Download as pdf or txt
Download as pdf or txt
You are on page 1of 101

EDSD REV

REVISION
REVISIONCERTIFICATION
CERTIFICATE VERIFICATION NO. DATE JO/EWO DESCRIPTION ENGG CERT PMT OPRNS
C

DATE:
DATE:
DATE:
DATE:
DATE:
THIS INDICATES THAT REV. NO.__________
C 07/01/21 10-00844 ISSUED FOR 100% - PP
OF THIS DRAWING IS COVERED, FOR ALL
CONTROL NUMBER
APPROVAL/CERTIFICATION REQUIREMENTS, B 10-00844
05/06/21 ISSUED FOR 90% REVIEW - PP

AGENCY
BY:

PROJECT
BY DRAWING COMPLETION CERTIFICATE

ENGINEER
ENGINEER
DISCIPLINE

CERTIFIED

OPERATIONS
10-00844

CONSTRUCTION
_____________________
(DCC) NO.10 -00844-0001.001 A 01/28/21 ISSUED FOR 60% REVIEW - PP
DATE:

YANBU
Saudi Aramco 2616-ENG (03/99)

DESIGN SCOPE OF WORK

EAST WEST PIPELINE DEPARTMENT


REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS
DOC

SAUDI ARABIA
JULY 2021
BI 10-00844

PREPARED BY:

K04
JO / EWO:
Project Proposal
SAUDI ARABIAN OIL COMPANY

A
DWG.TYPE PLANT NO. INDEX
ISSUED FOR 100% - PP

10-00844-0001
DRAWING NO.
DESIGN SCOPE OF WORK

PE-00ASOW
1/101
SHT.NO.
Replace Halon System E/W Pipeline Pump Stations

C
EDSD/2616-0399.doc
REV.NO.
THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
TABLE OF CONTENTS
ENGG CERT

1.0 GENERAL PROJECT INFORMATION................................................................................... 3


1.1. DESCRIPTION OF THE PROJECT ................................................................................. 3
1.2. PRESENT SITUATION .................................................................................................... 3
1.3. DESIGN OBJECTIVES .................................................................................................... 5
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

1.4. CONTRACTOR SERVICES............................................................................................. 6


ISSUED FOR 100% - PP

1.5. SCOPE OF WORK OF COMPANY ................................................................................. 6


1.6. SCOPE OF WORK OF OTHER PARTIES ....................................................................... 7
DESCRIPTION

2.0 GENERAL PROVISIONS ....................................................................................................... 8


2.1. INTRODUCTION ............................................................................................................. 9
2.2. DRAWINGS ..................................................................................................................... 9
2.3. CODES AND STANDARDS............................................................................................. 9
3.0 DESCRIPTION OF SCOPE OF WORK ................................................................................ 12
3.1. DEMOLITION SCOPE OF WORK ................................................................................. 12
3.2. DESIGN SCOPE OF WORK.......................................................................................... 27
JO/EWO

10-00844
10-00844

10-00844

3.3. TEMPORARY CONSTRUCTION FACILITY (TCF) ........................................................ 97


07/01/21

01/28/21
05/06/21
NO. DATE
REV

A
C
B

DISCIPLINE
ENGINEER

DATE:
PROJECT
ENGINEER

DATE:
CERTIFIED

DATE:
CONSTRUCTION
AGENCY

DATE:
OPERATIONS

DATE:
CONTROL NUMBER
VERIFICATION
EDSD

DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
2/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
1.0 GENERAL PROJECT INFORMATION
ENGG CERT

1.1. DESCRIPTION OF THE PROJECT


The purpose of the facilities provided by this budget item is to support the corporate
strategy to intensify the focus on protecting the environment by phasing-out Halon
1301 based fire suppression systems currently in operation in Saudi Aramco facilities
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

located along the East/West (E/W) Pipeline pump stations. New fire suppression
systems and detection systems will be installed as applicable to comply with Saudi
ISSUED FOR 100% - PP

Aramco engineering and safety requirements. Refer to fig-1 for the location of the 11
pump stations.
DESCRIPTION

1.2. PRESENT SITUATION


The E/W Pipeline runs approximately 1,200 kilometers from Abqaiq Plants to the
Yanbu Crude Oil Terminal located at the Red Sea. The E/W Pipeline incorporates
eleven pump stations, the Hawtah Stabilizer facility, and two Pressure Reducing
Stations. The eleven Pump Stations are evenly distributed along the pipeline and
each pump station is equipped with five combustion gas turbines to drive the mainline
pumps. All eleven Pump Stations have manned control rooms for monitoring and
controlling local operations.
JO/EWO

10-00844
10-00844

10-00844

The Pump Stations include control vans; which host mainline pump unit control and
turbomachinery protection systems, turbine enclosures, diesel-driven electric power
07/01/21

01/28/21
05/06/21
DATE

generators to provide backup electric power and gas turbine power generators to
supply power at Pump Stations # 5, 7, 8, 9, 10, and 11. The Hawtah Stabilizer is
located adjacent to Pump Station # 3 and incorporates a manned control room and a
NO.
REV

A
C
B

DISCIPLINE
process interface building; which hosts process control equipment. The Hawtah
ENGINEER Stabilizer does not utilize the Halon gas fire suppression apparatus. Two Pressure
Reducing Stations, located at the west coast section of the pipeline, were designed
DATE:
PROJECT
and constructed after 1996 and do not incorporate Halon gas in their fire suppression
ENGINEER systems. Thus, the two Pressure Reducing Stations and Hawtah Stabilizer shall not
be considered under this project.
DATE: Currently, there are one hundred thirty-seven (137) facilities that are equipped with
CERTIFIED
Halon fire suppression systems at all eleven pump stations along the E/W Pipeline.
Facilities include control rooms, unit control vans, mainline pump-turbine enclosures,
DATE:
CONSTRUCTION
and power generator enclosures. Existing Halon fire suppression systems shall be
AGENCY replaced in Saudi Aramco facilities to comply with Saudi Aramco environmental policy
and the Montreal Protocol on substances that deplete the Ozone layer; however, the
DATE:
OPERATIONS
continued use of any existing Halon stock is allowed.
Refer to table 1, for a list of facilities utilizing Halon fire suppression systems.
Out of one hundred and thirty-seven (137) facilities, ninety-three (93) facilities are
DATE:
under this BI-10-00844 scope and 44 facilities are for the E/W Pump stations (#1 thru
CONTROL NUMBER
VERIFICATION

#11) RB-211 turbine enclosures and control vans. The scope of work associated with
Halon replacement for these 44 facilities is not included in this BI-10-00844. The
EDSD

replacement of Halon gas for fire protection for these RB-211 turbine enclosures and
DATE:

control vans will be executed under BI-10-01201- Upgrade Crude Oil Delivery System
BY:

- East West Pipelines, currently ERA & ERC are 12/2019 & 07/2023 respectively.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

Therefore, all ninety-three (93) facilities i.e. existing control rooms, unit control vans,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

mainline pump-turbine enclosures and power generator enclosures shall be replaced


_____________________

with a CO2 fire suppression system and a new fire detection system. In addition to
-00844-0001.001

these ninety-three (93) facilities, ten (10) diesel power generators shall be protected
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
3/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
EDSD REV
REVISION
REVISIONCERTIFICATION
CERTIFICATE VERIFICATION NO. DATE JO/EWO DESCRIPTION ENGG CERT PMT OPRNS
C

DATE:
DATE:
DATE:
DATE:
DATE:
THIS INDICATES THAT REV. NO.__________
C 07/01/21 10-00844 ISSUED FOR 100% - PP
OF THIS DRAWING IS COVERED, FOR ALL
CONTROL NUMBER
APPROVAL/CERTIFICATION REQUIREMENTS, B 10-00844
05/06/21 ISSUED FOR 90% REVIEW - PP

AGENCY
BY:

PROJECT
BY DRAWING COMPLETION CERTIFICATE

ENGINEER
ENGINEER
DISCIPLINE

CERTIFIED

OPERATIONS
10-00844

CONSTRUCTION
_____________________
(DCC) NO.10 -00844-0001.001 A 01/28/21 ISSUED FOR 60% REVIEW - PP
DATE:

9
8
7
6
5
4
3
2
1

YANBU
11
10
Sl. No
Saudi Aramco 2616-ENG (03/99)

Pump Station

No. 9
No. 8
No. 7
No. 6
No. 5
No. 4
No. 3
No. 2
No. 1

No. 11
No. 10
X
X
X
X
X
X
X
X
X
X
X
Control Room
Sec: 7.0.

X
X
X
X
X
X
X
X
X
X
X
FT-4 Control Van-1

X
X
X
X
X
X
X
X
X
X
X
FT-4 Control Van-2

DESIGN SCOPE OF WORK


X
X
X
X
X
X
X
X
X
X
X FT-4 Control Van-3

X
X
X
X
X
X
X
X
X
X
X

FT-4 Turbine Enclosure, ML-1

EAST WEST PIPELINE DEPARTMENT


X
X
X
X
X
X
X
X
X
X
X

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS


FT-4 Turbine Enclosure, ML-2

X
X
X
X
X
X
X
X
X
X
X

FT-4 Turbine Enclosure, ML-3

Table – 1

DOC

SAUDI ARABIA
X
X
X
X

Solar Power Generator #1

X
X
X
X

K04
Solar Power Generator #2

JO / EWO:
X
X
X
X
SAUDI ARABIAN OIL COMPANY

A
Solar Power Generator #3

DWG.TYPE PLANT NO. INDEX


X
X

Allison Power Generator #1


X
X

10-00844-0001
Allison Power Generator #2

DRAWING NO.
X
X
X
X
X
X
X
X
X
X
X

RB-211, Turbine Enclosure,

PE-00ASOW
ML-4
X
X
X
X
X
X
X
X
X
X
X

RB-211, Turbine Enclosure,


ML-5
X
X
X
X
X
X
X
X
X
X
X

4/101
SHT.NO.
RB-211, Unit Control Van-4
X
X
X
X
X
X
X
X
X
X
X
with CO2 fire suppression system as per SAER 6119, Sec: 4.0 and SAES-B-019,

C
RB-211, Unit Control Van-5

EDSD/2616-0399.doc
REV.NO.
THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
ENGG CERT

ISSUED FOR 90% REVIEW - PP


ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP
DESCRIPTION
JO/EWO

10-00844
10-00844

10-00844
07/01/21

01/28/21
05/06/21
DATE

Fig-1

1.3. DESIGN OBJECTIVES


NO.
REV

A
C
B

DISCIPLINE
ENGINEER
The primary objective of this Budget Item is to phase out the utilization of
DATE: environmentally harmful Halon gas by removing the Halon based fire suppression
PROJECT
ENGINEER
systems at all facilities along the East/West Pipeline and protect these facilities with
an appropriate Gaseous fire extinguishing system and detection systems.
DATE:
CERTIFIED The objective of the PP aims to replace the Halon systems at eleven pump stations
along East/West Pipeline. This upgrade will consider the removal of existing Halon
DATE: gaseous fire extinguishing system, and install CO2 based fire suppression systems
CONSTRUCTION
AGENCY
at forty-nine (49) facilities along the E/W Pipeline, Replacement of most operational/
cost-effective fire detection systems at forty-four (44) facilities at all Eleven Pump
DATE:
stations along the E/W Pipeline. The project shall also include the installation of CO2
OPERATIONS based fire extinguishing system interfaced with a detection system for the new ten
(10) diesel power generators.
DATE:
The design of this project shall comply with Saudi Aramco Standards and the Saudi
CONTROL NUMBER
VERIFICATION

Aramco Standards cut-off date shall be set at the DBSP approval date except for any
EDSD

future health and safety-related changes that shall be reviewed and validated per
Saudi Aramco scope change procedure.
DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
5/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
1.4. CONTRACTOR SERVICES
ENGG CERT

The CONTRACTOR scope for Detailed Design, Procurement, Construction and


Commissioning assistance is required for Replace Halon System E/W Pipeline Pump
Stations to meet the following functional requirements of the facilities:

CONTRACTOR shall provide all services to realize the Project (Work)


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

including all detailed design deliverables, Procurement and Construction.


ISSUED FOR 100% - PP

Any new material or component that will be identified shall be a part of scope
DESCRIPTION

of work if this proves to be essential or required to meet the ultimate goal of


the project or to meet any SA Standards. If this is claimed that now its late
then contractor or PMT shall take the full responsibility at that stage to
proceed without consenting or allowing company to provide their valid
comments so that they are verified and accepted in DD

The CONTRACTOR shall bring its expertise and experience to this project
by assigning competent professional personnel to execute the Project
through to completion. Through the technical excellence and experience of
the CONTRACTOR and the professional expertise of its personnel,
JO/EWO

10-00844
10-00844

10-00844

COMPANY expects to achieve its primary objective: to optimize the overall


time in the execution of the services with no sacrifice to quality or technical
07/01/21

01/28/21
05/06/21
DATE

integrity.

The CONTRACTOR shall maintain and achieve a high level of performance


NO.
REV

A
C
B

throughout all stages of the project and will be evaluated on the results.
DISCIPLINE
ENGINEER Specific measures will include recording of suggested improvements in the
detail design that will maintain the desired quality but reduce the installation
DATE: cost and time to complete; timely and effective application of technology in
PROJECT
ENGINEER anticipating, during design phase, problems that might arise during the
construction and commissioning phases, and recommending innovative and
DATE: preventive measures to avoid problems; the quality and timeliness of its
CERTIFIED
reporting to COMPANY; and assist COMPANY to complete a successful
quality installation on time and within budget.
DATE:
CONSTRUCTION
AGENCY All work related to control system, SCADA, unit van shall be done in
accordance with BI-1201 and other BI’s which have direct or indirect work on
DATE: all PS systems.
OPERATIONS

1.5. SCOPE OF WORK OF COMPANY


DATE:
CONTROL NUMBER
VERIFICATION

The COMPANY will try its best to provide all necessary information regarding FEED
EDSD

engineering in order to assist the CONTRACTOR in successfully executing the


WORKS during Detailed Design, Procurement, Construction and Commissioning
DATE:

stages by CONTRACTOR.
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

Notwithstanding the information given before on work to be executed by COMPANY,


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

it shall remain the specific responsibility of the CONTRACTOR to check and verify
_____________________

with the COMPANY the precise scope of work by COMPANY and to obtain from the
-00844-0001.001

COMPANY all relevant information and documentation. The COMPANY will not
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
6/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
accept any adverse consequences whatsoever for non-compliance with the foregoing
by the CONTRACTOR.
ENGG CERT

1.6. SCOPE OF WORK OF OTHER PARTIES


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

The CONTRACTOR shall work in close coordination and alignment with the
ISSUED FOR 100% - PP

manufacturers / vendors / suppliers, Engineering Firms, who will provide support for
the CONTRACTOR for the execution of the Detailed Design Engineering,
DESCRIPTION

Procurement and Construction Phases of the Project.

Notwithstanding the information given before on work to be executed by others, it


shall remain the specific responsibility of the CONTRACTOR to check and verify with
the COMPANY the precise scope of the work by others and to obtain from the
COMPANY all relevant information and documentation related thereto. The
COMPANY will not accept any adverse consequences whatsoever for non-
compliance with the foregoing by the CONTRACTOR.
JO/EWO

10-00844
10-00844

10-00844
07/01/21

01/28/21
05/06/21
NO. DATE
REV

A
C
B

DISCIPLINE
ENGINEER

DATE:
PROJECT
ENGINEER

DATE:
CERTIFIED

DATE:
CONSTRUCTION
AGENCY

DATE:
OPERATIONS

DATE:
CONTROL NUMBER
VERIFICATION
EDSD

DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
7/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
2.0 GENERAL PROVISIONS
ENGG CERT

Throughout this document the word “COMPANY” refers to Saudi Aramco and / or its
Representative(s), and the word “CONTRACTOR” refers to the Lump Sum Turnkey (LSTK)
CONTRACTOR who will be awarded the contract for detail design, procurement and
Construction of this COMPANY Project.

This scope of work describes or references the applicable drawings, documents, standards
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

and other technical requirements that CONTRACTOR shall satisfy and adhere to in
ISSUED FOR 100% - PP

accomplishing the WORK.


DESCRIPTION

The scope of work documents may be revised from time to time by COMPANY due to
unforeseen site or operational conditions. The scope of work shall always contain all initial
issues/conditions of the scope of work documents and all revisions thereafter.

CONTRACTOR shall submit detailed construction schedule showing and following the
“Critical Milestone Dates” to COMPANY approval.

The intent of this document is to generally describe the only major components of the
JO/EWO

10-00844
10-00844

10-00844

WORK and not provide detailed description of every item or detailed procedure for the
construction of the entire project. CONTRACTOR shall refer to Drawings and reference
standards for a comprehensive and detailed description of the WORK.
07/01/21

01/28/21
05/06/21
DATE

CONTRACTOR shall work based on this Scope of Work and project drawings provided or
NO.
REV

A
C
B

this Scope of Work. Scope of Work and drawings are coherent and are not to be used
DISCIPLINE
ENGINEER separately. Any item mentioned in Scope of work and not shown in drawings and vice versa
shall be like effect as if shown or mentioned in both.
DATE:
PROJECT
ENGINEER
This Scope of Work which shall be carried out by CONTRACTOR to COMPANY approval
involves site preparation, modification and construction, procurement, materials and
DATE:
CERTIFIED
equipment supply, fabrication, installation, testing, pre-commissioning and commissioning
assistance necessary for this project.
DATE:
CONSTRUCTION
AGENCY The scope shown in one drawing or document is considered part of CONTRACTOR scope
even if any other relevant drawing/documents do not cover that item. This project scope of
DATE: work shall be read in conjunction with project drawings and LSTK contract. In case of
OPERATIONS conflict between project drawings / documents and COMPANY Standards, the more
stringent requirements shall be followed. If there is a standard violation or deviation: SAEP-
DATE: 302 shall be complied with.
CONTROL NUMBER
VERIFICATION

Accordingly, CONTRACTOR shall take all precautions regarding noise control, dust
EDSD

control, working hours and all associated factors to COMPANY approval.


DATE:
BY:

CONTRACTOR shall prepare full detail design package in all disciplines, and it shall be
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

approved by COMPANY before construction.


C

_____________________
-00844-0001.001

CONTRACTOR shall submit all delegated Vendor Design for COMPANY approval.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
8/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
2.1. INTRODUCTION
ENGG CERT

This scope of work describes the applicable drawings, documents, standards and
other technical requirements that CONTRACTOR shall perform to complete the Work.
CONTRACTOR shall submit detailed construction schedule level Ill with manpower
loading based on “Critical Milestone Dates” for COMPANY approval.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

COMPANY Construction Safety Manual and applicable safety & security standards
and procedures shall govern safety during construction and for protection of adjacent
ISSUED FOR 100% - PP

public and private properties.


DESCRIPTION

CONTRACTOR shall perform all project scope detailed design through COMPANY
approved Engineering Firms and vendors. The design and drawings shall be
submitted to COMPANY for approval prior to casting, in line with COMPANY
Standards and Procedures.
CONTRACTOR shall ensure that all underground utilities are re-validated/rechecked
for below ground surface condition by conducting underground radar survey, as
required, INCLUDING excavation test trenches to verify if there are existing utilities
that might be hit or be damaged during the actual excavation for the new utilities,
including mandrel test just in case using existing manholes.
JO/EWO

10-00844
10-00844

10-00844

2.2. DRAWINGS
07/01/21

01/28/21
05/06/21
DATE

Project drawings are enclosed in accordance with the Drawing Control List (DCL) No.
PD-00ADCL.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
2.3. CODES AND STANDARDS

DATE:
PROJECT
CONTRACTOR shall perform the work in accordance with COMPANY Engineering
ENGINEER Standards and Procedure as per the project cut-off date of March 2020, unless
otherwise noted. The applicable Industry Codes and Standards shall be followed
DATE: including, but not limited to, the following codes and standards. In case of discrepancy,
CERTIFIED
Saudi Aramco standards shall always prevail.
DATE: ACI American Concrete Institute 2014
CONSTRUCTION
AGENCY ASCE American Society of Civil Engineering 2010
DATE: ASHRAE Fundamentals Handbook, 2013 Edition
OPERATIONS
ASHRAE HVAC Applications, 2013 Edition

DATE:
ASHRAE HVAC Systems and Equipment’s, 2013 Edition
CONTROL NUMBER

ASHRAE Standards 62.1- Ventilation for Acceptable Indoor Air Quality 2013
VERIFICATION
EDSD

ASHRAE Standards 90.1-Energy Standard for Building 2013


DATE:

HCIS High Commission for Industrial Security


BY:

NFPA 12 Standard on Carbon Dioxide Extinguishing Systems (2018 Ed)


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

NFPA 12A Standard on Halon 1301 Fire Extinguishing Systems


_____________________
-00844-0001.001

NFPA 70 National Electrical Code (2020 Ed)

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
9/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
NFPA 72 National Fire Alarm and Signaling Code (2019 Ed)
ENGG CERT

NFPA National Fire Protection Association


MSAER Mandatory Saudi Aramco Engineering Requirements
MUTCD Manual on Uniform Traffic Control Devices, KSA
UPC Uniform Plumbing Code.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

SBC Saudi Building Code.


ISSUED FOR 100% - PP

AASHTO American Association of State Highway and Transportation Officials


DESCRIPTION

Standard.

2.3.1. Industry Codes and Standards:


ANSI American National Standards Institute
NEC National Electrical Code
IESNA Illumination Engineering Study of North America
IEEE Institute of Electrical and Electronics Engineers
JO/EWO

10-00844
10-00844

10-00844

NEMA National Electrical Manufacturer’s Association


07/01/21

01/28/21

NFPA National Fire Protection Association


05/06/21
DATE

UL Underwriter Laboratory
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
2.3.2. COMPANY Engineering Standards (MSAER takes precedence in all
cases)
DATE:
PROJECT
ENGINEER SAES-A-100 Survey Coordinates, Datum’s and Data Formats

DATE: SAES-A-104 Wastewater Treatment, Reuse and Disposal


CERTIFIED

SAES-A-112 Meteorological and Seismic Design Data


DATE:
CONSTRUCTION
AGENCY SAES-A-114 Excavation and Backfill

DATE: SAES-A-202 Saudi Aramco Engineering Standard Drawing Preparation


OPERATIONS

SAES-B-014 Safety Requirements for Plant and Operations Support


DATE: Buildings.
CONTROL NUMBER
VERIFICATION

SAES-B-017 Fire Water System Design


EDSD

SAES-B-019 Portable, Mobile and Special Fixed Firefighting Equipment


DATE:
BY:

SAES-L-132 Materials Selection for Pipelines, Piping, and Process


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

Equipment
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

SAES-M-100 Saudi Aramco Building Code.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
10/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
SAES-J-002 List of Inspectable Instruments
ENGG CERT

SAES-J-003 Instrumentation – Basic Design Criteria

SAES-J-100 Process Measurement

SAES-J-505 Combustible Gas and Hydrogen Sulfide in Air Detection


ISSUED FOR 90% REVIEW - PP

Systems
ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

SAES-J-801 Control Buildings


DESCRIPTION

SAES-J-902 Electrical Systems for Instrumentation

SAES-P-100 Basic Power System Design Criteria

SAES-P-103 UPS and DC Systems

SAES-P-104 Wiring Methods and Materials

SAES-P-111 Grounding
JO/EWO

10-00844
10-00844

10-00844

SAES-P-123 Lighting
07/01/21

01/28/21
05/06/21
DATE

SAES-Q-001 Criteria for Design and Construction of Concrete Structure.

SAES-Q-005 Concrete Foundations


NO.
REV

A
C
B

DISCIPLINE
ENGINEER SAES-R-004 Building Architectural Design and Finished Requirements
DATE:
PROJECT
SAES-S-060 Saudi Aramco Plumbing code
ENGINEER

SAEHC-S-02 Saudi Aramco Environment Health Code (Sanitary Wastewater


DATE: and Sewerage System).
CERTIFIED
SAEP-302 Waiver of a Mandatory Saudi Aramco Engineering
DATE: Requirement.
CONSTRUCTION
AGENCY SAER-6119 Guidelines for the Removal or Replacement of Halon 1301Fire
Extinguishing Systems
DATE:
OPERATIONS
12-SAMSS-014 Pre-Engineered Metal Buildings

DATE: 01-SAMSS-051 High Density Polyethylene (HDPE) Pipe and Fittings


CONTROL NUMBER
VERIFICATION

34-SAMSS-831 Instrumentation for Packaged Units


EDSD

34-SAMSS-913 Instrumentation and Thermocouple Cable


DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
11/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.0 DESCRIPTION OF SCOPE OF WORK
ENGG CERT

The project scope definition presented in this section shall be the basis to define the scope
requirements during the Detail Design phase. However, the Detail Design engineering
contractor shall further define and refine the detailed work needed in each facility to be
consistent with the project's objectives and anticipated operation in a cost-effective manner.
This section provides a preliminary description of the scope items proposed for
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

implementation in Detail Design phase, and further assessments of the designed upgrades.
ISSUED FOR 100% - PP

3.1. DEMOLITION SCOPE OF WORK


DESCRIPTION

3.1.1. Fire Protection

3.1.1.1 The project scope is to Decommission and demolish the Halon gas fire
suppression system from eleven Pump Stations along the E/W
Pipeline and deliver removed materials to the reclamation center. This
includes Thirty-three (33) FT-4 Turbine enclosures, Thirty-three (33)
Control Vans, Twelve (12) Solar Power Generators, Four (4) Allison
generators and eleven (11) Control rooms.
JO/EWO

10-00844
10-00844

3.1.1.2 The project scope is to Decommission and demolish the Halon gas fire
10-00844

suppression system from eleven Pump Stations along the E/W


Pipeline and deliver removed materials to the reclamation center.
07/01/21

01/28/21
05/06/21
DATE

Existing halon gas quantities for each equipment are as follows:


a. FT-4 Turbine enclosure – Four cylinders and each cylinder is of
NO.
REV

A
C

100 lbs. capacity.


B

DISCIPLINE
ENGINEER b. Control Van – Two cylinders and each cylinder is of 70 lbs.
capacity.
DATE:
PROJECT
ENGINEER c. Solar power generator – One cylinder of 20 lbs. capacity
d. Allison Power generator – Two cylinders of 125 lbs. and 40 lbs.
DATE:
CERTIFIED
capacity.
3.1.1.3 The project scope is to Decommission and demolish the Halon gas fire
DATE: suppression system from eleven Pump Stations along the E/W
CONSTRUCTION
AGENCY Pipeline and deliver removed materials to the reclamation center.
Existing halon gas quantities from eleven pump stations equipment
DATE: are as follows:
OPERATIONS
e. FT-4 Turbine enclosure – 132 (33 X 4) cylinders and total halon
gas is 13,200 lbs. capacity.
DATE:
f. Control Van – 66 (33 X 2) cylinders and total halon is 4,620 lbs.
CONTROL NUMBER
VERIFICATION

capacity.
EDSD

g. Solar power generator – 12 (12 X 1) cylinders and total halon gas


DATE:

is of 240 lbs. capacity


BY:

h. Allison Power generator – 8 (4 X 2) cylinders and total Halon gas


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

is of 660 lbs. capacity.


C

_____________________

3.1.1.4 CONTRACTOR shall obtain approval from the Saudi Aramco EPD and
-00844-0001.001

LPD for the qualified/certified and experienced Decommissioning fire


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
12/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
protection system service professionals who shall perform the
decommissioning of the Halon systems and agents in accordance with
ENGG CERT

NFPA standards, Saudi Environmental Regulations, SAES Standards


and approved/endorsed environmental impact assessment (EIA)
report. Decommissioning means disconnection of halon cylinders from
piping and associated piping manifold, removal of cylinders from site
or offsite halon cylinders, recycling/reclaiming and/or disposal of the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Halon systems and agents.


ISSUED FOR 100% - PP

3.1.1.5 CONTRACTOR shall demolish the existing Halon System and


associated appurtenances including pipes and fitting and associated
DESCRIPTION

control panel in the affected area as indicated in project drawings as


per SAES-B-014, SAER-6119, and other applicable Saudi Aramco
Engineering Standards and International Standards. The demolition
activities shall be scheduled to minimize service interruption at each
site (Pump station) on site-by-site basis.
3.1.1.6 CONTARCTOR’s Decommissioning personnel should be thoroughly
trained in safe handling procedures as well as proper procedures
related to disabling, removing, and transporting of Halon cylinders.
3.1.1.7 CONTARCTOR’s Decommissioning personnel shall follow all relevant
JO/EWO

10-00844
10-00844

10-00844

procedures specified in manufacturer's Owner's, Service, Operation,


and Maintenance manuals related to disabling, removing, and
07/01/21

01/28/21
05/06/21
DATE

transporting of Halon cylinders.


