C.1.1 Method Statement For Flushing, Hydrotest, Leak Test & Nitrogen Purging
C.1.1 Method Statement For Flushing, Hydrotest, Leak Test & Nitrogen Purging
METHOD STATEMENT
1. INTRODUTION................................................................................................................................. 5
1.1 INTRODUCTION TO UJAS INDUSTRIAL SERVICES LIMITED...............................................................................................5
1.2 ABBREVIATIONS.......................................................................................................................................................................7
1.3 CODES AND STANDARDS.........................................................................................................................................................8
2. SCOPE OF WORK.............................................................................................................................. 9
2.1 GENERAL..................................................................................................................................................................................9
2.2 PROJECT OVERVIEW................................................................................................................................................................9
2.3 PIPELINE TECHNICAL DETAILS..............................................................................................................................................10
3. PROJECT ORGANIZATION AND MANAGEMENT...............................................................................11
3.1 PROJECT ORGANIZATION......................................................................................................................................................11
3.1.1 KEY PROJECTS MANAGEMENT TEAM............................................................................................................................12
3.1.2 RESPONSIBILITIES...............................................................................................................................................................12
3.2 PRE-COMMISSIONING PROJECT MAIN OFFICE...................................................................................................................12
3.3 PROJECT KICK-OFF MEETING...............................................................................................................................................13
3.4 PRE-COMMISSIONING PROJECT STAFFING..........................................................................................................................13
3.5 PERSONNEL TRAINING..........................................................................................................................................................13
3.6 PROCUREMENT PLAN...........................................................................................................................................................13
3.7 HEALTH, SAFETY & ENVIRONMENT....................................................................................................................................13
3.8 QUALITY MANAGEMENT......................................................................................................................................................14
3.9 RISK MANAGEMENT AND CRITICALITY ANALYSIS...............................................................................................................14
3.10 DOCUMENT AND RECORD MANAGEMENT.........................................................................................................................15
3.11 MANAGEMENT OF CHANGE.................................................................................................................................................15
3.12 INTERFACE MANAGEMENT...................................................................................................................................................15
3.13 VARIATION.............................................................................................................................................................................16
3.14 INVOICING..............................................................................................................................................................................16
3.15 SUBCONTRACTING PLAN......................................................................................................................................................16
4. PROJECT EXECUTION STRATEGY..................................................................................................... 17
4.1 PREPARATION OF WORK PROCEDURES...............................................................................................................................17
4.2 EQUIPMENT SELECTION AND PRE-COMMISSIONING..........................................................................................................17
4.3 MOBILIZATION OF RELEVANT EQUIPMENT, PERSONNEL AND MATERIALS......................................................................18
4.4 PERSONNEL AND EQUIPMENT ARRIVAL AT WORKSITE......................................................................................................18
4.5 PERMIT TO WORK/ TOOL BOX............................................................................................................................................19
4.6 EQUIPMENT SPOTTING AND RIG-UP...................................................................................................................................19
4.7 EQUIPMENT PRE-START UP CHECKS....................................................................................................................................20
4.8 EQUIPMENT FUNCTION TEST...............................................................................................................................................20
4.9 WORK/OPERATIONS SEQUENCE.........................................................................................................................................20
4.10 WORK SCHEDULE..................................................................................................................................................................20
4.11 SITE MEETINGS.....................................................................................................................................................................20
4.12 SITE REPORTING....................................................................................................................................................................20
4.13 SITE SECURITY.......................................................................................................................................................................21
4.14 RIG DOWN/CLEAN SITE........................................................................................................................................................21
4.15 DEMOBILIZATION..................................................................................................................................................................21
5. BASIS OF TENDER - TECHNICAL....................................................................................................... 22
5.1 GENERAL METHOD STATEMENTS........................................................................................................................................22
5.2 PRE-COMMISSIONING OPERATION......................................................................................................................................22
5.2.1 FLUSHING...............................................................................................................................................................................22
5.2.2 LEAK TESTING- HYDRO.........................................................................................................................................................27
5.2.4 NITROGEN PURGING OPERATION............................................................................................................................. 34
SYSTEM PRESSURIZATION........................................................................................................................................................ 34
PURGING OPERATION.............................................................................................................................................................. 34
5.2.5 NITROGEN LEAK TESTING.......................................................................................................................................... 36
SYSTEM PREPARATION............................................................................................................................................................ 36
LEAK DETECTION...................................................................................................................................................................... 37
SYSTEM DEPRESSURIZATION.................................................................................................................................................... 38
6. PROPOSED RESOURCES.................................................................................................................. 40
6.1 PROJECT MANAGEMENT & ENGINEERING.........................................................................................................................40
6.2 PROPOSED EQUIPMENT – FLUSHING SPREAD....................................................................................................................41
6.3 PROPOSED EQUIPMENT – LEAK TESTING...........................................................................................................................43
6.4 PROPOSED EQUIPMENT – NITROGEN PURGING AND NITROGEN LEAK TESTING............................................................44
7. MAJOR EQUIPMENT DETAILS......................................................................................................... 45
7.1 FLOODING/FILLING PUMP...................................................................................................................................................45
7.2 HIGH VOLUME LIFT PUMPS..................................................................................................................................................45
7.3 HIGH PRESSURE TEST PUMP................................................................................................................................................46
7.4 HYDROTEST/ CHEMICAL INJECTION PUMP.........................................................................................................................46
7.5 PRESSURE GAUGES AND PRESSURE RECORDERS................................................................................................................47
7.6 AIR COMPRESSORS...............................................................................................................................................................48
7.7 HOSES AND FITTINGS AVAILABILITY.....................................................................................................................................48
7.8 250BARREL HORIZONTAL STORAGE TANK.........................................................................................................................49
7.9 SITE STORE CONTAINERS......................................................................................................................................................49
8. TECHNICAL QUALIFICATIONS / DEVIATIONS...................................................................................50
9. CONTRACTUAL.............................................................................................................................. 52
9.1 CONDITIONS OF OFFER.........................................................................................................................................................52
1. INTRODUTION
1.1 INTRODUCTION TO UJAS INDUSTRIAL SERVICES LIMITED
UJAS INDUSTRIAL SERVICES LIMITED (UISL) is an indigenous Pipeline and Process Services
company formed by a group of young and talented professionals who have worked in various oil
and gas services companies in Nigeria and internationally with field experience spanning over 25
years.
