Professional Documents
Culture Documents
A000002053-00 RFP Nozzle Loads
A000002053-00 RFP Nozzle Loads
1 SCOPE OF SUPPLY
SEE ATTACHED
2 DATA SHEETS AND LISTS
Supp.: 00
Document Name Document Description Rev.
T70-U-DAT-CE-795933 MECHANICAL DATASHEET FOR ANTIFOAM INJECTION PACKAGE T70-U- 00B
0105/0205/0305
T70-U-DAT-CE-795934 MECHANICAL DATASHEET FOR OXYGEN SCAVENGER INJECTION PACK T70-U- 00B
0106/0206/0306
T70-U-DAT-CE-795935 MECHANICAL DATASHEET FOR MEG UNIT CAUSTIC STORAGE & INJECTION 00B
PACKAGE T70-U-0107/0207/0307
3 SPECIFICATIONS
Supp.: 00
Document Name Document Description Rev.
01-SAMSS-010 FABRICATED STEEL PIPING JUL-14
01-SAMSS-035 API LINE PIPE JUN-18
01-SAMSS-043 CARBON STEEL PIPES FOR ON-PLOT PIPING OCT-15
01-SAMSS-046 STAINLESS STEEL PIPE OCT-13
02-SAMSS-005 BUTT WELDING PIPE FITTINGS JAN-18
02-SAMSS-011 FORGED STEEL AND ALLOY FLANGES JAN-18
04-SAMSS-001 GATE VALVES DEC-15
04-SAMSS-002 STEEL GLOBE VALVES - FLANGED AND BUTT-WELDING ENDS MAR-16
04-SAMSS-005 CHECK VALVES: FLANGED, LUG, AND BUTT-WELDING APR-16
04-SAMSS-035 GENERAL REQUIREMENTS FOR VALVES MAR-17
04-SAMSS-048 VALVE INSPECTION AND TESTING REQUIREMENTS OCT-17
09-SAMSS-107 QUALIFICATION AND APPLICATION REQUIREMENTS OF JUN-16
FLUOROPOLYMER/CERAMIC COATINGS ON FASTENERS
10230-00-131-ES-0010 SPECIFICATION FOR VENDOR 3D MODELS 00
10230-00-132-ES-0001 CIVIL & STRUCTURAL BASIS OF DESIGN 00
10230-00-134-ES-0001 ELECTRICAL HEAT TRACING DESIGN PHILOSOPHY 02
Page 1 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Page 2 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Page 3 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Page 4 of 6
PROJECT: P10230 MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Page 5 of 6
Project Requisition Supp.
10230 102300202/A000002053 00
Client Reference
TPIK-T70-32-A009-DA
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
10 1 T70-D-0105 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
19 1 T70-G-0105A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
20 1 T70-G-0105B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
37 1 T70-GM-0105A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
38 1 T70-GM-0105B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
55 1 T70-K-0121 ANTIFOAM MIXER 1.00 0.00 1.00 un
64 1 T70-KM-0121 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
11 1 T70-D-0106 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
21 1 T70-G-0106A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
22 1 T70-G-0106B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
39 1 T70-GM-0106A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
40 1 T70-GM-0106B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
56 1 T70-K-0122 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
65 1 T70-KM-0122 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
12 1 T70-D-0107 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
23 1 T70-G-0107A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
24 1 T70-G-0107B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
41 1 T70-GM-0107A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
42 1 T70-GM-0107B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
57 1 T70-K-0123 CAUSTIC MIXER 1.00 0.00 1.00 un
66 1 T70-KM-0123 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
13 1 T70-D-0205 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
25 1 T70-G-0205A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
26 1 T70-G-0205B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
43 1 T70-GM-0205A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
44 1 T70-GM-0205B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
58 1 T70-K-0221 ANTIFOAM MIXER 1.00 0.00 1.00 un
67 1 T70-KM-0221 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un
10230 102300202/A000002053 00
Client Reference
TPIK-T70-32-A009-DA
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
14 1 T70-D-0206 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
27 1 T70-G-0206A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
28 1 T70-G-0206B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
45 1 T70-GM-0206A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
46 1 T70-GM-0206B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
59 1 T70-K-0222 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
68 1 T70-KM-0222 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
15 1 T70-D-0207 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
29 1 T70-G-0207A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
30 1 T70-G-0207B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
47 1 T70-GM-0207A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
48 1 T70-GM-0207B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
60 1 T70-K-0223 CAUSTIC MIXER 1.00 0.00 1.00 un
69 1 T70-KM-0223 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
16 1 T70-D-0305 ANTIFOAM STORAGE TANK 1.00 0.00 1.00 un
31 1 T70-G-0305A ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
32 1 T70-G-0305B ANTIFOAM INJECTION PUMP 1.00 0.00 1.00 un
49 1 T70-GM-0305A ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
50 1 T70-GM-0305B ANTIFOAM INJECTION PUMP MOTOR 1.00 0.00 1.00 un
61 1 T70-K-0321 ANTIFOAM MIXER 1.00 0.00 1.00 un
70 1 T70-KM-0321 ANTIFOAM MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
17 1 T70-D-0306 OXYGEN SCAVENGER STORAGE PRESSURE 1.00 0.00 1.00 un
VESSEL
33 1 T70-G-0306A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
34 1 T70-G-0306B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
51 1 T70-GM-0306A OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
52 1 T70-GM-0306B OXYGEN SCAVENGER INJECTION PUMP 1.00 0.00 1.00 un
MOTOR
62 1 T70-K-0322 OXYGEN SCAVENGER MIXER 1.00 0.00 1.00 un
71 1 T70-KM-0322 OXYGEN SCAVENGER MIXER MOTOR 1.00 0.00 1.00 un
10230 102300202/A000002053 00
Client Reference
TPIK-T70-32-A009-DA
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
18 1 T70-D-0307 CAUSTIC STORAGE TANK 1.00 0.00 1.00 un
35 1 T70-G-0307A CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
36 1 T70-G-0307B CAUSTIC INJECTION PUMP 1.00 0.00 1.00 un
53 1 T70-GM-0307A CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
54 1 T70-GM-0307B CAUSTIC INJECTION PUMP MOTOR 1.00 0.00 1.00 un
63 1 T70-K-0323 CAUSTIC MIXER 1.00 0.00 1.00 un
72 1 T70-KM-0323 CAUSTIC MIXER MOTOR 1.00 0.00 1.00 un
Pos Sub Tag Number Tag Number Description Actual Previous Variation Unit
Pos Package Quantity Quantity Quantity
1 1 T70-U-0105 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
2 1 T70-U-0106 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
3 1 T70-U-0107 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE
4 1 T70-U-0205 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
5 1 T70-U-0206 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
6 1 T70-U-0207 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE
7 1 T70-U-0305 ANTIFOAM INJECTION PACKAGE 1.00 0.00 1.00 un
8 1 T70-U-0306 OXYGEN SCAVENGER INJECTION PACKAGE 1.00 0.00 1.00 un
9 1 T70-U-0307 MEG UNIT CAUSTIC STORAGE AND 1.00 0.00 1.00 un
INJECTION PACKAGE
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
DEFINITIONS
The following words and expressions used in the Requisition have the following meanings:
PROJECT: Means the Marjan Increment Program - Tanajib Gas Plant Project,
Pk-09 & 11, being executed by COMPANY or its affiliates.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
SA-175 Form: Document that establish minimum inspection and testing requirements
for “Inspectable” material and Equipment procured on a repetitive basis
and are attached to purchase requisitions, requests for quotation and
purchase orders. SA-175 forms establish contractual requirements for
Vendor/Subvendor compliance related to notifying the CONTRACTOR
and the COMPANY assigned inspector of specific inspection and test
activities for witness purposes, and/or providing quality certificates for
review and evaluation.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
REQUIREMENTS
5.3.1 GENERAL
5.3.1.1 VENDOR shall provide all services, documentation, equipment and materials required
to comply with this requisition and with all referenced documents attached.
5.3.1.2 Vendor documents, drawings, data, specifications, manuals and instructions shall meet
the quality standards set forth in SAES-A-202.
5.3.1.3 The SUPPLY shall be designed, manufactured, assembled, inspected, tested,
preserved and supplied in compliance with all the attached and listed documents, and with the
Codes, Standards and Specifications to which they refer and with the applicable legislation,
but these shall not relieve the VENDOR of the responsibility to supply equipment which is safe,
reliable and fit for purpose.
5.3.1.4 This Requisition in no way releases VENDOR from the final guarantees as to materials,
equipment, workmanship and performance of the equipment as well as services to be supplied.
5.3.1.5 CONTRACTOR is under no obligation to consider, accept or find any deviations to the
requirements. VENDOR to follow the deviation instructions included in chapter 5.9.
5.3.1.6 Where industry standards or COMPANY Specifications and/or Standards allow
alternative design considerations, the more stringent interpretation shall apply.
5.3.1.7 If any inconsistency or conflict exists between these Specific Conditions or within the
attached and listed documents and other COMPANY documents, Industry Standards, Codes
or Drawings it shall be the responsibility of the VENDOR to bring it to the attention of the
CONTRACTOR in writing. Until the resolution is officially made by CONTRACTOR, the most
stringent shall govern unless a COMPANY/CONTRACTOR pre-agreed written waiver is
provided.
5.3.1.8 The Specification and Standards and procedures contain language that could imply
that certain standards, specifications and practices are discretionary. Where the words such
as ’will’, ’may’ or ’should’ appear in COMPANY standards and procedures or COMPANY-
provided Preliminary Design, these shall mean and be interpreted as ’shall’ by VENDOR.
5.3.1.9 All VENDOR documents, including instructions, manuals and correspondence, shall be
in English. All formal communications shall be conducted using the English language.
5.3.1.10 Confidentiality. Any information related to the Project must be held in strict
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
confidentiality. VENDOR is obliged to maintain all the information and documentation related
to this Requisition as confidential. Therefore, no information or documentation shall be
disclosed to any third party or used with different purposes than the ones stated herein, and
not to use it except as authorized by CONTRACTOR.
Earthquake Data
Fv 2.40 T0 0.11
- - TS 0.56
Where:
Ss = Spectral response acceleration parameter at short periods,
S1 = Spectral response acceleration parameter at a period of 1 s,
Fa = Short-period site coefficient at 0.2 s period,
Fv = Long-period site coefficient at 1.0 s period,
SMS = Spectral response acceleration at short periods adjusted for site class effects,
SM1 = Spectral response acceleration at a period of 1 s adjusted for site class effects,
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
Wind Data
Exposure Category C
Prevailing Direction N
Design wind forces are determined by equation 6-28, from section 6.5.15 of ASCE 7-05:
Where:
• Ae: exposed tributary area (in m2)
• Cf: force coefficient
• qz: velocity pressure, evaluated at height z, it shall be calculated by equation 6-15, from
section 6.5.10 of ASCE 7-05:
Where:
Kz: velocity pressure coefficient evaluated at height z, shall be taken from the following table
(z refers to the height above the ground level in the plant, considering 100.000 as the HPP.
Equipment’s bottom height shall be established above said value varying from case to case
basis):
100.000-104.500 0.849
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
107.000 0.929
110.000 1.001
115.000 1.090
120.000 1.158
130.000 1.261
Note: “z" refers to the height above the ground level in the plant.
5.3.1.14.1 Saudi Aramco Engineering Standard SAES-B-017 “Fire Water System Design”
which shall be June 12, 2018.
5.3.2 9COMS
5.3.2.1 Refer to “9COM & Inspection Level List” Nº 9COM-IL-103200202/A000002053-REV 00
for Material Requisition 102300202.
5.3.3.1 VENDOR shall design and supply all equipment as per this requisition.
5.3.3.2 VENDOR scope of SUPPLY and responsibility shall include all design, engineering,
preassembly, inspection and testing of the following items:
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
20 Mixer with electric motor for all tanks with proper mechanical seals. X
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
A graduated calibration tube, shall be installed for each pump, with the
necessary valves and fittings, in the suction piping to each chemical
102 injection pump so the injection rate can be checked during operation. X
Calibration tube shall be vented back to tank above the high high liquid
level.
Each calibration pot to have local sample connection. Calibration pot
103 X
shall be sufficiently sized for a minimum 30 seconds of calibrated flow
Main line chemical feed and calibration tube shut off valve shall be ¼
104 turn ball valves and shall be positioned so that the operator can easily X
and simultaneously operate both valves during calibration
All vents and drains shall be piped and terminate with flanged
105 X
connection at the edge of the skids
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
119 PNEUMATIC DISTRIBUTION AND IMPULSE TUBING Not applicable as per vendor
DRIVERS REQUIRED
128 Control valves for blanketing and piping associated until battery limit X
Pumps operated locally form the manual switch and remotely from
131 X
DCS
132 The level alarms are transmitted to DCS. The level trip signal to ESD X
133 The flow rate of these pumps can be calibrated by calibration columns X
Each pump shall have a pressure relief valve for over pressure
135 X
protection and flow/pressure transmitter in common discharge side.