3.1.1.8 CONTRACTOR shall submit a Hazard identification plan (HIP) to
NO.
REV

A
C

include suitable preventive and mitigative measures to handle the


B

DISCIPLINE
ENGINEER
decommissioning activities and obtain Saudi Aramco approval before
work commences.
DATE:
PROJECT
3.1.1.9 CONTRACTOR shall submit a method of statement for
ENGINEER decommissioning and demolition activities and obtain Saudi Aramco
approval before work commences. This includes Securing Halon
DATE: cylinders, disabling actuation devices, providing cylinder caps, packing
CERTIFIED
cylinders, shipping cylinders to reclamation center.
DATE: 3.1.1.10 CONTRACTOR shall follow the Environmental Impact Assessment
CONSTRUCTION
AGENCY
(EIA) Section 17.6.3 for Halon dismantling, Transportation, recovery
and recycling.
DATE:
OPERATIONS
3.1.1.11 The vendors shall get P&ID drawing to identify log out and tag out
procedure in according to GI6.012
DATE:
3.1.1.12 CONTRACTOR shall include JSA “Job Safety analysis” for each task
such as disabling actuation valve, dissembling Halon cylinders
CONTROL NUMBER
VERIFICATION

3.1.1.13 A credible risk as per submittal can lead to fatality or permanent injury,
EDSD

the vendor needs to consider SMG 8.001 requirement and provide


DATE:

documentation that show a readiness to handle such incident. The


BY:

scenario worksheet shall identify evaluate of hazard technique as what


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

if /HAZID
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
13/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.1.1.14 The removing procedures shall be clear to identify the working location
at EWPL pump stations in step orders. The procedures shall include
ENGG CERT

CHB of extinguishment agent,


3.1.1.15 Disposal Holon Gas 1301 and transport procedures shall be included
at the submittal, you may refer to EPA and NFPA 12 for further info.
3.1.1.16 Cylinder brackets shall not be removed, and cylinders shall not be
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

disconnected from system piping, moved or shipped, without first


disabling the actuation devices and providing protective caps and anti-
ISSUED FOR 100% - PP

recoil devices/plugs on the cylinders.


DESCRIPTION

3.1.1.17 Once the Halon cylinders are firmly secured and the actuation devices
are disabled, it is safe to remove the piping and fittings to be recycled.
3.1.1.18 All removed Halon 1301 cylinders shall be taken to a licensed/certified
facility for proper disposal in accordance with all Kingdom of Saudi
Arabia Environmental Regulations and Royal Decrees.
3.1.1.19 Halon system equipment varies between manufacturers. Therefore, it
is important to follow the instructions and procedures provided in the
manufacturer's manuals.
JO/EWO

10-00844
10-00844

10-00844

3.1.1.20 To maintain fire protection in alignment with SAES-B-019, Section


5.2.5, an adequate number of Portable Carbon dioxide (CO2)
extinguishers shall be provided near to the facility, prior to the removal
07/01/21

01/28/21
05/06/21
DATE

of the Halon based fire suppression system.


3.1.1.21 Furthermore, Temporary fire protection measures and/or emergency
NO.
REV

A
C
B

DISCIPLINE
response plan (ERP) approved by Fr PD and LPD shall be utilized
ENGINEER during these interruptions.
DATE: 3.1.1.22 All demolition works shall be performed in close coordination with plant
PROJECT
ENGINEER
personnel to ensure the availability of the location for the demolition
work. Additionally, the demolition work schedule shall minimize the
DATE:
interruption to the fire protection systems operation. All demolition
CERTIFIED works shall be carried out as per project drawings.
3.1.1.23 CONTRACTOR shall perform all demolition works in accordance with
DATE:
CONSTRUCTION
standards and procedures and ensure adherence to safety best
AGENCY practices as approved by Client Representative.
DATE:
3.1.1.24 CONTRACTOR shall obtain all necessary permits required for the
OPERATIONS demolition of any existing utilities and/or firefighting equipment as
indicated on the Project Drawings prior to the commencement of the
DATE:
demolition works.
CONTROL NUMBER

3.1.1.25 CONTRACTOR shall ensure, confirm, and/or coordinate with the


VERIFICATION

COMPANY Representative that all existing apparatus to be


EDSD

demolished are fully isolated from the existing fire water system prior
DATE:

to commencing the demolition works.


BY:

3.1.1.26 Prior to demolition and disabling the existing halon system, the
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

CONTRACTOR shall complete the installation and testing of the new


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

installation fire protection systems at FT-4 Turbine enclosure that is


_____________________
-00844-0001.001

not operational as per site conditions by providing the approved

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
14/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
alternative firefighting equipment along with approved safety
procedures.
ENGG CERT

3.1.1.27 Prior to demolition and disabling the existing halon system, the
CONTRACTOR shall agree with COMPANY Representative on safety
procedures required to provide the project site with alternative
firefighting equipment.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.1.1.28 CONTRACTOR shall field verify the site condition prior to any work
commence. If any discrepancies found shall be brought to the notice
ISSUED FOR 100% - PP

of Owner/Company representative.
DESCRIPTION

3.1.2. Instrumentation (Fire Alarm)


3.1.2.1. Pump Station 01

CONTRACTOR shall be responsible for the preparation of the


deliverables pertaining to the demolition scope defined below. In the
event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
accomplished in field, relevant systems associated with (cabling and
connections etc.). Contractor shall ensure that all drawings are
JO/EWO

10-00844
10-00844

10-00844

prepared and submitted for approval prior to release for demolition


scope.
07/01/21

01/28/21
05/06/21
DATE

A. Control Building
NO.
REV

A
C
B

DISCIPLINE
Control Building is provided with a Fire Alarm System that is
ENGINEER interfaced with Halon System. Detailed Design scope shall include
the removal of the interface with Halon Releasing devices including
DATE:
PROJECT
demolition of the cables from the panel to these devices, including the
ENGINEER reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
DATE: HVAC interface with Halon Suppression panel.
CERTIFIED

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures


DATE:
CONSTRUCTION
AGENCY Control Vans (1000/2000/3000) is provided with a Fire Alarm System
that manages and activates with Halon System installed inside the
DATE: control vans. Detailed Design scope shall include the removal of the
OPERATIONS
complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.
DATE:
CONTROL NUMBER

Demolition scope also include the activities pertaining to UV Detector


VERIFICATION

Panel and Fire Suppression Panel mounted on the CGTC Cabinets


EDSD

inside control vans. These panels are connected to the flame


DATE:

detectors, heat detectors, horns and beacons on the turbine


BY:

enclosure. These all devices shall be demolished once a new fire


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

suppression panel along with the devices are installed and tested.
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

C. FT-4 Turbine Enclosure (1,2 & 3)


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
15/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
The flame detectors, heat detectors, horns and beacons associated
with UV Detector Panel and Fire Suppression Panel mounted on the
ENGG CERT

CGTC Cabinets inside control vans are to be demolished. These all


devices shall be demolished once a new fire suppression panel along
with the devices is installed and tested.

3.1.2.2. Pump Station 02


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

CONTRACTOR shall be responsible for the preparation of the


ISSUED FOR 100% - PP

deliverables pertaining to the demolition scope defined below. In the


event of drawings are not available, Contractor shall create as-built
DESCRIPTION

drawings for the demolition scope. All Demolition scope shall be


accomplished in field, relevant systems associated with (cabling and
connections etc.). Contractor shall ensure that all drawings are
prepared and submitted for approval prior to release for demolition
scope.

A. Control Building

Control Building is provided with a Fire Alarm System that is


JO/EWO

10-00844
10-00844

10-00844

interfaced with Halon System. Detailed Design scope shall include


the removal of the interface with Halon Releasing devices including
demolition of the cables from the panel to these devices, including the
07/01/21

01/28/21
05/06/21
DATE

reprogramming of the existing fire alarm panel to remove the


releasing devices from the program/logic. This also applicable to the
NO.
REV

A
C

HVAC interface with Halon Suppression panel.


B

DISCIPLINE
ENGINEER
B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures
DATE:
PROJECT
ENGINEER
Control Vans (1000/2000/3000) is provided with a Fire Alarm System
that manages and activates with Halon System installed inside the
DATE:
control vans. Detailed Design scope shall include the removal of the
CERTIFIED complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.
DATE:
CONSTRUCTION
AGENCY
Demolition scope also include the activities pertaining to UV Detector
Panel and Fire Suppression Panel mounted on the CGTC Cabinets
DATE:
inside control vans. These panels are connected to the flame
OPERATIONS detectors, heat detectors, horns and beacons on the turbine
enclosure. These all devices shall be demolished once a new fire
DATE:
suppression panel along with the devices are installed and tested.
CONTROL NUMBER
VERIFICATION

C. FT-4 Turbine Enclosure (1,2 & 3)


EDSD

The flame detectors, heat detectors, horns and beacons associated


DATE:

with UV Detector Panel and Fire Suppression Panel mounted on the


BY:

CGTC Cabinets inside control vans are to be demolished. These all


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

devices shall be demolished once a new fire suppression panel along


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

with the devices is installed and tested.


_____________________
-00844-0001.001

3.1.2.3. Pump Station 03 (K06)


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
16/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
CONTRACTOR shall be responsible for the preparation of the
ENGG CERT

deliverables pertaining to the demolition scope defined below. In the


event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
accomplished in field, relevant systems associated with (cabling and
connections etc.). Contractor shall ensure that all drawings are
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

prepared and submitted for approval prior to release for demolition


scope.
ISSUED FOR 100% - PP

A. Control Building
DESCRIPTION

Control Building is provided with a Fire Alarm System that is


interfaced with Halon System. Detailed Design scope shall include
the removal of the interface with Halon Releasing devices including
demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
JO/EWO

10-00844
10-00844

10-00844

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


07/01/21

01/28/21
05/06/21
DATE

that manages and activates with Halon System installed inside the
control vans. Detailed Design scope shall include the removal of the
NO.
REV

complete Halon System including demolition of the fire alarm panel


C
B

DISCIPLINE
ENGINEER
and the cables from the panel to the associating devices.

DATE: Demolition scope also include the activities pertaining to UV Detector


PROJECT
ENGINEER
Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
DATE:
detectors, heat detectors, horns and beacons on the turbine
CERTIFIED enclosure. These all devices shall be demolished once a new fire
suppression panel along with the devices are installed and tested.
DATE:
CONSTRUCTION
AGENCY
C. FT-4 Turbine Enclosure (1,2 & 3)

DATE:
The flame detectors, heat detectors, horns and beacons associated
OPERATIONS with UV Detector Panel and Fire Suppression Panel mounted on the
CGTC Cabinets inside control vans are to be demolished. These all
DATE:
devices shall be demolished once a new fire suppression panel along
with the devices is installed and tested.
CONTROL NUMBER
VERIFICATION
EDSD

DATE:
BY:

3.1.2.4. Pump Station 04 (K07)


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

CONTRACTOR shall be responsible for the preparation of the


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

deliverables pertaining to the demolition scope defined below. In the


_____________________
-00844-0001.001

event of drawings are not available, Contractor shall create as-built

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
17/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
drawings for the demolition scope. All Demolition scope shall be
accomplished in field, relevant systems associated with (cabling and
ENGG CERT

connections etc.). Contractor shall ensure that all drawings are


prepared and submitted for approval prior to release for demolition
scope.

A. Control Building
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Control Building is provided with a Fire Alarm System that is


ISSUED FOR 100% - PP

interfaced with Halon System. Detailed Design scope shall include


the removal of the interface with Halon Releasing devices including
DESCRIPTION

demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


that manages and activates with Halon System installed inside the
JO/EWO

10-00844
10-00844

10-00844

control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.
07/01/21

01/28/21
05/06/21
DATE

Demolition scope also include the activities pertaining to UV Detector


NO.
REV

Panel and Fire Suppression Panel mounted on the CGTC Cabinets


A
C
B

DISCIPLINE inside control vans. These panels are connected to the flame
ENGINEER
detectors, heat detectors, horns and beacons on the turbine
DATE: enclosure. These all devices shall be demolished once a new fire
PROJECT
ENGINEER
suppression panel along with the devices are installed and tested.

DATE:
C. FT-4 Turbine Enclosure (1,2 & 3)
CERTIFIED
The flame detectors, heat detectors, horns and beacons associated
DATE: with UV Detector Panel and Fire Suppression Panel mounted on the
CONSTRUCTION
AGENCY
CGTC Cabinets inside control vans are to be demolished. These all
devices shall be demolished once a new fire suppression panel along
DATE:
with the devices is installed and tested.
OPERATIONS
3.1.2.5. Pump Station 05 (K08)
DATE:
CONTRACTOR shall be responsible for the preparation of the
CONTROL NUMBER
VERIFICATION

deliverables pertaining to the demolition scope defined below. In the


EDSD

event of drawings are not available, Contractor shall create as-built


drawings for the demolition scope. All Demolition scope shall be
DATE:

accomplished in field, relevant systems associated with (cabling and


BY:

connections etc.). Contractor shall ensure that all drawings are


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

prepared and submitted for approval prior to release for demolition


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

scope.
_____________________
-00844-0001.001

A. Control Building
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
18/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Control Building is provided with a Fire Alarm System that is
interfaced with Halon System. Detailed Design scope shall include
ENGG CERT

the removal of the interface with Halon Releasing devices including


demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures


ISSUED FOR 100% - PP

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


DESCRIPTION

that manages and activates with Halon System installed inside the
control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
JO/EWO

10-00844
10-00844

10-00844

enclosure. These all devices shall be demolished once a new fire


suppression panel along with the devices are installed and tested.
07/01/21

01/28/21
05/06/21
DATE

C. FT-4 Turbine Enclosure (1,2 & 3)


NO.
REV

The flame detectors, heat detectors, horns and beacons associated


A
C
B

DISCIPLINE with UV Detector Panel and Fire Suppression Panel mounted on the
ENGINEER
CGTC Cabinets inside control vans are to be demolished. These all
DATE:
devices shall be demolished once a new fire suppression panel along
PROJECT
ENGINEER
with the devices is installed and tested.

D. Solar Generators
DATE:
CERTIFIED
Three Solar Generator enclosures are provided with flame detectors,
DATE:
heat detectors, horns and beacons. These devices are connected to
CONSTRUCTION UV Detector panels and Fire Suppression Panels. These all devices
AGENCY
and panels shall be demolished once a new fire suppression panel
DATE:
along with the new devices are installed and tested.
OPERATIONS
3.1.2.6. Pump Station 06 (K09)
DATE:
CONTRACTOR shall be responsible for the preparation of the
CONTROL NUMBER
VERIFICATION

deliverables pertaining to the demolition scope defined below. In the


EDSD

event of drawings are not available, Contractor shall create as-built


drawings for the demolition scope. All Demolition scope shall be
DATE:

accomplished in field, relevant systems associated with (cabling and


BY:

connections etc.). Contractor shall ensure that all drawings are


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

prepared and submitted for approval prior to release for demolition


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

scope.
_____________________
-00844-0001.001

A. Control Building
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
19/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Control Building is provided with a Fire Alarm System that is
interfaced with Halon System. Detailed Design scope shall include
ENGG CERT

the removal of the interface with Halon Releasing devices including


demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures


ISSUED FOR 100% - PP

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


DESCRIPTION

that manages and activates with Halon System installed inside the
control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
JO/EWO

10-00844
10-00844

10-00844

enclosure. These all devices shall be demolished once a new fire


suppression panel along with the devices are installed and tested.
07/01/21

01/28/21
05/06/21
DATE

C. FT-4 Turbine Enclosure (1,2 & 3)


NO.
REV

The flame detectors, heat detectors, horns and beacons associated


A
C
B

DISCIPLINE with UV Detector Panel and Fire Suppression Panel mounted on the
ENGINEER
CGTC Cabinets inside control vans are to be demolished. These all
DATE:
devices shall be demolished once a new fire suppression panel along
PROJECT
ENGINEER
with the devices is installed and tested.

3.1.2.7. Pump Station 07 (K10)


DATE:
CERTIFIED
CONTRACTOR shall be responsible for the preparation of the
DATE: deliverables pertaining to the demolition scope defined below. In the
CONSTRUCTION
AGENCY
event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
DATE:
accomplished in field, relevant systems associated with (cabling and
OPERATIONS connections etc.). Contractor shall ensure that all drawings are
prepared and submitted for approval prior to release for demolition
DATE:
scope.
CONTROL NUMBER
VERIFICATION
EDSD

A. Control Building
DATE:
BY:

Control Building is provided with a Fire Alarm System that is


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

interfaced with Halon System. Detailed Design scope shall include


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

the removal of the interface with Halon Releasing devices including


_____________________

demolition of the cables from the panel to these devices, including the
-00844-0001.001

reprogramming of the existing fire alarm panel to remove the


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
20/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ENGG CERT

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


that manages and activates with Halon System installed inside the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
ISSUED FOR 100% - PP

and the cables from the panel to the associating devices.


DESCRIPTION

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
enclosure. These all devices shall be demolished once a new fire
suppression panel along with the devices are installed and tested.

C. FT-4 Turbine Enclosure (1,2 & 3)


JO/EWO

10-00844
10-00844

10-00844

The flame detectors, heat detectors, horns and beacons associated


with UV Detector Panel and Fire Suppression Panel mounted on the
CGTC Cabinets inside control vans are to be demolished. These all
07/01/21

01/28/21
05/06/21
DATE

devices shall be demolished once a new fire suppression panel along


with the devices is installed and tested.
NO.
REV

A
C
B

DISCIPLINE D. Solar Generators


ENGINEER

DATE:
Three Solar Generator enclosures are provided with flame detectors,
PROJECT heat detectors, horns and beacons. These devices are connected to
ENGINEER
UV Detector panels and Fire Suppression Panels. These all devices
and panels shall be demolished once a new fire suppression panel
DATE:
CERTIFIED along with the new devices are installed and tested.

DATE:
3.1.2.8. Pump Station 08 (K11)
CONSTRUCTION
AGENCY
CONTRACTOR shall be responsible for the preparation of the
DATE:
deliverables pertaining to the demolition scope defined below. In the
OPERATIONS event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
accomplished in field, relevant systems associated with (cabling and
DATE:
connections etc.). Contractor shall ensure that all drawings are
CONTROL NUMBER
VERIFICATION

prepared and submitted for approval prior to release for demolition


EDSD

scope.
A. Control Building
DATE:
BY:

Control Building is provided with a Fire Alarm System that is


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

interfaced with Halon System. Detailed Design scope shall include


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

the removal of the interface with Halon Releasing devices including


_____________________

demolition of the cables from the panel to these devices, including the
-00844-0001.001

reprogramming of the existing fire alarm panel to remove the


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
21/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ENGG CERT

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


that manages and activates with Halon System installed inside the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
ISSUED FOR 100% - PP

and the cables from the panel to the associating devices.


DESCRIPTION

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
enclosure. These all devices shall be demolished once a new fire
suppression panel along with the devices are installed and tested.

C. FT-4 Turbine Enclosure (1,2 & 3)


JO/EWO

10-00844
10-00844

10-00844

The flame detectors, heat detectors, horns and beacons associated


with UV Detector Panel and Fire Suppression Panel mounted on the
CGTC Cabinets inside control vans are to be demolished. These all
07/01/21

01/28/21
05/06/21
DATE

devices shall be demolished once a new fire suppression panel along


with the devices is installed and tested.
NO.
REV

A
C
B

DISCIPLINE D. Solar Generators


ENGINEER

DATE:
Three Solar Generator enclosures are provided with flame detectors,
PROJECT heat detectors, horns and beacons. These devices are connected to
ENGINEER
UV Detector panels and Fire Suppression Panels. These all devices
and panels shall be demolished once a new fire suppression panel
DATE:
CERTIFIED along with the new devices are installed and tested.

DATE:
3.1.2.9. Pump Station 09 (K12)
CONSTRUCTION
AGENCY
CONTRACTOR shall be responsible for the preparation of the
DATE:
deliverables pertaining to the demolition scope defined below. In the
OPERATIONS event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
accomplished in field, relevant systems associated with (cabling and
DATE:
connections etc.). Contractor shall ensure that all drawings are
CONTROL NUMBER
VERIFICATION

prepared and submitted for approval prior to release for demolition


EDSD

scope.
A. Control Building
DATE:
BY:

Control Building is provided with a Fire Alarm System that is


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

interfaced with Halon System. Detailed Design scope shall include


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

the removal of the interface with Halon Releasing devices including


_____________________

demolition of the cables from the panel to these devices, including the
-00844-0001.001

reprogramming of the existing fire alarm panel to remove the


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
22/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ENGG CERT

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


that manages and activates with Halon System installed inside the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
ISSUED FOR 100% - PP

and the cables from the panel to the associating devices.


DESCRIPTION

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
enclosure. These all devices shall be demolished once a new fire
suppression panel along with the devices are installed and tested.

C. FT-4 Turbine Enclosure (1,2 & 3)


JO/EWO

10-00844
10-00844

10-00844

The flame detectors, heat detectors, horns and beacons associated


with UV Detector Panel and Fire Suppression Panel mounted on the
CGTC Cabinets inside control vans are to be demolished. These all
07/01/21

01/28/21
05/06/21
DATE

devices shall be demolished once a new fire suppression panel along


with the devices is installed and tested.
NO.
REV

A
C
B

DISCIPLINE D. Allison Generators


ENGINEER

DATE:
Two Allison Generator enclosures are provided with flame detectors,
PROJECT heat detectors, horns and beacons. These devices are connected to
ENGINEER
UV Detector panels and Fire Suppression Panels. These all devices
and associated panels shall be demolished once a new fire
DATE:
CERTIFIED suppression panel along with the new devices are installed and
tested.
DATE:
CONSTRUCTION 3.1.2.10. Pump Station 10 (K13)
AGENCY

DATE:
CONTRACTOR shall be responsible for the preparation of the
OPERATIONS deliverables pertaining to the demolition scope defined below. In the
event of drawings are not available, Contractor shall create as-built
drawings for the demolition scope. All Demolition scope shall be
DATE:
accomplished in field, relevant systems associated with (cabling and
CONTROL NUMBER
VERIFICATION

connections etc.). Contractor shall ensure that all drawings are


EDSD

prepared and submitted for approval prior to release for demolition


scope.
DATE:
BY:

A. Control Building
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

Control Building is provided with a Fire Alarm System that is


_____________________

interfaced with Halon System. Detailed Design scope shall include


-00844-0001.001

the removal of the interface with Halon Releasing devices including


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
23/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
ENGG CERT

releasing devices from the program/logic. This also applicable to the


HVAC interface with Halon Suppression panel.

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


that manages and activates with Halon System installed inside the
ISSUED FOR 100% - PP

control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
DESCRIPTION

and the cables from the panel to the associating devices.

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
enclosure. These all devices shall be demolished once a new fire
suppression panel along with the devices are installed and tested.
JO/EWO

10-00844
10-00844

10-00844

C. FT-4 Turbine Enclosure (1,2 & 3)

The flame detectors, heat detectors, horns and beacons associated


07/01/21

01/28/21
05/06/21
DATE

with UV Detector Panel and Fire Suppression Panel mounted on the


CGTC Cabinets inside control vans are to be demolished. These all
NO.
REV

devices shall be demolished once a new fire suppression panel along


A
C
B

DISCIPLINE with the devices is installed and tested.


ENGINEER

DATE:
D. Allison Generators
PROJECT
ENGINEER
Two Allison Generator enclosures are provided with flame detectors,
heat detectors, horns and beacons. These devices are connected to
DATE:
CERTIFIED UV Detector panels and Fire Suppression Panels. These all devices
and associated panels shall be demolished once a new fire
DATE:
suppression panel along with the new devices are installed and
CONSTRUCTION tested.
AGENCY

DATE:
3.1.2.11. Pump Station 11 (K14)
OPERATIONS
CONTRACTOR shall be responsible for the preparation of the
deliverables pertaining to the demolition scope defined below. In the
DATE:
event of drawings are not available, Contractor shall create as-built
CONTROL NUMBER
VERIFICATION

drawings for the demolition scope. All Demolition scope shall be


EDSD

accomplished in field, relevant systems associated with (cabling and


connections etc.). Contractor shall ensure that all drawings are
DATE:

prepared and submitted for approval prior to release for demolition


BY:

scope.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

A. Control Building
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
24/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Control Building is provided with a Fire Alarm System that is
interfaced with Halon System. Detailed Design scope shall include
ENGG CERT

the removal of the interface with Halon Releasing devices including


demolition of the cables from the panel to these devices, including the
reprogramming of the existing fire alarm panel to remove the
releasing devices from the program/logic. This also applicable to the
HVAC interface with Halon Suppression panel.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

B. Control Van 1000/2000/3000 for FT-4 Turbine Enclosures


ISSUED FOR 100% - PP

Control Vans (1000/2000/3000) is provided with a Fire Alarm System


DESCRIPTION

that manages and activates with Halon System installed inside the
control vans. Detailed Design scope shall include the removal of the
complete Halon System including demolition of the fire alarm panel
and the cables from the panel to the associating devices.

Demolition scope also include the activities pertaining to UV Detector


Panel and Fire Suppression Panel mounted on the CGTC Cabinets
inside control vans. These panels are connected to the flame
detectors, heat detectors, horns and beacons on the turbine
JO/EWO

10-00844
10-00844

10-00844

enclosure. These all devices shall be demolished once a new fire


suppression panel along with the devices are installed and tested.
07/01/21

01/28/21
05/06/21
DATE

C. FT-4 Turbine Enclosure (1,2 & 3)


NO.
REV

The flame detectors, heat detectors, horns and beacons associated


A
C
B

DISCIPLINE with UV Detector Panel and Fire Suppression Panel mounted on the
ENGINEER
CGTC Cabinets inside control vans are to be demolished. These all
DATE:
devices shall be demolished once a new fire suppression panel along
PROJECT
ENGINEER
with the devices is installed and tested.

D. Solar Generators
DATE:
CERTIFIED
Three Solar Generator enclosures are provided with flame detectors,
DATE:
heat detectors, horns and beacons. These devices are connected to
CONSTRUCTION UV Detector panels and Fire Suppression Panels. These all devices
AGENCY
and panels shall be demolished once a new fire suppression panel
DATE:
along with the new devices are installed and tested.
OPERATIONS
3.1.3. Electrical
DATE: The demolition activities for the electrical system shall include the following:
CONTROL NUMBER
VERIFICATION

3.1.3.1. Disconnect the electrical circuits and removing the cables/wires


EDSD

connected to the existing Halon fire alarm control panel and


associated fire detection systems with all associated accessories
DATE:
BY:

including conduit, fitting and support at switchgear buildings and


REVISIONCERTIFICATION

Control VAN#1, 2 and 3 as per project drawings.


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
25/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.1.3.2. Demolish the existing lighting fixtures with all associated accessories
including conduit, wiring, fitting and support at control Buildings as per
ENGG CERT

project drawings.

3.1.3.3. Disconnect the electrical circuits and removing the cables/wires


connected to the existing HVAC units (ACC-A/B and ACU-A/B) with all
associated accessories including conduit, fitting and support in the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control buildings at pump stations# 4, 5, 7, 8, 9 and 11 as per project


drawings.
ISSUED FOR 100% - PP

3.1.4. Architecture
DESCRIPTION

3.1.4.1. CONTRACTOR shall demolish the existing suspended Acoustical


Ceiling tiles for UPS Room in station 3, 4 and 5

3.1.5. Mechanical (HVAC)

3.1.5.1. The project scope is to demolish and modify/upgrade the HVAC


system and equipment’s from Pump Stations (PS-4, PS-5, PS-7, PS-
8, PS-9 and PS-11) control room buildings along the E/W Pipeline.
JO/EWO

10-00844
10-00844

10-00844

3.1.5.2. CONTRACTOR shall demolish the HVAC Units as per project


drawings.
07/01/21

01/28/21
05/06/21
DATE

3.1.5.3. CONTRACTOR shall demolish all existing supply, return, fresh and
NO.
REV

exhaust air ducts, dampers and diffusers and accessories up to the


A
C
B

DISCIPLINE connected equipment as per project drawings.


ENGINEER

DATE:
3.1.5.4. CONTRACTOR shall demolish all refrigerant piping and the
PROJECT accessories as per project drawings.
ENGINEER

3.1.5.5. CONTRACTOR shall disconnect/ remove all power supply wiring of


DATE:
CERTIFIED HVAC units prior to demolition works.

DATE:
3.1.5.6. CONTRACTOR shall disconnect/remove Supply air motorized
CONSTRUCTION dampers wiring of HVAC units prior to demolition works.
AGENCY

3.1.5.7. CONTRACTOR shall demolish the associated control panels/ DDC


DATE:
OPERATIONS panels.

