0% found this document useful (0 votes)
57 views52 pages

C.1.1 Method Statement For Flushing, Hydrotest, Leak Test & Nitrogen Purging

The document provides a method statement for flushing, hydrotesting, leak testing, and nitrogen purging of pipelines ranging from 6 to 36 inches. It outlines the project organization, management, execution strategy, and technical details of the pre-commissioning operations.

Uploaded by

agbon john
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
57 views52 pages

C.1.1 Method Statement For Flushing, Hydrotest, Leak Test & Nitrogen Purging

The document provides a method statement for flushing, hydrotesting, leak testing, and nitrogen purging of pipelines ranging from 6 to 36 inches. It outlines the project organization, management, execution strategy, and technical details of the pre-commissioning operations.

Uploaded by

agbon john
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 52

UJAS INDUSTRIAL SERVICES LIMITED

PROVISION OF INTEGRATED PIPELINE


MAINTENANCE AND EMERGENCY REPAIR SERVICES
(IPMERS) FOR WESTERN ASSET OPERATIONS

TENDER REFERENCE SEPLAT/LAG/ITT/2020/AI/136749

METHOD STATEMENT FOR FLUSHING, HYDROTEST, LEAK


TEST & NITROGEN PURGING ON PIPELINES RANGING FROM
6” to 36”

00 OCT 2022 ISSUED FOR TENDER


REV DATE DESCRIPTION ORIG CHK APPR
APPROVED BY: ENGR DAVID UNOKO COMPANY APPROVAL:

DATE: 22/10/2022 DATE:


Project Area Discipline Type Originator Package Sequence-Sht. Revision
Document
Control No.
INTEGRATED PIPELINE MAINTENANCE AND EMERGENCY REPAIR
SERVICES
FLUSHING, HYDROTEST, LEAK TEST & NITROGEN
PURGING ON PIPELINES RANGING FROM 6” to 36”

METHOD STATEMENT

UISL Reference: UISL/NG/MS/058


SEPLAT Reference: SEPLAT/LAG/ITT/2020/AI/136749

Revision Date Prepared By Checked By


Table of Contents

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.

UISL provides a full range of pre-commissioning, commissioning, decommissioning, chemical


cleaning and flow-assurance services to the pipeline, construction, and process system Industries
both onshore and offshore.

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.

Industry-Leading Experience, Performance and Results


UISL personnel have proven experience, performance capability and knowledge to develop and
apply the correct solutions to deliver the required results.

World-Class Knowledge Management Process


UISL is currently building a leading-edge Knowledge Management process. Effective analysis,
assessment and decision making, require getting the right information to the right people at the
right time. UISL believes specific processes and procedures for resolving the issues and capturing
the information is needed to effectively support our operations.

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

FLOW ASSURANCE SERVICES


Chemical cleaning ● Gel and mechanical pigging ● High pressure jetting

PROCUREMENT SERVICES

Personnel and Equipment Resources


UISL maintains a strong engineering base. Employee cross-training, combined with knowledge
management, helps equip each evolvement with the capabilities required to address your project
requirements. UISL currently operates in Nigeria.

UISL Management System


UISL is working on an integrated system design to meet operational, quality, health, safety and
environmental management needs.

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.

2.2 Project Overview


The proposal is focused on carrying out pre-commissioning activities:

FLUSHING

 Flushing of pipeline Land offshore 6" - 36" Dia pipe

 Flushing of pipeline Swamp locations 6" - 36" Dia pipe

 Flushing of pipeline Beach approaches 6" -36” Dia pipe

 Flushing of pipeline Shallow offshore 6"-36"Dia pipe

LEAK TEST

 Detection of pipeline leak land locations 6" - 36" Dia pipe

 Detection of pipeline leak swamp locations 6" - 36" Dia pipe

 Detection of pipeline leak river crossing locations 6"-36" Dia pipe

 Detection of pipeline leak beach approach locations 6"-36" Dia pipe

 Detection of pipeline leak shallow offshore locations 6"-36" Dia pipe

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

 Supply of Nitrogen gas+ all necessary equipment swamp locations

 Supply of Nitrogen gas+ all necessary equipment, at beach approaches

 Supply of Nitrogen gas+ all necessary equipment offshore locations

2.3 Pipeline Technical Details


Parameters Unit 6” 8” 16” 18” 30” 36”
Pipeline Pipeline Pipeline Pipeline Pipeline Pipeline
Nominal Pipe Size Inch 6” 8” 16” 18” 30” 36”
Outer Diameter mm TBC TBC TBC TBC TBC TBC
Wall Thickness mm TBC TBC TBC TBC TBC TBC
Pipeline Length m TBC TBC TBC TBC TBC TBC
(approx.)
Pipe Schedule NA TBC TBC TBC TBC TBC TBC
3. PROJECT ORGANIZATION AND MANAGEMENT
3.1 Project Organization
Bidder’s approach the Project Management of all contracts is by appointing a Project Team
which would work within the existing framework of the Bidder organizational structure.

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

3.1.1 Key Projects Management Team


Bidder intends to execute this work using resources from its main base facility in Warri and
Port Harcourt, Nigeria.

3.1.2 Responsibilities
Below indicates the responsibilities of the key personnel as indicated.

Project Engineer (Field Based)


Responsibilities

 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.

Service Supervisor (Field Based)


Responsibilities
 Reports to the Project Engineer

 Supervision of operations on-site.

 The supervisor will look after the shift

 Provision of daily shift report information to Project Engineer

 Ensure compliance with working procedures.

3.2 Pre-commissioning Project Main Office


Bidder plans to use its pre-commissioning facility in Port Harcourt, Nigeria, for project work
such as project planning, procedure and equipment preparation, function test,
premobilization meeting, etc. This facility shall always be accessible to company
representatives. Bidder believes that with this arrangement, the work team will have closer
interface with the company representatives.

3.3 Project Kick-off Meeting


After contract award and prior to mobilization to site, a “kick-off” meeting shall be arranged
with key representatives of client and bidder.

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.

3.4 Pre-commissioning Project Staffing


All personnel proposed for the pipeline pre-commissioning scope work shall be drawn for the
existing pool of bidder’s competent and permanent employees who have been carrying our
pre-commissioning services for other EPCI and E&P Companies. No short service staff shall be
used for these services.

All bidder personnel possess offshore work permits, Bosiet and medical fitness certificates.

3.5 Personnel Training


Bidder’s personnel proposed for the pre-commissioning work have been trained within
Nigeria and overseas on the job and have all the relevant medicals and permits to work
offshore, including deep water environment.

3.6 Procurement Plan


All procurement decisions shall be taken from bidder’s office in Port Harcourt.

3.7 Health, Safety & Environment


Throughout the execution of the pipeline pre-commissioning contract, HSE shall be the key
focus. Bidder takes HSE as its core value throughout its organization.
Bidder considers that Health, Safety and Environment protection is the most essential for all
activities of the project, from contract award to project close-out and believe it should take
leadership in HSE protection. Bidder takes safety as everybody’s business and believes that
excellence in HSE leads to job execution quality and strengthens its license to operate.
Bidder personnel shall be responsible for their own safety and takes safety of others
seriously, including the environment.

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.

3.8 Quality Management


Bidder has established Quality Management systems and procedures which are
documented in its Corporate Quality Manual and QMS Procedures.

Work quality procedures shall be developed in line with the project quality requirements
and shall be the working document for site quality management.

3.9 Risk Management and Criticality Analysis


Project Risk Management is an area that has been given a considerable amount of focus by
bidder to improve product /Service delivery. Bidder has developed a project risk
Management approach which will allow a comprehensive risk identification and
management culture to be implemented by bidder Project Director throughout the work life
- cycle.

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.

3.10 Document and Record Management

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.

3.11 Management of Change


Execution of the pre-commissioning works will be as per the job execution procedures that
shall be compiled during the procedure phase. Bidder Project Director, Engineers and
Technicians will be allowed time to familiarize themselves with these working procedures
prior to travelling to site and will also attend a pre-job briefing facilitated by the Project
Director.
Any changes that occur on site will be managed in line with Bidder Management of Change
(MOC) procedures. This procedure ensures that the change is recorded, and all risks re-
assessed to maximize proper and timely mitigation. The purpose of Change Management
process is to ensure that changes are identified, controlled, approved and implemented in
an orderly and timely manner.