Our Vision
Our vision is to be the preferred service provider by proffering sound and exceptional solutions
to our customers’ challenges.
The services offered by UISL are aimed at providing operators the ability to initiate, sustain and
increase production. This is achieved through a variety of methods such as improving the
efficiency of downstream process equipment and by increasing the transportation capability of
infield hydrocarbon flow lines and export pipelines.
PIPELINE SERVICES
Flooding, cleaning, gauging ● Hydrostatic testing ● Decommissioning and abandonment
● Dewatering ● Methanol/glycol swabbing ● Drying and conditioning ● Isolation and
repair ● Gel and mechanical pigging ● Nitrogen inerting and packing ● Change of
service ● Chemical cleaning ● Bundle pipe-in-pipe insulation ● Flow assurance
PROCESS SERVICES
Chemical cleaning ● High-pressure jetting ● Hot oil flushing ● System inerting ● Foam
inerting ● System purging ● Helium leak detection ● Topside decommissioning and
abandonment● Process system decontamination ● Nitrogen services ● LNG pre-
commissioning ● Torque/Bolting & Tensioning ● Machining services
UMBILICAL SERVICES
Hydraulic flushing and testing ● Electrical testing ● Fibre optic testing
PROCUREMENT SERVICES
It would provide UISL with common processes across functional lines. These processes are basis
required for compliance with the ISO 9001 quality standard, ISO 14001 environmental standard
and Industry-accepted best practices for safety.
Other documents and systems being incorporated by UISL include the following:
Correction, Prevention, Improvement System (CPI) which provides the ability to monitor
and improve all job performance.
Performance Improvement Initiative (PII) which represents our commitment to providing
high quality services, preventing injuries and accidents and protecting the environment.
Employee training is also paramount in our operations
1.2 Abbreviations
Abbreviation Description
UISL UJAS INDUSTRIAL SERVICES LIMITED
CPI Correction, Prevention & Improvement
COMPANY Seplat Energy PLC
CPY Company
CTR Contractor
HSSE Health, Safety, Security and Environment
JSA Job Safety Analysis
KPI Key Performance Indicator
MAOP Maximum Allowable Operating Pressure
MOC Management of Change
PPE Personal Protective Equipment
PTW Permit To Work
QA Quality Assurance
Qty Quantity
QC Quality Control
RA Risk Assessment
Rev Revision
SoW Scope of Work
SQ Service Quality
TBA To Be Advised
TBC To Be Confirmed
TRA Task Risk Assessment
1.3 Codes and Standards
Reference Title
ASME B31.4 Pipeline Transportation Systems for Liquid and Slurries
ASME B31.8 Gas Transmission and Distribution Piping System
DNV-OS-F101 Submarine pipeline systems
DNVGL-RP-F115 Pre-commissioning of submarine pipelines
2. SCOPE OF WORK
2.1 General
This work shall be performed using best industry practice(s), in strict compliance with the
contract requirements, this detailed scope of work, the construction drawings and specifications,
and the latest edition of all other relevant industry standards.
Within the subcontractor's organization great emphasis is placed on safety, this emphasis
extends to organizations with which it contracts for the performance of work. Accordingly, UISL
shall be cognizant of and shall promote safety throughout their own organization and that of its
Subcontractors in order that the work shall be performed without incident to persons, property
or the environment. This scope defines the minimum requirements for the work to be performed
by UISL.
This shall include but not necessarily be limited to providing all the necessary personnel,
dedicated management, supervision, resources, equipment, services, plant, consumables,
materials and facilities necessary to perform any engineering, develop procedures and
specifications and deliver pre-commissioning services.