Double diaphragm pumps with diaphragm failure indication shall be
136 X
supplied
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
CIVIL REQUIRED
OTHERS REQUIRED
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
189 PAINTING
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
198 TRAINING
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
NO DEVIATIONS CONFIRMED BY
224 DEVIATION LIST
VENDOR
5.3.3.3 All required items shall be according to the attached or referred specifications as
listed in Section 3 and in present material requirements, which are mandatory to guarantee the
correct manufacture and the implementation of the equipment at Site
5.3.3.4 All materials provided must be new and of a current (not discontinued) design.
5.3.3.5 VENDOR is mandated to declare if any of the scope of this material requisition is
beyond their technical limitations of the SAUDI ARAMCO approved facility. Otherwise,
CONTRACTOR has the right to eliminate from VENDOR’s scope of supply at any stage or the
Purchase Order development any item for which VENDOR is not approved to supply without
any compensation for the work already completed
5.3.3.6 Any additional elements, equipment and controls not specifically mentioned but
required for a safe operation of the package shall be included in the VENDOR’s scope of
supply and identified accordingly.
5.3.3.7 Vendor shall also refer to the P&ID`s and data sheets attached to the requisition for the
extent of supply.
5.3.3.8 VENDOR has to define clearly in the documentation all equipment and auxiliaries
within the battery limits.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.1 GENERAL
5.3.4.1.1 The packages will be installed outdoors in a desert area, with relative humidity from
zero to 100% (condensing) and ambient temperatures from 0°C to 50°C (32°F to 120°F).
Metal temperature can reach 82°C (180°F) when exposed to direct solar radiation with no
flow in the line. The equipment shall be designed to withstand these conditions.
5.3.4.1.2 All materials of construction shall be selected in accordance with ‘Materials Selection
for Pipelines, Piping and Process Equipment’, SAES-L-132
5.3.4.1.3 Materials of the complete skid shall be suitable for the range of process conditions
and ambient conditions specified in the data/requisition sheet. The metallurgy of all major
components shall be clearly stated in the VENDOR's documentation.
5.3.4.1.4 VENDOR shall provide technical support and justify Equipment material selection
when requested by CONTRACTOR, including complete corrosion analysis and monitoring,
damage mechanisms, corrosion rate associated to streams / equipment or any other issue
related to the suitability of the selected material with fluid handled. VENDOR shall provide any
necessary information to perform Corrosion Studies by others as requested by
CONTRACTOR during Detail Engineering.
5.3.4.1.5 The VENDOR is responsible for ensuring that material of construction for the
complete equipment is suitable for the environment, as specified by the purchaser on the data
sheet.
5.3.4.1.6 All materials shall meet the Minimum Design Metal Temperature (MDMT) specified
in data sheet.
5.3.4.1.7 Proposed preliminary lay-out shall be supplied by the VENDOR with the offer. The
VENDOR shall indicate the minimum space required for the packages.
5.3.4.1.10 Rutile type electrodes (E-3XX-17 or E-3XX-16) are strictly forbidden for any kind
of welding operation for Stabilized Stainless Steel (AISI 321 and 347), including flange
facings, overlays and build-ups. For the rest of AISI 300 Stainless Steel, these rutile lectrodes
are forbidden whenever the thickness to be welded were greater than 20 mm. Flange facings
with these electrodes are forbidden regardless overlay thickness.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.1.11.1 Dimensions of 24 inch flanges and smaller shall comply where applicable with
ASME B16.5.
5.3.4.1.11.2 Dimensions of 26 inch flanges and larger shall comply where applicable with
ASME B16.47 series A.
5.3.4.1.12 Flanges that are not covered by any referenced industry standards shall be
designed per the applicable code (ASME B31.3,B31.4 and B31.8) in accordance with ASME
SEC VIII D1, Appendix 2; and ASME SEC VIII D1 Section UG-34 for blind flanges.
5.3.4.1.13 In case of flanged joint with dissimilar hardness flange material, the gasket
selection should be suitable to the more ductile flange material.
5.3.4.1.14 VENDOR shall fulfil the attached Project Utilities Consumption List and submit
in accordance with VDDR.
5.3.4.1.15 VENDOR confirmed supplty of one (1) lifting beam common for all skids. The
lifting device shall be supplied with all necessary material certificates, NDT reports and/or load
test whenever required by Codes, Specifications, laws and/or Engineering judgement in order
to assure the mechanical integrity of the lifting tool during the lifting operations.
5.3.4.1.16 Part of pieces exceeding 25 kg weight that need some sort of handling during
normal operations shall be identified in the drawings and fitted with lifting aids.
5.3.4.1.18 The package and auxiliaries shall be shop assembled to maximum shippable
size to minimize fieldwork required to complete the package field installation. All components,
including valves, ladders and platforms etc, shall be fit up preassembled (where possible) in
the shop before shipping. The component may be disassembled by VENDOR for shipment
under CONTRACTOR previous approval. If disassembly is required, all components shall be
labelled or marked by the VENDOR for ease of reassembly on site. VENDOR shall list these
components and provide complete erection drawings which denote the piece number and
location of each piece or section. The erection instructions shall be clear step by step
procedure reflecting the order of priority the piece must be together.
5.3.4.1.19 The packages shall be designed to minimize welding in the field. Welding at
field design is not allowed unless specifically approved by CONTRACTOR
5.3.4.1.20 All Stainless steels, aluminium and galvanized surfaces needs to be painted as
per SAES-H-001
5.3.4.1.21 As per spec, Enviromental classification is “Highly corrosive C5-I. However for
electrical equipment shall be Severe Corrosive environment, therefore electrical material
selection shall be in acc with SAES-P-104.
5.3.4.1.22 Socket weld joints shall not be used in metallic piping, irrespective of service
(covers process, non-process and utility services), and instead but-welded joints shall be
used.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.2.1 Chemical Injection Package shall comply with attached specifications and data
sheets.
5.3.4.2.3 The chemical injection pumps shall be 100% stand by capacity. One working and
one stand by.
5.3.4.2.4 Pumps shall be designed in accordance with API-675 3rd Ed. and shall conform to
31-SAMSS-009 and SAES-G-006.
5.3.4.2.5 Pumps shall be positive displacement controlled volume double diaphragm type.
5.3.4.2.7 These pumps are operated locally from the manual switch and remotely from DCS.
5.3.4.2.8 Any pressure component within VENDOR scope of supply designed according to
ASME VIII Div.1 shall be U stamped.
5.3.4.2.9 Unit Responsibility for the Chemical injection skids including pump, tank and all other
related auxiliaries shall be with the Chemical injection skids supplier.
5.3.4.2.10 Self-contained Chemical injection skids to meet all the process requirements as
per this specification, and the code & standard referred in section 2.0.
5.3.4.2.11 Furnish all components required for the Chemical Injection Skids.
5.3.4.2.12 Equipment layout such that the ease of maintenance, operability, installation
and movement is maintained.
5.3.4.2.13 Safety valves shall be placed in accessible location for inspection and
maintenance.
5.3.4.2.14 The level alarms are transmitted to DCS and trip signals to the ESD.
5.3.4.2.15 The flow rate of these pumps can be calibrated by calibration columns.
Calibration tubes shall be vented back to the storage tank above the high-high liquid level
5.3.4.2.16 Pumps shall meet all the process and operating conditions as specified in the
datasheet.
5.3.4.2.18 Each pump shall have a pressure relief valve for over pressure protection.
5.3.4.2.19 Each package shall be provided with a flow and pressure transmitter at the
common discharge manifold.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.2.20 When handling chemical solutions where the solvent is water or when injecting
water streams, dissimilar metal flanged joints shall use insulation kits.
5.3.4.2.21 All battery limits interfacing devices (Flanges, junction boxes, grounding lug,
terminal strips, etc), are to be located at skid border. Piping connections shall be flanged at
the battery limit edge.
5.3.4.2.22 VENDOR has to define clearly all equipment and auxiliaries within the battery
limits.
5.3.4.2.23 Maintenance ease and accessibility will be a primary criteria in the design and
routing of all piping, tubing and instruments conduits. Coordination and communication with
the purchaser during the design of these items is recommended in order to minimize re-work.
5.3.4.2.24 Connections requiring access for normal maintenance such as lubrication fill
and drain points will be designed for on-line access without requiring removal of insulation,
piping, guarding or other accessories.
5.3.4.2.25 Vendor shall provide complete system with necessary piping, valves, fittings,
filters, and instrumentation.
5.3.4.2.27 For most structures and equipment, ordinary strength anchor bolts can be used
(ASTM A307, ASTM A36/A36M or F1554 Gr. 36). If the anchor bolt loads require anchor bolts
in excess of 50 mm (2”), high strength anchor bolt material should be considered.
5.3.4.2.28 A common drain collector header shall be provided within each skid.
5.3.4.2.30 Each pump shall have and external PSV with independent discharge line piped
back to the tank above the high high liquid level.
5.3.4.2.31 External PSV setting value shall be based on the desing pressure downstream
injection package.
5.3.4.2.32 A permanent strainer with a DPT at each suction pump shall be provided. Y-
strainer type for sizes below 2” and T-type for 2” and above sizes.
5.3.4.2.33 Storage tank shall be provided within the skid. All storage tanks (Antifoam,
oxygen Scavenger and Caustic tanks) shall be provided with Nitrogen blanketing.
5.3.4.2.35 Piping materials for caustic service shall be CS+PWHT and valve trims in
monel.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.1 Mechanical design shall be in accordance with the rules of the ASME Code
Section VIII Division 1, 2017 Edition (ASME U is required) and the requirements of Saudi
Aramco Specification 32-SAMSS-004, standard drawings and forms listed in this material
requisition.
5.3.4.3.2 The application of ASME Code Cases to the design of pressure vessels requires
prior approval.
5.3.4.3.3 The design parameters shall be in accordance with the data provided in data
sheet and specifications.
5.3.4.3.4 The requirements specified in this Specific Conditions of Supply and associated
documents are the minimum requirements of the CONTRACTOR. The Supplier, however,
shall be ultimately responsible for all aspects of the equipment supplied.
5.3.4.3.5 Approval by the Contractor shall not relieve the Supplier of any of its
responsibilities under the Contract to provide safe, operable, reliable and efficient equipment
suitable to meet the design intent and in full compliance with the Project Specification.
5.3.4.3.6 If VENDOR final calculated design thicknesses increase, after the order
placement, then the additional cost involved will be to the VENDOR’s account.
5.3.4.3.7 VENDOR shall check thicknesses to erect the vessel in “full-dressed” condition.
5.3.4.3.8 Vendor to specify MAWP for the equipment. Limiting component for MAWP
shall be determined in accordance with Saudi Aramco Specification 32-SAMSS-004. The
MAWP of a vessel shall be limited by shell or heads. It shall not be limited by components
such as flanges, fittings, reinforcing pads,…etc.
5.3.4.3.9 All internals including internal baffle, vortex breaker, and other miscellaneous
internals as specified on the data sheets.
5.3.4.3.10 Loads on foundations: shear and bending moment due to wind and seism.
Foundation load data as requested in the data sheet, including break down weighs, piping
loads, maximum base shear and moments with loads at empty, operation and field hydrotest
cases. When applicable, VENDOR to provide loads for each support, showing the correct
proportions of all loads.
5.3.4.3.11 Vessels shall be designed for wind and earthquake loads and load combinations
in accordance with 32-SAMSS-004 7.11 & 7.12
5.3.4.3.12 Design of nozzles for the specified allowable external loads (see attachment).
Analysis of possible cases of additional loads exceeding this allowable shall also be
considered.
5.3.4.3.14 All FEA results shall be provided in accordance with the requirements presented
in WRC-429. Anchor bolts shall meet all the requirements of AA-036322.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.15 Anchor bolts shall not be less than 19 mm minimum nominal diameter.
5.3.4.3.16 Design of anchor bolts shall be based on the following allowable stresses:
a) 0.264 of Ultimate Tensile Strength (tension).
b) 0.176 of Ultimate Tensile Strength (shear).
5.3.4.3.17 A corrosion allowance of 3.2 mm shall be considered for anchor bolt root
diameter.
5.3.4.3.18 The allowable concrete bearing stress to be used for the design of base plates
shall be calculated following civil and structural basis of design.
5.3.4.3.19 Lifting devices (lifting lugs, trunnions, counter flange with lifting device, tailing
lugs) shall be designed for an impact factor of 2 minimum. For vertical vessels, the worst load
during lifting shall be determined considering change in vessel position from the horizontal to
the final erected position. Wind load at erection shall be 50 % of design wind load. Shackle
Crossby Type to be used on litfing or taling lugs shall be included on detail drawings.
5.3.4.3.20 Lifting lugs or trunnions shall be designed to lift the vessel completely dressed,
including weights of all internals, platforms and insulation (but excluding fireproofing).
5.3.4.3.21 Vendor shall design and provide the attachments to the vessels or supports,
either permanent or temporary, required for handling, transportation to job site and erection.
