SlideShare a Scribd company logo
1 of 180
Download to read offline
TENDER No.
SH-FCP-EPC-PREQUAL-
CAFC-HUILE 2011-01
SCOPE OF WORK SHEET 1 OF 180
CENTRAL AREA FIELD COMPLEX PROJECT
ITT FOR EPC
PART D – SCOPE OF WORK
Rev. Date Page Description Prep‟d Chk‟d App‟d
0 09/03/12 180 Issued for ITT PMT A.N.K A. E
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 2 / 180
Part D - Scope of Work
CAFC PROJECT
INVITATION TO TENDER
ENGINEERING, PROCUREMENT, CONSTRUCTION AND
COMMISSIONING
PART D – SCOPE OF WORK
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 3 / 180
Part D - Scope of Work
CONTENTS
FOREWORD 9
EXPLANATION OF TERMS 10
ACRONIMS 12
INTRODUCTION 15
1. PROJECT OVERVIEW 16
1.1 CAFC DEVELOPMENT SUMMARY 16
1.2 CONCEPT 17
1.3 COMMON FACILITIES INSTALLED AT MLE 18
1.4 DEVELOPMENT LOCATION 19
2. GENERAL CONTRACTING AUTHORITY REQUIREMENTS 22
2.1 SUPPORT TO CONTRACTING AUTHORITY 27
3. GENERAL WORK DESCRIPTION 33
3.1 DESIGN CONCEPT AND DATA REVIEW 35
3.2 HSE 36
3.3 DESIGN INTERFACES 36
3.4 FUTURE FACILITIES 38
3.5 ALGERIAN REGULATORY BODIES 38
4. PROJECT MANAGEMENT 39
4.1 OVERVIEW 39
4.2 PROJECT EXECUTION PLAN 40
4.3 ORGANISATION 41
4.4 PROJECT PROCEDURES 42
4.5 QUALITY ASSURANCE 42
4.6 SOFTWARE 43
4.7 DOCUMENTATION 44
4.7.1 Data and Document Management 48
TOOL MIAP: 50
TOOL SPCPUMA: 50
TOOL EDAM: 50
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 4 / 180
Part D - Scope of Work
4.7.2 CODING METHODOLOGY FOR CORRESPONDENCE 52
4.8 MANAGEMENT OF CHANGE 53
4.8.1 Management of Change Policy 54
4.8.2 Documents concerned by MOC 54
4.9 DAMAGE AVOIDANCE PROCEDURES 55
4.10 HSE PLAN AND MANAGEMENT 55
4.11 BRIDGING SYSTEM 56
4.12 PLANNING, SCHEDULING AND PROGRESS REPORTING 56
4.13 INTERFACE MEETINGS 58
5. SCOPE OF WORK AND DETAILED DESIGN/ENGINEERING 60
5.1 GENERAL 60
5.2 FACILITIES 64
5.2.1 Process Engineering 64
5.2.2 Mechanical/Equipment 70
5.2.3 Piping and Layouts 74
5.2.4 Pipelines 75
5.2.5 Operations and Maintenance 76
5.2.6 Instrument and Controls Systems 78
5.2.7 IT and Telecommunications Systems Design 82
5.2.8 Electrical and Power Systems Engineering 85
5.2.9 Corrosion Protection 87
5.2.10 Civil 88
5.2.11 HSE 94
5.2.12 Lifecycle Cost Assessment 97
6. HSE MINIMUM REQUIREMENTS 99
6.1 NATIONAL LEGISLATION, REGULATION, CONTRACTING AUTHORITY AND
INTERNATIONAL HSE CODES AND STANDARDS 99
6.2 DESIGN HSE PHILOSOPHY 100
6.3 HAZARD MANAGEMENT AND RISK MANAGEMENT 101
6.3.1 GENERAL PRINCIPLES 101
6.3.2 HAZARD IDENTIFICATION STUDY (HAZID) 102
6.3.3 HAZOP STUDIES 102
6.3.3.1 FEED HAZOP 102
6.3.3.2 EPC HAZOP 102
6.3.4 SIL ASSESSMENT AND VERIFICATION 103
6.3.5 FIRE AND EXPLOSION RISK ANALYSIS (FERA) 103
6.3.6 QUANTITATIVE RISK ANALYSIS (QRA) 104
6.3.7 DESIGN CASE SCENARIO 104
6.3.8 DESIGN AND SAFETY REVIEWS 104
6.3.9 ENVIRONMENTAL, SOCIAL AND HEALTH IMPACT ASSESSMENT (ESHIA) 105
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 5 / 180
Part D - Scope of Work
NOTE: ESHIA WILL BE PROVIDED TO THE CONTRACTOR AND CONTRACTOR SHALL BE
RESPONSIBLE TO CONDUCT ALL THE ACTIVITIES PART OF THE EPC ACCORDING
TO THE FINDING AND RELEVANT ACTION PLAN. 105
6.3.10 HUMAN FACTORS STUDY 105
6.3.11 SAFETY CRITICAL ELEMENTS (SCE‟S) IDENTIFICATION PROCESS AND MINIMUM
REQUIREMENTS 106
6.3.12 HSE ACTION TRACKING 106
6.4 INHERENT SAFETY 106
6.5 LAYOUT PHILOSOPHY 107
6.5.1 LAYOUT CRITERIA TO MINIMIZE RISKS 107
6.5.2 MINIMUM SAFETY DISTANCES 107
6.5.3 FIRE ZONE 108
6.5.4 ACCESS AND EVACUATION 108
6.5.4.1 ACCESS REQUIREMENTS 108
6.5.4.2 ROADS DESIGN 108
6.5.4.3 EVACUATION 109
6.6 PROCESS SAFETY CRITERIA 109
6.6.1 GENERAL 109
6.6.2 EQUIPMENT SAFETY REQUIREMENTS 110
6.6.3 EMERGENCY SHUTDOWN SYSTEMS 110
6.6.4 BLOW DOWN AND FLARE SYSTEMS 111
6.6.5 VENTING AND FLARING SYSTEMS 112
6.7 DRAIN SYSTEMS 112
6.7.1 CLOSED DRAIN SYSTEM 112
6.7.2 OPEN DRAIN SYSTEM 113
6.8 ELECTRICAL SYSTEM DESIGN 113
6.8.1 HAZARDOUS AREA CLASSIFICATION 113
6.8.1.1 EQUIPMENT SELECTION 114
6.8.1.2 VENTILATION AND PRESSURIZATION 114
6.8.2 EMERGENCY POWER SYSTEM 114
6.9 FIRE & GAS DETECTION SYSTEM 115
6.9.1 FIRE DETECTION 115
6.9.2 FLAMMABLE GAS DETECTION 116
6.9.3 MANUAL ALARM CALL POINT 116
6.10 ALARM SYSTEMS 117
6.10.1 ALARMS IN CONTROL ROOM 117
6.10.2 PA/GA AND FIELD ALARM SYSTEMS 117
6.10.3 ALARM VOTING FOR AUTOMATIC ACTIVATIONS 117
6.11 FIRE PROTECTION SYSTEMS 117
6.11.1 ACTIVE FIRE PROTECTION REQUIREMENTS 118
6.11.1.1 FIREWATER PROTECTION SYSTEM 118
6.11.2 PASSIVE FIRE PROTECTION REQUIREMENTS 118
6.12 BUILDINGS SAFETY CRITERIA 119
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 6 / 180
Part D - Scope of Work
6.12.1 BUILDINGS LOCATION 119
6.12.2 BUILDING SAFETY DESIGN REQUIREMENTS 119
6.12.3 HVAC REQUIREMENTS 119
6.13 STRUCTURAL DESIGN 120
6.14 PLANT CONSTRUCTION 120
6.15 PERSONNEL SAFETY AND OCCUPATIONAL HEALTH 121
6.15.1 PERSONNEL PROTECTION 121
6.15.2 SAFETY SHOWERS AND EYEBATHS 121
6.15.3 SAFETY SIGNS 122
6.15.3.1 MARKING AND ILLUMINATION OF ESCAPE ROUTES 122
6.15.4 MEDICAL FACILITIES 123
6.15.5 MACHINERY GUARDS 123
6.15.6 MANUAL HANDLING 123
6.15.7 ELECTRICAL SAFETY KIT 123
6.15.8 HOT AND COLD SURFACES/FLUIDS 123
6.15.9 HAZARDOUS MATERIALS STORAGE AND HANDLING 123
6.15.10 MATERIAL SAFETY DATASHEETS (MSDS) 123
6.15.11 RADIOACTIVE MATERIALS 124
6.15.12 TENORM 124
6.15.13 PROHIBITED SUBSTANCES 124
6.16 ENVIRONMENTAL STANDARDS 125
6.16.1 PROJECT ENVIRONMENT REQUIREMENTS 125
6.16.2 NOISE CONTROL 125
7. MATERIALS PROCUREMENT AND MANAGEMENT 127
7.1 GENERAL 127
7.2 SCOPE 127
7.3 PROCUREMENT ORGANISATION 127
7.4 PROCUREMENT METHODS AND PROCEDURES 128
7.5 APPROVED SUPPLIERS LIST 128
7.6 BID PACKAGES 130
7.7 SUPPLIER QUALITY MANAGEMENT 130
7.8 SUPPLIER INTERFACE MEETINGS 130
7.9 MATERIALS STATUS REPORTING 131
7.10 INSPECTION AND EXPEDITING 131
7.11 PROTECTION, PACKING, MARKING AND SHIPPING REQUIREMENTS 132
7.12 SUPPLIER DOCUMENTATION 132
7.13 CUSTOMS CLEARANCE 132
7.14 SPARES 133
7.14.1 General 133
7.14.2 Insurance Spares 133
7.14.3 Operating Spares 133
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 7 / 180
Part D - Scope of Work
7.14.4 Commissioning and Start-Up Spares 134
7.14.5 Cataloguing Spares 134
7.15 SPECIAL TOOLS 134
7.16 LOGISTICS 134
8. TECHNICAL INTEGRITY MANAGEMENT 135
8.1 MANAGEMENT SYSTEM 135
8.2 INTEGRITY PLAN 136
8.3 SYSTEM REQUIREMENTS 136
8.3.1 General 136
8.3.2 Specific Points to be addressed in the Technical Integrity Plan 137
8.3.3 Specific points to be addressed by the Contractor 138
8.3.4 General Notes to System Requirements 139
8.3.5 Risk Assessment and Management Programmes 140
8.3.6 Audits 141
8.3.7 Quality Control 142
9. CONSTRUCTION 146
9.1 GENERAL 146
9.2 CONSTRUCTION ENGINEERING AND TEMPORARY WORKS 147
9.3 SITE PREPARATION 148
9.4 SITE CONSTRUCTION FACILITIES 148
9.5 STORAGE OF EQUIPMENT AT SITE 150
9.5.1 General 150
9.5.2 Mechanical 150
9.5.3 Instrument/Electrical/Telecommunications 151
9.6 SITE CONSTRUCTION 151
9.6.1 General 151
9.6.2 Civil Works 152
9.6.3 Mechanical Equipment 154
9.6.4 Piping Systems 154
9.6.5 Gathering Systems 155
9.6.6 Structural 156
9.6.7 Instruments, Electrical and Telecommunications 156
9.6.8 HVAC Systems 158
9.6.9 Safety Equipment 158
9.6.10 Corrosion Protection and Painting 159
9.6.11 Welding Procedures/Welder Qualification 160
9.7 PRECOMMISSIONING ACTIVITIES UP TO MECHANICAL COMPLETION 160
10. COMMISSIONING AND START UP 163
10.1 COMMISSIONING OF UTILITIES AND PROCESS SYSTEMS WITH INERT FLUIDS163
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 8 / 180
Part D - Scope of Work
10.2 START UP 165
10.3 RESPONSIBILITIES 167
10.4 HEALTH, SAFETY AND ENVIRONMENT CONSIDERATIONS 167
10.5 PLANNING 169
10.6 PRE-COMMISSIONING, COMMISSIONING AND START-UP ACTIVITIES 170
10.7 GENERAL PROCEDURES 170
10.8 HANDOVER AND ACCEPTANCE PROCEDURES 171
10.9 PERFORMANCE TESTING 174
10.10 FAILURE OF FACILITIES TO PERFORM 174
10.11 TRAINING 174
10.12 VENDOR SUPPORT 175
10.13 DOCUMENTATION 176
10.14 ENGINEERING SUPPORT 176
11. SPECIAL NOTES REGARDING CAFC OIL PROJECT 177
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 9 / 180
Part D - Scope of Work
FOREWORD
The written descriptions set forth in this Part D – “Scope of Work” of the ITT shall form part of
Annex II – “Extent and Limit of Supplies and Services” of the Contract and in addition
supplement the annexes of the Contract including the FEED. They are not intended to
describe in every detail all Work to be performed or for all things which are to be included and
reflected the Contract Price.
In case of any conflict identified by Contractor between this description of the Work and the
drawings, specifications and data contained in Annex I – “Technical” of the Contract including
the FEED Package or between the description of the Work and the codes and standards, it
shall be the Contractors responsibility to present the differences to the Contracting Authority
for resolution. The more stringent requirement shall prevail unless otherwise approved by the
Contracting Authority.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 10 / 180
Part D - Scope of Work
EXPLANATION OF TERMS
Live Commissioning Means the dynamic running of systems to further check out the
functionality and integrity of complete systems, and continues on
from Pre-Commissioning. It is the last series of checks and tests
before running the process systems on hydrocarbons. It includes
the operation of the utilities systems where applicable to progress
the commissioning of process systems, all as more fully described
in Annex 2 (Scope of Work)
Contracting Authority Shall mean SONATRACH and First Calgary Petroleums Ltd as
defined in the Form of Agreement, their successors and assigns.
Contractor Shall mean the party or parties specified as Contractor in the
Form of Agreement appointed to perform the Work including its
successors and assigns.
Mechanical Completion Shall mean that a system or sub system is installed and erected
and all aspects of checking, inspection and testing, prior to Pre -
Commissioning.
Plant Operating Efficiency A measure of production performance, calculated according to the
principles to be defined by Contracting Authority. Refer to
document Tests and Performances Criteria
Pre-Commissioning Means the series of inspections and tests, generally static, to
check the functionality of components and systems. Pre-
Commissioning commences after mechanical completion. It
includes energisation of systems to allow static tests to be carried
out, all as more fully described in Annex II – “Extent and Limit of
Supplies and Services” of the Contract
Operation The quality or state of being functional or operational
Start-Up Generally follows issue of Ready for Start Up Certificate and
commencement of the introduction of hydrocarbons into the
Permanent Works to continue to commission the process
systems.
Work Shall mean all work that the Contractor is required to carry out in
accordance with the provisions of the Contract including all related
services, resources and equipment to be provided in accordance
with the Contract, all as fully defined Annex II – “Extent and Limit
of Supplies and Services” of the Contract
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 11 / 180
Part D - Scope of Work
Works Shall mean the Permanent Works and Temporary Works :
Permanent Works: Shall mean the property of Contracting
Authority arising from the Works.
Temporary Works : Shall mean all temporary infrastructure,
structures or items that may be necessary to enable the
CONTRACTOR to access, fabricate, construct or install the
Permanent Works, whether on or off the worksite, but which are
not intended for incorporation into the Permanent Works .
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 12 / 180
Part D - Scope of Work
ACRONIMS
AFC Approved For Construction
AFD Approved For Design
ARH Autorité de Régulation Hydrocarbure
BdV Base de Vie (Living Quarters)
CAFC Central Area Field Complex
CCR Central Control Room
CER Central Equipment Room
CCTV Closed Circuit Television
CDR Contractor‟s Design Report
CMMS Computerised Maintenance Management System
CP Cathodic Protection
CPF Central Processing Facility
CTC Organisme National de Contrôle Technique de la Construction
CV Curriculum Vitae
DC
DPEM
DLE
Direct Current
Direction du Patrimoine Energétique et Minier
Dry Low Emissions
EPC Engineering, Procurement and Construction
ESHIA Environment Safety Health Impact Assessment
F&G Fire & Gas
FAT Factory Acceptance Test
FEED Front End Engineering Design prepared by CONTRACTOR
FEED Package Results of FEED package prepared by Competitive FEED
HAZID Hazard Identification
HAZOP Hazard and Operability
HF High Frequency
HSE Health, Safety, Environment
HSEMS HSE Management System
HV High Voltage
HVAC Heat, Ventilation and Air Conditioning
I/O Input/Output
IBO Industrial Base Operations
ICSS Integrated Control and Safety System
ISO International Standards Organisation
IT Information Technology
ITP Inspection and Test Plans
ITT Invitation To Tender
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 13 / 180
Part D - Scope of Work
LAN Local Area Network
LER Local Equipment Room
LPG Liquefied Petroleum Gas
LV Low Voltage
MAOP Maximum Allowable Operating Pressure
MDR Manufacturer Data Records
MLE Menzel Ledjmet East
MLN Menzel Ledjmet North
NCR Non-conformance Report
NDE Non-Destructive Examination
ONML Office National de Métrologie Légale
P&ID Piping & Instrument Diagram
PABX Private Automatic Branch Exchange
PCS Process Control System
PFD Process Flow Diagrams
PHSER Project Health, Safety and Environmental Review
PIM Pre-Inspection Meeting
PMT Contracting Authority Project Management Team
PSC Production Sharing Contract (between Sonatrach, First Calgary Petroleums)
PSV Pressure Safety Valve
PTT Postes Télécommunications & Téléphones
QA Quality Assurance
QC Quality Control
RAM Reliability, Availability and Maintainability
RCM Reliability Centered Maintenance
ROW Right of Way
RP Recommended Practices
RTU Remote Terminal Unit
SDO Service Delivery Organisation
SIL Safety Integrated Level
SIMOPS Simultaneous Operations with Drilling, Construction etc.
SP
SPIR
Special Piping
Spare Parts List and Interchangeability Record
STU Sewage Treatment Unit
UCP Unit Control Panel
UFD Utility Flow Diagrams
UHF Ultra High Frequency
UPS Uninterruptible Power Supply
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 14 / 180
Part D - Scope of Work
VHF Very High Frequency
VPN Virtual Private Network
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 15 / 180
Part D - Scope of Work
INTRODUCTION
SONATRACH and First Calgary petroleum Ltd under Production Sharing Contract, intend to
develop Central Area Field Block 405b in the Berkine Bassin- Algeria. This is a desert location
(SAHARA), approximately 300km east-south-east from the town of Hassi Messaoud
The development consists of a field gathering system, central processing facilities and tie-Ins
between MLE and CAFC plants.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 16 / 180
Part D - Scope of Work
1. PROJECT OVERVIEW
A simplified schematic overview of the project is given in Figs 1.1 below. Fig 1.1 shows the
overall requirement of the CAFC project. Fig 1.2 shows the location of the CAFC project
within Algeria whilst Fig 1.3 gives more detail on the field development within Block 405b.
CAFC oil and gas processing facility will be built adjacent to the MLE CPF. Export lines are
sized to cater for both MLE and the Central Area Field Complex (CAFC).
Fig 1.1 CAFC Project Simplified Overview
1.1 CAFC DEVELOPMENT SUMMARY
The CAFC development concept consists of a field gathering system and 41 oil wells to be
connected to CAFC plant, central processing facility and necessary support infrastructure.
- The CAFC Oil wells (TAGI, F6-1 and F6-2 SWP) will be connected to the CAFC oil
slug catchers through gathering systems dedicated to TAGI reservoir and to F6 Oil.
The total number of wells is 51 divided in 41 oil producer (17 TAGI, 9 F6-2 and 15 F6-
1), 4 water injectors (TAGI), 3 gas injectors (TAGI) and 3 water producers. The
associated gas from F6-1 and F6-2 should be sent to MLE plant for final treatment,
while TAGI associated gas has to be re-injected till the gas cap blow down, expected
in 10 years.
TAGI Oil
F6-1 Oil
F6-2 Oil
F6-2 Gas
MLE
MLE/CAFC
storage tanks
CAFC
Plant
Gas
Injection
F6 Associated Gas
Phase 1: TAGI Gas
Phase 2: TAGI Gas
CAFC
Oil Treatment
F6-2 Lean and Rich Gas
Condensate
TAGI Oil
F6-1 Oil
F6-2 Oil
F6-2 Gas
MLE
MLE/CAFC
storage tanks
CAFC
Plant
Gas
Injection
F6 Associated Gas
Phase 1: TAGI Gas
Phase 2: TAGI Gas
CAFC
Oil Treatment
F6-2 Lean and Rich Gas
Condensate
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 17 / 180
Part D - Scope of Work
- The CPF shall process part of the associated gas relevant to the gas injection and the
Oil products. CAFC CPF will be provided with its own flares and off-spec oil tank.
- The gas injection system is to re-inject gas into TAGI reservoir.
- The water injection system is to re-inject the produced and Barremian water into TAGI
reservoir.
- Infrastructure includes:
o Construction Camp
o Black top & Gypsum roads and access roads
1.2 CONCEPT
The general concept for development scheme consists on developing CAFC project
comprising following facilities:
Wells production / infields manifolds/ production and distribution
gathering system
Central Processing Oil Facility, associated utilities where
applicable and common installations
Gas injection & Water Injection
Infrastructures: road network and construction camp
The design and construction of CAFC project for common utilities installations will be
optimised in synergies with MLE plant.
A site topographical and geotechnical surveys should be carried out during the EPC activities
in order to acquire information regarding the physical characteristics of soil, assess the site
situation and planning civil works to be carried out.
Site preparation for CAFC facilities is executed by Contracting Authority and handed over to
the selected Contractor.
An Environmental, Social and Health Impact Assessment (ESHIA) study has been carried by
a third party contractor and submitted to local authorities. EPC Contractor shall comply with
the requirements of the MLE & CAFC ESHIA studies that will be provided.
The CAFC project is part of a two phase development scheme:
The initial phase shall consist of installing the CAFC wellsites and
Oil gathering system, and developing the CAFC CPF along with
its infrastructure.
A inlet gas booster compression is foreseen for 2
nd
phase, but not
included in the present SoW It is expected that the MLE booster
compressor required for MLE CPF after approximately year 5 will
also be used for CAFC
The second phase which is excluded from the Work is GAS
Blowdown phase.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 18 / 180
Part D - Scope of Work
1.3 COMMON FACILITIES INSTALLED AT MLE
The MLE NGL plant allowed space for future processing of the Central Area Facilities
Complex (CAFC) fields.
a. Common Installation for Combined Facilities
Process
o Oil Storage for combined MLE and CAFC production is foreseen in MLE Plant.
o Booster and Export Oil Pumps
- MLE Project designed pumps for CAFC and MLE combined but installed
pumps for MLE Production ONLY. Remaining pumps to be installed
within CAFC project. CAFC RAM study to confirm CAFC plant
availability specification is met with the required pumps configuration.
o Oil Fiscal Metering
- MLE Installed a larger fiscal meters for all products with required
turndown. No furthers fiscal meters are required for CAFC, only the new
technical meter as described in the FEED SoW.
Condensate Production coming from CAFC Gas Treatment could be connected to
MLE Liquid Processing
Off gas
The compressed off-gas for F6 gas only coming from the oil treatment section
will be dehydrated and re-injected along TAGI gas released from the slug
catcher. A connection to MLE plant is foreseen to be used in case of an
emergency.
Utilities
o MLE Plant designed and installed sufficient size of the following utilities for CAFC
rates:
- Fuel gas
- Diesel fuel
- Utility Water
- potable water
- de-mineralized water
- F&G
- instrument air
- plant air
- inert gas
- firewater
- main power distribution
Instrumentation & Control/Tele
The control room to be used will be in the same building of MLE project. MLE
and CAFC projects shall be independent in terms of systems (DCS, SCADA,
ESD/F&G, etc.) to be used. However, it shall be necessary to exchange some
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 19 / 180
Part D - Scope of Work
information/data. This means that the CAFC equipment (DCS, SCADA,
ESD/F&G, etc.) shall be housed in the electrical building inside the CAFC area.
In order to allow communication among the different parts of the plant, PAGA,
PABX TETRA and security radio telecommunication systems have been
foreseen as integration/extension of MLE systems. Also, Fibre Optical Cables
(FOC) shall be foreseen to exchange data between CAFC plant and remote
sites, and between CAFC and MLE plants, as per FEED documentation and
MOM interface meeting between MLE & CAFC PMT during CAFC FEED.
1.4 DEVELOPMENT LOCATION
The CAFC field lies within the Ledjmet Block 405b in the Berkine Basin of Algeria
approximately 1200 km by road from the Algerian ports. It is also approximately 220 km
south-east of Hassi Messaoud which is an oil field activities center and regional base for
Sonatrach, FCP, contractors and suppliers. Location maps are shown in Fig 1.2 and 1.3
below.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 20 / 180
Part D - Scope of Work
Fig 1.2 Location of CAFC
The next drawing shows the red dashed area in more detail.
Fig 1.3 Location of CAFC
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 21 / 180
Part D - Scope of Work
In the diagrams above and below, the Block 405b perimeter is highlighted in blue and the
difference in the area is due to the relinquishment of some of the block area back to
Sonatrach.
Fig 1.4 Location of CAFC wells
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 22 / 180
Part D - Scope of Work
2. GENERAL CONTRACTING AUTHORITY REQUIREMENTS
As part of its obligations under the Contract, the Contractor shall provide to the Contracting
Authority the Permanent Works necessary to develop and exploit the CAFC field including,
but not limited to: from 41 oil production wells, 4 water injection wells, 3 gas injection wells, 3
water producing wells,, a Central Processing Facility (the “CPF”), and all necessary
infrastructure, as detailed in the document entitled “Process Basis of Design –” , and in the
FEED Technical Data. The primary components of the Permanent Works include, but are not
limited to, the following:
the Permanent Works shall as a minimum be capable of
achieving or exceeding all of the criteria stated in above in all
environmental and seismic conditions (and all combinations
thereof) up to and including the more onerous of the conditions
as specified in the document entitled “Process Basis of Design”
for all conditions and all modes of operation (and all combinations
thereof) for which the Permanent Works and/or any part thereof
are or may be intended to be used;
The Permanent Works shall be capable of operating on the most
onerous of soil conditions at the Location of the Permanent
Works, as independently determined and resulting from the
Geotechnical Survey to be performed by Contractor. Moreover
Contractor shall consider all conditions and all modes of
operation (and all combinations thereof) for which the Permanent
Works and/or any part thereof are or may be intended to be used;
the Permanent Works shall have a design operational life of a
minimum of twenty-five (25) years, for all conditions and all
modes of operation (and all combinations thereof) for which the
Permanent Works and/or any part thereof are or may be intended
to be used (except where the document entitled “Process Basis
of Design ” otherwise indicates);
the Work shall at all times comply with the Contracting Authority
HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum
Requirements (See section 6) and shall incorporate all facilities
required for the Permanent Works to comply with such standards,
for all conditions and all modes of operation (and all combinations
thereof) in which the Permanent Works are or may be intended to
be used;
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 23 / 180
Part D - Scope of Work
the Permanent Works shall incorporate all facilities necessary to
perform the functions stated in above, whilst complying in all
respects with the Contracting Authority HSE MS standards (Ref.
Part C – Annex XI) and HSE Minimum Requirements (See
section 6) and with the product specifications, noise and
emissions requirements as detailed in the document entitled
“Process Basis of Design” for all conditions and all modes of
operation (and all combinations thereof) in which the Permanent
Works are or may be intended to be used;
the Permanent Works shall be designed, engineered, procured,
constructed and commissioned such that they are capable of
providing a minimum overall availability (defined as the average
system production over the expected production without any fault
and any preventive maintenance) of ninety seven per cent (97%)
(including the Contracting Authority‟s assumed three years
shutdown period), whilst complying in all respects with the
Contracting Authority HSE MS standards (Ref. Part C – Annex
XI) and HSE Minimum Requirements (See section 6) and with
the requirements as detailed in the document entitled “Process
Basis of Design” for all conditions and all modes of operation
(and all combinations thereof) in which the Permanent Works are
or may be intended to be used;
The Permanent Works shall be designed in accordance with Best
Industry Practice for ease of operation and maintenance, taking
into account the fact that they are located in a very remote area,
with difficult access and that they operate under harsh weather
conditions. Accordingly, all equipment comprising the Permanent
Works shall be robust, efficient, reliable in operation and capable
of being serviced on site. As far as practically possible,
equipment shall be standardised within the Permanent Works;
the Permanent Works shall be demonstrated as having
successfully completed all of the Process Performance Tests as
detailed in the Annex VII – “Performance Guarantees” whilst
complying in all respects with the Contracting Authority H HSE
MS standards (Ref. Part C – Annex XI) and HSE Minimum
Requirements (See section 6) and with the requirements as
specified in the document entitled “Process Basis of Design”;
the Permanent Works shall be capable of achieving the specified
turndown level and operating with the minimum production feed
flow rate, as specified in the document entitled “Process Basis of
Design” whilst complying in all respects with the Contracting
Authority HSE MS standards (Ref. Part C – Annex XI) and HSE
Minimum Requirements (See section 6) and with requirements as
detailed in the above referenced document;
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 24 / 180
Part D - Scope of Work
the Permanent Works shall incorporate all means of access
(including but not limited to means of access for personnel,
Materials, Installations and such other materials, construction
plant or other temporary works as may be required) and all
facilities required to, safely and efficiently, construct, commission,
operate, service, maintain and replace each part of the
Permanent Works, in such manner as to fully comply with the
Contracting Authority HSE MS standards (Ref. Part C – Annex
XI) and HSE Minimum Requirements (See section 6);
the Permanent Works shall permit easy access to all parts of the
Permanent Works that are required to be accessed for the safe
and efficient operation thereof, for all conditions and all modes of
operation (and all combinations thereof) in which the Permanent
Works are or may be intended to be used; and
the Permanent Works shall incorporate all support infrastructure
required for the Project, including, but not limited to, all buildings
and roads as specified in the document entitled “Process Basis of
Design”.
The Permanent Works must comply with the following:
1. Algerian statutory requirements;
2. The Contract;
3. Contracting Authority documents;
4. Process Basis of Design;
5. All other Contracting Authority Technical Data;
6. FEED ITT Package documents (including reference list of applicable codes and
standards);
7. International codes, standards, best practice and guidelines.
In the case of an inconsistency between the requirements of any of the aforementioned, then
priority shall be given in descending order. The more onerous requirements shall apply,
unless otherwise expressly determined by the Contracting Authority in writing.
Contracting Authority shall have the right at all times to modify its requirements in the interests
of improving the Safety, Health, Environment and welfare of personnel in the workplace. To
the extent that there is a conflict between the project HSE requirements and this document,
the more stringent requirement as determined by COMPANY shall prevail.
In the event that the Contractor wishes to seek from the Contracting Authority a concession or
waiver of any of the technical requirements of the Contract, the Contractor shall, to the extent
permitted by Article xx of the Contract, submit a Variation Order Request in accordance with
Article xx of the Contract.
(i) The Contracting Authority shall have no liability to the Contractor for any adverse
impact on the Contract Price, Contract Schedule or Key Milestones for any
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 25 / 180
Part D - Scope of Work
request for a concession or waiver regardless of whether or not such request is
granted by the Contracting Authority, other than by way of a Variation Order in
accordance with Article xx of the Contract.
(ii) For the avoidance of doubt, the granting of any concession or waiver shall not in
any way relieve the Contractor of any of its obligations for Performance Testing
or any other provisions under the Contract.
(iii) The Approval of any Contractor‟s Technical Data and any project document
which contains any provision which is not in accordance with the Contract shall
not be considered an Approved concession or waiver unless Contractor has
complied fully with the above requirements for a Variation Order Request.
(iv) EPC contractor is wholly responsible at EPC stage for all the design related
variation arising during detailed engineering, procurement and construction.
The scope of work described herein provides a general overview of the activities to be
performed by the Contractor and is intended only to be sufficient for identification of each
major element of the Work. The descriptions herein are not intended to provide either a
comprehensive list of activities or detail of each such activity involved in the execution of the
Work and must be read in conjunction with all other documents forming the Contract. The
Contractor shall carry out all activities necessary to fulfil the Contractor‟s responsibility for the
complete performance of the Work in accordance with the Performance Criteria, the
Contracting Authority and the Competent Authorities, as appropriate.
The Contractor shall Design, Engineer, procure, supervise, manage, supply, transport,
construct and Commission the Permanent Works. Performance Testing (including the
Process Performance Tests) shall be undertaken by the Contractor to demonstrate to the
Contracting Authority‟s satisfaction that the Permanent Works meets the Performance
Criteria. The Contractor shall guarantee the Work and perform, complete, deliver and
guarantee all other work or works which the Contractor is, or may be, required to perform,
complete, deliver or guarantee under the Contract, all in conformity, in all respects, with the
provisions of the Contract, including, but not limited to, the Contracting Authority
Requirements and/or the requirements of the Contracting Authority‟s Representative, the
requirements of all Competent Authorities and all other requirements of whatever nature and
howsoever arising which the Contractor may have to comply with in respect of the Work
and/or any part thereof.
