumentation / and all other accessories for a safe package
126 X
startup / operation and shutdown

127 Instrumentation for package unit shall comply with 34-SAMSS-831 X

128 Control valves for blanketing and piping associated until battery limit X

129 Relief valves for pumps X

130 Relief valves for tanks X

Pumps operated locally form the manual switch and remotely from
131 X
DCS

132 The level alarms are transmitted to DCS. The level trip signal to ESD X

133 The flow rate of these pumps can be calibrated by calibration columns X

134 Pumps capacity to be controlled by Auto Stroke Control from DCS X

Each pump shall have a pressure relief valve for over pressure
135 X
protection and flow/pressure transmitter in common discharge side.
Double diaphragm pumps with diaphragm failure indication shall be
136 X
supplied

137 Common flow transmitter at pumps discharge X

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 16 OF 70

102300202-A000002053-CP REV.: 00

138 THE PACKAGE WILL BE CONTROLLED BY THE SITE DCS X

FIELD INSTRUMENTATION PER DATA SHEETS AND APPLICABLE


139 X
PROJECT SPECIFICATIONS
SKID MOUNTED INSTRUMENTS. NO LOOSE INSTRUMENTATION
140 X
SUPPLIED.
SEGREGATION OF INSTRUMENTS AS PER APPLICABLE
141 X
PROJECT SPECIFICATIONS
INSTRUMENT MOUNTING AND INSTALLATION AS PER 34-
142 X
SAMSS-831 PARAGRAPH 8
SUNSHADES FOR ELECTRONIC DEVICES AND EQUIPMENT,
INCLUDING LOCAL GAUGE BOARDS
143 Sunshades shall be suitably sized and installed to provide full X
protection to the transmitter body, including Liquid-crystal Display
(LCD) display, from solar radiation at all times.
BY OTHERS
VENDOR is the responsible to design and
144 JUNTION BOXES AND CABLES FOR SIGNALING TO DCS / ESD provide the support and cable tray /
conduit necessary to the interface point
with CONTRACTOR

ELECTRICITY (INCLUDED IN SKID BATTERY LIMIT) REQUIRED

ELECTRIC MOTORS VOLTAGE LEVEL ACCORDING TO PROJECT


145 X
SPECS

146 GROUNDING LUGS X

147 ABOVE GROUND EARTHING OF EQUIPMENT X

148 CLASSIFIED AREA: Class 1 Zone 2, IIB T3. X

149 LV MOTORS MCC WITH STARTERS BY OTHERS

150 ELECTRIC LIGHTING BY OTHERS

151 MOTORS FEEDERS BY OTHERS

152 LV TRANSFORMERS BY OTHERS

153 UPS BY OTHERS

CIVIL REQUIRED

154 SKID MOUNTED EQUIPMENT STRUCTURES X

LIFTING LUGS AND LIFTING DEVICES AS REQUIRED. SINGLE


155 X
HOOK 4 POINT LIFT.

156 GENERAL AREA REQUIREMENTS TOTAL FOR EACH PACKAGE X

MAXIMUM ALLOWABLE BEARING STRESS FOR THE CONCRETE


157 X
FOUNDATION

INSPECTION AND TESTING REQUIRED

Compliance with inspection activity plan on (175-Forms) and data


158 X
sheets

159 PMI where applicable acc. project specifications X

OTHERS REQUIRED

160 SPARE PARTS

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 17 OF 70

102300202-A000002053-CP REV.: 00

ERECTION, PRE-COMMISSIONING, COMMISSIONING & START-


161 UP SPARE PARTS FOR EACH PACKAGE AS PER VENDOR´S X
RECCOMENDATION INCLUDING AS MINIMUM:
162 SPARE PARTS FOR RECIPROCATING PUMPS:

163 ONE (1) SET OF BEARINGS X

164 ONE (1) SET OF OIL SEALS X

165 O-RINGS / GASKETS (200%) X

166 ONE (1) SET OF VALVE SPRINGS /PLATES X

ONE (1) SET OF DIAPHRAGM (FOR DIAPHRAGM TYPE)


167 X
OR PACKING

168 SPARE PARTS FOR VESSELS:

A) Minimum two sets of spare gaskets with a blind flange for


169 X
each manway and blinded nozzle in the vessel.
b) Minimum one set of service gasket set (200%) and two sets
170 of spare gaskets for each nozzle with companion flanges in X
the vessel.
c) All bolting with minimum 10% spare bolting (3 minimum for
171 each size) per vessel. X
d) Insulation gasket kits (100%)
172 X
e) Anodes bolting (10%)
173 X

174 SPARE PARTS FOR PIPING (GENERAL)

175 FLANGE GASKETS (200%) X

176 INSULATION GASKET STS (INCLUDED SLEEVES) (200%)) X

STUD BOLTS,WASHERS,NUTS (for all types of piping


177 X
clases) (10%))

178 SPARE PARTS FOR CONTROL VALVES

179 ONE (1) SET FOR ACTUATOR DIAPHRAGMS / SEALS X

180 200% OF O-RINGS / SEALS X

181 ONE (1) SET OF STEM / GLAND PACKINGS X

182 200% OF VALVE BODY GASKETS X

183 SPARE PARTS FOR PRESSURE SAFETY VALVES

184 200% OF GASKETS / SEALS X

185 100% OF METAL TAGS X

186 100% OF SPRINGS X

187 100% DISCS X

AS PER RECOMMENDATION FROM


188 OPERATING SPARE PARTS
VENDOR AND QUOTED SEPARETLY.

189 PAINTING

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 18 OF 70

102300202-A000002053-CP REV.: 00

AS PER APPLICABLE PROJECT PAINTING SPECIFICATION FOR


190 X
SEVERE CORROSIVE ENVIRONMENT
FINAL COLOR OF EQUIPMENT AS PER APPLICABLE PROJECT
191 X
SPECIFICATION

192 SHIPMENT AND TRANSPORTATION

EXPORT PACKING AND LONG-TERM OUTDOOR STORAGE


193 X
PRESERVATION (MORE THAN 18 MONTHS)

194 ON-SITE TECHNICAL ASSISTANCE - SERVICE RATES

195 FOR SITE ACCEPTANCE TEST (SAT) QUOTED SEPARATELY

196 FOR INSTALLATION & PRE-COMMISSIONING QUOTED SEPARATELY

197 FOR COMMISSIONING & START-UP QUOTED SEPARATELY

198 TRAINING

199 ON-SITE TRAINING QUOTED SEPARATELY

200 TRAINING AT VENDOR'S FACILITIES QUOTED SEPARATELY

201 INSPECTION AND TESTING

COMPLIANCE WITH INSPECTION ACTIVITY PLAN (FORMS-175) &


202 X
DATA SHEETS ATTACHED TO THE REQUISITION
PMI WHERE APPLICABLE ACC. SAES-A-206
202 Additonally, 10% PMI is required for all non-pressure retaining parts X
such as internals for vessels, filters and tanks.
ATTENDANCE TO PROCESS CONTROL SYSTEM (PCS) FAT AT
203 QUOTED SEPARATELY
PCS VENDOR PREMISES

204 ATTENDANCE TO MEETINGS - DAILY RATES

205 KOM - AT CONTRACTOR OFFICES X


FIRST DESIGN REVIEW - AT CONTRACTOR OFFICES
Critical documentation 2nd issue draft review to prepare it as final
206 X
revision
General arrangement & Foundation drawing, P&IDs, utilities list
DOCUMENTATION REVIEW FOR DCS HARDWARE /
207 SOFTWARE FREEZING - AT CONTRACTOR OFFICES QUOTED SEPARATELY
Logic diagrams, I/O list, cause & effect, wiring diagram
HAZOP & LOPA - AT CONTRACTOR OFFICES
208 Refer to HSE Instructions to Vendors 10230-00-091-PD-0002 for QUOTED SEPARATELY
the list of documents to be prepared prior to the HAZOP sessions"
209 PIM - AT VENDOR PREMISES X

210 SIL VERIFICATION QUOTED SEPARATELY

211 3D MODEL REVIEW - AT CONTRACTOR OFFICES QUOTED SEPARATELY

ENGINEERING & DOCUMENTATION - INCLUDING BUT NOT


212
LIMITED TO:

213 COMPLIANCE WITH VDDRs & APPLICABLE NMRs X

214 DATA SHEETS DULY FILLED X

VENDOR P&IDs ACCORDING PROJECT STANDARDS AND


215 X
SIMBOLOGY.

216 INSTRUMENT DATA SHEETS, INSTRUMENT LIST AND I/O LIST X

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 19 OF 70

102300202-A000002053-CP REV.: 00

ALL DOCUMENTATION INCLUDING IOM MANUALS IN ENGLISH


217 X
LANGUAGE

218 SAFETY INSTRUCTION SHEETS (SIS) X

219 DETAILED 3D MODEL FOR THE COMPLETE PACKAGE X

220 SPDP (SPARE PARTS DATA PACKAGE) X

COMPLIANCE WITH ENGINEERING SCOPE OF WORK - detailed


221 X
engineering of all systems supplied within package
COMPLIANCE WITH AREA CLASSIFICATION
221 X
Class I Zone II Group IIB Temp T3

223 COMPLIANCE WITH APPROVED VENDOR LIST X

NO DEVIATIONS CONFIRMED BY
224 DEVIATION LIST
VENDOR

5.3.3.3 All required items shall be according to the attached or referred specifications as
listed in Section 3 and in present material requirements, which are mandatory to guarantee the
correct manufacture and the implementation of the equipment at Site

5.3.3.4 All materials provided must be new and of a current (not discontinued) design.
5.3.3.5 VENDOR is mandated to declare if any of the scope of this material requisition is
beyond their technical limitations of the SAUDI ARAMCO approved facility. Otherwise,
CONTRACTOR has the right to eliminate from VENDOR’s scope of supply at any stage or the
Purchase Order development any item for which VENDOR is not approved to supply without
any compensation for the work already completed

5.3.3.6 Any additional elements, equipment and controls not specifically mentioned but
required for a safe operation of the package shall be included in the VENDOR’s scope of
supply and identified accordingly.
5.3.3.7 Vendor shall also refer to the P&ID`s and data sheets attached to the requisition for the
extent of supply.
5.3.3.8 VENDOR has to define clearly in the documentation all equipment and auxiliaries
within the battery limits.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 20 OF 70

102300202-A000002053-CP REV.: 00

5.3.4 SPECIFIC REQUIREMENTS

5.3.4.1 GENERAL

5.3.4.1.1 The packages will be installed outdoors in a desert area, with relative humidity from
zero to 100% (condensing) and ambient temperatures from 0°C to 50°C (32°F to 120°F).
Metal temperature can reach 82°C (180°F) when exposed to direct solar radiation with no
flow in the line. The equipment shall be designed to withstand these conditions.

5.3.4.1.2 All materials of construction shall be selected in accordance with ‘Materials Selection
for Pipelines, Piping and Process Equipment’, SAES-L-132

5.3.4.1.3 Materials of the complete skid shall be suitable for the range of process conditions
and ambient conditions specified in the data/requisition sheet. The metallurgy of all major
components shall be clearly stated in the VENDOR's documentation.

5.3.4.1.4 VENDOR shall provide technical support and justify Equipment material selection
when requested by CONTRACTOR, including complete corrosion analysis and monitoring,
damage mechanisms, corrosion rate associated to streams / equipment or any other issue
related to the suitability of the selected material with fluid handled. VENDOR shall provide any
necessary information to perform Corrosion Studies by others as requested by
CONTRACTOR during Detail Engineering.

5.3.4.1.5 The VENDOR is responsible for ensuring that material of construction for the
complete equipment is suitable for the environment, as specified by the purchaser on the data
sheet.

5.3.4.1.6 All materials shall meet the Minimum Design Metal Temperature (MDMT) specified
in data sheet.

5.3.4.1.7 Proposed preliminary lay-out shall be supplied by the VENDOR with the offer. The
VENDOR shall indicate the minimum space required for the packages.

5.3.4.1.8 VENDOR to provide all necessary information related to lubrication requirements in


the format 10230-F-ITG-130-107-III attached to this requisition.

5.3.4.1.9 In case VENDOR recommends specific lubricant manufacturers or brands,


VENDOR shall note that all material under the scope of SUPPLY shall be able to be lubricated
employing oil or grease of equivalent characteristics but procured from different vendors than
the recommended ones without affecting equipment performance or guarantees.

5.3.4.1.10 Rutile type electrodes (E-3XX-17 or E-3XX-16) are strictly forbidden for any kind
of welding operation for Stabilized Stainless Steel (AISI 321 and 347), including flange
facings, overlays and build-ups. For the rest of AISI 300 Stainless Steel, these rutile lectrodes
are forbidden whenever the thickness to be welded were greater than 20 mm. Flange facings
with these electrodes are forbidden regardless overlay thickness.

5.3.4.1.11 Regarding flanges dimensions, the following shall be considered:

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 21 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.1.11.1 Dimensions of 24 inch flanges and smaller shall comply where applicable with
ASME B16.5.

5.3.4.1.11.2 Dimensions of 26 inch flanges and larger shall comply where applicable with
ASME B16.47 series A.

5.3.4.1.12 Flanges that are not covered by any referenced industry standards shall be
designed per the applicable code (ASME B31.3,B31.4 and B31.8) in accordance with ASME
SEC VIII D1, Appendix 2; and ASME SEC VIII D1 Section UG-34 for blind flanges.

5.3.4.1.13 In case of flanged joint with dissimilar hardness flange material, the gasket
selection should be suitable to the more ductile flange material.

5.3.4.1.14 VENDOR shall fulfil the attached Project Utilities Consumption List and submit
in accordance with VDDR.

5.3.4.1.15 VENDOR confirmed supplty of one (1) lifting beam common for all skids. The
lifting device shall be supplied with all necessary material certificates, NDT reports and/or load
test whenever required by Codes, Specifications, laws and/or Engineering judgement in order
to assure the mechanical integrity of the lifting tool during the lifting operations.

5.3.4.1.16 Part of pieces exceeding 25 kg weight that need some sort of handling during
normal operations shall be identified in the drawings and fitted with lifting aids.

5.3.4.1.17 Lifting instruction and/or procedure shall be provided by Vendor.

5.3.4.1.18 The package and auxiliaries shall be shop assembled to maximum shippable
size to minimize fieldwork required to complete the package field installation. All components,
including valves, ladders and platforms etc, shall be fit up preassembled (where possible) in
the shop before shipping. The component may be disassembled by VENDOR for shipment
under CONTRACTOR previous approval. If disassembly is required, all components shall be
labelled or marked by the VENDOR for ease of reassembly on site. VENDOR shall list these
components and provide complete erection drawings which denote the piece number and
location of each piece or section. The erection instructions shall be clear step by step
procedure reflecting the order of priority the piece must be together.

5.3.4.1.19 The packages shall be designed to minimize welding in the field. Welding at
field design is not allowed unless specifically approved by CONTRACTOR

5.3.4.1.20 All Stainless steels, aluminium and galvanized surfaces needs to be painted as
per SAES-H-001

5.3.4.1.21 As per spec, Enviromental classification is “Highly corrosive C5-I. However for
electrical equipment shall be Severe Corrosive environment, therefore electrical material
selection shall be in acc with SAES-P-104.

5.3.4.1.22 Socket weld joints shall not be used in metallic piping, irrespective of service
(covers process, non-process and utility services), and instead but-welded joints shall be
used.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 22 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.2 CHEMICAL INJECTION PACKAGES

5.3.4.2.1 Chemical Injection Package shall comply with attached specifications and data
sheets.

5.3.4.2.2 Chemical injection packages shall be according to SABP-A-015.

5.3.4.2.3 The chemical injection pumps shall be 100% stand by capacity. One working and
one stand by.

5.3.4.2.4 Pumps shall be designed in accordance with API-675 3rd Ed. and shall conform to
31-SAMSS-009 and SAES-G-006.

5.3.4.2.5 Pumps shall be positive displacement controlled volume double diaphragm type.

5.3.4.2.6 Pumps capacity to be controlled by Electronic Automatic adjustable stroke controller,


capable of remote and local control witout stopping the pump.

5.3.4.2.7 These pumps are operated locally from the manual switch and remotely from DCS.

5.3.4.2.8 Any pressure component within VENDOR scope of supply designed according to
ASME VIII Div.1 shall be U stamped.

5.3.4.2.9 Unit Responsibility for the Chemical injection skids including pump, tank and all other
related auxiliaries shall be with the Chemical injection skids supplier.

5.3.4.2.10 Self-contained Chemical injection skids to meet all the process requirements as
per this specification, and the code & standard referred in section 2.0.

5.3.4.2.11 Furnish all components required for the Chemical Injection Skids.

5.3.4.2.12 Equipment layout such that the ease of maintenance, operability, installation
and movement is maintained.

5.3.4.2.13 Safety valves shall be placed in accessible location for inspection and
maintenance.

5.3.4.2.14 The level alarms are transmitted to DCS and trip signals to the ESD.

5.3.4.2.15 The flow rate of these pumps can be calibrated by calibration columns.
Calibration tubes shall be vented back to the storage tank above the high-high liquid level

5.3.4.2.16 Pumps shall meet all the process and operating conditions as specified in the
datasheet.

5.3.4.2.17 Skids supplier to complete pumps datasheet specified in the requisition.

5.3.4.2.18 Each pump shall have a pressure relief valve for over pressure protection.

5.3.4.2.19 Each package shall be provided with a flow and pressure transmitter at the
common discharge manifold.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 23 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.2.20 When handling chemical solutions where the solvent is water or when injecting
water streams, dissimilar metal flanged joints shall use insulation kits.

5.3.4.2.21 All battery limits interfacing devices (Flanges, junction boxes, grounding lug,
terminal strips, etc), are to be located at skid border. Piping connections shall be flanged at
the battery limit edge.

5.3.4.2.22 VENDOR has to define clearly all equipment and auxiliaries within the battery
limits.

5.3.4.2.23 Maintenance ease and accessibility will be a primary criteria in the design and
routing of all piping, tubing and instruments conduits. Coordination and communication with
the purchaser during the design of these items is recommended in order to minimize re-work.

5.3.4.2.24 Connections requiring access for normal maintenance such as lubrication fill
and drain points will be designed for on-line access without requiring removal of insulation,
piping, guarding or other accessories.

5.3.4.2.25 Vendor shall provide complete system with necessary piping, valves, fittings,
filters, and instrumentation.

5.3.4.2.26 Materials shall be specified according to ASTM designations.

5.3.4.2.27 For most structures and equipment, ordinary strength anchor bolts can be used
(ASTM A307, ASTM A36/A36M or F1554 Gr. 36). If the anchor bolt loads require anchor bolts
in excess of 50 mm (2”), high strength anchor bolt material should be considered.

5.3.4.2.28 A common drain collector header shall be provided within each skid.

5.3.4.2.29 Skid steelwork and supporting structure with sun shade.

5.3.4.2.30 Each pump shall have and external PSV with independent discharge line piped
back to the tank above the high high liquid level.

5.3.4.2.31 External PSV setting value shall be based on the desing pressure downstream
injection package.

5.3.4.2.32 A permanent strainer with a DPT at each suction pump shall be provided. Y-
strainer type for sizes below 2” and T-type for 2” and above sizes.

5.3.4.2.33 Storage tank shall be provided within the skid. All storage tanks (Antifoam,
oxygen Scavenger and Caustic tanks) shall be provided with Nitrogen blanketing.

