Professional Documents
Culture Documents
Appendix D Scope of Work Pipeline
Appendix D Scope of Work Pipeline
CD-BF
00
28/05/2014
Validation
Status
Rev.
Date
Issued for
Review
Description
EDM
Prepared
by
EDM
Checked
by
C.A
Approved
by
Project name
Contractor
Approval
Company
Approval
Company identification
3214.10.GGPD.10909
12 GAS PIPELINE
AKRI KWALE FOR
AKRI GAS RECOVERY
PROJECT
Contractor logo and business name
Vendor logo and business name
Facility Name
12 AKRI KWALE GAS PIPELINE
Vendor Identification
Location
Scale
Sheet of Sheets
LAND
n.a.
1 / 43
Plant Area
Supersedes N.
Superseded by N.
Plant Unit
Document Title
Scope of Work
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
2 / 43
REVISION RECORD
0
Rev.
May, 2014
Date
First Issue
Short Description of Changes
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
3 / 43
CONTENTS
1
INTRODUCTION
1.1
Pipeline Component
1.2
1.3
Route Overview
1.4
1.5
Environmental Data
1.6
Battery Limits
10
1.7
10
Engineering
2.2
12
and start-up
12
2.3
14
2.4
16
ENGINEERING
3.1
Introduction
17
3.2
17
3.3
18
3.4
19
3.5
Final Documentation
21
3.6
21
3.7
22
3.8
CONSTRUCTION WORK
4.1
General
25
4.2
Construction Management
26
4.3
Safety
26
4.4
Labour
26
4.5
26
4.6
Mobilisation
27
4.7
4.8
27
Company Identification
Contractor Identification
3214.10.GGPD.10909
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
4 / 43
4.9
Construction Camps
27
4.10
27
4.11
Construction Work
28
4.12
28
STRUCTURAL WORKS
5.1
Rev. index.
37
SUPPLY
6.1
40
6.2
40
6.3
42
STANDARD
7.1
7.2
43
43
Company Identification
3214.10.GGPD.10909
1.0
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
5 / 43
INTRODUCTION
COMPANY intends to develop and install a new Gas Pipeline of about 15 Km section of NPS 12
Pipeline conveying Gas from Akri Flowstation to Kwale Gas Plant.
This specification defines the technical requirements for the detailed engineering,
procurement, construction, installation, testing and precommissioning of the Gas Pipeline from
Akri Flowstation to Kwale Gas Plant (NPS 12).
A fibre optic cable (FOC), (if applicable), shall be laid in the same trench with the Gas Pipeline.
The FOC shall serve three main purposes:
Pipeline surveilance (intrusion detection)
Telecommunication
Process data retrieval
The Pipeline shall be realised complete with all necessary provisions except Scraper Traps,
etc.
CONTRACTOR will be responsible for the supply of the 12 line pipes and all other materials
required to complete the pipeline system.
CONTRACTOR will be responsible for tie-in (with all required materials) of the new 12 Akri
Gas Pipeline to both ends of the existing 24 River Niger Pipeline crossing.
CONTRACTOR will be responsible for the supply and installation of a new Slug Catcher and
the interconnecting piping, which shall be connected to the existing MP Header in Kwale Gas
Plant. The Sludge Catcher shall be installed in a new location to be acquired by Company.
CONTRACTOR should note that all items/works included in the various Drawings that are not
captured in the Scope of Work shall be his responsibility.
The route, of the pipeline shall be the same with the existing Right of Way of the 10 Kwale
Akri Oil Pipeline.
All permits and Licences regarding Right of Way shall be provided by the COMPANY prior to
mobilisation and during the execution of the works.
The CONTRACTOR will be responsible for all aspects of the work, starting from the
documents provided for in these specifications, the development of all the Engineering
required to complete the works and the procurement of all required fittings and other materials,
including construction and installation on site, testing and precommissioning.
This document therefore defines the Basic requirements for the realisation of the Pipeline
System. Where this specification conflicts with its associated specifications and/or the codes,
standards and associated drawings listed in any part of this document, the CONTRACTOR
shall bring the matter to COMPANYS attention for resolution and approval in writing. In all
cases, the most stringent requirements shall apply.
Compliance of the CONTRACTOR with the provisions of this specification does not relieve
him of his responsibility to properly install the pipeline, equipment and accessories in order to
meet the specified service conditions and Nigerian codes governing design, fabrication and
health and safety.