As the Work progresses, details of the Permanent Works may change, however the basic
configuration of the Permanent Works shall remain unchanged. Similarly, all existing
specifications, drawings, procedures, databases, manuals and other documents relating to
the Permanent Works shall be revised by the Contractor (subject to Approval), as appropriate,
and additional specifications, drawings, procedures, manuals and other documents as
specified in the Contract and/or as necessary for the proper execution of the Work shall be
prepared by the Contractor for Approval and/or for submission to the Competent Authorities.
The process of Design development approval as required by the Competent Authorities is an
integral part of the Work and shall not, in any circumstances whatsoever, be deemed to be, or
recognised as, a Variation.
In case of conflict between the provisions of the Contract and any of the requirements listed
above, the more onerous requirements shall apply, unless otherwise expressly determined by
the Contracting Authority in writing.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 26 / 180
Part D - Scope of Work
In summary, the major elements of the Work shall include, but are not limited to:
(i) management and services;
(ii) detail design and engineering;
(iii) Correct any inconsistency, lack, incompleteness; mistake arising during EPC
Phase from FEED documentation
(iv) In the preliminary phase of the EPC, Contractor shall identify the external battery
limits and shall propose solutions for the integration between CAFC and MLE
facilities especially in term of HSE, operability and maintainability aspects
(v) Support Contracting Authority in the interface management
(vi) procurement, inspection, expediting, freight forwarding, customs clearance and
delivery of all Materials to the relevant Locations;
(vii) arranging all approvals from the Competent Authorities, in particular the ARH
and CTC;
(viii) maintaining Quality Assurance throughout the Work and demonstrating such to
the Contracting Authority‟s satisfaction at all times;
(ix) construction to Mechanical Completion status;
(x) preparation of all pre-commissioning and Commissioning procedures;
(xi) Commissioning;
(xii) Execution of the Performance Testing, in cooperation with Contracting Authority
(including the Process Performance Tests);
(xiii) provision of on site engineering support to the Contracting Authority‟s operations
organisation for the Guarantee Period;
(xiv) provision of the guarantees in accordance with the Contract;
(xv) provision of HSE services and co-ordination thereof for the Work;
(xvi) define and develop the project HSE requirements for all CAFC project facilities
with the aim to collate and document all the HSE design criteria and
philosophies, applicable regulations, codes and standards that are to be adhered
regarding detail design and engineering, procurement, construction and
commissioning and start up of the CAFC project facilities
(xvii) provision of status information regarding all relevant legislation at the
commencement of the Contract and ongoing monitoring, and advice to the
Contracting Authority, of any change in such legislation which affects, or may
affect, the Work;
(xviii) preparation of the process operations manual (in French and English
languages);
(xix) preparation of Final Status (“as-built”) documentation;
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 27 / 180
Part D - Scope of Work
(xx) preparation, loading and commissioning of a computerised maintenance
management system (in the French and English languages); and
(xxi) Compilation of all vendor operating and maintenance manuals and other
documentation (in the French and English languages).
(xxii) Undertake a programme of training for Contracting Authority operational
personnel both on site and abroad in suppliers‟ works.
The Contracting Authority shall be responsible for the planning, engineering, materials
procurement and execution of:
(i) the construction of all drilling pads for the hydrocarbon production wells, gas
injection, water injection and water extraction wells;
(ii) the construction of all temporary access roads to such drilling pads; and
(iii) The sub-surface completion of, and installation of wellheads (including the
supply and installation of the master safety valve, subsurface valve), for the
hydrocarbon production wells, gas injection, water injection / aquifer water wells.
The Contracting Authority undertakes to keep the Contractor informed of these activities in
order to allow the Contractor to maintain and update its overall Contract Schedule planning.
Contractor hereby agrees and warrants that it will utilise its best endeavours to ensure that
Contracting Authority drilling and completion programme is not affected by the performance of
this work.
2.1 SUPPORT TO CONTRACTING AUTHORITY
Provide the following office requirements for Contracting Authority Personnel in Contractor‟s
Engineering Design Office:
Contracting Authority PMT shall be co-located in Contractor‟s office for the duration of the
Contract. The team will be immediately mobilized after the signature of EPC award. Contractor
shall provide office facilities, furniture, parking and other associated services (e.g. telephone,
reproduction services, and stationery) for Contracting Authority personnel (30 people) in the
Engineering Design office.
The office space shall be equipped with smoke and fire detectors, burglar alarms connected to a
central security system or the local police station, fire-fighting equipment and escape-ways. The
office space shall satisfy Contracting Authority security requirements. Contracting Authority shall
determine access to the offices.
The offices shall all be equipped with necessary connections and power supply.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 28 / 180
Part D - Scope of Work
The facilities are to include the following:
2 fully equipped and lockable Project Manager's office with conference table and
4X2 chairs and additional spider phones.
Minimum 2 fully equipped lockable one-man Engineering Manager's offices.
Fully equipped open office for 26people and with partition screenings for each
work place. Option for extension for 4 more people.
Project conference room for 20 people fully equipped with spider phone, PC, roof-
mounted overhead projector, board and flip-over.
1 secure document control room (approximate size 25 sq. m.) with lockable filing
cabinets
1 copy room equipped with:
o One heavy duty colour copy machine with scanner, latest model “Xerox”
or equivalent, able to copy A3 size documents onto A3 size paper and
reduces A3 to A4 and other reduction facilities, normal A4 copies, single
and double sided copies, approximately sixty (60) copies per minute and
sorting/stapling facilities.
o Laser telefax receiving and transmitting system located within the
provided office space and operated independently from Contractor‟s own
telefax facilities
o Paper shredding machine
1 computer room environment to accommodate 3 servers and access to this
room to maintain servers
Access to a separate office with a 3D CAD viewing station
Access to a conference room equipped with all necessary equipment for external
videoconferences.
Office furniture equipment and services positioned in the area above office shall
include:
o 1 desk with lockable drawers
o 1 side table
o 2 x 3 shelf bookcases
o 1 lockable filing cabinet
o 1 high quality office chair
o 1 visitor‟s chair
o 1 table lamp
o 1 telephone
o 1 waste paper bin
o hat/coat hooks/stand
o 2 computer network connection (Ethernet) cabled to central computer
room
Provision of complimentary coffee, espresso machine, tea and cold drinking water
(carbonated and still)
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 29 / 180
Part D - Scope of Work
Kitchen facilities including refrigerator and microwave oven
Access to vending machines
Access to use of Contractor‟s canteen at home office during normal working
hours, at the same rate as charged to Contractor‟s personnel.
Stationery and office supplies, including computer consumables, except
Contracting Authority printed stationary and printed forms.
A telephone service operated from Contractor‟s switchboard at the home office
for Contracting Authority personnel.
Parking facilities for 30 cars in close proximity to Contracting Authority‟s office
location.
Services to these offices and their contents in respect as such items as heating,
air-conditioning, power, lighting, water, sanitation, cleaning, repair and
maintenance.
Provide and administer renting of cars (one for each manager and one each two
discipline engineer) and high quality and fully furnished living accommodation (for
30 people) as per Contracting Authority standard in the neighborhood (Rome or
Dubai) of the principal office location for Contracting Authority‟s personnel.
Location of living accommodation will be selected according to the following
criteria: safe area, quality, easy access to Contractor Engineering Offices.
The Contractor shall provide such support services as may be requested by the Contracting
Authority. Such services may include, but are not limited to:
additional offices and office facilities for the Contracting Authority;
obtaining and administrating Competent Authority and/or third party services in
accordance with Contracting Authority instructions;
Support services to arrange and administer travel reservations and obtain tickets,
visas, etc. for the Contracting Authority‟s Representative and/or other Contracting
Authority personnel.
additional secretarial, administrative and support services as the Contracting
Authority may require; and
Courier services for the urgent transportation of documents, packages and the
like.
1. Other Locations
Where elements of the Work are to be performed at Locations the Contractor
shall ensure the provision of similar adequate, dedicated office space, facilities
and services for the Contracting Authority at such Locations, if so requested by
the Contracting Authority‟s Representative.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 30 / 180
Part D - Scope of Work
The Contractor shall provide access to its canteen services (if any) at any
Location for use by the Contracting Authority‟s personnel and their visitors during
the periods such facilities are normally available to the Contractor‟s personnel.
2. Provide during construction phase the following offices requirements for Contracting
Authority Personnel in Contractor‟s SITE offices as detailed above and for the
numbers of Personnel stated in Accommodation, Catering and Vehicle Attachment
hereto except hiring of Contractor‟s staff and provision of parking facilities.
3. Accommodation and Messing for Contracting Authority Personnel at the Site Location
4. The Contractor shall provide, mobilise, maintain, operate and demobilise fully
furnished and air-conditioned single occupancy accommodation and messing for up
to thirty (30) Contracting Authority personnel assigned to and/or visiting the Location
of the Permanent Works. Such Contracting Authority personnel shall also have full
access to all recreational facilities provided by the Contractor for its own personnel at
such Location.
5. Provide the following secure IT and communications facilities for Contracting Authority
Personnel in Contractor‟s Engineering Design Office:
Provide dedicated project assistants according to the project workload.
For each member of the Contracting Authority‟s Personnel + 2 visitors (total 32
persons):
o 1 desktop PC
o 19” LCD monitor (second monitor to be added on a as needed basis)
o Full internet and e mail access
o Windows XP Professional operating system
o Microsoft Office suite (Word, Excel, PowerPoint, Outlook)
o Anti-virus and Anti-malware software
o Contracting Authority's electronic data management system software
o Other general and engineering software on a as needed basis (e.g.
Acrobat Reader, Acrobat Professional, WinZip, MS Project, MS Access,
Visio Professional, AutoCAD, Microstation)
Contracting Authority‟s electronic data management system shall be Contracting
Authority‟s electronic archive for administrative documentation and
correspondence and for all technical documentation distributed to Contracting
Authority for review/approval and preparation for final handover. The
configuration of the system shall be compatible with Contracting Authority's
electronic data management system (EDAM). Contractor personnel shall not
have access to Contracting Authority project team‟s electronic data management
repository. Selected Contracting Authority personnel shall have administrative
rights to the system hosted on Contractors IT network.
Contracting Authority shall be able to access Contracting Authority's electronic
data management repository from the Internet (external log in).
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 31 / 180
Part D - Scope of Work
A shared Contracting Authority‟s project mailbox (MS Outlook) to be provided.
Contracting Authority common IT facilities:
o Multifunction printer A3 format
o Colour printer
o Colour Scanner sixe A3
o Local Area Network as per Contractor‟s standard
o Direct internet line (min. 4 Mbit synchronous) for the connection of
Contracting Authority provided wireless network (for PMT and visitor‟s
laptops). Minimum WPA encryption
o Backup and recovery administration as per Contractor standard,
minimum daily backup
o Access to a 3D model viewing station in or close to the Contracting
Authority‟s offices
The PMT shall be able to access Contracting Authority home office networks from
the supplied IT facilities using terminal server technology (Citrix, iLink, IRAS,
VPN).
Contractor shall provide IT helpdesk and technical support to all communications
and hardware/software services provided, as per Contractor‟s standard.
Contractor shall provide any and all data, metadata, and information created by
Contracting Authority or by Contractor on behalf of Contracting Authority upon
Contracting Authorities request. Contractor shall provide such information in a
manner or on media as required by Contracting Authority.
NOTE: Contracting Authority may choose to bring and install their own IT facilities
for Contracting Authority‟s Personnel located on SITE offices. This shall include
communication router/switches, security services, wireless access point, desktop
and/or laptop PCs, print server, application server, file server, backup device,
multifunction printer and colour printer. Contracting Authority IT equipment shall
be connected to a network line to Contracting Authority home network using VPN
technology.
If Contracting Authority chooses this option Contractor is to provide:
Accommodation for a minimum 4 Mbit synchronous data communication line
(supplied by third party service provider). The line shall amongst other support
remote access/replication to Contracting Authority's electronic data management
system server in Contracting Authority offices in Algeria.
Space for a Router and Switch and any security devices Contracting Authority
deems appropriate in a secured Computer Room with restricted access
Space for print server, application server, file server and backup device in a
secured Computer Room with restricted access.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 32 / 180
Part D - Scope of Work
A cabled fast Ethernet LAN within Contracting Authority‟s project team offices to
be connected between the Contracting Authority provided switch, servers,
printers, PC‟s, laptops and wireless access point.
19” LCD monitor, keyboard and mouse for 32 laptops.
Technical support for above items to a standard deemed appropriate by
Contracting Authority, and commensurate with Contracting Authority‟s IT
standards.
6. Provide the IT and communications facilities for Contracting Authority Personnel in
Contractor‟s SITE offices as detailed above
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 33 / 180
Part D - Scope of Work
3. GENERAL WORK DESCRIPTION
This work covers a single Contract for all engineering, detailed design, procurement,
construction, Mechanical Completion, Commissioning and Start-Up of the main facility,
gathering system associated roads and infrastructure. This Work forms the basis of a fixed
price “lump-sum” Contract.
The scope includes design, procurement and installation of the Oil Gathering system, Central
Processing Facility, Gas & Water injection Systems, interface tie-in
piping/instrumentation/electrical between CAFC and MLE, plant and roads, as described in
this document and the FEED package.
In addition, the Contractor‟s Scope of Work shall include all civil works for site preparation
beyond the preliminary site preparation performed by Contracting Authority and the provision
of the infrastructure to support the sites during the construction, Commissioning, Start-Up
handover and operational phases.
All Work shall be performed in accordance with the Contract including resources to supervise
and administer Subcontractors. The Contractor shall furnish all resources, consumables,
Materials and Equipment, construction plant, labour, tools and services required to manage,
engineer, design, document, procure, fabricate, transport, install, construct, test, inspect and
commission the facilities in accordance with the Contract and this Scope of Work and perform
all operations to complete the Work.
In outline, the Contractor shall provide all necessary materials, consumables, services,
equipment and labour to undertake, as a minimum, the following:
1. All Project Management, Engineering, Detailed Design, Procurement, Construction,
Commissioning and Start-Up including those activities required to:
Design, procure and construct, commission and start-up the Central Processing
Facility, Oil Gathering system, Gas & water injection systems, interface tie-in
piping/instrumentation/electrical between CAFC and MLE plant and roads in
accordance with the Project codes, standards and specifications described in this
Scope of Work and the FEED Package.
Participate in scheduled Project Health Safety and Environmental Reviews,
(PHSER). One review shall be held during detailed design and one prior to
fabrication/construction, and one prior to Start-Up.
Manage intermediary and final Hazard Identification (HAZID), Hazard and
Operability (HAZOP) and SIL Assessment sessions involving Supplier and
Contracting Authority participation.
Manage, liaise and provide all necessary documentation to gain the necessary
approvals of all Algerian regulatory and certification authorities.
Interface with the Contracting Authority Project Management Team and the other
Contractors involved in the Project as required.
Prepare final documentation in accordance with project specifications.
Provide office facilities and services to Contracting Authority Personnel for the
duration of the Project.
2. Procurement of all equipment, steelwork and bulk materials.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 34 / 180
Part D - Scope of Work
3. Execute all required civil works and associated infrastructure, including all temporary
works
4. Provision of a comprehensive logistics infrastructure to ensure materials are received
in country, handled, customs cleared, transported to the sites for storage and
installation.
5. Provision of all necessary covered and uncovered secure storage facilities for
Materials and Equipment at all parts of the procurement chain. Ensure all necessary
equipment preservation activities (including but not limited to vendor
recommendations) are carried out.
6. Obtain all necessary Algerian Government and Statutory permits and approvals.
7. The Construction of the complete Central Processing Facility, Oil Gathering system,
Gas & water injection systems, interface tie-in piping/instrumentation/electrical
between CAFC and MLE plant and roads together with various elements of the scope
either specifically detailed, or implied, that together define the Work.
8. Supply of materials and completion of fabrication, testing and all construction and
installation activities for the Work.
9. Provision and installation of all required facilities for the Central Processing Facility,
Oil Gathering system, Gas & water injection system, interface tie-in piping between
CAFC and MLE plant and roads. This includes but is not limited to equipment and
utility services, power distribution and emergency power generation, distributed
control system, instrumented safety systems, materials handling facilities,
telecommunications and equipment rooms.
10. Provision and installation of all necessary load banks and controls necessary to
undertake site testing and Commissioning of the emergency generator. Provision of a
temporary generator, to enable commissioning. Contractor shall substantiate actual
power requirements and temporary power generator sizing.
11. Mechanical Completion activities
12. Pre-Commissioning, Commissioning activities and Start-Up activities
13. Provision, fabrication, installation and subsequent removal of any temporary piping
required for testing and cleaning activities.
14. Cleaning of critical piping systems and equipment by retro-jetting, chemical cleaning
or other appropriate methods. Critical systems shall be defined and agreed with
Contracting Authority and shall include but shall not be limited to compressor suction
pipework, compressor discharge pipework and recycle lines (including discharge
coolers), fuel and seal gas systems, columns, Oil & Gas Gathering System, etc.
System cleanliness shall be demonstrated. Methods to demonstrate cleanliness shall
be defined and agreed with Contraction Authority. Detailed design of these and other
critical systems shall be designed to facilitate these activities. Demonstration of
system cleanliness is a key requirement prior to ready for Start-Up and the
introduction of hydrocarbons.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 35 / 180
Part D - Scope of Work
15. Provision of any necessary Construction camps and all temporary site facilities and
support services, including site offices and accommodation for the Contracting
Authority personnel.
16. Provision of all necessary transportation to convey the Contractor‟s workforce to and
from the construction sites.
17. Provision of water treatment, storage and distribution system, adequate for supporting
the temporary construction camps and facilities throughout the course of the Work.
18. Provision of a sewage collection, treatment and disposal, adequate for supporting the
temporary construction camps and facilities throughout the course of the Work, with
particular attention given to the HSE expectations.
19. Provision of site First Aid facilities and related medical supply, qualified personnel and
ambulances, consistent with the size, hazards and location of the workforce.
20. Provision of site access and security compatible with program provided by the
Contracting Authority.
21. Provision of Suitable Site accommodation and all necessary facilities for Contracting
Authority Personnel
22. Removal of all temporary services and reinstatement upon completion of the Works.
23. Provision of all Materials and Equipment.
24. Provision of all Hydrotesting services including, installation and subsequent removal
of all materials required for the disposal of hydrotest water.
25. Provision of all materials and services required for the Fibre Optic cable links within
this Scope of Work.
26. Any additional construction plant and personnel which prove to be required for the
safe and proper performance of the Work or to satisfy the requirements of any
approving authority shall be supplied by the Contractor. The cost of all such additional
items shall be deemed to be included within the Contract price.
27. Contracting Authority shall perform early site preparation, earth moving and sand
levelling, civil preparation including gypsum layer for CPF, and temporary construction
camp. Contractor shall endorse and use the as-is final state of the early site
preparation as the basis for execution of the Project. Any further site preparation
required for the requirements of the Project is Contractor‟s responsibility and are part
of the Work.
3.1 DESIGN CONCEPT AND DATA REVIEW
Front End Engineering Design (FEED) on the CAFC Project has been carried out by the
FEED Contractors. Information available from the FEED is to be used as a basis for scoping
and programming the Work.
The Contractor shall review, verify, endorse and take responsibility for the accuracy of the
FEED documents included in FEED Package whilst preparing his tender and during the onset
of the Work.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 36 / 180
Part D - Scope of Work
The Contractor shall also require to perform a SITE SURVEY to endorse FEED and take
responsibility for the accuracy of the FEED documents included in FEED Package whilst
preparing his tender and during the onset of the Work.
A list of project specifications has been included with the FEED package. All specifications
shall be reviewed and updated as necessary by the Contractor, to ensure that they comply
with the latest Algerian Law and the latest industry standards and best practices. Where it is
identified that a specification is not provided as part of the FEED package Contractor shall
produce and submit for Contracting Authority, the relevant document complying with the
requirements of Algerian Law, project philosophies and recognised industry standards.
Contractor shall incorporate safety and integrity critical lessons learnt from previous projects
and requirements from Contracting Authority. This shall include but shall not be limited to
lessons learnt from serious incidents and near misses
The Contractor shall take responsibility for any conflict, error or omissions in the
documentation after the award of the Contract.
The Contractor shall be responsible for the removal of all “HOLDS” on documentation as part
of the Detailed Design. Where a “HOLD” is indicated, the Contractor shall clarify with the
Contracting Authority prior to removal of the “HOLD”.
The following sections provide additional details describing the development of certain key
documents provided. The design development requirements described below are not
intended to represent all design developments associated with these documents.
3.2 HSE
The design shall be consistent with CONTRACTING AUTHORITY HSE minimum
requirements and Process Safety Philosophies and Reports as reported in Section 6 except
where otherwise indicated within this document or the FEED package. CONTRACTING
AUTHORITY HSE and Process Safety Philosophies and Reports shall be updated by the
Contractor at the appropriate time within the design process as described above. Some of
these documents have been updated during FEED.
CONTRACTOR shall further define and develop the project HSE requirements for all CAFC
project facilities with the aim to collate and documents all the HSE design criteria and
philosophies, applicable regulations, codes and standards that are to be adhered regarding
detail design and engineering, procurement, construction and commissioning and Start Up of
the CAFC project facilities.
3.3 DESIGN INTERFACES
CONTRACTOR shall be responsible for identification, engineering and assistance to
CONTRACTING AUTHORITY in managing of all interfaces (limited to PLANT TIE-IN)
with CONTRACTING AUTHORITY, and via CONTRACTING AUTHORITY with
CONTRACTING AUTHORITY‟s other contractors and third parties that may arise in
performance of the WORK.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 37 / 180
Part D - Scope of Work
Design and installation interfaces include, but are not limited to those listed in the
following sub-sections.
1. TIE-IN interface MLE and CAFC
MLE PMT has provided the engineering and design documentation for the valved TIE-
IN‟s for utilities and process connections to enable CAFC CPF to operate. Generally
these TIE-IN‟s have NOT been run back along MLE pipe racks to battery limit
locations between the two plants although space has been allowed on the MLE pipe
racks.
CAFC FEED contractor has to include in his EPC Offer:
- Purchase of all necessary pipe, fittings and instrumentation
- Installation and routing of all piping, fittings, and instrumentation from within
CAFC plant to the MLE plant to the battery limit tie in locations.
- Testing, clean up and hook up of all TIE-IN‟s
Specific details of the required TIE-IN‟s have been agreed with MLE PMT during
CAFC FEED study. (details attached here MOMxxxxxxxxxxxx dated 23rd September)
ATTACHMENT A to F
Adobe Acrobat 7.0
Document
Adobe Acrobat 7.0
Document
Adobe Acrobat 7.0
Document
Adobe Acrobat 7.0
Document
Adobe Acrobat 7.0
Document
Adobe Acrobat 7.0
Document
January 2012 MLE PMT and CACF PMT agreed the TIE-IN‟s. MOM is attached here
for clarification.
ATTACHMENT I
D:Algeriainterface
Jan25_2012MOM 27 01 12 signed copy.pdf
CONTRACTING AUTHORITY will furnish detail documentation of MLE/CAFC TIE-
IN‟s during EPC Clarification period.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 38 / 180
Part D - Scope of Work
2. OIL BOOSTER & EXPORT Pump Installation
CAFC production requires the addition of two sets of oil booster and export pumps
installed alongside the existing MLE pumps within the MLE CPF. These additional
pumps will be identical to the existing ones and be procured from the same vendor.
CAFC FEED contractor has to include in his EPC offer:
- Purchase of 2 off oil booster and 2 off oil export pumps exactly the same as the
existing MLE pumps and from the same vendor.
- Note, pump foundations are included in MLE SOW
- Install, hook up, test and make ready for operation.
3.4 FUTURE FACILITIES
The future facilities at CAFC CPF include, but are not limited to:
Booster inlet compression (not foreseen in the present SoW as this will probably be
integrated with MLE booster compressor)
3.5 ALGERIAN REGULATORY BODIES
The Contractor shall ensure that all the inspection requirements of the Algerian regulatory
bodies are met. This shall include but not be limited to any necessary payments and
coordinating visits to design offices, construction sites and supplier locations. Algerian
regulatory bodies include but are not limited to ARH, DPEM, CTC, ARPT and ONML.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 39 / 180
Part D - Scope of Work
4. PROJECT MANAGEMENT
4.1 OVERVIEW
The Contractor shall provide sufficient resources to effectively plan and safely manage the
Work, including establishment and operation of Quality and Integrity Assurance requirements
and Control measures and material procurement, expediting, inspection and control
procedures and the securing of all necessary permits and approvals.
The Contractor shall provide active management, direction and supervision of the Work,
including, but not limited to, the following:
(i) ensuring that the Work complies with the Contracting Authority HSE MS
standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See
section 6) and with all national laws, codes and international standards and that
the Contractor's procedures are followed rigorously;
(ii) organising the Work;
(iii) reviewing and controlling project performance to ensure that the Work meets all
requirements of the Contract;
(iv) preparing and providing to the Contracting Authority the project control reports
described in the Contracting Authority‟s Administration Instructions;
(v) obtaining all approvals and satisfying all other requirements of the Competent
Authorities in relation to the Work;
(vi) co-ordinating and supervising all contacts with the Contracting Authority and the
Competent Authorities in relation to the Work;
(vii) keeping the Contracting Authority's Representative informed on all key activities
in the Work in a timely manner and promptly highlighting any areas of concern;
and
(viii) Avoiding and resolving all the disputes between its subcontractors.
The Contractor shall provide all project services necessary to manage the Work in
accordance with the requirements of the Contract, with emphasis on efficient methods of
working and meeting the Contract Schedule, including, but not limited to:
