diaphragm pumps sow

45
Thang Long & Dong Do Field Development B1 29.10.201 2 Issued for Quotation AK HAL PEC FOP rev. Date Reason for issue Prep. Checked Accepted Contract no. / Purchase order no.: Doc. title according to SMDR: Air Operated Diaphragm Pumps Package, Scope of Work Tag no.: SFI code: 964 BIDDER document no_Rev.: N/A PTSC document number Project PO no. Unit code Disc. code Doc. type Sequence Rev.

Upload: alliancemarine2011

Post on 03-Nov-2014

136 views

Category:

Documents


0 download

DESCRIPTION

Diaphragm pumps scope of work

TRANSCRIPT

Page 1: Diaphragm Pumps SOW

Thang Long & Dong Do Field Development

B1 29.10.2012 Issued for Quotation AK HAL PECFOP rev. Date Reason for issue Prep. Checked Accepted

Contract no. / Purchase order no.:

Doc. title according to SMDR:

Air Operated Diaphragm Pumps Package,Scope of Work

Tag no.: SFI code:964

BIDDER document no_Rev.:N/A

PTSC document numberProject code PO no. Unit code Disc. code Doc. type Sequence no. Rev.

TLDD - 0003 - 5ED - M - A22 - 0016 B1FOP document number

Project no. Orig. code Disc. code Doc. type Sequence no. Total no. of Pages Rev.

0909 - FP - R - SA - 0016 47 B1

Page 2: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

TABLE OF CONTENTS

1 INTRODUCTION.............................................................................................................4

2 ABBREVIATIONS...........................................................................................................4

3 CODES AND STANDARDS...........................................................................................6

4 SCOPE OF SUPPLY.........................................................................................................7

4.1 LIMIT OF SUPPLY.................................................................................................9

4.2 DEFINITION OF BIDDER SERVICES...............................................................10

4.3 EXCLUSIONS.......................................................................................................10

4.4 SUB-SUPPLIERS..................................................................................................10

5 INSPECTION & TESTING............................................................................................11

5.1 General...................................................................................................................11

5.2 Inspection...............................................................................................................11

5.3 Testing....................................................................................................................12

6 PROJECT EXECUTION & MANAGEMENT..............................................................12

6.1 Project Execution...................................................................................................12

6.2 Supervision.............................................................................................................12

6.3 Mechanical completion & commissioning.............................................................12

6.4 Interface management............................................................................................12

6.5 Performance Acceptance........................................................................................13

6.6 Training..................................................................................................................13

6.7 Reports...................................................................................................................13

6.8 Delivery & transportation......................................................................................13

6.9 Schedule.................................................................................................................13

6.10 Class approval........................................................................................................13

7 PROJECT REQUIREMENT...........................................................................................14

7.1 General...................................................................................................................14

7.2 Identification and Format.......................................................................................14

7.3 Document Submittal...............................................................................................14

7.4 Electronic Data Transmission................................................................................15

7.5 Databooks...............................................................................................................15

7.6 Release of Material................................................................................................17

7.7 Quality Assurance and Quality Control.................................................................17

7.8 Spare Parts, Inter-changeability and Special Tools................................................19

TLDD-0003-5ED-M-A22-0016 Page 2 of 30

Page 3: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

7.9 Packing, Delivery and Storage...............................................................................19

7.10 Health, Safety and Environmental Requirements..................................................20

7.10.1 General.....................................................................................................20

7.10.2 Hazardous Materials................................................................................20

7.10.3 Health and Safety at Work.......................................................................21

7.10.4 HSE Plan..................................................................................................21

7.10.5 HSE Management System.......................................................................21

7.10.6 Human Factors.........................................................................................22

8 INFORMATION REQUIRED WITH BID.....................................................................22

9 BIDDER DOCUMENT REQUIREMENT LIST (SDRL)..............................................23

10 ATTACHMENTS...........................................................................................................30

TLDD-0003-5ED-M-A22-0016 Page 3 of 30

Page 4: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

1 INTRODUCTION

This specification defines requirements for the design, engineering, fabrication, inspection and testing, assistance for erection, start-up and performance testing of the Air Operated Diaphragm PumpsPackagesuitable for continuous operation on an FPSO to be located offshore Vietnam. The purpose of this specification is to define the BIDDER’s services and the limits of the supply applicable to the equipment described herein.

2 ABBREVIATIONS

ALARP As Low As Reasonably Practical

ANSI American National Standards Institute

API American Petroleum Institute

API gravity API gravity defined as 141.5/SG – 131.5

ASME American Society of Mechanical Engineers

bara Bars absolute (1 bar equals 14.5 psia)

barg Bars gauge

bbl Barrel, volumetric measure equal to 42 US gallons (about 0.159m3)