5.3.4.3.22 Vendor shall also include in his supply all internal metallic pieces directly welded
to shell as shown in Data Sheets and attached drawings (such as pipes and fittings, internal
supports, vortex breakers, pipes distributors, internal ladders, internal flanges and his
bolts/gaskets, baffles, feed inlet distributors, bearing rings, seal welded rings, etc…).
In general, Vendor shall include in his supply all accessories shown in attached drawings,
except where indicated “By Others”.
5.3.4.3.23 The impact testing of vessel components shall be determined by the vessel
manufacturer based on the MDMT, in accordance with the requirements specified in 32-
SAMSS-004, and applicable Code
5.3.4.3.24 Hydrostatic testing shall be done in accordance with 5.3.4.9 After completion of
pressure testing, the vessel shall be completely drained and thoroughly dried including
surfaces of internals.
5.3.4.3.25 Vendor shall refer to pressure data sheet and insulation specification T80-N-
PP-969551 for the insulation requirement and construction shall be in accordance with SAES-
N-001 and applicable PIP standard for insulation.
5.3.4.3.27 All documentation as requested by Company NMR template (NMR 601, 602 &
NMR 603) including Assembly drawings, detail drawings of all pressure components, detail
drawings of internals, internal & external attachments, WPS/PQR/Weld Maps, Fabrication and
Inspection procedures ITP, etc.
5.3.4.3.28 Fill and submit the Safety Instruction Sheets (SIS) as per SAES-A-005.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.29 Materials shall comply with the data sheets, Saudi Aramco Specification 32-
SAMSS-004 & SAES-D-001, Section 12 and ASME Section II Part-A.
5.3.4.3.31 Flanges, fittings, piping, gaskets and all inspectable material shall be purchased
from Saudi Aramco approved manufacturers.
5.3.4.3.32 Allowable stresses of all materials shall be taken from the tables of ASME
Section II Part D and the corresponding material and temperature.
5.3.4.3.33 Corrosion allowance for all internal welded attachments shall be same as that
of the vessel wall for each side exposed to the process stream, unless otherwise specified.
5.3.4.3.34 Corrosion allowance for loose internals made of the same material as shell shall
be half that of the vessel wall for each side exposed to the process stream, unless otherwise
specified.
5.3.4.3.35 External and internal attachments welded to the vessel shall be of the same
material as the vessel wall material.
5.3.4.3.38 Materials shall be selected such that their mechanical properties are acceptable
after the equivalent of FOUR (4) full PWHT cycles If not LPWHT. These cycles shall include
the final PWHT, and one repair on production. and two PWHT cycles required as a result of
any future potential repairs. Materials shall also
conform to additional test requirements as specified in Saudi Aramco Specification 32-
SAMSS-
004, Section 12.
5.3.4.3.39 Nozzle type, manways and their connections shall be as per criteria defined in
Saudi Aramco Specification, Section 8.5.2 of 32-SAMSS-004.
5.3.4.3.40 All the flanges and gasket seating surfaces shall be in accordance with 32-
SAMSS-004 Para 8.3.
5.3.4.3.41 Pressure ratings for standard flanges shall be in accordance with the following
(32-SAMSS-004 Parag.8.3.3.b):
a) ASME B16.5 for flanges NPS 24 and smaller.
b) ASME B16.47, Series A for flanges larger than NPS 24.
5.3.4.3.42 Manways (24” in size) shall be provided with cover, davit, handle, gaskets, bolts
and nuts. Internals to be removable from manways.
5.3.4.3.43 All external bolting shall be Ceramic Fluro-Polymer Coated as required on Data
Sheet.
5.3.4.3.44 Minimum inside corner radius of integrally reinforced contour nozzles and
manways shall be 13 mm.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.45 Minimum projection for nozzles and manways necks as per 32-SAMSS-004,
par. 8.1.2, Data Sheets & specifications
5.3.4.3.46 The design details for nozzles, supports, and other attachments to the vessel
pressure containing components shall be free of high local stress concentrations, e.g., sharp
discontinuities, immediate changes of direction of a surface, notches, weld undercuts, etc.
Internal and external fillet welds shall be ground to a smooth and generous concave contour.
Notches, weld undercuts, etc. shall be removed.
5.3.4.3.47 Bolt tensioning device shall be used for bolting up flanged connections with stud
bolts of diameter 1-½ inch and above. Bolt up of flanges, irrespective of bolt diameter shall be
according to ASME PCC-1 requirements.
5.3.4.3.49 All the internals that vessels may have for the operation of the package shall be
included in vendor’s scope of supply.
5.3.4.3.50 Internals shall be designed for strength, corrosion, workability and thermal
expansion.
5.3.4.3.51 All removable components shall be designed in accordance with drawings and
to pass through the manway.
5.3.4.3.52 Vendor shall be responsible for the supply and installation of all supports that
are welded to vessel in accordance with datasheets and project specifications.
5.3.4.3.55 Skirt shall be supplied with access hole(s) with removable wire mesh screen,
vents holes, anchor chairs with upper and lower base rings.
5.3.4.3.56 Skirt reinforcements shall compensate for the loss of strength induced by the
access opening.
5.3.4.3.57 For all vertical skirt-supported equipment, no flange connection shall be allowed
inside the skirt.
5.3.4.3.58 The mean corroded diameter of the shell and the mean diameter of the skirt
shall coincide [rounded off to the nearest 3 mm], and shall be symmetrical about the vessel
centerline in accordance with 32-SAMSS-004 Para 10.2.4.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.60 Material of skirt shall be same material as the vessel wall base material for a
minimum distance of 300 mm. Remaining section may be same material or same ASME
material P-number, or SA-516 Gr.70. The vessel nameplate shall clearly identify the skirt
material specification(s) and its extent when the skirt is made of more than one material.
5.3.4.3.61 Tailing Lugs required for all skirt-supported vessels of this Requisition.
5.3.4.3.62 Skirt brazed beams, if required, shall be Included within Vendor Scope of Supply
5.3.4.3.64.1 To account for external nozzle loads, Vendor shall provide adequate
reinforcement for all nozzles 2” and larger based on the nozzle loads listed in Attachment of
this Document.
5.3.4.3.64.2 Nozzle local load analysis shall be performed in accordance with WRC-297,
WRC537 or Finite Element Analysis (FEA). The piping loads shall be considered, (e.g.
superimposed on wind / seismic loads etc.) in the design of the vessel support / anchor bolts.
5.3.4.3.64.3 Stress analysis due to piping, equipment, lifting, supports and other external
loads shall be completed in accordance with the procedures as detailed in WRC 537, WRC
297 or a finite element analysis.
5.3.4.3.64.5 For loads to be applied in equipment heads, a resultant force and moment
obtained from the reduction of the system form by a Longitudinal Force (VL) and a
Circumferential Force (VC), and Circumferential Moment (MC) and Longitudinal Moment (ML)
respectively shall be used.
5.3.4.3.64.6 Pipe supports and support clips shall be designed for loads as per the Design
Contractor supplied piping loads.
5.3.4.3.64.7 Stress analysis (if required) shall include the following junctures:
o Head to Shell.
o Support to Vessel.
o Nozzle to Shell.
o Tray supports to vessel wall
5.3.4.3.66 Nameplates and nameplate mounting brackets shall be located such that they
will not be covered by insulation and are easily readable from grade or a
platform. Brackets shall extend from the outside of vessel to clear insulation,
and with sufficient access for surface preparation, and painting.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.3.67 Nameplates shall be 3-mm minimum thickness and manufactured from type 304
stainless steel or Monel and continuously welded to the mounting bracket
according to PIP VEFV1100
5.3.4.3.68 Nameplate shall be in accordance with ASME Code and Saudi Aramco
Specification 32-SAMSS-004 Section 17.
5.3.4.3.69 All tanks shall be provided with an agitator and driver, top vertical mounted.
Mixers in SS 316 L.
5.3.4.3.70 A minimum 2-inch NPS flanged steam-out connection shall be provided at each
pressure vessel.
5.3.4.3.72 Vessels shall be provided with at least one manway that does not require
removal of the mixer.
5.3.4.3.73 Vendor to provide in all vessels connection for Nitrogen blanketing, including
PCV and pressure gauge.
5.3.4.3.74 Tank surface preparation, painting and coating shall be in accordance with
SAES-H-001. The tank painting requirements shall be specified by the vendor in the tank data
sheet including approved protective coating system (APCS), surface preparation, primer type,
nº of coats, total thickness, etc.
5.3.4.3.75 The storage tank shall have level (Low and high) gauge, transmitter for low/high
alarm as well as level transmitter to trip the pump as requested in data sheet. Additionally a
temperature gauge at the tank shall be supplied.
5.3.4.4.1 VENDOR shall be responsible for the hydraulic and mechanical design in full
compliance with this Specification and all documents referenced in Requisition.
5.3.4.4.2 Vendor shall provide a rigid tructural steel skid designed as a single lift package
with all equipment, hardware and instrumentation installed in accordance with 32-SAMSS-
038.
5.3.4.4.3 The arrangement and spacing between equipments shall have adequate space
for operation and maintenance. Refer to SAES-B-054 for minimum requirements.
5.3.4.4.4 Vendor shall provide suitable access openings into the vessel together with
necessary platforms, ladders and stairways for inspection, maintenance, replacement of
demisters, and flushing and cleaning of internals.
5.3.4.4.5 No equipment, piping, junction box and other item shall project beyond the skid
edge.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.4.7 Structural shapes and plate shall normally be fabricated of carbon steel
confirming to ASTM A36. Killed steel shall be preferred.
5.3.4.4.9 All steel structures of platforms and ladders shall be bolted type.
5.3.4.4.10 The skid shall be provided with lifting lugs for a four-point lift. As a minimum,
each lug shall be designed to support the full weight of the complete skid plus a horizontal
load equal to 5% of the package weight. Any lifting devices (such as spreader beams), which
are required to prevent damage to equipment mounted on the skid while the lifting operation
is being carried out, shall be provided by the VENDOR. Impact loads to be determined
following SAES-M-001 and 12-SAMSS-007.
5.3.4.4.11 Lifting the skid complete with all equipment mounted shall not permanently
distort or otherwise damage the skid or the equipment mounted on it. Lifting lug attachment
welds shall be 100% MT/DP tested. An impact factor of 2.0 shall be considered in design. Full
penetration groove welds in lifting lugs shall be 100% UT inspected.
5.3.4.4.12 There shall be no projections of equipment outside the perimeter of the skid
5.3.4.4.13 The design of the skid shall consider lifts required during transportation as well
as final installation at site.
5.3.4.4.14 All piping, piping supports and equipment shall be skid mounted by the Vendor.
Skid shall be directly placed on Purchaser’s provided foundation. VENDOR shall confirm the
foundation mounting requirements.
5.3.4.4.15 VENDOR shall provide the skid dimensions, centre of gravity, individual weights
of major components and total weight of the package.
5.3.4.4.16 In case natural frequency or resonance exists during the final test at site caused
by any centrifugal forces, it shall be corrected by the VENDOR at no cost to the
Purchaser.
5.3.4.4.17 The package flooring shall be checker-plate decking, steel grating, or other non-
slip surface. The skid shall be fully seal welded and designed to protect against soil
contamination.
5.3.4.4.18 Full continuous welds shall be used for structural steel skid.
5.3.4.4.19 Equipment shall be mounted on the skid such that equipment supports be
directly attached to the primary structural members of the skid. Unless otherwise indicated,
equipment shall be bolted on the skid.
5.3.4.4.21 All components, including valves, ladders and platforms etc, shall be fit up
preassembled (where possible) in the shop before shipping. The component may be
disassembled for shipment, under CONTRACTOR previous approval, by the
VENDOR. If disassembly is required, all components shall be labelled or marked by
the VENDOR for ease of reassembly on site. VENDOR shall list these components
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
and provide complete erection drawings which denote the piece number and location
of each piece or section. The erection instructions shall be clear step by step
procedure reflecting the order of priority the piece must be together.
5.3.4.4.22 The package and auxiliaries shall be shop assembled to maximum shippable
size to minimize fieldwork required to complete the package field installation.
5.3.4.4.23 The package and auxiliaries shall be designed to minimize welding in the field.
Welding at field design is not allowed unless specifically approved by CONTRACTOR
5.3.4.5 PUMPS
5.3.4.5.1 Pumps shall be designed in accordance with API STD 675, 3rd Edition and in
compliance with 31-SAMSS-009 & SAES-G-006.
5.3.4.5.2 Accessories for API 675 pumps: Vendor shall also include in the scope:
Pulsation dampeners at the suction and discharge, as requested in data sheet and any other
accessory as per required in applicable SAMSS and for a correct operation of the package.
Pulsation dampeners of the suction and discharge will be interchambly designed.
5.3.4.5.3 All the alloy components of pumps and auxiliary equipment subject to internal
process pressure shall be PMI tested.
5.3.4.5.4 The bearing housing of pumps and motors specified with non pressurised
lubrication systems shall be provided with constant level oiler, 3d-type level sight glass and
also a drainable sight glass (installed under the bearing housing) to drain condensed water
from bearing housing.