The COMPANY reserves the right to supply the detailed specifications for project material
procurement with which CONTRACTOR must comply.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
6 / 43
In the following paragraphs, the term PIPELINE SYSTEM refers to the 12 Gas Pipeline AND
the Fibre Optic Cable (FOC), including all pipeline components required to fulfill the objectives
of this project.
Within this context, CONTRACTOR shall perform all activities including all detailed design
engineering, procurement and supply of materials including line pipes, fabrication, supply,
transport, construction, testing and pre-commissioning activities required to achieve the
successful completion of the Work.
The Pipeline shall be realised and connected without interrupting services at Akri Flowstation
and Kwale Gas Plant.
At Akri all new connection lines, shall be designed and constructed by the CONTRACTOR .
Detail engineering, procurement, construction and testing are included in the CONTRACTOR
scope of work.
At Kwale, all new connection lines, Slug Catcher and its accessories shall be placed on a
foundation to be designed and constructed by the CONTRACTOR. Detail engineering,
procurement, construction and testing works are included in the CONTRACTOR scope of work.
On this pipeline section all construction activities, concrete weighing, cable duct laying and
hydraulic testing to be provided by the CONTRACTOR shall be in accordance with specification
as will be provided by the contractor and approved by company or in accordance with any other
specification as may be supplied by the company.
Cable duct shall be waterproofed, closed and able to withstand a 10 meters head of water.
The description of the Work included in this Scope of Work is not an exhaustive detailed
statement of all CONTRACTOR obligations under this Contract. This Scope of Work shall be
read in conjunction with other project and engineering documents, general and discipline
specifications, project drawings and all other documents included in the Contract.
The detailed engineering shall be based on the Basic Design Documents enclosed in the
Contract.
Thus, for the realisation of the Pipeline system Akri -Kwale, the following activities shall be
carried out as a minimum.
1.1
Project Management
Detailed Engineering
Procurement
Construction, Installation and ROW Restoration
Cathodic Protection
Testing and Precommissioning
As Built File
Pipeline Component
The main components of the NPS 12 Gas Pipeline System specific to the Pipeline
Scopes of Work are:
1)
2)
3)
4)
5)
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
7 / 43
The Battery Limits and connecting points are identified accordingly and indicated in
the Basic Design Documents.
PIPELINE SUMMARY
12 PIPELINE
Service
Pipeline Length
Routing
Configuration
Pipe Size
Pipe Material
Pipe Wall Thickness
Pipe Coating
Coating of Field Joints
Pipeline Design Life
Piping Code
Gas
18 Km
On existing Right of Way of 10 Kwale Akri
Pipeline
Buried. No bunding
Normal Areas:
min 1.00 m (T.O.P)
Agricultural Areas: min 1.20 m (T.O.P)
Residential Areas: min 1.20 m (T.O.P)
Swamp and Mangrove Areas: min 1.00 m (T.O.P)
ND 12
API 5L X 65 SMLS
11.1mm/12.7
as
specified
in
3214.10.BGRA.16519
HDPE three layers
Heat shrinkable sleeves (HSS)
Thirty (30) years
- Cross-country pipeline
ASME B 31.8
07486.PLI.MEC.SPC Design Criteria For Buried
Pipeline.
ASME B 31.8
ASME B 31.3
1.2
1.2.1
COMPANY Representative
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Engineer
CONTRACTOR
CONTRACT
INSPECTOR
VENDOR
SUPPLIER
SPECIFICATION
SUBCONTRACTOR
The
COMPANY
retained
by
the
CONTRACTOR to perform specific portions
of the Work.
WORK SITE
FACILITY
CONSTRUCTION WORKS
Filename
8 / 43
Company Identification
Contractor Identification
3214.10.GGPD.10909
1.2.2
1.3
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Shall
Should
Indicate a recommendation.
Owners
Construction Drawings
Construction Specifications
9 / 43
Abbreviations
CP
DF
dmsl
FOC
KP
LLWS
msl
MAOP
NPS
ND
ID
OD
PE
PTS
RoW
SMYS
STS
T/R
WT
NDT
FS
SAP
Cathodic Protection
Design Factor
dimensionless
Fibre Optic Cable
Kilometre Point
Lowest Level Water Spring
mean sea level
Maximum Allowable Operating Pressure
Nominal Pipe Size
Nominal Diameter
Internal Diameter
Outside Diameter
Polyethylene
Pipe Tracking System
Right of Way
Specified Minimum Yield Strength
Scraper Trap Station
Transformer/Rectifier
Line Pipe Wall Thickness
Non Destructive Test
Flow Station
Systems Application Product in Data Processing
PM
OEM
Prevention Maintenance
Original Equipment Manufacturer
Route Overview
The NPS 12 is located in both Imo and Delta States in Nigeria. The starting point is
located at Akri flowstation in Imo State and terminates at Kwale Gas Plant in Delta
State.