FLUSHING
LEAK TEST
NITROGEN PURGING
Nitrogen purging of gas lines land locations + dew point testing 6"-36"Dia pipe
Nitrogen purging of gas lines swamp locations + dew point testing 6"-36" Dia pipe
Nitrogen purging of gas lines offshore locations + dew point testing 6"-36" Dia pipe
Supply of Nitrogen gas incl. all necessary equipment incl. cryogenic tank, nitrogen pump,
vaporizer and all necessary logistics, Land locations
The key personnel proposed for the Project Team are full time employees of bidder and
therefore are completely familiarized with this method of operating.
Part of the Project Team is also involved in preparing various aspects of this Tender
submission and shall be consulted throughout the tender evaluation period. Bidder feel that
by including the proposed Project Team members in the tender preparation process, the
Project Team could ‘hit the ground running’ once the contract is awarded.
This organizational structure has been developed to enable the Project Director to have
responsibility for the overall co-ordination of the project, ensuring that timely progress is
made towards meeting the project objectives. The Project Director will be the focal point of
contact with the Company Representative.
On projects of this nature, it is important that regular and effective lines of communication
be established, such that all administrative and technical matters are resolved quickly.
Indeed, the whole approach between Bidder and client is designated to achieve a co-
operative and effective working relationship in achieving the common aim of the project.
The Project Director shall have the authority required to make any decisions within his
reserve that preserves, corrects, or enhances the overall goals of this project. Applying this
outlined control philosophy on projects requires management to maintain the ability to
stand back from the day-to- day problems and to understand the needs of the Project in
order to achieve safely the targets of time, budget and quality.
The Project Engineer, Service Supervisors, Technical Support Engineer, Field Service
Coordinator and QHSE Manager will report directly to the Project Director. The Project
Engineer will be responsible for developing all engineering analysis and job specific
procedures.
The Project Team shall be supplemented by all normal support services available within
bidder organization which include:
QHSE
Assets, Logistics and Maintenance
Accounts, Finance and Administration
Technical and Engineering Services
Materials Control and Procurement
Contracts and Legal
3.1.2 Responsibilities
Below indicates the responsibilities of the key personnel as indicated.
Assists with the preparation of job specific procedure during the engineering phase.
Directly control the execution activities to ensure effective project completion in
accordance with the company - approved procedures and specifications.
Ensure operational quality, safety and environmental policies, systems and procedures
are implemented and adhered to.
Ensure that toolbox talks are carried out and recorded in the correct manner prior to
commencement of any work.
Ensuring operational directives are completed.
Ensuring full records of operations are generated, maintained and compiled for
submission to company.
This meeting shall be attended by the bidder’s key personnel, key company representatives as
deemed appropriate. The meeting shall be for client and bidder to ensure a clear and mutual
understanding of all contract terms and conditions and the respective responsibilities of each
of the parties on the contract.
This will provide a platform to clarify and resolve any potential misunderstandings, ensuring
that the project commences progresses and be completed according to contract and safety
requirements and specifications.
Minutes of this meeting shall be taken, including action items and responsibilities close out
and shall be reviewed and approved by client and distributed to all attendees. Client shall
choose the venue and time for this meeting.
All bidder personnel possess offshore work permits, Bosiet and medical fitness certificates.
Within two weeks after kick-off meeting, Bidder shall submit a detailed job-specific HSE
Plan. The plan shall include Bidder HSE Policies, procedures, systems, programmes,
standards and controls for managing HSE activities at the work sites. It is expected that
client shall review and approve this plan prior to mobilization.
Regular HSE audit shall also be carried out at the worksite to ensure compliance with
contract safety requirements. The results of such an audit, and the implementation of any
resulting corrective actions, shall be communicated to Company representative.
Work quality procedures shall be developed in line with the project quality requirements
and shall be the working document for site quality management.
The risk management allows the Project Director to facilitate a risk identification meeting
during the initiation phase of the project and identify high-level risks that could adversely
affect delivery and would not as a matter of course is mitigated during the planning phase.
At this meeting, risks will also be categorized, prioritized and a responsible person will be
given ownership of the risk mitigation. This early identification allows all parties to be
aligned in mitigation strategies, enables the correct level of focus / resources to be allocated
and ensures that plans consider the risks / mitigations identified. Bidder shall rank all risk
based on Company Risk Matrix except otherwise advised by client.
This process shall be replicated throughout the project life by bidder Project Director to
ensure that project changes are duly assessed / mitigated and allows existing risks to be
progressed / re- evaluated. This risk management analysis will feature heavily in the
procedure phase of this project and focus particularly on the objectives and priorities
identified earlier.
A Document Control Centre (DCC) shall be set up at Bidder’s operational facility in Port
Harcourt and equipped for computerized documents and records management. The centre
shall be equipped with a competent Document Controller to perform document control and
records management to ensure that all documentations produced, including job procedures,
reports, etc are classified, collated, distributed in line with project requirements.
Bidder Project Secretary shall log and file all incoming and outgoing correspondences and
ensure the internal and external dispatch of each document in accordance with project
requirements and the directives of Bidder’s Project Director.
Expected external interfaces shall be that with Clients and all other contractors & third
parties as may be required by company during field executions.
Regular interface will be established between Clients and Bidder’s team to ensure effective
communication is maintained throughout the work. This interface may be face to face, by
telephone or video conferencing.