bpd barrels per day

CCR Central Control Room

CD Closed Drains

CO2 Carbon Dioxide

DCS Distributed Control System

DLE Dry Low Emissions

DNV Det Norske Veritas

ESD Emergency Shut Down

ESDV Emergency Shut Down Valve

F&G Fire and Gas

FPSO Floating Production Storage and Offloading Vessel

GUI Graphic User Interface

HAZID Hazard Identification Study

Heel Static angle of rotation about the hull major (longitudinal) axis

LSJOC Lam Son Joint Operating COMPANY

H2S Hydrogen Sulphide

HSE Health, Safety and Environmental

TLDD-0003-5ED-M-A22-0016 Page 4 of 30

Page 5: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

HP High Pressure

ICSS Integrated Control & Safety System

IGS Inert Gas System

IMO International Maritime Organisation

IMS Information Management System

IP Institute of Petroleum

ISO International Organisation for Standardization

IVB Independent Verification Body

kPa kilo Pascal

LAT Lowest Astronomical Tide

LEL Lower Explosion Limit

LP Low Pressure

MARPOL International Convention for the Prevention of Pollution from Ships

MCS Master Control Station

MMscfd Millions of standard cubic feet per day

MP Medium Pressure

NACE National Association of Corrosion Engineers

NB Nominal Bore

NFPA National Fire Protection Agency

PCS Process Control System

Pitch Dynamic angle of rotation about the hull minor (transverse) axis

PSD Process Shutdown System

RAM Reliability, Availability and Maintainability

Roll Dynamic angle of rotation about the hull major (longitudinal) axis

RVP Reid Vapour Pressure

TVP True Vapour Pressure

scf Standard cubic foot

SI System International

SOLAS Safety of Life at Sea

TBD/TBA To Be Determined / To Be Advised

Trim Static angle of rotation about the hull minor (transverse) axis

UPS Uninterruptible Power Supply

VOC Volatile Organic Compounds

TLDD-0003-5ED-M-A22-0016 Page 5 of 30

Page 6: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

3 CODES AND STANDARDS

Regulations, codes, specifications, standards, etc., referred to in the requisition specifications are understood to be in their latest issue and must include all corrections, revisions, additions and interpretations published until contract award.

Project Specifications together with the latest editions of International Codes & Standards specified therein shall be used by the BIDDER for the design, fabrication and testing.

In the absence of advice to the contrary, the relevant standards referenced within these specifications shall also apply to this project. This Specification should be read in conjunction with the relevant Codes & standards.

In the event of any contradiction, the following order of precedence shall govern:

Vietnamese Authorities Regulations

FPSO Classification Rules (DNV) Contract / Purchase Order This Specification

Project Specifications International Codes and Standards

Where there is a conflict between this document and the other Specifications, the BIDDER shall advise COMPANY. In general, the more stringent requirement shall apply.

Without prejudice to the above, BIDDER, as soon as possible, shall bring to COMPANY's attention any discrepancies, ambiguities or conflicts in the documents, which may affect the performance of the equipment. COMPANY, shall then clarify and give such instructions, as shall be necessary, to allow BIDDER to perform its obligations to the COMPANY’s satisfaction. BIDDER’s proposal shall clearly state and list exceptions to this specification and all referenced codes and standards.

4 SCOPE OF SUPPLY

Air operated Diaphragm Pumps

TLDD-0003-5ED-M-A22-0016 Page 6 of 30

Page 7: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

S/N Tag No. Description Driver QuantityDatasheet Ref

Number

1 352PF001 Main Deck Cargo Drain Pump Air Operated 1 352-01

2 803PF001 Bow Gantry Bilge Pump Air Operated 1 803-01

3 803PF002 ER Bilge Transfer Pump Air Operated 1 803-02

The BIDDER’s scope of work shall be in accordance with this document and documents listed in the attached project specifications, datasheets and codes and standards specified therein. Any work not specifically mentioned but otherwise required as per statutory rules / codes, standards / specifications and/or for the completion and operation of equipment shall be the BIDDER’s responsibility and scope.

The BIDDER shall submit full technical details of the package design, which meets the requirements, detailed herein. Aspects of the requirements, which cannot be met, shall be identified and the variances/exceptions explained.

The requirements set out in this specification shall not be construed to eliminate consideration of the manufacturer’s standard design or off the shelf equipment. COMPANY may accept the manufacturers standard design, if found to be suitable for purpose and equivalent to the technical requirements of this specification.

The BIDDER shall provide any material, equipment, electrical / instrumentation and other accessory items, over and above that specified herein, which is required to provide a safe workable and efficient unit. The BIDDER is also required to provide a process and mechanical guarantee for the package. The BIDDER shall have single point responsibility for all aspects of work, inclusive of components subcontracted or purchased from other BIDDER.

The BIDDER shall have full responsibility for ensuring that the equipment, inspection and testing required for class certification supplied is fully in accordance with all the requirements of the specification.

The scope of supply / work for each pump package shall include, but not necessarily be limited to the following:

a) Wetted materials shall beaccording to the datasheets.

b) Air Distribution System / Valve, anti-freezing type.

c) Air Exhaust Muffler.

d) Compressed air inlet filter and regulator c/w with pressure gauge. Material shall be SS316L. BIDDER to advice if required.

e) Pump suction and discharge connections shall be NPT according to the datasheets.

f) Air inlet connection shall be NPT according to the datasheets.

TLDD-0003-5ED-M-A22-0016 Page 7 of 30

Page 8: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

g) Base-plate of drain rim type

h) Earthing within the skid brought to the skid edge with two earthing bosses located diagonally opposite

i) Special tools, if required

j) Surface Preparation and Painting

k) Inspection and Testing

l) All documentation requested as per SDRL

m) Preparation for shipping, packing and marking

n) Spare parts for start-up commissioning

o) Price List for 2 years operation and insurance spares

p) Class Survey report / Certification, as applicable and issue of certificate of compliance as applicable

q) BIDDER to include export (6-months) packing and preservation

r) Provision of additional services as may be agreed at the time of order placement

Compressed Air Conditions

Table 5-1 Scope of Supply

Item No.