3.12 Interface Management


For this pipeline pre-commissioning work, two interfaces are envisaged - external and
Internal Interfaces.

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.

External interface shall be in the form of the following:


 Project/work review meetings with company
 Regular alignment meetings with other client’s contractors and third parties such as
applicable.
 Work program schedule meetings.
Bidder’s Project Director shall be the Bidder’s focal point in these meetings with Client.

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.

3.15 Subcontracting Plan


No part of this pipeline pre-commissioning work shall be subcontracted; this work shall be
performed fully by the bidder.
4. PROJECT EXECUTION STRATEGY
As soon as the pipeline pre-commissioning contract is awarded to bidder, the following steps
shall be taken to execute the project.

4.1 Preparation of Work Procedures


Detailed procedure development for the different phases of the work shall commence at
the same time with the engineering group. All information supplied by clients shall be
verified and confirmed at this stage.

 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.

4.2 Equipment Selection and Pre-commissioning

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.

4.3 Mobilization of Relevant Equipment, Personnel and Materials


When mobilization notice has been issued by client to bidder, the equipment, materials, and
consumables shall be suitably packed ready for mobilization as required. The personnel shall
also be ready as required.
Bidder shall be responsible for the mobilization of all necessary Personnel, Equipment,
Materials and consumables between place of origin and the clients - designated departure
point (Port Harcourt).

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.

4.4 Personnel and Equipment Arrival at Worksite


Upon arrival of all equipment and personnel at the worksites, work shall commence only
after all personnel have successfully gone through worksite safety and security induction to
familiarize themselves with all work location safety and security requirements and
procedures. It is expected that client shall conduct the personnel induction for all bidder
personnel.
4.5 Permit to Work/ Tool box
The Project Engineer shall process permit-to-work (PTW) package in conjunction with
clients work facility personnel including JSA to commence equipment rig-up and work
operation.
These PTW package, the JSA and the job procedure shall be reviewed with the work team
and clients construction Personnel. The Project Engineer shall ensure that the work team
understand the PTW package expectations.
All work operation shall be also discussed with all members of the team, with every member
understanding their roles and the job sequence.

All permits-to-work requirements shall be met before commencement of any work.


Relevant safety warning signs shall be posted, and the worksite barricaded for each
operation.
The Project Engineer shall also ensure that PTW is obtained, Work Procedures/JSA is
reviewed, and toolbox meetings are conducted with the team prior to commencement of
work on all shifts.

4.6 Equipment Spotting and Rig-up


Equipment shall be spotted and rigged up based upon the already clients- approved
procedure and layout drawing for the phase of the work concerned. On completion of rig-up
operation, all the equipment will be thoroughly inspected to ensure that no damage has
occurred that may compromise the integrity of the equipment.

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.

4.7 Equipment Pre-start up Checks


Prior to any equipment function test, pre-start up checks for each equipment shall be
completed and documented in bidder approved prestart-up checklists. This is to ensure that
no equipment safety or integrity issues arise in the course of function testing or running this
equipment. Care shall be taken that all our equipment is grounded.

4.8 Equipment Function Test


Upon rig-up of equipment, they shall be function-tested in the presence of client
representatives. This is to ensure that equipment functions as required and that no damage
was done on the equipment during transit to worksite or at the worksite.

4.9 Work/Operations Sequence


The operational procedures developed and signed together with company project team
shall be strictly adhered to; client and bidder shall review, agree and sign any changes
thereafter.

4.10 Work Schedule


Pipeline pre-commissioning shall be executed on a schedule of 2 shifts of 24 hrs. Each shift
shall be 12 hrs. Including time for breakfast, lunch and dinner.
During these shifts, adequate personnel and equipment timesheets, including field tickets
shall be kept by the bidder. These documents shall be endorsed daily by the clients
representatives.

4.11 Site Meetings


There shall be site meetings with clients’ representative on site to discuss the programme of
work, work progress and HSE or other key issues or constraint impacting on work schedule
and ways of resolving such issues.