5.3.4.5.5 Suction and Discharge flanges shall be rated the same per design code applied.
All associated piping shall be designed as well to discharge MAWP until and including suction
isolation valve.
5.3.4.5.7 The Net Positive Inlet pressure available shall exceed the Net Positive Inlet
Pressure Required by a minimum of 1 m (3.3 ft).
5.3.4.5.8 Caustic injection flow control from minimum turndown to maximum demand shall be
achieved by automated stroke adjustment adjustable plus recirculation line with needle valve
(the later to be used during scenarios of low caustic demand). Caustic pump capacity shall
be automatically adjustable from 6.5 to 184 lb/h (3.9% to 110%).
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.6.3 VENDOR shall provide all instrumentation, control valves, relief valves etc. for
the safe operation, monitoring, control and shutdown of the Package.
5.3.4.6.4 The Package shall include emergency shutdown systems and all required
systems/ monitoring facilities to ensure safe operation of the plant.
5.3.4.6.5 For instruments connected to safety systems, SIL certificate according to IEC-
61508 ed 2010 shall be provided. This certificate shall be issued by a third party and shall
include the failure rates.
5.3.4.6.6 If safety system instruments are part of a Safety Instrumented Function (SIF) as
per SIL allocation report, vendor shall provide Process Safety Time as specified in SAEP-250.
5.3.4.6.7 Vendor shall provide support and information required by CONTRACTOR for
Alarm signal rationalization study.
5.3.4.6.9 VENDOR shall supply all necessary information for implant the software in
ESD/DCS/CCS/MPS. Implementation of the control Logic at DCS / ESD shall be by the
CONTRACTOR but VENDOR shall issue all necessary documentation for the
CONTRACTORS implementation, this is control loops, logic diagrams, control narratives,
cause & effect diagrams, etc. for DCS, F&G and ESD system
5.3.4.6.12 Instruments interfaced with the DCS shall use FOUNDATION filedbus (FF)
communication protocols as per the reqirements specified in SAES-J-904.
5.3.4.6.13 Segments containing final control elements (i.e., control valves, modulating
damper actuators, etc.). shall contain a maximum of two (2) MOVs per segment only. No other
FF devices shall be allocated to the segment. Where local FF electronic indicators are used
for additional local indication in the field, these devices shall be wired to the same segment
as the parent transmitter.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.6.14 Instruments wired to the ESD, BMS and/or CCS shall utilize smart transmitters
based on conventional 4-20 mA analogue inputs with superimposed HART.
5.3.4.6.17 Vendor shall provide all the HART Device Type Manager (DTM) files associated
to the supplied 4-20 mA transmitters in order to interface package instruments with the
Instrument Assets Management System (IAMS) provided by YOKOGAWA for instrumentation
diagnostic and maintenance purposes.
5.3.4.6.18 Instruments and their accessories (cable, cable gland…) shall be labeled, listed
or certified by any of the agencies in the Approved IECEx Certification Bodies (ExCBs) under
the IECEx Certified Equipment Scheme. Electrical protection shall be “explosion proof” Ex d.
5.3.4.6.19 Solenoid valve, when provided, shall be provided of low power consumption
type (< 2 WATTS).
5.3.4.6.21 All instrument cables supplied by VENDOR shall be installed on channel (76,
102, or 152 mm (≈ 3, 4, or 6 inches) with a minimum loading depth of 32 mm (≈1-¼ inch) tray
with the corresponding supports and including all the necessary accessories as elbows, tees,
covers, etc. Cable tray shall be cooper free aluminum (maximum of 0.6 % copper).
5.3.4.6.22 All instrument enclosures and junction boxes shall be third party certified. Self-
certification is not acceptable.
5.3.4.6.23 CONTRACTOR will provide an example format to be used for the I/O List,
Cause-Effect drawings, control narratives, Modbus List if applicable, to be used by VENDOR.
It is mandatory to use these formats.
5.3.4.6.25 Regarding Instrumentation Tubing & Fittings 9com 6000000208, and pursuing
standardization requirements across the plats, Buyer will inform Seller no later than 31st March
2020 which Instrumentation Tubing & Fittings Supplier/Brand that has been selected among
those listed below. As a result, Seller is restricted to use only material coming from that
selected Supplier/Brand with no exception.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.6.26.4 2 Level transmitters (one for alarm and the other for trip) at each tank/vessel.
5.3.4.6.26.6 1 Temperature gauge at each tank/pressure vessel for indication of bulk fluid
temperature.
5.3.4.7.1 General
5.3.4.7.1.2 The electric motor shall be designed in accordance with international standards
(as applicable) and the referenced Equipment Data sheets: 17-SAMSS-503 “Severe-Duty,
Totally Enclosed, Squirrel Cage Induction Motors to 500 HP” shall apply to LV motors and it
modifies IEEE 841 standard.
5.3.4.7.1.4 For LV motors the starting current must not exceed 6 times the rated current.
5.3.4.7.1.5 Before terminal box manufacturing, Vendor shall request Purchaser the
termination kit size in order to check that the same can be allocated inside TB.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.7.1.7 All motors shall be provided with oversized terminal boxes to be defined along
detailed engineering. Feeder cable and cable gland sizes and quantity will be confirmed based
upon final motor ratings.
5.3.4.7.1.8 Distance between bottom of Main Motor Terminal box and skid Base Plate/Bed
Frame to be indicated (considering minimum power cable bending radius).
5.3.4.7.1.9 Main Motor Terminal Box should be located as per purchaser requirements to
be defined once Vendor documents will be received. In case the clearance between bottom of
main motor JB and skid is not enough considering minimum power cable bending radius, the
JB shall be rotated 90º (cable entry from NDE), or shall be located on top.
5.3.4.7.1.11 Enclosures and terminal boxes having an internal volume exceeding 2000 cm³
shall be provided with Type 300 Series stainless steel breather and drain fittings, or a
combination of breather and drain fitting, as per SAEP-104, clause 7.7.
5.3.4.7.1.12 Vendor shall request Purchaser the required cable gland NPT size BEFORE
starting motor manufacture.
5.3.4.7.1.13 Grounding terminal shall be provided inside LV motors cable terminal box.
5.3.4.7.1.15 Motors rated 75 kW (100 HP) and above shall be equipped with space heaters.
5.3.4.7.1.16 Driver power rating shall cover at least end-of-curve required power, unless
otherwise specified in any applicable standard or specification.
5.3.4.7.1.17 All electric motors shall be able to work in the classification area indicated in
project documentation.
5.3.4.7.1.18 Motors for use in Zone 2 hazardous (classified) locations shall be of the Totally
Enclosed type, per NEMA, or Ex-n, per IEC, as a minimum.
5.3.4.7.1.22 VENDOR shall complete and submit individual data sheets (Motor manufacturer
DS & Saudi Aramco Smart DS Motors) for each supplied motor and electrical device.
5.3.4.7.1.23 Motors 0.746 kW and larger shall be in accordance with Saudi Aramco Materials
System Specifications 17-SAMSS-502, 17-SAMSS-503, or 17-SAMSS-520 as applicable. This
statement includes motors used for auxiliary equipment.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.7.1.24 IEC or Ex labelled equipment meeting requirement of IEC 60079 and certified
by one of the agencies in the Approved IECEx Certification Bodies (ExCBs) under IECEx
Certified Equipment Scheme is acceptable. Class and Zone markings are not required on Ex
marked equipment but method of protection must be marked and must correspond with NEC
Article 505 requirements for suitable protection method(s) for the hazardous area where the
equipment is applied. Markings based on other schemes or directives such as ATEX are not
acceptable as per SAES-P-100.
5.3.4.7.1.25 Minimum efficiency at full load shall meet or exceed Table 2 of IEEE-841.
5.3.4.7.1.26 As Pump/fan and motor will be installed on base plate provided by the vendor,
all metallic electrical equipment and enclosures shall be bonded to the supporting metal frame
in accordance with the NEC
5.3.4.7.1.28 The motor shall be capable of starting and accelerating the driven load to
operating speed with 80% of the motor rated voltage at the motor terminals under minimum
bus short circuit conditions.
5.3.4.7.1.29 The starting time curve to be provided for 100% and 80% voltage along with
Torque speed curve. Run-up time and Stall time shall be also indicated for 100% and 80% Un.
5.3.4.7.1.31 Vendor shall provide an Excel file (tabular form file) during detail design stage
containing as minimum the below listed attributes for each supplied motor.
Vendor will provide the excel file format during detail design stage.
- Equipment tag
- Service description
- Rated Power
- Impedance
- Rated voltage
- Brake power
- Minimum required power
- Operating factor
- Number of phases
- Power factor at 100%
- Power factor at 75%
- Power factor at 50%
- Power factor at starting
- Efficiency at 100%
- Efficiency at 75%
- Efficiency at 50%
- Phase arrangement
- Full load current
- LRC to FLA ratio
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
- IP Degree
- Supply
- Frequency
- Stall & Run-up time
- Type of Explosion Protection
- Manufacturer
5.3.4.7.2.1 The packages will be located in: Class 1 Zone 2, IIB T3.
5.3.4.7.2.2 All equipment and materials supplied by Vendor shall comply with the applicable
Electrical Code. The design, construction, and installation shall be in accordance with the
following codes and standards:
• SAES-P-100 Paragraph 8.
• ANSI/NEMA.
• IEEE.
• NFPA 70, National Electrical Code (NEC), (with the additions and exceptions
included in SAES-P-100 Paragraph 8).
5.3.4.7.2.3 Vendor shall comply with the requirements detailed in Project procedure HSE
Instructions to VENDORs, 10230-00-091-PD-0002.
5.3.4.7.2.4 VENDORS shall satisfy all legal requirements required by the applicable
Electrical Code relevant to risk evaluation, documentation to be supplied and necessary
certifications.
5.3.4.7.2.6 VENDORS shall follow the hazardous area classification for the packaged unit,
in accordance with ARAMCO Standard SAES-B-068 (API RP 505 -2013)and all installed
equipment and material will comply with the requirements of the area in which they are to be
installed and will be specified in the equipment data sheets and meet the requirement of SAES-
P-100 Paragraph 8.
5.3.4.7.2.7 VENDORS shall prepare the documents relevant to their own scope of work in
accordance with the Project Supply Specifications, where applicable, including:
a) HAC Release Source List
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.7.2.8 VENDORS shall identify all risks associated with its equipment, analyze and
provide along with the equipment, the necessary measures for the elimination or minimization
of such risks.
5.3.4.7.2.9 VENDORS shall as well as supply all the information necessary for safe
operation of the equipment and in particular that referring to potential sources of ignition
evaluated.
5.3.4.7.2.10 All Equipment shall be provided with a sufficient quantity of isolating devices to
allow safe isolation and maintenance of the Equipment.
5.3.4.8.1 Package vendor shall be responsible to check for flexibility of the supplied
piping. Piping shall be permanently supported by vendor.
5.3.4.8.2 In general packaged lines shall be grouped together at the established battery
limit and vendor shall anchor all lines close to this point.
5.3.4.8.3 Skid piping and supports shall be designed so that all piping stresses and
movement are absorbed within the skid and no loads are transferred to the mating pipe.
Package vendor shall be responsible to ensure that nozzle loads on equipment nozzles are
under the allowable.
5.3.4.8.5 Fabricated piping and Auxiliary piping design shall be designed in accordance
with 01-SAMSS-010.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.4.8.8 All piping interface to COMPANY's Piping shall terminate at the skid edge with
a flanged connection.
5.3.4.8.9 The skid piping shall be adequately supported and anchored at the battery limit.
5.3.4.8.10 All piping and equipment within the skid shall be properly supported. Vendor
shall design, supply and install the supports.
5.3.4.8.12 All the customer connections shall be either impression stamped or permanently
tagged.
5.3.4.8.13 VENDOR shall apply, as required, the requirements for materials and
application of insulation system for piping (including in the scope of VENDOR) in accordance
with Saudi Aramco standard SAES-N-001. Insulation type, insulation materials, application
of insulation, and insulation thickness table are defined in this document. Also, the insulation
THICKNESS TABLES specified in this document shall be followed by
VENDOR.
5.3.4.8.15 Equipment and piping Isolation shall comply with Project Isolation Philosophy.
Isolation valves for all auxiliary and utility connections (Except Water) shall be
provided by VENDOR.
5.3.4.8.16 Standard SAES-D-001 shall be followed for gasket selection, section 7.4,
gaskets shall be spiral wound type, with solid inner ring 316 SS for vacuum application.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
- Define static loads: dead weight, auxiliary and fixed equipment operation loads and
accessories, both, vertically and horizontally (such as drives, skid, machine) and
locations such that the center of gravity that may be calculated including point of
application, value and direction.
- Define unbalancing dynamic loads: primary and secondary unbalanced forces, couples
and moments both, vertical and horizontal, including point of application, magnitude,
direction and frequency.
- Mass moment of inertia about the CG of the machine or sufficient data and individual
components and their CGs to calculate the mass moment or inertia.