3.1.5.8. All demolition works shall be carried out as per project drawings.
DATE:
CONTROL NUMBER
VERIFICATION

3.1.5.9. Ensure that all HVAC equipment’s and accessories to be removed


shall be properly tagged, handled and stored to Saudi Aramco
EDSD

designated area.
DATE:
BY:

3.1.5.10. CONTRACTOR shall obtain all necessary permits required for the
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

demolition of any existing utilities and/or firefighting equipment as


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

indicated on the Project Drawings prior to the commencement of the


_____________________

demolition works.
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
26/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.1.5.11. CONTRACTOR shall ensure, confirm, and/or coordinate with the
COMPANY Representative that all existing apparatus to be
ENGG CERT

modified/replaced are fully isolated prior to commencing the


demolition works.

3.1.5.12. Prior to modifications and replacing the existing HVAC units, the
CONTRACTOR shall agree with COMPANY Representative on safety
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

procedures required to provide the project site with alternative


firefighting equipment.
ISSUED FOR 100% - PP

3.1.5.13. CONTRACTOR shall field verify the site condition prior to any work
DESCRIPTION

commence. If any discrepancies found shall be brought to the notice


of Owner/Company representative.

3.1.5.14. CONTRACTOR shall perform all demolition/modification works in


accordance with standards and procedures and ensure adherence to
safety best practices as approved by Client Representative.

3.2. DESIGN SCOPE OF WORK


3.2.1. Fire Protection
JO/EWO

10-00844
10-00844

10-00844

The CONTRACTOR shall perform detailed design, engineering,


procurement, construction, installation, testing, inspection, commissioning
07/01/21

01/28/21
05/06/21
DATE

and start up activities to fully complete the FACILITIES in accordance with


project standards and FACILITIES specifications, and applicable
NO.
REV

A
C
B

COMPANY (SAES and SAMSS) and industry standards, meeting the


DISCIPLINE
ENGINEER operational and maintenance requirements.
DATE: 3.2.1.1 General:
PROJECT
ENGINEER I. The CONTRACTOR shall produce the detailed
design/drawings necessary to complete this SOW, in addition
DATE: to those provided as part of the Contract.
CERTIFIED
II. The CONTRACTOR shall ensure that the IFA bid drawings
DATE: referenced in this document (PP) meet applicable COMPANY
CONSTRUCTION
AGENCY
(SAES and SAMSS) and industry standards.
III. The WORK shall be executed based on, and in full
DATE:
compliance with, all aspects of this SOW, COMPANY
OPERATIONS
standards, drawings and any project information supplied by
the COMPANY. This document and other related documents
DATE: are to be read in conjunction with each other and no document
CONTROL NUMBER

is to be considered in isolation.
VERIFICATION
EDSD

IV. The CONTRACTOR, as required under the Contract, shall


provide all necessary equipment, instruments, technicians,
DATE:
BY:

supervisory personnel and labor required for the successful


completion of the SOW.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

V. The CONTRACTOR shall carry out all work, logically and in


_____________________

accordance with the programmed schedules. The


-00844-0001.001

CONTRACTOR shall render all services, even if not

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
27/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
specifically mentioned in the SOW, which is necessary and
required to complete this work to the programmed schedules.
ENGG CERT

VI. The scope shown in one drawing or document is considered


part of the CONTRACTOR’s scope, even if any other relevant
drawings/documents do not cover that item.
VII. All works shall be performed by qualified personnel who are
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

thoroughly trained and experienced in the scope of work to be


executed.
ISSUED FOR 100% - PP

VIII. The COMPANY Construction Safety Manual (5th Edition)


DESCRIPTION

shall govern safety during construction and protection of


adjacent public and private properties.
IX. All components and accessories required for the completion
and successful operation of the WORK covered under the
scope of this project, either specified in detail or not, shall be
engineered, manufactured, tested, supplied and installed by
the CONTRACTOR, as necessary, based on COMPANY
requirements.
X. The CONTRACTOR shall perform calculations, which are
JO/EWO

10-00844
10-00844

10-00844

applicable to the Fire Protection Systems.


XI. The CONTRACTOR shall supply and install the fire protection
07/01/21

01/28/21
05/06/21
DATE

systems and equipment as specified in the applicable IFA bid


drawings for each building/facility.
NO.
REV

A
C
B

DISCIPLINE
XII. The contractor shall prepare Shop Drawings that is well
ENGINEER coordinated with all other disciplines and obtain approval from
COMPANY site representative before the work commence.
DATE:
PROJECT
ENGINEER
XIII. The 60% and 90% Detail design submittals for fire protection
and alarm package shall be reviewed and certified/stamped
DATE:
by a registered professional or charter engineer in the
CERTIFIED specialty of fire protection engineering with at least five years
of experience in the design of fire protection systems as
DATE: required by Saudi Aramco engineering standards. The
CONSTRUCTION
AGENCY
engineer must be approved by the COMPANY (LPD/ Fr. PD)
and the IFC package shall be certified by the same.
DATE:
XIV. UL Listed and/or FM approved fire protection equipment’s and
OPERATIONS
components shall be of approved manufacturer in accordance
with NFPA, COMPANY (SAES and SAMSS) and industry
DATE: standards.
CONTROL NUMBER
VERIFICATION

XV. All material to be used on the newly installed system shall be


EDSD

new from the manufacturer.


DATE:

XVI. All fire protection equipment and materials procured for the
BY:

project shall be from a Saudi Aramco approved manufacturer


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

in accordance with SAES standards.


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

XVII. Complete all the work up to the tie-in points and complete the
_____________________
-00844-0001.001

tie-in connections.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
28/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
XVIII. Contractor shall ensure, confirm and/or co-ordinate with the
Company Representative for all required tie-in connections at
ENGG CERT

the interface points.


XIX. All Electrical work performed shall comply with NEC for
workmanship and installation requirements.
XX. The Contractor shall perform all works in accordance with
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Saudi Aramco standards and procedures and ensure


adherence to safety best practices as approved by Saudi
ISSUED FOR 100% - PP

Aramco.
DESCRIPTION

XXI. CONTRACTOR is fully responsible for the performance and


functionality of all items furnished as per contract within his
scope of work. Functionality test shall be witnessed by Fire
Protection Department and Loss Prevention Department.
XXII. All fire protection system works shall be carried out in a
manner consistent with good practice and to the satisfaction
of Saudi Aramco Loss Prevention Department and Fire
Protection Department.
XXIII. All Equipment enclosure openings within the protected area
JO/EWO

10-00844
10-00844

10-00844

shall be permanently sealed or equipped with automatic door


closures/dampers. This shall include the upgradation of FT-4
07/01/21

01/28/21
05/06/21
DATE

Exterior Enclosure doors with automatic door closure


mechanism or equivalent mechanism and panic hardware.
NO.
REV

A
C

3.2.1.2 Pump Station-1:


B

DISCIPLINE
ENGINEER I. CONTRACTOR shall provide a complete CO2 fire
extinguishing system per the project design including CO2
DATE:
PROJECT
cylinders, nozzles, System components, piping, supports, and
ENGINEER
accessories in compliance with NFPA 12 and COMPANY
standards. This includes three FT-4 Turbine enclosures and
DATE:
CERTIFIED
one Diesel generator at Pumpstation#1.
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
DATE: extinguishing system, total flooding type in accordance with
CONSTRUCTION
AGENCY SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
DATE:
hazards capable of deep-seated fires. The Minimum design hazard
OPERATIONS concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
DATE: suppression system in accordance with NFPA 12 using the latest
Manufacturer software.
CONTROL NUMBER
VERIFICATION

IV. CONTRACTOR shall supply and Install pipes and fittings


EDSD

according to requirements listed in NFPA 12


DATE:
BY:

V. CONTRACTOR shall supply and install CO2 Cylinders,


nozzles, System components, piping, supports, lock out
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

valves/devices, switches and all other accessories in


C

compliance with NFPA 12 and COMPANY standards.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
29/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VI. CONTRACTOR shall supply and install discharge nozzles,
nozzle placement, maximum protected area per nozzle,
ENGG CERT

nozzle height from the equipment and temperature ratings or


heat detectors shall confirm to the manufacturer’s
specifications.
VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

methods and include at least one manual actuator.


ISSUED FOR 100% - PP

VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
DESCRIPTION

proposed fire alarm system in compliance with NFPA and


COMPANY Standards.
IX. The CONTRACTOR shall paint CO2 fire extinguishing system
piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
occur until after the pipe has been inspected by site
representative for proper size and type in accordance with the
approved drawings.
JO/EWO

10-00844
10-00844

10-00844

X. The CONTRACTOR shall provide the approved signs to


identify the risk to personal safety when exposed to a CO2
discharge in accordance with NFPA 12, Sec: 4.3.2
07/01/21

01/28/21
05/06/21
DATE

XI. The contractor shall test conduct an operational test using


pressurized water cylinder test for piping works only, prior to
NO.
REV

A
C
B

DISCIPLINE
final acceptance of the system installed. The final acceptance
ENGINEER testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
in addition to the operational test. Functional or operational
DATE:
PROJECT
test of the entire system shall be done as per NFPA and
ENGINEER COMPANY standards.

DATE:
XII. The contractor shall also perform Inspection, testing and of
CERTIFIED CO2 fire extinguishing system shall be in accordance with GI-
1781.001 and NFPA 12.
DATE:
CONSTRUCTION
XIII. All fire protection equipment and materials procured for the
AGENCY project shall be from a Saudi Aramco approved manufacturer
in accordance with SAES standards.
DATE:
OPERATIONS XIV. All Fire Protection System works shall be carried out in a
manner consistent with good practice and to the satisfaction
DATE:
of the client.
CONTROL NUMBER

3.2.1.3 Pump Station-2:


VERIFICATION
EDSD

I. CONTRACTOR shall provide a complete CO2 fire


extinguishing system per the project design including CO2
DATE:
BY:

cylinders, nozzles, System components, piping, supports, and


accessories in compliance with NFPA 12 and COMPANY
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

standards. This includes three FT-4 Turbine enclosures and


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

one Diesel generator at Pump station# 2


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
30/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
extinguishing system, total flooding type in accordance with
ENGG CERT

SAES-B-019 and NFPA 12 standards. An initial/ Extended


Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

suppression system in accordance with NFPA 12 using the latest


Manufacturer software.
ISSUED FOR 100% - PP

IV. CONTRACTOR shall supply and Install pipes and fittings


DESCRIPTION

according to requirements listed in NFPA 12


V. CONTRACTOR shall supply and install CO2 Cylinders,
nozzles, System components, piping, supports, lock out
valves/devices, switches and all other accessories in
compliance with NFPA 12 and COMPANY standards.
VI. CONTRACTOR shall supply and install discharge nozzles,
nozzle placement, maximum protected area per nozzle,
nozzle height from the equipment and temperature ratings or
heat detectors shall confirm to the manufacturer’s
JO/EWO

10-00844
10-00844

10-00844

specifications.
VII. The contractor shall provide the CO2 fire extinguishing
07/01/21

01/28/21
05/06/21
DATE

systems that shall have both automatic and manual actuation


methods and include at least one manual actuator.
NO.
REV

A
C
B

DISCIPLINE
VIII. All CO2 systems shall be monitored by the building Fire alarm
ENGINEER system. Interface the CO2 fire extinguishing system to the
proposed fire alarm system in compliance with NFPA and
DATE:
PROJECT
COMPANY Standards.
ENGINEER
IX. The CONTRACTOR shall paint CO2 fire extinguishing system
DATE:
piping, valves and accessories with approved red color in
CERTIFIED accordance with SAES-B-067.Painting of the pipe shall not
occur until after the pipe has been inspected by site
DATE: representative for proper size and type in accordance with the
CONSTRUCTION
AGENCY
approved drawings.
X. The CONTRACTOR shall provide the approved signs to
DATE:
identify the risk to personal safety when exposed to a CO2
OPERATIONS
discharge in accordance with NFPA 12, Sec: 4.3.2

DATE:
XI. The contractor shall test conduct an operational test using
pressurized water cylinder test for piping works only, prior to
CONTROL NUMBER
VERIFICATION

final acceptance of the system installed. The final acceptance


EDSD

testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted


in addition to the operational test. Functional or operational
DATE:
BY:

test of the entire system shall be done as per NFPA and


COMPANY standards.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

XII. The contractor shall also perform Inspection, testing and of


_____________________

CO2 fire extinguishing system shall be in accordance with GI-


-00844-0001.001

1781.001 and NFPA 12.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
31/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
XIII. All fire protection equipment and materials procured for the
project shall be from a Saudi Aramco approved manufacturer
ENGG CERT

in accordance with SAES standards.


XIV. All Fire Protection System works shall be carried out in a
manner consistent with good practice and to the satisfaction
of the client.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.2.1.4 Pump Station-3:


ISSUED FOR 100% - PP

I. CONTRACTOR shall provide a complete CO2 fire


extinguishing system per the project design including CO2
DESCRIPTION

cylinders, nozzles, System components, piping, supports, and


accessories in compliance with NFPA 12 and COMPANY
standards. This includes three FT-4 Turbine enclosures and
one Diesel generator at Pump station# 3
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
extinguishing system, total flooding type in accordance with
SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
JO/EWO

10-00844
10-00844

10-00844

concentration shall be as per NFPA 12.


III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
07/01/21

01/28/21

suppression system in accordance with NFPA 12 using the latest


05/06/21
DATE

Manufacturer software.
IV. CONTRACTOR shall supply and Install pipes and fittings
NO.
REV

A
C
B

DISCIPLINE
according to requirements listed in NFPA 12
ENGINEER
V. CONTRACTOR shall supply and install CO2 Cylinders,
DATE:
nozzles, System components, piping, supports, lock out
PROJECT
ENGINEER
valves/devices, switches and all other accessories in
compliance with NFPA 12 and COMPANY standards.
DATE: VI. CONTRACTOR shall supply and install discharge nozzles,
CERTIFIED
nozzle placement, maximum protected area per nozzle,
nozzle height from the equipment and temperature ratings or
DATE:
CONSTRUCTION
heat detectors shall confirm to the manufacturer’s
AGENCY specifications.
DATE:
VII. The contractor shall provide the CO2 fire extinguishing
OPERATIONS systems that shall have both automatic and manual actuation
methods and include at least one manual actuator.
DATE: VIII. All CO2 systems shall be monitored by the building Fire alarm
CONTROL NUMBER

system. Interface the CO2 fire extinguishing system to the


VERIFICATION

proposed fire alarm system in compliance with NFPA and


EDSD

COMPANY Standards.
DATE:
BY:

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


piping, valves and accessories with approved red color in
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

accordance with SAES-B-067.Painting of the pipe shall not


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

occur until after the pipe has been inspected by site


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
32/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
representative for proper size and type in accordance with the
approved drawings.
ENGG CERT

X. The CONTRACTOR shall provide the approved signs to


identify the risk to personal safety when exposed to a CO2
discharge in accordance with NFPA 12, Sec: 4.3.2
XI. The contractor shall test conduct an operational test using
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

pressurized water cylinder test for piping works only, prior to


final acceptance of the system installed. The final acceptance
ISSUED FOR 100% - PP

testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted


in addition to the operational test. Functional or operational
DESCRIPTION

test of the entire system shall be done as per NFPA and


COMPANY standards.
XII. The contractor shall also perform Inspection, testing and of
CO2 fire extinguishing system shall be in accordance with GI-
1781.001 and NFPA 12.
XIII. All fire protection equipment and materials procured for the
project shall be from a Saudi Aramco approved manufacturer
in accordance with SAES standards.
JO/EWO

10-00844
10-00844

10-00844

XIV. All Fire Protection System works shall be carried out in a


manner consistent with good practice and to the satisfaction
07/01/21

01/28/21
05/06/21
DATE

of the client.
3.2.1.5 Pump Station-4:
NO.
REV

A
C
B

DISCIPLINE
I. CONTRACTOR shall provide a complete CO2 fire
ENGINEER extinguishing system per the project design including CO2
cylinders, nozzles, System components, piping, supports, and
DATE:
PROJECT
accessories in compliance with NFPA 12 and COMPANY
ENGINEER standards. This includes three FT-4 Turbine enclosures and
one Diesel generator at Pump station# 4
DATE:
CERTIFIED II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
extinguishing system, total flooding type in accordance with
DATE: SAES-B-019 and NFPA 12 standards. An initial/ Extended
CONSTRUCTION
AGENCY
Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
concentration shall be as per NFPA 12.
DATE:
OPERATIONS III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
suppression system in accordance with NFPA 12 using the latest
DATE:
Manufacturer software.
CONTROL NUMBER

IV. CONTRACTOR shall supply and Install pipes and fittings


VERIFICATION

according to requirements listed in NFPA 12


EDSD

V. CONTRACTOR shall supply and install CO2 Cylinders,


DATE:
BY:

nozzles, System components, piping, supports, lock out


valves/devices, switches and all other accessories in
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

compliance with NFPA 12 and COMPANY standards.


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

VI. CONTRACTOR shall supply and install discharge nozzles,


-00844-0001.001

nozzle placement, maximum protected area per nozzle,

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
33/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
nozzle height from the equipment and temperature ratings or
heat detectors shall confirm to the manufacturer’s
ENGG CERT

specifications.
VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
methods and include at least one manual actuator.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
ISSUED FOR 100% - PP

proposed fire alarm system in compliance with NFPA and


COMPANY Standards.
DESCRIPTION

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
occur until after the pipe has been inspected by site
representative for proper size and type in accordance with the
approved drawings.
X. The CONTRACTOR shall provide the approved signs to
identify the risk to personal safety when exposed to a CO2
JO/EWO

10-00844
10-00844

10-00844

discharge in accordance with NFPA 12, Sec: 4.3.2


XI. The contractor shall test conduct an operational test using
07/01/21

01/28/21
05/06/21
DATE

pressurized water cylinder test for piping works only, prior to


final acceptance of the system installed. The final acceptance
testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
NO.
REV

A
C
B

DISCIPLINE
in addition to the operational test. Functional or operational
ENGINEER test of the entire system shall be done as per NFPA and
COMPANY standards.
DATE:
PROJECT
ENGINEER
XII. The contractor shall also perform Inspection, testing and of
CO2 fire extinguishing system shall be in accordance with GI-
DATE:
1781.001 and NFPA 12.
CERTIFIED
XIII. All fire protection equipment and materials procured for the
project shall be from a Saudi Aramco approved manufacturer
DATE:
CONSTRUCTION
in accordance with SAES standards.
AGENCY
XIV. All Fire Protection System works shall be carried out in a
DATE: manner consistent with good practice and to the satisfaction
OPERATIONS of the client.
3.2.1.6 Pump Station-5:
DATE:
I. CONTRACTOR shall provide a complete CO2 fire
CONTROL NUMBER
VERIFICATION

extinguishing system per the project design including CO2


EDSD

cylinders, nozzles, System components, piping, supports, and


accessories in compliance with NFPA 12 and COMPANY
DATE:
BY:

standards. This includes three FT-4 Turbine enclosures, three


Solar power generators and one Diesel generator at Pump
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

station# 5
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

II. CONTRACTOR shall design the Carbon dioxide Gaseous fire


-00844-0001.001

extinguishing system, total flooding type in accordance with

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
34/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
ENGG CERT

hazards capable of deep-seated fires. The Minimum design hazard


concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
suppression system in accordance with NFPA 12 using the latest
Manufacturer software.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

IV. CONTRACTOR shall supply and Install pipes and fittings


ISSUED FOR 100% - PP

according to requirements listed in NFPA 12


V. CONTRACTOR shall supply and install CO2 Cylinders,
DESCRIPTION

nozzles, System components, piping, supports, lock out


valves/devices, switches and all other accessories in
compliance with NFPA 12 and COMPANY standards.
VI. CONTRACTOR shall supply and install discharge nozzles,
nozzle placement, maximum protected area per nozzle,
nozzle height from the equipment and temperature ratings or
heat detectors shall confirm to the manufacturer’s
specifications.
JO/EWO

10-00844
10-00844

10-00844

VII. The contractor shall provide the CO2 fire extinguishing


systems that shall have both automatic and manual actuation
methods and include at least one manual actuator.
07/01/21

01/28/21
05/06/21
DATE

VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
NO.
REV

A
C
B

DISCIPLINE
proposed fire alarm system in compliance with NFPA and
ENGINEER COMPANY Standards.
DATE:
IX. The CONTRACTOR shall paint CO2 fire extinguishing system
PROJECT
ENGINEER
piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
DATE:
occur until after the pipe has been inspected by site
CERTIFIED representative for proper size and type in accordance with the
approved drawings.
DATE:
CONSTRUCTION
X. The contractor shall test conduct an operational test using
AGENCY pressurized water cylinder test for piping works only, prior to
final acceptance of the system installed. The final acceptance
DATE:
testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
OPERATIONS
in addition to the operational test. Functional or operational
test of the entire system shall be done as per NFPA and
DATE: COMPANY standards.
CONTROL NUMBER
VERIFICATION

XI. The contractor shall also perform Inspection, testing and of


EDSD

CO2 fire extinguishing system shall be in accordance with GI-


1781.001 and NFPA 12.
DATE:
BY:

XII. All fire protection equipment and materials procured for the
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

project shall be from a Saudi Aramco approved manufacturer


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

in accordance with SAES standards.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
35/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
XIII. All Fire Protection System works shall be carried out in a
manner consistent with good practice and to the satisfaction
ENGG CERT

of the client.

3.2.1.7 Pump Station-6:


I. CONTRACTOR shall provide a complete CO2 fire
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

extinguishing system per the project design including CO2


ISSUED FOR 100% - PP

cylinders, nozzles, System components, piping, supports, and


accessories in compliance with NFPA 12 and COMPANY
DESCRIPTION

standards. This includes three FT-4 Turbine enclosures at


Pump station# 6.
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
extinguishing system, total flooding type in accordance with
SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
JO/EWO

10-00844
10-00844

10-00844

suppression system in accordance with NFPA 12 using the latest


Manufacturer software.
07/01/21

01/28/21
05/06/21
DATE

IV. CONTRACTOR shall supply and Install pipes and fittings


according to requirements listed in NFPA 12
NO.
REV

V. CONTRACTOR shall supply and install CO2 Cylinders,


A
C
B

DISCIPLINE nozzles, System components, piping, supports, lock out


ENGINEER
valves/devices, switches and all other accessories in
DATE:
compliance with NFPA 12 and COMPANY standards.
PROJECT
ENGINEER VI. CONTRACTOR shall supply and install discharge nozzles,
nozzle placement, maximum protected area per nozzle,
DATE: nozzle height from the equipment and temperature ratings or
CERTIFIED
heat detectors shall confirm to the manufacturer’s
specifications.
DATE:
CONSTRUCTION
AGENCY
VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
DATE:
methods and include at least one manual actuator.
OPERATIONS
VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
DATE: proposed fire alarm system in compliance with NFPA and
CONTROL NUMBER

COMPANY Standards.
VERIFICATION
EDSD

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


piping, valves and accessories with approved red color in
DATE:
BY:

accordance with SAES-B-067.Painting of the pipe shall not


occur until after the pipe has been inspected by site
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

representative for proper size and type in accordance with the


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

approved drawings.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
36/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
X. The contractor shall test conduct an operational test using
pressurized water cylinder test for piping works only, prior to
ENGG CERT

final acceptance of the system installed. The final acceptance


testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
in addition to the operational test. Functional or operational
test of the entire system shall be done as per NFPA and
COMPANY standards.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

XI. The contractor shall also perform Inspection, testing and of


ISSUED FOR 100% - PP

CO2 fire extinguishing system shall be in accordance with GI-


1781.001 and NFPA 12.
DESCRIPTION

XII. All fire protection equipment and materials procured for the
project shall be from a Saudi Aramco approved manufacturer
in accordance with SAES standards.
XIII. All Fire Protection System works shall be carried out in a
manner consistent with good practice and to the satisfaction
of the client.
3.2.1.8 Pump Station-7:
I. CONTRACTOR shall provide a complete CO2 fire
JO/EWO

10-00844
10-00844

10-00844

extinguishing system per the project design including CO2


cylinders, nozzles, System components, piping, supports, and
07/01/21

01/28/21
05/06/21
DATE

accessories in compliance with NFPA 12 and COMPANY


standards. This includes three FT-4 Turbine enclosures, three
Solar power generators and one Diesel generator at Pump
NO.
REV

A
C
B

DISCIPLINE
station# 7
ENGINEER
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
DATE: extinguishing system, total flooding type in accordance with
PROJECT
ENGINEER
SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
DATE:
CERTIFIED concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
DATE: suppression system in accordance with NFPA 12 using the latest
CONSTRUCTION
AGENCY
Manufacturer software.
IV. CONTRACTOR shall supply and Install pipes and fittings
DATE:
according to requirements listed in NFPA 12
OPERATIONS
V. CONTRACTOR shall supply and install CO2 Cylinders,
DATE:
nozzles, System components, piping, supports, lock out
valves/devices, switches and all other accessories in
CONTROL NUMBER
VERIFICATION

compliance with NFPA 12 and COMPANY standards.


EDSD

VI. CONTRACTOR shall supply and install discharge nozzles,


DATE:

nozzle placement, maximum protected area per nozzle,


BY:

nozzle height from the equipment and temperature ratings or


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

heat detectors shall confirm to the manufacturer’s


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

specifications.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
37/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
ENGG CERT

methods and include at least one manual actuator.


VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
proposed fire alarm system in compliance with NFPA and
COMPANY Standards.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


ISSUED FOR 100% - PP

piping, valves and accessories with approved red color in


accordance with SAES-B-067.Painting of the pipe shall not
DESCRIPTION

occur until after the pipe has been inspected by site


representative for proper size and type in accordance with the
approved drawings.
X. The contractor shall test conduct an operational test using
pressurized water cylinder test for piping works only, prior to
final acceptance of the system installed. The final acceptance
testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
in addition to the operational test. Functional or operational
test of the entire system shall be done as per NFPA and
JO/EWO

10-00844
10-00844

10-00844

COMPANY standards.
XI. The contractor shall also perform Inspection, testing and of
07/01/21

01/28/21
05/06/21
DATE

CO2 fire extinguishing system shall be in accordance with GI-


1781.001 and NFPA 12.
NO.
REV

A
C
B

DISCIPLINE
XII. All fire protection equipment and materials procured for the
ENGINEER project shall be from a Saudi Aramco approved manufacturer
in accordance with SAES standards.
DATE:
PROJECT
ENGINEER
XIII. All Fire Protection System works shall be carried out in a
manner consistent with good practice and to the satisfaction
DATE:
of the client.
CERTIFIED

DATE:
CONSTRUCTION
AGENCY 3.2.1.9 Pump Station-8:
DATE:
I. CONTRACTOR shall provide a complete CO2 fire
OPERATIONS extinguishing system per the project design including CO2
cylinders, nozzles, System components, piping, supports, and
DATE:
accessories in compliance with NFPA 12 and COMPANY
standards. This includes three FT-4 Turbine enclosures, three
CONTROL NUMBER
VERIFICATION

Solar power generators and one Diesel generator at Pump


EDSD

station# 8
DATE:

II. CONTRACTOR shall design the Carbon dioxide Gaseous fire


BY:

extinguishing system, total flooding type in accordance with


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

SAES-B-019 and NFPA 12 standards. An initial/ Extended


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

Cylinder arrangement shall be used for protecting equipment/


_____________________

hazards capable of deep-seated fires. The Minimum design hazard


-00844-0001.001

concentration shall be as per NFPA 12.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
38/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
suppression system in accordance with NFPA 12 using the latest
ENGG CERT

Manufacturer software.
IV. CONTRACTOR shall supply and Install pipes and fittings
according to requirements listed in NFPA 12
V. CONTRACTOR shall supply and install CO2 Cylinders,
nozzles, System components, piping, supports, lock out
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

valves/devices, switches and all other accessories in


ISSUED FOR 100% - PP

compliance with NFPA 12 and COMPANY standards.


DESCRIPTION

VI. CONTRACTOR shall supply and install discharge nozzles,


nozzle placement, maximum protected area per nozzle,
nozzle height from the equipment and temperature ratings or
heat detectors shall confirm to the manufacturer’s
specifications.
VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
methods and include at least one manual actuator.
VIII. All CO2 systems shall be monitored by the building Fire alarm
JO/EWO

10-00844
10-00844

10-00844

system. Interface the CO2 fire extinguishing system to the


proposed fire alarm system in compliance with NFPA and
07/01/21

01/28/21
05/06/21

COMPANY Standards.
DATE

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


piping, valves and accessories with approved red color in
NO.
REV

A
C
B

DISCIPLINE accordance with SAES-B-067.Painting of the pipe shall not


ENGINEER
occur until after the pipe has been inspected by site
representative for proper size and type in accordance with the
DATE:
PROJECT approved drawings.
ENGINEER
X. The contractor shall test conduct an operational test using
DATE: pressurized water cylinder test for piping works only, prior to
CERTIFIED final acceptance of the system installed. The final acceptance
testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
DATE: in addition to the operational test. Functional or operational
CONSTRUCTION
AGENCY test of the entire system shall be done as per NFPA and
COMPANY standards.
DATE:
OPERATIONS XI. The contractor shall also perform Inspection, testing and of
CO2 fire extinguishing system shall be in accordance with GI-
1781.001 and NFPA 12.
DATE:
CONTROL NUMBER

XII. All fire protection equipment and materials procured for the
VERIFICATION

project shall be from a Saudi Aramco approved manufacturer


EDSD

in accordance with SAES standards.