(i) organisation of the project services;
(ii) review and execution of effective controls to ensure that the Work is executed in
accordance with the Contract;
(iii) project management and provision of project control functions, planning,
scheduling, cost control and document control as required to fulfil the
Contractor's obligations under the Contract;
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 40 / 180
Part D - Scope of Work
(iv) co-ordination and provision of all project personnel, office services, translation
services, accounting and secretarial functions necessary for the execution of the
Work;
(v) co-ordination of the Work and supervision of all contacts with the Contracting
Authority and the Subcontractors;
(vi) mobilisation of manpower for the Work;
(vii) interface between the Contractor‟s project management and field construction
operations;
(viii) preparation of detailed work schedules and execution plans;
(ix) monitoring of progress and comparison of actual performance with the detailed
work schedules and reporting of deviations to the management of the Contractor
and the Contracting Authority; and
(x) Production of progress reports as specified in the Contracting Authority‟s
Administration Instructions.
4.2 PROJECT EXECUTION PLAN
The Contractor shall submit with their offer a preliminary Project Execution Plan for
Contracting Authority review and evaluation, and within six weeks after award of the Contract,
a definitive Project Execution Plan based upon the Contractor‟s offer as amended by Tender
Clarifications, which shall be submitted to the Contracting Authority for Review. This shall set
out the entire Work plan for the Project covering all topics including but not limited to:
Organisation
Management
Design engineering
Construction Engineering including follow-on engineering and
MLE Interface Tie in execution
Procurement and Logistics
Technical Integrity Management
Construction Facilities
Risk Management Plans and Procedures
Materials Transportation and Management
Personnel Transportation
Planning and Cost Control
Subcontract Management
Prefabrication
Construction
Camps and Facilities
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 41 / 180
Part D - Scope of Work
CMMS Population
Mechanical Completion
Commissioning
As-Built Drawings
Certification
Start-Up and subsequent Performance Testing
Health, Safety, Environment and Quality (HSEQ)
Industrial Relations
Managing/interfacing community relations
Change management
Technical Query Procedures
Final Documentation & operating manuals
The Plan shall identify all of the Key Resources proposed for use in the execution of the
Project.
As the Project progresses through to completion, formal review and update of the Project
Execution Plan shall be carried out to reflect the change in focus of the Project.
The Contractor shall appoint a Project Director or Senior Project Manager who shall take
ownership of the plan and who shall be responsible to the Board of Directors of the Contractor
for successful delivery of the Project to the Contracting Authority. He shall ensure that all of
the resources required meeting the overall Project Schedule and the individual Project
Milestones are available and meet the specified acceptance criteria. He shall be the prime
contact between the Contracting Authority and the Contractor and shall be accountable to the
Contracting Authority for the achievement of the delivery of the Project to the standards
contained in the Contract.
The Contractor shall nominate a Project Sponsor from within the Contractor‟s Board of
Directors in order to ensure that Project goals are met.
4.3 ORGANISATION
The Contractor shall provide, in the Annex XV – “Contractor Personnel” of the Contract, an
integrated Project Organisation, which shall be mobilised as a single Project Task Force. The
Base Case shall be for the Project Task Force to be mobilised in a single Engineering,
Procurement and Construction Management office location, with a fully networked Information
Technology system linking all Key Personnel. At the appropriate time in the schedule, the
Contractor shall mobilise a team to site (Contractor has to communicate in due time to
Contracting Authority the number of persons composing this team).
As a minimum, the following Key Personnel shall be nominated by Contractor, and submitted
to Contracting Authority for approval:
Project Manager
Engineering Manager
Senior Project Engineer
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 42 / 180
Part D - Scope of Work
Discipline Technical Leads
Project Control Manager
Quality Assurance Manager
Quality Control Manager
Community Relations Manager
Lead Discipline Managers
Construction Manager
Commissioning Manager
Materials Manager
Welding and NDT Engineer
HSE Manager (Detailed Engineering and Construction phase)
Lead Safety Engineer
Site HSE Engineers & Superintendent
Operation and Maintenance Manager
Project Information Manager
Document Control Manager
Procurement Manager
Third Party Inspection Coordinator
Security Manager
Logistics Manager
Contractor shall give to Contracting Authority organization chart both for Engineering Phase and for
Construction phase.
4.4 PROJECT PROCEDURES
The Contractor shall prepare a Project Management Procedures Manual no more than 1
month after effective date of the Contract. These procedures shall clearly set out the method
by which the Project shall be controlled and shall include a comprehensive Work Breakdown
Structure. These procedures will be reviewed and approved by Company; however, Company
procedures will always have precedence.
4.5 QUALITY ASSURANCE
The Contractor shall implement a documented Quality System (the “Contractor‟s Quality
System”) in accordance with the requirements of ISO 9001:2008, to maintain Quality
Assurance. The design and development of computer software shall be controlled in
accordance with ISO9001:2008.
The Contractor‟s Quality System shall be suitable for all the Work, shall be detailed within the
Contractor‟s Quality Assurance procedures for each Location and shall be made project
specific by application of the Contractor‟s Quality Plan(s) for the Project as outlined in Annex
XIII – “Quality Plan”. The Contractor shall demonstrate the execution and maintenance of
Quality Assurance to the Contracting Authority‟s satisfaction through all phases of the Work.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 43 / 180
Part D - Scope of Work
The Contractor shall implement all aspects of the work in accordance with the procedures in
the Contractor‟s Quality Plan. The plan will be an integral part of the Project and will come into
effect at signature of the Contract.
4.6 SOFTWARE
The Contractor shall use the following software for the execution of the Contract:
HAZOP software- PHA or LIHOU
Instrumentation Database - INtools
Electrical engineering - ETAP
Process engineering - Hysys
- PRO II
- Unisim
- Pipesim
- OLGA
- FLARENET
- FLAREsim
Piping (CAD) - PDMS (3D)
- AutoCAD or MicroStation (2D)
- CAESAR II
Pipeline: - Archgis
- Autocad
- Microstation
Steelwork - STAAD.Pro
HSE - Recognized Software‟s for Consequence Analyses
- Software‟s for Quantitative Risk Analysis
CMMS - EAM
Planning - Primavera 3.1/ Microsoft Project
Document Data Management: - EDAM
Material Management - MIAP (to be defined during KoM or
dedicated meetings organized by Contractor).
Piping Specifications - SPCPUMA (to be defined during
KoM or dedicated meetings organized by Contractor).
General - Microsoft Office applications (2003 or above)
including
- Word, Excel, PowerPoint, Access, Visio
Professional. Files generated by Microsoft
applications shall be backwards compatible to
version 2003.
- Adobe Acrobat Professional, Reader
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 44 / 180
Part D - Scope of Work
Where required by the Contracting Authority, Contractor shall submit input and output files in
source format and .pdf format for review by the Contracting Authority.
4.7 DOCUMENTATION
The Contractor shall prepare all documents including Drawings, Specifications, calculations
etc. required to perform the Work. This shall include all documents described or listed in this
Scope of Work, all documents listed in the project specifications and any other documents
that the Contracting Authority or the Contractor deem necessary to fully define, build and
operate the Permanent Works.
Existing Contracting Authority documentation that is affected by the new design shall not be
renumbered, but the existing drawings shall be updated with new information.
In agreement with Contracting Authority procedures, Contractor shall prepare a Master
Document Register (MDR), which shall include all Contractor supplied formal and detail
design documentation. The Table of Contents for the MDR shall be submitted to the
Contracting Authority for review within 30 days after award of Contract.
The Contractor shall develop and maintain the MDR of all documents, showing planned,
forecast actual dates, current percentage complete and status for each document, which shall
be subject to audit by the Contracting Authority at any time. The document register shall
include all documents to be produced and/or updated by Contractor and all Supplier
Documents
The document register in place at the end of FEED attached in Annex I – “Technical” of the
Contract shall be confirmed and validated by the Contractor to include all design deliverables
within thirty (30) days of Contract award. All procurement deliverables shall be included
within sixty (60) days of Contract award and all construction/Commissioning deliverables
shall be included within one hundred and eighty (180) days of Contract award.
As Contractor updates the document register, each document shall be identified after
approval from Contracting Authority as requiring either review, approval or only for
information.
The dates that specify when Contractor shall submit documents to the Contracting Authority
shall be delivered from Contract Control Schedule. The Contract Control Schedule shall be
prepared by Contractor and reviewed and approved by Contracting Authority. All deliverables
shall be submitted with approved planned dates. Any change must be submitted to
Contracting Authority for approval.
For each document the Contractor shall give a weight and submit the changes to the
Contractor Authority. Any weight change in deliverables must be submitted to Contracting
Authority for approval.
From this Register of the Contractor's planned documents, the Contracting Authority shall
identify those which shall be submitted to the Contracting Authority for Review/Information.
Annex V – “Documents to be submitted to the Contracting Authority” of the Contract identifies
the minimum level of document review required by Contracting Authority.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 45 / 180
Part D - Scope of Work
All documents shall be available to the Contracting Authority in locations to include:
Contracting Authority Home Offices, Contractor‟s Project Office and the field construction
SITE. All documents shall be developed such that they can be provided to the client in
electronic format.
Contractor shall prepare and maintain an index of all Supplier manuals. This shall be
maintained in an electronic format for eventual hand over to the Contracting Authority.
Contractor shall maintain all Drawings and documents relevant to Start-Up up to and including
final "As Built" status. The "As Built" documents shall be incorporated into the final
Contractor‟s Design Report for handover by the Contractor and acceptance by the
Contracting Authority.
Contractor shall produce Operating and Maintenance Manuals for all equipment, including all
equipment data books, operating instructions, emergency procedures, maintenance
instructions and recommended spares lists for each item, as provided by Suppliers. The
Operating and Maintenance Manuals (or procedures) shall be prepared in English and
translated into French. Both the Operating and Maintenance Manuals are to be completed by
Contractor at least 8 months prior to Start-Up.
The contents of the typical operating, maintenance and safety manual shall be followed at a
minimum:
Process description, with Plot Plan, PFDs, Material Balances;
Utilities description;
Distributed Control System;
Overview Drawings, such as Electrical One Line Diagrams, Area
Classification Diagrams, Material Selection Diagram, Hazardous
Area Diagram;
General Safety Instructions;
Operating Instructions;
Outline for Individual Equipment, including:
Brief description of Major Equipment;
Operating Instructions;
Operating Limitations;
Safety Items and Operational Hazards;
Recommendations for Maintenance and Repairs;
Recommended spare parts list
Support Systems, including:
Corrosion Protection System;
Communications System;
Safety Systems.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 46 / 180
Part D - Scope of Work
Contracting Authority require detailed “valve-by-valve” Operating Procedures in order to verify
clear, complete procedures and to certify competency of operator‟s knowledge and interaction
between control and process systems. The Operating Procedures for the Facilities shall be
prepared by Contractor. Contracting Authority shall provide technical support and
recommendations during the review process. The Operating Procedures shall require review
and approval by Contracting Authority and shall include, as a minimum, the following:
System descriptions
Technology descriptions
How the system shall be started, operated and shut down,
covering normal, abnormal, and emergency situations
Design limitations
Operational set points
Drawings (P&ID‟s, Cause and Effects, etc)
Any special operating procedures
Timeline and programme to include manpower requirements
List of commissioning, test, start up and recommended spare
parts procured
List of Commissioning Lubricants, consumables and bulk
materials
List of Chemicals
List of all Equipment with general information
List of Operations and Maintenance Training Requirements
Contractor shall review the content of the Maintenance Manuals and ensure that all technical
requirements are included. The finalised Maintenance Manuals shall be provided for approval
to the Contracting Authority 8 months prior to Start-Up
The following activities shall be also considered:
Review all Vendors Operating and Maintenance manuals for completeness;
Obtain from Vendors any clarification, explanation and additional information
necessary to satisfy the commissioning and operation requirements.
Documentation, including “As-built” documentation and Engineering Information shall be
supplied by the Contractor in accordance with Annex V – “Documents to be submitted to the
Contracting Authority” of the Contract..
The Contracting Authority reserves the right to review all Contract deliverables. However, it is
the intention that the Contracting Authority shall only review certain key documents. The key
documents are detailed in the review matrix to be defined and inserted in Annex V –
“Documents to be submitted to the Contracting Authority” of the Contract.
Review of documents by Contracting Authority does not relieve Contractor of the
responsibility to provide complete, safe and operable facilities in full accordance with
Contracting Authority supplied documents and Scope of Work. A program for document
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 47 / 180
Part D - Scope of Work
review shall be submitted to Contracting Authority by Contractor within 30 days of Contract
award. It is Contractor's responsibility to ensure that Contracting Authority‟s Representatives
are notified in good time of the issue of key documents for review and to expedite review to
avoid delay to the Work.
Contracting Authority shall require an Information Management Plan to be submitted for
review by Contracting Authority within 8 weeks of contract award. The Information
Management Plan shall:
Identify all database/software sources and the layout and
structure of data within any database on a discipline-by-discipline
basis. Advise software name and version.
Provide a schematic illustration of information systems and flow
of data between them. Identify direct application-to-application
links, file-to-file transfers and manual transfers.
List main document types to be produced by Contractor with
reference to production software.
Describe how 3D CAD models shall be organized, managed and
interfaced with other system tools.
Describe how 3D CAD models shall be developed and used
throughout the various project phases.
Allocate responsibilities to all parties involved.
Define how information shall be collected, processed, stored and
exchanged.
Identify Document control procedures, including document
distribution, review and approval of engineering and supplier
documentation, client review and approval,
Identify documentation quality plan and procedures.
Progress reporting for design documentation, supplier
documentation and engineering data.
Provide schedules and identify deliveries against the project
milestones. Special attention shall be given to identify milestones
for pre-handover to Contracting Authority for operations and
maintenance planning activities.
Detail measures to ensure information integrity and singe source
philosophy.
Detail the implementation of a Master Tag register and how to
ensure this remains the tag master throughout all phases of the
project.
Define how to ensure the electronic version of the document is
regarded as the original (both engineering and supplier
documentation).
Define how data transfer to Contracting Authority systems on a
basis to be mutually defined.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 48 / 180
Part D - Scope of Work
Define how information shall be distributed on the Sites.
Define how to ensure correct updating and as-built
documentation.
As-built procedures.
Detail the process by which formal handover shall be achieved.
Handling of French translations of documents.
The plan shall be coordinated with the Contract Master Schedule.
Contractor shall give Contracting Authority access to a 3D model viewing station in
Contractors offices and on Site and should be accessible externally by the Contracting
Authority. The view model shall be updated by Contractor at regular intervals.
Contractor shall hand over the complete 3D design model developed during detail
engineering. This shall include all catalogues and specifications used and a description of the
hierarchical structure of the model.
Service descriptions used for tags shall be unambiguous, indicate both equipment function
and location, and be in line with the tag description practise established in the Computerised
Maintenance Management System.
Contracting Authority requires total access to all design and supplier documentation for
maintenance planning, training and other preparations for operations activities.
Information shall be transferred from Contractor‟s systems to Contracting Authority databases
at agreed milestones. A test transfer of electronic information shall be carried out as early in
the project as possible to verify the data transfer procedures. This shall include all relevant
types of digital formats.
Transfer of documentation and information into Contracting Authority data management
system is the responsibility of Contractor. This includes data quality, completeness,
consistency, data format and compliance with existing codes and attributes.
Contracting Authority shall on a regular basis carry out verifications to ensure that information
complies with requirements.
4.7.1 Data and Document Management
The design activities shall be developed according to the requirements of technical
specification defined in the tender documentation and according to the following Contracting
Authority Standards:
Contract requirements for technical document management and facility technical data
delivery
The following paragraph provides a detailed list of Contract requirements concerning
technical document management and facility technical data delivery for Company database.
Each requirement shall be accomplished according to a listed set of Company specifications
The requirements include:
Technical organization for document and material management
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 49 / 180
Part D - Scope of Work
Minimum technical data required for typical basic design documents
Detailed full life document planning and progress report
Document approval management
Implementation of CAD Programs
Computerized delivery of technical data to Company Database
Delivery of model and spare part data for integration with maintenance
Paint & Coating Activities
Technical organization for document and material management
06215.DOC.GEN.SDS Facility functional Units
20189.COO.GEN.SDS Technical document identification and title
blocks
20198.COO.GEN.SDS Item Numbering
Minimum technical data required for typical basic design documents
20259.DOC.GEN.SDS P&ID Piping and instrumentation Diagram
06221.DOC.ELE.PRG OLD One line Diagram
06227.DOC.GEN.PRG Facilities Plot plans
06222. DOC.PRC.PRG Equipment List
06223. DOC.MEC.PRG Line List
06224. DOC.MEC.PRG Hand Valve and Line Accessories List
06225. DOC.STA.PRG Loops and instrument List
06681.DOC.ELE.PRG Electric load list
06682.DOC.ELE.PRG Electric cable list and electric cable report
Detailed full life document planning and progress report
27605.VAR.GEN.SDS Technical Documentation required during the Project
Development Phase
Document approval management
27608.DOC.GEN.SDS Management of approval of technical documents
Piping Class Management
CONTRACTOR will apply COMPANY standard methodology and software (
SPCPuma ) to manage and generate the facility piping class and relative piping
Referance Database ( RDB ) to import in a 3D CAD Model , according to
document:
The COMPANY will provide to the CONTRACTOR the appropriate access to
COMPANY Piping Class Database
Implementation of CAD Programs
20204.CAE.GEN.PRG Procedure for preparation of 2D CAD Drawings
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 50 / 180
Part D - Scope of Work
20205.CAE.GEN.PRG General procedure for preparation of 3D CAD models
and deliverables production
20206.CAE.GEN.PRG Standard rules for preparation of 3D CAD models and
deliverables production by using Intergraph PDS3D
27901.CAE.GEN.PRG Standard rules for preparation of 3D CAD Models and
deliverables production by using AVEVA Vantage PDMS
20248.CAE.GEN.SDS Survey of existing facilities through laser scanning to
obtain the as-built 3D CAD Model and associated data and document
27906.CAE.GEN.PRG Standard rules for preparation of 3D CAD models and
deliverables production by using Intergraph SMARTPLANT 3D
Computerized delivery of technical data IN Company Database
06214.DOC.GEN.SDS Instructions to Contractors for information submission to
DBIMP
20203.DOC.GEN.SDS Handover of plant component data and key documents
for DBIMP
The COMPANY will provide to the CONTRACTOR the appropriate access to COMPANY data
Loading web site or, in alternative, the excel template.
Delivery of model and spare part data for integration with maintenance
20202.DOC.GEN.PRG Model and spare parts data required from Vendors
Paint & Coatings Activities
20000 VAR.PAI.FUN. Rev.3 - Protective coatings, galvanising and metallising for
internal and external surfaces of offshore and onshore structures and related
components
20550 PIP.COR.FUN. Rev.0 – External coatings for corrosion protection of steel
Pipes and components
20551 PIP.COR.FUN. Rev.0 – Internal coatings for corrosion protection of steel
Pipes and components
20552 VAR.PAI.FUN. Rev.0 – Maintenance of coated surfaces
Guide to implementation of OOC / ENI E&P computer programs for CAE (computer
Aided engineering)
Guide to implementation of OOC / ENI E&P proprietary computer programs for CAE
(Computer Aided engineering) or other recommended programs.
Tool MIAP:
ITEM BR 001 Rev A01 Overview of Miap information system (item coding, bulk
material coding, model and spare part coding) (to be defined
during KoM or dedicated meetings organized by Contractor)
Tool SPCPUMA:
ITEM BR.002 Rev A01 Overview of SPCPUMA Functionalities (computerization of
Piping specs, creation of piping spec catalogues (to be defined
during KoM or dedicated meetings organized by Contractor)
Tool EDAM:
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 51 / 180
Part D - Scope of Work
EDAM Engineering Document Approval Management
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 52 / 180
Part D - Scope of Work
4.7.2 Coding Methodology for Correspondence
The information exchange and the engineering documents transmission will be performed in
accordance with the following criteria.
All the official information shall be transmitted in written. In principle any form of written
communication is accepted (e-mail, fax and letter).
The official information exchange between Company and Contractor shall take place through
the respective authorized representatives.
The main exchange of technical information shall be through e-mail or informatics platform.
For all the meetings between Company and contractor a minute of meeting shall be edited.
The conversations between Company and contractor not reported in writing will have no
effect.
Communications regarding different matters or relative to different discipline will be accepted
provided that the main points are recalled in the object of the communication so as to allow
their traceability.
In general the following indications shall be included in the correspondence in order to be
used:
- References to previous correspondence;
- Reply or expected actions;
- Timing for the actions or expected replies.
In order to facilitate the management of the technical correspondence among the parties
involved in the project the below reported identification shall be used:
FFFFFFSS_NNN_OOO_DDD_X_NNNNNN
Where:
FFFFFF Facility Code
SS Sub-facility Code
NNN Correspondence Type
OOO Originator (business name code - three alphanumerical characters)
RRR Receiver (business name code - three alphanumerical characters)
X Discipline (see Ref.2)
NNNNN Sequential number
Correspondence Type
LET Letter
FAX Fax
EMAE-mail
TRN Transmittal
MOM Minutes of Meeting
EMREngineering Monthly Report
EWR Engineering Weekly Report
VORVariation Order (Technical) Request
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 53 / 180
Part D - Scope of Work
WSTWork Statements
TQ Technical Query
Ex. 00220600_LET_ENI_TCM_G_00001
Note
The weekly and the monthly reports shall have instead of the sequential number the date in
following format:
YYYY_MM_DD
Ex. 00220600_EMR_ENI_TCM_G_2009_04_01
The identification of transmittal IN of contractor and of transmittal OUT of Company for the
management of the approval cycle is defined in 27608.DOC.GEN.SDS - Management and
approval of technical documentation
The Company can request the contractor in each moment the files of the documents on
information support (CD or DVD).
This support shall be identified as follows:
FFFFFFSS_CCC_NNN_Data
Where:
FFFFFF Facility code
SS Sub-facility code
CCC Business name Code of contractor
NNN Sequential number of CD/DVD
Data Creation date of the CD in format: YYYY.MM.DD
In the CD/DVD shall be inserted the index of the files contained (including code, title and
revision of the document). In the index to each file shall be applied a hyperlink which sends to
the relative document.
4.8 MANAGEMENT OF CHANGE
The Contractor shall submit their proposed Management of Change (MOC) procedure with
their tender for Contracting Authority review to be integrated in Annex XVI – “Contract
Administration Manual” of the Contract. Contractor shall implement a change control
procedures to ensure that changes in the design of the work are controlled, in accordance
with the Contracting Authority minimum requirements. These procedures will be reviewed and
approved by Company; however, Company procedures will always have precedence.
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 54 / 180
Part D - Scope of Work
4.8.1 Management of Change Policy
All temporary and permanent changes to organization, personnel, systems, procedures,
equipment, products, materials or substances shall be evaluated and managed to ensure that
health, safety and environmental risks arising from these changes remain at an acceptable
level. Contractor shall comply with changes to laws and regulations and take account of new
scientific evidence relating to HSE effects.
4.8.2 Documents concerned by MOC
Management of Change procedure shall be applied to the following documents including but
not limited to:
Plot plans
PFDs and UFDs
P&ID‟s
Equipment Data Sheets
Equipment List
Line List
Material Safety Data Sheets
Emissions Tracking Matrix
Cause and Effect Chart
Electrical One Line Drawings
Electrical Area Classification
PSV Design Basis and Calculations
Instrument Index
Aspect / Impact Matrix
Operating Procedures
Maintenance Procedures
Training Documentation
Emergency Response Plans
Compliance Matrix
Environmental Management Program
Safeguarding Philosophy and Diagrams
DP/DT Drawings
Material Selection Drawings
CV Datasheets
RV Datasheets
Hazardous Area Classification Layouts and Reports
Safety Systems Design
Design Pressure and Temperature Diagrams
Sonatrach / FCP Tender No.
Central Area Field Complex Project
SH-FCP-EPC-PREQUAL-CAFC-
HUILE 2011-01
Page 55 / 180
Part D - Scope of Work
Heat and Material Balance
4.9 DAMAGE AVOIDANCE PROCEDURES
The Contractor shall ensure that no damage is done to existing MLE facilities or adjacent
land, property and habitation during execution of the Work. Contractor shall provide fully
developed damage avoidance procedures no more than 1 month after effective date of the
Contract and shall follow the procedures. Procedures may require installation of temporary
protection for simultaneous operation with a live NGL plant.
Such procedures shall include damage avoidance to existing infrastructure, and local
community facilities and relationships.
To facilitate the preparation of these procedures, Contracting
Authority will provide required documents which are included in
Annex XI – “HSE Management System Requirements” of the
Contract.
4.10 HSE PLAN AND MANAGEMENT
The Contractor shall prepare an HSE Plan and Management System in accordance with the
requirements of Annex XI – “Health, Safety and Environmental” of the Contract
The Contractor shall develop and implement an Approved safety management plan to
maintain Best Industry Practice with respect to construction and Commissioning which shall
apply to both Contractor and Subcontractor personnel. This shall include a safety organisation
for each Location, supported by procedures and the Contractor‟s project management team.
This plan shall address all safety critical activities such as personal protective equipment,
scaffolding, rigging, trenching and excavations, vehicle movements, speed limits, etc.
The Contractor shall prepare and implement a management system (“HSE Management
System”) for all phases of the Work to ensure that the Contracting Authority's HSE standards
and other requirements are implemented in the Design. The Contractor shall submit its
proposed HSE Management System.
The HSE Plan and Management System shall be revised and updated as the Project
proceeds.
The Contractor‟s organisation and arrangements necessary for the implementation of his HSE
MS shall be developed into the Contractor‟s HSE Plan. The HSE Plan shall be prepared
specifically for the Work.
The HSE Plan shall be subject to Contracting Authority‟s review and shall be finalised and
completed within four (4) weeks of Contractor‟s “Instruction to proceed with the Work”.
Contracting Authority reserve the right to review any proposed amendments to the agreed
plan, which may be necessary as the Work progresses.
The Contractor‟s HSE Plan shall make specific reference as to the procedures, permits etc.
which shall be used to ensure that the safety of the operations are not compromised.
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project
Tender for EPC of Central Area Field Complex Project