Internal interface shall be the ones within the Bidder project team during the execution of
the Project/work.
3.13 Variation
Scope or specification changes, which can be implemented within the terms and conditions
of the contract, shall be handled as variations. Irrespective of the type of change, the
proposed variation shall be evaluated by bidder to identify and assess its implications and to
ensure any potential hazards are appropriately controlled. The effect of the change on the
contract, with respect to Cost and schedule / program, shall also be determined before
submitting the variation to client for approval and subsequent implementation.
3.14 Invoicing
Bidder shall submit invoices for periodic payment depending on the payment structure
agreed with Client during contract award. To ensure proper record keeping, invoices shall be
preceded by work completion certification (WCC) or milestone completion certificate which
shall highlight the volume of work done for the invoicing period. The WCC shall be
submitted to client for review and approval. All invoices shall be supported by such
documentation as Client shall require. The invoice format shall be as would be agreed with
Client representative.
The engineering team shall develop a full step-by-step job- specific procedure for each
phase of the work scope, submitting these as operational manuals for the work in
question. This will detail equipment spread, manning levels, consumables and
material requirements. The procedure document shall also detail the arrangements,
practices, resources, sequence of activities and methods which Bidder proposes to
adopt for the execution of the work including all project specific policies and
procedures. The completed deliverables and procedures shall be reviewed and
approved in accordance with relevant Quality procedures
Full Project Quality and HSE including contingency and emergency response plans will
be prepared and submitted for approval by company.
All key items would have been ordered before this time and material delivery
expected.
Actual Schedule would be developed at this time.
As a summary, the documents developed during the engineering phase of the work will
include engineering plans, calculations and step-by-step job specific procedures. Mobilization
& Demobilization Plan, Quality Plans, Risk Assessment, Contingency Plans and Procedures, Job
– Specific Procedures, Checklists, and mobilization list, Emergency Response Procedure &
Plan, HSE Plan & Procedures, Dimensional equipment layout drawings and any other
documents as agreed between the parties.
The equipment required for the contract shall be assembled under the supervision of bidder’s
Operations Director (Project Director).
The equipment spread shall be prepared in accordance with relevant procedures. Any items
to be purchased are also inspected in accordance with relevant procedures.
The equipment shall be tagged and stored, ready for company inspection and pre-
mobilization when required. Company representatives shall then be invited to inspect and pre-
mobilize all the equipment. A full list of equipment plus current certification shall also be
handed over for inspection.
The certification shall be carried out by independent agencies within one month prior to pre-
mobilization to ensure all issues would have been cleared out before company pre-mob.
When approval has been obtained, the equipment shall be suitably packed ready for
mobilization to work site as required.
The Project Director shall also select the relevant Field Personnel by virtue of their experience
and competence in relation to the intended scope of work.
These personnel shall undergo pre-mobilization activities where their certificates – medicals,
offshore, etc are checked and confirmed by company prior to mobilization to field work
locations. During pre-mobilization inspections, all relevant equipment shall be function-tested
at no cost to Company.
During equipment function test, each equipment shall be function – tested at no cost to
client, and it is estimated this shall take duration of one (1) day to complete.
Bidder shall require 5 working days mobilization notice. Mobilization shall take one (1) day
to complete.
The equipment, personnel and materials shall be transported with all the relevant
documentation and in a manner that will ensure safe delivery to their points of pick-up to
worksite. Chemical consumables shall be mobilized with their Material Safety Data Sheets.
A Pre-job / project review meeting will be held in bidder’s base prior to the commencement
of mobilization onsite. It is expected that all personnel that will have a role to play in the
operations shall attend. This will include, but not limited to the Project Engineer, Project
Director, Contract representatives (if available) and all involved bidder’s personnel. This
meeting shall be documented and all attendees shall sign the attendance sheet.
Close attention is to be made to the routing of hoses to prevent any blocking of escape ways
or creating trip hazards. Any hoses which may be seen as a potential trip hazard will be
clearly wrapped with a hazard tape.
On completion of the set up and running of the hoses, all hoses are to be secured, in a safe
fashion to the structures and heavy items of equipment to prevent whipping in the case of a
hose failure.
Whip checks and “R” pins shall be used on all air hoses. In addition to good hose
management the electrical cables for the test cabin lighting will also be securely tied and
stored to prevent trip hazards.
Barriers and warning signs shall be erected around the bidder equipment set up area. These
signs shall warn of the dangers in the area such as trip hazards and equipment containing
pressure.
All valves are to be clearly identified and tagged to enable accurate identification, initially in
accordance with the schematic drawings.
Bidder and clients representatives shall check equipment set up and valves tagging prior to
any pumping activities. On completion of the equipment rig up phase, the equipment will be
inspected by the Clients representatives for safety and security, prior to operations and
approved for function testing activities.
HSE
4.15 Demobilization
Bidder will demobilize equipment on the instruction of client. While bidder shall transport
equipment and personnel back to bidder Port Harcourt base.