Tag No. Description Unit Qty

1. 352PF001 Main Deck Cargo Drain Pump c/w Each 1

TLDD-0003-5ED-M-A22-0016 Page 8 of 30

Air Flow, Nm3/hr 1100

Air Quality Dry air from Instrument air dryer outlet

Pressure (Normal), kPag 700 - 900

Temperature (Min. / Max), °C 15.1 / 55

Oil Concentration, PPM 0.01

Particle size, Micron 1

Dew Point, °C -20ºC

Page 9: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

a. Air-operated Double Diaphragm Pumpb. Air Distribution valvec. Air Exhaust Muffler

2. 803PF001

Bow Gantry Bilge Pumpa. Air-operated Double Diaphragm Pumpb. Air Distribution valvec. Air Exhaust Muffler

Each 1

3. 803PF002

ER Bilge Transfer Pumpa. Air-operated Double Diaphragm Pumpb. Air Distribution valved. Air Exhaust Muffler

Each 1

5. Performance and Hydrostatic Tests Lot 1

6. Performance Guarantee Lot 1

7. Classification Certification (DNV) Lot 1

8. Spare Parts-Startup / Commissioning Lot 1

9. Spare Parts - 2 years operation Lot 1

10. Spare Parts – Capital / Insurance Lot 1

11. Special Tools Lot 1

12. Preservation and preparation for shipment Lot 1

13. BIDDER data Lot 1

14. Commissioning Assistance – Yard & Site (Optional)Unit Rate

4.1 LIMIT OF SUPPLY

The BIDDER shall include in their quotation for at least the services and scope of work shownabove. Additional services or equipment required for BIDDER to provide their performanceand process guarantee, beyond the base scope of supply, shall be clearly indicated in writingin the BIDDER’s scope of supply in BIDDER’s quotation.

4.2 DEFINITION OF BIDDER SERVICES

This specification and the documents listed in the requisition cover the following services:

Performance Guarantee and Mechanical Guarantee. All required engineering and design work to include process, mechanical, structural,

materials, corrosion, foundation, installation, lifting, transportation, Health-Safety-

TLDD-0003-5ED-M-A22-0016 Page 9 of 30

Page 10: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

Environment-Human factors, maintainability, operation, instrumentation control, and electrical as required.

All required non engineering work to include procurement, receiving, storage, securing, and insuring of all material for fabrication of the work, including all expendables, material handling provisions as required.

Any required interface meetings or communication, and documentation, and submission of documents to obtain Statutory / Regulatory Acceptance and CA acceptance.

All required services to perform the work in any of BIDDER’s or Sub-Supplier’s facilities including transport within the FACILITY, and loading and securing the work on to COMPANYsupplied transport.

Fabrication and welding Hydrostatic Testing FAT, Functional Testing Assembly of piping, instruments, controls Painting, thermal insulation Statutory and Class Acceptance Packing for export Transport Documentation

4.3 EXCLUSIONS

The following items are excluded from the BIDDER scope:

Instrumentation, equipment, piping and appurtenances outside the skid limits and any central or distributed control system items.

4.4 SUB-SUPPLIERS

BIDDER shall provide listing of all Sub-Suppliers for all items provided.

5 INSPECTION & TESTING

5.1 General

The responsibility for inspection rests with BIDDER, however, COMPANY reserves the right to inspect, or to have authorized representative inspect, the packages at any time during their fabrication to ensure that material and workmanship are in accordance with applicable codes and this Specification.

TLDD-0003-5ED-M-A22-0016 Page 10 of 30

Page 11: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

The BIDDER shall submit with his bid proposal an inspection and Test plan (ITP) for COMPANY to review and comment. This shall be done prior to the start and shop work so that arrangement can be made for shop inspection.

The BIDDER shall supply information on its quality control system, a representative package control plan, and a representative inspection and testing plan in his bid package. A detail quality control plan and an inspection and testing plan with specified inspection such as “Review, Witness & Hold point” for review & approval are required as part of the contract for the specified equipment.

Inspection and testing requirements shall include all necessary DOSH/FMD and third-party certifications, whichever applicable.

Acceptance will be predicted on hydraulic and mechanical performance during the witnessed performance test as specified in the applicable industry design specification/standard.

BIDDER shall provide comprehensive inspection and test records. These records shall include all inspection and test reports whether undertaken by BIDDER or furnished by material or equipment manufacturer, all certificates such as mill certificate etc., all manufacturer warranties, equipment parts drawings, check sheet and any other documents relevant to the provision of a comprehensive record of the quality of the work. These records shall be provided for the COMPANY.

5.2 Inspection

The BIDDER shall provide free access to his works and that of Sub-Suppliers for the authorised representative of the COMPANY and the Certifying Authority.

BIDDER shall notify COMPANY at least 14 business days prior to any inspection required by this contract.

All necessary certificates on materials, shop test date, etc., shall be made available to verify that requirement of the purchase order are being met. No equipment surface shall be painted until all inspection is completed.

Approval of all BIDDER’s drawings, weld procedure, calculations, etc., is required by the COMPANY and the certifying authority, where applicable, prior to the commencement of fabrication.

BIDDER shall maintain acceptance/rejection forms for all types of inspection as specified. These documents shall contain all details as required by code, including details such as item number, quantity, specification, date of inspection, type of inspection, result, third party inspection, certification, etc.

TLDD-0003-5ED-M-A22-0016 Page 11 of 30

Page 12: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

5.3 Testing

All pressure retaining parts of pump & auxiliaries shall be hydro tested at 1.5 times the maximum allowable working pressure specified in datasheet with no visible leakage / pressure drop for 30 minutes duration.

Pump shall be tested with shop air identical to the compressed air conditions provided in Section 4 for discharge pressure, suction pressure and capacity.

6 PROJECT EXECUTION & MANAGEMENT

6.1 Project Execution

Upon the award of the contract, a dedicated project team is to be assigned to manage the project services necessary to undertake design and supply of the scope including Engineering, Project Management, Drafting and Quality Assurance.

6.2 Supervision

Where dismantling of the package is required for transportation and installation into the machinery space of the FPSO, BIDDER shall provide supervision at the shipyard during the reassembling of the package.