The proposed 12 Gas Pipeline from Akri to Kwale follows the existing right-of-way
(ROW) of 10 Kwale Akri Oil Pipeline. Contractor shall be responsible to produce
the Details of pipeline route at his charge.
Company Identification
Contractor Identification
3214.10.GGPD.10909
1.4
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
10 / 43
1.5
Environmental Data
Location
Country :
State :
Altitude :
Nigeria
Imo & Delta States
sea level
Akri flow station and Kwale Gas Plant are located in NAOCs OML 60 in the Land
Area of the Niger delta
Climate
Tropical climate, marine-salty environment (Nigeria River Swamp Area).
Air
Absolute minimum temperature
: 16C
Absolute maximum temperature
: 36C
Average ground temperature
: 25C
Design temperature
Dry bulb temperature
: 34C
Wet bulb temperature
: 28C
Relative humidity
: 90 to 95%
Maximum humidity
: 99%
Design relative humidity
: 90%
Fine sand presence in atmosphere during 2 months Armatan period.
Rainfall
For 60 minutes
For 30 minutes
For 15 minutes
Heavy rain
: 92 mm/h
: 140 mm/h
: 160 mm/h
: storm presence
Sunshine
10/12 hours/day over 12 months. Maximum is June.
Data file: 331685937.doc
This document is property of ENI S.p.A. who will safeguard rights according to the civil and penal provision of the law.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
11 / 43
Wind
The highest mean wind velocity at 10 m above ground level is 75 Km/h.
Lightening
High concentration of direct lightening phenomena during seasonal storms.
1.6
Battery Limits
The battery limits of the NPS 12 new Gas Pipeline design is defined in P&ID Nos
3210.10.BPFM.XXXXX.
Contractor to note that the FOC shall be ran along the entire length of the pipeline,
from Akri to Kwale, and terminates appropriately. The FOC shall contain 12 singlemode optical fibers (standard cable length: 3000 m per cable Drum), generally to
comply with suitable ITU-T Recommendations.
Contractor shall also terminate the fibre optic cable (FOC) in COMPANYs control
equipment located at both ends (Akri and Kwale).
Consequently, Contractor shall note the following:
Company Identification
Contractor Identification
Rev. index.
3214.10.GGPD.10909
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
12 / 43
API 1104, and any other code which its application may improve the quality of the
pipeline project.
Other codes and standards listed on Tender Documents shall also be adhered to.
The Pipeline shall be buried along its entire length except for portions located at
launcher and line valve. At these areas, the below and above ground transition shall
be denoted on the P&IDs by the abbreviations UG and AG respectively.
The pipeline shall be designed to be inspected by means of various kinds of pig.
1.7.2
Pipeline Materials
12 Gas Pipeline Akri-Kwale
Steel
Line Pipe Specification
1.7.3
:11.1mm/12.7mm
: not required
1.7.4
: 120 barg
: 900 lb
Hydrostatic Test
Hydrostatic test requirements are defined in Technical Specification for Pipeline
Cleaning, Gauging and Hydrotesting Addendum to API Spect 5L No.
3214.10.BTST.16535
1.7.5
De-watering
De-watering requirements are defined
specification No. 3214.10.BTST.16576.
1.7.6
in
the
Pipeline
Start-up
Pre-Commissioning
Company Identification
Contractor Identification
3214.10.GGPD.10909
Start-up requirements
3214.10.BTST.16576.
are
defined
in
the
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Project
specification
13 / 43
No.
Company Identification
3214.10.GGPD.10909
2.1
Engineering
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
14 / 43
CONTRACTOR shall carry out the detailed engineering Work including review and
endorsement of the Basic Engineering, and where applicable or missing information
shall ensure that he embark on some survey to locate or provide such missing
information which he shall submit to the company for review and approval before
apllication, complementary site survey required, detailed design, engineering for
procurement, engineering for construction, pre-commissioning, commissioning and
start-up.
CONTRACTOR shall ensure the technical reviews and approval by COMPANY.