5. BASIS OF TENDER - TECHNICAL
5.1 General Method Statements
UISL propose to dedicate a Project Engineer to this project. The engineer will be experienced
with the pre-commissioning services to be carried out in accordance with the specifications,
Codes and Standards as detailed in the ITT/RFQ.
UISL will submit a final report upon completion of the work scope. The report will contain a
detailed log of all activities carried out and contain all necessary charts, data sheets on job report
sheets, instrument calibration certificates.
Flushing shall be done with chemically - treated seawater, mixed with 5% surfactant in 100m
pipeline column.
Flushing shall be done on the approved line. During flushing, effluent samples shall be taken at
regular intervals by SEPLAT on site to determine clean water and to confirm acceptance. The
flushing hose discharge tie-in point is tentatively.
Acceptance criteria given by SEPLAT is to obtain clean water in the pipeline, that is Oil -In Water
(OIW) Content shall be <40 ppm.
Flushing System Details
Pipeline Systems Length of Fill Volume 1.2 x Fill Flow rate Duration to complete
Pipeline (m3) Volume (m3/min) 1 x line volume (hrs.)
(m3)
6” TBC TBC TBC TBC TBC
8” TBC TBC TBC TBC TBC
16” TBC TBC TBC TBC TBC
18” TBC TBC TBC TBC TBC
28” TBC TBC TBC TBC TBC
30” TBC TBC TBC TBC TBC
36” TBC TBC TBC TBC TBC
Customer SEPLAT
Location PIPELINE
Customer SEPLAT
Location PIPELINE
Upon completion and acceptance of pipeline flushing, and test heads shall be fitted to both ends
of each of the pipelines.
Hydrotest operation shall be performed using a pressurizing spread located at the launcher end.
The hydrostatic test spread will be connected to the inlet of the test head via a 3/4” High
Pressure downline.
All high pressure (HP) hoses and fittings will be suitably rated to more than twice the Pipeline
Test Pressure.
The pipeline shall be filled to eradicate all air bubbles and tested to the specified test pressure.
The pipeline shall be hydrostatically tested with filtered, treated sea water to its test pressure
and held for 4 – 12hrs after final stabilization period of 1hour.
The hydrostatic test shall be performed with a pressure recorder, digital pressure data recorder
and temperature recorder with current calibration papers. For the onshore section of the
pipeline, thin transparent cellophane (cling film) shall be wrapped around in-field subsea flange
connection of the pipeline for easy detection of the fluorescein dye leaks.
Bidder shall install an over pressure protection device on the test pump shall be 5% above the
maximum test pressure.
Hydrotest Sequence
On completion of installations operations, the pipeline/system will be subjected to a 4-12hour
hydrostatic test at the stipulated test pressure for specific pipeline. See below the test
parameters for pipeline:
Test Parameters
Pipelines Design Test Volume /bar Hold System
Systems pressure pressure (Liters) time volume(m3)
(bar) (hrs)
6” TBC TBC TBC TBC TBC
8” TBC TBC TBC TBC TBC
16” TBC TBC TBC TBC TBC
18” TBC TBC TBC TBC TBC
28” TBC TBC TBC TBC TBC
30” TBC TBC TBC TBC TBC
36” TBC TBC TBC TBC TBC
Upon the completion of construction/repair, the system shall be hydro tested so as to confirm its
leak free, the pressurization sequence shall be as follows.
Prior to pressurization, the pump and piping system will be flushed to ensure that there is no air
trapped within the test system, hoses, and instrument lines. A pressure test on the temporary
system will be carried out to the required test pressure (1.25 x MAOP) bar.
The pressure testing equipment provided by UISL will have suitable contingency to withstand hydrotest
pressures.
In line with standard practices, pressurization will commence at a rate not exceeding 1
barg/minute up to a pressure of 35% Test pressure and a graph of system pressure vs.
volume added will be plotted to ascertain the residual volume of air entrapped within the
system.
The volume of air within the system will not normally exceed 0.2% of the total system
volume at atmospheric pressure.
If the air content exceeds 0.2% of system volume, a contingency plan will be put into
operation to reduce the air content as far as possible and allow the test to continue.
Once the air content of the system is acceptable or suitable precautions have been made,
pressurization will continue to 50% of the test pressure at a rate of 1 bar/minute.
Once 50% of test pressure has been reached, the pressurization will stop for a further 15
minutes hold time.
Upon completion of 15mins hold time at 50%TP the pressurization will continue to 75%
of the test pressure
Once 75% of the test pressure is attained the pressurization will stop for a further
15minutes hold time.
Upon completion of 15mins hold time at 70%of Test pressure, pressurization shall
recommence to 90% of test pressure
Once 90% of test pressure, pressurization will then continue at 0.5bar /min until approx.
1% above test pressure is reached.
An hour stabilization period will be observed once the test pressure has been achieved.
The test hold period will be for 24-hours after which the system would be pronounced ok
if there is no pressure drop observed during the holding period.
The test should be considered satisfactory if the system is free from leaks, and all
pressure changes observed during the hold period have been accounted for.
The pressure test shall be considered acceptable if, at the end of the holding period, the
pressure variation does not exceed ± 0.2% of the initial test pressure.