DATE:

XIII. All Fire Protection System works shall be carried out in a


BY:

manner consistent with good practice and to the satisfaction


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

of the client.
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

3.2.1.10 Pump Station-9:


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
39/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
I. CONTRACTOR shall provide a complete CO2 fire
extinguishing system per the project design including CO2
ENGG CERT

cylinders, nozzles, System components, piping, supports, and


accessories in compliance with NFPA 12 and COMPANY
standards. This includes three FT-4 Turbine enclosures, two
Allison Power generators and one Diesel generator at Pump
station# 9
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

II. CONTRACTOR shall design the Carbon dioxide Gaseous fire


ISSUED FOR 100% - PP

extinguishing system, total flooding type in accordance with


SAES-B-019 and NFPA 12 standards. An initial/ Extended
DESCRIPTION

Cylinder arrangement shall be used for protecting equipment/


hazards capable of deep-seated fires. The Minimum design hazard
concentration shall be as per NFPA 12.
III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
suppression system in accordance with NFPA 12 using the latest
Manufacturer software.
IV. CONTRACTOR shall supply and Install pipes and fittings
according to requirements listed in NFPA 12
V. CONTRACTOR shall supply and install CO2 Cylinders,
JO/EWO

10-00844
10-00844

10-00844

nozzles, System components, piping, supports, lock out


valves/devices, switches and all other accessories in
07/01/21

01/28/21
05/06/21
DATE

compliance with NFPA 12 and COMPANY standards.


VI. CONTRACTOR shall supply and install discharge nozzles,
NO.
REV

nozzle placement, maximum protected area per nozzle,


C
B

DISCIPLINE nozzle height from the equipment and temperature ratings or


ENGINEER
heat detectors shall confirm to the manufacturer’s
DATE: specifications.
PROJECT
ENGINEER VII. The contractor shall provide the CO2 fire extinguishing
systems that shall have both automatic and manual actuation
DATE: methods and include at least one manual actuator.
CERTIFIED
VIII. All CO2 systems shall be monitored by the building Fire alarm
DATE: system. Interface the CO2 fire extinguishing system to the
CONSTRUCTION
AGENCY
proposed fire alarm system in compliance with NFPA and
COMPANY Standards.
DATE:
IX. The CONTRACTOR shall paint CO2 fire extinguishing system
OPERATIONS
piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
DATE: occur until after the pipe has been inspected by site
CONTROL NUMBER

representative for proper size and type in accordance with the


VERIFICATION

approved drawings.
EDSD

X. The contractor shall test conduct an operational test using


DATE:
BY:

pressurized water cylinder test for piping works only, prior to


final acceptance of the system installed. The final acceptance
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

in addition to the operational test. Functional or operational


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
40/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
test of the entire system shall be done as per NFPA and
COMPANY standards.
ENGG CERT

XI. The contractor shall also perform Inspection, testing and of


CO2 fire extinguishing system shall be in accordance with GI-
1781.001 and NFPA 12.
XII. All fire protection equipment and materials procured for the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

project shall be from a Saudi Aramco approved manufacturer


in accordance with SAES standards.
ISSUED FOR 100% - PP

XIII. All Fire Protection System works shall be carried out in a


DESCRIPTION

manner consistent with good practice and to the satisfaction


of the client.
3.2.1.11 Pump Station-10:
I. CONTRACTOR shall provide a complete CO2 fire
extinguishing system per the project design including CO2
cylinders, nozzles, System components, piping, supports, and
accessories in compliance with NFPA 12 and COMPANY
standards. This includes three FT-4 Turbine enclosures, two
Allison Power generators and one Diesel generator at Pump
JO/EWO

10-00844
10-00844

10-00844

station# 10
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
07/01/21

01/28/21
05/06/21
DATE

extinguishing system, total flooding type in accordance with


SAES-B-019 and NFPA 12 standards. An initial/ Extended
NO.
REV

Cylinder arrangement shall be used for protecting equipment/


C
B

DISCIPLINE hazards capable of deep-seated fires. The Minimum design hazard


ENGINEER
concentration shall be as per NFPA 12.
DATE: III. CONTRACTOR shall perform hydraulic calculations for CO2 gas
PROJECT
ENGINEER
suppression system in accordance with NFPA 12 using the latest
Manufacturer software.
DATE: IV. CONTRACTOR shall supply and Install pipes and fittings
CERTIFIED
according to requirements listed in NFPA 12
DATE: V. CONTRACTOR shall supply and install CO2 Cylinders,
CONSTRUCTION
AGENCY
nozzles, System components, piping, supports, lock out
valves/devices, switches and all other accessories in
DATE:
compliance with NFPA 12 and COMPANY standards.
OPERATIONS
VI. CONTRACTOR shall supply and install discharge nozzles,
nozzle placement, maximum protected area per nozzle,
DATE: nozzle height from the equipment and temperature ratings or
CONTROL NUMBER

heat detectors shall confirm to the manufacturer’s


VERIFICATION

specifications.
EDSD

VII. The contractor shall provide the CO2 fire extinguishing


DATE:
BY:

systems that shall have both automatic and manual actuation


methods and include at least one manual actuator.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

VIII. All CO2 systems shall be monitored by the building Fire alarm
_____________________

system. Interface the CO2 fire extinguishing system to the


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
41/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
proposed fire alarm system in compliance with NFPA and
COMPANY Standards.
ENGG CERT

IX. The CONTRACTOR shall paint CO2 fire extinguishing system


piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
occur until after the pipe has been inspected by site
representative for proper size and type in accordance with the
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

approved drawings.
ISSUED FOR 100% - PP

X. The contractor shall test conduct an operational test using


pressurized water cylinder test for piping works only, prior to
DESCRIPTION

final acceptance of the system installed. The final acceptance


testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
in addition to the operational test. Functional or operational
test of the entire system shall be done as per NFPA and
COMPANY standards.
XI. The contractor shall also perform Inspection, testing and of
CO2 fire extinguishing system shall be in accordance with GI-
1781.001 and NFPA 12.
JO/EWO

10-00844
10-00844

10-00844

XII. All fire protection equipment and materials procured for the
project shall be from a Saudi Aramco approved manufacturer
in accordance with SAES standards.
07/01/21

01/28/21
05/06/21
DATE

XIII. All Fire Protection System works shall be carried out in a


manner consistent with good practice and to the satisfaction
NO.
REV

A
C
B

DISCIPLINE
of the client.
ENGINEER
3.2.1.12 Pump Station-11:
DATE:
PROJECT
I. CONTRACTOR shall provide a complete CO2 fire
ENGINEER extinguishing system per the project design including CO2
cylinders, nozzles, System components, piping, supports, and
DATE: accessories in compliance with NFPA 12 and COMPANY
CERTIFIED
standards. This includes three FT-4 Turbine enclosures, three
Solar power generators and one Diesel generator at Pump
DATE:
CONSTRUCTION
station# 11
AGENCY
II. CONTRACTOR shall design the Carbon dioxide Gaseous fire
DATE: extinguishing system, total flooding type in accordance with
OPERATIONS SAES-B-019 and NFPA 12 standards. An initial/ Extended
Cylinder arrangement shall be used for protecting equipment/
hazards capable of deep-seated fires. The Minimum design hazard
DATE:
concentration shall be as per NFPA 12.
CONTROL NUMBER
VERIFICATION

III. CONTRACTOR shall perform hydraulic calculations for CO2 gas


EDSD

suppression system in accordance with NFPA 12 using the latest


Manufacturer software.
DATE:
BY:

IV. CONTRACTOR shall supply and Install pipes and fittings


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

according to requirements listed in NFPA 12


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

V. CONTRACTOR shall supply and install CO2 Cylinders,


_____________________
-00844-0001.001

nozzles, System components, piping, supports, lock out

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
42/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
valves/devices, switches and all other accessories in
compliance with NFPA 12 and COMPANY standards.
ENGG CERT

VI. CONTRACTOR shall supply and install discharge nozzles,


nozzle placement, maximum protected area per nozzle,
nozzle height from the equipment and temperature ratings or
heat detectors shall confirm to the manufacturer’s
specifications.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

VII. The contractor shall provide the CO2 fire extinguishing


ISSUED FOR 100% - PP

systems that shall have both automatic and manual actuation


methods and include at least one manual actuator.
DESCRIPTION

VIII. All CO2 systems shall be monitored by the building Fire alarm
system. Interface the CO2 fire extinguishing system to the
proposed fire alarm system in compliance with NFPA and
COMPANY Standards.
IX. The CONTRACTOR shall paint CO2 fire extinguishing system
piping, valves and accessories with approved red color in
accordance with SAES-B-067.Painting of the pipe shall not
occur until after the pipe has been inspected by site
JO/EWO

10-00844
10-00844

10-00844

representative for proper size and type in accordance with the


approved drawings.
07/01/21

01/28/21
05/06/21
DATE

X. The contractor shall test conduct an operational test using


pressurized water cylinder test for piping works only, prior to
final acceptance of the system installed. The final acceptance
NO.
REV

A
C
B

DISCIPLINE
testing as per NFPA 12, Sec: 4.4.3.3.4.1 shall be conducted
ENGINEER in addition to the operational test. Functional or operational
test of the entire system shall be done as per NFPA and
DATE:
PROJECT
COMPANY standards.
ENGINEER
XI. The contractor shall also perform Inspection, testing and of
DATE:
CO2 fire extinguishing system shall be in accordance with GI-
CERTIFIED 1781.001 and NFPA 12.
XII. All fire protection equipment and materials procured for the
DATE:
CONSTRUCTION
project shall be from a Saudi Aramco approved manufacturer
AGENCY in accordance with SAES standards.
DATE: XIII. All Fire Protection System works shall be carried out in a
OPERATIONS manner consistent with good practice and to the satisfaction
of the client.
DATE:
3.2.2. Instrumentation (Fire Alarm)
CONTROL NUMBER
VERIFICATION

3.2.2.1. GENERAL
EDSD

DATE:

I. CONTRACTOR shall be responsible for all aspect of the


BY:

project in terms of configuration, fabrication, procurement,


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

documentation, drawings, inspection, integration, installation


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

in accordance with the project drawings, SAUDI ARAMCO


_____________________

Standard Drawings and latest Codes, Standards and


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
43/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Specifications, testing & commissioning and system
familiarization/training.
ENGG CERT

II. Detail Design CONTRACTOR shall design a complete Fire


Detection and Suppression System associated with this
Project, in accordance with the latest edition of NFPA
standards, as supplemented and modified by Saudi Aramco
Engineering Standards, Specifications, Procedures, Standard
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Drawings, Library Drawings and General Instructions.


ISSUED FOR 100% - PP

III. CONTRACTOR shall provide an experienced team of


instrumentation and control systems engineers and designers
DESCRIPTION

for the detailed engineering, design and construction phase of


the project.
IV. CONTRACTOR shall design, supply and install, but not
limited to, gas detectors, flame detectors, heat detectors,
beacons, horns, fire alarm suppression system, junction
boxes, instrumentation cables, tubing and fittings etc., as
required by detailed engineering and design deliverables.
CONTRACTOR shall make use of the documents made
available from the Proposal phase.
JO/EWO

10-00844
10-00844

10-00844

V. CONTRACTOR supplied material must be approved by


SAUDI ARAMCO Representative prior to use. Samples of the
07/01/21

01/28/21
05/06/21
DATE

material shall be submitted for approval if required by the


SAUDI ARAMCO Representative.
NO.
REV

A
C
B

DISCIPLINE
VI. The CONTRACTOR supplied material must be approved by
ENGINEER SAUDI ARAMCO Representative prior to use. Samples of the
material shall be submitted for approval if required by the
DATE:
PROJECT
SAUDI ARAMCO Representative.
ENGINEER
VII. The CONTRACTOR shall make use of the documents from
DATE:
Proposal engineering and shall further develop all the detailed
CERTIFIED engineering deliverables as per Saudi Aramco Standard
SAEP-303.
DATE:
CONSTRUCTION
VIII. CONTRACTOR shall provide logic diagrams for the new fire
AGENCY suppression panels for all Pump Stations.
DATE: IX. All the equipment supplied, modified or upgraded as part of
OPERATIONS project must have minimum life support cycle as per Aramco
standards.
DATE:
X. Contractor shall provide Fire and Gas detection system
CONTROL NUMBER
VERIFICATION

layouts and corresponding action for the devices as per


Aramco standards and design must be approved by LPD and
EDSD

Fire Protection Department.


DATE:
BY:

XI. Contractor shall make sure to have a copy of Fire panel


REVISIONCERTIFICATION

backups before and after modifications. These backups shall


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

be handed over to site proponent as part of deliverables.


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
44/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
XII. Contractor shall ensure that All Fire Alarm Systems are
centrally monitored on PLC/DCS as per SAES-B-014. For
ENGG CERT

new panels, if required, new interfaces shall be added.


XIII. Contractor shall provide the make and model of each
individual existing fire alarm control panel and
associated devices to assess whether it needs to be
replaced or upgraded.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

XIV. Contractor shall ensure that any component considered as


part of upgrade, if found in non-working condition, shall be
DESCRIPTION

replaced.
XV. Sufficient access and maintenance requirements shall be
considered by CONTRACTOR during the detailed
engineering phase only in order to avoid any conflicts and
delays at site.
XVI. CONTRACTOR shall carry out an inspection of each
instrument installation for conformance to specification and
drawings prior to mechanical completion to assure
compliance to applicable standards and to good engineering
JO/EWO

10-00844
10-00844

10-00844

and construction practices.


XVII. The CONTRACTOR shall inform the SAUDI ARAMCO
07/01/21

01/28/21
05/06/21
DATE

representative of the schedule of testing (including Factory


Acceptance Testing and Site Acceptance Testing) and pre-
NO.
REV

commissioning activities. The SAUDI ARAMCO


A
C
B

DISCIPLINE Representative shall witness these activities.


ENGINEER
XVIII. Before testing or calibrating any instruments, CONTRACTOR
DATE: shall submit to the COMPANY Representative a
PROJECT
ENGINEER comprehensive list of the test and calibration equipment to be
used and certify that these test and calibration equipment has
DATE: a standard accuracy greater than the manufacturers stated
CERTIFIED
accuracy for the instruments to be tested or calibrated.
DATE: XIX. CONTRACTOR shall provide fully equipped, clean and dry
CONSTRUCTION
AGENCY
facilities with electrical and pneumatic supplies and shall
check, calibrate and repair instruments that have sustained
DATE:
minor damage or require re-calibration at the facility.
OPERATIONS
XX. CONTRACTOR shall calibrate all new devices according to
the specification sheets/industry standards.
DATE:
XXI. CONTRACTOR shall ensure the spares (IO Cards, Cables
CONTROL NUMBER
VERIFICATION

etc.) are provided as per Saudi Aramco Standards.


EDSD

XXII. CONTRACTOR shall ensure that training is imparted to the


DATE:

Operators/Technicians for the new fire suppression panels.


BY:

XXIII. After testing, all connections and entries shall be temporarily


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

sealed to prevent subsequent ingress of moisture and dirt.


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

XXIV. Test equipment shall be calibrated at three-month intervals by


-00844-0001.001

a certified test facility approved by SAUDI ARAMCO. A test

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
45/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
date stamp shall be affixed to the equipment, where
necessary instrument works to be performed under vendor's
ENGG CERT

supervision.
XXV. CONTRACTOR shall perform continuity test, megger test,
proper loop checking and pre-commissioning under the
supervision of relevant vendor(s) and designated client
representative(s).
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

XXVI. CONTRACTOR shall provide in SCADA new graphics screen


ISSUED FOR 100% - PP

to include all Pump Stations in one page as summary in


addition to individual PS screen.
DESCRIPTION

XXVII. CONTRACTOR shall perform a HAZOP Study in the start of


the DD Stage with all stakeholders to determine the existing
interface between Fire Suppression and ESD system.

3.2.2.2. Gas Detection System

I. The specified scope is applicable for all Pump Stations


II. CONTRACTOR shall design, supply and install new LEL gas
JO/EWO

10-00844
10-00844

10-00844

detectors, beacons and horns at Control Vans


(1000/2000/3000) and Diesel Generators.
07/01/21

01/28/21
05/06/21
DATE

III. CONTRACTOR shall design, supply and install, but not


limited to, gas detectors, beacons, horns, junction boxes,
instrumentation cables, conduits and fittings etc., as required
NO.
REV

A
C
B

by detailed engineering and design deliverables.


DISCIPLINE
ENGINEER CONTRACTOR shall make use of the documents made
available from the Proposal phase.
DATE:
PROJECT
ENGINEER
IV. CONTRACTOR shall engage Control Systems vendor
(SIEMENS) and prepare a modification package to
DATE:
accommodate the new LEL gas detectors, beacons and horns
CERTIFIED in PCS/PLC Cabinets placed inside rack room of Control
Building and Control Vans.
DATE:
CONSTRUCTION
V. CONTRACTOR shall design, supply and install new beacon
AGENCY and horn (common for Combustible Gas Detection) at Control
Room for all Pump Stations as required by SAES-J-505.
DATE:
OPERATIONS VI. The new IO cards that will be used for the new input and
output signals shall be provided along with enough
DATE: spares as per SA standards, also ensure that the new IO
CONTROL NUMBER

cards are installed in spare slots not affecting the existing


VERIFICATION

system structure or existing spare usage. In case if


EDSD

needed, a separate IO rack shall be provided, based


DATE:

upon site survey conducted during detailed design


BY:

phase.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

VII. All the equipment supplied, modified or upgraded as part


C

_____________________

of project must have minimum life support cycle as per


-00844-0001.001

Aramco standards.
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
46/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VIII. CONTRACTOR shall ensure that all control and
instrument signals shall have enough spares to meet SA
ENGG CERT

standards with both ends terminated as per approved


documentation.
IX. CONTRACTOR shall take into consideration installation of
new I/O Cards including power supply bus bar in all PCS
cabinets for the new signals.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

X. CONTRACTOR shall ensure the power supply requirements


for the detectors, beacons and horns are also captured on the
DESCRIPTION

detailed design deliverables.


XI. CONTRACTOR shall ensure that all new supplied
equipment must follow the existing alarm philosophy and
graphical display at operator workstation in control room.

3.2.2.3. Pump Station 01 - Fire Detection and Suppression System

A. Control Van 1000/2000/3000


JO/EWO

10-00844
10-00844

10-00844

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside each control van (1000/2000/3000)
that will be interfaced with new fire detection, releasing
07/01/21

01/28/21
05/06/21
DATE

and notification devices that will be installed inside the


individual FT-4 Turbine Enclosures. New Fire
NO.
REV

A
C

Suppression panel shall be interfaced with existing fire


B

DISCIPLINE
ENGINEER
alarm system inside control van.
II. New Fire Alarm Suppression System shall adhere to
DATE:
PROJECT
NFPA and Saudi Aramco Standards.
ENGINEER
III. New Fire Alarm Suppression Control Panel shall be
DATE:
equipped with, but not limited to, monitor modules, SLC
CERTIFIED cards, Notification and releasing circuits, batteries, relay
modules etc.
DATE:
CONSTRUCTION
IV. New Fire Alarm Control Panel shall have installed spare
AGENCY loops to accommodate any new additional requirements.
DATE: V. New Fire Alarm Control Panel shall be installed after the
OPERATIONS removal of the fire alarm panel associated with Halon
System inside all control vans.
DATE: VI. CONTRACTOR shall ensure to cover the signal transfer
CONTROL NUMBER

to Turbine Control Systems for shutdown based upon fire


VERIFICATION

detection inside the Control Vans. The logic of the Turbine


EDSD

control system shall be modified for the new shutdown


DATE:

signal.
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

B. FT-4 Turbine Enclosure (1,2 & 3)


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided with


-00844-0001.001

new UV/IR flame detectors (inside and outside the turbine

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
47/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
enclosure), heat detectors, beacons and horns and shall
be interfaced with new fire alarm suppression panel inside
ENGG CERT

control van.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

detectors and heat detectors appropriately via mapping


study or as recommended by Turbine Supplier.
ISSUED FOR 100% - PP
DESCRIPTION

C. Diesel Generator
I. Diesel Generator shall be provided with new flame
detectors (UV/IR), heat detectors, beacons and horns and
shall be interfaced with new fire alarm suppression panel
inside Switchgear Building 4162.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
JO/EWO

10-00844
10-00844

10-00844

detectors and heat detectors appropriately via mapping


study or as recommended by Generator Supplier.
07/01/21

01/28/21
05/06/21
DATE

IV. CONTRACTOR shall ensure the modifications to existing


logic for diesel generator to include the closure of fan
cooler flappers during fire extinguishment by integrating it
NO.
REV

A
C
B

DISCIPLINE
with the fire suppression system.
ENGINEER

DATE:
D. Switchgear Building 4162
PROJECT
ENGINEER I. CONTRACTOR shall install a new fire alarm suppression
control panel inside Switchgear Building that will be
DATE: interfaced with new fire detection, releasing and
CERTIFIED
notification devices that will be installed inside the Diesel
Generators.
DATE:
CONSTRUCTION II. New Fire Alarm Suppression System shall adhere to
AGENCY
NFPA and Saudi Aramco Standards.
DATE: III. New Fire Alarm Suppression Control Panel shall be
OPERATIONS
equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
DATE: modules etc.
CONTROL NUMBER
VERIFICATION

IV. New Fire Alarm Control Panel shall have installed spare
EDSD

loops to accommodate any new additional requirements.


V. CONTRACTOR shall refer to the recommendation
DATE:
BY:

provided on the equipment layout for the finalization of the


REVISIONCERTIFICATION

fire alarm and suppression system design.


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

VI. It is proposed to replace the existing fire alarm panel with


_____________________

New Fire Alarm Suppression Control Panel due to space


-00844-0001.001

constraints. CONTRACTOR shall ensure the existing


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
48/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
functionality of the existing fire alarm panel is incorporated
into the new Suppression Control Panel. CONTRACTOR
ENGG CERT

shall provide new devices (if required) and shall be wired


to new Fire Suppression Control Panel (separate SLC and
NAC circuits).
VII. CONTRACTOR shall ensure to cover the signal transfer
to Generator Control Systems for shutdown based upon
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

fire detection inside the Diesel Generator Enclosure.


ISSUED FOR 100% - PP

3.2.2.4. Pump Station 02 - Fire Detection and Suppression System


DESCRIPTION

A. Control Van 1000/2000/3000


I. CONTRACTOR shall install a new fire alarm suppression
control panel inside each control van (1000/2000/3000)
that will be interfaced with new fire detection, releasing
and notification devices that will be installed inside the
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
JO/EWO

10-00844
10-00844

10-00844

alarm system inside control van.


II. New Fire Alarm Suppression System shall adhere to
07/01/21

01/28/21
05/06/21
DATE

NFPA and Saudi Aramco Standards.


III. New Fire Alarm Suppression Control Panel shall be
NO.
REV

equipped with, but not limited to, monitor modules, SLC


A
C
B

DISCIPLINE cards, Notification and releasing circuits, batteries, relay


ENGINEER
modules etc.
DATE: IV. New Fire Alarm Control Panel shall have installed spare
PROJECT
ENGINEER loops to accommodate any new additional requirements.
V. New Fire Alarm Control Panel shall be installed after the
DATE:
CERTIFIED removal of the fire alarm panel associated with Halon
System inside all control vans.
DATE:
VI. CONTRACTOR shall ensure to cover the signal transfer
CONSTRUCTION
AGENCY to Turbine Control Systems for shutdown based upon fire
detection inside the Control Vans. The logic of the Turbine
DATE: control system shall be modified for the new shutdown
OPERATIONS
signal.

DATE:
B. FT-4 Turbine Enclosure (1,2 & 3)
CONTROL NUMBER
VERIFICATION

I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided


EDSD

with new flame detectors (UV/IR), heat detectors,


beacons and horns and shall be interfaced with new fire
DATE:
BY:

alarm suppression panel inside control van.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

II. New devices shall adhere to latest NFPA and Saudi


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

Aramco Standards.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
49/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
ENGG CERT

study or as recommended by Turbine Supplier.

C. Diesel Generator
I. Diesel Generator shall be provided with new flame
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

detectors (UV/IR), heat detectors, beacons and horns


and shall be interfaced with new fire alarm suppression
ISSUED FOR 100% - PP

panel inside Switchgear Building 4162.


DESCRIPTION

II. New devices shall adhere to latest NFPA and Saudi


Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
study or as recommended by Generator Supplier.
IV. CONTRACTOR shall ensure the modifications to existing
logic for diesel generator to include the closure of fan
cooler flappers during fire extinguishment by integrating
it with the fire suppression system.
JO/EWO

10-00844
10-00844

10-00844

D. Switchgear Building 4804


07/01/21

01/28/21
05/06/21
DATE

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside Switchgear Building that will be
NO.
REV

A
C
B

interfaced with new fire detection, releasing and


DISCIPLINE
ENGINEER notification devices that will be installed inside the Diesel
Generators.
DATE:
PROJECT II. New Fire Alarm Suppression System shall adhere to
ENGINEER
NFPA and Saudi Aramco Standards.
DATE: III. New Fire Alarm Suppression Control Panel shall be
CERTIFIED
equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
DATE:
CONSTRUCTION
modules etc.
AGENCY
IV. New Fire Alarm Control Panel shall have installed spare
DATE:
loops to accommodate any new additional requirements.
OPERATIONS
V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
DATE: the fire alarm and suppression system design.
CONTROL NUMBER
VERIFICATION

VI. It is proposed to replace the existing fire alarm panel with


EDSD

New Fire Alarm Suppression Control Panel due to space


constraints. CONTRACTOR shall ensure the existing
DATE:

functionality of the existing fire alarm panel is


BY:

incorporated into the new Suppression Control Panel.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

CONTRACTOR shall provide new devices (if required)


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

and shall be wired to new Fire Suppression Control Panel


_____________________

(separate SLC and NAC circuits).


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
50/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VII. CONTRACTOR shall ensure to cover the signal transfer
to Generator Control Systems for shutdown based upon
ENGG CERT

fire detection inside the Diesel Generator Enclosure.

3.2.2.5. Pump Station 03 - Fire Detection and Suppression System


ISSUED FOR 90% REVIEW - PP

A. Control Van 1000/2000/3000


ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside each control van (1000/2000/3000)
DESCRIPTION

that will be interfaced with new fire detection, releasing


and notification devices that will be installed inside the
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
alarm system inside control van.
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
III. New Fire Alarm Suppression Control Panel shall be
equipped with, but not limited to, monitor modules, SLC
JO/EWO

10-00844
10-00844

10-00844

cards, Notification and releasing circuits, batteries, relay


modules etc.
07/01/21

01/28/21
05/06/21
DATE

IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
NO.
REV

A
C
B

V. New Fire Alarm Control Panel shall be installed after the


DISCIPLINE
ENGINEER removal of the fire alarm panel associated with Halon
System inside all control vans.
DATE:
PROJECT VI. CONTRACTOR shall ensure to cover the signal transfer
ENGINEER
to Turbine Control Systems for shutdown based upon fire
detection inside the Control Vans. The logic of the
DATE:
CERTIFIED Turbine control system shall be modified for the new
shutdown signal.
DATE:
CONSTRUCTION
AGENCY B. FT-4 Turbine Enclosure (1,2 & 3)

DATE:
I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
OPERATIONS with new flame detectors (UV/IR), heat detectors,
beacons and horns and shall be interfaced with new fire
alarm suppression panel inside control van.
DATE:
CONTROL NUMBER

II. New devices shall adhere to latest NFPA and Saudi


VERIFICATION

Aramco Standards.
EDSD

III. CONTRACTOR shall ensure to the locate the flame


DATE:

detectors and heat detectors appropriately via mapping


BY:

study or as recommended by Turbine Supplier.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
51/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
C. Diesel Generator
ENGG CERT

I. Diesel Generator shall be provided with new flame


detectors (UV/IR), heat detectors, beacons and horns
and shall be interfaced with new fire alarm suppression
panel inside Switchgear Building 4162.
II. New devices shall adhere to latest NFPA and Saudi
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Aramco Standards.
ISSUED FOR 100% - PP

III. CONTRACTOR shall ensure to the locate the flame


detectors and heat detectors appropriately via mapping
DESCRIPTION

study or as recommended by Generator Supplier.