- Define the maximum peak to peak allowed amplitude for foundation vibrations, at the
frequencies corresponding to the machine’s operation range.
- Required anchor bolt post tension stress.
- Machine Limitations (vibrations, amplitudes…).
- For most structures and equipment, ordinary strength anchor bolts can be used (AST0
A307, ASTM A36/A36M or F1554 ft. 36). If the anchor bolt loads require anchor bolts
in excessof 50 mm (2”), high-strength anchor bolt material should be considered.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.5 EXCLUSIONS
The following equipment and/or services will not belong to the VENDOR’s scope of supply:
- Detail design and supply of all material for all concrete foundations and civil works.
- Electric motor starters.
- Electric power supply.
- Local control stations.
- Injection quills.
- Interconnecting piping / valves / fittings outside the skid.
- Complete electrical mounting materials outside battery limits / skid boundaries (field
cable and trays).
- Electrical mounting materials for instrumentation (multi-cables and trays) outside
battery limits.
- Communication cabling and assembly for interconnection with the PCS.
- Erection / installation at site.
- Multicables, multicable side cable glands and cable trenches between junction boxes
and marshalling or control cabinet located in PIB, CCR and/or substation, as
applicable.
- Fireproofing.
- PCS / ESD
- First charge of lubricants.
- Local Control Station (a JB including HOA selector when required, START/STOP
pushbuttons and lamps. Allow local/field command).
- Instrumentation Junction boxes.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
Vendor and Sub Vendor must produce the required documentation to show that their Positive
Material Identification (PMI) personnel fulfill the following qualification requirements:
a) Operator must have at least 3 years of experience in PMI techniques in Oil & Gas
applications.
b) Operator must show his working knowledge to CONTRACTOR Inspector and
COMPANY representative regarding the PMI instrument and alloys. VENDOR must
produce the Inspector’s training certificates from PMI Instrument
manufacturer/provider.
c) VENDOR must ensure that certified alloy samples are available at Shop for verification
purpose.
Applicability of PWHT for each of the former joints shall be indicated in the summary list, along
with the joints from where the test coupons must be taken.
In accordance with CONTRACTOR “QA, QC/Inspection & Expediting Requirements for
Vendors” 10230-00-140-PD-0003, Vendor shall use the template number 09 included in the
“QA, QC/Inspection & Expediting Requirements for Vendors”.
The following is a brief description of the WPS (Welding Procedure Specification) review
process and the information required to carry out a satisfactory evaluation of Vendor welding
dossier.
Review Process
The WPS review process is carried out in the following stages.
1. A technical evaluation considering:
a) The associated PQRs (Procedure Qualification Records) and supporting test
results.
b) The applicable international codes.
c) The applicable Saudi Aramco project standards (at given cut-off date).
2. An evaluation of the proposed application considering:
a) Service environment.
b) Specified materials.
c) Design requirements.
d) Constructability.
e) Any formally agreed waivers to project standards requirements.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
1. A Weld Map or WLDT (Weld Line Description Table) that identifies where the WPSs
are intended to be used.
2. WPS’s to cover all the joints and applications shown in the Weld Maps or WLDTs.
3. All referenced PQR’s and associated test results for each WPS.
4. PWHT (Post Weld Heat Treatment) procedures including hot forming heat treatments.
5. Service / application details:
a) The specified international codes (ASME VIII, ASME B31.1/3/4/8, API etc.).
b) Environment (sour, hydrogen, cyclic, heavy wall, high temperature, caustic etc.).
c) MDMT (Minimum Design Metal Temperature).
d) Low temperature Impact strength requirements.
e) Material thicknesses and diameters at each joint.
5.3.7.3 Regarding Preservation of Steel pipe sections and specially fittings, VENDOR is not
allowed to use any preservative agent based on bitumen (as Japanese Black, Japanese
Varnish, Coal tar, Brunswick Black, Black Coating, etc.).
5.3.7.4 The VENDOR must include under the scope an optional price of the Insulation (Pre-
Dressing) in the workshop.
5.3.8.1.1 CAPITAL SPARE PARTS: are those major replacement parts or complete units
essential to continuous operation when long delivery or manufacturing economy is a
significant factor. Capital Spares Parts are subject to Start-up and Operating Spare Parts
support the same as Parent Equipment.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.8.1.2.2.1 minimum two sets of spare gaskets with a blind flange for each manway and
blinded nozzle in the vessel.
5.3.8.1.2.2.2 minimum one set of service gasket set (200%) and two sets of spare gaskets
for each nozzle with companion flanges in the vessel.
5.3.8.1.2.2.3 all bolting with minimum 10% spare bolting (3 minimum for each size) per
vessel.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.8.1.3 SPECIAL TOOLS: are Special Tools that are required for the installation and
maintenance of the FACILITIES.
5.3.8.1.4 OPERATING SPARE PARTS: are Spare Parts or components that are required
for continuous operation of the plant, equipment or system after commissioning of the
FACILITIES
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.8.3.1 The recommendations for Capital Spare Parts (if applicable) shall include long
lead-time, machined, molded or cast parts which can best be supplied when included in the
manufacturing schedule of the Parent Equipment, and their quoted material prices and any
other information required for the justification.
5.3.8.3.2 VENDOR shall be required to define the Spare Parts and Special Tools data for
all the required Spare Parts including those identified by CONTRACTOR, if any, and all other
potential Spare Parts of the Equipment within their scope of supply, with their respective unit
prices.
5.3.8.3.3 Any additional Start-up Spare Part and/or Special Tool that may be identified as
required during the detailed engineering of the SUPPLY and that has not been specifically
listed and offered during bidding phase shall be considered as integral part of the SUPPLY
and be furnished by VENDOR at no additional cost.
5.3.8.3.4 Unless otherwise specified, Start-Up Spare Parts and Special Tools will be
purchased with parent equipment under PURCHASE ORDER and shall be delivered with
parent equipment.
5.3.8.3.5 VENDORs Start-Up Spares, Capital Spares and/or Special Tools Lists must be
priced separately and valid for acceptance, by CONTRACTOR, for the whole duration of the
order.
5.3.8.3.7 Successful VENDOR selected to furnish the main equipment and materials shall
finalize the agreed Spare Parts list complete, including interchangeability, delivery terms and
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.8.3.8 All Spare Parts and Special Tools shall be properly documented.
Documentation, certificates, etc., associated to Spare Parts and Special Tools shall be
independent from the rest of documents and easily traceable within Purchase Order
Documents.
5.3.8.4.2 An acceptable SPDP shall strictly follow instructions contained within point 5.0
of SAEP-3101 Appendix “C” and below particularities for some of the requirements:
a) Duly filled 10230-F-ITG-130-107-IX – Face Sheet for SPDP as document cover.
b) Certified recommendation for Operating Spare Parts as per template 10230-F-ITG-
130-107-VIII – Operating Spare Parts List for SPDP.
c) Regarding Recommended priced spare parts lists (SAEP-3101D Exhibit S) and Bill of
Materials (BOM) must contain Original Equipment Manufacturer's part numbers (OEM)
as well as Original Component Manufacturer's (OCM) part numbers. These
recommended spare parts lists should include all spare parts required for the first two
(2) years of operation. Separate spare parts information for each main equipment and
auxiliary equipment are required. Unit price must be provided for any equipment or
component the manufacturer is not recommending spare parts for.
d) Approved and NMR-602 Cerified Equipment Data Sheets.
e) Complete Bill of Materials (BOM): A complete list of all spare parts for each individual
unique piece of equipment not limited to recommended spare parts for stocking, prices,
quantity used per piece of equipment, together with the original equipment
manufacturer part number and or the original component manufacturer part number.
f) Approved and NMR-602 Certified General arrangement drawings/ cross sectional
drawings/ drawings of the equipment, etc. which must enable company to readily
identify the position and quantity of spare parts listed in the bill of materials (BOM).
Applicable drawings to be submitted must be checked SAEP-3101 Appendix “D”.
g) Approved and NMR-602 Certified Nameplate drawings and/or details.
h) Approved P&ID: if skid-mounted equipment is supplied.
i) Catalog Cuts: Catalog information which will support descriptively and pictorially OEM
and OCM component and or equipment details.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
j) Unpriced Purchase Order Copy: and any subsequent change orders for the equipment,
showing contractor PO number and Saudi ARAMCO Purchase Order Number.
5.3.8.4.3 All supporting documentation as per SAEP-3101 Appendix “D” shall be scanned
in PDF format containing only the relevant equipment and Spare Parts data information.
5.3.8.4.4 All Equipment Data Sheets, BOM’s and Drawings included within SPDP must
include VENDOR corporate seal and red lettered FINAL stamp to be considered as certified.
5.3.8.4.5 VENDOR is encouraged to prepare any SPDP Waiver Request for any
equipment previously supplied to COMPANY in accordance with SAEP-3101 Appendix “E”.
5.3.8.4.6 Initial Spare Parts Data Package must be submitted immediately after approval
of engineering documents and related documentation and data for fabrication (NRM-601)
5.3.8.4.8 SPDPs will not be considered approved until SAUDI ARAMCO’s Materials &
Services Standardization Division (M&SSD) or a SAUDI ARAMCO designated 3rd Party
provides specific approval through Review Sheet.
5.3.8.4.9 SPDP deficiencies will be identified by SAUDI ARAMCO’s M&SSD through the
issuance of SPDP Review Sheet. Vendors may be requested to directly communicate through
email, conference call, video-conference, etc. with M&SSD or the designated 3rd Party for
the resolution of each of the deficiencies identified within the SPDP Review Sheet. If through
those communications VENDOR is not able to resolve referred deficiencies, VENDOR may
be requested to attend dedicated meetings at SAUDI ARAMCO M&SSD’s offices at no
additional cost.
5.3.8.4.10 Initial Spare Parts Data Package must be submitted immediately after approval
of engineering documents and related documentation and data for fabrication (NRM-601)
5.3.9 REPLICABILITY
5.3.9.1 VENDORs is encouraged to indicate in the SPDP the details of similar equipment
previously supplied to Saudi Aramco to help accelerating cataloging process. In this regard,
VENDOR should submit within sixty (60) days after the order a complete list of references of
SPDPs already submitted and approved for similar supplies in previous Saudi Aramco Projects
regardless if the order was placed by CONTRACTOR or other EPC CONTRACTOR different
than Técnicas Reunidas.
5.3.9.2 Vendors shall propose synergies by standardizing and or replicating the quoted
equipment as possible.
5.3.9.3 Additionally Contractor will introduce mandatory standardizing requirements in order
to simplify the Enginering, manufacturing and field assembly requirements. Vendors shall follow
the philosophy introduced by Contractor regarding Twin Areas.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.3.9.4 VENDOR shall be required to define the spare parts and operating materials data for
all the required spare parts including those identified by CONTRACTOR, if any, and all
other potential spare parts of the equipment within their scope of SUPPLY, with their respective
unit prices according to 10230-F-ITG-130-107-V “Spare parts and interchangeability list
SCOPE OF SERVICES
5.4.1 GENERAL
5.4.1.1 VENDOR shall provide all the necessary services for the design, fabrication, inspection
and testing of the equipment, including provision of information to enable CONTRACTOR to
design the installation and verify the design of the equipment supplied.
5.4.1.2 VENDOR shall provide a Production Program. VENDOR´s Production Program shall
be sufficiently detailed to enable CONTRACTOR to understand the sequence of design, sub-
ordering, document approvals, manufacturing, inspection, test, certification and release for
shipment.
5.4.2 PROJECT COORDINATOR
5.4.2.1 VENDOR shall, after order placement, assign a Project co-ordinator responsible for the
following activities:
a) Act as a single contact point for all communication between CONTRACTOR and
VENDOR.
b) Monitor and expedite all of the VENDOR'S and SUB-VENDOR'S activities to ensure
compliance with the agreed schedule and the requirements stated in this Requisition
and its reference documents.
c) Attend an order kick-off meeting at CONTRACTOR's office.
d) Attend a Pre-Inspection meeting at VENDOR'S workshop. If applicable, depending on
the Inspection Level.
e) Attend technical and progress meetings at CONTRACTOR'S office, these may include
HAZOP/ SIL studies, layout, constructability, operability, maintenance and safety
reviews, etc. Assure recommendations raised during this sessions are incorporated in
design documents.
f) If applicable, participation on Integrated Factory Acceptance Test (I-FAT) and Factory
Acceptance Test (FAT) for the Control and Safety System.
g) Monitor and expedite responses to CONTRACTOR'S communication with VENDOR.
h) Prepare the PURCHASE ORDER progress reports that will be submitted monthly in
the format that will be specified by CONTRACTOR at the KOM. These reports shall
contain at minimum the full PURCHASE ORDER Level III Schedule indicating the
overall status at each cut-off date as well as status of each equipment/main component,
document list with status, full material status report, to the level of detail that may be
necessary for a full follow-up of the order, indicating the sub-orders placed, what has
been released from SUB-VENDORS, in transit, received, etc.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
subsequent surface conditioning. The water to be used for the described test shall be suitable
for Stainless Steel (as required in the Project Specifications).