6.3 Mechanical completion & commissioning

The mechanical completion plan shall be proposed by BIDDER for COMPANY’s approval. The mechanical completion of the entire system shall be executed & performed as per the responsibility matrix after the pumps are installed on the FPSO vessel.

Commissioning plan at shipyard & offshore shall be provided at least 2 weeks before for COMPANY approval.

BIDDER to provide technical assistance & specialist attendance, expedite supply of defective material if any as required during commissioning.

6.4 Interface management

BIDDER to provide assistance for following in the form of participation & review, if required.

Interface engineering assistance – ICSS system Interface assistance for HAZID/HAZOP Material handling

TLDD-0003-5ED-M-A22-0016 Page 12 of 30

Page 13: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

6.5 Performance Acceptance

COMPANY will issue performance acceptance upon satisfying following criteria in the presence of class surveyor during shipyard commissioning.

ICSS interface testing. Class acceptance

6.6 Training

BIDDER shall provide familiarisation, operations & Maintenance training for the FPSO staff.

6.7 Reports

Monthlyprogress reports includingprocurement , e n g i n e e r i n g , m a n u f a c t u r i n g , overall progress status and major areas of concern.

Production schedule including monthly updates. Minutesofprogressmeetings. Documentationsubmission,MOM&TQstatussummary. Monthlyprogressmeetingsatclient’spremisewithinSingapore. COMPANY’sProjectspecifications&documentationsummary. Progress photographs submitted as part of the progress report.

6.8 Delivery & transportation

BIDDER to submit transportation plan at least 4 weeks in advance for COMPANY review / information in line with Marine warranty surveyor’s requirement

6.9 Schedule

BIDDER shall provide detailed schedule & progress of all activities of package supply scope in MS project.

Resources: BIDDER to assign sufficient manpower resources for the package. Key personnel for the package to be indicated on project organisation chart.

Document schedule: BIDDER to provide detail BIDDER document list with schedule for review, comments, DNV class approval, approval for construction etc. Documents for class approval to be clearly identified.

6.10 Class approval

The complete Pump Packages and its components shall be DNV certified.

TLDD-0003-5ED-M-A22-0016 Page 13 of 30

Page 14: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

7 PROJECT REQUIREMENT

7.1 General

The BIDDER shall comply with the document and quality requirements for equipment / materials detailed in the sections that follow. This document covers drawings, data sheets, specifications, certification, reports, etc.

A Purchase Order shall not be considered complete until all the required documents have been submitted by the BIDDER and accepted by the COMPANY.

7.2 Identification and Format

Document sizes shall be A1, A3 or A4. A0 size documents are not acceptable.

Documents shall be identified with the COMPANY’s purchase order number, document number, project name / number and equipment / tag number. The BIDDER’s job number and document number shall also be identified on all documents.

Document numbering instructions will form part of the Purchase Order attachments. All documentation shall be in the English language.

Dimensions and units shall be in accordance with the SI system and standard imperial units where applicable e.g. nominal pipe sizes, unless noted otherwise.

Documents shall be of sufficient clarity and legibility to ensure satisfactory electronic / manual filing and retention.

Documents larger than A4 shall be folded to show the identification in the bottom right corner.

Documents that are Certified Final are required in electronic format. The final issue of the electronic copy of all documents shall be submitted on a CD.

7.3 Document Submittal

Documents shall be submitted through COMPANY’s Electronic Document interface software ‘Eroom’. Those documents required for submittal are shown on the document tables in Section 12. The tables will indicate which documents are required with the Bid, for Review and those required in Data Books in the form of a Manufacturing Record Book (MRB) and an Installation, Operation and Maintenance Manual (IOM).

The BIDDER shall produce a document schedule to identify all the required documents. The schedule will be used to track submittal dates, revision status and approval status of individual documents. The schedule shall be continuously updated and submitted periodically by the BIDDER to satisfy the project reporting procedures.

TLDD-0003-5ED-M-A22-0016 Page 14 of 30

Page 15: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

Quantities of documents required for review shall be as follows:

Document Type Submitted for Review Submitted as Certified Final

Drawings 3 Prints 3 Prints of eachDocuments 3 Prints 3 Prints of eachMRB 1 Copy Original + 2 CopiesDossiers 1 Original + 3 Copies 1 Original + 3 Copies

Note: Native file shall be provided by BIDDER.

The BIDDER shall carry out a review of all documents prior to their submittal.

Documents shall have a project front sheet attached (issued by COMPANY) showing the COMPANY’s approval status. Documents shall be covered by a transmittal and submitted to COMPANY.

Submitted documents will be reviewed by COMPANY within 10 working days (the number of working days will be counted from the date the documents are received by the COMPANY’s Document Controller). COMPANY will indicate the review / approval status of the returned documents. The BIDDER shall revise the documents, incorporating the COMPANY’s review comments where necessary, and re-submit to COMPANY within 10 working days.

7.4 Electronic Data Transmission

In addition to the above referenced paper copies, all project specific drawings and documents such as installations, operating and maintenance instruction shall be available electronically.

BIDDER shall supply documents in Adobe PDF format. Additionally, native files for drawings shall be submitted for final submission.

7.5 Databooks

Documents included in BIDDER data books shall be compiled in files with 4 ring holes.

Files shall be identified on the front cover and spine with the Project name/number, purchase order number, material description, tag number and titled Manufacturing Record Book (MRB).

The IOM shall cover the following categories and contain the documents indicated in the document tables in Section 12.

Equipment Description Information of a general nature e.g. dimensions, weight,loose-shipped items, temporary transit fixings etc.

TLDD-0003-5ED-M-A22-0016 Page 15 of 30

Page 16: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

Installation Detailed instructions to enable safe and efficient installation and commissioning / testing. Detail of any special tools required.