4.12 Site Reporting


Bidder shall provide a daily progress report to clients by electronic mail as may be agreed in
the course of the work execution. The report shall cover all scopes of the project.
Each progress report shall be in a format to be agreed between client and bidder and shall
report, as a minimum:

 Work completed for the past 24hrs

 Plan for next 24hrs

 Reasons for delays or anticipated delays.


 Plan to recover for delays.

 HSE

 Key issues / constraints

 List of outstanding actions required from company

 Such other information as may be required by the Company Representative

4.13 Site Security


General work sites security shall be wholly Client. Bidder shall rely on their plans for security
of both personnel and equipment at the worksites. However, bidder shall carry out work at
the sites ensuring that all company security policies and procedures are adhered to at all
times by its personnel.
These procedures include Access Control Procedure, Material Access Procedure, Search
Procedure, Security Issues Reporting Procedure and any other security procedure as
applicable.

4.14 Rig down/Clean Site


The equipment will be rigged down in line with bidder standard procedure and working site
cleaned.

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.

Procedures will be approved by client prior to commencement of any pre-commissioning


services. The procedures will include, but are not limited to;

 Detailed description of pre-commissioning activities


 Detailed diagrams of equipment spread
 Checklist forms
 Valve status check lists
 Calculations
 Safety procedures

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.

The operations will be performed in accordance with methodologies outlined below

5.2 Pre-commissioning Operation


5.2.1 Flushing
Flushing equipment spread shall be staged on site, and water winning shall be performed by
using KIT hydraulic submersible pumps to lift water into KIT break tank. Our proposal is to use
two (2) hydraulic submersible pumps working simultaneously, lifting seawater into KIT break
tank to ensure that flushing pump is continuously fed with flushing water, while one (1) shall be
on standby. KIT multistage flushing pumps shall be used for this pipeline flushing. The flushing
pumps each can deliver 42 bbl. / min i.e. 1,764gpm. One (1) shall be used for flushing, while one
(1) shall be on standby.

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

Flushing Water Disposal


Water resulting from the flushing operations shall be disposed into an approved site. However,
Contractor, with company shall obtain permit for the treated water disposal.

Flushing Operational Parameters


20’’ x 19km Pipeline System
Flushing equipment spread TBC
Flushing End Tie-in TBC
Pipeline End TBC
Flushing Route TBC
Fill Volume Seawater
Filtration 50 micron
Cleaning chemical Surfactant
Flushing Speed 0.5m/s – 1m/s
Acceptance Criteria Oil in water content
Instrumentation  Flow meter with an accuracy of ±1 % Pressure
 Pressure recorder with an accuracy of ±1%
 Gauge with an accuracy ± 0.6%
PRV TBC
Flushing Calculations
Reference: 6’’ x 1 km Pipeline:

Date produced: 24-Oct-22

Customer SEPLAT

Location PIPELINE

Pipeline Description: 6'' x 1km API-5L-B OD:152.4mm Wt:9.27mm x 1km

Pipeline Length (km) 1 km Outside Diameter (m) 0.1524 m


Internal Diameter (m) 0.13386 m Pipeline Lay Unrestrained
Total Vol. (imp. gals) 3095.66 I.gal Total Volume (m³) 14.07 m³
Volume per ft (gals) 0.9436 gal Vol. per metre (m³) 0.0141 m³
Total Volume (ft³) 496.988884 ft³ Vol. per metre (ft³) 0.4970 ft³

FLUSHING PARAMETERS Fill fluid : Water


Salinity : 3.5 %
Flushing Speed (m/s) 0.5 Pump Rate (m³/min) 0.4221947 m³/min
Head Loss (metres) 1.808027212 m
Friction Factor 0.01899393 Reynolds Number 79519.18795
Fluid Density 1022.99 Kg/m³ Kinematic viscosity 8.417E-07 m²/s