CONTRACTOR shall manage and perform the engineering activities and report to
COMPANY as per the engineering to be developed in accordance with the
requirements of the Contract.
CONTRACTOR shall prepare and submit all engineering documentation to
COMPANY in accordance with the Contract requirements.
CONTRACTOR shall provide the final documentation for the as built of the pipeline
and associated facilities consisting of all documents, drawings, calculations, test
report, certificate, procedures for pipeline operation, government filings, and all other
documentation required under the Contract.
2.2
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
15 / 43
CONTRACTOR shall carry out all work and services and furnish all equipment
materials and tools required to grading, excavating, hauling, handling, welding,
lowering-in, hydrostatic testing works, etc.
CONTRACTOR shall carry out all hot-tapping activities (if applicable) and relevant
services and furnish all equipment, materials and tools required. CONTRACTOR shall
also provide procedure and provision ensure rapid and safe evacuation under
emergency.
CONTRACTOR shall provide construction workforces.
CONTRACTOR shall ensure that the construction Work is carried out in accordance
with drawings and specifications approved by COMPANY for Construction.
CONTRACTOR shall supply, operate and maintain Construction Equipment as
required for the execution of the Work.
CONTRACTOR shall provide material, consumable and facilities to support
Manufacturers/Suppliers specialists during construction, pre-commissioning,
commissioning and start-up.
CONTRACTOR shall manage surplus materials and waste disposal in accordance
with the rules and regulations in force in the Republic of Nigeria, in particular with the
prescribed environmental mitigation measures.
CONTRACTOR shall provide the security (bearing in mind, the present security
suitation in the Niger Delta) and safety services within the Site.
CONTRACTOR shall provide telecommunications, power supply and all other utilities
required at Site.
CONTRACTOR shall manage coordinate and supervise the Work assigned to Sub
CONTRACTOR(s) to ensure the Work is performed within the required schedule, and
the quality requirements of the Contract.
CONTRACTOR shall provide the hydrostatic testing of pipeline, including pre-testing,
pre and post hydrostatic test activities, including filling, cleaning, gauging and calliper
pigging.
CONTRACTOR shall provide the pre-commissioning activities including:
i)
ii)
iii)
iv)
v)
vi)
CONTRACTOR shall undertake full responsibility for the commissioning and start-up
of the complete pipeline system of which the 12 Akri - Kwale Gas Pipeline and all its
facilities (Slug Catcher and Valves e.t.c) are integral parts.
Data file: 331685937.doc
This document is property of ENI S.p.A. who will safeguard rights according to the civil and penal provision of the law.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
16 / 43
At least 1 month prior to the programmed date for commissioning and start-up,
CONTRACTOR shall submit for the COMPANY approval a detailed procedure and
program. Upon completion of the commissioning and start-up in accordance with the
program and procedures, to the satisfaction of the COMPANY, the taking over of the
pipeline system by the COMPANY shall not relieve the CONTRACTOR in any way
from his obligations to carry out further tests as may be required on the pipeline
system to demonstrate and fulfil his overall responsibility for performance of the
system, regarding the Gas Pipeline 12 Akri Kwale only
CONTRACTOR shall provide and operate an electronic material traceability with
qualified operator personnel to continuously store and report upon, pipeline data
progress.
CONTRACTOR shall provide qualified surveyors, equipment and helpers for all
topographical survey activities. The CONTRACTOR shall carry out the topographical
survey activities, dimensional measurement and checks before and during
construction and survey all data required for the preparation of the as built
documents and for implementation of pipe tracking system.
Contractor shall be responsible for the Restoration of the Pipeline Right of way to the
original condition prior to the commencement of the construction activities.
2.3
2.3.1
2.3.2
2.3.3
Permits
CONTRACTOR shall consider that there may be some existing pipeline and relevant
facilities, along the Pipeline ROW, which may be in operation and as such, all work in
these areas shall require permits from the relevant operating COMPANY.
This requirement is also applicable for all the crossings of existing pipeline, flow line,
cables and other above ground and underground structures.
2.3.4
2.3.5
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
17 / 43
CONTRACTOR shall take these into consideration and shall take the necessary
provisions in its organisation and planning for the performance of the work.
i)
ii)
iii)
iv)
v)
vi)
vii)
2.3.6
Environmental Constraints;
Archaeological Constraints;
Terrain / Geo-hazard Constraints;
Access Constraints;
Third-party Constraints;
Social Constraints;
Security constraints.