More Related Content

What's hot

WORKFLOW
WORKFLOW WORKFLOW
WORKFLOW TW Carl
 
Commissioning & Interface With Engineering
Commissioning & Interface With EngineeringCommissioning & Interface With Engineering
Commissioning & Interface With Engineeringasim569
 
Asset Integrity Management
Asset Integrity ManagementAsset Integrity Management
Asset Integrity ManagementHafiz Atif
 
Precommissioning and Commissioning
Precommissioning and CommissioningPrecommissioning and Commissioning
Precommissioning and CommissioningWendy Soerachman
 
Precommisioning and commissioning updated
Precommisioning and commissioning updatedPrecommisioning and commissioning updated
Precommisioning and commissioning updatedPersonal Secret
 
Bow Tie methodology for Operational Safety & Risk Management
Bow Tie methodology for Operational Safety & Risk ManagementBow Tie methodology for Operational Safety & Risk Management
Bow Tie methodology for Operational Safety & Risk ManagementArthurGroot
 
Api 570 course material
Api 570 course materialApi 570 course material
Api 570 course materialTASSIO DOURADO
 
Commissioning of Offshore Installations
Commissioning of Offshore InstallationsCommissioning of Offshore Installations
Commissioning of Offshore Installationswan saiful arini
 
Royal Commission, Jubail , Environmental regulations 2015-volume I
Royal Commission, Jubail , Environmental regulations 2015-volume IRoyal Commission, Jubail , Environmental regulations 2015-volume I
Royal Commission, Jubail , Environmental regulations 2015-volume Isudeeb kumar
 
Manifold design, verification,_and_validation
Manifold design, verification,_and_validationManifold design, verification,_and_validation
Manifold design, verification,_and_validationjpegd
 
03-hira-for-welding-work-_compress.pdf
03-hira-for-welding-work-_compress.pdf03-hira-for-welding-work-_compress.pdf
03-hira-for-welding-work-_compress.pdfRajkumarArikumar
 
Root Cause Analysis and Accident Investigation
Root Cause Analysis and Accident InvestigationRoot Cause Analysis and Accident Investigation
Root Cause Analysis and Accident InvestigationKPADealerWebinars
 
ASME B31.3 Training Course
ASME B31.3 Training CourseASME B31.3 Training Course
ASME B31.3 Training CourseMeena Rezkallah
 
Epc project interdepency and Work Flow- promo
Epc project interdepency and Work Flow- promoEpc project interdepency and Work Flow- promo
Epc project interdepency and Work Flow- promoignitetribes
 
495265750-Hydro-Test-Procedure.docx
495265750-Hydro-Test-Procedure.docx495265750-Hydro-Test-Procedure.docx
495265750-Hydro-Test-Procedure.docxSharad Naik
 

What's hot (20)

WORKFLOW
WORKFLOW WORKFLOW
WORKFLOW
 
Commissioning & Interface With Engineering
Commissioning & Interface With EngineeringCommissioning & Interface With Engineering
Commissioning & Interface With Engineering
 
Asset Integrity Management
Asset Integrity ManagementAsset Integrity Management
Asset Integrity Management
 
Precommissioning and Commissioning
Precommissioning and CommissioningPrecommissioning and Commissioning
Precommissioning and Commissioning
 
Precommisioning and commissioning updated
Precommisioning and commissioning updatedPrecommisioning and commissioning updated
Precommisioning and commissioning updated
 
Bow Tie methodology for Operational Safety & Risk Management
Bow Tie methodology for Operational Safety & Risk ManagementBow Tie methodology for Operational Safety & Risk Management
Bow Tie methodology for Operational Safety & Risk Management
 
Api 570 course material
Api 570 course materialApi 570 course material
Api 570 course material
 
Nfpa 30 2015
Nfpa 30 2015Nfpa 30 2015
Nfpa 30 2015
 
Commissioning of Offshore Installations
Commissioning of Offshore InstallationsCommissioning of Offshore Installations
Commissioning of Offshore Installations
 
How to produce PQR
How to produce PQRHow to produce PQR
How to produce PQR
 
Royal Commission, Jubail , Environmental regulations 2015-volume I
Royal Commission, Jubail , Environmental regulations 2015-volume IRoyal Commission, Jubail , Environmental regulations 2015-volume I
Royal Commission, Jubail , Environmental regulations 2015-volume I
 
Manifold design, verification,_and_validation
Manifold design, verification,_and_validationManifold design, verification,_and_validation
Manifold design, verification,_and_validation
 