5.3.4.2.34 Gratings, ladders, handrails, platforms for equipment operation and


manitenance shall be provided.

5.3.4.2.35 Piping materials for caustic service shall be CS+PWHT and valve trims in
monel.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 24 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3 CHEMICAL STORAGE VESSEL (applicable to all packages)

5.3.4.3.1 Mechanical design shall be in accordance with the rules of the ASME Code
Section VIII Division 1, 2017 Edition (ASME U is required) and the requirements of Saudi
Aramco Specification 32-SAMSS-004, standard drawings and forms listed in this material
requisition.

5.3.4.3.2 The application of ASME Code Cases to the design of pressure vessels requires
prior approval.

5.3.4.3.3 The design parameters shall be in accordance with the data provided in data
sheet and specifications.

5.3.4.3.4 The requirements specified in this Specific Conditions of Supply and associated
documents are the minimum requirements of the CONTRACTOR. The Supplier, however,
shall be ultimately responsible for all aspects of the equipment supplied.

5.3.4.3.5 Approval by the Contractor shall not relieve the Supplier of any of its
responsibilities under the Contract to provide safe, operable, reliable and efficient equipment
suitable to meet the design intent and in full compliance with the Project Specification.

5.3.4.3.6 If VENDOR final calculated design thicknesses increase, after the order
placement, then the additional cost involved will be to the VENDOR’s account.

5.3.4.3.7 VENDOR shall check thicknesses to erect the vessel in “full-dressed” condition.

5.3.4.3.8 Vendor to specify MAWP for the equipment. Limiting component for MAWP
shall be determined in accordance with Saudi Aramco Specification 32-SAMSS-004. The
MAWP of a vessel shall be limited by shell or heads. It shall not be limited by components
such as flanges, fittings, reinforcing pads,…etc.

5.3.4.3.9 All internals including internal baffle, vortex breaker, and other miscellaneous
internals as specified on the data sheets.

5.3.4.3.10 Loads on foundations: shear and bending moment due to wind and seism.
Foundation load data as requested in the data sheet, including break down weighs, piping
loads, maximum base shear and moments with loads at empty, operation and field hydrotest
cases. When applicable, VENDOR to provide loads for each support, showing the correct
proportions of all loads.

5.3.4.3.11 Vessels shall be designed for wind and earthquake loads and load combinations
in accordance with 32-SAMSS-004 7.11 & 7.12

5.3.4.3.12 Design of nozzles for the specified allowable external loads (see attachment).
Analysis of possible cases of additional loads exceeding this allowable shall also be
considered.

5.3.4.3.13 Loads induced by piping shall be considered as well as the loads


induced by wind or seismic, gravity and internal and external attachments.

5.3.4.3.14 All FEA results shall be provided in accordance with the requirements presented
in WRC-429. Anchor bolts shall meet all the requirements of AA-036322.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 25 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3.15 Anchor bolts shall not be less than 19 mm minimum nominal diameter.

5.3.4.3.16 Design of anchor bolts shall be based on the following allowable stresses:
a) 0.264 of Ultimate Tensile Strength (tension).
b) 0.176 of Ultimate Tensile Strength (shear).

5.3.4.3.17 A corrosion allowance of 3.2 mm shall be considered for anchor bolt root
diameter.

5.3.4.3.18 The allowable concrete bearing stress to be used for the design of base plates
shall be calculated following civil and structural basis of design.

5.3.4.3.19 Lifting devices (lifting lugs, trunnions, counter flange with lifting device, tailing
lugs) shall be designed for an impact factor of 2 minimum. For vertical vessels, the worst load
during lifting shall be determined considering change in vessel position from the horizontal to
the final erected position. Wind load at erection shall be 50 % of design wind load. Shackle
Crossby Type to be used on litfing or taling lugs shall be included on detail drawings.

5.3.4.3.20 Lifting lugs or trunnions shall be designed to lift the vessel completely dressed,
including weights of all internals, platforms and insulation (but excluding fireproofing).

5.3.4.3.21 Vendor shall design and provide the attachments to the vessels or supports,
either permanent or temporary, required for handling, transportation to job site and erection.

5.3.4.3.22 Vendor shall also include in his supply all internal metallic pieces directly welded
to shell as shown in Data Sheets and attached drawings (such as pipes and fittings, internal
supports, vortex breakers, pipes distributors, internal ladders, internal flanges and his
bolts/gaskets, baffles, feed inlet distributors, bearing rings, seal welded rings, etc…).
In general, Vendor shall include in his supply all accessories shown in attached drawings,
except where indicated “By Others”.

5.3.4.3.23 The impact testing of vessel components shall be determined by the vessel
manufacturer based on the MDMT, in accordance with the requirements specified in 32-
SAMSS-004, and applicable Code

5.3.4.3.24 Hydrostatic testing shall be done in accordance with 5.3.4.9 After completion of
pressure testing, the vessel shall be completely drained and thoroughly dried including
surfaces of internals.

5.3.4.3.25 Vendor shall refer to pressure data sheet and insulation specification T80-N-
PP-969551 for the insulation requirement and construction shall be in accordance with SAES-
N-001 and applicable PIP standard for insulation.

5.3.4.3.26 Vertical manway davits shall be calculated by an impact factor of 2.

5.3.4.3.27 All documentation as requested by Company NMR template (NMR 601, 602 &
NMR 603) including Assembly drawings, detail drawings of all pressure components, detail
drawings of internals, internal & external attachments, WPS/PQR/Weld Maps, Fabrication and
Inspection procedures ITP, etc.

5.3.4.3.28 Fill and submit the Safety Instruction Sheets (SIS) as per SAES-A-005.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 26 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3.29 Materials shall comply with the data sheets, Saudi Aramco Specification 32-
SAMSS-004 & SAES-D-001, Section 12 and ASME Section II Part-A.

5.3.4.3.30 Nut material of SA-194 Grade 4 or 7 and SA-194 Grade 7M

5.3.4.3.31 Flanges, fittings, piping, gaskets and all inspectable material shall be purchased
from Saudi Aramco approved manufacturers.

5.3.4.3.32 Allowable stresses of all materials shall be taken from the tables of ASME
Section II Part D and the corresponding material and temperature.

5.3.4.3.33 Corrosion allowance for all internal welded attachments shall be same as that
of the vessel wall for each side exposed to the process stream, unless otherwise specified.

5.3.4.3.34 Corrosion allowance for loose internals made of the same material as shell shall
be half that of the vessel wall for each side exposed to the process stream, unless otherwise
specified.

5.3.4.3.35 External and internal attachments welded to the vessel shall be of the same
material as the vessel wall material.

5.3.4.3.36 Material designation shall be in accordance with data sheet.

5.3.4.3.37 Spiral wound gaskets as per project specifications.

5.3.4.3.38 Materials shall be selected such that their mechanical properties are acceptable
after the equivalent of FOUR (4) full PWHT cycles If not LPWHT. These cycles shall include
the final PWHT, and one repair on production. and two PWHT cycles required as a result of
any future potential repairs. Materials shall also
conform to additional test requirements as specified in Saudi Aramco Specification 32-
SAMSS-
004, Section 12.

5.3.4.3.39 Nozzle type, manways and their connections shall be as per criteria defined in
Saudi Aramco Specification, Section 8.5.2 of 32-SAMSS-004.

5.3.4.3.40 All the flanges and gasket seating surfaces shall be in accordance with 32-
SAMSS-004 Para 8.3.

5.3.4.3.41 Pressure ratings for standard flanges shall be in accordance with the following
(32-SAMSS-004 Parag.8.3.3.b):
a) ASME B16.5 for flanges NPS 24 and smaller.
b) ASME B16.47, Series A for flanges larger than NPS 24.

5.3.4.3.42 Manways (24” in size) shall be provided with cover, davit, handle, gaskets, bolts
and nuts. Internals to be removable from manways.

5.3.4.3.43 All external bolting shall be Ceramic Fluro-Polymer Coated as required on Data
Sheet.

5.3.4.3.44 Minimum inside corner radius of integrally reinforced contour nozzles and
manways shall be 13 mm.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 27 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3.45 Minimum projection for nozzles and manways necks as per 32-SAMSS-004,
par. 8.1.2, Data Sheets & specifications

5.3.4.3.46 The design details for nozzles, supports, and other attachments to the vessel
pressure containing components shall be free of high local stress concentrations, e.g., sharp
discontinuities, immediate changes of direction of a surface, notches, weld undercuts, etc.
Internal and external fillet welds shall be ground to a smooth and generous concave contour.
Notches, weld undercuts, etc. shall be removed.

5.3.4.3.47 Bolt tensioning device shall be used for bolting up flanged connections with stud
bolts of diameter 1-½ inch and above. Bolt up of flanges, irrespective of bolt diameter shall be
according to ASME PCC-1 requirements.

5.3.4.3.48 Standard Flanges Ratings shall be checked following ASME Code


Requirements(VIII-1-16-85) considering the pipng external loads (See Attachment). Vendor
shall included within their scope of supply any flange class modification due to the external
loads.

5.3.4.3.49 All the internals that vessels may have for the operation of the package shall be
included in vendor’s scope of supply.

5.3.4.3.50 Internals shall be designed for strength, corrosion, workability and thermal
expansion.

5.3.4.3.51 All removable components shall be designed in accordance with drawings and
to pass through the manway.

5.3.4.3.52 Vendor shall be responsible for the supply and installation of all supports that
are welded to vessel in accordance with datasheets and project specifications.

5.3.4.3.53 All supports shall be continuously welded to the vessels.

5.3.4.3.54 Anchor bolts shall meet all the requirements of AA-036322.

5.3.4.3.55 Skirt shall be supplied with access hole(s) with removable wire mesh screen,
vents holes, anchor chairs with upper and lower base rings.

5.3.4.3.56 Skirt reinforcements shall compensate for the loss of strength induced by the
access opening.

5.3.4.3.57 For all vertical skirt-supported equipment, no flange connection shall be allowed
inside the skirt.

5.3.4.3.58 The mean corroded diameter of the shell and the mean diameter of the skirt
shall coincide [rounded off to the nearest 3 mm], and shall be symmetrical about the vessel
centerline in accordance with 32-SAMSS-004 Para 10.2.4.

5.3.4.3.59 Buckling analysis of the skirt is required.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 28 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3.60 Material of skirt shall be same material as the vessel wall base material for a
minimum distance of 300 mm. Remaining section may be same material or same ASME
material P-number, or SA-516 Gr.70. The vessel nameplate shall clearly identify the skirt
material specification(s) and its extent when the skirt is made of more than one material.

5.3.4.3.61 Tailing Lugs required for all skirt-supported vessels of this Requisition.

5.3.4.3.62 Skirt brazed beams, if required, shall be Included within Vendor Scope of Supply

5.3.4.3.63 Transport elements calculations.

5.3.4.3.64 External loads:

5.3.4.3.64.1 To account for external nozzle loads, Vendor shall provide adequate
reinforcement for all nozzles 2” and larger based on the nozzle loads listed in Attachment of
this Document.

5.3.4.3.64.2 Nozzle local load analysis shall be performed in accordance with WRC-297,
WRC537 or Finite Element Analysis (FEA). The piping loads shall be considered, (e.g.
superimposed on wind / seismic loads etc.) in the design of the vessel support / anchor bolts.

5.3.4.3.64.3 Stress analysis due to piping, equipment, lifting, supports and other external
loads shall be completed in accordance with the procedures as detailed in WRC 537, WRC
297 or a finite element analysis.

5.3.4.3.64.4 All FEA results according WRC-429.

5.3.4.3.64.5 For loads to be applied in equipment heads, a resultant force and moment
obtained from the reduction of the system form by a Longitudinal Force (VL) and a
Circumferential Force (VC), and Circumferential Moment (MC) and Longitudinal Moment (ML)
respectively shall be used.

5.3.4.3.64.6 Pipe supports and support clips shall be designed for loads as per the Design
Contractor supplied piping loads.

5.3.4.3.64.7 Stress analysis (if required) shall include the following junctures:
o Head to Shell.
o Support to Vessel.
o Nozzle to Shell.
o Tray supports to vessel wall

5.3.4.3.65 Post Weld Heat Treatment:


VENDOR shall use water-proof white paint to draw, with letters 200 mm high on the outside
of the vessel above the bottom tangent line, the following warning: “HEAT TREATED – DO
NOT WELD ON THIS VESSEL”.

5.3.4.3.66 Nameplates and nameplate mounting brackets shall be located such that they
will not be covered by insulation and are easily readable from grade or a
platform. Brackets shall extend from the outside of vessel to clear insulation,
and with sufficient access for surface preparation, and painting.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 29 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.3.67 Nameplates shall be 3-mm minimum thickness and manufactured from type 304
stainless steel or Monel and continuously welded to the mounting bracket
according to PIP VEFV1100

5.3.4.3.68 Nameplate shall be in accordance with ASME Code and Saudi Aramco
Specification 32-SAMSS-004 Section 17.

5.3.4.3.69 All tanks shall be provided with an agitator and driver, top vertical mounted.
Mixers in SS 316 L.

5.3.4.3.70 A minimum 2-inch NPS flanged steam-out connection shall be provided at each
pressure vessel.

5.3.4.3.71 Vessels subjected to steam-out conditions, shall be designed for an external


pressure of 50 kPa (7.5 psi) at 149ºC

5.3.4.3.72 Vessels shall be provided with at least one manway that does not require
removal of the mixer.

5.3.4.3.73 Vendor to provide in all vessels connection for Nitrogen blanketing, including
PCV and pressure gauge.

5.3.4.3.74 Tank surface preparation, painting and coating shall be in accordance with
SAES-H-001. The tank painting requirements shall be specified by the vendor in the tank data
sheet including approved protective coating system (APCS), surface preparation, primer type,
nº of coats, total thickness, etc.

5.3.4.3.75 The storage tank shall have level (Low and high) gauge, transmitter for low/high
alarm as well as level transmitter to trip the pump as requested in data sheet. Additionally a
temperature gauge at the tank shall be supplied.

5.3.4.4 MECHANICAL REQUIREMENTS

5.3.4.4.1 VENDOR shall be responsible for the hydraulic and mechanical design in full
compliance with this Specification and all documents referenced in Requisition.

5.3.4.4.2 Vendor shall provide a rigid tructural steel skid designed as a single lift package
with all equipment, hardware and instrumentation installed in accordance with 32-SAMSS-
038.

5.3.4.4.3 The arrangement and spacing between equipments shall have adequate space
for operation and maintenance. Refer to SAES-B-054 for minimum requirements.

5.3.4.4.4 Vendor shall provide suitable access openings into the vessel together with
necessary platforms, ladders and stairways for inspection, maintenance, replacement of
demisters, and flushing and cleaning of internals.

5.3.4.4.5 No equipment, piping, junction box and other item shall project beyond the skid
edge.

5.3.4.4.6 Steel structures shall be designed in accordance with 12-SAMSS-007


specifications and all other inside referenced specifications.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 30 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.4.7 Structural shapes and plate shall normally be fabricated of carbon steel
confirming to ASTM A36. Killed steel shall be preferred.

5.3.4.4.8 Grating shall be used for platforms, walkways and stairs.

5.3.4.4.9 All steel structures of platforms and ladders shall be bolted type.

5.3.4.4.10 The skid shall be provided with lifting lugs for a four-point lift. As a minimum,
each lug shall be designed to support the full weight of the complete skid plus a horizontal
load equal to 5% of the package weight. Any lifting devices (such as spreader beams), which
are required to prevent damage to equipment mounted on the skid while the lifting operation
is being carried out, shall be provided by the VENDOR. Impact loads to be determined
following SAES-M-001 and 12-SAMSS-007.

5.3.4.4.11 Lifting the skid complete with all equipment mounted shall not permanently
distort or otherwise damage the skid or the equipment mounted on it. Lifting lug attachment
welds shall be 100% MT/DP tested. An impact factor of 2.0 shall be considered in design. Full
penetration groove welds in lifting lugs shall be 100% UT inspected.

5.3.4.4.12 There shall be no projections of equipment outside the perimeter of the skid

5.3.4.4.13 The design of the skid shall consider lifts required during transportation as well
as final installation at site.

5.3.4.4.14 All piping, piping supports and equipment shall be skid mounted by the Vendor.
Skid shall be directly placed on Purchaser’s provided foundation. VENDOR shall confirm the
foundation mounting requirements.

5.3.4.4.15 VENDOR shall provide the skid dimensions, centre of gravity, individual weights
of major components and total weight of the package.

5.3.4.4.16 In case natural frequency or resonance exists during the final test at site caused
by any centrifugal forces, it shall be corrected by the VENDOR at no cost to the
Purchaser.

5.3.4.4.17 The package flooring shall be checker-plate decking, steel grating, or other non-
slip surface. The skid shall be fully seal welded and designed to protect against soil
contamination.

5.3.4.4.18 Full continuous welds shall be used for structural steel skid.

5.3.4.4.19 Equipment shall be mounted on the skid such that equipment supports be
directly attached to the primary structural members of the skid. Unless otherwise indicated,
equipment shall be bolted on the skid.

5.3.4.4.20 Skid packaging as per OSHA requirements.

5.3.4.4.21 All components, including valves, ladders and platforms etc, shall be fit up
preassembled (where possible) in the shop before shipping. The component may be
disassembled for shipment, under CONTRACTOR previous approval, by the
VENDOR. If disassembly is required, all components shall be labelled or marked by
the VENDOR for ease of reassembly on site. VENDOR shall list these components

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 31 OF 70

102300202-A000002053-CP REV.: 00

and provide complete erection drawings which denote the piece number and location
of each piece or section. The erection instructions shall be clear step by step
procedure reflecting the order of priority the piece must be together.

5.3.4.4.22 The package and auxiliaries shall be shop assembled to maximum shippable
size to minimize fieldwork required to complete the package field installation.

5.3.4.4.23 The package and auxiliaries shall be designed to minimize welding in the field.
Welding at field design is not allowed unless specifically approved by CONTRACTOR

5.3.4.5 PUMPS

5.3.4.5.1 Pumps shall be designed in accordance with API STD 675, 3rd Edition and in
compliance with 31-SAMSS-009 & SAES-G-006.

5.3.4.5.2 Accessories for API 675 pumps: Vendor shall also include in the scope:
Pulsation dampeners at the suction and discharge, as requested in data sheet and any other
accessory as per required in applicable SAMSS and for a correct operation of the package.
Pulsation dampeners of the suction and discharge will be interchambly designed.

5.3.4.5.3 All the alloy components of pumps and auxiliary equipment subject to internal
process pressure shall be PMI tested.

5.3.4.5.4 The bearing housing of pumps and motors specified with non pressurised
lubrication systems shall be provided with constant level oiler, 3d-type level sight glass and
also a drainable sight glass (installed under the bearing housing) to drain condensed water
from bearing housing.

5.3.4.5.5 Suction and Discharge flanges shall be rated the same per design code applied.
All associated piping shall be designed as well to discharge MAWP until and including suction
isolation valve.

5.3.4.5.6 Pump suction/discharge valves shall be double ball type.

5.3.4.5.7 The Net Positive Inlet pressure available shall exceed the Net Positive Inlet
Pressure Required by a minimum of 1 m (3.3 ft).