Operation Description of equipment function. Details of safe operation, controls, any training required, start-up / shutdown.

Maintenance Details of scheduled maintenance requirements, safety instructions, preventative / corrective activities, lifting arrangements, strip down, overhaul, re-assembly and re-commissioning.

Special Tools List of special tools required and their usage.

Spares Details of recommended commissioning and operational spare parts.

Drawings List of drawings required, identifying them to installation work, equipment operation and maintenance.

Trouble Shooting Details of possible malfunctions, their causes, effects and rectification.

The MRB shall comprise the following documents. Sections 1 to 3 shall contain the documents as noted below. Sections 4 to 10 include the categories listed below and contain the documents indicated in the document tables in Section 12.

Sub-Supplier data, together with their own indexes, shall be compiled as separate sections of the BIDDER’s data book i.e. not integrated with BIDDER’s data.

Section 1: Unpriced Purchase Order, Change OrdersSection 2: Sub-Suppliers, names, addresses, contacts, telephone numbers.

Scope of supply.Section 3: Punch List, Concession Log, Concessions / Waivers.Section 4: Quality DocumentsSection 5: Interface DocumentsSection 6: Mechanical DocumentsSection 7: Electrical DocumentsSection 8: Instrumentation DocumentsSection 9: Manufacturing and Test ProceduresSection 10: Certification/Records/Reports/Data

Sub-Supplier 1 etc.: Index and Documentation to be compiled as a section of the BIDDER’s MRB.

TLDD-0003-5ED-M-A22-0016 Page 16 of 30

Page 17: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

N.B. Copies of Release Notes, Punch Lists, Concessions and Certification shall accompany the material when shipped.

7.6 Release of Material

An Inspection Release Note (IRN) will be issued by COMPANY for the release of material.

The BIDDER, unless otherwise agreed with COMPANY, shall be responsible for the release of material from his Sub-Suppliers. Copies of the BIDDER’s release documents shall be included in the MRB.

The BIDDER shall countersign the COMPANY IRN as confirmation that the material is satisfactory and meets the requirements of the purchase order.

In the case of material being released that is incomplete, the COMPANY’s representative will generate an Inspection “Punch List” detailing all outstanding work / actions required to complete the material such that it meets the purchase order requirements. The BIDDER shall countersign the Punch list in agreement with the outstanding work / actions listed prior to shipment.

7.7 Quality Assurance and Quality Control

COMPANY reserves the right to audit/inspection the BIDDER facilities/ progress with 1 week notice.

The BIDDER’s quality system shall comply with the latest version of ISO 9001 Quality Management Systems (QMS) requirements, commensurate with the goods and service supplied.

The BIDDER is responsible for his Sub-Suppliers’ compliance to the relevant quality requirements.

ISO 9001 will be the basis for Auditing, Inspection and Surveillance on the BIDDER and his Sub-Suppliers. COMPANY reserves the right to conduct quality audit as deems appropriate to verify on compliance at any stage deems appropriate. Unrestricted access should be provided to COMPANY representatives for the scope of supply. Where non-conformities are identified to the scope of supply, BIDDER shall undertake the corrective actions required by the COMPANY within agreed time limits.

The BIDDER shall, by referencing the relevant processes and procedures in his Quality Manual, produce a Project Specific Quality Plan detailing the purchase order requirements and compliance verification.

The BIDDER shall produce an Inspection and Test Plan covering the manufacturing phases including Sub-Supplier manufacturing. The ITP shall cover design, purchasing of materials, material verification, fabrication, inspection and testing of the equipment.

TLDD-0003-5ED-M-A22-0016 Page 17 of 30

Page 18: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

All “HOLD” points during the manufacturing and fabrication program shall be agreed to, by COMPANY.

Inspection by COMPANY or their representatives shall in no way relieve the BIDDER of any of their responsibilities for ensuring that the equipment meets all the requirements and conforms in full, to the contents of this document.

The BIDDER shall advise the COMPANY with at least two (2) weeks notice of the date and location, for, as a minimum, the following points:

i. Start of Manufacture

ii. Key production, inspection or testing activities (as identified in the ITP) will occur

iii. The equipment ready for final inspection

The BIDDER shall give the COMPANY or their representatives, without charge, all facilities and access for satisfying themselves that the equipment is being manufactured in accordance with the relevant data sheets, sketches, codes and standards.

Any manufactured part which does not comply with the requirements or material which shows defects during inspection will be rejected. When a part of the unit is rejected, the BIDDER shall be notified in writing. If any rectification work is required to be done, it shall be carried out by the BIDDER at their own expense and without delay to the work. COMPANY’s inspector shall have the right to request additional inspection or examinations, if required, to ensure that the equipment complies with the relevant codes and standards. These inspections will be to the COMPANY’s account, unless such examination reveals defects not previously detected in which case the BIDDER shall bear the full cost of the inspection, repairs and subsequent examinations necessary to ensure the satisfactory manufacturing/installation of the equipment.

The BIDDER to submit a detailed ITP for COMPANY’s approval soon after the order placement.

All testing procedures shall clearly specify method of testing and acceptance criteria. All testing shall be done using certified test equipment which has been calibrated/ checked prior to the test. The calibration records shall be furnished to the COMPANY for review/approval. All testing shall be carried out at the manufacturer’s test facility. Detailed testing procedure shall be submitted after order placement for COMPANY’s approval.

Any deviation from the Purchase Order requirements shall be reported to COMPANY in writing. COMPANY will consider the acceptability of individual deviations subject to the BIDDER submitting a concession request for each deviation. The BIDDER shall track his concession requests and their approval status on a concession request log.