Pressure Drop at Flushing Rate: 2.734562 psi = 0.188541459 bar


Reference: 36’’ x 1 km Pipeline:
Date produced: 24-Oct-22

Customer SEPLAT

Location PIPELINE

Pipeline Description: 36'' x 1km API-5L-B OD:914.4mm Wt:9.27mm x 1km

Pipeline Length (km) 1 km Outside Diameter (m) 0.9144 m


Internal Diameter (m) 0.89586 m Pipeline Lay Unrestrained
Total Vol. (imp. gals) 138653.89 I.gal Total Volume (m³) 630.33 m³
Volume per ft (gals) 42.2617 gal Vol. per metre (m³) 0.6303 m³
Total Volume (ft³) 22260.0085 ft³ Vol. per metre (ft³) 22.2600 ft³

FLUSHING PARAMETERS Fill fluid : Water


Salinity : 3.5 %
Flushing Speed (m/s) 0.5 Pump Rate (m³/min) 18.9099956 m³/min
Head Loss (metres) 0.194311564 m
Friction Factor 0.01366148 Reynolds Number 532183.3238
Fluid Density 1022.99 Kg/m³ Kinematic viscosity 8.417E-07 m²/s

Pressure Drop at Flushing Rate: 0.293888 psi = 0.020262851 bar


Flushing Drawing
5.2.2 Leak Testing- Hydro
Performing the following:
 Setting-up and properly aligning the pipework for the test. Weld Cap installed and NDT
perform.
 Rig-up all instrumentation and hose tie-in properly secured
 Confirm the pipeline is flooded/filled
 Fill up the system with test medium and confirm all trapped air vented.
 Confirm the Valve status is good condition and correct position.
 Commence pressurization in a slow and control manner

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:

Pipeline Category Pressure requirement in multiplication of


Maximum Allowable Operating Pressure
(MAOP)
Pipeline System Hydrotest 1.25 x MAOP

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.

Stabilization and Hold Period


On completion of pressurization, the pipeline shall be allowed to stabilize for further 1hour.
During this period, re-pressurization may be carried out should the pressure drop below test
pressure and the volume of waterlogged.

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.

Pipeline Hydrotest Parameters


Parameter/Specification 6” to 36” Pipelines
Hydrotest spread location MSV
Hydrotest medium Filtered water
Water filtration 50 microns
Hydrotest pressure 1.25 x MAOP
Air content criteria ≤ 0.2% of the line volume
Pressurization Rate 1barg per minute up to 50%, 70% and 90% of test
pressure, 0.5barg /min from 95% to 100% of the test
pressure.
Total Stabilization period At least 1hr
Hold time 4hrs – 12hrs
Acceptance Criteria ± 0.2% of the Test Pressure
Depressurization Rate ≤ 2 barg / min
Key Instrumentation Flow meter with an accuracy of ±1 %
Pressure recorder with an accuracy of ± 1%
Pressure gauge with an accuracy ± 0.6 %
Data logger with an accuracy of ± 0.05 %
PRV Setting 1.05 * Test Pressure

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

Date produced: 24-Oct-22

Customer SEPLAT

Location PIPELINE

Pipeline Description: 6'' x 1km API-5L-B OD:152.4mm Wt:9.27mm x 1km

Pipeline Length (km) 1 Outside Diameter (m) 0.1524 m


Internal Diameter (m) 0.13386 Pipeline Lay Unrestrained
Total Vol. (imp. gals) 3095.661016 Total Volume (m³) 14.0731567 m³
Volume per ft (gals) 0.943557735 Vol. per metre (m³) 0.01407316 m³
Total Volume (ft³) 496.9888839 Vol. per metre (ft³) 0.49698888 ft³

Fill fluid : Water


Salinity : 3.5 %

PRESSURE TEST PARAMETERS


D/t 16.44013
Pressure required for 90% SMYS 279.78 Bar
Pressure required for 100% SMYS 310.87 Bar
Induced Stress at Test Pressure 38.76 MPa
Induced Stress at Design Pressure less Corrosion Allowance: 0.00 MPa
SMYS 241.00 MPa
Induced Stress at Test Pressure as % SMYS 16.08 %
Test Pressure as % of Design Pressure #DIV/0! %

Design Pressure 0 bar g


Test Pressure 50 bar g
Temp. 26.9 'C
Volume to pressurise pipeline : 0.034528344 m³
Corresponding Inlet (0-bar) Volume : 0.034600339 m³
Volume change per bar at test pressure : 0.686157663 litres