If this variation is between 0.2% and 0.4%, it must be fully explained by temperature
variation. In the event the test is unacceptable, the test holding period shall be extended.
On test acceptance after completing a satisfactory hold period, de-pressurization shall
commence.
The de-pressurization rate shall not exceed 1 bar per minute until the pressure has been
reduced to 90% of the test pressure. Then de-pressurization shall continue at a rate of
less than 2 bar per minute
During the pressurization phases detailed above, UISL will maintain a graph of pressure versus
volume. Any criteria not conforming to standard expectations, which indicate leaks or other
problem areas, will be immediately brought to the attention of the client. UISL confirm that the
following parameters are recorded and logged continuously at fifteen (15) minute intervals: -
NOTE:
A final 100% test pressure + approx. 1% Test pressure will be attained to allow for
stabilization.
Instrument readings may be collected from both ends of the pipeline. All instrumentation shall
be certified fit for purpose prior to testing.
On completion of a satisfactory stabilization period of 1-hour, we commence hold. At this point,
no re-pressurization is to take place during this HOLD period, unless attributed to temperature,
or environment effects etc.
The following data shall be recorded at every 30minutes for the stabilization and the hold
periods at both ends of the pipelines.
Time
Data logger pressure
Ambient temperature
Acceptance Criteria
The pressure test shall be considered acceptable if, at the end of the holding period, the pressure
variation does not exceed +/- 0.2% of the initial test pressure.
If the variation is between 0.2% and 0.4%, it must be fully explained by temperature variation.
For more than 0.4% variation, the holding period must be extended.
Depressurization
On test acceptance after completing a satisfactory hold period, de-pressurization shall
commence. The de-pressurization rate shall not exceed 1 bar per minute until the pressure has
been reduced to 40% of the test pressure. Then de-pressurization shall continue at a rate less
than 2bar per minute.
The pressure recorder chart shall not be removed until pressure is down less than 2barg.
All fill; pressure and instrument connections for completion of the Hydrotest shall be blanked off
using blind flanges where possible or shall be otherwise plugged or capped.
Recorded Parameters
Flow Injection Rate litres/bar
Total Volume of Water Injected litres
Injected Water Volume litres
Injected Chemical Volume litres
Fill Water Temperature deg c
Ambient Temperature deg C
Pressurization Rate bar/min
System Pressure bar
Pressure vs Volume Continuous Plotting
Additionally, UISL confirm that during the hold/stabilization periods the following parameters
will be recorded and logged at thirty (30) minutes intervals.
Recorded Parameters
Ambient Temperature Deg C
System Pressure Bar
Pressure vs Volume Continuous Plotting
Hydrotest Calculations
Ref: 6’’ x 1km _ Test Pressure- 50bar
Customer SEPLAT
Location PIPELINE
Cycle Purge: A cycle purge involves pressurizing a system with nitrogen and allowing it to
mix with the system gas for a period before venting. This is suitable for complex systems
when they are capable of withstand the purge pressure.
Pressurize system to the pressure stated in the technical information usually 5 bar and
cease pressurization. Hold the pressure for the time stated in the technical information,
usually 10 minutes.
Depressurize the system as per the Depressurization Checklist
Check the L.E.L. levels and if the level is not suitable repeat steps (1) to (3) until the client
has confirmed that the acceptable level has been reached. Usually 3 cycle purges are
required to reach the correct level.
System Depressurization;
On completion of purging operations remove all signs and barriers and ensure work site
is in a safe and clean condition. Inform operations and arrange for a public address
announcement to be given, of the completion of purging activities.
Remove all purging equipment and reinstate all process components as per the
reinstatement checklist.
Supply the client with the signed-up work pack including the witness joint record, original
charts and test equipment certification.
Copies should be taken for the job folder.
Nitrogen Purging Drawing
5.2.5 Nitrogen Leak Testing
System Preparation
Once all pre-test system check lists have been signed off by the appropriate parties’
pressurization and leak testing activities can commence.
Nitrogen gas shall be pumped into the test system at a controlled rate.
The gas is injected into the test system, using temporary, certified high-pressure hosing. The
injection point has been selected to ensure pressurization of the whole test system. To reduce
the quantities of hosing required, and minimize potential hazards, the UISL test equipment
should be positioned on site at a convenient point close to the system under test.
A non-return valve will be used at each injection point. This prevents gas from the test system
venting in an uncontrolled manner through the injection hosing in the unlikely event of hose
failure. In addition to this, the injection hoses will be tied down to solid, immovable objects at
regular intervals. Whip checks will be used, and a block and bleed valve configuration utilized at
the injection point.
During the leak testing, the system pressure will be monitored using a certified, calibrated
pressure gauge. The pressurization, leak testing and de-pressurization sequence will be recorded
on a certified pressure chart recorder. These charts will be presented to the project team as part
of the certification package.
Radio communications will be maintained throughout all testing activities between the nitrogen
pump operator and the UISL personnel monitoring the test system and test area. This ensures
all personnel are fully aware of the current situation during pressurization operations. This
ensures that immediate action can be taken if gross leakage is found or if emergency
contingency plans have to be implemented in the unlikely event of an incident/accident. A
communications link should also be in place between the UISL Supervisor and the relevant
Client personnel on site.