5.3.4.5.8 Caustic injection flow control from minimum turndown to maximum demand shall be
achieved by automated stroke adjustment adjustable plus recirculation line with needle valve
(the later to be used during scenarios of low caustic demand). Caustic pump capacity shall
be automatically adjustable from 6.5 to 184 lb/h (3.9% to 110%).

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 32 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.6 INSTRUMENTATION REQUIREMENTS

5.3.4.6.1 The package will be controlled by the Site DCS.

5.3.4.6.2 Safeguarding shall be incorporated in the site Emergency Shutdown System


(ESD).

5.3.4.6.3 VENDOR shall provide all instrumentation, control valves, relief valves etc. for
the safe operation, monitoring, control and shutdown of the Package.

5.3.4.6.4 The Package shall include emergency shutdown systems and all required
systems/ monitoring facilities to ensure safe operation of the plant.

5.3.4.6.5 For instruments connected to safety systems, SIL certificate according to IEC-
61508 ed 2010 shall be provided. This certificate shall be issued by a third party and shall
include the failure rates.

5.3.4.6.6 If safety system instruments are part of a Safety Instrumented Function (SIF) as
per SIL allocation report, vendor shall provide Process Safety Time as specified in SAEP-250.

5.3.4.6.7 Vendor shall provide support and information required by CONTRACTOR for
Alarm signal rationalization study.

5.3.4.6.8 Instrumentation provided for pre-engineered, pre-assembled and pre-wired skid


mounted packaged units shall comply with SAUDI ARAMCO Material System Specification
34-SAMSS-831 “Instrumentation for Packaged Units” as same as all the related SAUDI
ARAMCO standards referred on it; and 0230-00-137-ES-0001 "Specification For Package
Units Instrumentation” . Additionally the clarifications and particular requirements indicated
in the next paragraphs of this section shall be taken into account

5.3.4.6.9 VENDOR shall supply all necessary information for implant the software in
ESD/DCS/CCS/MPS. Implementation of the control Logic at DCS / ESD shall be by the
CONTRACTOR but VENDOR shall issue all necessary documentation for the
CONTRACTORS implementation, this is control loops, logic diagrams, control narratives,
cause & effect diagrams, etc. for DCS, F&G and ESD system

5.3.4.6.10 Enclosure instruments shall be IP66 or Nema 4X as minimum.

5.3.4.6.11 As a minimum, the instrument enclosures shall be made of 316 SS or cast


copper-free aluminum (0.4% max copper) and shall be suitable for the areas where they are
installed.

5.3.4.6.12 Instruments interfaced with the DCS shall use FOUNDATION filedbus (FF)
communication protocols as per the reqirements specified in SAES-J-904.

5.3.4.6.13 Segments containing final control elements (i.e., control valves, modulating
damper actuators, etc.). shall contain a maximum of two (2) MOVs per segment only. No other
FF devices shall be allocated to the segment. Where local FF electronic indicators are used
for additional local indication in the field, these devices shall be wired to the same segment
as the parent transmitter.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 33 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.6.14 Instruments wired to the ESD, BMS and/or CCS shall utilize smart transmitters
based on conventional 4-20 mA analogue inputs with superimposed HART.

5.3.4.6.15 Field instrumentation, including FF apparatus, installed in Class I, Zone 1 areas


shall be specified as Explosion Proof (Ex’d’). FF apparatus in Class I, Zone 2 shall be certified
Intrinsically Safe (protection method Ex’ic’) – except for MOVs. Ex’ic’ protection method shall
apply from the associated apparatus (i.e. segment protector / wiring block) to the field
apparatus (i. e field devices) and shall be in accordance with SAES-J-904.

5.3.4.6.16 Field instrumentation, including FF apparatus, installed in non-hazardous area


shall be specified as Explosion Proof (Ex’d’). For non FF apparatus in Class I, Zone 2 to be
Explosion Proof (Ex’d’).

5.3.4.6.17 Vendor shall provide all the HART Device Type Manager (DTM) files associated
to the supplied 4-20 mA transmitters in order to interface package instruments with the
Instrument Assets Management System (IAMS) provided by YOKOGAWA for instrumentation
diagnostic and maintenance purposes.

5.3.4.6.18 Instruments and their accessories (cable, cable gland…) shall be labeled, listed
or certified by any of the agencies in the Approved IECEx Certification Bodies (ExCBs) under
the IECEx Certified Equipment Scheme. Electrical protection shall be “explosion proof” Ex d.

5.3.4.6.19 Solenoid valve, when provided, shall be provided of low power consumption
type (< 2 WATTS).

5.3.4.6.20 Cable Glands shall be 316 SS as minimum.

5.3.4.6.21 All instrument cables supplied by VENDOR shall be installed on channel (76,
102, or 152 mm (≈ 3, 4, or 6 inches) with a minimum loading depth of 32 mm (≈1-¼ inch) tray
with the corresponding supports and including all the necessary accessories as elbows, tees,
covers, etc. Cable tray shall be cooper free aluminum (maximum of 0.6 % copper).

5.3.4.6.22 All instrument enclosures and junction boxes shall be third party certified. Self-
certification is not acceptable.

5.3.4.6.23 CONTRACTOR will provide an example format to be used for the I/O List,
Cause-Effect drawings, control narratives, Modbus List if applicable, to be used by VENDOR.
It is mandatory to use these formats.

5.3.4.6.24 Documentation required to comply Process Control System Hardware and


Software Milestones shall be supplied by Vendor according to a schedule agreed with
CONTRACTOR.”

5.3.4.6.25 Regarding Instrumentation Tubing & Fittings 9com 6000000208, and pursuing
standardization requirements across the plats, Buyer will inform Seller no later than 31st March
2020 which Instrumentation Tubing & Fittings Supplier/Brand that has been selected among
those listed below. As a result, Seller is restricted to use only material coming from that
selected Supplier/Brand with no exception.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 34 OF 70

102300202-A000002053-CP REV.: 00

9com 6000000208 MANUFACTURERS: SWAGELOK HIGHLAND (US. 30001581),


PARKER-HANNIFIN (US. 30001868), CIRCOR INSTRUMENTATION TECHNOLOGY (US.
30002062), HY-LOK CORPORATION (KR. 30004251), PARKER HANNIFIN PLC (GB.
30004267) or INSTRUMENTATION AND CONTROL (SA. 30006381).

5.3.4.6.26 The following instrumentation shall be provided within each package:

5.3.4.6.26.1 A pressure transmitter at each pump diaphragm rupture.

5.3.4.6.26.2 Pressure gauge at each pump suction and pump discharge

5.3.4.6.26.3 A differential Pressure Transmitter at each pump strainer.

5.3.4.6.26.4 2 Level transmitters (one for alarm and the other for trip) at each tank/vessel.

5.3.4.6.26.5 1 Level gauge at each tank/vessel.

5.3.4.6.26.6 1 Temperature gauge at each tank/pressure vessel for indication of bulk fluid
temperature.

5.3.4.6.26.7 At least one sampling connection at each calibration pot .

5.3.4.6.26.8 1 Flow transmitter on the common discharge manifold.

5.3.4.6.26.9 1 Pressure transmitter on the common discharge manifold.

5.3.4.6.26.10 1 PCV/filter at the Nitrogen blanketing line.

5.3.4.6.26.11 1 Pressure transmitter on the common discharge manifold.

5.3.4.7 ELECTRICAL REQUIREMENTS

5.3.4.7.1 General

5.3.4.7.1.1 Motors shall be installed in accordance with NEC.

5.3.4.7.1.2 The electric motor shall be designed in accordance with international standards
(as applicable) and the referenced Equipment Data sheets: 17-SAMSS-503 “Severe-Duty,
Totally Enclosed, Squirrel Cage Induction Motors to 500 HP” shall apply to LV motors and it
modifies IEEE 841 standard.

5.3.4.7.1.3 Motor electrical performance and characteristics shall be in accordance with


NEMA MG 1 or IEC-60034.

5.3.4.7.1.4 For LV motors the starting current must not exceed 6 times the rated current.

5.3.4.7.1.5 Before terminal box manufacturing, Vendor shall request Purchaser the
termination kit size in order to check that the same can be allocated inside TB.

5.3.4.7.1.6 VENDOR to provide drawings of the internal arrangement in motor terminal


boxes to prepare appropriate connection details. Motor terminal boxes, shall be equipped with
terminals blocks. Direct connection with lug is not allowed.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 35 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.7.1.7 All motors shall be provided with oversized terminal boxes to be defined along
detailed engineering. Feeder cable and cable gland sizes and quantity will be confirmed based
upon final motor ratings.

5.3.4.7.1.8 Distance between bottom of Main Motor Terminal box and skid Base Plate/Bed
Frame to be indicated (considering minimum power cable bending radius).

5.3.4.7.1.9 Main Motor Terminal Box should be located as per purchaser requirements to
be defined once Vendor documents will be received. In case the clearance between bottom of
main motor JB and skid is not enough considering minimum power cable bending radius, the
JB shall be rotated 90º (cable entry from NDE), or shall be located on top.

5.3.4.7.1.10 Motor terminal box shall meet NEMA standards.

5.3.4.7.1.11 Enclosures and terminal boxes having an internal volume exceeding 2000 cm³
shall be provided with Type 300 Series stainless steel breather and drain fittings, or a
combination of breather and drain fitting, as per SAEP-104, clause 7.7.

5.3.4.7.1.12 Vendor shall request Purchaser the required cable gland NPT size BEFORE
starting motor manufacture.

5.3.4.7.1.13 Grounding terminal shall be provided inside LV motors cable terminal box.

5.3.4.7.1.14 Motors shall be selected in accordance with SAES-P-113, Table 1.

5.3.4.7.1.15 Motors rated 75 kW (100 HP) and above shall be equipped with space heaters.

5.3.4.7.1.16 Driver power rating shall cover at least end-of-curve required power, unless
otherwise specified in any applicable standard or specification.

5.3.4.7.1.17 All electric motors shall be able to work in the classification area indicated in
project documentation.

5.3.4.7.1.18 Motors for use in Zone 2 hazardous (classified) locations shall be of the Totally
Enclosed type, per NEMA, or Ex-n, per IEC, as a minimum.

5.3.4.7.1.19 Motors exposed to ambient temperatures shall be rated in accordance with


NEMA MG-1 as modified by this standard 17-SAMSS-503, as applicable, for a 50°C ambient.
Motors shall be applied and sized based on their 1.0 service factor rating.

5.3.4.7.1.20 Motors covered by 17-SAMSS-503 and/or SAES-P-113 standard are required


to meet the criteria for Class F insulation, with an allowable temperature rise, above the
ambient of 50°C, to not exceed that listed for Class B insulation in NEMA MG-1, Part 12, Part
20 or Part 21, ANSI C50.13 or IEC 60034-1 limits as applicable.

5.3.4.7.1.21 The maximum total temperature shall not exceed 120ºC.

5.3.4.7.1.22 VENDOR shall complete and submit individual data sheets (Motor manufacturer
DS & Saudi Aramco Smart DS Motors) for each supplied motor and electrical device.

5.3.4.7.1.23 Motors 0.746 kW and larger shall be in accordance with Saudi Aramco Materials
System Specifications 17-SAMSS-502, 17-SAMSS-503, or 17-SAMSS-520 as applicable. This
statement includes motors used for auxiliary equipment.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 36 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.7.1.24 IEC or Ex labelled equipment meeting requirement of IEC 60079 and certified
by one of the agencies in the Approved IECEx Certification Bodies (ExCBs) under IECEx
Certified Equipment Scheme is acceptable. Class and Zone markings are not required on Ex
marked equipment but method of protection must be marked and must correspond with NEC
Article 505 requirements for suitable protection method(s) for the hazardous area where the
equipment is applied. Markings based on other schemes or directives such as ATEX are not
acceptable as per SAES-P-100.

5.3.4.7.1.25 Minimum efficiency at full load shall meet or exceed Table 2 of IEEE-841.

5.3.4.7.1.26 As Pump/fan and motor will be installed on base plate provided by the vendor,
all metallic electrical equipment and enclosures shall be bonded to the supporting metal frame
in accordance with the NEC

5.3.4.7.1.27 Nameplates: material of construction, thickness and its fasteners, shall be as


per paragraph 10.2 and A.4 of IEEE 841.

5.3.4.7.1.28 The motor shall be capable of starting and accelerating the driven load to
operating speed with 80% of the motor rated voltage at the motor terminals under minimum
bus short circuit conditions.

5.3.4.7.1.29 The starting time curve to be provided for 100% and 80% voltage along with
Torque speed curve. Run-up time and Stall time shall be also indicated for 100% and 80% Un.

5.3.4.7.1.30 Motor shall meet the noise requirements of SAES-A-105.

5.3.4.7.1.31 Vendor shall provide an Excel file (tabular form file) during detail design stage
containing as minimum the below listed attributes for each supplied motor.
Vendor will provide the excel file format during detail design stage.
- Equipment tag
- Service description
- Rated Power
- Impedance
- Rated voltage
- Brake power
- Minimum required power
- Operating factor
- Number of phases
- Power factor at 100%
- Power factor at 75%
- Power factor at 50%
- Power factor at starting
- Efficiency at 100%
- Efficiency at 75%
- Efficiency at 50%
- Phase arrangement
- Full load current
- LRC to FLA ratio

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 37 OF 70

102300202-A000002053-CP REV.: 00

- IP Degree
- Supply
- Frequency
- Stall & Run-up time
- Type of Explosion Protection
- Manufacturer

5.3.4.7.2 Hazardous Area Classification

5.3.4.7.2.1 The packages will be located in: Class 1 Zone 2, IIB T3.

5.3.4.7.2.2 All equipment and materials supplied by Vendor shall comply with the applicable
Electrical Code. The design, construction, and installation shall be in accordance with the
following codes and standards:
• SAES-P-100 Paragraph 8.
• ANSI/NEMA.
• IEEE.
• NFPA 70, National Electrical Code (NEC), (with the additions and exceptions
included in SAES-P-100 Paragraph 8).

5.3.4.7.2.3 Vendor shall comply with the requirements detailed in Project procedure HSE
Instructions to VENDORs, 10230-00-091-PD-0002.

5.3.4.7.2.4 VENDORS shall satisfy all legal requirements required by the applicable
Electrical Code relevant to risk evaluation, documentation to be supplied and necessary
certifications.

5.3.4.7.2.5 As a minimum, VENDORS shall provide the following documentation:


a) Declaration of Conformity when applicable.
b) Electrical certificate (when applicable, according to equipment and/or system
category).
c) Nameplate on the equipment.
d) Equipment safety instructions (Operation manual of the equipment).
e) Relevant technical documentation.

5.3.4.7.2.6 VENDORS shall follow the hazardous area classification for the packaged unit,
in accordance with ARAMCO Standard SAES-B-068 (API RP 505 -2013)and all installed
equipment and material will comply with the requirements of the area in which they are to be
installed and will be specified in the equipment data sheets and meet the requirement of SAES-
P-100 Paragraph 8.

5.3.4.7.2.7 VENDORS shall prepare the documents relevant to their own scope of work in
accordance with the Project Supply Specifications, where applicable, including:
a) HAC Release Source List

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 38 OF 70

102300202-A000002053-CP REV.: 00

b) HAC layout drawings.

5.3.4.7.2.8 VENDORS shall identify all risks associated with its equipment, analyze and
provide along with the equipment, the necessary measures for the elimination or minimization
of such risks.

5.3.4.7.2.9 VENDORS shall as well as supply all the information necessary for safe
operation of the equipment and in particular that referring to potential sources of ignition
evaluated.

5.3.4.7.2.10 All Equipment shall be provided with a sufficient quantity of isolating devices to
allow safe isolation and maintenance of the Equipment.

5.3.4.8 PIPING REQUIREMENTS

5.3.4.8.1 Package vendor shall be responsible to check for flexibility of the supplied
piping. Piping shall be permanently supported by vendor.

5.3.4.8.2 In general packaged lines shall be grouped together at the established battery
limit and vendor shall anchor all lines close to this point.

5.3.4.8.3 Skid piping and supports shall be designed so that all piping stresses and
movement are absorbed within the skid and no loads are transferred to the mating pipe.
Package vendor shall be responsible to ensure that nozzle loads on equipment nozzles are
under the allowable.

5.3.4.8.4 Additionally equipment shall be able to withstand a momentary application of


loads increased up to 1.3 times above values during an earthquake scenario with no loose of
integrity.

5.3.4.8.5 Fabricated piping and Auxiliary piping design shall be designed in accordance
with 01-SAMSS-010.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 39 OF 70

102300202-A000002053-CP REV.: 00

5.3.4.8.6 Piping interfaces between VENDOR and CONTRACTOR shall be made by


flanges located at the edge of the package unit. Connection size shall be as per Contractor
requirement. All piping entering or leaving the package unit will be grouped together
as far as practicable.

5.3.4.8.7 Piping within skids shall be delivered prefabricated and assembled by


VENDOR,including all components, accessories and supports.

5.3.4.8.8 All piping interface to COMPANY's Piping shall terminate at the skid edge with
a flanged connection.

5.3.4.8.9 The skid piping shall be adequately supported and anchored at the battery limit.

5.3.4.8.10 All piping and equipment within the skid shall be properly supported. Vendor
shall design, supply and install the supports.

5.3.4.8.11 Each complete spool piece shall be hydrotested by VENDOR.

5.3.4.8.12 All the customer connections shall be either impression stamped or permanently
tagged.

5.3.4.8.13 VENDOR shall apply, as required, the requirements for materials and
application of insulation system for piping (including in the scope of VENDOR) in accordance
with Saudi Aramco standard SAES-N-001. Insulation type, insulation materials, application
of insulation, and insulation thickness table are defined in this document. Also, the insulation
THICKNESS TABLES specified in this document shall be followed by
VENDOR.

5.3.4.8.14 All Insulation Project Specifications, Standards, to be included in chapter 3 shall


comply by VENDOR.

5.3.4.8.15 Equipment and piping Isolation shall comply with Project Isolation Philosophy.
Isolation valves for all auxiliary and utility connections (Except Water) shall be
provided by VENDOR.

5.3.4.8.16 Standard SAES-D-001 shall be followed for gasket selection, section 7.4,
gaskets shall be spiral wound type, with solid inner ring 316 SS for vacuum application.