Temp Compressibility Coeff Expan. Pressure change


ºC (bar)¯¹ (deg C)¯¹ bar/ºC
15 4.2809E-05 2.1060E-04 3.4835
17.5 4.2439E-05 2.2905E-04 3.8785
20 4.2108E-05 2.4738E-04 4.2735
22.5 4.1816E-05 2.6566E-04 4.6692
25 4.1559E-05 2.8396E-04 5.0662
27.5 4.1338E-05 3.0234E-04 5.4651
30 4.1150E-05 3.2087E-04 5.8667
26.9 (Test) 4.1388E-05 2.9792E-04 5.3692
Average pressure change per degree C (bar): 4.671815
Fraction of external pressure added internally: 0.157138
Hydro testing Drawing
5.2.4 Nitrogen Purging Operation
System Pressurization:
 Complete Energization Checklist
 If using a nitrogen convertor, start the convertor and allow 45minutes to prime the
pump.
 Pressure Test HP Injection hoses to their working pressure and check for leaks, if leaks
are detected, depressurize line, repair leak or replace hose if required and retest.
 Install a new chart in the chart recorder and commence N2 injection, initially at a low
rate to confirm free flow.
 Increase flow rate to a suitable level at the discretion of the UISL Supervisor.
Purging Operation:
 Trickle Purge: A trickle purge is a continuous supply of nitrogen gas passed into a system
at one point displacing the contents to another point while diluting it.
Continue nitrogen supply until the client confirms that the system has reached the
desired L.E.L level and that the purging operations can cease.

 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.

Note: Witness/Golden Joints


In each test system, there may be a number of joints that cannot be leak tested. This can be due
to the requirement for blinds and or specific vent paths involved with double block and bleed
configurations at test limits. These will be identified to the Client representative and listed for
future action.
System Depressurization
Once the leak testing activities on a system have been completed, or if gross leaks are found
during pressurization, the test system will be depressurized in accordance with the approved
procedure.

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

Nitrogen Leak-Test Drawing

Haskel Boost Pump A60 HLD


HLD & NITROGEN PUMPING EQUIPMENTLAYDOWN PLAN
Test Container can be positioned at Turret Area

He Gas Quads
BUNDED AREA

Liquid Nitrogen Tank Liquid Nitrogen Tank Diesel Driven


Nitrogen Pump Unit440v\3phase
Power Supply

24V DC ESD Shutdown Solenoid Power Supply


110psig Plant Air

24V DC Power Supply


Scaffold Bunded Area
Laydown Plan Allows For HLD \ Nitrogen Pump Spread One Pump Unit, 2 NitrogenOPP
Tanks
Services to be provided.
HP Injection Hose
Charged Fire HoseDiesel Fuel
Supply
6. Proposed Resources
6.1 Project Management & Engineering
UISL would propose the Engineering works at an hourly rate based on the table and procedural
issue system below. The table is based on information received with regards to this proposal.
Description Hours
Project Engineering
Project Specific Procedures
Quality plans
HSE documentation
Hazop
Mobilization Plans
Final Report
Sub Total 72

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.

Engineered procedures are based on a 3 procedural issue system:

 Issued for Comment


 Incorporating Comments
 Issued for Construction

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.