5.4.3.10 Pressure Vessel with both impact test and PWHT requirements (either by Code
or Service reasons):
“Whenever the Pressure Vessel has both impact test and PWHT requirements (either by Code
or Service reasons), the Carbon Steel Plates (SA-516) chemistry shall fulfill the following
additional requirement:
-Maximum Vanadium (V) content: 0.02 wt%
-Maximum Niobium (Nb) content: 0.02 wt%
-Maximum V plus Nb content: 0.03 wt%”
5.4.3.11 If VENDOR wants to substitute RT by recordable UT techniques (ToFD and
Phased Array), the following requirements shall be met in addition to applicable
Code/specifications requirements:
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
The technical requirements mentioned in the paragraphs above are based on requirements of
recent projects, however it may be subject to modifications by ARAMCO if deemed required
for the approval of the procedure. VENDOR shall not claim any impact due to these
modifications.
5.4.5 GUARANTEES
5.4.5.1 Guarantees shall be in accordance with Commercial Conditions and Instructions.
5.4.5.2 The equipment / materials shall be guaranteed for satisfactory performance at all
operating conditions.
5.4.5.3 If any performance or defects occur during the guarantee period, VENDOR shall make
all necessary alterations, repairs and / or replacements free of charge for the CONTRACTOR.
5.4.5.4 This Requisition in no way releases VENDOR from the final guarantees to materials,
equipment, workmanship and performance of the equipment and / or materials to be supplied.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.4.6.1 VENDOR shall quote for provision of suitably qualified and experienced personnel for
the Supervision of field services. Rates, manpower requirements and durations shall be quoted
for the provision of the following Field Services:
• Operator Training:
5.4.6.2 All VENDOR´s representatives must be capable of written and verbal communications
in the English language. All VENDOR representatives are expected to arrive on site complete
with all tools, personnel protection equipment (as required in the Contractor Site Safety
Program (CSSP)) and specialty equipment associated with their respective scope of work.
5.4.6.4 Site Services quotation instructions and requirements are included in the Commercial
Conditions and Instructions (CCI) attached to the RFQ.”
5.4.6.6 The requirements for the transport drivers will be among others; wear the PPE’s
required in the project (helmet, safety shoes, safety googles, gloves, safety clothes and high
vest) , submit for a project vehicle pass to the CONTRACTOR’s Security Coordinator prior to
entrance (Valid copies of driver license and/or equipment operator’s competency certification
and equipment, third party inspection when required, license plate number and description of
vehicle and current insurance documents) and comply with all the requirements included in the
Site Security Plan (10230-00-091-PD-0010).
5.4.6.7 The vehicle passes will be displayed on the inside of the windshield on the left side.
5.4.7 TRAINING
5.4.7.1 VENDOR shall quote for provision of suitably qualified and experienced personnel for
the Training. Rates, manpower requirements and durations shall be quoted for the provision
of the following Training Services:
a) At VENDOR’s facilities.
i. Pricing for specific training courses outside the Kingdom of Saudi Arabia.
b) On site.
i. Pricing for training sessions to be held in the Kingdom of Saudi Arabia.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
COMPANY shall have the right to adapt, re-format, publish and distribute equipment
publications and training manuals, or information contained therein, by any means within
COMPANY site to permit in-house training and support
Training, if required will be acquired directly by COMPANY, fixed prices and/or rates agreed
as well as all conditions agreed with CONTRACTOR will be transferred to COMPANY with no
extra cost.
5.4.7.2 VENDORS who will be performing any activity on site in the construction areas, will be
required to attend every training session as indicated by CONTRACTOR, including COMPANY
mandatory training if applicable, and specific Project CONTRACTOR Induction Session as a
minimum.
5.4.8 SECURITY OF INFORMATION AND DOCUMENTS
5.4.8.1 VENDOR shall develop, implement and maintain an information security policy to
protect information and telecommunications Systems and to ensure the integrity, confidentiality
and availability of PROJECT information and documents.
SUB-VENDORS
5.5.1 VENDOR shall control, co-ordinate, expedite and resolve all problems with any
SUB-VENDOR in order to meet the requirements of this Requisition.
5.5.2 VENDOR shall include in the quotation a list of all SUB-VENDOR proposed for
the supply of equipment and materials.
5.5.3 Main component suborders can only be awarded to approved SUB-VENDORS
(in the Project VENDOR List). VENDOR will defray all alternative SUB-VENDOR
prequalification costs.
5.5.4 Any selected SUB-VENDOR shall be approved by CONTRACTOR previously
to the sub-order placement.
5.5.5 CONTRACTOR reserves the right to reject any SUB-VENDOR proposed by
VENDOR without any price or delivery impact. For items not covered in the approved
Project VENDOR List, CONTRACTOR reserves the right to reject the selected SUB-
VENDORs by VENDOR during the detailed engineering without affecting the schedule and
the price
5.5.6 VENDOR shall attach to all Sub-Orders the “QA, QC/Inspection and Expediting
Requirements for VENDORs” 10230-00-140-PD-0003 and ensure that all SUB- VENDORs
fully comply with this document.
5.5.7 CONTRACTOR reserves the right to reject any of the selected SUB-VENDORS
by VENDOR if CONTRACTOR verify that what is stated in the “QA, QC/Inspections
Requirements for VENDORs” 10230-00-140-PD-0003 is not complied by any of the
selected SUB-VENDORS.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.5.8 VENDOR shall, as part of the detail design documentation, provide for
CONTRACTOR information, in case of Purchase Order, a copy of all SUB-VENDOR un-
priced Purchase Orders.
5.5.9 SUB-VENDOR un-priced Purchase Orders shall indicate in the main document
of the Purchase Order references to the “QA, QC/Inspection and Expediting Requirements
for VENDORs” 10230-00-140-PD-0003 and to the applicable SAMSS´s, SAES´s, project
specifications, and standard Drawings.
5.5.10 VENDOR shall distribute documentation, including a list of applicable applicable
SAMSS´s, SAES´s, project specifications, and standard Drawings, to the SUB-VENDOR
as part of the order to SUB-VENDOR.
5.5.11 VENDOR shall provide original manufacturer source information for all material
and spare parts supplied including, but not limited to, manufacturer´s name, address, sales
order number, sales contact name, telephone number, fax number and e-mail address.
5.5.12 Prior to Sub-Orders’ placement, VENDOR shall submit a SUB-VENDORS list
for CONTRACTOR’s review that shall include as a minimum the following information:
material description, 9COM, approved sub-vendor (Name and ID), Inspection Level and
Material Specification. Where applicable, VENDOR shall indicate in the SUB-VENDORS
list additional information such as quantities, sizes and ratings (e.g. for flanges, pipes,
tubes, valves or similar).
QUALITY REQUIREMENTS
5.6.1 Quality requirements are detailed in Project procedure 10230-00-140-PD-0003
“QA, QC/Inspection and Expediting Requirements for VENDORs”, included within this
Requisition.
5.6.2 VENDOR shall implement a Quality Management System according to the
latest version of ISO 9001 (Quality Management Systems – Requirements) and in
compliance with the quality requirements specified in this Requisition and the reference
documentation.
5.6.3 CONTRACTOR or appointed representative, reserves the right to carry out a
prequalification of the VENDOR prior to select it for the Project. This prequalification will
consist of one or more of the following activities: the completion of the CONTRACTOR
VENDOR Evaluation Questionnaire, the auditing of the VENDORs Quality System, a
Quality Surveillance at VENDORs workshop, and a Technical Evaluation.
5.6.4 CONTRACTOR or appointed representative, reserves the right to call for the
VENDOR to provide a schedule of VENDOR Quality Audits, appropriate to VENDOR /
SUB-VENDOR activities, and for VENDOR to provide reports on such audits.
5.6.5 CONTRACTOR or appointed representative, reserves the right to carry out
Technical and Quality Audits at the VENDOR / SUB-VENDOR office and workshops at
different manufacturing stages, to verify VENDOR / SUB-VENDOR manufacturing
performances and that the Quality System is being met.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
DOCUMENTATION REQUIREMENTS
5.8.1 Documentations requirements are detailed in Project procedure 10230-00-082-
PD-0003 “VDDR General Notes”, included within this Requisition.
5.8.2 Drawings shall be produced on Microstation version V8i SS3 (as per SAES-A-
202).
5.8.3 Vendor Project Records shall be produced according to SAEP-122 “Project
Records” included within this Requisition.
5.8.4 Material delivery is not considered complete until the required (1) electronic and
hard copies of VENDOR equipment operating instructions and equipment maintenance
manuals have been transmitted/ delivered to CONTRACTOR and receipt and approval of
instructions and manuals has been acknowledged by CONTRACTOR.
5.8.5 Drawings to be included in chapter 5.8 are required to be updated up to the “as
built” conditions.
VENDOR and SUB-VENDORS P&IDs shall be prepared in accordance with the
PROJECT´s Standards, including symbology and level of detail. Those P&IDs shall be
prepared in order to allow its integration into CONTRACTOR´S P&IDs. Requirements for
P&IDs development include, but are not limited, to the following:
* Equipment, instruments, signals, piping and appurtenances symbology to be as per
PROJECT´s Standards.
* Equipment, instruments and signals tagged according to PROJECT´s Standards.
* Lines numbering according to SAES-A-202.
* Correct identification of all battery limits between VENDOR & CONTRACTOR
integrated with CONTRACTOR with P&ID´s. Tie-in list with characteristics to be included.
* Integration of the VENDOR supplied electronic instruments and controllers with other
Plant control subsystems.
Once VENDOR is selected, CONTRACTOR will provide all requirements for P&ID´s
development (simbology, numbering, drafting requirements, seed files…).”
Additionally VENDOR shall provide together with each issue of the P&IDs a line list using
PROJECT format including information for all lines within VENDOR´s scope of supply filling all
necessary fields required as per format SA-2824 attached to this requisition.
5.8.6 All measurement instruments and pressure safety valves within VENDOR´s
scope of supply shall be calibrated prior to shipment to site. A calibration certificate
(traceable to laboratories certified according to ISO/IEC 17025:2005) must be issued per
each instrument. These certificates shall make reference to the CONTRACTOR Tag
Number of the instrument and they must be offered for review by CONTRACTOR
Inspector. A copy of the calibration certificates duly signed by the CONTRACTOR
Inspector shall be submitted to CONTRACTOR as a separate document coded CER-0006
(Instrument Calibration Certificates) or CUR-0001 (Calibration Curves) according to the
VDDR requirements. Additionally, it shall be included in the Final Quality Dossier within a
Section named “Calibration Certificates of Instruments Supplied by Vendor”. As part of the
document, it is mandatory to include a traceable list showing the Tag Numbers / Reference
Numbers of the instruments and their calibration range. Such list shall include heyperlinks
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
5.8.10 VDDRs are an integral part of this requisition and as are the complete spare
parts packages in COMPANY provided format and as such, notwithstanding the terms of
payment provisions in the conditions of purchase, Purchase Order payment up to the full
Purchase Order price may be withheld until all VENDOR Drawing and Data Requirements
and all non-material requirements and spare parts data packages are delivered and
accepted by CONTRACTOR.
5.8.11 In a first phase Vendor shall provide documentation for just one of the Twin
Items. Proposal for unified Documentation shall be submitted and validated by
CONTRACTOR. The final drawings and documentation shall be submitted separately for
each Tag No per Area at the end of the detailed engineering stage, once all the
CONTRACTOR´s comments are implemented by VENDOR in the revision without
comments of his documentation.
5.8.12 VENDOR shall send CONTRACTOR an early instrument list (including tag
number, loop number, instrument type and service) including all items belonging to the
package (these tags shall be reflected in P&ID´s). With this information CONTRACTOR
will issue Excel files with the datasheet fields to be completed and VENDOR will send them
back fully completed.
After awarding, CONTRACTOR will supply Excel files formats for Instrument List, I/O
signals List, Wiring and cable list and VENDOR shall include all information required in
these formats.
5.8.13 General Arrangement Drawing (GA) shall be submitted by VENDOR within the
agreed VDDR´s date. Skid / anchor bolt´s foot print and main nozzle location and elevation
shall be defined at first edition. No further modifications are allowed.
Gravity Centre and final weights shall be issued no later than second edition of drawing.
GA shall be agreed and approved at second edition. VENDOR shall strongly respect
approved GA. Any modification from VENDOR that originates reworks for CONTRACTOR
will be back charged
5.8.14 After submission by VENDOR of second revision of critical drawings it shall be
scheduled a “Critical VENDOR Drawing Freezing Meeting” in CONTRACTOR offices with
an approximate duration of one week (depending on equipment type) with the active
participation of VENDOR and CONTRACTOR applicable disciplines.
The objective of this meeting is to get the compromise of all involved CONTRACTOR
disciplines and VENDOR to review in detail all critical drawings and agreed the comments
so that the following revision of critical drawings sent by VENDOR will be returned by
CONTRACTOR as “Reviewed without comments”. After this meeting no modifications in
critical drawings shall be allowed to VENDOR (subject to penalties) nor additional
comments of CONTRACTOR (except if these comments comes from non-compliance of
contractual requirements by VENDOR).