03-hira-for-welding-work-_compress.pdf
03-hira-for-welding-work-_compress.pdf03-hira-for-welding-work-_compress.pdf
03-hira-for-welding-work-_compress.pdf
 
NFPA 15 - 2006.pdf
NFPA 15 - 2006.pdfNFPA 15 - 2006.pdf
NFPA 15 - 2006.pdf
 
Process safety managment
Process safety managmentProcess safety managment
Process safety managment
 
Root Cause Analysis and Accident Investigation
Root Cause Analysis and Accident InvestigationRoot Cause Analysis and Accident Investigation
Root Cause Analysis and Accident Investigation
 
HAZOP.PPT
HAZOP.PPTHAZOP.PPT
HAZOP.PPT
 
ASME B31.3 Training Course
ASME B31.3 Training CourseASME B31.3 Training Course
ASME B31.3 Training Course
 
Epc project interdepency and Work Flow- promo
Epc project interdepency and Work Flow- promoEpc project interdepency and Work Flow- promo
Epc project interdepency and Work Flow- promo
 
495265750-Hydro-Test-Procedure.docx
495265750-Hydro-Test-Procedure.docx495265750-Hydro-Test-Procedure.docx
495265750-Hydro-Test-Procedure.docx
 

Viewers also liked

Viewers also liked (20)

.CV en Français
.CV en Français.CV en Français
.CV en Français
 
Letter From Sonatrach
Letter From SonatrachLetter From Sonatrach
Letter From Sonatrach
 
Aouichat Fouad
Aouichat FouadAouichat Fouad
Aouichat Fouad
 
Certificate
CertificateCertificate
Certificate
 
Certificate of Achievement - 4EBB2
Certificate of Achievement - 4EBB2Certificate of Achievement - 4EBB2
Certificate of Achievement - 4EBB2
 
C15 conflits-hydrocarbures (6)
C15 conflits-hydrocarbures (6)C15 conflits-hydrocarbures (6)
C15 conflits-hydrocarbures (6)
 
Excel vba-9782744041587 t
Excel vba-9782744041587 tExcel vba-9782744041587 t
Excel vba-9782744041587 t
 
Cours access
Cours accessCours access
Cours access
 
Vba
VbaVba
Vba
 
Grupo 7 a eng amb
Grupo 7 a eng ambGrupo 7 a eng amb
Grupo 7 a eng amb
 
Présentation DADA - FCP
Présentation DADA - FCPPrésentation DADA - FCP
Présentation DADA - FCP
 
Généralité sur le bassin de berkine
Généralité sur le bassin de berkineGénéralité sur le bassin de berkine
Généralité sur le bassin de berkine
 
Macros
MacrosMacros
Macros
 
Les puits de pétrole 2
Les puits de pétrole 2Les puits de pétrole 2
Les puits de pétrole 2
 
Safely produce
Safely produceSafely produce
Safely produce
 
Cours complet excel détaillé
Cours complet excel détailléCours complet excel détaillé
Cours complet excel détaillé
 
Introduction aux macros sous Excel
Introduction aux macros sous ExcelIntroduction aux macros sous Excel
Introduction aux macros sous Excel
 
Cours design pattern m youssfi partie 1 introduction et pattern strategy
Cours design pattern m youssfi partie 1 introduction et pattern strategyCours design pattern m youssfi partie 1 introduction et pattern strategy
Cours design pattern m youssfi partie 1 introduction et pattern strategy
 
cours macro S2 GB.......Mme.MAJIDI
cours macro S2 GB.......Mme.MAJIDIcours macro S2 GB.......Mme.MAJIDI
cours macro S2 GB.......Mme.MAJIDI
 
D g zach.1231
D g zach.1231D g zach.1231
D g zach.1231
 

Similar to Tender for EPC of Central Area Field Complex Project

CV_Electrical and Instrumentation Engineer
CV_Electrical and Instrumentation EngineerCV_Electrical and Instrumentation Engineer
CV_Electrical and Instrumentation EngineerDeva Narayanan
 
Khubaib Khan_CV Instrument
Khubaib Khan_CV InstrumentKhubaib Khan_CV Instrument
Khubaib Khan_CV InstrumentKhubaib Khan
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industrysmarter2011
 
Saudi Arabian Power Distribution Code 2020
Saudi Arabian Power Distribution Code 2020Saudi Arabian Power Distribution Code 2020
Saudi Arabian Power Distribution Code 2020Power System Operation
 
LIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONLIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONbluesky11
 
LIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONLIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONbluesky11
 
Mil std-100 g
Mil std-100 gMil std-100 g
Mil std-100 gzaky_iben
 
Epc proposal 3x660 mw with cost analysis
Epc proposal 3x660 mw with cost analysisEpc proposal 3x660 mw with cost analysis
Epc proposal 3x660 mw with cost analysisNikhil Kumar Rai
 
8015-0151-LM11-22-320-EL-WP-0278_00
8015-0151-LM11-22-320-EL-WP-0278_008015-0151-LM11-22-320-EL-WP-0278_00
8015-0151-LM11-22-320-EL-WP-0278_00SANDIP GOSWAMI
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industrysmarter2011
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industrysmarter2011
 
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )ReportsnReports
 
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...ssuser5cb52c
 

Similar to Tender for EPC of Central Area Field Complex Project (20)

NIGERIA GRID CODE
NIGERIA GRID CODE NIGERIA GRID CODE
NIGERIA GRID CODE
 
Grid code 2014
Grid code 2014Grid code 2014
Grid code 2014
 
CV_Electrical and Instrumentation Engineer
CV_Electrical and Instrumentation EngineerCV_Electrical and Instrumentation Engineer
CV_Electrical and Instrumentation Engineer
 
Dg sets final2013
Dg sets final2013Dg sets final2013
Dg sets final2013
 
Khubaib Khan_CV Instrument
Khubaib Khan_CV InstrumentKhubaib Khan_CV Instrument
Khubaib Khan_CV Instrument
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry
 
Saudi Arabian Power Distribution Code 2020
Saudi Arabian Power Distribution Code 2020Saudi Arabian Power Distribution Code 2020
Saudi Arabian Power Distribution Code 2020
 
LIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONLIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATION
 
LIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATIONLIQUEFIED PETROLEUM GAS INSTALLATION
LIQUEFIED PETROLEUM GAS INSTALLATION
 
RESUME-Radheya Karmarkar
RESUME-Radheya KarmarkarRESUME-Radheya Karmarkar
RESUME-Radheya Karmarkar
 
Mil std-100 g
Mil std-100 gMil std-100 g
Mil std-100 g
 
Resume-Prashanth
Resume-PrashanthResume-Prashanth
Resume-Prashanth
 
Epc proposal 3x660 mw with cost analysis
Epc proposal 3x660 mw with cost analysisEpc proposal 3x660 mw with cost analysis
Epc proposal 3x660 mw with cost analysis
 
8015-0151-LM11-22-320-EL-WP-0278_00
8015-0151-LM11-22-320-EL-WP-0278_008015-0151-LM11-22-320-EL-WP-0278_00
8015-0151-LM11-22-320-EL-WP-0278_00
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry
 
Cost Forecast Report
Cost Forecast ReportCost Forecast Report
Cost Forecast Report
 
2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry2012 deep research report on china wind turbine control systems industry
2012 deep research report on china wind turbine control systems industry
 
CV instrument (E&I) Engineer2
CV instrument (E&I) Engineer2CV instrument (E&I) Engineer2
CV instrument (E&I) Engineer2
 
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )
China Wind Turbine Control Systems Industry, 2011 ( Deep Research Report )
 
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...
D.E.Gray_STUDY OF TURBOFAN ENGINES DESIGNED FOR LOW ENERGY CONSUMPTION_FINAL ...
 