5.3.4.9 CIVIL REQUIREMENTS


To allow design of foundations, VENDOR shall supply the following information:
- Outline drawing of the package assembly with dimensions with the location and size of
anchor bolts as well as anchor bolt projection. Required grip for anchor bolts shall be
clearly noted. Define position, type of anchor bolts and pocket dimensions if necessary.
- A plan showing location and size of base components requiring grout support. For skid
mounted machinery, requirements for filling skid with grout and location and size of
grout holes. Define type of grout.
- Loads in each support (including dead load, live load, wind load, seismic load, static
operation load, erection and maintenance loads, thermal loads, special loads…) as
individual unfactored loads as specified in Civil and Structural Basis of Design.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 40 OF 70

102300202-A000002053-CP REV.: 00

- Define static loads: dead weight, auxiliary and fixed equipment operation loads and
accessories, both, vertically and horizontally (such as drives, skid, machine) and
locations such that the center of gravity that may be calculated including point of
application, value and direction.
- Define unbalancing dynamic loads: primary and secondary unbalanced forces, couples
and moments both, vertical and horizontal, including point of application, magnitude,
direction and frequency.
- Mass moment of inertia about the CG of the machine or sufficient data and individual
components and their CGs to calculate the mass moment or inertia.
- Define the maximum peak to peak allowed amplitude for foundation vibrations, at the
frequencies corresponding to the machine’s operation range.
- Required anchor bolt post tension stress.
- Machine Limitations (vibrations, amplitudes…).
- For most structures and equipment, ordinary strength anchor bolts can be used (AST0
A307, ASTM A36/A36M or F1554 ft. 36). If the anchor bolt loads require anchor bolts
in excessof 50 mm (2”), high-strength anchor bolt material should be considered.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 41 OF 70

102300202-A000002053-CP REV.: 00

5.3.5 EXCLUSIONS
The following equipment and/or services will not belong to the VENDOR’s scope of supply:
- Detail design and supply of all material for all concrete foundations and civil works.
- Electric motor starters.
- Electric power supply.
- Local control stations.
- Injection quills.
- Interconnecting piping / valves / fittings outside the skid.
- Complete electrical mounting materials outside battery limits / skid boundaries (field
cable and trays).
- Electrical mounting materials for instrumentation (multi-cables and trays) outside
battery limits.
- Communication cabling and assembly for interconnection with the PCS.
- Erection / installation at site.
- Multicables, multicable side cable glands and cable trenches between junction boxes
and marshalling or control cabinet located in PIB, CCR and/or substation, as
applicable.
- Fireproofing.
- PCS / ESD
- First charge of lubricants.
- Local Control Station (a JB including HOA selector when required, START/STOP
pushbuttons and lamps. Allow local/field command).
- Instrumentation Junction boxes.

5.3.6 WELDING REQUIREMENTS


For those components which require the submission of a Welding Book by SAEP-352:
All welding procedures to be used shall be submitted as a complete package to
CONTRACTOR for the technical approval prior to the start of work (refer to SAEP-352 for
details). The welding procedure submittal shall include the Welding Procedure Specifications
(WPS), Qualification Test Records (PQR), and a Weld Map.
Additionally to Project Requirements, WPSs and PQRs shall be conform to the latest revision
of ASME Code, Section IX, forms QW-482 and QW-483, respectively, or equivalent.
For progressive examination requirements, a lot shall be defined as all the welds made since
the last acceptable weld, excluding "penalty" examinations, for a given welder from any
previous production on a specific line classification. The progressive examination shall be
limited to the specific welder with the defective welds. The last acceptable weld is defined as
a weld that has been examined and accepted by both RT (or UT) and all other specified NDT
methods (visual, PT, MT). Any inspection performed due to progressive examination
requirements shall not count toward the required overall examination frequency (percentage).

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 42 OF 70

102300202-A000002053-CP REV.: 00

VENDOR shall incorporate the appropriate provisions concerning approval of welding


procedure specifications and qualification records into Drawings, Procedures, Purchase
Requisitions and Purchase Orders and verify all Sub vendor and Subcontractor shop and field
fabricators’ compliance with such provisions. VENDOR is reminded that Out Of Kingdom
laboratories for PQR tests must hold ISO 17025. For those In Kingdom laboratories, only
SAUDI ARAMCO approved laboratories are acceptable.
Welding Procedure Specification and Procedure Qualification Records for all pressure
retaining welds, including tack, temporary and repair welds shall be included in Welding
Dossier.
The information contained in each weld map shall include, but not be limited to, WPS/PQR
which qualify each joint sketch, actual thickness to be welded and materials (Preferably ASTM
equivalent to be indicated). Weld Map shall not be reviewed without applicable WPSs and
PQRs or vice versa. Weld map must be included in the Welding Dossier.
All welders and welding operators shall be qualified in accordance with the applicable Code,
Laws and Specifications, including tack, temporary and repair welds. The test conditions of the
mentioned welders and welding operators shall be performed in accordance with the
applicable laws, regulations, standards and codes. All qualifications which require for the
witnessing of third parties and/or authorities shall be executed accordingly including all the
required certificates, reports, etc. The test records of all welders and welding operators shall
be available at all times at the work location for review by CONTRACTOR Inspection
Department. Performance qualification tests shall not be performed on production joints on
CONTRACTOR work.
In case of intended weld repairs or any major repair, CONTRACTOR shall be notified for
approval before execution.
Non-destructive Examination (NDT) inspection procedures shall be established in accordance
with ASME SEC V. A written procedure for each inspection method and technique, including
acceptance criteria, to be used shall be submitted to CONTRACTOR for approval. Qualification
of the procedure by the CONTRACTOR may be required, when determined by applicable
Code, Standards and Specifications. Inspection procedures in conformance with other
standards are acceptable only with the approval of CONTRACTOR and COMPANY.
The minimum extent of non-destructive examination (NDT) for various applications will be
established at the beginning of the works, in accordance with the applicable Code, Standards
and Specifications. The minimum percent coverage of the specified NDT method may be
increased (at any level up to 100%) if, in the opinion of the authorized CONTRACTOR
representative, the welds are of questionable workmanship or if NDT indicates an excessive
number of defects.
For all pressure vessels Vendor will include, attached to the Quality Control Plan, a summary
list showing all pressure bearing weld joints and those joints which weld together non pressure
retaining parts to pressure bearing parts with all the NDT’s to be performed on each weld prior
to and after the post weld heat treatment (if applicable), as per example PMI, hardness test,
etc. including the % of each NDT.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 43 OF 70

102300202-A000002053-CP REV.: 00

Vendor and Sub Vendor must produce the required documentation to show that their Positive
Material Identification (PMI) personnel fulfill the following qualification requirements:
a) Operator must have at least 3 years of experience in PMI techniques in Oil & Gas
applications.
b) Operator must show his working knowledge to CONTRACTOR Inspector and
COMPANY representative regarding the PMI instrument and alloys. VENDOR must
produce the Inspector’s training certificates from PMI Instrument
manufacturer/provider.
c) VENDOR must ensure that certified alloy samples are available at Shop for verification
purpose.
Applicability of PWHT for each of the former joints shall be indicated in the summary list, along
with the joints from where the test coupons must be taken.
In accordance with CONTRACTOR “QA, QC/Inspection & Expediting Requirements for
Vendors” 10230-00-140-PD-0003, Vendor shall use the template number 09 included in the
“QA, QC/Inspection & Expediting Requirements for Vendors”.
The following is a brief description of the WPS (Welding Procedure Specification) review
process and the information required to carry out a satisfactory evaluation of Vendor welding
dossier.
Review Process
The WPS review process is carried out in the following stages.
1. A technical evaluation considering:
a) The associated PQRs (Procedure Qualification Records) and supporting test
results.
b) The applicable international codes.
c) The applicable Saudi Aramco project standards (at given cut-off date).
2. An evaluation of the proposed application considering:
a) Service environment.
b) Specified materials.
c) Design requirements.
d) Constructability.
e) Any formally agreed waivers to project standards requirements.

Essential Supporting Information


The following information must be included in any/all Vendor welding packages submitted for
Saudi Aramco approval:

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 44 OF 70

102300202-A000002053-CP REV.: 00

1. A Weld Map or WLDT (Weld Line Description Table) that identifies where the WPSs
are intended to be used.
2. WPS’s to cover all the joints and applications shown in the Weld Maps or WLDTs.
3. All referenced PQR’s and associated test results for each WPS.
4. PWHT (Post Weld Heat Treatment) procedures including hot forming heat treatments.
5. Service / application details:
a) The specified international codes (ASME VIII, ASME B31.1/3/4/8, API etc.).
b) Environment (sour, hydrogen, cyclic, heavy wall, high temperature, caustic etc.).
c) MDMT (Minimum Design Metal Temperature).
d) Low temperature Impact strength requirements.
e) Material thicknesses and diameters at each joint.

Supplementary Supporting Information


The following information is also helpful to the review process when available:
1. GA Drawings.
2. Any special Purchase Order requirements, restrictions or Technical Bid Analyses agreed
deviations.
5.3.7 COATING, SURFACE PREPARATION, PROTECTION
5.3.7.1 All equipment and materials shall be supplied suitably protected from corrosion during
transit, storage, after installation and during operation.
5.3.7.2 VENDOR shall advise any requirements for preservation of equipment and materials:
should they require long-term storage after delivery. VENDOR shall provide all materials
required for preservation and protection required for shipment and storage on site prior to
installation.

5.3.7.3 Regarding Preservation of Steel pipe sections and specially fittings, VENDOR is not
allowed to use any preservative agent based on bitumen (as Japanese Black, Japanese
Varnish, Coal tar, Brunswick Black, Black Coating, etc.).

5.3.7.4 The VENDOR must include under the scope an optional price of the Insulation (Pre-
Dressing) in the workshop.

5.3.8 SPARE PARTS, SPECIAL TOOLS AND OPERATING MATERIALS


5.3.8.1 SCOPE

5.3.8.1.1 CAPITAL SPARE PARTS: are those major replacement parts or complete units
essential to continuous operation when long delivery or manufacturing economy is a
significant factor. Capital Spares Parts are subject to Start-up and Operating Spare Parts
support the same as Parent Equipment.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 45 OF 70

102300202-A000002053-CP REV.: 00

5.3.8.1.2 START-UP SPARE PARTS: are parts or components required during


construction, pre-commissioning and commissioning. Vendor confirmed supply of the
following start up spares:

5.3.8.1.2.1 Spare parts for reciprocating pumps:

5.3.8.1.2.1.1 one (1) set of bearings

5.3.8.1.2.1.2 one (1) set of oil seals

5.3.8.1.2.1.3 o-rings / gaskets (200%)

5.3.8.1.2.1.4 one (1) set of valve springs /plates

5.3.8.1.2.1.5 one (1) set of diaphragm (for diaphragm type) or packing

5.3.8.1.2.2 Spare parts for vessels:

5.3.8.1.2.2.1 minimum two sets of spare gaskets with a blind flange for each manway and
blinded nozzle in the vessel.

5.3.8.1.2.2.2 minimum one set of service gasket set (200%) and two sets of spare gaskets
for each nozzle with companion flanges in the vessel.

5.3.8.1.2.2.3 all bolting with minimum 10% spare bolting (3 minimum for each size) per
vessel.

5.3.8.1.2.2.4 insulation gasket kits (100%)

5.3.8.1.2.2.5 anodes bolting (10%)

5.3.8.1.2.2.6 spare parts for piping (general)

5.3.8.1.2.2.7 flange gaskets (200%)

5.3.8.1.2.2.8 insulation gasket sts (included sleeves) (200%))

5.3.8.1.2.2.9 stud bolts,washers,nuts (for all types of piping clases) (10%))

5.3.8.1.2.3 Spare parts for control valves:

5.3.8.1.2.3.1 one (1) set for actuator diaphragms / seals

5.3.8.1.2.3.2 200% of o-rings / seals

5.3.8.1.2.3.3 one (1) set of stem / gland packings

5.3.8.1.2.3.4 200% of valve body gaskets

5.3.8.1.2.4 Spare parts for pressure safety valves:

5.3.8.1.2.4.1 200% of gaskets / seals

5.3.8.1.2.4.2 100% of metal tags

5.3.8.1.2.4.3 100% of springs

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 46 OF 70

102300202-A000002053-CP REV.: 00

5.3.8.1.2.4.4 100% discs

5.3.8.1.3 SPECIAL TOOLS: are Special Tools that are required for the installation and
maintenance of the FACILITIES.

5.3.8.1.4 OPERATING SPARE PARTS: are Spare Parts or components that are required
for continuous operation of the plant, equipment or system after commissioning of the
FACILITIES

5.3.8.1.5 OPERATING MATERIALS: “Operating Materials” are consumable materials


that are required for the continuous operation of the plant and are consumed in the normal
course of operations. VENDOR shall list all required quantities of chemicals, filtration
materials, lubricants, desiccants, industrial gases, emulsifiers, batteries, oils, and any other
catalysts, operating fluids, consumable, and materials required for the initial charge, pre-
commissioning and Start-Up, and commissioning of the PLANT.

5.3.8.1.6 CMMS: With regard to “Computerized Maintenance Management System”


(CMMS), currently, SAP® is used as a CMMS for the project. VENDOR is responsible for the
completion and submission of the equipment and spares CMMS templates.

5.3.8.2 GENERAL REQUIREMENTS


5.3.8.2.1 The spare parts shall be identical and interchangeable with the respective parts
of the main equipment and materials. Successful VENDOR shall also be required to furnish
identification of parts manufactured by others, including spare parts required for auxiliary
units. If any additions or changes are made to the main equipment design after the submission
of recommended spare parts list, successful VENDOR shall add or change the respective
spare parts accordingly with price and supply conditions immediately.
5.3.8.2.2 CONTRACTOR may provide, at their discretion, additional proposed parts for
further consideration and inclusion in the spare parts proposal by VENDOR.
5.3.8.2.3 VENDOR will provide the necessary human resources to manage and achieve
the correct interchangeability of Spare Parts.
5.3.8.2.4 All Spare Parts and Special Tools, forming part of the SUPPLY shall be new
and unused.
5.3.8.2.5 VENDOR shall ensure that, for all equipment supplied, Spare Parts and Special
Tools will be available for at least ten (10) years from purchasing.
5.3.8.2.6 All Spare Parts and Special Tools shall be properly packed (boxed) and marked
so as to guarantee that they are received in good condition, and must always be packed
separately from the main supply, even if dispatched at the same time to facilitate its reception
and adequate storage at site.
5.3.8.2.7 VENDOR to mark Spare Parts and Special Tools indicating PO and/or
Equipment Tag Number.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 47 OF 70

102300202-A000002053-CP REV.: 00

5.3.8.2.8 Unless otherwise specified or if Spare Parts list is not defined by


CONTRACTOR, VENDOR shall recommend to CONTRACTOR requirements for Start-up,
Capital and Operational Spare Parts. The recommendations for Capital Spare Parts shall
include long lead time, machined, moulded or cast parts which can best be supplied when
included in the manufacturing schedule of the Parent Equipment, and their quoted material
prices and any other information required for the justification.
5.3.8.2.9 Unless otherwise specified, Start-Up and Capital Spare Parts will be purchased
with parent equipment under PURCHASE ORDER and shall be delivered with parent
equipment.
5.3.8.2.10 VENDOR´s Operational and Capital Spares List/Summary must be valid for
acceptance, by CONTRACTOR for twelve (12) months in terms of price and delivery time,
with price updating if any longer time is required.
5.3.8.2.11 The selected OPERATING SPARE PARTS will be ordered by CONTRACTOR
in a separate Purchase Order from the main order. CONTRACTOR reserves the right to adjust
the quantities proposed by VENDOR and place the Order for those quantities at the unit rates
as offered by the VENDOR.

5.3.8.3 CAPITAL, START-UP SPARE PARTS AND SPECIAL TOOLS SPECIFIC


REQUIREMENTS

5.3.8.3.1 The recommendations for Capital Spare Parts (if applicable) shall include long
lead-time, machined, molded or cast parts which can best be supplied when included in the
manufacturing schedule of the Parent Equipment, and their quoted material prices and any
other information required for the justification.

5.3.8.3.2 VENDOR shall be required to define the Spare Parts and Special Tools data for
all the required Spare Parts including those identified by CONTRACTOR, if any, and all other
potential Spare Parts of the Equipment within their scope of supply, with their respective unit
prices.

5.3.8.3.3 Any additional Start-up Spare Part and/or Special Tool that may be identified as
required during the detailed engineering of the SUPPLY and that has not been specifically
listed and offered during bidding phase shall be considered as integral part of the SUPPLY
and be furnished by VENDOR at no additional cost.

5.3.8.3.4 Unless otherwise specified, Start-Up Spare Parts and Special Tools will be
purchased with parent equipment under PURCHASE ORDER and shall be delivered with
parent equipment.

5.3.8.3.5 VENDORs Start-Up Spares, Capital Spares and/or Special Tools Lists must be
priced separately and valid for acceptance, by CONTRACTOR, for the whole duration of the
order.

5.3.8.3.6 VENDOR shall include the sample of Bill of Materials.

5.3.8.3.7 Successful VENDOR selected to furnish the main equipment and materials shall
finalize the agreed Spare Parts list complete, including interchangeability, delivery terms and

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 48 OF 70

102300202-A000002053-CP REV.: 00

other information required, reflecting actual detail design, in accordance with


CONTRACTOR’s proposed format and instructions within thirty (30) calendar days after the
date of the Purchase Order for the main equipment and materials.

5.3.8.3.8 All Spare Parts and Special Tools shall be properly documented.
Documentation, certificates, etc., associated to Spare Parts and Special Tools shall be
independent from the rest of documents and easily traceable within Purchase Order
Documents.

5.3.8.4 OPERATING SPARE PARTS AND SPDP REQUIREMENTS

5.3.8.4.1 VENDOR shall recommend to CONTRACTOR, requirements for Operating


Spare Parts. Regarding Spare Parts Data Package (SPDP) according to SAEP-3101
Appendix “C”, it shall be submitted not later than the dates stated in aforesaid Appendix “C”.

5.3.8.4.2 An acceptable SPDP shall strictly follow instructions contained within point 5.0
of SAEP-3101 Appendix “C” and below particularities for some of the requirements:
a) Duly filled 10230-F-ITG-130-107-IX – Face Sheet for SPDP as document cover.
b) Certified recommendation for Operating Spare Parts as per template 10230-F-ITG-
130-107-VIII – Operating Spare Parts List for SPDP.
c) Regarding Recommended priced spare parts lists (SAEP-3101D Exhibit S) and Bill of
Materials (BOM) must contain Original Equipment Manufacturer's part numbers (OEM)
as well as Original Component Manufacturer's (OCM) part numbers. These
recommended spare parts lists should include all spare parts required for the first two
(2) years of operation. Separate spare parts information for each main equipment and
auxiliary equipment are required. Unit price must be provided for any equipment or
component the manufacturer is not recommending spare parts for.
d) Approved and NMR-602 Cerified Equipment Data Sheets.
e) Complete Bill of Materials (BOM): A complete list of all spare parts for each individual
unique piece of equipment not limited to recommended spare parts for stocking, prices,
quantity used per piece of equipment, together with the original equipment
manufacturer part number and or the original component manufacturer part number.
f) Approved and NMR-602 Certified General arrangement drawings/ cross sectional
drawings/ drawings of the equipment, etc. which must enable company to readily
identify the position and quantity of spare parts listed in the bill of materials (BOM).
Applicable drawings to be submitted must be checked SAEP-3101 Appendix “D”.
g) Approved and NMR-602 Certified Nameplate drawings and/or details.
h) Approved P&ID: if skid-mounted equipment is supplied.
i) Catalog Cuts: Catalog information which will support descriptively and pictorially OEM
and OCM component and or equipment details.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 49 OF 70

102300202-A000002053-CP REV.: 00

j) Unpriced Purchase Order Copy: and any subsequent change orders for the equipment,
showing contractor PO number and Saudi ARAMCO Purchase Order Number.

5.3.8.4.3 All supporting documentation as per SAEP-3101 Appendix “D” shall be scanned
in PDF format containing only the relevant equipment and Spare Parts data information.

5.3.8.4.4 All Equipment Data Sheets, BOM’s and Drawings included within SPDP must
include VENDOR corporate seal and red lettered FINAL stamp to be considered as certified.

5.3.8.4.5 VENDOR is encouraged to prepare any SPDP Waiver Request for any
equipment previously supplied to COMPANY in accordance with SAEP-3101 Appendix “E”.