IV. CONTRACTOR shall ensure the modifications to existing
logic for diesel generator to include the closure of fan
cooler flappers during fire extinguishment by integrating
it with the fire suppression system.

D. Switchgear Building 4162


JO/EWO

10-00844
10-00844

10-00844

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside Switchgear Building that will be
07/01/21

01/28/21
05/06/21
DATE

interfaced with new fire detection, releasing and


notification devices that will be installed inside the Diesel
Generators.
NO.
REV

A
C
B

DISCIPLINE II. New Fire Alarm Suppression System shall adhere to


ENGINEER
NFPA and Saudi Aramco Standards.
DATE: III. New Fire Alarm Suppression Control Panel shall be
PROJECT
ENGINEER equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
DATE: modules etc.
CERTIFIED
IV. New Fire Alarm Control Panel shall have installed spare
DATE: loops to accommodate any new additional requirements.
CONSTRUCTION
AGENCY V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
DATE: the fire alarm and suppression system design.
OPERATIONS
VI. CONTRACTOR shall ensure to cover the signal transfer
DATE:
to Generator Control Systems for shutdown based upon
fire detection inside the Diesel Generator Enclosure.
CONTROL NUMBER
VERIFICATION

VII. It is proposed to replace the existing fire alarm panel with


EDSD

New Fire Alarm Suppression Control Panel due to space


DATE:

constraints. CONTRACTOR shall ensure the existing


BY:

functionality of the existing fire alarm panel is


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

incorporated into the new Suppression Control Panel.


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

CONTRACTOR shall provide new devices (if required)


C

_____________________

and shall be wired to new Fire Suppression Control Panel


-00844-0001.001

(separate SLC and NAC circuits).

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
52/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
ENGG CERT

3.2.2.6. Pump Station 04 - Fire Detection and Suppression System

A. Control Van 1000/2000/3000


I. CONTRACTOR shall install a new fire alarm suppression
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control panel inside each control van (1000/2000/3000)


ISSUED FOR 100% - PP

that will be interfaced with new fire detection, releasing


and notification devices that will be installed inside the
DESCRIPTION

individual FT-4 Turbine Enclosures. New Fire


Suppression panel shall be interfaced with existing fire
alarm system inside control van.
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
III. New Fire Alarm Suppression Control Panel shall be
equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
modules etc.
JO/EWO

10-00844
10-00844

10-00844

IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
07/01/21

01/28/21
05/06/21
DATE

V. New Fire Alarm Control Panel shall be installed after the


removal of the fire alarm panel associated with Halon
NO.
REV

A
C
B

System inside all control vans.


DISCIPLINE
ENGINEER
VI. CONTRACTOR shall ensure to cover the signal transfer
DATE:
to Turbine Control Systems for shutdown based upon fire
PROJECT detection inside the Control Vans. The logic of the
ENGINEER
Turbine control system shall be modified for the new
shutdown signal.
DATE:
CERTIFIED

B. FT-4 Turbine Enclosure (1,2 & 3)


DATE:
CONSTRUCTION I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
AGENCY
with new flame detectors (UV/IR), heat detectors,
DATE:
beacons and horns and shall be interfaced with new fire
OPERATIONS alarm suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
DATE: Aramco Standards.
CONTROL NUMBER
VERIFICATION

III. CONTRACTOR shall ensure to the locate the flame


EDSD

detectors and heat detectors appropriately via mapping


study or as recommended by Turbine Supplier.
DATE:
BY:
REVISIONCERTIFICATION

C. Diesel Generator
APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

I. Diesel Generator shall be provided with new flame


_____________________

detectors (UV/IR), heat detectors, beacons and horns


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
53/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
and shall be interfaced with new fire alarm suppression
panel inside Switchgear Building 4162.
ENGG CERT

II. New devices shall adhere to latest NFPA and Saudi


Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

study or as recommended by Generator Supplier.


ISSUED FOR 100% - PP

IV. CONTRACTOR shall ensure the modifications to existing


logic for diesel generator to include the closure of fan
DESCRIPTION

cooler flappers during fire extinguishment by integrating


it with the fire suppression system.

D. Switchgear Building 4804


I. CONTRACTOR shall install a new fire alarm suppression
control panel inside Switchgear Building that will be
interfaced with new fire detection, releasing and
notification devices that will be installed inside the Diesel
Generators.
JO/EWO

10-00844
10-00844

10-00844

II. New Fire Alarm Suppression System shall adhere to


NFPA and Saudi Aramco Standards.
07/01/21

01/28/21
05/06/21
DATE

III. New Fire Alarm Suppression Control Panel shall be


equipped with, but not limited to, monitor modules, SLC
NO.
REV

A
C
B

cards, Notification and releasing circuits, batteries, relay


DISCIPLINE
ENGINEER modules etc.

DATE:
IV. New Fire Alarm Control Panel shall have installed spare
PROJECT
ENGINEER
loops to accommodate any new additional requirements.
V. CONTRACTOR shall refer to the recommendation
DATE: provided on the equipment layout for the finalization of
CERTIFIED
the fire alarm and suppression system design.
DATE: VI. CONTRACTOR shall ensure to cover the signal transfer
CONSTRUCTION
AGENCY
to Generator Control Systems for shutdown based upon
fire detection inside the Diesel Generator Enclosure.
DATE: VII. It is proposed to replace the existing fire alarm panel with
OPERATIONS
New Fire Alarm Suppression Control Panel due to space
constraints. CONTRACTOR shall ensure the existing
DATE: functionality of the existing fire alarm panel is
CONTROL NUMBER

incorporated into the new Suppression Control Panel.


VERIFICATION

CONTRACTOR shall provide new devices (if required)


EDSD

and shall be wired to new Fire Suppression Control Panel


DATE:

(separate SLC and NAC circuits).


BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

3.2.2.7. Pump Station 05 - Fire Detection and Suppression System


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

A. Control Van 1000/2000/3000

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
54/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
I. CONTRACTOR shall install a new fire alarm suppression
control panel inside each control van (1000/2000/3000)
ENGG CERT

that will be interfaced with new fire detection, releasing


and notification devices that will be installed inside the
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
alarm system inside control van.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

II. New Fire Alarm Suppression System shall adhere to


ISSUED FOR 100% - PP

NFPA and Saudi Aramco Standards.


III. New Fire Alarm Suppression Control Panel shall be
DESCRIPTION

equipped with, but not limited to, monitor modules, SLC


cards, Notification and releasing circuits, batteries, relay
modules etc.
IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
V. New Fire Alarm Control Panel shall be installed after the
removal of the fire alarm panel associated with Halon
System inside all control vans.
JO/EWO

10-00844
10-00844

10-00844

VI. CONTRACTOR shall ensure to cover the signal transfer


to Turbine Control Systems for shutdown based upon fire
07/01/21

01/28/21
05/06/21
DATE

detection inside the Control Vans. The logic of the


Turbine control system shall be modified for the new
shutdown signal.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
B. FT-4 Turbine Enclosure (1,2 & 3)
DATE:
PROJECT
I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
ENGINEER with new flame detectors (UV/IR), heat detectors,
beacons and horns and shall be interfaced with new fire
DATE: alarm suppression panel inside control van.
CERTIFIED
II. New devices shall adhere to latest NFPA and Saudi
DATE: Aramco Standards.
CONSTRUCTION
AGENCY III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
DATE:
study or as recommended by Turbine Supplier.
OPERATIONS

DATE:
C. Diesel Generator
CONTROL NUMBER

I. Diesel Generator shall be provided with new flame


VERIFICATION

detectors (UV/IR), heat detectors, beacons and horns


EDSD

and shall be interfaced with new fire alarm suppression


DATE:

panel inside Switchgear Building 4162.


BY:

II. New devices shall adhere to latest NFPA and Saudi


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

Aramco Standards.
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
55/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
ENGG CERT

study or as recommended by Generator Supplier.


IV. CONTRACTOR shall ensure the modifications to existing
logic for diesel generator to include the closure of fan
cooler flappers during fire extinguishment by integrating
it with the fire suppression system.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

D. Solar Generators
DESCRIPTION

I. All Solar Generators (3 Nos.) shall be provided with new


flame detectors (UV/IR), heat detectors, beacons and
horns and shall be interfaced with new fire alarm
suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
study or as recommended by Generator Supplier.
JO/EWO

10-00844
10-00844

10-00844

E. Switchgear Building 4804


07/01/21

01/28/21
05/06/21
DATE

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside Switchgear Building that will be
NO.
REV

A
C
B

interfaced with new fire detection, releasing and


DISCIPLINE
ENGINEER notification devices that will be installed inside the Diesel
Generators.
DATE:
PROJECT II. New Fire Alarm Suppression System shall adhere to
ENGINEER
NFPA and Saudi Aramco Standards.
DATE: III. New Fire Alarm Suppression Control Panel shall be
CERTIFIED
equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
DATE:
CONSTRUCTION
modules etc.
AGENCY
IV. New Fire Alarm Control Panel shall have installed spare
DATE:
loops to accommodate any new additional requirements.
OPERATIONS
V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
DATE: the fire alarm and suppression system design.
CONTROL NUMBER
VERIFICATION

VI. CONTRACTOR shall ensure to cover the signal transfer


EDSD

to respective Generator Control Systems for shutdown


based upon fire detection inside the Diesel Generator
DATE:

and Solar Generator Enclosure.


BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

3.2.2.8. Pump Station 06 - Fire Detection and Suppression System


C

_____________________
-00844-0001.001

A. Control Van 1000/2000/3000


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
56/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
I. CONTRACTOR shall install a new fire alarm suppression
control panel inside each control van (1000/2000/3000)
ENGG CERT

that will be interfaced with new fire detection, releasing


and notification devices that will be installed inside the
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
alarm system inside control van.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

II. New Fire Alarm Suppression System shall adhere to


ISSUED FOR 100% - PP

NFPA and Saudi Aramco Standards.


III. New Fire Alarm Suppression Control Panel shall be
DESCRIPTION

equipped with, but not limited to, monitor modules, SLC


cards, Notification and releasing circuits, batteries, relay
modules etc.
IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
V. New Fire Alarm Control Panel shall be installed after the
removal of the fire alarm panel associated with Halon
System inside all control vans.
JO/EWO

10-00844
10-00844

10-00844

VI. CONTRACTOR shall ensure to cover the signal transfer


to Turbine Control Systems for shutdown based upon fire
07/01/21

01/28/21
05/06/21
DATE

detection inside the Control Vans. The logic of the


Turbine control system shall be modified for the new
shutdown signal.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
B. FT-4 Turbine Enclosure (1,2 & 3)
DATE:
PROJECT
I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
ENGINEER with new flame detectors (UV/IR), heat detectors,
beacons and horns and shall be interfaced with new fire
DATE: alarm suppression panel inside control van.
CERTIFIED
II. New devices shall adhere to latest NFPA and Saudi
DATE: Aramco Standards.
CONSTRUCTION
AGENCY III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
DATE:
study or as recommended by Turbine Supplier.
OPERATIONS

DATE:
3.2.2.9. Pump Station 07 - Fire Detection and Suppression System
CONTROL NUMBER
VERIFICATION

A. Control Van 1000/2000/3000


EDSD

I. CONTRACTOR shall install a new fire alarm suppression


DATE:

control panel inside each control van (1000/2000/3000)


BY:

that will be interfaced with new fire detection, releasing


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

and notification devices that will be installed inside the


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

individual FT-4 Turbine Enclosures. New Fire


_____________________

Suppression panel shall be interfaced with existing fire


-00844-0001.001

alarm system inside control van.


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
57/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
ENGG CERT

III. New Fire Alarm Suppression Control Panel shall be


equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
modules etc.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
ISSUED FOR 100% - PP

V. New Fire Alarm Control Panel shall be installed after the


DESCRIPTION

removal of the fire alarm panel associated with Halon


System inside all control vans.
VI. CONTRACTOR shall ensure to cover the signal transfer
to Turbine Control Systems for shutdown based upon fire
detection inside the Control Vans. The logic of the
Turbine control system shall be modified for the new
shutdown signal.

B. FT-4 Turbine Enclosure (1,2 & 3)


JO/EWO

10-00844
10-00844

10-00844

I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided


with new flame detectors (UV/IR), heat detectors,
07/01/21

01/28/21
05/06/21
DATE

beacons and horns and shall be interfaced with new fire


alarm suppression panel inside control van.
NO.
REV

A
C
B

II. New devices shall adhere to latest NFPA and Saudi


DISCIPLINE
ENGINEER Aramco Standards.

DATE:
III. CONTRACTOR shall ensure to the locate the flame
PROJECT
ENGINEER
detectors and heat detectors appropriately via mapping
study or as recommended by Turbine Supplier.
DATE:
CERTIFIED
C. Diesel Generator
DATE:
I. Diesel Generator shall be provided with new flame
CONSTRUCTION detectors (UV/IR), heat detectors, beacons and horns
AGENCY
and shall be interfaced with new fire alarm suppression
DATE:
panel inside Switchgear Building 4162.
OPERATIONS
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
DATE:
III. CONTRACTOR shall ensure to the locate the flame
CONTROL NUMBER
VERIFICATION

detectors and heat detectors appropriately via mapping


EDSD

study or as recommended by Generator Supplier.


IV. CONTRACTOR shall ensure the modifications to existing
DATE:
BY:

logic for diesel generator to include the closure of fan


REVISIONCERTIFICATION

cooler flappers during fire extinguishment by integrating


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

it with the fire suppression system.


C

_____________________
-00844-0001.001

D. Solar Generators
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
58/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
I. All Solar Generators (3 Nos.) shall be provided with new
flame detectors (UV/IR), heat detectors, beacons and
ENGG CERT

horns and shall be interfaced with new fire alarm


suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

III. CONTRACTOR shall ensure to the locate the flame


detectors and heat detectors appropriately via mapping
ISSUED FOR 100% - PP

study or as recommended by Generator Supplier.


DESCRIPTION

E. Switchgear Building 4804


I. CONTRACTOR shall install a new fire alarm
suppression control panel inside Switchgear Building
that will be interfaced with new fire detection, releasing
and notification devices that will be installed inside the
Diesel Generators.
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
JO/EWO

10-00844
10-00844

10-00844

III. New Fire Alarm Suppression Control Panel shall be


equipped with, but not limited to, monitor modules, SLC
07/01/21

01/28/21
05/06/21
DATE

cards, Notification and releasing circuits, batteries, relay


modules etc.
NO.
REV

A
C
B

IV. New Fire Alarm Control Panel shall have installed spare
DISCIPLINE
ENGINEER loops to accommodate any new additional
requirements.
DATE:
PROJECT
ENGINEER
V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
DATE:
the fire alarm and suppression system design.
CERTIFIED
VI. CONTRACTOR shall ensure to cover the signal transfer
to respective Generator Control Systems for shutdown
DATE:
CONSTRUCTION
based upon fire detection inside the Diesel Generator
AGENCY and Solar Generator Enclosure.

DATE:
VII. It is proposed to replace the existing System 3 fire alarm
OPERATIONS panel with New Fire Alarm Suppression Control Panel
due to space constraints. CONTRACTOR shall ensure
DATE:
the existing functionality of the existing fire alarm panel
is incorporated into existing Honeywell Fire Alarm
CONTROL NUMBER
VERIFICATION

Control Panel. CONTRACTOR shall provide new


EDSD

devices (if required) and shall be wired to Honeywell Fire


Alarm Control Panel (separate SLC and NAC circuits).
DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

3.2.2.10. Pump Station 08 - Fire Detection and Suppression System


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

A. Control Van 1000/2000/3000


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
59/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
I. CONTRACTOR shall install a new fire alarm
suppression control panel inside each control van
ENGG CERT

(1000/2000/3000) that will be interfaced with new fire


detection, releasing and notification devices that will be
installed inside the individual FT-4 Turbine Enclosures.
New Fire Suppression panel shall be interfaced with
existing fire alarm system inside control van.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

II. New Fire Alarm Suppression System shall adhere to


ISSUED FOR 100% - PP

NFPA and Saudi Aramco Standards.


III. New Fire Alarm Suppression Control Panel shall be
DESCRIPTION

equipped with, but not limited to, monitor modules, SLC


cards, Notification and releasing circuits, batteries, relay
modules etc.
IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional
requirements.
V. New Fire Alarm Control Panel shall be installed after the
removal of the fire alarm panel associated with Halon
JO/EWO

10-00844
10-00844

10-00844

System inside all control vans.


VI. CONTRACTOR shall ensure to cover the signal transfer
07/01/21

01/28/21
05/06/21
DATE

to Turbine Control Systems for shutdown based upon


fire detection inside the Control Vans. The logic of the
Turbine control system shall be modified for the new
NO.
REV

A
C
B

DISCIPLINE
shutdown signal.
ENGINEER

DATE: B. FT-4 Turbine Enclosure (1,2 & 3)


PROJECT
ENGINEER I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
with new flame detectors (UV/IR), heat detectors,
DATE: beacons and horns and shall be interfaced with new fire
CERTIFIED
alarm suppression panel inside control van.
DATE: II. New devices shall adhere to latest NFPA and Saudi
CONSTRUCTION
AGENCY
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
DATE: detectors and heat detectors appropriately via mapping
OPERATIONS
study or as recommended by Turbine Supplier.

DATE:
C. Diesel Generator
CONTROL NUMBER
VERIFICATION

I. Diesel Generator shall be provided with new flame


EDSD

detectors (UV/IR), heat detectors, beacons and horns


DATE:

and shall be interfaced with new fire alarm suppression


BY:

panel inside Switchgear Building 4162.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

II. New devices shall adhere to latest NFPA and Saudi


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

Aramco Standards.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
60/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
ENGG CERT

study or as recommended by Generator Supplier.


IV. CONTRACTOR shall ensure the modifications to
existing logic for diesel generator to include the closure
of fan cooler flappers during fire extinguishment by
integrating it with the fire suppression system.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP
ISSUED FOR 100% - PP

D. Solar Generators
DESCRIPTION

I. All Solar Generators (3 Nos.) shall be provided with new


flame detectors (UV/IR), heat detectors, beacons and
horns and shall be interfaced with new fire alarm
suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
study or as recommended by Generator Supplier.
JO/EWO

10-00844
10-00844

10-00844

E. Switchgear Building 4804


07/01/21

01/28/21
05/06/21
DATE

I. CONTRACTOR shall install a new fire alarm


suppression control panel inside Switchgear Building
NO.
REV

A
C
B

that will be interfaced with new fire detection, releasing


DISCIPLINE
ENGINEER and notification devices that will be installed inside the
Diesel Generators.
DATE:
PROJECT II. New Fire Alarm Suppression System shall adhere to
ENGINEER
NFPA and Saudi Aramco Standards.
DATE: III. New Fire Alarm Suppression Control Panel shall be
CERTIFIED
equipped with, but not limited to, monitor modules,
SLC cards, Notification and releasing circuits,
DATE:
CONSTRUCTION
batteries, relay modules etc.
AGENCY
IV. New Fire Alarm Control Panel shall have installed
DATE:
spare loops to accommodate any new additional
OPERATIONS requirements.
V. CONTRACTOR shall refer to the recommendation
DATE: provided on the equipment layout for the finalization of
CONTROL NUMBER

the fire alarm and suppression system design.


VERIFICATION
EDSD

VI. CONTRACTOR shall ensure to cover the signal


transfer to respective Generator Control Systems for
DATE:

shutdown based upon fire detection inside the Diesel


BY:

Generator and Solar Generator Enclosure.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

VII. It is proposed to replace the existing System 3 fire


C

_____________________

alarm panel with New Fire Alarm Suppression Control


-00844-0001.001

Panel due to space constraints. CONTRACTOR shall

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
61/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
ensure the existing functionality of the existing fire
alarm panel is incorporated into existing Honeywell
ENGG CERT

Fire Alarm Control Panel. CONTRACTOR shall


provide new devices (if required) and shall be wired to
Honeywell Fire Alarm Control Panel (separate SLC
and NAC circuits).
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.2.2.11. Pump Station 09 - Fire Detection and Suppression System


ISSUED FOR 100% - PP

A. Control Van 1000/2000/3000


DESCRIPTION

I. CONTRACTOR shall install a new fire alarm suppression


control panel inside each control van (1000/2000/3000)
that will be interfaced with new fire detection, releasing
and notification devices that will be installed inside the
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
alarm system inside control van.
II. New Fire Alarm Suppression System shall adhere to
JO/EWO

10-00844
10-00844

10-00844

NFPA and Saudi Aramco Standards.


III. New Fire Alarm Suppression Control Panel shall be
07/01/21

01/28/21
05/06/21
DATE

equipped with, but not limited to, monitor modules, SLC


cards, Notification and releasing circuits, batteries, relay
modules etc.
NO.
REV

A
C
B

DISCIPLINE IV. New Fire Alarm Control Panel shall have installed spare
ENGINEER
loops to accommodate any new additional requirements.
DATE: V. New Fire Alarm Control Panel shall be installed after the
PROJECT
ENGINEER removal of the fire alarm panel associated with Halon
System inside all control vans.
DATE:
CERTIFIED VI. CONTRACTOR shall ensure to cover the signal transfer
to Turbine Control Systems for shutdown based upon fire
DATE: detection inside the Control Vans. The logic of the
CONSTRUCTION
AGENCY
Turbine control system shall be modified for the new
shutdown signal.
DATE:
OPERATIONS
B. FT-4 Turbine Enclosure (1,2 & 3)
I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided
DATE:
with new flame detectors (UV/IR), heat detectors,
CONTROL NUMBER
VERIFICATION

beacons and horns and shall be interfaced with new fire


EDSD

alarm suppression panel inside control van.


II. New devices shall adhere to latest NFPA and Saudi
DATE:
BY:

Aramco Standards.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

III. CONTRACTOR shall ensure to the locate the flame


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

detectors and heat detectors appropriately via mapping


_____________________

study or as recommended by Turbine Supplier.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
62/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
C. Diesel Generator
ENGG CERT

I. Diesel Generator shall be provided with new flame


detectors (UV/IR), heat detectors, beacons and horns
and shall be interfaced with new fire alarm suppression
panel inside Switchgear Building 4162.
II. New devices shall adhere to latest NFPA and Saudi
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Aramco Standards.
ISSUED FOR 100% - PP

III. CONTRACTOR shall ensure to the locate the flame


detectors and heat detectors appropriately via mapping
DESCRIPTION

study or as recommended by Generator Supplier.


IV. CONTRACTOR shall ensure the modifications to existing
logic for diesel generator to include the closure of fan
cooler flappers during fire extinguishment by integrating
it with the fire suppression system.

D. Allison Generator
I. Allison Generators (2 Nos.) shall be provided with new
JO/EWO

10-00844
10-00844

10-00844

flame detectors (UV/IR), heat detectors, beacons and


horns and shall be interfaced with new fire alarm
suppression panel inside control van.
07/01/21

01/28/21
05/06/21
DATE

II. New devices shall adhere to latest NFPA and Saudi


Aramco Standards.
NO.
REV

A
C
B

DISCIPLINE III. CONTRACTOR shall ensure to the locate the flame


ENGINEER
detectors and heat detectors appropriately via mapping
DATE:
study or as recommended by Generator Supplier.
PROJECT
ENGINEER

DATE:
CERTIFIED E. Switchgear Building 4804
I. CONTRACTOR shall install a new fire alarm
DATE: suppression control panel inside Switchgear Building
CONSTRUCTION
AGENCY that will be interfaced with new fire detection, releasing
and notification devices that will be installed inside the
DATE: Diesel Generators.
OPERATIONS
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
DATE:
CONTROL NUMBER

III. New Fire Alarm Suppression Control Panel shall be


VERIFICATION

equipped with, but not limited to, monitor modules, SLC


EDSD

cards, Notification and releasing circuits, batteries,


relay modules etc.
DATE:
BY:

IV. New Fire Alarm Control Panel shall have installed


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

spare loops to accommodate any new additional


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

requirements.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
63/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
ENGG CERT

the fire alarm and suppression system design.


VI. CONTRACTOR shall ensure to cover the signal
transfer to respective Generator Control Systems for
shutdown based upon fire detection inside the Diesel
Generator and Allison Generator Enclosure.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

VII. It is proposed to replace the existing System 3 fire


ISSUED FOR 100% - PP

alarm panel with New Fire Alarm Suppression Control


Panel due to space constraints. CONTRACTOR shall
DESCRIPTION

ensure the existing functionality of the existing fire


alarm panel is incorporated into existing Honeywell Fire
Alarm Control Panel. CONTRACTOR shall provide new
devices (if required) and shall be wired to Honeywell
Fire Alarm Control Panel (separate SLC and NAC
circuits).

3.2.2.12. Pump Station 10 - Fire Detection and Suppression System


JO/EWO

10-00844
10-00844

10-00844

A. Control Van 1000/2000/3000


07/01/21

01/28/21
05/06/21
DATE

I. CONTRACTOR shall install a new fire alarm


suppression control panel inside each control van
(1000/2000/3000) that will be interfaced with new fire
NO.
REV

A
C
B

detection, releasing and notification devices that will


DISCIPLINE
ENGINEER be installed inside the individual FT-4 Turbine
Enclosures. New Fire Suppression panel shall be
DATE:
PROJECT
interfaced with existing fire alarm system inside control
ENGINEER van.

DATE:
II. New Fire Alarm Suppression System shall adhere to
CERTIFIED NFPA and Saudi Aramco Standards.
III. New Fire Alarm Suppression Control Panel shall be
DATE:
CONSTRUCTION
equipped with, but not limited to, monitor modules,
AGENCY SLC cards, Notification and releasing circuits,
batteries, relay modules etc.
DATE:
OPERATIONS IV. New Fire Alarm Control Panel shall have installed
spare loops to accommodate any new additional
DATE:
requirements.
CONTROL NUMBER

V. New Fire Alarm Control Panel shall be installed after


VERIFICATION

the removal of the fire alarm panel associated with


EDSD

Halon System inside all control vans.


DATE:

VI. CONTRACTOR shall ensure to cover the signal


BY:

transfer to Turbine Control Systems for shutdown


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

based upon fire detection inside the Control Vans. The


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

logic of the Turbine control system shall be modified


_____________________

for the new shutdown signal.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
64/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
B. FT-4 Turbine Enclosure (1,2 & 3)
ENGG CERT

I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided


with new flame detectors (UV/IR), heat detectors,
beacons and horns and shall be interfaced with new
fire alarm suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Aramco Standards.
ISSUED FOR 100% - PP

III. CONTRACTOR shall ensure to the locate the flame


detectors and heat detectors appropriately via
DESCRIPTION

mapping study or as recommended by Turbine


Supplier.

C. Diesel Generator
I. Diesel Generator shall be provided with new flame
detectors (UV/IR), heat detectors, beacons and horns
and shall be interfaced with new fire alarm
suppression panel inside Switchgear Building 4162.
JO/EWO

10-00844
10-00844

10-00844

II. New devices shall adhere to latest NFPA and Saudi


Aramco Standards.
07/01/21

01/28/21
05/06/21
DATE

III. CONTRACTOR shall ensure to the locate the flame


detectors and heat detectors appropriately via
mapping study or as recommended by Generator
NO.
REV

A
C
B

DISCIPLINE
Supplier.
ENGINEER
IV. CONTRACTOR shall ensure the modifications to
DATE:
existing logic for diesel generator to include the
PROJECT
ENGINEER
closure of fan cooler flappers during fire
extinguishment by integrating it with the fire
DATE:
suppression system.
CERTIFIED

D. Allison Generator
DATE:
CONSTRUCTION I. Allison Generators (2 Nos.) shall be provided with
AGENCY
new flame detectors (UV/IR), heat detectors,
DATE:
beacons and horns and shall be interfaced with new
OPERATIONS fire alarm suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
DATE: Aramco Standards.
CONTROL NUMBER
VERIFICATION

III. CONTRACTOR shall ensure to the locate the flame


EDSD

detectors and heat detectors appropriately via


mapping study or as recommended by Generator
DATE:

Supplier.
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

E. Switchgear Building 4162


C

_____________________

I. CONTRACTOR shall install a new fire alarm suppression


-00844-0001.001

control panel inside Switchgear Building that will be


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
65/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
interfaced with new fire detection, releasing and
notification devices that will be installed inside the Diesel
ENGG CERT

Generators.
II. New Fire Alarm Suppression System shall adhere to
NFPA and Saudi Aramco Standards.
III. New Fire Alarm Suppression Control Panel shall be
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

equipped with, but not limited to, monitor modules, SLC


cards, Notification and releasing circuits, batteries, relay
ISSUED FOR 100% - PP

modules etc.
DESCRIPTION

IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
V. CONTRACTOR shall refer to the recommendation
provided on the equipment layout for the finalization of
the fire alarm and suppression system design.
VI. CONTRACTOR shall ensure to cover the signal transfer
to respective Generator Control Systems for shutdown
based upon fire detection inside the Diesel Generator
and Allison Generator Enclosure.
JO/EWO

10-00844
10-00844

10-00844

VII. It is proposed to replace the existing System 3 fire alarm


panel with New Fire Alarm Suppression Control Panel
07/01/21

01/28/21
05/06/21
DATE

due to space constraints. CONTRACTOR shall ensure


the existing functionality of the existing fire alarm panel is
NO.
REV

incorporated into existing Honeywell Fire Alarm Control


C
B

DISCIPLINE
ENGINEER
Panel. CONTRACTOR shall provide new devices (if
required) and shall be wired to Honeywell Fire Alarm
DATE: Control Panel (separate SLC and NAC circuits).
PROJECT
ENGINEER

3.2.2.13. Pump Station 11 - Fire Detection and Suppression System


DATE:
CERTIFIED
A. Control Van 1000/2000/3000
DATE:
I. CONTRACTOR shall install a new fire alarm suppression
CONSTRUCTION
AGENCY control panel inside each control van (1000/2000/3000)
that will be interfaced with new fire detection, releasing
DATE: and notification devices that will be installed inside the
OPERATIONS
individual FT-4 Turbine Enclosures. New Fire
Suppression panel shall be interfaced with existing fire
DATE: alarm system inside control van.
CONTROL NUMBER
VERIFICATION

II. New Fire Alarm Suppression System shall adhere to


EDSD

NFPA and Saudi Aramco Standards.