TLDD-0003-5ED-M-A22-0016 Page 18 of 30

Page 19: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

Sub-Supplier deviations from the purchase order requirements shall be reported to COMPANY in writing and processed through the BIDDER as previously described.

7.8 Spare Parts, Inter-changeability and Special Tools

BIDDER shall provide the following with their proposal:

1. Itemised list of recommended initial commissioning, start-up spares with itemized prices.

2. Itemised list of two (2) years operation and maintenance with itemised prices.

3. List of recommended special tools with itemised prices, if applicable, required for the maintenance and operation of the equipment.

Recommended spares shall take into account related factors of equipment reliability, costs of parts and availability of equipment service facilities.

7.9 Packing, Delivery and Storage

i. Equipment Identification

Equipment identification information shall be permanently affixed to the components byway of stainless steel tags as per COMPANY tagging requirement. Identification information shall be provided to the BIDDER on contract award.

ii. Classification Society’s Identification

Classification Society’s identification information shall be permanently affixed to the components and assemblies as is the Classification Society’s regulatory standard.

iii. Shipping and Transportation Preparation

All packing suitable for sea and inland transportation are to be provided for by the BIDDER. Prior to shipment, all flanges, threaded connections and cable entries shall be suitably protected to prevent handling damage. BIDDER shall also ensure corrosion or damage to parts and painting is prevented.

The BIDDER shall submit to COMPANY for review and approval one (1) legible copy of the packing plan for shipment of the components and assemblies. Recommended lifting procedures and handling instructions shall be included. Individual package weights shall be provided.

Spare and Consumables shall be packed separately from the main equipment. The box or case shall be clearly marked on both top and side as “SPARES”

BIDDER shall be fully responsible for any claim arising, which is attributable to defective and/or insufficient packing.

TLDD-0003-5ED-M-A22-0016 Page 19 of 30

Page 20: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

7.10 Health, Safety and Environmental Requirements

7.10.1 General

The BIDDER shall be responsible for ensuring that the goods and services supplied meet all applicable regulations on health, safety and environmental issues.

Additionally, all design, manufacturing and installation work shall be carried out in accordance with applicable health, safety and environmental regulations, COMPANY HSE relevant procedures. As a minimum, unless specifically stated and agreed by COMPANY, this shall include:

Identification of hazards associated with the scope of work;

Assessment of risks, including completion and submission of formal Task Risk Assessments where appropriate;

Provision of procedures and work equipment, including Personal ProtectiveEquipment, that adequately manage the risks; and

Full compliance with Permit to Work and site HSE procedures.

Competency of personnel assigned

Compliance to applicable HSE legislations

Where required by the inquiry or purchase documentation, BIDDER shall complete an HSEQ Questionnaire and provide information that may include details of BIDDER’s:

HSE Plan for the Project;

HSE and Quality Management Systems

HSE Performance Record

7.10.2 Hazardous Materials

Where the use of hazardous materials is unavoidable the BIDDER should provide the least damaging to personnel and the environment whilst ensuring the function of the goods is not compromised. If this means providing an alternative to materials specified by the Project these should be proposed as an option.

If goods from a BIDDER contain any substance that may be hazardous to health or the environment as defined in OSH (Use and Standards of Exposure of Chemicals Hazardous to Health) Regulations 2000, then a Chemical/Material data sheet (in English and Bahasa Malaysia), for each substance, signed by an authorized representative of the BIDDER shall be provided to COMPANY.

TLDD-0003-5ED-M-A22-0016 Page 20 of 30

Page 21: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

If the consignment does not contain any hazardous substances then a formal statement to that effect, signed by an authorized representative of the BIDDER shall be provided to the COMPANY.

7.10.3 Health and Safety at Work

The project requirement is that goods supplied should not pose a risk to the BIDDER’s or operator’s health or safety. This goal must be demonstrated by the BIDDER, who may be required to present the design and show that it is suitable for its intended use.

Risks must be eliminated as far as practically possible, or mitigated by the provision of safety measures, safety devices and warning signs. Review of risks shall not be limited to items of good used on a daily basis; the review must include any item that requires maintenance on the goods supplied.

As well as demonstrating to the project that the goods supplied do not subject the operator to risk during normal operation and maintenance activities the BIDDER shall inform the project of the Health and Safety Regulations applicable to, and applied to, the goods.

The BIDDER shall ensure safe working practices are implemented at all times, including but not limited to:

Provision of appropriate personal protective equipment;

Safety focused tool box talks prior to any potentially hazardous activities;

Appropriate supervision of work, and control of work faces.

Competent personnel

Compliance to applicable HSE legislation

7.10.4 HSE Plan

Where required by Purchase documentation, BIDDER shall develop a project specific Safety & Environmental Protection Plan in compliance with the Occupational Safety and Health Act (OSHA) 1994, in particular Part V – General Duties of Designers, Fabricators and BIDDERs. This shall identify the methods, practices and procedures for ensuring the safety and environmental integrity of the goods and how any design and assembly is managed in this respect, particularly where Sub-Suppliers are involved.

7.10.5 HSE Management System

COMPANY reserves the right to audit the BIDDER and Sub-Suppliers at any time to ensure their HSE Management System promotes the safety of all persons involved in the design, manufacture and supply, as well as environmental protection and integrity of the goods.

TLDD-0003-5ED-M-A22-0016 Page 21 of 30

Page 22: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

7.10.6 Human Factors

Human errors during operation and maintenance activities can contribute to accidents and therefore the design shall take into account good practice in the design of all man machine interfaces, as well as other human factors including:

Access to equipment, instruments and valves for operation and maintenance;

Clarity of displays on control systems;

Alarm handling on control and emergency systems;

Operating Weather Conditions;

Labels and Signs;

Requirements for Packaged Units.