5.3.8.4.6 Initial Spare Parts Data Package must be submitted immediately after approval
of engineering documents and related documentation and data for fabrication (NRM-601)

5.3.8.4.7 Separate SPDP per plant/unit may be required.

5.3.8.4.8 SPDPs will not be considered approved until SAUDI ARAMCO’s Materials &
Services Standardization Division (M&SSD) or a SAUDI ARAMCO designated 3rd Party
provides specific approval through Review Sheet.

5.3.8.4.9 SPDP deficiencies will be identified by SAUDI ARAMCO’s M&SSD through the
issuance of SPDP Review Sheet. Vendors may be requested to directly communicate through
email, conference call, video-conference, etc. with M&SSD or the designated 3rd Party for
the resolution of each of the deficiencies identified within the SPDP Review Sheet. If through
those communications VENDOR is not able to resolve referred deficiencies, VENDOR may
be requested to attend dedicated meetings at SAUDI ARAMCO M&SSD’s offices at no
additional cost.

5.3.8.4.10 Initial Spare Parts Data Package must be submitted immediately after approval
of engineering documents and related documentation and data for fabrication (NRM-601)

5.3.9 REPLICABILITY
5.3.9.1 VENDORs is encouraged to indicate in the SPDP the details of similar equipment
previously supplied to Saudi Aramco to help accelerating cataloging process. In this regard,
VENDOR should submit within sixty (60) days after the order a complete list of references of
SPDPs already submitted and approved for similar supplies in previous Saudi Aramco Projects
regardless if the order was placed by CONTRACTOR or other EPC CONTRACTOR different
than Técnicas Reunidas.
5.3.9.2 Vendors shall propose synergies by standardizing and or replicating the quoted
equipment as possible.
5.3.9.3 Additionally Contractor will introduce mandatory standardizing requirements in order
to simplify the Enginering, manufacturing and field assembly requirements. Vendors shall follow
the philosophy introduced by Contractor regarding Twin Areas.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 50 OF 70

102300202-A000002053-CP REV.: 00

5.3.9.4 VENDOR shall be required to define the spare parts and operating materials data for
all the required spare parts including those identified by CONTRACTOR, if any, and all
other potential spare parts of the equipment within their scope of SUPPLY, with their respective
unit prices according to 10230-F-ITG-130-107-V “Spare parts and interchangeability list

SCOPE OF SERVICES
5.4.1 GENERAL
5.4.1.1 VENDOR shall provide all the necessary services for the design, fabrication, inspection
and testing of the equipment, including provision of information to enable CONTRACTOR to
design the installation and verify the design of the equipment supplied.
5.4.1.2 VENDOR shall provide a Production Program. VENDOR´s Production Program shall
be sufficiently detailed to enable CONTRACTOR to understand the sequence of design, sub-
ordering, document approvals, manufacturing, inspection, test, certification and release for
shipment.
5.4.2 PROJECT COORDINATOR
5.4.2.1 VENDOR shall, after order placement, assign a Project co-ordinator responsible for the
following activities:
a) Act as a single contact point for all communication between CONTRACTOR and
VENDOR.
b) Monitor and expedite all of the VENDOR'S and SUB-VENDOR'S activities to ensure
compliance with the agreed schedule and the requirements stated in this Requisition
and its reference documents.
c) Attend an order kick-off meeting at CONTRACTOR's office.
d) Attend a Pre-Inspection meeting at VENDOR'S workshop. If applicable, depending on
the Inspection Level.
e) Attend technical and progress meetings at CONTRACTOR'S office, these may include
HAZOP/ SIL studies, layout, constructability, operability, maintenance and safety
reviews, etc. Assure recommendations raised during this sessions are incorporated in
design documents.
f) If applicable, participation on Integrated Factory Acceptance Test (I-FAT) and Factory
Acceptance Test (FAT) for the Control and Safety System.
g) Monitor and expedite responses to CONTRACTOR'S communication with VENDOR.
h) Prepare the PURCHASE ORDER progress reports that will be submitted monthly in
the format that will be specified by CONTRACTOR at the KOM. These reports shall
contain at minimum the full PURCHASE ORDER Level III Schedule indicating the
overall status at each cut-off date as well as status of each equipment/main component,
document list with status, full material status report, to the level of detail that may be
necessary for a full follow-up of the order, indicating the sub-orders placed, what has
been released from SUB-VENDORS, in transit, received, etc.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 51 OF 70

102300202-A000002053-CP REV.: 00

5.4.3 INSPECTION AND TESTING


5.4.3.1 All testing and inspection shall be, as a minimum, in accordance with CONTRACTOR
“QA, QC/Inspection & Expediting Requirements for Vendors” 10230-00-140-PD-0003” and
applicable codes, specifications and instructions, which are included in the corresponding
Requisition, and all applicable MSAER.
5.4.3.2 VENDOR shall take particular care to ensure compliance with the 175-Form
requirements included in the Requisition and all applicable SA 175 forms. VENDOR shall
submit to CONTRACTOR manufacturing and test reports as specified on each activity if it is
indicated in the corresponding ITP.
5.4.3.3 Materials and workmanship shall be subject to inspection by the CONTRACTOR in the
VENDOR's workshop and/or in the field.
5.4.3.4 The overall Inspection Level of the Material Requisition and details about inspectable
main components are defined in the “9 COM & Inspection Level List" Nº 9COM-IL-
102300202/A000002053 Rev.00 for Material Requisition 102300202”.
CONTRACTOR may change the assigned Inspecion Level during the course of the work as a
result of VENDOR, SUB-VENDOR or Manufacturer performance.
5.4.3.5 The CONTRACTOR’S inspector will check, as a minimum, equipment components,
dimensions, tolerances, connection sizes, locations, and the quality of workmanship against
certified drawings, Specification Sheet and purchase order documents.
5.4.3.6 VENDOR shall notify the fabrication places and contact details for all components.
5.4.3.7 Should this inquiry result in an award of business, it is understood and agreed that all
raw material, Work in process and finished Work, or as parts and SUPPLY supplied by
VENDOR or SUB-VENDORS, shall be subject to inspection and test by a representative of
COMPANY or CONTRACTOR or their designated representative. However, the inspection
shall in no way release VENDOR from guarantees as to materials, apparatus, workmanship
and performance.
5.4.3.8 VENDOR shall include a Slope Test for Baseplate within the Inspection and Test Plan.
This Slope Test will consist of pouring water into the baseplate drain rim or drain pan when
supplied and check that the water is drained through the baseplate drain connection.
Volume of poured shall be 2 litres per m2 of baseplate.
The water shall be poured directly to the rim or pam and the acceptance criteria shall be to
collect 85% of poured water through the drain connection.
5.4.3.9 For Pressure Vessels made of solid Stainless Steel or with internal cladding/weld
overlay, unless otherwise required by the Project Specifications, a test shall be performed in
order to detect iron contamination in SS surfaces, by impregnating the examined surface with
water (either pouring, spraying or applying a wet cloth). The surface shall be kept wet for a
couple of hours, then visually examined and dried immediately afterwards. Contaminated
surface shall be cleaned by grinding with flapper disk or pickling with nitric acid or Nital before

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 52 OF 70

102300202-A000002053-CP REV.: 00

subsequent surface conditioning. The water to be used for the described test shall be suitable
for Stainless Steel (as required in the Project Specifications).
5.4.3.10 Pressure Vessel with both impact test and PWHT requirements (either by Code
or Service reasons):
“Whenever the Pressure Vessel has both impact test and PWHT requirements (either by Code
or Service reasons), the Carbon Steel Plates (SA-516) chemistry shall fulfill the following
additional requirement:
-Maximum Vanadium (V) content: 0.02 wt%
-Maximum Niobium (Nb) content: 0.02 wt%
-Maximum V plus Nb content: 0.03 wt%”
5.4.3.11 If VENDOR wants to substitute RT by recordable UT techniques (ToFD and
Phased Array), the following requirements shall be met in addition to applicable
Code/specifications requirements:

5.4.3.11.1 REQUIREMENTS FOR BOTH TOFD AND PHASED ARRAY


The validation of ToFD and Phased Array procedures will be done in the same visit. The
notification for validation must be sent 45 days in advance. A pre-validation report signed by a
Level 3 shall be sent together with the inspection notification for the validation. If the report is
not sent, the notification will be rejected.

5.4.3.11.2 REQUIREMENTS FOR TOFD TECHNIQUE


The dead zone must be inspected by recordable UT method, Creep Waves for lateral wave
dead zone & Phased Array or conventional recordable UT for the back wall zone. Manual
inspection of dead zone is not permitted. For transition joints (Bottom to Shell), calibration-
validation block shall faithfully represent that joint. The block shall also be transition with the
same thickness of the items to test (Shell-Bottom). A Creep Wave block shall be included on
the procedure if creep wave will be use.

5.4.3.11.3 REQUIREMENTS FOR PHASED ARRAY TECHNIQUE


An automatic or semi-automatic scanner shall be used. The use of fixed or magnetic guides is
forbidden by ARAMCO. Weld joint geometry of validation blocks shall be representative of
production joints details. In case of nozzle validation, nozzle validation block shall be used for
validation. Plate blocks are not accepted for nozzle validations. A combination of L-Scan and
S-scan shall be used for thicknesses greater than 25 mm. Examination angles for L-Scan and
range of angles for S-Scan shall be within ± 10 degrees perpendicular to bevel angle. If it is
not possible (as the case of narrow gap welds) the validation block had to contain sub-surface
notches every 8mm on both welding bevels. Perform ToFD for narrow gap joints is an
acceptable alternative. An inspection with a 0° probe shall be included from the far fusion line
where the diameter of the nozzle allows this inspection. Procedure shall include far fusion line
calibration block. The weld must be inspected from both sides, I.D. & O.D.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 53 OF 70

102300202-A000002053-CP REV.: 00

5.4.3.11.4 REQUIREMENTS BEFORE VALIDATION (APPLICABLE FOR BOTH


TECHNIQUES)
Radiographic testing is required for each demonstration block to confirm induced defects,
using high sensitivity films (i.e D4 type). TR Inspector qualified in AUT by ARAMCO or third
party shall witness the mockups fabrication to make sure that induced subsurface and surface
are in correct dimension, location and orientation according technically accepted procedure.
Preliminary validation reports shall be issued and signed by both NDT service provider and TR
or third party. ARAMCO Representatives will be invited to witness the validation campaign
after getting validation acceptance from TR.

The technical requirements mentioned in the paragraphs above are based on requirements of
recent projects, however it may be subject to modifications by ARAMCO if deemed required
for the approval of the procedure. VENDOR shall not claim any impact due to these
modifications.

5.4.4 SHIPMENT, PACKAGE AND PRESERVATION


5.4.4.1 Shipment and package, preservation and protection shall be in accordance with the
Commercial Conditions and Instructions. VENDOR shall submit for review and acceptance by
CONTRACTOR a specific “Preservation Procedure” and Specific “Equipment and Materials
Maintenance and Preservation Matrix” as indicated in attached VDDR.
5.4.4.2 VENDOR shall supply the adequate goods packing and will indicate the instructions for
various operations of manipulation and shipment and for goods protection during the delivery,
as well as for goods outdoor storage for a minimum period of 18 months. Once unpacked, the
assembling and start-up period could extent to 12 additional months.
5.4.4.3 VENDOR shall advise if any “long term storage” procedure should be taken into
account and if this requirement has any price impact.
5.4.4.4 VENDOR shall consider all the preservation requirements during the shipment
according to COMPANY standards.

5.4.5 GUARANTEES
5.4.5.1 Guarantees shall be in accordance with Commercial Conditions and Instructions.
5.4.5.2 The equipment / materials shall be guaranteed for satisfactory performance at all
operating conditions.
5.4.5.3 If any performance or defects occur during the guarantee period, VENDOR shall make
all necessary alterations, repairs and / or replacements free of charge for the CONTRACTOR.
5.4.5.4 This Requisition in no way releases VENDOR from the final guarantees to materials,
equipment, workmanship and performance of the equipment and / or materials to be supplied.

5.4.6 FIELD SERVICE

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 54 OF 70

102300202-A000002053-CP REV.: 00

5.4.6.1 VENDOR shall quote for provision of suitably qualified and experienced personnel for
the Supervision of field services. Rates, manpower requirements and durations shall be quoted
for the provision of the following Field Services:

• Installation and Pre-commissioning.

• Commissioning and Start-up.

• Operator Training:

5.4.6.2 All VENDOR´s representatives must be capable of written and verbal communications
in the English language. All VENDOR representatives are expected to arrive on site complete
with all tools, personnel protection equipment (as required in the Contractor Site Safety
Program (CSSP)) and specialty equipment associated with their respective scope of work.

5.4.6.3 VENDOR´s to provide sufficient quantity of specialists to fulfil CONTRACTOR Project


Schedule. 24 hr / day coverage will be required for key Start-Up activities.

5.4.6.4 Site Services quotation instructions and requirements are included in the Commercial
Conditions and Instructions (CCI) attached to the RFQ.”

5.4.6.5 HSE requirements related to installation, pre-commission, commission, start-up or


operator training activities on site are out of the scope of this document. Any Field Services
carried out by VENDOR or SUB-VENDOR in CONTRACTOR’s site shall be performed in
compliance with Contractor Site Safety Program (10230-00-091-PD-0005) and related
documents. The visitor or VENDOR host is responsible for the safety of their employees.
Therefore, any visitor and/or VENDOR entering the site shall comply with applicable rules and
regulations concerning HSE. VENDOR to consider that any delay due to site entrance
requirement shall be part of VENDOR´s scope and therefore included in its rates.”

5.4.6.6 The requirements for the transport drivers will be among others; wear the PPE’s
required in the project (helmet, safety shoes, safety googles, gloves, safety clothes and high
vest) , submit for a project vehicle pass to the CONTRACTOR’s Security Coordinator prior to
entrance (Valid copies of driver license and/or equipment operator’s competency certification
and equipment, third party inspection when required, license plate number and description of
vehicle and current insurance documents) and comply with all the requirements included in the
Site Security Plan (10230-00-091-PD-0010).

5.4.6.7 The vehicle passes will be displayed on the inside of the windshield on the left side.
5.4.7 TRAINING

5.4.7.1 VENDOR shall quote for provision of suitably qualified and experienced personnel for
the Training. Rates, manpower requirements and durations shall be quoted for the provision
of the following Training Services:
a) At VENDOR’s facilities.
i. Pricing for specific training courses outside the Kingdom of Saudi Arabia.
b) On site.
i. Pricing for training sessions to be held in the Kingdom of Saudi Arabia.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 55 OF 70

102300202-A000002053-CP REV.: 00

ii. Pricing for trainers to work In Kingdom.

COMPANY shall have the right to adapt, re-format, publish and distribute equipment
publications and training manuals, or information contained therein, by any means within
COMPANY site to permit in-house training and support

Training, if required will be acquired directly by COMPANY, fixed prices and/or rates agreed
as well as all conditions agreed with CONTRACTOR will be transferred to COMPANY with no
extra cost.

5.4.7.2 VENDORS who will be performing any activity on site in the construction areas, will be
required to attend every training session as indicated by CONTRACTOR, including COMPANY
mandatory training if applicable, and specific Project CONTRACTOR Induction Session as a
minimum.
5.4.8 SECURITY OF INFORMATION AND DOCUMENTS
5.4.8.1 VENDOR shall develop, implement and maintain an information security policy to
protect information and telecommunications Systems and to ensure the integrity, confidentiality
and availability of PROJECT information and documents.
SUB-VENDORS
5.5.1 VENDOR shall control, co-ordinate, expedite and resolve all problems with any
SUB-VENDOR in order to meet the requirements of this Requisition.
5.5.2 VENDOR shall include in the quotation a list of all SUB-VENDOR proposed for
the supply of equipment and materials.
5.5.3 Main component suborders can only be awarded to approved SUB-VENDORS
(in the Project VENDOR List). VENDOR will defray all alternative SUB-VENDOR
prequalification costs.
5.5.4 Any selected SUB-VENDOR shall be approved by CONTRACTOR previously
to the sub-order placement.
5.5.5 CONTRACTOR reserves the right to reject any SUB-VENDOR proposed by
VENDOR without any price or delivery impact. For items not covered in the approved
Project VENDOR List, CONTRACTOR reserves the right to reject the selected SUB-
VENDORs by VENDOR during the detailed engineering without affecting the schedule and
the price
5.5.6 VENDOR shall attach to all Sub-Orders the “QA, QC/Inspection and Expediting
Requirements for VENDORs” 10230-00-140-PD-0003 and ensure that all SUB- VENDORs
fully comply with this document.
5.5.7 CONTRACTOR reserves the right to reject any of the selected SUB-VENDORS
by VENDOR if CONTRACTOR verify that what is stated in the “QA, QC/Inspections
Requirements for VENDORs” 10230-00-140-PD-0003 is not complied by any of the
selected SUB-VENDORS.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 56 OF 70

102300202-A000002053-CP REV.: 00

5.5.8 VENDOR shall, as part of the detail design documentation, provide for
CONTRACTOR information, in case of Purchase Order, a copy of all SUB-VENDOR un-
priced Purchase Orders.
5.5.9 SUB-VENDOR un-priced Purchase Orders shall indicate in the main document
of the Purchase Order references to the “QA, QC/Inspection and Expediting Requirements
for VENDORs” 10230-00-140-PD-0003 and to the applicable SAMSS´s, SAES´s, project
specifications, and standard Drawings.
5.5.10 VENDOR shall distribute documentation, including a list of applicable applicable
SAMSS´s, SAES´s, project specifications, and standard Drawings, to the SUB-VENDOR
as part of the order to SUB-VENDOR.
5.5.11 VENDOR shall provide original manufacturer source information for all material
and spare parts supplied including, but not limited to, manufacturer´s name, address, sales
order number, sales contact name, telephone number, fax number and e-mail address.
5.5.12 Prior to Sub-Orders’ placement, VENDOR shall submit a SUB-VENDORS list
for CONTRACTOR’s review that shall include as a minimum the following information:
material description, 9COM, approved sub-vendor (Name and ID), Inspection Level and
Material Specification. Where applicable, VENDOR shall indicate in the SUB-VENDORS
list additional information such as quantities, sizes and ratings (e.g. for flanges, pipes,
tubes, valves or similar).

QUALITY REQUIREMENTS
5.6.1 Quality requirements are detailed in Project procedure 10230-00-140-PD-0003
“QA, QC/Inspection and Expediting Requirements for VENDORs”, included within this
Requisition.
5.6.2 VENDOR shall implement a Quality Management System according to the
latest version of ISO 9001 (Quality Management Systems – Requirements) and in
compliance with the quality requirements specified in this Requisition and the reference
documentation.
5.6.3 CONTRACTOR or appointed representative, reserves the right to carry out a
prequalification of the VENDOR prior to select it for the Project. This prequalification will
consist of one or more of the following activities: the completion of the CONTRACTOR
VENDOR Evaluation Questionnaire, the auditing of the VENDORs Quality System, a
Quality Surveillance at VENDORs workshop, and a Technical Evaluation.
5.6.4 CONTRACTOR or appointed representative, reserves the right to call for the
VENDOR to provide a schedule of VENDOR Quality Audits, appropriate to VENDOR /
SUB-VENDOR activities, and for VENDOR to provide reports on such audits.
5.6.5 CONTRACTOR or appointed representative, reserves the right to carry out
Technical and Quality Audits at the VENDOR / SUB-VENDOR office and workshops at
different manufacturing stages, to verify VENDOR / SUB-VENDOR manufacturing
performances and that the Quality System is being met.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 57 OF 70

102300202-A000002053-CP REV.: 00

5.6.6 CONTRACTOR or appointed representative shall have the right of access to


VENDOR facilities and documentation for inspection and audit.