Tender for EPC of Central Area Field Complex Project

  • 1. TENDER No. SH-FCP-EPC-PREQUAL- CAFC-HUILE 2011-01 SCOPE OF WORK SHEET 1 OF 180 CENTRAL AREA FIELD COMPLEX PROJECT ITT FOR EPC PART D – SCOPE OF WORK Rev. Date Page Description Prep‟d Chk‟d App‟d 0 09/03/12 180 Issued for ITT PMT A.N.K A. E
  • 2. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 2 / 180 Part D - Scope of Work CAFC PROJECT INVITATION TO TENDER ENGINEERING, PROCUREMENT, CONSTRUCTION AND COMMISSIONING PART D – SCOPE OF WORK
  • 3. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 3 / 180 Part D - Scope of Work CONTENTS FOREWORD 9 EXPLANATION OF TERMS 10 ACRONIMS 12 INTRODUCTION 15 1. PROJECT OVERVIEW 16 1.1 CAFC DEVELOPMENT SUMMARY 16 1.2 CONCEPT 17 1.3 COMMON FACILITIES INSTALLED AT MLE 18 1.4 DEVELOPMENT LOCATION 19 2. GENERAL CONTRACTING AUTHORITY REQUIREMENTS 22 2.1 SUPPORT TO CONTRACTING AUTHORITY 27 3. GENERAL WORK DESCRIPTION 33 3.1 DESIGN CONCEPT AND DATA REVIEW 35 3.2 HSE 36 3.3 DESIGN INTERFACES 36 3.4 FUTURE FACILITIES 38 3.5 ALGERIAN REGULATORY BODIES 38 4. PROJECT MANAGEMENT 39 4.1 OVERVIEW 39 4.2 PROJECT EXECUTION PLAN 40 4.3 ORGANISATION 41 4.4 PROJECT PROCEDURES 42 4.5 QUALITY ASSURANCE 42 4.6 SOFTWARE 43 4.7 DOCUMENTATION 44 4.7.1 Data and Document Management 48 TOOL MIAP: 50 TOOL SPCPUMA: 50 TOOL EDAM: 50
  • 4. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 4 / 180 Part D - Scope of Work 4.7.2 CODING METHODOLOGY FOR CORRESPONDENCE 52 4.8 MANAGEMENT OF CHANGE 53 4.8.1 Management of Change Policy 54 4.8.2 Documents concerned by MOC 54 4.9 DAMAGE AVOIDANCE PROCEDURES 55 4.10 HSE PLAN AND MANAGEMENT 55 4.11 BRIDGING SYSTEM 56 4.12 PLANNING, SCHEDULING AND PROGRESS REPORTING 56 4.13 INTERFACE MEETINGS 58 5. SCOPE OF WORK AND DETAILED DESIGN/ENGINEERING 60 5.1 GENERAL 60 5.2 FACILITIES 64 5.2.1 Process Engineering 64 5.2.2 Mechanical/Equipment 70 5.2.3 Piping and Layouts 74 5.2.4 Pipelines 75 5.2.5 Operations and Maintenance 76 5.2.6 Instrument and Controls Systems 78 5.2.7 IT and Telecommunications Systems Design 82 5.2.8 Electrical and Power Systems Engineering 85 5.2.9 Corrosion Protection 87 5.2.10 Civil 88 5.2.11 HSE 94 5.2.12 Lifecycle Cost Assessment 97 6. HSE MINIMUM REQUIREMENTS 99 6.1 NATIONAL LEGISLATION, REGULATION, CONTRACTING AUTHORITY AND INTERNATIONAL HSE CODES AND STANDARDS 99 6.2 DESIGN HSE PHILOSOPHY 100 6.3 HAZARD MANAGEMENT AND RISK MANAGEMENT 101 6.3.1 GENERAL PRINCIPLES 101 6.3.2 HAZARD IDENTIFICATION STUDY (HAZID) 102 6.3.3 HAZOP STUDIES 102 6.3.3.1 FEED HAZOP 102 6.3.3.2 EPC HAZOP 102 6.3.4 SIL ASSESSMENT AND VERIFICATION 103 6.3.5 FIRE AND EXPLOSION RISK ANALYSIS (FERA) 103 6.3.6 QUANTITATIVE RISK ANALYSIS (QRA) 104 6.3.7 DESIGN CASE SCENARIO 104 6.3.8 DESIGN AND SAFETY REVIEWS 104 6.3.9 ENVIRONMENTAL, SOCIAL AND HEALTH IMPACT ASSESSMENT (ESHIA) 105
  • 5. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 5 / 180 Part D - Scope of Work NOTE: ESHIA WILL BE PROVIDED TO THE CONTRACTOR AND CONTRACTOR SHALL BE RESPONSIBLE TO CONDUCT ALL THE ACTIVITIES PART OF THE EPC ACCORDING TO THE FINDING AND RELEVANT ACTION PLAN. 105 6.3.10 HUMAN FACTORS STUDY 105 6.3.11 SAFETY CRITICAL ELEMENTS (SCE‟S) IDENTIFICATION PROCESS AND MINIMUM REQUIREMENTS 106 6.3.12 HSE ACTION TRACKING 106 6.4 INHERENT SAFETY 106 6.5 LAYOUT PHILOSOPHY 107 6.5.1 LAYOUT CRITERIA TO MINIMIZE RISKS 107 6.5.2 MINIMUM SAFETY DISTANCES 107 6.5.3 FIRE ZONE 108 6.5.4 ACCESS AND EVACUATION 108 6.5.4.1 ACCESS REQUIREMENTS 108 6.5.4.2 ROADS DESIGN 108 6.5.4.3 EVACUATION 109 6.6 PROCESS SAFETY CRITERIA 109 6.6.1 GENERAL 109 6.6.2 EQUIPMENT SAFETY REQUIREMENTS 110 6.6.3 EMERGENCY SHUTDOWN SYSTEMS 110 6.6.4 BLOW DOWN AND FLARE SYSTEMS 111 6.6.5 VENTING AND FLARING SYSTEMS 112 6.7 DRAIN SYSTEMS 112 6.7.1 CLOSED DRAIN SYSTEM 112 6.7.2 OPEN DRAIN SYSTEM 113 6.8 ELECTRICAL SYSTEM DESIGN 113 6.8.1 HAZARDOUS AREA CLASSIFICATION 113 6.8.1.1 EQUIPMENT SELECTION 114 6.8.1.2 VENTILATION AND PRESSURIZATION 114 6.8.2 EMERGENCY POWER SYSTEM 114 6.9 FIRE & GAS DETECTION SYSTEM 115 6.9.1 FIRE DETECTION 115 6.9.2 FLAMMABLE GAS DETECTION 116 6.9.3 MANUAL ALARM CALL POINT 116 6.10 ALARM SYSTEMS 117 6.10.1 ALARMS IN CONTROL ROOM 117 6.10.2 PA/GA AND FIELD ALARM SYSTEMS 117 6.10.3 ALARM VOTING FOR AUTOMATIC ACTIVATIONS 117 6.11 FIRE PROTECTION SYSTEMS 117 6.11.1 ACTIVE FIRE PROTECTION REQUIREMENTS 118 6.11.1.1 FIREWATER PROTECTION SYSTEM 118 6.11.2 PASSIVE FIRE PROTECTION REQUIREMENTS 118 6.12 BUILDINGS SAFETY CRITERIA 119
  • 6. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 6 / 180 Part D - Scope of Work 6.12.1 BUILDINGS LOCATION 119 6.12.2 BUILDING SAFETY DESIGN REQUIREMENTS 119 6.12.3 HVAC REQUIREMENTS 119 6.13 STRUCTURAL DESIGN 120 6.14 PLANT CONSTRUCTION 120 6.15 PERSONNEL SAFETY AND OCCUPATIONAL HEALTH 121 6.15.1 PERSONNEL PROTECTION 121 6.15.2 SAFETY SHOWERS AND EYEBATHS 121 6.15.3 SAFETY SIGNS 122 6.15.3.1 MARKING AND ILLUMINATION OF ESCAPE ROUTES 122 6.15.4 MEDICAL FACILITIES 123 6.15.5 MACHINERY GUARDS 123 6.15.6 MANUAL HANDLING 123 6.15.7 ELECTRICAL SAFETY KIT 123 6.15.8 HOT AND COLD SURFACES/FLUIDS 123 6.15.9 HAZARDOUS MATERIALS STORAGE AND HANDLING 123 6.15.10 MATERIAL SAFETY DATASHEETS (MSDS) 123 6.15.11 RADIOACTIVE MATERIALS 124 6.15.12 TENORM 124 6.15.13 PROHIBITED SUBSTANCES 124 6.16 ENVIRONMENTAL STANDARDS 125 6.16.1 PROJECT ENVIRONMENT REQUIREMENTS 125 6.16.2 NOISE CONTROL 125 7. MATERIALS PROCUREMENT AND MANAGEMENT 127 7.1 GENERAL 127 7.2 SCOPE 127 7.3 PROCUREMENT ORGANISATION 127 7.4 PROCUREMENT METHODS AND PROCEDURES 128 7.5 APPROVED SUPPLIERS LIST 128 7.6 BID PACKAGES 130 7.7 SUPPLIER QUALITY MANAGEMENT 130 7.8 SUPPLIER INTERFACE MEETINGS 130 7.9 MATERIALS STATUS REPORTING 131 7.10 INSPECTION AND EXPEDITING 131 7.11 PROTECTION, PACKING, MARKING AND SHIPPING REQUIREMENTS 132 7.12 SUPPLIER DOCUMENTATION 132 7.13 CUSTOMS CLEARANCE 132 7.14 SPARES 133 7.14.1 General 133 7.14.2 Insurance Spares 133 7.14.3 Operating Spares 133
  • 7. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 7 / 180 Part D - Scope of Work 7.14.4 Commissioning and Start-Up Spares 134 7.14.5 Cataloguing Spares 134 7.15 SPECIAL TOOLS 134 7.16 LOGISTICS 134 8. TECHNICAL INTEGRITY MANAGEMENT 135 8.1 MANAGEMENT SYSTEM 135 8.2 INTEGRITY PLAN 136 8.3 SYSTEM REQUIREMENTS 136 8.3.1 General 136 8.3.2 Specific Points to be addressed in the Technical Integrity Plan 137 8.3.3 Specific points to be addressed by the Contractor 138 8.3.4 General Notes to System Requirements 139 8.3.5 Risk Assessment and Management Programmes 140 8.3.6 Audits 141 8.3.7 Quality Control 142 9. CONSTRUCTION 146 9.1 GENERAL 146 9.2 CONSTRUCTION ENGINEERING AND TEMPORARY WORKS 147 9.3 SITE PREPARATION 148 9.4 SITE CONSTRUCTION FACILITIES 148 9.5 STORAGE OF EQUIPMENT AT SITE 150 9.5.1 General 150 9.5.2 Mechanical 150 9.5.3 Instrument/Electrical/Telecommunications 151 9.6 SITE CONSTRUCTION 151 9.6.1 General 151 9.6.2 Civil Works 152 9.6.3 Mechanical Equipment 154 9.6.4 Piping Systems 154 9.6.5 Gathering Systems 155 9.6.6 Structural 156 9.6.7 Instruments, Electrical and Telecommunications 156 9.6.8 HVAC Systems 158 9.6.9 Safety Equipment 158 9.6.10 Corrosion Protection and Painting 159 9.6.11 Welding Procedures/Welder Qualification 160 9.7 PRECOMMISSIONING ACTIVITIES UP TO MECHANICAL COMPLETION 160 10. COMMISSIONING AND START UP 163 10.1 COMMISSIONING OF UTILITIES AND PROCESS SYSTEMS WITH INERT FLUIDS163
  • 8. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 8 / 180 Part D - Scope of Work 10.2 START UP 165 10.3 RESPONSIBILITIES 167 10.4 HEALTH, SAFETY AND ENVIRONMENT CONSIDERATIONS 167 10.5 PLANNING 169 10.6 PRE-COMMISSIONING, COMMISSIONING AND START-UP ACTIVITIES 170 10.7 GENERAL PROCEDURES 170 10.8 HANDOVER AND ACCEPTANCE PROCEDURES 171 10.9 PERFORMANCE TESTING 174 10.10 FAILURE OF FACILITIES TO PERFORM 174 10.11 TRAINING 174 10.12 VENDOR SUPPORT 175 10.13 DOCUMENTATION 176 10.14 ENGINEERING SUPPORT 176 11. SPECIAL NOTES REGARDING CAFC OIL PROJECT 177
  • 9. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 9 / 180 Part D - Scope of Work FOREWORD The written descriptions set forth in this Part D – “Scope of Work” of the ITT shall form part of Annex II – “Extent and Limit of Supplies and Services” of the Contract and in addition supplement the annexes of the Contract including the FEED. They are not intended to describe in every detail all Work to be performed or for all things which are to be included and reflected the Contract Price. In case of any conflict identified by Contractor between this description of the Work and the drawings, specifications and data contained in Annex I – “Technical” of the Contract including the FEED Package or between the description of the Work and the codes and standards, it shall be the Contractors responsibility to present the differences to the Contracting Authority for resolution. The more stringent requirement shall prevail unless otherwise approved by the Contracting Authority.
  • 10. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 10 / 180 Part D - Scope of Work EXPLANATION OF TERMS Live Commissioning Means the dynamic running of systems to further check out the functionality and integrity of complete systems, and continues on from Pre-Commissioning. It is the last series of checks and tests before running the process systems on hydrocarbons. It includes the operation of the utilities systems where applicable to progress the commissioning of process systems, all as more fully described in Annex 2 (Scope of Work) Contracting Authority Shall mean SONATRACH and First Calgary Petroleums Ltd as defined in the Form of Agreement, their successors and assigns. Contractor Shall mean the party or parties specified as Contractor in the Form of Agreement appointed to perform the Work including its successors and assigns. Mechanical Completion Shall mean that a system or sub system is installed and erected and all aspects of checking, inspection and testing, prior to Pre - Commissioning. Plant Operating Efficiency A measure of production performance, calculated according to the principles to be defined by Contracting Authority. Refer to document Tests and Performances Criteria Pre-Commissioning Means the series of inspections and tests, generally static, to check the functionality of components and systems. Pre- Commissioning commences after mechanical completion. It includes energisation of systems to allow static tests to be carried out, all as more fully described in Annex II – “Extent and Limit of Supplies and Services” of the Contract Operation The quality or state of being functional or operational Start-Up Generally follows issue of Ready for Start Up Certificate and commencement of the introduction of hydrocarbons into the Permanent Works to continue to commission the process systems. Work Shall mean all work that the Contractor is required to carry out in accordance with the provisions of the Contract including all related services, resources and equipment to be provided in accordance with the Contract, all as fully defined Annex II – “Extent and Limit of Supplies and Services” of the Contract
  • 11. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 11 / 180 Part D - Scope of Work Works Shall mean the Permanent Works and Temporary Works : Permanent Works: Shall mean the property of Contracting Authority arising from the Works. Temporary Works : Shall mean all temporary infrastructure, structures or items that may be necessary to enable the CONTRACTOR to access, fabricate, construct or install the Permanent Works, whether on or off the worksite, but which are not intended for incorporation into the Permanent Works .
  • 12. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 12 / 180 Part D - Scope of Work ACRONIMS AFC Approved For Construction AFD Approved For Design ARH Autorité de Régulation Hydrocarbure BdV Base de Vie (Living Quarters) CAFC Central Area Field Complex CCR Central Control Room CER Central Equipment Room CCTV Closed Circuit Television CDR Contractor‟s Design Report CMMS Computerised Maintenance Management System CP Cathodic Protection CPF Central Processing Facility CTC Organisme National de Contrôle Technique de la Construction CV Curriculum Vitae DC DPEM DLE Direct Current Direction du Patrimoine Energétique et Minier Dry Low Emissions EPC Engineering, Procurement and Construction ESHIA Environment Safety Health Impact Assessment F&G Fire & Gas FAT Factory Acceptance Test FEED Front End Engineering Design prepared by CONTRACTOR FEED Package Results of FEED package prepared by Competitive FEED HAZID Hazard Identification HAZOP Hazard and Operability HF High Frequency HSE Health, Safety, Environment HSEMS HSE Management System HV High Voltage HVAC Heat, Ventilation and Air Conditioning I/O Input/Output IBO Industrial Base Operations ICSS Integrated Control and Safety System ISO International Standards Organisation IT Information Technology ITP Inspection and Test Plans ITT Invitation To Tender
  • 13. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 13 / 180 Part D - Scope of Work LAN Local Area Network LER Local Equipment Room LPG Liquefied Petroleum Gas LV Low Voltage MAOP Maximum Allowable Operating Pressure MDR Manufacturer Data Records MLE Menzel Ledjmet East MLN Menzel Ledjmet North NCR Non-conformance Report NDE Non-Destructive Examination ONML Office National de Métrologie Légale P&ID Piping & Instrument Diagram PABX Private Automatic Branch Exchange PCS Process Control System PFD Process Flow Diagrams PHSER Project Health, Safety and Environmental Review PIM Pre-Inspection Meeting PMT Contracting Authority Project Management Team PSC Production Sharing Contract (between Sonatrach, First Calgary Petroleums) PSV Pressure Safety Valve PTT Postes Télécommunications & Téléphones QA Quality Assurance QC Quality Control RAM Reliability, Availability and Maintainability RCM Reliability Centered Maintenance ROW Right of Way RP Recommended Practices RTU Remote Terminal Unit SDO Service Delivery Organisation SIL Safety Integrated Level SIMOPS Simultaneous Operations with Drilling, Construction etc. SP SPIR Special Piping Spare Parts List and Interchangeability Record STU Sewage Treatment Unit UCP Unit Control Panel UFD Utility Flow Diagrams UHF Ultra High Frequency UPS Uninterruptible Power Supply
  • 14. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 14 / 180 Part D - Scope of Work VHF Very High Frequency VPN Virtual Private Network
  • 15. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 15 / 180 Part D - Scope of Work INTRODUCTION SONATRACH and First Calgary petroleum Ltd under Production Sharing Contract, intend to develop Central Area Field Block 405b in the Berkine Bassin- Algeria. This is a desert location (SAHARA), approximately 300km east-south-east from the town of Hassi Messaoud The development consists of a field gathering system, central processing facilities and tie-Ins between MLE and CAFC plants.
  • 16. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 16 / 180 Part D - Scope of Work 1. PROJECT OVERVIEW A simplified schematic overview of the project is given in Figs 1.1 below. Fig 1.1 shows the overall requirement of the CAFC project. Fig 1.2 shows the location of the CAFC project within Algeria whilst Fig 1.3 gives more detail on the field development within Block 405b. CAFC oil and gas processing facility will be built adjacent to the MLE CPF. Export lines are sized to cater for both MLE and the Central Area Field Complex (CAFC). Fig 1.1 CAFC Project Simplified Overview 1.1 CAFC DEVELOPMENT SUMMARY The CAFC development concept consists of a field gathering system and 41 oil wells to be connected to CAFC plant, central processing facility and necessary support infrastructure. - The CAFC Oil wells (TAGI, F6-1 and F6-2 SWP) will be connected to the CAFC oil slug catchers through gathering systems dedicated to TAGI reservoir and to F6 Oil. The total number of wells is 51 divided in 41 oil producer (17 TAGI, 9 F6-2 and 15 F6- 1), 4 water injectors (TAGI), 3 gas injectors (TAGI) and 3 water producers. The associated gas from F6-1 and F6-2 should be sent to MLE plant for final treatment, while TAGI associated gas has to be re-injected till the gas cap blow down, expected in 10 years. TAGI Oil F6-1 Oil F6-2 Oil F6-2 Gas MLE MLE/CAFC storage tanks CAFC Plant Gas Injection F6 Associated Gas Phase 1: TAGI Gas Phase 2: TAGI Gas CAFC Oil Treatment F6-2 Lean and Rich Gas Condensate TAGI Oil F6-1 Oil F6-2 Oil F6-2 Gas MLE MLE/CAFC storage tanks CAFC Plant Gas Injection F6 Associated Gas Phase 1: TAGI Gas Phase 2: TAGI Gas CAFC Oil Treatment F6-2 Lean and Rich Gas Condensate
  • 17. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 17 / 180 Part D - Scope of Work - The CPF shall process part of the associated gas relevant to the gas injection and the Oil products. CAFC CPF will be provided with its own flares and off-spec oil tank. - The gas injection system is to re-inject gas into TAGI reservoir. - The water injection system is to re-inject the produced and Barremian water into TAGI reservoir. - Infrastructure includes: o Construction Camp o Black top & Gypsum roads and access roads 1.2 CONCEPT The general concept for development scheme consists on developing CAFC project comprising following facilities: Wells production / infields manifolds/ production and distribution gathering system Central Processing Oil Facility, associated utilities where applicable and common installations Gas injection & Water Injection Infrastructures: road network and construction camp The design and construction of CAFC project for common utilities installations will be optimised in synergies with MLE plant. A site topographical and geotechnical surveys should be carried out during the EPC activities in order to acquire information regarding the physical characteristics of soil, assess the site situation and planning civil works to be carried out. Site preparation for CAFC facilities is executed by Contracting Authority and handed over to the selected Contractor. An Environmental, Social and Health Impact Assessment (ESHIA) study has been carried by a third party contractor and submitted to local authorities. EPC Contractor shall comply with the requirements of the MLE & CAFC ESHIA studies that will be provided. The CAFC project is part of a two phase development scheme: The initial phase shall consist of installing the CAFC wellsites and Oil gathering system, and developing the CAFC CPF along with its infrastructure. A inlet gas booster compression is foreseen for 2 nd phase, but not included in the present SoW It is expected that the MLE booster compressor required for MLE CPF after approximately year 5 will also be used for CAFC The second phase which is excluded from the Work is GAS Blowdown phase.
  • 18. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 18 / 180 Part D - Scope of Work 1.3 COMMON FACILITIES INSTALLED AT MLE The MLE NGL plant allowed space for future processing of the Central Area Facilities Complex (CAFC) fields. a. Common Installation for Combined Facilities Process o Oil Storage for combined MLE and CAFC production is foreseen in MLE Plant. o Booster and Export Oil Pumps - MLE Project designed pumps for CAFC and MLE combined but installed pumps for MLE Production ONLY. Remaining pumps to be installed within CAFC project. CAFC RAM study to confirm CAFC plant availability specification is met with the required pumps configuration. o Oil Fiscal Metering - MLE Installed a larger fiscal meters for all products with required turndown. No furthers fiscal meters are required for CAFC, only the new technical meter as described in the FEED SoW. Condensate Production coming from CAFC Gas Treatment could be connected to MLE Liquid Processing Off gas The compressed off-gas for F6 gas only coming from the oil treatment section will be dehydrated and re-injected along TAGI gas released from the slug catcher. A connection to MLE plant is foreseen to be used in case of an emergency. Utilities o MLE Plant designed and installed sufficient size of the following utilities for CAFC rates: - Fuel gas - Diesel fuel - Utility Water - potable water - de-mineralized water - F&G - instrument air - plant air - inert gas - firewater - main power distribution Instrumentation & Control/Tele The control room to be used will be in the same building of MLE project. MLE and CAFC projects shall be independent in terms of systems (DCS, SCADA, ESD/F&G, etc.) to be used. However, it shall be necessary to exchange some
  • 19. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 19 / 180 Part D - Scope of Work information/data. This means that the CAFC equipment (DCS, SCADA, ESD/F&G, etc.) shall be housed in the electrical building inside the CAFC area. In order to allow communication among the different parts of the plant, PAGA, PABX TETRA and security radio telecommunication systems have been foreseen as integration/extension of MLE systems. Also, Fibre Optical Cables (FOC) shall be foreseen to exchange data between CAFC plant and remote sites, and between CAFC and MLE plants, as per FEED documentation and MOM interface meeting between MLE & CAFC PMT during CAFC FEED. 1.4 DEVELOPMENT LOCATION The CAFC field lies within the Ledjmet Block 405b in the Berkine Basin of Algeria approximately 1200 km by road from the Algerian ports. It is also approximately 220 km south-east of Hassi Messaoud which is an oil field activities center and regional base for Sonatrach, FCP, contractors and suppliers. Location maps are shown in Fig 1.2 and 1.3 below.
  • 20. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 20 / 180 Part D - Scope of Work Fig 1.2 Location of CAFC The next drawing shows the red dashed area in more detail. Fig 1.3 Location of CAFC
  • 21. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 21 / 180 Part D - Scope of Work In the diagrams above and below, the Block 405b perimeter is highlighted in blue and the difference in the area is due to the relinquishment of some of the block area back to Sonatrach. Fig 1.4 Location of CAFC wells
  • 22. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 22 / 180 Part D - Scope of Work 2. GENERAL CONTRACTING AUTHORITY REQUIREMENTS As part of its obligations under the Contract, the Contractor shall provide to the Contracting Authority the Permanent Works necessary to develop and exploit the CAFC field including, but not limited to: from 41 oil production wells, 4 water injection wells, 3 gas injection wells, 3 water producing wells,, a Central Processing Facility (the “CPF”), and all necessary infrastructure, as detailed in the document entitled “Process Basis of Design –” , and in the FEED Technical Data. The primary components of the Permanent Works include, but are not limited to, the following: the Permanent Works shall as a minimum be capable of achieving or exceeding all of the criteria stated in above in all environmental and seismic conditions (and all combinations thereof) up to and including the more onerous of the conditions as specified in the document entitled “Process Basis of Design” for all conditions and all modes of operation (and all combinations thereof) for which the Permanent Works and/or any part thereof are or may be intended to be used; The Permanent Works shall be capable of operating on the most onerous of soil conditions at the Location of the Permanent Works, as independently determined and resulting from the Geotechnical Survey to be performed by Contractor. Moreover Contractor shall consider all conditions and all modes of operation (and all combinations thereof) for which the Permanent Works and/or any part thereof are or may be intended to be used; the Permanent Works shall have a design operational life of a minimum of twenty-five (25) years, for all conditions and all modes of operation (and all combinations thereof) for which the Permanent Works and/or any part thereof are or may be intended to be used (except where the document entitled “Process Basis of Design ” otherwise indicates); the Work shall at all times comply with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and shall incorporate all facilities required for the Permanent Works to comply with such standards, for all conditions and all modes of operation (and all combinations thereof) in which the Permanent Works are or may be intended to be used;
  • 23. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 23 / 180 Part D - Scope of Work the Permanent Works shall incorporate all facilities necessary to perform the functions stated in above, whilst complying in all respects with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and with the product specifications, noise and emissions requirements as detailed in the document entitled “Process Basis of Design” for all conditions and all modes of operation (and all combinations thereof) in which the Permanent Works are or may be intended to be used; the Permanent Works shall be designed, engineered, procured, constructed and commissioned such that they are capable of providing a minimum overall availability (defined as the average system production over the expected production without any fault and any preventive maintenance) of ninety seven per cent (97%) (including the Contracting Authority‟s assumed three years shutdown period), whilst complying in all respects with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and with the requirements as detailed in the document entitled “Process Basis of Design” for all conditions and all modes of operation (and all combinations thereof) in which the Permanent Works are or may be intended to be used; The Permanent Works shall be designed in accordance with Best Industry Practice for ease of operation and maintenance, taking into account the fact that they are located in a very remote area, with difficult access and that they operate under harsh weather conditions. Accordingly, all equipment comprising the Permanent Works shall be robust, efficient, reliable in operation and capable of being serviced on site. As far as practically possible, equipment shall be standardised within the Permanent Works; the Permanent Works shall be demonstrated as having successfully completed all of the Process Performance Tests as detailed in the Annex VII – “Performance Guarantees” whilst complying in all respects with the Contracting Authority H HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and with the requirements as specified in the document entitled “Process Basis of Design”; the Permanent Works shall be capable of achieving the specified turndown level and operating with the minimum production feed flow rate, as specified in the document entitled “Process Basis of Design” whilst complying in all respects with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and with requirements as detailed in the above referenced document;
  • 24. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 24 / 180 Part D - Scope of Work the Permanent Works shall incorporate all means of access (including but not limited to means of access for personnel, Materials, Installations and such other materials, construction plant or other temporary works as may be required) and all facilities required to, safely and efficiently, construct, commission, operate, service, maintain and replace each part of the Permanent Works, in such manner as to fully comply with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6); the Permanent Works shall permit easy access to all parts of the Permanent Works that are required to be accessed for the safe and efficient operation thereof, for all conditions and all modes of operation (and all combinations thereof) in which the Permanent Works are or may be intended to be used; and the Permanent Works shall incorporate all support infrastructure required for the Project, including, but not limited to, all buildings and roads as specified in the document entitled “Process Basis of Design”. The Permanent Works must comply with the following: 1. Algerian statutory requirements; 2. The Contract; 3. Contracting Authority documents; 4. Process Basis of Design; 5. All other Contracting Authority Technical Data; 6. FEED ITT Package documents (including reference list of applicable codes and standards); 7. International codes, standards, best practice and guidelines. In the case of an inconsistency between the requirements of any of the aforementioned, then priority shall be given in descending order. The more onerous requirements shall apply, unless otherwise expressly determined by the Contracting Authority in writing. Contracting Authority shall have the right at all times to modify its requirements in the interests of improving the Safety, Health, Environment and welfare of personnel in the workplace. To the extent that there is a conflict between the project HSE requirements and this document, the more stringent requirement as determined by COMPANY shall prevail. In the event that the Contractor wishes to seek from the Contracting Authority a concession or waiver of any of the technical requirements of the Contract, the Contractor shall, to the extent permitted by Article xx of the Contract, submit a Variation Order Request in accordance with Article xx of the Contract. (i) The Contracting Authority shall have no liability to the Contractor for any adverse impact on the Contract Price, Contract Schedule or Key Milestones for any
  • 25. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 25 / 180 Part D - Scope of Work request for a concession or waiver regardless of whether or not such request is granted by the Contracting Authority, other than by way of a Variation Order in accordance with Article xx of the Contract. (ii) For the avoidance of doubt, the granting of any concession or waiver shall not in any way relieve the Contractor of any of its obligations for Performance Testing or any other provisions under the Contract. (iii) The Approval of any Contractor‟s Technical Data and any project document which contains any provision which is not in accordance with the Contract shall not be considered an Approved concession or waiver unless Contractor has complied fully with the above requirements for a Variation Order Request. (iv) EPC contractor is wholly responsible at EPC stage for all the design related variation arising during detailed engineering, procurement and construction. The scope of work described herein provides a general overview of the activities to be performed by the Contractor and is intended only to be sufficient for identification of each major element of the Work. The descriptions herein are not intended to provide either a comprehensive list of activities or detail of each such activity involved in the execution of the Work and must be read in conjunction with all other documents forming the Contract. The Contractor shall carry out all activities necessary to fulfil the Contractor‟s responsibility for the complete performance of the Work in accordance with the Performance Criteria, the Contracting Authority and the Competent Authorities, as appropriate. The Contractor shall Design, Engineer, procure, supervise, manage, supply, transport, construct and Commission the Permanent Works. Performance Testing (including the Process Performance Tests) shall be undertaken by the Contractor to demonstrate to the Contracting Authority‟s satisfaction that the Permanent Works meets the Performance Criteria. The Contractor shall guarantee the Work and perform, complete, deliver and guarantee all other work or works which the Contractor is, or may be, required to perform, complete, deliver or guarantee under the Contract, all in conformity, in all respects, with the provisions of the Contract, including, but not limited to, the Contracting Authority Requirements and/or the requirements of the Contracting Authority‟s Representative, the requirements of all Competent Authorities and all other requirements of whatever nature and howsoever arising which the Contractor may have to comply with in respect of the Work and/or any part thereof. As the Work progresses, details of the Permanent Works may change, however the basic configuration of the Permanent Works shall remain unchanged. Similarly, all existing specifications, drawings, procedures, databases, manuals and other documents relating to the Permanent Works shall be revised by the Contractor (subject to Approval), as appropriate, and additional specifications, drawings, procedures, manuals and other documents as specified in the Contract and/or as necessary for the proper execution of the Work shall be prepared by the Contractor for Approval and/or for submission to the Competent Authorities. The process of Design development approval as required by the Competent Authorities is an integral part of the Work and shall not, in any circumstances whatsoever, be deemed to be, or recognised as, a Variation. In case of conflict between the provisions of the Contract and any of the requirements listed above, the more onerous requirements shall apply, unless otherwise expressly determined by the Contracting Authority in writing.