2.3.7
2.3.8
Extra Works
If deemed necessary, and when required by the COMPANY in writing, the
CONTRACTOR shall provide all the labour and materials necassary for any extra
works required by the COMPANY. Payment will be in accordance with the
CONTRACTOR s Price List.
2.3.9
2.3.10.
Equipment Nameplates
CONTRACTOR shall provide nameplates for all permanent equipment items installed
during the course of works. All texts shall be submitted to the COMPANY for the
approval prior the manufacture. All instruments, manual valves and other permanent
items shall be provided with Stainless Steel (SS) tag plates by CONTRACTOR as
approved by COMPANY as part of this Scope of Work.
2.3.11
Material Identification
CONTRACTOR shall compile material list for all permanent material (pipes, valves
and fittings, etc.) to ensure traceability and material identification. The list shall
contain, as a minimun, the following details for each item of permanent material:
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
18 / 43
2.4
2.4.1
COMPANY
CONTRACTOR
Sub Contractor (s) including their own Sub Contractor(s)
Manufacturers (s) including their own Sub Contractor(s) Suppliers (as and when
required)
5) Welding Inspectors, anticorrosion Coating Inspectors, Concrete coating
Inspectors, Third Party agencies appointed by CONTRACTOR and approved by
COMPANY to carry out certain inspection and testing as described in the Tender
Documents.
2.4.2
Feature to be crossed
i)
ii)
Harbour Area
Rivers and Navigable Waterways
iii)
iv)
v)
vi)
vii)
2.4.3
Company Identification
3214.10.GGPD.10909
ENGINEERING
3.1
Introduction
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
19 / 43
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
20 / 43
3.3
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
21 / 43
x)
Company Identification
Contractor Identification
3214.10.GGPD.10909
Engineering
Design
Data
(Design
Premise)
07486.PLI.MEC.SPC Design Criteria For Buried Pipeline.
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
3214.10.BGRA.16519,
Crossings of watercourses
The design shall include topographical survey, soil investigation,
hydraulic study and assessment of impact on the depth of laying
the pipeline in order to define the buoyancy and protective
measures.
22 / 43
Final Documentation
The final documentation shall include but not necessarily be limited to:
i)The operating manual
ii)
The safety manual
iii)
Final issue of all pipeline drawings As built, documents and
Manufacturers/Suppliers data
iv)
All welding procedures records, certified and complete
Company Identification
Contractor Identification
3214.10.GGPD.10909
v)
vi)
vii)
viii)
ix)
x)
3.6
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
23 / 43
Drawings
Text documents
Electronics sheets
Calculation Data
Autocad
Microsoft Word
Microsoft Excel
Standards ASCII characters
Company Identification
Contractor Identification
3214.10.GGPD.10909
3.8
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
24 / 43
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
25 / 43
4.0
CONSTRUCTION WORK
4.1
General
Construction Works shall be understood as all construction activities including precommissioning, commissioning and start-up, to ensure that the built pipeline is in
conformance with the design, mechanically complete, as per the Contract Documents
and ready for COMPANY taking over.
All construction Works shall comply with approved construction drawings and
specifications and all applicable codes standards and regulations outlined in the
Design Premises Doc. No. 3214.10.BGRA.16519
The construction Work to be performed by CONTRACTOR shall include but not
limited to, clearing and grading of Right of Way, unloading, loading, hauling, storage
and stringing of line pipes and other materials; all ditching, bending, concrete coating
of line pipe, welding of pipe including coating of field joints and coating repairs,
lowering-in and backfilling; tie-in, installing river, creeks and other watercourses
crossings including banks restoration, crossing of roads, pipelines, flowlines, cable
and other buried or above ground structures painting,hot-tapping connections (if
applicable), valves installation, internal pipeline cleaning, hydrotesting and dewatering, gauging and cleaning-up and restoring pipeline Right of Way including
temporary extrawork space; providing the necessary engineering, management,
Company Identification
3214.10.GGPD.10909
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
26 / 43
supervision, personnel equipment, materials and support facilities and performing all
other works necessary to completely construct the NPS 12 Gas Pipeline in
accordance with the specifications and drawings to be prepared by CONTRACTOR
and approved by the COMPANY and the provisions outlined in Contract.