HEALTH, SAFETY AND ENVIRONMENTAL REQUIREMENTS


5.7.1 HSE requirements are detailed in Project procedure 10230-00-091-PD-0002
“HSE Instructions to VENDORs”, included within this Requisition. VENDOR shall confirm
compliance with HSE Codes, Regulations, Standards, Project Specifications, and all the
requirements included in the above mentioned document.
5.7.2 VENDOR shall submit (if available) a copy of his HSE policy and/or HSE
Management System (ISO 14001, OHSAS 18001).
5.7.3 Confirmation that substances banned, hazardous to the living beings or the
ozone layer, are not being used in the equipment itself, its parts, spares, or their
manufacturing.
5.7.4 Confirmation that parts or pieces exceeding 25 kg weight, that need some sort
of handling during normal or maintenance operations, are identified in the drawings and
fitted with lifting aids.
5.7.5 In case of packages, confirmation that ground continuity of parts up to the
grounding lugs is ensured as requested by the applicable electrical code.
5.7.6 In those cases where CONTRACTOR data sheets include emission / effluent
limit values, VENDOR shall confirm commitment with such, or his expected values out of
his quoted equipment under normal operating conditions, for further evaluation by
CONTRACTOR.
5.7.7 Any field Field Services carried out by VENDOR or SUB-VENDOR in
CONTRACTOR’s site shall be performed in compliance with Contractor Site Safety
Program (10230-00-091-PD-0005). Refer to section 5.4.6 Field services.
5.7.8 VENDOR shall review and comply with the noise requirements included in the
HSE Instructions to VENDORs 10230-00-091-PD-0002 and in the Noise Data Sheet
(10230-00-091-PD-0002-att01/att05).
5.7.9 VENDOR shall provide the expected Sound Pressure (SPL) and Sound Power
(SWL) levels at full (63 Hz-8000 Hz) and normal loads in dB(A) at one (1) m from the
equipment surface (or base frame limit) for equipment of standard design, of special design
or with noise control features as appropriate.
5.7.10 For packages made of several components (e.g. driver, gear coupling, piping,
valves, ducts,the equipment noise level limits apply to the whole package, working as a
single integral unit.
5.7.11 VENDORS shall provide Electrical Protection Certificates (when applicable,
according to equipment and/or system category) as part of the final quality dossier.
Additionally certificates for main electric motors shall be submitted by VENDOR as an
independent item in the VDDL under the coding CER-0001.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 58 OF 70

102300202-A000002053-CP REV.: 00

DOCUMENTATION REQUIREMENTS
5.8.1 Documentations requirements are detailed in Project procedure 10230-00-082-
PD-0003 “VDDR General Notes”, included within this Requisition.
5.8.2 Drawings shall be produced on Microstation version V8i SS3 (as per SAES-A-
202).
5.8.3 Vendor Project Records shall be produced according to SAEP-122 “Project
Records” included within this Requisition.
5.8.4 Material delivery is not considered complete until the required (1) electronic and
hard copies of VENDOR equipment operating instructions and equipment maintenance
manuals have been transmitted/ delivered to CONTRACTOR and receipt and approval of
instructions and manuals has been acknowledged by CONTRACTOR.
5.8.5 Drawings to be included in chapter 5.8 are required to be updated up to the “as
built” conditions.
VENDOR and SUB-VENDORS P&IDs shall be prepared in accordance with the
PROJECT´s Standards, including symbology and level of detail. Those P&IDs shall be
prepared in order to allow its integration into CONTRACTOR´S P&IDs. Requirements for
P&IDs development include, but are not limited, to the following:
* Equipment, instruments, signals, piping and appurtenances symbology to be as per
PROJECT´s Standards.
* Equipment, instruments and signals tagged according to PROJECT´s Standards.
* Lines numbering according to SAES-A-202.
* Correct identification of all battery limits between VENDOR & CONTRACTOR
integrated with CONTRACTOR with P&ID´s. Tie-in list with characteristics to be included.
* Integration of the VENDOR supplied electronic instruments and controllers with other
Plant control subsystems.
Once VENDOR is selected, CONTRACTOR will provide all requirements for P&ID´s
development (simbology, numbering, drafting requirements, seed files…).”
Additionally VENDOR shall provide together with each issue of the P&IDs a line list using
PROJECT format including information for all lines within VENDOR´s scope of supply filling all
necessary fields required as per format SA-2824 attached to this requisition.
5.8.6 All measurement instruments and pressure safety valves within VENDOR´s
scope of supply shall be calibrated prior to shipment to site. A calibration certificate
(traceable to laboratories certified according to ISO/IEC 17025:2005) must be issued per
each instrument. These certificates shall make reference to the CONTRACTOR Tag
Number of the instrument and they must be offered for review by CONTRACTOR
Inspector. A copy of the calibration certificates duly signed by the CONTRACTOR
Inspector shall be submitted to CONTRACTOR as a separate document coded CER-0006
(Instrument Calibration Certificates) or CUR-0001 (Calibration Curves) according to the
VDDR requirements. Additionally, it shall be included in the Final Quality Dossier within a
Section named “Calibration Certificates of Instruments Supplied by Vendor”. As part of the
document, it is mandatory to include a traceable list showing the Tag Numbers / Reference
Numbers of the instruments and their calibration range. Such list shall include heyperlinks

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 59 OF 70

102300202-A000002053-CP REV.: 00

to the corresponding calibration certificate for each instrument listed. CONTRACTOR


reserves the right to not release the goods until all certificates have been properly supplied
by VENDOR and reviewed by CONTRACTOR in accordance with the above instructions.
5.8.7 Regarding 3D model, VENDOR to provide the following:
A dedicated 3D Model of the Package, according to 3D Model Specification 10230-00-
131-ES-0010, in order to be integrated with CONTRACTOR´s engineering 3D Model. 3D
model of all the packaged units including instruments, junction boxes and cable trays. The
location of the VENDOR junction boxes should always be in the areas near the exteriors
of the package unit and will be placed in consensual form with CONTRACTOR as late in
the Kick of meeting.
For this purpose vendor shall include 3D Model by the following order of preference:
1. SP3D Files: If vendor has the capacity to generate 3D model in SP3D,
CONTRACTOR would send a seed project to generate it. Model information in SP3D will
be copied in CONTRACTOR model. The result is to have native SP3D elements.
2. VUE Files: If vendor has designed in PDS or any other system that could provide a
.VUE file, CONTRACTOR will coordinate a session Review (coordinates and location).
After that session it will be referenced in SP3D and named ' Reference 3D'. In addition,
native files also request (PDS archival or similar).
3. SAT Files: Neutral format files .sat extension and native files, can be used to import
equipment into SP3D. The graphics data has not associated information, however are
within the project information, so nozzles can be assigned to make connections, vendor
shall provide native files from which .sat has been generated. See reference Specification
for Vendor 3D MODEL 10230-00-131-ES-0010.
4. MICROSTATION J AND NATIVE FILES: Vendor to supply the model in Microstation
J format which DGN files should not exceed 15MB. See reference specification 10230-00-
131-ES-0010.
IMPORTANT: As a general rule must be INCLUDED only in 3D models SURFACES
OF EQUIPMENT OR 3D elements that limit accessibility. Without adding internals or small
details such as nuts, bolts, washers, etc. Since the goal is to have a representation of
volume in order to verify maintenance, operation and possible interferences.
5.8.8 With regarding to PSV and control valves VENDOR shall provide the following
noise data for each valve included in its scope of SUPPLY:
Lp (Sound pressure) vented in dBA through valve outlet nozzle.(mandatory).
Lw values (Sound power Level) (optional)
Lp (Sound pressure) radiated in dBA through valve body at 1m from valve surface
(optional).
Calculation Methods, Standards, Codes, etc. considered to obtain these three
parameters shall be provided with the noise data.
In case of noise limits un-fulfilment of radiated Lp values for an specific noisy service,
VENDOR shall quote acoustic measures (other than acoustic insulation) to solve the
affection (on valve body) as part of its scope of SUPPLY.
5.8.9 VENDOR shall submit Safety Instructions Sheets (SIS) in native format per
vessel included in the package, in compliance with SAES-A-005 requirements.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 60 OF 70

102300202-A000002053-CP REV.: 00

5.8.10 VDDRs are an integral part of this requisition and as are the complete spare
parts packages in COMPANY provided format and as such, notwithstanding the terms of
payment provisions in the conditions of purchase, Purchase Order payment up to the full
Purchase Order price may be withheld until all VENDOR Drawing and Data Requirements
and all non-material requirements and spare parts data packages are delivered and
accepted by CONTRACTOR.
5.8.11 In a first phase Vendor shall provide documentation for just one of the Twin
Items. Proposal for unified Documentation shall be submitted and validated by
CONTRACTOR. The final drawings and documentation shall be submitted separately for
each Tag No per Area at the end of the detailed engineering stage, once all the
CONTRACTOR´s comments are implemented by VENDOR in the revision without
comments of his documentation.
5.8.12 VENDOR shall send CONTRACTOR an early instrument list (including tag
number, loop number, instrument type and service) including all items belonging to the
package (these tags shall be reflected in P&ID´s). With this information CONTRACTOR
will issue Excel files with the datasheet fields to be completed and VENDOR will send them
back fully completed.
After awarding, CONTRACTOR will supply Excel files formats for Instrument List, I/O
signals List, Wiring and cable list and VENDOR shall include all information required in
these formats.
5.8.13 General Arrangement Drawing (GA) shall be submitted by VENDOR within the
agreed VDDR´s date. Skid / anchor bolt´s foot print and main nozzle location and elevation
shall be defined at first edition. No further modifications are allowed.
Gravity Centre and final weights shall be issued no later than second edition of drawing.
GA shall be agreed and approved at second edition. VENDOR shall strongly respect
approved GA. Any modification from VENDOR that originates reworks for CONTRACTOR
will be back charged
5.8.14 After submission by VENDOR of second revision of critical drawings it shall be
scheduled a “Critical VENDOR Drawing Freezing Meeting” in CONTRACTOR offices with
an approximate duration of one week (depending on equipment type) with the active
participation of VENDOR and CONTRACTOR applicable disciplines.
The objective of this meeting is to get the compromise of all involved CONTRACTOR
disciplines and VENDOR to review in detail all critical drawings and agreed the comments
so that the following revision of critical drawings sent by VENDOR will be returned by
CONTRACTOR as “Reviewed without comments”. After this meeting no modifications in
critical drawings shall be allowed to VENDOR (subject to penalties) nor additional
comments of CONTRACTOR (except if these comments comes from non-compliance of
contractual requirements by VENDOR).
This meeting will be also useful to review the rest of documents of the order, mainly
the ones related to Instrumentation, that probably could not be closed after this meeting
but deeply reviewed and main comments agreed.
5.8.15 In case CONTRACTOR has comments to the VENDOR documents, they will
be incorporated into the documents that will be returned to the VENDOR. If VENDOR does

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 61 OF 70

102300202-A000002053-CP REV.: 00

not understand any of the comments, or considers that it is not applicable, the first option
would be to clarify the comment through telephone or email with CONTRACTOR. If this
channels do not solve the issue, a Comment Resolution Sheet (CRS) shall be completed
by VENDOR, using the template “Comment Resolution Sheet (CRS)” included in this
requisition, and sent to CONTRACTOR in order to clarify the comment and reach an
agreement. Format of CRS is attached to this Requisition. A single CRS shall be prepared
for each VENDOR document including the comments to be discussed related to this
document. CRS shall be named as follows: VENDOR Document Code-CRS Rev.X
(VENDOR Document revision).

DEVIATION LIST
5.9.1 The complete SUPPLY shall be in accordance with this Requisition and its
attached documents. VENDOR confirmed No Deviations to the requirements detailed in
RFI and further attached/mentioned applicable documents, as Data Sheets, specifications,
standards, etc. No deviations shall be allowed.

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 62 OF 70

102300202-A000002053-CP REV.: 00

ATTACHMENT 1: ALLOWABLE NOZZLE LOADS

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 63 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 64 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 65 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 66 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 67 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 68 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230

DOSING PACKAGES PAGE 69 OF 70

102300202-A000002053-CP REV.: 00

This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-008-12
DPT : 136 - MECHANICAL
FOR: DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 1 DATE : 16/01/2020

With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
MECHANICAL
CAL-0005 R 120 after PO PDF 601
CALCULATIONS
CALIBRATION
CERTIFICATES FOR
CER-0006 3 I 150 after PO PDF 603
SUPPLIED
INSTRUMENTS
SAFETY INTEGRITY
CER-0009 4 I 150 after PO PDF 603
LEVEL CERTIFICATE
ELECTRICAL
CER-0001 PROTECTION 9 I 150 after PO PDF 603
CERTIFICATES
EQUIPMENT
CUR-0003 PERFORMANCE X R 90 after PO PDF 602
CURVES
STARTING CURVE AND
CUR-0004 R 90 after PO PDF 602
MOMENT OF INERTIA
OPERATION GENERAL
DES-0003 10,12 R 120 after PO PDF N/A
DESCRIPTION
PROCESS PIPING AND
DIA-0001 INSTRUMENT 10 X X R 60 after PO PDF 601
DIAGRAMS
AUXILIARY SYSTEMS
PIPING AND
DIA-0002 10 X X R 60 after PO PDF 601
INSTRUMENT
DIAGRAMS
DIA-0007 LOGIC DIAGRAMS 10 R 90 after PO PDF N/A
SYSTEM
DIA-0014 ARCHITECTURE X R 60 after PO PDF N/A
DIAGRAM
DOS-0001 WELDING DOSSIER X R 75 after PO PDF 601
FINAL QUALITY
DOS-0002 5 R 360 after PO PDF 603
DOSSIER
INDEX QUALITY
DOS-0003 R 120 after PO PDF N/A
DOSSIER
MATERIAL PURCHASE
ESP-0004 TECHNICAL R 60 after PO PDF N/A
SPECIFICATIONS
PROCESS HOOK-UPS
ESQ-0003 R 120 after PO PDF N/A
AND MTO
PNEUMATIC HOOK-
ESQ-0004 R 120 after PO PDF N/A
UPS AND MTO
COMPLETED DATA
SHEETS FOR MAIN
HDD-0001 X X R 60 after PO PDF 601
MECHANICAL
EQUIPMENT
COMPLETED DATA
SHEETS FOR AUXILIARY
HDD-0002 R 60 after PO PDF 602
MECHANICAL
EQUIPMENT
HDD-0004 NOISE DATA SHEETS X R 120 after PO PDF 602

HDD-0005 SAFETY DATA SHEETS R 120 after PO PDF N/A


INSTRUMENTS DATA
HDD-0006 2,10 R 90 after PO PDF 602
SHEETS
LIS-0005 LUBRICANT LIST X R 120 after PO PDF 602

LIS-0006 INSTRUMENT LIST 10 X R 90 after PO XLS 602


UTILITY
LIS-0007 X X R 60 after PO PDF N/A
CONSUMPTIONS LIST
CONNECTION LIST
LIS-0008 WITH 10 X R 60 after PO PDF N/A
CHARACTERISTICS
LIST OF SET POINT
LIS-0011 VALUES FOR ALARMS 10 R 90 after PO PDF N/A
AND SHUTDOWN
LIS-0015 SPECIAL TOOL LIST X I 100 after PO PDF 602
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-008-12
DPT : 136 - MECHANICAL
FOR: DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 1 DATE : 16/01/2020

With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
SPARE PARTS LIST FOR
PRECOMMISSIONING,
LIS-0016 X R 100 after PO PDF N/A
COMMISSIONING AND
START-UP
SPARE PARTS LIST FOR
LIS-0017 2 YEARS OF X R 100 after PO PDF N/A
OPERATION
CAPITAL SPARE PARTS
LIS-0018 X R 100 after PO PDF N/A
LIST
LIS-0019 SUB-SUPPLIERS LIST X X R 15 after PO PDF N/A
PACKING LIST & CRATE
LIS-0020 I 180 after PO PDF N/A
CONTENT LIST
LIS-0021 LINE LIST 10 R 60 after PO PDF N/A
INSTALLATION,
OPERATION AND
MAN-0001 R 150 after PO PDF 1 CD 603
MAINTENANCE
MANUAL
DETAILED DRAWINGS
FOR AUXILIARY
PLD-0002 I 90 after PO PDF 602
EQUIPMENTS AND
ELEMENTS
SECTIONAL DRAWINGS
PLD-0004 WITH PARTS I 90 after PO PDF 602
IDENTIFICATION
DRAWINGS OF
EQUIPMENT ANCHOR
PLD-0006 R 60 after PO PDF 601
BOLTS DETAILS AND
MOUNTING PLATES
DRAWINGS FOR
EQUIPMENT
PLD-0008 I 150 after PO PDF N/A
TRANSPORT
PREPARATION
NAMEPLATE
PLD-0019 R 90 after PO PDF 602
DRAWINGS
PLG-0002 INSTRUMENTS LAYOUT R 60 after PO PDF 602
GENERAL
ARRANGEMENT WITH
PLG-0003 6 X X R 60 after PO PDF 601
DIMENSIONS AND
LOADING DATA
PLG-0006 3D MODEL 7 R 90 after PO PDF N/A
QUALITY CONTROL
PLN-0001 13 X X R 60 after PO PDF N/A
PLAN
PRC-0001 TESTS PROCEDURES 14 R 90 after PO PDF N/A

PRC-0002 ERECTION PROCEDURE 8 I 150 after PO PDF N/A

PRC-0003 FAT PROCEDURE R 120 after PO PDF N/A

PRC-0006 NDE PROCEDURE R 120 after PO PDF N/A

PRC-0008 PMI PROCEDURE R 120 after PO PDF N/A


PRESERVATION AND
PRC-0009 STORAGE R 150 after PO PDF N/A
INSTRUCTIONS
HYDROSTATIC TEST
PRC-0010 R 120 after PO PDF N/A
PROCEDURE
PRC-0011 PWHT PROCEDURE R 60 after PO PDF N/A
PACKING &
PRC-0012 TRANSPORTATION R 120 after PO PDF N/A
PROCEDURE
PRC-0016 PAINTING PROCEDURE R 120 after PO PDF N/A
HEAT TREATMENT
PRC-0047 R 90 after PO PDF N/A
PROCEDURE
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-008-12
DPT : 136 - MECHANICAL
FOR: DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 1 DATE : 16/01/2020

With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
PRC-0039 LEAK TEST PROCEDURE R 120 after PO PDF N/A
TRACEABILITY
PRC-0024 R 120 after PO PDF N/A
PROCEDURE
PRG-0001 PROGRESS REPORT I 30 after PO PDF N/A
OVERALL
PRG-0003 MANUFACTURING X I 30 after PO PDF N/A
PROGRAM
COPIES OF UN-PRICED
SUB-0001 R 15 after PO PDF N/A
SUBORDERS
CAUSE AND EFFECT
TAB-0002 10 R 90 after PO PDF N/A
DIAGRAMS

GENERAL NOTES

1 Formats and templates attached to requisition shall be used for VENDOR documents development
2 Calculation for PSV, Control Valves, Orifices and Thermowell Wake Frequency shall also be submitted. Instrument data sheet shall be provided
for each Instrument tag Nº
3 Calibration Certificate must be provided for of all instrument that has local and/or remote indication, as well as Cold Test certificate for Relief
Valves. For all cases the corresponding identification of each item with Project TAG and calibration range shall be included. All these
certificates must be sent in a document under the coding CER-0006 at the time of Final Inspection as maximum, and must be included in the
corresponding section of the "Final Quality Dossier". This document shall include a list indicating TAG of instrument, serial number and
reference of calibration certificate.
4 For instruments connected to safety systems, SIL certificate according to IEC-61508 shall be provided
5 See document "QA, QC-Inspection, Expediting Requirements for Vendors" attached to requisition for details of how to prepare and submit the
Final Quality Dossier
6 First revision has to include, as minimum: equipment main dimensions (footprint), location of main piping nozzles and center of gravity,
foundation loads with location of anchor bolts. This information will be fixed and cannot be modified later (subject to penalties).
7 A dedicated 3D Model of the complete Package including auxiliaries in order to be integrated with CONTRACTOR´s engineering 3D Model shall
be supplied by Vendor. The type of file shall be as per requirements included in the Requisition
8 As minimum the following information will be included:
- Skid leveling acceptable criteria
- Shaft alignment procedure for drivers and driven equipment
- Complete information for grouting and skids installation

9 Electrical protection certificates shall be supplied as part of the final quality dossier. Additionally, certificates for main electric motors shall be
submitted by VENDOR as an independent item in the VDDL.
10 In a first phase Vendor shall provide documentation for just one of the Twin Items. Proposal for unified Documentation shall be submitted and
validated by CONTRACTOR. The final drawings and documentation shall be submitted separately for each Tag No at the end of the detailed
engineering stage, once all the CONTRACTOR´s comments are implemented by VENDOR in the revision without comments of his
documentation.
11 General note: This VDDR shall be followed in addition to the NMRs included in the requisition
12 Include control narrative
13 additionally consider Forging manufacturing Tracking and Special forgings ITP, if applicable
14 Additionally, the following procedures to be considered if applicable: Hardness Test Procedure, Impact test (PTC), Forging Manufacturing
quality Plan, Cold Formation procedure.