DATE:

III. New Fire Alarm Suppression Control Panel shall be


BY:

equipped with, but not limited to, monitor modules, SLC


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

cards, Notification and releasing circuits, batteries, relay


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

modules etc.
C

_____________________

IV. New Fire Alarm Control Panel shall have installed spare
-00844-0001.001

loops to accommodate any new additional requirements.


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
66/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
V. New Fire Alarm Control Panel shall be installed after the
removal of the fire alarm panel associated with Halon
ENGG CERT

System inside all control vans.


VI. CONTRACTOR shall ensure to cover the signal transfer
to Turbine Control Systems for shutdown based upon fire
detection inside the Control Vans. The logic of the
Turbine control system shall be modified for the new
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

shutdown signal.
ISSUED FOR 100% - PP

B. FT-4 Turbine Enclosure (1,2 & 3)


DESCRIPTION

I. All FT-4 Turbine Enclosure (1,2 & 3) shall be provided


with new flame detectors (UV/IR), heat detectors,
beacons and horns and shall be interfaced with new fire
alarm suppression panel inside control van.
II. New devices shall adhere to latest NFPA and Saudi
Aramco Standards.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
JO/EWO

10-00844
10-00844

10-00844

study or as recommended by Turbine Supplier.


07/01/21

01/28/21
05/06/21
DATE

C. Diesel Generator
I. Diesel Generator shall be provided with new flame
NO.
REV

A
C
B

detectors (UV/IR), heat detectors, beacons and horns


DISCIPLINE
ENGINEER and shall be interfaced with new fire alarm suppression
panel inside Switchgear Building 4162.
DATE:
PROJECT II. New devices shall adhere to latest NFPA and Saudi
ENGINEER
Aramco Standards.
DATE: III. CONTRACTOR shall ensure to the locate the flame
CERTIFIED
detectors and heat detectors appropriately via mapping
study or as recommended by Generator Supplier.
DATE:
CONSTRUCTION IV. CONTRACTOR shall ensure the modifications to existing
AGENCY
logic for diesel generator to include the closure of fan
DATE:
cooler flappers during fire extinguishment by integrating
OPERATIONS it with the fire suppression system.

DATE: D. Solar Generators


CONTROL NUMBER
VERIFICATION

I. All Solar Generators (3 Nos.) shall be provided with new


EDSD

flame detectors (UV/IR), heat detectors, beacons and


horns and shall be interfaced with new fire alarm
DATE:

suppression panel inside control van.


BY:
REVISIONCERTIFICATION

II. New devices shall adhere to latest NFPA and Saudi


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

Aramco Standards.
C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
67/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall ensure to the locate the flame
detectors and heat detectors appropriately via mapping
ENGG CERT

study or as recommended by Generator Supplier.

E. Switchgear Building 4804


I. CONTRACTOR shall install a new fire alarm suppression
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control panel inside Switchgear Building that will be


interfaced with new fire detection, releasing and
ISSUED FOR 100% - PP

notification devices that will be installed inside the Diesel


Generators.
DESCRIPTION

II. New Fire Alarm Suppression System shall adhere to


NFPA and Saudi Aramco Standards.
III. New Fire Alarm Suppression Control Panel shall be
equipped with, but not limited to, monitor modules, SLC
cards, Notification and releasing circuits, batteries, relay
modules etc.
IV. New Fire Alarm Control Panel shall have installed spare
loops to accommodate any new additional requirements.
JO/EWO

10-00844
10-00844

10-00844

V. CONTRACTOR shall refer to the recommendation


provided on the equipment layout for the finalization of
07/01/21

01/28/21
05/06/21
DATE

the fire alarm and suppression system design.


VI. CONTRACTOR shall ensure to cover the signal transfer
NO.
REV

A
C
B

to respective Generator Control Systems for shutdown


DISCIPLINE
ENGINEER based upon fire detection inside the Diesel Generator
and Solar Generator Enclosure.
DATE:
PROJECT
ENGINEER
VII. It is proposed to replace the existing System 3 fire alarm
panel with New Fire Alarm Suppression Control Panel
DATE:
due to space constraints. CONTRACTOR shall ensure
CERTIFIED the existing functionality of the existing fire alarm panel is
incorporated into existing Honeywell Fire Alarm Control
DATE: Panel. CONTRACTOR shall provide new devices (if
CONSTRUCTION
AGENCY
required) and shall be wired to Honeywell Fire Alarm
Control Panel (separate SLC and NAC circuits).
DATE:
OPERATIONS
3.2.3. ELECTRICAL
DATE:
CONTROL NUMBER

3.2.3.1. General
VERIFICATION
EDSD

I. The electrical power system for this project shall be designed to


provide a safe, reliable, and adequate power supply under all
DATE:

operating conditions.
BY:
REVISIONCERTIFICATION

II. CONTRACTOR to carry out the following Electrical Works as


APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

described below and in accordance with project drawings listed


C

_____________________

under Drawing Control List (DCL) No. PD-00ADCL.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
68/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR shall provide detailed engineering design to
facilitate the construction and implementation of the Electrical Work
ENGG CERT

for replacing Halon system for E/W pipeline pump station.


IV. CONTRACTOR shall adhere to the project Engineering Drawings,
Saudi Aramco Standards, General Instructions and international
Standards Unless otherwise stated.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

V. CONTRACTOR shall provide detailed design drawings and


calculations complying with requirements of Saudi Aramco
ISSUED FOR 100% - PP

Engineering and safety standards and appropriate Saudi Aramco


specifications.
DESCRIPTION

VI. All electrical work, equipment and materials shall be in accordance


with applicable specified standard or as shown on the drawings
including the National Electrical Code (NEC), Saudi Aramco
standards and specifications and approved Industry Codes and
Standards.
VII. CONTRACTOR shall design and provide and power cables, wiring
and wiring material for all electrical system and equipment in
accordance with SAES-P-104 and all applicable local and
JO/EWO

10-00844
10-00844

10-00844

international standards.
VIII. CONTRACTOR shall design and provide grounding network and
07/01/21

01/28/21
05/06/21
DATE

connect all the electrical equipment’s to the grounding grid with all
associated work as per Saudi Aramco standards SAES-P-111 and
NFPA 70.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
IX. CONTRACTOR shall design and provide lighting system in
accordance with SAES-P-123.
DATE:
PROJECT
ENGINEER 3.2.3.2. Pump Station-1

DATE:
I. CONTRACTOR shall design and provide LED lighting fixtures inside
CERTIFIED control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
DATE: shown in designs drawings.
CONSTRUCTION
AGENCY II. CONTRACTOR shall utilize and re-use the existing circuit breakers
at panels K04-LP-A and K04-MDP-0102 for the existing lighting
DATE: fixtures to fed power for the new LED lighting fixtures at control
OPERATIONS
building as indicated and as shown in designs drawings.

DATE:
III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K04-FSCP-001/002/003) inside Control
CONTROL NUMBER
VERIFICATION

VAN-1, 2 and 3 with all related work and accessories including


EDSD

wiring, conduits, fitting and support as shown in designs drawings.


DATE:

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
BY:

panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

control panel after removing the existing Halon fire alarm control
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

panel as indicated and as shown in designs drawings.


_____________________

V. CONTRACTOR shall design and provide power source to new fire


-00844-0001.001

suppression control panels (K04-FSCP-004) inside switchgear


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
69/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
building 4160 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
ENGG CERT

VI. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K04-FSCP-004) inside switchgear
building 4162 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.2.3.3. Pump Station-2


ISSUED FOR 100% - PP

I. CONTRACTOR shall design and provide LED lighting fixtures inside


DESCRIPTION

control building with all related work and accessories including


wiring, conduits, fitting and support as per SAES-P-123 and as
shown in designs drawings.
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
at panels K05-LP-A and K05-MDP-0102 for the existing lighting
fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K05-FSCP-001/002/003) inside Control
JO/EWO

10-00844
10-00844

10-00844

VAN-1, 2 and 3 with all related work and accessories including


wiring, conduits, fitting and support as shown in designs drawings.
07/01/21

01/28/21
05/06/21
DATE

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
NO.
REV

control panel after removing the existing Halon fire alarm control
A
C
B

DISCIPLINE panel as indicated and as shown in designs drawings.


ENGINEER

V. CONTRACTOR shall design and provide power source to new fire


DATE:
PROJECT
suppression control panels (K05-FSCP-004) inside switchgear
ENGINEER building 4804 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
DATE:
CERTIFIED
3.2.3.4. Pump Station-3
DATE:
I. CONTRACTOR shall design and provide LED lighting fixtures inside
CONSTRUCTION
AGENCY control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
DATE: shown in designs drawings.
OPERATIONS
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
DATE:
at panels K06-LP-A and K06-MDP-0102 for the existing lighting
fixtures to fed power for the new LED lighting fixtures at control
CONTROL NUMBER
VERIFICATION

building as indicated and as shown in designs drawings.


EDSD

III. CONTRACTOR shall design and provide power source to new fire
DATE:

suppression control panels (K06-FSCP-001/002/003) inside Control


BY:

VAN-1, 2 and 3 with all related work and accessories including


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

wiring, conduits, fitting and support as shown in designs drawings.


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
_____________________

panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
70/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
ENGG CERT

V. CONTRACTOR shall design and provide power source to new fire


suppression control panels (K06-FSCP-004) inside switchgear
building 4160 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.2.3.5. Pump Station-4


ISSUED FOR 100% - PP

I. CONTRACTOR shall design and provide LED lighting fixtures inside


DESCRIPTION

control building with all related work and accessories including


wiring, conduits, fitting and support as per SAES-P-123 and as
shown in designs drawings.
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
at panels K07-LP-A and K07-MDP-0102 for the existing lighting
fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K07-FSCP-001/002/003) inside Control
JO/EWO

10-00844
10-00844

10-00844

VAN-1, 2 and 3 with all related work and accessories including


wiring, conduits, fitting and support as shown in designs drawings.
07/01/21

01/28/21
05/06/21
DATE

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
NO.
REV

control panel after removing the existing Halon fire alarm control
A
C
B

DISCIPLINE panel as indicated and as shown in designs drawings.


ENGINEER

V. CONTRACTOR shall design and provide power source to new fire


DATE:
PROJECT
suppression control panels (K07-FSCP-004) inside switchgear
ENGINEER building 4804 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
DATE:
CERTIFIED VI. CONTRACTOR shall design and provide power source from existing
MCC (K07-MCC-0104) by installing new circuit breakers at available
DATE: space cubicles to the new HVAC units (PACU-01 and PACU-02) for
CONSTRUCTION
AGENCY
control building with all related work and accessories including
wiring, conduits, fitting and support as shown in designs drawings.
DATE: VII. CONTRACTOR shall design and provide power source from existing
OPERATIONS
spare breaker at power panel (K07-PP-002) to the new Digital Direct
Control Panel (DDC-01) inside mechanical room at control building
DATE: with all related work and accessories including wiring, conduits,
CONTROL NUMBER

fitting and support as shown in designs drawings.


VERIFICATION
EDSD

3.2.3.6. Pump Station-5


DATE:
BY:

I. CONTRACTOR shall design and provide LED lighting fixtures inside


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

control building with all related work and accessories including


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

wiring, conduits, fitting and support as per SAES-P-123 and as


C

_____________________

shown in designs drawings.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
71/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
at panels K08-LP-A and K08-MDP-0102 for the existing lighting
ENGG CERT

fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K08-FSCP-001/002/003) inside Control
VAN-1, 2 and 3 with all related work and accessories including
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

wiring, conduits, fitting and support as shown in designs drawings.


ISSUED FOR 100% - PP

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
DESCRIPTION

control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
V. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K08-FSCP-004) inside switchgear
building 4804 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
VI. CONTRACTOR shall design and provide power source from existing
MCC (K08-MCC-0104) by installing new circuit breakers at available
JO/EWO

10-00844
10-00844

10-00844

space cubicles to the new HVAC units (PACU-01 and PACU-02) for
control building with all related work and accessories including
wiring, conduits, fitting and support as shown in designs drawings.
07/01/21

01/28/21
05/06/21
DATE

VII. CONTRACTOR shall design and provide power source from existing
spare breaker at power panel (K08-PP-003) to the new Digital Direct
NO.
REV

A
C
B

DISCIPLINE
Control Panel (DDC-01) inside mechanical room at control building
ENGINEER with all related work and accessories including wiring, conduits,
fitting and support as shown in designs drawings.
DATE:
PROJECT
ENGINEER
3.2.3.7. Pump Station-6
DATE: I. CONTRACTOR shall design and provide LED lighting fixtures inside
CERTIFIED
control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
DATE:
CONSTRUCTION
shown in designs drawings.
AGENCY
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
DATE:
at panels K09-LP-A and K09-MDP-0102 for the existing lighting
OPERATIONS fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
DATE: III. CONTRACTOR shall design and provide power source to new fire
CONTROL NUMBER

suppression control panels (K09-FSCP-001/002/003) inside Control


VERIFICATION

VAN-1, 2 and 3 with all related work and accessories including


EDSD

wiring, conduits, fitting and support as shown in designs drawings.


DATE:
BY:

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

control panel after removing the existing Halon fire alarm control
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

panel as indicated and as shown in designs drawings.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
72/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.2.3.8. Pump Station-7
ENGG CERT

I. CONTRACTOR shall design and provide LED lighting fixtures inside


control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
shown in designs drawings.
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

at panels K10-LP-A and K10-MDP-0102 for the existing lighting


fixtures to fed power for the new LED lighting fixtures at control
ISSUED FOR 100% - PP

building as indicated and as shown in designs drawings.


DESCRIPTION

III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K10-FSCP-001/002/003) inside Control
VAN-1, 2 and 3 with all related work and accessories including
wiring, conduits, fitting and support as shown in designs drawings.
IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
V. CONTRACTOR shall design and provide power source to new fire
JO/EWO

10-00844
10-00844

10-00844

suppression control panels (K10-FSCP-004) inside switchgear


building 4804 with all related work and accessories including wiring,
07/01/21

01/28/21
05/06/21
DATE

conduits, fitting and support as shown in designs drawings.


VI. CONTRACTOR shall design and provide power source from existing
NO.
REV

MCC (K10-MCC-0104) by installing new circuit breakers at available


C
B

DISCIPLINE
ENGINEER
space cubicles to the new HVAC units (PACU-01 and PACU-02) for
control building with all related work and accessories including
DATE: wiring, conduits, fitting and support as shown in designs drawings.
PROJECT
ENGINEER VII. CONTRACTOR shall design and provide power source from existing
spare breaker at power panel (K10-PP-003) to the new Digital Direct
DATE: Control Panel (DDC-01) inside mechanical room at control building
CERTIFIED
with all related work and accessories including wiring, conduits,
fitting and support as shown in designs drawings.
DATE:
CONSTRUCTION
AGENCY
3.2.3.9. Pump Station-8
DATE: I. CONTRACTOR shall design and provide LED lighting fixtures inside
OPERATIONS
control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
DATE: shown in designs drawings.
CONTROL NUMBER
VERIFICATION

II. CONTRACTOR shall utilize and re-use the existing circuit breakers
EDSD

at panels K11-LP-A and K11-MDP-0102 for the existing lighting


fixtures to fed power for the new LED lighting fixtures at control
DATE:
BY:

building as indicated and as shown in designs drawings.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

III. CONTRACTOR shall design and provide power source to new fire
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

suppression control panels (K11-FSCP-001/002/003) inside Control


_____________________

VAN-1, 2 and 3 with all related work and accessories including


-00844-0001.001

wiring, conduits, fitting and support as shown in designs drawings.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
73/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
ENGG CERT

control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
V. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K11-FSCP-004) inside switchgear
building 4804 with all related work and accessories including wiring,
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

conduits, fitting and support as shown in designs drawings.


ISSUED FOR 100% - PP

VI. CONTRACTOR shall design and provide power source from existing
MCC (K11-MCC-0104) by installing new circuit breakers at available
DESCRIPTION

space cubicles to the new HVAC units (PACU-01 and PACU-02) for
control building with all related work and accessories including
wiring, conduits, fitting and support as shown in designs drawings.
VII. CONTRACTOR shall design and provide power source from existing
spare breaker at power panel (K11-PP-003) to the new Digital Direct
Control Panel (DDC-01) inside mechanical room at control building
with all related work and accessories including wiring, conduits,
fitting and support as shown in designs drawings.
JO/EWO

10-00844
10-00844

10-00844

3.2.3.10. Pump Station-9


07/01/21

01/28/21
05/06/21
DATE

I. CONTRACTOR shall design and provide LED lighting fixtures inside


control building with all related work and accessories including
wiring, conduits, fitting and support as per SAES-P-123 and as
NO.
REV

A
C
B

DISCIPLINE
shown in designs drawings.
ENGINEER
II. CONTRACTOR shall utilize and re-use the existing circuit breakers
DATE: at panels K12-LP-A and K12-MDP-0102 for the existing lighting
PROJECT
ENGINEER
fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
DATE: III. CONTRACTOR shall design and provide power source to new fire
CERTIFIED
suppression control panels (K12-FSCP-001/002/003) inside Control
VAN-1, 2 and 3 with all related work and accessories including
DATE:
CONSTRUCTION
wiring, conduits, fitting and support as shown in designs drawings.
AGENCY
IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
DATE:
panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
OPERATIONS control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
DATE: V. CONTRACTOR shall design and provide power source to new fire
CONTROL NUMBER

suppression control panels (K12-FSCP-004) inside switchgear


VERIFICATION

building 4804 with all related work and accessories including wiring,
EDSD

conduits, fitting and support as shown in designs drawings.


DATE:
BY:

VI. CONTRACTOR shall design and provide power source from existing
MCC (K12-MCC-0104) by installing new circuit breakers at available
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

space cubicles to the new HVAC units (PACU-01 and PACU-02) for
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

control building with all related work and accessories including


_____________________
-00844-0001.001

wiring, conduits, fitting and support as shown in designs drawings.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
74/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VII. CONTRACTOR shall design and provide power source from existing
spare breaker at power panel (K12-PP-003) to the new Digital Direct
ENGG CERT

Control Panel (DDC-01) inside mechanical room at control building


with all related work and accessories including wiring, conduits,
fitting and support as shown in designs drawings.

3.2.3.11. Pump Station-10


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

I. CONTRACTOR shall design and provide LED lighting fixtures inside


ISSUED FOR 100% - PP

control building with all related work and accessories including


wiring, conduits, fitting and support as per SAES-P-123 and as
DESCRIPTION

shown in designs drawings.


II. CONTRACTOR shall utilize and re-use the existing circuit breakers
at panels K13-LP-A and K13-MDP-0102 for the existing lighting
fixtures to fed power for the new LED lighting fixtures at control
building as indicated and as shown in designs drawings.
III. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K13-FSCP-001/002/003) inside Control
VAN-1, 2 and 3 with all related work and accessories including
JO/EWO

10-00844
10-00844

10-00844

wiring, conduits, fitting and support as shown in designs drawings.


IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
07/01/21

01/28/21
05/06/21
DATE

panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
control panel after removing the existing Halon fire alarm control
panel as indicated and as shown in designs drawings.
NO.
REV

A
C
B

DISCIPLINE V. CONTRACTOR shall design and provide power source to new fire
ENGINEER
suppression control panels (K13-FSCP-004) inside switchgear
DATE: building 4162 with all related work and accessories including wiring,
PROJECT
ENGINEER
conduits, fitting and support as shown in designs drawings.

DATE: 3.2.3.12. Pump Station-11


CERTIFIED
I. CONTRACTOR shall design and provide LED lighting fixtures inside
DATE: control building with all related work and accessories including
CONSTRUCTION
AGENCY
wiring, conduits, fitting and support as per SAES-P-123 and as
shown in designs drawings.
DATE: II. CONTRACTOR shall utilize and re-use the existing circuit breakers
OPERATIONS
at panels K14-LP-A and K14-MDP-0102 for the existing lighting
fixtures to fed power for the new LED lighting fixtures at control
DATE: building as indicated and as shown in designs drawings.
CONTROL NUMBER
VERIFICATION

III. CONTRACTOR shall design and provide power source to new fire
EDSD

suppression control panels (K14-FSCP-001/002/003) inside Control


VAN-1, 2 and 3 with all related work and accessories including
DATE:
BY:

wiring, conduits, fitting and support as shown in designs drawings.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

IV. CONTRACTOR shall utilize and re-use the existing circuit breaker at
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

panel ACD-1 at control VAN-1, 2 and 3 for the new fire suppression
C

_____________________

control panel after removing the existing Halon fire alarm control
-00844-0001.001

panel as indicated and as shown in designs drawings.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
75/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
V. CONTRACTOR shall design and provide power source to new fire
suppression control panels (K14-FSCP-004) inside switchgear
ENGG CERT

building 4804 with all related work and accessories including wiring,
conduits, fitting and support as shown in designs drawings.
VI. CONTRACTOR shall design and provide power source from existing
MCC (K14-MCC-0104) by installing new circuit breakers at available
space cubicles to the new HVAC units (PACU-01 and PACU-02) for
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

control building with all related work and accessories including


ISSUED FOR 100% - PP

wiring, conduits, fitting and support as shown in designs drawings.


VII. CONTRACTOR shall design and provide power source from existing
DESCRIPTION

spare breaker at power panel (K14-PP-003) to the new Digital Direct


Control Panel (DDC-01) inside mechanical room at control building
with all related work and accessories including wiring, conduits,
fitting and support as shown in designs drawings.
3.2.4. Architecture

3.2.4.1. General Requirement


I. CONTRACTOR to ensure that all ceiling tiles shall be aligned with
JO/EWO

10-00844
10-00844

10-00844

the center of the room unless otherwise noted.


II. All WORK mentioned in this Section is to be executed as per the
07/01/21

01/28/21
05/06/21
DATE

relevant COMPNAY Engineering Standards, SAES-J-801 and


SAES-M-100.
NO.
REV

A
C
B

III. CONTRACTOR to ensure that all ceiling tiles shall be aligned with
DISCIPLINE
ENGINEER the center of the room unless otherwise noted.

DATE:
PROJECT 3.2.4.2. Control Room, Pump Station-1
ENGINEER

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


DATE: finished with the requirements of SAES-R-004 and SAES-P-103
CERTIFIED
II. Suspended acoustical ceiling systems shall be installed in
DATE:
accordance with the provisions of ASTM C 635 and ASTM C636.
CONSTRUCTION
AGENCY III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
DATE:
OPERATIONS IV. Building architectural finishes shall comply with SAES-R-004.

DATE: 3.2.4.3. Control Room, Pump Station-2


CONTROL NUMBER
VERIFICATION

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


EDSD

finished with the requirements of SAES-R-004 and SAES-P-103


II. Suspended acoustical ceiling systems shall be installed in
DATE:
BY:

accordance with the provisions of ASTM C 635 and ASTM C636.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

III. Upgraded the walls between battery room and the mechanical room
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

to meet 2-hour fire-rating with the installation.


_____________________
-00844-0001.001

IV. Building architectural finishes shall comply with SAES-R-004.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
76/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.2.4.4. Control Room, Pump Station-3
ENGG CERT

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


finished with the requirements of SAES-R-004 and SAES-P-103
II. Suspended acoustical ceiling systems shall be installed in
accordance with the provisions of ASTM C 635 and ASTM C636.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

III. Upgraded the walls between battery room and the mechanical room
ISSUED FOR 100% - PP

to meet 2-hour fire-rating with the installation.


IV. Building architectural finishes shall comply with SAES-R-004.
DESCRIPTION

3.2.4.5. Control Room, Pump Station-4


I. CONTRACTOR to ensure that all ceiling for UPS Room shall be
finished with the requirements of SAES-R-004 and SAES-P-103
II. Suspended acoustical ceiling systems shall be installed in
accordance with the provisions of ASTM C 635 and ASTM C636.
III. Upgraded the walls between battery room and the mechanical room
JO/EWO

10-00844
10-00844

10-00844

to meet 2-hour fire-rating with the installation


IV. Building architectural finishes shall comply with SAES-R-004.
07/01/21

01/28/21
05/06/21
DATE

3.2.4.6. Control Room, Pump Station-5


NO.
REV

A
C
B

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


DISCIPLINE
ENGINEER finished with the requirements of SAES-R-004 and SAES-P-103

DATE:
II. Suspended acoustical ceiling systems shall be installed in
PROJECT accordance with the provisions of ASTM C 635 and ASTM C636.
ENGINEER

III. Upgraded the walls between battery room and the mechanical room
DATE: to meet 2-hour fire-rating with the installation
CERTIFIED
IV. Building architectural finishes shall comply with SAES-R-004.
DATE:
CONSTRUCTION
AGENCY 3.2.4.7. Control Room, Pump Station-6
I. CONTRACTOR to ensure that all ceiling for UPS Room shall be
DATE:
OPERATIONS finished with the requirements of SAES-R-004 and SAES-P-103
II. Suspended acoustical ceiling systems shall be installed in
DATE: accordance with the provisions of ASTM C 635 and ASTM C636.
CONTROL NUMBER
VERIFICATION

III. Upgraded the walls between battery room and the mechanical room
EDSD

to meet 2-hour fire-rating with the installation


IV. Building architectural finishes shall comply with SAES-R-004.
DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

3.2.4.8. Control Room, Pump Station-7


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


_____________________
-00844-0001.001

finished with the requirements of SAES-R-004 and SAES-P-103

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
77/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
II. Suspended acoustical ceiling systems shall be installed in
accordance with the provisions of ASTM C 635 and ASTM C636.
ENGG CERT

III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
IV. Building architectural finishes shall comply with SAES-R-004.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.2.4.9. Control Room, Pump Station-8


ISSUED FOR 100% - PP

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


finished with the requirements of SAES-R-004 and SAES-P-103
DESCRIPTION

II. Suspended acoustical ceiling systems shall be installed in


accordance with the provisions of ASTM C 635 and ASTM C636.
III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
IV. Building architectural finishes shall comply with SAES-R-004.

3.2.4.10. Control Room, Pump Station-9


JO/EWO

10-00844
10-00844

10-00844

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


07/01/21

01/28/21
05/06/21
DATE

finished with the requirements of SAES-R-004 and SAES-P-103


II. Suspended acoustical ceiling systems shall be installed in
NO.
REV

accordance with the provisions of ASTM C 635 and ASTM C636.


A
C
B

DISCIPLINE
ENGINEER III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
DATE:
PROJECT IV. Building architectural finishes shall comply with SAES-R-004.
ENGINEER

DATE: 3.2.4.11. Control Room Pump, Station-10


CERTIFIED
I. CONTRACTOR to ensure that all ceiling for UPS Room shall be
DATE:
finished with the requirements of SAES-R-004 and SAES-P-103
CONSTRUCTION
AGENCY II. Suspended acoustical ceiling systems shall be installed in
accordance with the provisions of ASTM C 635 and ASTM C636.
DATE:
OPERATIONS III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
DATE: IV. Building architectural finishes shall comply with SAES-R-004.
CONTROL NUMBER
VERIFICATION

3.2.4.12. Control Room, Pump Station-11


EDSD

I. CONTRACTOR to ensure that all ceiling for UPS Room shall be


DATE:
BY:

finished with the requirements of SAES-R-004 and SAES-P-103


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

II. Suspended acoustical ceiling systems shall be installed in


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

accordance with the provisions of ASTM C 635 and ASTM C636.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
78/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. Upgraded the walls between battery room and the mechanical room
to meet 2-hour fire-rating with the installation
ENGG CERT

IV. Building architectural finishes shall comply with SAES-R-004.

3.2.5. Mechanical (HVAC)


ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

The CONTRACTOR shall perform detailed design, engineering,


procurement, construction, installation, testing, air balancing, inspection,
ISSUED FOR 100% - PP

commissioning and start up activities to fully complete the FACILITIES in


DESCRIPTION

accordance with project standards and FACILITIES specifications, and


applicable COMPANY (SAES and SAMSS) and industry standards,
meeting the operational and maintenance requirements.