CONTRACTOR shall furnish all labour, tools supplies, vehicles, construction
equipment construction camps, storage and marshalling yards, laydown yards;
hydrostatic testing and de-watering equipment; gauging and inspection tools and
equipment, welding rods, concrete materials, pipe concrete coating materials, pipe
coating materials for coating of field joint, coating repairs, material for painting,
materials required for bedding and padding of pipeline trench, bank restorations,
materials for maintaining and restoring access roads, culverts; material sacks for
restoration and all other designated materials, equipment, supplies and services
which may be required for performing and completing the Work.
CONTRACTOR shall also manage, plan and coordinate all external interfaces related
to the construction of the pipeline as outlined in Section 2.4 of this document.
4.2
Construction Management
CONTRACTOR shall set up a Project Construction Management team headed by a
Project Site Manager who shall report to CONTRACTOR Project Manager and
provide full construction management at the Work Site. Under the authority of Project
Site Manager CONTRACTOR shall develop and implement an organisation in order
to assure the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
Safety:
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
27 / 43
Safety
CONTRACTOR shall take extra care in conjunction with NAOC safety rules to assure
that the integrity of the existing Pipeline/Flowlines, Environment, Flowstations and
Manifold are maintained throughout the duration of the works.
4.4
Labour
CONTRACTOR shall supply and assign to the site all labour required to perform the
work such as foremen, high skilled, skilled, semi-skilled workers and helpers required
to perform the Work. CONTRACTOR shall also provide all other labour as required to
proper support during the work execution.
4.5
4.6
Mobilisation
CONTRACTOR shall mobilise all equipment, personnel, support facilities,
storage/marshalling yards, construction camps, warehouse, and laydown areas as
required to perform the Work.
4.7
4.8
4.9
Construction Camps
CONTRACTOR shall provide temporary construction camps at the Work Sites for the
accommodation of its own
personnel, COMPANY personnel and
Manufacturers/Supplier. The camps shall include medical, catering and laundry
facilities. The camp shall also contain all necessary field office accommodations for
the execution of the work. CONTRACTOR shall be responsible for all rental, utilities,
temporary support facilities, permits, security etc. required to provide a full functional,
operating camp.
Company Identification
3214.10.GGPD.10909
4.10
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
28 / 43
4.11
Construction Work
CONTRACTOR shall be responsible for completing the Scope of work in accordance
with the Contract specification drawings and procedures.
The Work to be performed by CONTRACTOR is to install and test:
i) 15 kilometres approximately of NPS 12, 11.1/12.7mm wall thickness, API
5L-X65 SMLS pipeline and 3 kilometres approximately of NPS 24 (HDD
across river niger), 15.9mm wall thickness, API 5L-X65 SAW pipeline.
ii)
4.12
4.12.1
Pipeline
Civil Works
The civil work to be carried out by CONTRACTOR include, but not limited to the
following:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
xvii)
Access roads
Pipe storage areas and marshalling yard
Concrete coating of line pipe
Right of Way clearing and grading
Handling of topsoil (if required)
Trenching in dry and swamp and mangrove swamp areas
Trenching at watercourse crossing
Trenching at road and track crossings
Trenching at crossing of buried and above ground existing facilities
Backfilling of pipeline trench in dry and swamp and mangrove
swamp areas
Backfilling of pipeline trench at watercourse crossings
Backfilling of pipeline trench at roads and track crossings
Backfilling of pipeline trench at crossings of buried and above
ground existing facilities
Clearing and restoration of Right of Way
Restoration of watercourses banks
Restoration of roads
Trenches for ancillary and associated works
Company Identification
Contractor Identification
3214.10.GGPD.10909
xviii)
xix)
xx)
xxi)
xxii)
xxiii)
xxiv)
xxv)
xxvi)
xxvii)
xxviii)
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
29 / 43
Mechanical Work
The mechanical work to be carried out by CONTRACTOR include, but not limited to
the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
BENDING
As per Technical Specification for Pipeline Construction.
PIPE LAYING, LINE-UP AND WELDING
As per Technical Specification for Pipeline Construction.
COATING OF FIELD JOINTS
As per Technical Specification for Pipeline Construction.
PAINTING OF ABOVE GROUND INSTALLATION
As per Technical Specification for Pipeline Construction.
The CONTRACTOR shall provide NAOC with all painting procedures in accordance with
Technical Specification for Pipeline Construction.
LOWERING-IN
No pipe shall be lowered into the trench until the trench has been inspected, prepared and
approved for receiving the pipe.