Description Quantity Dimensions Weight


HV Flushing Pump (7.3m3/min) 2 5.0m x 1.8m x 2.85 2,610kg
Lift Pump and Submersible Pump 3 5.0m x 1.8m x 2.85 8,000kg
c/w Power pack
Stores Container 1 3.0m x 2.5m x 2.6m 4500kg
Half height container/basket 1 3.0m x 3.4m x 2.6m
Break Tank (200bbl) 1 3.0m x 3.4m x 2.6m
Hand tools 1 In store container
1/4'' Instrument Air Hoses per 10m 5 In store container 5600kg
length
Valves and fittings and manifold 2 In store container 1000kg
(set)
4'' Flow meter 2 In store container
Pressure Gauges(0-40bar) 2 In store container
Pressure Recorder(0-40bar) 2 In store container
6''Suction Hoses, per 10m length 4 In store container
4'' Flooding Hoses, per 10m length 20 In store container
3/4'' Air Hose 6 In store container
Air Hydro Pumps-Chemical Injection 2 In store container
1/2'' Chemical Injection Hoses 8 In store container
Air Compressor (185cfm) 1 2.8m x 2.5m x 2.98m
Pressure relief Valves (PRVs) 4 In store container
Filtration Skid 1 3.0m x 3.4m x 2.6m
Chemical Transfer Pump-Wilden 1 In store container
pump
2'' Hoses for Surfactant Injection 2 In store container
(per 10m length)
IBC Tank (for Surfactant) 1 In store container
Diesel Tank (500 gals) 1 In store container
4'' Hose floaters 10 In store container
Oil in water meter 2 In store container
Personnel (24hrs x 2 shifts i.e. 12hrs. per shift) -

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.

7.2 High Volume lift pumps


This HL225 high volume lift pumps have a capacity of 13.87 m3/min (87.3bpm). The is designed
for automatic priming from dry to 8.5m suction lift. Can handle sewage slurries and liquids with
solids up to 65 mm in diameter. The Pump Units can be used on land, vessel, and platform
operations.
7.3 High Pressure Test pump
Diesel driven skid mounteriplex umping unit intended for general pumping operations in oilfield
environments. Maximum working pressure = 10000psi. Flow rate: 1.5m3/min.

7.4 Hydrotest/ Chemical Injection Pump


These are air driven pumps utilized for pressure testing of most common flooding and testing.
The pumps are fitted with stroke counters and require a maximum air supply of 100 psi air drive.
Maximum flow is 31.7 liter/min – 64ltrs/min and max pressure is 6,000 psi – 11,000psi.
7.5 Pressure Gauges and Pressure Recorders
KINGSOOL has over 15 pressure gauges and recorders combined ranging from 10 bar to 600
bar.

Subsea Temperature Probe


7.6 Air Compressors
High pressure air compressors are designed for large volume, high pressure requirements of
major process and pipeline projects. Can deliver flow rates up to 32m3/min and a maximum
pressure of 24bar.

7.7 Hoses and fittings Availability


UISL has huge assemblage of hoses ranging from ½” to 2” up to 1,000m length and pressure
ratings from 350bar to 415bar. All fitting that will be required for hydro testing will be provided
by UISL.
7.8 250 Barrel Horizontal Storage tank
This is generally used to provide a buffer during pumping operations. Can also be used for the
storage during pipeline recommissioning operations.

7.9 Site Store Containers


UISL offshore and onshore containers has been certified in accordance with BS7072. The unit is
supplied with certified slings and shackles as standard and all units are designed to be stackable
o save space. The base of this unit has integrated fork lift pockets.
8. Technical Qualifications / Deviations
1. All equipment listings and methodologies indicated within this document are based upon
information supplied by SEPLAT.

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:

A. For the Equipment


o Crane services on site - Spotting and Relocation as required

o Adequate Security throughout Project duration.

o Community cover throughout the project duration

o Transfer of equipment from contractor pick up point (Port Harcourt) to


jobsite location offshore.

o Diesel Fuel for all Equipment.

o In field transfer of equipment as may be required

o Community settlement

B. For the Operational Personnel

o Emergency evacuation facility from site

o Site Induction for all Personnel.

o First Aid and Medical facilities.

o Emergency evacuation facility from site

C. For the Execution of the Services


o Supply of Riggers and Pipe fitters as may be required

o Provision of work permits, permit to dump and an approved location for


disposal of effluent water if required.

o Suitable equipment lay down area and Safe access to worksites

o Provision of lighting systems for night work


o Provision of Security for our personnel and equipment throughout
project

o We exclude the removal and reinstatement of any permanent facility


and other related items prior to commencement and completion of
works.

o We have assumed that all pipeline data shall be provided by client during
procedures development and shall be firm and authentic

o Field communication within locations and business communications to


bidder base office

o Provision of all pigging facilities and test heads.

4. This Proposal is based on information received. Methodologies may change under


detailed engineering.

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.

9. UISL propose the following:

 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.

You might also like