3.2.5.1. General
I. The CONTRACTOR shall produce the detailed design/drawings
necessary to complete this SOW, in addition to those provided
as part of the Contract. HVAC IFA drawings are based on
specified equipment. Any additional re-engineering or
JO/EWO

10-00844
10-00844

10-00844

installation cost associated with using an alternate


manufacturer’s equipment shall be borne by the
07/01/21

01/28/21

CONTRACTOR.
05/06/21
DATE

II. The CONTRACTOR shall ensure that the IFA bid drawings
referenced in this document (PP) meet applicable COMPANY
NO.
REV

A
C
B

DISCIPLINE
(SAES and SAMSS) and industry standards.
ENGINEER
III. The WORK shall be executed based on, and in full compliance
DATE: with, all aspects of this SOW, COMPANY standards, drawings
PROJECT
ENGINEER
and any project information supplied by the COMPANY. This
document and other related documents are to be read in
DATE:
conjunction with each other and no document is to be
CERTIFIED considered in isolation.
IV. The CONTRACTOR, as required under the Contract, shall
DATE:
CONSTRUCTION provide all necessary equipment, instruments, technicians,
AGENCY
supervisory personnel and labor required for the successful
completion of the SOW.
DATE:
OPERATIONS V. The CONTRACTOR shall carry out all work, logically and in
accordance with the programmed schedules. The
DATE: CONTRACTOR shall render all services, even if not specifically
mentioned in the SOW, which is necessary and required to
CONTROL NUMBER
VERIFICATION

complete this work to the programmed schedules.


EDSD

VI. The scope shown in one drawing or document is considered


DATE:

part of the CONTRACTOR’s scope, even if any other relevant


BY:

drawings/documents do not cover that item.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

VII. The COMPANY Construction Safety Manual shall govern safety


C

during construction and protection of adjacent public and private


_____________________
-00844-0001.001

properties. The COMPANY Construction Safety Manual (5th

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
79/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Edition) shall govern safety during construction and protection
of adjacent public and private properties.
ENGG CERT

VIII. All components and accessories required for the completion


and successful operation of the WORK covered under the
scope of this project, either specified in detail or not, shall be
engineered, manufactured, tested, supplied and installed by the
CONTRACTOR, as necessary, based on COMPANY
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

requirements.
ISSUED FOR 100% - PP

IX. The project scope is to upgrade the HVAC system and


equipment’s for control room buildings at Pump stations (PS-4,
DESCRIPTION

PS-5, PS-7, PS-8, PS-9 and PS-11) control room buildings


along the E/W pipeline.

3.2.5.2. Control Room, Pump Station-4:


I. CONTRACTOR shall supply and install HVAC AC units as per
project drawings.
II. CONTRACTOR shall supply and install the HVAC ducts, and
associated accessories as shown on the project drawings.
JO/EWO

10-00844
10-00844

10-00844

III. CONTRACTOR Shall supply and install duct supports (duct


hangers) in accordance with the requirements of SMACNA
07/01/21

01/28/21
05/06/21
DATE

standards.
IV. CONTRACTOR shall supply and install the Metal cladding and
NO.
REV

A
C
B

associated accessories as shown on the project drawings for all


DISCIPLINE
ENGINEER externally exposed ductworks.

DATE:
V. CONTRACTOR shall supply and install the Volume control
PROJECT
ENGINEER
dampers (VCD) and associated accessories as shown on the
project drawings.
DATE: VI. CONTRACTOR shall supply and install the Motorized Volume
CERTIFIED
control dampers (MVD) and associated accessories as shown
on the project drawings.
DATE:
CONSTRUCTION
AGENCY
VII. CONTRACTOR shall supply and install the UL classified fire
/smoke dampers to duct, penetrating the fire rated separation
DATE:
wall, fire rated wall opening, and smoke rate separation walls as
OPERATIONS shown on the project drawings. Fire/Smoke dampers shall be
manufactured according to UL555 and UL555S standards and
DATE:
shall bear a seal from UL.
CONTROL NUMBER

VIII. CONTRACTOR shall seal all the penetration made to a fire rated
VERIFICATION

wall or ceiling, using appropriate Fire stopping materials meeting


EDSD

ASTM E814 and UL 1479 and in accordance with SAES-M-100


DATE:

and IBC.
BY:

IX. CONTRACTOR shall supply and install condensate drain piping


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

for the HVAC Units complete with condensate traps and connect
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

to the nearest drain pit or main drain line or may discharge onto
_____________________

the ground, but not onto walkways.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
80/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
X. CONTRACTOR shall supply and install the Direct Digital Control
Panel to sequence the HVAC Equipment along with all the
ENGG CERT

specified monitoring/control functions and connections as shown


on the project drawings and in accordance with Saudi Aramco
standards.
XI. CONTRACTOR shall supply and install the monitoring and
sensing devices consisting of, but not limited to, duct smoke
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

detectors (DSD), temperature sensors (TS), pressure differential


ISSUED FOR 100% - PP

switch (PDS), gas detectors and thermostat (T).


XII. Perform commissioning, testing, adjusting and balancing of the
DESCRIPTION

entire HVAC system in accordance with SAES-K-001. Testing


and commissioning shall be done by CONTRACTOR approved
by Saudi Aramco and It shall be witnessed by Saudi Aramco
Representatives.
XIII. CONTRACTOR shall ensure that all HVAC Equipment selected
for the project are as per the EER requirements tabulated under
SAES-K-001.
JO/EWO

10-00844
10-00844

10-00844

3.2.5.3. Control Room, Pump Station-5:


I. CONTRACTOR shall supply and install HVAC AC units as per
07/01/21

01/28/21
05/06/21
DATE

project drawings.
II. CONTRACTOR shall supply and install the HVAC ducts, and
NO.
REV

associated accessories as shown on the project drawings.


C
B

DISCIPLINE
ENGINEER III. CONTRACTOR Shall supply and install duct supports (duct
hangers) in accordance with the requirements of SMACNA
DATE:
PROJECT
standards.
ENGINEER
IV. CONTRACTOR shall supply and install the Metal cladding and
DATE:
associated accessories as shown on the project drawings for all
CERTIFIED externally exposed ductworks.
V. CONTRACTOR shall supply and install the Volume control
DATE:
CONSTRUCTION
dampers (VCD) and associated accessories as shown on the
AGENCY project drawings.

DATE:
VI. CONTRACTOR shall supply and install the Motorized Volume
OPERATIONS control dampers (MVD) and associated accessories as shown
on the project drawings.
DATE: VII. CONTRACTOR shall supply and install the UL classified fire
CONTROL NUMBER

/smoke dampers to duct, penetrating the fire rated separation


VERIFICATION

wall, fire rated wall opening, and smoke rate separation walls as
EDSD

shown on the project drawings. Fire/Smoke dampers shall be


DATE:

manufactured according to UL555 and UL555S standards and


BY:

shall bear a seal from UL.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

VIII. CONTRACTOR shall seal all the penetration made to a fire rated
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

wall or ceiling, using appropriate Fire stopping materials meeting


_____________________

ASTM E814 and UL 1479 and in accordance with SAES-M-100


-00844-0001.001

and IBC.
DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
81/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
IX. CONTRACTOR shall supply and install condensate drain piping
for the HVAC Units complete with condensate traps and connect
ENGG CERT

to the nearest drain pit or main drain line or may discharge onto
the ground, but not onto walkways.
X. CONTRACTOR shall supply and install the Direct Digital Control
Panel to sequence the HVAC Equipment along with all the
specified monitoring/control functions and connections as shown
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

on the project drawings and in accordance with Saudi Aramco


ISSUED FOR 100% - PP

standards.
XI. CONTRACTOR shall supply and install the monitoring and
DESCRIPTION

sensing devices consisting of, but not limited to, duct smoke
detectors (DSD), temperature sensors (TS), pressure differential
switch (PDS), gas detectors and thermostat (T).
XII. Perform commissioning, testing, adjusting and balancing of the
entire HVAC system in accordance with SAES-K-001. Testing
and commissioning shall be done by CONTRACTOR approved
by Saudi Aramco and It shall be witnessed by Saudi Aramco
Representatives.
JO/EWO

10-00844
10-00844

10-00844

XIII. CONTRACTOR shall ensure that all HVAC Equipment selected


for the project are as per the EER requirements tabulated under
SAES-K-001.
07/01/21

01/28/21
05/06/21
DATE

3.2.5.4. Control Room, Pump Station-7:


NO.
REV

A
C
B

DISCIPLINE I. CONTRACTOR shall supply and install HVAC AC units as per


ENGINEER
project drawings.
DATE:
PROJECT
II. CONTRACTOR shall supply and install the HVAC ducts, and
ENGINEER associated accessories as shown on the project drawings.

DATE:
III. CONTRACTOR Shall supply and install duct supports (duct
CERTIFIED hangers) in accordance with the requirements of SMACNA
standards.
DATE:
CONSTRUCTION
IV. CONTRACTOR shall supply and install the Metal cladding and
AGENCY associated accessories as shown on the project drawings for all
externally exposed ductworks.
DATE:
OPERATIONS V. CONTRACTOR shall supply and install the Volume control
dampers (VCD) and associated accessories as shown on the
DATE:
project drawings.
CONTROL NUMBER

VI. CONTRACTOR shall supply and install the Motorized Volume


VERIFICATION

control dampers (MVD) and associated accessories as shown


EDSD

on the project drawings.


DATE:

VII. CONTRACTOR shall supply and install the UL classified fire


BY:

/smoke dampers to duct, penetrating the fire rated separation


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

wall, fire rated wall opening, and smoke rate separation walls as
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

shown on the project drawings. Fire/Smoke dampers shall be


_____________________

manufactured according to UL555 and UL555S standards and


-00844-0001.001

shall bear a seal from UL.


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
82/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VIII. CONTRACTOR shall seal all the penetration made to a fire rated
wall or ceiling, using appropriate Fire stopping materials meeting
ENGG CERT

ASTM E814 and UL 1479 and in accordance with SAES-M-100


and IBC.
IX. CONTRACTOR shall supply and install condensate drain piping
for the HVAC Units complete with condensate traps and connect
to the nearest drain pit or main drain line or may discharge onto
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

the ground, but not onto walkways.


ISSUED FOR 100% - PP

X. CONTRACTOR shall supply and install the Direct Digital Control


Panel to sequence the HVAC Equipment along with all the
DESCRIPTION

specified monitoring/control functions and connections as shown


on the project drawings and in accordance with Saudi Aramco
standards.
I. CONTRACTOR shall supply and install the monitoring and
sensing devices consisting of, but not limited to, duct smoke
detectors (DSD), temperature sensors (TS), pressure differential
switch (PDS), gas detectors and thermostat (T).
XI. Perform commissioning, testing, adjusting and balancing of the
JO/EWO

10-00844
10-00844

10-00844

entire HVAC system in accordance with SAES-K-001. Testing


and commissioning shall be done by CONTRACTOR approved
by Saudi Aramco and It shall be witnessed by Saudi Aramco
07/01/21

01/28/21
05/06/21
DATE

Representatives.
XII. CONTRACTOR shall ensure that all HVAC Equipment selected
NO.
REV

A
C
B

DISCIPLINE
for the project are as per the EER requirements tabulated under
ENGINEER SAES-K-001.
DATE:
PROJECT
ENGINEER
3.2.5.5. Control Room, Pump Station-8:
I. CONTRACTOR shall supply and install HVAC AC units as per
DATE: project drawings.
CERTIFIED
II. CONTRACTOR shall supply and install the HVAC ducts, and
DATE: associated accessories as shown on the project drawings.
CONSTRUCTION
AGENCY III. CONTRACTOR Shall supply and install duct supports (duct
hangers) in accordance with the requirements of SMACNA
DATE:
standards.
OPERATIONS
IV. CONTRACTOR shall supply and install the Metal cladding and
DATE:
associated accessories as shown on the project drawings for all
externally exposed ductworks.
CONTROL NUMBER
VERIFICATION

V. CONTRACTOR shall supply and install the Volume control


EDSD

dampers (VCD) and associated accessories as shown on the


DATE:

project drawings.
BY:

VI. CONTRACTOR shall supply and install the Motorized Volume


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

control dampers (MVD) and associated accessories as shown


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

on the project drawings.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
83/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VII. CONTRACTOR shall supply and install the UL classified fire
/smoke dampers to duct, penetrating the fire rated separation
ENGG CERT

wall, fire rated wall opening, and smoke rate separation walls as
shown on the project drawings. Fire/Smoke dampers shall be
manufactured according to UL555 and UL555S standards and
shall bear a seal from UL.
VIII. CONTRACTOR shall seal all the penetration made to a fire rated
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

wall or ceiling, using appropriate Fire stopping materials meeting


ISSUED FOR 100% - PP

ASTM E814 and UL 1479 and in accordance with SAES-M-100


and IBC.
DESCRIPTION

CONTRACTOR shall supply and install condensate drain piping


for the HVAC Units complete with condensate traps and connect
to the nearest drain pit or main drain line or may discharge onto
the ground, but not onto walkways.
IX. CONTRACTOR shall supply and install the Direct Digital Control
Panel to sequence the HVAC Equipment along with all the
specified monitoring/control functions and connections as shown
on the project drawings and in accordance with Saudi Aramco
standards.
JO/EWO

10-00844
10-00844

10-00844

X. CONTRACTOR shall supply and install the monitoring and


sensing devices consisting of, but not limited to, duct smoke
07/01/21

01/28/21
05/06/21
DATE

detectors (DSD), temperature sensors (TS), pressure differential


switch (PDS), gas detectors and thermostat (T).
NO.
REV

A
C
B

DISCIPLINE
XI. Perform commissioning, testing, adjusting and balancing of the
ENGINEER entire HVAC system in accordance with SAES-K-001. Testing
and commissioning shall be done by CONTRACTOR approved
DATE:
PROJECT
by Saudi Aramco and It shall be witnessed by Saudi Aramco
ENGINEER Representatives.

DATE:
XII. CONTRACTOR shall ensure that all HVAC Equipment selected
CERTIFIED for the project are as per the EER requirements tabulated under
SAES-K-001.
DATE:
CONSTRUCTION
AGENCY 3.2.5.6. Control Room, Pump Station-9:
DATE:
I. CONTRACTOR shall supply and install HVAC AC units as per
OPERATIONS project drawings.
II. CONTRACTOR shall supply and install the HVAC ducts, and
DATE: associated accessories as shown on the project drawings.
CONTROL NUMBER
VERIFICATION

III. CONTRACTOR Shall supply and install duct supports (duct


EDSD

hangers) in accordance with the requirements of SMACNA


standards.
DATE:
BY:

IV. CONTRACTOR shall supply and install the Metal cladding and
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

associated accessories as shown on the project drawings for all


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

externally exposed ductworks.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
84/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
V. CONTRACTOR shall supply and install the Volume control
dampers (VCD) and associated accessories as shown on the
ENGG CERT

project drawings.
VI. CONTRACTOR shall supply and install the Motorized Volume
control dampers (MVD) and associated accessories as shown
on the project drawings.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

VII. CONTRACTOR shall supply and install the UL classified fire


/smoke dampers to duct, penetrating the fire rated separation
ISSUED FOR 100% - PP

wall, fire rated wall opening, and smoke rate separation walls as
shown on the project drawings. Fire/Smoke dampers shall be
DESCRIPTION

manufactured according to UL555 and UL555S standards and


shall bear a seal from UL.
VIII. CONTRACTOR shall seal all the penetration made to a fire rated
wall or ceiling, using appropriate Fire stopping materials meeting
ASTM E814 and UL 1479 and in accordance with SAES-M-100
and IBC.
IX. CONTRACTOR shall supply and install condensate drain piping
for the HVAC Units complete with condensate traps and connect
JO/EWO

10-00844
10-00844

10-00844

to the nearest drain pit or main drain line or may discharge onto
the ground, but not onto walkways.
07/01/21

01/28/21
05/06/21
DATE

X. CONTRACTOR shall supply and install the Direct Digital Control


Panel to sequence the HVAC Equipment along with all the
specified monitoring/control functions and connections as shown
NO.
REV

A
C
B

DISCIPLINE
on the project drawings and in accordance with Saudi Aramco
ENGINEER standards.
DATE: XI. CONTRACTOR shall supply and install the monitoring and
PROJECT
ENGINEER
sensing devices consisting of, but not limited to, duct smoke
detectors (DSD), temperature sensors (TS), pressure differential
DATE:
switch (PDS), gas detectors and thermostat (T).
CERTIFIED
XII. Perform commissioning, testing, adjusting and balancing of the
entire HVAC system in accordance with SAES-K-001. Testing
DATE:
CONSTRUCTION
and commissioning shall be done by CONTRACTOR approved
AGENCY by Saudi Aramco and It shall be witnessed by Saudi Aramco
Representatives.
DATE:
OPERATIONS XIII. CONTRACTOR shall ensure that all HVAC Equipment selected
for the project are as per the EER requirements tabulated under
DATE:
SAES-K-001.
CONTROL NUMBER
VERIFICATION

3.2.5.7. Control Room, Pump Station-11:


EDSD

I. CONTRACTOR shall supply and install HVAC AC units as per


DATE:
BY:

project drawings.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

II. CONTRACTOR shall supply and install the HVAC ducts, and
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

associated accessories as shown on the project drawings.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
85/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
III. CONTRACTOR Shall supply and install duct supports (duct
hangers) in accordance with the requirements of SMACNA
ENGG CERT

standards.
IV. CONTRACTOR shall supply and install the Metal cladding and
associated accessories as shown on the project drawings for all
externally exposed ductworks.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

V. CONTRACTOR shall supply and install the Volume control


dampers (VCD) and associated accessories as shown on the
ISSUED FOR 100% - PP

project drawings.
DESCRIPTION

VI. CONTRACTOR shall supply and install the Motorized Volume


control dampers (MVD) and associated accessories as shown
on the project drawings.
VII. CONTRACTOR shall supply and install the UL classified fire
/smoke dampers to duct, penetrating the fire rated separation
wall, fire rated wall opening, and smoke rate separation walls as
shown on the project drawings. Fire/Smoke dampers shall be
manufactured according to UL555 and UL555S standards and
shall bear a seal from UL.
JO/EWO

10-00844
10-00844

10-00844

VIII. CONTRACTOR shall seal all the penetration made to a fire rated
wall or ceiling, using appropriate Fire stopping materials meeting
07/01/21

01/28/21
05/06/21
DATE

ASTM E814 and UL 1479 and in accordance with SAES-M-100


and IBC.
NO.
REV

IX. CONTRACTOR shall supply and install condensate drain piping


C
B

DISCIPLINE
ENGINEER
for the HVAC Units complete with condensate traps and connect
to the nearest drain pit or main drain line or may discharge onto
DATE: the ground, but not onto walkways.
PROJECT
ENGINEER X. CONTRACTOR shall supply and install the Direct Digital Control
Panel to sequence the HVAC Equipment along with all the
DATE: specified monitoring/control functions and connections as shown
CERTIFIED
on the project drawings and in accordance with Saudi Aramco
standards.
DATE:
CONSTRUCTION
AGENCY
XI. CONTRACTOR shall supply and install the monitoring and
sensing devices consisting of, but not limited to, duct smoke
DATE: detectors (DSD), temperature sensors (TS), pressure differential
OPERATIONS switch (PDS), gas detectors and thermostat (T).
XII. Perform commissioning, testing, adjusting and balancing of the
DATE: entire HVAC system in accordance with SAES-K-001. Testing
CONTROL NUMBER

and commissioning shall be done by CONTRACTOR approved


VERIFICATION

by Saudi Aramco and It shall be witnessed by Saudi Aramco


EDSD

Representatives.
DATE:
BY:

XIII. CONTRACTOR shall ensure that all HVAC Equipment selected


for the project are as per the EER requirements tabulated under
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

SAES-K-001.
BY DRAWING COMPLETION CERTIFICATE
C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
86/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.2.6. Structure
ENGG CERT

3.2.6.1. Control Room, Pump Station-4:


I. Contractor shall provide concrete pad foundation for New
HVAC units. The size of foundation shall be as per
equipment vendor information.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

II. CONTRACTOR shall carry out all excavations for


ISSUED FOR 100% - PP

foundations and underground facilities as required to


complete the works in accordance with COMPANY
DESCRIPTION

Engineering Standards SAES-A-114 and SAES-Q-005


and shall excavate to the levels and depths specified in the
drawings and/or COMPANY Standards.
III. Contract shall perform GPR to detect underground utilities
and shall be taken to avoid damage to existing
underground facilities during excavation work.
CONTRACTOR shall provide protection for the existing
underground facilities as per SAES-A-114. This is
especially important when crossing other existing piping
JO/EWO

10-00844
10-00844

10-00844

and cables. If CONTRACTOR encounters pipes, cables,


concrete or other obstructions not indicated on the
07/01/21

01/28/21
05/06/21
DATE

drawings, CONTRACTOR shall immediately inform the


COMPANY Representative and subsequent construction
NO.

operations shall continue in accordance with instruction


REV

A
C
B

DISCIPLINE issued by the COMPANY Representative.


ENGINEER
IV. The type of fill material and compaction shall be in
DATE: accordance with SAES-A-114. In-place density tests shall
PROJECT
ENGINEER be performed as directed by the COMPANY
Representative to ensure compliance with the compaction
DATE: requirements.
CERTIFIED
V. All formwork shall be in accordance with COMPANY
DATE:
Engineering Standard SAES-Q-001. All external edges of
CONSTRUCTION concrete above ground shall be chamfered by inserting
AGENCY
25mm angle strips in the forms. Prior to placing concrete
DATE:
into forms, forms and rebar shall be sprayed with water to
OPERATIONS prevent loss of moisture from the concrete.
VI. CONTRACTOR shall provide concrete which shall
DATE: conform to COMPANY Material Specifications 09-
CONTROL NUMBER

SAMSS-097 and from a source approved by COMPANY


VERIFICATION

Representative. All concrete work shall conform to


EDSD

COMPANY Engineering Standard SAES-Q-001.


DATE:

VII. CONTRACTOR shall mix, place and cure structural


BY:

concrete per SAES-Q-001. Minimum compressive


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

strength after 28 days shall match with existing and it shall


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

not be less than 30 Mpa.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
87/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VIII. All reinforcing steel bars shall be hot rolled, high tensile,
epoxy coated deformed steel bars, specified limitations of
ENGG CERT

422 MPa (60 ksi) as per SAES-Q-001.


IX. All reinforcement bars in foundations shall be constructed
with a minimum of 75mm concrete cover. CONTRACTOR
shall field adjust concrete form work to provide the 75mm
minimum concrete cover. CONTRACTOR shall supply all
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

reinforcement PVC/ tie-wire.


ISSUED FOR 100% - PP

X. CONTRACTOR shall provide above ground and below


ground protective coating for foundation with APCS-1B
DESCRIPTION

and APCS-3 respectively as per SAES-H-003. Concrete


pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
safety standard guidelines.
XI. CONTRACTOR shall ensure that new structures to be
grounded to the nearest grounding grid as per COMPANY
Standard procedures.
XII. CONTRACTOR shall refer all other disciplines drawings
JO/EWO

10-00844
10-00844

10-00844

for other necessary information, that’s required during


construction.
XIII. CONTRACTOR shall be responsible for maintaining/
07/01/21

01/28/21
05/06/21
DATE

documenting approved concrete/ grout pour temperatures/


times throughout any individual pour, including during the
NO.
REV

A
C
B

curing phase. COMPANY approved procedures shall be


DISCIPLINE
ENGINEER followed, but not limited to, height of lifts, timing of lifts, mix
slump, vibration/ movement of mix, maximum drop height
DATE:
PROJECT
of the mix, and concrete curing.
ENGINEER

DATE:
CERTIFIED
3.2.6.2. Control Room, Pump Station-5:
I. Contractor shall provide concrete pad foundation for New
DATE:
CONSTRUCTION
HVAC units. The size of foundation shall be as per
AGENCY equipment vendor information.
II. Contractor shall provide concrete pad foundation for New
DATE:
OPERATIONS
HVAC units. The size of foundation shall be as per
equipment vendor information.
DATE:
III. CONTRACTOR shall carry out all excavations for
foundations and underground facilities as required to
CONTROL NUMBER
VERIFICATION

complete the works in accordance with COMPANY


EDSD

Engineering Standards SAES-A-114 and SAES-Q-005


and shall excavate to the levels and depths specified in the
DATE:
BY:

drawings and/or COMPANY Standards.


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

IV. Contract shall perform GPR to detect underground utilities


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

and shall be taken to avoid damage to existing


_____________________

underground facilities during excavation work.


-00844-0001.001

CONTRACTOR shall provide protection for the existing


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
88/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
underground facilities as per SAES-A-114. This is
especially important when crossing other existing piping
ENGG CERT

and cables. If CONTRACTOR encounters pipes, cables,


concrete or other obstructions not indicated on the
drawings, CONTRACTOR shall immediately inform the
COMPANY Representative and subsequent construction
operations shall continue in accordance with instruction
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

issued by the COMPANY Representative.


ISSUED FOR 100% - PP

V. The type of fill material and compaction shall be in


accordance with SAES-A-114. In-place density tests shall
DESCRIPTION

be performed as directed by the COMPANY


Representative to ensure compliance with the compaction
requirements.
VI. All formwork shall be in accordance with COMPANY
Engineering Standard SAES-Q-001. All external edges of
concrete above ground shall be chamfered by inserting
25mm angle strips in the forms. Prior to placing concrete
into forms, forms and rebar shall be sprayed with water to
JO/EWO

10-00844
10-00844

10-00844

prevent loss of moisture from the concrete.


VII. CONTRACTOR shall provide concrete which shall
conform to COMPANY Material Specifications 09-
07/01/21

01/28/21
05/06/21
DATE

SAMSS-097 and from a source approved by COMPANY


Representative. All concrete work shall conform to
NO.
REV

A
C
B

COMPANY Engineering Standard SAES-Q-001.


DISCIPLINE
ENGINEER VIII. CONTRACTOR shall mix, place and cure structural
concrete per SAES-Q-001. Minimum compressive
DATE:
PROJECT
strength after 28 days shall match with existing and it shall
ENGINEER
not be less than 30 Mpa.
IX. All reinforcing steel bars shall be hot rolled, high tensile,
DATE:
CERTIFIED epoxy coated deformed steel bars, specified limitations of
422 MPa (60 ksi) as per SAES-Q-001.
DATE: X. All reinforcement bars in foundations shall be constructed
CONSTRUCTION
AGENCY with a minimum of 75mm concrete cover. CONTRACTOR
shall field adjust concrete form work to provide the 75mm
DATE: minimum concrete cover. CONTRACTOR shall supply all
OPERATIONS
reinforcement PVC/ tie-wire.
XI. CONTRACTOR shall provide above ground and below
DATE:
ground protective coating for foundation with APCS-1B
CONTROL NUMBER
VERIFICATION

and APCS-3 respectively as per SAES-H-003. Concrete


EDSD

pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
DATE:
BY:

safety standard guidelines.


XII. CONTRACTOR shall ensure that new structures to be
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

grounded to the nearest grounding grid as per COMPANY


C

_____________________

Standard procedures.
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
89/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
XIII. CONTRACTOR shall refer all other disciplines drawings
for other necessary information, that’s required during
ENGG CERT

construction.
XIV. CONTRACTOR shall be responsible for maintaining/
documenting approved concrete/ grout pour temperatures/
times throughout any individual pour, including during the
curing phase. COMPANY approved procedures shall be
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

followed, but not limited to, height of lifts, timing of lifts, mix
ISSUED FOR 100% - PP

slump, vibration/ movement of mix, maximum drop height


of the mix, and concrete curing.
DESCRIPTION

3.2.6.3. Control Room, Pump Station-7:


I. Contractor shall provide concrete pad foundation for New
HVAC units. The size of foundation shall be as per
equipment vendor information.
II. CONTRACTOR shall carry out all excavations for
foundations and underground facilities as required to
complete the works in accordance with COMPANY
JO/EWO

10-00844
10-00844

10-00844

Engineering Standards SAES-A-114 and SAES-Q-005


and shall excavate to the levels and depths specified in
07/01/21

01/28/21
05/06/21

the drawings and/or COMPANY Standards.