Data file: 331685937.doc
This document is property of ENI S.p.A. who will safeguard rights according to the civil and penal provision of the law.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
30 / 43
The CONTRACTOR shall respect the lowering-in procedure as per Technical Specification for
Pipeline Construction.
BACKFILLING AND ROW RESTORATION
The CONTRACTOR shall respect the procedure for pipeline backfilling and clean-up as per
Technical Specification for Pipeline Construction. The contractor, at the end of the construction
exercise shall ensure that the pipeline right of way (ROW) and any other area affected by the
job are restore to there original position before the commencement of the construction activity
CATHODIC PROTECTION SYSTEM
Cathodic protection shall be installed as per Technical Specification for Pipeline Construction
3214.10.BTST.16524, in accordance with 27589.VAR.COR.PRG rev.1 Guidelines for Design
and Constuction of Cathodic Protection System and with Cathodic Protection System Design
Philosophy, 3214.10.BERV.23854. Cathodic protection system shall consist of :
Permanent CP system
The works to be carried out by CONTRACTOR for the installation of cathodic protection
system include, but not limited to the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
viii)
ix)
x)
xi)
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
31 / 43
Isolating joints
Isolating joints shall be located as indicated in the project drawings and installed as per
Technical Specification for Pipeline Construction.
b)
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
32 / 43
The correct use of backfill materials to ensure that the strain limits of the cable are
not exceeded during backfill activities.
The joint, test and commissioning of the complete Fibre Optic Cable to serve the
three functions highlighted in Section 1.0
It is expected that CONTRACTOR will provide suitable equipment for all movements of the
F.O.C., to ensure that no mechanical damage can occur. Contractor is also expected to seek
the support of experienced personnel/sub-contractors when undertaking the aforementioned
operation.
Company Identification
3214.10.GGPD.10909
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
33 / 43
Company Identification
3214.10.GGPD.10909
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
34 / 43
The CONTRACTOR shall carry out supplementary investigations, in addition to those effected
during the design phase, in order to define the construction criteria, the plant to use and the
detailed work programme.
In case, the Right-of-Way can first be improved by means of tree trucks or other low density
material suitable for the purpose. In this case, the CONTRACTOR shall submit a detailed
report to the COMPANY prior to commencing the work.
Two methods may be considered for the installation of pipelines in swamps:
The flotation method, where the pipeline is laid from a barge moving through a
channel cut along the right of way.
The push-pull method, where the ditch is dug by a lightweight track-driven machine
and the pipeline , fitted with buoyancy tanks if necessary, is pulled along the ditch
and sunk. This method is preferred in environmentally sensitive areas.
CONTRACTOR shall provide and maintain all material and equipment necessary for
the sandblasting, coating and painting of piping, pipe supports and steel structures.
Concrete Coating
CONTRACTOR shall provide materials and carry out the concrete coating of line
pipes for the swamp, mangrove swamp and watercourse crossings.
Hydrostatic Test
CONTRACTOR shall perform the hydrostatic test of the pipeline.
CONTRACTOR shall provide all necessary manpower, construction tools and
equipment necessary to perform this activity.
Dewatering
CONTRACTOR shall perform the de-watering of the pipeline.
CONTRACTOR shall provide all necessary manpower, construction tools and
equipment necessary to perform this activity.
Pre- Commissioning
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
35 / 43
Project Management
The CONTRACTOR shall perform all the Project Management services necessary for the
execution of the Project.
The CONTRACTOR shall appoint a capable and experienced Project Manager who will have
authority to act on behalf of the CONTRACTOR and be responsible for the overall direction,
co-ordination, control and performance of the Project activities.
The CONTRACTOR shall perform all activities necessary for implementation of the works
including the following:
-
Company Identification
3214.10.GGPD.10909
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
36 / 43
The CONTRACTOR shall provide all the plans and procedures required or necessary to
ensure the following:
-
Ensure open communication lines with the COMPANY, Vendors, subcontractors and
other parties which the COMPANY may call upon to participate in the execution of
the works.
Provide the COMPANY with all the information requested in order to allow the
COMPANY to evaluate the performance of the CONTRACTOR, his Vendors and
subcontractors.
Ensure the proper co-ordination within the CONTRACTORs organisation for the
orderly and smooth development of the activities.
Provide for the required manpower in order to meet any and/or all the scheduled
work targets.