  • 26. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 26 / 180 Part D - Scope of Work In summary, the major elements of the Work shall include, but are not limited to: (i) management and services; (ii) detail design and engineering; (iii) Correct any inconsistency, lack, incompleteness; mistake arising during EPC Phase from FEED documentation (iv) In the preliminary phase of the EPC, Contractor shall identify the external battery limits and shall propose solutions for the integration between CAFC and MLE facilities especially in term of HSE, operability and maintainability aspects (v) Support Contracting Authority in the interface management (vi) procurement, inspection, expediting, freight forwarding, customs clearance and delivery of all Materials to the relevant Locations; (vii) arranging all approvals from the Competent Authorities, in particular the ARH and CTC; (viii) maintaining Quality Assurance throughout the Work and demonstrating such to the Contracting Authority‟s satisfaction at all times; (ix) construction to Mechanical Completion status; (x) preparation of all pre-commissioning and Commissioning procedures; (xi) Commissioning; (xii) Execution of the Performance Testing, in cooperation with Contracting Authority (including the Process Performance Tests); (xiii) provision of on site engineering support to the Contracting Authority‟s operations organisation for the Guarantee Period; (xiv) provision of the guarantees in accordance with the Contract; (xv) provision of HSE services and co-ordination thereof for the Work; (xvi) define and develop the project HSE requirements for all CAFC project facilities with the aim to collate and document all the HSE design criteria and philosophies, applicable regulations, codes and standards that are to be adhered regarding detail design and engineering, procurement, construction and commissioning and start up of the CAFC project facilities (xvii) provision of status information regarding all relevant legislation at the commencement of the Contract and ongoing monitoring, and advice to the Contracting Authority, of any change in such legislation which affects, or may affect, the Work; (xviii) preparation of the process operations manual (in French and English languages); (xix) preparation of Final Status (“as-built”) documentation;
  • 27. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 27 / 180 Part D - Scope of Work (xx) preparation, loading and commissioning of a computerised maintenance management system (in the French and English languages); and (xxi) Compilation of all vendor operating and maintenance manuals and other documentation (in the French and English languages). (xxii) Undertake a programme of training for Contracting Authority operational personnel both on site and abroad in suppliers‟ works. The Contracting Authority shall be responsible for the planning, engineering, materials procurement and execution of: (i) the construction of all drilling pads for the hydrocarbon production wells, gas injection, water injection and water extraction wells; (ii) the construction of all temporary access roads to such drilling pads; and (iii) The sub-surface completion of, and installation of wellheads (including the supply and installation of the master safety valve, subsurface valve), for the hydrocarbon production wells, gas injection, water injection / aquifer water wells. The Contracting Authority undertakes to keep the Contractor informed of these activities in order to allow the Contractor to maintain and update its overall Contract Schedule planning. Contractor hereby agrees and warrants that it will utilise its best endeavours to ensure that Contracting Authority drilling and completion programme is not affected by the performance of this work. 2.1 SUPPORT TO CONTRACTING AUTHORITY Provide the following office requirements for Contracting Authority Personnel in Contractor‟s Engineering Design Office: Contracting Authority PMT shall be co-located in Contractor‟s office for the duration of the Contract. The team will be immediately mobilized after the signature of EPC award. Contractor shall provide office facilities, furniture, parking and other associated services (e.g. telephone, reproduction services, and stationery) for Contracting Authority personnel (30 people) in the Engineering Design office. The office space shall be equipped with smoke and fire detectors, burglar alarms connected to a central security system or the local police station, fire-fighting equipment and escape-ways. The office space shall satisfy Contracting Authority security requirements. Contracting Authority shall determine access to the offices. The offices shall all be equipped with necessary connections and power supply.
  • 28. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 28 / 180 Part D - Scope of Work The facilities are to include the following: 2 fully equipped and lockable Project Manager's office with conference table and 4X2 chairs and additional spider phones. Minimum 2 fully equipped lockable one-man Engineering Manager's offices. Fully equipped open office for 26people and with partition screenings for each work place. Option for extension for 4 more people. Project conference room for 20 people fully equipped with spider phone, PC, roof- mounted overhead projector, board and flip-over. 1 secure document control room (approximate size 25 sq. m.) with lockable filing cabinets 1 copy room equipped with: o One heavy duty colour copy machine with scanner, latest model “Xerox” or equivalent, able to copy A3 size documents onto A3 size paper and reduces A3 to A4 and other reduction facilities, normal A4 copies, single and double sided copies, approximately sixty (60) copies per minute and sorting/stapling facilities. o Laser telefax receiving and transmitting system located within the provided office space and operated independently from Contractor‟s own telefax facilities o Paper shredding machine 1 computer room environment to accommodate 3 servers and access to this room to maintain servers Access to a separate office with a 3D CAD viewing station Access to a conference room equipped with all necessary equipment for external videoconferences. Office furniture equipment and services positioned in the area above office shall include: o 1 desk with lockable drawers o 1 side table o 2 x 3 shelf bookcases o 1 lockable filing cabinet o 1 high quality office chair o 1 visitor‟s chair o 1 table lamp o 1 telephone o 1 waste paper bin o hat/coat hooks/stand o 2 computer network connection (Ethernet) cabled to central computer room Provision of complimentary coffee, espresso machine, tea and cold drinking water (carbonated and still)
  • 29. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 29 / 180 Part D - Scope of Work Kitchen facilities including refrigerator and microwave oven Access to vending machines Access to use of Contractor‟s canteen at home office during normal working hours, at the same rate as charged to Contractor‟s personnel. Stationery and office supplies, including computer consumables, except Contracting Authority printed stationary and printed forms. A telephone service operated from Contractor‟s switchboard at the home office for Contracting Authority personnel. Parking facilities for 30 cars in close proximity to Contracting Authority‟s office location. Services to these offices and their contents in respect as such items as heating, air-conditioning, power, lighting, water, sanitation, cleaning, repair and maintenance. Provide and administer renting of cars (one for each manager and one each two discipline engineer) and high quality and fully furnished living accommodation (for 30 people) as per Contracting Authority standard in the neighborhood (Rome or Dubai) of the principal office location for Contracting Authority‟s personnel. Location of living accommodation will be selected according to the following criteria: safe area, quality, easy access to Contractor Engineering Offices. The Contractor shall provide such support services as may be requested by the Contracting Authority. Such services may include, but are not limited to: additional offices and office facilities for the Contracting Authority; obtaining and administrating Competent Authority and/or third party services in accordance with Contracting Authority instructions; Support services to arrange and administer travel reservations and obtain tickets, visas, etc. for the Contracting Authority‟s Representative and/or other Contracting Authority personnel. additional secretarial, administrative and support services as the Contracting Authority may require; and Courier services for the urgent transportation of documents, packages and the like. 1. Other Locations Where elements of the Work are to be performed at Locations the Contractor shall ensure the provision of similar adequate, dedicated office space, facilities and services for the Contracting Authority at such Locations, if so requested by the Contracting Authority‟s Representative.
  • 30. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 30 / 180 Part D - Scope of Work The Contractor shall provide access to its canteen services (if any) at any Location for use by the Contracting Authority‟s personnel and their visitors during the periods such facilities are normally available to the Contractor‟s personnel. 2. Provide during construction phase the following offices requirements for Contracting Authority Personnel in Contractor‟s SITE offices as detailed above and for the numbers of Personnel stated in Accommodation, Catering and Vehicle Attachment hereto except hiring of Contractor‟s staff and provision of parking facilities. 3. Accommodation and Messing for Contracting Authority Personnel at the Site Location 4. The Contractor shall provide, mobilise, maintain, operate and demobilise fully furnished and air-conditioned single occupancy accommodation and messing for up to thirty (30) Contracting Authority personnel assigned to and/or visiting the Location of the Permanent Works. Such Contracting Authority personnel shall also have full access to all recreational facilities provided by the Contractor for its own personnel at such Location. 5. Provide the following secure IT and communications facilities for Contracting Authority Personnel in Contractor‟s Engineering Design Office: Provide dedicated project assistants according to the project workload. For each member of the Contracting Authority‟s Personnel + 2 visitors (total 32 persons): o 1 desktop PC o 19” LCD monitor (second monitor to be added on a as needed basis) o Full internet and e mail access o Windows XP Professional operating system o Microsoft Office suite (Word, Excel, PowerPoint, Outlook) o Anti-virus and Anti-malware software o Contracting Authority's electronic data management system software o Other general and engineering software on a as needed basis (e.g. Acrobat Reader, Acrobat Professional, WinZip, MS Project, MS Access, Visio Professional, AutoCAD, Microstation) Contracting Authority‟s electronic data management system shall be Contracting Authority‟s electronic archive for administrative documentation and correspondence and for all technical documentation distributed to Contracting Authority for review/approval and preparation for final handover. The configuration of the system shall be compatible with Contracting Authority's electronic data management system (EDAM). Contractor personnel shall not have access to Contracting Authority project team‟s electronic data management repository. Selected Contracting Authority personnel shall have administrative rights to the system hosted on Contractors IT network. Contracting Authority shall be able to access Contracting Authority's electronic data management repository from the Internet (external log in).
  • 31. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 31 / 180 Part D - Scope of Work A shared Contracting Authority‟s project mailbox (MS Outlook) to be provided. Contracting Authority common IT facilities: o Multifunction printer A3 format o Colour printer o Colour Scanner sixe A3 o Local Area Network as per Contractor‟s standard o Direct internet line (min. 4 Mbit synchronous) for the connection of Contracting Authority provided wireless network (for PMT and visitor‟s laptops). Minimum WPA encryption o Backup and recovery administration as per Contractor standard, minimum daily backup o Access to a 3D model viewing station in or close to the Contracting Authority‟s offices The PMT shall be able to access Contracting Authority home office networks from the supplied IT facilities using terminal server technology (Citrix, iLink, IRAS, VPN). Contractor shall provide IT helpdesk and technical support to all communications and hardware/software services provided, as per Contractor‟s standard. Contractor shall provide any and all data, metadata, and information created by Contracting Authority or by Contractor on behalf of Contracting Authority upon Contracting Authorities request. Contractor shall provide such information in a manner or on media as required by Contracting Authority. NOTE: Contracting Authority may choose to bring and install their own IT facilities for Contracting Authority‟s Personnel located on SITE offices. This shall include communication router/switches, security services, wireless access point, desktop and/or laptop PCs, print server, application server, file server, backup device, multifunction printer and colour printer. Contracting Authority IT equipment shall be connected to a network line to Contracting Authority home network using VPN technology. If Contracting Authority chooses this option Contractor is to provide: Accommodation for a minimum 4 Mbit synchronous data communication line (supplied by third party service provider). The line shall amongst other support remote access/replication to Contracting Authority's electronic data management system server in Contracting Authority offices in Algeria. Space for a Router and Switch and any security devices Contracting Authority deems appropriate in a secured Computer Room with restricted access Space for print server, application server, file server and backup device in a secured Computer Room with restricted access.
  • 32. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 32 / 180 Part D - Scope of Work A cabled fast Ethernet LAN within Contracting Authority‟s project team offices to be connected between the Contracting Authority provided switch, servers, printers, PC‟s, laptops and wireless access point. 19” LCD monitor, keyboard and mouse for 32 laptops. Technical support for above items to a standard deemed appropriate by Contracting Authority, and commensurate with Contracting Authority‟s IT standards. 6. Provide the IT and communications facilities for Contracting Authority Personnel in Contractor‟s SITE offices as detailed above
  • 33. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 33 / 180 Part D - Scope of Work 3. GENERAL WORK DESCRIPTION This work covers a single Contract for all engineering, detailed design, procurement, construction, Mechanical Completion, Commissioning and Start-Up of the main facility, gathering system associated roads and infrastructure. This Work forms the basis of a fixed price “lump-sum” Contract. The scope includes design, procurement and installation of the Oil Gathering system, Central Processing Facility, Gas & Water injection Systems, interface tie-in piping/instrumentation/electrical between CAFC and MLE, plant and roads, as described in this document and the FEED package. In addition, the Contractor‟s Scope of Work shall include all civil works for site preparation beyond the preliminary site preparation performed by Contracting Authority and the provision of the infrastructure to support the sites during the construction, Commissioning, Start-Up handover and operational phases. All Work shall be performed in accordance with the Contract including resources to supervise and administer Subcontractors. The Contractor shall furnish all resources, consumables, Materials and Equipment, construction plant, labour, tools and services required to manage, engineer, design, document, procure, fabricate, transport, install, construct, test, inspect and commission the facilities in accordance with the Contract and this Scope of Work and perform all operations to complete the Work. In outline, the Contractor shall provide all necessary materials, consumables, services, equipment and labour to undertake, as a minimum, the following: 1. All Project Management, Engineering, Detailed Design, Procurement, Construction, Commissioning and Start-Up including those activities required to: Design, procure and construct, commission and start-up the Central Processing Facility, Oil Gathering system, Gas & water injection systems, interface tie-in piping/instrumentation/electrical between CAFC and MLE plant and roads in accordance with the Project codes, standards and specifications described in this Scope of Work and the FEED Package. Participate in scheduled Project Health Safety and Environmental Reviews, (PHSER). One review shall be held during detailed design and one prior to fabrication/construction, and one prior to Start-Up. Manage intermediary and final Hazard Identification (HAZID), Hazard and Operability (HAZOP) and SIL Assessment sessions involving Supplier and Contracting Authority participation. Manage, liaise and provide all necessary documentation to gain the necessary approvals of all Algerian regulatory and certification authorities. Interface with the Contracting Authority Project Management Team and the other Contractors involved in the Project as required. Prepare final documentation in accordance with project specifications. Provide office facilities and services to Contracting Authority Personnel for the duration of the Project. 2. Procurement of all equipment, steelwork and bulk materials.
  • 34. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 34 / 180 Part D - Scope of Work 3. Execute all required civil works and associated infrastructure, including all temporary works 4. Provision of a comprehensive logistics infrastructure to ensure materials are received in country, handled, customs cleared, transported to the sites for storage and installation. 5. Provision of all necessary covered and uncovered secure storage facilities for Materials and Equipment at all parts of the procurement chain. Ensure all necessary equipment preservation activities (including but not limited to vendor recommendations) are carried out. 6. Obtain all necessary Algerian Government and Statutory permits and approvals. 7. The Construction of the complete Central Processing Facility, Oil Gathering system, Gas & water injection systems, interface tie-in piping/instrumentation/electrical between CAFC and MLE plant and roads together with various elements of the scope either specifically detailed, or implied, that together define the Work. 8. Supply of materials and completion of fabrication, testing and all construction and installation activities for the Work. 9. Provision and installation of all required facilities for the Central Processing Facility, Oil Gathering system, Gas & water injection system, interface tie-in piping between CAFC and MLE plant and roads. This includes but is not limited to equipment and utility services, power distribution and emergency power generation, distributed control system, instrumented safety systems, materials handling facilities, telecommunications and equipment rooms. 10. Provision and installation of all necessary load banks and controls necessary to undertake site testing and Commissioning of the emergency generator. Provision of a temporary generator, to enable commissioning. Contractor shall substantiate actual power requirements and temporary power generator sizing. 11. Mechanical Completion activities 12. Pre-Commissioning, Commissioning activities and Start-Up activities 13. Provision, fabrication, installation and subsequent removal of any temporary piping required for testing and cleaning activities. 14. Cleaning of critical piping systems and equipment by retro-jetting, chemical cleaning or other appropriate methods. Critical systems shall be defined and agreed with Contracting Authority and shall include but shall not be limited to compressor suction pipework, compressor discharge pipework and recycle lines (including discharge coolers), fuel and seal gas systems, columns, Oil & Gas Gathering System, etc. System cleanliness shall be demonstrated. Methods to demonstrate cleanliness shall be defined and agreed with Contraction Authority. Detailed design of these and other critical systems shall be designed to facilitate these activities. Demonstration of system cleanliness is a key requirement prior to ready for Start-Up and the introduction of hydrocarbons.
  • 35. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 35 / 180 Part D - Scope of Work 15. Provision of any necessary Construction camps and all temporary site facilities and support services, including site offices and accommodation for the Contracting Authority personnel. 16. Provision of all necessary transportation to convey the Contractor‟s workforce to and from the construction sites. 17. Provision of water treatment, storage and distribution system, adequate for supporting the temporary construction camps and facilities throughout the course of the Work. 18. Provision of a sewage collection, treatment and disposal, adequate for supporting the temporary construction camps and facilities throughout the course of the Work, with particular attention given to the HSE expectations. 19. Provision of site First Aid facilities and related medical supply, qualified personnel and ambulances, consistent with the size, hazards and location of the workforce. 20. Provision of site access and security compatible with program provided by the Contracting Authority. 21. Provision of Suitable Site accommodation and all necessary facilities for Contracting Authority Personnel 22. Removal of all temporary services and reinstatement upon completion of the Works. 23. Provision of all Materials and Equipment. 24. Provision of all Hydrotesting services including, installation and subsequent removal of all materials required for the disposal of hydrotest water. 25. Provision of all materials and services required for the Fibre Optic cable links within this Scope of Work. 26. Any additional construction plant and personnel which prove to be required for the safe and proper performance of the Work or to satisfy the requirements of any approving authority shall be supplied by the Contractor. The cost of all such additional items shall be deemed to be included within the Contract price. 27. Contracting Authority shall perform early site preparation, earth moving and sand levelling, civil preparation including gypsum layer for CPF, and temporary construction camp. Contractor shall endorse and use the as-is final state of the early site preparation as the basis for execution of the Project. Any further site preparation required for the requirements of the Project is Contractor‟s responsibility and are part of the Work. 3.1 DESIGN CONCEPT AND DATA REVIEW Front End Engineering Design (FEED) on the CAFC Project has been carried out by the FEED Contractors. Information available from the FEED is to be used as a basis for scoping and programming the Work. The Contractor shall review, verify, endorse and take responsibility for the accuracy of the FEED documents included in FEED Package whilst preparing his tender and during the onset of the Work.
  • 36. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 36 / 180 Part D - Scope of Work The Contractor shall also require to perform a SITE SURVEY to endorse FEED and take responsibility for the accuracy of the FEED documents included in FEED Package whilst preparing his tender and during the onset of the Work. A list of project specifications has been included with the FEED package. All specifications shall be reviewed and updated as necessary by the Contractor, to ensure that they comply with the latest Algerian Law and the latest industry standards and best practices. Where it is identified that a specification is not provided as part of the FEED package Contractor shall produce and submit for Contracting Authority, the relevant document complying with the requirements of Algerian Law, project philosophies and recognised industry standards. Contractor shall incorporate safety and integrity critical lessons learnt from previous projects and requirements from Contracting Authority. This shall include but shall not be limited to lessons learnt from serious incidents and near misses The Contractor shall take responsibility for any conflict, error or omissions in the documentation after the award of the Contract. The Contractor shall be responsible for the removal of all “HOLDS” on documentation as part of the Detailed Design. Where a “HOLD” is indicated, the Contractor shall clarify with the Contracting Authority prior to removal of the “HOLD”. The following sections provide additional details describing the development of certain key documents provided. The design development requirements described below are not intended to represent all design developments associated with these documents. 3.2 HSE The design shall be consistent with CONTRACTING AUTHORITY HSE minimum requirements and Process Safety Philosophies and Reports as reported in Section 6 except where otherwise indicated within this document or the FEED package. CONTRACTING AUTHORITY HSE and Process Safety Philosophies and Reports shall be updated by the Contractor at the appropriate time within the design process as described above. Some of these documents have been updated during FEED. CONTRACTOR shall further define and develop the project HSE requirements for all CAFC project facilities with the aim to collate and documents all the HSE design criteria and philosophies, applicable regulations, codes and standards that are to be adhered regarding detail design and engineering, procurement, construction and commissioning and Start Up of the CAFC project facilities. 3.3 DESIGN INTERFACES CONTRACTOR shall be responsible for identification, engineering and assistance to CONTRACTING AUTHORITY in managing of all interfaces (limited to PLANT TIE-IN) with CONTRACTING AUTHORITY, and via CONTRACTING AUTHORITY with CONTRACTING AUTHORITY‟s other contractors and third parties that may arise in performance of the WORK.
  • 37. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 37 / 180 Part D - Scope of Work Design and installation interfaces include, but are not limited to those listed in the following sub-sections. 1. TIE-IN interface MLE and CAFC MLE PMT has provided the engineering and design documentation for the valved TIE- IN‟s for utilities and process connections to enable CAFC CPF to operate. Generally these TIE-IN‟s have NOT been run back along MLE pipe racks to battery limit locations between the two plants although space has been allowed on the MLE pipe racks. CAFC FEED contractor has to include in his EPC Offer: - Purchase of all necessary pipe, fittings and instrumentation - Installation and routing of all piping, fittings, and instrumentation from within CAFC plant to the MLE plant to the battery limit tie in locations. - Testing, clean up and hook up of all TIE-IN‟s Specific details of the required TIE-IN‟s have been agreed with MLE PMT during CAFC FEED study. (details attached here MOMxxxxxxxxxxxx dated 23rd September) ATTACHMENT A to F Adobe Acrobat 7.0 Document Adobe Acrobat 7.0 Document Adobe Acrobat 7.0 Document Adobe Acrobat 7.0 Document Adobe Acrobat 7.0 Document Adobe Acrobat 7.0 Document January 2012 MLE PMT and CACF PMT agreed the TIE-IN‟s. MOM is attached here for clarification. ATTACHMENT I D:Algeriainterface Jan25_2012MOM 27 01 12 signed copy.pdf CONTRACTING AUTHORITY will furnish detail documentation of MLE/CAFC TIE- IN‟s during EPC Clarification period.
  • 38. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 38 / 180 Part D - Scope of Work 2. OIL BOOSTER & EXPORT Pump Installation CAFC production requires the addition of two sets of oil booster and export pumps installed alongside the existing MLE pumps within the MLE CPF. These additional pumps will be identical to the existing ones and be procured from the same vendor. CAFC FEED contractor has to include in his EPC offer: - Purchase of 2 off oil booster and 2 off oil export pumps exactly the same as the existing MLE pumps and from the same vendor. - Note, pump foundations are included in MLE SOW - Install, hook up, test and make ready for operation. 3.4 FUTURE FACILITIES The future facilities at CAFC CPF include, but are not limited to: Booster inlet compression (not foreseen in the present SoW as this will probably be integrated with MLE booster compressor) 3.5 ALGERIAN REGULATORY BODIES The Contractor shall ensure that all the inspection requirements of the Algerian regulatory bodies are met. This shall include but not be limited to any necessary payments and coordinating visits to design offices, construction sites and supplier locations. Algerian regulatory bodies include but are not limited to ARH, DPEM, CTC, ARPT and ONML.
  • 39. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 39 / 180 Part D - Scope of Work 4. PROJECT MANAGEMENT 4.1 OVERVIEW The Contractor shall provide sufficient resources to effectively plan and safely manage the Work, including establishment and operation of Quality and Integrity Assurance requirements and Control measures and material procurement, expediting, inspection and control procedures and the securing of all necessary permits and approvals. The Contractor shall provide active management, direction and supervision of the Work, including, but not limited to, the following: (i) ensuring that the Work complies with the Contracting Authority HSE MS standards (Ref. Part C – Annex XI) and HSE Minimum Requirements (See section 6) and with all national laws, codes and international standards and that the Contractor's procedures are followed rigorously; (ii) organising the Work; (iii) reviewing and controlling project performance to ensure that the Work meets all requirements of the Contract; (iv) preparing and providing to the Contracting Authority the project control reports described in the Contracting Authority‟s Administration Instructions; (v) obtaining all approvals and satisfying all other requirements of the Competent Authorities in relation to the Work; (vi) co-ordinating and supervising all contacts with the Contracting Authority and the Competent Authorities in relation to the Work; (vii) keeping the Contracting Authority's Representative informed on all key activities in the Work in a timely manner and promptly highlighting any areas of concern; and (viii) Avoiding and resolving all the disputes between its subcontractors. The Contractor shall provide all project services necessary to manage the Work in accordance with the requirements of the Contract, with emphasis on efficient methods of working and meeting the Contract Schedule, including, but not limited to: (i) organisation of the project services; (ii) review and execution of effective controls to ensure that the Work is executed in accordance with the Contract; (iii) project management and provision of project control functions, planning, scheduling, cost control and document control as required to fulfil the Contractor's obligations under the Contract;