PROJECT NOTES
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-015-05
DPT : 136 - MECHANICAL
FOR: LOW VOLTAGE ELECTRICMOTORS FOR DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 0 DATE : 10/03/2020

With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
STARTING CURVE AND
CUR-0004 4 R 75 after PO PDF 602
MOMENT OF INERTIA
SINGLE-LINE
DIA-0006 2 R 60 after PO PDF N/A
DIAGRAMS
ELECTRICAL
HDD-0010 EQUIPMENT DATA X X R 30 after PO PDF 601
SHEETS
DETAILED DRAWINGS
PLD-0001 R 60 after PO PDF 601
FOR MAIN EQUIPMENT
JUNCTION BOXES AND
PLD-0014 R 60 after PO PDF 602
TERMINAL DRAWINGS
NAMEPLATE
PLD-0019 R 75 after PO PDF 602
DRAWINGS
GENERAL
ARRANGEMENT WITH
PLG-0003 3 X R 75 after PO PDF N/A
DIMENSIONS AND
LOADING DATA
QUALITY CONTROL
PLN-0001 R 90 after PO PDF N/A
PLAN
PRC-0003 FAT PROCEDURE R 110 after PO PDF N/A

PRC-0016 PAINTING PROCEDURE R 110 after PO PDF N/A

GENERAL NOTES

2 Only applicable for panels. It includes Single line diagram, schematic and connection diagrams, interconnection diagrams, CT calculation, list of
components, terminal strip diagrams and consumption list.
3 Only applicable for panels. It includes General arrangement drawing, sectional drawings, fixing and mounting details.
4 It includes motor starting curves, motor performance curves and CT curves.

PROJECT NOTES
Requisition : 102300202
DOSING PACKAGES
MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Supplier: ALDERLY
VENDOR TECHNICAL QUERIES & CLARIFICATIONS EVALUATION SHEET Quotation Ref. Nº: 022500202
Rev: Date: 14/jan/2020
Status Query
Item No. Description of the Query Vendor's Response TR Remarks Vendor's Response
(Open/Close)
1 GENERAL
All lifting lug connections shall be 100% magnetic particle inspected.
Full penetration groove welds in lifting lugs shall be 100% UT
1.1 Confirmed closed
inspected. Please confirm

1.2 All staniless steels and galvanized surfaces needs to be painted as per Confirmed closed
SAES-H-001, in acc with SAES-A-134. Please confirm
Vendor to confirm a common collector drain header within each skid
1.3 Confirmed closed
(vendor's scope) to collect all drains within the package.
Vendor to advise if any heat tracing is required in any package to
ensure the proper chemical quality and perfomrnace of the packages
Based on the experience with this kind of
chemicals, heat transer may not be
required. However, we cannot decide the
requirements as a package manufacturer.
Client has to confirm the requirement Based on your experience and conditions stated in DS, Provide price, as optional item, to Noted. Please provide the Project Specific
1.4 Awaiting response from client. It has to confirm By TR. At present, we Find spec attached closed
of heat tracing. vendor to advise if heat tracing is required. procurement department Specification for Heat tracing
have not considered any heat tracing. If
such heat tracing in required later on, the
same can be discussed and agreed by
both parties for commercial implications.

We do not see a lower temeprature in


any of these three scenarios. However As per process data sheet the MDMT is 34ºF,
Confirm MDMT as 34ºF. Vendor to advise if there is any lower
1.5 the minimum ambient temperature as which corresponds to the LODMAT. Please Confirmed closed
temperature during start-up, shutdown or emergency depressuring.
per SAES-A-112 is 0oC which is 32oF. confirm MDMT as 34ºF
TR to reconfirm the MDMT
1.6 Confirm Design life of package as 25 years Confirmed closed

Cleint has to confirm the Material.


However, based on the Datasheets
and this TQ, we will consider below
Noted the Piping Class Document.
MOC. Please confirm.
We understood below are the Piping Classes needs to
be Followed for each pacakges.
Antifoam and Oxygen
Please confirm.
SS316L for All Pumps, Piping and O.K. 1) Update Antifoam and oxygen Scavenger piping
As per spec, Environmental classification is "Highly corrosive C5-"I. Antifoam and Oxygen Scavenger - 1 SD0P01
tanks. Please confirm eletrical material is as per class as 1SD0U01. Please confirm
However for electrical equipment shall be Severe Corrosive Caustic - 1CH2C01
SAES-P-104 based on a Severe Corrosive
1.7 environment, therefore the material selection shall be in acc with SAES- Confirmed closed
For Caustic environment. 2) Additionally, Please confirm eletrical material is as
P-104. Accordingly, will consider SS316L Wetted part
Tanks and Piping - CS+PWHT Moreover, please find attached the piping per SAES-P-104 based on a Severe Corrosive
Please confirm Instruments for Antifoam and Oxygen.
Valves - CS with Monel Trim class spec as per your request environment.
Whereas, Monel Wetted part instrumetns for caustic
Instruments with Monel Wetted Parts.
packages.
We Request M/s. TR to provide the
Please confirm.
Piping classes needs to be followed for
each packages.

1.8 Confirm Noise level at 3 ft of the package is less than 85 dB(A) Confirmed closed
There shall be no projections of equipment outside the perimeter of the
1.9 Confirmed closed
skid. Please confirm
Confirm supply of the agitator and motor for the 3 packages: caustic,
Provide price implications to Procurement
1.10 oxygen scavenger and antifoam. Please check and update scope Confirmed with Price implications closed
Department
accordingly.

Aramco insist to have a clear confirmation


about the restriction of using socket weld
joins in the scope of supply. Notice, in
accordance with piping spec T80-L-DOC-
CE-794247, pag 20, para 5.5, states as
Its Purely Based on the Piping Classes. follow:
Notice that socket welds joints are not
Please confirm the Piping Classes to Confirmed as per the Piping class Provided along with "socket weld joints shall not be used in
permitted in location where high vibration can Vendor to update pipìng class for antifoam and Oxygen
1.11 Socket weld connections for piping joints is not allowed. Please confirm be followed for each packages. Most of this TQ. Flanged valves will be provided as per the Confirmed metallic piping, irrespective of service Confirmed open
occur, such as reciprocating pumps. Please Scavenger as 1SD0U01
the Aramco Piping Classes, valves Piping classes 1CH2C01 & 1 SD0P01 (covers process, non-process and utility
confirm
less than 2" are Socket Welded. services), and instead but-welded joints
Please reconfirm. shall be used"

Based on the above, please confirm that


100% of the all connections in the
provided chemical packages are not of
socket weld type.

As minimum each lug shall be designed to support the full weight of the
skidded package plus a horizontal load equal to 5% of the package
weight.
1.12 Confirmed closed
Impact load to be determined following paragraph 5.6 of SAES-M-001
when applicable.
Please confirm

With regarding to the NOV data sheet, please


notice tht pressure design conditions for the mixer
in the Oxygen Sacavenger vessel are not in
accordance with package DS. Notice that the
design pressure of the Oxigen Sacavenger vessel
Mixer Details will be Provided during
is 145 psig (10 barg) basen on the nigtrogen
detail engineering. Material shall be blanket conditions. Please check design conditions
selected by client. of the mixer as well as mixer seal.
Attached Herewith the Datasheet received
Top Vertical Mounted We confirm that, mixers are designed as per the
Provide information about impeller type, from one of the approved vendor in which In all DS of the mixers, design temperature is conditions mentioned in the datasheets.
However Based on the Datasheets and 4"150# RF Provide details about the shaft seal arrangement for
Provide details about the mixer/motor proposed, materials, impeller mounting arrangement, shaft seal all the required details are available. stated as 22ºC in your DS, however the max amb Mixers for caustic tanks shall be 316 SS L or
1.13 this TQ, We will consider SS316L for 1.1 KW each case as well as type of impeller provided. temeprature is 49ºC. Please check Regarding Mixer for Caustic Tank, we will consider Monel. Please check and advise
Confirmed. We will Provide SS316L Mixers. open
type, power, etc No information is provided in your offer. arrangement, power During detail engineering vendor may
Antifoam and Oxygen Scavenger Provide the potential subvendors for the mixers. CS Mixer since the tanks are with CS and will
change, however it will be from aramco
& with regarding to the material for the mixer of provide price adder with Monel MOC
approved vendors. Caustic tank, it states CS in NOV DS, however
Monel for Caustic Packages.
vendor confirmed previouly monel. Please check
this discrepancy.
Please confirm.
Please check and confirm that all mixers will be
designed in accordance with the conditions stated
in the data sheets and for the tanks and vessels
where they are installed. .

Vendor to confirm supply of the commissioning and star up spares within your scope as follow,.
spare parts for reciprocating pumps:
one (1) set of bearings
one (1) set of oil seals
o-rings / gaskets (200%)
one (1) set of valve springs /plates
one (1) set of diaphragm (for diaphragm type) or packing

spare parts for vessels


a) minimum two sets of spare gaskets with a blind flange for each manway and blinded nozzle in the vessel.
b) minimum one set of service gasket set (200%) and two sets of spare gaskets for each nozzle with companion
flanges in the vessel.
c) all bolting with minimum 10% spare bolting (3 minimum for each size) per vessel.
d) insulation gasket kits (100%)
e) anodes bolting (10%)

spare parts for piping (general) Provide price implications to procurement


1.14 flange gaskets (200%) Confirmed with Price implications closed
insulation gasket sts (included sleeves) (200%))
department
stud bolts,washers,nuts (for all types of piping clases) (10%))

spare parts for control valves


one (1) set for actuator diaphragms / seals
200% of o-rings / seals
one (1) set of stem / gland packings
200% of valve body gaskets

spare parts for pressure safety valves


200% of gaskets / seals
100% of metal tags
100% of springs
100% discs
pLEASE CONFIRM AND UPDATE OFFER ACCORIDNGLY. The spares provided in offer are not in
accordance with the above list. Please check and update.

Full compliance with VDDR is required at this stage. Please confirm


In addtion to the VDDR attached to the RF., also find attached the
1.15 Confirmed closed
VDDR for motor. Please confirm compliance with these 2 VDDRS.

Provide Preliminary General Plot Plan / Equipment Layout Typical GAD Submitted along with our
1.16 Please provide it Attached Herewith received
Technical Proposal
Provide Preliminary Data Sheets Of Main Equipment Data sheet requires manway of 24". Your DS states
1.17 Filled in Datasheet attached Herewith Not provided. Please provide them Attached Herewith received
only 8". Please check and confirm manway as 24
Provide a list for all utilities required for each package Will be submitted duriing detail Provide estimated utilities for each package
1.18 Attached Herewith received
engineering at this stage
Provide estimated dimensions of each skid (LxWxH) Antifoam - 3 X 3 X 3
1.19 Oxygen - 6 X 3 X 4 closed
Caustic - 8 X 3 X 4
PID provided is not in accordance with items confirmed in the
tabulation table 102300202-TM, some instruments are not included.
Please udpate PID P&ID Further revision shall be done during
PID still is not updated with the agreed scope of
Also notice that the Oxygen Scavenger package require a pressure detail engineering.
supply, as well as clarifications. For example, caustic
vessel. Please uprovide P&ID for this package too. Confirmed for 1 tank.
package requires only 1 tank (instead of 2).
Common drain header will be provided
For all packages is required: Instead of bladder, it shoul be
PI will be provided at suction. However,
* a common drain header collector, undersatood as pulsation dampener. It is
please confirm what to you mean by
Please provide the updated P&IDs at this * PI and bladder at suction, required a pulsation dampener at both
We will update the PID, once all the bladder?
1.20 stage. This is very important, specificifically Updated PID's are attached Herewith * Automatic adjustable length stroke controller at the suction and dischrage of the each pump. Confirmed closed
TQ's are closed. Auto Stroke Adjustment will be Provided.
for the Oxygen Scavenger package pump, Please confirm a pulsation dampener at
2 Nos of Level Transmitter will be
* 2 level transmitter (one for alarms and the other for suction and discharge of each dosing
provided
trip). Notice that in Oxygen Scavenger PID you only pumps
Confirmed, we will include all the items
show 1 LT instead of 2
agreed as per this clarifications, however
Note: P&IDs shall include all items already confirmed
further revision in the PID will be carried
in the clarifications.
out during detail engineering stage.

As per SAES-B-053, insulation for personnel protection is requried on


surfaces having continuous or intermitent services, operating Based on the experience with this kind of
temperature of 60ºC to 150ºC. Pleae check if at any time the operating chemicals, insulation may not be required.
temeprature can be higher than 60ºC. However, we cannot decide the
We do not see the operating
requirements as a package manufacturer. already provided with the RFI. See specs
temeprature exceeding 60oC as the Please see information in the data sheets and confirm if Provide price, as optional item, to Noted. Please provide the Project Specific
1.21 Awaiting response from client It has to confirm By TR. At present, we SAES-N-001, T80-A-PP-060205 and T80- closed
whole skid is under a sun shade. insulation is required procurement department Specification for insulation
have not considered any Insulation. If such N-PP-969551.
However this is for TR to confirm
Insulation in required later on, the same
can be discussed and agreed by both
parties for commercial implications.

Design temperature of the packages: 50ºF above the max operating


temperature.
1.22 The min upper desing temperature is 180ºF Confirmed closed
Please confirm

Confirm anti-swirl baffles (vortex breakers) for all packages at the outlet confirm location at liquid outlet nozzle
1.23 Confirmed Confirmed closed
upstream of pump suction
Vendor to advise the number and location of the sample points Please advise number of sampling points and their
provided at each package Please provide this information based on your Noted. We will Provide one Valve for Sample location, based on your experience. Confirmed. Will Provide one Sample
1.24 To be decided by client closed
experience Connection Also notice as per DS, that each calibration pot to have Connection.
local sample connection.
Skid steel work and supporting with sun shade. Vendor to confirm
1.25 sunshade for the whole skid Confirmed closed

Vendor shall provide the deviation list in the proper formar (10230-F-
ITG-130-107-II), and includes only deviations (no clarifications).
Moreover, see attached TR repply to your clarification doc. Update
Clarification List with our Responses
socpe accordingly with our comments.
1.26 and Deviation list are attached No deviations reported closed
If there is no deviations at all, please provide the deviation list doc and
herewith
state cleary that vendor has "NO DEVIATIONS". Also sign and stamp it
properly.

Vendor ro provide the operating spare parts (quoted separetly) Provide the list of the operating spare parts at
1.27 Will be Quoted Separately List Attached closed
this stage.
Each skid base will form a drip pan for collection of spillage, with tank
1.28 overflows be piped to it for collection. The Vendor shall fit the drip pan Confirmed closed
with a connection to the COMPANY's open drain system

30 Weeks, Ex Works, Dammam, KSA, as per


1.29
Provide delivery of the 9 chemical packages Incoterms 2010, from the date of acceptance This will be confirmed by procurement department closed
added
of NMR 601

1.30 All piping termination pointsare to be terminated and anchored at the


Confirmed closed
added skid edge and proivded witth a raised face flange

As per DS, each pump shall have an external PZV with independent
1.31 discharge line piped back to the tank(…) . As per your PID, PZV
Confirmed as per Datasheet closed
added discharges are to a common pipe . Please check and confirm DS
requirement.

1.32 Find attached 10230-00-237-ES-0001 spec, Colour coding for


Confirmed closed
added equipment and piping. Please check and confirm full compliance

2 PUMPS
Vendor to consider also dampener at the suction as requested in DS.
Confirm that design pressure for the
Additionally evaluate the same design pressure for the suction and
2.1 Confirmed suction/discharge pulsation damper is the Confirmed closed
discharge dampeners to avoid any potential for installation in the
same.
incorrect location

Suction permannent strainer (and DPT) at the inlet of the pumps is


2.2 Confirmed closed
required. Please confirm.

Strainer types for the pumps: Y-strainer is required for sizes below 2"
2.3 Confirmed closed
and T-type for 2" and above sizes. Please confirm

For the pulsation dampener, Unfiltered peak to peak ulsation shall not
exceed 3% of :
2.4 'Rated suction pressure or 100 Kpa gauge (15 psig) whcihever is less. Confirmed closed
Rated discharge pressure or 100 KPA (15 psig) whichever is less
Please confirm

By means of the supression dampener, Vendor is resposable to avoid


the following situations:
'Cavitation in the suction or discharge of the pump
2.5 Over delivery due to suction losses or uncontrolled delivery Confirmed closed
Exceeding max allowable working pressure of pressure containing
parts.
Please confirm

Ensure that no solids settle in the interior of the supression pulsation


2.6 Confirmed closed
devices. Please confirm

In accordance with SABP-A-015, para 5.7, Check valve shall be Its Purely Based on the Piping Classes.
Find attached the pipng class spec as per
2.7 external type, not integral to any other fitting. Please confirm Please confirm the Piping Classes to closed
your requested.
be followed for each packages.