This meeting will be also useful to review the rest of documents of the order, mainly
the ones related to Instrumentation, that probably could not be closed after this meeting
but deeply reviewed and main comments agreed.
5.8.15 In case CONTRACTOR has comments to the VENDOR documents, they will
be incorporated into the documents that will be returned to the VENDOR. If VENDOR does
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
not understand any of the comments, or considers that it is not applicable, the first option
would be to clarify the comment through telephone or email with CONTRACTOR. If this
channels do not solve the issue, a Comment Resolution Sheet (CRS) shall be completed
by VENDOR, using the template “Comment Resolution Sheet (CRS)” included in this
requisition, and sent to CONTRACTOR in order to clarify the comment and reach an
agreement. Format of CRS is attached to this Requisition. A single CRS shall be prepared
for each VENDOR document including the comments to be discussed related to this
document. CRS shall be named as follows: VENDOR Document Code-CRS Rev.X
(VENDOR Document revision).
DEVIATION LIST
5.9.1 The complete SUPPLY shall be in accordance with this Requisition and its
attached documents. VENDOR confirmed No Deviations to the requirements detailed in
RFI and further attached/mentioned applicable documents, as Data Sheets, specifications,
standards, etc. No deviations shall be allowed.
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Marjan Increment Program - Tanajib Gas Plant Project, Pk-09 & 11 PROJECT: 10230
102300202-A000002053-CP REV.: 00
This document is property of UTE TR MARJAN and TR Saudia for Services and Contracting Co Ltd.
Its reproduction without previous permission in writing is strictly forbidden. Rev.00
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-008-12
DPT : 136 - MECHANICAL
FOR: DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 1 DATE : 16/01/2020
With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
MECHANICAL
CAL-0005 R 120 after PO PDF 601
CALCULATIONS
CALIBRATION
CERTIFICATES FOR
CER-0006 3 I 150 after PO PDF 603
SUPPLIED
INSTRUMENTS
SAFETY INTEGRITY
CER-0009 4 I 150 after PO PDF 603
LEVEL CERTIFICATE
ELECTRICAL
CER-0001 PROTECTION 9 I 150 after PO PDF 603
CERTIFICATES
EQUIPMENT
CUR-0003 PERFORMANCE X R 90 after PO PDF 602
CURVES
STARTING CURVE AND
CUR-0004 R 90 after PO PDF 602
MOMENT OF INERTIA
OPERATION GENERAL
DES-0003 10,12 R 120 after PO PDF N/A
DESCRIPTION
PROCESS PIPING AND
DIA-0001 INSTRUMENT 10 X X R 60 after PO PDF 601
DIAGRAMS
AUXILIARY SYSTEMS
PIPING AND
DIA-0002 10 X X R 60 after PO PDF 601
INSTRUMENT
DIAGRAMS
DIA-0007 LOGIC DIAGRAMS 10 R 90 after PO PDF N/A
SYSTEM
DIA-0014 ARCHITECTURE X R 60 after PO PDF N/A
DIAGRAM
DOS-0001 WELDING DOSSIER X R 75 after PO PDF 601
FINAL QUALITY
DOS-0002 5 R 360 after PO PDF 603
DOSSIER
INDEX QUALITY
DOS-0003 R 120 after PO PDF N/A
DOSSIER
MATERIAL PURCHASE
ESP-0004 TECHNICAL R 60 after PO PDF N/A
SPECIFICATIONS
PROCESS HOOK-UPS
ESQ-0003 R 120 after PO PDF N/A
AND MTO
PNEUMATIC HOOK-
ESQ-0004 R 120 after PO PDF N/A
UPS AND MTO
COMPLETED DATA
SHEETS FOR MAIN
HDD-0001 X X R 60 after PO PDF 601
MECHANICAL
EQUIPMENT
COMPLETED DATA
SHEETS FOR AUXILIARY
HDD-0002 R 60 after PO PDF 602
MECHANICAL
EQUIPMENT
HDD-0004 NOISE DATA SHEETS X R 120 after PO PDF 602
With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
SPARE PARTS LIST FOR
PRECOMMISSIONING,
LIS-0016 X R 100 after PO PDF N/A
COMMISSIONING AND
START-UP
SPARE PARTS LIST FOR
LIS-0017 2 YEARS OF X R 100 after PO PDF N/A
OPERATION
CAPITAL SPARE PARTS
LIS-0018 X R 100 after PO PDF N/A
LIST
LIS-0019 SUB-SUPPLIERS LIST X X R 15 after PO PDF N/A
PACKING LIST & CRATE
LIS-0020 I 180 after PO PDF N/A
CONTENT LIST
LIS-0021 LINE LIST 10 R 60 after PO PDF N/A
INSTALLATION,
OPERATION AND
MAN-0001 R 150 after PO PDF 1 CD 603
MAINTENANCE
MANUAL
DETAILED DRAWINGS
FOR AUXILIARY
PLD-0002 I 90 after PO PDF 602
EQUIPMENTS AND
ELEMENTS
SECTIONAL DRAWINGS
PLD-0004 WITH PARTS I 90 after PO PDF 602
IDENTIFICATION
DRAWINGS OF
EQUIPMENT ANCHOR
PLD-0006 R 60 after PO PDF 601
BOLTS DETAILS AND
MOUNTING PLATES
DRAWINGS FOR
EQUIPMENT
PLD-0008 I 150 after PO PDF N/A
TRANSPORT
PREPARATION
NAMEPLATE
PLD-0019 R 90 after PO PDF 602
DRAWINGS
PLG-0002 INSTRUMENTS LAYOUT R 60 after PO PDF 602
GENERAL
ARRANGEMENT WITH
PLG-0003 6 X X R 60 after PO PDF 601
DIMENSIONS AND
LOADING DATA
PLG-0006 3D MODEL 7 R 90 after PO PDF N/A
QUALITY CONTROL
PLN-0001 13 X X R 60 after PO PDF N/A
PLAN
PRC-0001 TESTS PROCEDURES 14 R 90 after PO PDF N/A
With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
PRC-0039 LEAK TEST PROCEDURE R 120 after PO PDF N/A
TRACEABILITY
PRC-0024 R 120 after PO PDF N/A
PROCEDURE
PRG-0001 PROGRESS REPORT I 30 after PO PDF N/A
OVERALL
PRG-0003 MANUFACTURING X I 30 after PO PDF N/A
PROGRAM
COPIES OF UN-PRICED
SUB-0001 R 15 after PO PDF N/A
SUBORDERS
CAUSE AND EFFECT
TAB-0002 10 R 90 after PO PDF N/A
DIAGRAMS
GENERAL NOTES
1 Formats and templates attached to requisition shall be used for VENDOR documents development
2 Calculation for PSV, Control Valves, Orifices and Thermowell Wake Frequency shall also be submitted. Instrument data sheet shall be provided
for each Instrument tag Nº
3 Calibration Certificate must be provided for of all instrument that has local and/or remote indication, as well as Cold Test certificate for Relief
Valves. For all cases the corresponding identification of each item with Project TAG and calibration range shall be included. All these
certificates must be sent in a document under the coding CER-0006 at the time of Final Inspection as maximum, and must be included in the
corresponding section of the "Final Quality Dossier". This document shall include a list indicating TAG of instrument, serial number and
reference of calibration certificate.
4 For instruments connected to safety systems, SIL certificate according to IEC-61508 shall be provided
5 See document "QA, QC-Inspection, Expediting Requirements for Vendors" attached to requisition for details of how to prepare and submit the
Final Quality Dossier
6 First revision has to include, as minimum: equipment main dimensions (footprint), location of main piping nozzles and center of gravity,
foundation loads with location of anchor bolts. This information will be fixed and cannot be modified later (subject to penalties).
7 A dedicated 3D Model of the complete Package including auxiliaries in order to be integrated with CONTRACTOR´s engineering 3D Model shall
be supplied by Vendor. The type of file shall be as per requirements included in the Requisition
8 As minimum the following information will be included:
- Skid leveling acceptable criteria
- Shaft alignment procedure for drivers and driven equipment
- Complete information for grouting and skids installation
9 Electrical protection certificates shall be supplied as part of the final quality dossier. Additionally, certificates for main electric motors shall be
submitted by VENDOR as an independent item in the VDDL.
10 In a first phase Vendor shall provide documentation for just one of the Twin Items. Proposal for unified Documentation shall be submitted and
validated by CONTRACTOR. The final drawings and documentation shall be submitted separately for each Tag No at the end of the detailed
engineering stage, once all the CONTRACTOR´s comments are implemented by VENDOR in the revision without comments of his
documentation.
11 General note: This VDDR shall be followed in addition to the NMRs included in the requisition
12 Include control narrative
13 additionally consider Forging manufacturing Tracking and Special forgings ITP, if applicable
14 Additionally, the following procedures to be considered if applicable: Hardness Test Procedure, Impact test (PTC), Forging Manufacturing
quality Plan, Cold Formation procedure.
PROJECT NOTES
Técnicas Reunidas
VENDOR DRAWING AND DATA REQUIREMENTS VDDR Nº : 10230-136-ER-015-05
DPT : 136 - MECHANICAL
FOR: LOW VOLTAGE ELECTRICMOTORS FOR DOSING PACKAGES SIGNED FOR : ARMANDO PEREIRA HORMAECHEA
REV : 0 DATE : 10/03/2020
With
For Info(I) / Support of the With the
Code Document Notes the Critical Days Client Code
For Review (R) Documentation Shipment
BID
STARTING CURVE AND
CUR-0004 4 R 75 after PO PDF 602
MOMENT OF INERTIA
SINGLE-LINE
DIA-0006 2 R 60 after PO PDF N/A
DIAGRAMS
ELECTRICAL
HDD-0010 EQUIPMENT DATA X X R 30 after PO PDF 601
SHEETS
DETAILED DRAWINGS
PLD-0001 R 60 after PO PDF 601
FOR MAIN EQUIPMENT
JUNCTION BOXES AND
PLD-0014 R 60 after PO PDF 602
TERMINAL DRAWINGS
NAMEPLATE
PLD-0019 R 75 after PO PDF 602
DRAWINGS
GENERAL
ARRANGEMENT WITH
PLG-0003 3 X R 75 after PO PDF N/A
DIMENSIONS AND
LOADING DATA
QUALITY CONTROL
PLN-0001 R 90 after PO PDF N/A
PLAN
PRC-0003 FAT PROCEDURE R 110 after PO PDF N/A
GENERAL NOTES
2 Only applicable for panels. It includes Single line diagram, schematic and connection diagrams, interconnection diagrams, CT calculation, list of
components, terminal strip diagrams and consumption list.
3 Only applicable for panels. It includes General arrangement drawing, sectional drawings, fixing and mounting details.
4 It includes motor starting curves, motor performance curves and CT curves.
PROJECT NOTES
Requisition : 102300202
DOSING PACKAGES
MARJAN INCREMENT PROGRAM-TANAJIB GAS PLANT PROJECT PK 9&11
Supplier: ALDERLY
VENDOR TECHNICAL QUERIES & CLARIFICATIONS EVALUATION SHEET Quotation Ref. Nº: 022500202
Rev: Date: 14/jan/2020
Status Query
Item No. Description of the Query Vendor's Response TR Remarks Vendor's Response
(Open/Close)
1 GENERAL
All lifting lug connections shall be 100% magnetic particle inspected.
Full penetration groove welds in lifting lugs shall be 100% UT
1.1 Confirmed closed
inspected. Please confirm
1.2 All staniless steels and galvanized surfaces needs to be painted as per Confirmed closed
SAES-H-001, in acc with SAES-A-134. Please confirm
Vendor to confirm a common collector drain header within each skid
1.3 Confirmed closed
(vendor's scope) to collect all drains within the package.
Vendor to advise if any heat tracing is required in any package to
ensure the proper chemical quality and perfomrnace of the packages
Based on the experience with this kind of
chemicals, heat transer may not be
required. However, we cannot decide the
requirements as a package manufacturer.
Client has to confirm the requirement Based on your experience and conditions stated in DS, Provide price, as optional item, to Noted. Please provide the Project Specific
1.4 Awaiting response from client. It has to confirm By TR. At present, we Find spec attached closed
of heat tracing. vendor to advise if heat tracing is required. procurement department Specification for Heat tracing
have not considered any heat tracing. If
such heat tracing in required later on, the
same can be discussed and agreed by
both parties for commercial implications.
1.8 Confirm Noise level at 3 ft of the package is less than 85 dB(A) Confirmed closed
There shall be no projections of equipment outside the perimeter of the
1.9 Confirmed closed
skid. Please confirm
Confirm supply of the agitator and motor for the 3 packages: caustic,
Provide price implications to Procurement
1.10 oxygen scavenger and antifoam. Please check and update scope Confirmed with Price implications closed
Department
accordingly.