Conduct regular and programmed weekly and monthly meetings with the COMPANY
to discuss the status of the various phases of the works and methods for
resolving any difficulties encountered or foreseeable, and any other aspects of the
work. Issue minutes promptly after each meeting.
Evaluate all Works performed by Vendors and CONTRACTORs key personnel.
Inspection
The CONTRACTOR shall inspect and test all work as required by the drawings and
specifications and in line with good working practice and sound workmanship. He shall
maintain proper inspection and control of the work executed on-site in order to ensure a good
standard of workmanship at all times and compliance with all designs, standards,
specifications and codes.
The CONTRACTOR shall also provide services as and when required by the COMPANY's Site
Inspectors, and shall comply with all requirements imposed by them with respect to the issuing
of inspection certificates for all items.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
37 / 43
STRUCTURAL WORKS
6.1
x)
xi)
Company Identification
Contractor Identification
3214.10.GGPD.10909
6.2
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
38 / 43
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Painting
Touch-up as required
Grouting.
39 / 43
Company Identification
3214.10.GGPD.10909
SUPPLY
7.1
Contractor Identification
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
40 / 43
The line pipe shall be supplied by the CONTRACTOR. Also, the coating of the line
pipe shall be the responsibilty of the Contractor, as coating is part of the scope of
work.
7.2
7.3 PROCUREMENT
The CONTRACTOR shall procure all items and materials necessary for the works, according
to the specifications provided or stated and/or the requirements listed below.
Company Identification
Contractor Identification
3214.10.GGPD.10909
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
41 / 43
Line pipes
The 12 Line Pipes shall be supplied by Contractor
The characteristics of the Line Pipes supplied by Contractor shall be as follows:
Total length:
Pipe length (average):
Manufacture:
Nominal diameter:
Constant internal diameter:
Wall thickness:
Material:
Coating:
15,000 metres
12.2 m
SMLS
12
304.9mm
11.1 mm/ 12.7
API 5L X65
Coating of line pipes shall be
Contractors scope of work.
The technical characteristics and quantity of line pipes to be used for L.R. Bends shall be in
accordance with project data Sheet .
Flanges and fittings
The CONTRACTOR shall supply all flanges and fittings (Elbows, Bends, Reducers, Insulating
Joints, etc.) necessary for the works. In all cases these shall conform to the rating and
standards of the pipeline system.
Bends
All pipeline bends shall be produced by induction bending. Minimum bend radius shall be 5D
(where D is the pipe O.D.). All bends shall be supplied with straight tangent ends at least 500
mm in length. Bends shall comply with requirements of 20337.SLI.SPM.FUN. and project
specification 3214.10.BTST.16528.
Fibre Optic Intrusion Detection System
The CONTRACTOR shall supply the Fibre Optic Intrusion & Leakage Detection System
(complete with fibre optic cable, interface control equipment, accessories, etc.) in accordance
with project specifications and standards.
Pipeline Instrumentation
The CONTRACTOR shall supply all instruments required for the complete installation of the
pipeline (including instrumentation for the launching and receiving traps, Shut-Off Valve,
pressure switches, etc), in accordance with Project requirements and Specifications.
Warning Tape
The CONTRACTOR shall supply PWC warning tape, the tape shall be in accordance with the
project specification.
7.4
Company Identification
Contractor Identification
3214.10.GGPD.10909
Description
Line pipe
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Spare quantities
3% of total length
L.R. Bends
Casing Pipe
Bulk materials
8.1
42 / 43
INTERNATIONAL STANDARDS
The latest editions of the following International Standards are to be considered as an integral
part of these Specifications;
Mechanical
ASME VIII
ANSI
API
ASTM
AWS
NACE
PFI
MSS
Piping
ANSI
ASTM
AWS
NACE
Structural
Company Identification
Contractor Identification
3214.10.GGPD.10909
AWS
Rev. index.
Sheet of Sheets
Validity
Status
Rev. No.
CD-BF
00
Civil
ACI
BSI
8.2
In addition to what listed in Section regarding PIPELINE MATERIALS the following ENI
standards shall be applied in the execution of the works unless otherwise stated in this
document:
1) 06746.PLI.GEN.SPC Technical Specification for Pipelines and Flowlines
Engineering
2) 20368.PIP.MEC.FUN Carbon Steel Piping Welding
3) 00300PLI.COR.SDS
5) 07493.SLI.NAV.SPC
General Specifications:
- 310520-SG-10
Management
Contracts
- 310520-SG-02
43 / 43