Vendor to confim that the pump internal PZV setting is 110% and
2.8 Confirmed closed
120% of the rated discharge pressure

Diaphragm rupture signaling: A pressure detector shall be used for dry


Please detail which type is used in the
2.9 design and a conductivity probe shall be used for pumps having an Confirmed Pressuer Transmitter closed
proivided pumps.
intermediate fluid between the diaphragms. Please advise

Design of Pump check valve is purely based on the


Please advise about advanges of using manufacturer standard, there is no advantage of having
Suction/discharge check valves at pump: Even though DS specify double check valve instead of single check double check valves instead of single. For us, as per
2.10 single ball valve, please check advantage of using double ball check We can use Double check valves valves at the pump. Also confim if there is any the manufacturer standard the pumps are with double closed
valve at the suction/discharge pump cost impact if double check valves are check valves only.
provided.
There is no cost Impact for double check valves.

NPSHa & NPSHr will be Provided


Vendor to advise NPSHa and NPSHr, as well as confirm during detail engineering.
2.11 closed
NPSHa>NPSHr by 3.3 ft However, we confirm that
NPSHa>NPSHr by 3.3 ft
Vendor to confirm compliance with 31-SAMSS-009 for the provided
2.12 pumps Confirmed closed

Vendor to confirm if backpressure valve is needed and if so they will be


proivded with the chemical packages. Please advise
We have not foreseen the requirement of
Back Pressure valve at present for the
In case backpressure valve is required to enhance the
proper performance of the package, As we understand vendor confirm that
proper performace of the chemical package (e.g. by
2.13 Since the Discharge piping has Check valves, there is however if the requirement arises due to backpressure valve is not requried at any
applying a continuos backpressure to the pump, also confirmed closed
added no requirement for Back Pressure valve. any change in the specifications during package based on the conditions stated in
acting as an anti-siphon), then vendor will proivide it.
detail engineering, then the same can be the data sheets attached to the RFI.
Please confirm
discussed and agreed for both the parties
for commercial implications.

2.14 confirm pumps manufacturer is as per approved vendor list. Provide OMG / Pulsafeeder / Prominent / SPX /
Confirmed Provide potential sub-vendors for the metering pumps closed
added potential suppliers milton Roy / LEWA
3 TANKS/PRESSURE VESSELS
As per DS also the following nozzles are required at the tank and they
are not shown in your preliminar P&ID. Please check and confirm:

utility nozzle (2")


3.1 vent Confirmed closed
temperature gauge
Nozzle for the mixer

Confirm steam out nozzle connection for the vessel in Oxygen


3.2 Confirmed closed
Scavenger. Consider this condition in the desing of the vessel.

3.3 Vendor to confirm that storage tank/vessel is within the skid Confirmed closed

3.4 Vendor to confirm min nozzle size in the tanks/vessels as 2" Confirmed closed

Vendor detail in your scope a flame arrestor in the tanks, please explain
Please see spec SAES-D-109, para 9.2.5 as
the purpose/applicablility of this device in this scope and for the Flame arrester requirement is Purely based on the
follow: connections for venting devices shall Confirmed with Price Implications.
chemicals used. Clieint has to confirm the requirement Properties of chemical which is used. Client has to
be designed only to proivde protection
of flame arrestors. confirm the requirement inconsultation with Chemical In accordance with our process department, vents for
against overpressure/vacuum conditions. No However, we will consider below material consider for the caustic CS+PWHT in
3.5 If still, this needs to be decided by us, Vendor. all atmospheric tanks shall be provided with flame Confirmed closed
other devices, e.g. flame arrestors shall be for Flame arrestors. Please confirm. accordance with tank and piping material
Please provide the MSDS of each arrestors. Please confirm
installed in combination with venting devices. For Caustic Packages - CS
chemical. Or If these needs to be decided by us, please provide
Please check and advise. For Remaining Packages - SS316L
the MSDS of Chemical.
Also see AD-036061
Vendor to advise if cathodic protection is required. We have not considered any Cathodic
protection. Cathodic protection is not required as per confirmation
3.6 Awaiting response from client closed
The reqyurement for the same will be from our electrical department
decided by Client.
3.7 confirm that tanks/vessels are provided as per approved vendor list.
Confirmed closed
added Provide potential suppliers
3.8 confirm tank/vessel is provided with a manway without removal of the
Confirmed closed
added mixer.
3 INSTRUMENTATION

Confirmed.
We will consider the Instrument wetted
parts as below. Please confirm.
Ensure wetted faces of instrument are compatible with process fluid
3.1 closed
without coating or lining. Please confirm For Antifoam and Oxygen Scvenger -
SS316L

For Caustic - Monel.

2 (two) Level transmitters for the storage tank (one for control and
3.2 Confirmed closed
other for ESD) is required. Please confirm

Temperature gauge supplied in the tank for indication of bulk fluid


3.3 temperature is confirmed in the tabulation table, but in your offer. Confirmed closed
Please confirm supply of TG.

Pressure transmitters on the common discharge manifold is confirmed


3.4 Confirmed closed
in the tabulation table, but in your offer. Please confirm

3.5 Confirm pressure gauge at suction for each pump Confirmed closed

Antifoam and Oxygen Scavenger are


On your offer, pag 3, you states cylindrical tanks, but in the description
Vertical tanks and Caustic is Horizontal
item, refers to horizontal orientation. Please explain.
3.6 tank. closed
Also provide the diameter/height of each tank as well as the pressure
Tank Sizes Will be Provided during
vessel.
detail engineering

Confirmed with Price Implications.


This requirement is advised by Client based on the
Properties of Chemical. In accordance with our process department, vents for
3.6 Vendor to advise if any vent device is needed in the atmospheric tanks. However, we will consider below material consider for the caustic case CS+PWHT
all atmospheric tanks shall be provided with flame Confirmed closed
added See SAES-D-109 and adivse. for Flame arrestors. Please confirm. in accordance with tank material
If this needs to be decided by us, then please provide arrestors. Please confirm
For Caustic Packages - CS
the MSDS of Chemical.
For Remaining Packages - SS316L

3.7 Find attached 10230-00-137-ES-0001, Instrumentation for package


Confirmed. closed
added units. Please check and confirm full compliance

4 INSPECTION AND TESTING


Vendor to confirm full compliance with all 175 forms attached to the
4.1 RFI. No deviations are accepted. Confirmed closed
5 ANTIFOAM INJECTION PACKAGES
Vendor to confirm min and max flow capacity of each pump as follow
5.1 MIN/NOR/MAX: Confirmed closed
1.08 / 10.8 / 12 USGPH:
Provide price implications to procurement
5.2 Vendor to confirm tank provided with mixer/motor Confirmed with Price implications closed
department

Vendor to confirm pumps are designed for the folowing fluid


properties/cont¡ditions:
Max capacity: 12 USGPH
5.3 Confirmed closed
discharge pressure 30 psig (at baterry limit of vendor´s scope)
Fluid density: 55.6 - 59.3 lb/ft3
Viscosity: 50-35 cP

Vendor to provide mixer and motor.


Provide price implications to procurement
5.4 Vendor shall ensure that only one mixer is enough for the given Confirmed with Price implications closed
department
capacity of the tank.

confirm one portable pump per each


package.
Pump type - Electric Operated
Provide the following information:
Portable Transfer Pump (air driven) and all accesories required (Ex: capacity, - 10 M3 / Hr
Pump type,
Air filter regulator..ect) is confirmed in the tabulation template, but in MOC - SS316L Portable Pump shall be air operated as per DS. Please
5.5 Confirmed capacity, Confirmed. closed
your offer. Please confirm and provide estimated capacity and discharge head - 10 mts check and advise
MOC,
discharge head as well as MOC for the provided equipment. design code - manufacturer Standard
discharge head,
supplier - During Detail Engineering
design code
supplier

Vendor to confirm atmospheric tank designed as per 32-SAMM-030


5.6 Confirmed closed

vendor to consider for the design of the


package that the pressure downstream the
5.7 Vendor to advise design pressure of the pumped system 33 Psig package is 100 psig. Vendor to consider it for Confirmed closed
the selection of motor and PZV setting.
Please confirm
5.8
Vendor to provide estimated dimensions for the storage tank 750 MM Dia X 1000MM Length closed
added
Provide the following information about the mixer :
Manufacturer/model
Top Vertical Mounted
5.9 Impeller type
4"150# RF closed
added Mounting arrangement
shaft seal arrangement 1.1 KW
power

6 OXYGEN SCAVENGER PACKAGE

6.1 Vendor to confirm desing of the pressure vessel as per 32-SAMSS-004 Confirmed closed

Vendor to confirm MIN/NOR/MAX flow rate as follow:


6.2 Confirmed closed
2.4 / 24 / 26.4 USGPH

Vendor offered atmospheric tank, but in the data sheet the requirement
6.3 is a pressure vessel with a design pressure of 145 psig. Please check Confirmed closed
and confirm compliance with this requirement
please provide MOC of Oxygen Scavneger
SS316L
6.4 Vendor advise thickness and material for the pressure vessel- During Detail Engineering pressure vessel as well as estimated closed
Estimated Thickness - 6MM
thickness.
6.5 Pressure vessel mounted in the skid. Please confirm Confirmed closed
6.6 Vendor to provide mixer and motor. Confirmed closed
confirm one portable pump per each
package.
Pump type - Electric Operated
Provide the following information:
Portable Transfer Pump (air driven) and all accesories required (Ex: capacity, - 10 M3 / Hr
Pump type,
Air filter regulator..ect) is confirmed in the tabulation template, but in MOC - SS316L Portable Pump shall be air operated as per DS. Please
6.7 Confirmed capacity, Confirmed closed
your offer. Please confirm Please confirm and provide estimated discharge head - 10 mts check and advise
MOC,
capacity and discharge head as well as MOC design code - manufacturer Standard
discharge head,
supplier - During Detail Engineering
design code
supplier

PCV, PI, check and block valve for the Nitrogen blanketing (only
6.8 Confirmed closed
applicable to Oxygen Scavenger package). Please confirm

Vendor to confirm pumps are designed for the folowing fluid


properties/cont¡ditions:
Max capacity: 26.4 USGPH
6.9 Confirmed closed
discharge pressure 30 psig (AT BATERY VENDOR SKID LIMIT)
Fluid density: 62.4 TO 88 lb/ft3
Viscosity: 12 TO 50 cP

vendor to consider for the design of the


package that the pressure downstream the
6.10 Vendor to advise design pressure of the pumped system 145 Psig package is 240 psig. Vendor to consider it for Confirmed closed
the selection of motor and PZV setting.
Please check and confirm
6.11 Min nozzle size at pressure vessel is 2". Please confirm Confirmed closed
In the oxygen Scavenger pressure vessel, your P&ID
shows a vent to safe location. Please clarify if this is a
Confirmed. Oxygen Scavenger tanks are
Number and nozle and description at the mistake, notice that this is a pressure vessel with a
Provide all nozzles description and size. Also provide a P&ID for this with Nitrogen Blanketing.
6.12 Confirmed pressure vessel is needed. Also proivde the Attached Herewith nitrogen blanketing. Please clarify closed
package.
P&ID for this package. This doc is mandatory Additionally, please also confirm if PZV as well as
calibration tube vents can be discharged to the
pressure vessel
6.13 confirm relief valve at the pressure vessel Confirmed closed
6.14 Vendor advise seal type proposed for the mixer at the Oxygen
Will be advised During Detail Engineering Refer Attached Mixer Datasheet closed
added Scavenger pressure vessel
6.15
Vendor to provide estimated dimensions for the pressure vessel 2000 MM Dia X 3000MM Height closed
added
Provide the following information about the mixer :
Manufacturer/model
Top Vertical Mounted
6.16 Impeller type
4"150# RF closed
added Mounting arrangement
shaft seal arrangement 1.1 KW
power

6.17
Provide, as optional, fireproofing for the Oxygen Scavenger packages. Noted closed
added
7 CAUSTIC PACKAGE
confirm one portable pump per each
package.
Pump type - Electric Operated
Provide the following information:
Provide, as optional, 1 off Portable Transfer Pump (air driven) and all capacity, - 10 M3 / Hr
Pump type,
accesories required (Ex: Air filter regulator..ect) for caustic package. MOC - SS316L Pump shall be air operated as per DS. Please check
7.1 Confirmed capacity, Confirmed closed
Please provide estimated capacity and discharge head as well as discharge head - 10 mts and advise
MOC,
MOC design code - manufacturer Standard
discharge head,
supplier - During Detail Engineering
design code
supplier
7.2 Vendor to confirm tank provided with mixer/motor Confirmed closed

Vendor to confirm pumps are designed for the folowing fluid


properties/cont¡ditions:
NAOH 20wt% / water 80 wt%
Max capacity: 16.6 USGPH + 10% design
7.3 Confirmed closed
discharge pressure 80 psig
Specific gravity: 1.21 @ 77ºF
Viscosity: 3.2 cP at 77ºF

Caustic solution may be manually filled into the storage tank, confirm
platform/steps/handrails for this operation. Alternatively tank may be
7.4 Confirmed closed
filled by road tanker, therefore provide suitable connection for hose
connection

Confirmed based on our experience and


vendor suggestions. At present we have
considered 1 No of Mixer per tank.
Will check with Vendor and revert. No MSDS is avaialble at this stage. Based on your However the final responsibility on the Vendor should ensure the number of
Vendor shall ensure that only one mixer is enough for the given Awaiting Response from Client.
7.5 Meantime, please provide the MSDS of experience and fluid type, please to confirm if one quantity finalization will be lies with TR. If mixers with the mixer supplier. In case that Confirmed closed
capacity of the tank. Moreover, at present we will consider 1 Mixer / tank.
all the chemicals. mixer is enough. there is any change in the Mixer quantity one mixer is not enough, vendor to advise
later stages, then there will be the price
implications which will be discussed and
agreed by both parties.

Vendor considers 2 tanks in your offer, please clarify, As per DS only 1 We confirm for 1 tank as per Point Nº 1.20
7.6 Confirmed Vendor confirmed one tank Confirmed. Will Provide 2 tanks closed
is required. above
7.7 Vendor to confirm tank designed as per 32-SAMM-030 Confirmed closed

Noted. However, please provide the At Present Below is our Consideration for
Piping Class needs to be followed. We Caustic Packages. However, we will wait
will Consider as below. for the confirmation from TR Metallurgic
Piping material for caustic: CS+PWHT, valve trim : monel. Please Please Confirm Since the valves are with CS + Monel Trim, we assume team
Notice that CS shall be PWHT. Please
7.8 confirm. Also provide the insultaion kits at the union of disimilar find attached the piping spec that the wetted parts of Pump and Mixer are also with Matallurgic department will confirm Pump Head - Monel Confirmed closed
confirm
materials. Tank - CS+PWHT Monel. Please confirm. Valves - CS+Monel Trim
Piping - CS+PWHT Tank - CS+PWHT
Valves - CS + Monel Trim Flame Arrestor - CS
Instrument Wetted Parts - Monel Piping - CS

Please check. As per DS, the design


7.9 Vendor to advise design pressure of the pumped system 165 Psig Confirmed. closed
pressure downtream package is 150 psig
7.10 Vendor to advise max operating temperature 120 Deg F closed
7.11
Vendor to provide estimated dimensions for the storage tank 3000 Dia X 3500 MM Height closed
added
Provide the following information about the mixer :
Manufacturer/model At Present Below is our Consideration for
Impeller type Caustic Packages. However, we will wait
Top Vertical Mounted
Mounting arrangement for the confirmation from TR Metallurgic
6"150# RF
team
7.12 shaft seal arrangement 1.1 KW Notice that CS shall be PWHT. Please
Matallurgic department will confirm Pump Head - Monel Confirmed closed
added power Since the valves are with CS+Monel Trim, we assume confirm
Valves - CS+Monel Trim
that Mixer also with Monel Wetted Parts. Please
Tank - CS+PWHT
confirm.
Flame Arrestor - CS
Piping - CS

In acc with vendor data sheet for the Antifoam package, vendor
7.13 proposed a manway 8". This is not in acc with DS in RFI. Manway shall
Confirmed with Price Implications closed
added be 24". Please check and updated.

8 Motors
Vendor to confirm motor direct coupled for pump as well as for the
8.1 Confirmed closed
mixer
8.2 Vendor to confirm all motors as NEMA design B Confirmed closed

8.3 Vendor to confirm motor enclosure TEFC Confirmed closed


Vendor to proivde estimated powers for all motors Provide the estimated power for pump motors
8.4 Confirmed 0.75 KW closed
and mixer motors
confirm motor supplier is in acc with approved vendor list. List the
8.5
potential subvendors Confirmed closed
added
confirm motors as 480volt/3phases/60 hz
8.6
Confirmed closed
added
MARJAN INCREMENT PROGRAM - TANAJIB GAS PLANT PROJECT PACKAGE 09 & 11

9COM & INSPECTION LEVEL LIST Nº 9COM-IL-102300202- REV 00


MATERIAL REQUISITION: 102300202/A000002053

PO ASSIGNED RISK: High MATERIAL REQUISITION INSPECTION LEVEL: 3

ITEM Main 9COM 9COM DESCRIPTION TAG NUMBER / LINE ITEM DESCRIPTION INSPECTION LEVEL REMARKS

PACKAGE UNITS

T70-U-0107 / T70-U-0207 / T70-U-0307


CHEMICAL INJECTION NON-WELL
1 6000002309 T70-U-0105/ T70-U-0205 / T70-U-0305 INJECTION PACKAGES 3 Main 175-form: 175-324400
HEAD TIE-INS
T70-U-0106 / T70-U-0206 / T70-U-0306

Main Subcomponent
ITEM 9COM DESCRIPTION DESCRIPTION REMARKS
9COM

VESSELS

OXYGEN SCAVENGER VESSEL


VESSEL; PRESSURE; HIGH ALLOY; ANTIFOAM STORAGE VESSEL
2 6000002523
NON FERROUS CAUSTIC STORAGE VESSEL

PUMPS

PUMP: RECIPROCATING,
3 6000002361 CHEMICAL INJECTION PUMP
31-SAMSS-009

MIXERS

MIXER; PROCESS; PROPELLER;


4 6000002452 MIXERS (TOP ENTRY)
GEARED; BELT

DRIVERS

MOTOR:INDUCTION, 1-500 HP,


6000000994 HORIZONTAL LV ELECTRIC MOTORS FOR PUMPS
5
6000000995 MOTOR:INDUCTION, 1-500 HP, LV ELECTRIC MOTORS FOR MIXERS
VERTICAL

OTHERS

COMMON BASEPLATE FOR THE SKID (VESSELS, PUMPS, PIPING..ETC)


NOT INCLUDING STAIRS, LADDERS AND PLATFORMS FOR EQUIPMENT
6 --- OPERATION AND MAINTENANCE ON SKID ACCORDING TO 32-SAMSS-
CATEGORIZED
038 POINT 6.1.2

PIPE SPOOLS FOR THE SKID IN ACCORDANCE WITH THE


NOT
7 --- REQUIREMENTS OF SPECIFICATION 32-SAMSS-038 POINT 6.1.1
CATEGORIZED

VARIOUS
AS PER 32-SAMSS-038 MISCELLANEOUS PIPING MATERIAL (FLANGES,VALVES,
8
DEPENDING OF THE PIPING
---
PIPE)
MATERIAL TYPE

VARIOUS
AS PER 34-SAMSS-831
9
DEPENDING OF THE
--- FIELD INSTRUMENTATION
INSTRUMENT TYPE

This document is property of UTE TR Marjan. Its reproduction without previous permission in writing is strictly forbidden.
10230 - 9COM & Inspection Level List Rev 00.

You might also like