DATE

III. Contract shall perform GPR to detect underground


utilities and shall be taken to avoid damage to existing
NO.
REV

A
C
B

DISCIPLINE
underground facilities during excavation work.
ENGINEER CONTRACTOR shall provide protection for the existing
DATE:
underground facilities as per SAES-A-114. This is
PROJECT
ENGINEER
especially important when crossing other existing piping
and cables. If CONTRACTOR encounters pipes, cables,
DATE:
concrete or other obstructions not indicated on the
CERTIFIED drawings, CONTRACTOR shall immediately inform the
COMPANY Representative and subsequent
DATE:
CONSTRUCTION
construction operations shall continue in accordance
AGENCY with instruction issued by the COMPANY
Representative.
DATE:
OPERATIONS
IV. The type of fill material and compaction shall be in
accordance with SAES-A-114. In-place density tests
DATE:
shall be performed as directed by the COMPANY
Representative to ensure compliance with the
CONTROL NUMBER
VERIFICATION

compaction requirements.
EDSD

V. All formwork shall be in accordance with COMPANY


Engineering Standard SAES-Q-001. All external edges
DATE:
BY:

of concrete above ground shall be chamfered by


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

inserting 25mm angle strips in the forms. Prior to placing


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

concrete into forms, forms and rebar shall be sprayed


_____________________

with water to prevent loss of moisture from the concrete.


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
90/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VI. CONTRACTOR shall provide concrete which shall
conform to COMPANY Material Specifications 09-
ENGG CERT

SAMSS-097 and from a source approved by COMPANY


Representative. All concrete work shall conform to
COMPANY Engineering Standard SAES-Q-001.
VII. CONTRACTOR shall mix, place and cure structural
concrete per SAES-Q-001. Minimum compressive
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

strength after 28 days shall match with existing and it


ISSUED FOR 100% - PP

shall not be less than 30 Mpa.


VIII. All reinforcing steel bars shall be hot rolled, high tensile,
DESCRIPTION

epoxy coated deformed steel bars, specified limitations


of 422 MPa (60 ksi) as per SAES-Q-001.
IX. All reinforcement bars in foundations shall be
constructed with a minimum of 75mm concrete cover.
CONTRACTOR shall field adjust concrete form work to
provide the 75mm minimum concrete cover.
CONTRACTOR shall supply all reinforcement PVC/ tie-
wire.
JO/EWO

10-00844
10-00844

10-00844

X. CONTRACTOR shall provide above ground and below


ground protective coating for foundation with APCS-1B
and APCS-3 respectively as per SAES-H-003. Concrete
07/01/21

01/28/21
05/06/21
DATE

pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
NO.
REV

A
C
B

safety standard guidelines.


DISCIPLINE
ENGINEER XI. CONTRACTOR shall ensure that new structures to be
grounded to the nearest grounding grid as per
DATE:
PROJECT
COMPANY Standard procedures.
ENGINEER
XII. CONTRACTOR shall refer all other disciplines drawings
for other necessary information, that’s required during
DATE:
CERTIFIED construction.
XIII. CONTRACTOR shall be responsible for maintaining/
DATE: documenting approved concrete/ grout pour
CONSTRUCTION
AGENCY temperatures/ times throughout any individual pour,
including during the curing phase. COMPANY approved
DATE: procedures shall be followed, but not limited to, height of
OPERATIONS
lifts, timing of lifts, mix slump, vibration/ movement of
mix, maximum drop height of the mix, and concrete
DATE:
curing.
CONTROL NUMBER
VERIFICATION

3.2.6.4. Control Room, Pump Station-8:


EDSD

I. Contractor shall provide concrete pad foundation for New


DATE:
BY:

HVAC units. The size of foundation shall be as per


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

equipment vendor information.


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

II. CONTRACTOR shall carry out all excavations for


_____________________

foundations and underground facilities as required to


-00844-0001.001

complete the works in accordance with COMPANY


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
91/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Engineering Standards SAES-A-114 and SAES-Q-005
and shall excavate to the levels and depths specified in
ENGG CERT

the drawings and/or COMPANY Standards.


III. Contract shall perform GPR to detect underground
utilities and shall be taken to avoid damage to existing
underground facilities during excavation work.
CONTRACTOR shall provide protection for the existing
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

underground facilities as per SAES-A-114. This is


ISSUED FOR 100% - PP

especially important when crossing other existing piping


and cables. If CONTRACTOR encounters pipes, cables,
DESCRIPTION

concrete or other obstructions not indicated on the


drawings, CONTRACTOR shall immediately inform the
COMPANY Representative and subsequent construction
operations shall continue in accordance with instruction
issued by the COMPANY Representative.
IV. The type of fill material and compaction shall be in
accordance with SAES-A-114. In-place density tests shall
be performed as directed by the COMPANY
JO/EWO

10-00844
10-00844

10-00844

Representative to ensure compliance with the


compaction requirements.
V. All formwork shall be in accordance with COMPANY
07/01/21

01/28/21
05/06/21
DATE

Engineering Standard SAES-Q-001. All external edges of


concrete above ground shall be chamfered by inserting
NO.
REV

A
C
B

25mm angle strips in the forms. Prior to placing concrete


DISCIPLINE
ENGINEER into forms, forms and rebar shall be sprayed with water to
prevent loss of moisture from the concrete.
DATE:
PROJECT
VI. CONTRACTOR shall provide concrete which shall
ENGINEER
conform to COMPANY Material Specifications 09-
SAMSS-097 and from a source approved by COMPANY
DATE:
CERTIFIED Representative. All concrete work shall conform to
COMPANY Engineering Standard SAES-Q-001.
DATE: VII. CONTRACTOR shall mix, place and cure structural
CONSTRUCTION
AGENCY concrete per SAES-Q-001. Minimum compressive
strength after 28 days shall match with existing and it shall
DATE: not be less than 30 Mpa.
OPERATIONS
VIII. All reinforcing steel bars shall be hot rolled, high tensile,
epoxy coated deformed steel bars, specified limitations of
DATE:
422 MPa (60 ksi) as per SAES-Q-001.
CONTROL NUMBER
VERIFICATION

IX. All reinforcement bars in foundations shall be constructed


EDSD

with a minimum of 75mm concrete cover. CONTRACTOR


shall field adjust concrete form work to provide the 75mm
DATE:
BY:

minimum concrete cover. CONTRACTOR shall supply all


reinforcement PVC/ tie-wire.
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

X. CONTRACTOR shall provide above ground and below


C

_____________________

ground protective coating for foundation with APCS-1B


-00844-0001.001

and APCS-3 respectively as per SAES-H-003. Concrete


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
92/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
ENGG CERT

safety standard guidelines.


XI. CONTRACTOR shall ensure that new structures to be
grounded to the nearest grounding grid as per COMPANY
Standard procedures.
XII. CONTRACTOR shall refer all other disciplines drawings
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

for other necessary information, that’s required during


ISSUED FOR 100% - PP

construction.
XIII. CONTRACTOR shall be responsible for maintaining/
DESCRIPTION

documenting approved concrete/ grout pour


temperatures/ times throughout any individual pour,
including during the curing phase. COMPANY approved
procedures shall be followed, but not limited to, height of
lifts, timing of lifts, mix slump, vibration/ movement of mix,
maximum drop height of the mix, and concrete curing.

3.2.6.5. Control Room, Pump Station-9:


JO/EWO

10-00844
10-00844

10-00844

I. Contractor shall provide concrete pad foundation for New


HVAC units. The size of foundation shall be as per
07/01/21

01/28/21
05/06/21

equipment vendor information.


DATE

II. CONTRACTOR shall carry out all excavations for


foundations and underground facilities as required to
NO.
REV

A
C
B

DISCIPLINE
complete the works in accordance with COMPANY
ENGINEER Engineering Standards SAES-A-114 and SAES-Q-005
DATE:
and shall excavate to the levels and depths specified in
PROJECT
ENGINEER
the drawings and/or COMPANY Standards.
III. Contract shall perform GPR to detect underground
DATE:
utilities and shall be taken to avoid damage to existing
CERTIFIED underground facilities during excavation work.
CONTRACTOR shall provide protection for the existing
DATE:
CONSTRUCTION
underground facilities as per SAES-A-114. This is
AGENCY especially important when crossing other existing piping
and cables. If CONTRACTOR encounters pipes, cables,
DATE:
OPERATIONS
concrete or other obstructions not indicated on the
drawings, CONTRACTOR shall immediately inform the
DATE:
COMPANY Representative and subsequent construction
operations shall continue in accordance with instruction
CONTROL NUMBER
VERIFICATION

issued by the COMPANY Representative.


EDSD

IV. The type of fill material and compaction shall be in


accordance with SAES-A-114. In-place density tests shall
DATE:
BY:

be performed as directed by the COMPANY


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

Representative to ensure compliance with the


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

compaction requirements.
_____________________

V. All formwork shall be in accordance with COMPANY


-00844-0001.001

Engineering Standard SAES-Q-001. All external edges of


DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
93/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
concrete above ground shall be chamfered by inserting
25mm angle strips in the forms. Prior to placing concrete
ENGG CERT

into forms, forms and rebar shall be sprayed with water to


prevent loss of moisture from the concrete.
VI. CONTRACTOR shall provide concrete which shall
conform to COMPANY Material Specifications 09-
SAMSS-097 and from a source approved by COMPANY
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

Representative. All concrete work shall conform to


ISSUED FOR 100% - PP

COMPANY Engineering Standard SAES-Q-001.


VII. CONTRACTOR shall mix, place and cure structural
DESCRIPTION

concrete per SAES-Q-001. Minimum compressive


strength after 28 days shall match with existing and it shall
not be less than 30 Mpa.
VIII. All reinforcing steel bars shall be hot rolled, high tensile,
epoxy coated deformed steel bars, specified limitations of
422 MPa (60 ksi) as per SAES-Q-001.
IX. All reinforcement bars in foundations shall be constructed
with a minimum of 75mm concrete cover. CONTRACTOR
JO/EWO

10-00844
10-00844

10-00844

shall field adjust concrete form work to provide the 75mm


minimum concrete cover. CONTRACTOR shall supply all
reinforcement PVC/ tie-wire.
07/01/21

01/28/21
05/06/21
DATE

X. CONTRACTOR shall provide above ground and below


ground protective coating for foundation with APCS-1B
NO.
REV

A
C
B

and APCS-3 respectively as per SAES-H-003. Concrete


DISCIPLINE
ENGINEER pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
DATE:
PROJECT
safety standard guidelines.
ENGINEER
XI. CONTRACTOR shall ensure that new structures to be
grounded to the nearest grounding grid as per COMPANY
DATE:
CERTIFIED Standard procedures.
XII. CONTRACTOR shall refer all other disciplines drawings
DATE: for other necessary information, that’s required during
CONSTRUCTION
AGENCY construction.
XIII. CONTRACTOR shall be responsible for maintaining/
DATE: documenting approved concrete/ grout pour
OPERATIONS
temperatures/ times throughout any individual pour,
including during the curing phase. COMPANY approved
DATE:
procedures shall be followed, but not limited to, height of
CONTROL NUMBER
VERIFICATION

lifts, timing of lifts, mix slump, vibration/ movement of mix,


EDSD

maximum drop height of the mix, and concrete curing.


DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
94/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
ENGG CERT

3.2.6.6. Control Room, Pump Station-11:


I. Contractor shall provide concrete pad foundation for New
HVAC units. The size of foundation shall be as per
equipment vendor information.
II. CONTRACTOR shall carry out all excavations for
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

foundations and underground facilities as required to


ISSUED FOR 100% - PP

complete the works in accordance with COMPANY


Engineering Standards SAES-A-114 and SAES-Q-005
DESCRIPTION

and shall excavate to the levels and depths specified in


the drawings and/or COMPANY Standards.
III. Contract shall perform GPR to detect underground
utilities and shall be taken to avoid damage to existing
underground facilities during excavation work.
CONTRACTOR shall provide protection for the existing
underground facilities as per SAES-A-114. This is
especially important when crossing other existing piping
JO/EWO

10-00844
10-00844

10-00844

and cables. If CONTRACTOR encounters pipes, cables,


concrete or other obstructions not indicated on the
07/01/21

01/28/21
05/06/21

drawings, CONTRACTOR shall immediately inform the


DATE

COMPANY Representative and subsequent construction


operations shall continue in accordance with instruction
NO.
REV

A
C
B

DISCIPLINE
issued by the COMPANY Representative.
ENGINEER IV. The type of fill material and compaction shall be in
DATE:
accordance with SAES-A-114. In-place density tests shall
PROJECT
ENGINEER
be performed as directed by the COMPANY
Representative to ensure compliance with the
DATE:
compaction requirements.
CERTIFIED V. All formwork shall be in accordance with COMPANY
Engineering Standard SAES-Q-001. All external edges of
DATE:
CONSTRUCTION
concrete above ground shall be chamfered by inserting
AGENCY 25mm angle strips in the forms. Prior to placing concrete
into forms, forms and rebar shall be sprayed with water to
DATE:
OPERATIONS
prevent loss of moisture from the concrete.
VI. CONTRACTOR shall provide concrete which shall
DATE:
conform to COMPANY Material Specifications 09-
SAMSS-097 and from a source approved by COMPANY
CONTROL NUMBER
VERIFICATION

Representative. All concrete work shall conform to


EDSD

COMPANY Engineering Standard SAES-Q-001.


VII. CONTRACTOR shall mix, place and cure structural
DATE:
BY:

concrete per SAES-Q-001. Minimum compressive


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

strength after 28 days shall match with existing and it shall


THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

not be less than 30 Mpa.


_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
95/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
VIII. All reinforcing steel bars shall be hot rolled, high tensile,
epoxy coated deformed steel bars, specified limitations of
ENGG CERT

422 MPa (60 ksi) as per SAES-Q-001.


IX. All reinforcement bars in foundations shall be constructed
with a minimum of 75mm concrete cover. CONTRACTOR
shall field adjust concrete form work to provide the 75mm
minimum concrete cover. CONTRACTOR shall supply all
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

reinforcement PVC/ tie-wire.


ISSUED FOR 100% - PP

X. CONTRACTOR shall provide above ground and below


ground protective coating for foundation with APCS-1B
DESCRIPTION

and APCS-3 respectively as per SAES-H-003. Concrete


pedestals and all other items above the grade level shall
be painted (painting with reflective paint) as per the client
safety standard guidelines.
XI. CONTRACTOR shall ensure that new structures to be
grounded to the nearest grounding grid as per COMPANY
Standard procedures.
XII. CONTRACTOR shall refer all other disciplines drawings
JO/EWO

10-00844
10-00844

10-00844

for other necessary information, that’s required during


construction.
XIII. CONTRACTOR shall be responsible for maintaining/
07/01/21

01/28/21
05/06/21
DATE

documenting approved concrete/ grout pour


temperatures/ times throughout any individual pour,
NO.
REV

A
C
B

including during the curing phase. COMPANY approved


DISCIPLINE
ENGINEER procedures shall be followed, but not limited to, height of
lifts, timing of lifts, mix slump, vibration/ movement of mix,
DATE:
PROJECT
maximum drop height of the mix, and concrete curing.
ENGINEER

DATE:
CERTIFIED

DATE:
CONSTRUCTION
AGENCY

DATE:
OPERATIONS

DATE:
CONTROL NUMBER
VERIFICATION
EDSD

DATE:
BY:
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
96/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.3. TEMPORARY CONSTRUCTION FACILITY (TCF)
ENGG CERT

3.3.1. General
Temporary construction areas are available near all the construction sites. The
Construction Agency shall coordinate and obtain approval from the Loss Prevention
Department for the utilization of any site for Temporary construction areas. The
Construction Agency shall ensure that adequate space is available to meet laydown
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

requirements. Saudi Aramco does not have an existing contractor camp at any pump
ISSUED FOR 100% - PP

station. The construction contractor shall build camps for temporary construction
facilities, including offices, housing, dining, and laydown yards. The Construction
DESCRIPTION

Contractor shall place these camps at Pump Stations 3, 6 and 10 along the E/W
pipeline

3.3.2. Architecture
Contractor shall design Temporary construction facility defined in this project
scope with SAES-M-100.

Building architectural design and finishes shall comply with SAES-R-004.


JO/EWO

10-00844
10-00844

10-00844

3.3.3. Building Mechanical


07/01/21

01/28/21
05/06/21
DATE

3.3.3.1.HVAC:
Contractor shall develop the detail design of the Heating, Ventilation and Air
NO.
REV

A
C
B

DISCIPLINE
Conditioning (HVAC) Systems as per Saudi Aramco and international
ENGINEER standards.
DATE:
PROJECT Contractor shall supply, install, test and commission the complete HVAC
ENGINEER
system as per Functional specifications, Saudi Aramco and international
DATE:
standards
CERTIFIED

Contractor shall submit HVAC cooling load calculations for Saudi Aramco
DATE: (COMPANY) representative approvals.
CONSTRUCTION
AGENCY

Contractor shall develop all material submittals/ requisitions as per Saudi


DATE:
OPERATIONS
Aramco standards and obtain approval from Saudi Aramco (COMPANY)
representative.
DATE:
Contractor shall develop all shop drawings and obtain approval prior to the
CONTROL NUMBER
VERIFICATION

work commence from Saudi Aramco (COMPANY) representative.


EDSD

Contractor shall perform testing and commissioning method of statement and


DATE:
BY:

obtain approval from Saudi Aramco (COMPANY) representative prior to work


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,

commence.
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
97/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
3.3.3.2.Plumbing (Inside Building):
ENGG CERT

Contractor shall develop the detail design of the Plumbing Systems as per
Saudi Aramco and international standards.

Contractor shall supply, install, test and commission the complete Plumbing
system as per Functional specifications, Saudi Aramco and international
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

standards
ISSUED FOR 100% - PP

Contractor shall submit Plumbing calculations for Saudi Aramco


DESCRIPTION

(COMPANY) representative approvals.

Contractor shall develop all material submittals/ requisitions as per Saudi


Aramco standards and obtain approval from Saudi Aramco (COMPANY)
representative.

Contractor shall develop all shop drawings and obtain approval prior to the
work commence from Saudi Aramco (COMPANY) representative.
JO/EWO

10-00844
10-00844

10-00844

Contractor shall perform testing and commissioning method of statement and


obtain approval from Saudi Aramco (COMPANY) representative prior to work
07/01/21

01/28/21
05/06/21
DATE

commence.
NO.
REV

A
C
B

DISCIPLINE
3.3.3.3.Fire Protection:
ENGINEER
Contractor shall develop the detail design of the Fire protection system as
DATE: per Saudi Aramco and international standards.
PROJECT
ENGINEER
Contractor shall supply, install, test and commission the complete Fire
DATE: protection system as per Functional specifications, Saudi Aramco and
CERTIFIED
international standards
DATE:
CONSTRUCTION Contractor shall develop all material submittals/ requisitions as per Saudi
AGENCY
Aramco standards and obtain approval from Saudi Aramco (COMPANY)
DATE: representative.
OPERATIONS

Contractor shall develop all shop drawings and obtain approval prior to the
DATE: work commence from Saudi Aramco (COMPANY) representative.
CONTROL NUMBER
VERIFICATION

Contractor shall perform testing and commissioning and obtain approval from
EDSD

Saudi Aramco (COMPANY) representative prior to work commence.


DATE:
BY:

Contractor shall evaluate the requirement of fire hydrant network and provide
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

the same to meet all the Saudi Aramco standards.


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
98/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
Contractor shall evaluate the requirements of fire alarm and provide the same
ENGG CERT

to meet all the Saudi Aramco standards.

Contractor shall provide third party (Professional Engineer – PE) certification


for complete fire protection/ alarm design scope during detail design phase.
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

3.3.4. Communication
ISSUED FOR 100% - PP

The communication scope is for the construction CONTRACTOR to provide the


following inside each temporary shelter.
DESCRIPTION

3.3.4.1.Structured Cabling System (Temporary Shelters)


CONTRACTOR shall provide the required structured cabling system in each
shelter. This shall include but not limited to equipment racks, cables,
groundings, outlet boxes and cableways from the designated telecom room
to each individual outlet. The structured cabling system shall be design in
accordance with BICSI-TDMM 13th Edition. Outlet locations are described in
drawing number DA-36T102 Sheets 001 for PMT Office building. Cabling to
JO/EWO

10-00844
10-00844

10-00844

each workstation outlet location shall consist of a minimum of (2) CAT 6 UTP
cables with the distance for each cable not exceeding 90 meters. UTP cables
07/01/21

01/28/21
05/06/21
DATE

shall be terminated on rack mounted category 6 patch panels. Cable


entrance in the shelter shall also be provided by the construction
NO.
REV

CONTRACTOR which includes 2-4" Diameter PVC conduit for the in-coming
A
C
B

DISCIPLINE
ENGINEER
cables and 2-2" Diameter PVC conduit for grounding.

DATE: 3.3.4.2.Data Network (Temporary Shelters)


PROJECT
ENGINEER
The Data Network equipment shall be provided by the CONTRACTOR. This
shall include ethernet switches for data communication to support data and
DATE:
CERTIFIED voice connectivity to all users in each temporary office shelter. This shall
include interface equipment required (if any) to provide fully functional voice
DATE: and data communication system.
CONSTRUCTION
AGENCY

The CONTRACTOR shall provide and install all temporary communications


DATE:
OPERATIONS services required during construction. This shall include all cabling and
infrastructures required to connect to the Telecom Service Provider.
DATE:
3.3.5. Electrical
CONTROL NUMBER
VERIFICATION

CONTRACTOR shall design and provide electrical work for temporary construction
EDSD

facility with all related work and equipment includes power and grounding.
DATE:
BY:

3.3.6. Wet Utilities


REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

CONTRCTOR shall provide water supply connection to the Temporary construction


OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

offices. CONTRACTOR shall tie-in water supply pipes to existing raw water network.
_____________________
-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
99/101 C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
CONTRCTOR shall provide sanitary sewage connection for the Temporary
construction offices. CONTRACTOR shall tie-in sanitary sewer to existing sanitary
ENGG CERT

system.

3.3.7. Civil - Roads


CONTRACTOR shall design, provide and install construction site offices, laydown
yard, Access Roads. the temporary CONTRACTOR facilities as per Saudi Aramco
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

engineering standards. SAPMT and CONTRACTOR offices proposed layout plans.


ISSUED FOR 100% - PP

CONTRACTOR shall grade the area to avoid storm water ponding. CONTRACTOR
DESCRIPTION

shall include crushed stone as ground cover in unpaved areas around all buildings
and outdoor facilities.
CONTRACTOR shall provide and install paved & shaded parking slots for SAPMT
personnel within the temporary CONTRACTOR facilities.

CONTRACTOR shall provide perimeter fence and gates for the temporary facilities.

3.3.8. Structure
CONTRACTOR shall design and provide the prefabricated temporary offices in
JO/EWO

10-00844
10-00844

10-00844

accordance with Saudi Aramco standards.

Contractor shall perform detailed geotechnical investigation for temporary


07/01/21

01/28/21
05/06/21
DATE

construction facility (TCF) as per SAES-A-113 & SABP-Q-015. Geotechnical


parameters shall be used in design of TCF foundations.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
Wind and seismic parameters shall be taken from SAES-A-112 and for live loads
refer to ASCE 7-05.
DATE:
PROJECT
ENGINEER
CONTRACTOR shall provide foundations for prefabricated temporary construction
offices and equipment's in accordance with superstructure information provided by
DATE:
vendor. Foundation Location for temporary construction offices shall be as per
CERTIFIED recommendation of vendor. The concrete foundations should comply with the
requirements of SAES-Q-001 and SAES-Q-005.
DATE:
CONSTRUCTION
AGENCY CONTRACTOR shall carry out all excavations for foundations and
underground facilities as required to complete the works in accordance with
DATE: COMPANY Engineering Standards SAES-A-114 and SAES-Q-005 and shall
OPERATIONS
excavate to the levels and depths specified in the drawings and/or COMPANY
Standards.
DATE:
CONTROL NUMBER
VERIFICATION

Care shall be taken to avoid damage to existing underground facilities during


EDSD

excavation work. CONTRACTOR shall provide protection for the existing


underground facilities as per SAES-A-114. This is especially important when
DATE:
BY:

crossing other existing piping and cables. If CONTRACTOR encounters


pipes, cables, concrete or other obstructions not indicated on the drawings,
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE

CONTRACTOR shall immediately inform the COMPANY Representative and


C

subsequent construction operations shall continue in accordance with


_____________________
-00844-0001.001

instruction issued by the COMPANY Representative.

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
100/ C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001 101
EDSD/2616-0399.doc
Saudi Aramco 2616-ENG (03/99)

PMT OPRNS
SAUDI ARABIAN OIL COMPANY

THIS DRAWING AND THE INFORMATION CONTAINED HEREIN ARE THE SOLE PROPERTY OF SAUDI ARAMCO. NO REPRODUCTION IN FULL OR IN PART SHALL BE OBTAINED FROM THIS DOCUMENT WITHOUT THE WRITTEN CONSENT OF ITS OWNER.
The type of fill material and compaction shall be in accordance with SAES-A-
ENGG CERT

114. In-place density tests shall be performed as directed by the COMPANY


Representative to ensure compliance with the compaction requirements.
All formwork shall be in accordance with COMPANY Engineering Standard
SAES-Q-001. All external edges of concrete above ground shall be
chamfered by inserting 25mm angle strips in the forms. Prior to placing
ISSUED FOR 90% REVIEW - PP
ISSUED FOR 60% REVIEW - PP

concrete into forms, forms and rebar shall be sprayed with water to prevent
ISSUED FOR 100% - PP

loss of moisture from the concrete.


DESCRIPTION

CONTRACTOR shall provide concrete which shall conform to COMPANY


Material Specifications 09-SAMSS-097 and from a source approved by
COMPANY Representative. All concrete work shall conform to COMPANY
Engineering Standard SAES-Q-001.

CONTRACTOR shall mix, place and cure structural concrete per SAES-Q-
001. Minimum compressive strength after 28 days shall match with existing
and it shall not be less than 30 Mpa. Concrete strength and cement type shall
JO/EWO

10-00844
10-00844

10-00844

be verified after performing geotechnical investigation

All reinforcing steel bars shall be hot rolled, high tensile, epoxy coated
07/01/21

01/28/21
05/06/21
DATE

deformed steel bars, specified limitations of 422 MPa (60 ksi) as per SAES-
Q-001.
NO.
REV

A
C
B

DISCIPLINE
ENGINEER
All reinforcement bars in foundations shall be constructed with a minimum of
75mm concrete cover. CONTRACTOR shall field adjust concrete form work
DATE: to provide the 75mm minimum concrete cover. CONTRACTOR shall supply
PROJECT
ENGINEER all reinforcement PVC/ tie-wire.
CONTRACTOR shall provide above ground and below ground protective
DATE: coating for foundation with APCS-1B and APCS-3 respectively as per SAES-
CERTIFIED
H-003. Concrete pedestals and all other items above the grade level shall be
DATE:
painted (painting with reflective paint) as per the client safety standard
CONSTRUCTION guidelines.
AGENCY

DATE: CONTRACTOR shall ensure that new structures to be grounded to the


OPERATIONS nearest grounding grid as per COMPANY Standard procedures.
CONTRACTOR shall refer all other disciplines drawings for other necessary
DATE: information, that’s required during construction.
CONTROL NUMBER
VERIFICATION

CONTRACTOR shall be responsible for maintaining/ documenting approved


EDSD

concrete/ grout pour temperatures/ times throughout any individual pour,


DATE:

including during the curing phase. COMPANY approved procedures shall be


BY:

followed, but not limited to, height of lifts, timing of lifts, mix slump, vibration/
REVISIONCERTIFICATION

APPROVAL/CERTIFICATION REQUIREMENTS,
THIS INDICATES THAT REV. NO.__________
CERTIFICATE

movement of mix, maximum drop height of the mix, and concrete curing.
OF THIS DRAWING IS COVERED, FOR ALL

BY DRAWING COMPLETION CERTIFICATE


C

_____________________

END OF SCOPE OF WORK


-00844-0001.001

DESIGN SCOPE OF WORK DWG.TYPE PLANT NO. INDEX DRAWING NO. SHT.NO. REV.NO.
REVISION

REPLACE HALON SYSTEM E/W PIPELINE PUMP STATIONS DOC


(DCC) NO.10

EAST WEST PIPELINE DEPARTMENT


K04 A PE-00ASOW
101/ C
YANBU SAUDI ARABIA JO / EWO: 10-00844-0001 101
EDSD/2616-0399.doc

You might also like