All pressurizations will be carried out in a safe, controlled manner. For initial pressurizations,
pumping operations will stop at 25% of the final leak test pressure (whichever is lower) - for a
period of 15 minutes to allow stabilization. This will be repeated at 25% increments up to the
final leak test pressure. All joints and flanges will be checked for audible or visible leaks following
the stabilization periods. A stabilization period also applies when final test pressure is achieved.
The pressure should be ‘topped up’, if required, before the commencement of leak testing
activities. This drop in pressure can be due to temperature differences between the test gas and
the systems vessel and pipe work temperature, as well as the gas loosing temperature as it
expands from the injection point.
Should gross/audible leaks be found during pressurization, the pressurization must be
completely stopped and the leak isolated. Should this not be possible then the system is to be
depressurized to allow repair work to be carried out.
Leak Detection
The following equipment is required for leak detection: -
Soap bubble generator
Leak detection cabin (for N2/Helium Leak Test)
Helium mass spectrometer (for N2/Helium Leak Test)
Vacuum pumps (For N2/Helium Leak Test)
Probe (for N2/Helium Leak Test)
Probe hosing (50 ft lengths) (for N2/Helium Leak Test)
Radio communications set
Soap bubbles will be applied on the joint and flanges to check for leaks. PVC tape will be
removed from all joints/flanges that show no leaks, or with leak rate readings below the
acceptable threshold limit. Upon completion of the leak test, the system will then be vented flat
in accordance with approved venting procedures and repair work carried out.
Any leaks found shall be recorded and the joint given a reference number as well as being
marked up on the test system P&ID's and the leak path visibly tagged.
Once all the leak repairs are completed, re-tests will be carried out on the identified leaking
joints using the same methodology until all joints have leak rates below the set limit. On
completion of all leak testing on the system, a Certificate of Completion, Leak Description Report
and marked up P&ID’s will be issued. The report will give a detailed description of each leaking
flange/joint, quantify all leak rates including re-tests and cross-referenced marked up P&ID’s.
The test system shall be walked by the UISL supervisor and Client representative and all salient
valve positions within the test limits shall be checked and cross-referenced in conjunction with
marked up P&ID’s. Particular attention will be paid to non-return valves, uni-directional
components and remotely operated/actuated valves.
When the system has been checked, venting can begin using the approved depressurization
valve(s). In most cases, the flare header is utilized in conjunction with process blow down valves
or relief valve bypasses.
Once a pressure of 0 Bar (zero) is achieved, the UISL supervisor and Client representative are
required to walk the test system again. This is to ensure process valves have not closed during
the depressurization. Particular attention is devoted to remotely operated valves.
It should be noted that some Clients request a positive pressure to be left on the system to
prevent an ingress of air to a system In this case, when the permit is signed off, it must be
written that there is a positive gas pressure on the system and future permits, if issued, on the
system must account for and record this.
The key features of the UISL nitrogen and Nitrogen/ helium leak testing capability are as follows:
-
UISL is the leading Nitrogen / Helium leak testing Contractor for new build projects.
UISL developed a 3-part permit system which has been independently reviewed by
DNV for leak testing operations. Our safety features include:
- Mandatory "verified open vent" or "double block and bleed" on all system
limits.
-
- Use of a 3-part permit system
-
- Use of "pre" and "post" test actuated valve check sheets to prevent the
possibility of retained gas within a system when venting
-
- Mandatory use of an over pressure shutdown skid fitted upstream of any
actuated valves within a system
-
- Signatory / witness points for all key stages of operation
Integrated team of competent multi service personnel
He Gas Quads
BUNDED AREA
Note: The above estimate for engineering is based on a single engineer dedicated to the project.
Should the project schedule be reduced by means out of with UISL control, then additional
resources may be required to meet the engineering requirement. Similarly, should the project
schedule extend beyond the engineering hours for reason out with our control, additional costs
may be incurred should the engineer remain dedicated to the project.
Additional revisions or resources will be charged at the indicated rate and detailed on client
approved time sheets and invoices.
6.2 Proposed Equipment – Flushing Spread
All equipment identified in this section is subject to detailed engineering and final approval. UISL
reserve the right to amend and change the type/quantity of equipment on completion of said
engineering.
Position Quantity
Project Engineer 1
Service Supervisor 1
Equipment Operators 4
Technician 1
Consumables
Description Quantity Units/UoM
Surfactant EC 9500 A TBC per gal.
Biocide TBC per gal.
6'' x XXX# Flange made to 4'' WECO 1 Set
8'' x XXX# Flange made to 4'' WECO 1 Set
16'' x XXX# Flange made to 4'' WECO 1 Set
18'' x XXX# Flange made to 4'' WECO 1 Set
28'' x XXX# Flange made to 4'' WECO 1 Set
30'' x XXX# Flange made to 4'' WECO 1 Set
36'' x XXX# Flange made to 4'' WECO 1 Set
Drill Tapped Flanges 8 Set
6.3 Proposed Equipment – Leak Testing
All equipment identified in this section is subject to detailed engineering and final approval. UISL
reserve the right to amend and change the type/quantity of equipment on completion of said
engineering.