As minimum each lug shall be designed to support the full weight of the
skidded package plus a horizontal load equal to 5% of the package
weight.
1.12 Confirmed closed
Impact load to be determined following paragraph 5.6 of SAES-M-001
when applicable.
Please confirm
Vendor to confirm supply of the commissioning and star up spares within your scope as follow,.
spare parts for reciprocating pumps:
one (1) set of bearings
one (1) set of oil seals
o-rings / gaskets (200%)
one (1) set of valve springs /plates
one (1) set of diaphragm (for diaphragm type) or packing
Provide Preliminary General Plot Plan / Equipment Layout Typical GAD Submitted along with our
1.16 Please provide it Attached Herewith received
Technical Proposal
Provide Preliminary Data Sheets Of Main Equipment Data sheet requires manway of 24". Your DS states
1.17 Filled in Datasheet attached Herewith Not provided. Please provide them Attached Herewith received
only 8". Please check and confirm manway as 24
Provide a list for all utilities required for each package Will be submitted duriing detail Provide estimated utilities for each package
1.18 Attached Herewith received
engineering at this stage
Provide estimated dimensions of each skid (LxWxH) Antifoam - 3 X 3 X 3
1.19 Oxygen - 6 X 3 X 4 closed
Caustic - 8 X 3 X 4
PID provided is not in accordance with items confirmed in the
tabulation table 102300202-TM, some instruments are not included.
Please udpate PID P&ID Further revision shall be done during
PID still is not updated with the agreed scope of
Also notice that the Oxygen Scavenger package require a pressure detail engineering.
supply, as well as clarifications. For example, caustic
vessel. Please uprovide P&ID for this package too. Confirmed for 1 tank.
package requires only 1 tank (instead of 2).
Common drain header will be provided
For all packages is required: Instead of bladder, it shoul be
PI will be provided at suction. However,
* a common drain header collector, undersatood as pulsation dampener. It is
please confirm what to you mean by
Please provide the updated P&IDs at this * PI and bladder at suction, required a pulsation dampener at both
We will update the PID, once all the bladder?
1.20 stage. This is very important, specificifically Updated PID's are attached Herewith * Automatic adjustable length stroke controller at the suction and dischrage of the each pump. Confirmed closed
TQ's are closed. Auto Stroke Adjustment will be Provided.
for the Oxygen Scavenger package pump, Please confirm a pulsation dampener at
2 Nos of Level Transmitter will be
* 2 level transmitter (one for alarms and the other for suction and discharge of each dosing
provided
trip). Notice that in Oxygen Scavenger PID you only pumps
Confirmed, we will include all the items
show 1 LT instead of 2
agreed as per this clarifications, however
Note: P&IDs shall include all items already confirmed
further revision in the PID will be carried
in the clarifications.
out during detail engineering stage.
Confirm anti-swirl baffles (vortex breakers) for all packages at the outlet confirm location at liquid outlet nozzle
1.23 Confirmed Confirmed closed
upstream of pump suction
Vendor to advise the number and location of the sample points Please advise number of sampling points and their
provided at each package Please provide this information based on your Noted. We will Provide one Valve for Sample location, based on your experience. Confirmed. Will Provide one Sample
1.24 To be decided by client closed
experience Connection Also notice as per DS, that each calibration pot to have Connection.
local sample connection.
Skid steel work and supporting with sun shade. Vendor to confirm
1.25 sunshade for the whole skid Confirmed closed
Vendor shall provide the deviation list in the proper formar (10230-F-
ITG-130-107-II), and includes only deviations (no clarifications).
Moreover, see attached TR repply to your clarification doc. Update
Clarification List with our Responses
socpe accordingly with our comments.
1.26 and Deviation list are attached No deviations reported closed
If there is no deviations at all, please provide the deviation list doc and
herewith
state cleary that vendor has "NO DEVIATIONS". Also sign and stamp it
properly.
Vendor ro provide the operating spare parts (quoted separetly) Provide the list of the operating spare parts at
1.27 Will be Quoted Separately List Attached closed
this stage.
Each skid base will form a drip pan for collection of spillage, with tank
1.28 overflows be piped to it for collection. The Vendor shall fit the drip pan Confirmed closed
with a connection to the COMPANY's open drain system
As per DS, each pump shall have an external PZV with independent
1.31 discharge line piped back to the tank(…) . As per your PID, PZV
Confirmed as per Datasheet closed
added discharges are to a common pipe . Please check and confirm DS
requirement.
2 PUMPS
Vendor to consider also dampener at the suction as requested in DS.
Confirm that design pressure for the
Additionally evaluate the same design pressure for the suction and
2.1 Confirmed suction/discharge pulsation damper is the Confirmed closed
discharge dampeners to avoid any potential for installation in the
same.
incorrect location
Strainer types for the pumps: Y-strainer is required for sizes below 2"
2.3 Confirmed closed
and T-type for 2" and above sizes. Please confirm
For the pulsation dampener, Unfiltered peak to peak ulsation shall not
exceed 3% of :
2.4 'Rated suction pressure or 100 Kpa gauge (15 psig) whcihever is less. Confirmed closed
Rated discharge pressure or 100 KPA (15 psig) whichever is less
Please confirm
In accordance with SABP-A-015, para 5.7, Check valve shall be Its Purely Based on the Piping Classes.
Find attached the pipng class spec as per
2.7 external type, not integral to any other fitting. Please confirm Please confirm the Piping Classes to closed
your requested.
be followed for each packages.
Vendor to confim that the pump internal PZV setting is 110% and
2.8 Confirmed closed
120% of the rated discharge pressure
2.14 confirm pumps manufacturer is as per approved vendor list. Provide OMG / Pulsafeeder / Prominent / SPX /
Confirmed Provide potential sub-vendors for the metering pumps closed
added potential suppliers milton Roy / LEWA
3 TANKS/PRESSURE VESSELS
As per DS also the following nozzles are required at the tank and they
are not shown in your preliminar P&ID. Please check and confirm:
3.3 Vendor to confirm that storage tank/vessel is within the skid Confirmed closed
3.4 Vendor to confirm min nozzle size in the tanks/vessels as 2" Confirmed closed
Vendor detail in your scope a flame arrestor in the tanks, please explain
Please see spec SAES-D-109, para 9.2.5 as
the purpose/applicablility of this device in this scope and for the Flame arrester requirement is Purely based on the
follow: connections for venting devices shall Confirmed with Price Implications.
chemicals used. Clieint has to confirm the requirement Properties of chemical which is used. Client has to
be designed only to proivde protection
of flame arrestors. confirm the requirement inconsultation with Chemical In accordance with our process department, vents for
against overpressure/vacuum conditions. No However, we will consider below material consider for the caustic CS+PWHT in
3.5 If still, this needs to be decided by us, Vendor. all atmospheric tanks shall be provided with flame Confirmed closed
other devices, e.g. flame arrestors shall be for Flame arrestors. Please confirm. accordance with tank and piping material
Please provide the MSDS of each arrestors. Please confirm
installed in combination with venting devices. For Caustic Packages - CS
chemical. Or If these needs to be decided by us, please provide
Please check and advise. For Remaining Packages - SS316L
the MSDS of Chemical.
Also see AD-036061
Vendor to advise if cathodic protection is required. We have not considered any Cathodic
protection. Cathodic protection is not required as per confirmation
3.6 Awaiting response from client closed
The reqyurement for the same will be from our electrical department
decided by Client.
3.7 confirm that tanks/vessels are provided as per approved vendor list.
Confirmed closed
added Provide potential suppliers
3.8 confirm tank/vessel is provided with a manway without removal of the
Confirmed closed
added mixer.
3 INSTRUMENTATION
Confirmed.
We will consider the Instrument wetted
parts as below. Please confirm.
Ensure wetted faces of instrument are compatible with process fluid
3.1 closed
without coating or lining. Please confirm For Antifoam and Oxygen Scvenger -
SS316L
2 (two) Level transmitters for the storage tank (one for control and
3.2 Confirmed closed
other for ESD) is required. Please confirm
3.5 Confirm pressure gauge at suction for each pump Confirmed closed
6.1 Vendor to confirm desing of the pressure vessel as per 32-SAMSS-004 Confirmed closed
Vendor offered atmospheric tank, but in the data sheet the requirement
6.3 is a pressure vessel with a design pressure of 145 psig. Please check Confirmed closed
and confirm compliance with this requirement
please provide MOC of Oxygen Scavneger
SS316L
6.4 Vendor advise thickness and material for the pressure vessel- During Detail Engineering pressure vessel as well as estimated closed
Estimated Thickness - 6MM
thickness.
6.5 Pressure vessel mounted in the skid. Please confirm Confirmed closed
6.6 Vendor to provide mixer and motor. Confirmed closed
confirm one portable pump per each
package.
Pump type - Electric Operated
Provide the following information:
Portable Transfer Pump (air driven) and all accesories required (Ex: capacity, - 10 M3 / Hr
Pump type,
Air filter regulator..ect) is confirmed in the tabulation template, but in MOC - SS316L Portable Pump shall be air operated as per DS. Please
6.7 Confirmed capacity, Confirmed closed
your offer. Please confirm Please confirm and provide estimated discharge head - 10 mts check and advise
MOC,
capacity and discharge head as well as MOC design code - manufacturer Standard
discharge head,
supplier - During Detail Engineering
design code
supplier
PCV, PI, check and block valve for the Nitrogen blanketing (only
6.8 Confirmed closed
applicable to Oxygen Scavenger package). Please confirm
6.17
Provide, as optional, fireproofing for the Oxygen Scavenger packages. Noted closed
added
7 CAUSTIC PACKAGE
confirm one portable pump per each
package.
Pump type - Electric Operated
Provide the following information:
Provide, as optional, 1 off Portable Transfer Pump (air driven) and all capacity, - 10 M3 / Hr
Pump type,
accesories required (Ex: Air filter regulator..ect) for caustic package. MOC - SS316L Pump shall be air operated as per DS. Please check
7.1 Confirmed capacity, Confirmed closed
Please provide estimated capacity and discharge head as well as discharge head - 10 mts and advise
MOC,
MOC design code - manufacturer Standard
discharge head,
supplier - During Detail Engineering
design code
supplier
7.2 Vendor to confirm tank provided with mixer/motor Confirmed closed
Caustic solution may be manually filled into the storage tank, confirm
platform/steps/handrails for this operation. Alternatively tank may be
7.4 Confirmed closed
filled by road tanker, therefore provide suitable connection for hose
connection
Vendor considers 2 tanks in your offer, please clarify, As per DS only 1 We confirm for 1 tank as per Point Nº 1.20
7.6 Confirmed Vendor confirmed one tank Confirmed. Will Provide 2 tanks closed
is required. above
7.7 Vendor to confirm tank designed as per 32-SAMM-030 Confirmed closed
Noted. However, please provide the At Present Below is our Consideration for
Piping Class needs to be followed. We Caustic Packages. However, we will wait
will Consider as below. for the confirmation from TR Metallurgic
Piping material for caustic: CS+PWHT, valve trim : monel. Please Please Confirm Since the valves are with CS + Monel Trim, we assume team
Notice that CS shall be PWHT. Please
7.8 confirm. Also provide the insultaion kits at the union of disimilar find attached the piping spec that the wetted parts of Pump and Mixer are also with Matallurgic department will confirm Pump Head - Monel Confirmed closed
confirm
materials. Tank - CS+PWHT Monel. Please confirm. Valves - CS+Monel Trim
Piping - CS+PWHT Tank - CS+PWHT
Valves - CS + Monel Trim Flame Arrestor - CS
Instrument Wetted Parts - Monel Piping - CS
In acc with vendor data sheet for the Antifoam package, vendor
7.13 proposed a manway 8". This is not in acc with DS in RFI. Manway shall
Confirmed with Price Implications closed
added be 24". Please check and updated.
8 Motors
Vendor to confirm motor direct coupled for pump as well as for the
8.1 Confirmed closed
mixer
8.2 Vendor to confirm all motors as NEMA design B Confirmed closed
ITEM Main 9COM 9COM DESCRIPTION TAG NUMBER / LINE ITEM DESCRIPTION INSPECTION LEVEL REMARKS
PACKAGE UNITS
Main Subcomponent
ITEM 9COM DESCRIPTION DESCRIPTION REMARKS
9COM
VESSELS
PUMPS
PUMP: RECIPROCATING,
3 6000002361 CHEMICAL INJECTION PUMP
31-SAMSS-009
MIXERS
DRIVERS
OTHERS
VARIOUS
AS PER 32-SAMSS-038 MISCELLANEOUS PIPING MATERIAL (FLANGES,VALVES,
8
DEPENDING OF THE PIPING
---
PIPE)
MATERIAL TYPE
VARIOUS
AS PER 34-SAMSS-831
9
DEPENDING OF THE
--- FIELD INSTRUMENTATION
INSTRUMENT TYPE
This document is property of UTE TR Marjan. Its reproduction without previous permission in writing is strictly forbidden.
10230 - 9COM & Inspection Level List Rev 00.