8 INFORMATION REQUIRED WITH BID

Statement of full compliance to Requisition requirements or otherwise provide detailed exclusion/deviation list.

Copy of valid ISO 9001 certificates. Fully completed Datasheet Dimensional details of Pump skids. Estimated empty, operating and hydro test weights of Pumps. Utility requirements (Air Consumption) ITP and Quality Plan Special tools list Priced list of recommended 2 year operating and maintenance spares. Proposed Engineering/Procurement/Fabrication/Testing/Delivery schedule of

Equipment List of proposed Sub-Suppliers Manufacturing capacities and present commitments BIDDER document register Reference lists of similar projects carried out within the last 5 years.

TLDD-0003-5ED-M-A22-0016 Page 22 of 30

Page 23: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

9 BIDDER DOCUMENT REQUIREMENT LIST (SDRL)

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document Description

Su

bm

it

wit

h B

id

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

1.0 GENERAL DOCUMENTS

1.1Signed Acknowledgement of Purchase

Order (3days)3W

1.2Signed Acknowledgement of Change

Orders3W

1.3 Progress Reports (every 2 weeks) 3W

1.4List of Preferred Sub-Suppliers (state the

Country of Origin & Contact Directory)X +2WP X

1.5List of Deviations / Exception From The

Specifications and DatasheetsX

2.0 SUB-ORDERS2.1 Sub-Orders (copies)

2.2 Sub-Order Schedule

3.0 CONCESSIONS3.1 Concession Log 3W

3.2 Concession Requests 3W

3.3 Punch List +1WT

4.0 QUALITY DOCUMENTS4.1 Quality Manual / ISO-9000 Certificates X +2WD X X4.2 Project Quality Plan X +4WP +2WD X X4.3 QC Inspection and Test Plan X +4WP +2WD X X

4.4BIDDER's Quality System Audit Schedule (when required)

+4WP +2WD X X

4.5BIDDER's Quality System Audit Reports

(when required)

4.6 BIDDER Inspection Release Note +1WT +2WD X

4.7 COMPANY Inspection Release Note +1WT +2WD X

5.0 INTERFACE DOCUMENTS

TLDD-0003-5ED-M-A22-0016 Page 23 of 30

Page 24: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

5.1BIDDER Document Register /

ScheduleX +2WP +2WD X X

5.2 Preliminary Project Schedule X

5.3Procurement / Engineering / Fabrication

Schedule+2WP +2WD X X

5.4 General Arrangement Drawings X +2WP +2WD X X5.5 Package Levelling and Grouting Details

5.6Overall Stability Calculation for the

Complete Package (considering variousoperating and loading cases)

5.7Piping & Instrumentation Diagrams

(P&IDs)

5.8Foundation Plan (including support

locations for all package ancillaries)5.9 External Forces & Moments for tie-in

points (including dynamic loads for the

foundation design).5.10 Utility Consumption List X +4WP +2WD X X5.11 System Operating Philosophy +4WP +2WD X X5.12 Weight Control Datasheet / Report +4WP +2WD X X

6.0 MECHANICAL DOCUMENTS6.1 Mechanical Equipment Datasheets +4WP +2WD X X6.2 Performance Data / Curves X +4WP +2WD X X6.3 Equipment List +4WP +2WD X X6.4 Bill of Materials X +4WP +2WD X X6.5 Piping MTO and Piping Material

Summary6.6 Detailed Design Drawings6.7 Fabrication Drawings6.8 Piping Layout Drawings6.9 Cross Sectional Drawings (All Major +6WP +2WD X X

TLDD-0003-5ED-M-A22-0016 Page 24 of 30

Page 25: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

components)6.10 Nameplate Drawings +4WP +2WD X X6.11 Mechanical Design Calculations +6WP +2WD X X6.12 Lubrication / Operating fluid

Schedules6.13 Special Tools (if any) X +4WP +2WD X X6.14 Spare Parts Manual +6WP +2WD X X6.15 Commissioning / Start-up Spares X +4WP +2WD X X6.16 Operational Spare Parts X +4WP +2WD X X6.17 Insurance Spare Parts X +4WP +2WD X X6.18 Structural Support reactions6.19 Structural GA Drawings

6.20 Detailed Structural Fabrication Drawings6.21 Job Reference List X6.22 Estimates of Availability and Reliability

6.23Estimates of Mean Time Between Failure

(MTBF)6.24 Estimates of Mean Time To Repair

(MTTR)6.25 Scheduled Maintenance Intervals and

Activity Durations6.26 Fuel Requirement Specification6.27 Hydraulic control drawing6.28 Load chart

7.0 ELECTRICAL DOCUMENTS7.1 Electrical Document Index7.2 Electrical Data Sheets7.3 Electrical Layout Drawings7.4 Single Line Diagrams / Block Diagram7.5 Electrical Load List7.6 Performance Data /Curves7.7 Electrical Schematics

TLDD-0003-5ED-M-A22-0016 Page 25 of 30

Page 26: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

7.8 Electrical Construction Drawings7.9 Electrical Wiring Diagrams

7.10 Electrical Interconnection Diagrams7.11 Electrical Cable Schedule7.12 Electrical Cable Block Diagrams7.13 Electrical Equipment List7.14 Protection Equipment Operating Curves

7.15Design Calculations (including Heat Loads)

7.16 Electrical equipment details (Electric Heater, etc.)

7.17 Earthing Details and diagram7.18 Lighting Layout for Mechanical Packages

7.19 List of Electrical Items In Hazardous Area

8.0 INSTRUMENTATION DOCUMENTS

8.1Instrument Schedule (MS Access or Excel)