  • 40. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 40 / 180 Part D - Scope of Work (iv) co-ordination and provision of all project personnel, office services, translation services, accounting and secretarial functions necessary for the execution of the Work; (v) co-ordination of the Work and supervision of all contacts with the Contracting Authority and the Subcontractors; (vi) mobilisation of manpower for the Work; (vii) interface between the Contractor‟s project management and field construction operations; (viii) preparation of detailed work schedules and execution plans; (ix) monitoring of progress and comparison of actual performance with the detailed work schedules and reporting of deviations to the management of the Contractor and the Contracting Authority; and (x) Production of progress reports as specified in the Contracting Authority‟s Administration Instructions. 4.2 PROJECT EXECUTION PLAN The Contractor shall submit with their offer a preliminary Project Execution Plan for Contracting Authority review and evaluation, and within six weeks after award of the Contract, a definitive Project Execution Plan based upon the Contractor‟s offer as amended by Tender Clarifications, which shall be submitted to the Contracting Authority for Review. This shall set out the entire Work plan for the Project covering all topics including but not limited to: Organisation Management Design engineering Construction Engineering including follow-on engineering and MLE Interface Tie in execution Procurement and Logistics Technical Integrity Management Construction Facilities Risk Management Plans and Procedures Materials Transportation and Management Personnel Transportation Planning and Cost Control Subcontract Management Prefabrication Construction Camps and Facilities
  • 41. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 41 / 180 Part D - Scope of Work CMMS Population Mechanical Completion Commissioning As-Built Drawings Certification Start-Up and subsequent Performance Testing Health, Safety, Environment and Quality (HSEQ) Industrial Relations Managing/interfacing community relations Change management Technical Query Procedures Final Documentation & operating manuals The Plan shall identify all of the Key Resources proposed for use in the execution of the Project. As the Project progresses through to completion, formal review and update of the Project Execution Plan shall be carried out to reflect the change in focus of the Project. The Contractor shall appoint a Project Director or Senior Project Manager who shall take ownership of the plan and who shall be responsible to the Board of Directors of the Contractor for successful delivery of the Project to the Contracting Authority. He shall ensure that all of the resources required meeting the overall Project Schedule and the individual Project Milestones are available and meet the specified acceptance criteria. He shall be the prime contact between the Contracting Authority and the Contractor and shall be accountable to the Contracting Authority for the achievement of the delivery of the Project to the standards contained in the Contract. The Contractor shall nominate a Project Sponsor from within the Contractor‟s Board of Directors in order to ensure that Project goals are met. 4.3 ORGANISATION The Contractor shall provide, in the Annex XV – “Contractor Personnel” of the Contract, an integrated Project Organisation, which shall be mobilised as a single Project Task Force. The Base Case shall be for the Project Task Force to be mobilised in a single Engineering, Procurement and Construction Management office location, with a fully networked Information Technology system linking all Key Personnel. At the appropriate time in the schedule, the Contractor shall mobilise a team to site (Contractor has to communicate in due time to Contracting Authority the number of persons composing this team). As a minimum, the following Key Personnel shall be nominated by Contractor, and submitted to Contracting Authority for approval: Project Manager Engineering Manager Senior Project Engineer
  • 42. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 42 / 180 Part D - Scope of Work Discipline Technical Leads Project Control Manager Quality Assurance Manager Quality Control Manager Community Relations Manager Lead Discipline Managers Construction Manager Commissioning Manager Materials Manager Welding and NDT Engineer HSE Manager (Detailed Engineering and Construction phase) Lead Safety Engineer Site HSE Engineers & Superintendent Operation and Maintenance Manager Project Information Manager Document Control Manager Procurement Manager Third Party Inspection Coordinator Security Manager Logistics Manager Contractor shall give to Contracting Authority organization chart both for Engineering Phase and for Construction phase. 4.4 PROJECT PROCEDURES The Contractor shall prepare a Project Management Procedures Manual no more than 1 month after effective date of the Contract. These procedures shall clearly set out the method by which the Project shall be controlled and shall include a comprehensive Work Breakdown Structure. These procedures will be reviewed and approved by Company; however, Company procedures will always have precedence. 4.5 QUALITY ASSURANCE The Contractor shall implement a documented Quality System (the “Contractor‟s Quality System”) in accordance with the requirements of ISO 9001:2008, to maintain Quality Assurance. The design and development of computer software shall be controlled in accordance with ISO9001:2008. The Contractor‟s Quality System shall be suitable for all the Work, shall be detailed within the Contractor‟s Quality Assurance procedures for each Location and shall be made project specific by application of the Contractor‟s Quality Plan(s) for the Project as outlined in Annex XIII – “Quality Plan”. The Contractor shall demonstrate the execution and maintenance of Quality Assurance to the Contracting Authority‟s satisfaction through all phases of the Work.
  • 43. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 43 / 180 Part D - Scope of Work The Contractor shall implement all aspects of the work in accordance with the procedures in the Contractor‟s Quality Plan. The plan will be an integral part of the Project and will come into effect at signature of the Contract. 4.6 SOFTWARE The Contractor shall use the following software for the execution of the Contract: HAZOP software- PHA or LIHOU Instrumentation Database - INtools Electrical engineering - ETAP Process engineering - Hysys - PRO II - Unisim - Pipesim - OLGA - FLARENET - FLAREsim Piping (CAD) - PDMS (3D) - AutoCAD or MicroStation (2D) - CAESAR II Pipeline: - Archgis - Autocad - Microstation Steelwork - STAAD.Pro HSE - Recognized Software‟s for Consequence Analyses - Software‟s for Quantitative Risk Analysis CMMS - EAM Planning - Primavera 3.1/ Microsoft Project Document Data Management: - EDAM Material Management - MIAP (to be defined during KoM or dedicated meetings organized by Contractor). Piping Specifications - SPCPUMA (to be defined during KoM or dedicated meetings organized by Contractor). General - Microsoft Office applications (2003 or above) including - Word, Excel, PowerPoint, Access, Visio Professional. Files generated by Microsoft applications shall be backwards compatible to version 2003. - Adobe Acrobat Professional, Reader
  • 44. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 44 / 180 Part D - Scope of Work Where required by the Contracting Authority, Contractor shall submit input and output files in source format and .pdf format for review by the Contracting Authority. 4.7 DOCUMENTATION The Contractor shall prepare all documents including Drawings, Specifications, calculations etc. required to perform the Work. This shall include all documents described or listed in this Scope of Work, all documents listed in the project specifications and any other documents that the Contracting Authority or the Contractor deem necessary to fully define, build and operate the Permanent Works. Existing Contracting Authority documentation that is affected by the new design shall not be renumbered, but the existing drawings shall be updated with new information. In agreement with Contracting Authority procedures, Contractor shall prepare a Master Document Register (MDR), which shall include all Contractor supplied formal and detail design documentation. The Table of Contents for the MDR shall be submitted to the Contracting Authority for review within 30 days after award of Contract. The Contractor shall develop and maintain the MDR of all documents, showing planned, forecast actual dates, current percentage complete and status for each document, which shall be subject to audit by the Contracting Authority at any time. The document register shall include all documents to be produced and/or updated by Contractor and all Supplier Documents The document register in place at the end of FEED attached in Annex I – “Technical” of the Contract shall be confirmed and validated by the Contractor to include all design deliverables within thirty (30) days of Contract award. All procurement deliverables shall be included within sixty (60) days of Contract award and all construction/Commissioning deliverables shall be included within one hundred and eighty (180) days of Contract award. As Contractor updates the document register, each document shall be identified after approval from Contracting Authority as requiring either review, approval or only for information. The dates that specify when Contractor shall submit documents to the Contracting Authority shall be delivered from Contract Control Schedule. The Contract Control Schedule shall be prepared by Contractor and reviewed and approved by Contracting Authority. All deliverables shall be submitted with approved planned dates. Any change must be submitted to Contracting Authority for approval. For each document the Contractor shall give a weight and submit the changes to the Contractor Authority. Any weight change in deliverables must be submitted to Contracting Authority for approval. From this Register of the Contractor's planned documents, the Contracting Authority shall identify those which shall be submitted to the Contracting Authority for Review/Information. Annex V – “Documents to be submitted to the Contracting Authority” of the Contract identifies the minimum level of document review required by Contracting Authority.
  • 45. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 45 / 180 Part D - Scope of Work All documents shall be available to the Contracting Authority in locations to include: Contracting Authority Home Offices, Contractor‟s Project Office and the field construction SITE. All documents shall be developed such that they can be provided to the client in electronic format. Contractor shall prepare and maintain an index of all Supplier manuals. This shall be maintained in an electronic format for eventual hand over to the Contracting Authority. Contractor shall maintain all Drawings and documents relevant to Start-Up up to and including final "As Built" status. The "As Built" documents shall be incorporated into the final Contractor‟s Design Report for handover by the Contractor and acceptance by the Contracting Authority. Contractor shall produce Operating and Maintenance Manuals for all equipment, including all equipment data books, operating instructions, emergency procedures, maintenance instructions and recommended spares lists for each item, as provided by Suppliers. The Operating and Maintenance Manuals (or procedures) shall be prepared in English and translated into French. Both the Operating and Maintenance Manuals are to be completed by Contractor at least 8 months prior to Start-Up. The contents of the typical operating, maintenance and safety manual shall be followed at a minimum: Process description, with Plot Plan, PFDs, Material Balances; Utilities description; Distributed Control System; Overview Drawings, such as Electrical One Line Diagrams, Area Classification Diagrams, Material Selection Diagram, Hazardous Area Diagram; General Safety Instructions; Operating Instructions; Outline for Individual Equipment, including: Brief description of Major Equipment; Operating Instructions; Operating Limitations; Safety Items and Operational Hazards; Recommendations for Maintenance and Repairs; Recommended spare parts list Support Systems, including: Corrosion Protection System; Communications System; Safety Systems.
  • 46. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 46 / 180 Part D - Scope of Work Contracting Authority require detailed “valve-by-valve” Operating Procedures in order to verify clear, complete procedures and to certify competency of operator‟s knowledge and interaction between control and process systems. The Operating Procedures for the Facilities shall be prepared by Contractor. Contracting Authority shall provide technical support and recommendations during the review process. The Operating Procedures shall require review and approval by Contracting Authority and shall include, as a minimum, the following: System descriptions Technology descriptions How the system shall be started, operated and shut down, covering normal, abnormal, and emergency situations Design limitations Operational set points Drawings (P&ID‟s, Cause and Effects, etc) Any special operating procedures Timeline and programme to include manpower requirements List of commissioning, test, start up and recommended spare parts procured List of Commissioning Lubricants, consumables and bulk materials List of Chemicals List of all Equipment with general information List of Operations and Maintenance Training Requirements Contractor shall review the content of the Maintenance Manuals and ensure that all technical requirements are included. The finalised Maintenance Manuals shall be provided for approval to the Contracting Authority 8 months prior to Start-Up The following activities shall be also considered: Review all Vendors Operating and Maintenance manuals for completeness; Obtain from Vendors any clarification, explanation and additional information necessary to satisfy the commissioning and operation requirements. Documentation, including “As-built” documentation and Engineering Information shall be supplied by the Contractor in accordance with Annex V – “Documents to be submitted to the Contracting Authority” of the Contract.. The Contracting Authority reserves the right to review all Contract deliverables. However, it is the intention that the Contracting Authority shall only review certain key documents. The key documents are detailed in the review matrix to be defined and inserted in Annex V – “Documents to be submitted to the Contracting Authority” of the Contract. Review of documents by Contracting Authority does not relieve Contractor of the responsibility to provide complete, safe and operable facilities in full accordance with Contracting Authority supplied documents and Scope of Work. A program for document
  • 47. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 47 / 180 Part D - Scope of Work review shall be submitted to Contracting Authority by Contractor within 30 days of Contract award. It is Contractor's responsibility to ensure that Contracting Authority‟s Representatives are notified in good time of the issue of key documents for review and to expedite review to avoid delay to the Work. Contracting Authority shall require an Information Management Plan to be submitted for review by Contracting Authority within 8 weeks of contract award. The Information Management Plan shall: Identify all database/software sources and the layout and structure of data within any database on a discipline-by-discipline basis. Advise software name and version. Provide a schematic illustration of information systems and flow of data between them. Identify direct application-to-application links, file-to-file transfers and manual transfers. List main document types to be produced by Contractor with reference to production software. Describe how 3D CAD models shall be organized, managed and interfaced with other system tools. Describe how 3D CAD models shall be developed and used throughout the various project phases. Allocate responsibilities to all parties involved. Define how information shall be collected, processed, stored and exchanged. Identify Document control procedures, including document distribution, review and approval of engineering and supplier documentation, client review and approval, Identify documentation quality plan and procedures. Progress reporting for design documentation, supplier documentation and engineering data. Provide schedules and identify deliveries against the project milestones. Special attention shall be given to identify milestones for pre-handover to Contracting Authority for operations and maintenance planning activities. Detail measures to ensure information integrity and singe source philosophy. Detail the implementation of a Master Tag register and how to ensure this remains the tag master throughout all phases of the project. Define how to ensure the electronic version of the document is regarded as the original (both engineering and supplier documentation). Define how data transfer to Contracting Authority systems on a basis to be mutually defined.
  • 48. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 48 / 180 Part D - Scope of Work Define how information shall be distributed on the Sites. Define how to ensure correct updating and as-built documentation. As-built procedures. Detail the process by which formal handover shall be achieved. Handling of French translations of documents. The plan shall be coordinated with the Contract Master Schedule. Contractor shall give Contracting Authority access to a 3D model viewing station in Contractors offices and on Site and should be accessible externally by the Contracting Authority. The view model shall be updated by Contractor at regular intervals. Contractor shall hand over the complete 3D design model developed during detail engineering. This shall include all catalogues and specifications used and a description of the hierarchical structure of the model. Service descriptions used for tags shall be unambiguous, indicate both equipment function and location, and be in line with the tag description practise established in the Computerised Maintenance Management System. Contracting Authority requires total access to all design and supplier documentation for maintenance planning, training and other preparations for operations activities. Information shall be transferred from Contractor‟s systems to Contracting Authority databases at agreed milestones. A test transfer of electronic information shall be carried out as early in the project as possible to verify the data transfer procedures. This shall include all relevant types of digital formats. Transfer of documentation and information into Contracting Authority data management system is the responsibility of Contractor. This includes data quality, completeness, consistency, data format and compliance with existing codes and attributes. Contracting Authority shall on a regular basis carry out verifications to ensure that information complies with requirements. 4.7.1 Data and Document Management The design activities shall be developed according to the requirements of technical specification defined in the tender documentation and according to the following Contracting Authority Standards: Contract requirements for technical document management and facility technical data delivery The following paragraph provides a detailed list of Contract requirements concerning technical document management and facility technical data delivery for Company database. Each requirement shall be accomplished according to a listed set of Company specifications The requirements include: Technical organization for document and material management
  • 49. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 49 / 180 Part D - Scope of Work Minimum technical data required for typical basic design documents Detailed full life document planning and progress report Document approval management Implementation of CAD Programs Computerized delivery of technical data to Company Database Delivery of model and spare part data for integration with maintenance Paint & Coating Activities Technical organization for document and material management 06215.DOC.GEN.SDS Facility functional Units 20189.COO.GEN.SDS Technical document identification and title blocks 20198.COO.GEN.SDS Item Numbering Minimum technical data required for typical basic design documents 20259.DOC.GEN.SDS P&ID Piping and instrumentation Diagram 06221.DOC.ELE.PRG OLD One line Diagram 06227.DOC.GEN.PRG Facilities Plot plans 06222. DOC.PRC.PRG Equipment List 06223. DOC.MEC.PRG Line List 06224. DOC.MEC.PRG Hand Valve and Line Accessories List 06225. DOC.STA.PRG Loops and instrument List 06681.DOC.ELE.PRG Electric load list 06682.DOC.ELE.PRG Electric cable list and electric cable report Detailed full life document planning and progress report 27605.VAR.GEN.SDS Technical Documentation required during the Project Development Phase Document approval management 27608.DOC.GEN.SDS Management of approval of technical documents Piping Class Management CONTRACTOR will apply COMPANY standard methodology and software ( SPCPuma ) to manage and generate the facility piping class and relative piping Referance Database ( RDB ) to import in a 3D CAD Model , according to document: The COMPANY will provide to the CONTRACTOR the appropriate access to COMPANY Piping Class Database Implementation of CAD Programs 20204.CAE.GEN.PRG Procedure for preparation of 2D CAD Drawings
  • 50. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 50 / 180 Part D - Scope of Work 20205.CAE.GEN.PRG General procedure for preparation of 3D CAD models and deliverables production 20206.CAE.GEN.PRG Standard rules for preparation of 3D CAD models and deliverables production by using Intergraph PDS3D 27901.CAE.GEN.PRG Standard rules for preparation of 3D CAD Models and deliverables production by using AVEVA Vantage PDMS 20248.CAE.GEN.SDS Survey of existing facilities through laser scanning to obtain the as-built 3D CAD Model and associated data and document 27906.CAE.GEN.PRG Standard rules for preparation of 3D CAD models and deliverables production by using Intergraph SMARTPLANT 3D Computerized delivery of technical data IN Company Database 06214.DOC.GEN.SDS Instructions to Contractors for information submission to DBIMP 20203.DOC.GEN.SDS Handover of plant component data and key documents for DBIMP The COMPANY will provide to the CONTRACTOR the appropriate access to COMPANY data Loading web site or, in alternative, the excel template. Delivery of model and spare part data for integration with maintenance 20202.DOC.GEN.PRG Model and spare parts data required from Vendors Paint & Coatings Activities 20000 VAR.PAI.FUN. Rev.3 - Protective coatings, galvanising and metallising for internal and external surfaces of offshore and onshore structures and related components 20550 PIP.COR.FUN. Rev.0 – External coatings for corrosion protection of steel Pipes and components 20551 PIP.COR.FUN. Rev.0 – Internal coatings for corrosion protection of steel Pipes and components 20552 VAR.PAI.FUN. Rev.0 – Maintenance of coated surfaces Guide to implementation of OOC / ENI E&P computer programs for CAE (computer Aided engineering) Guide to implementation of OOC / ENI E&P proprietary computer programs for CAE (Computer Aided engineering) or other recommended programs. Tool MIAP: ITEM BR 001 Rev A01 Overview of Miap information system (item coding, bulk material coding, model and spare part coding) (to be defined during KoM or dedicated meetings organized by Contractor) Tool SPCPUMA: ITEM BR.002 Rev A01 Overview of SPCPUMA Functionalities (computerization of Piping specs, creation of piping spec catalogues (to be defined during KoM or dedicated meetings organized by Contractor) Tool EDAM:
  • 51. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 51 / 180 Part D - Scope of Work EDAM Engineering Document Approval Management
  • 52. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 52 / 180 Part D - Scope of Work 4.7.2 Coding Methodology for Correspondence The information exchange and the engineering documents transmission will be performed in accordance with the following criteria. All the official information shall be transmitted in written. In principle any form of written communication is accepted (e-mail, fax and letter). The official information exchange between Company and Contractor shall take place through the respective authorized representatives. The main exchange of technical information shall be through e-mail or informatics platform. For all the meetings between Company and contractor a minute of meeting shall be edited. The conversations between Company and contractor not reported in writing will have no effect. Communications regarding different matters or relative to different discipline will be accepted provided that the main points are recalled in the object of the communication so as to allow their traceability. In general the following indications shall be included in the correspondence in order to be used: - References to previous correspondence; - Reply or expected actions; - Timing for the actions or expected replies. In order to facilitate the management of the technical correspondence among the parties involved in the project the below reported identification shall be used: FFFFFFSS_NNN_OOO_DDD_X_NNNNNN Where: FFFFFF Facility Code SS Sub-facility Code NNN Correspondence Type OOO Originator (business name code - three alphanumerical characters) RRR Receiver (business name code - three alphanumerical characters) X Discipline (see Ref.2) NNNNN Sequential number Correspondence Type LET Letter FAX Fax EMAE-mail TRN Transmittal MOM Minutes of Meeting EMREngineering Monthly Report EWR Engineering Weekly Report VORVariation Order (Technical) Request
  • 53. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 53 / 180 Part D - Scope of Work WSTWork Statements TQ Technical Query Ex. 00220600_LET_ENI_TCM_G_00001 Note The weekly and the monthly reports shall have instead of the sequential number the date in following format: YYYY_MM_DD Ex. 00220600_EMR_ENI_TCM_G_2009_04_01 The identification of transmittal IN of contractor and of transmittal OUT of Company for the management of the approval cycle is defined in 27608.DOC.GEN.SDS - Management and approval of technical documentation The Company can request the contractor in each moment the files of the documents on information support (CD or DVD). This support shall be identified as follows: FFFFFFSS_CCC_NNN_Data Where: FFFFFF Facility code SS Sub-facility code CCC Business name Code of contractor NNN Sequential number of CD/DVD Data Creation date of the CD in format: YYYY.MM.DD In the CD/DVD shall be inserted the index of the files contained (including code, title and revision of the document). In the index to each file shall be applied a hyperlink which sends to the relative document. 4.8 MANAGEMENT OF CHANGE The Contractor shall submit their proposed Management of Change (MOC) procedure with their tender for Contracting Authority review to be integrated in Annex XVI – “Contract Administration Manual” of the Contract. Contractor shall implement a change control procedures to ensure that changes in the design of the work are controlled, in accordance with the Contracting Authority minimum requirements. These procedures will be reviewed and approved by Company; however, Company procedures will always have precedence.
  • 54. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 54 / 180 Part D - Scope of Work 4.8.1 Management of Change Policy All temporary and permanent changes to organization, personnel, systems, procedures, equipment, products, materials or substances shall be evaluated and managed to ensure that health, safety and environmental risks arising from these changes remain at an acceptable level. Contractor shall comply with changes to laws and regulations and take account of new scientific evidence relating to HSE effects. 4.8.2 Documents concerned by MOC Management of Change procedure shall be applied to the following documents including but not limited to: Plot plans PFDs and UFDs P&ID‟s Equipment Data Sheets Equipment List Line List Material Safety Data Sheets Emissions Tracking Matrix Cause and Effect Chart Electrical One Line Drawings Electrical Area Classification PSV Design Basis and Calculations Instrument Index Aspect / Impact Matrix Operating Procedures Maintenance Procedures Training Documentation Emergency Response Plans Compliance Matrix Environmental Management Program Safeguarding Philosophy and Diagrams DP/DT Drawings Material Selection Drawings CV Datasheets RV Datasheets Hazardous Area Classification Layouts and Reports Safety Systems Design Design Pressure and Temperature Diagrams
  • 55. Sonatrach / FCP Tender No. Central Area Field Complex Project SH-FCP-EPC-PREQUAL-CAFC- HUILE 2011-01 Page 55 / 180 Part D - Scope of Work Heat and Material Balance 4.9 DAMAGE AVOIDANCE PROCEDURES The Contractor shall ensure that no damage is done to existing MLE facilities or adjacent land, property and habitation during execution of the Work. Contractor shall provide fully developed damage avoidance procedures no more than 1 month after effective date of the Contract and shall follow the procedures. Procedures may require installation of temporary protection for simultaneous operation with a live NGL plant. Such procedures shall include damage avoidance to existing infrastructure, and local community facilities and relationships. To facilitate the preparation of these procedures, Contracting Authority will provide required documents which are included in Annex XI – “HSE Management System Requirements” of the Contract. 4.10 HSE PLAN AND MANAGEMENT The Contractor shall prepare an HSE Plan and Management System in accordance with the requirements of Annex XI – “Health, Safety and Environmental” of the Contract The Contractor shall develop and implement an Approved safety management plan to maintain Best Industry Practice with respect to construction and Commissioning which shall apply to both Contractor and Subcontractor personnel. This shall include a safety organisation for each Location, supported by procedures and the Contractor‟s project management team. This plan shall address all safety critical activities such as personal protective equipment, scaffolding, rigging, trenching and excavations, vehicle movements, speed limits, etc. The Contractor shall prepare and implement a management system (“HSE Management System”) for all phases of the Work to ensure that the Contracting Authority's HSE standards and other requirements are implemented in the Design. The Contractor shall submit its proposed HSE Management System. The HSE Plan and Management System shall be revised and updated as the Project proceeds. The Contractor‟s organisation and arrangements necessary for the implementation of his HSE MS shall be developed into the Contractor‟s HSE Plan. The HSE Plan shall be prepared specifically for the Work. The HSE Plan shall be subject to Contracting Authority‟s review and shall be finalised and completed within four (4) weeks of Contractor‟s “Instruction to proceed with the Work”. Contracting Authority reserve the right to review any proposed amendments to the agreed plan, which may be necessary as the Work progresses. The Contractor‟s HSE Plan shall make specific reference as to the procedures, permits etc. which shall be used to ensure that the safety of the operations are not compromised.