Description Quantity Dimensions Weight
Store Container 1 3.0m x 3.4m x 2.6m 2,610kg
Air Compressor (Utility) 1 2.8m x 2.5m x 2.98
2 inches Wilden Pump 2 In store container
Hydrotest Pump /Pressurization Pump 2 In store container
Temperature recorder/probe – 20Deg C In store container
+80deg C 2
Data logger (Keller)_ DPI 1 In store container
3/4” PRV @ xxx bar 2 In store container
2” x 20m Filling hose 5 In store container
3/4’’ x 10m Pressure Hose 10 In store container
¼” x 10m Instrument Hose 5 In store container
¾’’ x 20m air Hose 5 In store container
Fittings package 1 In store container
Test Manifold 2 In store container
Pressure Gauge (0-xxx bar) 2 In store container
Pressure Recorder (0-xxxbar) 24hr 2 In store container
Hand Tools 1 In store container
IBC Tanks 3 In store container
Proposed Personnel
The crew detailed below shall cover 24hr operations (2 x 12hr shifts).
Description Quantity
Supervisor 2
Operators 2
6.4 Proposed Equipment – Nitrogen Purging and Nitrogen Leak Testing
All equipment identified in this section is subject to detailed engineering and final approval. UISL
reserve the right to amend and change the type/quantity of equipment on completion of said
engineering.
Description Quantity Dimensions Weight
180K Diesel Driven N2 Unit (Zone 2) 1 5.80mx 2.49mx 2.62m 13500
LN2 Tanks (2,000-gallon Capacity) 1 4.90m x 2.40m x 2.50m 11000
Stores Container 1 3.0m x 2.4m x 2.6m 2610
A60 Test Cabin (Zone 2) 1 3.66m x 2.44m x 2.95m 3500
Cryogenic Hose 4 In store container
Calibrated Pressure Gauge (Different In store container
ranges- bar) 2
Calibrated Pressure Recorder (Different In store container
ranges- bar) 2
20m x ¼” HP Hose 20 In store container
20m x ½” HP Hose 20 In store container
Air Hose package (20m x ¾”) 10 In store container
H.P 6 Way Manifold ¼” & ½” 4 In store container
Gas Temporary PRV 4 In store container
Bunding kit c/w with Tarpaulin 1set In Half Height
Half Height 1 2.99m x 2.44m x 1.29m 2500
Radio communication kit 1 set In store container
Compressor 1 3.0m x 2.4m x 2.6m 4400
Oxygen Meter 2 In store container
Power Generator 1 3.0m x 2.4m x 2.6m 8000
Tool Box 1 In store container
Air Manifold 1 In Store container
Proposed Personnel
The crew detailed below shall cover 24hr operations (2 x 12hr shifts).
Description Quantity
Supervisor 2
Operators 4
7. Major Equipment Details
7.1 Flooding/Filling Pump
This multistage high volume flooding pumps have a capacity of 5.5m3/min at 250psi each pump.
The pumps are designed for a variety of fluid transfer applications like high volume flushing, high
rate pigging etc. The Pump Units can be used on land, vessel, and platform operations. Four of
these pumps shall be deployed for the work.
2. Should the actual work scope be revised / changed, the amount and type of equipment
may vary upon agreement of actual work scope; therefore UISL retain the right to amend
the level of equipment and associated prices accordingly.
3. It is assumed Client will supply the following services free-issue for the duration of the
project work scope:
o Community settlement
o We have assumed that all pipeline data shall be provided by client during
procedures development and shall be firm and authentic
5. Mobilization of UISL resources and materials shall be based upon a mutually agreeable
notification window mechanism.
6. All equipment listing and methodologies indicated within this document are based upon
information supplied by SEPLAT.
7. SEPLAT must keep UISL informed of all document revisions and include UISL on the
distribution of controlled documents which have a bearing on the UISL work scope.
8. It is assumed that SEPLAT will supply the gasket, flanges, fabrication of the pig receiver,
launcher, and nuts and bolts. Hence it has not been included in the technical proposal.
Pressure Gauge, where the expected pressure lies between 50 & 95% of FSD (full
scale deflection) and a stated accuracy of ±0.5% FSD and sensitivity of 0.1% FSD.
Pressure Recorder, where expected pressure lies between 50 & 95% of FSD and
a stated accuracy of ±0.5% FSD sensitivity of 0.1% FSD.
Chart recorders will be fitted with 24 hours clocks and charts.
All equipment listings and methodologies indicated within this document are
based upon information supplied by SEPLAT
SEPLAT must keep UISL informed of all document revisions and include UISL on
the distribution of controlled documents which have a bearing on UISL scope of
work.
9. Contractual
9.1 Conditions of Offer
UISL thanks Seplat for inviting us to submit this technical & commercial proposal for pre-
commissioning activities. In the circumstance, we accordingly offer to perform these Services, on
award, on a mutually agreed terms & conditions.