8.2 Instrument Data Sheets +4WP +2WD X X8.3 Instrument Specifications8.4 Functional Design Specification8.5 Detailed Design Specification8.6 Control System Topology Diagrams8.7 Panel External Layout Drawings8.8 Panel Internal Layout Drawing8.9 Graphic Displays (VDU)8.10 System Input / Output ( I/O ) Schedule8.11 Calculations (Availability / Reliability)8.12 Cable Block Diagrams8.13 PLC Data Communication Protocol8.14 Electronic Loop Diagrams8.15 Instrument Cable Schedule8.16 Panel Termination Drawings

TLDD-0003-5ED-M-A22-0016 Page 26 of 30

Page 27: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

8.17 Panel Wiring & Tubing Diagrams8.18 FAT Procedures8.19 SAT Procedures8.20 Instrument Bulk Material Specifications8.21 Instrument Location Drawings8.22 Hook-up Drawings (typical for each

instrument)+4WP +2WD X X

8.23 Instrument Mounting and Housing Details +4WP +2WD X X8.24 Junction Box Termination

Drawings8.25 Instrument Power Distribution Drawings8.26 Instrument Air Distribution Drawings8.27 Cause and Effect Charts

9.0 MANUFACTURING & TEST DOCUMENTS

9.1 Welding Procedure Specifications (WPS)

& Procedure Qualification Records (PQR)9.2 Non-Destructive Examination (NDE)

Procedures9.3 Heat Treatment Procedure9.4 Dimensional Control Procedure

9.5Hydrostatic / Pneumatic Pressure / FAT

Test Procedures-2WT +2WD X X

9.6 Performance / Functional Test Procedures -2WT +2WD X X9.7 NACE TM-01-09 Test Procedure9.8 Painting / Coating / Surface Preparation

Procedures+6WP +2WD X X

9.9 Weighting Procedure9.10 Preservation / Packing / Shipping

Procedures-4WD +2WD X X

TLDD-0003-5ED-M-A22-0016 Page 27 of 30

Page 28: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

9.11 Pre-Commissioning & Commissioning

Procedures9.12 Noise / Vibration Test Procedure9.13 Lifting & Installation Procedure9.14 Inspection & Testing Plan (ITP) -2WT +2WD X X

10.0 CERTIFICATION / RECORDS / REPORTS / DATA

10.1Manufacturing Record Book (MRB) Index (Refer to 3.0)

+6WP +2WD X X

10.2 IOM Index (Refer to 3.0) +6WP +2WD X X10.3 Certificates of Conformity to class DNV +2WT +2WD X X

10.4 Material Certificates to EN 10204 +6WP +2WD X X

10.5 Material Location Plan /

Traceability Record

10.6Welding / Fabrication / NDE Correlation

Plan10.7 NDE Reports10.8 NDE Operator Qualifications

10.9Welder Qualification Records

(WQR)10.10 Dimensional Check Reports10.11 Heat Treatment Certificates

10.12Hydrostatic / Pneumatic Pressure / FAT

Test Certificates+2WT +2WD X X

10.13Production Test Reports (including

Hardness Tests)10.14 Hazardous Area Certification10.15 Ingress Protection Certification +4WP +2WD X X10.16 Fire Test Certification

TLDD-0003-5ED-M-A22-0016 Page 28 of 30

Page 29: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

ABBREVIATIONS P = Purchase Order Placement T = Test D = Delivery X = Required-1W = 1 Week Before+1W = 1 Week After RI = Review by Inspector at the BIDDER’s WorksIOM = Installation Operation & Maintenance ManualMRB = Manufacturer Record Book

Submittal RequirementsBlank = Not Required

Include in the IOM/MRB

Doc

um

ent

Cod

e

Document DescriptionS

ub

mit

w

ith

Bid

Su

bm

it f

or

revi

ew

Su

bm

it a

s fi

nal

Incl

ud

e in

IO

M

Incl

ud

e in

M

RB

10.17 Type Test / Approval Certification (SIL)10.18 Dynamic Balance Test Report10.19 Functional Test Report10.20 Performance Test Report +4WP +2WD X X10.21 Complete Unit (String) Test Report10.22 Noise & Vibration Test Reports10.23 Proof Load Test Report

10.24 Calibration Test Certification (Detectors)10.25 Name Plate Rubbings / Photographs

10.26 Electrical Short Circuit Test Reports

10.27Electric Motor Test Report (Type /

Routine)

10.28Cable Continuity & Resistance Test

Reports10.29 Weight Certificate

10.30Paint / Coating / Surface Preparation

Reports+2WT +2WD X X

10.31 DC Motor, Battery, and Charger Test

Reports

10.32Installation, Operation & Maintenance

Manual (IOM)-2WD +4WD X X

10.33 Manufacturing Record Book (MRB) -2WD +4WD X X

10.34 Manufacturer’s Standard spares list X -2WD +4WD X X

TLDD-0003-5ED-M-A22-0016 Page 29 of 30

Page 30: Diaphragm Pumps SOW

Document no. : 0909-FP-R-SA-00XXRevision : B1Date: : 29.10.2012

Thang Long & Dong Do Field Development

Title: : Air operated Diaphragm Pumps Package

10 ATTACHMENTS

General Documents

S/N Description Rev

1 0909-FP-R-SA-00002 General B4

2 0909-FP-A-KA-00001 Numbering and Documentation Requirements B3

3 0909-HW-L-SA-00001 Piping and Valve Material Specification A1

Pump Datasheets

S/N Description Rev

A 352-01 Main Deck Cargo Drain Pump 01

B 803-01 Bow Gantry Bilge Pump 01

C 803-02 ER Bilge Transfer Pump 01

TLDD-0003-5ED-M-A22-0016 Page 30 of 30